You are on page 1of 36

Section 3 Evaluation Methodology and Criteria

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

substantially completed and that are


electromechanical in nature for water
supply works.
The Bidder must demonstrate that it
owns and make available for the Must meet Must meet Must meet
n/a
implementation of the contract the requirement requirement requirement
following equipment listed hereafter:
Minimum
Technical Proposal
No. Equipment Type and Characteristics Number Ownership
with
Required per lot
3.3. Equipment for the attachments of
At least wheel
implementation of 1. Wheel Crane > 20 ton Property
crane with > 20
the contract 1 2. Wheel Crane > 10 ton Two Certificate & Intent
ton capacity must
be owned letter for Lease
2 Pick up field vehicle Two Owned Agreement
3 Crane mounted truck one Owned
4 Welding Machine one Owned
5 Generator one Owned
6 Electromechanical Tool sets Two Owned
4. Financial Standing of the Bidder and related requirement
4.1. Historical Submission of audited balance sheets Must meet n/a Must meet n/a Bidder
Financial and other financial statements as requirement requirement Certification of
Performance required in the BDS Clause 17, for the Compliance with

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.

4.4. Bid security


Must meet Must meet Must meet
90 days effective from bid opening
requirement requirement requirement
The bid validity period shall be 60 days
effective from the date of bid opening.
4.5. Bid validity This need to be indicated in the technical Must meet Must meet Must meet
period offer of the bidder. requirement requirement requirement

Note: R = Responsive, NR = Non Responsive&SR=Substantial responsive


Rule 1) Substantial responsiveness is a summary of each preliminary evaluation criteria
2) Any NR of individual criteria will result in NR in summary

5|Page
Part 2: Statement of Requirement Section-6: Statement of Requirement

5. EVALUATION Of The technical proposal


5.1. Provided all mandatory legal, professional, technical, and financial requirements have
been met all technically compliant Bids shall be evaluated and scored using the two-stage
bid evaluation and scoring method. In accordance with ITB Clause 38.3(f), the Public
Body's evaluation of the Bid will take into account, in addition to the bid price, the
following technical evaluation criteria in order of their importance and their proportional
weight in the total system of evaluation, as specified below:
5.2. Assessment of adequacy of Technical Proposal with Requirements (40%)
Evaluation of the Bidder’s Technical Proposal will include evaluation of the methodology
of the implementation of the project (14%) and an assessment of the Bidder’s technical
capacity to perform the work (8%), Work program (8%), understanding of the work (6%)
and organization structure (4%). The bidder will be graded according to his proposals for
implementation of the work.

5.3. The General work Experience of the firm (10%)


Evaluation of the general work experience will include Experience in installing,
uninstalling and maintaining borehole pumps of at least two works of a nature and
complexity or equivalent to the works in this tender. Or equivalent other two works on
water borehole (4) and field of specialization (6).

5.4. Working tool and equipment capabilities (25%)


Evaluation of the working tool and equipment capabilities will include Crane with
sufficient capacity capable to handle submersible pump with motor having different size.
Bidders shall specify capacity’s of the cranes (10%), Pick up (5%), Welding Machine
(3%), Generators enough to facilitate activities that need electricity (3%), Power
equipment like drilling tool, grinder, riser pipe clamp with different size etc. (2%) and
Tool kit that can facilitate mechanical work and electrical work (electrical tool box and
mechanical tool box). bidders are expected to list the item consisted in the tool box (2%)
5.5. Man power Capabilities (25%)
Evaluation of the man power capabilities includes Team Leader (6.5%), Mechanical
Engineer (4.5%), Electrical Engineer (4.5%), Hydrogeology (4.5%), Mechanics (2.5 %)
and Electrician (2.5%).
N.B. The bidder must be capable of providing two crews that can perform the intended
service on different sites at the same time. And the two crews must consist of all the
necessary professionals independently.
5.6. Technical offer evaluation summary
The Evaluation committee will open the bidder’s technical offer and will evaluate it,
based on the following criteria and their respective allotted grades:

List of Evaluation criteria with respective allotted weight

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page VII of 4 Issued by:
Part 2: Statement of Requirement Section-6: Statement of Requirement

Max. Min.
SN
Evaluation and Qualification Criteria Grad Grad Remark
.
e e

1.1 Understanding of the work


6 3

Assessment of the methodology of


1.2 14 7
the implementation of the work
Work program
Assessm Note: - Bidders are expected to
ent of fill the work program or standard
time required to accomplish basic
adequac tasks. Unless they fill out the
y of 1.3 required information, bidders will 8 4
Technica get a zero mark. To specify a
1
l work program for each activity, the
Proposal bidder must follow the format
specified under the technical
with section of this bid.
Require
ments 1.4 Organizational Structure 4 2

Assessment of the Bidder’s


technical capacity to perform the
1.5 8 4
work and Work program.

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

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page VIII of 4 Issued by:
Part 2: Statement of Requirement Section-6: Statement of Requirement

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

Generators enough to facilitate


3.4 3 1.5
activities that need electricity
Power equipment like drilling tool,
3.5 grinder, riser pipe clamp with 2 1
different size etc.
Tool kit that can facilitate
mechanical work and electrical
work (electrical tool box and
3.6 2 1
mechanical tool box). Bidders are
expected to list the item consisted
in the tool box.
Sub–total SN 3 25 14.5
4.1 Team Leader 6.5 4 Evidence
must
4.2 Mechanical Engineer 4.5 3 attached &
Electrical Engineer profession
4.3 4.5 3
Man level,
power 4.4 Hydrogeology 4.5 3 experience
4
Capabiliti and quantity
4.5 Mechanics 2.5 1.25
es of each
profession
4.6 Electrician 2.5 1.25 must be as
per stated in
Sub–total SN 4 25 15. section-6
5

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page IX of 4 Issued by:
Part 2: Statement of Requirement Section-6: Statement of Requirement

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.

To determine Technical scores for each proposal, the technically highest


proposal shall be given a technical score of 100, and other proposals shall be
given a score proportionate to this, by application of the following formula:
St= 100xT/Tm
In which:
 St denotes the Technical score of the proposal under consideration;
 Tm denotes the highest evaluated Technical Proposal score
 T denotes the technical evaluation score for the Bid under consideration

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.

2. Total score of the Bidder


A total score (S) will be determined for each proposal, by combining its technical (St) and
financial (Sf) scores using the following formula and weightings:
S=(StxT%)+(SfxP%) (Will be rounded to two decimal places)

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page X of 4 Issued by:
Part 2: Statement of Requirement Section-6: Statement of Requirement

The weights given to the scores of the Technical and Financial Proposals are:
Technical (T%) = 70%

Financial (P%) = 30%


Proposals will be ranked and the proposal achieving the highest total score will be recommended
for contract award.

Part 2- Statement of Requirements


Section-6 Statement of Requirement

Table of Contents

TECHNICAL REQUIREMENT---------------------------------------------------------------2
BILL OF QUANTITY (BOQ)----------------------------------------------------------------27
APPENDIX--------------------------------------------------------------------------------------31

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page XI of 4 Issued by:
Part 2: Statement of Requirement Section-6: Statement of Requirement

SECTION 6. TECHNICAL REQUIREMENT


1. Introduction
Addis Ababa water and sewerage Authority (AAWSA) is an autonomous public authority
responsible for the supply of safe, adequate water and for the supply of wastewater and sludge
disposal services to the Addis Ababa city.
Nowdays AAWSA has the capacity to produce 713,000 m3/day potable water from Dams and
ground water sources. The share of Ground water on the total production capacity of the
authority is 491,000 m3. AAWSA has 254 medium and deep water wells in the city and in
around sheger city zone. AAWSA want to outsource installation, uninstallation and
maintenance of borehole pumps (lowering and pullout services) for interested and capable
contractors.

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.

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page XII of 4 Issued by:
Part 2: Statement of Requirement Section-6: Statement of Requirement

 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:-

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page XIII of 4 Issued by:
Part 2: Statement of Requirement Section-6: Statement of Requirement

 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)

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page XIV of 4 Issued by:
Part 2: Statement of Requirement Section-6: Statement of Requirement

Total time need to


N
Task Description accomplish the task
o
(hour)

Pull out borehole submersible pump & motor with riser pipe and
1
drop down power & control cables.

2 Inspection and Test of failed Pump after pulled out

Inspect Borehole with Borehole Camera and prepare report


3 showing the details of the borehole casing arrangement when
requested

Inspection and Test of New power cable, pump and motor to be


4 installed Note: The power cable, pump, motor and related items to
be installed could be new or used or maintained.

Coupling submersible pump with motor through consideration of


5
all compatibility parameters.

Connect and Vulcanize submersible motor tail cable with drop


6
down power cable.

Install borehole submersible pump & motor with riser pipe and
7
drop down power & control cables.

8 Test of New Pump Installed & Switch board before start up

N.B. The time necessary to accomplish each specified task in the above table
must be specified in hours.

5. Organization and Manpower


Bidders shall provide a chart showing how they propose to organize their field work, showing
the relationships between management, supervision and labor.
The Bidder must demonstrate that it will have the personnel for the key positions that meet
the following requirements. The information in the table below is solely for the information
of the employer and shall not be construed as limiting the Contractor's obligation for proper
staffing and execution of the works.

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page XV of 4 Issued by:
Part 2: Statement of Requirement Section-6: Statement of Requirement

Minimum Qty Total Work In Similar Works


No. Position Qualificatio Experience Experience
n (years) (years)

1 Project manager
(mechanical or Electrical M.Sc./B.Sc 1 3/5 3
Engineer

2 Mechanical Engineers B.Sc. 2 3 2


3 Electrical Engineers B.Sc. 2 3 2
4 Hydrogeology Engineer B.Sc. 1 3 2
5 Electrician Diploma 2 3 2

6 Technician Diploma 2 3 2

7 Welder Grade 10 2 3 2

8 Machine Operator Legal 2 3 3


Driving
License

6. Tools and Workshop Equipment


6.1. General
The contractor must equip himself with machineries and comprehensive tool kits
required for the maintenance services. The tools shall be supplied in lockable steel boxes
and cabinets.
1. MACHINERIES
The contractor shall provide at least the following machineries to provide the services based on
the site condition and required maintenance services:
 One (1) 20 Ton wheel crane
 One (1) 10 Ton wheel crane
 One (1) Crane mounted truck for pump, riser pipes, generator,.... mobilization
 One (1) light truck
 One (2) Field Pickup
Bidders shall enter below or provide with complete description of all major items of machineries
proposed to be used in carrying out the work, including number of each kind, made, type &
capacity of all equipment which shall be in sufficient detail to demonstrate fully that the
equipment and plant are suitable to meet the requirements of the works.

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page XVI of 4 Issued by:
Part 2: Statement of Requirement Section-6: Statement of Requirement

Description Year of State Ownership Hours


No. 3
`Manufacture
(Type, Model, Ton m ) (G.C.) (Owned or Lease) Used

6.2. Generator, Welding and Power Equipment


The contractor shall provide at least the following power equipment to provide the services based
on the site condition and required maintenance services:
 One (1) Main driven arc welding unit, 50A, complete with accessories
 One (1) Diesel Generator Sets 50KVA
 One (1) Two speed electric drill with 15mm chuck
 Two (2) Electric angle grinder, complete with 6" disks
 Two (2) 50m extension lead with plug and socket
 Two (2) sets of 2.5’’ riser pipe clamps
 Two (2) sets of 3’’ riser pipe clamps
 Two (4) sets of 4’’ riser pipe clamps
 Two (2) sets of 5’’ riser pipe clamps
 Two (2) sets of 6’’ riser pipe clamps
 Two (4) sets of 8’’ riser pipe clamps
 Two (2) sets of 10’’ riser pipe clamps
 Two (2) sets of 12’’ riser pipe clamps
 Other sizes as required
Bidders shall enter below or provide with complete description of all major items of
Generator and power equipment proposed to be used in carrying out the work, including
number of each kind, made, type & capacity of all equipment which shall be in sufficient
detail to demonstrate fully that the equipment and plant are suitable to meet the requirements
of the works.

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page XVII of 4 Issued by:
Part 2: Statement of Requirement Section-6: Statement of Requirement

Description Year of State Ownership


No. `Manufacture
(Type, Model, Power) (G.C.) (Owned or Lease)

6.3. Tool Kits


The contractor shall deployat least the following set of tools in lockable steel toolboxes:
ONE Set of open-ended spanners, 32-52 mm
ONE Set of open-ended spanners, 5-32mm
ONE Set of Allen keys, 1.5 - 13mm
ONE 7" locking grip wrench
ONE 8" adjustable wrench, capacity 25 mm
ONE 18" adjustable wrench, capacity 50mm
ONE 18" Stillson wrench
ONE 30" Stillson wrench
ONE chain wrench
ONE 1 ½ " chubby flat tip screwdriver
ONE set of crosshead screwdriver
ONE set of flat tip screwdriver
ONE set of Engineers' pliers
TWO Adjustable frame 12" hacksaws
SIX Engineers' files, flat/half round with handles
ONE Ball pein hammer
ONE Claw hammer
ONE 3m steel tape
6.4. Electrical Test Equipment
The contractor shall proved the following electrical test equipment :

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page XVIII of 4 Issued by:
Part 2: Statement of Requirement Section-6: Statement of Requirement

 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.

 Battery powered clamp meter, AC current to 300 A, AC voltage to 600V, resistance


to 10k

 Megger or Insulation tester, hand crank type, capable of testing at 500 V and 1000 V.

7. Materials shall be supplied by the contractor for the service


The following materials shall be supplied by the contractor during excution of the
service. The contractor must include costs of such material in its service cost.
AAWSA shall not rate such material costs independently :
 Volcanization kits
 Bolts and nuts when necessary
 Gaskets
 Insulation tape
 Welding electrodes
 Cutting disk
 Reinforcement bar
 Cable tie
 Anti rust paints
 Fuel and oils, and
 All materials and accessories required for the maintenance work except spare parts listed
below

8. Mobilization and Demobilization

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

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page XIX of 4 Issued by:
Part 2: Statement of Requirement Section-6: Statement of Requirement

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

8.1.2. Mobilization check list for vehicles and Machinery

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

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page XX of 4 Issued by:
Part 2: Statement of Requirement Section-6: Statement of Requirement

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

No. Description Capacity Quantity Remark


1
2
3
4

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.

9. Particular Technical Requirement of borehole pump pulling out and


Installation

9.1. Pulling out existing pump from Borehole


The borehole pumps could be pulled out either when the pump fail to operate or the borehole
pump need service or the purpose of borehole rehabilitation. For pulling out borehole pump
from the well, the contractor must recieve instruction with the detail charahterstics of the
boreholes and installed pumps from Ground water department and Electromechanical
departement of AAWSA. Based on the data recieved from the respective departements of
AAWSA, the contractor should arrange appropariate size crane, equipments and tools and
those machines, equipment and tools should be approved by the site engineer.
The contractor must mobilize it’s man power, machineries and equipment within a day after
officially recieved call for maintenance work from AAWSA.
The work procidure of the contractor should be the following but not limited.
 Check the Borehole drilling completion report

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page XXI of 4 Issued by:
Part 2: Statement of Requirement Section-6: Statement of Requirement

 Register the power supply status (Line and Phase voltage)


 Check the motor starter and identify the fault, if any and report to site Engineer
 Switch of the main power supply of the motor control switch gear so that no
electrical shock or problem happen during test.
 Disconnect the pump cable from the motor control switch board and check the
contiunity of the pump motor winding, phase to phase and phase to ground, and
register with appropariate data sheet
 Check whether the pump has failed or not. If the pump failed identify the
reseason of failure and report;
 Register the borehole and equipped pump, motor, drop down power cable and
riser pipe charaterstics and status including how long the Borehole were
functional before commensing pulling out the pump. The data and information
registered should be signed by the site Engineer and should be submitted to
AAWSA.
 Mobilize the crain or service rig, equipment and tools to site
 Pull out the riser pipes and the pump following the work procedure pre agreed
with AAWSA
 Disconnect the power cable with the pump motor tye cable and check again the
motor contunity
 Cap the borehole with appropariate cap sheet metal
 Submit completion report
 Mobilize failed motor to AAWSA workshop or store
The contractor shall take all safety measures to protect the pump, motor, cables and riser pipe
not to damaged during pulling out from the boreholes. The contractor shall take full
responsibility for damages happened due to wronge procedure and faulty operation.

9.2. Borehole pump installation


The borehole pump installation may be due to replacement of failed borehole submersible
pump or to equip new borehole with the submersible pump.The contract must recieve
instruction with the detail characterstics of the borehole and pumps to be installed from
Ground water department and Electromechanical departement of AAWSA. Based on the data
reciever from the respective departements of AAWSA,the contract should arrange
appropariate size crain, equipments and tools and those machines, equipment and tools
should be approved by the site engineer.
The contractor must mobilize its man power, machineries and equipment within a day after
officially recieved call for maintenance work from AAWSA.
The work procidure of the contractor should be the following but not limited.
 Check and select proper route of acess to the borehole site
 Check where and how the machine or crane will be erected

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page XXII of 4 Issued by:
Part 2: Statement of Requirement Section-6: Statement of Requirement

 Check for the working space


 Register the borehole and pump, motor, drop down power cable and riser pipe
charaterstics and status. The data and information registered should be signed by the
site Engineer and should be submitted to AAWSA.
 Mobilize machineries and equipment to the site
 Mobilize pump, motor, riser pipes and other required materials for installation work
 Connect the pump with electric motor as per the manufacturer instruction
 Connect and Vulcanize power cable with motor tail cable with approved cable lug
and Vulcanize kit
 Check and inspect the water level electrodes and make ready for installation with the
pump on pre setted depthes
 Check and inspect other sensor cables and sensors and make ready for installation
with the pump on pre setted depthes
 Remove borehole Cap and inspecte the boreholes from any foriegn things
 Measure static ground water level and record the data and compare with pump
position
 Use borehole camera as neccessary to locate the screen location or to inspect
borehole status
 Install the pump with maximum security not to damage the power cable during
lowering the pump and cable;
 Welding may be applied when the riser pipe is thread connection and the quality is
not reliable
 Take pump motor winding resistenace between Phases and earth measurement and
register on proper check list
 When pump installation reach target pump setting depth, test the pump by flushing
out
 Connect the borehole riser with borehole head pipe works
 Check and test run the motor control board without load in order to be sure that the
control system function properly and report any problem to AAWSA
 Check and reset motor control panel relays settings comapared with the rating of the
pump and the operation and maintenance manual of the pumps and get approval from
site Engineer
 Check the power supply and take all appropariate data before running with load
 Connect the pump power cable, level electrod cable and other sensor cables with the
motor starter control panel
 Test run the pump and take all neccessary data

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page XXIII of 4 Issued by:
Part 2: Statement of Requirement Section-6: Statement of Requirement

 Submit completion report


The contractor shall take all safety measures to protect the pump, motor, cables and riser pipe
not to damaged during installation of the borehole pump. The contractor shall take full
responsibility for damages happened due to wrong procedure and faulty operation.

9.3. Observation Pipe Installation


To monitor water level, observation pipe of 1 inch internal diameter may be requested to be
installed with the borehole pump riser pipe as necessary where there is no observation pipe
already installed in between the wall of the well and casing. Portion of the observation pipe
shall be slotted as per the instruction of site engineer.

9.4. Borehole Camera Recording


Borehole Camera recording shall be used by Geovision Borehole video camera or equivalent
in order to check quality of well construction, number of screens installed and to check the
actual depth of well. The contract may be requested to check arrangement of casings and
screen position and recommend pump seting depth before installation of borehole pump.

10. Borehole and Pumps Check Lists


The contractor must fill the following check lists before, during and after pulling out and
installation of pump and these check lists must be approved by the site engineer and
submitted to AAWSA.
Form 1. Listes of equipment and machineries mobilized

No Description Unit Quantity Ratings/ Size Remark

Contructor : ______________________________
Name : ______________________________
Signiture : ______________________________
Date : ______________________________

Employer : ______________________________
Name : ______________________________
Signiture : ______________________________
Date : ______________________________

Form 2. Listes of Electromechanical equipment handed over to the contractor

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page XXIV of 4 Issued by:
Part 2: Statement of Requirement Section-6: Statement of Requirement

No Description Unit Quantity Ratings/ Size Remark

Contructor : ______________________________
Name : ______________________________
Signiture : ______________________________
Date : ______________________________

Employer : _________________________
Name : ______________________________
Signiture : ______________________________
Date : ______________________________

Form 3. Check list of the Borehole

No Description Unit Data Remark


1 Borehole site Name
2 Casing Diameter mm
3 Sataic Water Level m
4 DWL m
5 Pump setting Depth m
6 Screen Position
7 1st Screen below pump position m
8 2nd Screen below pump position m
9 1st screen above pump position m
10 Borehole Discharge l/sec

Note :
___________________________________________________________________________
_____

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page XXV of 4 Issued by:
Part 2: Statement of Requirement Section-6: Statement of Requirement

No Description Unit Data Remark


___________________________________________________________________________
___________
___________________________________________________________________________
___________
___________________________________________________________________________
___________
_____________________________________________________________________.

Contructor : ______________________________
Name : ______________________________
Signiture : ______________________________
Date : ______________________________

Employer :
______________________________
Name : ______________________________
Signiture : ______________________________
Date : ______________________________

Form 4. Inspection and Test of failed borehole motor control board and Motor sheet

No Description Unit Data Remark


1 Borehole site Name
2 Line Voltage V
3 MCCB Braker/ Fuser Rating A
4 Over load relay setting A
5 Under voltage Setting V
6 Over volatge setting V
7 Water level status (ok/ Faulty) Ok/ Faulty
8 Motor Continuty
Phase 1 – phase 1 
Phase 1 – Phase 2 
Phase 1 – Phase 3 
Phase 2 – Phase 2 
Phase 2 – Phase 3 
Phase 3 – Phase 3 
Phase 1 – Earth 
Phase 2 – Earth 
Phase 3 – Earth 
9 Defective Components
MCCB / Fuse Yes/No
Voltage Relay Yes/No

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page XXVI of 4 Issued by:
Part 2: Statement of Requirement Section-6: Statement of Requirement

No Description Unit Data Remark


Level Relay Yes/No
Contactors Yes/No
Overload Relay Yes/No
Soft Starter Yes/No
Timer Relay Yes/No
Faulty Relays Yes/No

Remark :
___________________________________________________________________________
__
___________________________________________________________________________
__________
___________________________________________________________________________
__________
_____________________________________________________________________.
Contructor : ______________________________
Name : ______________________________
Signiture : ______________________________
Date : ______________________________

Employer :
______________________________
Name : ______________________________
Signiture : ______________________________
Date : ______________________________

Form 5. Inspection and Test of failed Pump after pulled out

No Description Unit Data Remark


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

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page XXVII of 4 Issued by:
Part 2: Statement of Requirement Section-6: Statement of Requirement

No Description Unit Data Remark


2.8 Voltage V
2.9 Frequency Hz
3 Motor Continuty
3.1 Phase 1 – Phase 2 
3.2 Phase 1 – Phase 3 
3.3 Phase 2 – Phase 3 
3.4 Phase 1 – Earth 
3.5 Phase 2 – Earth 
3.6 Phase 3 – Earth 
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 :
___________________________________________________________________________
__
___________________________________________________________________________
__________
_____________________________________________________________________.

Contructor : ______________________________
Name : ______________________________
Signiture : ______________________________
Date : ______________________________

Employer :
______________________________
Name : ______________________________
Signiture : ______________________________
Date : ______________________________

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page XXVIII of 4 Issued by:
Part 2: Statement of Requirement Section-6: Statement of Requirement

Form 6. Inspection and Test of New Pump to be installed

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 : _____________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________.

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page XXIX of 4 Issued by:
Part 2: Statement of Requirement Section-6: Statement of Requirement

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

No Description Unit Data Remark


1 Borehole site Name
2 Line Voltage V
3 MCCB Braker/ Fuser Rating A
4 Over load relay setting A
5 Under voltage Setting V
6 Over volatge setting V
7 Water level status (ok/ Faulty) Ok/ Faulty
8 Motor Continuty
8.1 Phase 1 – Phase 2 
8.2 Phase 1 – Phase 3 
8.3 Phase 2 – Phase 3 
8.4 Phase 1 – Earth 
8.5 Phase 2 – Earth 
8.6 Phase 3 – Earth 
9 Status of Switch board Components
9.1 MCCB / Fuse Ok/ Faulty
9.2 Voltage Relay Ok/ Faulty
9.3 Level Relay Ok/ Faulty
9,4 Contactors Ok/ Faulty
9.5 Overload Relay Ok/ Faulty
9.6 Soft Starter Ok/ Faulty
9.7 Timer Relay Ok/ Faulty
9.8 Faulty Relays Ok/ Faulty

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page XXX of 4 Issued by:
Part 2: Statement of Requirement Section-6: Statement of Requirement

No Description Unit Data Remark

Remark :
__________________________________________________________________________
_____________________________________________________________________.

Contructor : ______________________________
Name : ______________________________
Signiture : ______________________________
Date : ______________________________

Employer : ____________________________
Name : ______________________________
Signiture : ______________________________
Date : ______________________________

11. Bill of Quantity(BOQ)

Preamble and Notes to the Bill of Quantities


1. These Bills of Quantities form part of the Contract Documents and are to be read in
conjunction with the Conditions of Contract and Specifications.
2. The provided capacity range of submersible motor in the BOQ session is for the purpose
of the bidder to take into account that all AAWSA’s existed borehole site motor’s
capacity considered in this tender are will fall in those indicated three (3) categories. But
in case there will be motor kw which does not fall in the specified range then it will be
counted as the same kw to the nearest kw amount.
3. Regarding to mobilization of items stated under the table above there might be mobilizing
different items from different places (ware house and/or electromechanical workshop) to
the specific site and then this will be counted as one mobilization
4. The prices and rates inserted in the Bills of Quantities will be used for valuing the work
executed and the employer will measure the whole of the works executed in accordance
with the Contract.
5. The contract is for one year and therefore the rate and price is fixed within the contract
duration. The total contract price is based on the amount of job done based on rates
included in the BOQ.

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page XXXI of 4 Issued by:
Part 2: Statement of Requirement Section-6: Statement of Requirement

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

Mobilization and setting up the maintenance team,


equipment and machinery to appropariate location
1 Ls 1
after signing the contract agreement. N.B. For Crew
with > 10 Ton Crane

Mobilization and setting up the maintenance team,


equipment and machinery to appropariate location
2 after signing the contract agreement. Ls 1

N.B. For Crew with > 20 Ton Crane

Demobilization at the end of the contract period.


3 Ls 1
N.B. For Crew with > 10 Ton Crane

Demobilization at the end of the contract period.


4 Ls 1
N.B. For Crew with > 20 Ton Crane

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page XXXII of 4 Issued by:
Part 2: Statement of Requirement Section-6: Statement of Requirement

Amount in Birr
No Description Unit Qty
Unit price Total Price

Pull out borehole submersible pump & motor with


5 riser pipe and drop down power & control cables for No 1
pump motor rating 7.5KW to 55KW

Pull out borehole submersible pump & motor with


6 riser pipe and drop down power & control cables for No 1
pump motor rating 60KW to 110KW

Pull out borehole submersible pump & motor with


7 riser pipe and drop down power & control cables for No 1
pump motor rating 120KW to 300KW

Mobilize the Pumps + Motor from borehole site to


8 AAWSA workshop or whare house using crane Set 1
mounted truck.

Mobilize the Switch boards and cables from borehole


9 site to AAWSA workshop or whare house using crane Set 1
mounted truck

Mobilize the riser pipe, pipes and fittings from


10 borehole site to AAWSA workshop or whare house Set 1
using crane mounted truck.

Connect and Vulcanize submersible motor tail cable


with drop down power cable supplying approved
11 Set 1
connecting lags and Vulcanizing Kit for motor rating
7.5KW to 55KW

Connect and Vulcanize submersible motor tail cable


with drop down power cable supplying approved
12 Set 1
connecting lags and Vulcanizing Kit for motor rating
60KW to 110KW

Connect and Vulcanize submersible motor tail cable


with drop down power cable supplying approved
13 Set 1
connecting lags and Vulcanizing Kit for motor rating
120KW to 300KW

Mobilize the Pumps + Motor from AAWSA workshop


14 or ware house to Borehole site using crane mounted Set 1
truck.

Mobilize the Switch boards and cables from AAWSA


15 workshop or ware house to Borehole site using crane Set 1
mounted truck.

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page XXXIII of 4 Issued by:
Part 2: Statement of Requirement Section-6: Statement of Requirement

Amount in Birr
No Description Unit Qty
Unit price Total Price

Mobilize the riser pipe, pipes and fittings from


16 AAWSA workshop or ware house to Borehole site Set 1
using crane mounted truck.

Install borehole submersible pump & motor with riser


17 pipe and drop down power & control cables for pump Set 1
motor rating 7.5KW to 55KW

Install borehole submersible pump & motor with riser


18 pipe and drop down power & control cables for pump No 1
motor rating 60KW to 110KW

Install borehole submersible pump & motor with riser


19 pipe and drop down power & control cables for pump No 1
motor rating 120KW to 300KW

Inspect Borehole with Borehole Camera and prepare


20 report showing the details of the borehole casing No 1
arrangement when requested

Installation of borehole head works pipes, fittings and


21 appurtenance including neccessary support and make Set 1
it functional for the borehole pipe size 2’’ to 4’’.

Installation of borehole head works pipes, fittings and


appurtenance including neccessary support and make
22 Set 1
it functional for the borehole pipe size DN150 to
DN250

Installation/ fixing pump control switch boards, lying


23 power and control cable and connecting power and Set 1
control cable for switch board rating 7.5KW to 55KW

Installation/ fixing pump control switch boards, lying


power and control cable and connecting power and
24 Set 1
control cable for switch board rating 60KW to
110KW

Installation/ fixing pump control switch boards, lying


power and control cable and connecting power and
25 Set 1
control cable for switch board rating 120KW to
300KW

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.

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page XXXIV of 4 Issued by:
Part 2: Statement of Requirement Section-6: Statement of Requirement

 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.

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page XXXV of 4 Issued by:
Part 2: Statement of Requirement Section-6: Statement of Requirement

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: ___________________________

II. Team Members Participated during Acceptance:


Name
Signature
On Behalf of the Client: ___________________________________ _________
__________________________________ _________
__________________________________ _________
On Behalf of the Contractor: _______________________________ _________
_______________________________ _________

III. Acceptance Conditions of the Borehole: _________________________

Comments by Supervisors:
________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
IV. Remarks by Approving Person:
________________________________________________________________________
________________________________________________________________________

Approved By: __________________________________________ _____________

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page XXXVI of 4 Issued by:
Part 2: Statement of Requirement Section-6: Statement of Requirement

Well Acceptance Certificate (For Final acceptance)


I. General Information:
Project Name: Procurement of 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: ___________________________

II. Team Members Participated during Acceptance:


Name
Signature
On Behalf of the Client: ___________________________________ _________
___________________________________ _________
___________________________________ _________
On Behalf of the Contractor: _______________________________ _________
_______________________________ _________

III. Acceptance Conditions of the Borehole: __________________________

Comments by Supervisors:
________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
IV. Remarks by Approving Person:
________________________________________________________________________
________________________________________________________________________
Approved By: ___________________________________________________________

SBD-Works (NCB) - Prepared by the FPPA (Version 1, August 2011)


Document: Contract Forms Page XXXVII of 4 Issued by:

You might also like