Government (May 08, 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/f6af1994-a8a3-4b70-b8b2-bb8f308e1af8/open
Invitation to Bid
Procurement of Building Renovation and Maintenance Work
Procurement Reference No: EALS-NCB-W-0027-2018-BID-Open
Procurement Category: Works
Market Type: National
Procurement Method: Open
Procurement Classification Code:
- Code: 302000000
- Title: Building & Structure
Lot Information
· Object of Procurement: Procurement of Building Renovation and Maintenance Work
· Description: procurement of Parent waiting and discussion room project (2) 2018 E.C
· Lot Number: 1
- Clarification Request Deadline: May 17, 2026, 5:00:00 PM
- Pre-Bid Conference Schedule: Not Applicable
- Site Visit Schedule: Apr 27, 2026, 8:30:00 AM -May 7, 2026, 8:30:00 AM
- Bid Submission Deadline: May 27, 2026, 10:00:00 AM
- Bid Opening Schedule: May 27, 2026, 10:30:00 AM
Eligibility Requirements
Participation Fee: 200
Eligibility Documents:
| Factor | Criteria |
|---|---|
| Historical Financial Performance |
Submission of audited balance sheets and other financial statements as required in the BDS Clause 17, for the last three years to demonstrate the current soundness of the Bidder’s financial position and its prospective long-term profitability The audit report must be Orginal or authenticated copy. Bidders must submit attached legal documents of the Charetered certified auditor. The financial report of the bidder shall be verified by Ethiopian Revenue and Customs Authority. A verification letter for the past five years turn overfrom the Ethiopian revenue and customs authority shuld be attached. The University will check the correctness of the attached annual turnover information from the authority and if there is any discrepancies or false information or evidence on the annual turnover from the authority, the bidder will be canceled automatically. Failure to attach one or all of the above documents will lead to rejection of the bidders from the bid. For foreign bidders, NA |
| Annual Turnover |
a) For Local Bidders The peak annual turnover calculated as a total certified payment in construction work received for the contracts in progress or completed within the last three years must exceed Birr 48,000,000.00 (Forty Eight Million). b) For Joint Venture (Local Contractors) The peak annual turnover calculated as a total certified payment in construction work recived for the contracts in progress or completed within the last three years must exceed Birr 48,000,000.00 (Forty Eight Million). Each partner forming the joint venture shall have at least 25% of the requested turnover and the prime contractor’s turnover shall not be less than 40% of the specified turnover amount. Local to local contractor JV is not allowed |
| Financial Resources |
The Bidder must demonstrate access to, or availability of working capital specifically for this project amounting ETB 3,000,000.00(three mllion) in the form of unconditional credit facility or bank overdraft facility from accredited bank or cash on hand other than any contractual advance payment to meet cash flow requirment, otherwise it will be rejected. . |
| Factor | Criteria |
|---|---|
| Contractor Profesional Certificate |
Contractor Profesional Certificate |
| Debarred by decision of the FPPA |
Not having been debarred by decision of the Public Procurement Agency from participating in public procurements for breach of its obligation under previous contracts in accordance with ITB Clause 4.3. |
| Nationality |
Bidder does have nationality in accordance with ITB Clause 4.2. |
| conflict of interest |
Bidder is found to have a conflict of interest as described in ITB Clause 6;
|
| 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);
|
| Business organization Registration certificate |
Bidder has to submit business organization registration certificate in accordance with ITB Clause 4.5(c).
|
| VAT registration certificate |
idder 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). |
| Factor | Criteria |
|---|---|
| 1. Number of staff |
At least 5 staff currently works for the Bidder |
| personnel for the key positions |
Among the staff mentioned in SubClause 2.1 Bidder must demonstrate that it will have the personnel for the key positions that meet the following requirements; (Please see Qualifications and competence of the key professional staff engaged in the works under Point Rate Technical Evaluation |
| Factor | Criteria |
|---|---|
| General experience |
A minimum of 3 years for a single entity and local contractors and 3 years for Joint Venture and Foreign Contractors of general Experience in the field of Construction |
| Specific Experiance |
) Local Construction and Joint Venture The Bidder has successfully participated as prime Design-Build Contractor or subcontractor, at least one project similar in nature and complexity to the intended work within the last 10 years with a value of at least Birr 22,000,000.00(Twenty Two Million 00/100) that have been Succefully andsubstantially completed (70 percent completed ). Or At least Three projects of the similar nature and complexity to the intended work within the last 10 years with value of each not less than Birr 10,0000,000.00(Ten Million) that have been Succefully (100%) completed |
| History of non-performing contracts |
Non-performance of a contract did not occur within the last Five 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. |
| Pending litigation |
All pending litigation shall in total not represent more than 10% percent of the Bidder’s net worth and shall be treated as resolved against the Bidder |
| 5. Equipment for the implementatio n of the contract |
available for the implementation of the contract the following equipment listed hereafter: Must meet requirement Must meet requirement n/a n/a Technical Proposal with attachments No. Equipment Type and Characteristics Minimum Number Required For the above equipment and machinery, the following attachments are required; The Bidder should provide proper and acceptable evidence for ownership or rental of equipment. For own/rental equipment attach the invoice and verify ownership documents/renewed. Renewed trade license as well as Ownership certificates/libres/receipts/least and rent agreements etc. should be attached. Those lists of equipment that are expected to be owned/leased by the bidder. NOTE: Failure to submit documents entails the rejection of the bid application! |
Bid Security Amount: 150,000 ETB
Bid Security Form For MSE: Letter from Small and Micro Enterprise,
Bid Security From for Foreign Bidders: Bank_Guarantee,
Bid Security Form For Local Bidders:
Notice:
- Terms and Conditions:
መስሪያ ቤቱ ጨረታውን በከፊልም ሆነ ሙሉ በሙሉ የመሰረዝ መበት አለው
Address:
- Procuring Entity: Ministry of Agriculture
- Country: Ethiopia
- Town: Addis Ababa
- Street: in front of FANA broadcasting Corporate011
- Room: Old Building
- Number: 110
- Telephone: +251115159237
- Email: nala@nal.gov.et
- Po Box:717
- Fax:- –