Your cart is currently empty!
The West Guji Zone Roads & Logistics Office Name now invites eligible bidders to submit sealed bids for providing the necessary labor, material and equipment for construction works of Bridge projects
Addis Zemen(Oct 14, 2025)
ከስር የተቀመጠውን እያንዳንዱን መረጃ በጥንቃቄ ያንብቡ። Please read the detailed instructions below.
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) 
 | 
| 1 | CARI 
 | 14 
 | WEST GUJI 
 | Bule Hora 
 | 600,000 
 | 365 
 | 60,000,000 
 | 
| 2 | KORCA 
 | 16 
 | WEST GUJI 
 | Kercha 
 | 700,000 
 | 365 
 | 65,000,000 
 | 
The [West Guji Zone Roads & Logistics Office Name] 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 Oromia Construction Authority or Ministry of Urban Development and Construction with Category [GC-5/BC-3/RC-3 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. 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 [2000], effective from the first date of announcement up to deadline.
5. 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 other 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. Fi- nally, 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.
6. Bidding Document can be purchased from West Guji Zone Finance Office, Bule Hora, Ethiopia for an non-refundable fee of ETB 2000 listed above No.4
7. Bids must be delivered to the address below, Starting from Bid announcement date on newspaper following [21 Consecutive working days of Ethiopian Calendar days], 2018 at [3:00 AM, Local time] and Bid will be opened on the same day at [3:30 AM, local time]. All bids must be accompanied by a bid security indicated in the above table. Late bids will be rejected. Qualification Application, Financial offers, and Bid security of the bidders will be opened by the [West 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.
8. 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. Un- qualified Bidders’ Financial Proposal will be returned unopened to the Bidder.
9. West 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.
10. Any attempt submission of forged(false) documents and/or indication of financial offers and also misplacement of documents shall result in rejection of the bid [for further information:- Tel.0986053616/0913063862/0936532376.] [Bule Hora], Oromia, Ethiopia [West Guji Zone Roads and Logistics office]
National Regional State of Oromia Authority Head Office