Bid Document Orginal
Bid Document Orginal
Bid Document Orginal
Bidding Document
The Federal Democratic Republic of Ethiopia
Table of Contents
A. General 2
B. Contents of Bidding Documents 3
C. Preparation of Bids 3
D. Submission and Opening of Bids 4
E. Evaluation and Comparison of Bids 5
F. Award of Contract 5
Instructions
to Bidders
Data relevant to ITB
(ITB)
reference
A. General
ITB 1.1 The Public Body is: Mizan tepi university
Registered Address: Tepi town
The Bidding Documents is issued under Procurement Method: work
ITB 1.1
ITB 1.4 The number and identification of Lots in this Bidding Documents is: :1
ITB 4.1(a) The individuals or firms in a joint venture, consortium or association shale
be jointly and severally liable.
ITB Domestic Bidders shall provide VAT registration certificate issued by the
4.5(b)(ii) tax authority in case of contract value 1 millón birr of and above.
ITB 4.7 A Bidder shall amend the evidence of its continued eligibility with the
following documents:
ITB 8.1 and The deadline for submission of questions and/or clarifications is:
10.4 Date:
Time:
C. Preparation of Bids
ITB 12.1 Language of the Bid shall be .English
The Contract is :
ITB 13.1 Unit Price (Admeasurement) Contract, or
Lump Sum Contract
Request for price adjustment may be filed after expirationUp to 28 days of
ITB 13.9
from the effective date of the Contract
Prices quoted for each lot shall correspond to at least percent 10% of the
ITB 13.12
items specified for each lot.
Prices quoted for each item of a lot shall correspond to at least percent10%
of the quantities specified for each item of a lot.
ITB 14.1 For those inputs to the Works that the Bidder expects to provide from inside
Ethiopia prices shall be quoted in .ETB .
ITB 15.1 Bidder must provide in the Bidder Certification of Compliance Form
information related to its professional qualification and capability for the
current 5year and the previous years in order to proof its professional
capacity.
ITB 16.3 Bidder shall provide at least 3 Certificates of satisfactory execution of
contracts provided by contracting parties to the contracts successfully
completed in the course of the past 5year years with a budget of at least
.6,000,000..
The Public Body shall undertake physical checking of current Bidder's
ITB 16.7
technical qualifications and competence.
ITB 35.1 The currency that shall be used for bid evaluation and comparison purposes
to convert all bid prices expressed in various currencies into a single
currency is: 1$50
F. Award of Contract
ITB 44.1 The percentage by which quantities may be increased is: 10 %
The percentage by which quantities may be decreased is: 10 %
Table of Contents
Bidder
Joint Venture, Consortium or Association
All Documentation
Requirement Single
Partners Each Required
Entity At Least One Partner
Combine Partner
d
Must Must
Nationality in Must meet
meet meet Bid Submission
accordance with ITB requireme n/a
requirem requirem Sheet
Clause 4.2. nt
ent ent
Must Must
No conflict of interest Must meet
meet meet Bid Submission
as described in ITB requireme n/a
requirem requirem Sheet
Clause 6. nt
ent ent
Having been registered
in the Public
Procurement and Must Must
Must meet
Property meet meet Bid Submission
requireme n/a
Administration requirem requirem Sheet
nt
Agency's Suppliers ent ent
List in accordance with
ITB Clause 4.7.
Not having been
debarred by decision
of the Public
Procurement Agency
Must Must
from participating in Must meet
meet meet Bid Submission
public procurements requireme n/a
requirem requirem Sheet
for breach of its nt
ent ent
obligation under
previous contracts in
accordance with ITB
Clause 4.3.
Having been submitted
valid trade license or
business organization Must Must
Must meet Bid Submission
registration certificate meet meet
requireme n/a Sheet with
issued by the country requirem requirem
nt attachments
of establishment in ent ent
accordance with ITB
Clause 4.6.
Having been submitted
Must Must
VAT registration Must meet Bid Submission
meet meet
certificate issued by requireme n/a Sheet with
requirem requirem
the tax authority (in nt attachments
ent ent
case of contract value
Non-performance of
a contract did not
occur within the last
5 years prior to the
deadline for Bid
Must
submission, based on Must
meet
all informationofully meet
requirem
settled disputes or requirem
ent by
litigation. A fully ent by
itself or Bidder
settled dispute or itself or
as n/a n/a Certification of
litigation is one that as
partner Compliance
has been resolved in partner
to past
accordance with the to past or
or
Dispute Resolution existing
existing
Mechanism under the JV
JV
respective contract,
and where all appeal
instances available to
the bidder have been
exhausted.
Must
Must
meet
All pending litigation meet
requirem
shall in total not requirem
ent by
represent more than ent by
itself or Bidder
percent of the itself or
as n/a n/a Certification of
Bidder’s net worth as
partner Compliance
and shall be treated as partner
to past
resolved against the to past or
or
Bidder. existing
existing
JV
JV
The Bidder must
demonstrate that it will
have available for the
Must
implementation of the
meet Must meet Technical
contract the following
requirem requireme n/a n/a Proposal with
equipment listed
ent nt attachments
hereafter:
Tracks 4
Bulldozer 2
Mixer vibration/ compacter 3
Loader 1
Submission of audited
balance sheets and
other financial
statements as required
in the BDS Clause 17, Must Must Bidder
for the last years 5 to meet meet Certification of
n/a n/a
demonstrate the current requirem requirem Compliance with
soundness of the ent ent attachments
Bidder's financial
position and its
prospective long term
profitability.
The average annual
turnover calculated as
total certified payments
Must
received for contracts Must Bidder
Must meet meet %
in progress or meet Must meet % of the Certification of
requireme of the
completed within the requirem requirement Compliance with
nt requirem
last years must exceed ent attachments
ent
5 million times the
amount of the financial
proposal of the Bid.
The Bidder must
demonstrate access to,
or availability of,
financial resources such
as liquid assets, Must
Must Bidder
unencumbered real Must meet meet %
meet Must meet % of the Certification of
assets, lines of credit, requireme of the
requirem requirement Compliance with
and other financial nt requirem
ent attachments
means, other than any ent
contractual advance
payments to meet the
following cash-flow
requirement:
This section, read in conjunction with Section 1, Instructions to Bidders and Section
2, Bid Data Sheet, contains all the factors, methods and criteria that the Public Body
shall use to evaluate a bid and determine whether a Bidder has the required
qualifications. No other factors, methods or criteria shall be used. The Bidder shall
provide all the information requested in the forms included in Section4, Bidding
Forms.
The Bids shall be examined to confirm that all documentary evidence establishing the
Bidders' qualifications requested in ITB Clause 22 have been provided;
After confirming the Bids comprise all mandatory documentary evidence establishing
the Bidder's qualification the Public Body will rule on the legal, technical,
professional, and financial admissibility of each bid, classifying it as compliant or
non-compliant with qualification requirements set forth in the Bidding Documents;
A. Legal, Professional, Technical, and Financial Qualification Criteria
The following qualification criteria will be applied to Bidders:
B. Evaluation of Bids
1. Determining the Successful Bid
According to the methodology defined in the Public Procurement Proclamation and
Directive the Public Body shall select the successful Bid by applying the following
method:
A. The Bid that is found to be substantially responsive to the professional,
technical, and financial qualification requirements, technically compliant in
relation to the technical specifications, and with the lowest price.
B. The Bid that is found to be substantially responsive to the professional,
technical, and financial qualification requirements, technically compliant in
relation to the technical specifications, and with the lowest evaluated bid The
lowest evaluated Bid shall be the bid offering better economic advantage
ascertained on the basis of factors affecting the economic value of the bid.
A. The Bid with the Lowest Price
1.1 The bids shall be examined to confirm that all documentary evidence
establishing the Bidders' qualifications requested in ITB Clause 23 have been
provided.
1.2 After confirming the bids comprise all mandatory documentary evidence
establishing the Bidder's qualification the Public Body will rule on the legal,
(b). The Public Body will evaluate any technical evaluation criterion using the
following scoring scale:
SCORING DESCRIPTION
Exceeds the requirements of the criteria significantly and in
10 Excellent
beneficial ways/very desirable
Very Exceeds the requirements of the criteria in ways which are
9
Good beneficial to our needs
7-8 Good Fully meets the requirement of the criteria
Table of Contents
A. Bid Submission Sheet 5
B. Bidder Certification of Compliance VI
1. General Information About the Bidder VI
2. Financial Standing VII
3. Bidder's Organization VIII
4. Technical Qualifications, Competence, and Experience in the Procurement
Object VIII
5. Historical Contract Non-Performance IX
6. Current Contract Commitments / Works in Progress X
7. Professional Qualifications and Capabilities X
8. Comments and Suggestions on the Schedule of Requirements X
9. Quality Assurance / Managerial and Control Procedures XI
10. Further Information
11. Bidder's Audit Agency XI
12. Bank Account Number and Bank Address
C. Financial Offer -Unit Price Contract XI
1. Bill of Quantities XI
2. Detailed Breakdown of Prices Error! Bookmark not defined.
D. Financial Offer -Lump Sum Contract Error! Bookmark not defined.
1. Preamble Error! Bookmark not defined.
2. Financial Offer - Total Price
3. Financial Offer - Breakdown of the Lump-sum Price
4. Detailed Breakdown of Prices
E. Technical Proposal
1. Personnel
2. Equipment Error! Bookmark not defined.
3. Work Plan and Site Organization
4. Method Statement Error! Bookmark not defined.
A.
Bid Submission Sheet
Place and Date SECOND FLOOR ROOM 4
Procurement Reference Number: E/0484/10
To: MIZAN TEPI UNIVERSITY
Addis Ababa
Ethiopia
SUBMITTED BY1:
Complete Legal Name and Address of the
Nationality2
Seat of the Bidder
Leader3 Abenezer chala Ethiopia
Member Gelaye Gezumo Ethiopia
Etc … Habtamu Aynalem Ethiopia
1 One signed original Bid Submission Form must be supplied together with the number of copies specified in the
Instruction to Bidders.
2 Country in which the legal entity is registered.
3 Add/delete additional lines for members as appropriate. Note that a subcontractor is not considered to be a
member for the purposes of this bidding procedure. If this Bid is being submitted by an individual Bidder, the
name of the Bidder should be entered as "leader" and all other lines should be deleted.
Addis Ababa
Ethiopia
1. General Information About the Bidder
4 One signed original Bidder Certification of Compliance Form must be supplied together with the number of copies
specified in the Instruction to Bidders. If this bid is being submitted by a joint venture/consortium, the data in the tables
below must be the sum of the data provided by the joint venture/consortium members.
COTM construction plc has adequate financial resources to manage this Contract as
established by our audited financial statements, audited by an independent auditor,
submitted in this Bid. The following table contains our financial data. These data are
based on our annual audited accounts. Figures in all columns have been provided on the
same basis to allow a direct, year-on-year comparison to be made.
Historic Information for Previous Years
FINANCIAL in
DATA Current
Year 2 Year 1 Last Year Average
Year
A. Information from Balance Sheet
1.Total Assets 22,068,798.00 1,200,000 2,000,000 20000000 6100000
2. Total Liabilities 6,659,457.00 200000 600000 10000000 2875000
I. Net Value (1-2) 15409341 1000000 1400000 10000000 3225000
3. Current Assets 10,651,456,4 1000000 1400000 10000000 3225000
4. Short-term debts 12,345 50000 400000 1000000 387500
II. Working Capital
106502219 950000 1000000 9000000 2837500
(3-4)
B. Information from Income Statement
1. Total Revenue 1221655846 950000 1000000 9000000 2837500
2. Pre-tax Profits 15455487 950000 1000000 9000000 2837500
3. Losses 1254 20000 30000 400000 115000
Along with financial data we provided above we have attached the following documents
as proof of our financial standing, as required in the BDS:
(a)
(b)
Attached documents comply with the following conditions:
Documents reflect the financial situation of the Bidder or partner to a Joint Venture,
and not sister or parent companies;
Historic financial statements are audited by a certified accountant;
Historic financial statements are complete, including all notes to the financial
statements;
Historic financial statements correspond to accounting periods already completed and
audited
3. Bidder's Organization
4. Technical Qualifications, Competence, and Experience in the Procurement
Object
As proof of the technical and professional ability in executing Works of a similar nature
and volume to the ones listed in our Bid the table below summarizes the major relevant
contracts successfully completed in the course of the past years with a budget of at least
that of this Bid.
General Experience
Percen Prime
Period
Name of tage of Contractor Final acceptance
Value of of Client and
project/kind of Works (P) or issued?
Works Contra Place
works Compl Subcontrac
ct
eted tor (S)
A. In Home Country
Construction of Abeni Yordi Yes: Not Yet
4,500,000 2 Years 100%
road tepi gelaye No:
Construction of
Gelaye Gelaye Yes: Not Yet
residential 5,500,000 2 year 100%
tepi habte No:
building
Construction of 18,000,00 Binyam Dani Yes: Not Yet
3 year 100%
aspartament 0 tepi fikir No:
B. Abroad
Yes: Not Yet
No:
Yes: Not Yet
No:
Yes: Not Yet
No:
Specific Experience
unit
Itemno DISCRIPTION UNIT Quantity price
4 Form work
Provide, cut and fix in position sawn
structural
wood formwork which ever is
appropriate.include
by adding free space both 25mm each side.
a Formwork on Footing Pad m2 24.195 431.73
b Formwork on Footing column m2 21.12 497.09
c Formwork for grade beam m2 68.844 460.58
Total summary m2
5 Rainforsment bar
a Dia. 6mm deformed bar Kg 29.9954 151.59
b Dia. 8mm deformed bar Kg 6.18807 128.81
c Dia. 10 mm deformed bar Kg 182.087 134.93
d Dia. 12mm deformed bar Kg 192.811 133.30
e Dia. 14mm deformed bar Kg 482.15 136.56
f Dia. 16mm deformed bar Kg 341.984 149.58
Total summary Kg
B.SUPER STRUCTURE
1 Concrete work
unit
Itemno DISCRIPTION UNIT Quantity price
3 Rainforsment bar
d Dia. 12mm deformed bar Kg 321.995 133.30
e Dia. 14mm deformed bar Kg 706.322 136.56
f Dia. 16mm deformed bar Kg 1219.31 149.58
Total summary Kg
4 walling
class A,200mm thick HCB wall which can
a satisfy the
Total summary
9. Plastering work
unit Total
Itemno DISCRIPTION UNIT Quantity price price
10.Gypsum plastering
a plastering for 20 HCB wall 236.058 45.26
b plastering for 15 HCB wall 152.243 45.26
c plastering for stair 14.05 43.71
d plastering for beam 40.15 43.71
Total Carried to Summarry
11. Painting
1nd coat to externall wall surface 20cm HCB 236.058 45.26
2nd coat to externall wall surface 20cm HCB 236.058 45.26
1st coat painting for 15cm HCB wall or
internal 152.243 50.76
2nd coat painting for 15 cm HCB wall 152.243 45.26
1st coat painting for stair 10.35 49.52
2nd coat painting for stair 10.35 43.71
A. Scope of Works 1
B. Technical Specification 1
1. Preamble to Schedule of Rates 1
2. General Requirements 2
3. Protection of the Environment / Works 2
4. Equivalency of Standards and Codes 3
5. Project Sign Boards 3
6. Work Item Specifications 3
C. Design Documents and Drawings Error! Bookmark not defined.
1. List of Drawings Attached Error! Bookmark not defined.
2. List of Design Documents Available Error! Bookmark not defined.
D. Bill of Quantities or Activity Schedule 6
1. Preamble 6
2. Terms Relating to Payments 7
3. Pricing 7
4. Completing the Bill of Quantities 8
5. Description of Unit Prices 8
6. Bill of Quantities or Activity Schedule 9
Item No.:
Name of Item:
Unit of
Measurement:
Description:
Equipment:
Materials:
Work
Specification:
Measurement and
Payment:
Unit of
Measurement:
Description: Dayworks
This Item covers the listing of dayworks items for use in determining
payment for work for which no other applicable rate exists in the Schedule
of Rates or for which the mode of operation required by the Engineer differs
Materials: significantly from that specified in the individual items.
The scope of possible works is not limited but may be particularly
appropriate in the following examples:
The records described above for personnel, plant / equipment, and materials,
shall form the basis for determining payments due for works instructed to be
performed under dayworks. The amounts payable will be subject to the
following provisions:
(i) Plant and equipment
The unit of measurement shall be the unit specified for the item of plant or
equipment in the Bill of Quantities.
Measurement and
Non-working hours for transport, breakdown, lack of operator or any other
Payment:
reason shall not be measured.
Rates entered by the Contractor in the Dayworks Schedule for each category
and type of plant shall be deemed to include for: all mark-ups: operation,
maintenance, repairs, fuel, oil, taxes, duties, drivers wages, insurances
overhead, and overtime. Where plant or equipment has to be brought to Site
solely for an item of dayworks, the resources used in transporting the
equipment to and from its normal base to the work Site may be payable but
not the item of transported equipment itself.
(ii) Personnel
The unit of measurement shall be the unit specified for the personnel in the
Schedule of Rates. The workforce eligible for payments shall be restricted
to workers and direct site supervisors such as foreman only. Site office and
head office management and support workers shall be excluded. The rates
entered by the Contractor in the Dayworks Schedule for each category of
worker shall be deemed to include for: wages, overtime, shift work, all
statutory payments required to be made by the Engineer, travel time and
transport to place of normal reporting, hand tools, accommodation,
insurances, overhead, and supervision.
Time spent and resources used in traveling from the place of normal
reporting to the Site are normally payable when resources are specifically
mobilized for the dayworks task. Otherwise, only the actual time spent
working shall be paid for.
(iii) Materials
The basic unit of measurement shall be the amounts actually paid for the
procurement of materials which are used in the ordered works as evidenced
by official invoices and receipts. The Engineer may require that the
Contractor seeks his prior consent before purchasing Materials, in which
case this will be stated in the Works Order. The tendered additional
percentage applied to procurement charges shall be in full and final
compensation in respect of the Contractor’s handling costs, insurances,
overhead, and all other charges in connection with the procurement, supply
and installation/use of the materials.
Table of Clauses
A. General Provisions 8
B. The Contract 8
C. Obligations of the Public Body 4
D. Obligations of the Contractor 5
E. Payments to the Contractor 6
F. Performance of the Contract 8
G. Acceptance and Defects Liability Error! Bookmark not defined.
C. The Contract
In addition to documents listed in GCC Clause 7.1 the following
GCC 7.1 (i)
documents shall form the Contract:
Instruction of the Engineers issued from time to time with in
the contract period. Its priority is between general condition of
contract and specification.
Price index, that will be filled by the contractor in the
attachedAnnex form
GCC 8.1 The governing law shall be The law of the Federal Democratic
Republic of Ethiopia.
GCC 9.1 Language of the Contract shall be .ENGLISH
GCC 10.2 For notices, the Public Body’s address shall be:
In case of change of laws and regulation after the deadline for submission
GCC 16.1
of the Bid Contract Price be correspondingly increased or decreased
and/or the Delivery Date be reasonably adjusted to the extent that
Contractor has thereby been affected in the performance of any of its
obligations under the Contract.
The Contractor, Sub-Contractors, and their Personnel :
GCC 17.1
(i) Shall not be exempted from duties and indirect taxes levied by
the Federal Democratic Republic of Ethiopia, or
(ii) Shall be exempted from duties and indirect taxes levied by the
Federal Democratic Republic of Ethiopia, or
(iii) Shall be reimbursed by the Public Body for any such duties and
indirect taxes levied by the Federal Democratic Republic of
Ethiopia they might have to pay (or that the Public Body would pay
such levies on behalf of the Contractor and the Personnel).
The Public Body warrants that the Contractor, the Sub-Contractors and
the Personnel shall be exempt from (or that the Public Body shall pay on
behalf of the Contractor, the Sub-Contractors and the Personnel, or shall
reimburse the Contractor, the Sub-Contractors and the Personnel for) any
indirect taxes, duties, fees, levies and other impositions imposed, under
the Applicable Law, on the Contractor, the Sub-Contractors and the
Personnel in respect of:
The documents to be provided by the Public Body and the Engineer are
GCC 30.3
the following:
The Schedule of Key Personnel to carry out the functions stated in the
Schedule of Requirements is the following:
GCC 47.1 The Contract is subject to price adjustment in accordance with Clause 47
of the Conditions of Contract.
The date by which operating and maintenance manuals are required is 15
GCC 55.1 days before provisional acceptance day.
The date by which “as built” drawings are required is 15 days before
The draft Final Statement of Account shall be submitted at the latest at the
GCC 65.1 moment of the Contractor's application for the provisional acceptance
certificate.
The Engineer shall prepare and sign the Final Statement of Account
GCC 65.2 within 30 days from the issue of the certificate of final acceptance referred
to in GCC Clause 89.
GCC 79.1 The work register shall be: Required ; or: Required (in accordance
with GCC 79.1)
(ii) Not required.
The technical rules for drawing up the statements shall be: Statements
should be labeled and dated .
GCC 79.2
Statements should be signed and sealed by both the Engineer and the
contractor’s representative
The works, components, equipment and materials used in their
construction must comply with:
GCC 80.2 (a) The following specifications ;Technical Specification and methods of
Measurement, Working drawings & Bill of Quantities
(b) The requirements of
Preliminary technical acceptance is necessary for all construction
GCC 80.3
materials and component.
A. Contract Agreement 10
1. The Agreement 10
B. Performance Security 3
C. Advance Payment Security 4
H. Contract Agreement
for the Procurement of
1.3 The following documents shall constitute the Contract between the Public Body and
the Contractor, and each shall be read and construed as an integral part of the Contract:
1. Contract Agreement, including all appendices;
1.4 This Contract shall prevail over all other Contract documents. In the event of any
discrepancy or inconsistency within the Contract documents, then the documents shall
prevail in the order listed above.
1.5 In consideration of the payments to be made by the Public Body to the Contractor as
hereinafter mentioned, the Contractor hereby covenants with the Public Body to carry
out the Works and to remedy defects therein in conformity in all respects with the
provisions of the Contract.
1.6 The Public Body hereby covenants to pay the Contractor in consideration of the
provision of the Works and the remedying of defects therein, the Contract Price or such
other sum as may become payable under the provisions of the Contract at the times and
in the manner prescribed by the Contract.
IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed
in their respective names as of the day and year first above written.
I. Performance Security
(Bank Guarantee)
Date: 27/01/2014
Procurement Reference No: B1/UCB/25/08/2014
To:
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC
Publication No 458.
Signed:
Duly authorized to sign the Security for and on behalf of: : Abenezer chala
Dated..20/02/2014
Date: 30/02/2014
This security shall remain valid and in full effect from the date of the advance
payment received by the Contractor under the Contract until ,2014
Duly authorized to sign the Security for and on behalf of: Abenezer Chala
Dated on 30/2/2014