You are on page 1of 103

Technical Bidding Document

LOT 1
Trunkey Based Wireless and wired
LAN Installation, configurationand
Supplying of the project at Debrezeit
Management Training Center.

Research

Consultancy Training

Confidentiality
Any information received from the Ethiopian Management Institute in thisRequest for
proposal (RFP) must not be disclosed to third parties and to be treated absolutely
confidential.

We are equally obliged to treat your information absolutely confidential

Monday, June 20, 2016


Bidding Document

Table of Contents

Part 1 Bidding Procedures

Section 1 Instruction to Bidders (ITB) --------------------------------------------- 2


Section 2 Bid Data Sheet (BDS) -----------------------------------------------------23
Section 3 Evaluation and Qualification Criteria----------------------------------- 29
Section 4 Bidding Forms--------------------------------------------------------------32
Section 5 Eligible country ------------------------------------------------------------46

Part 2 Supply Requirements

Section 6 Statements of Requirements-----------------------------------------------47

Part 3 Contract

Section 7 General Conditions of Contract (GCC) -----------------------------------80


Section 8 Special Conditions of Contract (SCC) ------------------------------------97
Section 9 Contract Forms----------------------------------------------------------------98
Invitation to Bid

Floating Date:
Tender No:

Ethiopian Management institute is a wholly government owned public institute .in its current sate EMI
Have one branch, which arelocated in outside of Addis Ababa in Orima region at Debrezeit.
Ethiopian Management Institute (EMI) has more than 50 years of experience in designing and
Delivering a number of management development programs that aim at enhancing the managerial
Capacity of public, private and NGO sectors.

1. Ethiopian Management institute (EMI) invites all interested and


Eligible bidders for the supply, installation and commissioning of
Lot1:IT infrastructure system
The tender remains floating from to
2. Bid Document can be obtained from EMI Head office, Procurement a
Directorate Office during office hours upon payment of a non-refundable fee
Of birr --------------- ()

3. Interested bidders are expected to fulfill and submit evidences with bid for the
Requirements stated here below.
Lot1: Minimum of 5 Years proven track record in the field, valid
Trade license, VAT Registration Certificate and audited financial report for
The last 3 years

4. The bid (Lot) must be accompanied by a bid security in the amount of 2% of


The bidders fixed fee.
5. Bidders should submit sealed bid documents addressed to:
Attn: Ethiopian Management Institute
Address: P.O.Box
Addis Ababa, Ethiopia
Head Office Building (Near, GurdSholla and EthiopianManagement institute)
Procurement Directorate Office.
The Document will be received at the Head office, Procurement Directorate
Office in Addis Ababa before or on ----------- until ---------pm/am. Bids
Received after the closing time will be automatically rejected.

6. Bids received in time and fulfilling the other formalities shall be opened in the
Presence of interested bidders or their representatives at ---- am on -----
EMI Head Office at Addis Ababa, ( ---------Room)

7. The institute reserves the right to reject all or parts of the bid.
1. General Information

1.1. Purpose of the Document


This document is intended to provide sufficient information to allow vendors to
Respond to the bidding process for the supply, installation and commissioning of
The Ethiopian Management institute IT Infrastructure System for its branch.

1.2. EMI Profile

Ethiopian Management Institute (EMI) has more than 50 years of experience in designing and
Delivering a number of management development programs that aim at enhancing the managerial
Capacity of public, private and NGO sectors.

Since its establishment, we have been the forefront in the endeavor to introduce modern
Management administrative systems to our country. We have been providing training, consultancy
And research services in the field of management and related areas.

We offer several training programs annually on a number of relevant topics in our facilities at the
Head office in Addis Ababa which is located between GurdSholla and Ethiopian Civil Service
University and at Debrezeit Management Training Center (DMTC), which is mainly used as a
Residential training center. We also offer tailor-made trainings at clients premises on requests
Bases.

As a result of changing environment worldwide, the ongoing Public Service Capacity Building
Program in the country and our responsibility as one of the resource bases for capacity building of
Public, private and NGOs, we have transformed ourselves in order to play an active role in building
Capacities of other organizations.

In view of addressing the National Capacity Building Programs and act as strong change agent so as
To bring a paradigm shift in its service delivery, we have updated our training programs catalogue
For the year 20012/13.

Realizing contributions of other organizations for the enhancement of contemporary management


In the country, we have also availed our standardized training facilities, both at DMTC and the
Head office, for customers to organize and conduct their own trainings, workshops, conferences or
Seminars.

1|Page
1.3. EMI its Branch Existing Infrastructure

As discussed in section 6 the current LAN support slow Network and Internet Service for the branch office
Staff and currently not centrallymonitored from the main head office data center .Most of the network
connectivity devices are not in the Enterprise level in its branch office.

Section I. Instructions to Bidders (ITB)


A.General
1. Scope of Bid
1.1 Ethiopian Management Institute (EMI) invites bidders by the issue of this
Bidding Document for the supply, installation and commissioning of IT
Infrastructure Systemas specified in Section 6, Statement of Requirement.
These Instructions Bidding Documents to Bidders shall be read in conjunction
With the Bid Data Sheet (BDS). The subject of procurement, the procurement
Referencenumber and number of lot of this Bidding Document are provided in
The Bid Data Sheet (BDS).
1.2 Throughout these Bidding Documents:
a) The term in writing means communicated in written form with proof of receipt
And shall include the methods of communication specified in the BDS;
b) If the context so requires, singular means plural and vice versa; and
c) Day means calendar day.
D) The term EMI means Ethiopian Management Institute

2.Source of Funds
2.1 The Institutehas an approved budget toward the cost of the procurement
Described in the BDS. The Instituteintends to use these funds to place a contract
For which these Bidding Documents are issued.
2.2 Payments will be made directly by the Institute and will be subject in all
Respects to the terms and conditions of the contract placed.

3. Fraud and Corruption


3.1 The Institute requires bidders to observe the highest standards of ethics during
The procurement and the execution of contracts.
a) For the purposes of this provision, the terms set forth below are defined as
Follows:
i. Corrupt practice means the offering, giving, receiving or soliciting,
Directly or indirectly, of anything of value to influence the decision
Opinion or action of a public official or employee in the bid process,
Procurement process or in contract execution;
ii. Fraudulent practice means a misrepresentation or omission of facts
2|Page
In order to influence a bid process, procurement process or the
Execution of a contract;
iii. Collusive practices means a scheme or arrangement between two or
More Bidders, with or without the knowledge of the Institute, designed
to establish prices at artificial, noncompetitive levels; or to supply
Goods and services below the quality and standard the project
Requires.

iv. Coercive practices means harming or threatening to harm, directly


or indirectly, persons or their property to influence their
Participation in a bidding process procurement process, or affect
The execution of a contract.
b) The Institute thus rejects a recommendation for award if it determines that the
Bidder recommended for award has, directly or through an agent, engaged in
Corrupt, fraudulent, collusive or coercive practices in competing for the
Contract.
c) Shall debar a Bidder from participation if it at any time determines the firm
Has engaged in corrupt, fraudulent, collusive or coercive practices in
Competing for, or in executing the contract.
3.2 Shall terminate the bid process or the contract if it at any time determines
That corrupt or fraudulent practices were engaged in by representatives of the
Institute or of a Bidder during the procurement or the execution of the contract.
3.3 Requires representatives of both Procuring Entities and of Bidders to adhere
To the relevant Codes of Ethical Conduct. The Code of Ethical Conduct for
Bidders is attached with the Bid Document and Bidders are required to
Indicate their acceptance of this Code through the declarations in the Bid
Submission Sheet.
3.4 Bidders and suppliers are required to abide by the Public Enterprise
Procurement Procedure and the Institute Procurement Procedure shall be part
And parcel of the Bid Documents.
3.5 Bidders are entitled to submit their complaints to the ------
or---------Directors within ----- working------ days starting from they have
Received the decision of the Institute.

4. Eligible Bidders
ITB 4.1 4.2 4.3 4.4 4.5 4.6
A Bidder may be a natural person, private entity, government-owned entity
Subject to ITB Sub-Clause 4.5 - or any combination of them with a formal intent
to enter into an agreement or under an existing agreement in the form of a joint
Venture, consortium, or association. In the case of a joint venture, consortium, or

3|Page
Association, only the signing party shall be bested in the rights and obligations of
The contract.
This Invitation for Bids is open to all suppliers from eligible source countries as
Defined in Section 5, Eligible Countries. A Bidder shall be deemed to have the
Nationality of a country if the Bidder is a citizen or is constituted, incorporated, or
Registered and operates in conformity with the provisions of the laws of that
Country. This criterion shall also apply to the determination of the nationality of
Proposed subcontractors or members of a joint venture, consortium, or
Association for any part of the Contract including related services.
Bidder shall not have a conflict of interest. All Bidders found to be in conflict of
Interest shall be disqualified. A Bidder may be considered to have a conflict of
Interest with one or more parties in this bidding process, if they are associated or
Have been associated in the past, directly or indirectly, with a firm or any of its
Affiliates which have been engaged by the Institute to provide consulting services for
The preparation of the design, specifications, and other documents to be used for
The procurement of the turn key solution to be purchased under this Invitation for
Bids.
Bidder that has been debarred from participating in public procurement in
Accordance with ITB Clause 3.1 (c), at the date of the deadline for bid submission
or thereafter, shall be disqualified.
Government owned enterprises shall be eligible if they can establish that they are
Legally and financially autonomous, operates under commercial law, and are not a
Dependent agency (directly or indirectly) of the Institute or the Government of the
Federal Democratic Republic of Ethiopia.
A Bidder shall provide such evidence of its eligibility satisfactory to the Institute, to
Verify that the bidder:
a) has the legal capacity to enter into a contract;
b) is not insolvent, in receivership, instituterupt or being wound up, not have had its
Business activities suspended and not be the subject of legal proceedings for
Any of the foregoing; and
4.7 Unless otherwise specified in the BDS, in order to demonstrate compliance
With the criteria in ITB Sub-Clause 3.1, a Bidder shall submit with its Bid:
a) Appropriate documentary evidence demonstrating its compliance, which shall
Include:
i. Its trading license or equivalent;
ii. Its tax clearance certificate and VAT registration, if required; and
iii. Any relevant professional practice certificates.
4.8 A bidder shall be required to obtain a certificate of registration from the

Mandated public body referred to in ITB Sub-Clause 4.7, demonstrating


Registered supplier status, as a condition of contract award.
4|Page
5. Eligible Goods and Related Services
5.1 All goods and related services to be supplied under the Contract shall have as
Their country of origin an eligible country in accordance with Section 5,
Eligible Countries.
5.2 For purposes of this Clause, the term goods includes hardware, equipment,
Spare parts and software; and related services includes services such as
Insurance, installation, training, initial maintenance, supervision, testing,
Commissioning, provision of technical assistance and other similar obligations
of the supplier under the turnkey solution contract.
5.3 The term country of origin means the country or countries where the goods
Have been produced, manufactured, processed; or assembled.

5|Page
B.Contents of Bidding Document

6. Sections of Bidding Document


6.1 The Bidding Document consist of Parts 1, 2, and 3, which include all the
Sections indicated below, and should be read in conjunction with any
Addenda issued in accordance with ITB Clause 8.

Part 1 Bidding Procedures

Section 1 Instruction to Bidders (ITB)


Section 2 Bid Data Sheet (BDS)
Section 3 Evaluation and Qualification Criteria
Section 4 Bidding Forms
Section 5 Eligible country

Part 2 Supply Requirements

Section 6 Statements of Requirements

Part 3 Contract

Section 7 General Conditions of Contract (GCC)


Section 8 Special Conditions of Contract (SCC)
Section 9 Contract Forms

6.2 The Invitation to Bid is not part of the Bidding Document.


6.3 The Institute is not responsible for the completeness of the Bidding
Documents and their addenda, if they were not obtained directly from the
Institute. Bidders who did not obtain the Bidding Document directly from
TheInstitutewill be rejected during evaluation. Where a Bidding Document
Is obtained from the Institute on a Bidders behalf, the Bidders name must
Be registered with the Institute at the time of sale and issue.
6.4 The Bidder is expected to examine all instructions, forms, terms, and

6|Page
Specifications in the Bidding Documents. Failure to furnish all
Information or documentation required by the Bidding Documents may
Result in the rejection of the bid.

7. Clarification of Bidding Documents


7.1 A prospective Bidder requiring any clarification of the Bidding Documents
May contact the Institute in writing at the Institute address indicated in the
BDS. The Institute will respond in writing to any request for clarification,
Provided that such request is received no later than twenty-one (21) days
Prior to the deadline for submission of bids. The institute shall forward
Copies of its response to all Bidders who have acquired the Bidding
Documents directly from it, including a description of the inquiry but
Without identifying its source.

8. Amendment of Bidding Documents


8.1 At any time prior to the deadline for submission of bids, the institute may
Amend the Bidding Documents by issuing addenda.
8.2 Any addendum issued shall be part of the Bidding Documents and shall
Be communicated in writing to all who have obtained the Bidding
Documents directly from the institute.
8.3 To give prospective Bidders reasonable time to take an addendum into
Account in preparing their bids, the institute may, at its discretion, extend
The deadline for the submission of bids in the same media used for
Invitation to Tender, pursuant to ITB Sub-Clause 25.2

C.Preparation of Bids
9. Cost of Bidding
9.1 The Bidder shall bear all costs associated with the preparation and
Submission of its Bid, and the institute shall not be responsible or liable for
Those costs, regardless of the conduct or outcome of the bidding process.

10.Site Visit
10.1 The Bidder, at its own cost, is encouraged to visit the institute and obtain
All information that may be necessary for preparing the bid proposal and
Entering into a contract for the supply, installation and commissioning of
Debrezeit Management Training Center (DMTC) ITInfrastructure system.

11.Language of Bid
11.1 The Bid, as well as all correspondence and documents relating to the bid
Exchanged by the Bidder and the institute, shall be written in English.
7|Page
12.Documents Comprising the Bid
12.1 The Bid shall comprise the following:
a) Bid Submission Sheet (BDS) and the applicable.
b) Bid Security.
c) Alternative bids.
d) Written confirmation authorizing the signatory of the Bid to commit the
Bidder.
e) Documentary evidence, establishing the Bidders eligibility to bid;
f) Documentary evidence, that the Goods and Related Services to be
Supplied by the Bidder are of eligible origin;
g) Documentary evidence that the Goods and Related Services conform to
The Bidding Documents;
h) Documentary evidence, establishing the Bidders qualifications to perform
The contract if its Bid is accepted;
i) If any, other relevant documents by indicating a page number and
Document in reference column; and
j) The system to be provided or its family of products must have been in
Service for at least five years in three or more financial institutions. Details
of sales records and proof of satisfactory performance shall also be
Submitted.
k) Anti-corruption declaration statement.
l) Any other document required in the BDS.

13. Bid Submission Sheet and Price Schedules


13.1 The Bidder shall submit the Bid Submission Sheet using the form
Furnished in Section 4. This form must be completed without any
Alterations, and no substitutes to its format. All blank spaces shall be
Filled in with the information requested, which includes:
a) The reference of the Bidding Document and the number of each
Addenda received;
b) A brief description of the solution offered;
c) The total bid price of the solution;
d) Any discounts offered and the methodology for their application;
e) The period of validity of the bid;
f) A commitment to submit a contract security amount;
g) A declaration of nationality of the Bidder;
h) A commitment to adhere to the Code of Ethical Conduct for
Bidders;
i) A declaration that the Bidder, if any is not participating, as a
Bidder, in more than one bid in this bidding process;
8|Page
j) Confirmation that the Bidder has not been debarred from
Participation in public procurement by the Public Procurement
Agency; and
k) A legal authorization (representation) letter to sign contracts
13.2 The Bidder shall submit the Price Schedules for Goods and Related
Services, according to their origin, using the forms furnished in Section
4. The Price Schedule Forms shall indicate:
a) The item number;
b) A brief description of the Goods and Related Services to be
Supplied;
c) The country of origin of the Goods and Related Services and
Percentage of national content for Goods manufactured in
Ethiopia;
d) Quantity;
e) Unit prices (per module and/or Product Number);
f) Customs duties and all taxes paid or payable in Ethiopia;
g) Total price per item;
h) Subtotals and totals per Price Schedule;
i) An itemized list of all types of services and their price after
Warranty period for three years.

14.Alternative Bids
14.1 Unless otherwise indicated in the BDS, alternative bids shall not be
Considered.

15.Bid Prices and Discounts


15.1 The prices and discounts to be quoted by the Bidder in the Bid
Submission Sheet and in the Price Schedules shall conform to the
Requirements specified below.
DMTC IT Infrastructure System related specified
In the tender document;
Professional Services Cost:
o Project Management;
o IT infrastructure(Network equipments) Configuration;
o IT infrastructure(Network equipments) installation;
o Training;
o Installation and training material;
o Others not specified above but required for proposed
Solution;
Cost of comprehensive technical support for IT infrastructure to be
Supplied after the warranty period.

9|Page
Unit price of all plug-in cards, magazines, cabinets and other
Hardware items shall be quoted in detail; and
Any other related costs not mentioned above should be clearly
Specified.
15.2 All items in the Statement of Requirements must be listed and priced
Separately in the Price Schedules. If a Price Schedule shows items listed
But not priced, their prices shall be assumed to be included in the
Prices of other items.
15.3 The price to be quoted in the Bid Submission Sheet, shall be the total
Price of the Bid, excluding any discounts to be offered.
15.4 The Bidder shall quote discounts and the methodology for their
Application in the Bid Submission Sheet.
15.5 The terms EXW, CIF, CIP, and other similar terms shall be governed by
The rules prescribed in the current edition of Incoterms, published by
The International Chamber of Commerce, at the date of the Invitation
For Bids or as specified in the BDS.
15.6 Prices proposed on the Price Schedule Forms for Goods and Related
Services, shall be disaggregated, as shown on price schedule. This
Disaggregating shall be solely for the purpose of facilitating the
Comparison of bids. This shall not in any way limit the institute right to
Negotiate on any of the terms offered:
15.7 Prices quoted by the Bidder shall be fixed during the Bidders
Performance of the Contract and not subject to variation on any
Account, unless otherwise specified in the BDS. A bid submitted with
An adjustable price quotation shall be treated as non-responsive and
Shall be rejected. However, if in accordance with the BDS, prices quoted
By the Bidder shall be subject to adjustment during the performance of
The Contract, a bid submitted with a fixed price quotation shall not be
Rejected, but the price adjustment shall be treated as zero.

15.8 Bids are being invited for lot or for any Combination of contracts (packages).
Unless otherwise indicated in the BDS, prices quoted shall correspond to 100 % of the items specified
for each lot and to 100% of the quantities specified for each item of a lot.
Bidders wishing to offer any price reduction for the award of more than
One Contract shall specify in their bid the price reductions applicable to
Each package or, alternatively, to individual Contracts within the
Package. Price reductions shall be submitted, provided the bids for all
Lots are submitted and opened at the same time.

10 | P a g e
16.Currencies of Bid
16.1 For Goods and Related Services that the Bidder will supply the prices
Shall be quoted in Birr/USD, unless otherwise specified in the BDS.

17.Documents Establishing the Eligibility of the Bidder


17.1 To establish their eligibility Bidders shall complete the eligibility
Declarations in the Bid Submission Sheet, included in Section 4,
Bidding Forms and provide the documentary evidence required by ITB
Sub-Clause 4.7.

18.Documents Establishing the Eligibility of Goods and Related


Services
18.1 To establish the eligibility of the Goods and Related Services, Bidders
Shall complete the country of origin declarations in the Price Schedule
9.Documents Establishing the Conformity of the Goods and Related
Services to the Bidding Documents
19.1 To establish the conformity of the Goods and Related Services to the
Bidding Documents, the Bidder shall furnish as part of its bid the
Documentary evidence specified in Section 6, Statement of
Requirements.
19.2 The documentary evidence may be in the form of literature, drawings or
Data, and shall consist of a detailed description of the essential
Technical and performance characteristics of the Goods and Related
Services, demonstrating substantial responsiveness of the Goods and
Related Services to those requirements, and if necessary, a statement of
Deviations and exceptions to the provisions of the Statement ofRequirement.
19.3 Standards for workmanship, process, material, and equipment, as well
As references to brand names or catalog numbers specified in the
Statement of Requirements, are intended to be descriptive only and not
Restrictive. The Bidder may offer other standards of quality, brand
Names, and/or catalogue numbers, provided that it demonstrates, to
The institute satisfaction, that the substitutions ensure substantial
Equivalence or are superior to those specified in the Statement of
Requirement.

20.Documents Establishing the Qualifications of the Bidder


20.1 To establish its qualifications to perform the Contract, the Bidder shall
Submit the following and any additional information using the formats
Included in section 4 Bidding forms.
a) A brief description of the Suppliers organization and an outline of

11 | P a g e
Recent experience on assignments of a similar nature. (Section 4, Form
4-3). for each assignment, the outline should indicate, inter alias, the
Profiles of the experts provided, duration of their employment, contract
Amount and firm involvement;
b) A description of the approach, methodology and work plan that the
Bidder proposes to execute the services (Section 4, Form 4-4);
c) The composition of the proposed staff team, the tasks which would be
Assigned to each (Section 4, Form 4-5);
d) CVs recently signed by the proposed key professional staff or an
Authorized manager in the home office (Section 4, Form 4-6). Key
Information should include number of years with the firm, and degree
Of responsibility held in various assignments during the last ten (10)
Years;
e) A Staffing Schedule, showing estimates of the total staff input to be
Provided to carry out the Assignment (Section 4, Form 4-7), supported
By bar chart diagrams showing the time proposed for each professional
Staff member;
f) A Work Schedule (Section 4, Form 4-7), showing the activities to be
Carried out and the timing proposed for each activity, which must be
Consistent with the methodology and work-plan described in the
Proposal.
g) Any additional information requested in the BDS.
21.Period of Validity of Bids
21.1 Bids shall remain valid for the period specified in the BDS after the bid
Submission deadline. A bid with for a shorter period shall be rejected by
The institute as non-responsive.
21.2 Prior to expiry of the bid validity period, the institute may where necessary,
Request Bidders to extend the period of validity of their bids. The request
And the responses shall be made in writing. If a bid security is
Requested, it shall also be extended for a corresponding period. A Bidder
May refuse the request without forfeiting its bid security. A Bidder
Granting the request shall not be required or permitted to modify its bid,
Except as provided in ITB Sub-Clause 21.3.I think ITB 21

22.Bid Security
22.1 The Bidder shall furnish as part of its bid, a bid security in the amount
And currency specified in the BDS.
22.2 The bid security shall be, at the Bidders option, in the following forms:
a) An unconditional institute guarantee; and/or
b) Cash Deposit; all from a reputable source from any eligible country.
Securities issued by foreign financial institutions shall be counter-
12 | P a g e
Guaranteed by an Ethiopian institute. The bid security shall be
Submitted either using the Bid Security Form included in Section 4,
Bidding Forms, or in another substantially similar format. In either
Case, the form must include the complete name of the Bidder. The
Bid security shall be valid for twenty-eight days (28) beyond the end of
The validity period of the bid. This shall also apply if the period for
Bid validity is extended.
22.3 Any bid not accompanied by a substantially responsive bid security,
Shall be rejected as non-responsive.
22.4 The bid security of unsuccessful Bidders shall be returned as promptly
As possible upon the successful Bidders furnishing of the contract
Security.
22.5 The bid security of the successful Bidder shall be returned as promptly
As possible once the successful Bidder has signed the Contract and
Furnished the required contract security.
22.6 The bid security may be forfeited:
a) If a Bidder withdraws its bid during the period of bid validity specified by
The Bidder on the Bid Submission Sheet, except as provided in ITB Sub-
Clause 21.2; or
b) If the successful Bidder fails to:
i. Sign the Contract in accordance with ITB Clause 44;
ii. Furnish a contract security in accordance with ITB Clause 45; or
iii. Accept the correction of its Bid Price pursuant to ITB Sub-
Clause 32.5.

23.Format and Signing of Bid


23.1 The Bidder shall prepare one original of the documents comprising the
Bid as described in ITB Clause 12 and clearly mark it ORIGINAL. In
Addition, the Bidder shall submit copies of the bid, in the number
Specified in the BDS and clearly mark them COPY. In the event of any
Discrepancy between the original and the copies, the original shall prevail.
23.2 The original and all copies of the bid shall be typed or written in
Indelible ink and shall be signed by a person duly authorized to sign on
Behalf of the Bidder. This authorization shall consist of a written
Confirmation as specified in the BDS and shall be attached to the bid.
The name and position held by each person signing the authorization
Must be typed or printed below the signature. All pages of the bid,
Except for unamend printed literature, shall be signed or initialed by
The person signing the bid.
23.3 Any interlineations, erasures, or overwriting shall be valid only if they
Are signed or initialed by the authorized person signing the bid.
13 | P a g e
D.Submission and Opening of Bids
24.Sealing and Marking of Bids
24.1 The Bidder shall enclose the original and each copy of the bid, including
Alternative bids, if permitted in accordance with ITB Clause 14, in
Separate sealed envelopes, duly marking the envelopes as ORIGINAL
And COPY. The sealing and marking of Bids shall be made as
Described below:
a) The original & copy of the technical proposal shall be placed in a
Sealed envelope clearly marked Technical proposal. Likewise,
The original and copy of the financial proposal shall be sealed
Envelope clearly marked Financial proposal with a remark DO
NOT OPEN WITH THE TECHNICAL PROPOSAL.
b) The Bid bond must be sealed and presented in a separate
Envelope clearly marked Bid bond and be submitted together
With the original technical proposal.
These envelopes containing the original and the copies shall then be enclosed
In one big size envelope.
24.2 The inner and outer envelopes shall:
a) Be addressed to the institute in accordance with ITB Sub-Clause 25.1;
b) Bear the subject of the procurement or the Project name, and
Procurement reference number indicated in the BDS;
24.3 The inner envelopes shall also contain all information stated in 24.2 to
Enable the bid to be returned unopened in case it is declared late
Pursuant to ITB Clause 26.1.
24.4 If all envelopes are not sealed and marked as required, the institute shall
Assume no responsibility for the misplacement or premature opening of
The bid.

25.Deadline for Submission of Bids


25.1 Bids must be received by the institute at the address and no later than the
Date and time indicated in the BDS.
25.2 The institute may, at its discretion, extend the deadline for the submission
Of bids by amending the Bidding Documents in accordance with ITB
Clause 8, in which case all rights and obligations of the institute and
Bidders previously subject to the deadline shall thereafter be subject to
The deadline as extended.

26.Late Bids
26.1 The institute shall not consider any bid that arrives after the deadline for
Submission of bids, in accordance with ITB Clause 25. Any bid received
14 | P a g e
By the institute after the deadline for submission of bids shall be declared
Late, rejected, and returned unopened to the Bidder.

27.Withdrawal, Substitution, and Modification of Bids


27.1 A Bidder may withdraw, substitute, or modify its bid after it has been
Submitted by sending a written notice, duly signed by an authorized
Representative, and shall include a copy of the authorization in
Accordancewith ITB Sub-Clause 23.2. The corresponding substitution
Or modification of the bid must accompany the respective written notice.
All notices must be:
a) Submitted in accordance with ITB Clauses 23 and 24, and in
Addition, the respective envelopes shall be clearly marked
Withdrawal, Substitution, Modification; and
b) Received by the institute prior to the deadline prescribed for submission
Of bids, in accordance with ITB Clause 25.
27.2 Bids requested to be withdrawn in accordance with ITB Sub-Clause
27.1 shall be returned unopened to the Bidders.
27.3 No bid may be withdrawn, substituted, or modified in the interval
Between the deadline for submission of bids and expiry of the period of
Bid validity specified by the Bidder on the Bid Submission Sheet or any
Extension thereof.

28.Bid Opening
28.1 The institute shall conduct the bid opening in the presence of Bidders`
Designated representatives who choose to attend, and at the address,
Date and time specified in the BDS.
28.2 First, envelopes marked WITHDRAWAL shall be opened and read out
And the envelope with the corresponding bid shall not be opened, but
Returned to the Bidder. No bid withdrawal shall be permitted unless the
Corresponding withdrawal notice contains a valid authorization to
Request the withdrawal and is read out at bid opening. Next, envelopes
Marked SUBSTITUTION shall be opened and read out and exchanged
With the corresponding bid being substituted, and the substituted bid
Shall not be opened, but returned to the Bidder. No bid substitution
Shall be permitted unless the corresponding substitution notice
Contains a valid authorization to request the substitution and is read
Out at bid opening. Envelopes marked MODIFICATION shall be opened
And read out with the corresponding bid. No bid modification shall be
Permitted unless the corresponding modification notice contains a valid
Authorization to request the modification and is read out at bid opening.
Only envelopes that are opened and read out at bid opening shall be
15 | P a g e
Considered further.
a) All other outer envelopes shall be opened one at a time, the
Technical proposal will be opened, reading out the name of the
Bidder and any other details as the institute consider appropriate.
b) The financial proposal shall remain sealed until the time and date
Notified for the opening of the financial proposals, Evaluators of
Technical proposals shall have no access to the financial proposals
Until the technical evaluation is concluded and the result
Established.
c) The institute shall prepare a record of technical proposal opening that
Shall include, as a minimum the name of the bidder and whether
There is a withdrawal, substitution, of modification. The Bidder
Representatives who are present shall be requested to sign the
Record. The omission of bidders signature on the record shall not
Invalidate the contents and effects of the record.
d) After the technical evaluation is completed in accordance with ITB
34, the institute shall notify those bidderswhose proposal will not
Pass to the financial evaluation, indicating thattheir financial
Proposals will be returned unopened after completing the evaluation
Process .The institute shall simultaneously notify the bidder(s) whose
Proposal will proceed to financial proposal(s).the opening date shall
Not be sooner than one week after the notification date. The
Notification will be sent in writing.
28.3 The financial proposal(s) shall be opened in the presence of the bidders
Representatives who choose to attend. The institute shall prepare a record
Of the bid opening that shall include, as a minimum: the name of the
Bidder and whether there is a withdrawal, substitution, or modification;
The Bid Price, per lot if applicable, including any discounts and
Alternative offers; and the presence or absence of a bid security, if one
Was required. The Bidders representatives who are present shall be
Requested to sign the record. The omission of a Bidders signature on
The record shall not invalidate the contents and effect of the record. A
Copy of the record shall be distributed to all Bidders.

E.Evaluation and Comparison of Bids


29.Confidentiality
29.1 Information relating to the examination, evaluation, comparison, and
Post qualification of bids, and recommendation of contract award, shall
Not be disclosed to bidders or any other persons not officially concerned
With such process until information on Contract award is
Communicated to all bidders.
16 | P a g e
29.2 Any attempt effort by a Bidder to influence any one of the institute
Employees if officials in the examination, evaluation, comparison, and
Post-qualification of the bids or Contract award decisions shall result in
The rejection of its bid.
29.3 From the time of bid opening to the time of Contract award, if any
Bidder wishes to contact the institute on any matter related to the bidding
Process, it should do so in writing.

30.Clarification of Bids
To assist in the examination, evaluation, comparison and post qualification
Of the bids, the institute may, at its discretion, ask any Bidder for a clarification
Of its bid offer. Any clarification submitted by a Bidder that is not in
Response to a request by the institute shall not be considered. The institute
Request for clarification and the response shall be in writing. No change in
The prices or substance of the bid shall be sought, offered, or permitted,
Except to confirm the correction of arithmetic errors discovered by the institute
In the evaluation of the bids.

31.Responsiveness of Bids
31.1 The institute determination of a bids responsiveness is to be based only
On the contents of the bid itself.
31.2 A bid is one that conforms to all the terms, conditions, and
Specifications of the Bidding Documents without material deviation
Indicated in the Statement of Work. A material deviation, reservation,
Or omission is one that:
a) Affects in any substantial way the scope, quality, or performance of
The Services specified in the Contract; or
b) Limits in any substantial way, is inconsistent with the Bidding
Documents, the institute rights or the Bidders obligations under the
Contract; or
c) If rectified would unfairly affect the competitive position of other
Bidders presenting substantially responsive bids.
31.3 If a bid is not substantially responsive to the Bidding Documents, it
Shall be rejected by the institute and may not subsequently be made
Responsive by correction of the material deviation, reservation, or
Omission.

17 | P a g e
32.Nonconformities, Errors, and Omissions
32.1 The institute may waive any non-conformity or omissions in the bid that
Does not constitute a material deviation provided that a bid is (
Substantially responsive.
32.2 The institute may request that the Bidder submit the necessary
Information or documentation, within a reasonable period of time, to
Rectify nonmaterial nonconformities or omissions in the bid related to
Documentation requirements provided that a bid is substantially
Responsive such omission shall not be related to any aspect of the price
Of the bid. Failure of the Bidder to comply with the request may result
In the rejection of its bid.
32.3 Theinstitute shall rectify nonmaterial nonconformities or omissions,
Provided that a bid is substantially responsive, to this effect, the Bid
Price shall be adjusted, for comparison purposes only, to reflect the
Price of the missing or non-conforming item or component. The
Adjustment shall be made using the method indicated in the BDS.
32.4 The institute shall correct arithmetical errors on the following basis:
Provided that the bid is substantially responsive,
a) If there is a discrepancy between the unit price and the total price
That is obtained by multiplying the unit price and quantity, the unit
Price shall prevail and the total price shall be corrected, unless in the
Opinion of the institute there is an obvious misplacement of the decimal
Point in the unit price, in which case the total price as quoted shall
Govern and the unit price shall be corrected;
b) If there is an error in a total corresponding to the addition or
Subtraction of subtotals, the subtotals shall prevail and the total
Shall be corrected; and
c) If there is a discrepancy between words and figures, the amount in
Words shall prevail, unless the amount expressed in words is related
To an arithmetic error, in which case the amount in figures shall
Prevail subject to (a) and (b) above.
32.5 If the Bidder that submitted the lowest evaluated bid does not accept
The correction of errors, its bid shall be disqualified and its bid security
May be forfeited.

33.Preliminary Examination of Bids


33.1 The institute shall examine the bids to confirm that all documents
Requested have been provided, and to determine the completeness of
Each document submitted.

33.2 The institute shall confirm that the following documents and information
18 | P a g e
Have been provided in the Bid. If any of these documents or information
is missing, the bid shall be rejected.
a) Bid Submission Sheet, including:
i. A brief description of the Goods and Related Services offered; and
ii. The price of the Bid;
iii. The period of validity of the Bid;
b) Price Schedules;
c) Written confirmation of authorization to commit Bidder; and
d) Bid Security.

34.Examination of Terms and Conditions; Technical Evaluation


34.1 The institute shall examine the Bid to confirm that all terms and conditions
Specified in the GCC and the SCC have been accepted by the Bidder
Without any material deviation or reservation.
34.2 The institute shall evaluate the technical aspects of the Bid submitted in
Accordancewith ITB Clause 19, to confirm that all requirements
Specified in Section 6, Statement of Requirements of the Bidding
Documents, have been met without any material deviation or
Reservation.
34.3 If, after the examination of the terms and conditions and the technical
Evaluation, the institute determines that the bid is not substantially
Responsive, it shall reject the bid.

35.Conversion to Single Currency


35.1 For evaluation and comparison purposes, the institute shall convert all bid
Prices expressed in the amounts in various currencies into a single
Currency, using the selling exchange rate established by the source and
On the date specified in the BDS.

36.Margin of Preference
Where a Margin of Preference applies the details to be applied shall be
Listed in Section 3 Evaluation Methodology and Criteria.

37.Evaluation of Bids
37.1 The institute shall evaluate each Bid that has been determined, up to this
Stage of the evaluation, to be substantially responsive.
37.2 To evaluate a Bid, the institute will use all the criteria and methodologies
Defined in this Clause and in Section 3, Evaluation and Qualification
Criteria. No other criteria or methodology shall be used.
37.3 To evaluate a Bid, the institute shall consider the following:
a) The bid price;
19 | P a g e
b) Price adjustment for correction of arithmetic errors.
c) Price adjustment due to discounts offered.
d) Adjustment for nonconformities and omissions.
e) Application of all the evaluation factors.
f) Adjustments due to the application of a margin of preference.
37.4 In the calculation of the evaluated cost of bids, the institute shall exclude
And not take into account:
a) In the case of goods manufactured in Ethiopia or goods of foreign origin
Already located in Ethiopia, sales and other similar taxes, which will be
Payable on the goods if a contract is awarded to the Bidder;
b) In the case of goods of foreign origin offered from abroad, customs duties
And other similar import taxes which will be payable on the goods if the
Contract is awarded to the Bidder; and
c) Any allowance for price adjustment during the period of execution of the
Contract, if provided in the bid.
37.5 The institute cost evaluation of a bid may require the consideration of
Other factors, in addition to the Bid Price quoted in accordance with ITB
Clause 15. These factors may be related to the characteristics,
Performance, and terms and conditions of purchase of the Goods and
Related Services. The factors selected, if any, shall be expressed in
Monetary terms to facilitate comparison of bids, unless otherwise
Specified in Section 3, Evaluation and Qualification Criteria. The factors
to be used and the methodology of application shall be indicated in
Section 3, Evaluation and Qualification Criteria.

38.Comparison of Bids
38.1 The institute shall compare all substantially responsive bids to determine
The lowest evaluated bid, in accordance with ITB Sub-Clause 15.6.

39.Post-qualification of the Bidder


39.1 The institute shall determine to its satisfaction whether the Bidder that is
Selected as having submitted the lowest evaluated and substantially
Responsive bid is qualified to perform the Contract satisfactorily based
On given information, visit of sites mentioned on the reference,
Technicalsupport and accomplishment.
39.2 The determination shall be based upon an examination of the
Documentary evidence of the Bidders qualifications submitted by the
Bidder, pursuant to ITB Clause 20, to clarifications in accordance with
ITB Clause 30 and the qualification criteria indicated in Section 3,
Evaluation and Qualification Criteria. Factors not included in Section 3
Shall not be used in the evaluation of the Bidders qualification.
20 | P a g e
39.3 An affirmative determination shall be a prerequisite for award of the
Contract to the Bidder. A negative determination shall result in
Disqualification of the bid, in which event the institute shall proceed to the
Next lowest evaluated bid to make a similar determination of that
Bidders capabilities to perform satisfactorily.

40.Institutes Right to Accept Any Bid, and to rejectany or All Bids

The institute reserves the right to accept or reject any bid, and to annul the
Bidding process and reject all bids at any time prior to contract award.

F.Award of Contract
41.Award Criteria

The institute shall award the Contract to the Bidder whose bid has been
Determined to be the lowest evaluated bid and is substantially responsive to
The Bidding Documents, provided further that the Bidder is determined to be
Qualified to perform the Contract satisfactorily.

42.Institutes Right to Vary Quantities at Time of Award

At the time the Contract is awarded, the Institute reserves the right to increase
Or decrease the quantity of number of implementation in DMTC Site originally
Specified in Section 4, or 6 Price schedule, provided this does not exceed the
Percentages indicated in the BDS, and without any change in the unit prices
Or other terms and conditions of the bid and the Bidding Documents.

43.Notification of Proposed Award

Prior to expiry of the period of bid validity, the Institute shall notify all Bidders in
Writing of the successful bid, but this notification shall not constitute a
Contract award. This notification shall be made at after The Institute had
Concluded the contract with the successful bidder by stating the reason why
The unsuccessful bidder is not accepted.
44.Award and Signing of Contract

Promptly after notification of the proposed award the Institute, in its discretion,
May negotiate with the successful bidder with regard to commercial and
Contractual terms, after having agreed commercial and contractual terms the
21 | P a g e
Contract should be signed in the presence of both parties and their witnesses.

45.Contract Security

Within fifteen (15) days of receipt of notification of award from the institute, the
Successful Bidder shall furnish the contract security in accordance with the
GCC, using for that purpose the Contract Security Form included in Section
9, Contract Forms, or another form acceptable to the institute.
Failure of the successful Bidder to submit the above-mentioned Contract
Security or sign the Contract shall constitute sufficient grounds for
Annulment of the award and forfeiture of the bid security. In that event, the
Institute may award the Contract to the next lowest evaluated Bidder whose bid
Is substantially responsive and is determined by the institute to be qualified to
Perform the Contract satisfactorily.

46. Complaint handling


Any bidder has a right to submit any complaint, if any, at any stage of the
Bidding process to the institute Board of Directors of the

47. Inquires
Bidders may make inquiries regarding this RFP in writing, by fax or email at
The institutes mailing address indicated in this section. The following person will
Represent the institute and be the primary contact for matters relating to the
RFP.

The Institutes representative:

Att:
Address:
Tel
Email:

22 | P a g e
Inquiries about a specific portion of this RFP must reference the relevant part
Of this RFP, the heading for the provision under question, the page number of
The RFP where the provision can be found and the requirement Id whenever it
Is applicable. The inquiry must contain the name of the prospective bidder's
Representative who is responsible for the inquiry, the prospective bidder's
Name, and its representatives business phone number.

The institute will respond to all inquiries within two working days, excluding
Weekends and national holidays provided the inquiries are received not later
Than two (1) weeks prior to the due date prescribed by the institute. Written
Copies of the institute response (including an explanation of the query but
Without identifying the source of the inquiry) will be sent to all prospective
Bidders who have collected the bidding documents. But the institute will not
Respond to any inquiries received at last week of the bid closing date.

From the release of this RFP until a Proposal is selected and the Contract
Executed, prospective bidders shall not communicate with any institute staff
Concerning this RFP except through the inquiry method. This does not apply
To communication during the evaluation process if the institute initiates the
Communication. If a bidder engages in any unauthorized communication,
The institute may reject that bidder's Proposal.
Section 2. Bid Data Sheet (BDS)

Instruction to Bidders(ITB) References Data relevant to ITB


A. Introduction

ITB1.1 The institute is: Ethiopian Management Institute


(EMI)

ITB 1.1; 2.1 The Project name or the subject of the procurement is:
and 24.2(b) the supply, installation and commissioning of IT
Infrastructure System.
ITB The Procurement Reference Number is:
24.2(b) Bid No.

ITB 1.1 The number and identification of Lotin this Bidding


1.1and Document is: one

23 | P a g e
Lot1:

ITB 1.2 The Bidding Document is issued under Procurement


Method: Open Tender

ITB 1.3(a) A Bidder shall submit with its bid the documentary
Evidence specified in ITB Clause 4.7.
The documentary evidence required shall be amended as
follows: TheBiddershallsubmitadditional
Documentary evidences when it is required.

B. Bidding Documents

ITB 7.1 The Institutes address is:


Attention:

C. Preparation of Bids

ITB 10.1 The Period of site visit: From the date of bid opening
-----------to date of bid submission closing
--------------.

Instruction to Bidders(ITB) Data relevant to ITB


References
ITB 11.1 The language communication of the bid is: English

ITB 14.1 Alternative bids shall not be considered.

ITB 15.5 The Incoterms edition is: NA

ITB 15.7 The prices quoted by the Bidder shall be: Fixed

ITB 15.8 Prices quoted for each item of a lot shall correspond at
least to One Hundred percent (100%) of the quantities
Specified for each item of a lot.

24 | P a g e
ITB 16.2 For Equipment , Software and Related Services the
Bidder will supply from outside Ethiopia, the currency of
Instruction to Bidders(ITB) References the bid
Data shall be:toUSD
relevant ITB or Birr

ITB
ITB 21.1
11.1 The bid validity period shall be: -------.
The language communication of the bid is: English
ITB 22.1 A bid security shall be required.
ITB 14.1 The amount andbids
Alternative currency
shallofnot
the bid
be security shall be at
considered.
Least 2% for each lot.
D.
ITBSubmission
15.5 and Opening of Bids The Incoterms edition is: NA
ITB 23.1 In addition to the original document of the bid, the

ITB 15.7 number of copies


The prices required
quoted is: --------Copies
by the Bidder shalland
be:soft
Fixed
copy on CD(s)

ITB 15.8
ITB 23.2 Prices
The quoted
written for eachof item
confirmation of a lottoshall
authorization correspond
sign on at
behalf of the One
least to BidderHundred
shall consist of: Name,
percent Title, of the quantities
(100%)
Specifiedand
Signature forStamp.
each item of a lot.

ITB 25.1
ITB 16.2 Forinstitute
The Equipment , Software
address is: and Related Services the
Bidder will
Attention: supply from
Procurement outside
Directorate Ethiopia, the currency of
Office
the ---------------
Tel: bid shall be: USD or Birr
(direct)
The deadline for bid submission is:
ITB 21.1 Date: ----------
The bid validity period shall be: -------.
Time: ------------local time

ITB 22.1
ITB 28.1 A bid
The bidsecurity shalltake
opening shall beplace
required.
at:
The amount
Floor/Room and currency
number: ---------- of the bid security shall be at
Least
City 2% for
: Addis Ababaeach lot.
D. Submission and Opening of Bids Country: Ethiopia
ITB 23.1 In addition
Date: to the original document of the bid, the
---------------
number of copies
Time: ------------ required
local time is: --------Copies and soft
copy on CD(s)
E. Evaluation, and Comparison of Bids

ITB 23.2 The written confirmation of authorization to sign on


behalf of the Bidder shall consist of: Name, Title,
Signature and Stamp.

25 | P a g e
ITB 25.1 The institute address is:
Attention:
Instruction to Bidders(ITB) References Data relevantProcurement
to ITB Directorate Office
Tel: --------------- (direct)
The deadline for bid submission is:
ITB 11.1 Date: ---------- communication of the bid is: English
The language
Time: ------------local time
ITB 14.1
ITB 28.1 Alternative
The bid opening bids shall
shalltake
not place
be considered.
at:
Floor/Room number: ----------
ITB 15.5 The :Incoterms
City Addis Ababaedition is: NA
Country: Ethiopia
ITB 15.7 Date: ---------------
The prices quoted by the Bidder shall be: Fixed
Time: ------------ local time
E.
ITBEvaluation,
15.8 and Comparison of Prices
Bids quoted for each item of a lot shall correspond at
least to One Hundred percent (100%) of the quantities
Specified for each item of a lot.

ITB 16.2 For Equipment , Software and Related Services the


Bidder will supply from outside Ethiopia, the currency of
the bid shall be: USD or Birr

ITB 21.1 The bid validity period shall be: -------.

ITB 22.1 A bid security shall be required.


The amount and currency of the bid security shall be at
Least 2% for each lot.
D. Submission and Opening of Bids
ITB 23.1 In addition to the original document of the bid, the
number of copies required is: --------Copies and soft
copy on CD(s)

ITB 23.2 The written confirmation of authorization to sign on


behalf of the Bidder shall consist of: Name, Title,
Signature and Stamp.

26 | P a g e
ITB 25.1 The institute address is:
Instruction to Bidders(ITB) Attention:
Data Procurement
relevant to ITB Directorate Office
References Tel: --------------- (direct)
The deadline for bid submission is:
Date: ----------
ITB 11.1 The language
Time: communication
------------local time of the bid is: English

ITB 28.1 The bid opening shall take place at:


ITB 14.1 Alternative bids shall not be considered.
Floor/Room number: ----------
City : Addis Ababa
ITB 15.5 The Incoterms edition is: NA
Country: Ethiopia
Date: ---------------
ITB 15.7 The prices
Time: quoted local
------------ by thetime
Bidder shall be: Fixed
E. Evaluation, and Comparison of Bids
ITB 15.8 Prices quoted for each item of a lot shall correspond at
least to One Hundred percent (100%) of the quantities
Specified for each item of a lot.

ITB 16.2 For Equipment , Software and Related Services the


Bidder will supply from outside Ethiopia, the currency of
the bid shall be: USD or Birr

ITB 21.1 The bid validity period shall be: -------.

ITB 22.1 A bid security shall be required.


The amount and currency of the bid security shall be at
Least 2% for each lot.
D. Submission and Opening of Bids
ITB 23.1 In addition to the original document of the bid, the
number of copies required is: --------Copies and soft
copy on CD(s)

ITB 23.2 The written confirmation of authorization to sign on


behalf of the Bidder shall consist of: Name, Title,
Signature and Stamp.

27 | P a g e
ITB 25.1 The institute address is:
Attention: Procurement Directorate Office
Tel: --------------- (direct)
The deadline for bid submission is:
Date: ----------
Time: ------------local time

ITB 28.1 The bid opening shall take place at:


Floor/Room number: ----------
City : Addis Ababa
Country: Ethiopia
Date: ---------------
Time: ------------ local time
E. Evaluation, and Comparison of Bids

28 | P a g e
Instruction to Bidders(ITB) References Data relevant to ITB
ITB 32.3 The methodology to adjust the price to reflect the
price of the missing or nonconforming item or
component is: Normalizing by adding the
maximum amount quoted for
The same item by other vendors.

ITB 35.1 The source of exchange rate shall be:Institute of


Ethiopiaor EMI
The date for the exchange rate shall be: The Bid
opening
Date

ITB 37.6
Multiple awards to one Bidder shall not be
Permitted
F. Award of Contract

ITB 42.1 The percentage by which the number of


implementation
Site(DMTC) may be increased/ decreased is: 20%

Section 3 Evaluation and Qualification Criteria

This section, read in conjunction with Sections above, contains all the factors,
Methods and criteria that the institute shall use to evaluate a bid and determine
Whether a bidder has the required qualifications.

1. Additional Evaluation Factors


1.1 In accordance with ITB Clause 37.3(e), the Institutes evaluation of a bid will
Take into account, in addition to the bid price, the following factors, which
Will be quantified as specified in 1.2 below:
1.2 The factors specified in 1.1 above will be quantified as follows:

The evaluation will be performed by an evaluation team. The evaluators will


Consider how well a vendor's proposed solution meets the needs of the Institute as
Described in the vendor's response to each requirement and form. It is important
That responses be clear and complete so that the evaluators can adequately
Understand all aspects of the proposal. The evaluation process is not designed to
Simply award the contract to the lowest cost vendor. Rather, it is intended to help
29 | P a g e
TheInstituteselect the vendor with the best combination of attributes, including
Price, based on defined evaluation factors.

The technical evaluation may consider the following criteria for proposal:

Scoring Factor Score

21%
Vendor Qualifications

Company profile (organizational nature of


business and years of the field of
information technology) 4%
Specific system design and network
deployment experiences of the firms in the
past project similar to this projectreferences
with certificate of satisfaction is mandatory
17%

28%
Technical Solution

The suggested network feasibility study 6%


Fulfillment of the required equipment and
services Specification 18%
Bidders understanding of the Project 4%

7%
Project Approach / Change Process

Technical approach and methodology 4%


Work plan and Schedule of work 3%

30 | P a g e
14%
Qualifications of Project Team

Academic qualification and General


experiences 3%
Adequacy for the Assignment 9 %(ex.
Composition of Project/Program Manger
Network Experts, Structural Cabling
Experts..)
Regional/Local Experiences 2%

Technical Total 70%

Price 30

Financial Total 30%

Total 100%

1.3 Those bidders who ranked highest in the technical evaluation shall qualify for
The financial evaluation.
1.4 The Institute by its own discretion may visit vendors reference sites. Negative

Reference obtained from site visit may lead to disqualification of the proposal.
1.5The Institute shall use Total Cost of Ownership (TCO) as an evaluation factor.

31 | P a g e
Section 4 Bidding Forms
Bid Submission Sheet

FORM 4-1: COVER LETTER

Date: [insert date (as day, month and year) of Bid Submission]
Procurement Reference Number: [insert reference number]

To: [insert complete name of Institute].


We, the undersigned, declare that:
(a) We have examined and have no reservations to the Bidding Documents,
Including Addenda No: [insert the number and issuing date of each
Addenda];
(b) We offer to supply in conformity with the Bidding Documents and in
Accordance with the delivery schedule specified in the Statement of
Requirements the following Goods and Related Services on lot/s: [insert a
Brief description of the Goods and Related Services];
(c) The total price of our Bid, excluding any discounts offered in item (d) below is:
[Insert the total bid price in words and figures, indicating the various
Amounts and the respective currencies];
(d) The discounts offered and the methodology for their application are:

Unconditional Discounts. If our bid is accepted, the following discounts shall
Apply. [Specify in detail each discount offered and the specific item of
The Statement of Requirements to which it applies.]
Methodology of Application of the Discounts. The discounts shall be applied
Using the following method: [Specify in detail the method that shall be
Used to apply the discounts];
Conditional Discounts. If our bid(s) are accepted, the following discounts
Shall apply. [Specify in detail each discount offered and the specific item
Of the Statement of Requirements to which it applies.]
Methodology of Application of the Discounts. The discounts shall be applied
Using the following method: [Specify in detail the method that shall be
Used to apply the discounts];
(e) Our bid shall be valid for a period of [specify the number of calendar days]
Days from the date fixed for the bid submission deadline in accordance with

32 | P a g e
The Bidding Documents, and it shall remain binding upon us and may be
Accepted at any time before expiry of that period;
(f) We, including any subcontractors for any part of the contract resulting from
This procurement process, are eligible to participate in public procurement in
Accordance with ITB Clause 4.1 and have not been suspended by the laws of
Ethiopia from participating in public procurement;
(g) We have read and understood the provisions on fraud and corruption in ITB
Clause 3 and we undertake to abide by the Code of Ethical Conduct for
Bidders during the procurement process and the execution of any resulting
Contract;
(h) We are not participating, as Bidders, in more than one bid in this bidding
Process, other than alternative bids in accordance with the Bidding
Document;
(i) We do not have any conflict of interest and have not participated in the
Preparation of the original Statement of Requirements for the Institute;
(j) If our bid is accepted, we commit to obtain a contract security in accordance
With the Bidding Documents for the due performance of the Contract;
(k) We, including any subcontractors or suppliers for any part of the Contract,
Have nationalities from eligible countries [insert the nationality of the
Bidder, including that of all parties that comprise the Bidder, if the
Bidder is a consortium or association, and the nationality of each
Subcontractor and supplier];
(l) We understand that you are not bound to accept the lowest evaluated bid or
Any other bid that you may receive.
Name [insert complete name of personsigning the Bid] in the capacity of
[Insert legal capacity of person signing the bid].

Signed [insert signature of person whose name and capacity are shown
Above]

Duly authorized to sign the bid for and on behalf of [insert complete name of
Bidder].

Dated on .. Day of ... 20. [Insert date of signing]

33 | P a g e
FORM 4-2: Anti-Corruption Declaration

Date: [insert date (as day, month and year) of Bid Submission]
Procurement Reference Number: [insert reference number]

To: [insert complete name of Institute].


We, the undersigned, declare that:
Our organization is aware and respects all Ethiopian Laws, Rules and
Regulations with respect to Ethics and Anti-Corruption.

Name [insert complete name of personsigning the Bid] In the capacity of


[Insert legal capacity of person signing the bid].

Signed [insert signature of person whose name and capacity are shown
Above]

Duly authorized to sign the bid for and on behalf of [insert complete name of
Bidder].

Dated on .. Day of ... 20. [Insert date of signing]

Note to Bidders: The information requested is required in the format provided below
And should be included by the Bidder in its technical proposal.

34 | P a g e
FORM 4-2: COST STATEMENT
Vendors proposals must include the comprehensive cost statement presented on
The following pages. All costs are to be contained in this statement. This
Statement shall also include payment terms required for services rendered.

COST STATEMENT
The following table provides definitions for terms found in the cost statement
Tables. In the subsequent tables, please include the cost estimates as required in
Each form. Cost information must include all expected implementation and
Operating costs, both one -time and ongoing. Specific model numbers and
Capacities should be included. Information about license size must be provided.
Vendors should describe and quote optional components as individual, separate
Items. Any upgrade to the base system needed for optional components must be
Included in the cost of those components. Any third-party software, hardware, or
Services must be included in the appropriate sections.

All prices are to be in Ethiopian Birr or USD and include all applicable taxes. Add
More lines to the tables as necessary.
Definition of Terms for the Cost Statement

Item This column presents the items for which cost


information must be provided
Vendor Indicate the original vendor (i.e., manufacturer) of the
item described in the first column

Product Number Indicate the original vendors (i.e., manufacturers)


product number for the item described in the first
Column.

Quantity (Qty.) Indicate the quantity of the item in the first column that
You are proposing in your bid.

List Price Indicate the vendors list unit price (i.e., pre-discount)
For the item.

Discount Rate Indicate the rate at which you are discounting the item
In the first column to the Institute.

Bid Price Indicate the price to the Institute after the discount has
Been applied. This should not include any recurring
Costs.

Annual Recurring Costs Indicate any annually recurring costs for the item in the
first column, identifying first payment due date in

35 | P a g e
Comments Include any additional information that you consider
important regarding your cost statement including
Potential reductions due to marketing considerations.

Cost Statement

[Please complete the following table, including all hardware, software,


Implementation, support, and all components as necessary. Use your
Spreadsheets copy and paste functionality to create new rows if needed.]
Cost Statement -Hardware
Item Vendor Product Qt. List Price Discount Bid Price Annual Recurring Costs
Comments
Number Rate* (one-Time (System
Elements Support/Maintenance

Sub-Total (Hardware)

*The discount rate contained herein is expected by the institute to be in place for a
Term of at least one year.

Cost Statement -Implementation

Description Prices Comments


Cost Item
Bid

Sub-Total (Implementation)

Cost Statement -Support

Cost Item Description Bid Price(One Time Annual Recurring Comments


Elements) Costs(Support/Maintenance)

Sub-Total(Support)

36 | P a g e
Summary Cost Statement

Cost Item Bid Price(One Time Elements) Annual Recurring Comments


Costs(Support/Maintenance)

Sub-Total (Hardware)
Sub-Total
(Implementation)
Sub-Total (Support)

FORM 4-3: BIDDERS ORGANIZATION AND EXPERIENCE


Bidders Organization
[Provide a brief (approximately two pages) description of your firm/entity (and
each associate for the assignment) background, organization etc.]
Bidders Experience
[Using the format below, provide information on relevant assignments carried out
In the last five years which best illustrate your experience, where your firm/entity
(And each associate for the assignment) provided services similar to the ones
Requested under this assignment.]

Assignment Name: Approx. value of the contract (in


current US$)

Country: Duration of assignment (months):


Location within Country:

Address: Approx. value of the services


provided by your firm (in current
US$)

Name of Client: Total No of staff-months:

Start Date (Month/Year): Completion Date (Month/Year):

Name of Associated Consultants, If No of professional staff-months


Any: provided by associated Consultants

Names of Senior Staff (Project Director/Coordinator, Team Leader) involved


and functions performed
Narrative Description of Project:

Description of Actual Services Provided by Your Staff:

37 | P a g e
Bidders Name: ----------------------------------

Note to Bidders: The information requested is required in the format provided below
And should be included by the Bidder in its technical proposal. If none, include form
and state None.

Note to Bidders: The information requested is required in the format provided below
And should be included by the Bidder in its technical proposal.

Note to Bidders: The information requested is required in the format provided below
And should be included by the Bidder in its technical proposal.

FORM 4-4: Description of Approach, Methodology and Work Plan for


Performing the Assignment
[It is suggested that you present your Technical Proposal divided into the
Following three chapters:

a) Technical Approach and Methodology,


b) Work Plan, and
c) Organization and Staffing,

a) Technical Approach and Methodology. In this chapter you should explain your
Understanding of the objectives of the assignment, approach to the services,
Methodology for carrying out the activities and obtaining the expected output,
And the degree of detail of such output. You should highlight the problems being
Addressed and their importance, and explain the technical approach you would
Adopt to address them. You should also explain the methodologies you propose to
Adopt and highlight the compatibility of those methodologies with the proposed
Approach.

b) Work Plan. In this chapter you should propose the main activities of the
Assignment, their content and duration, phasing and interrelations, milestones
(Including interim approvals by the Institute), and delivery dates of the reports. The
Proposed work plan should be consistent with the technical approach and
Methodology, showing understanding of the TOR and ability to translate them
Into a feasible working plan. A list of the final documents, including reports,
Drawings, and tables to be delivered as final output, should be included here. The
Work plan should be consistent with the Work Schedule of Form 4-8.

c) Organization and Staffing. In this chapter you should propose the structure
And composition of your team. You should list the main disciplines of the
38 | P a g e
Assignment, the key expert responsible, and proposed technical and support
Staff.]

Note to Bidders: The information requested is required in the format provided below
And should be included by the Bidder in its technical proposal. Bidders may
Reproduce this format in landscape format, but are responsible for its accurate
Reproduction.

FORM 4-5: Team Composition and Task Assignments

Professional Staff

Name Firm Area of Expertise Position Tasks


Assigned

Note to Bidders :The Information requested is required in the format provided


below for each named member of professional staff and should be included by
the Bidder in its technical proposal

FORM 4-6: Curriculum Vitae for Proposed Professional Staff


1. Proposed Position: [one candidate not more than one position]
2. Name of Firm:
3. Name of Staff:
4. Date of Birth: Nationality:

39 | P a g e
5. Education: [indicate college/university and other specialized education, giving
Names of institutions, degrees obtained and dates of obtained]
6. Membership of Professional Associations:
7. Other Training: [indicate other significant training not included under Education]
8. Countries of Work Experience: [list countries of work experience in the last ten
Years]
9. Languages: [indicate proficiency in each language as good, fair or poor for
Speaking, reading and writing]
10. Employment Record: [starting with present position, list every employment
Held since graduation, stating dates of employment, employing organization and
Positions held]
From: [year] _______ to: [year]
Employer:
Positions held:

11.Detalied Tasks Assigned:[list all tasks to be 12.Work undertaken that best Illustrates
indicate the performed under this assignment] Capability to Handle the Tasks Assigned:
[Indicate the following information for those
assignments that the best illustrate the membrane of
staffs capability handle the task list under point 11
]
Name of assignment or project:
Year:
Location:
Client:
Main project features:
Positions held:
Activities performed:

13. Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this CV
Correctly describes myself, my qualifications, and my experience. I understand
That any willful misstatement described herein may lead to my disqualification or
Dismissal, if engaged.
___________________________________________
Date:
Signature of staff member or authorized representative of the staff
Day/Month/Year
Full name of authorized representative-----------------------------------
40 | P a g e
Note to Bidders: The information requested is required in the format provided below
And should be included by the Bidder in its technical proposal. Bidders may
Reproduce this form in landscape format, but are responsible for its accurate
Reproduction.
Staff input should be counted from the start date of the assignment and indicated
In weeks or months, as appropriate. Professional staff should be indicated
Individually by name; support staff should be indicated by category e.g. clerical
Staff. Input should be indicated separately for input at home and in the field and for
Foreign and national staff, for the purpose of calculating travel, subsistence etc.

FORM 4-7: Staffing Schedule

Staff Input(specify weeks or months)

NO Name Foreign/National 1 2 3 4 5 6 7 8 9 10 11 12 Total


of staff
Staff Input

Totals

Note to Bidders: The information requested in required in the format provided below
And should be included by the Bidder in its Technical Proposal. Bidders may
Reproduce this form in landscape format, but are responsible for its accurate
Reproduction.
Indicate all main activities of the assignment, including milestones such as
Submission of reports and other deliverables. For phased assignment, indicate
Activities separately for each phase.

FORM 4-8: Work Schedule

Time Period(specify weeks or months)


No. Activity 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th

41 | P a g e
FORM 4-9: PROPOSED SOLUTION SPECIFICATIONS (Network Infrastructure)

[This form allows the vendor to present their proposed solution. Please complete
The following tables and provide a diagram of your proposed network architecture.
Responses that fail to comply with the structure of this form will be ignored.
TEXT WITHIN THESE BRACKETS IS TO BE DELETED IN YOUR RESPONSE.]

1. Please provide an overview of your proposed technical architecture. Highlight


All pertinent information and key features in your description.

2. Provide the technical architecture diagram of your proposed solution, ensuring


That it meets the Institutes design requirements.

3. In the following table, please list the components you are proposing as part of
Your solution with detailed specification. (Add more lines as necessary.)

Note: Proposed solution must be complete and have all necessary features such
As memory, interfaces, converters, software etc. When there is more than one
Option bidders must show the options separately (in the technical proposal) and
Quote prices separately (in the financial proposal) so that CBB will have the
Option to select. Fill the following table to comply with the Technical Specification
Stipulated in Section 6 (6.18 Technical Specification). If the offer does not comply
With the specification in section 6.18, the offer may be automatically rejected.
However, bidders are highly encouraged to offer better alternative offers with

Description/Feature Minimum Requirement Offer Remarks(Comply or


not Comply )

4. This question must ensure that your proposed solution meets the mandatory
Features of the RFP:

42 | P a g e
NO Feature Remarks

1
Highly available and future-proof
2
Hierarchical
3 Scalable to converged network infrastructure
comprising voice, video, and data (all-in-one)
Services.
4
Managed switches.
5
VLAN capable
6 Secure using Network-Based Antivirus, Firewall,
Intrusion Prevention System (IPS)
7 Management software to manage/monitor all
Communication equipment.
8 Minimum 4 years for the structured LAN cabling
Minimum 36 months warranty for others
9
1 Gigabit backbone

43 | P a g e
Bid Security

Date:[insert date (as day, month and year) of Bid Submission].


Procurement Reference Number: [insert number of bidding process]
Alternative No:[insert identification No if this is a Bid for an alternative]
To:[insert complete name of Institute]
Whereas [insert complete name of Bidder] (hereinafter the Bidder) has
Submitted its bid dated [insert date (as day, month and year) of bid
Submission] for Procurement reference Number [insert Procurement Reference
Number] for the supply of [insert brief description of the Goods and Related
Services], hereinafter called the Bid.
KNOW ALL PEOPLE by these presents that WE [insert complete name of
Financial institution issuing the Bid Security], of [insert city of domicile and
Country of nationality] having our registered office at [insert full address of the
Issuing institution] (hereinafter the Guarantor), are bound unto [The
Construction and Business Institute S.C] (hereinafter the Institute) in the sum of
[Specify in words the amount and currency of the bid security] (Specify the
Amount and currency in figures), for which payment well and truly to be made
To the aforementioned Institute, the Guarantor binds itself, its successors or
Assignees by these presents. Sealed with the Common Seal of this Guarantor
This [insert day in numbers] day of [insert month], [insert year].
THE CONDITIONS of this obligation are the following:
1. If the Bidder withdraws its bid during the period of bid validity specified by
The Bidder in the Bid Submission Sheet.
2. If the Bidder, having been notified of the acceptance of its bid by the Institute,
During the period of bid validity, fails or refuses to:
(a) Execute the Contract; or
(b) Furnish the Contract Security,
(c) Accept the correction of its bid by the Institute,
We undertake to pay the Institute up to the above amount upon receipt of its first
Written demand, without the Institute having to substantiate its demand, and the
Guarantor having to ask for justification for payment provided that in its demand
TheInstitute states that the amount claimed by it is due to it, owing to the
Occurrence of one or more of the above conditions, specifying the occurred
Conditions.
This security shall remain in force up to and including twenty-eight (28) days
After the period of bid validity, and any demand in respect thereof should be
Received by the Guarantor no later than the above date.

44 | P a g e
Name: [insert complete name of personsigning the Bid] In the capacity of
[Insert legal capacity of person signing the bid]
Signed: [insert signature of person whose name and capacity are shown
Above]
Duly authorized to sign the bid for and on behalf of: [insert complete name of
Bidder]
Dated on ____________ day of __________________, _______ [insert date of signing]

Manufacturers Authorization

Date: [insert date (as day, month and year) of Bid Submission].
Procurement Reference Number: [insert number of bidding process]
Alternative No: [insert identification No if this is a Bid for an alternative]

To: [insert complete name of Institute]

WHEREAS [insert complete name of Manufacturer], who are official


Manufacturers of [insert type of goods manufactured], having factories at
[Insert full address of Manufacturer], do hereby authorize [insert complete
Name of Bidder] to submit a bid in relation to the Invitation for Bids indicated
Above, the purpose of which is to provide the following Goods, manufactured by
Us [insert name and or brief description of the Software], and to subsequently
Negotiate and sign the Contract.

We hereby extend our full guarantee and warranty for ____ Months/Years in
Accordance with Clause 28 of the General Conditions of Contract, with respect to
The Goods offered by the above firm in reply to this Invitation for Bids.

Name: [insert complete name of person signing the Manufacturers


Authorization]
In the capacity of [insert legal capacity of person signing the Manufacturers
Authorization]

Signed: [insert signature of person whose name and capacity are shown
Above]

Dated on ____________ day of __________________, _______ [insert date of signing]


Note: This letter of authorization should be on the letterhead of the Manufacturer
And should be signed by a person with the proper authority to sign
Documents that are binding on the Manufacturer. It should be included by the

45 | P a g e
Bidder in its bid, if so indicated in the BDS or it can send with Email from the
Manufacturer at the address indicated in BDS.

Section 5. Eligible Countries

Procurement Reference Number: Bid No. ___/_______/__

All countries are eligible except countries subject to the following provisions.
A country shall not be eligible if:
(a) As a matter of law or official regulation, the Government of the Federal
Democratic Republic of Ethiopia prohibits commercial relations with that
Country.

(b) By an act of compliance with a resolution of the United Nations Security


Council taken under Chapter VII of the Charter of the United Nations, the
Government of the Federal Democratic Republic of Ethiopia prohibits any
Import of Goods from that country or any payments to persons or entities
In that country.

46 | P a g e
Section 6 Statement of Work

6.1 General
Objective
The objective of this Request for Proposal (RFP) is to seek competitive Proposal for
Ethiopian Management Institute at its branch in Debrzeit (DMTC) on the Supply,
Implementation and configuration, training wired LAN and wireless LAN
Infrastructure and integrated to head office main data center.

6.2 The Ethiopian Management Institute

Ethiopian Management Institute (EMI) has more than 50 years of experience in designing and
Delivering a number of management development programs that aim at enhancing the managerial
Capacity of public, private and NGO sectors.

Since its establishment, we have been the forefront in the endeavor to introduce modern
Management administrative systems to our country. We have been providing training, consultancy
And research services in the field of management and related areas.

We offer several training programs annually on a number of relevant topics in our facilities at the
Head office in Addis Ababa which is located between GurdSholla and Ethiopian Civil Service
University and at Debrezeit Management Training Center (DMTC), which is mainly used as a
Residential training center. We also offer tailor-made trainings at clients premises on requests
Bases.

As a result of changing environment worldwide, the ongoing Public Service Capacity Building
Program in the country and our responsibility as one of the resource bases for capacity building of
Public, private and NGOs, we have transformed ourselves in order to play an active role in building
Capacities of other organizations.

In view of addressing the National Capacity Building Programs and act as strong change agent so as
To bring a paradigm shift in its service delivery, we have updated our training programs catalogue
For the year 20012/13.

Realizing contributions of other organizations for the enhancement of contemporary management


In the country, we have also availed our standardized training facilities, both at DMTC and the
Head office, for customers to organize and conduct their own trainings, workshops, conferences or
Seminars.

47 | P a g e
6.3 PROJECT SCOPE

As previously described, this RFP is to procure and implement a set of network


Technologies and services targeted at implementing the DMTC wired LAN, wireless
LAN network infrastructure and integrated to main head office data center.

6.4 Network Infrastructure Scope

The institute is seeking proposals from vendors to provide equipment as well as


Design, installation and training services necessary to install and configure wired
LAN/WAN, wireless LAN network infrastructure and integrated the main head office of main
Datacenter.
The institute current technologies have proven difficult to manage and support,
And its existing architecture is becoming increasingly inadequate. The institute is
Specifically interested in soliciting proposals for network designs that will provide
Convergednetwork solutions, including core switches, workgroup switches,
Routers, firewalls and associated equipment, and end-equipment for its LAN/WAN
Connections. Additionally, proposals should include all services required to install the
Proposed solution and syllabus for the training.

For the purpose of expressing the desired level of equipment and services, some
Brand names might be referred inside the document. Please be aware and informed
That to propose equivalent alternatives are also acceptable. The intention of
Mentioning the brand names is to have good understanding of the requirement,
Not to be vendor specific bid.

6.5 Implementation/Deployment Strategy

Infrastructure implementation of the institute planned to follow in one phased and in one
LOT approach as shown below.
Phase 1 DMTC wired LAN/WAN and wireless network infrastructure.
One phase is further categorizedin toin one Lot, Lot 1 DMTC wired LAN /WAN wireless LAN
Network infrastructure.

6.6 Infrastructure Proposals

Vendor proposals for the infrastructure will include the following elements:

Wired LAN /WAN and wireless LAN Design and implementation


LAN, WAN and Security equipment design

48 | P a g e
Hardware and accessories (e.g., network cabling, switches, routers, Firewalls etc.)
Software
Implementation services, including installation
Technical training & support
Ongoing hardware/software maintenance
Training Proposal including course syllable, Duration and method of delivery.

6.7 Existing LAN/WAN Infrastructure Overview

There is existing network infrastructure in EMI branch offices. The existing


Network can be described as a flat topology with user workstations and servers located in one
Broadcast domain. This characteristic affects the performance ofthe network due to
Broadcast storms. This is due to the fact that the network was not designed using hierarchical
Topology and the network was first designed for a small number of nodes and then expanded
As the demand grows. This design, in addition to making the topology a flat one, comprises
Ofinternetworking devices such as hubs and repeaters which are low performance and
Unmanageable network devices. Most of the user computers are connected using D-link and
3COM switches. As a result; the traffic flow and performance of the LAN is very low. These
Hubs and repeaters have tobe replaced with a managed, efficient and higher performance
Switches.
The branch office has an Internet access through fiber with 10 Mbps bandwidth, bedside that
The branch office has worda net access (VPN) through fiber in 6Mbps but we are only used for
Video confreres. In addition to the flat LAN network topology, the Internet bandwidth is not very
Sufficient to accommodate DMTC Internet users requests.

Generally, the existing DMTCnetwork isnot scalable and has very low performance.
Realizing this fact, the agency needs to have scalable, available, secured and high
Performance toachieve thecompanys business andtechnical goalsusing state-of-the-art
Network design methodologies. Finally for sake of your information the mainoffice existing
Network infrastructure is not flat. As shown in the figure below thecurrent supportLAN,
WAN Network and Internet Service for the DMTC and head office

49 | P a g e
DMTC Existing LAN/WAN Logical Diagram

50 | P a g e
Main Data center at head office network topology

51 | P a g e
Main Data center at head office server topology

Main Data center at head office Device Quantity

Type Model Quantity

Firewall ZXSEC US1612 1


Router Cisco 3925 1
Core 2
ZXR10 5928E
Switch
AGG 2
ZXR10 5928E
Switch
Access 24
ZXR10 2928E
Switch
IBM IBM X3650 M3 and HP 11
Server Server
Tape 1
Dell TL2000
Library
IP phone Cisco 2960 28

52 | P a g e
Main Data center at head office IP Phone design
Based on the network situation in Ethiopia, our network topology is shown in figure as follows.

Internal Calls on the Same Zone

The call is routed to local phone directly if the called number is local number.

The Cisco 3925 implements the local switch function.

Internal Calls on the different Zone

The user access the voice network with IP phone. If the normal phone will available for the system,

The IAD device will be deployed on the user access sides.( but not functional because of ISP technical problem
)

Wide area Network - VPN configuration


service is subscribed from ethio telecom to be able to unify the two local areas
e two branch offices of the institute. This enables the institute to manage
IT services centrally. By now the institute is using the network only for video conferencing.
VPN technology chosen is not point to point but "WOREDANET" which is preferable
multipoint connections through national datacenter.

Note; If you have any clarification to integrate the main data center to the new proposed IT infrastructure at
DMTC,you should be contact the concerned body as we describe in the above of bid document(BDS)

6.8 Desired LAN/WAN Infrastructure

EMI is planning to expand its IT office communication service delivery through its head office to its
Branch (DMTC), over the Internet, VPN (worda Net) to desktop computers, IP phone VC,
Handhelddevices.Theinstitute also planning implements a set of network
Technologies and services targeted at implementing the DMTC wired and wireless
LAN network infrastructure and integrates to main head office data center.
The institute wants to make sure that these internal applications and data are
Always available and highly secure, no matter what access method its employees
Choose.
To this end, EMI desires to have a network infrastructure solution with the following
Mandatory features:

53 | P a g e
NO Feature Remarks

1 Highly available and future-proof

2 Hierarchical

3 Scalable to converged network infrastructure


comprising voice, video, and data (all-in-one)
Services.
4 Managed switches.
5 VLAN capable
6 Secure using Network-Based Antivirus,
Firewall,
Intrusion Prevention System (IPS)
7 Management software to manage/monitor all
Communication equipment.
8 Minimum 4 years for the structured LAN
cabling
Minimum 36 months warranty for others
9 1 Gigabit backbone
10 220V, 50Hz AC input power
11

Deliver the required equipments and other related materials and Installing them for setting up a
Working Network
Preparation and delivery of Installation work plan
Cabling work must follow structured cabling standards
Client-server architecture that runs on Ethernet LAN architecture for the DMTC network is proposed
Appropriate number of wall plate RJ-45 cable (patch cable) for each access
Node must be submitted, and every end should be covered with the jack.
The Network should be capable of delivering 1Gbps or more to each
Workstation
Total Number of Node required from the Network is around 200
Detail sketch of wiring and entire network map shall be submitted up upon completion of network
installation
The network and all devices attached must be protected from unauthorized access, as well as viruses and
worms
Replaces, restore, or bring to the original condition any damage to floors ceilings, walls, furniture, grounds

54 | P a g e
pavements ,sidewalks, etc caused the installation of the proposed solution
All cabling has to be in line with ISO 11801 (Noting that the ISO/IEC- 11801 Generic
Customer Premises Cabling standard is an international cabling standard that is based on the
ANSI/TIA/EIA-568 cabling standard.)
All the hardware, software, and accessories shall be provisioned as per
Technical specification
.

The Network that is going to be designed and implemented at the DMTC should satisfy
The current needs as well as future changes. The DMTC recommends Collapsed Hierarchical
Network design model to address the DMTC networking needs. The model includes the
Following layers:

The access layer: - The access layer is the entry point for user workstations and wireless
Access point to the network. A switch is used at this layer.

The Core/ distribution layer: - The purpose of this layer is to provide boundary definition
And is the place at which packet manipulation can take place. This layer is a high-speed
Switching backbone and should be designed to switch packets as fast as possible.
This layered approach is selected because

The use of a hierarchical design model will make it easier to make changes
To the network as the organization grows. In such modular design, as each
Element in the network design requires change, the cost and complexity of
Making the upgrade is constrained to a small subset of the overall network.
Using a hierarchical design simplifies the task required for internetworking.
Each layer can be focused on specific functions, thereby allowing
The networking designerto choose the right systems and features for the layer.
Improved fault isolation is also facilitated by modular structuring of the network
Intotransition points in the network, which helps identify failure points.
As the DMTC future requirement show, the connectivity will be extended to its blocks,
Thus the layered approach helps the easy routing and switching of bulk of data from place to
Place in a desired fashion.
.

55 | P a g e
Total Number of Node Required Per Process for Head office and Main Branch
NO Process/Office/ Names Number of Required Node
1 40
DMTC reception

2 3
IT Room

3 7
White House

4 6
Training room 1 and 2

5 41
Computer Lab 1, transport
office, syndicate

6 2
Hall 1

7 2
Restaurant

8 Training room 3 and 4 , 8


Syndicate Room
9 8
Training room 5 and 6,
Syndicate Room

10 10
Clinic and housekeeping

11 Maintenance and Store room 6


12 2
Laundry room

13 42
Hall 2 and library

14 8
Audio visual and syndicate
room

15 3
Security Room

16 8
Dormitory block one

17 8
Dormitory block two

204
Total

56 | P a g e
6.9 DMTC Main Branch Bill of Material & Required Design

The following design has been prepared to give vendors a general indication of
What the DMTC desires. However, vendors are encouraged to propose (with options)
State-of-the-art network infrastructure that is suitable for the institutions
Based on their experience and expertise. As shown in the figure below DMTC
Branch connect to the head office through a 6Mbps WAN link
and 10Mbps internet connection.at the MainData Center.

57 | P a g e
High Level Logical Design for DMTC

58 | P a g e
6.10 Bill of Material for LAN/WAN Infrastructure (Phase One Lot one)

Network Equipment Martials (Active Device)


No
Description Units Quantity

1 Collapsed Core 3750 Switch (WS-C3750X-48P-E ) Pcs 2


2 Access Switch 2960(2960x-24PD-L) Pcs 12
3 2911 series Enterprise Edge Router Pcs 1
4 Cisco ASA 5512-X Adaptive Security Appliance Pcs 1

5 Wireless Indoor Access point (AP2700 Indoor) Pcs 5


6 Wireless Controller (AIR-CT5508-100-K9(5508) ) Pcs 1

7 Wireless Out Door Access point(AP 3700P) Pcs 2


Networks Cables and Accessories (Passive Device)
No
Description Units Quantity

1 UTP Full copper Cat 6 Packet The vendor can be estimate


After site Visit (. NS)
2 Fiber Cables Packet The vendor can be estimate
After site Visit (. NS)
3 Patch Cord(Fiber or UTP) ,RJ-45 and Trucking Number The vendor can be estimate
Accessories (internal angel, joint, External After site Visit (. NS)
angle, T connector angle , End Cup and others
necessary equipments )
UPS and Power Devices
No
Description Units Quantity

1. Ups for Access Switch(APC Smart-UPS 750 - UPS -


500 Watt - 750 VA) Pcs 12
2. UPS for Core Switch, Router, Fire wall And
Wireless Controller(5KVA) Pcs 1
Air Conditioner Devices (AC)
No
Description Units Quantity

1
AC for Data Center Pcs 1
Racks
No
Description Units Quantity

59 | P a g e
1 12U Rack Pcs 12
2 42 U Rack With Rack Console and KVM Pcs 1
Switch (Including all accessories)

NB. Some of the material quantity quoted on the abovetable may be adjusted according to that actual measurement.
NB.NS, is indicted not specified, the vendor can be specified in the requested network
Proposal document

6.11IT Staff Training


The institute requires the following trainings to be provided to its staff members. The
Detailed specifications of the trainings are given in a latter section.

LAN/WAN Infrastructure (Phase One Lot one)

No Title No.Of Trainers

6.12Internet Access

All DMTC users and trainees shall access the Internet in a centralized manner through at
DMTC Data Center and the internal LAN must be accessed only DMTC staffs

6.13 Network and Internet security

One Firewall is required to define three regions of security Perimeter: Internal, External, and DMZ
(A DMZ typically consists of DNS, network anti-virus, web server and email gateway).
The ASA firewall defines the outside perimeter between the internet and the DMZ, and also
Firewall defines the perimeter between the DMZ and the internal network.
The firewall systems chosen shall carryout state full inspection and
Multiple layers of firewalls shall manage the access control. At the same time more specific content level
Scanning products like anti-spam, network anti-virus gateways with reliable updating mechanisms
Should beprovisioned at appropriatepoints toensure content level scanning,
Blocking and access. Vendors should design, supply hardware/software, install, configure
And document system to secure the LAN and WAN as shown in the figure below.

60 | P a g e
6.14 Technical Specifications
6.14.1 Access Switch 2960

Item Description Quantity


Device 12
Type Ethernet Switch
Form Factor 1 Rack unit (RU)

Memory
Standard 512MB
Memory
Flash 128MB
Memory
Networking
Ports Qty 24 10/100/1000 Ethernet Port
2 SFP+
Available PoE Power(12 port up to 30W)
Data Transfer Rate 1000 Mpbs
Data Link Protocol Ethernet, Fast Ethernet, Gigabit Ethernet
Remote SNMP 1, RMON 1, RMON 2, RMON 3,
Management RMON 9, Telnet, SNMP 3, SNMP 2c, HTTP
Protocol
Connectivity Wired
Technology
Communication Half-Duplex, Full-Duplex
Mode
CPU Dual core at 600 MHz

Switching Ethernet
Protocol
Features Auto-sensing per device, DHCP support,
auto-negotiation, VLAN support, auto uplink
(auto MDI/MDI-X), IGMP
snooping, Quality of Service (QoS)
Media & Performance
Performance: Forwarding bandwidth 108GB
Switching bandwidth 216GB
Maximum active VLANs 1023
VLAN IDs available 4096
Maximum transmission unit (MTU)-L3 Packet 9198Bytes
Jumbo frame - Ethernet frame 9216 bytes
Maximum Mack Address 16K

Operating System Cisco IOS Software LAN Base Image


installed
Expansion / Connectivity
Expansion Slots 2 SFP

Interfaces 24 10/100/1000 Ethernet Port,1 x RJ-45 Console Management,


Console RJ45, USB console, and out of band Ethernet
Accessories Rack Mount kits and Power cords
Power
input Voltage 110 V AC 220 V AC
Input Voltage 100 V AC to 240 V AC
Range
Dimensions (WxDxH)and Weight 1.75 x 14.5 x 17.5 (Inches) and 5.7 Kg

Warranty Minimum 36 Months


61 | P a g e
6.14.2Collapsed Core 3750 Switch
Item Description Quantity
Device 2
Type Ethernet Switch
Form Factor 1 Rack unit (RU)

Memory
Standard 512 MB
Memory
Flash 128 MB
Memory
Networking
Ports Qty 48 10/100/1000 Ethernet Port PoE+ (24 port
PoE)

Data Transfer Rate 1000Mbps


Data Link Protocol Ethernet, Fast Ethernet, Gigabit Ethernet
Routing OSPF, BGP-4, RIP-1, RIP-2, EIGRP, HSRP,
Protocol DVMRP, PIMSM,
static IP routing, PIM-DM, OSPFv3
Total VLANs 1005

Remote RMON 1, RMON 2, RMON 3, RMON 9,


Management Telnet, SNMP 3
Protocol
Connectivity Wired
Technology
Communication
Mode
Switching Ethernet L3,
Protocol Switching Fabric ,160Gbps

Compliant IEEE 802.3, IEEE 802.3u, IEEE 802.3z,


Standards IEEE 802.1D,

Features Auto-sensing per device, DHCP support,


auto-negotiation,
ARP support, VLAN support, auto-uplink
(auto MDI/MDIX),
IGMP snooping, Syslog support, traffic
shaping,
Broadcast Storm Control, IPv6 support,
Media & Performance
Performance:
Operating System Cisco IOS Software IP Services
Installed(Activating licenses)
Expansion / Connectivity
Power Redundant power supplies
Interfaces 48 10/100/1000 Ethernet Port PoE+
Miscellaneous
Authentication Kerberos, Secure Shell (SSH), RADIUS,
Method: TACACS+
Compliant CE, FCC Class A certified, TUV GS, CISPR
Standards 22 Class A,GOST, cUL, NOM, VCCI Class
A ITE, EN55022 Class A,
CB, AS/NZS 60950-1, AS/NZ 3548 Class A,
CCC, FCC
Part 15, MIC, RoHS, UL 60950-1, IEC
60950-1, EN
Power Device Power supply, plug-in module
Input Voltage AC 120/230 V ( 50/60 Hz )
Features Redundant Power System (RPS) connector
Accessories Rack Mount kits and Power cords
Dimensions (WxDxH)and Weight 1.75 x 17.5 x 18.0 (Inches ) and 36KG

62 | P a g e
Warranty 36 Months warranty

6.14.32911 Series Enterprise Edge Router

63 | P a g e
NO Product Feature Description Quantity
1 Memory 1
Standard Memory 512MB Memory
Flash Memory 256 MB flash Memory
Networking
Routing OSPF, IS-IS, BGP, EIGRP,
Protocol DVMRP, PIM-SM,
IGMPv3, GRE, PIM-SSM,
static IPv4 routing,
static IPv6 routing
Remote Management RMON , SNMP
Protocol
Data Link Protocol Ethernet, Fast Ethernet, Gigabit
Ethernet
Network / Transport Protocol IPSec
Software Cisco IOS Software IP Base
with Activated license for
Data(Default )
Unified Communications
Security

Expansion / 3 integrated 10/100/1000


Connectivity Ethernet ports (RJ-45 only), 1
service module slot ,
4 enhanced high-speed WAN
interface card slots, 2 onboard
digital signal processor (DSP)
slots , PVDM (With voice
licenses )
1 Internal Service Module slot
for application services,
Fully integrated power
distribution to modules
supporting 802.3af Power over
Ethernet (PoE) and Enhanced
PoE
Accessories Rack Mount kits and Power
cords
Form Factor 2RU

Compliant Standards IEEE 802.1Q, IEEE 802.1ah,


IEEE 802.1ag
Embedded hardware-
Security accelerated VPN
encryption for secure
connectivity and
collaborative
communications
Integrated threat
control using IOS
Firewall, Cisco IOS
Zone-Based Firewall,
IOS IPS, and Cisco
IOS Content Filtering
Identity management
using authentication,
authorization, and

64 | P a g e
accounting (AAA) and
public key
infrastructure

3.5 x 17.25 x 12 in. (88.9 x 438.2


Dimensions (WxDxH)and x 304.8 mm)
Weight
High-density-packet
Voice voice DSP module,
optimized for voice
and video support
Standards-certified
VoiceXML browser
services
Cisco Unified Border
Element capabilities
Cisco Unity Express
voicemail support
Support for Cisco
Communications
Manager Express and
Survivable Remote
Site Telephony

100 to 240 VAC auto ranging


AC INPUT Voltage
47 to 63 Hz
AC Input Frequency
2.2 to 1.0A
AC Input Current Range AC

Power Supply (Maximum)


Minimum 36 Months
Warranty

6.14.4Cisco ASA 5512-X Adaptive Security Appliance

No. Item Description


65 | P a g e
/Features Minimum
Requirements
1 1 Gbps
Stateful inspection throughput

(maximum1)

1
Quantity
500 Mbps
Stateful inspection throughput

(multiprotocol2)

250 Mbps
IPS throughput3

200 Mbps
Next-generation throughput4

(multiprotocol)

Firewall protection, VPN support (IPSec/SSL


Features VPN,
VPN clustering and load balancing), VLAN
support
200 Mbps
3DES/AES VPN throughput5

Unlimited
Users or nodes

Standards and LAN Standards: IEEE 802.3 CSMA/CD or


Ethernet , IEEE 802.3u 100 Mbps (Fast
Protocols Ethernet),Gigabit Ethernet
Protocols: IPSec
250
IPsec VPN peers

Software included Cisco one package


2000
Cisco Cloud Web Security users

50; 100
Virtual interfaces (VLANs)

1 interface card
Expansion slot

No
USB 2.0 ports

66 | P a g e
6 GE copper
Integrated I/O

1 RJ-45 console
Serial ports

1 slot, 120 GB MLC SED


Solid state drive

4 GB
Memory

4 GB
Minimum system flash

Rack and Wall Mounting kit, Reference and


Accessories Configuration documentation (CD ROM),
manual
1.67 x 16.7 x 15.6 In (4.24 x 42.9 x 39.5 cm)
Dimensions (H x W x D)

100 to 240 VAC


AC range line voltage

1RU,
Form factor

Warranty 1 year warranty

6.14.5Ups for Access Switch

67 | P a g e
NO Features Desired Technical Features

Voltage Required AC 220 V


Input Voltage Range AC 160 - 286 V

Quantity 12
Power Output Connectors Details 6 x power IEC 320 EN 60320 C13

Output Voltage AC 220/230/240 V 5% - 50/60 Hz


Power Capacity 500 Watt / 750 VA
Surge Suppression yes
Surge Energy Rating 340 Joules
Power Provided 500 Watt

Frequency Required 50/60 Hz


Form Factor external
UPS Technology line interactive

Voltage Provided AC 220/230/240 V


Voltage Provided Margin 5%
Frequency Provided 50/60 Hz
UPS Output Waveform sinewave
Power Capacity (VA) 750 VA
Input Voltage Range (Adjustable) AC 151 - 302 V
Input Connector Type 1

Output Connector Qty 6


Power Device Features LED indicators, audible alarm
Remote Management Interface USB
Battery/ Run Time (Up To) 4.8 min at full load

Recharge Time 3 sec


Load Type at full load
Warranty 1 year warranty

NO Features Desired Technical Features


68 | P a g e
Quantity 1
Output Power Capacity 4.0 KWatts / 5.0 kVA
Max Configurable Power 4.0 KWatts / 5.0 kVA
Nominal Output Voltage 220V
Output Voltage Distortion Less than 5%
Output Frequency (sync to mains) 50/60Hz +/- 3 Hz
Topology Line Line Interactive
Waveform Type Sine wave
Other Output Voltages 208, 220, 240

Output Connections (2) IEC 320 C19 (Battery Backup)


(8) IEC 320 C13 (Battery Backup)

Nominal Input Voltage 208V , 230Vl


Input Frequency 50/60 Hz +/- 3 Hz (auto sensing)
Input Connections IEC-320 C20, Schuko CEE 7 / EU1-16P, British
BS1363A
Input voltage range for main operations 160 - 286 V
Other Input Voltages 220, 240
Battery Type Maintenance-free sealed Lead-Acid battery
with suspended electrolyte : leakproof
Typical recharge time 3 hour(s)

Replacement Battery RBC55


Battery Volt-Amp-Hour Capacity 1632
Interface Port(s) SmartSlot , USB
Control panel LED status display with On Line : On
Battery : Replace Battery and Overload
indicators, Multi-function LCD status and
control console
Audible Alarm Alarm when on battery : distinctive low battery
alarm : configurable delays
Surge energy rating 645 Joules
Rack Height 5u

Warranty 1 year warranty

6.14.6UPS for Core Switch, Router, Fire wall And Wireless Controller

6.14.7Wireless Controller
69 | P a g e
NO Item Specifications Quantity

IEEE 802.11a, 802.11b, 802.11g, 802.11d, WMM/802.11e, 1


Wireless 802.11h, 802.11k, 802.11n, 802.11r, 802.11u, 802.11w, 802.11ac.

Wired/Switching/Routing IEEE 802.3 10BASE-T, IEEE 802.3u 100BASE-TX specification,


1000BASE-T. 1000BASE-SX, 1000-BASE-LH, IEEE 802.1Q
Vtagging, and IEEE 802.1AX Link Aggregation

Data Request For RFC 768 UDP


RFC 791 IP
Comments (RFC) RFC 2460 IPv6 (pass through Bridging mode only)
RFC 792 ICMP
RFC 793 TCP
RFC 826 ARP
RFC 1122 Requirements for Internet Hosts
RFC 1519 CIDR
RFC 1542 BOOTP
RFC 2131 DHCP
RFC 5415 CAPWAP Protocol Specification
RFC 5416 CAPWAP Binding for 802.11

WPA
Security Standards IEEE 802.11i (WPA2, RSN)
RFC 1321 MD5 Message-Digest Algorithm
RFC 1851 The ESP Triple DES Transform
RFC 2104 HMAC: Keyed Hashing for Message Authentication
RFC 2246 TLS Protocol Version 1.0
RFC 2401 Security Architecture for the Internet Protocol
RFC 2403 HMAC-MD5-96 within ESP and AH
RFC 2404 HMAC-SHA-1-96 within ESP and AH
RFC 2405 ESP DES-CBC Cipher Algorithm with Explicit IV
RFC 2406 IPsec
RFC 2407 Interpretation for ISAKMP
RFC 2408 ISAKMP
RFC 2409 IKE
RFC 2451 ESP CBC-Mode Cipher Algorithms
RFC 3280 Internet X.509 PKI Certificate and CRL Profile
RFC 3602 The AES-CBC Cipher Algorithm and Its Use with
IPsec
RFC 3686 Using AES Counter Mode with IPsec ESP
RFC 4347 Datagram Transport Layer Security
RFC 4346 TLS Protocol Version 1.1

WEP and TKIP-MIC: RC4 40, 104 and 128 bits (both static and
Encryption shared keys)
AES: CBC, CCM, CCMP
DES: DES-CBC, 3DES
SSL and TLS: RC4 128-bit and RSA 1024- and 2048-bit
DTLS: AES-CBC
IPSec: DES-CBC, 3DES, AES-CBC

IEEE 802.1X
Authentication, RFC 2548 Microsoft Vendor-Specific RADIUS Attributes
Authorization, and RFC 2716 PPP EAP-TLS
RFC 2865 RADIUS Authentication
Accounting (AAA) RFC 2866 RADIUS Accounting
RFC 2867 RADIUS Tunnel Accounting
RFC 2869 RADIUS Extensions
RFC 3576 Dynamic Authorization Extensions to RADIUS
RFC 5176 Dynamic Authorization Extensions to RADIUS
RFC 3579 RADIUS Support for EAP
RFC 3580 IEEE 802.1X RADIUS Guidelines
RFC 3748 Extensible Authentication Protocol
Web-based authentication
TACACS support for management users

70 | P a g e
SNMP v1, v2c, v3
Management RFC 854 Telnet
RFC 1155 Management Information for TCP/IP-Based Internets
RFC 1156 MIB
RFC 1157 SNMP
RFC 1213 SNMP MIB II
RFC 1350 TFTP
RFC 1643 Ethernet MIB
RFC 2030 SNTP
RFC 2616 HTTP
RFC 2665 Ethernet-Like Interface types MIB
RFC 2674 Definitions of Managed Objects for Bridges with
Traffic Classes, Multicast Filtering, and Virtual Extensions
RFC 2819 RMON MIB
RFC 2863 Interfaces Group MIB
RFC 3164 Syslog
RFC 3414 User-Based Security Model (USM) for SNMPv3
RFC 3418 MIB for SNMP
RFC 3636 Definitions of Managed Objects for IEEE 802.3
MAUs
Cisco private MIBs

Web-based: HTTP/HTTPS
Management Interfaces Command-line interface: Telnet, Secure Shell (SSH) Protocol,
serial port
Cisco Wireless Control System (WCS)

Uplink: 8 (5508) 1000BaseT, 1000Base-SX and 1000Base-LH


Interfaces and Indicators transceiver slots
LED indicators: link
Service Port: 10/100/1000 Mbps Ethernet (RJ45).
Service Port: 10/100/1000 Mbps Ethernet (RJ45) For High
Availability for future use
LED indicators: link
Utility Port: 10/100/1000 Mbps Ethernet (RJ45)
LED indicators: link
Expansion Slots: 1 (5508)
Console Port: RS232 (DB-9 male/RJ-45 connector included),
mini-USB
Other Indicators: Sys, ACT, Power Supply 1, Power Supply 2

Physical and Dimensions (WxDxH): 17.30 x 21.20 x 1.75 in. (440 x 539 x
Environmental 44.5 mm)
Weight: 20 lbs (9.1 kg) with 2 power supplies
Temperature: Operating temperature: 32 to 104F (0 to 40C);
Storage temperature: -13 to 158F (-25 to 70C)
Humidity: Operating humidity: 10 95%, noncondensing. Storage
humidity: up to 95%
Input power: 100 to 240 VAC; 50/60 Hz; 1.05 A at 110 VAC,
115W Maximum; 0.523 A at 220 VAC, 115W Maximum; Test
Conditions: Redundant Power Supplies, 40C, Full Traffic.
Heat Dissipation: 392 Btu/hour at 110/220 VAC Maximum

5500 Series Wireless Controller Redundant AC Power Supply ,


Wireless Controller Fan Tray ,
Accessories For wireless Wireless Controller Spare mounting kit
controller

Cisco Unified Wireless Controller SW latest releases (Must


Software Support indoor and outdoor AP)

71 | P a g e
100 AP Base license ,
Licenses Base Software License

Scalability , High Performance


Feature

Warranty 1 year warranty

6.14.8 Wireless Indoor Access point (AP)

Item Specifications Quantity


NO
Indoor environments, with internal antennas(Dual-band, 5
Type of AP controller-based 802.11a/g/n/ac ) 802.11n AP Low Profile
Mounting Bracket,
Cisco 2700 Series Combined Unified and Autonomous (xxxxx)
SW

Cisco Unified Wireless Network Software Release 7.6MR2 or


Software latest (Compatible with cisco wireless controller 5508)

Supported wireless Cisco 5500 Series Wireless Controllers


LAN controllers

802.11n version 2.0 3x4 MIMO with three spatial streams


Maximal ratio combining (MRC)
(and related) 802.11n and 802.11a/g beamforming
20- and 40-MHz channels
capabilities PHY data rates up to 450 Mbps (40 MHz with 5 GHz)
Packet aggregation: A-MPDU (Tx/Rx), A-MSDU (Tx/Rx)
802.11 dynamic frequency selection (DFS)

802.11ac Wave 1 3x4


MRC
MIMO with three spatial streams

capabilities 802.11ac beamforming


20-, 40-, and 80-MHz channels
PHY data rates up to 1.3 Gbps (80 MHz in 5 GHz)
Packet aggregation: A-MPDU (Tx/Rx), A-MSDU (Tx/Rx)
802.11 DFS
CSD support
802.11a: 6, 9, 12, 18, 24, 36, 48, and 54 Mbps
Data rates supported 802.11g: 1, 2, 5.5, 6, 9, 11, 12, 18, 24, 36, 48, and 54 Mbps
802.11n data rates on 2.4 GHz:
2.4 GHz, gain 4 dBi, internal omni, horizontal beamwidth 360
Integrated antenna 5 GHz, gain 4 dBi, internal omni, horizontal beamwidth 360

2x10/100/1000BASE-T autosensing (RJ-45)


interfaces Management console port (RJ-45)

Status LED indicates boot loader status, association status,


Indicators operating status, boot loader warnings, boot loader errors
72 | P a g e
512 MB DRAM 64 MB flash
System memory

Input power Power


AP2700: 44 to 57 VDC
supply and power injector: 100 to 240 VAC; 50 to 60 Hz
requirements

AP2700: 15W
Power draw

802.3at PoE+
Powering options Enhanced PoE
Cisco AP2700 power injectors (AIR-PWRINJ4=)
Cisco AP2700 local power supply (AIR-PWR-B=)

1 year warranty
Warranty

6.14.947U Racks
No Feature Minimum Requirement
Quantity 1
Size in(U) 42U
Height 1991 mm , 199.1 cm
Width 600 mm , 60.0 cm
Depth 1070 mm , 107.0 cm
Completely removal Easily Assembled
structure
Adjustable Floor Support stands (STD)
Top and Floor Holes Allows fan units or electric wire entry
Protected Power strip Yes
Mounting
Accessories 19" Rack LCD Console(1 U , Black Color, power cord , Documentation CD , Firmware upgrade cable ,
Installation guide , power cord , PS2 KVM cable , Rack mounting hardware , Single user rack mount kit ,
USB cable , USB KVM cable, ),8 port Multi-platform KVM(Configuration cable, Documentation CD ,
Firmware upgrade cable , KVM cables must be included( Server Module VGA,PS/2,USB) , power cord ,
Rack Mounting Brackets , User Manual),Wide Recessed Rail Kit(installation Guide , Mounting hardware ,
Rack mounting hardware), one fixed shelfs and one sliding shelfs (compatible to 42 U rack, Friction Pads
, Installation Guide , Mounting hardware) ,Three power distribution unit,30 quadrant screws and nuts,
Four Fan unit ,Four cable manger(With full accessories )

Color Black
Input Voltage 220V Ac, 50Hz
Quantity 1
Warranty 1 year warranty

6.14.1012U Racks

73 | P a g e
No Feature Minimum Requirement
Quantity 12
Size in(U) 12U
Height 615 mm
Width 550MM
Depth 400MM
Color Black
Fan 2 Fan
Accessories Screw and Nuts : 20
Keys : 2, Cable Manger
PDU (4 / 6 Socket)
Input Voltage 220V Ac, 50Hz
Quantity
Warranty 1 year warranty

6.14.10Outdoor Wireless Access Point

74 | P a g e
Item Specifications Quantity
NO
Cisco Aironet 3700p Access Point: high-density environments, with 2
Type of AP narrow-beamwidth, high-gain, antennas
Or
AIR-CAP3702P-x-K9: Dual-band controller-based 802.11a/g/n/ac
Access Point with external antennas

7.6 or later for the Cisco Aironet 3700 Series Access Point
Software 3.3.1SE or later for the Cisco Aironet 3700 Series Access Point
(Compatible with cisco wireless controller 5508)

Cisco 5500 Series Wireless Controllers


Supported wireless
LAN controllers

4x4 MIMO with three spatial streams


802.11n version 2.0 Maximal ratio combining (MRC)
802.11n and 802.11a/g beamforming
(and related) 20- and 40-MHz channels
capabilities PHY data rates up to 450 Mbps (40 MHz with 5 GHz)
Packet aggregation: A-MPDU (Tx/Rx), A-MSDU (Tx/Rx)
802.11 dynamic frequency selection (DFS)
Cyclic shift diversity (CSD) support

4x4 MIMO with three spatial streams


802.11ac Wave 1 MRC
802.11ac beamforming
capabilities 20-, 40-, and 80-MHz channels
PHY data rates up to 1.3 Gbps (80 MHz with 5 GHz)
Packet aggregation: A-MPDU (Tx/Rx), A-MSDU (Tx/Rx)
802.11 DFS
CSD support

802.11a: 6, 9, 12, 18, 24, 36, 48, and 54 Mbps


Data rates supported 802.11g: 1, 2, 5.5, 6, 9, 11, 12, 18, 24, 36, 48, and 54 Mbps
802.11n data rates on 2.4 GHz:
Certified for use with antenna gains up to 6 dBi (2.4 GHz and 5 GHz),
External antenna similar to the AP3700E and with the addition of support for AIR-
ANT2513P4M-N= 13 dBi (2.4 GHz and 5 GHz) Antenna Types
determines after the vendorvisit the site and the final proposal that
prepared by vendor

2x10/100/1000BASE-T autosensing (RJ-45)


interfaces Management console port (RJ-45)

Status LED indicates boot loader status, association status, operating


Indicators status, boot loader warnings, boot loader errors

512 MB DRAM 64 MB flash


System memory

AP3700: 44 to 57 VDC
Input power Power supply and power injector: 100 to 240 VAC; 50 to 60 Hz
requirements

This is the power required at the PSE, which is a switch and injector.
Power draw

802.3at PoE+
Powering options Enhanced PoE
Cisco AP3700 power injectors
Cisco AP3700 local power supply

1 year warranty
Warranty

75 | P a g e
6.14.11AC

NO Item Specifications Quantity

1 Model Known Brand 1


Rated Voltage 220-240V
Rated Frequency 50Hz
Cooling Capacity 24000Btu/h
Air Flow Volume Minim 45d/B(A)
Sound Pressure Level(H) Optimal
1 year warranty
Warranty

6.15 Vendor Responsibilities

6.15.1 Alternative Designs

Vendors are expected to comment on and proposed designs that best suit the
DMTC. Additional points will be given in the technical evaluation for vendors who
Comment on and propose alternative designs

6.15.2 Training
Prior to starting the installation process, vendors shall conduct targeted trainings
To enable EMI/DMTC staff to carry out the installation/configuration tasks with little or
No supervision.
Vendors shall train at least all IT EMI/DMTC staff. Vendors should clearly indicate in their
Proposal the type of targeted training to be given.

6.15.3 Test and Acceptance

To verify that the final deliverables meet EMI requirements, vendors shall
Attach an Acceptance Test Plan (ATP). The ATP shall be reviewed and accepted by
The EMI. This will be used to validate that the solution meets the agreed
Requirements.
The ATP must:
Describe what capabilities are being tested and which requirements are
Being verified by this test.
Enable the EMI to determine if the system is working according to the
Specifications in the contract.
Outline test preconditions, steps, and post-conditions.
Ensure that all components of the system are tested

6.15.4 Vendors Requirement


Vendors are strongly advised to visit the sites before preparing their
Technical proposal so as to give complete solutions.
1. The vendor shall conduct a serious of workshops and meetings that
76 | P a g e
Enable to define and finalize scope, bill of materials, project management
Plan, project schedule etc.
2. The vendor shall provide all installation drawings, manuals and other
Information required for satisfactory installation and adjustment
Of the equipment.

3. The vendor shall be fully responsible for providing a reliable, high-quality


System that has been field proven in other countries.
4. Configure the devices including security, quality of service.
5. Propose and supply manufacturer recommended spare parts and
Standby equipment.
The vendor must fulfill the following basic requirements for qualification.

6.15.5 Vendor Experience and Training

The vendor must be certified by the manufacturing company in all aspects of


Design, installation and testing of the products for the proposed solution.
The vendor must be certified by the manufacturer of the cabling products,
Adhere to the engineering, installation and testing procedures, and utilize the
Authorized manufacturer components and distribution channels in
Provisioning the project.
The vendor must attach the certificate of authorization of business partnership
With international recognized network equipment manufacturer and
Structured cabling system provider.

6.15.5 Vendor Qualification

The vendor must adhere to the standards of the particular proposed solution
Design, engineering and installation procedures and utilizes standardized
Components in provisioning of the solution.

6.15.6Structured Cabling Requirements

Vendors shall use proper fittings such as end caps, internal angles, and external
Angles, flat angles up, flat angles down, flat tees, cable retainer, VDI accessories
And bridge for tee shall be used.
Entire design for the cabling can be based on the maximum usage of the size and
Type of space.

A schematic diagram of a structured cabling is depicted below:

77 | P a g e
6.15.6 Engineering

Planning meetings and schedule


An initial planning meeting will be held with the successful bidder to clarify
All requirements (networksystems, services, distribution methods, etc.), identify
Responsibilities, and schedule the events that will transpire during the
Implementation of the project. Within two (2) weeks of the initial meeting,
The bidder shall provide a written report and project schedule too clearly
Document the events and responsibilities associated with the project.
Two (2) weeks prior to the commencement of anyEngineering design activities
This will allow for a one (1) week review of the
Diagrams by the bidder, and allow one (1) week for EMI to answer any
Queries pertaining to the bidder review. In reviewing such drawings
Bidder shall be obligated to make an on-site inspection with EMI/DMTC and
Its general contractor for on-site verification of access routes for cabling
And other matters.

Proposed Cabling Solution

Upon completion of the initial engineering stage, the bidder shall


Provide two (2) draft copies of engineering documentation for approval by
EMI. EMI will review the engineering documentation within a two (2) week
Period. If no revisions are required, the documentation shall be formally
Accepted in writing by EMI. Any revisions shall be completed by the
Bidder within a two (2) week time period and resubmitted for review.

Drawings and diagrams

Upon completion of final engineering and incorporation of EMI review comments, bidder shall provide to EMI for
its records the following:
a. Diagrams that show:
o Cable routing
o Position of all components and apparatus
o Detailed layout of the wall field
o Labeling plan.
b. Work Area Floor Plans - Includes:
o Detailed cable routes
o Approved labeling plan for all work areas.
c. Cross-connect Documentation if it is important it must be Includes:
o Cross-connect records for all data devices.

78 | P a g e
d. Cable Tray, Conduit Plans
f. Documentation should be in the following format:
o Four (4) copies and one reproducible sepia of all
Diagrams and drawings, "D" size (24" x 36") or "E" size
(30" x 42") as appropriate,
o Two (2) copies of all cross-connect documentation in
printed form

As Built Documentation
Upon completion of the project, bidder is to prepare "As Built"
Documentation showing actual site conditions and installation
And provide copies of such documentation.
Additional Records
In addition to the engineering diagrams, the bidder shall provide the
Following items:
Cable Records and Assignments
Wrapping up
a. Bidder Responsibility
The bidder shall be responsible for damage to any surfaces or
Work disrupted as a result of his work. Repair of surfaces, including
Painting, shall be included as necessary.
Workmanship
Components of the cabling system shall be installed in a neat,
Workmanlike manner. Cabling color codes shall be strictly observed
And terminations shall be uniform throughout the system.
Identification markings and systems shall be uniform.
ANSI/TIA/EIA-568-B wiring codes as shown on the drawings shall
Standardize all cabling.
Completion of Work
At the completion of the network infrastructure, the bidder shall restore to its
Former condition, all aspects of the project site and on a daily basis,
Shall remove all waste and excess materials, rubbish debris, tools
And equipment resulting from or used in the services provided under
This Contract. All clean up; restoration, and removal noted above will
Be by the bidder and at no cost to EMI. If the bidder fails in
Its duties under this paragraph, EMI may upon notice to the
Bidder perform the necessary clean up and deduct the costs
Thereof from any amounts due or to become due to the bidder.
Standard into compliance. Complete, end-to-end test results must
Be submitted to EMI.

6.16 Warranty

6.16.1 Manufacturer warranty

79 | P a g e
A ten year extended product warranty assurance for
The wiring system must be provided.
6.16.2 Additional warranty
The vendor shall state any additional vendor supplied warranty.
6.16.2.1 Extended product warranty coverage
The extended product warranty must cover product defects for all
Passive cabling components (excluding termination tools). Passive
Components are defined as those exhibiting no gain or contributing no
Energy. The Manufacturer must warrant, from the date of installation
And after a registration certificate is issued, the following:
1. The cabling manufacturers passive components that comprise of the
Registered cabling installation will be free from manufactured defects
In Material or workmanship under normal and proper use.
2. All approved passive cabling products that comprise the registered
Cabling installation meet or exceed the specification of the latest
TIA/EIA568B (or any other national /international equivalent)
Standards and their approved amendments/revisions.
3. The installation will meet or exceed the specification of the latest
TIA/EIA 568B (or any other national/international equivalent)
Standards and their approved amendments /revisions for copper
Cabling.
4. The installation will meet or exceed the specification of the latest
TIA/EIA 568B (or any other national /international equivalent)
Standards and their approved amendments/revisions for fiber cabling (if it is important).
5. The structured cabling solution will meet category six or above
Specifications proposed for TIA/EIA even under the worst-case channel
Configurations (100 meters, four connections)

6.17 Application assurance

The application assurance must cover failures of the cabling installation to


Operate the applications the system was designed to support.
The assurance should also cover any applications introduced in the future
By recognized standards that use the relevant TIA/EIA 568B UTP or fiber
Components and UTP /or fiber link /channel specifications for cabling.
The manufacturer must warrant that the registered cabling installation will
Be free from failures, which prevent operations of the specific applications
For which the original cabling system was designed, not including failures
Due to electronic hardware and or software problems.

80 | P a g e
Section 7 General Conditions of Contract

1. Definitions
1.1The following terms and expressions shall have the meanings hereby assigned
To them:
A. Contract means the Agreement to be entered into between the
Public Enterprise (EMI)and the Supplier, together with the Contract Documents referred
To therein, including all attachments, appendices, and all documents
Incorporated by reference therein.
B. Contract Documents means the documents listed in the Contract,
Including any amendments thereto.
C. Contract Price means the price payable to the Supplier as specified
In the Contract, subject to such additions and adjustments thereto or
Deductions there from, as may be made pursuant to the Contract.
D. Day means calendar day.
E. Delivery means tosupply, LAN installation, Wireless, wired LAN Installation,
Configuration, and commissioning ofPublic Enterprise (EMI) for its branch
In accordance with the terms and conditions set forth in theContract.
F. Completion means the fulfillment of the supply, installation and
Commissioning of the solution by the Supplier in accordance with the
Terms and conditions set forth in the Contract and to the full satisfaction
Of the Public Enterprise (EMI).
G. Eligible Countries means the countries and territories eligible as
Listed in Section 5 of the Bidding Document.
H. General Conditions of Contract, hereinafter referred to as GCC,
Means the conditions in this section of the Contract, which shall govern
The Contract, except where amended by the SCC or the Contract.
I. Goods means all of the commodities, hardware, spare parts,
Software, Configuration, machinery and equipment, and/or other
Materials that the Supplier is required to supply to the Public Enterprise (EMI) under the
Contract.
J. EMI means the Ethiopian Management institute (Public Enterprise insinuate)orDMTC Means
DebrezeitManagement Training Center (Branch of EMI).
K. Related Services means the services attached to the supply of the
Goods, such as insurance, installation, training, initial maintenance,
Supervision, testing, commissioning, provision of technical assistance:
Warranties and other similar obligations of the Supplier under the contract
Of supply, installation andCommissioning of network solution at DMTC.
L. Public Enterprise means public Enterprise, which is wholly financed by its
Budget and which has the powers and duties to conclude a Contract for the
Supply of Information System and other Goods, as named in the SCC;

l. Special Conditions of Contract, hereinafter referred to as SCC,


81 | P a g e
Means the conditions attached to the Contract, which shall govern the
Contract and shall prevail over these General Conditions of Contract in
Case of contradiction.
M. Subcontractor means any natural person, private or government
Entity, or a combination of the above, including its legal successors or
Permitted assigns, to whom any part of the Goods to be supplied or
Execution of any part of the Related Services is subcontracted by the
Supplier.
N. Contractor means the natural person, private or government entity, or
A combination of the above, whose bid to perform the Contract has been
Accepted by the EMI and is named as such in the Contract award, and
Includes its legal successors or permitted assigns.
O. The Site, means the place named in the SCC.
P.Project means the supply, installation and commissioning of the
Network System.
q. Agency means the Public Procurement Agency.
R NA means not applicable
.
2. Contract Documents

2.1 Subject to the order of precedence set forth in the Contract, all documents
Forming the Contract (and all parts thereof) are intended to be correlative,
Complementary, and mutually explanatory.

3. Fraud and Corruption


3.1 All Bidders/Suppliers are expected to observe the highest standards of
Ethics during the procurement and the execution of contracts in pursuance
Of this policy. They are required to include in bidding documents
Commitments to avoid any corrupt practices.
3.2 For the purposes of provisions, the terms set forth the following terms and
Expressions are here by defined:
A Corrupt practice means the offering, giving, receiving or soliciting,
Directly or indirectly, of anything of value to influence the action or
Opinion of the EMI employee or officials in the procurement or
Contract process.
B Fraudulent practice means a misrepresentation or omission of facts
In order to influence a procurement process or the execution of ac Collusive practices means a
scheme or arrangement between two or
More Bidders, with or without the knowledge of the EMI, designed to
Establish prices at artificial, noncompetitive levels or lower the quality
And standard of the goods and related services.
D Coercive practices means harming or threatening to harm, directly or
Indirectly, persons or their property to influence their participation in
The procurement process, or affect the execution of the contract.
3.3 The EMI shall debar a Bidder from participation in the procurement, if it at
82 | P a g e
Any time determines that the firm has engaged in corrupt, fraudulent,
Collusive or coercive practices in competing for, or in executing, a contract,
3.4 The EMI reserves the right, where a firm has been found by a national or
International entity to have engaged in corrupt or fraudulent practice, to
Declare that such a firm is ineligible, to be awarded the contract.
3.5 The EMI will have the right to require that, a provision be included in the
Contract requiring suppliers and contractors to permit the Agency to inspect
Their accounts and records relating to the performance of the contract and to
Have them audited by auditors appointed by the Agency.
3.6 Any communications between the Bidder, the EMI or the Agency related
To matters of alleged fraud or corruption must be made in writing.

4. Interpretation
4.1 If the context so requires it, singular means plural and vice versa.
4.2 Incoterms
A Unless otherwise specified in the SCC, the meaning of any trade term
And the rights and obligations of parties thereunder shall be as
Prescribed by Incoterms.
B EXW, CIF, CIP, and other similar terms, shall be governed by the rules
Prescribed in the current edition of Incoterms, published by the
International Chamber of Commerce at the date of the Invitation for
Bids or as specified in the SCC.
4.3 Entire Agreement
The Contract constitutes the entire agreement between the EMI and the
Supplier and supersedes all communications, negotiations and agreements
(Whether written or oral) of parties with respect thereto made prior to thedate of Contract.
4.4 Amendment
No amendment or other variation of the Contract shall be valid unless it is
In writing, dated, expressly refers to the Contract, and is signed by a duly
Authorized representative of each party thereto.
4.5 No waiver
A Subject to GCC Sub-Clause 4.5(b) below, no relaxation, forbearance,
Delay, or indulgence by either party in enforcing any of the terms and
Conditions of the Contract or the granting of time by either party to the
Other shall prejudice, affect, or restrict the rights of that party under
The Contract, neither shall any waiver by either party of any breach of
Contract operate as waiver of any subsequent or continuing breach of
Contract.
B Any waiver of a partys rights, powers, or remedies under the Contract
Must be in writing, dated, and signed by an authorized representative
Of the party granting such waiver, and must specify the right and the
Extent to which it is being waived.
4.6 Severability
If any provision or condition of the Contract is prohibited or rendered

83 | P a g e
Invalid or unenforceable, such prohibition, invalidity or unenforceability
Shall not affect the validity or enforceability of any other provisions and
Conditions of the Contract.
5 Language
5.1 The Contract as well as all correspondence and documents relating to the
Contract exchanged by the Supplier and the EMI, shall be written in
English.
5.2 The Supplier shall bear all costs of translation to the governing language and
All risks of the accuracy of such translation, where such translation of
Documents is required.
6 Joint Venture, Consortium or Association
6.1 If the Supplier establish a joint venture, consortium, or association, the
Supplier shall sign the contract and vested in the rights had responsibilities
Arising there from.
7 Eligibility
7.1 All Goods and Services supplied under the Contract shall have their origin
In an eligible country.

7.2 For purposes of this Clause, origin means the place where the Goods
Were produced, or from which the Services are supplied. Goods are
Produced when, through manufacturing, processing, or substantial and
Major assembly of components, a commercially recognized new product
Results that is substantially different in basic characteristics or in purpose
Or utility from its components.
8 Notices
8.1 Any notice given by one party to the other pursuant to the Contract shall
Be in writing to the address specified in the SCC. The term in writing
Means communicated in written form with proof of receipt.
8.2 A notice shall be effective when delivered or on the notices effective date,
Whichever is later?
9 Governing Law
9.1 The Contract shall be governed by and interpreted in accordance with the
Regulations of International Chamber of Commerce.
10 Settlement of Disputes
10.1 The EMI and the Contractor shall make every effort to resolve amicably
By direct negotiation any disagreement or dispute arising between them
Under or in connection with the Contract.
10.2 If the parties fail to resolve such a dispute or disagreement by mutual
Consultation within twenty-eight (28) days from the commencement of such
Consultation, either party may require that the dispute be referred for
Resolution to the ICC forum.
11 Scope of Supply
11.1 supply, installation and commissioning ofnetwork infrastructure for (DMTC
Shall be as specified inthe Statement of Requirements.

84 | P a g e
The Supply shall include all such items not
Specifically mentioned in the Contract but that can be reasonably inferred
From the Contract as being required for attaining Delivery and Completion
Of the Solution as if such items were expressly mentioned in the Contract.
12 Delivery
12.1 The Delivery of the Goods and Completion of the Related Services shall be
In accordance with the Delivery and Completion Schedule specified in the
Statement of Requirements. The details of shipping and other documents
To be furnished by the Supplier are specified in the SCC.
13 Suppliers Responsibilities
13.1 The supplier shall supply all the Goods and Related Services included in
The Scope of Supply in accordance with GCC Clause 11, and the Delivery
And Completion Schedule, as per GCC Clause 12.
14 Banks Responsibilities
14.1 Whenever the supply of the Solution requires that the Supplier obtain
Permits, approvals, and import and other licenses from local public
Authorities, the Bank shall, if so required by the Supplier, make its best
Effort to assist the Supplier in complying with such requirements in a
Timely and expeditious manner
15 Contract Price
15.1 The Contract Price shall be as specified in the Contract subject to
Additions and adjustments thereto, or deductions there from, as may be
Made pursuant to the Contract.
15.2 Prices charged by the Supplier for the Goods delivered and the Related
Services performed under the Contract shall not vary from the prices
Quoted by the Supplier in its bid, with the exception of any price
Adjustments authorized in the SCC.
16 Terms of Payment
16.1 The Contract Price shall be paid as specified in the SCC.
16.2 The Suppliers request for payment shall be made to the Bank in writing,
Accompanied by invoices describing, as appropriate, the Goods delivered
And Related Services performed, and by the documents submitted
Pursuant to GCC Clause 12 and upon fulfillment of all the obligations
Stipulated in the Contract.
16.3 Payments shall be made promptly by the Bank, no later than sixty (60)
Days after submission of an invoice or request for payment by the Supplier,
And if Bank has accepted it.
16.4 The currency in which payments shall be made to the Supplier under this
Contract shall be specified in SCC.
17 Taxes and Duties
17.1 For goods supplied from outside Ethiopia, the Supplier shall be entirely
Responsible for all taxes, stamp duties, license fees, and other such levies.
17.2 For goods supplied from within Ethiopia, the Supplier shall be entirely
Responsible for all taxes, duties, license fees, and other such levies,

85 | P a g e
Incurred until delivery of the contracted Goods to the Bank.
17.3 If any tax exemptions, reductions, allowances or privileges may be
Available to the Supplier in the Federal Democratic Republic of Ethiopia,
The Bank shall use its best efforts to enable the Supplier to benefit from any
Such tax savings to the maximum allowable extent.
17.4 If any tax rates are increased or decreased, a new tax is introduced, an
Existing tax is abolished, or any change in interpretation or application of
Any tax legislation occurs in the course of the performance of the Contract,
Which was or will be assessed on the Supplier, its Subcontractors, or their
Employees in connection with performance of the Contract, an equitable
Adjustment to the Contract Price shall not be made.
18 Contract Security
18.1 The Supplier shall, within fifteen (15) days of the notification of contract
Award, provide a contract security (performed bond) for the due
Performance of the Contract in the amount and currency specified in the
SCC.
18.2 The proceeds of the contract security shall be payable to the Bank as
Compensation for any loss resulting from the Suppliers failure to complete its
Obligations as specified in the Contract.
18.3 The contract security shall be denominated in the currency of the
Contract, or in a freely convertible currency acceptable to the Bank, and
Shall be in one of the forms stipulated by the Bank in the SCC, or in
Another form acceptable to the Bank.
18.4 The contract security shall be discharged by the Bank and returned to the
Supplier not later than twenty-eight (28) days following the date of
Completion of the Suppliers performance obligations under the Contract,
Including any warranty obligations.
19 Copyright
19.1 The copyright in all drawings, documents, and other materials containing
Data and information furnished to the Bank by the Supplier herein shall
Remain vested in the Supplier, or, if they are furnished to the Bank directly
Or through the Supplier by any third party, including suppliers of
Materials, the copyright in such materials shall remain vested in such third
Party.
20 Confidential Information
20.1 The EMI and the Supplier shall keep confidential and shall not, without
The written consent of the other party hereto, divulge to any third party any
Documents, data, or other information furnished directly or indirectly by
The other party hereto in connection with the Contract, whether such
Information has been furnished prior to, during or following completion or
Termination of the Contract. Notwithstanding the above, the Supplier may
Furnish to its Subcontractor or joint venture partners such documents,
Data, and other information it receives from the Bank to the extent required
For the Subcontractors or partners to perform its work under the Contract,

86 | P a g e
In which event the Supplier shall obtain from such Subcontractors and
Partners an undertaking of confidentiality similar to that imposed on the
Supplier under GCC Clause 20.
20.2 The Bank shall not use such documents, data, and other information
Received from the Supplier for any purposes unrelated to the contract.
Similarly, the Supplier shall not use such documents, data, and other
Information received from the Bank for any purpose other than the design,
Procurement, or other work and services required for the performance of
The Contract.
20.3 The Confidentiality obligation indicated above, however, shall not apply to
Information that:
A.The Bank or Supplier need to share with any other institutions
Participating in the financing of the Contract;
b. Now or hereafter enters the public domain through no fault of that
Party;
C.Can be proven to have been possessed by that party at the time of
Disclosure and which was not previously obtained, directly or indirectly,
From the other party; or
D. Otherwise lawfully becomes available to that party from a third party
That has no obligation of confidentiality.
20.4 Clause 20 above shall not in any way modify any undertaking of
Confidentiality given by either of the parties hereto prior to the date of the
Contract in respect of the Supply or any part thereof.
20.5 The provisions of GCC Clause 20 shall survive completion or termination,
For whatever reason, of the Contract.
21 Subcontracting
21.1 The Supplier shall notify the Bank in writing of all subcontracts it awards
Under the Contract if not already specified in the bid. Subcontracting, joint
Venture, consortium, or association shall in no event relieve the Supplier any of its obligations, duties,
responsibilities, or liabilities under the
Contract.
21.2 Subcontracts shall comply with the provisions of Clauses 3 and 7 above.
22 Specifications and Standards
22.1 Technical Specifications and Drawings
a. The Supplier shall ensure that the Goods and Related Services comply
With technical specifications and other provisions of the Contract.
b. The Supplier shall be entitled to disclaim responsibility for any design,
Data, drawing, specification or other document, or any modification
Thereof provided or designed by or on behalf of the Bank, by giving a
Notice of such disclaimer to the Bank.
c. The Goods and Related Services supplied under this Contract shall
Conform to the quality and standards mentioned in the Statement of
Requirements and, when no applicable standard is mentioned, the
Standard shall be equivalent or superior to the official standards whose

87 | P a g e
Application is appropriate to the goods country of origin.
22.2 Wherever references are made in the Contract to codes and standards in
Accordance with which it shall be executed, the edition or the revised version
Of such codes and standards shall be those specified in the Statement of
Requirements. During Contract execution, any changes in any such codes
And standards shall be applied only after approval by the Bank and shall be
Treated in accordance with GCC Clause 33.
23 Packing and Documents
23.1 The Supplier shall pack make of the goods duly packed as is required to
Prevent their damage or deterioration during transit to their final
Destination, as indicated in the Contract. During transit, the packing shall
Be sufficient to withstand, without limitation, rough handling and exposure
To extreme temperatures, salt and precipitation, and open storage. Packing
Case size and weights shall take into consideration, where appropriate, the
Remoteness of the goods final destination and the absence or presence of
Heavy handling facilities at all points in transit.
23.2 The packing, marking, and documentation within and outside the
Packages shall comply strictly with such special requirements as shall be
Expressly provided for in the Contract, including additional requirements, if
Any, specified in the SCC, and in any other instructions ordered by the
Bank.
24 Insurance
24.1 The Goods supplied under the Contract shall be fully insured, in a freely
Convertible currency, against loss or damage incidental to manufacture or
Acquisition, transportation, storage, and delivery, in accordance with the
Applicable Incoterms or in the manner specified in the SCC.
25 Transportation
25.1 Responsibility for transportation of the Goods shall be in accordance with
The Incoterms specified in the SCC.
26 Inspections and Tests
26.1 The Supplier shall at its own expense and at no cost to the Bank carry out
All such tests and/or inspections of the Goods and Related Services as are
Specified in the Statement of Requirements to make sure that they have
Been delivered as specified in the contract.
26.2 The inspections and tests may be conducted on the premises of the
Supplier or its Subcontractor, at point of delivery, and/or at the Goods
Final destination, or in another place in Ethiopia. Subject to Sub-Clause
26.3, herein below if conducted on the premises of the Supplier or its
Subcontractor, all reasonable facilities and assistance, including access to
Drawings and production data, shall be furnished to the inspectors at no
Charge to the Bank.
26.3 The Bank or its designated representative shall be entitled to attend the
Tests and/or inspections referred to in Sub-Clause 26.2, above provided
That the Bank bear all of its own costs and expenses incurred in connection
With such attendance including, but not limited to, all traveling and board
88 | P a g e
And lodging expenses.
26.4 Whenever the Supplier is ready to carry out any such test and inspection,
It shall give a reasonable advance notice, including the place and time, to
The Bank. The Supplier shall obtain from any relevant third party or
Manufacturer any necessary permission or consent to enable the Bank or
Its designated representative to attend the test and/or inspection.
26.5 The Bank may require the Supplier to carry out any test and/or inspection
Not required by the Contract but deemed necessary to verify that the
Characteristics and performance of the Goods comply with the technical
Specifications codes and standards under the Contract, provided that the
Suppliers reasonable costs and expenses incurred in the carrying out of
Such test and/or inspection shall be added to the Contract Price. Further,
If such test and/or inspection impedes the progress of manufacturing
And/or the Suppliers performance of its other obligations under the
Contract, due allowance will be made in respect of the Delivery Dates and
Completion Dates and the other obligations so affected.
26.6 The Supplier shall provide the Bank with a report of the results of any
Such test and/or inspection.
26.7 The Bank may reject any Goods or any part thereof that fail to pass any
Test and/or inspection or do not conform to the specifications. The
Supplier shall either rectify or replace such rejected Goods or parts thereof
Or make alterations necessary to meet the specifications at its own cost,
And shall repeat the test and/or inspection, at no cost to the Bank, upon
Giving a notice pursuant to Sub-Clause 26.4 herein above.
26.8 The Supplier agrees that neither the execution of a test and/or inspection
Of the Goods or any part thereof, nor the attendance by the Bank or its
Representative, nor the issue of any report pursuant to Sub-Clause 26.6,
Shall release the Supplier from any warranties or other obligations under
The Contract.
26.9 The minimum acceptance test requirements for Goods and Related
Services to be supplied are divided in to the following five categories. The
Supplier shall design test plan and submit same to the bank for each
Category subject to approval by the Bank.
a) Unit tests;
The Supplier shall plan and make the tests on the Goods and the
Systems after configurations for functioning at modular or unit by unit
Basis.
b) Functional/System Test
The contractor shall make the tests as per the predefined test scripts
Whether the system as a whole is functioning as indicated on the tender
Document.
c) Integration Test
The contractor shall make Integration Test in line with the test
Procedure designed beforehand to assure that the new System is

89 | P a g e
Interfaced properly with the existing Systems.
d) Final Acceptance Test.
Final Acceptance shall be made at the end of 3-month period from
Provisional acceptance or go-live date. The Supplier shall be aware of,
And agree to the following acceptance criteria.
I. All systems/software and services have been provided in accordance
With the contract.
ii. All installations have been inspected by the Bank and found to be
Performing in full compliance with the technical requirements.
iii. The completed installation has been tested in accordance with the
Test procedure and the system shown to be performing in full
Compliance with the technical requirements.
iv. The performance and reliability of the systems have met
Specifications for the final three months period.
v. All components found to be defective have been totally replaced and
All other discrepancies corrected.
vi. All relevant maintenance and support manuals have been made
Available to the Implementation Team nominated by the Bank.
vii. Final inventory documentation of the systems and properly
Documented Unit test, System/Functional Test, Integration Test and
Final Acceptance Test reports have been supplied to the Bank.
viii. If anyone of the above requirements has not been met to the full
Satisfaction of the Bank, the Supplier shall continue to inspect and
Correct the operation and maintenance of the systems at its own
Cost, until the performance specified is achieved.
27 Liquidated Damages
27.1 If the Supplier fails to deliver the solution within the period specified in
This Contract, the Bank may without prejudice to all its other remedies
Under the Contract, deduct from the Contract Price, as liquidated damages,
A sum equivalent to the percentage specified in the SCC of the Contract
Price for each week or part thereof of delay until actual delivery or
Performance, up to a maximum deduction of the percentage specified in
Those SCC. Once the maximum is reached, the Bank may terminate the
Contract pursuant to Clause 35 herein under
28 Warranty
28.1 The Supplier warrants that all the Goods are new, unused, and of the
Most recent or current models, and that they incorporate all recent
Improvements in design and materials, unless provided otherwise in the
Contract.
28.2 The Supplier further warrants that the Goods shall be free from defects
Arising from any act or omission of the Supplier or any of its partners or
Subcontractors or employees or arising from design, materials, and
Workmanship, under normal use in the conditions prevailing in the country
Of final destination.

90 | P a g e
28.3 The warranty shall remain valid for eighteen (18) months after the Goods,
Or any portion thereof as the case may be, have been delivered to and
Accepted at the final destination indicated in the SCC.
28.4 The Bank shall give notice to the Supplier stating the nature of any defects
Together with all available evidence thereof, promptly following the
Discovery thereof. The Bank shall afford access for the Supplier to inspect
Such defects.
28.5 Upon receipt of such notice, the Supplier shall, expeditiously repair or
Replace the defective Goods or parts thereof, at its own cost.
28.6 If having been notified, the Supplier fails to repair or maintain the defect
Expeditiously; the Bank may proceed to take within a reasonable period
Such remedial action as may be necessary, at the Suppliers risk and
Expense and without prejudice to any other rights which the Bank may
Have against the Supplier under the Contract.
29 Patent Indemnity
29.1 The Supplier shall indemnify and hold harmless the Bank and its employees
And officers from and against any and all suits, actions or administrative
Proceedings, claims, demands, losses, damages, costs, and expenses of any
Nature, including attorneys fees and expenses, which the Bank may suffer as a
Result of any infringement or alleged infringement of any patent, utility model,
Registered design, trademark, copyright, or other intellectual property right
Registered or otherwise existing at the date of the Contract by reason of:
a. The installation of the Goods by the Supplier or the use of the Goods in
The place where the Site is located; and
b. The sale in any country of the products produced by the Goods.
Such indemnity shall not cover any use of the Goods or any part thereof
Other than for the purpose indicated by or to be reasonably inferred from
The Contract, neither any infringement resulting from the use of the
Goods or any part thereof, or any products produced thereby in
Association or combination with any other equipment, plant, or materials
Not supplied by the Supplier, pursuant to the Contract.
29.2 If any proceedings are brought or any claim is made against the Bank
Arising out of the matters referred to Sub-Clause 29.1, herein above, the
Bank shall promptly give the Supplier a notice thereof, and the Supplier
May at its own expense and in the Banks name conduct such proceedings
Or claim and any negotiations for the settlement of any such proceedings or
Claim.
29.3 If the Supplier fails to notify the Bank within twenty-eight (28) days after
Receipt of such notice that it intends to conduct any such proceedings or
Claim, then the Bank shall be free to conduct the same on its own behalf.
29.4 The Bank shall, at the Suppliers request, afford all available assistance tothe Supplier in
conducting such proceedings or claim, and shall be
Reimbursed by the Supplier for all reasonable expenses incurred in so
Doing.

91 | P a g e
29.5 The Bank shall indemnify and hold harmless the Supplier and its
Employees, officers, and Subcontractors from and against any and all suits,
Actions or administrative proceedings, claims, demands, losses, damages,
Costs, and expenses of any nature, including attorneys fees and expenses,
Which the Supplier may suffer as a result of any infringement or alleged
Infringement of any patent, utility model, registered design, trademark,
Copyright, or other intellectual property right registered or otherwise
Existing at the date of the Contract arising out of or in connection with any
Design, data, drawing, specification, or other documents or materials
Provided or designed by or on behalf of the Bank.
30 Limitation of Liability
30.1 Except in cases of criminal negligence or willful misconduct,
a) The Supplier shall not be liable to the Bank, whether in contract, tort,
Or otherwise, for any indirect or consequential loss or damage, loss of
Use, loss of production, or loss of profits or interest costs, provided that
This exclusion shall not apply to any obligation of the Supplier to pay
Liquidated damages to the Bank and
b) The aggregate liability of the Supplier to the Bank, whether under the
Contract, in tort or otherwise, shall not exceed the total Contract Price,
Provided that this limitation shall not apply to the cost of repairing or
Replacing defective equipment, or to any obligation of the supplier to
Indemnify the Bank with respect to patent infringement.
31 Change in Laws and Regulations
31.1 If after the date of the Invitation to Bid, any law, regulation, ordinance,
Order or bylaw having the force of law is enacted, promulgated, abrogated,
Or changed in the place of the Federal Democratic Republic of Ethiopia
Where the Site is located (which shall be deemed to include any change in
Interpretation or application by the competent authorities) that
Subsequently affects the Delivery Date and/or the Contract Price, then
Such Delivery Date and/or Contract Price shall not be consequently be
Affected.
32 Force Majeure
32.1 The Supplier shall not be liable for forfeiture of its contract security,
Liquidated damages, or termination for default if and to the extent that its
Delay in performance or other failure to perform its obligations under theContract is the result of an
event of Force Majeure.
32.2 For purposes of this Clause, Force Majeure means an event or situation
Beyond the control of the Supplier that is not foreseeable, is unavoidable,
And its origin is not due to negligence or lack of care on the part of the
Supplier. Such events may include, but not be limited to, acts of the Bank
In its sovereign capacity, wars or revolutions, fires, floods, epidemics,
Quarantine restrictions, and freight embargoes.
32.3 If a Force Majeure situation arises, the Supplier shall promptly notify the
Bank in writing of such condition and the cause thereof. Unless otherwise

92 | P a g e
Directed by the Bank in writing, the Supplier shall continue to perform its
Obligations under the Contract as far as is reasonably practical, and shall
Seek all reasonable alternative means for performance not prevented by the
Force Majeure event.
33 Change Orders and Contract Amendments
33.1 The Bank may at any time order the Supplier through notice in
Accordance with Clause 8, herein above to make changes within the general
Scope of the Contract in any one or more of the following:
a) Drawings, designs, or specifications, where Goods to be furnished
Under the Contract are to be specifically manufactured for the Bank;
b) The method of shipment or packing;
c) The place of delivery; and
d) The turnkey solution to be provided by the Supplier.
33.2 If any such change causes an increase or decrease in the cost of, or the
Time required for, the Suppliers performance of any provisions under the
Contract, an equitable adjustment shall be made in the Contract Price or in
The Delivery/Completion Schedule, or both, and the Contract shall
Accordingly be amended. Any claims by the Supplier for adjustment under
This Clause must be asserted within twenty-eight (28) days from the date of
The Suppliers receipt of the Banks change order.
33.3 Prices to be charged by the Supplier for any Related Services that might be
Needed but which were not included in the Contract shall be agreed upon in
Advance by the parties and shall not exceed the prevailing rates charged to
Other parties by the Supplier for similar services.
34 Extensions of Time
34.1 If at any time during performance of the Contract, the Supplier or its
Subcontractors should encounter conditions impeding timely delivery of the
Solution pursuant to GCC Clause 12, the Supplier shall promptly notify the
Bank in writing of the delay, its likely duration, and its cause. As soon aspracticable after receipt of
the Suppliers notice, the Bank shall evaluate the
Situation and May at its discretion extend the Suppliers time for
Performance, in which case the extension shall be ratified by the parties by
Amendment of the Contract.
34.2 Except in case of Force Majeure, a delay by the Supplier in the
Performance of its Delivery and Completion obligations shall render the
Supplier liable to the imposition of liquidated damages pursuant to Clause
27, unless an extension of time is agreed upon, pursuant to Sub-Clause
34.1, herein above.
35 Termination
35.1 Termination for Default
A. the Bank, without prejudice to any other remedy for breach of
Contract, by notice of default sent to the Supplier, may terminate the
Contract in whole or in part:
I. If the Supplier fails to deliver the turnkey solution within the period

93 | P a g e
Specified in the Contract, or within any extension thereof granted by
The Bank pursuant to Clause 34; herein above.
ii. If the Supplier, in the judgment of the Bank has engaged in corrupt
Or fraudulent practices, as defined in Clause 3, herein above in
Competing for or in executing the Contract; or
iii. If the Supplier fails to perform any other obligation under the
Contract.
B. In the event the Bank terminates the Contract in whole or in part,
Pursuant to Clause 35.1(a), herein above the Bank may procure, upon
Such terms and in such manner as it deems appropriate, Goods or
Related Services similar to those undelivered or not performed, and the
Supplier shall be liable to the Bank for any additional costs for such
Similar Goods or Related Services. However, the Supplier shall
Continue performance of the Contract to the extent not terminated.
35.2 Termination for Insolvency
The Bank may at any time terminate the Contract by giving notice to the
Supplier if the Supplier becomes bankrupt or otherwise insolvent. In
Such event, termination will be without compensation to the Supplier,
Provided that such termination will not prejudice or affect any right of
Action or remedy that has accrued or will accrue thereafter to the Bank.
35.3 Termination for Convenience
a) The Bank, by notice sent to the Supplier, may terminate the Contract, in whole or in part, at any
time for its convenience. The notice of
Termination shall specify that termination is for the Banks
Convenience, the extent to which performance of the Supplier under the
Contract is terminated, and the date upon which such termination
Becomes effective.
b) The Goods that are complete and ready for shipment within twenty-eight
(28) Days after the Suppliers receipt of notice of termination shall
Be accepted by the Bank at the Contract terms and prices. For the
Remaining Goods, the Bank may elect:
I. To have any portion completed and delivered at the Contract
Terms and prices; and/or
To cancel the remainder and pay to the Supplier an agreed amount
For partially completed Goods and Related Services and for
Materials and parts previously procured by the Supplier.
36 Assignment
36.1 Neither the Bank nor the Supplier shall assign, in whole or in part, its
Obligations under this Contract, except with prior written consent of the other
Party.
37. Progress Report
Progress reports shall be prepared by the Contractor every two weeks and
Submitted to the Bank in 5(five) copies. The first report shall cover the
Period up to the mid of the calendar month after that in which the

94 | P a g e
Commencement date occurred, reports shall be submitted every two weeks
Thereafter. Each report shall include:-
a. Quality assurance documents and test results.
b. Comparisons of actual and planned progress, with details of any aspects
Which may jeopardize the completion in accordance with the Contract and
The measures being (or to be) adopted to overcome such aspects.
38. Staff and Labor
38.1 Engagement of staff and labor
The Supplier shall make its own arrangements for the engagement of all its
Staff and labor for their payment, housing, feeding and transport.
38.2 Labor Laws
The Supplier shall comply with all the relevant labor laws of the Federal
Democratic Republic of Ethiopia applying to its employees, and shall duly
Pay and afford to them all their legal rights. The Contractor shall require all
Such employees to obey all applicable laws and regulations concerning
38.3 Suppliers Personnel
The supplier Contractor shall employ only persons who are careful and
Sufficiently appropriately qualified, skilled, healthy and experienced.
38.4 Manner of Execution
The work shall be executed in a proper professional, workmanlike and
Prudent manner with properly equipped facilities and non-hazardous
Materials, and in accordance with recognized good practice.
39 Delays in the Suppliers performance
39.1 Delivery of Goods and Supply of related Services shall be made by the
Supplier in accordance with time schedule by the Bank in its schedule of
Requirements, and/or with terms and conditions agreed up on by the
Parties in the Special Conditions of Contract (SCC).
39.2 An unexecuted delay by the Supplier in the performance of its delivery
Obligation shall render the Supplier liable to any or all of the following
Sanctions; forfeiture of its performance security, imposition of liquidated
Damages; and /or termination of the Contract for default.
39.3 The completion time of the project shall be fixed by taking into
Consideration and making allowance for all ordinary delays and
Hindrances incidental thereto. If however, the supplier is delayed in
Supply of materials and or in execution of the work by Force Majeure,
The Bank may upon the written request of the supplier and if it finds
Such action justifiable, extends the completion time by period equal to
The period of delay caused by the occurrence of Force Majeure.
40. Incidental Works
40.1 The contractor may be required to provide any or all of the following works
a) Performance or Supervision on-site assembly and or start-up of in supply
Goods
b) Furnishing of tools required for assembly and /or maintenance of supplied
Goods

95 | P a g e
C) Furnishing of detailed operations and maintenance manual of the supplied
System and
e) Conduct of training of the banks personnel, at the contractor plants and/or
On site, in assembly, start up, operation, maintenance and or repair of thesupplied system.
41. Country of Origin
41.1 All Goods and Related Services under the Contract shall have their origin
In the countries specified in the Special Conditions of Contract (SCC).
41.2 For purposes of this Clause Origin means the place where the Goods
Were produced or from which the Related Services Works are supplied.
Goods are produced when, through manufacturing, processing or
Substantial and major assembling of components, a commercially
Recognized new product results that is substantially different in basic
Characteristics or in purpose or utility from its components.
41.3 The origin of Goods and Related Services may be different from the
Nationality of the Supplier.
42. Standards
42.1 The solution to be delivered under the Contract shall conform to the
Standard mentioned in the Technical Specifications, and when no applicable
Standard is mentioned to the authoritative origin and such standards shall
Be the latest issued by the international standard.
43 Delivery, Execution of Services and Documents
43.1 Delivery of the Goods and execution of the Related Services work shall be
Made by the Supplier Contractor in accordance with the terms specified
By the Bank in its Schedule of Requirements and the Special Conditions of
Contract, and the Goods shall remain at the risk of the Supplier until
Delivery and the Related Services have been executed.
43.2 Execution of the Related Services deemed to have been made; when all the
Documents specified in the Special Condition of Contract 12.1 have been
Furnished to the client and Work is completed by the Contractor as per the
Contract agreement.
43.3 Permits, Licenses or Approvals:
The Bank shall, at the request and cost of the Supplier, assist the Supplier
In applying for permits, licenses or approvals which are required for anypart of the Services, for
delivery (including clearance through customs) of
Goods and for the completion of the Service delivery.
43.4 The Supplier shall state its delivery time for the Goods from the date of
Signing Contract and completion of solution.

Section 8. Special Conditions of Contract (SCC)


The following Special Conditions of Contract (SCC) shall supplement the

96 | P a g e
General Conditions of Contract (GCC). Whenever there is a conflict, the
Provisions herein shall prevail over those in the GCC

GCC clause Special Conditions


reference
Procurement Reference Number is: Bid No.
GCC 1.1(j) The insinuate is:
GCC 1.1 (o) The Site is:
GCC 4.2 (a) The meaning of the trade terms shall be as prescribed by: NA
GCC 4.2 (b) The version of Incoterms shall be: NA
GCC 5.1 The language shall be: English
GCC 8.1 For notices, the Banks address shall be:
Attention:
Street Address: ---
Floor/ Room number:
City: Addis Ababa
Post Code:
Country: Ethiopia
Telephone:
Facsimile number:
Email address:
For notices, the Suppliers address shall be:
Attention:
Street Address:
Floor/ Room number:
City:
Post Code:
Country:
Telephone:
Facsimile number:
Email address:
GCC 10.2 The formal mechanism for the resolution of disputes shall be:
Arbitration
GCC 11.1 The scope of supply shall be defined in: The Supply,
Installation and Commissioning of the
GCC 12.1 Banking Solution
The shipping and other documents to be furnished by the
Supplier are:
Invoice
Bill of lading or Air way bill if applicable
Carrier invoice if applicable
Packing list if applicable
Manufacturer Guarantee certificate
Certificate of origin
ISO series certificate
GCC 14.2 The Bank shall not pay costs described in GCC 14.1
GCC 15.2 The price adjustment shall be: No price Adjustment
GCC 33.3

GCC 16.1 The terms of payment shall be:


97 | P a g e
The total contract amount shall be proportionately paid
according to the following scheme:
o 20% Advance payment against Advance
Payment Guarantee
o 50% up on the delivery of the Equipment
o20% against completion of Installation.
o 10% after 12 months of final acceptance or
commissioning of the project.
GCC 16.4 The currency for payments shall be: Birr or USD
GCC 17.1 The Supplier shall be entirely responsible for all import duties
and taxes.
GCC 17.2 The Bank shall not be responsible for all duties and taxes
imposed by law in Ethiopia
GCC 17.4 No adjustment shall be made to the Contract Price to take into
account any change in taxes.
GCC 18.1 The amount of the Contract Security shall be: 10% (Ten
percent) of the Purchase Contract Amount
The currency shall be: Birr or USD.
GCC 18.3 The types of acceptable Contract Securities are: CPO or Bank
Guarantee confirmed by Ethiopian Bank.
GCC 18.4 Discharge of Contract Security shall take place: 18 months
GCC 23.2 after the provisional acceptance
The packing, marking and documentation within and outside
the packages shall be: The Suppliers Name
GCC 24.1
The insurance risks and coverage shall be:
(i) Hardware Software
(ii) Third Party liability
(iii) Employers liability and workers compensation
(iv) Professional liability
(v) Loss or damage to equipment and property
(vi) Other
GCC 25.1 Transportation of goods: NA.
GCC 26.2 Inspections and tests will be conducted at: Sites
GCC 26.9a
GCC 27.1 The liquidated damage shall be: 0.1% per day up to 10%
GCC 27.1 The maximum amount of liquidated damages shall be: 10% of
the total Contract price.
GCC 28.3 The period of validity of the Warranty shall be: Thirty-six
months & shall start from the date of the provisional
acceptance of the system.
GCC 28.5 The repair or replace period shall be: with in 24 hours
handled by the contractor free of charge.
GCC 30.1b The amount of aggregate liability shall be: Total price of the
Contract.
GCC 31.1 Any change in laws or regulations shall not result in any
change to the Delivery Date or the Contract Price.

98 | P a g e
Section 9. Contract Forms Agreement

THIS AGREEMENT made the day of, 20, between ...


. of .. (Here in after the EMI the one
Part, and . of (Here in after the Supplier), of the
Other part:
WHEREAS the EMI invited bids for supply and installation of IT infrastructure,
viz., . and has accepted a Bid by the
Supplier for the supply and installation of IT infrastructure in the sum of
.. (Here in after the Contract Price).
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement words and expressions shall have the same meanings as are
Respectively assigned to them in the Contract referred to.
2. The following documents shall be deemed to form and be read and construed
As part of this Agreement, viz.:
(a) The General Conditions of Contract;
(b) The Special Conditions of Contract;
(c) The Statement of Requirements;
(e) The Bid Submission Sheet and the Price Schedules submitted by the
Supplier;
(f) The EMI Notification to the Supplier of award of Contract; and
3. In consideration of the payments to be made by the EMI to the Supplier as
Indicated in this Agreement, the Supplier hereby covenants with the Purchaser
To provide and install IT infrastructure and to remedy defects therein in
Conformity in all respects with the provisions of the Contract.
4. The EMI hereby covenants to pay the Supplier in consideration of the
Provision and installation of IT infrastructure and the remedying of defects
Therein, the Contract Price or such other sum as may become payable under
The provisions of the Contract at the times and in the manner prescribed by
The Contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be
Executed in accordance with the laws of .on the day, month
And year indicated above.
Name . in the capacity of .
Signed by . for the EMI
Name . in the capacity of .

99 | P a g e

You might also like