Published: 09 Dec, 2022



Last Date :
Description :

Invitation for Bids (IFB)

9th December 2022

The Government of the Republic of the Union of Myanmar

e-Government Integrated Data Center (e-GIDC) Establishment Project

EDCF Loan Agreement No. MYA-13

1. The Government of the Republic of the Union of Myanmar has received a Loan from the Export-Import Bank of Korea from the resources of the Economic Development Cooperation Fund (EDCF) of the Republic of Korea in the amount of 93,779,000 (ninety three million and seven hundred seventy nine thousand only) US Dollars toward the cost of the e-Government Integrated Data Center (e-GIDC) Establishment Project and intends to apply a portion of the proceeds of this loan to payments under the contract for the Procurement of e-Government Integrated Data Center (e-GIDC) Establishment Project.

2. The Project Executing Agency now invites sealed bids from eligible bidders for the e-Government Integrated Data Center Establishment Project, the project scope of which is including (a) Construction of e-Government Integrated Data Center (e-GIDC) in Nay Pyi Taw, Disaster Recovery Center (DRC) in Thanlyin City (b) Development, Customization, and Installation of Software, Hardware, and Network for center operation, (c) Supply and Installation of Equipment for e-GIDC/DRC, (d) Installation of Government Service Network, (e) Trainings, (f) Operation & Maintenance Support.

3. Bidding will be conducted through Competitive Bidding (CB) procedures specified in the Guidelines for Procurement under the EDCF Loans, and will be opened to all eligible bidders that meet the following minimum qualification criteria.

    (a) The nationality(ies) of the Bidder or all partners constituting the Bidder shall be:

    1) Nationals of the Republic of Korea (including juridical persons incorporated in the Republic of Korea in accordance with its laws; hereinafter the same shall apply);

    2) Foreign corporations in which nationals of the Republic of Korea hold more than 50% of shares as well as foreign subsidiaries of a foreign corporation of which nationals of the Republic of Korea reserve the management rights and are vested with the business performances; and

    3) Consortiums built by nationals of the Republic of Korea with the corporations set up in accordance with the laws and regulations of the Borrower’s country in which nationals of the Republic of Korea hold more than 50% of shares or have the de facto decision-making rights.

  (b) All pending litigations shall be treated as resolved against the Bidder and so shall in total not represent more than fifty (50) percent of the Bidder's net worth. In case of Joint Venture Agreement (JVA), each partner shall meet this requirement.

  (c) A Bidder's 3-Year (2019-2021) average net worth calculated as the difference between total assets and total liabilities shall be positive. In case of JVA, each partner shall meet this requirement.

  (d) The average annual turnover of the past three (3) years (2019-2021) shall be equivalent to or greater than seventy-five (75) million US Dollars. In case of JVA, the total of the average annual turnovers of ICT partner(s) and construction partner(s) shall be equivalent to or greater than forty-five (45) and thirty (30) million US Dollars respectively.

  (e) The Bidder shall 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 cash-flow requirement of ten (10) million US Dollars and the overall cash flow requirements for this Contract and its current works commitment. In case of JVA, availability of financial resources required for each partner shall be set proportionate to each partner’s shareholding ratio inside the JVA.

  (f) The CB (Corporate Bond / Credit Bureau) credit rating from a reputable rating agency located in the Republic of Korea shall be equivalent to or higher than BBB-, or the CP (Commercial Paper) credit rating shall be equivalent to or higher than A3-. In case of JVA, each partner shall meet this requirement.

  (g) The Bidder shall have a minimum of five (5) years’ business experience under contracts in the role of contractor or subcontractor in ICT and building construction fields prior to the bid submission deadline. In case of JVA, at least one (1) ICT partner shall have the same years' business experience in ICT field and at least one (1) construction partner shall also have the same years' business experience in construction fields respectively. Only successfully completed experience shall be evaluated and it shall be evidenced by the certificates for successful completion issued by the client or the government organizations which are authorized by the government to certify the experiences.

  (h) The Bidder shall have participated in at least one (1) contract involving the development of S/W solution, installation of ICT equipment, as a contractor in ICT system projects, outside of the country of origin within the latest ten (10) years prior to the issuing date of this Invitation For Bids, for the contract amount of at least one (1) million USD. In case of JVA, at least one (1) ICT partner shall meet this requirement.

   (i) The Bidder shall have participated in at least one (1) ICT building construction contract, as a contractor, successfully completed in or outside of the country of origin within the latest ten (10) years prior to the issuing date of this Invitation For Bids, for the contract amount of at least twenty (20) million USD. In case of JVA, at least one (1) construction partner shall meet this requirement.

   (j) The Bidder shall have participated in ICT system projects, as a contractor, successfully completed in or outside of the country of origin within the latest ten (10) years prior to the issuing date of this Invitation For Bids, for the contract amount of at least twenty (20) million USD. In case of JVA, at least one (1) ICT partner shall meet this requirement.

   (k) The Bidder shall have participated in ICT system projects, which include a cloud platform / system based on SDDC technology as a project scope, as a contractor, successfully completed in or outside of the country of origin within the latest ten (10) years prior to the issuing date of this Invitation For Bids, for the contract amount of at least one (1) million USD. In case of JVA, at least one (1) ICT partner shall meet this requirement.

   (l) In addition to those listed hereinbefore, the Bidder shall meet the other minimum requirements regarding either the personnel or the construction equipment. The experience and/or resources of any Subcontractor will not contribute to the Bidder’s qualifications and evaluations unless otherwise, as stated in BDS.

4. Interested eligible Bidders may obtain further information from and inspect the bidding documents at the e-Government Division, Information Technology and Cyber Security Department, Ministry of Transport and Communications (MoTC) at the address given below from 10:00 to 16:00 (GMT+6:30) hours in working days.

5. A complete set of bidding documents may be purchased by any interested eligible Bidders on the submission of a written application to the address below and upon payment of a nonrefundable fee of 1,000 USD. The method of payment will be direct deposit (any bank transaction fees shall be borne by the Bidders) to the following bank account number:

    Bank: Myanma Foreign Trade Bank

    Account holder: Information Technology and Cyber Security Department

    Account number: IDA-06-00033

    Swift code: MFTBMMMY

6. Bids must be delivered to the address below at or before 16:30 (GMT+6:30) on 6th February 2023. All bids must be accompanied by a bid security of 1,000,000 US Dollars. Late bids shall be rejected. Bids will be opened in the presence of Bidders’ representatives who choose to attend at the address below at 10:30 (GMT+6:30) on 7th February 2023.

7. The attention of prospective Bidders is drawn to (i) the fact that they will be required to certify in their bids that all software is either covered by a valid license or was produced by the Bidder and (ii) that violations are considered fraud, which is, among other remedies, punishable by potential blacklisting from participation in future EDCF-financed procurements.

e-Government Division, Information Technology and Cyber Security Department,

Ministry of Transport and Communications

S12 Exchange Building, Ground Floor, Zabu Kyatthayay Road, Zabuthiri Township,

Nay Pyi Taw, Myanmar

Contact Person: Nwe Ni Soe Yin (Ms.), Project Director

Telephone number: +95 67 421777, +95 67 422435

Facsimile number: +95 67 422447

E-mail address: [email protected]

A complete set of bidding documents must be purchased from 10:00 (GMT+6:30) on 12th December 2022 to 13:00 (GMT+6:30) on 3rd January 2023.

Download Details :
Department Under :