Design Build and Construction of Road Upgrading at Ethiopian Airlines Group Compound
Invited Grades :RC-2 or GC-2 and above
Published Date : | Ethiopian Herald (Dec 03, 2023) |
INVITATION TO TENDER
Bid Announcement No.: SSNT-T424
The Ethiopian Airlines Group/ETG/ invites all competent and qualified Bidders of Contractors RC-2 or GC-2 and above for the Design Build and Construction of Road Upgrading at Ethiopian Airlines Group Compound.
Hence, ETG invites all interested and eligible Bidders who can meet the requirements stated hereunder:
- Any legally established bidders in Ethiopia with renewed Trade License for the current year, Valid Tax clearance, VAT registration certificate, Tax Payer Identification Certificate (TIN) & Tax clearance certificate stating the bidder is eligible to participate in any public tender and valid at least at the deadline for submission of bids can get the tender document.
- Bidders should deposit non-refundable ETB 200.00 (Two Hundred Birr) to the nearby Commercial Bank of Ethiopia (CBE) branch referring this tender number SSNT-T424 to Ethiopian Airlines Group Account Number 1000006958277(E-99). Bidders shall email the scanned copy of the deposit slip along with their company name, bid announcement number & contact phone number to the below address and will get the Tender document by return Email.
- The original and copies of Technical and Financial Offer document shall be sealed in separate envelop and marked “Original” document and “Copy” document. All the pages of the bid document shall be sealed and signed by the bidder.
- Bidders should submit a bid security of ETB 200,000.00 (Two Hundred Thousand Birr) in the name of “Ethiopian Airlines Group” sealed in a separate envelope marked as “Bid Security” in the form of CPO or Unconditional Bank Guarantee from any recognized local banks payable on first demand along with their bid proposal. Any insurance guarantee shall not be accepted. Bid security of unsuccessful bidders will be returned once winner is selected.
- Bids must be delivered to the address below on or before January 01, 2024, at 3:00 pm. Technical Bid and Bid security of the bidders will be opened on the same date at 3:30 pm at Ethiopian Airlines Group head office, in the bidding room around the Flight Operation Building in the presence of those interested bidders or their representatives.
For additional information:
Ethiopian Airlines Group
Bole International Airport, Addis Ababa, Ethiopia
Strategic Sourcing Non-Technical & Contract Administration Section
Tel: +25111 517 8918
E-mail: ESAYASTS@ethiopianairlines.com
Ethiopian Airlines reserves the right to cancel or modify the tender partially or entirely.
G+3 Construction
Invited Grades :GC-5, BC-5 and above
Published Date : | Ethiopian Herald (Dec 03, 2023) |
Invitation for Bid (IFP)
Place:- Shashemene City Administration
The Shashemene City Finance Office having legal address at:
P.O.Box: | 01 |
Street Address: | From 81 Total Gas station to Absoto |
Town/City: | Shashemene |
Country: | Ethiopia |
- The Shashemene City Finance Office now invites wax sealed bids fromeligible and qualified bidders for the following civil works:
- Toga Secondary school G+3 Building with procurement reference number Shashe/State/CW/006/2016 Lot- I
- Awasho Health Center expansion building Construction with procurement reference number Shashe/State/CW/004/2016
- Bridge Maintenance on Essaa River in Bulchana Woreda with procurement reference number Shashe/Mun/MW/005/2016
- The delivery period for (a) and (b) is 720 calendar days and for (c) is 224calendar days.
- Bidding will be conducted through the National competitive bidding(NCB) and is open to all bidders from Eligible Source Countries asdefined in the Bidding Documents.
- Interested eligible bidders may obtain further information fromShashemene Municipal, Infrastructure Department Ground floor andinspect the Bidding Documents at the address given below from Office Working hours.
- Qualifications requirements include: Five years General Experience inGC-5, BC-5 and above, Specific Experience at least works of similarnature, a minimum annual turnover specified in in bidding document, Renewed Relevant Professional Practice Certificate of Registration in GC-5, BC-5, and above for the current Ethiopian budget year, Valid Tax clearance Certificate and VAT registration. A margin of preference for goods manufactured in Ethiopia and local companies engaged in construction or consultancy services shall not be applied. Additional details are provided in the Bidding Documents.
- A complete set of Bidding Documents in English may be purchasedby interested bidders on the submission of a written Application to theaddress below and upon payment of a non-refundable fee 1,000 (One Thousand ETB). The method of payment will be in cash appearing in person.
- Bids must be delivered to the address below on the 31st (Calendar days)day of invitation of the bid posted on newspaper 4:00 A.M local time. Late bids will be rejected.
- Bids will be opened in the presence of the bidders’ representatives whochoose to attend in person at the address below at 4:30 A.M local time on the 31st (Calendar days) day of invitation of the bid posted on newspaper.
- All bids must be accompanied bya Bid Security of 200,000 (Twohundred thousand ETB) for each works.
- The Shashemene City Finance Office reserves the right to reject any bidand to annul the bidding process and reject all bids at any time prior tocontract award, without thereby incurring any liability to Bidders.
- The address referred to above is:
Public Body: | Shashemene City Finance Office |
Authorized Representative: | Shashemene Municipal, Infrastructure Department |
Room Number | Shashernene Municipal, Ground floor |
P.O. Box: | 01 |
Street Address: | From 81 Total Gas station to Absoto |
Town/City: | Shashemene |
Country: | Ethiopia |
Shashemene City Administration Finance Office
Construction work of 2B+SB+G+10 Oda Tower Building Expansion
Published Date : | Addis Zemen (Dec 01, 2023) |
Invitation to Bid
(National Competitive Biddings)
IFB Title: Procurement of Construction work of 2B+SB+G+10 Oda Tower Building Expansion at Addis Ababa.
Procurement Reference Number: SB /NCB/W/04/2023/24
- Siinqee Bank Share Company has allocated a budget towards the cost of procurement of Construction work of 2B + SB + G+ 10 Oda Tower Building Expansion at Kasanchis, Addis Ababa and it is intended that part of the proceeds of this budget will be applied to eligible payments under the contract for which this invitation for bids is issued. The bank invites sealed bids from eligible bidders for the supply and delivery of Construction work of 2B + SB + G+ 10 Oda Tower Building Expansion at Kasanchis, Addis Ababa.
- Bidding will be conducted through National Competitive Bidding (NCB) procedures contained in the Bank’s Procurement Police and Procedures, and are open to all eligible bidders. The bid proposal price and delivery time should be unconditional.
- A complete set of Bidding Document in English may be obtained by interested and eligible Bidder from the office of Procurement and Supply Management Department, Odaa tower 6th floor office No. 604, Addis Ababa up on the payment of a non-refundable fee of Birr 3000.00 (ETB Three Thousand Only) depositing at Siinqee Bank account number 400112014 from 8:30 A.M to 5:00 PM local time (Monday – Friday) and from 8:30 A.M to 12:00 PM on Saturday except on public or government holidays, if any.
- All Bids must be accompanied by a Bid Security total amount of Birr 500,000.00 from recognized banks in Ethiopia.
- All bids in one original plus one copy properly filled in, signed and stamped, and should be dropped in the Tender Box prepared for this purpose at the Procurement and Supply Management department, on 6th floor office No. 604 on or before 2:30 P.M, December 27, 2023 G.C.
- Bids will be opened in the presence of bidder’s representatives who choose to attend the opening ceremony on December 27, 2023 G.C at 3:00 P.M at 6th floor office number 604.
- Late Bids, bids opened and not read out in public at the bid opening ceremony not be accepted for further evaluation purpose.
- In case any unforeseen situation or public or Government Holiday resulting in Closure of Office on the date of Opening the Tender shall be opened on the next working day at the same time and venue.
- The Siinqee Bank Share Company serves the right to reject any bid and to annul the bidding process and reject all bids at any time prior to contract award, without there by incurring any liability to bidders.
- Interested bidders may obtain further information from and inspect the bidding document at the office of the Bank Joseph Tito Street, Kazanchis, Odaa Tower Adjacent to Nega City Mall
Telephone: +251 11 557 1174/75/ 011 557 0937, Addis Ababa, Ethiopia
Siinqee Bank Share Company
Road Maintenance and overlay Projects
Invited Grades :RC-1 or GC-1
Published Date : | Ethiopian Herald (Nov 28, 2023) |
NOTICE OF INVITATION FOR BIDS
- The Federal Democratic Republic of Ethiopia (FDRE) has allocated budget towards the cost of the following Road Maintenance and overlay Projects andintends to apply part of this budget to payments under these projects.
RAM-Package 1 (1) Projects | ||||||
IT. No. | Project Name | Estimated Length (Km) | Pavement Type | Pave- Project Duration (Years) | Contract Delivery | Procurement Type |
1 | Construction Works of Awash – Kulubi-Dire Dawa/Harar Road Asphalt Overlay Project; Contract 2: Meiso- Hima (Km 70+500-139+468) | 68.97 | AC | 3.0 | DBB | ICB |
2 | Construction Works of Awash-Kulubi-Dire Dawa/Harar Road Asphalt Overlay Project; Contract 3: Hirna – Duse (Km 139+468-225+000) | 85.53 | AC | 3.0 | DBB | ICB |
3 | Construction Works of Awash – Kulbi-Dire Dawa Harar Asphalt Overlay Road Project; Contract 4: Duse-Dengego-Harar & Dengego-Dire Dawa (Km 225+000-290+864 & 0+000-19+541) | 85.405 | AC | 3.0 | DBB | ICB |
RAM-Package II (2) Projects | ||||||
Item No. | Project Name | Estimated Length (Km) | Pavement Type | Pave- Project Duration (Years) | Contract Delivery | Procurement Type |
1 | Meki – Ziway – Shashemene (Bulbula- Shashemene) Heavy Maintenance Road Project | 60 | AC | 2.0 | DBB | NCB |
2 | Dessie – Wadja; Lot I: Dessie – Haik-Wuchale Heavy Maintenance Road Project | 62 | AC | 3.0 | DBB | ICB |
3 | Dessie – Wadja; Lot II: Wuchale – Woldia – Wadja Heavy Maintenance Road Project | 127 | AC | 3.0 | DBB | ICB |
Note: – DBB Design, Bid and Build; NCB = National Competitive Bidding;
ICB= International Competitive Bidding; AC = Asphalt Concrete
- The Ethiopian Roads Administration now invites bidders to submit sealed bids for providing the necessary labor, material and equipment for construction works of the above road projects.
- Interested bidders shall submit the following evidence:
- In the case of Ethiopian bidders, Certificate of Registration from Ministry of Construction with the relevant Categories as specified in item 4 of taa bles below renewed for 2015 EFY and other appropriate documentary evidences demonstrating the bidder’s compliance, which shall include:
- Trading License renewed for 2015 EFY;
- Tax Clearance Certificate, which states that the bidder can participate in any public tender, valid at bid submission date;
- VAT Registration Certificate; and
- Registration as Supongoingplier in the list of the mandated public body, i.e. Federal Public Procurement and Property Authority (FPPPA).
- In case of bidders other than Ethiopians;
- Business organization registration certificate or Trade License issued by the country of establishment.
- Tax Clearance Certificate issued from the Tax Authority (Inland Revenue Authority) which allows the bidder to participate in public tenders at the date of the deadline for bid submission if the foreign bidder already has on-going or completed projects in the Country; Ethiopia.
- Bidding will be conducted throughNational Competitive Bidding (NCB) and International Competitive Bidding (ICB)procedures as specified on the tables above and is open to all eligible bidders as specified and defined in the Bidding Documents. The minimum Annual Construction Turnover, Cash Flow, General and Specific Construction Experience for each of the project is as shown below:
4.1. Qualification and Evaluation Criteria of Package I (1) Road Projects
4.1.1 Construction Works of Awash – Kulubi – Dire Dawa/Harar Road Asphalt Overlay Project: Contract 2: Meiso – Hirna (Km 70+500139+468)
Item/No | Qualification Criteria | Minimum Requirement | |
Local Bidders | Foreign Bidders | ||
1 | Annual Construction Turnover for the Last Five Years | ETB 602 Million (Peak) | ETB 1.506 Billion (Average) |
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 1.130 Billion (Average). | |||
2 | Liquid Asset/Cash Flow Requirement | ETB 188 Million | ETB 251 Million |
3 | General Construction Experience | 2 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner, Management Contractor or sub-contractor | 5 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner, Management Contractor or sub-contractor. |
4 | Specific Construction Project Experience | A Minimum of One (1) any type of asphalt (DBST, TST or AC) Road Construction/Overlay/Upgrading/Rehabilitation Project with a value of at least ETB 1.582 Billion; OR A Minimum of Two (2) any type of asphalt (DBST, TST or AC) Road Construction/ Overlay/ Upgrading/Rehabilitation Projects each with a value of at least ETB 791 Million; OR A Minimum of Three(3) any type of asphalt (DBST, TST or AC) Road Construction/ Overlay/Upgrading/Rehabilitation Projects each with a value of at least ETB 527 Million; In all cases, the experiences shall be within the last ten (10) years that have been successfully and substantially completed (70% Completed) | A minimum of Two (2) Asphalt Concrete road constructions/Overlay/ Upgrading/Rehabilitation projects each with a value of at least ETB 2.260 Billion within the last ten (10) years that have been successfully and substantially completed (80% Completed). |
5 | Grade | RC-1 or GC-1 |
4.1.2 Construction Works of Awash – Kulubi – Dire Dawa/Harar Road Asphalt Overlay Project: Contract 3: Hirna – Duse (Km 139+468-225+000)
Item/No | Qualification Criteria | Minimum Requirement | ||
Local Bidders | Foreign Bidders | |||
1 | Annual Construction Turnover for the Last Five Years | ETB 707 Million (Peak) | ETB 1.769 Billion (Average) | |
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 1.326 Billion (Average) | ||||
2 | Liquid Asset/Cash Flow Requirement | ETB 221 Million | ETB 294 Million | |
3 | General Construction Experience | 2 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub-Contractor. | 5 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub-Contractor. | |
4 | Specific Construction Project Experience | A Minimum of One (1) any type of asphalt (DBST, TST or AC) Road Construction /Overlay/Upgrading/Rehabilitation Project with a value of at least ETB 1.857 Billion; OR A Minimum of Two (2) any type of asphalt (DBST, TST or AC) Road Construction /Overlay/Upgrading/ Rehabilition Projects each with a value of at least ETB 928 Million; OR A Minimum of Three(3) any type of asphalt (DBST, TST or AC) Road Construction/Overlay/Upgrading/Rehabilition Projects each with a value of at least ETB 619 Million; In all cases, the experiences shall be within the last ten (10) years that have been successfully and substantially completed (70% Completed). | A minimum of Two (2) Asphalt Concrete road construction- Overlay/ Upgrading/Rehabilitation projects each with a value of at least ETB 2.653 Billion within the last ten (10) years that have been successfully and substantially completed (80% Completed). | |
5 | Grade | RC-1 or GC-1 |
4.1.3 Construction Works of Awash – Kulbi – Dire Dawa/Harar Asphalt Overlay Road Project; Contract 4:
Duse-Dengego-Harar & Dengego-Dire Dawa (Km 225+000-290+864 & 0+000-19+541)
Item/No | Qualification Criteria | Minimum Requirement | |
Local Bidders | Foreign Bidders | ||
1 | Annual Construction Turnover for the Last Five Years | ETB 688 Million (Peak) | ETB 1.721 Billion (Average) |
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 1.290 Billion (Average) | |||
2 | Liquid Asset/Cash Flow Requirement | ETB 215 Million | ETB 286 Million |
3 | General Construction Experience | 2 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contrac- Contracts | 5 Years Firm Experience under Construction contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub-Contractor. |
4 | Specific Construction Project Experience | A Minimum of One (1) any type of asphalt (DBST, TST or AC) Road Construction /Overlay/ Upgrading/ Rehabilitation Project with a value of at least ETB 1.807 Billion; OR A Minimum of Two (2) any type of asphalt (DBST, TST or AC) Road Construction /Overlay/Upgrading/Rehabilitation Projects each with a value of at least ETB 903 Million; OR A Minimum of Three (3) any type of asphalt (DBST, TST or AC) Road Construction/ Overlay/Upgrading/Rehabilition Projects each with a value of at least ETB 602 Million; In all cases, the experiences shall be within the last ten (10) years that have been successfully and substantially completed (70% Completed). | A minimum of Two (2) Asphalt Concrete road constructions/Overlay/ Upgrading/Rehabilitation projects each with a value of at least ETB 2.581 Billion within the last ten (10) years that have been successfully and substantially completed (80% Completed). |
5 | Grade | RC-1 or GC-1 |
4.2 Qualification and Evaluation Criteria of Package II (2) Road Projects
4.2.1Meki – Ziway – Shashemene (Bulbula – Shashemene) Heavy Maintenance Road Project
Item/No | Qualification Criteria | Minimum Requirement | |
Local Bidders | Foreign Bidders | ||
1 | Annual Construction Turnover for the Last Five Years | ETB 534 Million (Peak) | ETB 1.336 Billion (Average) |
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 1.002 Billion (Average). | |||
2 | Liquid Asset/Cash Flow Requirement | ETB 167 Million | ETB 222 Million |
3 | General Construction Experience | 2 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner, Management Contractor or sub-contractor. | 5 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner, Management Contractor or sub-contractor. |
4 | Specific Construction Project Experience | A Minimum of One (1) any type of asphalt (DBST, TST or AC) Road Construction /Overlay/Upgrading/Rehabilitation Project with a value of at least ETB 935 Million; OR A Minimum of Two (2) any type of asphalt (DBST, TST or AC) Road Construction /Overlay/Upgrading/Rehabilitation Projects each with a value of at least ETB 467 Million; OR A Minimum of Three (3) any type of asphalt (DBST, TST or AC) Road Construction/Overlay/Upgrading/Rehabilition Projects each with a value of at least ETB 311 Million; In all cases, the experiences shall be within the last ten (10) years that have been successfully and substantially completed (70% Completed). | A minimum of Two (2) Asphalt Concrete road Construction Projects each with a value of at least ETB 1.336 Billion within the last ten (10) years that have been successfully and substantially completed (80% Completed). |
5 | Grade | RC-1 or GC-1 |
4.2.2 Dessie – Wadja; Lot I: Dessie – Haik-Wuchale Heavy Maintenance Road Project
Item/No | Qualification Criteria | Minimum Requirement | |
Local Bidders | Foreign Bidders | ||
1 | Annual Construction Turnover for the Last Five Years | ETB 558 Million (Peak) | ETB 1.395 Billion (Average) |
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 1.046 Billion (Average). | |||
2 | Liquid Asset/Cash Flow Requirement | ETB 174 Million | ETB 232 Million |
3 | General Construction Experience | 2 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner, Management Contractor or sub-contractor. | 5 Years firm experience under construction contracts in the role of prime Contractor, Joint Venture partner, Management Contractor or sub-contractor. |
4 | Specific Construction Project Experience | A Minimum of One (1) any type of asphalt (DBST,TST or AC) Road Construction/Overlay/Upgrading/ Rehabilition Project with a value of at least ETB 1.465 Billion; OR A Minimum of Two (2) any type of asphalt (DBST, TST or AC) Road Construction/Overlay/Upgrading/ Rehabilition Projects each with a value of at least ETB 732 Million; OR A Minimum of Three (3) any type of asphalt (DBST, TST or AC) Road Construction/Overlay/Upgrading/ Rehabilition Projects each with a value of at least ETB 488 Million; In all cases, the experiences shall be within the last ten (10) years that have been successfully and substantially completed (70% Completed). | A minimum of Two (2) Asphalt Concrete road Construction Projects each with a value of at least ETB 2.093 Billion within the last ten (10) years that have been successfully and substantially completed (80% Completed). |
5 | Grade | RC-1 or GC-1 |
4.2.3 Dessie-Wadja: Lot II: Wuchale-Woldia-Wadja Heavy Maintenance Road Project
Item/No | Qualification Criteria | Minimum Requirement | |
Local Bidders | Foreign Bidders | ||
1 | Annual Construction Turnover for the Last Five Years | ETB 957 Million (Peak) | ETB 2.394 Billion (Average) |
The annual construction Turnover (ACT) requirement for a Joint Venture (JV) of Local and Foreign Firms is ETB 1.796 Billion (Average) | |||
2 | Liquid Asset/Cash Flow Requirement | ETB 299 Million | ETB 399 Million |
3 | General Construction Experience | 2 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub Contractor | 5 Years Firm Experience under Construction Contracts in the role of Prime Contractor, Joint Venture Partner, Management Contractor or Sub-Contractor. |
4 | Specific Construction Project Experience | A Minimum of One (1) any type of asphalt (DBST, TST or AC) Road Construction/Overlay Upgrading/Rehabilition Project with a value of at least ETB 2.514 Billion: OR A Minimum of Two (2) any type of asphalt (DBST, TST or AC) Road Construction Overlay Upgrading Rehabilitation Projects each with a value of at least ETB 1.257 Billion; OR A Minimum of Three (3) any type of asphalt (DBST, TST or AC) Road Construction Overlay Upgrading/Rehabilitation Projects each with a value of at least ETB 838 Million; In all cases, the projects shall be within the last ten (10) years that have been successfully and substantially completed (70% Completed). | A minimum of Two (2) A minimum of Two (2) Asphalt Concrete road Construction Projects each with a value of at least ETB 3.592 Billion within the last ten (10) years that have been successfully and substantially completed (80% Completed). |
5 | Grade | RC-1 or GC-1 |
- If a bidder is awarded and /or recommended for award of any two works contracts by ERA Six months prior to the bid submission date of the subject projects and until the award of the subject projects, the qualification criteria for the construction turnover will be the aggregate of the criteria of the subject projects; and that of the awarded contracts and/or those recommended to be awarded. A detailed qualification criterion is stated in the respective bidding documents.
- Interested eligible bidders may obtain further information from and inspect the bidding documents at the address given below from 8:30 a.m. to 12:30 p.m. and 1:30 p.m. to 5:30p.m. local time from Monday to Thursday, and from 8:30 to 11:30 a.m. and 1:30 p.m. to 5:30 p.m. local time on Friday.
- A complete set of bidding documents prepared in English language may be purchased by interested bidders on the submission of a written application to the address below anda nonrefundable fee of ETB 1,000 or USD 40 for each project,effective as of December 15, 2023. The method of payment shall be in cash or direct deposit to ERA’s account in the Commercial Bank of Ethiopia – Sengatera Branch through Account No. 01715-33144600. Address: Ethiopian Roads Administration, Block B, Engineering 13 Procurement Directorate, 1st Floor, Office No. 101, Tel: +251115 18-57-74 (Extension-2207) Bidders can apply for one or for all or for any number of projects from the above listed projects under the packages and shall submit their bid separately for each project they are interested to apply for. However, bidders may be awarded on the projects under a package subjected to fulfilling of the Qualification Criteria for individual and multiple projects specified in the respective bidding documents based on the Employer’s best economical advantage.
- Bidders shall submit their Bids in two envelopes, the first envelop labeled as “Qualification Information and Bid Security” and the second envelope “Financial Bid”, separate sealed and the two envelopes sealed in on another outer envelope.
- Evaluation is to be carried out in two stages, Qualification Information first and Financial Bids of qualified Bidders next.
- Bids must be delivered to the address, time, and date specified below. Each bid must be accompanied bya bid security of ETB 500,000.00 for each projectin a format acceptable to the employer. Late bids will be rejected. One Original and three Copies of the bids have to be submitted. The Qualification information and Bid Security will be opened immediately after the submission deadline in the presence of bidders’ representatives who choose to attend, at the address below.
- The value of total certified payments received in each year shall be adjusted for inflation of Birr value through multiplying by Cn/Cofactor, where Cn is value of 1 US Dollar in Birr on the 28 day prior to bid subthe mission date and Co is the value of 1 US Dollar in Birr computed using the selling exchange rate prevailing on the last date of the respective fiscal year.
- For the Specific construction projects experience requirement, the Contract value of projects referenced by the bidder shall be adjusted to reflect the current purchasing power of Ethiopian Birr by multiplying with Cn/Co factor, where Cn is the current selling exchange rate of 1 US Dollar to Ethiopian Birr which is taken at the 28th days prior to bid submission date and Co is the selling exchange rate of 1 US Dollar to Ethiopian Birr at the date of signing the contract.
- Bids must be delivered to the address below onor before January 30, 2024, at 2:30 P.M.for Package I (1) and Package II (2) projects.
Director General
2nd Floor, Conference Room
Ethiopian Roads Administration
Ras Abebe Aregay Street
- O. Box 1770
Addis Ababa, Ethiopia
Tel. +251-11-551-7170/79
Fax. +251-11-551-4866
The Ethiopian Roads Administration reserves the right to accept or reject any or all bids.
ETHIOPIAN ROADS ADMINISTRATION
Construction G+2 court office Building
Invited Grades :Grade 5/ GC and above
Published Date : | Addis Zemen (Nov 22, 2023) |
NOTICE OF INVITATION FOR BID
Procurement Reference Number NEK-GovTre-CW-24-2016
- The Nekemte City Court Office has allocated a budget towards the cost of the G+2building office Project and intends to apply this budget to payments for theconstruction works of the aforementioned project. The project name is the G+2 court office Building; its location is East Wollega zone Nekemte City.
- All Bids must be accompanied bya bid security of Ethiopian Birr 500,000**/100(five Hundred Thousand Ethiopian Birr) from legal banks of Ethiopia. The bid security shall be payable on demand to the Enterprise and must be an irrevocable Letter of Credit, Bank Guarantee, or a Certified Payment Order (CPO) at the Bidders option except for any insurance company guarantees. By Nekemte city Finance office name.
- The Nekemte City court office now invites eligible bidders to submit sealedbids for providing the necessary labor, material, and equipment for constructionworks of the above G+2 Building project.
- Interested bidders shall submit the following evidence:
The bidders shall have a certificate of competency from the Oromia Construction Bureau of the Ministry of Federal Construction with Category; Grade 5/ GC and above renewed for the bidding period and other appropriate documentary evidence demonstrating the bidder’s compliance, which shall include:
- Trading Business License renewed for bid period and Commercial Registration Certificate from authorized bodies.
- VAT & Taxpayer Identification Certificate issued by the tax authority,
- Tax Clearance certificate issued from the Tax Authority (Inland Revenue Authority) which allows the bidder to participate in public tenders at the date of the deadline for bid submission.
- Evidence of being registered at the Ethiopian Public Procurement and Property Administration Agency (EPPPA) Supplier list currently.
- Bidding will be conducted through the National Competitive Bidding (NCB)procedures and is open to all eligible domestic bidders as specified anddefined in the bidding document.
- Interested eligible bidders may obtain further information and inspect thebidding documents, including a complete set of Engineering Drawings whichis necessary for bidding purposes, at the address given below during office working hours. A complete set of bidding documents prepared in Afaan Oromo may be purchased by interested bidders on the submission of a written application to the address below and a non-refundable of ETB 1000.00 (One Thousand Birr only), effective from the first date of announcement up to the deadline. The method of payment shall be the Nekemte Municipality office deposit account.
- Bidders shall submit One Original and two photocopies for both Technicalproposal and financial offer. Technical proposal will be sealed in such a waythat one original and one photocopy to be sealed in one envelope while the second photocopy will be sealed in another envelope separately and labeled as “One ORIGINAL & One PHOTOCOPY” and “Second PHOTOCPY” respectively, then placed in another outer envelope along with bid security as indicated in the above, in an acceptable form as indicated in bidding document. The financial proposal will be sealed in such a way that one original and one photocopy are sealed in one envelope while the second photocopy will be sealed in another envelope separately and labeled as “One ORIGINAL & One PHOTOCOPY” and “Second PHOTOCPY” respectively, then placed in another outer envelope. Finally, the whole document shall be placed in a single sealed envelope whose outer cover contains all necessary information about the firm and employer including project information.
- The bid shall be purchased for 21 working days from the date of advertisementof this notice on ADDIS ZEMEN, and be closed on the next 22 workingdays at 3:30 Local time and the Bid Opened on the same day at 4:00 Local Time on Nekemte City council Hall in presence of eligible bidders/Legally representatives who choose to attend.
- Evaluation is to be carried out in two stages, Qualification Information Firstand Financial Bids of Qualified bidders next. The Financial Proposal of qualifiedbidders will be opened at the same address given below on the date that is to be declared by the project Committee after the completion of the evaluation of Technical Proposals. Unqualified Bidders’ Financial Proposals will be returned unopened to the Bidders.
- The Nekemte City finance office reserves the right to reject any bid, to annul thebidding process, and to reject all bids at any time, without thereby incurring anyliability to Bidders.
Nekemte City Finance Office
የፋርማሲ ህንፃ ግንባታ
Invited Grades :GC-1
Published Date : | አዲስ ዘመን (Nov 19, 2023) |
ግልጽ የጨረታ ማስታወቂያ
በምዕራብ ጎንደር ዞን የገንደውሃ ከተማ አስ/ገንዘብ ጽ/ቤት ግዥ ፋይ/ንብ/አስ/ቡድን በስሩ ለሚያስተዳድረው ከተማና መሰረተ ልማት ጽ/ቤት በCIP በጀት ለሚያሰራው የፋርማሲ ህንፃ ግንባታ ስራ
- ሎት 1 ቀበሌ 01 ቀጠና 02 ከተማ አስተዳደር ግቢ ውስጥ የፋርማሲ ህንፃ ግንባታ No 1 በGC የግንባታ ፈቃድ ካላቸው ተጫራቾች መካከል በግልጽ ጨረታ አወዳድሮ ማሰራት ይፈልጋል፡፡
ስለሆነም፦
- በዘመኑየታደሰ ህጋዊ የንግድ ሥራ ፈቃድ እና የግብር ከፋይ መለያ ቁጥር (Tin number) ማስረጃ ማቅረብ አለባቸው
- የግዥውመጠን ከብር 200,000 (ሁለት መቶ ሺህ ብር) እና ከዚያ በላይ ከሆነ የተጨማሪ እሴት ታክስ (vat) ከፋይነት የተመዘገቡ መሆናቸውን የሚያረጋግጥ የምስክር ወረቀት ማቅረብ አለባቸው፣
- ተጫራቾችደረጃ 7 እና ከዚያ በላይ የጠቅላላ ስራ ተቋራጭ ፍቃድ የታደሰ ማቅረብ አለባቸው
- 4.በጥቃቅንየተደራጁ ተጫራቾች የልዩ አስተያየት ተጠቃሚ የሚያደርጋቸውን ወቅታዊ የሆነና ለጽ/ቤት በአድራሻ የተፃፈ ማስረጃ ማያያዝ አለባቸው፡፡
- ተጫራቾችየጨረታ ማስከበሪያ ዋስትና ሎት 1 (ለፋርማሲ ህንፃ ግንባታ) 22,431 (ሃያ ሁለት ሺህ አራት መቶ ሰላሳ አንድ ብር) በባንክ የተረጋገጠ የክፍያ ትዕዛዝ ሲፒኦ ወይም በሁኔታ ላይ ያልተመሰረተ የባንክ ዋስትና ወይም በጥሬ ገንዘብ ማስያዝ አለባቸው።
- በጥሬ ገንዘብ የሚያሲዙ ተጫራቾች በመስሪያ ቤቱ የገቢ መሰብሰቢያ ደረሰኝ በማስቆረጥና ደረሰኙን ኮፒ በማድረግ ከመጫረቻ ሰነዳቸው ጋር ማቅረብ አለባቸው።
- ተጫራቾችየጨረታ ሀሳባቸውን በጥንቃቄ በታሸገ ፖስታ ኦርጅናልና ኮፒ በመለየት ስምና አድራሻ በመፃፍ ፊርማና ማህተም በማድረግ እንዲሁም ፖስታው ላይ የሚወዳደሩበትን የግንባታ አይነትና ሎት በመፃፍ በገንዳውሃ ከተማ አስ/ገን/ኢ/ትብ/ጽ/ቤት በግዥ ፋይ/ን/አስ/ ቡድን ቢሮ ቁጥር 02 ለጨረታ ከተዘጋጀው የጨረታ ሳጥን ውስጥ ማስገባት አለባቸው።
- የጨረታሰነዱን ከገንደ ውኃ ከተማ አስ/ገንዘብ ጽ/ቤት በግዥፋይን/አስ/ቡድን ቢሮ ቁጥር 02 የጨረታ ሰነዱን ለእያንዳንዱ ሎት የማይመለስ በብር 200 (ሁለት መቶ ብር) መግዛት ይችላሉ፡፡ ስለሆነም ጨረታው ለተከታታይ 21 ቀናት ጠዋት 1፡30 እስከ 6፡30 ከሰዓት 9፡00 እስከ 12፡00 ሰዓት ድረስ የሚቆይ ሆኖ ጨረታው በ22ኛው ቀን ከጠዋቱ 4፡00 ታሽጎ 4:30 ላይ ተጫራቾች ወይም ህጋዊ ወኪሎቻቸው በተኙበት በገ/ውኃ ከተማ አስ/ገንዘብ ጽ/ቤት ቢሮ ቁጥር 02 በግልፅ ይከፈታል፡፡
- ስለጨረታውአጠቃላይ መረጃዎች ከጨረታ ሰነዱ ማግኘት ይችላሉ፡፡
- ጨረታውከተዘጋ በኋላ የሚቀርቡ የመጫረቻ ሰነድ ተቀባይነት የለውም
- ለፋይናንስግምገማ ያለፉ ተወዳዳሪዎች ተጫራቾች በቁጥር ቢያንስ 3 እና በላይ ከሆነ በጨረታ አከፋፈት ወቅት ከተነበበው አጠቃላይ ዋጋ ላይ የሂሳብ ስሌት (አርቲሜቲክ ቼክ) ከተሰራ በኋላ የተደረሰበት ልዩነት እስከ 2.5% ድረስ ከሆነ ተቀባይነት የሚኖረው ሲሆን ከዚህ የበለጠ ልዩነት ካጋጠመ ከውድድር ውጭ ይሆናል፡፡
- ለፋይናንስግምገማ ያለፉ ተወዳዳሪዎች በቁጥር ቢያንስ 3 በታች ከሆኑ በጨረታ አከፋፈት ወቅት ከተነበበው አጠቃላይ ዋጋ ላይ የሂሳብ ስሌት (አርቲሜቲክ ቼክ) ከተሰራ በኋላ የተደረሰበት ልዩነት እስከ 1% ድረስ ብቻ ተቀባይነት የሚኖረው ሲሆን ከዚህ በላይ ከሆነ ከውድድር ውጭ ይሆናል፡፡
- የሂሳብስሌት (አርቲሜቲክ ቼክ) በግዥ ፈፃሚው መ/ቤት ባለሙያ ከሚስተካከለው ውጭ በተጫራቾች የሚቀርበው የመጫረቻ ሰነድ ላይ በነጠላ እና ጠቅላላ ዋጋ ላይ ስርዝ ድልዝ ካለ ተጫራቹ ከጨረታ ውጭ ይሆናል፡፡
- ስለጨረታው ተጨማሪ ማብራሪያ ካለ በጽ/ቤቱ የውስጥ ሰሌዳ የምናሳውቅ መሆኑ
- በተጨማሪምየአብክመ ግዥ አፈፃፀም መመሪያ 1/2003 እና በተጨማሪ በቢሮው የወጡ የመመሪያ ማሻሻያዎች ተፈጻሚነት ይኖራቸዋል።
- የጨረታመክፈቻ ቀኑ ቅዳሜ ፣ እሁድ ወይም የህዝብ በዓል ቀን ከሆነ በቀጣዩ የስራ ቀን በተመሳሳይ ሰዓት ይከፈታል፡፡
- ስለጨረታውዝርዝር ሁኔታ ለመጠየቅ ከፈለጉ በስልክ ቁጥር 058 331 0566 ወይም በአካል ቢሮ ቁጥር 02 በመምጣት መጠየቅ ይችላሉ።
- መ/ቤቱየተሻለ አማራጭ ካገኘ ሙሉ በሙሉ ወይም በከፊል ጨረታውን የመሰረዝ መብቱ የተጠበቀ ነው።
በምዕራብ ጎንደር ዞን የገንደውሃ ከተማ አስ/ገንዘብ ጽ/ቤት
Construction of G+5 Urban Health Center Building project
Invited Grades :BC-4/GC-5 and above
Published Date : | Ethiopian Herald (Nov 18, 2023) |
Invitation for Bids [IFB]
Tender for construction of G+5 Urban Health Center at Sheger City of Oromia Region Sheger City Health Office bas obtained a budget Support from Government towards the Construction of G+5 Urban Health Center Building project Mana abichu and Kura Jida H/C Package No. BMSH/M/Abichu State/SC/CW-0215/2016 and BMSH/K/ Jida State/SC/CW-0216/2016 respectively at Sheger City of Oromia Reglon.
- Sheger Finance Office now invites sealed bids from eligible bidders to all national contractors of class BC-4/GC-5 and above that shall submit Certificate of Registration from Ministry of Construction/Oromia Construction Authority/renewed for the Current Budget Year (2016 EC/2023 GC) and who have renewed their Trade license for the current fiscal year and have VAT registration certificate & Tax Clearance Certificate valid during the bidding period from the Authorized Governmental Body
- Bidding documents can be purchased from Sheger City Finance Office at working time second floor for a non-refundable fee of Birr 1600.00 (One Thousand six hundred Birr only) up to 21 (Twenty One) at working days. The method of payment shall be bank slip.
- Bids shall be accompanied by a bid security of Br. 500,000 (Br. Five Hundred Thousand) in the form of CPO, or unconditional bank guarantee and shall be delivered to the Sheger Finance Office in a sealed envelope separately. The envelope of the bid security need to be sealed and signed by the bidder itself.
- The bid security validity period shall be [90+30-120 days). Meaning 30 days need to be added over the bid validity period i.e. 90 days in pursuance with ITB 20.1. Submission of lesser bid security validity period from the cited 120 days would be a cause for rejection from the bid.
- The bid security to be submitted by a bidder shall carefully address the Sheger Finance Office, the exact name of the project construction for which it is submitted and the validity of the bid security, Failure of stating any of which would cause rejection from the bid.
- Requirements on the technical (qualification) documents are stated on the bid document. Any Indication of financial information over the technical document of a bidder would entail disqualification of the bid document.
- Submittal of any forged technical document by a bidder, if proven, would entail serious criminal accountability on top of forfeiture of the bid security and disqualification from the bid process.
- Technical qualification document shall be prepared as one original and two copies in a properly signed, stamped & separately sealed envelopes, clearly marking “Original”, “Copy 1” & “Copy 2”. Those three technical envelopes are sealed and put in one envelope Marked as Technical offer documents.
- The contractor shall give sequential page numbers properly for each of its submitted technical documents.
- Copies of the technical documents to be submitted by a bidder need to be sufficiently visible. Any vague or invisible copy of a technical document submitted would not be taken into consideration during the technical evaluation process.
- Submission of lawful Supportive documents for good reputation /past work performances/, from previous employers, along with the technical documents is very helpful for the technical evaluation.
- The Financial documents shall be prepared in one original and two copies. The original & the copies shall be signed, stamped & sealed in a separate envelope clearly marking as “Original”, “Copy 1” & “Copy 2”. Those three financial envelopes are sealed and put in one envelope Marked as Financial offer documents. All the technical, Financial Documents and bid security need to be ultimately put in all together into one bigger outer envelope in pursuance with ITB 24
- Both the technical & financial documents shall be submitted to Sheger City Finance Office, before the deadline for bid submission.
- Late bids shall be automatically rejected.
- The deadline for bid submission shall be at 4:00 am, in the Local time of the 09/04/2016 EC & the bids shall be opened date 09/04/2016 at 4:30 am, Local time, at which time the Technical Document will be opened first, in the presence of the bidders or thir representatives who wish to attend.
- Any Contractor who has received more than two warning letters (quality/progress) from any sectors of Oromia Region and Sheger city Health Office as a result of its previous contractual performance with the office shall not be allowed to participate on this tender, The Office has also full right to reject those contractors with bad quality & progress records (proved) in their past ten years contractual performances.
- The winning Contractor is obliged to give by forming sub-contracting a minimum of up to 20% part of the work to qualified Small & Micro Enterprises locally available or for those recommended by local administration!
- The results of the technical evaluation as well as the financial document opening date of the successful bidders shall be subsequently notified with an internal notice board.
- The financial documents of those contractors not meet all requirements in their technical Evaluation would not be opened.
- Misplacing of documents would be a cause for rejection of the bid document.
- Completion time for the construction work shall be 365 calendar days.
- The Office reserves full right to reject any or all Bids. Note:- SBD Document is prepared in Afaan Oromo.
Sheger City finance office
Tel +251 11 470 9300 or 09 11 07 84 45 or 09 12 60 52 36
Urban Health Center at Sheger City of
Oromia Region Sheger City
2B+G+14 Building Construction
Invited Grades :GC/BC Grade-1
Published Date : |
Ethiopian Herald (Nov 15, 2023)
|
Invitation to Bid
Procurement reference number: Bid No.13/2016
- The Ethiopian Petroleum Supply Enterprise (EPSE) has funds within the Procuring Entity’s budget to be used for the Procurement of Construction works for a Fuel retail station and a 2B+G+14 store building at a site located in Akaki /kality Sub city Wereda 01
- The Ethiopian Petroleum Supply Enterprise invites sealed bids from eligible bidders for the furnishing of the necessary labor, materials, and equipment for the construction and completion of Construction works
- Bidding will be conducted in accordance with the open international tendering procedures for the Procurement of Works contained in the Public Procurement Proclamation of the Government of the Federal Democratic Republic of Ethiopia and is open to all registered Contractors of Category GC/BC Grade-1 with documents evidencing eligibility ((TIN, VAT, trade license, tax clearance, certificate of registration for registered contractor status)
- Bids shall submitted into two separate outer envelopes, the first envelope containing the original and copy of the technical proposal envelopes; the second envelope containing the original and copy of the financial proposal envelopes
- Interested eligible bidders may obtain further information from EPSE and inspect the bidding document at the address given below at 8(a) from 08:00 to 12:00 hours A.M. and 01:00 to 05:00 hours P.M.
- A complete set of Bidding Documents prepared in the English language may be obtained by any interested bidders, at the address below at 8(b) upon payment in cash, a non-refundable fee of Ethiopian Birr 2,000.00 (Two thousand Birr only)
- Bids must be delivered to the address below at 8(c) at or before 29/12/2023 10 hours AM Addis Ababa time Bids must be accompanied by a bid security of Ethiopian Birr 500,000.00 and shall be in CPO or a Bank guarantee or Bank certified checque issued by a Bank established in Ethiopia. Late bids shall be rejected.
- Bids will be opened in the presence of the bidder’s representatives who choose to attend at the address below at 8 (d) on at 29/12/2023 10:05 hours AM Addis Ababa time.
- Address documents may be inspected:… Ground Floor Room 11,
- Address documents Will be issued from:… Ground Floor Room 11,
- Address Bids must be delivered to: …… Meeting hall
- Address of Bid Opening: Meeting hall at EPSE Building, Roosevelt Street Near Mexico Square,
- The EPSE has the right to accept or reject any or all Bids without assigning any reason.
Ethiopian Petroleum Supply Enterprise,
P.O.Box 3375, Addis Ababa, Ethiopia,
Telephone: 011 552 5405,.
Facsimile 011 551 2938 and 011 554 1905
Ethiopian Petroleum Supply Enterprise
3B+SB+G+16 ግንባታ
Published Date : |
ሪፖርተር (Nov 12, 2023)
|
ሊዲያ መታሰቢያ ኮንስትራክሽን ግልጽ የሆነ የግንባታ ሥራ ጨረታ ማስታወቂያ ሊዲያ መታሰቢያ ኮንስትራክሽን የ3B+SB+G+16 ለቅይጥ አገልግሎት የሚዉል ህንጻ ማስገንባት ይፈልጋል። ለዚህም ማንኛውም ብቁ የሆነ ተጫራች ከታች በተገለፀው የቢሯችን አድራሻ ከኅዳር 5 ቀን 2016 ጀምሮ ባሉት ተከታታይ 10 የሥራ ቀናት በግንባር በመገኘት የጨረታ ሰነዱን በመውሰድና በመሙላት መጫረት የሚችል ሲሆን፡፡ በቀጣይም አፈጻጸሙ ተገምግሞ ቀሪ ሥራዎች እንደ አስፈላጊነቱ የሚሰጠው ይሆናል፡፡ አድራሻ፡- ከወንጌላዊት ወደ ጎርጎርዮስ በሚወስደው መንገድ ደቡብ ግሎባል ባንክ እና ቡና ባንክ ያለበት ማይሴዊ ህንፃ 2ተኛ ፎቅ አ.አ ኢትዮጵያ ስልክ ቁጥር፡- 0912 96 60 89 ድርጅቱ
Construction of 2B+G+4 Student dormitory completion work…
Invited Grades :BC/GC-3, BC-4/GC-5
Published Date : |
Addis Zemen (Nov 11, 2023)
|
Invitation to Bid
National Competitive Bid (NCB)
Wollo University invites eligible bidders for the construction of the following Projects:
lot | Description of work/project | Location | Required Grade of Contractors | Amount of Bid Security / ETB/ | Bid document Selling price Amount /ETB/ |
1 | Flood and landslide Protection, Fence maintenance, and Landscaping work at the Dessie Campus | Dessic, Ethiopia. | BC-4/GC-5 | 300,000.00 | 1000.00 |
2 | Construction of 2B+G+4 Student dormitory completion work at Kombolcha | Kombolcha, Ethiopia. | BC/GC-3 | 500,000.00 | 1000.00 |
- Wollo University has funds within the Employer’s budget to beused for the procurement of the above Projects and intends toapply part of this fund to payments under the contract. Now the University invites eligible Bidders of grade as explained above in the table having renewed trade licenses valid for the bidding period, to submit sealed bids for providing the necessary labor, material, and equipment for the construction and completion of the above-mentioned project.
- Bidding will be conducted in accordance with the Open Nationaltendering procedures contained in the Public ProcurementProclamation of the Federal Government of Ethiopia and is open to all bidders from eligible source countries.
- Interested eligible bidders may obtain further information fromWollo University and inspect the bidding documents at the addressgiven below from Monday to Friday within office hours. Bidders shall provide all legal status documents valid for the bidding period.
- A complete set of Bidding Documents in English may bepurchased in person in cash by interested bidders as of thefirst announcement of the bid in the newspaper up to the bid closing time at the address below and upon the presentation of the document mentioned No. 1 above and payment of a non-refundable fee of ETB ‘as shown above in the table’ at Wollo University Dessie campus procurement office. No liability will be accepted for loss or late delivery.
- One original and two photocopies of the Technical Proposal shallbe produced in different wax-sealed envelopes and each proposalwill be scaled in such a way that one original and one photocopy to be scaled in one envelope while the second photocopy will be scaled in another envelop separately and labeled as “one ORIGINAL” and “one PHOTOCOPY” and one PHOTO COPY to be placed in another outer envelope and must be placed in the bid box along with a separately scaled bid security amount as stated above in the table for a Project in acceptable form from a reputable bank, one original and one photocopy of the financial offer shall be produced in different wax-sealed envelopes and must be placed in the bid box as well. Scaled bids shall be delivered for the procurement unit on or before the 22nd day till 4:00 local time counting from the first date of the bid announcement at Wollo University, Dessie campus procurement office.
- Each Bidder may only submit one Bid, either individually or asa partner in the joint venture. A Bidder who submits or participatesin more than one Bid will cause all the Bids with the Bidder’s participation to be disqualified.
- Bidders must meet the minimum qualification criteria fortheir financial proposal to be checked and computed; latebidders will be rejected; Proposal bid documents of bidders will be opened in the presence of bidders or their authorized representatives, who may choose to attend on the 22nd day at 4:30 local time counting from the first date of the bid announcement at Wollo University, Dessic campus Procurement Office/hall. If the 22nd day is not working day, the bid will be submitted at the aforementioned time of the next working day.
- The university reserves the right to accept or reject all or partsof this bid.
- Bidders are seriously advised to read and comply with the instructionprovided in this bidding document.
Tell(office) +251 98 806 6989
PO Box 1145, Dessie, Ethiopia
Wollo University
Construction of G+4 Administration Office Building and related works
Invited Grades :GC 3/BC-2 and above
Published Date : | Ethiopian Herald (Nov 07, 2023) |
NOTICE OF INVITATION
FOR NATIONAL COMPETITIVE BIDDING
The National Regional State of Oromia has allocated budget towards the cost of Guji Zone Urban Development and Housing office. It has secured budget for the construction of G+4 Administration Office Building and related works at Adola Town. Guji Zone Urban Development and Housing office Invites all eligible national qualified Contractors of Building Works GC 3/BC -2 and above with 40% sub-contract for those small-scale Micro Enterprise organized in Guji zone based on proclamation no 226/2014. To all contractors of category of GC 3/BC-2 and above with renewed license valid for current year 2016 E.C. Construction Projects With approach building and intends to apply part of this budget to payments for the under-listed projects.
Project is indicated in the below table:
Identification of lots of bidding documents is Lot One and Lot Two
Building works Name | Zone | Town | Bid Bond/CPO Amount | Duration of working days | Identification of lots of bidding documents | Mobilization period days |
G+4 Administration Office | Guji | Adola | 1.5% | 540 days | Lot One | 30 |
G+4 Administration Office | Guji | Adola | 1.5% | 540 days | Lot Two | 30 |
- Bidding will be conducted in accordance with the open national tendering procedures contained in the public procurement proclamation of the Federal Democratic Republic of Ethiopia and is open to all eligible bidders.
- Bidders may submit Trading license valid for the current year (2016) and registration from Ministry of Trade/Bureau of Regional Trade for Building Works.
- Bidders must submit VAT and TIN registration certificates issued by the Revenue Office.
- Bidders must submit Tax clearance from Federal or Oromia revenue office valid for this bid validity period that permits the bidder to participate in any public tender.
- The bidders shall have a certificate of competency from Oromia Construction Authority or Ministry of Federal Construction with Category Building Works GC3/BC -2 and Above renewed for the bidding period and other appropriate documentary evidences demonstrating the bidder’s compliance shall include.
- Evidence of/Being/ Registered at Ethiopian Public Procurement and Property Administration Agency (PPPAA) Supplier list.
- Bidding will be conducted through the national competitive bidding (NCB) Procedure contained in public procurement and property administration proclamation of the government of the Federal Democratic Republic of Ethiopia and is open to all eligible bidders. The bidders are advised to read instructions to the bidders before filling and submitting of their bid.
- Interested eligible bidders can purchase a complete set of bidding documents for a non-refundable payment of ETB 1000 (One Thousand Birr) effective from the first date of announcement up to the deadline. The method of payment shall be in cash to the Cashier. Bidders may get Bidding Documents From Guji Zone Finance Office, Procurement and Property Administration Department First Floor. The bid opening shall take place for 30 consecutive days starting from the official announcement of the bid on the newspapers.
- The bid will be closed on 27/3/2016 EC on a working day at 8:00 local time and will be opened on the same day at 8:30 local time in the presence of bidders or their legal representatives at Guji ZoneAdministration office, Meeting hall, and Late bidders will be rejected.
- All bidders must be accompanied by a bid security of 1.5% of the total bid price (value) acceptable CPO or Unconditional Bank Guarantee (in separate envelope prepared in the name of Zone Urban Development and Housing office). A complete set of bidding documents prepared in English language.
- Bidders shall submit One Original and two photocopies for both Technical proposal and financial offer. Technical proposal will be sealed in such a way that one original and one photo copy to be sealed in one envelope while the second photocopy will be sealed in another envelope separately and labeled as “One ORIGINAL & One PHOTOCOPY” and “Second PHOTOCOPY” respectively, then placed in another outer envelope along with bid security as indicated in the above table, in an acceptable form as indicated in bidding document. Financial proposal will be sealed in such a way that one original and one photocopy to be sealed in one envelope while the second photocopy will be sealed in another envelope separately and labeled as “One ORIGINAL & One PHOTOCOPY” and “Second PHOTOCPY” respectively, then placed in another outer envelope. Finally the whole documents shall be placed in a single sealedenvelope which outer cover containing all necessary information about the firm & Employer including project information.
- One bidder can participate in two lots but awarded only one if wins the bids.
- Any attempt of submission of forged (false) document and/or indication of financial offers and also misplacement of documentsshall result in rejection of the bid.
- Missing of any of the above requirements would cause for rejection of the bid document.
- Evaluation is to be carried out in two stages, Qualification Information First and Financial Bids of Qualified bidders next. Financial Proposal of qualified bidders will be opened at the same address given below onthe date that is to be declared by the Bid Endorsing Committee after completion of the evaluation of Technical Proposals. Unqualified Bidders Financial Proposal will be returned unopened to the Bidder.
- The duration of works shall be completed within a maximum 540 days starting from the signing of the contract.
- Bid security must be valid for 90 days starting from bid Opening day.
- Bidders may obtain further information from Guji Zone Finance office 046 335 1559
- Guji Zone Urban Development and Housing office reserves full right to accept or reject any or all bids.
Address Oromia Region, Guji Zone, Adola Town
Guji zone Urban Development and housing office