THE REPUBLIC OF RWANDA NATIONAL COUNCIL FOR HIGHER EDUCATION (NCHE) BIDS EVALUATION REPORT FOR WORKS or GOODS Title of Tender: ICT ITEMS AND OFFICE EQUIPEMENT Tender Reference Number: No 030/G/S/11-OCB/NCHE Procurement Method: OPEN NATIONAL COMPETITIVE BIDDING Date of Issue: 19/09/2011 BIDS EVALUATION REPORT FOR WORKS or GOODs I. Background Following the opening of the tender for ICT Items and office equipment an evaluation committee was set up composed of the members mentioned below. II. Members of the Evaluation Committee NAMES INSTITUTION/ORGANISATION DESIGNATION Sindayigaya Samuel National Council For Higher Education (NCHE) National Council For Higher Education (NCHE) National Council For Higher Education (NCHE) National Council For Higher Education (NCHE) National Council For Higher Education (NCHE) President of the Tender Committee Member Nyandwi Jean Bosco Nyundo Yonah Nyirankundimana Christine Kanzayire Yva Member Member Procurement Officer III. General Information TENDER REF. N°: No 030/G/11-OCB/NCHE TITLE OF TENDER: ICT ITEMS AND OFFICE EQUIPEMENT NUMBER OF LOTS: ICT ITEMS AND OFFICE EQUIPEMENT(Single lot) SOURCE OF FUNDING: Ordinary Budget DATE OF THE TENDER NOTICE ISSUE /INVITATION FOR BIDS: 20/08/2011 NAME OF NEWSPAPER (S): DATE OF SITE VISIT [if any]: THE NEWTIMES, News Paper N/A DATE OF PRE-BID CONFERENCE, if any: N/A DATE OF OPENING OF BIDS: 19/09/2011 NUMBER OF BIDDERS WHO RESPONDED: 5 START OF EVALUATION: 20/09/2011 END OF EVALUATION: 30/09/2011 SIGNATURE IV. LIST OF THOSE WHO RESPONDED TO THE TENDER. Name of bidder MSV Technologies-MSVT Contact person Madan Gopal Good Supply-GS Ndangizi John Benetec IT Solutions-BIS Benegusenga Abdu Robotics Solutions Ltd- Kamal K. Dhawal RB Ltd Computer Point-CP Binu M. Tharian Thomas Nkunda Technics Ltd Janvier GAKUBA Full Address 0788 301 224: Rwanda 0788 764 587: Rwanda 0788 578 790: Rwanda 0788 304 530: Rwanda 0788 303 220: Rwanda 0788 740 035: Rwanda Po. Box 3554 Kigali Po. Box 7569 Kigali Po. Box 3334 Kigali Po. Box 1257 Kigali Po. Box 6647 Kigali Po. Box 4405 Kigali V. SUMMARY OF BIDDS OPENING Name and legal status of Bidder Price with taxes Rwf Delivery period Bid Security Rwf MSV Technologies-MSVT 35,021,825FRw 28 days 200,000Frw Good Supply-GS 25,600,000Frw 30 days 500,000Frw Benetec IT Solutions-BIS 23,435,000Frw 7-15 days 468,700Frw Robotics Solutions Ltd-RB Ltd 24,441,600Frw 15 days 500,000Frw Computer Point-CP 24,700.490Frw 30 working days 500,000Frw Nkunda Technics Ltd 23,589,250Frw 30 days - 3 VI. PRELIMINARY EVALUATION OF THE BIDS. All bids were subjected to a preliminary evaluation to determine whether they are complete and substantially responsive. The table below summarises the findings of the preliminary evaluation. Criteria of administrative conformity BIDDERS CP GS BIS MSVT RB Ltd Nkunda -List of submitted documents. PC PC PC PC PC NC - Bid duly signed, dated and sealed. PC PC PC PC PC NC -A copy of the trade license; (related to PC PC PC PC PC NC PC PC PC NC PC NC -A valid tax clearance certificate issued by PC PC PC PC PC PC PC PC PC PC PC NC -References of similar tender (at least 3) PC PC PC PC PC NC - Proof of Purchase of tender document. PC PC PC PC PC NC -Written confirmation authorizing the PC PC PC PC PC NC the tender) -The bid security of 2% of submitted amount Rwanda Revenue Authority (original or a certified copy); -A valid clearance certificate issued by the “Caisse Sociale du Rwanda” (original or a certified copy); signature of the bid to commit the bidder. 4 Acceptance for Detailed technical evaluation ADTC ADTC ADTC NADTC ADTC NADTC Key of applied signs: PC: Document Provided and fully Conforming to Tender document’s requirements NP: Document Not Provided at all. PNC: Provided Not Conforming to Tender document’s requirements ADTC: Accepted for Detailed Technical Evaluation NADTC: Not accepted for detailed technical evaluation Following bids were accepted for further Technical evaluation Computer Point-CP Good Supply-GS Benetec IT Solutions-BIS Robotics Solutions Ltd-RB Ltd All bidders mentioned above their administrative documents were provided and fully confirming to the Tender document’s requirements The following bids were rejected MSV Technologies-MSVT Did not submit the Bid Security with the amount required in Tender document Nkunda Technics Ltd This company submitted only one original copy of bid instead of 1 original copy and other three copies as required in Tender Notice. It did not submit all the administrative documents as required in bid document. Detailed technical evaluation In order to do the technical evaluation, the evaluation committee referred to the criteria indicated in the table below as detailed in the instruction to bidders, the bid data sheets and the technical bid data sheets of the tender document 5 NO ARTICLES AND SPECIFICATIONS QTY 001 TONERS: Canon GPR-18 5 002 TONERS:°Canon TG 35B °Canon TG 35C °Canon TG 35Y °Canon TG 35M 10 10 10 10 003 DRUM UNIT:°C-EXV21B ° C-EXV21C ° C-EXV21Y ° C-EXV21M DRUM UNIT for Canon IR 2022 Cartridges HP 53 Cartridges HPCB540 Cartridges HPCB541 Cartridges HPCB542 Cartridges HPCB543 Flash Disk 4GB Optical Glass Monitor Filter EXTERNAL HARD DISK 250GB Antivirus CENTRAL PROCESSING UNITY(CPU) 5 5 5 5 5 10 10 10 10 10 10 12 5 6 4 004 005 006 007 008 009 010 011 : PROCESSOR: intel core2.5 GHZ (Minimum) : HARD DRIVE: 300 GB SATA :OPERATING SYSTEM genuine windows 7 home premium (32 or 64 bit ) :Genuine office 2010 : latest antivirus release :MEMORY CRD READER :DISPLAY: monitor : plug and play monitor Supports concurrent use of dual displays connected to onboard DVI and VGA :4 USB PORT OR UP :ETHERNET PORT :DVD+/-R CP GS BIS RB Ltd X 6 012 013 Power Socket (HS 681) 4 port or up Air Conditioner 10 Digital Video Camera Specifications: Color Black Image sensor 5MP CMOS sensor LCD 2.7" LCD Zoom 3X optical zoom, 8X digital zoom Focus Range 10cm-infinity Image resolution 4032x3024 pixels (12M 4:3) 3648x2736 pixels (10M 4:3) 3264x2448 pixels (8M 4:3) 3648x2048 pixels (7M 16:9 HD) 2592x1944 pixels (5M 4:3) 2048x1536 pixels (3M 4:3) Movie resolution FHD: 1440x1080 pixels (15fps) HD: 1280x720 pixels (15/30fps) VGA: 640x480 pixels (15/30/60fps) QVGA: 320x240 pixels (15/30/60fps) File format Picture: JPG; Movie: MOV TV out NTSC/PAL selectable, HDMI ISO ISO100/200/400/800/1600/3200 X 2 12,000 BTU Window Air Conditioner Electronic touch controls Allow simple operation 3 fan speeds for cooling and Washable air filter 4-way air direction control. Remote. 12-hour timer For preset operation and reduced energy consumption. Auto restart Automatically turns the air conditioner back on when power is restored after a power failure 014 1 X 7 Battery Li-ion battery Weight 254g Dimension 124 x59 x68mm Warranty: 2 years and above 015 LCD Projector 1 Specifications: 016 Projector Technology: Single Chip DLP DDR with fourelement color wheel Brightness (in Lumens): 1200 Contrast Ratio: 1700:1 Maximum Resolution: SVGA (800x600) Estimated Lamp Lifespan: 2,000 hours or 2,500 in ecomode Inputs: Composite, S-Video, VGA (with pass through) Replacement Bulb Projection Screen 1 Specifications: Should be an wall projector screen and remote controlled A stand for the projector screen Should have a width of at least 300cm Should be portable/can be moved from one place to another for workshops and conferences Should be wide enough to provide good content display 017 Laptop Specifications: Intel Core i3Processor (1.6GHz, to 2.8GHz, ) Genuine Windows 7 Professional X 1 8 32 bit (English) Office 2007 genuine DDR2 or 3 SDRAM 4 GB 300GB SATA Hard Drive DVD +/- R RW USB 4 ETHERNET PORT 018 Lesser Pen : Flashlight Laser Pointer energy-saving 1 KEY: V: Indicates satisfaction of specification requirement X: Indicates non satisfaction of specification requirement. Observations: 1. The bid of Computer Point. was rejected I. Digital Video Camera Not exact model and not meeting the technical specifications. II. Projection Screen Not well specified and not meeting the technical specifications. III. Air Conditioner Not clearly specified. The information about the specifications is in an unreadable font. IV. Optical Glass Monitor Filter The Item was not mentioned anywhere in the list of items submitted by Computer Point. The bid of following bidders was accepted for further financial evaluation Robotics Solutions Ltd-RB Ltd Good Supply-GS Benetec IT Solutions-BIS According to the technical evaluation, the bidders mentioned above Indicate satisfaction of Technical specification required in tender document. 9 VIII. FINANCIAL EVALUATION OF THE BIDS TABLE A [If applicable]1 All bids were in Rwf TABLE B Bidder Amount before correction of errors Good Supply-GS 25,600,000Frw Benetec IT Solutions- 23,435,000Frw BIS Robotics Solutions Ltd- 24,441,600Frw RB Ltd Amount after2 correction of errors 25,600,000Frw 23,435,000Frw 24,441,600Frw NOTE: (If there is a discount indicated in the bidders offer, this will be considered only if the bid is the winning bid.) N.B There wasn’t any discount indicated in all bidders offer. IX. CONCLUSION AND RECOMMENDATION FOR THE TENDER AWARD Following the above evaluation, members of the evaluation committee recommend that the tender for ICT Items and Office Equipment should be awarded to; BIS for the total amount not to exceed Twenty three Million Four Hundred thirty five Thousand Rwandan Francs (23,435,000 RWF) all taxes inclusive. X. ANNEXES 1. Bids Opening report 1 If all bids prices are in Rwandan francs, this table should be deleted There must be correction for arithmetic errors, additions, and adjustments. Detailed information should be provided on these at the end of the table. 2 10 THE REPUBLIC OF RWANDA NATIONAL COUNCIL FOR HIGHER EDUCATION (NCHE) BIDS EVALUATION REPORT FOR GOODS Title of Tender: 1LAPTOP Tender Reference Number: No 040/G/11-RQ/NCHE Procurement Method: REQUEST FOR QUOTATION Date of Issue: 03/10/2011 11 BIDS EVALUATION REPORT FOR GOODs I. Background Following the opening of the tender for 1laptop, an evaluation committee was set up composed of the members mentioned below. II. Members of the Evaluation Committee NAMES INSTITUTION/ORGANISATION DESIGNATION Sindayigaya Samuel National Council For Higher Education (NCHE) National Council For Higher Education (NCHE) National Council For Higher Education (NCHE) National Council For Higher Education (NCHE) National Council For Higher Education (NCHE) President of the Tender Committee Member Nyandwi Jean Bosco Nyundo Yonah Nyirankundimana Christine Kanzayire Yva SIGNATURE Member Member Procurement Officer III. General Information TENDER REF. N°: No 040/G/11-RQ/NCHE TITLE OF TENDER: 1 LAPTOP NUMBER OF LOTS: N/A SOURCE OF FUNDING: Ordinary Budget DATE OF THE TENDER NOTICE ISSUE /INVITATION FOR BIDS: 30/09/2011 NAME OF NEWSPAPER (S): N/A DATE OF SITE VISIT [if any]: N/A DATE OF PRE-BID CONFERENCE, if any: N/A DATE OF OPENING OF BIDS: 03//10/2011 NUMBER OF BIDDERS WHO RESPONDED: 1 START OF EVALUATION: 04/10/2011 END OF EVALUATION: 04/10/2011 12 V. SUMMARY OF BIDDS OPENING Name of bidder Rwanda Vision Suppliers Contact person BAKUMBA VIANNEY Full Address Tel: 0788306945 Kigali Rwanda Name and legal status of Bidder Price with taxes Rwf Delivery period Bid Security Rwf Rwanda Vision Suppliers 789,000RWF N/A N/A Criteria of administrative conformity BIDDERS Trading License Certificate PC Tax clearance-Caisse Sociale PC Rwanda Revenue certificate PC Acceptance for Detailed technical evaluation ADPE VI. PRELIMINARY EVALUATION OF THE BIDS. All bids were subjected to a preliminary evaluation to determine whether they are complete and substantially responsive. The table below summarises the findings of the preliminary evaluation. Comment: Document Provided by Rwanda Vision Suppliers are fully Conforming to Tender document’s requirements. 13 Key of applied signs: PC: Document provided and fully conforming to Tender document’s requirements NP: Document not provided at all. PNC: Provided Not Conforming to Tender document’s requirements ADTC: Accepted for Detailed Technical Evaluation NADTC: Not accepted for detailed technical evaluation VIII. FINANCIAL EVALUATION OF THE BIDS The bid was in Rwf TABLE A Bidder Amount before correction of errors Amount after3 correction of errors Rwanda Vision Suppliers 789,000RWF 789,000RWF NOTE: There is no discount indicated in the bidders offer. IX. CONCLUSION AND RECOMMENDATION FOR THE TENDER AWARD Following the above evaluation, members of the evaluation committee recommend that the tender of one laptop be awarded to Rwanda Vision Suppliers for the total amount not to exceed Seven Hundred eight nine thousand Rwandan Francs (789,000 RWF) all taxes inclusive. X. ANNEXES 1. Bids Opening report 14 THE REPUBLIC OF RWANDA NATIONAL COUNCIL FOR HIGHER EDUCATION (NCHE) BIDS EVALUATION REPORT FOR NON CONSULTANCE SERVICE Title of Tender: PRINTING AND BINDING BOOKS FOR NCHE Tender Reference Number: No 039/S/11-OCB/NCHE Procurement Method: OPEN NATIONAL COMPETITIVE BIDDING Date of Issue: 29/09/2011 BIDS EVALUATION REPORT FOR NON CONSULTANCE SERVICE I. Background Following the opening of the tender for ICT Items and office equipment an evaluation committee was set up composed of the members mentioned below. II. Members of the Evaluation Committee NAMES INSTITUTION/ORGANISATION DESIGNATION Sindayigaya Samuel National Council For Higher Education (NCHE) National Council For Higher Education (NCHE) National Council For Higher Education (NCHE) National Council For Higher Education (NCHE) National Council For Higher Education (NCHE) President of the Tender Committee Member Nyandwi Jean Bosco Nyundo Yonah Nyirankundimana Christine Kanzayire Yva SIGNATURE Member Member Procurement Officer III. General Information TENDER REF. N°: No 039/S/11-OCB/NCHE TITLE OF TENDER: PRINTING AND BINDING BOOKS FOR NCHE NUMBER OF LOTS: 1 SOURCE OF FUNDING: Ordinary Budget DATE OF THE TENDER NOTICE ISSUE /INVITATION FOR BIDS: 02/09/2011 NAME OF NEWSPAPER (S): DATE OF SITE VISIT [if any]: THE NEWTIMES, News Paper N/A DATE OF PRE-BID CONFERENCE, if any: N/A DATE OF OPENING OF BIDS: 29//09/2011 NUMBER OF BIDDERS WHO RESPONDED: 4 START OF EVALUATION: 05/10/2011 END OF EVALUATION: 05/10/2011 16 IV. LIST OF THOSE WHO RESPONDED TO THE TENDER. Name of bidder GRAPHIC PRINT SOLUTION NUR DIGITAL TECHNOLOGY IMPREMERIE PAPETERIE NOUVELLE IMPREMERIE AZ MEDIA PLUS Contact person GATETE CHARLES MINANI JEAN Full Address +25 252 573 256: Po. Box 351 Kigali Rwanda 0788750114: Po. Box 7199 Kigali Rwanda 0788524579: Po. Box 753 Kigali Rwanda MUGAMBIRA J. PAUL 0788306003: Po. Box 648 Kigali Rwanda BUGINGO IMMACULATE V. SUMMARY OF BIDDS OPENING Name and legal status of Bidder Price with taxes Rwf Delivery period Bid Security Rwf GRAPHIC PRINT SOLUTION 3,320,000frw 14 days 64,400Frw NUR DIGITAL TECHNOLOGIES 5,800,000frw - 116,000Frw 2 weeks 80,000Frw 30 days 80,000Frw IMPREMERIE PAPETERIE 2,740,000frw NOUVELLE IMPREMERIE AZ MEDIA PLUS 3,399,800frw 17 VI. PRELIMINARY EVALUATION OF THE BIDS. All bids were subjected to a preliminary evaluation to determine whether they are complete and substantially responsive. The table below summarises the findings of the preliminary evaluation. Criteria of administrative conformity BIDDERS GRAPHIC PRINT SOLUTIO N NUR IMPREMERIE IMPREMERI DIGITA PAPETERIE E AZ PLUS L NOUVELLE TECHN OLOGIE S -List of submitted documents. PC PC PC PC - Bid duly signed, dated and sealed. PC PC PC PC -A copy of the trade license; (related to PC PC PC PC PC PC PC PC -A valid tax clearance certificate issued by PC PC PC PC PC PC PC PC -References of similar tender (at least 3) PC PC PC PC - Proof of Purchase of tender document. PC PC PC PC the tender) -The bid security of 2% of submitted amount Rwanda Revenue Authority (original or a certified copy); -A valid clearance certificate issued by the “Caisse Sociale du Rwanda” (original or a certified copy); 18 -Written confirmation authorizing the PC PC PC PC ADTC ADTC ADTC signature of the bid to commit the bidder. Acceptance for Detailed technical evaluation ADTC Key of applied signs: PC: Document Provided and fully Conforming to Tender document’s requirements NP: Document Not Provided at all. PNC: Provided Not Conforming to Tender document’s requirements ADTC: Accepted for Detailed Technical Evaluation NADTC: Not accepted for detailed technical evaluation All the bids were accepted for further Technical evaluation GRAPHIC PRINT SOLUTION NUR DIGITAL TECHNOLOGIES IMPREMERIE PAPETERIE NOUVELLE IMPREMERIE AZ PLUS All bidders mentioned above their administrative documents were provided and fully confirming to the Tender document’s requirements VIII. FINANCIAL EVALUATION OF THE BIDS The bid was in Rwf TABLE A Bidder GRAPHIC PRINT SOLUTION NUR DIGITAL TECHNOLOGIES IMPREMERIE PAPETERIE NOUVELLE IMPREMERIE A-Z MEDIA Amount before correction of Amount after4 correction of errors errors 3,320,000frw 3,320,000frw 5,800,000frw 5,800,000frw 2,740,000frw 2,740,000frw 3,399,800frw 3,399,800frw 19 PLUS NOTE: There is no discount indicated in the bidders offer. IX. CONCLUSION AND RECOMMENDATION FOR THE TENDER AWARD Following the above evaluation, members of the evaluation committee recommend that the tender Printing and Binding books for NCHE be awarded to; IMPREMERIE PAPETERIE NOUVELLE for the total amount not to exceed Two Million Seven Hundred Forty Thousand Rwandan Francs (2,740,000 RWF) all taxes inclusive. X. ANNEXES 1. Bids Opening report 20 21 THE REPUBLIC OF RWANDA NATIONAL COUNCIL FOR HIGHER EDUCATION (NCHE) BIDS EVALUATION REPORT FOR SERVICE (NON CONSULTANCE) Title of Tender: HOTEL SERVICES( Use of Conference Hall for NCHE Training Staff) Tender Reference Number: No 041/S/11-RQ/NCHE Procurement Method: REQUEST FOR QUOTATION Date of Issue: 13/10/2011 BIDS EVALUATION REPORT FOR GOODs I. Background Following the opening of the tender for Hotel Services, an evaluation committee was set up composed of the members mentioned below. II. Members of the Evaluation Committee NAMES INSTITUTION/ORGANISATION DESIGNATION Sindayigaya Samuel National Council For Higher Education (NCHE) National Council For Higher Education (NCHE) National Council For Higher Education (NCHE) National Council For Higher Education (NCHE) National Council For Higher Education (NCHE) President of the Tender Committee Member Nyandwi Jean Bosco Nyundo Yonah Nyirankundimana Christine Kanzayire Yva SIGNATURE Member Member Procurement Officer III. General Information TENDER REF. N°: No 041/S/11-RQ/NCHE TITLE OF TENDER: HOTEL SERVICES NUMBER OF LOTS: N/A SOURCE OF FUNDING: Ordinary Budget DATE OF THE TENDER NOTICE ISSUE /INVITATION FOR BIDS: N/A NAME OF NEWSPAPER (S): N/A DATE OF SITE VISIT [if any]: N/A DATE OF PRE-BID CONFERENCE, if any: N/A DATE OF OPENING OF BIDS: 13//10/2011 NUMBER OF BIDDERS WHO RESPONDED: 1 START OF EVALUATION: 13/10/2011 END OF EVALUATION: 13/10/2011 23 V. SUMMARY OF BIDDS OPENING Name of bidder HOTEL TOPTOWER Contact person Full Address THADEE NDAMAGE Tel0788301225 Kigali Rwanda MUSONI Name and legal status of Bidder Price with taxes Rwf Delivery period Bid Security Rwf HOTEL TOPTOWER 700,000RWF N/A N/A Criteria of administrative conformity BIDDERS Trading License Certificate PC Tax clearance-Caisse Sociale PC Rwanda Revenue certificate PC Acceptance for Detailed technical evaluation ADPE VI. PRELIMINARY EVALUATION OF THE BIDS. All bids were subjected to a preliminary evaluation to determine whether they are complete and substantially responsive. The table below summarises the findings of the preliminary evaluation. Comment: Document Provided by HOTEL TOPTOWER are fully Conforming to Tender document’s requirements. 24 Key of applied signs: PC: Document provided and fully conforming to Tender document’s requirements NP: Document not provided at all. PNC: Provided Not Conforming to Tender document’s requirements ADTC: Accepted for Detailed Technical Evaluation NADTC: Not accepted for detailed technical evaluation VIII. FINANCIAL EVALUATION OF THE BIDS The bid was in Rwf TABLE A Bidder Amount before correction of errors Amount after5 correction of errors HOTEL TOPTOWER 700,000RWF 700,000RWF NOTE: There is no discount indicated in the bidders offer. IX. CONCLUSION AND RECOMMENDATION FOR THE TENDER AWARD Following the above evaluation, members of the evaluation committee recommend that the tender of Use of CONFERENCE HALL for NCHE training Staff be awarded to HOTEL TOPTOWER for the total amount not to exceed Seven Hundred thousand Rwandan Francs (700,000 RWF) all taxes inclusive. X. ANNEXES 1. Bids Opening report 25 26
© Copyright 2026 Paperzz