Government (Apr 25, 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/4cccea9a-5f71-4ada-8676-03198b229a97/open
Invitation to Bid
“Procurement of Project Management Consultancy Services”
Procurement Reference No: MAU-NCB-C-0122-2018-BID-Open
Procurement Category: ConsultancyServices
Market Type: National
Procurement Method: Open
Lot Information
- Object of Procurement: Procurement of Project Management Consultancy Services
- Description: Procurement of ICT Consultancy Services for Mekdela Amba University
- Lot Number: 1
- Clarification Request Deadline: May 14, 2026, 5:00:00 PM
- Pre-Bid Conference Schedule: Not Applicable
- Site Visit Schedule: Apr 27, 2026, 7:00:00 PM -May 6, 2026, 3:00:00 AM
- Bid Submission Deadline: May 19, 2026, 10:00:00 AM
- Bid Opening Schedule: May 19, 2026, 10:30:00 AM
Eligibility Requirements
Participation Fee: 300
Eligibility Documents:
| Factor | Criteria |
|---|---|
| Documents proofing its financial standing |
Consultant has to submit other documents proofing its financial standing, as required in the BDS Clause 15.2(b);
|
| Financial Resource |
The Applicant must demonstrate access to, or availability of all financial resources such as liquid cash or lines of credit, unconditional Credit facility from the bank and other financial means, other than any contractual advance payments to meet the following cash-flow requirement: Cash-flow requirements Birr 5,000,000.00 (Five Million ETB) The Submitted document must be original and direct to Mekdela Amba University |
| Average annual turnover |
The Annual turnover calculated as total certified payments received for contracts in progress or completed within the last Five (5) years 2013, 2014, 2015, 2016, and 2017 EC must exceed or equal to 25,000,000.00ETB (Twenty five Million Birr |
| Audit Report Document |
Consultant has to submit financial statements certified by an independent auditor as required in ITC Clause 15.2(a) for the period specified in Section 3, Evaluation Methodology and Criteria;
|
| Factor | Criteria |
|---|---|
| Nationality |
Consultant does have nationality in accordance with ITC Sub-Clause 4.2;
|
| Beneficial Ownership Disclosure Form |
In case of Partnerships, Consortium or Joint Ventures, the Consultant to submit a separate Beneficial Ownership Disclosure Form for each member on the following ways1) Directly or indirectly holding 10% or more of the shares.2) Directly or indirectly holding 10% or more of the Voting Rights or3) Directly or indirectly having the right to appoint a majority of the board of Directors or an equivalent governing body of the consultant or4) Whether a person directly or indirectly exercises significant influence or control over the Company (tenderer)
|
| Conflict of interest |
Consultant is found to have a conflict of interest as described in ITC Clause 5;
|
| Partnerships, consortium, or joint ventures |
In the case of a Bid Proposal submitted by a partnerships, consortium, or joint ventures, the Consultant has to submit the Form Data on partnerships, consortium, or joint ventures, the Agreement governing the formation of partnerships, consortium, or joint ventures, or letter of intent to form JV, including a draft agreement, in accordance with ITC Clause 4.1
|
| Valid business license |
Consultant has to submit valid business license indicating the stream of business in which the Consultant is engaged, in accordance with ITC Clause 4.5(b) (i);
|
| VAT registration certificate |
Domestic Consultant has to submit VAT registration certificate issued by the tax authority in accordance with ITC Clause 4. 5(b)(ii);
|
| Valid tax clearance certificate |
Domestic Consultant has to submit a valid tax clearance certificate issued by the tax authority, in accordance with ITC Clause 4.5(b) (iii);
|
| Factor | Criteria |
|---|---|
| Consultant Certification of Compliance Form |
Consultant has to provide in the Consultant Certification of Compliance Form information related to its professional qualification and capability for the period specified in the BDS Clause 14.1;
|
| Professional practice certificates, |
Consultant has to submit relevant professional practice certificates, if required in BDS Clause 4.5(b) (iv);
|
| Consultant Certification of Compliance Form the Team Skill |
Consultant has to provide in the Consultant 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; |
| Team Skill Matrix |
Consultant has to provide in the Consultant 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 |
| CVs of the Professional staff |
|
| Factor | Criteria |
|---|---|
| Technical Proposal Form |
Consultant has to complete its Technical Proposal, Form in accordance with Terms of Reference presented as per template in Section 6;
|
| Certificates of satisfactory execution of contracts |
Consultant 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;
|
| Major relevant contracts successfully completed |
Consultant has to provide in the Consultant Certification of Compliance Form information about major relevant contracts successfully completed in the number and period specified in the BDS;
|
| Non Performing |
Non-performance of a contract did not occur within the last Five (5) ] years prior to the deadline for Bid submission, based on all information on fully settled disputes or litigation. A fully settled dispute or litigation is one that has been resolved in accordance with the Dispute Resolution Mechanism under the respective contract, and where all appeal instances available to the bidder have been exhausted.
It is mandatory to List all current ongoing projects and attach contract agreement of consultancy service, payment certificate, certificate/testimony letter of satisfactory execution indicating type of service, name of Public body(client), project budget (Cost), consultancy service budget, date, place of project and any other relevant document. Note: 1) If a bidder who has a non-performing /termination/ from the past 5 year, it is considered to be incompetent & non-responsive if a bidder delayed more than 2 times of the contract time due to poor performance of the consultant (due to his poor performance) is considered to be incompetent & non-responsive |
Bid Security Amount: 300,000 ETB
Bid Security Form For MSE: Bank_Guarantee, Letter from Small and Micro Enterprise,
Bid Security From for Foreign Bidders: Bank_Guarantee, CPO,
Bid Security Form For Local Bidders: Bank_Guarantee, CPO,
Notice:
- Terms and Conditions: ማሳሰቢያ ዩኒቨርሲቲችን ባወጣዉ በዚህ ጨረታ ላይ የሚወዳደሩ ድርጅቶ የሚከተለውን ነገሮች ማሟላት ይጠበቅባቸዋል፡፡ 1. ተጫራቾች በሁኔታ ሊይ ያልተመሰረተ (Unconditional BID bond/ Bank Guarantee) ወይም Cpo ዋናውን የጨረታ ማስከበሪያ ጨረታው አየር ላይ ከዋለበት ቀን ጀምሮ ባሉት 20 ተከታታይ ቀናት ዉስጥ መቅደላ አምባ የኒቨርሲቲ አስተዳደር ህንፃ G-02 / አዲስ አበባ ከሚገኘ የመቅደላ አምባ ኒቨርስቲ ገስት ሃውስ ላምበረት ማዓድን ሚኒስተር ዝቅ ብሎ ባለዉ መቅደላ አምባ ዩኒቨርሲቲ ማስተባበሪያ ጽ /ቤት ዉስጥ ማቅረብ አለባችሁ :: 2. የጨረታ ማስከበሪያ ዋስትና ስካን በማድረግ በEGP ሲስተም ላይ ከጨረታ ሰነዳችሁ ጋር ማያያዝ አለባችሁ፡፡ 3. ዋጋ ስትሞሉ ዝርዝር መስፈርቱን እና መለኪያውን በጥንቃቄ በመመልከት ይሙሉ፡፡ 4. የጨረታ መክፍቻ ኪ-ኮዲ /OTP/ በሲስተሙ ላይ በሰኣቱ ሸር ያላደረገ ተጫራች ፤ በኋላ ለሚመጣው ችግር መስሪያ ቤታችን ሀላፊነቱን አይወስድም፡፡ 5. ዩኒቨርሲቲው የተሻለ አማራጭ ካገኘ ጨረታውን ሙሉ በሙሉ ወይም በከፊል የመሰረዝ መብቱ የተጠበቀ ነው 0914945833/0921970076
Address:
- Procuring Entity: Mekidelamba University , Mekidelamba University
- Country: Ethiopia
- Town: GIMBA
- Street: —
- Room Number: G-ROOM 04
- Telephone: +251914945833
- Email: Ephremkasiye12@gmail.com
- Po Box: 32
- Fax: —