Sec 3 Bid Data Sheet or PITB
Sec 3 Bid Data Sheet or PITB
SITB Clause
Particular Information
References
Sub Clause 1.1 The Employer’s Address is:
President’s Office, Abay Bank S.C.
Postal Code / PO Box No: 5887
Country: Federal Democratic Republic of Ethiopia
Addis Ababa, Ethiopia
Telephone: +251 5 528690 or +251 5 571348
Fax: +252 5 571283
website: www.abaybank.com
Name of Project: Abay Bank S.C. Design Build Head Quarter Building Project
Procurement Reference No.: ABHO/PROC/HQB/PO/001/2018
1.2 Periods of Completions:
1461 calendar days or Four Years including mobilization
365 calendar days of Defect Liability
10 Years of Warranty Period for the Building
Relevant Years for Specific Components or Materials incorporated in the Building
2.1 Source of Fund: ABAY Bank S.C. has allocated fund for the project from own source. However,
Bidders proposing to provide / arrange contribution or loan from local or international sources are
welcomed and such arrangement will be taken into consideration in the Bid Evaluation.
3.2 Eligibility & Qualification Requirement:
The Invitation is open to all invited Responsive DB Contractors who has fulfilled the EOI
requirements, to submit sealed bids comprising Bid Security, Other Responsiveness & Qualification
documents, and Financial Bid for the DB Services and / or Works of Building Project indicated in
BDS Sub Clause 1.1 above.
Bidders shall submit the following documents with the Letter for Responsiveness and Qualification
Application, if not submitted in accordance with the EOI Requirements including Authentications
thereof in the case for foreign Bidder’s:
a) In the case of Ethiopian Bidders’ / Partners’ only, its Certificate of registration from relevant
Government Institutions,
b) Other appropriate documentary evidence demonstrating the Bidder’s compliance, which shall
include:-
(i) Its trading licence renewed for 2009 EFY; and
(ii) Tax Clearance Certificate, which states that the Bidder can participate in any public
tender, valid at bidding date and VAT Registration Certificate, for Local and for Bidders
other than Ethiopian relevant TAX Registration documents.
c) In the case of Bidders other than Ethiopians, any legally supported relevant professional
practice certificate and business licenses from country of establishment,
I. Bidders shall also furnish the following documents with their Letter for Responsiveness
and Qualifications Application document during bid submission.
a. Reports on financial standing of the bidder including profit and loss statements and
independent auditor’s report for the last five years.
b. Evidences for having experience in similar (Design-Build) projects.
NB: Failure to meet any of these requirements will automatically result in rejection of bids.
5.1 Add or Supplement the following to SITB Sub Clause 5.1:
All partners should be jointly and severally liable for the forthcoming DB Contract.
7.2 Pre-Bid Meeting will be held Fifteen days before the Tender Submission Date
All bidders shall participate in the pre-bid meeting at the Venue: ABAY Bank Head Office
All bidders shall be required to conduct site visit before the scheduled date for the pre-bid meeting.
Addresses for Queries, if any:
Manager: President Office, ABAY BANK S.C.
Tel.: +251 5 528690 or +251 5 571348
Fax.: +252 5 571283
Addis Ababa, Ethiopia
10.1 Addresses for Clarification requests, if any:
Manager: President Office / HQ Project Advisory Committee (HQ PAC) to be assigned by the
President
ABAY BANK S.C.
Tel. +251 5 528690 or +251 5 571348
Fax.: +252 5 571283
Addis Ababa, Ethiopia
12.1 The Language for this Bid and the forthcoming Contract is: English
Amharic Language is Auxiliary Language for the Contract.
13.1 Bidding / Tendering forms and / or templates includes (A) General, (B) Responsiveness &
Qualification, (C) Technical and (D) Financial Bid Proposals forms and / or templates as defined
below:
A. General Bid Proposal Forms and / or Templates
GEN 1 Letter of Application for Bid / Tender Offer GEN 5 Template for Appendix to General Form of Bid
GEN 2 Letter of Application for Responsiveness and GEN 6 Template for Comments on the Bid / Tender
Qualification Proposal Documents
GEN 3 Letter of Application for Financial Bid / Tender GEN 7 Template for Power of Attorney
Proposal
GEN 4 Template for General Form of Bid / Tender GEN 8 Template for Understanding of DB Services
and/or Works & Declaration of Site Visit
B. Responsiveness & Qualification Bid / Tender Proposal Forms and / or Templates
R&Q 1 Bidder(s) Information & Eligibility R&Q 5 Bidder(s) Current Contract Commitment
R&Q 2 Form of Bid Security R&Q 6 Bidder(s) General and Specific Experiences
R&Q 3 Bidder(s) Historical Contract Non-Performance R&Q 7 Bidder(s) Personnel Capabilities
R&Q 4 Bidder(s) Financial Situations, Sources & R&Q 8 Bidders(s) Equipment Capabilities
Average Annual Turnover R&Q 9 Foreign Currency Proportions
Materials Schedules in which case the differences from the bid documents need to be clearly stated.
The Bidder(s) shall provide the financial bid proposals both for the requirements set in the Original
Bid Documents and their own Variations and / or Alternatives proposed.
21.1 The number of Copies shall be three.
24.2 The Bid shall be addressed as follows:
a) Address of the Employer
President
Abay Bank S.C.
Ziquala Complex Building
P.O.Box: 5887
Addis Ababa
Tel.: +251 5 528690 or +251 5 571348
Fax.: +252 5 571283
b) Name: DB Services and / or Works for ABAY BANK S.C. Head Office Building
Procurement Reference Number: AB
c) Warnings:
Do not Open this Bid / Tender Proposal before …….. for the Outer and Original Inner
Envelope.
Do not Open this Bid Security before ……
Do not Open this Original Responsiveness and Qualification Bid / Tender Proposal before
…..
Do not Open this Copy of Original Bid / Tender Proposals unless allowed by the Bidder(s)
applicable for only one of the three Copies submitted and sealed separately.
Do not Open this Copy of Original Bid / Tender Proposals before …..
Do not Open this Original Financial Bid / Tender Proposal except for Responsive and
Qualified Bidders.
Do not Open this Copy of Original Financial Bid / Tender Proposals unless allowed by the
Bidder(s) applicable for only one of the three Copies submitted and sealed separately.
Do not Open this Copy of Original Financial Bid / Tender Proposals except for Responsive
and Qualified Bidders.
Bid / Tender Proposals shall be prepared and submitted as follows:
Envelopes Naming and Enclosures
Envelope 1 Outer Envelope named Bid / Tender Proposal enclosing two Inner Envelopes
Two Inner Envelopes named “Original” and “Copies” for Bid / Tender Proposals respectively
Envelopes 2 & 3 enclosing Bid / Tender Security, Responsiveness and Qualification, and Financial Bid / Tender
Proposals sealed separately
Envelope 4 Bid / Tender Security enclosed in the Original Bid / Tender Proposal only.
All other Responsiveness and Qualification Bid / Tender Proposal named “Original” and “Copies”
Envelope 5 sealed separately and enclosed in Envelopes 2 & 3 sealed separately.
NB: One of the Copies shall be Separately Sealed.
Financial Bid / Tender Proposal named “Original” and “Copies” sealed separately and enclosed in
Envelope 6 Envelopes 2 & 3 sealed separately.
NB: One of the Copies shall be Separately Sealed.
NB: The Conceptual Designs, the 3D Animation and the 3D Rendering Proposals either can be in Envelope 5 or
submitted Separately clearly indicated in the Letter for Bid / Tender Proposal Application.
NB: All Envelopes shall bear the Name and Address of the Bidder(s) together with the Procurement Reference Number.
The Conceptual Design proposals shall be submitted according to the requirements of this bid,
only, in order to make the deliverables uniform and facilitate their comparison.
3. Submission of Design Concept and Program Development
Written information concerning design concept, design process including literature review, case
studies, etc., and comments on the Tender Documents and proposed program shall be presented
on ring bound A4 size sheets in the form of a design report not exceeding 20 pages.
4. Submission of Space Allocation Proposals
Site plan showing allocation of space for the building, access, circulation, open space, etc. shall be
presented on one loose A3 or A1 size sheet in a scale 1:500.
Floor plans and sections showing the location and spatial allocation of the overall program types
such as headquarter organ, staff facilities, rental offices, public facilities, underground facilities, etc.
and individual rooms shall be presented in loose A3 or A1size papers in a scale 1:200.
Spatial allocation and organization shall reflect the work process and organizational structures
underlying each program and the above schedule of accommodation.
5. Interior Quality
Interior space quality must be viewed as an essential factor for employee satisfaction, productivity
and pride and for projecting a positive image of the Abay Bank.
Bidders / Tenderers / Applicants must illustrate the potentials of their proposal in terms of quality of
interior space by presenting interior designs for major spaces such as main entrance lobby,
banking hall, staff cafeteria, meeting hall, work pool, president’s office, and boardroom.
The main lobby and reception, the president’s office and other important spaces such as the
meeting hall shall be viewed as spaces whose qualities reflect, more than other spaces, on the
image of the AB and shall be designed aiming at uniqueness and identity.
Pool work spaces, if any; interior design shall be aimed at creating a working environment which
can be stimulating and conducive to creativity rather than routine work and which can incite in the
staff a sense of satisfaction, pride and dedication.
Social spaces like café shall be designed with the objectives of providing the staff with spaces for
stress break, entertainment and re-energization.
The branch bank interior shall be designed with the objective to reflect the fact that it
accommodates a rapidly changing function.
Detail plans, sections, and three dimensional views demonstrating the interior qualities of selected
major spaces such as main entrance lobby, banking hall, staff cafeteria, meeting hall, work pool,
president’s office, and board room shall be presented on two loose A3 or A1 size sheets.
The DB Contractor shall use interior design as a process of discovering appropriate finishing
materials and shall not be restricted by the finishing material schedule provided in section XXX of
the Employer’s Requirements for facilitating comparability of the financial proposals.
6. Exterior Quality
Exterior design in conjunction with the interior space quality, where applicable, shall:
Offer organization of building and site elements such as landscaping and circulation space
that is high standard both functionally and aesthetically;
Offer an overall visual quality that has the capacity to touch peoples’ feelings positively in
terms of volumetric, material, textural, and pattern compositions and contribute to the
experiential quality of the project area and the emerging Construction Business District of
Addis Ababa;
Offer a design that can contribute to AB’s effort to earn greater visibility within the financial
industry of Ethiopia and the region;
Contribute to the development of a coherent public space (streetscape) in the project area;
and
Contribute to the development of modern Ethiopian and African Architecture
Glazed Facade: Glazed facades are suggested to be in curtain wall with 5mm + 12mm air +
5mm double glass in aluminum frames and aluminum mullions and transoms, if applicable.
Spandrels can be in glass, aluminum cladding or solid materials such as stone and granite.
The glass and aluminum curtain wall will be designed to resist wind and earthquake loads, to limit
air leakage, control vapor diffusion, prevent rain penetration, prevent surface and cavity
condensation in addition to resisting noise and fire. Solid walls are suggested to be finished in
aesthetical l concrete or cladding in granite or equivalent material on rust resistant steel
framework.
Site plan, elevation drawings, exterior three-dimensional views illustrating the external qualities of
the building and the streetscape shall be presented on one loose A3 or A1 size paper.
The DB Contractor shall use the exterior design as a process of discovering appropriate finishing
materials and shall not be restricted by the indicative finishing material schedule provided in
section 10 for the purpose of facilitating comparability of the financial proposals.
7. Responsiveness to Regulatory and Technical Requirements
A minimum plot to total floor area ratio (FAR) of 1:5 is required by planning regulations since the
project site is located in zone II of Addis Ababa.
The minimum permissible building height for zone I, the site’s zone, is 70m measured from the
pavement level on the main street side. AB intends to use the maximum possible height
considering the technological innovation allowing acceptable volume proportion for the building.
The planning regulation requires 1 parking lot for every 150m 2 of floor area. The design shall
however strive to achieve greater number of parking lots (Not less than 350).
Setbacks shall be provided consistent with the relevant building height regulations of AACA.
The DB Contractor is advised to employ a ‘building systems’ design approach in which different
elements of the building such as its façade (skin), structure, space enclosures and dividers, and
utility spaces such as for plumbing, electric power, fire alarm and suppression systems, data and
communication networks, are organized in integrated but separate systems for easier
management, maintenance and replacement
Technical Connectivity: The DB Contractor shall identify all necessary office function technological
systems and provide adequate equipment rooms for them.
Accessibility: An ‘inclusive’ and universal design principle which strives to produce spaces and
designs that can be accessed, understood and used by all people regardless of their age, or