The Ethiopian Herald Wednesday April 3,
2024
Specific
Procurement Notice
Request
for Bids
Plant
Design,
Supply and Installation
(Two-envelope
Bidding Process,Without Prequalification)
Ethiopian Electric
Utility
Employer: Ethiopian
Electric Utility
Project: Access to
Distributed Electricity and Lighting in Ethiopia (ADELE)-P171742
Contract title:
Package 1 - Procurement of Plant Design, Supply, Installation, Test and
Commissioning of Solar Mini-Grids (Generation) Project in 15 mini grids
including six months operation and maintenance (RETENDERED).
Country: Ethiopia
Credit No.:IDA-68570
RFB No:
EEU-PPMO-OGU/ADELE/ICB-R02
Issued on: March 29,
2024
1. The Government of
the Federal Democratic Republic of Ethiopiahas received financing from the
World Bank toward the cost of the Access to Distributed Electricity and
Lighting in Ethiopia (ADELE) and intends to apply part of the proceeds toward
payments under the Contracts for Procurement Package IProcurement of Plant
Design, Supply, Installation, Test and Commissioning of Solar Mini - Grids
(Generation) Project in 15 mini grids including six months operation and
maintenance. For this contract, the Borrower shall process the payments using
the Direct Payment disbursement as method, defined in the World Bank's
Disbursement Guidelines for Investment Project Financing, except for those
payments, which the contract provides to be made through Letter of Credit.
2. The Ethiopian
Electric Utility now invites sealed Bids from eligible Bidders for Package 1
Procurement of Plant Design, Supply, Installation, Test and Commissioning of
Solar Mini - Grids (Generation) Project in 15 mini grids including six months
operation and maintenance in 2 lots with the following sites:
Lot 1-EEU-PPMO-OGU/ADELE/ICB-R02
|
MG no
|
Region
|
Name of
Town/Kebele/Village
|
Northing
|
Easting
|
PV[kWp)
|
DG (KVA)
|
ESS(kWh)
|
Step-up
transformer (KVA)
|
1
|
Amhara
|
Aquashumoch
|
12.4233
|
38.3506
|
275
|
70
|
1,000
|
200
|
2
|
Amhara
|
Taymen
|
12.5640
|
38.2769
|
225
|
60
|
800
|
200
|
3
|
Amhara
|
ErobGebeya
|
11.7963
|
36.7241
|
275
|
65
|
1,000
|
200
|
4
|
Amhara
|
Mukecit
|
12.0490
|
36.4268
|
225
|
50
|
800
|
200
|
5
|
Amhara
|
Ereft
|
11.8163
|
36.7512
|
800
|
200
|
2,800
|
630
|
6
|
Amhara
|
Kimbey
|
12.0349
|
36.1280
|
200
|
40
|
600
|
200
|
7
|
Afar
|
Manda
|
12.4128
|
42.1819
|
200
|
50
|
800
|
200
|
8
|
Afar
|
Buria
|
12.6013
|
42.2704
|
150
|
30
|
600
|
100
|
|
Total
|
2,350.0
|
565.0
|
8,400.0
|
|
Lot
2-EEU-PPMO-OGU/ADELE/ICB-R02
|
1
|
Oromia
|
Bena 2nd
|
8.6771
|
35.2147
|
500
|
125
|
1,600
|
400
|
2
|
Oromia
|
Oba Tolli
|
7.5733
|
36.1430
|
325
|
70
|
1,000
|
315
|
3
|
Oromia
|
Fecha'a
|
6.6398
|
39.3990
|
325
|
75
|
1,000
|
315
|
4
|
Oromia
|
MelkaDenbi/Bochessa
|
6.4745
|
39.1188
|
325
|
70
|
1,000
|
135
|
5
|
Oromia
|
Maegna
WorkiDarartu and
|
8.0790
|
40.0866
|
625
|
150
|
2,200
|
500
|
6
|
Oromia
|
Wefe
|
8.6984
|
40.3095
|
325
|
80
|
1,200
|
315
|
7
|
Oromia
|
Midegdu
|
8.6813
|
40.2750
|
250
|
65
|
800
|
200
|
Total
|
2,675.0
|
635.0
|
8,800.0
|
|
3. Proposers are
required to meet the following criteria:
Item/No
|
Qualification
Criteria
|
Minimum
Requirement
|
1
|
Average Annual
Turnover for the Last Five Years
|
US$15.0 Million or
equivalent for each of Lot 1 and Lot 2
|
2
|
Liquid Asset/ Cash
flow Requirement
|
US$ 2.5 Million or
equivalent for each of Lot 1 and Lot 2
|
3
|
General Experience
|
Experience in the
Solar Plant Sector under contracts in the role of contractor, subcontractor,
or management contractor for at least the last five (5) years starting 1st
January 2019.
|
4
|
Specific Project
Experience
|
The Bidder shall
demonstrate the following:
For each lot
applied for under this tender, participation as a contractor, management
contractor, or subcontractor, in at least one (1) contract of PV-Battery
systems of min. 300kWp installed PV capacity and 600 kWh of battery storage
within the last five (5) years with a value of contract at least US$8 million
or design, construction and commissioning of at least two (2) contracts of
PV-Battery system of min. 150 kWp installed PV capacity and 300 kWh of battery
storage within the last five (5) years with a value of each contract at least
4 million USD successfully and substantially and that are similar to the
proposed Plant and Installation Services
|
|
Specific
Experience in managing ES aspects
|
For the contracts
in 4.2 (a) above and/or any other contracts' [substantially completed and
under imple- mentation] as prime contractor, joint venture member, or
Subcontractor between 1st January 2018 and Application submission deadline,
experience in managing ES risks and impacts in the following aspects: report
for ES risk management on mini grid works need to be submitted
|
|
Others
|
- Bids must be
accompanied by a Sexual Exploitation and Abuse (SEA) and/or Sexual Harassment
(SH) Declaration.
- Bids must be
accompanied by a Forced Labor Performance Declaration and a Forced Labor Dec-
laration
|
4. The purchaser's
evaluation of responsive proposals will take into account the following
technical factors, in addition to cost factors.
I. No
|
Technical Factor
|
Weight in
percentage
|
1
|
Quality and value
addition of design proposal
|
50
|
1.1
|
Preliminary Design
Proposal
|
15
|
1.2
|
Design Efficiency
|
20
|
1.3
|
Extent to which
the performance, capacity, or functionality features meet or exceed the
levels specified in the perfor- mance / functional requirements and/or
influence the life-cycle cost and effectiveness of the plant;
|
15
|
2
|
Quality and
comprehensiveness of method statement and work program
|
25
|
2.1
|
Methodology with
respect to the work scope (design, manufacturing, supply, installation and
O&M services, and quality assurance) specific to the contract.
|
10
|
2.2
|
Detailed design,
manufacturing and installation plan that shows activity breakdown and
corresponding personnel and equipment;
|
5
|
2.3
|
Social, safety,
health and environmental plans during implementation of the project
|
10
|
3
|
Sustainability
|
25
|
3.1
|
long-term
availability of mandatory and recommended spare parts and maintenance
services; and
|
5
|
3.2
|
Use of local
sustainably sourced materials to be used in the terminal
|
5
|
3.3
|
Quality of
Sustainable Procurement Proposal
|
5
|
3.4
|
Engagement and
management of suitably skilled/experienced local subcontractors and
tradespeople as well as unskilled tradespeople who shall receive skills/trade
training during the project
|
10
|
The weight to be
assigned for the technical factors is 70% and cost is 30%.
5. Bidding will be
conducted through international competitive procurement using a Request for
Bids (RFB) as specified in the World Bank's "Procurement Regulations for
IPF Borrowers fourth edition November 2020 and revised September 2023
("Procurement Regulations") and is open to all eligible bidders as defined
in the Procurement Regulations.
6. Interested
eligible bidders may obtain further information from Ethiopian Electric Utility,
Procurement officer Salma Negash with e-mail salmanegash@gmail. com and inspect
the Bidding document during office hours Monday- Thursday 8:00-12:00 to
13:00-17:00 hours; Friday: 8:00-11:30 to 13:30 - 17:00 hours and Saturday:
8:00-12:00 hours at the address given below.
7. The Bidding
document in English may be purchased by interested eligible Bidders upon the
submission of a written application to the address below and upon payment of a
nonrefundable fee of USD 80 (Eighty USD) or 4000 ETB or its equivalent in a
freely convertible currency starting from March 29, 2024. The method of payment
will be cash payment at PPMO cashier's check or deposited to the Ethiopian
Electric Utility accounts: EEU-UEAP Account No. 1000154739312, Commercial Bank
of Ethiopia (CBE), Arbegnoch branch, for the local account and EEU-ADELE project
Account No. 0101181300065, National Bank of Ethiopia (NBE), Swift code:
NBETETAA, Intermediary bank: CITI BANK/New York Swift code --CITIUS33 for
foreign account.The document will be collected by local representatives from
the address given below or will be couriered to the bidder through courier
service pre-arranged and paid by the bidder.
8. Bids must be
delivered to the address below on or before May 27, 2024 2:00 PM. Electronic
bidding will not be permitted. Late bids will be rejected. The outer bid
envelopes marked "ORIGINAL BID", and the inner envelopes marked
“TECHNICAL PART" will be publicly opened in the presence of the Bidders' designated
representatives and anyone who chooses to attend, at the address below on May
27,2024 2:00PM immediately after the deadline of bid submission. All envelopes
marked "FINANCIAL PART" shall remain unopened and will be held in
safe custody of the Employer until the second public Bid opening.
9. All Bids must be
accompanied by a Bid Security of 203,000.00 (US$ Two hundred three thousand)
for Lot 1 and US$ 225.000.00 (US$ Two hundred twenty-five thousand)
10. Attention is
drawn to the Procurement Regulations requiring the Borrower to disclose
information on the successful bidder's beneficial ownership, as part of the
Contract Award Notice, using the Beneficial Ownership Disclosure Form as
included in the bidding document.
11. The address(es)
referred to above is (are):
EEU-PPMO
procurement logistic warehouse and Facility office
Attention:
Mrs. Salma Negash
Ethiopian
Electric Utility, PPMO procurement logistic warehouse and Facility Manager
Address:
Wastina Building, (Public Servants' Social Security Administration Building,)
11th floor,
around
Piassa, Room PPM- procurement logistic warehouse and Facility Office, Addis
Ababa, Ethiopia
Tel:
+251111263154/ +251111275503/
Mobile:
0911666578
Email:
salmanegash04@gmail.com/pmoforiegn@gmail.com
Web:www.eeu.gov.et
Ethiopian
Electric Utility