Skip to Main Navigation

Access to Distributed Electricity and Lighting in Ethiopia (ADELE)

Overview

NOTICE AT-A-GLANCE

  • P171742

  • Access to Distributed Electricity and Lighting in Ethiopia (ADELE)

  • Ethiopia

  • OP00281850

  • Invitation for Bids

  • Published

  • EEU-PPMO-OGU/ADELE/ICB-R02

  • Request for Bids

  • English

  • May 27, 2024 14:00

  • Mar 29, 2024

CONTACT INFORMATION

  • Ethiopian Electric Utility

  • Salma Negash

  • Degualle Square ,PIASA Addis Ababa Ethiopia

  • Ethiopia

  • Ethiopia

  • 091 166 6578

Details

Specific Procurement Notice

Request for Bids

Plant

Design, Supply and Installation

(Two-envelope Bidding Process,Without Prequalification)

 

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

315

5

Oromia

MaegnaWorkiDarartu and Aderai

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

 

 

 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.

5

Specific Experience in managing ES aspects

For the contracts in 4.2 (a) above and/or any other contracts [substantially completed and under implementation] 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

6

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 Declaration.

 

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 performance / 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%.

  1. 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.
  2. Interested eligible Bidders may obtain further information from Ethiopian Electric Utility, Procurement officerSalma Negash with e-mail salmanegash@gmail.comand inspect the Biddingdocumentduring office hoursMonday- 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.
  3. 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 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.
  4. Bids must be delivered to the address below on or before May 27, 2024 2:00pm. 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.
  5. 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)
  6. 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.
  7. 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

Email: salmanegash04@gmail.com/pmoforiegn@gmail.com

Web:www.eeu.gov.et