Professional Documents
Culture Documents
g+1 Bid Response
g+1 Bid Response
GROUP-2
BID RESPONSE
Etc …
In response to your Bidding Documents for the above Procurement Number:Bid SD 01-2020, we, the
undersigned, hereby declare that:
(a) We have examined and accept in full the content of the Bidding Documents for the, Procurement
Number : Bid SD 01-2020 We hereby accept its provisions in their entirety , without reservation or
restriction.
(b) We hereby declare that all the information and statements made in this Bid are true and accept that
any misinterpretation contained in it may lead to our disqualification.
(c) We, the undersigned, offer to execute in conformity with the Bidding Documents dated 29 March
2020 the following Works Of Residential G+1 Building :
(d) The total price of our Bid, including any discounts offered in item (e) below is 3,047,098.25 ETB ;
(e) The discounts offered and the methodology for their application are: 8 % of total price of our Bid
Unconditional Discount: If our bid is accepted, the following discounts shall apply. .
Methodology of Application of the Discounts: The discounts shall be applied using the following
method: ;
Conditional Discounts: If our bid(s) are accepted, the following discounts shall apply. .
Methodology of Application of the Discounts: The discounts shall be applied using the following
method: ;
(f) Our Bid shall be valid for a period of 30 days from the date fixed for the Bid submission deadline in
accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted
at any time before expiry of that period;
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.
(g) The prices in this bid have been arrived at independently , without , for the purpose of
restricting competition , any consultation , communication , or agreement with any other
bidder or competitor relating to:
i. Those prices;
ii. The intention to submit a bid; or
iii. The methods or factors used to calculate the prices offered.
(h) The prices in this bid have not been and will not be knowingly disclosed by the Abebe
Saide or indirectly, to any other bidder or competitor before bid opening
(i) We, including any subcontractors for any part of the contract resulting from this procurement
process, are eligible to participate in public procurement in accordance with ITB Clause 4.1
and have not been debarred by a decision of the Public Procurement and Property
Administration Agency from participating in public procurements for breach of our
obligation under previous contract
(j) We are not insolvent , in receivership , bankrupt or being wound up, not have had our
business activities suspended and not be the subject of legal proceedings for any of the
foregoing;
(k) We have fulfilled our obligations to pay taxes according to Ethiopian Tax laws
(l) We have read and understood the provisions on fraud and corruption in GCC Clause 5 and
confirm and assure to the Public Body that we will not engage ourselves into these evil
practices during the procurement process and the execution of any resulting contract;
(m) We have not committed an act of embezzlement, fraud or connivance with other Bidders.
(n) We have not given or have been offered to give inducement or bribe to an official or
procurement staff of the to influence the result of the Bid in our favor.
(o) We are not participating, as Bidders, in more than one bid in this bidding process, other than
alternative bids in accordance with the Bidding Document;
(p) We do not have any conflict of interest and have not participated in the preparation of the
original Schedule of Requirements for the Public Body;
(q) If our bid is accepted, we commit to submit a performance security in accordance with the GCC
Clause 58 of the Bidding Documents , in the amount of ETB 100,000 ETB /one hundred
thousand ETH) for the due performance of the Contract;
(r) We, including any subcontractors or suppliers for any part of the Contract, have nationalities
of ETHIOIPIA ];
(s) We will inform the immediately if there is any change in the above circumstances at any stage
during the implementation of the contract. We also fully recognize and accept that any
inaccurate or incomplete information deliberately provided in this Bid may result in our
exclusion from this and other contracts funded by the Government of the Federal Democratic
Republic of Ethiopia.
(t) We understand that this Bid, together with your written acceptance thereof included in your
notification of award , shall not constitute a binding contract between us, until a formal
contract is prepared and executed.
(u) We understand that you reserve the right to reject any or all Bids that you may receive.
Name DAWIT SOLOMON
In the capacity of Procurement & Property Administration team leader.
Signed Ato ABEL MEKONEN,
Duty authorized to sign the Bid for and on behalf of DAWIT SOLOMON.
We have attached an official written statement by a power of attorney (or notary statement, etc.)
proving that the above person, who signed the Bid on behalf of the company/joint
venture/consortium, is duly authorized to do so.
2. Financial Standing
Dawit Solomon 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
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.
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 Three
FINANCIAL DATA Years
in ETB
Year 1 Last Year Current Year Average
A. Information from Balance Sheet
1.Total Assets 15,000,000 13,250,000 13,650,000 13,966,666
2. Total Liabilities 3,500,000 4,250,000 3,430,780 3,726,926
I. Net Value (1-2) 11,500,000 9,000,000 10,219,220 10,239,739
3. Current Assets 8,750,000 6,855,000 8,850,000 8,151,666
4. Short-term debts 6500 550,000 800,800 452,433.33
II. Working Capital (3- 8,743,500 6,304,652 8,000,740 7,699,232.67
4)
B. Information from Income Statement
1. Total Revenue 9,710,543.12 8,000,000.00 9,710,540.00 7,663,259.00
2. Pre-tax Profits 8,500,000.00 7,500,000.00 7,500,000.00 6,573,770
3. Losses 2,210,543.12 1,500,000.00 2,210,540.00 1,089,489
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) XXX Excel file
(b) YYY Excel with PDF
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.
Annual Turnover Data (Works Only)
Year Amount and Currency
2 9,680,500 ETB
1 6,504,368 ETB
Average Annual
8,231,216 ETB
Works Turnover*
*Average annual turnover calculated as total certified payments received for work in progress or
completed over the number of years specified in Section 3, Evaluation and Qualification Criteria,
Sub-Factor 4.2, divided by that same number of years.
Financial Resources
No. Source of Financing Amount
1 Owner 2,000,000 ETB
2 Bank loan 1,200,000 ETB
3 Advance Payment 1,000,000 ETB
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
Period
Percentage Prime Contractor Final acceptance
Name of project/kind of of Client and
Value of Works of Works (P) or issued?
works Contra Place
Completed Subcontractor (S)
ct
A. In Home Country
Addis
G+2 Construction 6,500,000 ETB 7 Month 100% P Yes: Not Yet No:
Ababa
School Construction 1 year 85% Ayat P Yes: Not Yet No:
,000,000 ETB
G+1 Residential Home 4,500,000 ETB 6 month 100% Bole p Yes: Not Yet No:
Arabisa
B. Abroad
Yes: Not Yet No:
The Clients' Certificates concerning the satisfactory execution of contract are attached to this
document
Contract non-performance did not occur during the stipulated period, in accordance with Sub-
Factor 3.3 of Section 3, Evaluation and Qualification Criteria.
Contract non-performance during the stipulated period, in accordance with Sub-Factor 3.3 of
Section 3, Evaluation and Qualification Criteria.
Outcome as Total Contract
Year Percent of Contract Identification Amount (current
Total Assets value)
Contract Identification:
Name of Client:
Address of Client:
Matter in dispute:
Pending Litigation, in accordance with Section 3, Evaluation and Qualification Criteria
No pending litigation in accordance with Sub-Factor 3.4 of Section 3, Evaluation and Qualification
Criteria
Pending litigation in accordance with Sub-Factor 3.4 of Section 3, Evaluation and Qualification
Criteria, as indicated below
Outcome as Total Contract
Year Percent of Contract Identification Amount (current
Total Assets value)
Contract Identification:
Name of Client:
Address of Client:
Matter in dispute:
Contract Identification:
Name of Client:
Address of Client:
Matter in dispute:
Item
Description
no Unit Qty Rate Amount
A-SUB STRUCTURE
1. EXCAVATION & EARTH WORK
Site Clearing and removing the top soil to an average
1.1
depth 200mm thick. m2 108.86 54.12 5,891.24
Excavation for isolated footing in ordinary soil to
1.20
adepth 150cm from reduced ground level m3 22.48 96.05 2,159.35
Trench excavationin ordinary soil for masonry
1.30
foundation to depth of 100cm from reduced level. m3 10.32 40.40 416.97
Bulk excavation in ordinary soil to a depth of 500mm
1.40
from reduced level under built up area. m3 19.78 40.40 799.31
6.70 Supply and fix 8mm thick pvc tiles flooring with
approved type adhesive to cement screed. Price shall 85.06 47,873.48
include adhesive glue. (Cement screed m/s). m2 562.81
6.80 Supply and fix 340x20mm marble tread with cement
sand mortar (1:3).Price shall include cement sand bed, 29.60 75,793.84
chamfering and other necessary works. ml 2,560.60
6.90 Ditto but riser size 170x20mm. ml 29.60 2,491.10 73,736.41
6.10 Ditto but 20mm thick landing. m2 17.38 1,948.34 33,862.15
6.11 Supply and fix 100mm pvc tiles skirting to wall with
approved type tile adhesive. Price shall include tile 122.50 35,400.27
adhesive and other necessary works. ml 288.98
6.12 Supply and fix 200*300mm wall tile ceramic tile
35.91 20,375.84
with cement sand mortar backing (1:3). m2 567.41
6.13 Supply and chipwood ceiling made of galvanized
profile and suspension, 8mm thick chippwood . Price 48.34 23,728.56
shall includes supply of joint tape m2 490.90
Total Carried to summary birr 482,168.80
7 GLAZING
7 Supply and fix 4mm thick glass. Price shall include all
fixing accessories. 29.94 17,551.10
m2 586.17
Total Carried to summary birr 17,551.10
Item no Description Unit Qty Rate Amount
8 PAINTING
8.1 Apply three coats of plastic emulsion paint to internal
plastered wall surfaces. 254.85 20,159.72
m2 79.11
8.2 Ditto but to external plastered wall surfaces. m2 166.48 79.11 13,169.48
8.3 Ditto but to R.C slab soffit. m2 74.68 93.78 7,002.78
8.4 Ditto but to stair case and landings. m2 11.41 93.78 1,069.99
8.5 Ditto but to chipwood ceiling. Painting m2 48.34 93.78 4,532.87
Total Carried to summary birr 45,934.85
9 SANITARY INSTALLTION
9.1 Elevated water tank manufacatured
Supply and mount an elevated water tank
manufacatured from fiber glass having capacity of 1 11,096.91
1.5m3 pcs 11,096.91
9.2 Manhole for water supply, waste
construct man holes on a sanitary sewer drainage 44,613.4
2
13.52
systems as where m 3,299.81 0.0
9.3. Manhole Cover Slab Reinforcement cocrete m 2 4.5 2,550.09 11,475.4
.Internal water supply pipes of PPR-Pipes of PN20. for
9.4 cold water supply line
PPR supply pipe De20 ml 18.68 141.13 2,636.4
PPR supply pipe De25 ml 41.21 156.63 6,454.8
PPR supply pipe De32 ml 20.88 141.57 2,956.0
E. Technical Proposal
Place and Date Lideta area Next to Federal High Court , 26 February 2020
Procurement Reference No.: Bid SD 01-2020
Alternative No.:
To: Ato Abebe saide
Tsedey plc
Campus South P.O.Box 415
Chad street , Lideta area Next to Federal High Court
Addis Ababa
Ethiopia
1. Personnel
The following Team Skill Matrix identifies the personnel to be employed on the contract and
their skills that are relevant to the role in the contract team and are required for successful
execution of the contract:
FORM PER 1: Proposed Personnel
Expert Name Abebaw Ketema
Title of Position: Construction engineer
Nationality: Ethiopian
Resume Page
Qualification Knowledge Level Comments
Reference
BSC p 16
2. Equipment
SBD- Works (NCB) - Prepared by the FPPA (Version 1, August 2011)
Document: Bidding Forms Page 24 of 29 Issued by:
Part 1: Bidding Procedures Section 4: Bidding Forms
The following information shall be provided only for equipment not owned by the Bidder
Name of owner: Ato Abel Mekonen
Address of owner:Addis Ababa Bole sub city Woreda
Owner Telephone: :+251-11-18-02-09 Contact name and title:
Agreements
4. Method Statement
5. Mobilization Schedule
6. Construction Schedule
H. Bid Security
Date: Lideta area Next to Federal High Court, 26 February 2020
Procurement Reference Number: Bid SD 01-2020
Alternative No:
To: Tsdey plc
Whereas Ato Abel mekonen (hereinafter “the Bidder”) has submitted its Bid dated for
Procurement reference Number for the supply of , hereinafter called “the Bid.”
KNOW ALL PEOPLE by these presents that WE , of Addis Ababa having our registered office at
Chad street , Lideta area Next to Federal High Court (hereinafter “the Guarantor”), are bound
unto Tsedy plc(hereinafter “the Public Body”) in the sum of 200 ETB (Two hundred ETB , for
which payment well and truly to be made to the aforementioned Public Body , the Guarantor
binds itself, its successors or assignees by these presents. Sealed with the Common Seal of this
Guarantor this 26 February 2020] , .
THE CONDITIONS of this obligation are the following:
1. If the Bidder withdraws its Bid during the period of Bid validity specified by the Bidder
in the Bid Submission Sheet, except as provided in ITB Sub-Clause 20.2; or
2. If the Bidder, having been notified of the acceptance of its Bid by the Public Body,
during the period of Bid validity, fails or refuses to:
(a) Execute the Contract; or
(b) Furnish the Performance Security, in accordance with the ITB Clause 47; or
We undertake to pay the Public Body up to the above amount upon receipt of its first written
demand, without the Public Body having to substantiate its demand, provided that in its demand
the Public Body states that the amount claimed by it is due to it, owing to the occurrence of one
or more of the above conditions, specifying the occurred conditions.
This security shall remain in force up to and including twenty-eight (28) days after the period of
Bid validity, and any demand in respect thereof should be received by the Guarantor no later than
the above date.
Name: Ato Abel mekonen
In the capacity of Procurement & Property Administration team
Signed: Ato abel mekonenPr ocurement & Property Administration team
Duly authorized to sign the Bid for and on behalf of: Ato Abel mekonen
Dated on 29 day of March, 2020
13. Certification:
I, the undersigned, certify that to best of my knowledge and belief, this CV correctly describes myself,
my qualification, experience, I understand that any willful misstatement described herein may lead to
disqualification or dismissal, if engaged.
13. Certification:
I, the undersigned, certify that to best of my knowledge and belief, this CV correctly describes myself,
my qualification, experience, I understand that any willful misstatement described herein may lead to
disqualification or dismissal, if engaged.
13. Certification:
I, the undersigned, certify that to best of my knowledge and belief, this CV correctly describes myself,
my qualification, experience, I understand that any willful misstatement described herein may lead to
disqualification or dismissal, if engaged.
13. Certification:
I, the undersigned, certify that to best of my knowledge and belief, this CV correctly describes myself,
my qualification, experience, I understand that any willful misstatement described herein may lead to
disqualification or dismissal, if engaged.
13. Certification:
I, the undersigned, certify that to best of my knowledge and belief, this CV correctly describes myself,
my qualification, experience, I understand that any willful misstatement described herein may lead to
disqualification or dismissal, if engaged.
2.
3.
4.
c-mail
6.
7.
9.
9.1.
9.2.
9.3.
10
i0. i.
10.2.
10.3.
l0.4.
i i,
12.
13.
T4.
29
AAfiC
ADuntp Truck'
Ah IC:
1 Driver 1 3 1
2 mixer operator 4 2 3
30
Form No 2
1 hereby certify that the above information is true to the best of my knowledge. I know that giving
wrong information on this application results in rejectinn.
Date 27/4/2015 Signature of the applicant Ababaw ketema
2
3
4
5
6
Total. . .
I. Registered as:
3. Valid for:
4. Date of issue:
5. Remark:
Approved by: