TIS ISAT WATER WORKS PLC /TIWW
Transcript of TIS ISAT WATER WORKS PLC /TIWW
TIS ISAT WATER WORKS PLC
/TIWW/
COMPETITIVE BID (CB) TENDER NO.TISWW/CB 09/2014 E.C
BID DOCUMENT FOR THE PROCUREMENT OF
Certified Auditor
OCTOBER,2021
Bahir Dar, Ethiopia.
AUDIT TENDER NO. TISWW/CB 09/2021/2014E.C SECTION 1.NOTICE TO BIDDERS
Tis Isat water works Private Limited Company here in after referred to as “the company” invites
interested and qualified auditors to audit its accounts for the year ended December 31, 2021. Auditor
Should:
NO Taype of goods and services CPO REMARK
1 Lot1 AUDIT 10,000.00 For audit Provide assurance service for special purpose financial statements based on the
Ethiopian Revenue Ministry tax proclamation Regulation and Directives to pay tax till March 31,2021.
Provide assurance service on the International Financial Property Standards /IFRS/ based on the required standards, when the implementation completed soon.
Bidders can submit their bid documents considering the following conditions;
1.1 Requirements to be fulfilled by the prospective bidder;
Certificate of Professional Competence issued by a recognized body having a legal
mandate to give such Certification;
Trade license renewed .
Tax Payers Registration Certificate and/or VAT Registration Certificate as may be
appropriate;
Bid Security (Bond) by means of a CPO issued from a recognized bank.
1.2. Bidders are required to submit one original and one copy Technical Proposal, Financial
Proposal & CPO in two separate envelope, clearly marked Original and copy enclosed with
sealed envelopes. The two envelopes shall be presented together in one big sealed envelope. 1.3. The bid will be on air for 15consecutive days and closing date will be 15thday of the
announcement on Bekur Gazeta news paper at 3:00 PM.
1.4. Bids will be opened in the presence of bidders or their legal representatives who choose to
attend at TIWW’s office at 3:30 PM on the same date of bid closing date specified above.
1.5. Any proposals received after the deadline will be rejected and returned unopened to the
bidder.
1.6. Bidders that attain the minimum score and above in the Technical evaluation will qualify to
attend in the opening of the financial proposal. The financial proposal of bidders that fail to
attain the minimum score in the Technical evaluation will be returned unopened to the
bidders.
1.7. The bidders achieving the highest Score in Financial evaluations will be the winner and be
invited to sign contract agreement.
Conditions that result in automatic rejection of bids:-Bidders that do not fulfill the
requirements mentioned in No.1 above shall be automatically rejected at the time of
the bid opening.
1.8. Bidders could obtain further information or clarification with the following address:
1.9. Bidders can get bid document in our website WWW.TISISAT.COM .
1.10. In general consider bid documents for each lot.
1.11. The TIS ISAT Water Works PLC reserves the right to accept or reject all or parts of the bid, and to cancel the bidding process.
TIS ISAT Water Works PLC Tel +0583202548/0930416710
Bahir Dar, Ethiopia
SECTION 2.INSTRUCTION TO BIDDERS
2.1. No verbal agreement or conversation made or had at any time with the
enterprise employee shall affect or modify the terms or obligations here in
attached.
2.2. All bids shall be sealed and addressed to
Tis Isat Water Works PLC
\keble-11-tedy vehicles training center
Bahir Dar
2.3 The name and address of the bidder, the invitation numberand the description
there of should be legibly written on the envelope.
2.4 .The Bid document is comprised of
Part one ……………………….. Notice to bidders
Part two ……………………….. Instruction to bidders
Part three ……………………… Evaluation of the bids
Part four ……………………….. Bid Forms
2.5 All requests for clarification of these document by the bidder shall be made in
writtingand sent by registered international air mail, or by fax and or delivered
by hand to the address indicated on article 2.2.
2.6 If clarification or changes and deemed necessary, they shall be made in writing
by Tis Isat Water Works PlC in the form of an addendum to the bid documents.
2.7 Bidders shall examine the invitation to bid, as well as all the attached
specifications, instructions and bid schedules.
2.8 Each bidder shall furnish the information required by the bid schedule. The
bidder shall print or type his/her name on the bid schedule and
each continuation sheet thereof on which he/she makes an entry. The
person signing the bid shall initial erasure or other changes.
2.9 The following documents shall be completed and included with each bid.
Certificate of Professional Competence issued by a recognized body having a legal
mandate to give such Certification;
Trade license renewed .
Tax Payers Registration Certificate and/or VAT Registration Certificate as may be
appropriate;
Bid Security (Bond) by means of a CPO/Bank guarantee issued from a recognized bank.
2.10 Bids and modifications or withdrawals thereof received after the time set for bid
opening will not be considered Telephoned and/or cabled bids shall not be
considered.
2.11 Bids shall be sealed and delivered to TIWW’s Main office keble-11-On the side of
Tedy vehicles training centeratBahir Dar. Bid closing date shall be on 21th day of the
announcement on Bekur Gazeta News paper 3:00pm and opened on the same day at 3:30
pm in Bahir Dar in the presence of interested bidders or their legal representatives
on the office no. 011. If the bid opening date is holiday, closing and opening of the
bid will be the next working day at the sametime .
2.12 .Bidders are responsible for assuring that bids actually received on time at the place
and office designated in this invitation. Alate bid shall not be considered even though
it becomes late because of factors beyond the bidder’s control such as delay in mail
handing telephone transmission, or custom clearance, etc.
2.13 .In case conflicts are found b/n the general conditions and the technical specification
in this tender the statements in the technical specification shall govern.
2.14 .The bidders shall be entirely responsible for all taxes, duties, license fees,
commissioning costs, etc incurred until delivery of the contracted Audit to the
purchaser.
2.15 .The bidders shall bear all costs associated with the preparation and submission of its
bid, and “one purchaser” will in no case be responsible or liable for those costs,
regardless of the conduct or outcome the bidding process.
SECTION 3.EVALUATION OF THE BIDS
3.1. The number of points assigned to Technical evaluation is distributed as follows points
(a) Qualification and experience of the assigned auditors
In relation to the assignment/All should have IFRS Training and Certificates----------------
------------------18 (25.7%)
(b) Experience of the firm in auditing similar company ---------------15(21.4%)
(c) Work plan and methodology --------------------------------- 12 (17.1%)
(d) Good past performance in enterprises auditing (as evidenced by audit clients) 10 (14.3%)
(e) Institutional Capacity of the audit firm ---------------------- 9 (12.9%)
(f) Reasonable time to complete the assignment---------------6 ( 8.6%)
Total Points 70 (100%)
The minimum requirement to pass the Technical Evaluation is 49.0 points
(i.e.70% of the weight assigned to the Technical Evaluation).
3.2. The Financial Proposal of bidders that qualify in the Technical Evaluation Will
be opened and evaluated. The lowest financial offer will be awarded a
maximum of 100% by its own points. The other financial offers will be awarded
points based on their ratio to the lowest offer.
3.3. Technical Proposal:
The technical proposal shall provide the following information;
- A description of the Bidder’s organization detailing experience of the bidder in auditing
similar companies and of the firm.
- A detailed work plan, a description of the methodology by which the firm
intends to execute the work and the estimated time to complete the audit.
- The composition of the proposed staff team , and the tasks that would be
assigned to each team member .
- CV’s recently signed by the proposed professional staff and the authorized
Representative submitting the proposal;
(These information should be filled in the attached forms).
3.4. The successful bidder must sign a contractual agreement within 5 days
from the date of notification of his acceptance and must commence work
Within 5 days from the date of signing of the contract.
3.5. If the successful bidder fails to sign the contract agreement within the
Specified date, the bid shall be cancelled and the Bid Bond endorsed to the
Account of Tis Isat water works P.L.C.
3.6. The successful bidder might request Advance payment up to a maximum
of 30% of the total offer. The request might be allowed upon presentation
of CPO/bank guarantee issued from a recognized bank.
3.7. Bidders must avoid conflict of interest .The company shall reject any bid or terminate the
contractual agreement if it assumes that conflict of interest may arise because of the
bidder having major share holdings in and/or providing advisory services to a competitor
company.
3.8. Contact address;
All questions regarding the bid shall be forwarded in writing to P.o.box 840, Fax No
0582204830, Tel.0582204826. Bahirdar Written copies of the company’s response (including
Explanation of the inquiry but with out identifying the source of the inquiry)
will be sent out to all prospective bidders that have received the Invitation to Bid.
3.10. Scope of the work
Tis Isat water works PLC Is a young company and wishes to audit its one Year/2021/ financial
documents having 197 /one hundred nineety seven/box files.
PartFour:BidForms Form 01
Profile of staff members to be assigned in the audit work
No.
Name of
staff
Assigned
responsibility
Educational
level
Type of
qualification
Experience
Date of
employment
Type of
employment
Remarks
N.B ; Relevant documents should be attached.
Staff Members assigned should participate during the audit.
Authorized Representative of the Audit firm
Name----------------------------- Signature--------------------
Seal
Form 02
Experience of the Audit firm (starting from recent engagements)
No. Audited Organization Budget Year
Audited
Client Tele.
No.
Remarks
Name--------------------- Signature------------- Seal
Form 03
Certificates/ Letters obtained from Clients in recognition of
Good performance
No. Name of Client Date of issue Remarks
Name--------------------------
Signature------------------
Seal
Form 04
Institutional Capacity of the Audit firm
1 .Number and qualification of line staff ;
-Number of staff ------
- Educational level MSC/MBA………..
BA---------
Diploma------
Other-------- (please specify)
3. Office of the firm;
- Owner occupied ------
- Rented --------
- None -------- (select as appropriate )
4. Composition of an audit team (senior, junior etc.)
----------------------------------------------------------------
----------------------------------------------------------------
-----------------------------------------------------------------
5. Quality assurance procedures in the firm;
---------------------------------------------------------------------------------
--------------------------------------------------------------------------------
--------------------------------------------------------------------------------
--------------------------------------------------------------------------------
------------------------------------------------------------------------------
Name--------------- Sign.--------------
Seal
Form 05
Estimated time required to complete the work /Estimate separately for each works/
Please fill the appropriate day(s) in the blank spaces.
1. My audit firm will commence work with in _____ days from the date the
contract agreement is signed.
2. The estimated total time to complete the audit is _____ calendar days.
3. My audit firm will send report of audit findings and recommendations
with in ______ days from the date the field work is completed.
4. We will send the final audit report with in ____days from the date the
management report is issued.
Name____________ Signature________
Seal
Form 06
Financial Proposal
Items Amount in Birr
Audit fees
Perdiem (if any)
Out of pocket expenses;
-Transportation (if any)
-Hotel accommodation (if any)
Value Added Tax/Sales Tax
Total Amount of Financial proposal
Name ----------------------
Signature------------------
Seal
//
……………..……………..end………………………………………..//
የተጫራቾች መመሪያ /ተመ/
መለያ
ለተጫራቾች መመሪያ አስፈላጊ የሆነ መረጃ
1. ጠቅላላ
የተ.መ1/1.1
ግዥ ፈፃሚው ኩባንያ፡- ጢስ እሳት ው/ሥራዎችኃ/የተ/የግ/ማህበር ነው፡፡
2. የጨረታ ሰነድ መለያ ቁጥር፡- TISWW/NCB 09/2021/2014E.C
3. የግዥ ፈጻሚው ፍላጎት፡- ሙሉ ዓለም አቀፍ የፋይናንስ ሪፖርት ደረጃ /IFRS/ በአግባቡ
መተግበሩን ኦዲት ማድረግ ማረጋገጥ እና በኢትዮጵያ የግብር ህግ መሠረት ለገቢ
ሰብሳቢ ሚኒስቴሩ የሚሆኑ የሂሳብ መግለጫዎችን ሊያዘጋጅ የሚችል አገልግሎት
በውስን ጨረታ አወዳድሮ ለመግዛት፡፡
4. የጨረታው ዓይነት፡-ግልጽ ጨረታ ነው፡፡
5. የሚገዙ ዕቃዎች/አገልግሎቶች፡-ሙሉ IFRS ትግበራ ስራን በኦዲት ማረጋገጥ እና
ለኢትዮጵያ ገቢ ሰብሳቢ ሚንስቴር ግብር ለመክፈል የሚያስችል ኦዲት የተደረገ የሂሳብ
መግለጫማቅረብሲሆን የሚፈለገው አገልግሎት ዝርዝር ከዚህ በታች ተመላክቷል፡፡
የአገልግሎቱ ዓይነት ብዛት የአገልግሎት የማቅረቢያ ጊዜ
1. Providing assurance services on
First Time Adoption of Full IFRS
based on the required standards.
- ኩባንያው ለመጀመሪያ ጊዜ ሙሉ
የዓለም አቀፍ ፋይናንስ ሪፖርት
ደረጃን በተፈቀዱ ስታንዳርዶች
መሠረት ስለመተግበሩ ኦዲት
በማድረግ ማረጋገጥ፣
2. Providing assurance services for
special purpose financial
statements based on the Ethiopian
Revenue Ministery tax
proclamations, regulations,
direcrives and other relevant
information to pay taxes.
- ግብር ለመክፈል በሚያስችል ሁኔታ
በኢትዮጵያ ገቢዎች ሚንስቴር
አዋጆች፣ ደንቦች እና መመሪያዎች
መሠረት በልዩ ሁኔታ አዘጋጅቶ
2
- ለገቢ ሰብሳቢው
ሚኒስቴር ኦዲት የተደረገ የፋይናንስ መግለጫዎች እ.ኤ.አ እስከ ማርች 31/2022፣
- በዓለም አቀፍ የፋይናንስ ሪፖርት ደረጃ አተገባበር ማረጋገጥ በተመለከተ የትግበራ ሥራው
የተጫራቾች መመሪያ /ተመ/
መለያ
ለተጫራቾች መመሪያ አስፈላጊ የሆነ መረጃ
የተ.መ1/1.1
በማረጋገጥ ለማቅረብ፣
3. ለግብር ሰብሳቢ ሚንስቴር ግብርን በወቅቱ ለመክፈል እንዲቻል ልዩ
የሂሳብ መግለጫዎችን በኦዲት
በማረጋገጥ ከማርች 31/2022 እ.ኤ.አ
በፊት የኦዲት ሪፖርቶች እንዲቀርቡ
ለማድረግ ነው፡፡
4. ሙሉ ዓለም አቀፍ ፋይናንስ ሪፖርት
ደረጃ አተገባበር በተፈቀዱ ደረጃዎች
መሠረት በኩባንያው በትክክል
ስለመተግበሩ የትግበራ ሥራው
እንደረጠናቀቀ ኩባንያው በደብዳቤ
ለኦዲት ድርጅቱ በአሳወቀ በአምስት/5/
የሥራ ቀናት ውስጥ ወደ ኦዲት
ለማስገባት፣
5. በኦዲት ድርጅቱ በባለሙያነት
የተዘረዘሩ አካላት የሚሳተፉ መሆኑን
የሚያረጋግጥ፣
በተጠናቀቀ በ5 የሥራ ቀናት ውስጥ
ሥራው ይጀመራል፡፡
የተ.መ 1/1.2 ተጨማሪ ማስረጃ የሚያስፈልግ ከሆነ፣ለኩባንያውጥያቄዎች ማቅረብ ይቻላል፡፡
የተ.መ 1/1.4 በጨረታው ለመሳተፍ የሚፈልጉ ተጫራቾች የጨረታ ሰነዱን በድርጅቱ ድህረ-ገጽ
WWW.TISISAT.COM ማግኘት ይችላሉ፡፡
የተ.መ 1/1.5
የውድድር ሥርዓትና ምድብ (ሎት) ምርጫ፡-ተጫራቾች በንግድ ዘርፉ የተመዘገቡ
መሆን ይኖርባቸዋል፡፡
የተ.መ 1/1.9 የጨረታ ቋንቋ፡ አማርኛ እና እንደአስፈላጊነቱ እንግሊዝኛም የምንጠቀም
ይሆናል፡፡
በጨረታ ሰነድ ላይ ማብራሪያ ስለመጠየቅ እና የአቀራረብ ዘዴ፡-
አንድ ተጫራች በወጣው የጨረታ ሰነድ ላይ ጥያቄ ወይም ማብራሪያ ቢያስፈልግ
ጨረታውን ላወጣው የግዥ ፈጻሚ ኩባንያ ከዚህ በታች በተመለከተው አድራሻ
ጨረታው ከወጣበት ቀን ጀምሮ እስከ ….ኛው ቀን በጽሁፍ በአካል ወይም በፋክስ
ወይም በስልክ ማቅረብ ይችላል፡፡
ለማብራሪያ ጥያቄ ዓላማ ብቻ የሚያገለግል የግዥ ፈጻሚ አድራሻ
የተጫራቾች መመሪያ /ተመ/
መለያ
ለተጫራቾች መመሪያ አስፈላጊ የሆነ መረጃ
የተ.መ
1/1.10
ግዥ ፈፃሚ ኩ/ያ ጢስ እሳት ውሃ ሥራዎች ኃ/የተ/የግ/ማ
አቴንሽን ጢስ እሳት ውሃ ሥራዎች
ቢሮ ቁጥር 011
ፖስታ ሳጥን ቁጥር ------------
አድራሻ 0583202548
ከተማ ባህር ዳር
አገር ኢትዮጵያ
ስልክ
ለተጠየቀው ጥያቄ ማብራሪያ የሚያሰጥ ሆኖ ከተገኘ ለሁሉም ተጫራቾች በጽሁፍ ወይም
በፋክስ ጨረታው አየር ላይ ከዋለበት ቀን ጀምሮ ጨረታዉ ከመዘጋቱ በፊት በ5 ቀናት
ዉስጥ መልስ ይሰጣል፡፡
የተ.መ
1/1.12
ተጫራቾች የሚያቀርቡት የመወዳደሪያ ሀሳብ፡- ዋጋ የሚሞሉት በኩባንያው በተዘጋጀው
ቅጽ ብቻ መሆን ይኖርበታል፡፡ ይሁን እንጂ በራሳቸው የዋጋ ማቅረቢያ ቅጽ ለመጠቀም
የሚፈልጉ ተጫራቾች ካሉ ከኩባንያው በተሰጣቸው የዋጋ ማቅረቢያ ቅጽ ላይ
የተመለከቱትን በጥንቃቄ ወደራሳቸው ቅጽ ማስፈር አለባቸው፡፡ በዚህ ወቅት የመረጃ
መዘለል ቢፈጠር የተጫራቹ ሰነድ ከውድድር ውጭ የሚደረግ መሆኑ በቅድሚያ ሊታወቅ
ይገባል፡፡
6. የጨረታ ሰነድ ስለማሻሻል
የተ.መ 2/2.1
ኩባንያው ጨረታው አየር ላይ ከዋለበት ቀን ጀምሮ እስከ 10ኛው ቀን ድረስ በሥራ
ሰዓት በራሱ ወይም የጨረታ ሰነዱን በገዙ እጩ ተወዳዳሪዎች በሚቀርቡ ጥያቄዎች
መነሻነት የጨረታ ሰነዱን ማሻሻል ይችላል፡፡ ከ10ኛው ቀን በኋላ ለቀረበ ማብራሪያ
ወይም የማሻሻያ ጥያቄ ምላሽ እንዲሰጥ አይገደድም፡፡
የተ.መ 2/2.3 በጨረታ ሰነዱ ማሻሻያ መሠረትም ኩባንያው የጨረታ መክፈቻ ጊዜውን እንደ
አስፈላጊነቱ እስከ 10 ቀናት ለአንድ ጊዜ ብቻ ያራዝማል፡፡
የተ.መ 2/2.4
ቀድሞ ወደ ጨረታ ሳጥን በገባ የጨረታ ዋጋ ላይ ማሻሻያ ማድረግ ስለመቻል፡-ቅድመ
ሁኔታባልተቀመጠበት አግባብካቀረቡት ዋጋ የሚቀንሱትን መጠን በመቶኛ(%)የጨረታው
ሳጥን እስከሚዘጋበት ሰዓት ብቻ ፊርማና ማህተም ተደርጎበትማስገባት ይችላሉ፡፡
ሆኖምየዋጋ ቅናሹ የግልጽ ጨረታ ሥርዓትን የማይጋፋ መሆን አለበት፡፡
7. የጨረታ ማስከበሪያ ዋስትና
የተጫራቾች መመሪያ /ተመ/
መለያ
ለተጫራቾች መመሪያ አስፈላጊ የሆነ መረጃ
የተ.መ 3/3.1
ተጫራቾች ለሚወዳደሩባቸው የተለያዩ አገልግሎቶች ከዚህ በታች በተዘረዘሩት
ተቀባይነት ባላቸው የአፈፃፀም ዋስትናዎች መሠረት ማስያዝ አለባቸው፡- ተቀባይነት
ያላቸው የጨረታ ማስከበሪያ ዋስትናዎች (Bid Bond) በባንክ በተረጋገጠ ትዕዛዝ
(CPO)ወይም በሁኔታ ላይ ያልተመሰረተ የባንክ ዋስትና (Unconditional Bank
Guarantee) በጢስ እሳት ው/ሥ/ኃ/የተ/የግ/ማህበር ስም ተሰርቶ የሚቀርብ ነው፡፡
የሚያስይዙት ዋስትናም በተ.መ 9/9.1 የመጫረቻ ሰነድ ጨረታው ከተከፈተበት ቀን
ጀምሮ ለ60 ቀናት ፀንቶ የሚቆይ ሲሆን በተ.መ 3/3.2 መሰረት የሚቀርበው የጨረታ
ማስከበሪያ ዋስትና ፀንቶ መቆያ ጊዜ ደግሞ የጨረታው ዋጋ ፀንቶ ከሚቆይበት
የመጨረሻ ቀን በኋላ ለተጨማሪ 30 ቀናት በድምሩ ለ90ቀናት ፀንቶ የሚቆይ ይሆናል፡፡
የጨረታ ማስከበሪያ የሚቀርበው ቢያንስ የ… ቀናት ዋስትና መሆን አለበት፡፡
የሚቀርበው የጨረታ ማስከበሪያ፡- ያቀረቡት ዋጋ 10,000.00 በCPOወይም በሁኔታ ላይ
ያልተመሰረተ የባንክ ዋስትና (Unconditional Bank Guarantee) መቅረብ አለበት፡፡
የተ.መ 3/3.2
አስፈላጊ ሆኖ ሲገኝ ከተጫራቾች የሚቀርበው የጨረታ ማስከበሪያ ዋስትና ፀንቶ መቆያ
ጊዜ የጨረታው ዋጋ ፀንቶ ከሚቆይበት የመጨረሻ ቀን በኋላ ቢያንስ ለተጨማሪ 30
ቀናት ይሆናል፡፡
8. የጨረታ ሰነድ አቀራረብ
የተ.መ 4/4.2
የተጫራቾች የዋጋ አቀራረብ፡-ተጫራቾች የዋጋ ማቅረቢያ ቅጽ ላይ ለእያንዳንዱ
አገልግሎት ዋጋ እና ሌሎች የተጠየቁ መረጃዎችን ሙሉ በሙሉ መግለጽ
አለባቸው፡፡የመጫረቻ ሰነዱንም ባህር ዳር በጢስ እሳት ውሃ ሥራዎች በግዥ
አገልግሎት ቢሮ ቁጥር 011 በተዘጋጀው የጨረታ ሳጥን ማቅረብ አለባቸው፡፡
የተ.መ 4/4.3 ተጫራቾች ማቅረብ የሚገባቸው የኮፒ ብዛት፡ኦሪጂናል የቴክኒካል ሰነድ እና ፋይናንሻል
ሰነድ በተለያየ ሁለት ፖስታዎች ታሽጎ መቅረብ አለበት፡፡
9. የመጫረቻ ሰነድ ማቅረቢያ የጊዜ ገደብ
የተ.መ 5/5.1
በብዛታቸው ምክንያት ከጨረታ ሳጥን ውስጥ ለማስገባት የሚያስቸግሩ የመጫረቻ ሰነዶች
አቀባበል፡-ተጫራቾች የመጫረቻ ሰነዶች/ቻቸው ብዛት ያላቸው ከሆኑና በጨረታ ሳጥኑ
ውስጥ ማስገባት አስቸጋሪ በሚሆንበት ጊዜ በጢስ እሳት ውሃ ሥራዎችየግዥ አገልግሎት
ክፍል ቢሮ ቁጥር 011 በመገኘት ለተመደበው ግዥ ኦፊሰርማስረከብ ይችላሉ፡፡
ተረካቢውም የተጫራቹን ስምና አድራሻ እንዲሁም የተረከበበትን ቀንና ሰዓት
በመመዝገብ ለመረከቡ ማረጋገጫ (ማስረጃ) የሚሰጥ ሲሆን በግዥ ኦፊሰር የተሰበሰቡ
የመጫረቻ ሰነድ ፖስታዎችን ጨረታው ከመዘጋቱ 10 ደቂቃ በፊት ለግዥና ጨረታ
የተጫራቾች መመሪያ /ተመ/
መለያ
ለተጫራቾች መመሪያ አስፈላጊ የሆነ መረጃ
ኮሚቴው ቆጠራና ርክክብ ያደረጋል፡፡
6. ራስን ከጨረታ ስለማግለል
የተ.መ 6/6.1
ተጫራቾች ራሳቸውን ከጨረታ የሚያገሉበት ጊዜና አግባብ፡-ተጫራቾች የጨረታ
ሳጥኑ ከመዘጋቱ ቀንና ሰዓትበፊት ራሳቸውን ከጨረታው ማግለል ይችላሉ፡፡ ስለሆነም
ራሳቸውን ከጨረታው ስለማግለላቸውበሚያቀርቡት ሰነድ ላይ የድርጅቱ ህጋዊ
ማህተም ያለበት ሙሉ ስማቸውን፣ የስልክ፣ ፋክስና ፖስታ ሣጥን ቁጥር መጻፍ
ይኖርበታል፡፡ የጨረታ ሰነዱን የሚሞሉና የሚፈርሙ ተወካዮች ከሆኑ ሕጋዊ
የውክልና ማስረጃቸውን የተገናዘበ ፎቶ ኮፒ ከሚቀርበው ሰነድ ጋር በማያያዝ
በፖስታ አሽገው የጨረታ ሳጥኑ ከመዘጋቱ በፊት በጨረታ ሳጥኑ ውስጥ ማስገባት
ይኖርባቸዋል፡፡
7. ጨረታ መክፈት፣ መገምገምና አሸናፊውን መለየት
የተ.መ 7/7.1 የመጫረቻሰነድ ማቅረቢያ የመጨረሻ ቀንና ሰዓት፡-ጨረታው አየር ላይ የሚቆየው
ጨረታው ከወጣበት ቀን ጀምሮ ለ15ተከታታይ ቀናት ሲሆን የጨረታው መዝጊያ በ15ኛዉ
ቀን 9፡00 ሰዓት ይታሸጋል፡፡
የጨረታ መክፈቻ ቀንና ሰዓት፡-በ15ኛዉቀን በ9፡30 ሰዓት ነው
የተ.መ 7/7.3
ጨረታ ሲከፈት በዝርዝር ንባብ የሚሰሙ፡-
የተጫራቾች ሥም፣
የሚደረግ የዋጋ ቅናሽ ካለ መጠኑንና ሁኔታውንበሚመለከት (ቅድመ ሁኔታ
ያልተቀመጠበት እና የጨረታ ሥርዓቱን የማይጋፋ መሆኑን)፣
የጨረታ ማስከበሪያ ዋስትና ዓይነትና መጠን እንዲሁም ሌሎች እጩ
ተወዳዳሪዎች ደረጃቸውን ለማሳወቅ ይረዳቸዋል ተብለው የሚታሰቡ መሰረታዊ
ነጥቦች በጨረታው መክፈቻ ወቅት ለተጫራቾች ይገለፃሉ፡፡
የተ.መ 7/7.9 የቀረበውን የመጫረቻ ሰነድ ግምገማ፡- የመጀመሪያ ደረጃ ግምገማ፡- የጨረታ መወዳደሪያ ሃሳቡ የተሟላ መሆኑን፣ የቴክኒካል ሰነድ ግምገማው ከ70%ና በላይ
ያመጣ ወደ ፋይናንሻል ግምገማ ያለፈ ሆኖ ይመረጣል፡፡ የሂሣብ ስህተት የሌለ መሆኑን፣ የሚፈለጉት ዋስትናዎች መቅረባቸውን፣ ሰነዶቹ በተገቢው
መንገድ መፈረማቸውን እና ጨረታው በአጠቃላይ ሲታይ በአግባቡ የቀረበ መሆኑን ለመወሰን
ሰነዶቹን ይመረምራል፡፡
በጨረታው ሰነድ የተጠየቀውን የማያሟላ የመወዳደሪያ ሃሣብ ውድቅ ይደረጋል፡፡
የተጫራቾች መመሪያ /ተመ/
መለያ
ለተጫራቾች መመሪያ አስፈላጊ የሆነ መረጃ
የሌሎች ተጫራቾችን ተወዳደሪነት የማይጎዳ እስከሆነ ድረስ በጨረታው ላይ መሠረታዊ
ልዩነት የሚያስከትሉ ጥቃቅን የሥነ ሥርዓት ግድፈቶችን ወይም አነስተኛ ያለመጣጣም
ሁኔታዎችን እና በጨረታው ሰነድ ውስጥ የሚታዩ መሠረታዊ ያልሆኑ ሌሎች
ጉድለቶች ሊታለፉይችላሉ፡፡ የመጀመሪያ ደረጃ ግምገማውን ያለፉ ተወዳዳሪዎችን መገምገምና ማወዳደር፡-
በጨረታው ሰነድ የተጠየቀውን የሚያሟላ ነው የተባለው ወይም የመጀመሪያ ደረጃ
ግምገማውን ያለፈ የመወዳደሪያ ሃሣብ ይገመገማል፣ ይነፃጸራል፡፡ በግምገማው ሂደት
ተጫራች ያቀረበው ዋጋ፣ የሚፈልጉ ዕቃዎችን ማቅረብ እና በውሉ መሠረት
የተፈለገውንአገልግሎትለማቅረብ በጨረታ ሰነዱ ላይ የተመለከቱት ሁኔታዎች በሙሉ
የተቀበለ መሆኑ ከግምት ውስጥ ይገባል፡፡
የቴክኒካል ሰነድ ግምገማውን ከ70% እና በላይውጤት ያስመዘገበወደ ፋይናንሻል
ውድድር ይገባል፡፡ በፋይናንሻል ውድድር 100%ዝቅተኛ ዋጋ ያቀረበ አሸናፊ ይሆናል፡፡
8. ጨረታን ውድቅ ስለማድረግ
የተ.መ 8.11 ተጫራቾች ምድብንመሠረት አድርገው መወዳደር ስለመቻሉ፡-አያስፈልግም
9. የመጫረቻ ሰነድ ጸንቶ የሚቆይበት ጊዜ
የተ.መ 9/9.1 የመጫረቻ ሰነድ ጨረታው ከተከፈተበት ቀን ጀምሮለ90ቀናት ጸንቶ ይቆያል፡፡
10. የጨረታ ውጤትን ስለመግለጽና የውል ስምምነት ስለመግባት
የተ.መ
10/10.3
አሸናፊው ለማቅረብ /ውል ለመፈረም/ ፈቃደኛ ካልሆነ አንደኛ በወጣው አሸናፊ ዋጋ
ለማቅረብ ፈቃደኛ ተወዳዳሪዎች/አቅራቢዎች ጋርስለሚደረግ ግዥ፡-አንደኛው አሸናፊ ውል
ካልፈረመ ጨረታ ማስከበሪያውን በመውረስ ከሌሎች ፈቃደኛ ከሆኑ ተጫራቾች ጋር በደረጃቸው
ቅደም ተከተል በአንደኛው ዋጋ ውል በመያዝ እንዲቀርቡ ማድረግ ይቻላል፡፡
የተ.መ 10/10.5 የቅድሚያ ክፍያ ገንዘብ አከፋፈል፡-በዚህ ጨረታ ቅድሚያ ክፍያ አይፈቀድም፡፡
11. አቤቱታ ስለማቅረብ
የተ.መ
11/11.1
ቅሬታ የሚቀርብበት ጊዜና አድራሻ፡-
ጊዜ፡- የጨረታ ውጤት ከተገለጸበት ቀን ጀምሮ እስከ 3 ተከታታይ ቀናት
አድራሻ፡- ባህር ዳር ከተማ ቀበሌ 11 ከቴዲ የአሽከርካሪዎች ማሰልጠኛ ጎን ጢስ እሳት
ው/ሥ/ኃ/የተ/የግ/ማህበርለዋና/ምክ/ስራ አስኪያጅ ቢሮ ቁጥር 02 በጽሁፍ ለዋና/ምክ/ስራ
አስኪያጅ ይቀርባል፡፡