Lesotho Public Sector Foundations for Service Delivery Project (Лесото - Тендер #68157717) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Лесото (другие тендеры и закупки Лесото) Организатор тендера: The World Bank Номер конкурса: 68157717 Дата публикации: 31-10-2025 Источник тендера: Тендеры всемирного банка |
||
P174171
Lesotho Public Sector Foundations for Service Delivery Project
Lesotho
OP00405250
Invitation for Bids
Published
LS-MOFDP-445281-GO-RFQ
Request for Quotations
English
Nov 07, 2025 12:30
Oct 30, 2025
Ministry of Finance and Development Planning
Keneng Motjamela
P.O.BOX 395 Maseru Lesotho
Lesotho
Lesotho
+266 6272 7290
Kingdom of Lesotho
Lesotho Public Procurement Authority
Standard Bidding Document
for
Goods
Request for Quotations
|
Subject of Procurement: Procurement of IT equipment to support and operationalize Public Procurement Act. |
|
Procurement Reference Number: LS-MOFDP-445281-GO-RFQ |
|
Date of Issue: 28th October 2025 |
PREFACE
This Bidding Document for the Procurement of supplies has been prepared by Ministry of Finance and Development Planning - Lesotho Public Sector Foundations for Service Delivery Project and is based on the Standard Bidding Document for the Procurement of supplies under Quotations Method, issued by the Lesotho Public Procurement Authority dated 30th September 2025.
Standard Bidding Document for Procurement of Supplies under Quotation Method
Table of Contents
Standard Request for Quotations
Letter of Request for Quotations
Part 1 Quotation Procedures
Bidding Procedures
Bid Submission Sheet
Part 2 Statement of Requirements
Part 3 Contract Forms
General Conditions of Contract (Available on Request)
Special Conditions of Contract
Local Purchase Order Agreement
Kingdom of Lesotho
Ministry of Finance and Development Planning ; Lesotho Public Sector Foundations For Service Delivery Project, P.O.Box 395, Maseru
Government Complex, Procurement Office 2010
Kingsway Road
28th October 2025
Dear Sir/Madam,
Procurement of IT equipment to support and operationalize Public Procurement Act.
- LS-MOFDP-445281-GO-RFQ
1. The Procuring Entity indicated above invites your quotation for the supply of items described in Part 2: Statement of Requirements.
2. Bidding will be conducted in accordance with the Quotations procurement method contained in the World Bank Procurement Regulations for IPF borrowers, February 2025.
3. Any resulting contract shall be subject to the terms and conditions detailed in Part 3: Contract.
4. The planned procurement schedule for this procurement (subject to changes) is as follows:
|
Activity |
Date |
|
28th October 2025 |
|
28th October 2025 |
|
07th November 2025 |
|
10th November 2025 |
|
13th November 2025 |
|
20th November 2025 |
|
19th December 2025 |
5. Any queries should be addressed to keneng.motjamela@gov.ls
6. Please prepare and submit your quotation in accordance with the instruction in Part 1: Quotation Procedures or inform the Procurement Specialist @ masingoaneng.sekete@gov.ls if you will not be submitting the quotation.
Name: Masingoaneng Sekete
Procurement Specialist
Part 1: BIDDING PROCEDURES
Procurement Reference Number: LS-MOFDP-445281-GO-RFQ
Preparation of Bids: You are requested to quote for these items by completing, signing and returning:
You are advised to carefully read the complete Request for Quotations document, including the Special Conditions of Contract in Part 3: Contract, before preparing your quotation. The standard forms in this RFQ may be retyped for completion but the Bidder is responsible for their accurate reproduction.
Where an electronic copy of the Request for Quotations document is issued, the paper or hard copy is the original version. In the event of any discrepancy between the two, the hard copy shall prevail.
Validity of Bids: The bid must remain valid until and including 31st December 2025
Sealing and marking of Bids: Bids should be sealed in a single envelope, clearly marked with the Procurement Reference Number above, the Bidder’s name and the name of the Procuring entity. Envelopes should be sealed in such a manner that opening and resealing cannot be achieved undetected.
Submission of Bids: Bids should be submitted to the address below, no later than the date and time of the deadline below. Late quotations will be rejected.
Date of deadline: 07th November 2025
Time of deadline: 12:30hrs
Address: Government Complex, 2nd Floor Procurement Office 2010, Finance House, Kingsway Rd
Opening of Bids: Bids will be opened internally by the Procuring entity. Bidders’ representatives are not permitted to attend the opening. A record of the opening will be posted on the Procuring entity’s Notice Board within one working day of the opening.
Evaluation of Bids: The evaluation of Bids will use the Technical Compliance Selection methodology as detailed below:
Quotations failing any stage will be eliminated and not considered in subsequent stages.
Eligibility Criteria: You are required to meet the following criteria to be eligible to participate in public procurement:
Documents Evidencing Eligibility: Bidders shall submit the following documents:
Origin of Supplies: All supplies and related services shall have as their country of origin an eligible country, as defined in the Special Conditions of Contract.
Technical Criteria: The Specification and Compliance Sheet details the minimum specification of the supplies required. The supplies offered must meet this specification, but no credit will be given for exceeding the specification.
Currency: Quotations should be priced in Lesotho Maloti .
Quotations in other currencies will be converted to this currency for evaluation purposes only, using the exchange rates published by the Bank of Lesotho on the date of the submission deadline.
Best Evaluated Bid: The best evaluated bid shall be the lowest priced quotation, which is eligible and substantially responsive to the commercial and technical requirements of the Procuring entity and shall be recommended for award of contract. The Procuring entity shall issue a Notice of Best Evaluated Bidder within five days after the decision to award a contract, place such Notice on its notice board and for a prescribed period, copy the Notice to all Bidders and publish it on the Authority’s website.
Formation of contract: Formation of a contract shall be by signing a contract in accordance with Part 3: Contract.
Right to Review: Bidders may seek an Administrative Review by the Chief Accounting Officer in accordance with the Public Procurement Act if they are aggrieved with the decision of the Procuring entity.
Right to Reject: The Procuring entity reserves the right to accept or reject any quotation or to cancel the bidding process and reject all bids at any time prior to contract signing.
Bid Submission Sheet
[Complete this form with all the requested details and submit it as the first page of your quotation, with the documents requested above attached. Ensure that your quotation is authorised in the signature block below. A signature and authorisation on this form will confirm that the terms and conditions of this RFQ prevail over any attachments. If your bid is not authorised, it may be rejected.]
|
Bid Addressed to (Procuring entity): |
|
|
Date of Bid: |
|
|
Procurement Reference Number: |
|
|
Subject of Procurement: |
We offer to supply the items listed in the attached List of Supplies and Price Schedule and Specification and Compliance Sheet, in accordance with the terms and conditions stated in your Request for Quotations referenced above.
We confirm that we are eligible to participate in public procurement and meet the eligibility criteria specified in Part 1: Bidding Procedures.
We, including any subcontractors or providers for any part of the contract resulting from this procurement process, are eligible to participate in public procurement.
We have signed and undertake to abide by the Code of Ethical Conduct for Bidders and Providers attached during the procurement process and the execution of any resulting contract
Our bid shall be valid until and including [insert date, month and year] and it shall remain binding upon us and may be accepted at any time before or on that date;
We confirm that the prices quoted in the List of Supplies and Price Schedule are fixed and firm for the duration of the validity period and will not be subject to revision or variation.
The delivery period offered is: _______________ days/weeks/months from date of Purchase Order.
The warranty period offered is _______________ weeks/months.
Bid Authorised By:
|
Signature: |
__________________________ |
Name: |
____________________________ |
|
Position: |
__________________________ |
Date: |
____________________________ |
|
Authorised for and on behalf of: |
(DD/MM/YY) |
||
|
Company: |
________________________________________________________________ |
||
|
Address: |
________________________________________________________________ |
||
CODE OF ETHICAL CONDUCT IN BUSINESS FOR BIDDERS AND PROVIDERS
Bidders and providers shall at all times-
Bidders and providers shall-
Bidders and providers shall not accept contracts which would constitute a conflict of interest with, any prior or current contract with any procuring entity. Bidders and providers shall disclose to all concerned parties those conflicts of interest that cannot reasonably be avoided or escaped.
(1) Information given by bidders and providers in the course of procurement processes or the performance of contracts shall be true, fair and not designed to mislead.
(2) Providers shall respect the confidentiality of information received in the course of performance of a contract and shall not use such information for personal gain.
Bidders and providers shall not offer gifts or hospitality directly or indirectly, to staff of a procuring entity that might be viewed by others as having an influence on a government procurement decision.
(1) Bidders and providers shall not offer or give anything of value to influence the action of a public official in the procurement process or in contract execution.
(2) Bidders and providers shall not ask a public official to do anything which is inconsistent with the Act, Regulations, Guidelines or the Code of Ethical Conduct in Business.
Bidders and providers shall not-
I ................................................ agree to comply with the above code of ethical conduct in business.
--------------------------------------- -----------------------------------------------
AUTHORISED SIGNATORY NAME OF BIDDER
Part 2: Statement of Requirements
List of Supplies and Price Schedule
Procurement Reference Number: LS-MOFDP-445281-GO-RFQ
Purchase Order Serial Number: ______________________________
[Complete the currency of your bid. Complete the unit and total prices for each item listed below. Authorise the prices quoted in the signature block below.]
Currency of Quotation: ____________________
|
Item No |
Description of Supplies |
Quantity |
Unit of Measure |
Unit Price |
Total Price |
|
LOT 1 |
|||||
|
1 |
Laptops |
28 |
N/A |
||
|
2 |
Desktop Monitors |
20 |
N/A |
||
|
3 |
Desktop Computers |
3 |
N/A |
||
|
4 |
Docking Station |
20 |
N/A |
||
|
LOT 2 |
|||||
|
4 |
Printers |
5 |
N/A |
||
|
5 |
Projectors |
2 |
N/A |
||
|
6 |
Shredders |
2 |
N/A |
||
|
7 |
Server Computer |
1 |
N/A |
||
|
Other additional costs |
|||||
|
Subtotal |
|||||
|
Enter 0% VAT rate if VAT exempt. |
VAT @ % |
||||
|
Total |
|||||
The Delivery and Completion Schedule shall be as specified in the Special Conditions of Contract.
List of Supplies and Price Schedule Authorised By:
|
Signature: |
___________________________ |
Name: |
____________________________ |
|
Position: |
___________________________ |
Date: |
____________________________ |
|
Authorised for and on behalf of: |
(DD/MM/YY) |
||
|
Company: |
_________________________________________________________________ |
||
Part 2: Statement of Requirements
Specification and Compliance Sheet
Procurement Reference Number: LS-MOFDP-445281-GO-RFQ
Purchase Order Serial Number: ______________________________
Complete column c with the specification of the supplies offered. Also state “comply” or “not comply” and give details of any non-compliances to the specification required. Attach detailed technical literature which is required. Authorise the specification offered in the signature block below.
18 Laptops
|
ITEM Description. Quantity |
SPECIFICATION (Column a) |
MINIMUM REQUIREMENTS (Column b) |
Bidders Compliance (Column c) |
||
|
18 Laptops |
OS |
||||
|
Display |
14" Full HD IPS touchscreen |
||||
|
RAM |
16GB |
||||
|
Storage |
250GB SSD |
||||
|
Processor |
Intel Core Ultra i7, 3.0GHz or better, 13th Gen or newer |
||||
|
TPM chip |
TPM 2.0 |
||||
|
Connectivity |
Wi-Fi 802.11ac, Bluetooth 4.0 |
||||
|
Ports |
HDMI, USB 2.0 & 3.0, Universal audio jack, Ethernet (RJ-45), Smart Card Reader, Nano-SIM Card Slot |
||||
|
Camera |
Integrated 720p HD webcam |
||||
|
Speakers |
integrated Stereo Speakers |
||||
|
Keyboard |
Backlit keyboard |
||||
|
Biometric Sensors |
fingerprint scanner |
||||
|
Warranty |
2 years or more |
||||
|
Extras |
|||||
|
Antivirus Software |
12 months preloaded Norton 360 antivirus software subscription |
||||
|
Mouse |
Wireless optical mouse (same brand as laptop) |
||||
|
Carry case |
Multi-pocket backpack |
||||
|
Antivirus Software: |
12 months preloaded Norton 360 antivirus software subscription |
||||
10 Laptops
|
ITEM Description. Quantity |
SPECIFICATION (Column a) |
MINIMUM REQUIREMENTS (Column b) |
Bidders Compliance (Column c) |
|
10 laptops |
OS |
Windows 11 Pro/Enterprise 64-bit (Must be full license not upgrade) |
|
|
Display |
14" Full HD IPS touchscreen |
||
|
RAM |
32GB |
||
|
Storage |
250GB |
||
|
Processor: |
Intel Core Ultra i7, 3.0 GHz or better, 13th Gen or newer |
||
|
TPM chip |
TPM 2.0 |
||
|
Connectivity |
Wi-Fi 802.11ac, Bluetooth 4.0 |
||
|
Ports |
HDMI, USB 2.0 & 3.0, Universal audio jack, Ethernet (RJ-45), Smart Card Reader, Nano-SIM Card Slot |
||
|
Camera |
Integrated 720p HD webcam |
||
|
Speakers |
integrated Stereo Speakers |
||
|
Keyboard |
Backlit keyboard |
||
|
Biometric Sensors |
fingerprint scanner |
||
|
Warranty |
2 years or more |
||
|
Extras |
|||
|
Antivirus Software |
12 months preloaded Norton 360 antivirus software subscription |
||
|
Mouse |
Wireless optical mouse (same brand as laptop) |
||
|
Carry case |
Multi-pocket backpack |
||
Functional Specification – Desktop Monitors
|
ITEM Description. Quantity |
SPECIFICATION (Column a) |
MINIMUM REQUIREMENTS (Column b) |
Bidders Compliance (Column c) |
|
20 Desktop monitors |
Performance Specification (Same Brand as Laptops) |
||
|
Display Size |
27 inch widescreen Monitor |
||
|
Display type |
IPS LED Display |
||
|
Display Resolution |
FHD (1080p) 1920 x1080 |
||
|
Refresh Rate |
60Hz |
||
|
Ports |
VGA, HDMI, USB-C, USB 3 Upstream + Downstream |
||
|
Adjustability |
Height, Rotation, Tilt, Swivel, |
||
|
Warranty |
2 years or more |
||
Desktop Computers 3
Functional Specification
|
ITEM Description. Quantity |
SPECIFICATION (Column a) |
MINIMUM REQUIREMENTS (Column b) |
Bidders Compliance (Column c) |
|
3 desktop computers |
Form Factor |
All-in-One desktop computer |
|
|
OS |
Windows 11 Pro/Enterprise 64-bit |
||
|
RAM |
16GB or higher |
||
|
Storage |
500GB SSD or higher |
||
|
Processor |
Core i5, 13th Gen or newer |
||
|
Display |
23.8" Touchscreen, 2560×1440 resolution or higher |
||
|
Connectivity |
Gigabit Ethernet, Wi-Fi 802.11ac, Bluetooth 4.0 |
||
|
Ports |
HDMI, USB 2.0 & 3.0, memory card reader |
||
|
Audio |
Embedded speakers, headphone support |
||
|
Webcam |
1080p or higher |
||
|
Accessories |
USB optical mouse & keyboard |
||
|
Antivirus Software |
12 months preloaded Norton 360 antivirus software subscription |
||
|
Warranty |
2 years or more |
Functional Specification – Docking station 20
|
ITEM Description. Quantity |
SPECIFICATION (Column a) |
MINIMUM REQUIREMENTS (Column b) |
Bidders Compliance (Column c) |
|
Docking station 20 |
Compatibility: Plug-n-play unit, no drivers needed (compatible with proposed laptop computer and monitor) |
||
|
Ports: VGA, HDMI, USB 2.0 x2, USB 3.0 x 2, USB-C, Gigabit Ethernet RJ-45, Micro/Macro SD Card reader) |
|||
|
Power delivery: 60W Power delivery, |
|||
|
Warranty: 2 year warranty |
|||
Printers
Heavy Duty Printer (1 Unit)
Functional Specification
|
ITEM Description. Quantity |
SPECIFICATION (Column a) |
MINIMUM REQUIREMENTS (Column b) |
Bidders Compliance (Column c) |
|
1 heavy duty printer |
Type |
Laser, All-in-One |
|
|
Speed |
30 ppm (print), 30 cpm (copy), 30 cpm (scan) |
||
|
Resolution |
600×600 dpi |
||
|
Scan Size |
Up to A3 (297×420 mm) |
||
|
Paper Types |
A3, A4, A5; wide media compatibility |
||
|
Duplex |
Automatic |
||
|
Connectivity |
Gigabit LAN, wifi, USB |
||
|
Memory |
8GB |
||
|
Storage |
500GB HDD |
||
|
Monthly Volume |
5,000–10,000 pages |
||
|
Warranty: |
2 years |
Multifunction Printer Series 4
Functional Specification
|
ITEM Description. Quantity |
SPECIFICATION (Column a) |
MINIMUM REQUIREMENTS (Column b) |
Bidders Compliance (Column c) |
|
4 multi functional printers |
Type |
Laser, Multifunction colour Printer (Print, Copy, Scan, Fax) |
|
|
Speed |
Up to 33 ppm (color & B/W) |
||
|
Resolution: |
up to 600 x 600 dpi (copy and Scan) |
||
|
Maximum Paper Size |
A4 |
||
|
Duplex |
Automatic |
||
|
Connectivity: |
Bluetooth Low Energy, Gigabit Ethernet, Wifi 6, Hi speed USB 2.0 |
||
|
Scanner: |
Flatbed + ADF |
||
|
Display |
Touchscreen interface |
||
|
Warranty |
2 years |
Projectors 2
Functional Specification
|
ITEM Description. Quantity |
SPECIFICATION (Column a) |
MINIMUM REQUIREMENTS (Column b) |
Bidders Compliance (Column c) |
|
2 projectors |
Brightness |
3200 lumens |
|
|
Resolution: |
XGA 1920×1080 or better |
||
|
Contrast: |
15,000:1 |
||
|
Inputs |
USB 3.0 (Type A & B), HDMI, VGA, Wireless LAN |
||
|
Speaker: |
Built-in 2W or better |
||
|
Bulb Life: |
Up to 10,000 hours |
||
|
Extras |
Remote control, laser pointer |
||
|
Warranty: |
1 year |
||
|
Brightness: |
3200 lumens |
Server Computer 1 Unit
Functional Specification
|
ITEM Description. Quantity |
SPECIFICATION (Column a) |
MINIMUM REQUIREMENTS (Column b) |
Bidders Compliance (Column c) |
|
1 server computer |
Form factor: |
Rackmount 1U/2U |
|
|
Processor: |
Intel Xeon 6 or higher, 16 cores, 2.5Ghz or higher clock speed |
||
|
Memory: |
64GB ECC RAM |
||
|
RAID Controller |
Hardware based with support for RAID levels 0, 1, 10 |
||
|
Storage: |
Operating System Drives 5×500GB SSD in RAID 1, Data Drives 4×1TBSSD with RAID 10 |
||
|
Storage Controller |
RAID Controller with support for RAID Level 0, 1, 10 |
||
|
TPM: |
TPM 2.0 |
||
|
Networking |
Gigabit Ethernet (GbE) Ports × 2 |
||
|
Power Supply |
Hot-swappable power supply × 2 |
||
|
Optical drive |
Integrated/External optical Disc Drive |
||
|
Operating System: |
Windows Server 2022 Standard 16 Core License |
||
|
Warranty: |
3/3/3 years(three years of parts, three years of labor, and three years of onsite support coverage) |
Heavy duty Shredder 1
Functional Specification
|
ITEM Description. Quantity |
SPECIFICATION (Column a) |
MINIMUM REQUIREMENTS (Column b) |
Bidders Compliance (Column c) |
|
1 Heavy duty shredder |
Cut Type: |
Cross Cut |
|
|
Security Level |
Security Level: P-4 |
||
|
Paper Feeding: |
Auto feed 250 - 350 sheets of A4 paper (80gsm), manual feed 12 – 20 sheets of A4 paper (80gsm) |
||
|
Feeding Slot width |
230mm / A4 |
||
|
Material: |
Paper, Staples, Paperclips ,Credit Cards, CD, DVD |
||
|
Bin Capacity |
80 – 100 litres |
||
|
Noise Level |
≤60 dB |
||
|
Size Range: |
425×290×695 mm to 640×590×1010 mm |
||
|
Mobility |
Castor wheels for ease of movement |
||
|
Warranty |
2 years |
Light duty Shredder 1
Functional Specification
|
ITEM Description. Quantity |
SPECIFICATION (Column a) |
MINIMUM REQUIREMENTS (Column b) |
Bidders Compliance (Column c) |
|
1 light duty shredder |
Warranty: As specified per item (minimum 1–2 years) |
||
|
Installation & Setup: Required for printers and desktops |
|||
|
After-Sales Support: Must include service guarantee and contact details |
Specification and Compliance Sheet Authorised By:
|
Signature: |