UNOPS eSourcing v2017.1

ITB Scope of the Works (SoW) eSourcing Reference: ITB/2020/16593

GENERAL INFORMATION Works Description: Improvement of Basic Sanitation Facilities and Renovation of Schools for IDP Returnees in East Wollega Zone, Project/Program Title: Humanitarian Basic Social Services and Sanitation for IDP Returnees Project End Date: 31 March 2021 DNP Period: 12 Months Design Review Unique ID: L22382287 Project Location: Lalisa Wata School - Woreda, East Wollega Zone of Regional State, Ethiopia Type of Competition: Open International Tender Type of the Contract: Short Form Construction Contract Construction Duration: 180 Calendar Days (6 months) for the Whole Works Expected Start Date: December 7, 2020

I. PROJECT BACKGROUND The Joint Oromia and Benshangul Gumuz regional states proposal submitted to UN Durable Solutions Initiative reported that about 13 schools have been destroyed by conflict in Wollega Zones. Sasiga Woreda belongs to one of the woredas in East Wollega Zone of Oromia region, which was highly affected by the security problem and has hosted the largest Internally Displaced People (IDP) returnees. Reports from the Oromia region Education Bureau indicated that four primary schools are completely damaged in Sasiga Woreda alone and around 1,000 primary school children are reported to be out of school due to the conflict and lack of school facilities to pursue their education.

One of the major challenges faced by the humanitarian support community while trying to resettle the IDPs into their place of origin has been the inadequacy and unavailability of social infrastructure like schools, clinics and sanitation facilities, which were destroyed by the conflict. Reconstruction of social infrastructure, especially schools and public latrines damaged during the conflict, are found in urgent need, to promote the peaceful return of IDPs.

UNOPS has made discussions with Oromia region Disaster Risk Commission (DRC) and Education Bureau heads and also visited East Wollega ZoneDRC and Education department heads. These government officials have identified Sasiga Woreda as a priority for rehabilitation. UNOPS team, constituted by Technicians and Engineers has carried out a site visit to Sasiga Woreda, and physically observed the IDP returnees and the status of damaged schools. The team has studied efforts made by the humanitarian community in resettling the IDP returnees and discussed with community members about their priority needs. UNOPS concluded that the school rehabilitation and sanitation facilities are pressing needs in Sasiga Woreda.

UNOPS agreed to proceed focusing on the primary schools that are destroyed and communities surrounding the schools. The Lalisa Watta School located in Sasiga Woreda has been selected for consideration under this project due to the large number of IDP returnees and the extent of damage to the school. Among others, the Program shall include construction of the following facilities: . New Classrooms (2 Blocks each with two classrooms for a total of 8 classrooms);

EMCO ITB Ref. ITB/2020/16593 Page 1 of 10 UNOPS eSourcing v2017.1

. New Admin building hosting offices for the school director, deputy director, teachers room, and archive; . Toilets and shower for students and teachers; . Power using solar PV system for the admin building and classrooms; . Construction of borehole for Water supply; . Waste water drainage system – Septic Tank System; . Storm water drainage system and . Pit latrines to the Local Communities.

II. GENERAL DESCRIPTION OF THE WORKS UNOPS intends to rehabilitate/construct infrastructure facilities to improve the quality of life of IDPs returned to their place. This includes the improvement of sanitation facilities and renovation of schools for IDP returnees in targeted localities in East Wollega Zone of Ethiopia. The scope of work will include the construction of the following infrastructure facilities associated with renovation of Lalisa Watta School and the improvement of sanitation to the Local Communities in Sasiga Woreda, . The construction will include: . Construction of New 8 Classrooms; . Construction of Administration Building encompassing director’s and deputy director’s office, staff pool office and archive; . Construction of latrine buildings for teachers and students as separated for boys and girls including provisions and access for PWD; . Elevated water tanker for supply of water to the flush toilets and hand wash basin via gravity; . Piping works for ensuring proper water supply from elevated tankers and waste water drainage systems to the proposed latrines including manholes; . A water point to the school for washing and drinking purposes; . A photovoltaic (PV) system for power sockets and lighting systems to the admin building and classrooms; . Access and external walkways as necessary. . Typical Community latrines to the local community in Sasiga Woreda.

III. TECHNICAL SPECIFICATIONS The rehabilitation/construction of the school will include the following works: a) Mobilization . Site preparations, sign board, site safety and security works; b) Civil Works . Earthwork: Setting out of the building structures, site clearing and excavation, backfill with selected material (95% Proctor) and cart away as directed by the site supervisor; . Foundation work: Strip masonry foundation for the classroom, administration building and toilet buildings . Concrete Ground Floor: Reinforced concrete floor for the buildings on top of well compacted fill material and crushed stone hardcore as detailed on the drawings; . Concrete structural Frame: Reinforced concrete for ground beams, vertical columns, and top tie beams of C-25 concrete grade and high strength reinforcement bars; . Walls made of Compressed Stabilized Earth Block (CSEB): 3.4m high hollow concrete block walls around the perimeter and partition of the classroom and administration building; . Steel Roof Structure: Supply and fix steel truss and purlins for the classroom, admin building and pit latrines; . Roof Sheeting: EGA sheet roofing cover for the classroom, admin building and pit latrines all as per the drawings; . Finishing: Cement screed finish for the floors of the classrooms and admin building. Toilets are provided with cement screed with cementious water proofing paint. Painted for the walls of the classroom and admin building. Plastered and painted internal wall surface of toilets. Metal lathe ceiling for the classroom and admin building all as per the drawing.

EMCO ITB Ref. ITB/2020/16593 Page 2 of 10 UNOPS eSourcing v2017.1

. Door and Windows: 38mm thick LTZ steel framed metal door and windows with 6mm and 4mm glazing fixed for windows and top of doors. c) Mechanical, Electrical and Plumbing (MEP) Works . Water Supply: 20,000-liter water reservoir Water to be filled from a borehole. The construction of borehole and connection to the water reservoir would be a separate contract. The supply of water from the reservoir via elevated water tanker remain part of this contract. Water supply provided to all the toilets and water point for drinking and washing purposes. . Water supply to the pit latrines and toilet in the admin building through 2.0m high elevated 2,000-liter capacity plastic tank situated on stone masonry wall including galvanized piping works between the tank and the fixtures that include hand wash basin and bib taps at the latrine and washing facilities; . Supply and fix sanitary fixtures such as hand wash basin and squatting pan at the pit latrines; . Waste Water Drainage: Construction of septic tank for the toilet and connection of UPVC pipes between the fixture and the septic, manholes using stone masonry and vent pipes for the pit latrine; . Storm water Drainage System: Construction of gutter, downpipes from roof of the buildings and splash apron as per the drawings. . Fire extinguishers: Supply and fix fire extinguishers in the Classrooms, admin building and toilets. . Power Supply: No grid power in the vicinity. PV system will be used for power source to provide lightings, and power sockets. . Electrical Installation: Installation of cables between the solar panels, batteries and wiring in the buildings for lighting, and power sockets all as per the drawing; . Electrical fixtures: Supply and fix fittings for lighting in buildings and external lightings and power sockets all as per the electrical drawings.

For further specifications and details, please refer to the following technical specifications compiled and documents separately and remain part of the SoW. . Technical Specification for Civil Works – Section A; . Technical Specifications for Electrical Works – Section –B; . Technical Specifications for Sanitary Works – Section -C

IV. STANDARDS AND PROCEDURES The quality of all materials and workmanship used in the execution of the works shall comply with the requirements of the most recent issues of the following standards: Ethiopian Building Code Standards: . ES EN 1990:2015 Basis of Structural Design . ES EN 1991:2015 Action on Structures (Part 1; 1.1, 1.4) . ES EN 1992:2015 Design of Concrete Structures (Part 1; 1.1 and 1.2) . ES EN 1998:2015 Design of Structures for Earthquake Resistance (Part 1 and 5) . ES EN 1993:2015 Design of Steel Structures (Part 1.1) . The UNOPS Planning and Design Manual . UNOPS Environmental Management System Handbook 2014, Guidelines and Policies, which can be downloaded from UNOPS website; . Environmental Management Plan - EMP (to be attached with this Tender) . Local and International Practice for Quality Management; . UNOPS Occupational Health and Safety Requirements

V. TESTING The Basic Test requirements are given under the following table. However, the Contractor need to conduct other relevant tests as necessary and required by the UNOPS Project Manager.

EMCO ITB Ref. ITB/2020/16593 Page 3 of 10 UNOPS eSourcing v2017.1

No Description of test Required result 1 Compactions 95% Standard Proctor Test 2 Cement: Ordinal Portland Cement - ASTM C150-74 3 Concrete Aggregates: Sand and Gravel ASTM C33 Gradation 4 Concrete: Compressive Strength and Slump Test Euro-Code: 25 Mpa Cube Crushing strength: Slump Test- ASTM C143 5 Compressed Stabilized Earth Block - CSEB 10-50 Kgs/cm2

6 Reinforcement Bar: Yield Strength 460 Mpa 7 Roof Steel Structure - Hollow Sections: Yield Yiled: 275 Mpa Strength and Ultimate Strength Ultime: 350 Mpa

VI. REPORTING REQUIREMENTS Monthly, Quarterly and Final Report with the following minimum information: a. Executive Summary of construction activities during the month; b. Background information of the construction work; c. Detail work executed during the month; d. Resource supply: Materials, workmen, equipment and tools; e. Quality supervision and procedures made in the execution of the works; f. Approvals made to construction resources on the basis of submittals, mock ups, tests, certificates, product catalogues etc... g. Any changes, work orders and variations issued; h. Any challenges and/or compensation events or unforeseeable obstructions; i. Any defectives works identified during supervision and proposal for rectifications; j. Detail work Plan for the next month as distinguished by weekly plans; k. Pictures of the works at each stage

VII. DOCUMENTATION The contractor shall keep and make available as required the below documents: . Drawings and specifications of works . Instructions given by the engineer on the site book . Any official letters/e-mail communications between UNOPS and the contractor . Work plan . Monthly reports . Financial updates: Payments made and the outstanding balances; . Claims and Variations . Handover Certificates.

EMCO ITB Ref. ITB/2020/16593 Page 4 of 10 UNOPS eSourcing v2017.1

VIII. TIMING AND CONSTRUCTION MILESTONES The Contractor must comply with the following timing requirements:

No. Construction Milestones Duration Remarks (if any) (approx.) 1 Mobilization 21 Calendar days Literally no mobilization period. Contractor to mobilize immediately after signing of agreement. UNOPS shall issue a letter of intent to the successful bidder and shall be taken adequate to initiate contractor to mobilize. It is not part of 180 days construction period. 2 2.1 Substructure work of the Classroom, 60 Calendar Days Construction works at Lalisa Watta Admin Building and Toilets at Lalisa school shall serve as center for Watta School. Earthwork, foundations, mobilization for the community and ground floor slab. latrines. 2.2 Substructure work of the community pit latrines at 10- Locations 3 3.1 Super-structure such as concrete 120 calendar The work at the community latrine work, Steel structure, Roofing work, block Days and construction at the school shall works, Finish works, Sanitary and take place concurrently. Electrical Works 3.2 Super structure work of community latrines at ten locations 4 Commissioning for Handover: Testing, commissioning and site clearing works

T o t a l Calendar Days 6 Months

a. Mobilization Period: mobilization shall commence within 21 Days after signing of the contract. It shall include the following activities during this time: . Site Possession; . Setting out . Submission of Work Program; . Submission of Safety and Health (H&S) and Environment Management Plans; . Arrangement and submission of Bank Guarantee (BG) for Performance; . Site Preparations such as site office, storage areas, access to the workmen and equipment etc; . Resource Mobilization to the site; and . Issuance of the necessary Insurances to the works, personnel, equipment and third-party all according to the contract. b. Construction of Sub-structure . Excavation: Site Clearing, Excavation for pit foundation, and trench for stone masonry wall; . Concrete work: Reinforced concrete for footings, ground beams and foundation columns; . Stone masonry wall around the building; . Backfill with selected material and well ram with 95% proctor under floor slab; . Crushed stone well blinded under floor slab; and . Reinforced concrete ground floor slab

EMCO ITB Ref. ITB/2020/16593 Page 5 of 10 UNOPS eSourcing v2017.1

c. Construction of the Whole Works: . Concrete Columns and Ring beams; . Roof steel structure such as trusses, purlin and rafter made of hollow sections' . Roof steel sheet work; . Hollow block works; . Finishing works such as plastering, painting, ceiling and tiling works; . Electrical Installation works . Plumbing works d. Defects Notification Period (DNP): 12 Months (Ensure that this won’t exceed the period in respective ProDoc Agreement) . As Built Drawings; . Operation and Maintenance Manual; . A snagging list identification and updating; . Rectification of the snagging list; . Technical and Financial Closure of the project; and . Final Handover.

IX. ABBREVIATIONS The following abbreviations have been used in the Bills of Quantities: Abb. Descriptions kg kilogram t tonne m meter m2 square meter m3 cubic meter mm millimeter Nr. Number ETB Ethiopian Birr uPVC un-plasticized poly vinyl chloride HDPE high density polyethylene GMS galvanized mild steel LS Lump Sum PS Provisional Sum

X. ORGANIZATIONAL REQUIREMENTS AND KEY PERSONNEL The prospective Contractor/Bidder is expected to meet the following minimum organizational requirements: . Bidder Should submit renewed Business License for 2020 GC (2012 EC) and Tax Registration/VAT Certificate(s); . Bidder must be registered in Federal Republic of Ethiopia by authorized Government Entity to be engaged in Construction Works . Bidder should be GC/BC FROM GRADE ONE to FOUR CATEGORY certified by Construction Minister, Construction Companies Certificate of Competence (CoC) that clearly indicate the LEVEL; . Bidder has a minimum of five (5) of practical experience in construction and satisfactorily completed at least three (3) equivalent construction projects in the last three (3) years. Equivlaent construction projects will be considered in terms of: i) Similarity in the nature of the works; ii) Projects with a minimum value of ETB 10 million, and iii) bidder’s involvement as a prime contractor.

EMCO ITB Ref. ITB/2020/16593 Page 6 of 10 UNOPS eSourcing v2017.1

. The Bidder shall demonstrate through past projects its ability to complete high quality works and attach at least three (3) letters of reference and/or Completion Certificates from previous employers; preferably from clients such as UN Agencies, International NGOs, Multinational companies, etc.; . It should demonstrate its capabilities and understanding of the Scope of Works (SOWs), Bill of Quantities (BoQ) and Drawings in its technical proposal; . It should provide a brief description of its financial standing; and clearly demonstrate its financial strength as well as its financial plan (if any) to successfully complete the construction project within the contract timeline; . Financial Liquidity: Current Ratio (Current Asset / Current Liability) MUST be at least 1.00; . Financial capability – Sales Turnover: Bidders should have average annual sales turnover of minimum ETB 20 Million in the last two (2) years; and . Prospect Contractor/Bidder must demonstrate financial capacity through provision of the past TWO RECENT AUDITED FINANCIAL STATEMENTS (2019 GC and 2020 GC / 2010 EC and 2011 EC) or latest statement

XI. ESSENTIAL EQUIPMENT / MACHINERIES REQUIREMENTS A Bidder/Contractor must avail at least the following construction related equipment and/or machineries in order to successfully carry out the construction project in the specified sites. . Ensure YOU have attached Certificates of Ownership for those assets/machineries owned or duly signed Equipment Lease Agreement . Cash Receipt for the Purchase for those Equipment/Assets in case Authorized Government Office DOES NOT ISSUE FORMAL OWNERSHIP CERTIFICATE

No. Assets/Machineries QTY Remarks if any 1 Concrete mixer (750 litre) 1 Certificates of ownership, Purchase Receipt or Equipment Lease/Rent Agreement need to be attached when submitting 2 Dump trucks – 14m3 capacity 1 “ “ “ 3 4 WD Pickup (5 seats) 1 “ “ “ 4 Metal Scaffolding & shuttering - 250 m2 1 “ “ “ 5 Plate compactor 2 “ “ “ Minimum plate size of 400mm x 400mm and weight min 50 Kg. 6 Concrete vibrator 2 “ “ “ Hose size of 80mm - 100mm 7 5000 lts water tanker 1 “ “ “ 8 2000 lts Water Tanker 1 “ “ “ 9 Water Pump Minimum 8m Suction Head 1 “ “ “ 10 Survey Equipment (Total Station) 1 “ “ “ 11 Diesel Generator Minimum size of 10 KVA. 1 “ “ “ 12 Welding machine 1 “ “ “

XII. INSTITUTIONAL ARRANGEMENT / REPORTING RELATIONSHIPS UNOPS will be responsible for the entire project management. Hence, UNOPS will assign a Project Manager who will be responsible to coordinate the overall management of this project. In addition, UNOPS will assign a Site Engineer that will be responsible to monitor the day-to-day activities on each site. She/he will be responsible to ensure that the Contractors implement according to the agreed quality criteria and timeline.

EMCO ITB Ref. ITB/2020/16593 Page 7 of 10 UNOPS eSourcing v2017.1

Contractor is required to develop and submit work plan every two weeks in line with the approved overall work plan and work schedule. Similarly, the Contractor is expected to submit progress report every two weeks.

In addition, the Contractor will provide progress report when deemed necessary upon the request of UNOPS. The contractor will also facilitate site visit upon the request of UNOPS by availing the necessary Health and Safety (H&S) measures.

XIII. PAYMENT MODALITY AND AUTHORITY Prospective Contractor/Bidder shall be paid on Measure and Pay modality and only after Approving Authority of the project confirms the successful completion as per respective Bill of Quantities (BoQs) set for the site in this ITB.

XIV. INSURANCE POLICY REQUIREMENTS Prospect Bidders/Contractors are required to specify and attach the following insurance policies along the Returnable Bidding Document: 1. Construction All Risks Insurance covering 100% of contract value

XV. INSTRUCTION WHEN SUBMITTING PRICED BOQ ALONG RETURNABLE BID SCHEDULE Prospect bidders/Contractors are strongly advised to follow the below instructions when filling out Bill of Quantities (BoQ); 1. You are not allowed to change any item descriptions on this BOQ. Failure to abide by it will result to automatic disqualification of your bid. 2. You are only required to fill in the cells under the column “Rate/Unit Price” corresponding to works description in the currency indicated on BoQs 3. Upon filling in the Rate and/or Unit Price, all other calculations will be done automatically, meaning you do not have to temple with any other cell within this spread sheet. 4. The summary sheet will also be fill in automatically; you do not have to temple with it. 5. At the bottom of the BoQ sheet, you are also required to sign in the space left for it to authenticate the submission. 6. UNOPS has factor in the various percentages, which cannot be change. They are fixed and base on your total price, these will be calculated automatically. 7. Please note that this BoQ forms is part of the “Returnable Bid Schedules” and as such should be returned (BOTH THE PRINTED AND DULY SIGNED FORM; and the Excel Soft Copies for Arithmetic check) along with all other documents when submitting your tender. 8. Attached are all returnable schedules to be appropriately fill in and return along with your submission. 9. IMPORTANT: The Returnable Schedules shall have THE FOLLOWING FILE NAMES to let Technical Panel EASILY LOCATE AND EVALUATE your bids:

Under “Bid Submission Form” Folder the pdf File Names shall have the following details:

Under “Other” Folder the pdf File Names shall have the following details:

EMCO ITB Ref. ITB/2020/16593 Page 8 of 10 UNOPS eSourcing v2017.1

. Note: “Returnable Legal, Financial Statements and Others” pdf file shall have copies of Renewed Business Registration/License; Certificate of Incorporation; VAT/Tax Certificate Audited Financial Statements;, and any other Supporting Documents. Under “Price Schedule Financial Proposal” the pdf and Excel File Names shall have the following details:

XVI. IMPORTANT INSTRUCTIONS . Bidders hereby strongly advised to thoroughly read and comply with requirements under "ITB SCOPE OF WORKS and Technical Specs" attached hereto when submitting bids. . Bidders are advised to ensure signed and bears corporate seal “Returnable Bid Schedules” are uploaded/submitted on e-sourcing portal on or before submission deadline. . BIDDERS ARE STRONGLY ADVISED TO PROVIDE VERY DETAIL AS WELL AS PROFESSIONALLY PREPARED PRELIMINARY WORK PROGRAMME; STATEMENT OF PROPOSED METHODS; H&S, ENVIRONMENT and QUALITY MANAGEMENT SYSTEM; and OTHER REQUESTED INFORMATION SPECIFIED UNDER EACH SCHEDULE. IF ANY OF THESE COMPULSORY TECHNICAL PROPOSAL DETAILS IS/ARE MISSED, YOUR BID IS SUBJECT TO “NOT SUBSTANTIALLY COMPLIANT” HENCE BE REJECTED IN DUE COURSE OF BID EVALUATION. . Bidders MUST ENSURE PROPOSED KEY PERSONNEL match UNOPS educational, work experience and language requirements and attach their respective CV, Educational testimonials and work experience supporting documents. . Bidders MUST ENSURE to upload Renewed Business Registration/License; Certificate of Incorporation; VAT/Tax Certificate; Certificate of Competence (CoC) for GC/BC Four (4) and above by Authorized Government Entity; Audited Financial Statements of the past two (2); duly signed Certificates of Satisfactory Completion from respective Clients, and any other Supporting Documents. . Bidders are strongly advised to submit the Excel Sheets for “PRICED BoQ Returnable Price Schedule 4” along the pdf format.

EMCO ITB Ref. ITB/2020/16593 Page 9 of 10 UNOPS eSourcing v2017.1

. UNOPS will negotiate with bidders, if the quoted amount is exceeding the Engineer Estimate (EE) as well as prevailing market materials, labor, and construction equipment lease prices which is prepared as per the prevailing market price. . The evaluation criteria reflect the information being requested in the Returnable Bid Schedules. Some of the Returnable Bid Schedules are marked as “Pass / Fail”, whereas evaluation criteria for some of the schedules are marked as “To be checked by UNOPS and clarified if necessary”. If a bid fails a “Pass / Fail” criteria they are ineligible and require no further evaluation. Non-compliance with “To be checked by UNOPS and clarified if necessary” evaluation criteria, such as those established under schedules 3, 7, 10,11,12, 13, 15 and 16 may be rectified by the bidders prior to their (non) selection. If the bidders are failed to provide the clarification within the stipulated time by UNOPS, then these bids shall be failed in the solicitation process. Missing historical documents in the ‘Pass / Fail’ allocating schedules may also be requested from the bidders by UNOPS at its own discretion through bid clarification process. . Bidders are STRONGLY ADVISED to UPDATE their respective UNGM CONTACT EMAIL PROFILE to be CORPORATE EMAIL ACCOUNT instead of commercial email such as gmail.com, yahoo.com, Hotmail.com, . . . . Bidders are STRONGLY ADVISED to CORPORATE EMAIL ACCOUNT of their referees (clients to whom a bidder managed their construction projects which could be either completed or underway) instead of commercial email

XVII. POST QUALIFICATION ACTIONS UNOPS has the right to carry out reference checks with a recommended Bidder/Contractor regarding: . Verification of accuracy, correctness and authenticity of the information provided by the bidder on the legal, technical and financial documents submitted; . Validation of extent of compliance to the ITB requirements and evaluation criteria based on what has so far been found by the evaluation team; . Inquiry and reference checking with Government entities with jurisdiction on the bidder, or any other entity that may have done business with the bidder; . Inquiry and reference checking with other previous clients on the quality of performance on ongoing or previous contracts completed; . Physical inspection of the bidder’s plant, factory, branches or other places where business transpires, with or without notice to the bidder; and/or . Testing and sampling of completed Works and ancillary services similar to the requirements of UNOPS, where available.

XVIII. ANNEXES TO THE SCOPE OF WORKS (SOW) Detail set of drawings packs, Technical Specifications (TS), Bill of Quantities (BoQs), DRAFT Construction Contract Agreement and Site Geo-and-topographical Survey reports are attached as Annexures for reference.

EMCO ITB Ref. ITB/2020/16593 Page 10 of 10