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

  • OP00317764

  • Invitation for Bids

  • Published

  • EEU-PPMO-OGU/ADELE/ICB-09

  • Request for Bids

  • English

  • Dec 17, 2024 14:00

  • Oct 24, 2024

CONTACT INFORMATION

  • Ethiopian Electric Utility

  • Salma Negash

  • Degualle Square Addis Ababa Ethiopia

  • Ethiopia

  • Ethiopia

  • 091 166 6578

Details

Specific Procurement Notice

Request for Bids

Goods Supply, Installation, Operation and Maintenance of Modular Stand-alone Solar PV Systems

(Two-Envelope Bidding Process)

Country: Federal democratic republic of Ethiopia

Name of Project: Access to Distributed Electricity and Lighting in Ethiopia (ADELE)

Contract Title: Procurement of Supply, Installation, Operation and Maintenance of Modular Stand-alone Solar PV Systems for Public Facilities

Credit No. IDA-68570

RFB Reference No.: EEU-PPMO-OGU/ADELE/ICB-09

 

  1. The Government of the Federal Democratic Republic of Ethiopia has 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 contract for procurement of supply, Installation operation and maintenance of modular stand-alone solar PV systems for public facilities (secondary schools and health centers). 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.
  2. The Ethiopian Electric Utility now invites sealed Bids from eligible Bidders for procurement of supply, Installation operation and maintenance of modular stand-alone solar PV systems for public facilities (secondary schools and health centers) located in different parts of Ethiopia clustered in 6 lots and within 18 months contract completion time, with additional 24 months operation and maintenance service. Quantities and location in region wise of facilities, and major selection criteria are as follows:

Lot

Region

System-1 (Primary school)

5kWp

System-2 (Secondary school)

8kWp

System-3 (Heath Center)

10kWp

Total

Total PV (kWp)

Total ESS (kWh)

1

Afar

27

 

24

51

375

725

Amhara

30

61

152

243

2,158

10,945

Tigray

49

14

18

81

537

2,215

 

Sub-Total

106

65

194

375

3,070

14,885

2

Somali

 

45

44

89

848

4,205

Oromia East

 

38

84

122

1,154

6,005

 

Sub-Total

0

83

128

211

2,002

10,210

3

Benshangul

 

25

16

41

360

1,755

Gambela

6

18

1

25

184

775

Oromia West

 

56

108

164

1,528

7,900

South west Ethiopia

 

26

16

42

368

1,790

 

Sub-Total

6

125

141

272

2,440

12,220

4

Oromia West

 

93

140

233

2,264

11,615

 

Sub-Total

0

93

140

233

2,264

11,615

5

South Ethiopia

18

44

17

79

612

2,745

Central Ethiopia

8

43

36

87

744

3,605

 

Sub-Total

26

87

53

166

1,356

6,350

6

Sidama

32

2

16

50

336

              1,430

 

Sub-Total

32

2

16

50

336

              1,430

 

Total

170

431

661

1307

11,771

            57,575

Key qualification requirements are:

Average Annual Turnover

 

Minimum average annual turnover for each lot, calculated as total certified payments received for contracts in progress or completed, within the last five (5) years:

  • Lot 1: US$ 10.0 million
  • Lot 2: US$ 8.0 million
  • Lot 3: US$ 10.0 million
  • Lot 4: US$ 8.0 million
  • Lot 5: US$ 5.0 million
  • Lot 6: US$ 1.0 million

Financial Resources

 

The Bidder must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet:

(i) the following cash-flow requirements

  • Lot 1: US$ 2.50 million
  • Lot 2: US$ 1.75 million
  • Lot 3: US$ 2.50 million
  • Lot 4: US$ 1.75 million
  • Lot 5: US$ 1.00 million
  • Lot 6: US$ 0.25 million

and

(ii) the overall cash flow requirements for this contract and its current commitments.

4.1 General Experience

Experience in the solar PV plant with batteries under contracts in the role of supplier, contractor,  or management contractor for at least the last five (5) years starting 1st January 2019.

4.2(a) Specific Experience

The Bidder shall demonstrate the following:

For each lot applied for under this tender, participation as a supplier, contractor, management one (1) contract of PV-Battery systems in remote and dispersed sites of total min. installed PV capacity and battery storage capacity, within the last five (5) years with a value of contract at least as per table below, successfully and substantially and that are similar to the proposed project:

 

At least the following thresholds:

Lot

MWp

MWh

USD

1

2.5

12

 $10 million

2

1.5

8

$8 million

3

1.5

9.5

$10 million

4

1.8

9

$8 million

5

1.0

5.0

$5 million

6

0.25

1.0

$1 million

at least two (2) contracts of PV-Battery systems in remote and dispersed sites of total min. MWp installed PV capacity and  MWh of battery storage, within the last five (5) years with a value of,  and above threshold of each lot as below,  successfully and substantially and that are similar to the proposed project.

 

Two projects with least the following threshold per project:

Lot

MWp

MWh

USD

1

1.75

6

 $5 million

2

0.75

4

$4 million

3

0.75

4.75

$5 million

4

0.9

4.5

$4 million

5

0.5

2.5

$2.5 million

6

0.1

0.5

$0.5 million

 

 

Technical compliance Criteria

% weight

Sub-category

Sub factor weight (%)

1. System sizing and design

20%

Complete sizing of System 1 - System 3 and % Weighting by QTY of each system allocated

70%

Generation system physical design layout & configuration

30%

5.Key staff

15%

Project Manager

25%

Site Manager

20%

PV expert / commissioning

25%

ESHS Manager

10%

Technical trainer (PV)

20%

6. Technical proposal

45%

Work organisation, plan & Method statement

35%

Mobilization schedule

15%

Installation schedule

20%

Training proposals

20%

Sub-contractors (for installation)

10%

7. System maintenance and long-term warranty support

10%

Maintenance Activity Schedule

65%

Long-term Warranties and support mechanism (novation of warranties)

35%

8.E&S

10%

Social, safety, health and environmental plans during implementation of the project

100%

 

The Technical factor is 40% and cost factor 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 fifth edition 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 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 Ethiopian Time
  • Friday: 8:00 -11:30 to 13:30 - 17:00 hours Ethiopian Time
  • Saturday:  8:00-12:00 hours Ethiopian Time at the address given below.

5.         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 Birr 8000.00(Eight Thousand Birr only) or USD 80 (Eighty USD) or its equivalent in a freely convertible currency starting from October 19, 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: CITIY 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.

6.         Bids must be delivered to the address below on or before December 17, 2024 14:00 hours 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 December 17,2024 14:00 Ethiopian Time immediately after the deadline of bid submission. All envelopes marked “Second Envelope: Financial Part” shall remain unopened and will be held in safe custody of the Purchaser until the second public opening.

7.         All Bids must be accompanied by a Bid Security amount of below table or equivalent ETB amount taking an exchange rate of 1 USD =120 ETB):

Descriptions of Lots

Bid security Amount

Lot-1:  EEU-PPMO-OGU/ADELE/ICB-09 (Afar, Amhara, Tigray Regions)

USD 45,000.00 (US$ Forty five Thousand)

Lot-2: EEU-PPMO-OGU/ADELE/ICB-09  (Somali, Harari, Oromia (east) Regions)

USD 30,000.00 (US$ Thirty Thousand)

Lot-3: EEU-PPMO-OGU/ADELE/ICB-09 (Benishangul, Gambela, South West Ethiopia, Oronia (west) regions)

USD 40,000.00 (US$ Forty Thousand)

Lot-4: EEU-PPMO-OGU/ADELE/ICB-09 (Oromia Region (remainder))

USD 35,000.00 (US$ Thirty five Thousand)

Lot-5: EEU-PPMO-OGU/ADELE/ICB-09 (South Ethiopia, Central Ethiopia Regions)

USD25,000.00 (US$ Twenty five Thousand

Lot-6: EEU-PPMO-OGU/ADELE/ICB-09 (Sidama Region)

USD 10,000.00(US$ Ten Thousand)

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

8.         All bids must be accompanied by a Forced Labor Performance Declaration and a Forced Labor Declaration.

9.         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.

10.       All Bids must be accompanied by a Sexual Exploitation and Abuse (SEA) and/or Sexual Harassment (SH) Declaration.

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: Around Piasa, Public Servants Social Security Administration  Building, 11th floor,   Off Grid Unit,   Addis Ababa, Ethiopia Addis Ababa, Ethiopia

Tel: +251111263154

        +251111275503

Email: salmanegash@gmail.com

Web: www.eeu.gov.et