Notice of Invitation Consultancy Service for the
Detail Engineering Design of bridge
Procurement reference number: Sida/Reg/004/2013
The Government of the Sidama state represented by Sidama Roads Authority, has allocated budget towards the cost of detail engineering design of the following package Bridge projects and intends to apply part of the proceeds to eligible payments for the consultancy services
1. DETAIL ENGINEERING DESIGN OF BRIDGE PROJECT
Package One
|
Project Name |
Wereda |
Duration |
1 |
Toke Hayisa-beera-sowinni |
Hawela |
60 Calendar Day |
2 |
Lelo Shoye Gidamo dela laalle diramo |
Dalle |
|
3 |
Bule-bono Alata -chuko |
chuko |
|
4 |
Woyimma Woyima -Bera-Tadicho |
dalle |
|
5 |
Gidawo Arada-gale-magara |
Loka |
Package two
|
Project Name |
Wereda |
Duration |
1 |
Gambeltu Haro-Habalashe |
Aroresa |
60 Calendar Day |
2 |
Adilo Mokonisa-Osole |
Bansa |
|
3 |
Qongana Shanta-Goliba Damo |
Bansa
|
|
4 |
Jigesa Setamo-safa -miride |
Daara |
|
5 |
Ilala shafame |
Teticha |
2. The duration of the consultancy service is specified in the fourth column above.
3. The request for proposal documents for each package for road design was preparedby our office. Every consulting firm who fulfills the eligibility documents can buy any Package. However, they can submit their proposal One Package which they will prefer
4. The Sidama Roads Authority now invites bidders to submit sealed bids for providing necessary labor, materials and equipment’s for the consulting of these projects
5. The above stated duration of consultancy service, is allotted for all projects within a package, thus the winner consultant is expected to finalize all projects within the package on or before allotted duration for each package and the schedule will also submitted by knowing this.
6, Interested bidders shall submit the following evidences:
- I. Certificate of Registration from Ministry of Urban Development, housing and construction or relevant regional Authorities for the consultant Registration with Category Grade-3 and above renewed for this fiscal year and other appropriate documentary evidence demonstrating the bidder’s compliance (Certificate on compliance) which shall include
- II. Trading (business) license renewed for this fiscal year
- III. It’s tax clearance Certificate which states that the bidder is eligible to purchase in any public tender and valid at least at deadline for submission of the bid
- IV. VAT Registration Certificate
- V. Tax payer registration certificate
- VI. Evidence of registered supplier
7. Bidding will be conducted through the National Competitive Bidding (NCB) Procedures and is open to all eligible domestic s as specified and defined in the Bidding document
8. Interested eligible bidders may obtain further information from and inspect the bidding documents at the address given below from 2:30 a.m. to 6:30 p.m. and from 7:30 p.m. to 11:30 p.m local time from Monday to Thursday and 2:30 am to 5:30 am and 7:30 p.m. to 11:30 pm on local time Friday. 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 nonrefundable fee of ETB 300.00 (ETB: three hundred only) for package projects effective as of 20 successive calendar days starting from the first notification of this advertisement on the Ethiopian Herald. The final submission and opening date of the proposal will be on the 21″ date of this announcement on the Ethiopian Herald at 5:00 AM & 8:30 PM local time respectively. If the 21st date is not a working day, it will be held on the next working days at same time. The method of payment shall be in cash.
Address Sidama Roads Authority
Procurement & Finance Case Team
Bureau room number 06
P.O.Box435 Hawassa
Tel; 2510462128446
Fax; 2510462128588
Street address at the back of new bus station near to St. George
9. Bidders shall submit three envelopes, Qualification Information” in one envelop, “Bid Security” in one envelop, and “Financial Bid” separately in another envelope and should be sealed in an outer envelope.
10. Evaluation is to be carried out in two stages, Qualification information first and financial Bids of qualified bidders next.
11. Bids must be delivered to the above address on or before 5:00 am local time of the above said date. All bids must be accompanied by a bid security of 20,000.For Package Bridge design projects for 88 Calendar Day. Late bids will be rejected. Qualification information and Bid security of the bidders will be opened in the presence of bidders/bidder representatives who choose to attend at Sidama road authority Conference Room, on the final date and time of bid opening as stated above.
12. The Sidama Roads Authority reserves the right accept any or all bids.
General Manager
Sidama Roads Authority Main Office
P.O.BOX 435 Hawassa
Tel: 251-046-0462127941 Fax; 251-0462128588
SIDAMA ROADS AUTORITY