Specific Procurement Notice
Request for Bids
Plant
Design, Supply and Installation
(Two-envelope Bidding Process, Without Prequalification)
Employer: Ethiopian Electric Power/EEP/
Project: Power Sector Reform, Investment and Modernization in Ethiopia - (PRIME-1)
Contract title: Pant Design, Supply, Installation, test and, Commissioning of Transmission line associated with New Shashemane II 230/132/33/15kV, Bale Robe 132/33/15kV, Bensa Daye 132/33kV, Durame 132/15kV Substations
Country: Ethiopia
Loan No. /Credit No. IDA-75200
RFB No: ET-EEP-455043-CW-RFB
- The Government of The Federal Democratic Republic of Ethiopia has received financing from the World Bank toward the cost of the Power Sector Reform, Investment and Modernization in Ethiopia (PRIME-1) and intends to apply part of the proceeds toward payments under the Contract for Pant Design, Supply, Installation, test and, Commissioning of Transmission line associated with New Shashemane II 230/132/33/15kV, Bale Robe 132/33/15kV, Bensa Daye 132/33kV, Durame 132/15kV Substations “For this contract, the Borrower shall process the payments using the Direct Payment disbursement method, as 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.
- The Ethiopian Electric Power /EEP/ now invites sealed Bids from eligible Bidders for Plant Design, Manufacture, Supply, Installation, test and, Commissioning of Transmission line associated with New Shashemane II 230/132/33/15kV, Bale Robe 132/33/15kV, Bensa Daye 132/33kV, Durame 132/15kV, substations. The scope of work involves plant design, supply, installation, testing, and commissioning of approximately 90 km of double-circuit transmission lines at 230 kV and 132 kV levels. The lines utilize AAAC (ASH) and ACSR (TIGER, OSTRICH, YAW) conductors with single optical fiber cable shield wires. Self-supporting, tapered, galvanized steel lattice towers with pad-and-chimney concrete footings will be used. The transmission lines connect various existing lines to new substations at Shashemene II, Durame, Bensa Daye, Bale, Woliso, and Haromaya through Line-In Line-Out (LiLo) arrangements.
No margin of domestic preference shall apply, and bidders are required to meet the following criteria:
Bidders are required to meet the following criteria:
Item/ No. |
Qualification Criteria |
Minimum Requirement |
1 |
Average Annual Turnover for the Last Five Years |
US$ 14.5 Million |
2 |
Cash flow Requirement |
US$ 2.4 Million |
3 |
General Experience |
Experience in the Power Sector under contracts in the role of contractor, subcontractor, or management contractor for at least the last Ten (10) years starting 1st January 2015. |
4 |
Specific Project Experience |
The Bidder shall demonstrate the following: Participation as contractor, joint venture member , management contractor, or subcontractor, in at least two (2) contracts within the last five(5) years , each with a value of at least USD 11.6 Million , that have been successfully completed and that are similar to the proposed Plant and Installation Services. Plant Design, Manufacturing Supply, construction, test and commissioning of overhead transmission line construction contract(s) of 230kV and/or above should which have the route length of not less than Ninety (90) km |
5 |
Specific Experience in managing ES aspects |
For the contract above and/or any other contracts completed as a prime contractor, Joint Venture or sub-contractor, between 1st January 2020 and bid submission deadline Preparation and implementation of the Construction Environmental and Social Management Plan (C ESMP) and other related management plans Preparation of E&S reports |
6 |
Others |
Bids must be accompanied by a Sexual Exploitation and Abuse (SEA) and/or Sexual Harassment (SH) Declaration. |
The Employer’s evaluation of responsive Proposals will take into account the following technical factors, in addition to cost factors.
No. |
Technical Factor |
Weight Allocations |
1 |
Methodology and Work Plan |
50% |
2 |
Environmental and Social Management Strategies and Implementation Plans (ES-MSIP) |
20% |
3 |
Quality management systems |
15% |
4 |
Contractor’ Representative and Key Personnel |
15% |
|
Total |
100% |
The weight to be assigned for the technical factors is 40% and cost is 60%.
3. 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” “Procurement Regulations for IPF Borrowers” (“Procurement Regulations”), dated July 2016 and revised in September 2023 (“Procurement Regulations”) and is open to all eligible Bidders as defined in the Procurement Regulations.
4. Interested eligible Bidders may obtain further information from Ethiopian Electric Power /EEP/ and inspect the bidding document during office hours 8:00 hour to 17:00 hours Ethiopian Time at the address given below.
5. The Bidding document in English language 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 Ethiopian Birr Twenty Thousand (ETB 20,000.00) or One Hundred fifty (US$ 150) or its equivalent in any freely convertible currency from the Ethiopian Electric Power, Procurement office. The method of payment shall be in cash or cashier’s check or through telegraphic transfer to EEP Transmission Construction A/C No.: 1000252665203, Commercial Bank of Ethiopia (CBE), Arada Giorgis Branch, Swift Code: CBETETAA; and EEP BUMBUNA HPP A/C No.0101181300051, National Bank of Ethiopia (NBE), Swift Code: NBETETAA, for ETB and Foreign Currency Account respectively starting from February 12, 2025. 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.
6. Bids must be delivered to the address below on or before April 15, 2025 at at 14:00 hour Ethiopian Time.. 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 April 15, 2025, at 14:00 hour Ethiopian Time. All envelopes marked “FINANCIAL PART” shall remain unopened and will be held in safe custody of the Employer until the second public Bid opening.
7. All Bids must be accompanied by a bid Security of US$ 290,000.00 (US$ Two hundred ninety thousand only) or ETB 37,120,000.00 (ETB Thirty-seven million one hundred twenty thousand only) or its equivalent in any freely convertible currency.
8. 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.
9. The address (es) referred to above is (are):
Ethiopian Electric Power/EEP/
Attn: Mr. Kefyalew Mergiya
Director, EEP Procurement
Yeka Sub City, Worda 09, In front of Kotebe Metal Tools Factory, Ethiopian Electric Power Compound , Block Number 09, First Floor, Office Number 203
P.O Box 15881
Tel: +251115580597
E-mail: kmergiya@yahoo.com,
Copy: Hussen Adem,
Manager, Project Procurement
Yeka Sub City, Worda 09, In front of Kotebe Metal Tools Factory, Ethiopian Electric Power Compound , Block Number 09, First Floor, Office Number 205
E-mail: Hussen.Adem@eep.com.et, hussenadem377@gmail.com
Tel: +251115580781