Your cart is currently empty!
አዲስ አበባ መንገዶች ባለስልጣን ቆርኪ ፕሮጀክት ሳይት የደህንነት ካሜራ ዕቃዎች አቅርቦት ፣ ዲዛይን ፣ ኢንስታሌሽን ፣ ኮንፊግሬሽን ፣ ቴስቲንግ ፣ ኮሚሽኒግ እና ስልጠና ግዥ መፈፀም ይፈልጋል
Government(Feb 09, 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/b81f6524-ec1c-48d1-ae53-455fc3a8c528/open
Invitation to Bid
lot 10- ቆርኪ ፕሮጀክት ሳይት የደህንነት ካሜራ ዕቃዎች አቅርቦት፤ዲዛይን፤ ኢንስታሌሽን፤ ኮንፊግሬሽን፤ቴስቲንግ፤ኮሚሽኒግ እና ስልጠና ግዥ
Procurement Reference No: AACRA-NCB-G-0069-2018-BID-Open
Procurement Category: Goods
Market Type: National
Procurement Method: Open
Procurement Classification Code:
- Code: 32000000 Title: Electronic Components and Supplies
- Code: 305000000 Title: ICT Equipment
- Code: 43000000 Title: Information Technology Broadcasting and Telecommunications
Lot Information
- Object of Procurement: lot 10- ቆርኪ ፕሮጀክት ሳይት የደህንነት ካሜራ ዕቃዎች አቅርቦት፤ዲዛይን፤ ኢንስታሌሽን፤ ኮንፊግሬሽን፤ቴስቲንግ፤ኮሚሽኒግ እና ስልጠና ግዥ
- Description: Not Available
- Lot Number: 1
- Clarification Request Deadline: Feb 17, 2026, 5:00:00 PM
- Pre-Bid Conference Schedule: Not Applicable
- Site Visit Schedule: Not Applicable
- Bid Submission Deadline: Feb 28, 2026, 10:00:00 AM
- Bid Opening Schedule: Feb 28, 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 74.7 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 |
|
TIin |
Tin number |
|
Bid security |
Scanned Bid security and attached |
|
Conflict of Interest |
No conflict of interest as described in ITB Clause 6. |
|
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. |
|
Performance Qualification |
|
|
Factor |
Criteria |
|
GENERAL QUALIFICATION AND EXPERIENCE OF THE COMPANY |
o The company is expected to be a company or a group of companies who have legal license to work in Ethiopia. The bidding company/companies should: o Provide detailed company profile highlighting organization strength and technical expertise and financial position. o Provide a brief description of the company and an outline of recent experience on projects of a similar nature, with focal contact person, email address, phone number and fax number of the company for reference. o Provide prior work recommendation and goodwill award certificate. o Provide at least Six (6) years solid experience in supply, installation, and implementation of video surveillance system on projects of a similar nature. o Submit the entire bid document in English language including supporting document, certificates or any documentary evidence. If there is, any document rather than English language should be legally translated otherwise non responsive. o Provide a combination of different qualified personnel’s including project managers, technical personals, and supportive staff assigned to this specific projects. o In case of a consortium, the domain expertise of each team member from all companies and sub-contractors shall be clearly stated in line with the project specific roles and responsibilities. o The company shall provide assurance in writing that project team as designated and detailed in the proposal shall not change during the conduct of the project. However, any change required later shall be permissible with mutual consent and confirmation letter in writing. |
|
Professional Qualification |
|
|
Factor |
Criteria |
|
Number of staff |
At least staff currently work for the Bidder. |
|
Personnel for the key positions |
Among the staff mentioned in Sub-Clause 2.1 Bidder must demonstrate that it will have the personnel for the key positions that meet the following requirements; |
|
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. |
|
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 |
|
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 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 |
|
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 Description of the organization of the warranty offered and SUPPORT |
Bidder has to submit 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. |
|
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 Delivery and Completion Schedule |
Detailed work plan that shows the start and completion dates for all tasks, activities, deliverables and duration of a period not exceeding 110 days after signing the contract (Implementation Plan in Gantt Chart). |
|
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. |
|
Scrutiny of specification |
Scrutiny of specifications, compliance table, and datasheets provided |
|
Submission of Manufacturer Authorization Letter |
Submission of the manufacturer authorization form (MAF) specific to the tender is mandatory for products such as switches, UPS, NVR, cameras, video management software, and led screens. The MAF and collaboration details will undergo verification by the respective manufacturers |
|
Submission of Certificates of satisfactory execution of contracts |
Bidder has to submit Certificates of satisfactory execution of contracts provided by contracting parties to the contracts successfully completed in the period and budget as specified in the BDS Clause 16.3 The Bidder shall demonstrate that it has successfully completed contracts with a sum value of at least ETB 74.7 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. |
|
nclusion of a bill of quantities |
Inclusion of a bill of quantities (BOQ) without pricing details within the technical document |
|
detail specification |
The bidder must specify the brand and model number for all items (products) it proposed. |
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: The authority has the right cancel this bid fully or partially. The bid must share their key.
Address:
- Procuring Entity: Addis Ababa Road Authority
- Country: Ethiopia
- Town: Addis Ababa
- Street: Pusqin roundabout
- Room Number: 1st floor
- Telephone: +251113722815
- Email: aacra@gmail.com
- Po Box: 9062
- Fax: 113722815