Livestock Development Institute: Procurement of Maintenance Works for Main Store Shelving System Lot 0090


Government(Feb 05, 2026)

Please click on this Link in order to Bid on the Electronic Government Procurement website

https://production.egp.gov.et/egp/bids/report/tendering/bd61bcf1-9d1f-4bda-9239-207ee1bd2c44/open

Reference Number: LDI-NCB-NC-0066-2018-BID-Open-Re-bid
Lot Reference: LDI-NCB-2018

Procurement Information

  • Procurement Type: Bidding
  • Procurement Method: Open
  • Market Type: National
  • Envelope Type: two envelop
  • Category: NonConsultancyServices

Procuring Entity

Organization: Livestock Development Institute

Contact Information

Address: Akaki Kality woreda 07

Town: Addis Ababa

Country: Ethiopia

P.O. Box: 22692

Post Code: 1000

Telephone: +251 913574230

Email: gobenatolani6@gmail.com

Office: 003

Important Dates

  • Invitation Date: Jan 21, 2026, 12:00 AM
  • Submission Deadline: Feb 9, 2026, 2:00:00 PM
  • Opening Schedule: Feb 9, 2026, 2:30:00 PM
  • Clarification Deadline: Jan 26, 2026, 5:00 PM

Eligibility Requirements

Participation Fee: 200

Bid Security: 150000 ETB

Bid Security Forms (Local): Bank_Guarantee, CPO

Bid Security Forms (SME): Letter_from_Small_and_Micro_Enterprise

Qualification Requirements

    • The Bidder must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments, to meet the following cash-flow requirements from a reputable Bank in an amount not less than ETB 1,500,000Financial standing

      . Financial Standing of the Bidder

            1. Historical Financial Performance:

      • The Bidder must demonstrate the current soundness of its financial position and its prospective long-term profitability by submitting audited Balance Sheets and other financial statements for the past 5 years. These documents must be audited by a certified external auditor and verified by the Public Body, as specified in Clause 17 of the ITB.

            2. Average Annual Turnover:

      • The average annual turnover, calculated as total certified payments received for contracts in progress or completed within the last 5 years, must exceed ETB 16,000,000.

           3. Financial Resources (Cash Flow):

    Reference: 33.5(b)

  • Certificates of satisfactory execution of contracts
     Bidder has to submit Certificates of satisfactory execution of contracts provided by contracting parties to the contracts successfully completed in the period and budget as specified in the BDS Clause 16.3;

    Reference: 33.4(c)

  • Valid business license

    Bidder has to submit valid business license indicating the stream of business in which the bidder is engaged, in accordance with ITB Clause 4.6(b)(i);

    Reference: 33.2(c)

  • VAT registration certificate

    Bidder has to submit VAT registration certificate issued by the tax authority in accordance with ITB Clause 4. 6(b)(ii)

    Reference: 33.2(e)

  • Bid Submission Sheet Form

    Bidder has to provide in the Bid Submission Sheet Form the Statement attesting the origin of the Services offered

    Reference: 33.4(a)

  • Bidder Certification of Compliance Form
    Bidder has to provide in the Bidder Certification of Compliance Form information about major relevant contracts successfully completed in the number and period specified in the BDS;

    Reference: 33.4(b)

  • Relevant professional certificates

    Bidder has to submit relevant professional practice certificates if required in BDS Clause 4.6(b)(iv)

    Reference: 33.1(a)

  • Bidder Certification of Compliance Form the Team Skill Matrix
      Bidder has to provide in the Bidder Certification of Compliance Form the Team Skill Matrix identifying the skills that are relevant to the role in the contract team and are required for successful execution of the contract;

    Reference: 33.3(c)

  • Schedule of Requirements
    Bidder has to complete its Schedule of Requirements + Technical Offer+ Compliance Sheet Form in accordance with Terms of Reference presented as per template in Section 6, Schedule of Requirements

    Reference: 33.4(d)

  • Annual Turover

     When the annual turnover submitted by the bidder is less than average annual turnover specified in Section 3, Evaluation Methodology 

    Reference: 33.6(c)

  • warranty
     Bidder has to submit Description of the organization of the warranty offered in accordance with the conditions laid down in GCC Clause 24;

    Reference: 33.4(e)

    1. Welding machine :                              quantity = 1 Unit
    2. Concrete Mixer with mixer 300m3:   quantity = 1 Unit.
    3. Pickup with 5 quintals capacity:       quantity = 1 Unit.
    4. Rotary Hammer Drill                          quantity = 1 Unit.
    5. Portable Generator 5KW                   quantity = 1 Unit.Equipment for the Implementation of the Contract

      Ø The Bidder must demonstrate ownership or enforceable lease agreement for the following: The Attachments shall include: The said Equipment’s to be considered need to be renewed at least for the year 2025 G.C

    Reference: 1.1

  • Conflict of interest

    Bidder is found to have a conflict of interest as described in ITB Sub-Clause 4.3

    Reference: 33.2(b)

  • Technical Offer
     Bidder has to complete its Schedule of Requirements + Technical Offer+ Compliance Sheet Form in accordance with Terms of Reference presented as per template in Section 6, Schedule of Requirements

    Reference: 33.4(d)

  • major relevant contracts successfully completed
     Bidder has to provide in the Bidder Certification of Compliance Form information about major relevant contracts successfully completed in the number and period specified in the BDS;

    Reference: 33.4(c)

  • CVs of the Professional staff
    Bidder has to provide CVs of the Professional staff signed by the staff themselves or by the authorized representative of the Professional Staff.

    Reference: 33.3(e)

  • Bidder Certification of Compliance Form

      1.     Professional Qualifications and Capability of the Bidder

    The Bidder must demonstrate that it will assign personnel who meet the following requirements for key positions.

    Number of staff At least 4 staff currently works for the Bidder Among the staff mentioned Bidder must demonstrate that it will have the personnel for the key positions that meet the following requirements

    NB: The attachment shall include Renewed Employment Agreement; Renewed Professional License, CV, and testimonials from Previous Employers etc. to be considered.

    1.      Supervisor:

    o   MSc/BSc in Mechanical Engineering.

    o   Experience: Total 4 years /6 years.

    o   Specific: Minimum 2 years as a supervisor on similar projects.

    2.      Mechanical Engineer:

    o   Msc/BSc in Civil Engineering or Construction Management.

    o   Experience: Total 2/4 years.

    o   Specific: Minimum 2 years as a Mechanical Engineer.

    3.      Technician

    o   Diploma/Certificate from Technical School.

    o   Experience: Total 6 years.

    o   Specific: Minimum 4 years as a Technician

    o   Quantity = 3 person

    Reference: 33.3(b)

  • Valid tax clearance certificate

    Bidder has to submit a valid tax clearance certificate issued by the tax authority, in accordance with ITB Clause 4.6(b)(iii);

    Reference: 33.2(f)

  • Relevant professional certificates
      Bidder has to submit relevant professional practice certificates if required in BDS Clause 4.6(b)(iv);

    Reference: 33.1(a)

  • Drawings and Performance Diagrams

     Bidder has to submit Drawings and Performance Diagrams – Form E of Section 6 (if applicable).

    Reference: 33.4(f)

    1. Method Statement: Detailed description of how the contractor intends to execute the works (Site layout, material storage, quality control).
    2. Work Schedule: Critical Path Method (CPM) or Gantt chart showing completion within the required timeframe.
    3. Mobilization Schedule: Timeline for deploying staff and equipment.Schedule and Methodology

    Reference: 1.1

Procurement Classification

  • 72000000: Building and Facility Construction and Maintenance Services

Source of Fund

  • Treasury

Governing Rule

The Federal Republic of Ethiopia

Terms and Conditions

1. ማንኛውም ተወዳዳሪ ድርጅት ሲ.ፒ ኦ መጫንም እንዲሁም ጨረታ ከመከፈቱ በፊት በአካል ማቅረብ ይኖርባቸዋል። 2. ማንኛውም ተወዳዳሪ ድርጅት የጨረታ መክፈቻ ዕለት የጨረታ መክፈቻ ቁልፍ መላክ ይኖርበታል። ነገር ግን ሳይልክ ቀርቶ ጨረታው ባይከፈት መ/ቤቱ ሃላፊነቱን አይወስድም። ማሳሰቢያ፡- መ/ቤቱ የተሻለ አማራጭ ካገኘ ጨረታውን ሙሉ በሙሉ ወይም በከፊል የመሰረዝ መብቱ የተጠበቀ ነው።

Bidding Logistics

Site Visit: Allowed

Pre-bid Conference: Required


Leave a Reply

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