Addis Ababa Road Authority Invites Eligible Bidders for the Procurement of Supply, Design Installation Configuration, Testing, Commissioning and Training of Video Surveillance system with gate Barrier and centralized surveillance Management System on Turnkey Project of ARABSSA SITES


Government(Feb 09, 2026)

Please click on this Link In order to Bid on the Electronic Government Procurement website

https://egp.ppa.gov.et/egp/bids/publishedToday/tendering/9934dce8-c886-4227-9b6e-c75a972c4451/open 

Invitation to Bid 

Procurement Supply, Design Installation Configuration, Testing, Commissioning and Training of Video Surveillance system with gate Barrier and centralized surveillance Management System on Turnkey Project of ARABSSA SITES

Procurement Reference No: AACRA-NCB-G-0067-2018-BID-Open
Procurement Category: Goods

Market Type: National
Procurement Method: Open
Procurement Classification Code: 

  • Code: 305000000   Title: ICT Equipment
  • Code: 43000000     Title: Information Technology Broadcasting and Telecommunications

Lot Information 

  • Object of Procurement: Procurement Supply, Design Installation Configuration, Testing, Commissioning and Training of Video Surveillance system with gate Barrier and centralized surveillance Management System on Turnkey Project of ARABSSA SITES
  • Description: Procurement Supply, Design Installation Configuration, Testing, Commissioning and Training of Video Surveillance system with gate Barrier and centralized surveillance Management System on Turnkey Project of ARABSSA SITES
  • Lot Number: 1
  • Clarification Request Deadline: Feb 16, 2026, 5:00:00 PM
  • Pre-Bid Conference Schedule: Not Applicable
  • Site Visit Schedule: Not Applicable
  • Bid Submission Deadline: Feb 27, 2026, 11:00:00 AM
  • Bid Opening Schedule: Feb 27, 2026, 11:30:00 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

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.

Professional Qualification

Factor

Criteria

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.

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.

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

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.

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

Submission of Description of the organization of the warranty offered

Bidder has to submit Description of the organization of the warranty offered in accordance with the conditions laid down in GCC Clause 23

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

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 Certificates of satisfactory execution of contracts

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.

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.

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.

PROJECT SCHEDULES

The overall project time-line must be estimated to fit shorter time frames as much as possible for the supply, design, implementation, testing, commissioning and training of VSS system with gate barrier and centralized VSS management system.

o  The project duration shall be 110 days from the date of signing of the contract.

The bidder is required to submit detailed project schedule showing time required to achieve various milestones during the execution of the project

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.

More Technical Detail

The attached PDF specification must be accepted. 

Bid Security Amount: 500,000 ETB

Bid Security Form For MSE: CPO, Bank_Guarantee,

Bid Security From for Foreign Bidders: CPO, Bank_Guarantee,

Bid Security Form For Local Bidders: 

Notice: 

  • Terms and Conditions: The procuring entity (the Authority) the right to cancel a bid, either in full or partially.

Address: 

  • Procuring Entity: Addis Ababa Road Authority
  • Country: Ethiopia
  • Town: Addis Ababa
  • Street: Pushkin square
  • Room Number: 1 st floor room no 104
  • Telephone: +251113714103
  • Email: SoSiown4@gmail.com 
  • Po Box: 9062
  • Fax: 1