You are on page 1of 19

Project bid Opening date – 14/05/2010 E.

C
Location and time of bid Opening –Wondo Genet Woreda Finance Department at 8:30

Employer – Wondo Genet Woreda Water Mine & Energy Office Department
Fund from-food system resilience program (fsrp)
1. Preliminary Examination

Evaluation criteria (yes or no) on wotara kechema upgrading of


small scale irrigation project preliminary examination
From Document Preparation

Remark

VAT registration
bank guaranty

Completeness

Commercial
registration
Business
certificate

certificate

certificate
Site visit

license
No Bidder's name
1 Tariku Filate NO YES YES YES YES YES NO
WWGC
2 Nike WWC YES YES YES YES YES YES YES
3 Samirawit WWGC YES YES YES YES YES YES YES
4 Wondimagegn YES YES YES YES YES YES YES
Nigusse WWGC
5 TSFL WWGC YES YES YES YES YES YES YES
6 Muhaba Jemal YES YES YES YES YES YES YES
WWGC
7 Mulugeta Anisheso YES YES YES YES YES YES YES
WWGC
Conclusion & Recommendation
According to preliminary examination bid analysis those who got yes in all preliminary examination above passed to the next technical
computation; based on the evaluation criteria the following contractors are preliminary examination qualified:
1. Mulugeta Anshiso WWGC 4.Wondimagegn Nigusse WWGC
2. Nike WWC 5.TSFL WWGC
3.Samerawit WWGC 6.Muhaba Jemal WWGC
Bid Committee: 1. Nesula Bushura,2 Samuel Ermiyas.,3. Duguna Gebiso 4.Wondimagegn Donka,5.Tesfahun Degamu,6.Matiwos Demeke
TECHNICAL BID EVALUATION SHEET ON WONDO GENET WOREDA WOTERA KECHEMA KEBELE UPGRADING OF SSIP
Project bid Opening date – 14/05/2010 E.C
Location and time of bid Opening –Wondo Genet Woreda Finance Department at 8:30

Employer – Wondo Genet Woreda Water Mine & Energy Office Department
Fund from-Agricultural Growth program(AGP-2)
Evaluation Criteria(yes or no) on Wotera Kechema Upgrading of Small Scale irrigation Project
Document Preparation Personnel Capability Equipment Final result

mixer at least 250


Theodeolite/total
Hand compactor
Annual turnover

Project manager

Pick up vehicle
least 7m3 or above
Credit facelity

liters or above
Capacity of at
Site engineer

Dump truck
Experience

surveyor

vibroter
Forman

station
4wd
No Bidder's name
1Samerawit WWGC no yes yes yes yes no yes Yes yes Yes no Yes yes no
2Mulugeta Anshiso yes yes yes yes yes yes yes Yes yes Yes yes Yes yes Yes
WWGC
3 TSFL WWGC no yes yes yes yes yes yes Yes yes Yes no Yes yes No
4 Wondimagegn no no yes yes yes yes yes Yes no No yes Yes yes No
Nigusse WWGC
5 Muhaba Jemal no no yes yes yes yes yes Yes yes Yes no Yes yes No
WWGC
6 Nike WWC no no yes yes yes yes yes Yes yes Yes yes Yes yes No
Conclusion & Recommendation
According to the technical bid analysis those who got yes in all technical evaluation passed to the next financial computation; based on the
evaluation criteria the following contractors are technically qualified:
1. Mulugeta Anshiso WWGC 4.
2. 5.
3. 6.
Bid Committee: -
1. Nesula Bushura,2 Samuel Ermiyas.,3. Duguna Gebiso 4.Wondimagegn Donka,5.Tesfahun Degamu,6.Matiwos Demeke
On bid opening ceremony evaluation
No. Bidder's name Responsive or non-responssive REMARK
1. Tariku Filate WWGC Responsive

2. Nike WWC Responsive


3. Samerawit WWGC Responsive
4. Wondimagegn Nigusse Responsive
WWGC
5. TSFL WWGC Responsive
6. Muhaba Jemal WWGC Responsive
7. Mulugeta Anshiso Responsive
WWGC
8. Bahilu Laygefu WWGC non-responssive He sign for samirawit as JV and he also participate on the same
bid
9. Daniel Endreyas WWGC non-responssive Technical orginal and two copies are not separately sealed and
enveloped.
\
So according the above opening bid evaluation, bid committee rejected the following bidders
1. Bahilu Laygefu WWGC
2. Daniel Endreyas WWGC

Bid Committee: -

1. Nesula Bushura,2 Samuel Ermiyas.,3. Duguna Gebiso 4.Wondimagegn Donka,5.Tesfahun Degamu,6.Matiwos Demeke
Wotera Kechema Rehabilitation of Small Scale irrigation Project Bidding Process
Project bid Opening date – 10/08/09 E.C
Location and time of bid Opening –Wondo Genet Woreda Finance Department at 8:30

Employer – Wondo Genet Woreda Water Mine & Energy Office Department
Fund from-Agricultural Growth program(AGP-2)
On bid opening ceremony evaluation
No. Bidder's name Responsive or non-responssive REMARK

1. Tamene Alenbo WWC Responsive

2. Nike WWC Responsive


3. Tenaye Moshago WWC Responsive
4. Wondimagegn Nigusse Responsive
WWGC
5. Bahilu Laygefu WWGC Responsive
6. Zerefu Sekelo Responsive
7 Bahiru Gebero non-responssive There is no CPO(He does not attach CPO)

\
So according the above opening bid evaluation, bid committee rejected the following bidders
1.Bahiru Gebere

Bid Committee: -

1. Samuel Ermiyas.,2. Nega Nigusse 3.Wondimagegn Donka,4.Selemon Senbeto,5.Turufat Mamuye 6.Tesfahun Degemu
Project bid Opening date –
Location and time of bid Opening –Wondo Genet Woreda Finance Department at 8:30

Employer – Wondo Genet Woreda Water Mine & Energy Office Department
Fund from-Agricultural Growth program(AGP-2)
1.Preliminary Examination on Rehabilitation of wotera kechema small scale irrigation project
Evaluation criteria (yes or no) on wotera kechema
Rehabilitation of small scale irrigation project preliminary
examination
From Document Preparation

Remark

VAT registration
Completeness
bank garnty

Commercial
registration
Busness
certificate

certificate

certificate
lisense

No Bidder's name
1 Tamene Alenbo YES YES YES YES YES YES
WWC
2 Nike WWC YES YES YES YES YES YES
3 Tenaye Moshago YES YES YES YES YES YES
WWC
4 Wondimagegn YES YES YES YES YES YES
Nigusse WWGC
5 Bahilu Laygefu YES YES YES YES YES YES
WWGC
6 Zerefu Sekelo WWC YES YES YES YES YES YES
Conclusion & Recommendation
According to preliminary examination bid analysis those who got yes in all preliminary examination above passed to the next technical
computation; based on the evaluation criteria the following contractors are preliminary examination qualified:
1.Tamene Alenbo WWC 3.Wondimagegn Nigusse WWGC 5.Bailu Laygefu WWGC
TECHNICAL BID EVALUATION SHEET ON WONDO GENET WOREDA WOTERA KECHEMA KEBELE REHABILITATION OF SSIP
Project bid Opening date – 10/08/09 E.C
Location and time of bid Opening –Wondo Genet Woreda Finance Department at 8:30

Employer – Wondo Genet Woreda Water Mine & Energy Office Department
Fund from-Agricultural Growth program (AGP-2)
Evaluation Criteria(yes or no) on Wotara Kechema Rehabilitation of Small Scale irrigation Project
Document Preparation Personnel Capability Equipment Final result(Remark)

mixer at least 250-


Schedule & work

4wd(service car)
Annual turnover

Project manager

Pick up vehicle
least 7m3 or above
Capacity of at
Credit facility

methodology

Site engineer

Dump truck
Experience

Site Visit

500 liters
surveyor

vibroter
plumber
Forman
No Bidder's name
1 Tamene Alenbo yes yes yes yes yes yes yes yes yes yes Yes yes yes yes Yes
WWC
2 Nike WWC yes yes yes yes yes yes yes yes yes yes Yes yes yes yes Yes
3 Wondimagegn yes yes yes yes yes yes yes yes yes yes Yes yes yes yes Yes
Nigusse WWGC
4 Tenaye Moshago yes yes yes yes yes yes yes yes yes yes Yes yes yes yes Yes
WWC
5 Bahilu Laygefu yes yes yes yes yes yes yes yes yes yes Yes yes yes yes Yes
WWGC
6 Zerefu Sekelo WWC NO yes yes yes yes yes yes yes yes NO Yes yes yes yes NO
Conclusion & Recommendation
According to the technical bid analysis those who got yes in all technical evaluation passed to the next financial computation; based on the
evaluation criteria the following contractors are technically qualified:
1. Tamene Alenbo WWC 4.Tenaye Moshago
2. Nike WWC 5.Bahilu Laygefu3. Wondimagegn Nigusse WWGC
Bid Committee: 1. Nega Nigusse,2 Samuel Ermiyas.,3.Selemon Senbeto 4.Wondimagegn Donka,5.Tesfahun Degamu,6.Turufat Mamuye
Project bid Opening date – 12/06/2010 E.C
Location and time of bid Opening –Wondo Genet Woreda Finance Department at 8:30

Employer – Wondo Genet Woreda Trade & industry Office Department


Fund from-Agricultural Growth program(AGP-2)

On bid opening ceremony evaluation of Aruma market center


No. Bidder's name Responsive or non-responssive REMARK
1. Tulamo Tumato GC Responsive

2. Kalkidan Ayele Responsive


3. Amen B.C Responsive
4. Niphetalem Yosef Responsive
5. Esayas Birega Responsive
6. Ketema Gobena Responsive
7. Gedeba G.C Responsive
8. Yimtu Dukamo Responsive
9. Tenaye Mishago Responsive
10 Diro Getachew Responsive
11 Mesaynesh Meskele Responsive
12 Birhanu G/medin non-responssive Only write for cpo as gaurant 90 days
13 Aster Tafese non-responssive He write cpo to other public body(melega woreda)

So according the above opening bid evaluation, bid committee rejected the following bidders
1.
2.

Bid Committee: -

1. Nesula Bushura,2 Samuel Ermiyas.,3. Duguna Gebiso 4.Wondimagegn Donka,5.Deneke Gota,6.Desta Doreseso
Project bid Opening date – 12/06/2010 E.C
Location and time of bid Opening –Wondo Genet Woreda Finance Department at 8:30

Employer – Wondo Genet Woreda Trade & industry Office Department


Fund from-Agricultural Growth program (AGP-2)
1. Preliminary Examination on Aruma Market Center Project

Evaluation criteria (yes or no) on Aruma market center project


preliminary examination
From Document Preparation

Remark

VAT registration
Completeness
bank garnty

Commercial
registration
certificate

certificate

certificate
Busness
lisense
No Bidder's name
1 Tulamo Tumato GC
2 Kalkidan Ayele
3 Amen B.C
4 Niphetalem Yosef
5 Esayas Birega
6 Ketema Gobena
7 Gedeba G.C
8 Yimtu Dukamo
9 Tenaye Mishago
10 Diro Getachew
11 Mesaynesh Meskele
Conclusion & Recommendation
According to preliminary examination bid analysis those who got yes in all preliminary examination above passed to the next technical
computation; based on the evaluation criteria the following contractors are preliminary examination qualified:
1 3. 5.
2. 4. 6
Bid Committee: 1. Nesula Bushura,2 Samuel Ermiyas.,3. Duguna Gebiso 4.Wondimagegn Donka,5 Deneke,6.Desta
TECHNICAL BID EVALUATION SHEET ON WONDO GENET WOREDA ARUMA MARKET CENTER
Project bid Opening date – 12/06/2010 E.C
Location and time of bid Opening –Wondo Genet Woreda Finance Department at 8:30

Employer – Wondo Genet Woreda Trade & industry Office Department


Fund from-Agricultural Growth program (AGP-2)
Evaluation Criteria(yes or no) on Aruma market center Project
Document Preparation Personnel Equipment
Capability Remark

Profitable for 3yr

Capacity of 14m3-

formwork(100m2)
Annual turnover

Compactor plate
Concrete mixer

vibroter - 2pcs
Work schedule

350 L or above
Dump truck-1
Credit facility

Audit balance

Site engineer
methodology
sheet for 3yr

capacity m2-
Experience

Pick up -1
Site Visit

Forman

4tone-1
Work

Steel
No Bidder's name
1
2
3
4
5
6
7
Conclusion & Recommendation
According to the technical bid analysis those who got yes in all technical evaluation passed to the next financial computation; based on the
evaluation criteria the following contractors are technically qualified:
1.
2.
3.
4.
Project bid Opening date – 12/06/2010 E.C
Location and time of bid Opening –Wondo Genet Woreda Finance Department at 8:30

Employer – Wondo Genet Woreda Road & Transport Office Department


Fund from-Agricultural Growth program(AGP-2)

On bid opening ceremony evaluation of tulo gomosho river bridge project


No. Bidder's name Responsive or non-responssive REMARK
1. Niphetalem yosef GC Responsive

2. Sadkem PLC GC Responsive


3. Mekonin Danye GC Responsive
4. Aster Tefera GC non-responssive He write CPO/bank gaurant to other public body(to Malga woreda)

So according the above opening bid evaluation, bid committee rejected the following bidders
1.Aster Tefera GC

Bid Committee: -1. Nesula Bushura,2 Samuel Ermiyas.,3. Duguna Gebiso 4.Wondimagegn Donka,5.Deneke Gota ,6.Miretu setota
Evaluation criteria (yes or no) on tulo Gomosho river bridge
project preliminary examination
From Document Preparation
Project bid Opening date – 12/06/2010
E.C Remark

VAT registration
Location and time of bid Opening –Wondo

Completeness
bank garnty

Commercial
registration
Genet Woreda Finance Department at 8:30

Business
certificate

certificate

certificate
licensee
Employer – Wondo Genet Woreda Road
No Bidder's name
& Transport Office Department
1 Niphetalem yosef Yes yes yes Yes Yes Yes
Fund from-Agricultural Growth
2 Sadkem PLC Yes yes yes Yes Yes Yes program(AGP-2)
1.Pr 3 Mekonin Danye Yes yes yes Yes Yes Yes eliminary Examination on tulo
gomosho bridge project

Conclusion & Recommendation


According to preliminary examination bid analysis those who got yes in all preliminary examination above passed to the next technical
computation; based on the evaluation criteria the following contractors are preliminary examination qualified:
1 Niphetalem Yosef
2. Sadkem PLC
3. Mekonin Danya

Bid Committee: 1. Nesula Bushura,2 Samuel Ermiyas.,3. Duguna Gebiso 4.Wondimagegn Donka,5 Deneke,6.Miretu

TECHNICAL BID EVALUATION SHEET ON WONDO GENET WOREDA TULO GOMOSHO RIVER BRIDGE
Project bid Opening date – 12/06/2010 E.C
Location and time of bid Opening –Wondo Genet Woreda Finance Department at 8:30

Employer – Wondo Genet Woreda Road & Transport Office Department


Fund from-Agricultural Growth program(AGP-2)
Evaluation Criteria(yes or no) on tulo gomosho river bridge Project
Document Preparation Personnel Capability Equipment & others Remark

360L-2 & 750L-1


Annual turnover

Project engineer

Steel scaffolding

Steel formwork

Concrete mixer
Excavator 1m3
Dump truck-3
Credit facility

Work plan &

Audit balance
sheet for 3yrs
Site engineer

methodology
Production
Experience

instrument
scheduling

Surveying
Surveyor
Quantity

surveyor

engineer
Site visit

vibrotor
Loder-1

Work
14m3
No Bidder's Name
1 Niphetalem yosef yes yes yes Ye Ye yes yes yes yes No yes yes No yes yes No yes yes yes yes No
s s
2 Sadkem PLC yes yes yes Ye Ye yes yes yes yes Yes yes yes yes yes yes yes yes yes yes yes yes
s s
3 Mekonin Danye yes yes yes Ye Ye No No yes No No yes No No yes yes No yes yes yes yes No
s s
Conclusion & Recommendation
According to the technical bid analysis those who got yes in all technical evaluation passed to the next financial computation; based on the
evaluation criteria the following contractors are technically qualified:
1. Sadkem PLC
Bid Committee: -
1. Nesula Bushura,2 Samuel Ermiyas.,3. Duguna Gebiso 4.Wondimagegn Donka,5.Deneke Gota,6.Miretu

Project bid Opening date – 14/01/2011 E.C


Location and time of bid Opening –Wondo Genet Woreda Finance Department at 4:00
Evaluation criteria (yes or no) on eddo, yuwo cattle crush
project preliminary examination
From Document Preparation Employer – Wondo Genet Woreda
livestock and fishery Office
Remark

VAT registration
bank guaranty
Fund from-Agricultural Growth program

Completeness

Commercial
(AGP-2)

registration
Business
certificate

certificate

certificate
licensee
1. Preliminary Examination on
No Bidder's name eddo, yuwo cattle crush project
1 Beteseb construction Yes yes Yes Yes Yes yes
2 Degag construction yes yes Yes Yes Yes Yes
3 Birra construction yes yes Yes Yes Yes yes
4 Shine construction yes no yes Yes Yes No
Conclusion & Recommendation
According to preliminary examination bid analysis those who got yes in all preliminary examination above passed to the next technical
computation; based on the evaluation criteria the following contractors are preliminary examination qualified:
1. Beteseb construction
2. Degag construction
3. Birra construction
Bid Committee: 1. Duguna Gebiso 2.Wondimagegn Donka,3.Desta bekele ,4.Marikos Teso

TECHNICAL BID EVALUATION SHEET ON WONDO GENET WOREDA eddo, yuwo Kebele Cattle Crush Project
Project bid Opening date – 14/01/11 E.C
Location and time of bid Opening –Wondo Genet Woreda Finance Department at 4:00

Employer – Wondo Genet Woreda livestock and fishery office


Fund from-food system resilience program (fsrp)
Evaluation Criteria(yes or no) on eddo, yuwo Kebele cattle crush Project
Document Preparation Personnel Equipment Final result
Capability

Schedule & work

Welding machine
GI pipe cutter
WRENCHES
methodology

Site engineer
Experience

Site Visit

TRADER
GI PIPE

GI PIPE
Forman
No Bidder's name
1
2
3
4
5
6
7
Conclusion & Recommendation
According to the technical bid analysis those who got yes in all technical evaluation passed to the next financial computation; based on the
evaluation criteria the following contractors are technically qualified:
1. Birra construction
Bid Committee: 1. Duguna Gebiso 2.Wondimagegn Donka,3.Desta bekele ,4.Marikos Teso
Project bid Opening date – 12/04/2011 E.C
Location and time of bid Opening –Wondo Genet Woreda Finance Department at 8:30

Employer – Wondo Genet Woreda Agriculture & Natural Resource Department Office
Fund from-Agricultural Growth program(AGP-2)
1.Preliminary Examination
Evaluation criteria (yes or no) on four Kebele Shallow well
Drilling project preliminary examination
From Document Preparation

Remark

VAT registration
Completeness
bank garnty

Commercial
registration
Business
certificate

certificate

certificate
Site visit

lisense
No Bidder's name
1 Berehan(WWC-9) yes yes yes yes yes yes yes
2 Tamene yes yes yes yes yes yes yes
Alambo(WWGC-5)
3 Beruhe Tesefa(WWC- yes yes yes yes yes yes yes
9)
4 Meron(WWGC) No No yes yes yes yes No
Conclusion & Recommendation
According to preliminary examination bid analysis those who got yes in all preliminary examination above passed to the next technical
computation; based on the evaluation criteria the following contractors are preliminary examination qualified:
1.Berehan(WWC-9)
2.Tamene Alembo(WWC-5)
3.Beruhe Tesefa(WWC-9)
Bid Committee: 1. Desta Bekele ,2 Wondimagegn Donka.,3. Duguna Gebiso 4.Tamerat Gobena,5.Demese Mehamed

TECHNICAL BID EVALUATION SHEET ON WONDO GENET WOREDA FOUR KEBELE SHALLOW WELL DRILLING
Project bid Opening date – 12/04/2011 E.C
Location and time of bid Opening –Wondo Genet Woreda Finance Department at 8:30

Employer – Wondo Genet Woreda Agriculture & Natural Resource Development Office Departement
Fund from-Agricultural Growth program(AGP-2)

Evaluation Criteria(yes or no) on Final


Shallow well Drilling Project Result
Document Personnel
Preparation Capability

Work Method &


Experience

Site Engineer
Site Visit
No Bidder's name

schedule

Forman
1 Berehan(WWC-9) yes yes yes yes yes yes
2 Tamene yes No yes yes yes No
Alambo(WWGC-5)
3 Beruhe yes yes yes yes yes yes
Tesefa(WWC-9)
Conclusion & Recommendation
According to the technical bid analysis those who got yes in all technical evaluation passed to the next financial computation; based on the
evaluation criteria the following contractors are technically qualified: .
1. Berehan(WWC-9)
2. Beruhe Tesefa(WWC-9)
Bid Committee: 1. Desta Bekele ,2 Wondimagegn Donka.,3. Duguna Gebiso 4.Tamerat Gobena,5.Demese Mehamed

You might also like