Addis Zemen Saturday
October 25, 2025
National
Competitive Bidding
Procurement
Reference 01/2018/SB/BDB
1. To all contractors of category
of BC-2/GC-3 and above with renewed license valid for current
year (2018 E.C)
2. Sendafa Beke Town Municipality
Office has scoured budget for construction of Class Rooms
Building (G+2) at Beke Elementary School .The office now invites scaled bids from eligible bidder who are interested and
capable to allocate sufficient resource for
construction of building Class Rooms Building (G+2) which can be completed within the maximum of 365 days from starting
contract sign date.
3. Bidders shall have registered
with Oromia construction authority or Ministry of Federal
Construction authority and who have renewed their license valid for the year 2018 Ethiopian calendar and who have VAT and TIN
registration certificate And also Registered
for National ID
4. Bidding will be conducted in
accordance with the open national tendering procedures contained in the public
procurement proclamation of Oromia Regional state or the
federal democratic republic of Ethiopia and is open to all eligible bidders
i.e. (two stages) the first stage is preliminary and
technical evaluation. The second stage is
financial evaluation.
5. The bidders shall submit
bidding documents which enclose two wax sealed enve- lopes, "original technical and copies of technical
documents and Original financial and copies
financial document" which shall be enclosed separately. And all these
envelopes shall be produced in different wax sealed
inner envelopes and labeled properly. The bid
security must be wax sealed separately and must be put in the original technical requirement. Failure to do so will be
rejected automatically.
6. The client shall not bear any
responsibility for miss placement of "qualification document" in the financial offer document envelope of
vice versa, which result in rejection of the
bidder.
7. A complete set of bidding
document In Afan Oromo may be purchased by interested bidders on submission of
written application.
8. The bidder shall offer VAT
registration certificate and renewed registration trade certificate and
Taxpayer registration certificate, registration the FPPA's suppliers list
certificate and tax clearance from Oromia Revenue Bureau or federal tax
Authority to
the address given above and up on payment of a
non-refundable fee of Ethiopian Birr 3000
(Three Thousand ETB) on Account name "Sendafa Beke Town Municipality
office A/C 1045025371211 Siinqee Bank Sendafa
Branch" starting from the first date notice
viewed on newspaper during office hours through Monday to Friday.
9. Submission an opening of Bids:
- Bids must be delivered on or before 4:00 local time on the
21th works day after the first announcement date and the bid/original technical requirement/ will be opened on the same day at
4:30 local time in the presence of bidders or
legal representative who choose to attend.
10. All bids must be accompanied
by a bid security of 200,000.00 (Two hundred thousand) ETB which will be payable
on the first demand to client security in acceptable form of CPO or
unconditional Bank Guarantee valid for 120 days after the date of bid opening and the bid security must be addressed the
employer (Oromia Re- gional State, Sendafa
Beke Town finance office) and must be attached to qualifica- tion document. Late bids shall be rejected. Submission
& opening of bid:-Sendafa Beke Town at the
department of Procurement.
11. Only financial offers of
those bidders who score the qualifying must meet will be opened on the financial opening date. The financial opening
of the bidders who have not must meet
requirement will be returned unopened. The client shall address the financial opening date and time to the bidders.
12. In preparing the bid document
bidders are expected to examine the bid data in the tender document.
13. The financial document shall
remain scaled and deposited in box prepared for this purpose in the presence of auditor or any other authorized
body the client, until financial offer(s) of
qualified bidders are opened publically.
14. The committee assigned will
evaluate the qualification of the bidders based on the basis of their responsiveness to the bid document be
applying the evaluation criterion, criterion must meet assigned to the
criterion in the evaluation methodology and
criterion. Each qualification document will be given non responsive if it does
not respond to the must meet criterion or fails for
non responsive technical score indicated in
the tender document.
15. Advance payment shall not
exceed 10% of the total contract.
16. Any contractor who has
termination history with the bureau, Cities, zonal and Woreda offices and other regional sectors and with had
performance (proved) in their past contractual
period the client has full right to reject those contractors dur- ing technical evaluation.
17. Our organization reserves the
right to accept or reject partially or the entire bid. Contact Ato/AdeAbera Nega/Emabet Tadesa: Mobile
0661056050/23794958
Sendafa
Beke Town Finance Office.