The Oromia Roads and Logistics Bureau (ORLB) now invites Contractors of Category GC-4 or RC-4 and below to submit sealed bids for providing the necessary labor, materials, and equipment for Maintenance Works of Package I and II Road projects


Ethiopian Herald(Oct 21, 2025)

Please read the detailed instructions below. ከስር የተጠቀመጠውን እያንዳንዱን መረጃ በጥንቃቄ ያንብቡ።

NOTICE OF INVTION FOR BID

Procurement Reference Number: RLB/NCB/RCFSP/CMP-12/2018

1. The Federal Democratic Republic of Ethiopia (FDRE), Ministry of Urban and  Infrastructure with financing support from the World Bank through the International Development Association (IDA) Grant E308-ET, is implementing the Rural Roads Connectivity for food security Program (RCFSP). The Government of Oromia Regional state also allocated required budget as a matching fund for the program and intends to apply part of this budget to payments for under listed projects.

The Oromia Roads and Logistics Bureau (ORLB), now invites Contractors of Category GC-4 or RC-4 and below to submit sealed bids for providing the necessary labor, material and equipment for Maintenance works of Package-I and II Road projects.

Details of the projects; Package Number, Lot Number, Project name, location, length, amount of bid security and the project duration are indicated in the table below.

Package-I

Lot No

Name of the Project

Project Length (km)

Pavement

Type

Duration (Cal.Days)

Bind Bond

Zone

 

Woreda

 

1

Baabbo-Bildimtu

18

Gravel

 

180

310,000.00

West Wallaga

Babo Gambel

Sirba Igguu-kuyya

11.81

2

Gidami -Werabey maleko

6

Gravel

 

180

130,000.00

 

Kellem Wallaga

Gidaamii

 

Choman Kalla – Bata – Buri

10.46

3

Jarso-Chalte – Oda

10

Gravel

180

145,000.00

Ilu Aba Bora

Darimu

Asas – Furdisa – Buko

14

4

Dire gufte-Lagawama

10.13

Gravel

180

120,000.00

 

East Wallaga

 

Wayu Tuka

 

Gute-laga Alaltu

8

5

Wandi – Sagoo

12

Gravel

180

175,000.00

Horo Guduu

Wallaga

Jardaga-Jarte

Aliboo-shabanee

8

6

Limu-Shaye-A/Afata

9

Gravel

 

180

155,000.00

Jima

Goma

Dalacho-Boto

11.5

 

Package-II

Lot No

Name of the Project

Project Length (km)

Pavement Type

Duration (Cal.Days)

Bind Bond

Zone

 

Woreda

 

1

Gidaamii-Abono komatir

14.84

Gravel

180

100,000.00

Kellem Wallaga

Gidaamii

2

D/Dolloo- Walgayii

Bubukaa-Qanqalcha

12

Gravel

180

95,000.00

Sayo

3

D/Dolloo- I/Galaanoo-

Riphaa Aspalt

16.3

Gravel

180

120,000.00

Sayo

4

Sardoo Saachii-Beroo Qarsa

15.6

Gravel

180

102,000.00

Ilu Aba Bora

Alge Sachi

5

Soodoo-Gabaa Kamisaa

17.16

Gravel

180

105,000.00

6

Ilaala – Geddaa

16.3

Gravel

180

100,000.00

Buno Bedele

Chora

7

Ukkee-Loko-Jaarsoo

15.79

Gravel

180

123,000.00

East Wallaga

Guutoo Giddaa

8

Naqamtee-Abdataa

14.5

Gravel

180

145,000.00

9

Dangaja-Kamise

9.3

Gravel

180

100,000.00

Jima

Limu Kosa

1. Bidders should fulfill the following requirements & other appropriate documentary evidences demonstrating the bidder’s compliance;

i. Domestic bidders shall have a certificate of registration from Ethiopia Construction Authority or Regional Construction Authority with relevant Categories GC-4 or RC4 and below, renewed for the bidding period,

ii. Commercial registration certificate, 

iii. Renewed trade license for the bidding period,

iv. Tax clearance certificate which is valid for bid submission date that permits the bidder to participate in any public tender,

v. TIN and VAT registration certificate and

vi. Evidence of being registered at National Electronic Government Procurement Portal (eGP) supplier list.

2. 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.

3. Interested eligible bidders may obtain further information from Oromia Roads & Logistics Bureau and inspect the bidding documents at the address given below at office hour. A complete set of bidding document prepared in English language may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a non-refundable fee of ETB 1000.00 (One Thousand Birr) in cash for each Project interested to apply, starting from the date of this notice.

4. Bids must be delivered to the address below on or before November 18,2025 at 10:00 AM. Late bids will be rejected. Technical Proposals will be opened by the procurement directorate of the Bureau in the presence of bidders’ representatives, at the address below on the same date at 10:30 AM.

5. Bidders must meet the minimum qualification criteria for their Financial Proposal to be opened. Unqualified Bidders’ Financial Proposal will be returned unopened to the Bidder. Financial Proposal of qualified bidders will be opened, at the same address given below, on the date that is to be declared by the Bureau’s Endorsing Committee (TAC), after completion of the evaluation of Technical Proposals.

6. The Oromia Roads and Logistics Bureau reserve the right to accept or reject any or all bids and to annul the bidding process at any time, without thereby incurring any liability to Bidders.

Oromia Regional Government Sectorial Office Building, Sarbet

Oromia Roads & Logistics Bureau

3rd Floor, Procurement Directorate

Email: info@orlb.gov.et

Website: www.orlb.gov.et

Addis Ababa/Finfinne, Ethiopia

Oromia Roads & Logistics Bureau


Leave a Reply

Your email address will not be published. Required fields are marked *