አዲስ ዘመን አርብ ጥቅምት 14 ቀን 2018ዓ.ም
NOTICE
OF INVITATION TO BID
1. The National
Regional State of Oromia has allocated budget towards the cost of Bridge Construction
Projects With approach Roads and intends to apply part of this budget to
payments for the under listed project. The Bridge Name, Location, Span Length,
Amount of Bid security, Minimum Annual construction turnover (ACT) and the
total period of construction including the required mobilization time, for
Bridge project is indicated in the below table;
|
No
|
Bridge
River
Name
|
Span
Length
(M)
|
Zone
|
Ana
Woreda)
|
Bid
Bond
Amount
|
Duration
of the
Works (Cal.
Days)
|
Peak Annual
Construction Turnover
(ACT)
|
Identification
of lots of
bidding
documents
|
|
1
|
Gajaba
|
20
|
Guji
|
A/Sora
|
500,000
|
365
|
50,000,000.00
|
Lot I
|
|
2
|
Kulawa
|
18
|
Guji
|
Wadara
|
500,000
|
365
|
50,000,000.00
|
Lot II
|
|
3
|
Suleman
|
12
|
Guji
|
A/Rede
|
500,000
|
365
|
50,000,000.00
|
Lot III
|
|
1
|
Mansole
RW
|
20
|
Guji
|
A/Sora
|
500,000
|
365
|
50,000,000.00
|
Lot IV
|
The Guji Zone Roads
& Logistics Office now invites eligible bidders to submit sealed bids for providing
the necessary labor, material and equipment for construction works of the above
Bridge projects.
2. Interested
bidders shall submit the following evidence:
The bidders shall
have a certificate of competency from Oromiya Construction Authority or Ministry
of Urban Development and Construction with Category GC-5 and above renewed for
the bidding period and other appropriate documentary evidences demonstrating
the bidder's compliance, which shall include:-
I Trading /Business
License renewed for bid period and Comercial Registration Certificate from
authorized bodies.
ii. VAT & Tax
payer Identification Certificate issued by the tax authority,
iii. 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.
iv. Evidence
of/Being/ Registered at National Electronic Government Procurement Portal (eGP)
supplier list.
3. Bidding will be
conducted through the National Competitive Bidding (NCB) procedures and is open
to all eligible domestic bidders as specified and defined in the bidding
document.
4. Interested
eligible bidders may obtain further information and inspect the bidding
documents, including a complete set of Engineering Drawings which is necessary
for bidding purpose, at the address given below at office working hours.
5. 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 non-refundable
fee of ETB 1,500.00, effective from the first date of announcement up to deadline.
6. Bidders may get
Bidding Documents from Guji Zone Finance Office procurement and Property administration
department First Floor Number 9. The bid opening shall take place consecutive
21 working days starting from the official announcement of bid on the newspapers.
7. 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 another
envelope separately and labeled as "One ORIGINAL & One PHOTOCOPY"
and "Second PHOTOPY" 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 wax sealed
envelope whose outer cover containing all necessary information about the firm
& employer including project information.
8. The Bid will be
closed on 15/03/2018 E.C on 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 Zone Administration office, Meeting hall and Late bidders will be rejected.
9. Qualification
Application, Financial offers, and Bid security of the bidders will be opened by
the Guji Zone Finance Office in the presence of bidders' representatives who
choose to attend at the address below on the final date and 30 minutes after
bid submission as stated above.
10. One bidder can
participate in all four project, but awarded one project if wins the bids.
11. 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 on the 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.
12. Guji Zone Roads
and Logistics Office reserves the right to reject any bid and to annul the bidding
process and reject all bids at any time, without thereby incurring any
liability to Bidders.
[Insert
P. O. B.,Insert Tel.,Insert Fax]
Adola
Woyu, Oromiya, Ethiopia
Guji
Zone Roads and Logistics Office