መቐለ ዩንቨርስቲ

Invitation to Bid

Renovation Project Student Dormitory at Main Campus (MURP-01)

Procurement Reference No: MU-NCB-W-0065-2017-BID
Procurement Category: Works

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

  • Code: 202000000
  • Title: Building and Facility Construction and Maintenance Services

Lot Information

  • Object of Procurement: Renovation Project Student Dormitory at Main Campus (MURP-01)
  • Description: Renovation Project Student Dormitory at Main Campus (MURP-01)
  • Lot Number: 1
  • Clarification Request Deadline: Mar 23, 2025, 5:00:00 PM
  • Pre-Bid Conference Schedule: Not Applicable
  • Site Visit Schedule: Not Applicable
  • Bid Submission Deadline: Apr 3, 2025, 9:00:00 AM
  • Bid Opening Schedule: Apr 3, 2025, 9:30:00 AM

Eligibility Requirements
Participation Fee: Free of Charge:
Eligibility Documents:

Financial Qualification

Factor

Criteria

Historical Financial Performance

Submission of audited balance sheets and other financial statements as required in the BDS Clause 17, for the last 5 (Five) years to demonstrate the current soundness of the Bidder's financial position and its prospective long term profitability.

Average Annual Turnover

Peak Annual construction turn over: Minimum average annual construction turnover of 240 Million ETB calculated as total certified payments received for contracts in progress and / or completed within the last 5 years

NB: Attach Audit report and Auditor license renewed for the 2016 EFY.

Financial Resources

The Bidder must demonstrate access to, or availability of, financial resources such as liquid assets, Unconditional Bank Credits, net of other contractual commitments and exclusive of any advance payments which may be made under the Contract, of not less than ETB 75 million.

Legal Qualification

Factor

Criteria

Form Data on Joint Ventures

In the case of a bid submitted by a joint venture (JV), the Bidder has to submit the Form Data on Joint Ventures, the Agreement governing the formation of the joint venture, or letter of intent to form JV, including a draft agreement, in accordance with ITB Clause 4.1

Conflict of Interest

No conflict of interest as described in ITB Clause 6.

Must have Valid and Renewed Trade License for 2017 E.C

Must have Valid and Renewed Trade License for 2017 E.C

Competency level BC-2 and Above

Competency level BC-2 and Above

Valid trade license or business organization registration certificate

Certificate of registration from Ministry of Works and Urban Development with Category/BC-2 renewed for 2017EFY.

Trading license renewed for 2017EFY

VAT registration certificate

Having been submitted VAT registration certificate issued by the tax authority (in case of contract value of Birr 200,000.00 and above) in accordance with ITB Clause 4.6.

Must have Tax Clearance for 2017 E.C

Having been submitted valid tax clearance certificate issued by the tax authority (Domestic Bidders Only) in accordance with ITB Clause 4.6

Valid tax clearance certificate

Must have Tax Clearance for 2017 E.C

VAT registration certificate

Having been submitted VAT registration certificate issued by the tax authority (in case of contract value of Birr 200,000.00 and above) in accordance with ITB Clause 4.6.

Valid trade license or business organization registration certificate

Having been submitted valid trade license or business organization registration certificate issued by the country of establishment in accordance with ITB Clause 4.6.

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.

Government Owned Entity

Compliance with conditions of ITB Clause 4.4.

Must have Valid and Renewed Trade License for 2017 E.C

Must have Valid and Renewed Trade License for 2017 E.C

Nationality

Nationality in accordance with ITB Clause 4.2.

Professional Qualification

Factor

Criteria

Relevant Professional Practice certificate required

Relevant Professional Practice certificate required. Registration from authorized body renewed for 2017 E.C

Number of staff

At least 3 (Three) staff currently working for the Bidder.

Personnel for the key positions

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

Technical Qualification

Factor

Criteria

Other documents list on the must meet criteria. NB Check on the tender document! All the documents shall be signed by authorized personnel or legal representative.

Other documents list on the must meet criteria. NB Check on the tender document! All the documents shall be signed by authorized personnel or legal representative.

The bidder's legal representative must visit the site, assess the conditions, and submit the work schedule, financial breakdown, labor plan, and master schedule for the renovation. The visit must be confirmed with a signed and stamped form from construction project office of the university.

​The bidder's legal representative must visit the site, assess the conditions, and submit the work schedule, financial breakdown, labor plan, and master schedule for the renovation. The visit must be confirmed with a signed and stamped form from construction project office of the university.

General experience

The Bidder has participated as Prime contractor/Joint Venture/Subcontractor within the last 2 (Two) years in construction industry.

Specific experience

The Bidder has successfully participated as Prime contractor or subcontractor, in at least 1 one relevant Project within the last 5 years, with a value of at least 90 Million (to comply with this requirement, works cited should be at least 70 percent complete) and that are similar to the proposed Works. The Bidder must submit successful or substantial completion testimonials and certificates from the project employers stating the duration, cost & the above stated criteria of the project.

NB: The bidder should submit for the projects required as a specific experience, testimony letter from the employers mentioning current progress 70% and performance rate at least as good.

Equipment for the implementation of the contract

The Bidder must demonstrate that it will have available for the implementation of the contract the following equipment listed hereafter: Equipment Type and Characteristics and Minimum Number Required

Pending litigation

All pending litigation shall in total not represent more than percent of the Bidder’s net worth and shall be treated as resolved against the Bidder.

History of non performing contracts

Non-performance of a contract did not occur within the last 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.

Bid Security Amount: 500,000 ETB

Bid Security Form For MSE: Bank Guarantee, Letter from Small and Micro Enterprise,

Bid Security From for Foreign Bidders: Bank Guarantee, Letter from Small and Micro Enterprise,

Bid Security Form For Local Bidders: Bank Guarantee, Letter from Small and Micro Enterprise,

Notice:

  • Terms and Conditions: The university has the right to fully or partially cancel the bid! You must check the must meet criteria on the tender document.

Address:

  • Procuring Entity: Mekelle University
  • Country: Ethiopia
  • Town: Mekelle
  • Street: Main Campus
  • Room Number: C21-201
  • Telephone: +251914727448
  • Email: tekeste.reda@mu.edu.et
  • Po Box:
  • Fax: 914727448

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