The Oromia Roads and Logistics Bureau (ORLB) wants qualified domestic construction contractors (GC-4 or RC-4 and below) to submit sealed bids for providing the labor, material, and equipment needed for road maintenance works on 18 specific rural gravel roads (12 in Package-IV and 6 in Package-III)


Ethiopian Herald(Oct 30, 2025)

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

NOTICE OF INVITATION FOR BID

Procurement Reference Number: ORLB/NCB/RCFSP/MP-16/2018

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 Reginal 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.

2. 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-III and IV 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-III

Lot No

Name of the Project

Project Length (km)

Pavement Type

 

Duration (Cal. Days)

Bind Bond

 

Zone

 

Woreda

 

1

Balee-Dharolee

9.5

Gravel

180

100,000.00

Arsi

Bale Gasgar

Bele-Lemeti Dindin

6.8

2

Bokoji-koma walkite- koji

12.5

 

Gravel

180

 

156,500.00

 

Arsi

Lemuf Bilbilo

Sirbo -Gesse bilbilo

9.2

3

Dobi Mazoriya-Gorogoro-Sirata

8.5

Gravel

180

130,000.00

East Shoa

Gimbichu

Seftu-Fugne-Ambule

10

4

Wobarii -Gomoroo Saaboo

8.5

 

Gravel

180

98,000.00

 

North Shoa

 

Wachale

 

Obori Usmani

8

5

Gorfo A lem Xeenaa

9.2

Gravel

180

129,000.00

 

North Shoa

Sululta

 

M/Gaajoo – G/Illaammuu

9.5

6

Kufa kas-Ibsa

6.5

Gravel

180

96,000.00

 

West

Hararge

Habro

 

Galemso-Wane Kalo

9.5

Package-IV

1

Sire kello Gato Haro tatce

12

Gravel

180

 

74,000.00

 

West Hararge

Gemechis

 

2

Kase-Barihemo

 

20

Gravel

180

120,000.00

 

West Hararge

Gemechis

 

3

Qondalaa-D/Shumoo-Dambi Chendo

20

Gravel

180

160,000.00

 

West Shoa

 

Nonno

 

4

Q/Hurrummuu-A/Heebanii-M/Heebanii-H/Dinkii

14

Gravel

180

108,000.00

 

West Shoa

 

Nonno

5

Gindo-Dalle Dak

23

Gravel

180

141,000.00

 

S/W/Shewa

 

Amaya

 

6

Waabarii- Wallaansoo-Aroji

16

Gravel

180

98,000.00

 

North shoa

 

Wachale

 

7

Wayyuu-Manjiksoo Xaddee

12.5

Gravel

180

77,000.00

 

East Shoa

 

Gimbichu

 

8

Magala Gurawa-Gafra Qancaraa

19

Gravel

180

116,000.00

 

East Hararge

Gurawa

9

Doguu-Mudanaa

16

Gravel

180

97,000.00

 

East Hararge

Gurawa

10

Koshimoo- Isawwaa Goolloo

13

Gravel

180

79,000.00

 

Arsi

 

Bale Gasgar

11

Saakella G/Gabreelii

8.2

Gravel

180

50,000.00

North shewa

sululta

 

12

Defo-Dikicha

10.9

Gravel

180

68,000.00

West Hararge

Habro:

 

3.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 Ethiopian 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.

4. 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.

5. 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.

6. Bids must be delivered to the address below on or before November 28, 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.

7. 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.

8. 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 and Logistics Bureau


Leave a Reply

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