Skip to Main Navigation

Ethiopia Digital ID for Inclusion and Services Project

Overview

NOTICE AT-A-GLANCE

  • P179040

  • Ethiopia Digital ID for Inclusion and Services Project

  • Ethiopia

  • OP00331841

  • Invitation for Bids

  • Published

  • ET-NIDP-425862-GO-RFB

  • Request for Proposals

  • English

  • Mar 25, 2025 14:00

  • Mar 05, 2025

CONTACT INFORMATION

  • Prime Minster Office, National ID Program

  • Mesfin Belachew

  • Bole Wolo Sefer Ethio-China Street Addis Ababa, Ethiopia

  • Ethiopia

  • Ethiopia

  • 0911791462

Details

Specific Procurement Notice

 

Request for Proposal

Information Systems Integrator

(Design, Supply and Installation)

(Single Stage Two Envelop Procurement Process)

(Without Prequalification)

 

Employer: National ID Program

Project: Digital ID for Inclusion and Services Project (P179040)

Contract title: Design, Supply, Installation and Commissioning of Information Systems

Country: Ethiopia

Credit No.: 7463-ET

RFB No: ET-NIDP-425862-GO-RFB

Issued on: January 2025

 

1.        The Federal Democratic Republic of Ethiopia has received financing from the World Bank toward the cost of the Digital ID for Inclusion and Services Project and intends to apply part of the proceeds toward payments under the contract for the Design, Supply, Installation and Commissioning of Information Systems. For this contract, the Borrower shall process the payments using the Direct Payment disbursement method, as defined in the World Bank’s Disbursement Guidelines for Investment Project Financing, except for those payments, which the contract provides to be made through letter of credit.

2.        The National ID Program now invites sealed proposals from eligible Proposers for the Design, Supply, Installation and Commissioning of Information Systems. The project implementation site will be in Addis Ababa, Ethiopia.    This tender will have two lots:

          

Lot No.

Description of the Work

Planned Contract Completion Period

I

Design, Supply, Installation, Operation and Maintenance Service, Network, Compute, Storage and Security Infrastructure

Six months for the Design, Supply, Installation, Commissioning and Go-Live, one-year OEM warranty, and

Two years for Post warranty Operation and Maintenance Service

II

Data Centre Facility Infrastructure Design, deployment and commission

Six months for the Supply, Installation, Commissioning and Handover

 

 

 

Minimum qualification requirement for Lot I

  1. The Proposer must have experience for at least 10 years in the business. It should also demonstrate:
  • At least One contract with a total amount of US$ 14 million that has been successfully and substantially completed.  This contract should also be similar to the scope of the Design, Deploy, Operation and Maintenance Service Network and Security Infrastructure (the testimonial must include configuration and deployment of SOC, NOC, SDN, Firewall),  Storage and Compute Infrastructure (the testimonial must include Configure and deploy of server, Flash Storage, Disk and tape backup, open source cloud solution) proposed  and supplied and supported applications similar to the required software applications (IITMP) within the last 5 years OR
  • Two contracts, each constituting at least 50% of a total amount of US$ 16 million that have been successfully and substantially completed. These contracts should also be similar to the scope of the Design, Deploy, Operation and Maintenance Service Network and Security Infrastructure (the testimonial must include configuration and deployment of SOC, NOC, SDN, Firewall),  Storage and Compute Infrastructure (the testimonial must include Configure and deploy of server, Flash Storage, Disk and tape backup, open source cloud solution) and supplied and supported applications similar to the required software applications (IITMP) within the last 5 years OR
  • Three contracts, each constituting at least 40% of a total amount of US $ 18 million that have been successfully and substantially completed.  These contracts should also be similar to the scope of the Design, Deploy, Operation and Maintenance Service Network and Security Infrastructure (the testimonial must include configuration and deployment of SOC, NOC, SDN, Firewall),  Storage and Compute Infrastructure (the testimonial must include Configure and deploy of server, Flash Storage, Disk and tape backup, open source cloud solution) and supplied and supported applications similar to the required software applications (IITMP) within the last 5 years.
  1. Minimum average annual turnover of USD 14 million calculated as total certified payments received for contracts in progress or completed, within the last five (5) years as prime supplier or JV member individually or collectively.
  2. The Proposer must 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 following cash-flow requirement: USD 3.5 Million.

Minimum qualification requirement for Lot II

 

  1. The Proposer must have stayed for at least 5 years in the business and should demonstrate at least one Contract with a total amount of US $ 5 million that have been successfully and substantially completed within the last five years and that are similar to the scope of the Design, Deploy and commissioning of Data Center infrastructure and NOC or SOC /such as Air Conditioner, UPS, Rack, etc) or 2 contracts each constituting at least 50% of a total amount of US$ 7 million that have been successfully and substantially completed within the last five years and that are similar to the scope of the Design, Deploy and commissioning of Data Center Infrastructure and NOC or SOC (such as Air Conditioner, UPS, Rack, etc)  OR 3 contracts each constituting at least 40% of a total amount of US$ 9 million that has been successfully and substantially completed within the last five years and that are similar to the scope of the Design, Deploy and commissioning of Data Center infrastructure and NOC or SOC (such as Air Conditioner, UPS, Rack, etc) within the last five years.
  2. Minimum average annual turnover of USD 6 Million calculated as total certified payments received for contracts in progress or completed, within the last five (5) years for prime supplier or JV member individually or collectively.
  3. The Proposer must 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 following cash-flow requirement: USD 2 Million.

 

  1. Margin of Domestic Preference shall not apply for both LOTs

 

4.        The procurement process will be conducted through international competitive procurement using Request for Proposals (RFP) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” 5th edition September 2023 “Procurement Regulations”, and is open to all eligible proposers as defined in the Procurement Regulations.

5.        Interested eligible Proposers may obtain further information from the National ID Program, Digital ID for Inclusion and Services Project Management Unit, Email address: mesfin@id.gov.et or zelalem@id.gov.et and inspect the request for proposals document during office hours from 8:30AM-12:30PM and 1:30- 5:00 PM local time from Monday to Friday before the deadline date and time.

6.        The request for proposals document in English language may be freely obtained by interested eligible proposers upon submission of a written application/request to the email addresses indicated below (email should be sent for both addresses indicated below).  Once email request has been sent to the designated email addresses, the softcopy/PDF format of the RFP document will be sent to the requester. If proposers want to have a hard copy document, they can receive the document from the NIDP Project office as per the location indicated under #10. To facilitate further communication and correspondence, the proposer should indicate the name of the company, contact/focal person, telephone number, workable email address and relevant information on his/her request email.   

7.        Proposals must be delivered to the address below on or before 25th of March 2025 at 2:00 P.M Local Time (Addis Ababa 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 25th of March 2025 at 2:30 P.M Local Time (Addis Ababa Time) or immediately after proposals submission deadline. All envelopes marked “FINANCIAL PART” shall remain unopened and will be held in safe custody of the Purchaser until the second public Proposals opening.

8.     All Proposals must be accompanied by a Proposal Security of ETB 12,500,000.00 /ETB Twelve Million Five Hundred Thousand/ for Lot I and ETB 6,250,000.00 /ETB Six Million Two Hundred Fifty Thousand/ for Lot II or equivalent amount in a freely convertible currency (based on the applicable exchange rate 28 days before the proposal submission date i.e. 4th of February 2025) in the form of Bank guarantee issued from reputable Banks. 

9.     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.

10.   The address (es) referred to above is (are):

 

Federal Democratic Republic of Ethiopia,

National ID Program (NIDP)

Digital ID for Inclusion and Services Project

Attn: Project Management Unit (PMU),

Address: Welosefer Bole, Ethio-China St, INSA Building, 15th Floor, Addis Ababa

Tele- +251 - 911- 446582 or +251 - 912 - 200295

E-mail: zelalem@id.gov.et, nejmedin@id.gov.et, mesfin@id.gov.et

Website: https://id.gov.et/

Addis Ababa, Ethiopia