Borana University: Procurement of Fence Work – test3.diretenders.com

Borana University: Procurement of Fence Work


Government (Apr 21, 2026)

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

https://production.egp.gov.et/egp/bids/all/tendering/af8718c1-a64a-4352-a42f-86f482897f13/open 

Invitation to Bid 

Procurement of Fence Work

Procurement Reference No: BRU-NCB-W-0059-2018-BID-Open
Procurement Category: Works

Market Type: National
Procurement Method: Open
Procurement Classification Code: 

Lot Information 

  • Object of Procurement: Procurement of Fence Work
  • Description: Lot-2 construction of 2km fence work
  • Lot Number: 1
  • Clarification Request Deadline: May 5, 2026, 5:00:00 PM
  • Pre-Bid Conference Schedule: Not Applicable
  • Site Visit Schedule: Apr 22, 2026, 8:30:00 AM -May 4, 2026, 6:30:00 PM
  • Bid Submission Deadline: May 10, 2026, 10:00:00 AM
  • Bid Opening Schedule: May 10, 2026, 10:30:00 AM

Eligibility Requirements
Participation Fee: 500
Eligibility Documents: 

Financial Qualification

Factor Criteria
Annual Turnover

Annual construction turnover of ETB 50,000,000.00 (Fifty Million) calculated as total certified payments received for contracts in progress or completed within the last three (3) years (Peak of the last three years).

Historical Financial Performance

Submission of balance sheets audited by a Chartered Certified Auditor and other financial statements as required in the BDS Clause 17, for the last 3 years (2015-2017) to demonstrate the current soundness of the Applicant’s financial position and its prospective long-term profitability.

The bidder’s financial statement must fulfill at least the following minimum financial soundness requirements.

Local bidders: –

         i.     Average current ratio of the last 3 years should be more than one (1) OR

       ii.     The current ratio of the recent year should be more than one (1) And

     iii.     Profit before tax or return on equity of the past four years should be positive.

 who have failed to satisfy the above financial soundness requirements, they can optionally provide and attach with the qualification document unconditional line of credit specific to the project equivalent to the amount specified under Item No. 2.9) and valid for the duration of the contract otherwise; they will be rejected from further evaluation.

Financial Resources

The Bidder must demonstrate access to, or availability of, as liquid cash or Bank confirmation letter for giving Unconditional Bank credit facility (which must be UNCONDITIONAL) that shown on current bank statement and Should Be Supported by Confirmation Letter by Respective Bank for contractual advance payments to meet the cash-flow requirements Minimum of the figures indicated in the following requirements;

v Cash-flow requirements Birr 15,000,000.0 Fifteen Million Ethiopian Birr or equivalent.

The Submitted document must be original and the document shall be written direct to Borana University 

Legal Qualification

Factor Criteria
VAT registration certificate
Bidder has to submit VAT registration certificate issued by the tax authority (in case of contract value specified in BDS Clause 4.5(b)(ii)), in accordance with ITB Clause 4. 5(b)(ii).;
valid tax clearance certificate
Bidder has to submit a valid tax clearance certificate issued by the tax authority in accordance with ITB Clause 4.5(b)(iii).
Nationality
Bidder does have nationality in accordance with ITB Clause 4.2.
Business organization Registration certificate
Bidder has to submit business organization registration certificate in accordance with ITB Clause 4.5(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 4.5(b)(i);
Power of attorney

The power of attorney should be written and signed by the legal entity  

Government Owned Entity

Compliance with conditions of ITB Clause 4.5

conflict of interest
Bidder is found to have a conflict of interest as described in ITB Clause 6;
Competence Certificate
Grade-5 and above competence certificate
Professional Qualification

Factor Criteria
Personnel for the key positions

Among the staff mentioned in Sub-Clause 2.1 Applicant must demonstrate that it will have the personnel for the key positions that meet the following requirements:

1 Project Manager of 10 years & above general experience, 8 Years BSc & above specific experience and Civil Engineering/CoTM in qualification

2 Office Engineer of 8 years & above general experience, 6 Years BSc & above specific experience and Civil Engineering/CoTM in qualification

3 Site Engineer of 7years & above general experience, 5 Years BSc & above specific experience and Civil Engineering/CoTM in qualification

4 construction Forman of 10 years & above general experience, 8 Years BSc & above specific experience and Diploma & above Building Technology or Technical college Diploma in qualification

5 Chief Surveyor of 8 years & above general experience, 6 Years BSc & above specific experience and Diploma & above Surveying Technology in qualification

Total Number of staff
The applicant should provide at least 5 staff currently work for the bidder. Among staffs mentioned 2.1, at least 60% of staff must be permanent staff for the Bidder.
Technical Qualification

Factor Criteria
General experience

A)    For Local Bidders

The bidder has a minimum of two (2) experience certificate with minimum budget size of 100,000,000 (one hundred million) as a Grade-5 and above Building contractor or General Contractor.

General works Methodology

Methodology should be specific to the challenge of current project not generic.

1. General work methodology (2 Point)

 State your general work methodology from site handover to completion, phasing without affecting environment.

ü Site Visit, findings and appreciation, (0.5 point)

ü Problem Handling Mechanism, (0.5 point)

ü Sub contract agreement and methodology for geotechnical investigation and infrastructure works;(0.5 point)

Identification of Sources of local materials and labor, (0.5 point).

Specific Experiance

A)   For local bidders:

The bidder must provide at least 1 ( One) Certificates of reliable and satisfactory execution of or above 70% in progress of contracts with in budget and time similar in nature and complexity at least ETB 90,000,000.00 ETB ( ninety Million Birr) within the last two (2) years that has been successfully and substantially completed and the bidder shall provide copies of the final approved payment certificate. The Bidder must submit successful or substantial completion testimonials and certificates from the project employers.

Or

The bidder must provide 2 (Two) Certificates of reliable and satisfactory execution of or above 70% in progress of contracts with in budget and time similar in nature and complexity of project with a value of at least ETB 50,000,000.00 ETB ( Fifty Million Birr) within the last Thwo (2) years that has been successfully and substantially completed and the bidder shall provide copies of the final approved payment certificate. The Bidder must submit successful or substantial completion testimonials and certificates from the project employers.

Specific Works Methodology

2. Specific Work Methodology (13 Point)

2.1. Structure Work (6 Points)

1) Concrete Casting methods: The concrete casting methods (using manual concrete or batching plant, truck mixer, tower crane, pumps, stationary/mobile cranes) in particular to the project (1 point)

2) Structural Concrete casting: The locations of the tower crane, location of the pumps with sketches on the site. (Location of concrete mixing plant) and how you are planning to cast the major structural elements like Footing, floor slabs & beams, columns & walls. (1 point)

3) Formwork: The formwork type to be used for each structural element like footing, floor slabs & beams, columns & walls. The scaffolding type to be used should be stated clearly, you must clearly show the formwork type/with sketches considering the lift wall (1 point)

4) Finishing Works: The bidder must clearly indicate his proposal to wall finish, quartz paint, floor finish, claddings, aluminum works and ceiling. (1 Point)

5) Plumbing work: The bidder must clearly indicate his approach to the following plumbing works

o Water supply pipe laying (0.5 Point)

o Waste water pipe laying (0.5 Point)

2) Electrical Work: The bidder must clearly indicate his approach of electrical equipment’s, power and cable works (1 Point)

2.2 Site Organization (1 Points)

(Site organization includes site visit reports, understanding of the overall site condition and challenges, determination of egress and ingress to site, locations of site offices, and space for material storage, site management organization, and Key personnel organization corresponding to head office emergency organization etc.)

2.3 Site safety policy and procedure (2 Point)

The bidder should present detail description of ways of controlling and managing site safety, safety policy and procedure, quality & healthy production system and risk mitigation procedure and organizational structure.

       a) General safety plan of the contractor (0.5 Point)

       b) Method of mitigation of hazard on site (0.5 Point)

       c) Type and usage of safety sign (0.5 Point)

       d) Risk mitigation organizational structure (0.5 Point)

2.4 Work Schedule (4 Points)

a) Master schedule: The professional & logical presentation of Master Schedule. Show all required mile stone like critical activity, duration, predecessor and successor. (1 Point)

b) Machinery Schedule: it shall mention the list of equipment and the delivery date N.B All the equipment and machineries mentioned in the list above shall be mobilized solely to execute the project. (1 point)

c) Manpower schedule: Manpower deployment in respective works should be present. (1 point)

d) Procurement schedule: Procurement schedule of all the resources in order to finish the proposed work within the contract time using MS-project or any latest planning software (1 point)

 

Bid Security Amount: 400,000 ETB

Bid Security Form For MSE: CPO, Bank Guarantee,

Bid Security From for Foreign Bidders: 

Bid Security Form For Local Bidders: CPO, Bank Guarantee,

Notice: 

  • Terms and Conditions:
  1. All bidders are required to submit the original CPO to the Borana University Procurement Office at least one (1) day prior to the bid closing date
  2. The public body has a right to cancel this bid partial or wholly.

Address: 

  • Procuring Entity: Borana University
  • Country: Ethiopia
  • Town: yaballo
  • Street: yaballo
  • Room Number: 2nd floor
  • Telephone: +251906311103
  • Email: didawadare589@gmail.com 
  • Po Box: 19
  • Fax: 0916901353

Leave a Reply

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