Specific Procurement Notice
Request for Proposal
Information Systems
(Design, Supply and Installation)
(Without Prequalification)
Purchaser: Federal Ministry of Health
Project: COVID-19 Emergency Response Project
Contract title: Procurement of IT infrastructure and installation for Bioinformatics and training center
Country: Ethiopia
Credit No.: IDA-E0640 (P173750
RFP No: ET-MOH-377262-GO-RFB
Issued on: September 2024
1. The Federal Democratic Republic of Ethiopia has received/ financing from the World Bank toward the cost of the Ethiopia COVID-19 Emergency Response Project Additional Financing, and intends to apply part of the proceeds toward payments under the contract for Procurement of IT infrastructure and installation for Bioinformatics and training center.
2. The Federal Ministry of Health Ethiopia now invites sealed Proposals from eligible Proposers for Procurement of IT infrastructure and installation for Bioinformatics and training center.
No. |
Items |
Quantity |
Unit |
Delivery Place |
Delivery Period |
|
Rack and Aisle Containment System |
|
|
||
1 |
Server Rack |
5 |
Pieces |
AHRI Addis Ababa and Adama Branch |
120-150days |
2 |
Network Rack |
1 |
Piece |
AHRI Addis Ababa and Adama Branch |
120-150days |
3 |
Aisle Containment System |
1 |
Piece |
AHRI Addis Ababa and Adama Branch |
120-150days |
|
Cooling system |
|
|
||
4 |
In-row air conditioner for Data Center |
2 |
Piece |
AHRI Addis Ababa and Adama Branch |
120-150days |
5 |
Air conditioner for power room |
2 |
Piece |
AHRI Addis Ababa and Adama Branch |
120-150days |
6 |
Air conditioner for NOC room |
2 |
Piece |
AHRI Addis Ababa and Adama Branch |
120-150days |
|
Power System and Power System Installation |
|
|
||
7 |
Intelligent Modular UPS |
2 |
Piece |
AHRI Addis Ababa and Adama Branch |
120-150days |
8 |
Battery Bank |
2 |
Piece |
AHRI Addis Ababa and Adama Branch |
120-150days |
9 |
Main Distribution Board |
1 |
Piece |
AHRI Addis Ababa and Adama Branch |
120-150days |
10 |
UPS PDF |
1 |
Piece |
AHRI Addis Ababa and Adama Branch |
120-150days |
11 |
Diesel Generator |
1 |
Piece |
AHRI Addis Ababa and Adama Branch |
120-150days |
12 |
Power Distribution and Cabling system |
1 |
set |
AHRI Addis Ababa and Adama Branch |
120-150days |
|
Data Center Infrastructure Management (DCIM) System |
|
|
||
13 |
Hardware, Proposed monitoring Server, Switch, Sensor SMS module |
1 |
set |
AHRI Addis Ababa and Adama Branch |
120-150days |
|
Software: A set of DCIM application, Basic requirement: Monitoring and Support installation on the work station and license |
1 |
Package |
AHRI Addis Ababa and Adama Branch |
120-150days |
|
Function , System applies browser/server (B/S) architecture, |
|
|
AHRI Addis Ababa and Adama Branch |
120-150days |
|
Security system |
|
|
||
14 |
Fire rated doors |
2 |
Piece |
AHRI Addis Ababa and Adama Branch |
120-150days |
15 |
Video surveillance system |
4 |
Piece |
AHRI Addis Ababa and Adama Branch |
120-150days |
16 |
Access Control system for Room |
1 |
set |
AHRI Addis Ababa and Adama Branch |
120-150days |
|
Fire Detection and Suppression System |
|
|
||
17 |
Extinguishing Gas, |
2 |
set |
AHRI Addis Ababa and Adama Branch |
120-150days |
|
Fire alarm control panel |
2 |
Piece |
AHRI Addis Ababa and Adama Branch |
120-150days |
|
Sensor Smoke temperature fire detector with early detection mechanism |
3 |
set |
AHRI Addis Ababa and Adama Branch |
120-150days |
|
Alarm, Sound and light alarm |
2 |
set |
AHRI Addis Ababa and Adama Branch |
120-150days |
|
Fire extinguishing equipment |
2 |
set |
AHRI Addis Ababa and Adama Branch |
120-150days |
|
Data center interior decoration |
|
|
||
18 |
Ceiling and Floor Fire rated and water proof |
|
m2 |
AHRI Addis Ababa and Adama Branch |
120-150days |
19 |
Walls, Repainting and reconditioning of walls |
|
m2 |
AHRI Addis Ababa and Adama Branch |
120-150days |
Walls, Brick wall according to the layout plan |
|
m2 |
|
120-150days |
|
Grounding and Lighting protection System |
|
|
|||
20 |
DC room grounding and lighting protection |
1 |
set |
AHRI Addis Ababa and Adama Branch |
120-150days |
|
NOC and Studio |
|
|
||
21 |
Multi-screen display system |
1 |
set |
AHRI Addis Ababa and Adama Branch |
120-150days |
22 |
all in one computer for management |
1 |
set |
AHRI Addis Ababa and Adama Branch |
120-150days |
23 |
Furnishing the NOC room |
1 |
set |
AHRI Addis Ababa and Adama Branch |
120-150days |
Civil works |
|
|
|
|
|
24 |
Civil works. reconditioning works and supplying of materials of datacenter |
1 |
set |
AHRI Addis Ababa and Adama Branch |
120-150days |
Network devices |
8 |
Pieces |
|
|
|
25 |
Core switch |
2 |
Piece |
AHRI Addis Ababa and Adama Branch |
120-150days |
26 |
Next Generation Firewall |
1 |
Piece |
AHRI Addis Ababa and Adama Branch |
120-150days |
27 |
Wireless Controller |
2 |
Pieces |
AHRI Addis Ababa and Adama Branch |
120-150days |
28 |
Storage Server |
1 |
Piece |
AHRI Addis Ababa and Adama Branch |
120-150days |
Knowledge Transfer and Experience Sharing |
|
|
|
|
|
29 |
Knowledge Transfer, Onsite and hands on trainings on datacenter facilities. |
|
|
AHRI Addis Ababa and Adama Branch |
120-150days |
“No margin of domestic preference shall apply. Proposers are required to meet the following criteria:
Item/ No. |
Qualification Criteria |
Minimum Requirement |
1 |
Average Annual Turnover for the Last Five Years |
USD _1.50__ Million or equivalent |
2 |
Liquid Asset/ Cash flow Requirement |
USD _0. 50__ Million or equivalent |
3 |
General Experience |
Proposers shall demonstrate experience in Information System contracts in the role of prime supplier, management contractor, JV member, or subcontractor for at least the last five [5] years prior to the applications submission deadline. |
4 |
Specific Project Experience
|
Participation as a prime supplier, management contractor, JV member, sub-contractor, in at least two (2) contracts within the last five (5) years, each with a value of at least USD 2.5 million, that have been successfully and substantially completed and that are similar to the proposed Information System having the following features, and the said systems. The experience must include:
The successfully completed similar contracts shall be documented by a copy of an Operational acceptance certificate (or equivalent documentation satisfactory to the Purchaser) issued by the purchaser(s). |
The Purchaser’s evaluation of responsive Proposals will take into account the following technical factors, in addition to cost factors.
No. |
Criteria |
Score % |
1 |
Company Profile (past performance, personal capacity) |
20 |
2 |
Hardware, Software, Service technical requirements compliance |
45 |
3 |
Project Proposal, Methodology, Migration, cyber security Implementation plan |
25 |
4 |
Knowledge transfer and experience sharing |
10 |
The weight to be assigned for the technical factors is 50% and cost is 50%.”
3. The procurement process will be conducted through international competitive procurement using a Request for Proposal (RFP) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers”, 5th edition’, dated September 2023 (“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations.
4. Interested eligible Bidders may obtain further information from Ministry of Health, Procurement Executive Office and inspect the bidding document during office hours at the address given below during office hours: from 8:30 AM to 12:30 AM hours and from 1:30 P.M to 5:30 P.M hours Ethiopian Time, Monday to Thursday and 8:30 A.M to 11:30 A.M and 1:30 P.M to 5:30 P.M hours Ethiopian Time on Friday at; the contact person is Mr. Ashenafi Eshetu Project Procurement Management Specialist Email ashenafi.eshetu@moh.gov.et and Phone number +251912501715.
5. The Request for Proposals document in English language may be purchased by interested Bidders upon the submission of a written application to the address below and upon payment of a nonrefundable fee of Ethiopian Birr 700.00 (Seven Hundred Birr) or in a freely convertible currency. The method of payment will be in cash deposit at Commercial Bank of Ethiopia (CBE) Account Number Ref 1000000984877 and presenting the deposit slip in person to MOH Finance Executive Office and the document will be given to the applicants arriving at our premises in person.
6. Proposals must be delivered to the address below on or before December 2, 2024 @ 2:00 PM Ethiopian Time. Electronic procurement will not be permitted. Late Proposals will be rejected. The outer Proposal envelopes marked “ORIGINAL PROPOSAL”, and the inner envelopes marked “TECHNICAL PART” will be publicly opened in the presence of the Proposers’ designated representatives and anyone who chooses to attend, at the address below on December 2, 2024 @ 2:00 PM Ethiopian Time. All envelopes marked “FINANCIAL PART” shall remain unopened and will be held in safe custody of the Purchaser until the second public Proposals opening.
7. All Proposals must be accompanied by a “Proposal Security” of ETB 500,000.00 (five hundred thousand) or its equivalent amount in freely convertible currencies.
8. Attention is drawn to the Procurement Regulations requiring the Borrower to disclose information on the successful Proposer’s beneficial ownership, as part of the Contract Award Notice, using the Beneficial Ownership Disclosure Form as included in the request for proposal document.
9. The address (es) referred to above is (are):
Ministry of Health,
Procurement Executive Office
Street Address: Goma Kuteba, Sudan Street, Addis Ababa, Ethiopia
Floor/Room number: 1st Block, 2nd Floor/Room number 201
Email: moh@ethionet.et, Web site: www.moh.gov.et