Professional Documents
Culture Documents
This section, read in conjunction with Section 1, Instructions to Bidders, and Section 2, Bid Data Sheet, contains all the factors, methods, and
criteria that the Public Body shall use to evaluate a bid and determine whether a bidder has the required qualifications. No other factors, methods,
or criteria shall be used.
After confirming the Bids comprise all mandatory documentary evidence establishing the Bidder's qualification the Public Body will rule on the
legal, technical, professional, and financial admissibility of each bid, classifying it as compliant or non-compliant with qualification requirements
outlined in the Bidding Documents and Offers which have scored non-responsive in any one of the items specified in the preliminary evaluation
criteria below (Table 1) shall be identified disqualified and rejected. Therefore, it shall not be considered for further evaluation.
Table 1:- Preliminary Evaluation Criteria for installation, un-installation and maintenance of borehole pumps
CRITERIA
Bidder
FACTOR Joint Venture, Consortium or Association Documentation
Requirement
Single Entity All Partners At Least One Required
Each Partner
Combined Partner
1. Legal Qualification of the Bidder
1.1. Nationality
Nationality in accordance with ITB Must meet Must meet Must meet
n/a Bid Submission Sheet
Clause 4.2. requirement requirement requirement
Not having been debarred by decision
1.2. Debarred by of the Public Procurement Agency from
decision of the participating in public procurements for Must meet Must meet Must meet Bid Submission
n/a
breach of its obligation under previous requirement requirement requirement Sheet
FPPA contracts in accordance with ITB
Clause 4.3.
1|Page
CRITERIA
Bidder
FACTOR Joint Venture, Consortium or Association Documentation
Requirement
Single Entity All Partners At Least One Required
Each Partner
Combined Partner
1.3. Valid trade license Having been submitted valid trade
or business license or business organization Bid Submission
organization Must meet Must meet Must meet
registration certificate issued by the n/a Sheet with
requirement requirement requirement
registration country of establishment in accordance attachments
certificate with ITB Clause 4.6.
Having been submitted VAT
1.4. VAT registration registration certificate issued by the tax Bid Submission
Must meet Must meet Must meet
authority (in case of contract value of n/a Sheet with
certificate requirement requirement requirement
Birr 100,000.00 and above) in attachments
accordance with ITB Clause 4.6.
Having been submitted valid tax
1.5. Valid tax clearance clearance certificate issued by the tax Bid Submission
Must meet Must meet Must meet
n/a Sheet with
certificate authority (Domestic Bidders Only) in requirement requirement requirement
attachments
accordance with ITB Clause 4.6.
Bidder
1.6. Government Compliance with conditions of ITB Must meet Must meet Must meet Certification of
n/a
Owned Entity Clause 4.4. requirement requirement requirement Compliance with
attachments
2. Professional Qualifications and Capability of the Bidder
2.1. Number of staff
At least 10 staff currently works for the Must meet Must meet
n/a n/a
Bidder. requirement requirement
2.2. Personnel for the Bidder must demonstrate that it will Must meet Must meet n/a n/a Legal CV for each
key positions have the personnel for the key positions requirement requirement professional must
that meet the following requirements; attached
2|Page
CRITERIA
Bidder
FACTOR Joint Venture, Consortium or Association Documentation
Requirement
Single Entity All Partners At Least One Required
Each Partner
Combined Partner
Total Work
No Required In similar Works Experience
Position Experience
. profession (Years)
(years)
1 Project manager
M.Sc/B.Sc.
(Mechanical/Electrical 5 2 years or above
degree
Engineer/hydrogeology)
2 B.Sc degree
Mechanical Engineer Mechanical 3 2 years or above
Engineering field
3 B.Sc degree
Electrical Engineer Electrical 3 2 years or above
Engineering field
4 Diploma in 2 years or above
Electrician 3
electricity
3. Technical Qualifications, Competence, and Experience of the Bidder
The Bidder has successfully completed
Bidder
at least two contracts (water related
Must meet Must meet Certification of
3.1. General experience work and electromechanical installation) n/a n/a
requirement requirement Compliance with
with a budget of 5,000,000.00 ETB in
attachments
the past 5 years
3.2. Specific The Bidder has successfully Must meet Must meet n/a Must meet Bidder
experience participated as contractor or requirement requirement requirement Certification of
subcontractor, in at least two contract for all for one Compliance with
characteristics characteristic attachments
within the last 5 years, each with a
value of at least 2,000,000.00 ETB,
that have been successfully and
3|Page
CRITERIA
Bidder
FACTOR Joint Venture, Consortium or Association Documentation
Requirement
Single Entity All Partners At Least One Required
Each Partner
Combined Partner
4|Page
CRITERIA
Bidder
FACTOR Joint Venture, Consortium or Association Documentation
Requirement
Single Entity All Partners At Least One Required
Each Partner
Combined Partner
last years to demonstrate the current
soundness of the Bidder's financial
attachments
position and its prospective long term
profitability.
The average annual turnover calculated as
total certified payments received for contracts Must meet 100 Bidder Certification
4.2. Average Annual Must meet Must meet
in progress or completed within the last 3 n/a % of the of Compliance with
Turnover requirement requirement
years must greater than or equal to requirement attachments
5,000,000.00 ETB
Submit Bid Submission Sheet (form
4.3. Bid Submission
furnished in Section 4, Bidding Forms) Must meet Must meet Must meet
Sheet requirement requirement requirement
without price.
5|Page
Part 2: Statement of Requirement Section-6: Statement of Requirement
Max. Min.
SN
Evaluation and Qualification Criteria Grad Grad Remark
.
e e
Sub–total SN 1 40 20
Field of Specialization.
2.1 (Electromechanical contractor) 4 2
Experience in installing,
uninstalling and maintaining
The
borehole pumps of at least two
General
works of a nature and complexity
work
2 2.2 or equivalent to the works in this 6 3
Experienc
tender. Or equivalent other two
e of the
works on water borehole.
firm
(electromechanical installation
works)
Sub–total SN 2 10 5
Max. Min.
SN
Evaluation and Qualification Criteria Grad Grad Remark
.
e e
Crane with sufficient capacity
capable to handle submersible Must attach
pump with motor ownership
Having different size. Bidders evidence at
shall specify capacity’s of the least for one
crane wheel crane
One (1) > 20 Ton wheel crane crane with >
3.1 10 7 20 ton and
One (1) > 10 Ton wheel crane crane
One (1) Crane mounted truck mounted
for pump, riser pipes, truck
generator,....lifting, loading &
mobilization
Attach
Working
ownership
equipment 3.2 Pick up 5 2.5
evidence
3 and tools
capabilitie
s Welding Machine with sufficient
3.3 3 1.5
capacity
Max. Min.
SN
Evaluation and Qualification Criteria Grad Grad Remark
.
e e
TOTAL = Subtotal 1 +Subtotal 2 + Subtotal 3 +
100 55
Subtotal 4
Bidder must refer detail requirement for each and every requirement stated under working tool
and equipment capabilities and Man power Capabilities under (section-6 technical
requirement) of this bid.
Note:-
The maximum total grade is 100 and the minimum (rejection limit) is 55.
If the sub grade (sub total) of any of the above criteria is less than the
corresponding minimum or if the total grade is less than total minimum 55 the
offer is rejected and excluded from further financial evaluation. If the total grade
is greater than equal to 55, the offer will be given technical score as per the
calculation below and evaluated financially.
1. Financial Evaluation
To determine financial scores for each proposal, the lowest prices proposal shall be given a
financial score of 100, and other proposals shall be given a score proportionate to this, by
application of the following formula:
Sf= 100xFm/F
In which:
Sf denotes the financial score of the proposal under consideration;
Fm is the price of the lowest price proposal that passed the technical evaluation;
F denotes the price of the proposal under consideration.
The weights given to the scores of the Technical and Financial Proposals are:
Technical (T%) = 70%
Table of Contents
TECHNICAL REQUIREMENT---------------------------------------------------------------2
BILL OF QUANTITY (BOQ)----------------------------------------------------------------27
APPENDIX--------------------------------------------------------------------------------------31
2. Objective
As discussed above the share of ground water sources is higher than surface water sources,
due to this AAWSA need to implement special arrangement to take faster action on the
maintenance of failed borehole pumps.
Therefore, the main objective of this contract is to involve a third party electromechanical and
drilling companies in the maintenance of failed ground water electromechanical equipment
and supply of spare parts to maintain failed borehole pumps as fast as possible so that water
supply interruption duration decreased to reasonable time.
3. Scope of works
The work includes bore holes electromechanical maintenance service based on maintenance
calls (For one-year frame work agreement). The maintenance service includes:
Handing over each site with the appropriate check list in accordance with formally
developed work order.
Inspect failed borehole pump, motor, control boards & cabling, and prepare the report
before pulling out failed borehole to identify the reason of failure;
Conducting detail inspection at each of the electromechanical items of control panel
board and if faults are existed then proper maintenance will be done with AAWSA’s
team to ensure the functionality of the control panel board will be done.
Disconnect failed pump from the control board and make ready for pullout the pump
from the borehole;
Pulling out borehole pumps using capable and appropriate crane or service rig
employing agreed methodology;
Disconnecting faulty pump with the cable, check the pump and cable status and
transport the pump and its accessories to the AAWSA Electromechanical workshop;
transpiration of pulled-out electromechanical items depends on AAWSA’s
request (as per work order).
Proper pump selection will be done cooperatively with public body through
consideration of major pump parameter like Head (Q), discharge (Q) (AAWSA).
N.B. But, handing over all electromechanical items necessary for rendering the
intended service on each borehole site will be the responsibility of the contractor.
Vulcanize new, maintained or replaced motor with the power cable;
Coupling submersible pump with motor through consideration of all compatibility
parameters.
Make sure the motor insulation measurement is as per the recommendation of the
manufacturer after it is connected with the power cable and get approval from
AAWSA supervisor;
Lower / install borehole pumps employing agreed methodology and maximum safety
and protection for the equipment and manpower on site;
Make sure pump motor insulation measurement is as per the recommendation of the
manufacturer and get approval from an AAWSA supervisor before connection with
the motor control switch board;
Test the pump by flushing at the borehole head with the presence of AAWSA’s
assigned supervisors (Engineers);
Connect the borehole head work and run the pump at full load;
Register full load run data like Mohm value of the pump motor, voltage, current,
power, head(H) & discharge (Q);
Ensure the pump is running within its operation curve, flow vs. total head, and register
all hydraulic data while the pump running at full load;
Handover to AAWSA EM Team (assigned supervisors) with approved completion
report;
Supply spare parts like borehole pumps spare, cable vulcanization kits, cable lags,
cables, riser pipes, which are required to replace failed pumps on time.
In order to full fill the scope of work above, the contractor shall be expected to adhere to the
following:-
AAWSA reserves the right to approve work methodology, mobilization, work force
safety, deployed machineries and tools used for maintenance services.
The contractor must assure two independent crew shall be available at a time when
the need come from AAWSA side;
The contractor must ensure that enough back-up repair and maintenance material is
kept on site in case of a sudden shortage thereof.
The maintenance works shall be rendered call base when the need arises and at any
other time requested by AAWSA within the contract period time.
The contractor’s staff must dress in a distinctive acceptable uniform and must not
carry out maintenance work in the absence of AAWSA representative;
The contract shall mobilize to AAWSA Electromechanical workshop or temporary
store defective pumps, motor, cables, riser pipes and all left over; this depends on
AAWSA’s request.
The contractor must do by-weekly inspection on the quality and standard of the
maintenance services rendered and provide a report to AAWSA after 30 days proper
and continuous operation and that will be final acceptance of the maintenance service
rendered;
The contractor must report to the Electro mechanical sub process and the assigned
supervision committee of any defects during one month provisional acceptance period
before the contractor take any corrective action; and the assigned supervision
committee’s of AAWSA must approve the prepared report by the contractor.
According to the above specified statements the warranty period for the rendered
service will be 30 days starting after provisional acceptance. and this period will be
trial period for the rendered service.
The contractor must ensure that all relevant documentation (maintenance report,
receipts and invoices) is presented to AAWSA in good condition and time without
alteration to facilitate timely payment;
AAWSA will not be held responsible in any way for the damages, losses, theft of
equipment or any valuables of the contractor or injury of his/her employees while in
the execution of their duties;
Note: - The maintenance works shall be rendered call base when the need arises and at any other
time requested by AAWSA within the contract period time.
4. Work Program/standard time required to accomplish basic tasks (to be filled by the
bidder)
Pull out borehole submersible pump & motor with riser pipe and
1
drop down power & control cables.
Install borehole submersible pump & motor with riser pipe and
7
drop down power & control cables.
N.B. The time necessary to accomplish each specified task in the above table
must be specified in hours.
1 Project manager
(mechanical or Electrical M.Sc./B.Sc 1 3/5 3
Engineer
6 Technician Diploma 2 3 2
7 Welder Grade 10 2 3 2
Multi-meter tester, AC current 100 mA- 10A full scale deflection in four ranges, DC
current 50mA-10A full scale deflection in seven ranges, AC voltage 2.5 KV full scale
deflection in five ranges, DC voltage 2.5 V - 1000 V fsd in five ranges.
Megger or Insulation tester, hand crank type, capable of testing at 500 V and 1000 V.
8.1. Mobilization
Mobilization will be started within 7 days after the contract is signed. Mobilization
includes organizing of team in Addis Ababa, providing machineries, Electro mechanical
equipment and tools and other necessary construction materials for the proper execution
of the project.
The maintenace work shall be done in Addis Ababa and sheger city zone where borehole
site and dam exist. The contractor is expected to allocate resources and machineries
required to the work in Addis Ababa; therefore, inter site mobilization cost will be within
the rate of the BOQ items for each specific works.
The contractor should make arrangements for the employer supervisor to visit his
workshop to ensure all required manpower; equipment, tools, vehicles, and machinery
are available as per the format specified here below before execution of the mobilization
payment. The equipment and Machineries mobilized for the contract shall stay in Addis
Ababa for the duration of the contract.
N.B. If the contractor starts rendering the intended service on different sites without
initial mobilization (manpower, machinery, vehicles, tools, and equipment) evaluation by
AAWSA’s supervisor, then the public body will not execute payment for any rendered
service prior to the supervisor’s report on initial mobilization evaluation as per the
provided checklist with this bid document.
.
Mobilization Check list
8.1.1. Mobilization check list for man Power
In Similar
Minimum Total Work
Works
No. Position Qualificatio Qty Experience Experience
n Remark
(years)
(years)
Project manager
(mechanical or
1
Electrical M.Sc./B.Sc 1 3/5 3
Engineer
Mechanical
2 B.Sc. 2 3 2
Engineers
Electrical
3 B.Sc. 2 3 2
Engineers
Hydrogeology
4 B.Sc. 1 3 2
Engineer
5 Electrician Diploma 2 3 2
6 Technician Diploma 2 3 2
7 Welder Grade 10 2 3 2
Legal
Machine
8 Driving 2 3 3
Operator
License
State
Description Year of Ownership Hours
No. `Manufactu Qty Remark
3
(Type, Model, Ton m ) re (G.C.) (Owned or Used
Lease)
One (1) 20 Tone wheel crane 1
One (1) 10 Tone wheel crane 1
State
Description Year of Ownership Hours
No. `Manufactu Qty Remark
3
(Type, Model, Ton m ) re (G.C.) (Owned or Used
Lease)
One (1) Crain mounted truck 1
for pump, riser pipes,
generator,.... mobilization
One (1) light truck 1
One (2) Field Pickup 2
8.1.3. Mobilization check list for generator, welding, tool kits, electrical test
equipment and Power Equipment
8.2. Demobilization
Demobilization cost shall be allowed when the contract is terminated without default of
the contractor at the end of the contract period.
Contructor : ______________________________
Name : ______________________________
Signiture : ______________________________
Date : ______________________________
Employer : ______________________________
Name : ______________________________
Signiture : ______________________________
Date : ______________________________
Contructor : ______________________________
Name : ______________________________
Signiture : ______________________________
Date : ______________________________
Employer : _________________________
Name : ______________________________
Signiture : ______________________________
Date : ______________________________
Note :
___________________________________________________________________________
_____
Contructor : ______________________________
Name : ______________________________
Signiture : ______________________________
Date : ______________________________
Employer :
______________________________
Name : ______________________________
Signiture : ______________________________
Date : ______________________________
Form 4. Inspection and Test of failed borehole motor control board and Motor sheet
Remark :
___________________________________________________________________________
__
___________________________________________________________________________
__________
___________________________________________________________________________
__________
_____________________________________________________________________.
Contructor : ______________________________
Name : ______________________________
Signiture : ______________________________
Date : ______________________________
Employer :
______________________________
Name : ______________________________
Signiture : ______________________________
Date : ______________________________
Remark :
___________________________________________________________________________
__
___________________________________________________________________________
__________
_____________________________________________________________________.
Contructor : ______________________________
Name : ______________________________
Signiture : ______________________________
Date : ______________________________
Employer :
______________________________
Name : ______________________________
Signiture : ______________________________
Date : ______________________________
Note: whether the pump to be installed is new or used or maintained, if the measured data is
greater than the minimum requirement specified hereafter it shall be considered as good
condition.
Prior to installation, the motor should have an insulation value of at least 30 megohms.
After installation, motor and power cable should have a minimum insulation value of 1.5
megohm.
Minimum
No Description Unit Data
requirment
1 Borehole site Name
2 Pump name plate data
2.1 Manufaturer
2.2 Pump Model
2.3 Discharge L/s
2.4 Head m
2.5 Motor Model
2.6 Motor Power KW
2.7 Motor Current Rating A
2.8 Voltage V
2.9 Frequency Hz
3 Motor Continuty
3.1 Phase 1 – Phase 2 1.5 megohm
3.2 Phase 1 – Phase 3 1.5 megohm
3.3 Phase 2 – Phase 3 1.5 megohm
3.4 Phase 1 – Earth 1.5 megohm
3.5 Phase 2 – Earth 1.5 megohm
3.6 Phase 3 – Earth 1.5 megohm
4 Drop Down Power Cable
4.1 Phase 1 – phase 1
4.2 Phase 1 – Phase 2
4.3 Phase 1 – Phase 3
4.4 Phase 2 – Phase 2
4.5 Phase 2 – Phase 3
4.6 Phase 3 – Phase 3
Remark : _____________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________.
Minimum
No Description Unit Data
requirment
Contructor : ______________________________
Name : ______________________________
Signiture : ______________________________
Date : ______________________________
Employer :
______________________________
Name : ______________________________
Signiture : ______________________________
Date : ______________________________
Form 7. Test of New Pump Installed & Switch board before start up
Remark :
__________________________________________________________________________
_____________________________________________________________________.
Contructor : ______________________________
Name : ______________________________
Signiture : ______________________________
Date : ______________________________
Employer : ____________________________
Name : ______________________________
Signiture : ______________________________
Date : ______________________________
6. The prices and rates inserted in the Bills of Quantities are to be the full inclusive costs of
the works described under the items, complete in place and in accordance with the
Specifications, including costs and expenses which may be required in and for the whole
of the works described, together with any temporary works and installations which may
be necessary and all general risks, liabilities and obligations set forth or implied in the
Documents on which the Contract is based.
7. The brief description of the items given in the Bills of Quantities are purely for the
purpose of identification and in no way modify or supersede the detailed descriptions
given in the Contract and Specifications. When pricing items, reference is to be made to
the Conditions of Contract and Specifications for the full directions and description of
work and materials.
8. A price or rate is to be inserted, in ink, against each item in the Bills of Quantities,
whether quantities are stated or not, and if the Bidder includes the cost of a particular
item elsewhere in his rates or prices, he shall insert the word "nil" against both the rate
and extension of that particular item. Should the Bidder omit to price an item, then it will
be assumed that he has included the cost of the item elsewhere in his rates or prices.
9. It shall be the responsibility of the Contractor to arrange for the removal of, or alteration
to existing services where necessitated by the Works.
10. All rates and sums in the Bills of Quantities shall be in Ethiopia Birr
11. No claim for additional space will be entertained by the Project Manager. No claims for
inconvenience and the like caused by obstruction will be entertained. The rates shall be
deemed to include for reinstatement of fences, gates, etc.
Amount in Birr
No Description Unit Qty
Unit price Total Price
Amount in Birr
No Description Unit Qty
Unit price Total Price
Amount in Birr
No Description Unit Qty
Unit price Total Price
N.B. The bidder shall state its price corresponding to the activity stated under the BOQ session
without altering the format, failure to do so will lead automatic rejection of the bid.
Important notes
The work includes bore holes electromechanical maintenance service based on
maintenance calls (For one-year frame work agreement). The public body has the
right to call two independent crews at the same time.
The contractor shall take all safety measures to protect the pump, motor, cables and riser
pipe from being damaged during installation and uninstallation of the borehole pump,
motor, power cable and riser pipes. Accordingly, if dismantling of submersible pump,
motor, power cable and riser pipe from the whole unit and fall into the borehole happens,
then the contractor must take full responsibility for damages that happened due to wrong
work procedure and faulty operation as per the engineer report from, AAWSA side .And
defect liability period for this specific issue shall be 365 days starting from provisional
acceptance.
The contractor should make arrangements for the employer supervisor to visit his
workshop to ensure all required manpower, equipment; tools, vehicles, and machinery
are available as per the format specified here below before execution of the mobilization
payment. The equipment and Machineries mobilized for the contract shall stay in Addis
Ababa for the duration of the contract.
If the contractor starts rendering the intended service on different sites prior to initial
mobilization (manpower, machinery, vehicles, tools, and equipment) evaluation by
AAWSA’s engineer, then the public body will not execute payment for any rendered
service prior to the supervisor’s report on initial mobilization as per the provided
checklist with this bid document.
The contractor will be responsible for verifying the provided information to ensure the
system runs appropriately after installation
The contractor shall also guarantee equipment storage and safety at site during service
implementation
The contractor will be responsible for handing over all the necessary items with proper
inspection in the presence of AAWSA’s supervisor and electromechanical expertise. And
shall determine the items convenient for their work failure to do so will cause
unnecessary redundant work (for eg. Surplus number of mobilizing equipment) and the
contractor will take full responsibility.
Appendix
Well Acceptance Certificate (for Provisional acceptance)
I. General Information:
Project Name: Procurement of installation, un-installation & maintenance of
borehole pumps
Date of Contract Agreement: ___________________
Employer: Addis Ababa Water and Sewerage Authority
Contractor: ______________________________
Well ID/Name: ___________________________
Well GPS Location Coordinate: _____________________________
Date of Well Handover/Accepted: ___________________________
Comments by Supervisors:
________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
IV. Remarks by Approving Person:
________________________________________________________________________
________________________________________________________________________
Comments by Supervisors:
________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
IV. Remarks by Approving Person:
________________________________________________________________________
________________________________________________________________________
Approved By: ___________________________________________________________