Professional Documents
Culture Documents
Hossana,
Ethiopia
SUBMITTED BY1:
Complete Legal Name and Address of the Seat of
Nationality2
the Bidder
Leader3 Engineer Hailemichael workashe Ethiopian
Tel: +251921577491
Sunshine building contractor Ethiopian
In response to your Bidding Documents for the above Procurement Number Group-
4/4065/2015/CoTM:, we, the undersigned, hereby declare that:
(a) We have examined and accept in full the content of the Bidding Documents for the,
Procurement Number: Group-4/4065/2015/CoTM We hereby accept its provisions in
their entirety, without reservation or restriction.
(b) We hereby declare that all the information and statements made in this Bid are true and
accept that any misinterpretation contained in it may lead to our disqualification.
(c) We, the undersigned, offer to execute in conformity with the Bidding Documents dated the
following Works : Construction of G+0 bread bakery building.
(d) The total price of our Bid, excluding any discounts offered in item (e) below is: Refer our
financial offer
(e) Sunshine building contractor should not be liable for both conditional and unconditional
discounts of rate for these works if our bids are accepted.
Unconditional Discounts: If our bid is accepted, the following discounts shall apply..
Methodology of Application of the Discounts: The discounts shall be applied using the
following method:;
Conditional Discounts: If our bid(s) are accepted, the following discounts shall apply..
Methodology of Application of the Discounts: The discounts shall be applied using the
following method:;
(f) Our Bid shall be valid for a period of days from the date fixed for the Bid submission
deadline in accordance with the Bidding Documents, and it shall remain binding upon us and
may be accepted at any time before expiry of that period;
1
One signed originalBid SubmissionFormmust be supplied together with the number of copies specified in the
Instruction to Bidders.
2
Country in which the legal entity is registered.
3
Add/delete additional lines for members as appropriate. Note that a subcontractor is not considered to be a member for
the purposes of this bidding procedure. If this Bid is being submitted by an individual Bidder, the name of the Bidder
should be entered as "leader" and all other lines should be deleted.
(g) The prices in this bid have been arrived at independently, without, for the purpose of
restricting competition, any consultation, communication, or agreement with any other
bidder or competitor relating to:
i. Those prices;
ii. The intention to submit a bid; or
iii. The methods or factors used to calculate the prices offered.
(h) The prices in this bid have not been and will not be knowingly disclosed by the , directly or
indirectly, to any other bidder or competitor before bid opening.
(i) We, including any subcontractors for any part of the contract resulting from this procurement
process, are eligible to participate in public procurement in accordance with ITB Clause 4.1
and have not been debarred by a decision of the Public Procurement and Property
Administration Agency from participating in public procurements for breach of our
obligation under previous contract
(j) We are not insolvent, in receivership, bankrupt or being wound up, not have had our
business activities suspended and not be the subject of legal proceedings for any of the
foregoing;
(k) We have fulfilled our obligations to pay taxes according to Ethiopian Tax laws
(l) We have read and understood the provisions on fraud and corruption in GCC Clause 5 and
confirm and assure to the Public Body that we will not engage ourselves into these evil
practices during the procurement process and the execution of any resulting contract;
(m) We have not committed an act of embezzlement, fraud or connivance with other Bidders.
(n) We have not given or have been offered to give inducement or bribe to an official or
procurement staff of the to influence the result of the Bid in our favor.
(o) We are not participating, as Bidders, in more than one bid in this bidding process, other than
alternative bids in accordance with the Bidding Document;
(p) We do not have any conflict of interest and have not participated in the preparation of the
original Schedule of Requirements for the Public Body;
(q) If our bid is accepted, we commit to submit a performance security in accordance with the
GCC Clause 58 of the Bidding Documents, in the amount of for the due performance of the
Contract;
(r) We, including any sub-contractors or suppliers for any part of the Contract, have
nationalities from eligible countries ];
(s) We will inform the immediately if there is any change in the above circumstances at any
stage during the implementation of the contract. We also fully recognize and accept that any
inaccurate or incomplete information deliberately provided in this Bid may result in our
exclusion from this and other contracts funded by the Government of the Federal Democratic
Republic of Ethiopia.
(t) We understand that this Bid, together with your written acceptance thereof included in your
notification of award, shall not constitute a binding contract between us, until a formal
contract is prepared and executed.
(u) We understand that you reserve the right to reject any or all Bids that you may receive.
Name
In the capacity of .
Signed
Duly authorized to sign the Bid for and on behalf of .
Hossana,
Ethiopia
1. General Information About the Bidder
Sunshine building contractor
Bidder’s Legal Name:
Hawassa
Place of Registration:
Hossana Ethiopia
Legal Address in Country of
Registration:
Name:Hailemichael workashe
Position:project manager
Authorized Representative Address: Hossana
Information Telephone/Fax:0921435397
E-mail address:hailemWgmail.com
We have attached an official written statement by a power of attorney (or notary statement, etc.)
proving that the above person, who signed the Bid on behalf of the company/joint
venture/consortium, is duly authorized to do so.
2. Financial Standing
has adequate financial resources to manage this Contract as established by our audited financial
statements, audited by an independent auditor, submitted in this Bid. The following table contains
our financial data. These data are based on our annual audited accounts. Figures in all columns
have been provided on the same basis to allow a direct, year-on-year comparison to be made.
FINANCIAL DATA
Year 2 Year 1 Last Year Average
A. Information from Balance Sheet
4
One signed originalBidderCertification of Compliance Form must be supplied together with the number of copies
specified in the Instruction to Bidders. If this bid is being submitted by a joint venture/consortium, the data in the
tablesbelow must be the sum of the data provided by the joint venture/consortium members.
Vision
To be the premier choice for all construction works in Ethiopia and competitive actor
undertaking all types of construction work internationally.
To participate on the country’s socio-economic development without reservation by
delivering ethical, reliable, and quality construction service in a timely and cost-
effective manner
Objective
To ensure 95% of the projects executed by the company are accomplished within the
contract time
To conduct a baseline survey, identify the current level of reworks resulting from
substandard performance and reduce the level by 50% as compared to current level.
To conduct a baseline survey and establish the current level of exposure of employees to
hazard arising from execution of construction activities and reduce this level by 20%.
To ensure that all company employees have safety gears.
To ensure that all non-recyclable and non-disposable (by selling) wastes are disposed
without causing adverse effect to the environment.
To implement ISO 9001:2008 Quality Management System and ISO 14001:2004 EMS.
To establish baseline data for construction services and delivery related customer
complaints and reduce the complaints by 80%.
To assess our customer satisfaction level once per year to ensure continual improvement
of the service and delivery performance.
To build the capacity of our employees through training two times per year and at
demand on quality and environmental management and on other training identified
according to competence check list
To conduct internal audit and management review twice per year and at demand.
To develop suppliers to get the right material, at the right time from right sources.
Major services
sunshine B.C PLC has a solid reputation for completing projects on time, within budget and
with a high standard quality. It has attracted the attention of so many governmental institutions
and private companies for its high-quality construction work and performance both in road and
building construction line. It is currently executing major infrastructure projects at various parts
of the country. The company owns qualified experience of any type of construction projects
Major or minor Bridge construction
Air field construction works asphalt , concrete /or gravel pavements.
High rise condominium, building construction works.
Water supply and other related construction works.
Major road (turnkey and designed) work asphalt and/or gravel pavements.
1 Excavator 1
2 Dump track 3
3 Loader 1
4 Small cars 3
Head office ADDRESS: SNNPRS, HADIYA ZONE, HOSSANA TOWN, GOFERMEDA SUB-
CITY, BOBICHO KEBELE
Office engineer: includes quantity surveyor (estimating and costing of the project) and preparing
some drawing.
General Forman: assigns and controls the gang leaders and carpenter.
Checks the whole work process,
Quantifies some materials and makes request,
Reports any challenges of work procedures and their execution etc.
Administrator and finance: is a non- technology person who administers the sites.
Settles administer problems and disputes raised in the site,
Hires skilled and unskilled man power,
Passes approval grant of workers to the project manager.
Driver: includes small to large truck drivers. Transports the materials purchased and also
machineries to or out of the site.
Specific Experience
Prime
Period
Name of Percentag Contractor (P)
Value of of Client and Final acceptance
project/kin e of Works or
Works Contrac Place issued?
d of works Completed Subcontractor
t
(S)
A. In Home Country
Injera
bakery for
4,708,000 1 100% Butajira P Yes: Not Yet No:
small
enterprises
The Clients' Certificates concerning the satisfactory execution of contract are attached to this
document
Sunshine B.C PLC.. No pending litigation in accordance with Sub-Factor 3.4 of Section 3,
Evaluation and Qualification Criteria
4. Documents required as proof of the Bidder's financial standing, as listed in the BDS.
A-SUB –STRUCTUR
1 EXCAVETION & EARTH WORK 1,791,548.3.2Birr
2 CONCRETE WORK 3,488,644.2Birr
3 MASSONARY WORK 176,840.4Birr
TOTAL A =5457032.8Birr
B-SUPPER- STRUCTURE
1 BLOCK WORK 301,198.7Birr
2 ROOFING 262,564.9Birr
3 PLASTERING AND POINTING 234,837.8 Birr
4 FINISHING 203,843.9 Birr
5 PAINTING 704,513Birr
TOTAL B = ETB 1,706,958.3
Name:
In the capacity of
Signed:
Duly authorized to sign the Bill of Quantities for and on behalf of .
Dated on [insert day] day of ], 20
1 2 3 4
A1 Forman 14300 68.75
A2 Mason 13000 62.5
A3 Daily labor 7800 37.5
A4 Carpenter 15600 75
A5 Plasterer 13000 62.5
A6 Truck driver 9100 43.75
A7 Excavator operator 8320 40
A8 Mixer operator 9100 43.75
A9 Loader operator 8320 40
A10 painter 13000 62.5
A11 Gang chief 13000 62.5
A12 helper 9100 43.75
MATERIAL COSTS
UNIT PRICES IN ( BIRR )
TYPE OF MATERIALS YEAR 2015 E . C . source
No. UNIT
1 2 3 4
Hossana
- dia. 12 mm. deformed bars " 160
Hossana
- dia. 14 mm. deformed bars " 160
Hossana
- dia. 16 mm. deformed bars " 160
Hossana
- dia. 20 mm. deformed bars 160
Hossana
- dia. 24 mm. deformed bars 160
Hossana
7 Hollow Concrete Blocket
Hossana
- size 10 x 20 x 40 cm. Pcs. 28
Hossana
- size 20 x 20 x 40 cm. " 26
8 Paint Hossana
Hossana
plastic paint per gal 800
Quartz paint per gal 1500 Hossana
9 selected material m3 700
Hossana
10 stone for hard core m3 1125
Hossana
thiner lt Hossana19
fixer pcs Hossana 8
senthetic paint lt Hossana 26
anti rust lt Hossana 25
Dev. Size 330 mm. ml Hossana100
Ridge cover ml Hossana250
Washer pc Hossana 7
bolt pcs Hossana 12
EGA 400 ROOF COVER m2 Hossana800
G 28 flat sheet dev ml Hossana400
steel lattice purlin ml Hossana450
13 finishing material Hossana
window sill 50*26*3cm ml 2000 Hossana
gypsum board m2 650 Hossana
paint per gal gal 275 Hossana
14 form work2.5*20*400cm m2 650 Hossana
B. Breakdown of basic hourly prices for equipment (converted into currency indicated in SCC)
D. Technical Proposal
Place and Date: Hossana town Ogaden building , March 04,2015
Procurement Reference No.: Group-4/4065/2015/CoTM
To: EMH
Hossana,
Ethiopia
1. Personnel
The following Team Skill Matrix identifies the personnel to be employed on the contract and their skills
that are relevant to the role in the contract team and are required for successful execution of the contract:
FORM PER 1: Proposed Personnel
Expert Name: Etsegenet wenduante
Title of Position: Project manager
Nationality: ethiopian
Qualification Knowledge Level
Bsc in CoTM proficient
Key personnel 2
Nationality: ethiopian
Qualification Knowledge Level
Bsc in CoTM proficient
Key personnel 3
Nationality: ethiopian
Qualification Knowledge Level
Level 4 proficient
Has exposure to education in the subject area but has not used this skill set in
U Understanding
practice.
W Working Has limited working experience using this skill set.
Has hands-on experience using this skill set to implement between 2 to 5
P Proficient
projects of various scope/complexity.
Has hands-on experience using this skill set in a key role to implement more
X Expert
than 5 projects of various scope/complexity.
2. Equipment
The following information shall be provided only for equipment not owned by the Bidder
Name of owner: Workneh gebeyehu
Address of owner: Addis ababa
Owner Telephone:-251965849608 Contact name and title:
Fax: Emailaddress:worku
gebeyehu436@gmail.com
Details of rental / lease / manufacture agreements:
Agreements
4. Method Statement
If we are award with these bid up on receiving the notice to commence the works the project
activity will be commenced by collecting complete set of Project Documents and project Information,
followed by organizing and equipping of the project team with the necessary work force& construction
equipment within mobilization period.
Within the time of project commencement period, which takes place within 10 days from signing
of the contract, the project staff including Project Manager, Site Engineer, Office Engineer, and Forman
will be mobilized to the project site for assessment of the project, and other preliminary activities.
At this stage, the Project Manager and his core staff will meet with the project office and the client
representatives to conduct Mobilization to the project area such as land acquisition and locating campsite
and locally available construction material utilization. Based on this information, the Project team will
prepare the practical work schedule, which eventually submitted to the library building.
Mobilization of Equipment and construction materials specially Rebar, Cement & local
construction material will be commenced immediately upon effectiveness of the Contract and the
excavation will start parallel to the mobilization activity, within maximum of 10 days effectiveness of the
contract, the remaining activities will be commenced sequentially based on the approved work schedules.
5. Construction Schedule
1. SUB -STRUCTURE
Sequence -1 sample
Sequence -2 sample
Sequence-3
Sequence-4
Section 4: Bidding Forms
Therefore, the methodology for work of sub-structure continue sequential like this.
2. Super –Structure
For super-structure we will follow up the follow sequence
Sequence -1
Sequence -2 sample
6.
Name
Others
In the capacity of .
Signed
Duly authorized to sign the Bid for and on behalf of .
Dated on [insert day] day of ], 20
Attachments:
Section 4: Bidding Forms
1. CVs of the proposed personnel signed by the staff themselves or by the authorized representative of
the proposed staff;
2. Design Documents and Drawings (Form C of Section 6).
F. Bid Security