添加至收藏夹
项目名称
埃塞俄比亚电力部门改革、投资和现代化(PRIME-1)
国家
埃塞俄比亚
通知编号
OP00439425
通知类型
招标邀请
通知状态
已发布
借款人投标参考
ET-EEP-533128-CW-RFB
采购方式
招标邀请
通知语言
英语
提交截止日期/时间
2026年6月9日 14:00
发布日期
2026年4月21日
联系信息
组织/部门
埃塞俄比亚电力公司
姓名
齐昂·伯哈努
地址
PPO Box 15881 Kotobie, 亚的斯亚贝巴, 埃塞俄比亚
城市
省/州
埃塞俄比亚
邮政编码
国家
埃塞俄比亚
电话
+251-115-580597
电子邮件
tsion.birhanu@eep.com.et
网站
www.eep.com.et
细节
具体采购通知
招标邀请
工厂、设计、供应和安装
(两信封投标流程,无需资格预审)
雇主: 埃塞俄比亚电力公司
项目: 埃塞俄比亚电力部门改革、投资和现代化(PRIME-1)——追加融资
合同名称: 亚的斯亚贝巴电力供应加强项目下新建变电站及现有变电站扩建的工厂设计、供货和安装。标段一:新建亚的斯中心132/15千伏GIS变电站,扩建现有132/15千伏黑狮GIS变电站,扩建现有132/15千伏戈法变电站,扩建现有230/132/15千伏卡利提一号变电站,以及扩建现有132/15千伏卡利提北变电站;标段二:新建古拉拉230/132/15千伏GIS变电站,扩建现有132/15千伏韦雷格努变电站,以及扩建现有132/15千伏科托比变电站。
国家: 埃塞俄比亚
信用编号: IDA 75200
RFB编号: ET-EEP-533128-CW-RFB
发布日期:2026年4月23日
1. 埃塞俄比亚政府已向世界银行申请融资,用于支付埃塞俄比亚电力部门改革、投资和现代化项目(PRIME-1)——额外融资的费用,并打算将部分资金用于支付以下合同项下的款项: 第一标段:新亚的斯亚贝巴中心132/15千伏GIS变电站、现有132/15千伏黑狮GIS变电站扩建工程、现有132/15千伏戈法变电站扩建工程、现有230/132/15千伏卡利提一号变电站扩建工程以及现有132/15千伏卡利提北变电站扩建工程;以及 第二标段:新古拉拉230/132/15千伏GIS变电站、现有132/15千伏韦雷格努变电站扩建工程以及现有132/15千伏科托比变电站扩建工程。对于本合同,借款人应按照世界银行《投资项目融资付款指南》中定义的直接付款方式处理付款,但合同规定通过信用证支付的款项除外。
2. 埃塞俄比亚电力公司现邀请符合资格的投标人就以下项目的工厂设计、制造、供应和安装提交密封投标书: 标段1:新建亚的斯亚贝巴中心132/15千伏GIS变电站、现有132/15千伏黑狮GIS变电站扩建工程、现有132/15千伏戈法变电站扩建工程、现有230/132/15千伏卡利提一号变电站扩建工程以及现有132/15千伏卡利提北变电站扩建工程。 标段2:新建古拉拉230/132/15千伏GIS变电站、现有132/15千伏韦雷格努变电站扩建工程以及现有132/15千伏科托比变电站扩建工程。合同工期预计为730天,另加365天缺陷责任期。不适用国内优先权,投标人须满足关键资格标准,其中包括:
财务能力
提交经审计的资产负债表,或者,如果投标人所在国的法律没有要求,则提交雇主认可的过去五 [5] 年的其他财务报表,以证明投标人目前的财务状况良好及其长期盈利能力。
平均年营业额
电力行业 最低年均营业额,第一标段为4600万美元,第二标段为5200万美元,计算 方法为 过去五年内已完成或正在进行的合同收到的经核实付款总额。
财力
投标人必须证明其拥有或能够获得财务资源,例如流动资产、无抵押的实物资产、信贷额度以及其他财务手段(不包括任何合同预付款),以满足以下要求:
(i)以下现金流需求:Lot-1 需要 700万美元, Lot-2 需要 800 万 美元;(ii)本合同及其当前承诺的总体现金流需求。
4.1 一般经验
自 2015 年 1 月 1 日起,至少有 十 (10) 年 电力行业 合同 承包、分包或管理承包经验 。
4.2 (a) 具体经验
以承包商、合资企业成员、管理承包商或分包商身份参与:
i) 对于标段1:在过去五年内 至少 签订两份 132千伏或以上电压等级的 变电站合同,每份合同金额至少为 2500万美元; 或 在过去五年内签订一份 132千伏或以上电压等级的 变电站合同,合同金额至少为 5000万美元。
(ii) 对于标段 2:在过去五年内 至少 签订过两份 230 千伏或以上电压等级的 变电站合同 ,每份合同金额至少为 3000 万美元; 或在过去五年内签订 过一份 230 千伏或以上电压等级的 变电站合同 ,合同金额至少为 6000 万美元。
所有已 成功 或 基本 完成且与拟建工厂及安装服务类似的合同均可适用。合同的相似性应基于 第七节“雇主要求”中所述的物理规模、复杂程度、施工方法、技术和/或其他特征。
4.2 (b) 具体经验
对于 上述或在上文第 4.2(a) 条规定期间 内签订的 其他合同 ,应具备以下主要活动的最低经验:
i) 为标段 1 建造至少两座 132 kV 或以上变电站,为标段 2 建造至少两座 230 kV 或以上变电站,提供详细的工程设计;
ii) 为 Lot-1 和 Lot-2 分别供应和安装 两座 132kV 变电站和两座 230kV 变电站的主要设备,包括 GIS、电力变压器、断路器和隔离开关。
iii) 对第一批次和第二批次的两个 132kV 变电站和两个 230kV 变电站的主要设备(包括 GIS、电力变压器、断路器和隔离开关)进行测试和调试。
4.2 (c) 管理企业服务方面的具体经验
对于上文第 4.2 (a) 条所述的合同和/或 2020 年 1 月 1 日至申请提交截止日期期间作为主承包商、合资企业成员或分包商签订的任何其他合同,需具备以下方面的环境和社会风险及影响管理经验:
i) 编制和实施建筑环境安全管理计划及其他相关管理计划
ii) 编制月度和季度环境与社会报告以及项目结束环境与社会绩效报告
3. 招标将通过国际竞争性采购进行,采用世界银行《2025 年 9 月第七版 IPF 借款人采购条例》(“采购条例”)中规定的招标邀请书(RFB),并向采购条例中定义的合格投标人开放。
4. 投标将按照招标文件规定的评估程序进行评估。评级标准(包括技术因素和非价格因素)的权重为 60% ,投标价格的权重为 40% 。
5. 有兴趣且符合资格的投标人可向埃塞俄比亚电力公司工程师 Tsion Birhanu(tsion.birhanu@eep.com.et,tsionnaod@gmail.com)获取更多信息,并可在埃塞俄比亚时间(当地时间)8:00 至 17:00 的办公时间内, 前往以下地址查阅招标文件 。
6. 有意向且符合资格的投标人可通过向以下地址提交书面申请并支付100美元或15500埃塞俄比亚比尔的不可退还费用,购买英文版招标文件。付款方式为现金、银行本票或电汇至埃塞俄比亚商业银行(CBE)阿拉达·吉奥吉斯分行的EEP输电建设账户(账号:1000252665203,Swift代码:CBETEAA)或埃塞俄比亚国家银行(NBE)的EEP布姆布纳水电站账户(账号:0101181300051,Swift代码:NBETETAA),分别对应埃塞俄比亚比尔和外币账户。付款方式自2026年4月23日起生效。投标人可自行前往以下地址领取招标文件,或委托快递公司(费用由投标人承担)将文件寄送给投标人。
7. 投标书必须于2026年6月9日埃塞俄比亚时间14:00前送达以下地址 。不接受电子投标。逾期投标将被拒绝。标有“原件”字样的外层投标信封和标有“技术部分”字样的内层投标信封将于2026年6月9日埃塞俄比亚时间14:00 在以下地址公开开启,届时投标人指定代表和任何选择出席的人员均可参加。所有标有“财务部分”字样的信封将保持未开启状态,并由业主妥善保管,直至第二次公开开标。
8. 所有投标书必须附有投标保证声明。
9. 请注意采购条例,该条例要求借款人使用招标文件中包含的《受益所有权披露表》,在合同授予通知中披露有关中标人受益所有权的信息。
10. 上述地址是
工程师 Tsion Birhanu
采购和物流执行官
埃塞俄比亚电力公司(EEP)总部
采购和物流办公室
9号楼,一楼,205室
Yeka Sub-City, Wereda 09(科托比)
埃塞俄比亚亚的斯亚贝巴
电话:+251-115-580597
电子邮件:tsion.birhanu@eep.com.et,tsionnaod@gmail.com
抄送:工程师 Tadesse Biru
海外采购经理
埃塞俄比亚电力公司(EEP)总部
采购和物流办公室
9号楼,一楼,105室
Yeka Sub-City, Wereda 09(科托比)
埃塞俄比亚亚的斯亚贝巴
电话:+251-116-676393
电子邮件:tadesse.biru@eep.com.et,Foreign.procurementu1@gmail.com
源链接:
https://projects.worldbank.org/en/projects-operations/procurement-detail/OP00439425?cid=WBW_AL_whatsnew_EN_EXT
原文:
Overview
NOTICE AT-A-GLANCE
Project ID
P176731
Project Title
Power Sector Reform, Investment and Modernization in Ethiopia (PRIME-1)
Country
Ethiopia
Notice No
OP00439425
Notice Type
Invitation for Bids
Notice Status
Published
Borrower Bid Reference
ET-EEP-533128-CW-RFB
Procurement Method
Request for Bids
Language of Notice
English
Submission Deadline Date/Time
Jun 09, 2026 14:00
Published Date
Apr 21, 2026
CONTACT INFORMATION
Organization/Department
Ethiopian Electric Power
Name
Tsion Berhanu
Address
P.P.O. Box 15881 Kotobie, Addis Ababa, Ethiopia
City
Province/State
Ethiopia
Postal Code
Country
Ethiopia
Phone
+251-115-580597
tsion.birhanu@eep.com.et
Website
www.eep.com.et
Details
Specific Procurement Notice
Request for Bids
Plant, Design, Supply and Installation
(Two-envelope Bidding Process, Without Prequalification)
Employer: Ethiopian Electric Power
Project: Power Sector Reform, Investment and Modernization in Ethiopia (PRIME-1) - Additional Finance
Contract title: Plant Design, Supply & Installation of New Substations and Extension of Existing Substations Under Addis Ababa Power Supply Reinforcement Project Lot-1: New Addis Center 132/15 kV GIS substation, extension of the existing 132/15 kV Black Lion GIS substation, extension of the existing 132/15 Gofa substation, extension of the existing 230/132/15 kV Kaliti I substation, and extension of the existing 132/15 kV Kaliti North Substation; and Lot-2: New Gurara 230/132/15 kV GIS substation, extension of the existing 132/15 kV Weregenu substation, and extension of the existing 132/15 kV Cotobie substation.
Country: Ethiopia
Credit No.: IDA 75200
RFB No: ET-EEP-533128-CW-RFB
Issued on: 23 April 2026
1. The Government of Ethiopia has applied for financing from the World Bank toward the cost of Power Sector Reform, Investment, and Modernization in Ethiopia (PRIME-1) - Additional Finance and intends to apply part of the proceeds toward payments under the Contract for Plant Design, Manufacture, Supply, and Installation of Lot-1: New Addis Center 132/15 kV GIS substation, extension of the existing 132/15 kV Black Lion GIS substation, extension of the existing 132/15 Gofa substation, extension of the existing 230/132/15 kV Kaliti I substation, and extension of the existing 132/15 kV Kaliti North Substation; and Lot-2: New Gurara 230/132/15 kV GIS substation, extension of the existing 132/15 kV Weregenu substation, and extension of the existing 132/15 kV Cotobie substation. 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 a letter of credit.
2. The Ethiopian Electric Power now invites sealed bids from eligible bidders for Plant Design, Manufacture, Supply and installation of the following: Lot-1: New Addis Center 132/15 kV GIS substation, extension of the existing 132/15 kV Black Lion GIS substation, extension of the existing 132/15 Gofa substation, extension of the existing 230/132/15 kV Kaliti I substation, and extension of the existing 132/15 kV Kaliti North substation. Lot-2: New Gurara 230/132/15 kV GIS substation, extension of the existing 132/15 kV Weregenu substation, and extension of the existing 132/15 kV Cotobie substation. The expected duration of the contract is 730 days, plus 365 days of defect liability period. No margin of domestic preference shall apply, and bidders are required to meet the key qualification criteria, which include:
Financial Capabilities
Submission of audited balance sheets or, if not required by the law of the Bidder’s Country, other financial statements acceptable to the Employer for the last five [5] years to demonstrate the current soundness of the Bidder’s financial position and its prospective long-term profitability.
Average Annual Turnover
The minimum average annual turnover in power sector USD 46 million for Lot-1, and USD 52 million for Lot-2 calculated as total certified payments received for contracts in progress or completed, within the last five (5) years
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 the following:
(i)the following cash-flow requirements: USD 7 million for Lot-1 and USD 8 million for Lot-2 and (ii) the overall cash flow requirements for this contract and its current commitments.
4.1 General Experience
Experience in 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.
4.2 (a) Specific Experience
Participation as contractor, joint venture member, management contractor, or subcontractor:
i) For Lot 1: in at least Two (2) substation contracts of 132 kV voltage level or above within the last five (5) years, each with a value of at least USD 25 million; or One (1) substation contract of 132 kV voltage level or above within the last five (5) years, with a value of at least USD 50 million
ii) For Lot 2: in at least Two (2) substation contracts of 230 kV voltage level or above within the last five (5) years, each with a value of at least USD 30 million; or One (1) substation contract of 230 kV voltage level or above within the last five (5) years, with a value of at least USD 60 million
where all have been successfully or substantially completed and that are similar to the proposed Plant and Installation Services. The similarity of the contracts shall be based on the physical size, complexity, construction method, technology, and/or other characteristics as described in Section VII, Employer's Requirements.
4.2 (b) Specific Experience
For the above or other contracts executed during the period stipulated in 4.2(a) above, a minimum experience in the following key activities:
i) detailed engineering design for construction of at least two (2) 132 kV or above substations for Lot 1, and at least two (2) 230 kV or above substations for Lot 2;
ii) Supply and installation of major Plant Equipment consisting GIS, Power Transformers, Circuit breakers and Disconnectors of two (2) 132kV and two (2) 230kV substations for Lot-1 and Lot-2, respectively.
iii) Testing & commissioning of major Plant Equipment consisting GIS, Power Transformers, Circuit breakers and Disconnectors of two (2) 132kV and two (2) 230kV substations for Lot-1 and Lot-2, respectively.
4.2 (c) Specific Experience in managing ES aspects
For the contracts in 4.2 (a) above and/or any other contracts as prime contractor, joint venture member, or subcontractor between 1st January 2020 and Application submission deadline, experience in managing ES risks and impacts in the following aspects:
i) Preparation and implementation of the Construction ESMP and other related management plans
ii) Preparation of Monthly and Quarterly E&S reports and project close E&S performance report
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 seventh edition, September 2025 (“Procurement Regulations”) and is open to all eligible bidders as defined in the Procurement Regulations.
4. Bids will be evaluated in accordance with the evaluation process set out in the bidding documents. The following weightings shall apply for rated criteria (including technical and non-price factors): 60% and for bid cost: 40%.
5. Interested eligible Bidders may obtain further information from Ethiopian Electric Power, Engineer Tsion Birhanu (tsion.birhanu@eep.com.et, tsionnaod@gmail.com), and inspect the bidding document during office hours from 8:00 to 17:00 hours Ethiopian time, local time in the address given below.
6. 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 100 or 15500 Ethiopian Birr. The method of payment will be in cash or cashier’s cheque or through telegraphic transfer to EEP Transmission Construction A/C No. 1000252665203, Commercial Bank of Ethiopia (CBE) Arada Ghiogis Branch, swift code: CBETEAA; and EEP BUMBUNA HPP A/C No. 0101181300051, National Bank Ethiopia (NBE) Swift Code: NBETETAA, for ETB and Foreign Currency Account, respectively, starting from 23 April 2026. The document will be collected by the local representatives from the address given below or will be couriered to the bidder through a courier service prearranged and paid by the bidder.
7. Bids must be delivered to the address below on or before 9 June 2026 at 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 9 June 2026 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.
8. All Bids must be accompanied by a bid-securing 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. The addresses referred to above are
Engineer Tsion Birhanu
Executive Officer, Procurement and Logistics
Ethiopian Electric Power (EEP) Head Quarter,
Procurement and Logistics Office
Block 9, First Floor, Room No. 205
Yeka Sub-City, Wereda 09 (Cotobie)
Addis Ababa, Ethiopia
Telephone: +251-115-580597
Email: tsion.birhanu@eep.com.et, tsionnaod@gmail.com
Copy: Engineer Tadesse Biru
Manager, Foreign Procurement
Ethiopian Electric Power (EEP) Head Quarter,
Procurement and Logistics Office
Block 9, First Floor, Room No. 105
Yeka Sub-City, Wereda 09 (Cotobie)
Addis Ababa, Ethiopia
Telephone: +251-116-676393
Email: tadesse.biru@eep.com.et, Foreign.procurementu1@gmail.com