The Ethiopian herald Friday march 21, 2025
NOTICE OF INVITATION FOR BIDS
1.
The Federal Democratic Republic of Ethiopia (FDRE) has allocated budget towards
the cost of the following Road Construction Projects and intends to apply part
of this budget to payments under these projects.
Package VII (7)
|
It. No.
|
Project Name
|
Estimated Length(Km)
|
Pavement Type
|
Project Duration (Years)
|
Contract Delivery
|
Procurement Type
|
1
|
Construction
Works of Mota -Mekanlyesus - Gassay Road Project Section 1: Construction
Remaining Works of Mota -Jara Gedo and Section 2: Construction Works of Jara
Gedo - Zagora - Jibasra Mariam Debre Tabor Asphalt Concrete Overlay Road
Projects
|
Section
1; 58.22
+
Section
2; 87.67
Total=
145.89
|
AC
|
3.0
|
DBB
|
ICB
|
2
|
Construction
of Remaining Works of Adaba - Angetu Road Project
|
104.4
|
AC
|
3.5
|
DBB
|
ICB
|
3
|
Construction
of Remaining Works of Metema - Abrehajira Road Project
|
116.86
|
AC
|
2.5
|
DBB
|
ICB
|
4
|
Construction
Works of Tenta - Gashena Road Project,Contract 1: Tenta Junction - Wegeltena
- Kurba Junction Kurba (Km 31+350-Km 112+000)
|
80.65
|
AC
|
2.5
|
DBB
|
ICB
|
5
|
Construction
Works of Diri-Masha Lot 2: km 61 (Konda)-km 142 (Yina) and Spur from km 134
to Masha Road Project
|
102.5
|
AC
|
4
|
DBB
|
ICB
|
Note:
- DBB = Design, Bid and Build; DB-Design and Build; ICB = International
Competitive Bidding; AC = Asphalt Concrete
2.
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.
3.
Interested bidders shall submit the following evidence:
a.
In the case of Ethiopian bidders, Certificate of Registration from Ministry of
Construction with the relevant Categories as specified in item 4 of tables
below renewed for 2017 EFY and other appropriate documentary evidences
demonstrating the bidder's compliance, which shall include:
i)
Trading License renewed for 2017 EFY;
ii)
Tax Clearance Certificate, which states that the bidder can participate in any
public tender, valid at bid submission date;
iii)
VAT Registration Certificate; and
iv)
Registration as Supplier in the list of the mandated public body, i.e. Public
Procurement and Property Authority (PPPA).
b.
In case of bidders other than Ethiopians;
i)
Business organization registration certificate or Trade License issued by the
country of establishment.
ii)
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.
4.
Bidding will be conducted through 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 Con- struction
Experience for each of the project is as shown below:
4.1.1.
Construction Works of Mota - Mekanlyesus - Gassay Road Project Section 1:
Construction Remaining Works of Mota - JaraGedo and art Section 2: Construction
Works of JaraGedo - Zagora - Jibasra Mariam Debre Tabor Asphalt Concrete
Overlay Road Projects (Re-bid)
Item/ No
|
Qualification Criteria
|
Minimum Requirement
|
Local Bidders
|
Foreign Bidders
|
1
|
Annual
Construction Turnover for the Last Five Years
|
ETB
1.519 Billion (Peak)
|
ETB
3.798 Billion (Average)
|
The
annual construction Turnover (ACT) requirement for a Joint Venture (JV) of
Local and Foreign Firms is ETB 2.848 Billion (Average).
|
2
|
Liquid
Asset /Cash Flow Requirement
|
ETB
474 Million
|
ETB
633 Million
|
3
|
General
Construction Experience
|
2
years firm experience under construction contracts in the role of Contractor,
Joint Venture partner or sub-contractor.
|
5
years firm experience under construction contracts in the role of Contractor,
Joint Venture partner or sub-contractor.
|
4
|
Specific
Construction Project Experience
|
A
Minimum of One (1) any type of asphalt (DBST, TST or AC) Road
Construction/Upgrading/Rehabilition Projects with a value of at least ETB
3.988 Billion;
OR
A
Minimum of Two (2) any type of asphalt (DBST, TST or AC) Road
Construction/Upgrading/Rehabilition Projects each with a value of at least
ETB 1.994 Billion;
OR
A
Minimum of Three(3) any type of asphalt (DBST, TST or AC) Road
Construction/Upgrading/Rehabilition Projects each with a value of at least
ETB 1.329 Billion;
In
all cases, the projects shall be within the last ten (10) years that have
been successfully and anties substantially completed (70% Completed).
|
A
minimum of Two (2) Asphalt Concrete road constructions or upgrading or
rehabilitation projects each with a value of at least ETB 5.697 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 of Remaining Works of Adaba - Angetu Road Project
Item/ No
|
Qualification Criteria
|
Minimum Requirement
|
Local Bidders
|
Foreign Bidders
|
1
|
Annual
Construction Turnover for the Last Five Years
|
ETB
1.462 Billion (Peak)
|
ETB
3.657 Billion (Average)
|
The
annual construction Turnover (ACT) requirement for a Joint Venture (JV) of
Local and Foreign Firms is ETB 2.743 Billion (Average).
|
2
|
Liquid
Asset /Cash Flow Requirement
|
ETB
457 Million
|
ETB
609 Million
|
3
|
General
Construction Experience
|
2
years firm experience under construction contracts in the role of Contractor,
Joint Venture partner or sub-contractor.
|
5
years firm experience under construction contracts in the role of Contractor,
Joint Venture partner or sub-contractor.
|
4
|
Specific
Construction Project Experience
|
A
Minimum of One (1) any type of asphalt (DBST, TST or AC) Road
Construction/Upgrading/Rehabilition Projects with a value of at least ETB
4.480 Billion;
OR
A
Minimum of Two (2) any type of asphalt (DBST, TST or AC) Road
Construction/Upgrading/Rehabilition Projects each with a value of at least
ETB 2.240 Billion;
OR
A
Minimum of Three (3) any type of asphalt (DBST, TST or AC) Road
Construction/Upgrading/Rehabilition Projects each with a value of at least
ETB 1.493 Billion;
In
all cases, the projects shall be within the last ten (10) years that have ass
been successfully and substantially completed (70% Completed).
|
A
minimum of Two (2) Asphalt Concrete road constructions or upgrading or
rehabilitation projects each with a value of at least ETB 6.400 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 of Remaining Works of Metema - Abrehajira Road Project
Item/ No
|
Qualification Criteria
|
Minimum Requirement
|
Local Bidders
|
Foreign Bidders
|
1
|
Annual
Construction Turnover for the Last Five Years
|
ETB
758 Million (Peak)
|
ETB
1.897 Billion (Average)
|
The
annual construction Turnover (ACT) requirement for a Joint Venture (JV) of
Local and Foreign Firms is ETB 1.422 Billion (Average).
|
2
|
Liquid
Asset /Cash Flow Requirement
|
ETB
237 Million
|
ETB
316 Million
|
3
|
General
Construction Experience
|
2
years firm experience under construction contracts in the role of Contractor,
Joint Venture partner or sub-contractor.
|
5
years firm experience under construction contracts in the role of Contractor,
Joint Venture partner or sub-contractor.
|
4
|
Specific
Construction Project Experience
|
A
Minimum of One (1) any type of asphalt (DBST, TST or AC) Road
Construction/Upgrading/Rehabilition Projects with a value of at least ETB
1.660 Billion;
OR
A
Minimum of Two (2) any type of asphalt (DBST, TST or AC) Road
Construction/Upgrading/Rehabilition Projects each with a value of at least
ETB 830 Billion;
OR
A
Minimum of Three(3) any type of asphalt (DBST, TST or AC) Road
Construction/Upgrading/Rehabilition Projects each with a value of at least
ETB 553 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) Asphalt Concrete road constructions or upgrading or
rehabilitation projects each with a value of at least ETB 2.371 Billion
within the last ten (10) years that have been successfully and substantially
completed (80% Completed).
|
5
|
Grade
|
RC-1
or GC-1
|
|
4.1.4.
Construction Works of Tenta - Gashena Road Project, Contract 1: Tenta Junction
- Wegeltena - Kurba Junction - Kurba (Km 31+350-Km 112+000)
Item/ No
|
Qualification Criteria
|
Minimum Requirement
|
Local Bidders
|
Foreign Bidders
|
1
|
Annual
Construction Turnover for the Last Five Years
|
ETB
1.950 Billion (Peak)
|
ETB
4.876 Billion (Average)
|
The
annual construction Turnover (ACT) requirement for a Joint Venture (JV) of
Local and Foreign Firms is ETB 3.657 Billion (Average).
|
2
|
Liquid
Asset /Cash Flow Requirement
|
ETB
609 Million
|
ETB
812 Million
|
3
|
General
Construction Experience
|
2
years firm experience under construction contracts in the role of Contractor,
Joint Venture partner or sub-contractor.
|
5
years firm experience under construction contracts in the role of Contractor,
Joint Venture partner or sub-contractor.
|
4
|
Specific
Construction Project Experience
|
A
Minimum of One (1) any type of asphalt (DBST, TST or AC) Road
Construction/Upgrading/Rehabilition Projects with a value of at least ETB
4.266 Billion;
OR
A
Minimum of Two (2) any type of asphalt (DBST, TST or AC) Road
Construction/Upgrading/Rehabilition Projects each with a value of at least
ETB 2.133 Billion;
OR
A
Minimum of Three(3) any type of asphalt (DBST, TST or AC) Road
Construction/Upgrading/Rehabilition Projects each with a value of at least
ETB 1.422 Billion;
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) Asphalt Concrete road constructions or upgrading or
rehabilitation projects each with a value of at least ETB 6.095 Billion
within the last ten (10) years that have been successfully and substantially
completed (80% Completed).
|
5
|
Grade
|
RC-1
or GC-1
|
|
4.1.5.
Construction Works of Diri-Masha Road Project; Lot 2: km 61(Konda) - km 142
(Yina) and Spur from Km 134 to Masha
Item/ No
|
Qualification Criteria
|
Minimum Requirement
|
Local Bidders
|
Foreign Bidders
|
1
|
Annual
Construction Turnover for the Last Five Years
|
ETB
1.134 Billion (Peak)
|
ETB
2.837 Billion (Average)
|
The
annual construction Turnover (ACT) requirement for a Joint Venture (JV) of
Local and Foreign Firms is ETB 2.128 Billion (Average).
|
2
|
Liquid
Asset /Cash Flow Requirement
|
ETB
354 Million
|
ETB
472 Million
|
3
|
General
Construction Experience
|
2
years firm experience under construction contracts in the role of Contractor,
Joint Venture partner or sub-contractor.
|
5
years firm experience under construction contracts in the role of Contractor,
Joint Venture partner or sub-contractor.
|
4
|
Specific
Construction Project Experience
|
A
Minimum of One (1) any type of asphalt (DBST, TST or AC) Road
Construction/Upgrading/Rehabilition Projects with a value of at least ETB
3.972 Billion;
OR
A
Minimum of Two (2) any type of asphalt (DBST, TST or AC) Road
Construction/Up- grading/Rehabilition Projects each with a val- ue of at
least ETB 1.986 Billion;
OR
A
Minimum of Three(3) any type of asphalt (DBST, TST or AC) Road
Construction/Up- grading/Rehabilition Projects each with a val- ue of at
least ETB 1.324 Billion;
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) Asphalt Concrete road constructions or upgrading or
rehabilitation projects each with a value of at least ETB 5.674 Billion
within the last ten (10) years that have been successfully and substantially
completed (80%) Completed).
|
5
|
Grade
|
RC-1
or GC-1
|
|
5.
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.
6.
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 5:30 p.m. local time from Monday to Thursday, and from 8:30 to
11:30 am 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 and a nonrefundable fee of ETB 1,000 or USD 40 for each project,
effective as of March 27, 2025. 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 Procurement Directorate,
Block B, 1st Floor, Office No. 101, Tel: +251-115 18-57-74
(Extension-2205/2207)
7.
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.
8.
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.
9.
Evaluation is to be carried out in two stages, Qualification Information first
and Financial Bids of qualified Bidders next.
10.
Bids must be delivered to the address, time and date specified below. Each bid
must be accompanied by a bid security of ETB 500,000.00 for each project in 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.
11.
The value of total certified payments received in each year shall be adjusted
for inflation of Birr value through multiplying by Cn/Co factor, where Cn is
value of 1 US Dollar in Birr on the 28 day prior to bid submission 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.
12.
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.
13.
Bids must be delivered to the address below on or before May 20, 2025 at 2:30
P.M..
Director General
2nd Floor, Conference Room
Ethiopian Roads Administration
Ras Abebe Aregay Street
P. O. Box 1770
Addis Ababa, Ethiopia
Tel. +251-11-551 71 70/79
Fax. +251-11-5514866
14.
The Ethiopian Roads Administration reserves the right to accept or reject any
or all bids.
ETHIOPIAN
ROADS ADMINISTRATION