Your cart is currently empty!
አዲስ አበባ መንገዶች ባለስልጣን ሪቬንቲ ፕሮጀክት ሳይት የደህንነት ካሜራ ዕቃዎች አቅርቦት ፣ ዲዛይን ፣ ኢንስታሌሽን ፣ ኮንፊግሬሽን ፣ ቴስቲንግ ፣ ኮሚሽኒግ እና ስልጠና ግዥ መፈፀም ይፈልጋል
Government(Feb 05, 2026)
Please click on this Link In order to Bid on the Electronic Government Procurement website
https://production.egp.gov.et/egp/bids/all/tendering/eb7aa7b6-4b50-4363-a56c-34f2ba896438/open
Invitation to Bid
ሎት -11 ሪቬንቲ ፕሮጀክት ሳይት የደህንነት ካሜራ ዕቃዎች አቅርቦት፤ዲዛይን፤ ኢንስታሌሽን፤ ኮንፊግሬሽን፤ቴስቲንግ፤ኮሚሽኒግ እና ስልጠና ግዥ
Procurement Reference No: AACRA-NCB-G-0063-2018-BID-Open
Procurement Category: Goods
Market Type: National
Procurement Method: Open
Procurement Classification Code:
- Code: 32000000 Title: Electronic Components and Supplies
- Code: 43000000 Title: Information Technology Broadcasting and Telecommunications
- Code: 305000000 Title: ICT Equipment
Lot Information
- Object of Procurement: ሎት -11 ሪቬንቲ ፕሮጀክት ሳይት የደህንነት ካሜራ ዕቃዎች አቅርቦት፤ዲዛይን፤ ኢንስታሌሽን፤ ኮንፊግሬሽን፤ቴስቲንግ፤ኮሚሽኒግ እና ስልጠና ግዥ
- Description: Not Available
- Lot Number: 1
- Clarification Request Deadline: Feb 14, 2026, 5:00:00 PM
- Pre-Bid Conference Schedule: Not Applicable
- Site Visit Schedule: Not Applicable
- Bid Submission Deadline: Feb 25, 2026, 10:00:00 AM
- Bid Opening Schedule: Feb 25, 2026, 10:30:00 AM
Eligibility Requirements
Participation Fee: Free of Charge:
Eligibility Documents:
|
Financial Qualification |
|
| Factor |
Criteria |
|
Documents proofing bidder financial standing |
Bidder has to submit other documents proofing its financial standing, as required in the BDS Clause 15.2(b) |
|
Submission of Financial Statements |
Bidder has to submit financial statements certified by an independent auditor as required in ITB Clause 15.2(a) for the period specified in Section 3, Evaluation Methodology and Criteria |
|
Average annual turnover |
The Average annual turnover of ETB 97.6 million calculated as total certified payments received for contracts in progress or completed within the last three (3) years. For local suppliers/bidders Peak annual turnover will be considered. For a joint venture, this requirement may be met by all members combined. |
|
Legal Qualification |
|
|
Factor |
Criteria |
|
Conflict of Interest |
No conflict of interest as described in ITB Clause 6. |
|
TIN |
TIn Number |
|
Debarred by a decision of the Public Procurement and Property Authority |
Bidder has been debarred by a decision of the Public Procurement and Property Administration Agency from participating in public procurements for breach of its obligation under previous contracts, in accordance with ITB Clause 4.4. |
|
VAT registration certificate for Domestic Bidders |
Having been submitted VAT registration certificate issued by the tax authority (in case of contract value of Birr 100,000.00 and above) in accordance with ITB Clause 4. 6(b)(ii) |
|
Valid business license |
Having been submitted valid trade license or business organization registration certificate issued by the country of establishment in accordance with ITB Clause 4.6(b)(i) |
|
Form Data on Joint Ventures |
In the case of a bid submitted by a joint venture (JV), the Bidder has failed to submit the Form Data on Joint Ventures, the Agreement governing the formation of joint venture, or letter of intent to form JV, including a draft agreement, in accordance with ITB Clause 4.1 |
|
Valid tax clearance certificate for Domestic Bidders |
Having been submitted valid tax clearance certificate issued by the tax authority (Domestic Bidders Only) in accordance with ITB Clause 4.6(b)(iii) |
|
Nationality |
Nationality in accordance with ITB Clause 4.2. |
|
Professional Qualification |
|
|
Factor |
Criteria |
|
Personnel for the key positions |
Among the staff mentioned in Sub-Clause 2.1 Bidder must demonstrate that it will have 7 personnel for the key positions that meet the following requirements; The bidder must submit educational qualification of the employees, special certificate of the employees, CV, and their experience in detail |
|
Number of staff |
At least 10 staff currently work for the Bidder and The bidder must submit educational qualification of the employees, special certificate of the employees, CV, and their experience in detail |
|
VSS SPECIALIST (QTY=2) |
A minimum of MSc/B.Sc. in Electrical engineering, computer engineering, and related subject with a minimum of 6/8year’s direct experience. In addition to that the assigned personnel should be VSS camera management certified or Security certified. |
|
PERSONNEL QUALIFICATION AND EXPERIENCE |
The contractor shall provide a complete list showing the designation and professional background of the staff having their qualification, experience, certification, and other related references in the implementation of such project as well as list of project manager and the project implementation team including professional skill matrix. The team composition of the staff includes a combination of Project Manager, senior Network / communication engineers, supportive staff, VSS specialist, System designers, storage and system specialist and Security specialist. NB: The bidder must submit educational qualification of the employees, special certificate of the employees, CV, and their experience in detail. |
|
PROJECT MANAGER (QTY=1) |
Project manager should have a minimum of MSC/BSc degree in Computer engineering, electrical engineering, project management, Information Technology, Computer Science, Information systems & related fields and having a general work experience at least 6/8 years in information technology sectors of this, five (5) years in IT project work (Networking, VSS, and Data Center). Besides, the project managers should have Project management certified. |
|
NETWORK ENGINEER (QTY=1) |
The bidders propose at list one Network Engineer/communication Engineer for the project. The minimum qualifications of the expert include MSC/BSC degree in Computer engineering, electrical engineering, project management, Information Technology, Computer Science, Information systems, and related fields minimum 6/8 years of experience in network installation, VSS camera installation and related service. The employs should have certified such as CCNA, Network + or CCSP. |
|
SERVER AND STORAGE EXPERT: (QTY=1) |
The bidder should assign at least one expert for storage and server configurations. The minimum qualification for this expert is MSC/BSC degree in Computer engineering, electrical engineering, Information Technology, Computer Science, Information systems, MIS and having experience of 6/8 year in server and storage configurations. In addition to that the assigned personnel should deliver certified certification in storage management or server and storage management certifications. |
|
SECURITY ENGINEER (QTY= 1) |
The bidders propose one security engineer. The minimum qualification of the expert includes MSC/BSC degree in Computer engineering, electrical engineering, project management, Information Technology, Computer Science, software engineer, Information systems, and related fields minimum 6/8 years of experience in network installation, VSS camera installation, software security, and related service. In addition, the assigned personnel should be VSS Security certified. |
|
SUPPORTIVE STAFFS (QTY=2) |
The bidder is required to propose one supportive staff for the project. The personal is General Administration Support Personnel BA degree in any social science field and A minimum of four (4) years’ work experience in general administration roles. Responsible for handling general administrative tasks essential for the smooth functioning of the project. This includes but is not limited to office management, coordination of administrative functions, and support for various project-related activities. |
|
TRAINER 🙁 QTY =2) |
The bidder proposed at least two trainers for this project. The minimum qualifications of the trainer include MSC/BSC degree in Computer engineering, electrical engineering, project management, Information Technology, Computer Science, software engineer, Information systems, with a minimum of 6/8 years’ experience in industrial advanced training delivery. The trainer should have industrial trainer certifications in their respective positions. |
|
Technical Qualification |
|
|
Factor |
Criteria |
|
Submission of Manufacturer Authorization Letter |
Bidder has to submit Manufacturer Authorization Letter in accordance with ITB Clause 5.6 Submission of the Manufacturer Authorization Form (MAF) specific to the tender is mandatory for all products, video management software, and LED screens. The MAF and collaboration details will undergo verification by the respective manufacturers |
|
Submission of Descriptive technical literature |
Bidder has to submit Descriptive technical literature in accordance with ITB Clause 17 |
|
Origin of the Goods and Related Services offered |
Bidder has to provide in the Bid Submission Sheet Form the Statement attesting the origin of the Goods and Related Services offered |
|
Submission of Delivery and Completion Schedule |
Bidder has to submit Delivery and Completion Schedule presented as per template in Section 6, Statement of Requirements |
|
Completion of Technical Specification + Technical Offer+ Compliance Sheet Form |
Bidder has to complete its Technical Specification + Technical Offer+ Compliance Sheet Form in accordance with technical specification presented as per template in Section 6, Statement of Requirements and submit the following mandatory attachments |
|
Submission of Certificates of satisfactory execution of contracts |
The Bidder shall demonstrate that it has successfully completed contracts with a sum value of at least ETB 97.6 Million within the last six (6) years prior to bid submission deadline that have been successfully and substantially completed and that are similar in nature and complexity to the Goods and Related Services under the Contract. For a joint venture, this requirement may be met by all members combined. |
|
Major relevant contracts successfully completed |
Bidder has to provide in the Bidder Certification of Compliance Form information about major relevant contracts successfully completed in the number and period specified in the BDS |
|
Submission of Description of the organization of the warranty offered |
The bidder must provide 3 years Description of the organization of the warranty offered in accordance with the conditions laid down in GCC Clause 23 The bidder must provide 3 years’ on-site comprehensive warranty for all hardware items to be supplied under this rate contract covering all spare parts & service from the date of acceptance of the systems by AACRA. During the warranty period, the bidder will have to undertake comprehensive maintenance of the entire hardware components and accessories supplied by the vendor. The entire equipment should be repaired within 48 hours (Resolution time). In case of vendor failing above standards, a standby arrangement should be provided till the machine is repaired. The bidder shall be fully responsible for the manufacturer’s warranty for all equipment, accessories, spare parts etc. against any defects arising from design, material, manufacturing, workmanship, or any act or omission of the manufacturer / Vendor or any defect that may develop under normal use of supplied equipment during the warranty period. |
|
SUPPORT AND MAINTENANCE |
The bidder shall provide warranty and maintenance times for 3 Years. The bidder has to provide goods after-sales service/support i.e. timely attending of calls (within maximum resolution time, received from the client where the hardware items have been supplied & installed. The desired support time should be uniformly maintained at the sites. To meet up time the bidder has to maintain sufficient inventory of spare parts at all the support centers to avoid unnecessary delay in obtaining the spare parts. In case of faulty maintenance if spare parts are not available, then the bidder is responsible to provide within one week |
|
Scrutiny of specifications |
Scrutiny of specifications, Compliance Table, and datasheets provided |
|
Inclusion of a Bill of Quantities |
Inclusion of a Bill of Quantities (BOQ) without pricing details within the technical document. |
|
site survey |
the bidder must conduct the site survey to gain a comprehensive understanding and develop a complete competitive solution. if the bidder offer its proposal with out site survey, the proposal will be rejected. |
Bid Security Amount: 500,000 ETB
Bid Security Form For MSE: Bank_Guarantee, CPO,
Bid Security From for Foreign Bidders: Bank_Guarantee, CPO,
Bid Security Form For Local Bidders:
Notice:
- Terms and Conditions: AACRA has the right to cancel The bid partially or fully. The bidder shall share their key.
Address:
- Procuring Entity: Addis Ababa Road Authority
- Country: Ethiopia
- Town: Addis Ababa
- Street: Puskin Street
- Room Number: 1st Floor
- Telephone: +251113722815
- Email: AACRA@gmail.com
- Po Box: 9262
- Fax: 113722815