Professional Documents
Culture Documents
MOTI Engineering PLC BID Document July 11 2023 Final
MOTI Engineering PLC BID Document July 11 2023 Final
BIDDING DOCUMENT
FOR PROCUREMENT OF ARCHITECTURAL
CONSULTANCY SERVICES
July, 2023
Addis Ababa, Ethiopia
MOTI Engineering PLC BID Document 07/2023
Page 2 of 96
MOTI Engineering PLC BID Document 07/2023
should present a renewed trade license, Tax Clearance Certificate, and VAT
Registration Certificate is a must.
The Bid Document is Available in Bothe Hard copy and soft copy
The deadline for Bid Proposal submissions:
(Closing Date
7 August 8, 2023
and Time)
Time – Before 12:00 AM
Date & Time of
August 8, 2023
8 Opening of
Time –2:00 PM
Technical Bid
Date & Time of
9 Opening of To Be decided
Financial Bid
A Bid Proposal security shall be required, the amount of the Bid Proposal
security shall be 10,000.00 (Ten Thousand Birr). And the bid security must
10 Bid Bond
be attached in the original Technical document, Certified Payment Order
(CPO) or An unconditional Bank Guarantee
Bidders must submit the technical and financial document in separate
envelop. The technical and financial documents should have one original
Submission and one copy for each, clearly marked “ORIGINAL” and “COPY”. Each
11
Instruction envelope shall be stamped and sealed. The two sealed envelope must be
submitted in a THIRD ENVELOP and need to be stamped and sealed with
name of Bidder.
Mode of
Submission of
12 Through by hand and need to be placed in sealed bid Box
Expression of
Interest
Method of Quality and Cost Based Selection (QCBS) (80:20)
13
Selection
Validity of the The bids shall be valid for a period of 120 days from the date of opening of
14 the tenders.
bids:
Page 3 of 96
MOTI Engineering PLC BID Document 07/2023
Part 3. CONTRACT
Page 4 of 96
MOTI Engineering PLC BID Document 07/2023
Contents
Part 1. BIDDING PROCEDURES ....................................................................................................................................... 7
Section 1. INSTRUCTION TO BIDDERS ......................................................................................................................... 7
A. GENERAL ................................................................................................................................................................. 7
1. Introduction ................................................................................................................................................................ 7
2. Source of Funds ......................................................................................................................................................... 8
3. Fraud, Corruption and Complaint Provisions .................................................................................................... 8
4. Eligible Consultants .................................................................................................................................................. 9
5. Conflict Of Interest .................................................................................................................................................... 9
B. CONTENTS OF BID DOCUMENT .................................................................................................................... 10
6. Bid Documents ......................................................................................................................................................... 10
7. Written Questions/Clarification of Bid Document ......................................................................................... 11
8. Modification to Bid Document ............................................................................................................................ 11
9. Site Visit before Bid Proposal .............................................................................................................................. 11
C. PREPARATION OF BID PROPOSAL ................................................................................................................ 12
10. Cost of Bidding.................................................................................................................................................... 12
11. Language of Bid Proposal ................................................................................................................................ 12
12. Preparation of Bid Proposals........................................................................................................................... 12
13. Joint Venture or Consortium ........................................................................................................................... 12
14. Professional Qualifications and Capability of the Consultant ............................................................... 13
15. Financial Standing of the Consultant............................................................................................................ 13
16. Technical Qualifications, Compliance and Experience of the Consultant .......................................... 13
17. Professional Staff ................................................................................................................................................ 14
18. Technical Proposal Format and Content ..................................................................................................... 14
19. Financial Proposal Format and Content ...................................................................................................... 16
20. Currencies of Financial Proposal and Payment ......................................................................................... 17
21. Period of Validity of Bid Proposals ................................................................................................................ 18
22. Bid Security ........................................................................................................................................................... 18
23. Format and Signing of Bid Proposal ............................................................................................................. 19
D. SUBMISSION AND OPENING OF BID PROPOSAL..................................................................................... 19
24. Sealing and Marking of Bid Proposals ......................................................................................................... 19
25. Deadline for submission of Bid Proposal .................................................................................................... 20
26. Late Bid Proposals .............................................................................................................................................. 20
27. Withdrawal, Substitution and Modification of Bid Proposals ............................................................... 20
28. Bid Proposal Opening ....................................................................................................................................... 21
E. Evaluation and Comparison of Bid Proposals ................................................................................................. 22
29. Confidentiality ..................................................................................................................................................... 22
30. Clarification of Bid Proposals .......................................................................................................................... 22
31. Responsiveness of bid Proposals ................................................................................................................... 22
32. Nonconformities and Omissions ................................................................................................................... 23
33. Dubious price Quotations and Errors in calculation ................................................................................ 23
34. Margin of Preference ......................................................................................................................................... 23
35. Preliminary Examination of Bid Proposals................................................................................................... 23
36. Legal, professional, Technical and Financial Admissibility of Bid Proposal ....................................... 24
37. Evaluation of technical Proposals .................................................................................................................. 26
38. Opening of Financial Proposals...................................................................................................................... 26
39. Evaluation of Financial Proposals .................................................................................................................. 27
40. Comparison of Financial Proposals ............................................................................................................... 28
41. Negotiations ........................................................................................................................................................ 28
42. Post-Qualification Evaluation/ Due Diligence/ .......................................................................................... 29
43. Acceptance or Rejection of Bid Proposals .................................................................................................. 30
Page 5 of 96
MOTI Engineering PLC BID Document 07/2023
Page 6 of 96
MOTI Engineering PLC BID Document 07/2023
A. GENERAL
1. Introduction
With a core focus on ICT Network infrastructure, E-transaction processing solutions, enterprise
software, and digitization solutions, Moti Engineering PLC is one of the leading providers of
information and communication technology solutions in Ethiopia.
MOTI Engineering PLC, (herein after referred to as "MOTI"), seek to retain the services of
qualified consulting firm (hereinafter referred to as "the Consultant"), for execution of
Architectural and Engineering Design Service for A HIGH RISE MIXED USE APARTMENT
BUILDING at Addis Ababa, Kirkos Sub city’s wereda 09.
The Client is requesting for consultants to submit their Bid Proposals containing the Technical
and Financial Proposals separately with a view to entering into contract with MOTI for
Consultancy Service which general description is provided in the BDS.
The Bid Proposal will be the basis for contract negotiation and ultimately for a signed contract
with the selected Consultant.
The Consultancy Service that are subjects of this procurement process are more particularly
specified in Section 6. Terms of Reference upon the basis of information supplied in and in
accordance with the bid documents.
Shortlisted Consultants may submit on bid Proposal, if the consultant submits or participate
in more than one bid proposals, such proposal shall be disqualified
This Section 1. Instruction to Bidders shall not form a part of the contract. The purpose of these
Instructions are intended to assist shortlisted consultants in the preparation of their Bid
Proposals.
MOTI reserves the right to reject any or all tenders without assigning any reason thereof and
also not bound to accept lowest tender.
MOTI retains ownership of all Bid Proposals submitted in response to this RFP. Consultants
have no rights to have their Bid proposals returned to them except late Bid Proposals.
Consultants are expected to examine carefully and comply with all instructions, forms, contract
provisions and specifications contained in this Bid document. Consultants are advised to
conduct development site before submitting the Bid Proposals.
The permitted method of communication shall be in writing. Throughout this bid document
the term ‘in writing’ means, communicated in written form and delivered against receipt.
Page 7 of 96
MOTI Engineering PLC BID Document 07/2023
2. Source of Funds
Payment will be made directly by MOTI, for Activity, unit Quantity, unit cost total. 1.1.
Architectural Design Works: which includes, Floor plan Drawings, elevations and section
drawings, Site plan, 3D design and all related detail designs, specifications, 1.2. Structural
Design works: which includes, Soil test program considering the soil condition of the area,
Structural analysis report, plans for formwork, plans for slab reinforcement, foundation, beams
and columns reinforcement plans, sections, bar bending schedules 1.3. Mechanical Design
works: which includes, detail design of any mechanical system including report and calculation
1.4. Electrical Design Works: which includes, Floor plans Details drawings for special item,
Distribution layout and wiring diagrams for all distribution boards, Electrical and other
necessary calculations and report.1.5. Sanitary Design Works: which includes, floor plans, riser
diagram, Detail drawings for special items, Hydraulic and other necessary calculations and
reports. 1.6. BOQ Preparation Work: preparation of bill of quantity, includes detail item of
works and quantities, and engineers estimate for the project and takeoff sheet need to be
include. 1.7. Design Approval follow-up works: which includes, organizing all required
documents required by the respected authority, application for design approval, approval
stage process follow-up, and delivering the final approved documents to the client (Obtaining
all clearance from government agencies as required and any other works related to this
project) 1.8. Construction Bid Document preparation Work: this work includes preparation of
a Standard Construction Bid Document for the building based on the design prepared. And
will be subject in all respects to the terms and conditions of the resulting contract placed by
MOTI.
Page 8 of 96
MOTI Engineering PLC BID Document 07/2023
procurement directive in conducting a Bid Proposal proceeding may present complaint to the
head of MOTI to have the Bid Proposal proceeding reviewed or investigated.
Any compliant must be submitted in writing to the head of MOTI, within five (5) working days
from the date the Consultant knew, or should have known, of the circumstances given rise to
the compliant. If the head of MOTI dose not issue a decision within ten (10) working days after
submission of complaint, or the candidate or the consultant is not satisfied with the decision,
it may submit the complaint to the Board within five (5) working days from the date on which
the decision has been or should have been communicated to the candidate or the consultant
by MOTI. The Boards’ decision is binding for both parties.
4. Eligible Consultants
All shortlisted Consultant interested to participate in the tender should meet the following
minimum qualifying criteria, which includes, Registered Grade 1 Consulting Architects or
Registration Grade 1 Consulting Architects and Engineers firm with respective governmental
body. Copy of the Registration Certificate valid as on date should be enclosed.
The consultant need to satisfy the Minimum evaluation Criteria attached at Section 3:
Evaluation Criteria. Details should be furnished in the format ‘Form T1: Technical Proposal
Submission Sheet at Section 4.
The consultant need to have a valid and renewed trade license for the year; and Bidders should
be VAT registered. Bidders should have an establishment of at least five years and the principal
partners/ owner should have professional qualification and experience of 10 years in the field
of Architecture/Planning etc. Details should be furnished in the format ‘Form T 2: Consultants
Certification Compliance at Section 4.
Details of similar projects handled by the biding firm (initiated or completed in the last 5 years)
and Should have successfully designed and completed minimum Five work of similar projects
during the past five years giving date of start, date of completion, built up area, cost of project
and delay if any attributable to the firm. Photographs of work may also be given if available.
The consultant need to present details of the composition of the team to be deployed for this
Project with their qualification, experience profile List of Experts/ Specialists such as Architects,
Structural consultants, Cost Estimators, quantity surveyors etc. Details should be furnished in
the format Form T1: Technical Proposal Submission Sheet at Section 4.
The consultant need to present evidence of Availability of in-house Software and hardware
facilities and must have an office at Addis Ababa.
5. Conflict Of Interest
It is required that Consultants provide professional, objective, and impartial advice and at all
times hold MOTI interests’ paramount, strictly avoid conflicts with other assignments or their
own corporate interest and act without any consideration for future work. Without limitation
Page 9 of 96
MOTI Engineering PLC BID Document 07/2023
on the generality of the forgoing, consultants, and any of their affiliates, shall be considers to
have a conflict of interest and shall not be recruited, under any of the circumstances set forth
below:
A firm that has been engaged by MOTI to provide goods, works or services other than
consultancy service for a project, and any of its affiliates, shall be disqualified from providing
consultancy service related to those goods, works, or services. Conversely, a firm hired to
provide consultancy services for the preparation or implementation of project, and any of its
affiliates, shall be disqualified from subsequently providing goods, works, or services other
than consultancy services resulting from or directly related to the firms’ Consultancy service
are defined as those leading to a measurable physical output.
A consultant (including its personnel and sub-consultants) or affiliates shall not be hired for
any assignment that, by its nature, may be in conflict with another assignment of the
consultant to be executed for the same or for another. For example; a consultant hired to
prepare TOR for an assignment should not be hired for the assignment in question.
Consultants have an obligation to disclose any situation of actual or potential conflict that
impact their capacity to serve the best interest of MOTI. Or that may reasonably be perceived
as having this effect. Failure to disclosed said situation may lead to the disqualification of the
consultant or the termination of its contract.
If a shortlisted consultant could derive a competitive advantage from having provided
Consultancy services related to the assignment in question, MOTI shall make available to all
shortlisted consultants together with this Bid Document all information that would in that
respect give such consultant any competitive advantage over competing Consultants.
6. Bid Documents
The Bid Document consists of PART 1, 2, 3, which include all the sections indicated below and
should be read in conjunction with any Addenda issued in accordance with ITB Clause at
Section 2: BDS.
Part 1. BIDDING PROCEDURES
Section 1. Instruction to Bidders (ITB)
Section 2. Bid Data Sheet (BDS)
Section 3. Evaluation Criteria
Section 4. Bidding Forms
Section 5. Eligible Countries
Part 2. SCHEDULE OF REQUIREMENTS
Section 6. Term of Reference (TOR)
Part 3. CONTRACT
Section 7. General Condition of Contract (GCC)
Section 8. Special Condition of contract (SCC)
Page 10 of 96
MOTI Engineering PLC BID Document 07/2023
MOTI Engineering Plc shall forward copies of the response to all consultant who have received
expression of interest directly, including a description of the inquiry but without reference to
the identity of the shortlisted consultants initiating the request.
Should MOTI deem it necessary to amend the TOR as a result of a clarification, it shall do so
following procedure. Only the written response will be considered official and carry weight the
procurement process and subsequent evaluation. Any answers received outside the official
channels, whether received verbally or in writing, from employees or representatives of or any
other party, shall not be considered official response to questions regarding this Tender.
Consultants are required to immediately acknowledge receipt of any such amendments, and
it will be assumed that the information contained in the amendment will have been taken into
account by the consultants in its bid proposal. MOTI may, at its discretion, extend the closing
date for submission of bid proposal where it modifies a TOR, if it is assumed that the time
remaining before the closing date is not sufficient for consultants to prepare adjusted proposal
documents on the basis of such modification.
Page 11 of 96
MOTI Engineering PLC BID Document 07/2023
Page 12 of 96
MOTI Engineering PLC BID Document 07/2023
A JV, Consortium or Association in presenting its track record and experience should clearly
differentiate between:
a) Those that were undertaken together by the JV, Consortium or Association; and
b) Those that were undertaken by the individual entities of the JV, Consortium or
Association.
Previous contracts completed by individual experts working privately but who are permanently
or were temporarily associated with any of the member firms cannot be claimed as the
experience of the JV, Consortium or Association or those of its members, but should only be
claimed by the individual experts themselves in their presentation of their individual
credentials. JV, Consortium or Associations are encouraged for high value, multi-sectoral
requirements when the spectrum of expertise and resources required may not be available
within one firm.
Page 13 of 96
MOTI Engineering PLC BID Document 07/2023
Page 14 of 96
MOTI Engineering PLC BID Document 07/2023
A valid tax clearance certificate issued by the tax authority (only domestic
Consultants);
Relevant professional practice certificates, as appropriate.
Consultant Certification of Compliance (Section 4,Form T2) including the following
mandatory information and attachments:
Brief description of the Consultants' organization [Form T2, Sub-Clause (C)]:
For the FTP only: a brief description of the Consultants' organization and an outline of recent
experience of the Consultants and, in the case of joint venture, for each partner, on
assignments of a similar nature is required in Sub-Clauses (a) and (c) of Form T2. For each
assignment, the outline should indicate the names of Sub- Consultants/ Professional staff who
participated, duration of the assignment, contract amount, and Consultant's involvement.
Information should be provided only for those assignments for which the Consultant was
legally contracted by MOTI as a corporation or as one of the major firms within a joint venture.
Assignments completed by individual Professional staff working privately or through other
consulting firms cannot be claimed as the experience of the Consultant, or that of the
Consultant's associates, but can be claimed by the Professional staff themselves in their CVs.
Consultants should he prepared to substantiate the claimed experience if so, requested by
MOTI. For the STP the above information is not required and Sub-Clauses Clauses (a) and (c)
of Form T 2 shall not be used
Page 15 of 96
MOTI Engineering PLC BID Document 07/2023
For the FTP, and STP: a description of the approach, methodology and work plan for
performing the assignment converting the following subjects: technical approach and
methodology, work plan, and organization and staffing schedule.
Guidance on the content of this section of the Technical Proposals is provided under Form T
3 of Section 4.
The work plan should be consistent with the Table Work Schedule (Sub-Clause (d) of Form T3)
which will show in the form of a bar chart the timing proposed for each activity,
For the STP only: the description of the approach, methodology and work plan should normally
consist of 10 pages, including charts, diagrams, and comments and suggestions, if any, on
Terms of Reference and counterpart staff and facilities.
The list of the proposed Professional staff team by area of expertise, the position that would
be assigned to each staff team member, and their tasks (Sub-Clause (e) of Form T 3). Estimates
of the staff input (staff-months of foreign and local professionals) needed to carry out the
assignment (Sub-Clause (f) of Form T 3). The staff-months input should be indicated separately
for home office and field activities, and for foreign and local Professional staff.
For the FTP only: a detailed description of the proposed methodology and staffing for training,
if the TOR specifies training as a specific component of the assignment. Bid Security, in
accordance with ITB Clause 22.1
Any other document or information required to be completed and submitted by consultants,
as specified in the BDS.
The Technical Proposal shall not include any financial information, A Technical Proposal
containing financial information may be declared non responsive.
Page 16 of 96
MOTI Engineering PLC BID Document 07/2023
Fees for staff, indicating rates for home and field work, where appropriate; and
Reimbursable expenditure, such as subsistence, transportation (international and local
for mobilization and demobilization), services and equipment (vehicles, office
equipment, furniture, and supplies), printing of documents, translation, and other
incidental expenses as indicated in the BDS Clause 19.1(b) (v).
Where a foreign Consultant plans to use local Consultants the portion of the Financial
Proposal representing such local cost shall be expressed in ETB.
Where indicated in the BDS, the total Financial Proposal price shall be broken down
into separate activities and corresponding tables in Financial Proposal (Form F 2) shall
be completed for each activity.
The Financial Proposal should clearly estimate, as a separate amount, the local taxes
(such as: value added or sales tax, social charges or income taxes on nonresident
Foreign Personnel, duties, fees, levies ' and other charges imposed on the Consultant
and their personnel (other than nationals of or permanent residents in the Federal
Democratic Republic of Ethiopia), unless the BDS specifies otherwise.
The completed Financial Proposal forms, adjusted if necessary, during evaluation or
negotiation, will be used in any resulting Agreement, to compile the:
Breakdown of Contract Price in the case of a Lump Sum contract, which will be used only to
determine prices for any additional Services or costs;
Cost Estimates in the case of a Time-Based contract, with payment being made for the
actual inputs provided, using the rates in the Cost Estimates.
The Consultant offering conditional discounts shall indicate the methodology for their
application in the Financial Proposal Submission Sheet.
If so, indicated in BDS Sub-Clause 1.4, Proposals are being invited for contracts
(package). Unless otherwise indicated in the BDS, prices quoted shall correspond to
100 % of the items specified and to 100% of the quantities specified for each item.
Consultants wishing to offer any price reduction for the award of more than one
Contract shall specify in their Financial Proposal the price reductions applicable to each
package or, alternatively, to individual Contracts within the package. Price reductions
shall be submitted in accordance with ITB, provided the Financial Proposals submitted
and opened at the same time
The type of contract is indicated in the Special Conditions of Contract (SCC).
Page 17 of 96
MOTI Engineering PLC BID Document 07/2023
wishes to be paid in a combination of amounts in different currencies, it may quote its price
accordingly but use no more than three currencies different from Ethiopian Birr.
Page 18 of 96
MOTI Engineering PLC BID Document 07/2023
Page 19 of 96
MOTI Engineering PLC BID Document 07/2023
iii. Bear a warning that states “Not to be opened before the time and date for proposal
opening” as specified in the BDS.
If the envelopes and packages with the Proposal are not sealed and marked as required, MOTI
shall assume no responsibility for the misplacement, loss, or premature opening of the
Proposal.
Page 20 of 96
MOTI Engineering PLC BID Document 07/2023
Page 21 of 96
MOTI Engineering PLC BID Document 07/2023
29. Confidentiality
Information relating to the examination, evaluation, clarification, and comparison of Bid
Proposal. And recommendation of contract award, shall not be disclosed to consultants or nay
other persons not officially concerned with such process until information of contract award is
communicated to all Consultants.
Any effort by a consultant to influence MOTI in the examination, evaluation, and comparison
of Bid Proposal or contract decision may result in rejection of its Bid Proposal. Notwithstanding
the time of BID Proposal opening to the time of contract award, if any consultant wishes to
contact MOTI on any Matter related to the bidding process, it should do so in writing.
Page 22 of 96
MOTI Engineering PLC BID Document 07/2023
Page 23 of 96
MOTI Engineering PLC BID Document 07/2023
Page 24 of 96
MOTI Engineering PLC BID Document 07/2023
Page 25 of 96
MOTI Engineering PLC BID Document 07/2023
The average annual turnover for the period specified in Section 3, Evaluation
Methodology and Criteria does not exceed the amount of the financial proposal of the
Bid Proposal in value specified in the BD; v Consultant has failed to calculate Financial
Proposal Price as prescribed in ITB Clause 19.3 and
Consultant has failed to quote prices in currency specified in the BDS in accordance
with ITB Clause 20.1
If a complaint is lodged against the result of the technical evaluation, the Financial Proposals
shall not be opened pending decision on such complaint. The Financial Proposals shall be
opened in the presence of the Consultants whose Technical Proposals have been accepted
and to whom letter of notification is written to attend the proceeding in accordance with ITB.
Page 26 of 96
MOTI Engineering PLC BID Document 07/2023
The envelopes containing the Financial Proposals of Consultants successful in the technical
evaluation shall be opened and the name of the Consultant, the technical score of the
Consultant, the total price offered and any discount given by such Consultant and the
conditions for such discount, and any other information related to price shall be read aloud to
inform the Consultants in accordance with ITB.
MOTI shall record the minutes of the Financial Proposal opening that shall include, as a
minimum: the name of the Consultants, their Financial Proposal price, and any other salient
points raised in the Financial Proposal opening proceeding. The Consultants' representatives
who are present shall be requested to sign the attendance sheet. The omission of a
Consultant's signature on the attendance sheet shall not invalidate the contents and effect of
the minutes. A copy of the minutes shall be distributed to all Consultants
If the Time-Based form of contract has been included in the Request for Proposals, MOTI shall
correct the quantification indicated in the Financial Proposal so as to make it consistent with
that indicated in the Technical Proposal, apply the relevant unit price included in the Financial
Proposal to the corrected quantity and correct the total Financial Proposal cost;
If the Lump-Sum form of contract has been included in the Request for Proposals, no
corrections are applied to the Financial Proposal in this respect. Prices shall be converted to a
single currency in accordance with ITB. Unless otherwise indicated in the BDS, prices offered
by foreign and local Consultants shall, for the purpose of evaluation, include those taxes,
duties, fees, and other charges imposed under applicable low (and to be paid under the
Page 27 of 96
MOTI Engineering PLC BID Document 07/2023
Contract, unless the Consultant is exempted). Prices offered by foreign and local Consultants
may also include translation, travel, stationery and other incidental expenses.
If this Request for Proposals allow Consultants to quote separate prices for different lots, and
the award to a single Consultant of multiple lots, the methodology of evaluation to determine
the lowest evaluated lot combinations, including any discounts offered in the Financial
Proposal Submission Sheet, is specified in the BDS and detailed in Section 3 Evaluation
Methodology and Criteria
41. Negotiations
Prior to the expiration of Proposal validity, MOTI shall notify the successful Consultant in
writing and invite it to negotiate the Contract at the location indicated in the BDS. The
negotiation to be held with the selected Consultant shall focus on the content of the
consultancy work, the method applied to accomplish the work, the quality of the professional
staff to be engaged by the Consultant, the work schedules, which shall indicate activities, staff,
periods in the field and in the home office, staff months, the material to be used by the
Consultant in the performance of the service, the content of the report to be submitted by the
Consultant as well as the manner of submitting such report and such other issues arising from
the performance of the service.
Page 28 of 96
MOTI Engineering PLC BID Document 07/2023
The essential requirements of the Request for Proposals and the quality of the work to be
delivered by the Consultant are not negotiable.
No negotiation shall be allowed between MOTI and the Consultant on the price quoted by the
Consultant.
Having selected the Consultant on the basis of among other things, an evaluation of proposed
key professional staff, MOTI expects to negotiate a contract on the basis of the staff named in
the proposal. Prior to contract negotiations, MOTI shall require assurances that the staff
members will be actually available.
MOTI shall not consider substitutions during contract negotiations except in cases of
unexpected delays in the starting date or incapacity of key professional staff for reasons of
health. The agreement to be reached with the Consultant pursuant to Sub-Clauses above, shall
not be detrimental to the interest of MOTI nor favor the selected Consultant to the prejudice
of the other Consultants.
Page 29 of 96
MOTI Engineering PLC BID Document 07/2023
F. AWARD OF CONTRACT
Page 30 of 96
MOTI Engineering PLC BID Document 07/2023
A letter of award to be sent by MOTI to successful shall not constitute a contract between him
and MOTI. A contract shall deemed to have been concluded between MOTI and successful
Consultant only where a contract containing detailed provisions governing the execution of
the procurement in issue is signed. A letter of contract to be sent to a successful Consultant,
depending on the type of contract, may contain the following information
That MOTI has accepted his Bid Proposal
The total contract Price
The amount of performance security the successful consultant is required to furnish
and the deadline for providing such security.
Page 31 of 96
MOTI Engineering PLC BID Document 07/2023
A. Introduction 31
F. Award of Contact 34
Page 32 of 96
MOTI Engineering PLC BID Document 07/2023
Instructions
to Bidders
Data Relevant to ITB
(ITB)
Reference
A. Introduction
ITB 1.1 The Name of the Client is: Moti Engineering Plc
Registered Address: Addis Ababa, Ethiopia
ITB 1.1 The Request for Proposals is issued under Procurement Method: Invitational Bid
Project Name is: A MULTI-STORY MIXED USE APARTMENT BUILDING
General description of design (Consultancy) service that are subjected the
ITB 1.2 and Procurement would include : Architectural Design Works (both preliminary and
final), Structural Design works, Mechanical Design works, Electrical Design Works,
24.5 (b) Sanitary Design Works, BOQ Preparation Work including takeoff sheet, Design
regulatory Approval follow-up works, Construction Bid Document preparation
Work. Where Each of the above shall be supported by design report.
ITB 1.4 The number and identification of Lots in this Request for Proposals is: one
Domestic Designer (Consultant) shall provide VAT registration certificate issued
ITB 4.5(b)(ii)
by the tax authority
ITB 4.5(b)(iv) Relevant professional practice certificate shall be required
A Consultant shall amend the evidence of its continued eligibility with the
following documents: Documentary evidences mentioned in ITB 4.5 together
with the bid document.
VAT registration certificate
ITB 4.7
Registration from a respective regional or Federal Urban
Development or Construction Bureau for bidding period
Renewed license valid for the bidding period.
And all other legal status documents
Instructions
to Bidders
Data Relevant to ITB
(ITB)
Reference
Page 33 of 96
MOTI Engineering PLC BID Document 07/2023
Instructions
to Bidders
Data Relevant to ITB
(ITB)
Reference
Page 34 of 96
MOTI Engineering PLC BID Document 07/2023
Page 35 of 96
MOTI Engineering PLC BID Document 07/2023
Instructions
to Bidders
Data Relevant to ITB
(ITB)
Reference
Page 36 of 96
MOTI Engineering PLC BID Document 07/2023
Contents
A. Legal 36
B. Technical 37
C. Financial 37
D. Professional 37
Page 37 of 96
MOTI Engineering PLC BID Document 07/2023
DOCUMENT Remark
SUBJECT CRITERIA SUBMISSION
REQUIREMENT
A. Legal
Must meet
Nationality Nationality.
Requirement
Must meet
Conflict of Interest No conflict of interest.
Requirement
Valid TRADE LICENSE & Having been submitted valid trade license or
Must meet Attach
business organization business organization registration certificate
Requirement a Copy
Registration certificate. issued by the country o establishment
Page 38 of 96
MOTI Engineering PLC BID Document 07/2023
B. Technical
Form T2:
Minimum ten years of relevant experience.
Section 4
Minimum Five contracts of similar value, nature and
General Experience
complexity implemented over the last five years. Form T2(d):
(For JV/Consortium/Association, all Parties Section 4
cumulatively should meet requirement).
C. Financial
Minimum average annual turnover of ETB 1 million
for the last 3 years. Form T2(b):
(For JV/Consortium/Association, all Parties Section 4
cumulatively should meet requirement).
Financial Standing Bidder must demonstrate the current soundness of
its financial standing and indicate its prospective
Form T2(b):
long-term profitability.
Section 4
(For JV/Consortium/Association, all Parties
cumulatively should meet requirement).
DOCUMENT SUBMISSION
KEY PROFESSIONAL QUALIFICATION
REQUIREMENT
D. Professional
Minimum BSC Arch with 15 years of Experience and
Team Leader and Lead Form T2(e), T4:
must have handled large projects. Should be
Architect Section 4
registered Architect. (PPA)
Page 39 of 96
MOTI Engineering PLC BID Document 07/2023
Method of Selection will be on the basis of Quality and Cost Based Selection
(QCBS) (80:20)
Rating the Technical TP Rating = (Total Score Obtained by the Offer / Max. Obtainable
Proposal (TP): Score for TP) x 100
FP Rating = (Lowest Priced Offer / Price of the Offer Being
Reviewed) x 100
Rating the Financial Where:
Proposal (FP): Fs = the financial score of the Financial Proposal being evaluated
FL= the price of lowest priced Financial Proposal
F = the price of Financial Proposal under consideration
Total Combined Score: The weighted combined score of the Technical bid (Ts), and
Financial proposals (Fs) shall be used to rank the bidders as below:
Combined Score = (TP Rating) x (80%) + (FP Rating) x (20%)
Page 40 of 96
MOTI Engineering PLC BID Document 07/2023
Contents
6. Bid Security 52
Page 41 of 96
MOTI Engineering PLC BID Document 07/2023
We, the undersigned, offer to provide the services for [Insert Title of services] in accordance
with your Request for Proposal No. [Insert Procurment Reference Number] and our Proposal. We are
hereby submitting our Proposal, which includes this Technical Proposal and our Financial Proposal sealed
under a separate envelope.
We hereby declare that our firm, its affiliates, subsidiaries, or employees, including any
JV/Consortium /Association members for any part of the contract:
a) Have no conflict of interest in accordance with ITB Clause 5.
b) Have not declared bankruptcy, are not involved in bankruptcy or receivership proceedings, and
there is no judgment or pending legal action against them that could impair their operations in
the foreseeable future.
c) Undertake not to engage in proscribed practices, including but not limited to corruption, fraud,
coercion, collusion, obstruction, or any other unethical practice, with MOTI Engineering Plc or any
other party, and to conduct business in a manner that averts any financial, operational,
reputational, or other undue risk to client.
d) We have examined and accept in full the content of the Request for Proposals for the,
Procurement Number: [Insert Procurment Reference Number]. We hereby accept its provisions in
their entirety, without reservation or restriction.
e) We, the undersigned, offer to provide the Consultancy services for in accordance with your
Request for Proposal dated and our Proposal.
f) We are submitting our Bid Proposal in association with: [Insert Name of Affiliates or Partners]
g) Our Bid Proposal shall be valid for a period of days from the date fixed for the Bid Proposal
submission deadline in accordance with the Request for Proposals, and it shall remain binding
upon us and may be accepted at any time before expiry of that period;
h) If negotiations are held during the period of validity of the Bid Proposal we undertake to
negotiate on the basis of the proposed staff. Our Bid Proposal is binding upon us and subject to
the modifications resulting from Contract negotiations.
i) We, including any Sub-consultants for any part of the contract resulting from this procurement
process, are eligible to participate in public procurement in accordance with ITB and have not
been debarred by a decision of the Public Procurement Agency from participating in public
procurements for breach of our obligation under previous contract;
Page 42 of 96
MOTI Engineering PLC BID Document 07/2023
j) We have read and understood the provisions on fraud and corruption in (ICC 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;
k) We have not committed an act of embezzlement, fraud or connivance with other Consultants.
l) We have not given or have been offered to give inducement or bribe to an official or procurement
staff of MOTI Engineering Plc to influence the result of the Bid Proposal in our favor.
m) We are not participating, as Consultants, in more than one Bid Proposal in this bidding process;
n) We do not have any conflict of interest and have not participated in the preparation of the original
Terms of Reference for the Public Body;
o) If our Bid Proposal is accepted, we commit to submit a performance security in accordance with
the GCC of the Request for Proposals, in the amount of for the due performance of the Contract;
We, including any Sub-consultants or Consultant s for any part of the Contract, have nationalities
from eligible countries in accordance with Section 5;
p) We will inform MOTI Engineering Plc 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
Proposal may result in our exclusion from this and other contracts funded by the Government of
the Federal Democratic Republic of Ethiopia_
q) We understand that this Bid Proposal, 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.
r) We understand that you reserve the right to reject any or all Bid Proposals that you may receive
We declare that all the information and statements made in this Proposal are true and we accept
that any misinterpretation or misrepresentation contained in this Proposal may lead to our
disqualification and/or sanctioning by the MOTI Engineering Plc.
We offer to provide services in conformity with the Bidding documents and in accordance with the
Terms of Reference.
Our Proposal shall be valid and remain binding upon us for the period specified in the Bid instruction
Sheet.
I, the undersigned, certify that I am duly authorized by [Insert Name of Bidder] to sign this
Proposal and bind it should MOTI Engineering Plc. accept this Proposal.
Name: _____________________________________________________________
Title: ______________________________________________________________
Date: ______________________________________________________________
Signature: __________________________________________________________
Page 43 of 96
MOTI Engineering PLC BID Document 07/2023
Page 44 of 96
MOTI Engineering PLC BID Document 07/2023
B. Financial Standing
Has adequate financial resources to manage this Contract as established by our financial
statements, audited by an independent auditor, and submitted in this Bid Proposal. 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
Year ETB
Annual Turnover for the last 3 years Year ETB
Year ETB
Financial information
Historic information for the last 3 years
(In ETB)
Year 1 Year 2 Current Year Average
Information from Balance Sheet
Total Asset (TA)
Total Liabilities (TL)
Curent Asset (CA)
Curent Liabilities (CL)
Information from Income Statement
Total / Gross Revenue (TR)
Profits Before Taxes (PBT)
Net Profit
Current Ratio
☐ Attached are copies of the audited financial statements (balance sheets, including all related notes,
and income statements) for the years required above complying with the following condition:
a) Must reflect the financial situation of the Bidder or party to a JV, and not sister or parent
Page 45 of 96
MOTI Engineering PLC BID Document 07/2023
companies.
b) Historic financial statements must be audited by a certified public accountant.
c) Historic financial statements must correspond to accounting periods already completed and
audited. No statements for partial periods shall be accepted.
C. Consultant's Organization
i. Brief description of the organization, including the year and country of incorporation, and types
of activities undertaken.
ii. General organizational capability which is likely to affect implementation: management
structure, financial stability and project financing capacity, project management controls, extent
to which any work would be subcontracted (if so, provide details).
iii. Relevance of specialized knowledge and experience on similar engagements done in the
region/country.
iv. Quality assurance procedures and risk mitigation measures.
v. Organization’s commitment to sustainability.
Period of
Project name & Client & Reference Contract Types of activities
activity and
Country of Assignment Contact Details Value undertaken
status
Bidders may also attach their own Project Data Sheets with more details for assignments above.
☐ Attached are the Statements of Satisfactory Performance from the Top 3 (three) Clients or more.
Page 46 of 96
MOTI Engineering PLC BID Document 07/2023
sufficient detail and different components of the project should be adequately weighted relative to one
another.
a) A detailed description of the approach and methodology for how the Bidder will achieve the
Terms of Reference of the project, keeping in mind the appropriateness to local conditions
and project environment. Details how the different service elements shall be organized,
controlled, and delivered.
b) The methodology shall also include details of the Bidder’s internal technical and quality
assurance review mechanisms.
c) Explain whether any work would be subcontracted, to whom, how much percentage of the
work, the rationale for such, and the roles of the proposed sub-consultants and how everyone
will function as a team.
d) Description of available performance monitoring and evaluation mechanisms and tools; how
they shall be adopted and used for a specific requirement.
e) Implementation plan including a Gantt chart or Project Schedule indicating the detailed
sequence of activities that will be undertaken and their corresponding timing.
f) Demonstrate how you plan to integrate sustainability measures in the execution of the
contract.
g) Any other comments or information regarding the project approach and methodology that
will be adopted.
Permanent
Temporary
TOTAL
Page 47 of 96
MOTI Engineering PLC BID Document 07/2023
The following Team Skill Matrix identifies the skills that are relevant to the role in the contract team and
are required for successful execution of the contract:
Expert Name
Role (E.g., Professional Architect, Structural Engineer)
Knowledge Knowledge Level Resume Page Reference Comments
Additional Knowledge&
Knowledge Level Resume Page Reference Comments
Experience
Name: _____________________________________________________________
Title: ______________________________________________________________
Date: ______________________________________________________________
Signature: __________________________________________________________
[Stamp with official stamp of the Bidder]
Attachments:
1. Statement issued by a power of attorney authorizing the signatory of the Bid Proposal:
2. Certificates of satisfactory execution of contracts provided by contracting parties to the
contracts successfully completed in the course of the past years, as required in the BDS.
3. Individual’s resume for proposed Professional Staff -Form T 4.
4. Audited financial statements;
5. Documents required as proof of the Consultants financial standings in BDS
Page 48 of 96
MOTI Engineering PLC BID Document 07/2023
B. Work Plan
D. Work Schedule
Time Period
No. Activity
1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th
Professional Staff
Name Firm Area of Expertise Position Task Assigned
Page 49 of 96
MOTI Engineering PLC BID Document 07/2023
F. Staffing Schedule
n
Subtotal 1
Local
n
Subtotal 2
TOTAL
Part-Time Input
Name: _____________________________________________________________
Title: ______________________________________________________________
Date: ______________________________________________________________
Signature: __________________________________________________________
[Stamp with official stamp of the Bidder]
Page 50 of 96
MOTI Engineering PLC BID Document 07/2023
To be completed and returned with your Proposal if the Proposal is submitted as a Joint
Venture/Consortium/Association.
1 [Complete] [Complete]
2 [Complete] [Complete]
3 [Complete] [Complete]
We have attached a copy of the below document signed by every partner, which details the
likely legal structure of and the confirmation of joint and severable liability of the members of the said
joint venture:
☐ Letter of intent to form a joint venture OR ☐ JV/Consortium/Association agreement
We hereby confirm that if the contract is awarded, all parties of the Joint
Venture/Consortium/Association shall be jointly and severally liable to MOTI Engineering Plc. for the
fulfillment of the provisions of the Contract.
Page 51 of 96
MOTI Engineering PLC BID Document 07/2023
Provide CVs for key personnel that will be provided to support the implementation of this project using
the format below. CVs should demonstrate qualifications in areas relevant to the Scope of Services.
NAME OF
[INSERT]
PERSONNEL
POSITION FOR
THIS [INSERT]
ASSIGNMENT
NATIONALITY [INSERT]
LANGUAGE
[INSERT]
PROFICIENCY
[INSERT]
Page 52 of 96
MOTI Engineering PLC BID Document 07/2023
[INSERT]
REFERENCE 1:
REFERENCES
[INSERT]
REFERENCE 2:
[INSERT]
I, the undersigned, certify that to the best of my knowledge and belief, these data correctly describe my
qualifications, my experiences, and other relevant information about myself.
______________________________________ ___________________
Page 53 of 96
MOTI Engineering PLC BID Document 07/2023
BID SECURITY
KNOW ALL PEOPLE by these presents that WE, of having our registered office at hereinafter ("the
Guarantor"), are bound unto (hereinafter "the Public Body") in the sum of, 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] day of, Select date.
1. If the Consultant withdraws its Bid Proposal during the period of Bid Proposal validity
specified by the Consultant in the Bid Proposal Submission Sheet, except as provided in ITB
Sub-Clause 21.2; or
2. If the Consultant, having been notified of the acceptance of its Bid Proposal by the Public
Body, during the period of Bid Proposal validity, fails or refuses to:
(b) Furnish the Performance Security, in accordance with the ITB Clause 49; 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
Proposal validity, and any demand in respect thereof should be received by the Guarantor no later than
the above date.
Name: _____________________________________________________________
Title: ______________________________________________________________
Date: ______________________________________________________________
Signature: __________________________________________________________
[Stamp with official stamp of the Bidder]
Page 54 of 96
MOTI Engineering PLC BID Document 07/2023
SUBMITTED BY
Complete Name and Address of the Seat of Consultants Nationality
Leader
Members
Etc….
In response to your Request for Proposals for the above Procurement Number: [Insert Reference Number]
we, the undersigned, hereby declare that:
(a) We have examined and accept in full the content of the Request for Proposals for the,
Procurement Number: [Insert Reference Number], we hereby accept its provisions in their
entirety, without reservation or restriction.
(b) We offer to provide the Consultancy services for in conformity with your Request for Proposals
and our Technical and Financial proposals;
(c) The total price of our Financial Proposal, inclusive of local taxes and excluding any discounts
offered in item (d) below is:
(d) The discounts offered and the methodology for their application are:
Unconditional Discounts: If our Financial Proposal 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 Financial Proposal(s) are accepted, the following discounts shall
apply.
Methodology of Application of the Discounts: The discounts shall be applied using the following
method:
(e) The prices in this Financial Proposal have been arrived at independently, without, for the
purpose of restricting competition, any consultation, communication, or agreement with any
other consultant or competitor relating to:
Page 55 of 96
MOTI Engineering PLC BID Document 07/2023
a. Those prices;
b. The intention to submit a proposal; or
c. The methods or factors used to calculate the prices offered.
(f) The prices in this Financial Proposal have not been and will not be knowingly disclosed by the,
directly or indirectly, to any other consultant or competitor before bid opening.
(g) Our Financial Proposal shall be valid for a period of days from the date fixed for the proposal
submission deadline in accordance with the Request for Proposals, and it shall remain binding
upon us, subject to any modifications resulting from negotiations, and may be accepted at any
time before the expiration of that period:
(h) 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;
(i) We have fulfilled our obligations to pay taxes according to Ethiopian Tax laws
(j) We understand that you are not bound to accept any Financial Proposal that you receive;
Name: _____________________________________________________________
Title: ______________________________________________________________
Date: ______________________________________________________________
Signature: __________________________________________________________
[Stamp with official stamp of the Bidder]
Attachments:
1. Financial Proposal; and
2. Other documents requested by the Public Body.
Page 56 of 96
MOTI Engineering PLC BID Document 07/2023
We, the undersigned, offer to provide the services for [Insert Title of services] in accordance with your
Request for Proposal No. [Insert RFP Reference Number] and our Proposal. We are hereby submitting
our Proposal, which includes this Technical Proposal and our Financial Proposal sealed under a separate
envelope.
Our attached Financial Proposal is for the sum of [Insert amount in words and figures].
Our Proposal shall be valid and remain binding upon us for the period specified in the Bid Data Sheet.
We understand you are not bound to accept any Proposal you receive.
No. Name of Staff Position Staff-Month Inputs Staff- Rate Rate in ETB
Rate Months
Foreign Staff
1
2
n
Subtotal 1
Page 57 of 96
MOTI Engineering PLC BID Document 07/2023
Local Staff
1
2
n
Subtotal 2
TOTAL
D. Breakdown of Fees (Lump-Sum)
Page 58 of 96
MOTI Engineering PLC BID Document 07/2023
Name: _____________________________________________________________
Title: ______________________________________________________________
Date: ______________________________________________________________
Signature: __________________________________________________________
[Stamp with official stamp of the Bidder]
Attachments:
1. Documents required in the BDS as proof of the Consultant's financial standing;
Page 59 of 96
MOTI Engineering PLC BID Document 07/2023
(a) As a matter of law or official regulation. The Government of the Federal Democratic
Republic of Ethiopia prohibits commercial relations with that country. provided that
the Government of the Federal Democratic Republic of Ethiopia is satisfied that such
exclusion does not preclude effective competition for the provision of goods or related
services required; or
By an act of compliance with a decision of the United Nations Security Council taken under
Chapter VII of the Charter of the United Nations, the Government of the Federal Democratic
Republic of Ethiopia prohibits any import of Goods from that country or any payments to
persons or entities in that country.
Page 60 of 96
MOTI Engineering PLC BID Document 07/2023
Contents
A. General Objective 60
Page 61 of 96
MOTI Engineering PLC BID Document 07/2023
A. General Objective
The purpose of this Section is to provide interested parties with information to enable them
to prepare, submit and obtain regulatory design approval for architectural/engineering design
services for the Client. The Client’s project consists of the construction of a new Mixed Use
Apartment Building, and all related site work. Services include architectural/engineering
design, consulting services and to represent the Client’s interests during the concept
validation, schematic design, design development, construction documents, and obtain
Design approval form regulatory body.
Page 62 of 96
MOTI Engineering PLC BID Document 07/2023
The buildings need to have an arrangement that ensures smooth flow (and direction) of all
activities within the complex in addition to having adequate space to accommodate all the
function in the design program.
The requirements regarding space, function, sustainability, aesthetics, techniques, and
presentation are set out in the design requirements. However, taking into consideration local
and international trends in residential and commercial building design is required.
In terms of Functional accommodation the Dwelling sizes
The designer is expected to apply the Nationally Space Standards to all functional programs
where this forms a part of local planning guidance.
The client expect the consultant to utilize the available plot to the maximum efficiency where
design approach shall consider an alternative housing units per floor and the unit typology
will be:
TYPOLOGY NUMBER OF APARTMENT UNIT/ FLOOR AREA
2 BED ROOM 2 units alternative typology
3 BED ROOM 2 Units alternative typology
Page 63 of 96
MOTI Engineering PLC BID Document 07/2023
Page 64 of 96
MOTI Engineering PLC BID Document 07/2023
Refuse storage areas shall be capable of being easily washed down and, in the case of
communal storage, provided with drainage and a lockable communal water supply
nearby.
Designers should consider the possibility provision of a bulky refuse (garbage) storage
facility should be included at first basement level, whereas adequate space need to be
provided.
5. Lifts
The number and function of lifts in the building needs to be weighed carefully, balancing
running costs, servicing requirements and benefits to the residents.
The number of lifts need to consider the number of users and its location in relation to
the housing units.
There should be two lifts in the common areas to ensure that one is working while the
other is being maintained or repaired, one of which should be at least an 8-person lift.
Possibly the second lift should be service or goods lift.
Lift shafts and motor rooms must be located and built to minimize the transmission of
noise to habitable rooms and should not be located adjacent to bedrooms.
6. Staircases and corridor
The location of the common stair need to be located at an optimum distance from each
housing units.
The flight width landing should have a net width of 1.5m (excluding space for Balustrades
and handrails), and should have adequate space for furniture delivery and removal, and
riser to trade ration should be 1:2 that is Riser=15cm and trade=30cm.
As much as possible the design need to avoid long corridor and the naturally lilted and
ventilated.
The stair case need to be well lilted with natural light and a power outlet should be
provided adjacent to the top or bottom of the stair run.
The corridor should receive natural light and adequate ventilation
7. Fire Equipment and Fire Scape
The designer requires a design that will provide fire safety that is in line with the current
fire legislation as well as being sustainable and economical.
An appropriate fire scape stair and escape route need to be considered not more that
10m distance from each housing unit.
8. Common entrances and Shared Circulation areas
The approach to a flat, through shared common areas should be regarded as an extension of
the home itself, and therefore should be designed accordingly.
Long, windowless, narrow corridors are not acceptable, nor are runs of double-banked flats,
entered from both sides of a central corridor.
Access cores and corridors should always be designed so that they benefit from natural
ventilation and daylight. This approach ensures people are able to orientate themselves
Page 65 of 96
MOTI Engineering PLC BID Document 07/2023
within the building by looking out of the window, and it reduces running costs and energy
consumption.
Alternatively a cluster core approach may be used to maximize the number of homes off a
circulation area, as long as dual aspect is maintained.
Entrances should be situated away from individual windows or with a ‘buffer zone’ to reduce
nuisance.
A simple circulation system which avoids the inclusion of unnecessary lobbies and fire doors
will make a block easy to navigate and easily accessible by all.
An efficient or shorter corridor and maximum of 1.5 m width should be considered
Common entrances, lobbies, staircases and circulation generally should be kept to a
minimum. As a guide, common areas would be expected to be in the range of 10-15% of
gross internal floor area.
Building entrances should be open, light, and secure and finished to a high quality standard.
Communal entrances should give a sense of place and welcome, in which the residents can
take pride. Provision of seating areas should be considered.
Common entrances to buildings, including door entry panels, should be adequately
protected from rain, should be artificially lit, and should avoid hiding places.
Consideration should be given to the provision of cleaning stores janitor's room and WCs
for cleaners, caretakers and concierges.
Reception and waiting area need to be integral part of the main lobby
CCTV and Entrance Control mechanisms should be considered, Duct/Riser for Cabling and
telecom and electrical should be provided around building core
9. Roof
Roofing design must be considered in detail at the early design stage, as the choice of roof
detailing and materials will have major implications for the whole life cost of the building.
Roof orientation and design should provide maximum potential for the future installation
different equipment.
Where living roofs (Green terrace) are proposed, they should be designed in close
consultation with the MOTI team, and taking account of the need for access for ongoing
maintenance.
Water tanker space need to be considered.
10. Commercial spaces
Where commercial units are to be delivered, designers should liaise closely with MOTI team,
in order to ensure that the designs and level of internal fit-out will be suitable for the local
market.
For retail units, the structural floor to ceiling height should be 3.5m with possible mezzanine
floor. Designers should also note that shallow units may restrict lettings.
Designers should take account of the need to receive deliveries, and to store, toilet
optionally shared or individual and remove refuse.
Page 66 of 96
MOTI Engineering PLC BID Document 07/2023
Refuse facilities should be kept separate from the residential areas. Larger retail units will
require a dedicated toilet of roughly 6m2 which should be situated so as to not cause
disturbance to surrounding dwellings.
Designated on-site parking should be provided for staff, and this should be clearly
separated from residential parking provision.
All services (water, electric power) should be supplied to service heads within the
commercial unit, and should be separately supplied and metered.
Possibly the ground floor, mezzanine floor, first and second floor should be designed for
commercial use. Provision of space for Generator Set should be considered.
11. Lighting and Ventilation
Lighting should be provided in communal areas, such as the entrance area, corridors and
lobbies. It should be consistent throughout these areas, without pooling and dark areas.
Natural daylighting should be used wherever possible to reduce the need for artificial
lighting. Designers should make every effort to include windows in all kitchens and bath
rooms
Views from inside the home should be created to provide contact with the neighborhood
and community outside. Consideration should be given to extending the internal space
beyond the main walls of the building envelope to maximize these views.
Glazing to all habitable rooms must be between 15% and 25% of the internal floor area of
the room.
Wherever possible, living rooms should have French windows opening directly onto private
external space (balcony), however there must always be an alternative opening window to
provide ventilation when the doors are closed.
Windows and glazed doors should be designed so as to maximize the natural light within
a property without compromising occupants’ privacy. All habitable rooms should have an
openable, lockable window.
Windows in communal areas should be cleanable from the internal communal areas
wherever possible.
Windows should be adequately recessed to enhance the appearance of the building
Page 67 of 96
MOTI Engineering PLC BID Document 07/2023
Generous, full height storage within the dwelling should be provided wherever possible,
maximizing the use of the whole building volume.
Innovative storage solutions will be considered provided they are practical and readily
accessible. Storage should be shelved and accessible from circulation areas wherever
possible.
14. Kitchens
Kitchens should be convenient to both the dining area and living room
The traditional kitchen need to be accessible from modern kitchen
Both traditional kitchen and modern kitchen need to be naturally ventilated
Kitchens should be designed to incorporate the following appliances: a cooker, a
fridge/freezer, a dishwasher.
The cooker space should not be located near a door or under a window and should
incorporate electricity outlets.
The clothes washing machine/tumble dryer may, with the Group’s agreement, be located
elsewhere within the dwelling such as in a utility space.
15. Bathrooms and WCs
All bedrooms should ideally have direct access to a bath or shower room,
For both typologies, a second bathroom should be provided, accessed from circulation
space.
Second private bathrooms should be considered for three bedroom which will be accessed
from the master bed room.
It is desirable that bathrooms be provided with a window to provide natural daylight and
allow natural ventilation
16. Bedrooms
Master bedrooms may have direct access to balcony areas providing the primary access to
these areas is from the living/dining room, kitchen/dining room or circulation area. In such
cases, the bedroom must have an openable window as well as the external door.
A built-in wardrobe should be provided in walk in closet at main bedroom. It should be full
height with a clear internal depth of 600mm
Built-in wardrobes are desirable in all bedrooms, the wardrobe should, wherever possible,
occupy a recess in the bedroom partitions.
Consideration should be given to the location of bed spaces so that beds are not located
under windows and sockets are provided adjacent to beds. A TV outlet and double socket
should also be provided opposite the foot of the bed, or in an appropriate location for a
television. Bed heads should not be located adjacent to main bathrooms.
17. Living rooms and living/dining rooms
Living rooms, or living/dining rooms should be designed to provide maximum flexibility for
family socializing and home entertainment.
Page 68 of 96
MOTI Engineering PLC BID Document 07/2023
Living rooms should ideally have direct access to the private external space (Balcony),
although this can be provided from a kitchen/dining room. In such cases, the room must
have an openable window as well as the external door.
18. Balconies and roof terraces
Balconies or roof terraces should be provided wherever possible as amenity space for
dwellings above ground floor level. They must be practical, easily accessible and usable, but
this must not compromise the security of the individual dwellings and the building as a
whole. Consideration should be given to enclose these areas to allow use all year round.
Primary access to balconies should be via living rooms. Where access from master
bedrooms is provided, this should only be secondary access.
Care should be taken in the design of these areas, in particular, the integrity of the building
envelope, drainage, protection to balconies/roof terraces below, the cladding and the
finishes
Balconies should be a minimum of 1.5m deep with a minimum area of 3m2 and sufficient
space for a small table with chairs for all the occupants.
19. Utilities and metering
All dwellings should be individually metered for all services.
All units should therefore be designed for a maximum water usage of 110 liters per person
per day, including 5 liters for external use.
Based on per capita consumption above, water reservoir space need to be included at
second basement level with pump room.
Meters should be discreetly positioned out of sight from the common corridor, should be
located to facilitate meter reading without having to enter individual dwellings and be
readily accessible to both residents and supply companies.
Our preference is to have meters in communal intake individual cupboards next to flat
entrances. Residents’ meters should not, however, share cupboards with non-resident
services.
Sufficient space should be provided to facilitate the installation of a card or credit meter at
a later date for electricity metering must be arranged so that the resident has the option to
install a pre-pay meter that can be topped up from inside the home.
Well ventilated space need to be included at first basement level for backup power
generator, where the space requirement will be determined by the size of the generator.
Separate metering should be provided for each of: development communal services, block
communal services, any offices or commercial units, community facilities.
For facilities such as underground car parks or car charging points should have separate
metering.
Service risers (Electric line, cables, sanitary and water lines) must be easy to locate and
access, with spare capacity to retrofit foreseeable new systems and technologies.
Every effort should be made to locate water pipes away from lifts and electrical intakes, to
prevent loss of amenity in the event of water leaks.
Page 69 of 96
MOTI Engineering PLC BID Document 07/2023
Wherever possible, fibrotic cabling should be provided to residents’ homes, to enable them
to access high speed broadband.
A communal, 13 wire Integrated Reception System (IRS) shall be provided with two cables
to each property and drops to the living rooms and all bedrooms. The system shall enable
each dwelling to receive at least two satellite TV service
A Building Management System (BMS) shall be provided to remotely monitor and manage
all communal services (for repairs, consumption and optimization) including any plumbing
system, water pumps and lifts.
Space should be provided for traditional abettor service, which should be well ventilated
and supplied with water
Page 70 of 96
MOTI Engineering PLC BID Document 07/2023
Page 71 of 96
MOTI Engineering PLC BID Document 07/2023
• Consider Lightning Arrestors and earthing details to Buildings according to the local
guidelines.
• Electrical layout, including wiring diagrams, with circuit breakers and heights of
fixtures.
• Service entry location; showing point of entry and distance from Service mains.
• Reflective Ceiling
• Main and sub-main distribution system
• Lighting systems including control systems.
• Site Electrical System including site lighting, power networks, street lighting and any
other necessary systems.
• Emergency lighting systems
• Fire detection and alarm system
• Location of Invertor for Power Supply Panels
• Ceiling plan showing lighting layout
• Location and size of the generator room
• Instrumentation Earthing (grounding) distribution schematic drawing
• Location and size of power supply rooms and battery rooms
• Sizing and location room for Telephone, Data and TV Systems
• Two sets of final design drawings and an electronic copy (mandatory)
• Related electrical drawings and details as per local permitting body
• Report.
Specific
• Site plan to scale of 1:500 o r1:200
• Floor and Ceiling plans to a scale of 1:50 to be coordinated with reflected ceiling
plans
• Detail drawings to a scale of 1:20 or 1:10 or 1:5 or 1:1
• Distribution layout and wiring diagrams for all distribution boards.
Mechanical Design drawings to include:
General:
• Generator room for commercial sized generator
• Design and location of pumps and accessories
• Sizing and location of pipes and all fixtures
• Design should provide detail design for passenger and service lift system
• Designs should provide specifications for equipment, to include guarding of moving
parts and other specifications to meet OSHA and other regulatory standards.
• Lift pit and motor room detail design based on suppliers specification
• Garbage Shute duct detail
• Vent method and detail design
• Fire protection system
Specific:
• Floor plans to a scale of 1:50
• Detail drawings to a scale of 1:20 or 1:10 o r1:5 or 1:1
• Catalogue cuts (for fixtures)
• Hydraulic and other necessary calculations.
Plumbing design drawings to include:
General
• Complete sanitary/plumbing/ design to be submitted, meeting the requirements of
local permitting body.
• All Plumbing Engineering Drawings are to be coordinated with all disciplines;
Page 72 of 96
MOTI Engineering PLC BID Document 07/2023
domestic water, sanitary and storm drainage, and other liquid conveyance systems
shall be designed to avoid inappropriate juxtaposition with other utilities.
• All Plumbing Engineering Drawings are to be coordinated with all design outputs;
electrical, structural, Architectural designs.
• The plumbing design should consider the visual impact all utility lines interims of
overall aesthetic the building.
Plumbing Systems design components
• Domestic Cold-Water Service
• Domestic Water Service Pressure
• Domestic Water Booster Pumping System
• Domestic Hot Water Service
• Domestic Water Supply Equipment
• Plumbing Fixtures water supply
• Sanitary and Storm Drainage Systems
• Sanitary Vent System
• Sanitary Floor Drains
• Roof Drainage
• Roof level water tanker
• Water storage tanks (based on demand calculation)
• Location and size of the reservoir room
• Automatic Pumps
Specific:
• Floor plans to a scale of 1:50
• Detail drawings to a scale of 1:20 or 1:10 o r1:5 or 1:1
• Catalogue cuts (for fixtures)
• Demand calculations
• Material detail and specification
• Report
Design Report
Each of the above shall be supported by design reports along with design calculation for clear
understanding of various documents.
BOQ Document
General
• Bills of Quantity shall not include Prime Cost Sums and can only include provisional
sums where necessary.
• Takeoff Sheet
• The appendices shall carry a 'List of Drawings' from which the Bill of Quantities was
prepared.
• Each page of the Bill of Quantities shall carry a footer indicating the total prices on
that page and read “carried to summary”.
• The Bills of Quantities shall carry a general summary
• All quantities are to be measured in metric units and rounded off to two decimal
places.
• The Bills of Quantities shall not include Prime Cost Sums and can only include
Provisional Sums where necessary (i.e., only for works or for costs which cannot be
entirely foreseen, quantified, or detailed at the time the documents are prepared).
The justification for ALL Provisional Sums must be outlined in a separate document,
accompanying the Bills of Quantities.
• Each page shall carry a footer indicating the total of prices on that page. This footer
Page 73 of 96
MOTI Engineering PLC BID Document 07/2023
F. Deliverable Documents.
Documents to be submitted for approval, per the following table, the record set of Complete
Stamped and Signed Documents for Client archiving and future use.
Completed and Stamped Documents Softcopy Hardcopy
Conceptual Design Report and Schematic Drawings. PDF & MS-Word &CAD A4 & A1
Preliminary Architectural Drawing PDF, MS-Word, and MS- A4 & A1
Excel
Final Architectural Drawing and Design Report PDF and AutoCAD A4 & A1
Final Structural Design Drawing and Report PDF, and AutoCAD A4 & A2
Final Sanitary and Mechanical Design Drawings and Report PDF and AutoCAD A4 & A2
Final Electrical Design Drawings and Reports PDF and AutoCAD A4 & A2
Bill of Quantities and Engineering Estimate PDF and AutoCAD A4 & A3
Technical Specification and Methods of Measurement PDF and AutoCAD A4 & A3
Complete Bid Document PDF, MS-Word, and MS- A4 & A3
Excel
3D view pictures and Animated Video JPGE and .mp4 files Visible
Page 74 of 96
MOTI Engineering PLC BID Document 07/2023
Part 3. CONTRACT
Page 75 of 96
MOTI Engineering PLC BID Document 07/2023
Table of Clauses
A. General Provisions ............................................................................................................................................... 9
1. Definitions....................................................................................................................................................................... 9
2. Contract Documents................................................................................................................................................ 10
3. Law Governing the Contract................................................................................................................................. 10
4. Language...................................................................................................................................................................... 10
5. Notices .......................................................................................................................................................................... 10
6. Location ........................................................................................................................................................................ 11
7. Authorized Representatives.................................................................................................................................. 11
8. Taxes and Duties ....................................................................................................................................................... 11
B. Commencement, Completion, Modification and Termination of Contract ..................................... 11
9. Effectiveness of Contract ....................................................................................................................................... 11
10. Commencement of Services ................................................................................................................................. 11
11. Modification ................................................................................................................................................................ 11
12. Force Majeure ............................................................................................................................................................ 11
13. Termination ................................................................................................................................................................. 12
C. Obligations of the Consultant ....................................................................................................................... 12
14. General .......................................................................................................................................................................... 12
15. Conflict of Interests .................................................................................................................................................. 13
16. Confidentiality ............................................................................................................................................................ 13
17. Insurance to Be Taken Out by the Consultant .............................................................................................. 13
18. Consultant Actions Requiring Client Prior Approval................................................................................... 14
19. Reporting Obligations ............................................................................................................................................ 14
20. Documents Prepared by the Consultant to Be the Property of the Client ........................................ 14
D. Consultant’s Personnel .................................................................................................................................... 14
21. Description of Personnel ....................................................................................................................................... 14
22. Removal and/or Replacement of Personnel .................................................................................................. 14
E. Obligations of the Client ................................................................................................................................. 14
23. Assistance and Exemptions ................................................................................................................................... 14
24. Change in Laws .......................................................................................................................................................... 15
25. Services and Facilities .............................................................................................................................................. 15
F. Payments to theConsultant ............................................................................................................................ 15
26. Contract Price and Currency................................................................................................................................. 15
27. Type of Contract ........................................................................................................................................................ 15
28. Option 1 – Payments in respect of Lump Sum Contracts ......................................................................... 84
29. Option 2 – Payments in respect of Time-Based Contracts ...................................................................... 84
30. Payment Schedule and Advance Payment ..................................................................................................... 16
31. Payment Terms .......................................................................................................................................................... 85
32. Price Adjustments ..................................................................................................................................................... 17
G. Settlement of Disputes .................................................................................................................................... 17
33. Amicable Settlement ............................................................................................................................................... 17
34. Dispute Settlement .................................................................................................................................................. 17
Page 76 of 96
MOTI Engineering PLC BID Document 07/2023
Page 77 of 96
MOTI Engineering PLC BID Document 07/2023
Page 78 of 96
MOTI Engineering PLC BID Document 07/2023
8.1 Unless otherwise specified in the SCC, the Consultant, Sub-consultants, and their Personnel shall
pay such taxes, duties, fees, and other impositions as may be levied under the law of the Federal
Democratic Republic of Ethiopia, the amount of which is deemed to have been included in the
Contract Price.
Page 79 of 96
MOTI Engineering PLC BID Document 07/2023
12.5 A Consultant affected by an event of Force Majeure shall notify the Client of such event as
soon as possible, and in any event not later than fourteen (14) days following the occurrence of
such event, providing evidence of the nature and cause of such event, and shall similarly give
notice of the restoration of normal conditions as soon as possible.
12.6 Any period within which a Party shall, pursuant to this Contract, complete any action or task,
shall be extended for a period equal to the time during which such Party was unable to perform
such action as a result of Force Majeure.
12.7 During the period of their inability to perform the Services as a result of an event of Force
Majeure, the Consultant, upon instructions by the client, shall either:
(a). Demobilize, in which case the Consultant shall be reimbursed for additional costs they
reasonably and necessarily incurred, and, if required by the Client, in reactivating the Services; or
(b). Continue with the Services to the extent possible, in which case the Consultant shall continue
to be paid under the terms of this Contract and be reimbursed for additional costs reasonably
and necessarily incurred.
12.8 Not later than thirty (30) days after the Consultant, as the result of an event of Force Majeure,
has become unable to provide the Consultancy Services, the Parties shall consult with each other
in good faith and use all reasonable endeavours to agree appropriate terms to mitigate the
effects of the Force Majeure Event and facilitate the continued performance of the Contract.
13 Termination
By the Procuring Entity
13.1 The Procuring Entity may terminate this Contract, by not less than fifteen (15) days’ written
notice of termination to the Consultant, to be given after the occurrence of any of the events
specified in paragraphs (a) through (e) of this Clause and thirty (30) days’ in the case of the event
referred to in (f):
a) If the Consultant does not remedy a failure in the performance of its obligations under the
Contract, within fifteen (15) days after being notified or within any further period as the
Procuring Entity may have subsequently approved in writing;
b) If the Consultant become insolvent or bankrupt;
c) The Consultant fails to comply with any final decision reached as a result of dispute settlement
proceedings pursuant to GCC Clause 34;
d) The Consultant, in the judgement of the Procuring Entity, has engaged in corrupt, fraudulent,
collusive or coercive practices in competing for or in executing the Contract;
e) If, as the result of Force Majeure, the Consultant tis unable to perform a material portion of the
Services for a period of not less than sixty (60) days; or
f) If the Procuring Entity, in its sole discretion, decides to terminate the Contract.
By the Consultant
13.2 The Consultant may terminate this Contract, by not less than thirty (30) days’ written notice to
the Procuring Entity, such notice to be given after the occurrence of any of the events specified
in paragraphs (a) and (b) of this Clause 13.2:
a) If the Procuring Entity fails to pay any monies due to the Consultant pursuant to this Contract
and not subject to dispute pursuant to Clause 12 within forty-five (45) days after receiving
written notice from the Consultant that such payment is overdue;
b) If the Procuring Entity is in material breach of its obligations pursuant to the Contract and has
not remedied the same within forty-five (45) days (or such longer period as the Consultant
may have subsequently approved in writing) following the receipt by the Procuring Entity of
the Consultant’s notice specifying such breach;
c) If, as the result of Force Majeure, the Consultant is unable to perform a material portion of the
Services for a period of not less than sixty (60) days; or
d) If the Procuring Entity fails to comply with any final decision reached as a result of dispute
settlement proceedings pursuant to GCC Clause 34.
Payment upon Termination
Page 80 of 96
MOTI Engineering PLC BID Document 07/2023
13.3 Upon termination of this Contract pursuant to Clauses 13.1 or 13.2, the Procuring Entity shall
make the following payments to the Consultant:
a) Remuneration pursuant to Clause 28 or 29 for Services satisfactorily performed prior to the
effective date of termination;
b) Except in the case of termination pursuant to paragraphs (a) to (d) of Clause 13.1,
reimbursement of any reasonable cost incident to the prompt and orderly termination of the
contract, including the cost of the return travel of the Personnel and their eligible dependents.
Page 81 of 96
MOTI Engineering PLC BID Document 07/2023
15.1 The remuneration of the Consultant pursuant to Clause 28 or 29 shall constitute the Consultant
sole remuneration in connection with this Contract or the Services, and the Consultant shall not
accept for its own benefit any trade commission, discount, or similar payment in connection
with activities pursuant to this Contract or to the Services or in the discharge of its obligations
under the Contract, and the Consultant shall use its best efforts to ensure that the Personnel,
any Sub-consultants, and agents of either of them similarly shall not receive any such additional
remuneration.
Consultant and Affiliates Not to Be Otherwise Interested in Project
15.2 The Consultant agrees that, during the term of this Contract and after its termination, the
Consultant and its affiliates, as well as any Sub-consultant and any of its affiliates, shall not
provide materials produced for this project to third party.
15.3 Prohibition of Conflicting Activities
15.4 Neither the Consultant nor its Sub-consultants nor the Personnel shall engage, either directly
or indirectly, in any of the following activities:
a) During the term of the Contract, any business or professional activities in the Federal
Democratic Republic of Ethiopia which would conflict with the activities assigned to them
under the Contract; or
b) After the termination of this contract, such other activities as may be specified in the SCC.
16 Confidentiality
16.1 The Procuring Entity and the Consultant shall keep confidential and shall not without the written
consent of the other party hereto, divulge to any third party any reports or data, or other
information furnished directly or indirectly by the other party hereto in connection with the
Contract, whether such information has been furnished prior to, during or following completion
or termination of the Contract. Notwithstanding the above, the Consultant may furnish to its
Sub-consultant such documents, data, and other information it receives from the Procuring
Entity to the extent required for the Sub-consultant to perform its work under the Contract, in
which event the Consultant shall obtain from such Sub-consultant an undertaking of
confidentiality similar to that imposed on the Consultant under the Contract.
17 Insurance to Be Taken Out by the Consultant
17.1 The Consultant shall take out and maintain, and shall cause any Sub-consultants to take out
and maintain, at it’s (or the Sub-consultants’, as the case may be) own cost but on terms and
conditions approved by the Procuring Entity, insurance against the risks, and for the coverage.
17.2 The Consultant, at the Procuring Entity’s request, shall provide evidence to the Procuring Entity
showing that such insurance has been taken out and maintained and that the current premiums
have been paid.
18 Consultant’s Actions Requiring Procuring Entity’s Prior Approval
18.1 The Consultant shall obtain the Procuring Entity's prior approval in writing before taking any of
the following actions :
a) Entering into a subcontract for the performance of any part of the Services;
b) Appointing such members of the of the personnel not listed by name in the Contract; and
c) Any other action that may be specified in the SCC.
19 Reporting Obligations
19.1 The Consultant shall submit to the Procuring Entity the reports and documents specified in the
Terms of Reference in the form, in the numbers, and within the periods set forth in the said
Terms of Reference.
20 Documents Prepared by the Consultant to Be the Property of the Procuring Entity
20.1 All plans, drawings, specifications, designs, reports, and other documents and software
submitted by the Consultant in accordance with the Contract shall become and remain the
property of the Procuring Entity, and the Consultant shall, not later than upon termination or
expiration of this Contract, deliver all such documents and software to the Procuring Entity,
together with a detailed inventory thereof. The Consultant may retain a copy of such documents
Page 82 of 96
MOTI Engineering PLC BID Document 07/2023
and software. Restrictions about the future use of these documents, if any, shall be specified in
the SCC.
D. Consultant’s Personnel
21 Description of Personnel
21.1 The titles, agreed job descriptions, minimum qualifications, and estimated periods of
engagement in the carrying out of the Services of the Consultant’s Key Personnel are described
in the Contract. The Key Personnel and Sub-consultants listed by title as well as by name in
Contract are hereby approved by the Procuring Entity.
22 Removal and/or Replacement of Personnel
22.1 Except as the Procuring Entity may otherwise agree, no changes shall be made in the Key
Personnel. If, for any reason beyond the reasonable control of the Consultant, it becomes
necessary to replace any of the Key Personnel, the Consultant shall provide as a replacement a
person of equivalent or better qualifications.
22.2 If the Procuring Entity finds that any of the Personnel have (i) committed serious misconduct or
have been charged with having committed a criminal action, or (ii) have reasonable cause to be
dissatisfied with the performance of any of the Personnel, then the Consultant shall, at the
Procuring Entity’s written request specifying the grounds therefore, provide as a replacement a
person with qualifications and experience acceptable to the Procuring Entity.
22.3 The Consultant shall have no claim for additional costs arising out of or incidental to any
removal and/or replacement of Personnel.
Page 83 of 96
MOTI Engineering PLC BID Document 07/2023
27.1 In consideration of the Services performed by the Consultant under the Contract, the Procuring
Entity shall make to the Consultant such payments in such manner as is provided by the
Contract.
27.2 The type of contract shall be as specified in the SCC and payment shall be in accordance with
the provisions of:
a) GCC Clause 28, Option 1 in the case of Lump Sum contracts; or
b) GCC Clause 29, Option 2 in the case of Time-Based contracts.
28 Option 1 – Payments in respect of Lump Sum Contracts
28.1 The Contract Price shall be a fixed total lump sum including all Personnel costs, Sub-consultants’
costs, printing, communications, travel, accommodation, and all other costs required to carry
out the Services described in the Contract.
28.2 The Contract Price may only be increased through amendment of the Contract in accordance
with GCC Clause 11.
28.3 The price for any additional services, as may be agreed in accordance with GCC Clause 11, shall
be determined using the Breakdown of Contract Price in the Contract.
29 Option 2 – Payments in respect of Time-Based Contracts
29.1 The Contract Price shall be an estimated amount, based on the Breakdown of Cost Estimates in
the Contract.
29.2 Payment shall be made for the time actually spent and for reimbursable expenses actually
incurred by the Consultant in the performance of the Services.
29.3 Fees for the Personnel shall be determined on the basis of time actually spent by the Personnel
in the performance of the Services after the date determined in accordance with the
Commencement Date of the Services, or such other date as the Parties may agree in writing,
and at the rates specified in the Contract. Personnel time spent in the performance of the
Services shall include time for necessary travel via the most direct route, at the rates detailed in
the Contract, unless otherwise specified in the SCC.
29.4 Reimbursable expenditures shall include costs actually and reasonably incurred by the
Consultant in the performance of the Services, as specified in the Contract.
29.5 The Consultant’s total remuneration shall not exceed the ceiling amount stated in the SCC. The
Consultant shall notify the Procuring Entity as soon as cumulative charges incurred for the
Services have reached 80% of the ceiling amount.
29.6 Separate invoices shall be submitted for fees and for reimbursable expenditure. Invoices shall
be supported by the documentation specified in accordance with GCC 34.2.
29.7 A final payment shall be made against submission by the Consultant of a final statement,
identified as such and approved by the Procuring Entity. The final statement shall be deemed
approved by the Procuring Entity ninety calendar days after receipt by the Procuring Entity
unless the Procuring Entity, within this period, gives written notice to the Consultant specifying
in detail deficiencies in the Services, the deliverables or the final statement.
29.8 Any amount which the Procuring Entity has paid or caused to be paid which is in excess of the
amounts actually payable in accordance with the provisions of the Contract, shall be reimbursed
by the Consultant to the Procuring Entity within thirty days after receipt by the Consultant of a
notice thereof. Any such claim by the Procuring Entity for reimbursement must be made within
twelve months after receipt by the Procuring Entity of a final statement approved by the
Procuring Entity.
30 Payment Schedule and Advance Payment
30.1 All payments under the Contract shall be made in accordance with the payment schedule
specified in the SCC.
30.2 Unless otherwise stated in the SCC, where any payment is made in advance of any deliverables
as an advance payment, the payment shall be made against the provision by the Consultant of
a bank guarantee for the same amount, and shall be valid for the period stated in the SCC.
Page 84 of 96
MOTI Engineering PLC BID Document 07/2023
30.3 Should the advance payment guarantee cease to be valid and the Consultant fails to re-validate
it, a deduction equal to the amount of the advance payment may be made by the Procuring
Entity from future payments due to the Consultant under the contract.
30.4 If a Contract is terminated for any reason, the guarantee securing the advance may be invoked
in order to recover the balance of the advance still owed by the Consultant.
31 Payment Terms
31.1 Unless otherwise specified in the SCC, payments shall be made by the Procuring Entity, no later
than sixty days after submission of a request for payment by the Consultant.
31.2 The Consultant’s request for payment shall be made to the Procuring Entity in writing,
accompanied by invoices and supporting documents. The supporting documentation required
shall be as specified in the SCC.
31.3 The Procuring Entity shall notify the Consultant of the inadmissibility of a request for payment
due to an error, discrepancy, omission or any other reason so that the Parties may resolve such
error, discrepancy, omission or other fault and agree a solution to enable payment of the
corrected request for payment. The Procuring Entity shall not unreasonably withhold payment
of any undisputed portion of a request for payment. Should any discrepancy be found to exist
between actual payment made and costs authorised to be incurred by the Consultant, the
Procuring Entity may add or subtract the difference from any subsequent payments.
31.4 If the Procuring Entity has delayed payments beyond fifteen (15) days after the due date stated
in the SCC, interest shall be paid to the Consultant for each day of delay at the rate stated in
the SCC.
32 Price Adjustments
32.1 Prices charged by the Consultant for the Services performed under the Contract shall not vary
from the prices quoted in the Contract
G. Settlement of Disputes
33 Amicable Settlement
33.1 The Parties shall use their best efforts to settle amicably all disputes arising out of or in
connection with this Contract or its interpretation.
34 Dispute Settlement
34.1 Any dispute between the Parties as to matters arising pursuant to this Contract that cannot be
settled amicably within thirty (30) days after receipt by one Party of the other Party’s request
for such amicable settlement may be submitted by either Party for settlement in accordance
with the provisions specified in the SCC.
Page 85 of 96
MOTI Engineering PLC BID Document 07/2023
The following Special Conditions of Contract (“SCC”) shall supplement the General
Conditions of Contract (“GCC”). Whenever there is a conflict, the provisions herein
shall prevail over those in the GCC.
GCC clause
reference Special Conditions of Contract
The Procurement Reference Number is:
In addition to the documents listed in GCC Clause 2.1(d), the following documents
shall form the Contract:
Letter of Acceptance,
GCC 2.1(d) Terms of Reference,
Bidders bid document,
Minutes of negotiations (if any) and
Appendices and Annexes shall be part of the Contract.
The addresses for Notices are:
For the Employer: MOTI Engineering
Street Address: Africa Avenue Floor/Room number, 4th floor, Room No.410
Town/City: Addis Ababa
Postal Code/PO Box No:
Country: Ethiopia
Telephone: +251 115 545059
Facsimile number: +251 115 545060
Email: info@motiengineering.com
GCC 5.1
For the Consultant:
Street Address:
Floor/Room number:
Town/City: Addis Ababa
Postal Code/PO Box No:
Country: Ethiopia
Telephone:
Facsimile number:
Email:
The Authorised Representatives are:
For the Employer:
Authorized Officer:
P.O. Box:
Street Address: Africa Avenue
Town/City: Addis Ababa
GCC 7.1 Post Code:
Country: Ethiopia
Telephone:
Facsimile:
E-mail address
Page 86 of 96
MOTI Engineering PLC BID Document 07/2023
GCC clause
reference
Special Conditions of Contract
Authorized Officer:
P.O. Box:
Street Address:
Town/City:
Post Code:
Country: Ethiopia
Telephone:
Facsimile:
E-mail address
The Consultant, Sub-consultants, and their Personnel shall pay such taxes, duties,
GCC 8.1 fees, and other impositions as may be levied under the law of the Federal Democratic
Republic of Ethiopia.
The period within which the Services shall commence is: upon the Contract signing
GCC 10.1
(“Commencement Date”).
GCC 15.3 (b) The following activities are prohibited: None
The risks and coverage shall be:
i. Third Party motor vehicle----Not required
ii. Third Party liability-----Not required
iii. Consultant’s liability and workers’ compensation----Not required
iv. Professional liability-----Need to be provided. The Consultant shall provide
professional indemnity insurance within 10 days after signing of the
Contract, for the value of 10% of the Contract Price from a bank or insurance
in a form and content acceptable to the Employer.
v. Loss or damage to equipment and property----Not required
GCC 17.1
vi. The amount of the Consultant’s aggregate limit of liability shall be: a sum
equal to 110% of the Contract Price provided that in no event shall this limit
the liability of the Consultant for: (i) intellectual property or any Consultant
indemnity obligations for infringement for third-party intellectual property
rights; (ii) any claims covered by any specific provision in the Contract
providing for liquidated damages; or (iii) any claims against the Consultant
for wilful misconducts, intentional torts, criminal acts, fraudulent conduct, or
acts or omissions that result in personal injuries or death.
vii. Other
The Employer’s prior approval is also required for: Any modification from agreed
GCC 18.1 (c) program during design and construction stage, variation works and at each stage of
design.
The future use of documents is restricted as follows: Employer shall own all the
designs and submittals by the Consultant and has the right to re-use, and the
GCC 20.1
Consultant shall not use these documents for purposes unrelated to this Contract
without the prior written approval of the Employer.
GCC 23.1 (g) The Employer shall provide the following further assistance: None
Any change in laws or regulations shall not result in any change to the period for
GCC 24.1
completion of the services or the Contract Price.
Payments to the Consultant under this Contract shall be made in the Ethiopian Birr
GCC 26.2
(ETB).
GCC 27.2 The Contract is a Lump sum contract.
Personnel time spent in the performance of the Services shall not include the
GCC 27.3
following: time for necessary travel.
Page 87 of 96
MOTI Engineering PLC BID Document 07/2023
GCC clause
reference
Special Conditions of Contract
GCC 27.5 The Consultant’s total remuneration shall not exceed : Not applicable
The payment schedule shall be: Payments shall be made according to the following
schedule:-
- Advance Payment of 20% of Contract Price upon submittal of an absolute,
unconditional and irrevocable advance payment guarantee, which is
equivalent to the advance payment, from a bank or insurance in a form and
content acceptable to the Employer at the signing of the Agreement.
- 10% of the Contract Price upon submission of design Concept, Geotechnical
investigation, Topography and preliminary Architectural and engineering
design.
GCC 30.1
- 40% of the Contract Price upon submission of final detail design.
- 30% of the Contract Price upon securing all concerned government entities
approval of the design, completion of bill Of Quantities and Specification and
construction bid document.
Payment shall be subjected to retention in the sum of 30% of the value certified until
completion of all the Services.
The Advance Payment Guarantee shall be absolute, unconditional and irrevocable
bank guarantee payable without the consent of the Consultant in a form and by a
GCC 30.2 bank acceptable to the Employer in amounts equal to the Advance Payment. The
period of validity of the Advance Payment Guarantee shall be: Until all advance
payment is recovered.
Payments shall be made by the Employer within a period of thirty (30) days of receipt
of the request for payment from the Consultant and within forty five (45) days of
receipt of the request for payment from the Consultant for final payment.
Payment to the Consultant under the Contract shall be made payable through wire
GCC 31.1
transfer to the Consultant’s bank account details provided below:
Account No.:
Bank :
Branch :
Account Name :
The following documentation shall be required from the Consultant to support
GCC 31.2 requests for payment: Payment request letter describing the work done.
Interest shall be paid on late payments at the rate of: legal interest rate of the country
GCC 31.4
(Ethiopia).
Prices charged by the Consultant shall not vary from the prices quoted in the
GCC 32.1
Contract.
The formal mechanism for dispute settlement shall be: If the Employer and the
Consultant fail to resolve a dispute or difference arising from or in connection with
the Contract by conciliation within twenty-eight (28) days from the commencement
GCC 34.1
of such conciliation, either Party may require that the dispute be referred for
resolution through the competent Federal court-of-law located in Addis Ababa,
Ethiopia in accordance with the applicable laws of Ethiopia.
Page 88 of 96
MOTI Engineering PLC BID Document 07/2023
GCC clause
reference
Special Conditions of Contract
35. Performance Security
35.1 The Consultant shall, within fifteen (15) days from signing the Contract, provide
a Performance Security for the due performance of the Contract in the amount of
10,000.00.
35.2 The proceeds of the Performance Security shall be payable to the Employer as
compensation for any loss resulting from the Consultant’s failure to complete its
obligations under the Contract.
GCC 35 35.3 The Performance Security shall be denominated in ETB, and shall be in the form
of absolute, unconditional and irrevocable Bank Guarantee in the form acceptable to
the Employer.
35.4 The Performance Security shall be discharged by the Employer and returned to
the Consultant not later than twenty-eight (28) days following the date of completion
of the Consultant’s performance obligations under the Contract, including any
warranty obligations.
Page 89 of 96
MOTI Engineering PLC BID Document 07/2023
Contents
A. Contract Agreement
1. The Agreement 89
B. Appendices
C. Performance Security 93
Page 90 of 96
MOTI Engineering PLC BID Document 07/2023
A. Contract Agreement
This Contract Agreement (hereinafter called “Contract Agreement”) is made the Select date
(“Effective Date”)
By and between
[Insert Name of Client]
Tel. +251 115 545059
Addis Ababa, Ethiopia
(Hereinafter called the “Employer”)
And
[Insert Name of Bidder]
Tel. +251-11-cccccccccccccccc
Addis Ababa, Ethiopia
(Hereinafter called the “Consultant”).
WHEREAS
a) The Employer has invited bid for certain Consultancy Service (hereinafter called the
‘’Consultancy Services’’), and has accepted a Proposal by the Consultant for the
provision of those Consultancy Services in the sum of [insert currency and amount in
words and figures], (hereinafter called the ‘’Contract Price’’) in the manner and on the
terms described herein.
b) The Consultant having represented to the Employer that it has the required
professional skills, personnel and technical resources, has agreed to provide the
Services on the terms and conditions set forth in this Contract;
NOW THEREFORE the Employer and the Consultant hereto agree as follows:
1. The Agreement
1.1. In this Contract Agreement, words and expressions shall have the same meanings
as are respectively assigned to them in the General Conditions of Contract.
1.2. The following documents shall constitute the Contract between the Employer and
the Consultant, and each shall be read and construed and integral part of the
Contact:
a) This Contract Agreement;
b) The Special Conditions of Contract (“SCC”);
d) The General Conditions of Contract (“GCC”);
e) The Terms of Reference;
f) The all Appendices attached:
Page 91 of 96
MOTI Engineering PLC BID Document 07/2023
1.3. This Contact shall prevail over all other Contact documents. In the event of any
discrepancy or inconsistency within the contract document, then the documents
shall prevail in the order listed above.
1.4. In consideration of payments to be made by the Employer to the Consultant as
hereinafter mentioned, the Consultant herby covenants with the Employer to
provide the Consultancy Services and remedy defects therein in conformity in all
respect with the provisions of the Contract.
1.5. The Employer hereby covenants to pay the Consultant in consideration of the
Consultancy Services and the remedying of defects therein, the Contact Price or
such other sum as may become payable under the provision of the contract at the
same times and in the manner prescribed by the Contract.
IN WITNESS WHEREOF, the Employer and the Consultant hereto have caused this Contract to
be signed in their respective names and on their behalf by their duly authorized
representatives on the Effective Date.
Page 92 of 96
MOTI Engineering PLC BID Document 07/2023
B. Appendices
Page 93 of 96
MOTI Engineering PLC BID Document 07/2023
Conceptual Design Report and Schematic Drawings. PDF & MS-Word A4 & A1
Preliminary Architectural Drawing PDF, MS-Word, and A4 & A1
MS-Excel
Final Architectural Drawing and Design Report PDF and AutoCAD A4 & A1
Final Structural Design Drawing and Report PDF, and AutoCAD A4 & 2
Final Sanitary and Mechanical Design Drawings and Report PDF and AutoCAD A4 & A2
Final Electrical Design Drawings and Reports PDF and AutoCAD A4 & A2
Bill of Quantities and Engineering Estimate PDF and AutoCAD A4 & A3
Technical Specification and Methods of Measurement PDF and AutoCAD A4 & A3
Complete Bid Document PDF, MS-Word, and A4 & A3
MS-Excel
3D view pictures and Animated Video JPGE and .mp4 files Visible
Page 94 of 96
MOTI Engineering PLC BID Document 07/2023
C. Performance Security
(BANK GUARANTEE)
WHEREAS (hereinafter ‘the Consultant’) has undertaken, pursuant to Contract No. [Insert
Contract Number], dated Select date, to supply (hereinafter ‘the Contract’).
AND WHEREAS it has been stipulated by you in the aforementioned Contract that the
Consultant shall furnish you with a security issued by a reputable guarantor for the sum
specified therein as security for compliance with the Consultant’s performance obligations in
accordance with the Contract.
AND WHEREAS the undersigned, legally domiciled in [insert full address of Guarantor]
(hereinafter “the Guarantor”), have agreed to give the Consultant a Security.
THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the
Consultant, up to a total of [insert currency and amount of guarantee in words and figures],
and we undertake to pay you, upon your first written demand declaring the Consultant to be
in default under the Contract, without cavil or argument, any sums within the limit of [insert
currency and amount of guarantee in words and figures], as aforesaid, without your needing
to prove or to show grounds or reasons for your demand or the sum specified therein.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No
458.
Signed: [signature of person whose name and capacity are shown above]
Duly authorized to sign the Security for and on behalf of: [insert complete name of the Financial
Institution]
Dated on ____________ day of __________________, _______ [insert date of signing]
Page 95 of 96
MOTI Engineering PLC BID Document 07/2023
In accordance with the payment provision included in the Contract, in relation to advance
payments, [insert complete name of Consultant] (hereinafter called “the Consultant”) shall
deposit with the Client a security consisting of [indicate type of security], to guarantee its
proper and faithful performance of the obligations imposed by said Clause of the Contract, in
the amount of [insert currency and amount of guarantee in words and figures].
We, the undersigned [insert complete name of Guarantor], legally domiciled in [insert full
address of Guarantor] (hereinafter “the Guarantor”), as instructed by the Consultant, agree
unconditionally and irrevocably to guarantee as primary obligor and not as surety merely, the
payment to the Procuring Entity on its first demand without whatsoever right of objection on
our part and without its first claim to the Consultant, in the amount not exceeding [insert
currency and amount of guarantee in words and figures].
This security shall remain valid and in full effect from the date of the advance payment received
by the Consultant under the Contract until [insert day and month], [insert year].
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No.
458, except that subparagraph (ii) of Sub-article 20(a) is hereby excluded.
Signed: [signature of person whose name and capacity are shown above]
Duly authorized to sign the Security for and on behalf of: [insert complete name of the Financial
Institution]
Page 96 of 96