THE UNITED REPUBLIC OF TANZANIA
RURAL ENERGY AGENCY (REA)
Telephone: +25522241 001-3
Mawasiliano Towers
Facsimile: +255 22 2412 007 Sam Nujoma Road,
Email: info@rea.go.tz P. O. Box 7990,
DARES SALAAM.
Invitation for Bids (IFB)
TANZANIA ENERGY DEVELOPMENT AND ACCESS EXPANSION PROJECT (TEDAP)
CREDIT: IDA No. 43700
IFB: Procurement of Sustainable Solar Market Packages (SSMP)
IFB: ICB No: AE/008/2012-13/HQ/ G/74
1. This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business, issue No. 710 of 16 September 2007
2. The Government of Tanzania has received a credit from the World Bank toward thecost of Tanzania Energy Development and Access Expansion Project (TEDAP) and it intends to apply part of the proceeds of this credit to payments under the Contract for Sustainable Solar Market Packages (SSMP).
3. The RuralEnergy Agency (REA), now invites sealed bids from eligible and qualified bidders for procuring, installing, commissioning, providing maintenance services and spares and conducting training of end users and off-takers for public facility solar photovoltaic (PV) systems and streetlights in eight (8) districts in Tanzania. It also includes commercially marketing,selling, installing, and enabling access to after sales service for anumber of PV systems and products for private customers in the same areas. The total length of the contract is five (5) years.
4. Bidding will be conducted through the International Competitive Bidding (ICB) procedures specified in the World Bank's Guidelines: Procurement under IBRD Loans and IDA Credits,and are open to all bidders from Eligible Source Countries as definedin the Guidelines.
5. Interested eligible bidders may obtain further information from Secretary, Rural Energy Agency Tender Board, Mawasiliano Towers, 20 Sam Nujoma Road, 14414 Dar es Salaam, Procurement Management Unit Office, Room No.214, 2nd Floor, from 8.00 to 15.00 hours local time, Monday to Friday except on Public Holidays and inspect the Bidding Documents at the address given below from 9am to 3pm.
6. The Bidders are encouraged to carry out independent site visits and attend the pre-bid meeting which will be held on 28th August, 2013 at 12:00 hrs Rural Energy Agency, Mawasiliano Towers, 20 Sam Nujoma Road, 14414 Dar es Salaam, 12th Floor in the Conference Room. The Minutes of the Pre-bid meeting will be circulated to all Bidders who will have purchased the Bidding Documents. The costs for the site visits and attending pre-bid meeting shall be at Bidders' expense.
7. Qualifications requirements include:
(a) FinancialCapability
The Bidder shall furnish documentary evidence including audited financial statements that it meets the following financial requirement(s):
Lot No. |
District |
Min Annual Turnover (USD) |
Minimum Cash Flow (Line of Credit) (USD) |
1 |
Bukombe |
525,000 |
70,000 |
2 |
Sikonge |
510,000 |
65,000 |
3 |
Chato |
305,000 |
40,000 |
4 |
Biharamulo |
420,000 |
55,000 |
5 |
Kasulu |
960,000 |
125,000 |
6 |
Kibondo |
1,280,000 |
170,000 |
7 |
Tunduru |
620,000 |
80,000 |
8 |
Namtumbo |
570,000 |
75,000 |
Further to the abovetable, the bidder must provide updated evidence that it has access tosufficient additional cash flow needed to undertake the contracts. Additional cash flow could be demonstrated through use of a combination of financial instruments such as commitment from bank to extend to thebidder a credit line.
(b) Experience and Technical Capacity
The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement(s): Experience in supplying, installing, supervising, commissioning and maintaining off-grid solar PV systems with batteries in comparable quantities, at least in two contracts of similar size and complexity in the last three years, within developing countries.
Experience in marketing and sales activities of solar PV systems and products for the private market, at least in two contracts in developing countries or as demonstrated through other means where not contracted.
The Bidder shall furnish a list of Key-staff including their qualification and experience that the Supplier (including Joint Venture and sub-contractor staff) shall present on each site:
1. Design Engineer with relevant technical qualifications, certifications and experience, and fluency in English language.
2. Marketing Expert with experience in solar photovoltaic products, or comparable consumer goods marketing, with relevant marketing qualifications, certifications, and fluency in English language. Rural experience is crucial.
3. Site supervision staff to be named, with technical qualifications, certifications and experience
4. Maintenance / operational and training staff to be named, with appropriate language competency and training expertise
5. Installation team experience to be detailed. Sub-contractors to be named
Schedule of named Sub-contractor is to be completed for companies and local implementation partners.
Bidders shall be assumed to have capacity for not more than one lot unless clear reference is made to overall management and supervision structures, and to specific qualified named sub-contractors or individuals fulfilling the various implementation roles for each lot, as well as showing necessary capacity for handling more than one lot within the project time frames.
Experience from the region, and working in dispersed project sites withinrural communities in low income developing countries
If at the time of bidding, a bidder does not have local presence in Tanzania, the bidder must categorically indicate the strategy as to how they wish to establish local presence in Tanzania if they win the conract(s). This strategy and other information (if any) should be submitted with the bid.
A margin of preference for certain goods manufactured domestically shall not be applied. Additional details are provided in the Bidding Documents.
8. A complete set of Bidding Documents in English may be purchased by interested bidders on the submission ofa written Application to the address below and upon payment of a non refundable fee TZS 150,000.00 (Tanzanian Shillings One Hundred Fifty Thousand Only) or USD 100 (United State Dollar One Hundred Only). The method of payment will be Cash, Banker's Draft, Telegraphic Transfer or Banker's Cheque, payable to Rural Energy Agency Local Bidders may collect hardcopy of the Bidding Document at the address below.
9. Bids must be delivered to the address below at or before 26th September, 2013 at 12:00 hrs Electronic bidding will not be permitted. Late bidswill be rejected. Bids will be opened in the presence of the bidders' representatives who choose to attend in person at the address below immediately after bids closing time. All bids must be accompanied by a Bid Security of 2% of bid price and should be valid for 148 days beyond the deadline for submission of bids.
10. The address (es) referred toabove is:
Director General
RURAL ENERGY AGENCY
MAWASILIANO TOWERS, 20 SAM NUJOMA ROAD, 14414,
DAR ES SALAAM, P.O. Box 7990,
Tel +0 22 2412001-3
Fax +0 22 2412007
Email info@rea.go.tz