obafemi awolowo university, ile-ife,...
TRANSCRIPT
Bid Evaluation Report for OAU-ACE PROJECT 2015
1
OBAFEMI AWOLOWO UNIVERSITY, ILE-IFE, NIGERIA
AFRICAN CENTRES OF EXCELLENCE (ACE) PROJECT
BID EVALUATION REPORT AND
RECOMMENDATION FOR AWARD OF CONTRACT Name of Project : ACE Project OAU, Ile-Ife ICT-Driven Knowledge Park IDA Credit No : 5415-NG Contract Name : Procurement of Laboratory and Teaching Equipment and a Vehicle Identification Number : IFT No: OAU/ACE/NCB/GDS/15 Place of Bid Opening : Lecture Room, Institute for Entrepreneurship and Development Studies, Obafemi Awolowo University, Ile-Ife, Osun State, Nigeria. Date of Submission/Bid Opening: Tuesday, 10th November, 2015.
Bid Evaluation Report for OAU-ACE PROJECT 2015
2
The Chairman, Obafemi Awolowo University African Centre of Excellence Management Board, Obafemi Awolowo University, Ile-Ife, Osun State, Nigeria.
Letter of Transmittal
We hereby forward the bid Evaluation Report for the procurement of Laboratory and
Teaching Equipment and a Vehicle made up of Eight (8) LOTS with IFT NO. OAU/ACE/NCB/GDS/15 carried out by the Project Procurement Evaluation Committee. The invitation for bid was published on the 9th October, 2015 in The Daily Trust
Newspaper, 12th October, 2015 in the Punch Newspaper and in the Federal Tenders
Journal of 19th October- 1st November, 2015 and was opened on the 10th of November, 2015 which was the same date as the date of bid submission. The minutes of bid opening is hereby attached.
The project issued out bidding documents to fifteen firms but received and evaluated forty (40) bids as submitted for the eight (8) different lots.
From the evaluation exercise, after considering all clauses as stated in the bidding document, the following recommendations were made: LOT 1: Information Management Resources Nigeria Limited is recommended for the award of the Supply and Installation of Mountable Projectors, Electronic Boards and Laptops, being the lowest evaluated responsive bidder at a total cost of N11,529,370.94 (Eleven million, five hundred and twenty-nine thousand, three hundred and seventy naira, ninety-four kobo) only.
LOT 2: Information Management Resources Nigeria Limited is recommended for the award of the Supply and Installation of Equipment for the Cyber Security Laboratory, being the lowest evaluated responsive bidder at a total cost of N10,635,034.15 (Ten million, six hundred and thirty-five thousand, thirty-four naira, fifteen kobo) only.
LOT 3: Winteck Nigeria Limited is recommended for the award of Supply and Installation of Intelligent System Engineering Equipment, being the lowest evaluated responsive bidder at a total cost of N4,927,860.00 (Four million, nine hundred and twenty-seven thousand, eight hundred and sixty naira) only.
LOT 4: Winteck Nigeria Limited is recommended for the award of Supply and Installation of Computer Engineering Equipment, being the lowest evaluated responsive bidder at a total cost of N28,315,500.00 (Twenty-eight million, three hundred and fifteen thousand, five hundred naira) only which amounted to one-third (5No out of 15No) of the quantities of each item listed in the bidding document. The total cost of the whole Lot is N84,946,500.00 (Eighty-four million, nine hundred and forty-six thousand, five hundred naira) only, but had to be scaled down in line with the currently available fund. LOT 5: Information Management Resources Nigeria Limited is recommended for the award of Supply and Installation of Geo-Information Equipment, being the lowest
Bid Evaluation Report for OAU-ACE PROJECT 2015
3
evaluated responsive bidder at a total cost of N28,056,000.00 (Twenty-eight million and fifty-six thousand naira) only after the reductions of: (i) the number of Desktop Computer in item No. 4 from 100No to 20No and (ii) the LCD 60” Monitor in item No. 5 from 6No to 2No. The total cost that has been scaled down due to availability of fund is N47,586,000.00 (Forty-seven million, five hundred and eighty-six thousand naira) only. LOT 6: David & Salem Global Limited is recommended for the award of Supply and Installation of Soundproof Generator- 100KVA, being the lowest evaluated responsive bidder at a total cost of N5,823,090.00 (Five million, eight hundred and twenty-three thousand, ninety naira) only.
LOT 7: Tunrap Limited is recommended for the award of the Supply and Installation of Inverter System for the ICT Laboratories, being the lowest evaluated responsive bidder at a total cost of N18,333,000.00 (Eighteen million, three hundred and thirty-three thousand naira) only.
LOT 8: Lysun Global Investment Nigeria Limited would have been recommended for the award of the Supply a four wheel-drive vehicle, being the lowest evaluated responsive bidder at a total cost of N13,750,000.00 (Thiteen million, seven hundred and fifty thousand naira) only but this is being stepped-down due to insufficient available fund.
This report is hereby presented for the consideration of the Management Committee. We are looking forward to your early approval to enable the Project complete the Procurement cycle. Thank you.
Professor G.A. Aderounmu Chairman (Tender Evaluation Committee).
Bid Evaluation Report for OAU-ACE PROJECT 2015
4
Table 1: Identification
1.1 Name of Borrower Government of the Federal Republic of Nigeria
1.2 Loan/Credit number 5415-NG
1.3 Date of effectiveness June, 2015
1.4 Closing date
(a) original
(b) revised
June, 2018
1.5 Name of project African Centres of Excellence (ACE) Project
1.6 Purchaser (or Employer)
(a) name
(b) address
African Centre of Excellence, Obafemi Awolowo University ICT-Driven Knowledge Park (ACE) Project
Ede Road, Ile-Ife, Osun State.
1.7 Contract number (identification) OAU/ACE/NCB/GDS/15
1.8 Contract description Procurement and Installation of Laboratory and Teaching Equipment and a Vehicle
1.9 Cost estimate US$750,000.00(Work plan and Procurement Plan of 2015)
1.10 Method of procurement (check one) NCB
1.11 Prior review required No
1.12 Domestic preference allowed No
1.13 Fixed price contract Yes
1.14 Co-financing, if any:
(a) agency name
(b) percent financed by agency
NA
NA
Bid Evaluation Report for OAU-ACE PROJECT 2015
5
Table 2: Bidding Process
2.1 General Procurement Notice
(a) first issue date
(b) latest update
16th March, 2015
NA
2.2 Prequalification, if required
(a) number of firms prequalified
(b) date of Bank’s no-objection
NA
NA
2.3 Specific procurement notice
(a) name of national newspaper
(b) issue date
(c) name of international publication
(d) issue date
(e) number of firms notified
Daily Trust Newspaper of 9th October, 2015, Punch Newspaper of 12th October, 2015 and Federal Tenders Journal of 19th October-1st November, 2015
NA
NA
NA
NA
2.4 Standard Bidding Document
(a) title, publication date
(b) date of Bank’s no-objection
(c) date of issue to bidders
Procurement of Goods, May 2011
NA
9th October, 2015
2.5 Number of firms issued documents 15
2.6 Amendments to documents, if any
(a) list all issue dates
(b) date(s) of Bank’s no-objection
Increase in the quantity and number of some items in Lot 1.
NA
NA
2.7 Date of pre-bid conference, if any NA
2.8 Date minutes of conference sent to bidders and Bank
NA
Bid Evaluation Report for OAU-ACE PROJECT 2015
6
Table 3: Bid Submission and Opening
3.1 Bid submission deadline
(a) original date, time
(b) extensions, if any
10th November, 2015 at 12 Noon (Local Time)
3.2 Bid opening date, time 10th November, 2015 at 12 Noon (Local Time)
3.3 Record of bid opening, date sent to Bank
NA
3.4 Number of bids submitted 40
3.5 Bid validity period (days or weeks)
(a) originally specified
b) extensions, if any
(c) date of Bank’s no-objection, if required
90 days
NA
NA
Bid Evaluation Report for OAU-ACE PROJECT 2015
7
LOT 1
PROCUREMENT OF MOUNTABLE PROJECTORS, ELECTRONIC BOARDS AND LAPTOPS
Bid Evaluation Report for OAU-ACE PROJECT 2015
8
Table 4: Bid Prices (as Read Out) LOT 1
S/N Bidder Identification Bid Security Read-out Bid Price(s) Modifications or
Name City Country Amount Form/Source Currency (ies)
Amount(s) or %
Comments
(a) (b) (c) (d) (e) (f)
1.
BT MICROXPERTS LIMITED
Lagos Nigeria NGN3,000,000.00 Bank Guarantee/ Zenith Bank Plc
NGN 14,700,400.00 The bidder offered 1.5% discount. Bid security was combined for Lots 1,2,5,6 &7.
2.
WINTECK NIGERIA LIMITED
Ibadan Nigeria NGN500,000.00 Bank Guarantee/ First Bank Plc
NGN 12,910,800.00 Nil
3.
LYNCOS & SONS DEVELOPMENT COMPANY LIMITED
Abuja Nigeria NGN500,000.00 Bank Guarantee/ Skye Bank Plc
NGN 6,908,000.00 Withdrew from Lots 2,3,4,6 & 8.
4.
AT&S INVESTMENTS LIMITED
Lagos Nigeria NGN500,000.00 Bank Guarantee/ Zenith Bank Plc
NGN 12,630.975.00 Nil
5. TUNRAP LIMITED Ile-Ife Nigeria NGN150,000.00 Bank Draft/ WEMA Bank Plc
NGN 7,392,367.00 Nil
6. NEWINE NIGERIA ENTERPRISES
Ile-Ife Nigeria No bid security N/A NGN 9,012,477.10 Bid security was not provided
7.
AFRI TECH MULTI-CONCEPT LIMITED
Lagos Nigeria No bid security N/A NGN 8,077,891.50 Bid security was not provided
8. INFORMATION MANAGEMENT RESOURCES LIMITED
Lagos Nigeria NGN550,000.00 Bank Guarantee/ Zenith Bank
NGN 11,529,370.94 Nil
Bid Evaluation Report for OAU-ACE PROJECT 2015
9
Table 5a: Preliminary Examination Lot 1
Bidder Verification Eligibility Bid Security Completeness of Bid
Substantial Responsiveness
Acceptance for Detailed Examination
(a) (b) (c) (d) (e) (f) (g)
BT Microxperts Ltd. No1 Yes Yes Yes No No
Winteck Nigeria Limited Yes Yes Yes Yes Yes Yes
Lyncos & Sons Development Company Ltd
No2 Yes Yes Yes No No
AT&S Investments Ltd. Yes Yes Yes Yes Yes Yes
Tunrap Ltd No3 Yes Yes Yes No No
Newine Nigeria Enterprises No4 Yes No5 Yes No No
Afri Tech Multi Concept Ltd
No6 Yes No7 Yes No No
Information Management Resources Nig. Ltd.
Yes Yes Yes Yes Yes Yes
1 BT Microxperts Ltd.: Evidence of tax payment for year 2014 was not presented. Has VAT remittance number without evidence of remittance. No PENCOM certificate to show compliance with the provision of Pension Reform of amended Act of 2004. There was no evidence of compliance with Industrial Training Fund amended Act 2011. 2 Lyncos & Sons Development Company Ltd.: Bank statement or the past 12 months not submitted. Has VAT registration number but no evidence of payment. No PENCOM certificate but submitted PENCOM compliance letter up to September, 2014. Letter of training contribution from ITF up to year 2013 only was attached. 3 Tunrap Ltd.: There is no evidence of two contracts of similar nature and magnitude during the last five (5) years to support the technical experience of the company in respect of this Lot. The only relevant document that was presented was in respect of six (6) Laptops to a Medical Clinic. 4 Newine Nigeria Enterprises: The required audited financial statement for three (3) years was not provided. Evidence of tax payment for three (3) years and original bank statement for twelve (12) months were not submitted. No evidence of compliance with the provisions of pension reform Act 2004 as contained in section 16 (16D) of the Public Procurement Act. Evidence of compliance with section 6 (1)-(3) of Industrial Training Fund (ITF) amended Act 2011 was not provided. 5 Newine Nigeria Enterprises: No bid security 6Afri Tech Multi Concepts Ltd.: Documentary evidence of two contracts of similar nature and magnitude during the last five years and Audited Financial Statement for the last three years were not submitted. No evidence of tax payment for 2012-2014. Detailed company corporate profile was not submitted. 7Afri Tech Multi Concepts Ltd.: No bid security
10
Table 5b. Technical Evaluation
Winteck Nigeria Limited
LOT 1
.
Item
No.
Names of Goods or
related services
Description/Specification of Equipment
(Minimum requirement)
Bidders’ Specification Remarks
1 Laptops Processor – core-i5, Processor speed- 1.7 GHz, Number of cores – five core, Screen size – 15.1 inches, Screen resolution - 1280 x 800, Aspect ratio - 16:9 Wireless with encryption facilities- integrated, 10/100/1000 [Gigabit] network interface card, Graphics adapter – Discrete, Graphics (discrete) - ATI (Mobility Radeon), Video outputs - HDMI, VGA, RAM bus / speed - DDR3, RAM slots - 2 slots (total) 2 slots (occupied), Maximum RAM -8 GB (system), Integrated camera – Yes, System RAM - 4 GB, Hard drive(s) - 500 GB, Maximum battery life - Up to 6 hours, Battery access – Removable Bundled OS – Single user with multi-processing
Capability, Office applications etc
The bidder did not provide model for this laptops but only repeated the item description in the bidding document.
Not Adequate
2 Laptop 2.8GHz quad-core Intel Core i7 processor Turbo Boost up to 4.0GHz 16GB memory Up to 1TB flash storage Intel Iris Pro Graphics 15.4-inch (diagonal) LED-backlit display, Retina display, 2880 by 1800 pixels, 16:10 aspect ratio Up to 9 hours wireless web, Up to 9 hours iTunes movie playback, Integrated 99.5-watt-hour lithium-polymer battery, 85W MagSafe 2 Power Adapter with cable management system, MagSafe 2 power port,
The bidder did not provide model for this laptops but only repeated the item description in the bidding document.
Not Adequate
Bid Evaluation Report for OAU-ACE PROJECT 2015
11
Two USB 3 ports Two Thunderbolt 2 ports HDMI port 802.11ac Wi-Fi Bluetooth 4.0 wireless technology FaceTime HD camera Full-size backlit keyboard Force Touch trackpad SDXC card slot External USB SuperDrive Magic mouse, trackpad, wireless keyboard and battery charger Thunderbolt display Thunderbolt to FireWire Adapter Thunderbolt to Gigabit Ethernet Adapter Operating System (X)
3 Mountable Projector 3LCD, 3-chip optical engine, ceiling mount Product Color: White and Gray Driving Method: Poly-silicon TFT Active Matrix, 0.61-inch wide panel with MLA Projected Output: HD, 2D, 3D, 1080p Pixel Number: 2,073,600 dots (1920 x 1080) x 3 Color Brightness (Color Light Ouput): 2300 lumens1 White Brightness (White Light Output): 2300 lumens1 Aspect Ratio: Native 16:9 widescreen Native Resolution: 1080p (1920 x 1080) Resize: 16:10, 4:3 Lamp Type: E-TORL™ 230 W UHE Lamp Life: • ECO mode: Up to 5000 hours2 • Normal mode: Up to 4000 hours2 Throw Ratio Range: 1.32 – 2.15 Size (projected distance): 30" – 300"
The bidder did not provide model for this laptops but only repeated the item description in the bidding document.
Not Adequate
12
Keystone Correction: • Vertical: ±30 degrees (Auto) • Horizontal: ±30 degrees (Slide bar) Contrast Ratio: Up to 40,000:1 Color Reproduction: Up to 1.07 billion colors Color Processing: 10 bit
Projection Lens
Type: Manual focus / Manual zoom F-number: 1.51 – 1.99 Focal Length: 18.2 – 29.2 mm, widescreen image size (projected distance), 100" diagonal (wide: 9.7' – tele: 15.7') Zoom Ratio: 1.0 – 1.6 manual Color Modes: • 2D: Dynamic, Living room, Natural, Cinema, Auto • 3D: 3D Dynamic, 3D Cinema Input Signal:
4 Electrical Powered Projector Screen
Screen
ScreenScreen
Screen
Material
MaterialMaterial
Material
• MaxWhite material is durable and easy to clean • 180° wide viewing angle with 1.1 gain • Active 3D and 4K Ultra HD Ready • Standard black masking borders • Available in various diagonal sizes and aspect ratios • 100" and 125" (16:9) models available with AcousticPro UHD (Ultra-high definition) sound transparent material
Total
TotalTotal
Total
Control
ControlControl
Control
• Infrared (IR) remote control • Detachable 3-way wall UP/STOP/DOWN switch • Built-in 5-12 volt trigger port enables Drop/Rise operation to synchronize with the projector's power
The bidder did not provide model for this laptops but only repeated the item description in the bidding document.
Not Adequate
Bid Evaluation Report for OAU-ACE PROJECT 2015
13
cycle • 12 Volt Trigger Cable included • Low-voltage internal IR Receiver • RJ45 input port allows easy integration with 3rd party control systems • Optional RF Remote, wireless 5-12 volt trigger, Universal 5-12 volt trigger (for projectors that don't have a trigger ouput port) and In-wall switch
Design
DesignDesign
Design
and
andand
and
Installation
InstallationInstallation
Installation
• Durable casing for wall/ceiling installations • Includes wood screws and drywall anchors • Bubble leveler included • Ships fully assembled with 3-prong power connection ready to plug & play • Optional in-ceiling trim kit and 6" and 12" L brackets
Quality
QualityQuality
Quality
and
andand
and
Reliability
ReliabilityReliability
Reliability
• Synchronous motor allows silent operation with extended operational longevity and low power consumption (84" - 128" models) • Tubular motor allows swift operation and speed (142" models and above) • Certified by AMX and CRESTRON • 2-year warranty • Conforms to ANSI/UL STD. 60950-1 • Certified to CAN/CSA STD. C22.2 • GREENGUARD Gold Certified | UL 2818
5 External Hard Disk 1 TB, super speed USB 3.0 (USB 2.0 Compatible), 5120MB/s Max transfer speed, 2.5” form factor
The bidder did not provide model for this laptops but only repeated the item description in the bidding document.
Not Adequate
6 Flash Drive 64 GB, super speed USB 3.0 (USB 2.0 Compatible), 226MB/s Max transfer speed
The bidder did not provide model for this laptops but only repeated
Not Adequate
14
the item description in the bidding document.
7 Ipad Model – Wi-Fi + Cellular Capacity – 64 GB
The bidder did not provide model for this laptops but only repeated the item description in the bidding document.
Not Adequate
8. Scanner Resolution: Up to 4800 x 9600 dpi
Supported operating systems: Most OS
Control panel: 4 front-panel buttons (Copy, Scan, Scan to
E-mail, Scan to PDF) Bit depth: 48-bit
Scannable media types: Paper (inkjet, laser, plain),
photographic material (silver halide, pigment-dye), 3-D
objects, 35 mm slides and negatives (using transparent
media adapter)
Input type: Flatbed
Auto document feeder: None
Connectivity: 1 Hi-Speed USB 2.0
The bidder did not provide model for this laptops but only repeated the item description in the bidding document.
Not Adequate
9. Printer LaserJet Printers- Black print speed - Up to 26 ppm
Up to 600 x 600 x 2 dpi
Dimension: 15.24 x 11.18 x 9.69 in
Network Port: RJ45, 100BaseT, /10 BaseT
Connectivity: 1 Hi-Speed USB 2.0; 1 Ethernet
The bidder did not provide model for this laptops but only repeated the item description in the bidding document.
Not Adequate
10. Power extension socket
5-way with multiple adapters The bidder did not provide model for this laptops but only repeated the item description in the bidding document.
Not Adequate
Note: The bid is not responsive to technical requirements.
Bid Evaluation Report for OAU-ACE PROJECT 2015
15
Table 5b. Technical Evaluation
AT&S Investments Limited
LOT 1
Item
No.
Names of Goods or
related services
Description/Specification of Equipment
(Minimum requirement)
Bidders’ Specification Remarks
1 Laptops Processor – core-i5, Processor speed- 1.7 GHz, Number of cores – five core, Screen size – 15.1 inches, Screen resolution - 1280 x 800, Aspect ratio - 16:9 Wireless with encryption facilities- integrated, 10/100/1000 [Gigabit] network interface card, Graphics adapter – Discrete, Graphics (discrete) - ATI (Mobility Radeon), Video outputs - HDMI, VGA, RAM bus / speed - DDR3, RAM slots - 2 slots (total) 2 slots (occupied), Maximum RAM -8 GB (system), Integrated camera – Yes, System RAM - 4 GB, Hard drive(s) - 500 GB, Maximum battery life - Up to 6 hours, Battery access – Removable Bundled OS – Single user with multi-processing
Capability, Office applications etc
HP ProBook 450 G2
core-i5, Processor speed- 1.7 GHz, Number of cores – five core, Screen size – 15.1 inches, Screen resolution - 1280 x 800, Aspect ratio - 16:9 Wireless with encryption facilities- integrated, 10/100/1000 [Gigabit] network interface card, Graphics adapter – Discrete, Graphics (discrete) - ATI (Mobility Radeon), Video outputs - HDMI, VGA, RAM bus / speed - DDR3, RAM slots - 2 slots (total) 2 slots (occupied), Maximum RAM -8 GB (system), Integrated camera – Yes, System RAM - 4 GB, Hard drive(s) - 500 GB, Maximum battery life - Up to 6 hours, Battery access – Removable Bundled OS – Single user with multi-processing Capability, Office applications etc
Adequate
2 Laptop 2.8GHz quad-core Intel Core i7 processor Turbo Boost up Apple MacBook Pro (Retina, Adequate
16
to 4.0GHz 16GB memory Up to 1TB flash storage Intel Iris Pro Graphics 15.4-inch (diagonal) LED-backlit display, Retina display, 2880 by 1800 pixels, 16:10 aspect ratio Up to 9 hours wireless web, Up to 9 hours iTunes movie playback, Integrated 99.5-watt-hour lithium-polymer battery, 85W MagSafe 2 Power Adapter with cable management system, MagSafe 2 power port, Two USB 3 ports Two Thunderbolt 2 ports HDMI port 802.11ac Wi-Fi Bluetooth 4.0 wireless technology FaceTime HD camera Full-size backlit keyboard Force Touch trackpad SDXC card slot External USB SuperDrive Magic mouse, trackpad, wireless keyboard and battery charger Thunderbolt display Thunderbolt to FireWire Adapter Thunderbolt to Gigabit Ethernet Adapter Operating System (X)
15.4-inch)
2.8GHz quad-core Intel Core i7 processor Turbo Boost up to 4.0GHz 16GB memory Up to 1TB flash storage Intel Iris Pro Graphics 15.4-inch (diagonal) LED-backlit display, Retina display, 2880 by 1800 pixels, 16:10 aspect ratio Up to 9 hours wireless web, Up to 9 hours iTunes movie playback, Integrated 99.5-watt-hour lithium-polymer battery, 85W MagSafe 2 Power Adapter with cable management system, MagSafe 2 power port, Two USB 3 ports Two Thunderbolt 2 ports HDMI port 802.11ac Wi-Fi Bluetooth 4.0 wireless technology FaceTime HD camera Full-size backlit keyboard Force Touch trackpad SDXC card slot External USB SuperDrive Magic mouse, trackpad, wireless keyboard and battery charger Thunderbolt display Thunderbolt to FireWire Adapter Thunderbolt to Gigabit Ethernet
Bid Evaluation Report for OAU-ACE PROJECT 2015
17
Adapter Operating System (X)
3 Mountable Projector 3LCD, 3-chip optical engine, ceiling mount Product Color: White and Gray Driving Method: Poly-silicon TFT Active Matrix, 0.61-inch wide panel with MLA Projected Output: HD, 2D, 3D, 1080p Pixel Number: 2,073,600 dots (1920 x 1080) x 3 Color Brightness (Color Light Ouput): 2300 lumens1 White Brightness (White Light Output): 2300 lumens1 Aspect Ratio: Native 16:9 widescreen Native Resolution: 1080p (1920 x 1080) Resize: 16:10, 4:3 Lamp Type: E-TORL™ 230 W UHE Lamp Life: • ECO mode: Up to 5000 hours2 • Normal mode: Up to 4000 hours2 Throw Ratio Range: 1.32 – 2.15 Size (projected distance): 30" – 300" Keystone Correction: • Vertical: ±30 degrees (Auto) • Horizontal: ±30 degrees (Slide bar) Contrast Ratio: Up to 40,000:1 Color Reproduction: Up to 1.07 billion colors Color Processing: 10 bit
Projection Lens
Type: Manual focus / Manual zoom F-number: 1.51 – 1.99 Focal Length: 18.2 – 29.2 mm, widescreen image size (projected distance), 100" diagonal (wide: 9.7' – tele: 15.7') Zoom Ratio: 1.0 – 1.6 manual Color Modes:
Epson PowerLite Home Cinema
3020 3D 1080p 3LCD Projector
3LCD, 3-chip optical engine, ceiling mount Product Color: White and Gray Driving Method: Poly-silicon TFT Active Matrix, 0.61-inch wide panel with MLA Projected Output: HD, 2D, 3D, 1080p Pixel Number: 2,073,600 dots (1920 x 1080) x 3 Color Brightness (Color Light Ouput): 2300 lumens1 White Brightness (White Light Output): 2300 lumens1 Aspect Ratio: Native 16:9 widescreen Native Resolution: 1080p (1920 x 1080) Resize: 16:10, 4:3 Lamp Type: E-TORL™ 230 W UHE Lamp Life: • ECO mode: Up to 5000 hours2 • Normal mode: Up to 4000 hours2 Throw Ratio Range: 1.32 – 2.15 Size (projected distance): 30" –
Adequate
18
• 2D: Dynamic, Living room, Natural, Cinema, Auto • 3D: 3D Dynamic, 3D Cinema Input Signal:
300" Keystone Correction: • Vertical: ±30 degrees (Auto) • Horizontal: ±30 degrees (Slide bar) Contrast Ratio: Up to 40,000:1 Color Reproduction: Up to 1.07 billion colors Color Processing: 10 bit
Projection Lens
Type: Manual focus / Manual zoom F-number: 1.51 – 1.99 Focal Length: 18.2 – 29.2 mm, widescreen image size (projected distance), 100" diagonal (wide: 9.7' – tele: 15.7') Zoom Ratio: 1.0 – 1.6 manual Color Modes: • 2D: Dynamic, Living room, Natural, Cinema, Auto • 3D: 3D Dynamic, 3D Cinema Input Signal:
4 Electrical Powered Projector Screen
Screen
ScreenScreen
Screen
Material
MaterialMaterial
Material
• MaxWhite material is durable and easy to clean • 180° wide viewing angle with 1.1 gain • Active 3D and 4K Ultra HD Ready • Standard black masking borders
Elite Electrical125 Spectrum
Series Projector Screen
Screen
ScreenScreen
Screen
Material
MaterialMaterial
Material
• MaxWhite material is durable
Adequate
Bid Evaluation Report for OAU-ACE PROJECT 2015
19
• Available in various diagonal sizes and aspect ratios • 100" and 125" (16:9) models available with AcousticPro UHD (Ultra-high definition) sound transparent material
Total
TotalTotal
Total
Control
ControlControl
Control
• Infrared (IR) remote control • Detachable 3-way wall UP/STOP/DOWN switch • Built-in 5-12 volt trigger port enables Drop/Rise operation to synchronize with the projector's power cycle • 12 Volt Trigger Cable included • Low-voltage internal IR Receiver • RJ45 input port allows easy integration with 3rd party control systems • Optional RF Remote, wireless 5-12 volt trigger, Universal 5-12 volt trigger (for projectors that don't have a trigger ouput port) and In-wall switch
Design
DesignDesign
Design
and
andand
and
Installation
InstallationInstallation
Installation
• Durable casing for wall/ceiling installations • Includes wood screws and drywall anchors • Bubble leveler included • Ships fully assembled with 3-prong power connection ready to plug & play • Optional in-ceiling trim kit and 6" and 12" L brackets
Quality
QualityQuality
Quality
and
andand
and
Reliability
ReliabilityReliability
Reliability
• Synchronous motor allows silent operation with extended operational longevity and low power consumption (84" - 128" models) • Tubular motor allows swift operation and speed (142" models and above) • Certified by AMX and CRESTRON • 2-year warranty
and easy to clean • 180° wide viewing angle with 1.1 gain • Active 3D and 4K Ultra HD Ready • Standard black masking borders • Available in various diagonal sizes and aspect ratios • 100" and 125" (16:9) models available with AcousticPro UHD (Ultra-high definition) sound transparent material
Total
TotalTotal
Total
Control
ControlControl
Control
• Infrared (IR) remote control • Detachable 3-way wall UP/STOP/DOWN switch • Built-in 5-12 volt trigger port enables Drop/Rise operation to synchronize with the projector's power cycle • 12 Volt Trigger Cable included • Low-voltage internal IR Receiver • RJ45 input port allows easy integration with 3rd party control systems • Optional RF Remote, wireless 5-12 volt trigger, Universal 5-12 volt trigger (for projectors that don't have a trigger ouput port) and In-wall switch
Design
DesignDesign
Design
and
andand
and
Installation
InstallationInstallation
Installation
• Durable casing for wall/ceiling
20
• Conforms to ANSI/UL STD. 60950-1 • Certified to CAN/CSA STD. C22.2 • GREENGUARD Gold Certified | UL 2818
installations • Includes wood screws and drywall anchors • Bubble leveler included • Ships fully assembled with 3-prong power connection ready to plug & play • Optional in-ceiling trim kit and 6" and 12" L brackets
Quality
QualityQuality
Quality
and
andand
and
Reliability
ReliabilityReliability
Reliability
• Synchronous motor allows silent operation with extended operational longevity and low power consumption (84" - 128" models) Tubular motor allows swift operation and speed (142" models and above) • Certified by AMX and CRESTRON • 2-year warranty • Conforms to ANSI/UL STD. 60950-1 • Certified to CAN/CSA STD. C22.2 • GREENGUARD Gold Certified | UL 2818
5 External Hard Disk 1 TB, super speed USB 3.0 (USB 2.0 Compatible), 5120MB/s Max transfer speed, 2.5” form factor
Trancend 1TB StoreJet 25M3
Anti Shock External Hard Drive 1 TB super speed USB 3.0 (USB 2.0 Compatible), 5120MB/s Max transfer speed, 2.5” form factor
Adequate
Bid Evaluation Report for OAU-ACE PROJECT 2015
21
6 Flash Drive 64 GB, super speed USB 3.0 (USB 2.0 Compatible), 226MB/s Max transfer speed
Sony 64GB MicroVault Mach
USM-QX Flash Drive
super speed USB 3.0 (USB 2.0 Compatible), 226MB/s Max transfer speed
Adequate
7 Ipad Model – Wi-Fi + Cellular Capacity – 64 GB
Apple iPad 2 wifi+Cellular
64GB
Adequate
8. Scanner Resolution: Up to 4800 x 9600 dpi
Supported operating systems: Most OS
Control panel: 4 front-panel buttons (Copy, Scan, Scan to
E-mail, Scan to PDF)
Bit depth: 48-bit
Scannable media types: Paper (inkjet, laser, plain),
photographic material (silver halide, pigment-dye), 3-D
objects, 35 mm slides and negatives (using transparent
media adapter) Input type: Flatbed
Auto document feeder: None
Connectivity: 1 Hi-Speed USB 2.0
Scanjet G3110 Photo Scanner
Resolution: Up to 4800 x 9600
dpi
Supported operating systems: Most OS
Control panel: 4 front-panel
buttons (Copy, Scan, Scan to E-
mail, Scan to PDF) Bit depth: 48-bit
Scannable media types: Paper
(inkjet, laser, plain),
photographic material (silver
halide, pigment-dye), 3-D
objects, 35 mm slides and
negatives (using transparent
media adapter)
Input type: Flatbed
Auto document feeder: None
Connectivity: 1 Hi-Speed USB 2.0
Adequate
9. Printer LaserJet Printers- Black print speed - Up to 26 ppm
Up to 600 x 600 x 2 dpi
Dimension: 15.24 x 11.18 x 9.69 in
HP LaserJet Pro M201dw
LaserJet Printers- Black print
Adequate
22
Network Port: RJ45, 100BaseT, /10 BaseT
Connectivity: 1 Hi-Speed USB 2.0; 1 Ethernet
speed - Up to 26 ppm
Up to 600 x 600 x 2 dpi
Dimension: 15.24 x 11.18 x 9.69
in Network Port: RJ45, 100BaseT,
/10 BaseT
Connectivity: 1 Hi-Speed USB 2.0; 1 Ethernet
10. Power extension socket
5-way with multiple adapters Mercury Surge Protector 5-way with multiple adapters
Adequate
Note: The bid is substantially responsive to technical requirements
Bid Evaluation Report for OAU-ACE PROJECT 2015
23
Table 5b. Technical Evaluation
Information Management Resources Limited
LOT 1
Item
No.
Names of Goods or
related services
Description/Specification of Equipment
(Minimum requirement)
Bidders’ Specification Remarks
1 Laptops Processor – core-i5, Processor speed- 1.7 GHz, Number of cores – five core, Screen size – 15.1 inches, Screen resolution - 1280 x 800, Aspect ratio - 16:9 Wireless with encryption facilities- integrated, 10/100/1000 [Gigabit] network interface card, Graphics adapter – Discrete, Graphics (discrete) - ATI (Mobility Radeon), Video outputs - HDMI, VGA, RAM bus / speed - DDR3, RAM slots - 2 slots (total) 2 slots (occupied), Maximum RAM -8 GB (system), Integrated camera – Yes, System RAM - 4 GB, Hard drive(s) - 500 GB, Maximum battery life - Up to 6 hours, Battery access – Removable Bundled OS – Single user with multi-processing
Capability, Office applications etc
HP ProBook 450 G2
core-i5, Processor speed- 1.7 GHz, Number of cores – five core, Screen size – 15.1 inches, Screen resolution - 1280 x 800, Aspect ratio - 16:9 Wireless with encryption facilities- integrated, 10/100/1000 [Gigabit] network interface card, Graphics adapter – Discrete, Graphics (discrete) - ATI (Mobility Radeon), Video outputs - HDMI, VGA, RAM bus / speed - DDR3, RAM slots - 2 slots (total) 2 slots (occupied), Maximum RAM -8 GB (system), Integrated camera – Yes, System RAM - 4 GB, Hard drive(s) - 500 GB, Maximum battery life - Up to 6 hours, Battery access – Removable Bundled OS – Single user with multi-processing Capability, Office applications etc
Adequate
2 Laptop 2.8GHz quad-core Intel Core i7 processor Turbo Boost up Apple MacBook Pro (Retina, Adequate
24
to 4.0GHz 16GB memory Up to 1TB flash storage Intel Iris Pro Graphics 15.4-inch (diagonal) LED-backlit display, Retina display, 2880 by 1800 pixels, 16:10 aspect ratio Up to 9 hours wireless web, Up to 9 hours iTunes movie playback, Integrated 99.5-watt-hour lithium-polymer battery, 85W MagSafe 2 Power Adapter with cable management system, MagSafe 2 power port, Two USB 3 ports Two Thunderbolt 2 ports HDMI port 802.11ac Wi-Fi Bluetooth 4.0 wireless technology FaceTime HD camera Full-size backlit keyboard Force Touch trackpad SDXC card slot External USB SuperDrive Magic mouse, trackpad, wireless keyboard and battery charger Thunderbolt display Thunderbolt to FireWire Adapter Thunderbolt to Gigabit Ethernet Adapter Operating System (X)
15.4-inch)
2.8GHz quad-core Intel Core i7 processor Turbo Boost up to 4.0GHz 16GB memory Up to 1TB flash storage Intel Iris Pro Graphics 15.4-inch (diagonal) LED-backlit display, Retina display, 2880 by 1800 pixels, 16:10 aspect ratio Up to 9 hours wireless web, Up to 9 hours iTunes movie playback, Integrated 99.5-watt-hour lithium-polymer battery, 85W MagSafe 2 Power Adapter with cable management system, MagSafe 2 power port, Two USB 3 ports Two Thunderbolt 2 ports HDMI port 802.11ac Wi-Fi Bluetooth 4.0 wireless technology FaceTime HD camera Full-size backlit keyboard Force Touch trackpad SDXC card slot External USB SuperDrive Magic mouse, trackpad, wireless keyboard and battery charger Thunderbolt display Thunderbolt to FireWire Adapter Thunderbolt to Gigabit Ethernet
Bid Evaluation Report for OAU-ACE PROJECT 2015
25
Adapter Operating System (X)
3 Mountable Projector 3LCD, 3-chip optical engine, ceiling mount Product Color: White and Gray Driving Method: Poly-silicon TFT Active Matrix, 0.61-inch wide panel with MLA Projected Output: HD, 2D, 3D, 1080p Pixel Number: 2,073,600 dots (1920 x 1080) x 3 Color Brightness (Color Light Ouput): 2300 lumens1 White Brightness (White Light Output): 2300 lumens1 Aspect Ratio: Native 16:9 widescreen Native Resolution: 1080p (1920 x 1080) Resize: 16:10, 4:3 Lamp Type: E-TORL™ 230 W UHE Lamp Life: • ECO mode: Up to 5000 hours2 • Normal mode: Up to 4000 hours2 Throw Ratio Range: 1.32 – 2.15 Size (projected distance): 30" – 300" Keystone Correction: • Vertical: ±30 degrees (Auto) • Horizontal: ±30 degrees (Slide bar) Contrast Ratio: Up to 40,000:1 Color Reproduction: Up to 1.07 billion colors Color Processing: 10 bit
Projection Lens
Type: Manual focus / Manual zoom F-number: 1.51 – 1.99 Focal Length: 18.2 – 29.2 mm, widescreen image size (projected distance), 100" diagonal (wide: 9.7' – tele: 15.7') Zoom Ratio: 1.0 – 1.6 manual Color Modes:
Epson PowerLite Home Cinema
3020 3D 1080p 3LCD Projector
3LCD, 3-chip optical engine, ceiling mount Product Color: White and Gray Driving Method: Poly-silicon TFT Active Matrix, 0.61-inch wide panel with MLA Projected Output: HD, 2D, 3D, 1080p Pixel Number: 2,073,600 dots (1920 x 1080) x 3 Color Brightness (Color Light Ouput): 2300 lumens1 White Brightness (White Light Output): 2300 lumens1 Aspect Ratio: Native 16:9 widescreen Native Resolution: 1080p (1920 x 1080) Resize: 16:10, 4:3 Lamp Type: E-TORL™ 230 W UHE Lamp Life: • ECO mode: Up to 5000 hours2 • Normal mode: Up to 4000 hours2 Throw Ratio Range: 1.32 – 2.15 Size (projected distance): 30" –
Adequate
26
• 2D: Dynamic, Living room, Natural, Cinema, Auto • 3D: 3D Dynamic, 3D Cinema Input Signal:
300" Keystone Correction: • Vertical: ±30 degrees (Auto) • Horizontal: ±30 degrees (Slide bar) Contrast Ratio: Up to 40,000:1 Color Reproduction: Up to 1.07 billion colors Color Processing: 10 bit
Projection Lens
Type: Manual focus / Manual zoom F-number: 1.51 – 1.99 Focal Length: 18.2 – 29.2 mm, widescreen image size (projected distance), 100" diagonal (wide: 9.7' – tele: 15.7') Zoom Ratio: 1.0 – 1.6 manual Color Modes: • 2D: Dynamic, Living room, Natural, Cinema, Auto • 3D: 3D Dynamic, 3D Cinema Input Signal:
4 Electrical Powered Projector Screen
Screen
ScreenScreen
Screen
Material
MaterialMaterial
Material
• MaxWhite material is durable and easy to clean • 180° wide viewing angle with 1.1 gain • Active 3D and 4K Ultra HD Ready • Standard black masking borders
Elite Electrical125 Spectrum
Series Projector Screen
Screen
ScreenScreen
Screen
Material
MaterialMaterial
Material
• MaxWhite material is durable
Adequate
Bid Evaluation Report for OAU-ACE PROJECT 2015
27
• Available in various diagonal sizes and aspect ratios • 100" and 125" (16:9) models available with AcousticPro UHD (Ultra-high definition) sound transparent material
Total
TotalTotal
Total
Control
ControlControl
Control
• Infrared (IR) remote control • Detachable 3-way wall UP/STOP/DOWN switch • Built-in 5-12 volt trigger port enables Drop/Rise operation to synchronize with the projector's power cycle • 12 Volt Trigger Cable included • Low-voltage internal IR Receiver • RJ45 input port allows easy integration with 3rd party control systems • Optional RF Remote, wireless 5-12 volt trigger, Universal 5-12 volt trigger (for projectors that don't have a trigger ouput port) and In-wall switch
Design
DesignDesign
Design
and
andand
and
Installation
InstallationInstallation
Installation
• Durable casing for wall/ceiling installations • Includes wood screws and drywall anchors • Bubble leveler included • Ships fully assembled with 3-prong power connection ready to plug & play • Optional in-ceiling trim kit and 6" and 12" L brackets
Quality
QualityQuality
Quality
and
andand
and
Reliability
ReliabilityReliability
Reliability
• Synchronous motor allows silent operation with extended operational longevity and low power consumption (84" - 128" models) • Tubular motor allows swift operation and speed (142" models and above) • Certified by AMX and CRESTRON • 2-year warranty
and easy to clean • 180° wide viewing angle with 1.1 gain • Active 3D and 4K Ultra HD Ready • Standard black masking borders • Available in various diagonal sizes and aspect ratios • 100" and 125" (16:9) models available with AcousticPro UHD (Ultra-high definition) sound transparent material
Total
TotalTotal
Total
Control
ControlControl
Control
• Infrared (IR) remote control • Detachable 3-way wall UP/STOP/DOWN switch • Built-in 5-12 volt trigger port enables Drop/Rise operation to synchronize with the projector's power cycle • 12 Volt Trigger Cable included • Low-voltage internal IR Receiver • RJ45 input port allows easy integration with 3rd party control systems • Optional RF Remote, wireless 5-12 volt trigger, Universal 5-12 volt trigger (for projectors that don't have a trigger ouput port) and In-wall switch
Design
DesignDesign
Design
and
andand
and
Installation
InstallationInstallation
Installation
• Durable casing for wall/ceiling
28
• Conforms to ANSI/UL STD. 60950-1 • Certified to CAN/CSA STD. C22.2 • GREENGUARD Gold Certified | UL 2818
installations • Includes wood screws and drywall anchors • Bubble leveler included • Ships fully assembled with 3-prong power connection ready to plug & play • Optional in-ceiling trim kit and 6" and 12" L brackets
Quality
QualityQuality
Quality
and
andand
and
Reliability
ReliabilityReliability
Reliability
• Synchronous motor allows silent operation with extended operational longevity and low power consumption (84" - 128" models) Tubular motor allows swift operation and speed (142" models and above) • Certified by AMX and CRESTRON • 2-year warranty • Conforms to ANSI/UL STD. 60950-1 • Certified to CAN/CSA STD. C22.2 • GREENGUARD Gold Certified | UL 2818
5 External Hard Disk 1 TB, super speed USB 3.0 (USB 2.0 Compatible), 5120MB/s Max transfer speed, 2.5” form factor
Toshiba HDTC710EK3AA 1TB
Canvio Connentct USB 3.0 2.5
Inch External Hard Drive 1 TB super speed USB 3.0 (USB 2.0 Compatible), 5120MB/s Max
Adequate
Bid Evaluation Report for OAU-ACE PROJECT 2015
29
transfer speed, 2.5” form factor
6 Flash Drive 64 GB, super speed USB 3.0 (USB 2.0 Compatible), 226MB/s Max transfer speed
Sony 64GB MicroVault Mach
USM-QX Flash Drive
super speed USB 3.0 (USB 2.0 Compatible), 226MB/s Max transfer speed
Adequate
7 Ipad Model – Wi-Fi + Cellular Capacity – 64 GB
Apple iPad 2 wifi+Cellular
64GB
Adequate
8. Scanner Resolution: Up to 4800 x 9600 dpi
Supported operating systems: Most OS
Control panel: 4 front-panel buttons (Copy, Scan, Scan to
E-mail, Scan to PDF)
Bit depth: 48-bit
Scannable media types: Paper (inkjet, laser, plain),
photographic material (silver halide, pigment-dye), 3-D
objects, 35 mm slides and negatives (using transparent
media adapter) Input type: Flatbed
Auto document feeder: None
Connectivity: 1 Hi-Speed USB 2.0
HP Scanjet G3110 Photo
Scanner
Resolution: Up to 4800 x 9600
dpi Supported operating systems:
Most OS
Control panel: 4 front-panel
buttons (Copy, Scan, Scan to E-
mail, Scan to PDF)
Bit depth: 48-bit
Scannable media types: Paper
(inkjet, laser, plain),
photographic material (silver
halide, pigment-dye), 3-D
objects, 35 mm slides and
negatives (using transparent
media adapter) Input type: Flatbed
Auto document feeder: None
Connectivity: 1 Hi-Speed USB 2.0
Adequate
9. Printer LaserJet Printers- Black print speed - Up to 26 ppm HP LaserJet Pro P1606DN Adequate
30
Up to 600 x 600 x 2 dpi
Dimension: 15.24 x 11.18 x 9.69 in
Network Port: RJ45, 100BaseT, /10 BaseT
Connectivity: 1 Hi-Speed USB 2.0; 1 Ethernet
LaserJet Printers- Black print
speed - Up to 26 ppm
Up to 600 x 600 x 2 dpi
Dimension: 15.24 x 11.18 x 9.69
in Network Port: RJ45, 100BaseT,
/10 BaseT
Connectivity: 1 Hi-Speed USB 2.0; 1 Ethernet
10. Power extension socket
5-way with multiple adapters Performance Surge Protector 5-way with multiple adapters
Adequate
Note: The bid is substantially responsive to technical requirements
Bid Evaluation Report for OAU-ACE PROJECT 2015
31
Table 6: Corrections and Unconditional Discounts
Lot 1 Bidder Read-out Bid Price(s) Corrections Corrected Bid
Price(s) Unconditional
Discounts Corrected/ Discounted Bid Price(s)
Remark
Currency (ies)
Amount(s) Computational Errors
Provisional Sums
Percent Amount(s)
(a) (b) (c) (d) (e) (f) = (c) + (d) - (e) (g) (h) (i) = (f) – (h)
WINTECK NIGERIA LTD NGN 12,910,800.00 0.00 0.00 12,910,800.00 0.00 0.00 12,910,800.00 3rd
AT&S INVESTMENTS LTD NGN 12,630,974.00 0.00 0.00 12,630,974.00 0.00 0.00 12,630,974.00 2nd
INFORMATION MANAGEMENT RESOURCES NIGERIA LTD
NGN 11,529,370.94 0.00 0.00 11,529,370.94 0.00 0.00 11,529,370.94 1st
Bid Evaluation Report for OAU-ACE PROJECT 2015
32
Table 7: POST QUALIFICATION
Lot 1 Information Management Resources Nigeria Ltd
S/No CRITERIA EVIDENCE IN THE BID Remarks
1. FINANCIAL CAPABILITY
The tax clearance certificate indicated the company’s turnover as follows: ATO –N275,869,678.00 - 2012 ATO –N342,102,182.00 - 2013 ATO –N375,124,000.00 - 2014 Bidder also presented a Zenith Bank’s reference letter of willingness to provide necessary support when required.
Average Annual Turnover is N331,031,953.33 which represents 2871.21%1 of the proposed contract sum of N11,529,370.94.
2. EXPERIENCE AND TECHNICAL CAPACITY
Bidder provided documentary evidence of several contracts of similar nature and complexity executed in the past 5 yrs out of which we list the following: (1) Procurement of ICT Equipment for Road Sector Development Team (RSDT) Federal Ministry of Work, 6, Niagara Falls Close, Maitama, Abuja total contract value of N25,932,500.00 on 10/9/2014 (2) Supply of Notebook Computers to PriceWaterHouse Coopers Limited, P.O.Box 2419, Lagos at a contract value of N33,075,000.00 on 3/10/2014
Average of 2 similar contracts performed is N29,503,750.00 and this represents 255.91%2 of the proposed contract sum of N11,529,370.94.
3. PERFORMANCE REQUIREMENT OF EQUIPMENT
Bidder has provided all relevant technical details including Brand names; models etc with supporting literature/brochures to demonstrate that the items of equipment to be supplied meet usage requirements.
Bidder provided adequate information on the items of equipment proposed to be supplied.
1 Bidder has demonstrated an average annual turnover / profitability of about 2871.21% in comparison to the proposed contract sum. Bidder is assumed to have more than average capability to execute the contract satisfactorily. 2 Average percentage of 2 contracts of similar nature and complexity performed by bidder in the last 5yrs is 255.91% compared to the proposed contract sum of N10, 480,000.00, and this demonstrates that the bidder has adequate experience and technical capability to execute the contract successfully.
Bid Evaluation Report for OAU-ACE PROJECT 2015
33
Table 8. Proposed Contract Award
Lot 1
Information Management Resources Nigeria Ltd
1. Lowest evaluated responsive bidder (proposed for contract award).
(a) name
(b) address
INFORMATION MANAGEMENT
RESOURCES NIGERIA LIMITED
131, Ogunlana Drive, Surulere, Lagos,
Nigeria.
2. If bid submitted by agent, list actual supplier.
(a) name
(b) address
N/A
N/A
3. If bid from joint venture, list all partners, nationalities, and estimated shares of contract.
N/A
4. Principle country (ies) of origin of goods/materials.
USA
5. Estimated date (month, year) of contract signing.
29th December, 2015
6. Estimated delivery to project site/completion period.
29th February, 2016
Currency Amount
7. Bid Price(s) (Read-out) NGN 11, 529, 370.94
8. Corrections for Errors - -
9. Discounts - -
10. Other Adjustments - -
11. Proposed Award NGN 11, 529, 370.94
12. Disbursement Category N/A
Bid Evaluation Report for OAU-ACE PROJECT 2015
34
LOT 2
PROCUREMENT OF EQUIPMENT FOR THE CYBER SECURITY LABORATORY
Bid Evaluation Report for OAU-ACE PROJECT 2015
35
Table 4: Bid Prices (as Read Out)
Lot 2 S/N Bidder Identification Bid Security Read-out Bid Price(s)1 Modifications or
Name City Country
Amount Source Currency(ies) Amount(s) or %
Comments
(a) (b) (c) (d) (e) (f)
1.
BT Microxperts Ltd. Lagos Nigeria NGN13,000,000.00 Zenith Bank NGN 20,636,000.00 The bidder offered 1.5% discount. Bid security was combined for Lots 1,2,5,6 &7.
2.
Darikas Global Services Ltd.
Lagos Nigeria Nil N/A NGN 9,075,360.00 The bidder did not provide bid security.
3. Information Management Resources Nig. Ltd.
Lagos Nigeria NGN625,000.00 Zenith Bank NGN 10,635,064.15 Nil
Bid Evaluation Report for OAU-ACE PROJECT 2015
36
Table 5a: Preliminary Examination
Lot 2 Bidder Verification Eligibility Bid
Security Completeness
of Bid Substantial
Responsiveness Acceptance for
Detailed Examination (a) (b) (c) (d) (e) (f) (g)
BT Microxperts Ltd No1 Yes Yes Yes No No
Darikas Global Services Ltd. No2 Yes No3 Yes No No Information Management Resources Nig. Ltd.
Yes Yes Yes Yes Yes Yes
1 BT Microxperts Ltd.: Evidence of tax payment for year 2014 was not presented. Has VAT remittance number without evidence of remittance. No PENCOM certificate to show compliance with the provision of Pension Reform of amended Act of 2004. There was no evidence of compliance with Industrial Training Fund amended Act 2011. 2 Darikas Global Services Ltd.: There is no evidence of two contracts of similar nature and magnitude during the last five (5) years to support the technical experience of the company. Has VAT registration number but no evidence of payment. 3 Darikas Global Services Ltd.: No bid security.
Bid Evaluation Report for OAU-ACE PROJECT 2015
37
Table 5b. Technical Evaluation
Information Management Resources Nigeria Ltd
LOT 2
Item
No.
Names of Goods or
related services
Description/Specification of
Equipment
(Minimum requirement)
Bidders’ Specification Remarks
1 Server E5-260E v3- 12-core 2P, 512GB RAM Intel Xeon, 1U form factor, RDIMM -Broadcom 5720 4Ports/Controller -500w Flex Slot Platinum hot-plug PSU -1R x4 PC4 - 2133P –R, Broadcom 5720 4Ports/Controller, -Dynamic Smart Array B140i, -iLO Management Engine, Insight Control.
HP ProLiant DL360 Gen9 E5-260E v3- 12-core 2P, 512GB RAM Intel Xeon, 1U form factor, RDIMM -Broadcom 5720 4Ports/Controller -500w Flex Slot Platinum hot-plug PSU -1R x4 PC4 - 2133P –R, Broadcom 5720 4Ports/Controller, -Dynamic Smart Array B140i, -iLO Management Engine, Insight Control.
Adequate
2 Memory modules 8GB (1x8GB) Single Rank x4 DDR4-2133 CAS-15-15-15 Registered Memory Kit
HP 8GB (1x8GB) Single Rank x4 DDR4-2133 CAS-15-15-15 Registered Memory Kit
Adequate
3. Hard disk 1TB 6G SATA 7.2K rpm SFF (2.5-inch) SC Midline
HP 1TB 6G SATA 7.2K rpm SFF (2.5-inch) SC Midline
Adequate
4. Monitors Ultra 46'' LCD HD Monitor, - Bazel 5.3mm
- In-built controller - Wall mount kit + HDMI Cable
- Video Wall Software
LG Ultra 46'' LCD HD Monitor, - Bazel 5.3mm
- In-built controller - Wall mount kit + HDMI Cable
- Video Wall Software
Adequate
Note: The bid is substantially responsive to technical requirements
Bid Evaluation Report for OAU-ACE PROJECT 2015
38
Table 6: Corrections and Unconditional Discounts
Lot 2 Bidder Read-out Bid Price(s) Corrections Corrected Bid
Price(s) Unconditional Discounts Corrected/Di
scounted Bid Price(s)
Remark
Currency(ies) Amount(s) Computational Errors
Provisional Sums
Percent Amount(s)
(a) (b) (c) (d) (e) (f) = (c) + (d) - (e) (g) (h) (i) = (f) – (h)
Information Management Resources Nig. Ltd.
NGN 10,635,064.15 - - 10,635,064.15 - - 10,635,034.15 1st
Bid Evaluation Report for OAU-ACE PROJECT 2015
39
Table 7: Post Qualification
Information Management Resources Nigeria Limited
LOT 2 S/No. CRITERIA EVIDENCE IN THE BID ADEQUACY
1. FINANCIAL CAPABILITY The tax clearance certificate indicated the company’s turnover as follows: ATO –N275,869,678.00 - 2012 ATO –N342,102,182.00 - 2013 ATO –N375,124,000.00 - 2014 Bidder also presented a Zenith Bank’s reference letter of willingness to provide necessary support when required.
Average Annual Turnover is N331,031,953.33 which represents 3,112.66%1 of the proposed contract sum of N10,635,034.15.
2. EXPERIENCE AND TECHNICAL CAPACITY
Bidder provided documentary evidence of more than the required two (2) contracts of similar nature and complexity executed in the past 5 yrs out of which we have the following: (1) Supply of Cisco Switches to The Central Bank of Nigeria, Central Business District, P.M.B 0187, Abuja at a total cost of N67,202,093.96 on 6/5/2015 (2) Supply and installation of Computer Software to Centre for Management Development, management Village, Shangisha, Lagos at a contract value of N10,983,000.00 on 16/11/2012
Average of 2 similar contracts performed is N39,092,546.98 and this represents 367.58%2 of the proposed contract sum of N10,635,034.15
3. PERFORMANCE REQUIREMENT OF EQUIPMENT
Bidder has provided sufficient relevant technical details including Brand names; models etc with supporting literature/brochures to demonstrate that the items of equipment to be supplied meet usage requirements.
Bidder provided adequate information on the items of equipment proposed to be supplied.
1 Bidder has demonstrated an average annual turnover / profitability of about 3,112.66% in comparison to the proposed contract sum. Bidder is assumed to have enough capability to execute the contract satisfactorily. 2 Average percentage of 2 contracts of similar nature and complexity performed by bidder in the last 5yrs is 367.58% compared to the proposed contract sum of N10,635,034.15 and this demonstrates that the bidder has adequate experience and technical capability to execute the contract successfully.
Bid Evaluation Report for OAU-ACE PROJECT 2015
40
Table 8: Proposed Contract Award
Information Management Resources Nigeria Limited
Lot 2
1. Lowest evaluated responsive bidder (proposed for contract award).
(a) name
(b) address
INFORMATION MANAGEMENT
RESOURCES NIGERIA LIMITED
131, Ogunlana Drive, Surulere, Lagos ,
Nigeria.
2. If bid submitted by agent, list actual supplier.
(a) name
(b) address
N/A
N/A
3. If bid from joint venture, list all partners, nationalities, and estimated shares of contract.
N/A
4. Principle country (ies) of origin of goods/materials.
North America
5. Estimated date (month, year) of contract signing.
29th December, 2015
6. Estimated delivery to project site/completion period.
29th February, 2016
Currency Amount
7. Bid Price(s) (Read-out) NGN 10, 635, 064.15
8. Corrections for Errors - -
9. Discounts - -
10. Other Adjustments - -
11. Proposed Award NGN 10, 635, 064.15
12. Disbursement Category N/A
Bid Evaluation Report for OAU-ACE PROJECT 2015
41
LOT 3
PROCUREMENT OF INTELLIGENT SYSTEM ENGINEERING EQUIPMENT-RM Series
Bid Evaluation Report for OAU-ACE PROJECT 2015
42
Table 4: Bid Prices (as Read Out)
Lot 3 S/N Bidder Identification Bid Security Read-out Bid Price(s)1 Modifications or
Name City Country Amount Source Currency(ies)
Amount(s) or %
Comments
(a) (b) (c) (d) (e) (f)
1.
Winteck NigeriaLtd. Ibadan Nigeria NGN4,800,000.00 First Bank Plc NGN 4,927,860.00 Nil
2.
Femmimat Concept Limited
Lagos Nigeria Nil N/A NGN 3,004,773.66 Bidder did not provide bid security
3.
Information Management Resources Nig. Ltd.
Lagos Nigeria NGN250,000.00 Zenith Bank Plc NGN 5,822,092.27 Nil
Bid Evaluation Report for OAU-ACE PROJECT 2015
43
Table 5a: Preliminary Examination
Lot 3 Bidder Verification Eligibility Bid
Security Completeness
of Bid Substantial
Responsiveness Acceptance for
Detailed Examination (a) (b) (c) (d) (e) (f) (g)
Winteck Nigeria Ltd. Yes Yes Yes Yes Yes Yes
Femmimat Concept Ltd. Yes Yes No1 Yes No No
Information Management Resources Nig. Ltd
Yes Yes Yes Yes Yes Yes
1 Femmimat Concepts Ltd.: No bid security.
Bid Evaluation Report for OAU-ACE PROJECT 2015
44
Table 5b. Technical Evaluation Winteck Nigeria Limited
LOT 3
Item
No.
Names of Goods or
Related Services
Description/Specifications of
Equipment
(Minimum requirement)
Bidders’ Specification Remarks
1 RM1089 - Robosapiens Atmega8 Based Bluetooth (HC-05) Controlled Robot
This is a multipurpose robotics kit. It's multipurpose and very durable nature helps in acquiring expertise on basics of robotics.
RM1089 - Robosapiens Atmega8 Based Bluetooth (HC-05) Controlled Robot
Adequate
2 RM0667 - LPC2148 This Pro Development Board is a powerful development platform based on LPC2148 ARM7TDMI microcontroller with 512K on-chip memory.
RM0667 - LPC2148 Adequate
3 RM0901 - Robosapiens AT89S52 IBOT Mini V3.0
This is a multipurpose robotics kit. It's multipurpose and very durable nature helps in acquiring expertise on basics of robotics. lly interactive as there is 4 Bit LEDs to monitor the outputs of the I / O ports.
RM0901 - Robosapiens AT89S52 IBOT Mini V3.0
Adequate
4 RM0120 -XBee Pro 802.15.4 OEM RF module
This is used for long range communication. It has range of 1600 meters in line of sight or 90 meters in indoors or urban area. It is used for embedded solutions providing addressable wireless end - point connectivity to devices. This is an ideal module for robots to PC or robots to robots communication.
RM0120 -XBee Pro 802.15.4 OEM RF module
Adequate
5 RM1096 The Arduino Uno is a microcontroller board based on the ATmega328. It has 14 digital input/output pins (of which 6 can be used as PWM outputs), 6 analog inputs, a 16 MHz
RM1096 – Atmega 328, 14 digital input/output
Adequate
Bid Evaluation Report for OAU-ACE PROJECT 2015
45
ceramic resonator, a USB connection, a power jack, an ICSP header, and a reset button.
6 RM1102 -
This kit is designed to get you started quickly and easily on your path of learning electronics. The advanced kit has more components and sensors you need to play compared with the Starter Kit. Sensor Kit with ATMEGA-16 Robotics Mini Development Board Items Quantity in Pcs IR Sensor (Pair) Sound Sensor Light SearchingSensor DTMF 16*2 LCD HC-04 Ultrasonic Sensor PIR Motion Sensor T Sensor Module Double Digit Common Anode Display Buzzer Module Light sensor (LDR Small) Gas Sensor Module(MQ-4) ATmega-16/32 Robotics Mini Development Board V 2.0 USB Cable
RM1102 - Quantity in Pcs IR Sensor (Pair) Sound Sensor Light SearchingSensor DTMF 16*2 LCD HC-04 Ultrasonic Sensor PIR Motion Sensor T Sensor Module Double Digit Common Anode Display Buzzer Module Light sensor (LDR Small) Gas Sensor Module(MQ-4) ATmega-16/32 Robotics Mini Development Board V 2.0 USB Cable
Adequate
7 RM1131 -
This kit is designed to get you started quickly and easily on your path of learning electronics. RoboWar Kit Using ATmega-16/32 Robotics Mini Development Board V5 ATmega-16/32 Robotics Mini Development Board V5 Robosapiens 4'' DOUBLE WHITE SCREW MOUNT TYRE 1000 RPM Center Shaft Metal Gear High Current Dual DC Motor Driver Board
RM1131 - RoboWar Kit Using ATmega-16/32 Robotics Mini Development Board V5 ATmega-16/32 Robotics Mini Development Board V5 Robosapiens 4'' DOUBLE WHITE SCREW MOUNT TYRE 1000 RPM Center Shaft Metal Gear High Current Dual DC Motor Driver Board Robosapiens Super Jumbo Chasis
Adequate
Bid Evaluation Report for OAU-ACE PROJECT 2015
46
Robosapiens Super Jumbo Chasis
8 RM0869 - For applications that require solid carbon fiber laminated sheets, ROBOMART.com offers solid carbon fiber sheets which utilize balanced and symmetrical lay-up schedules of 90 degree and 45 degree fabric referred to as quasi-isotropic.
RM0869 - Adequate
9 RM1144 Sound Operated Robot Using Robomart ARDUINO Board is a multipurpose robotics kit. It's multipurpose and very durable nature helps in acquiring expertise on basics of robotics. Development Board is made from single sided PTH PCB board to provide extra strength to the connector joints for increased reliability.
RM1144 - Sound Operated Robot Using Robomart ARDUINO Board is a multipurpose robotics kit. It's multipurpose and very durable nature helps in acquiring expertise on basics of robotics. Development Board is made from single sided PTH PCB board to provide extra strength to the connector joints for increased reliability.
Adequate
10 RM0104 - Atmega16/32 IBOT
This is a multipurpose robotics kit. It's multipurpose and very durable nature helps in acquiring expertise on basics of robotics. Development Board is made from single sided PTH PCB board to provide extra strength to the Connector joints for increased reliability.
RM0104 - Atmega16/32 IBOT
Adequate
11. RM1168 - This robot is an addressable wireless robot. The communication between the transmitter and receiver can only be done when the 8 Bit address matches. The Robot can be used with combination of a simple microcontroller based embedded system to generate 24 number of inputs for different wireless purposes. RF based Wireless kit V1.0 works on RF mode. The control circuit used for the board is versatile enough to incorporate different types of Input like RF Encoded Signals and DTMF Signal via Stereo pin. The control circuit consists of a Transmitter module and Receiver module.
RM1168 - Adequate
Bid Evaluation Report for OAU-ACE PROJECT 2015
47
12 RM0833 - This is a fingure print sensor module with TTL UART interface for direct connections to microcontroller UART or to PC through MAX232 / USB-Serial adapter. The user can store the finger print data in the module and can configure it in 1:1 or 1: N mode for identifying the person.
RM0833 - Adequate
13 RM0977 - This Wireless PS2 Controller features all of the inputs found the standard DualShock 2 controller,i.e. ten analog (pressure-sensitive) buttons three digital button (L3, R3 and the analog mode button) and two analog sticks.
RM0977 - Adequate
14 RM0105 -Atmega8 IBOT
This is a multipurpose robotics kit. It's multipurpose and very durable nature helps in acquiring expertise on basics of robotics.
RM0105 -Atmega8 IBOT Adequate
15 RM1117 - Arduino Mega 2560
This is a microcontroller board based on the ATmega2560. It has 54 digital input/output pins , 16 analog inputs, 4 UARTs , a 16 MHz crystal oscillator, a USB connection, a power jack, an ICSP header, and a reset button.
RM1117 - Arduino Mega 2560
Adequate
16 RM0668 - This single-chip 802.11a/b/g WLAN controller enables high-speed 54Mbps wireless connections to satisfy the increasing bandwidth needs of the most demanding enterprise, public access and home WLAN users.
RM0668 - Adequate
17 RM0023 -. Wireless Remote Control module is a pair of two modules. i.e transmitter module and receivermodule which are compatible with HT640 / HT648 RF Antenna modules.
RM0023 -. Adequate
18 RM0828 - Atmega16/32 IBOT
This is a multipurpose robotics kit. It's multipurpose and very durable nature helps in acquiring expertise on basics of robotics.
RM0828 - Atmega16/32 IBOT Adequate
19 RM0832 - Robosapiens ATMEGA16 IBOT Mini V3.0
This is a multipurpose robotics kit. It's multipurpose and very durable nature helps in acquiring expertise on basics of Robotics.
RM0832 - Robosapiens ATMEGA16 IBOT Mini V3.0
Adequate
Bid Evaluation Report for OAU-ACE PROJECT 2015
48
20 RM1101 - This kit is designed to get you started quickly and easily on your path of learning electronics. Once you've received your starter pack you can start to play with little or no electronics and programming experience.
RM1101 - Adequate
21 RM1130 - This kit is designed to get you started quickly and easily on your path of learning electronics. Once you've received your starter pack you can start to play with little or no electronics and programming experience.
RM1130 - Adequate
22 RM1143- Line Follower Kit Using Robomart ARDUINO Board
This is a multipurpose robotics kit. It's multipurpose and very durable nature helps in acquiring expertise on basics of robotics.
RM1143- Line Follower Kit Using Robomart ARDUINO Board
Adequate
23 RM1172 -. Robomart Obstacle Avoider Robot
This is a multipurpose robotics kit. It's multipurpose and very durable nature helps in acquiring expertise on basics of robotics.
RM1172 -. Robomart Obstacle Avoider Robot Adequate
24 RM0829 - Atmega8 IBOT
This is a multipurpose robotics kit. It's multipurpose and very durable nature helps in acquiring expertise on basics of robotics.
RM0829 - Atmega8 IBOT Adequate
25 RM0880 -. This is high performance 11.1V, 2200 mAh Battery. It can give discharge current of 100 Amps.
RM0880 -. Adequate
26 RM0865 - This is fully programmable 40A BLDC ESC with 5V, 3A BEC. Can drive motors with continuous 40Amp load current. It has sturdy construction with 2 separate PCBs for Controller and ESC power MOSFETs. It can be powered with 2-4 lithium Polymer batteries or 5-12 NiMH / NiCd batteries. It has separate voltage regulator for the microcontroller for providing good anti-jamming capability. It is most suitable for UAVs, Aircrafts and Helicopters.
RM0865 - Adequate
27 RM1171 - Robomart White Line Follwer Robot is a RM1171 - Adequate
Bid Evaluation Report for OAU-ACE PROJECT 2015
49
multipurpose robotics kit. It's multipurpose and very durable nature helps in acquiring expertise on basics of robotics.
28 RM1173 - Robomart Wall Follower Robot is a multipurpose robotics kit
This is multipurpose and very durable nature helps in acquiring expertise on basics of robotics.
RM1173 - Robomart Wall Follower Robot is a multipurpose robotics kit
Adequate
29 RM1129 - RoboWar Kit Using Robomart ARDUINO Board
This kit is designed to get you started quickly and easily on your path of learning electronics. Once you've received your starter pack you can start to play with little or no electronics and programming experience. The advanced kit has more components and sensors you need to play compared with the Starter Kit.
RM1129 - RoboWar Kit Using Robomart ARDUINO Board
Adequate
30 RM1114 This RFID Reader is a Tiny, simple to use RFID reader module. With a built in antenna, the only holdup is the 2mm pin spacing
RM1114 Adequate
31 RM1099 -
This kit is designed to get you started quickly and easily on your path of learning electronics. Once you've received your starter pack you can start to play with little or no electronics and programming experience. The advanced kit has more components and sensors you need to play compared with the Starter Kit. Projects for beginners: Project 1:Use button to control LED Project 2:Controll six LEDs by digital output pins Project 3:Use various of LEDs to create car traffic light and pedestrian traffic light Project 4:Use potentiometer to control the LED on PWN pin Project 5:Use photocell to control the blinking rate of an LED
RM1099 -
Adequate
Bid Evaluation Report for OAU-ACE PROJECT 2015
50
32 RM0850 - This robot is an addressable wireless robot. The communication between the transmitter and receiver can only be done when the 8 Bit address matches. The Robot can be used with combination of a simple microcontroller based embedded system to generate 24 number of inputs for different wireless purposes.
RM0850 - Adequate
33 RM0900 - Robosapiens AT89S52 IBOT
Mini V2.0 is a multipurpose robotics kit. It's multipurpose and verydurable nature helps in acquiring expertise on basics of robotics.
RM0900 - Robosapiens AT89S52 IBOT Adequate
34 RM0922 - This KKMulticopter controller is a flight control board for up to 6 Rotor Aircraft. Its purpose is to stabilize the aircraft during flight. To do this it takes the signal from the three on board gyros (roll,pitch and yaw) then passes the signal to the Atmega168PA IC.
RM0922 - Adequate
35 RM0452 -
Contains 150+ parts such as metallic strips, remote control, control card, motors, gears etc. Comes with an Assembly guide with step by step instructions to help students build the Robot Few Designs which can be made: Cable Car Remote Control Car Remote Control Bike Gripper Sweeping BOT Chopper Steering Car Crane Walker Garbage Dumper Truck
RM0452 -
Adequate
36 RM0002 - Robosapiens IBOT Mini V 3.0
This is a multipurpose robotics kit. It's multipurpose and very durable nature helps in acquiring expertise on basics of robotics.
RM0002 - Robosapiens IBOT Mini V 3.0 Adequate
Bid Evaluation Report for OAU-ACE PROJECT 2015
51
37 RM1153 - Mobile Control Robot is a multipurpose robotics kit. It's multipurpose and very durable nature helps in acquiring expertise on basics of robotics.
RM1153 - Adequate
38 RM0107 - This robot is an addressable wireless robot. The communication between the transmitter and receiver can only be done when the 8 Bit address matches.
RM0107 - Adequate
39 RM0035 - Robosapiens GPS Module Kit
This comes with Patch ceramic antenna which makes it a small and complete solution for enabling GPS navigation to your mbedded devices and robots.
RM0035 - Robosapiens GPS Module Kit Adequate
40 RM0853 - This sturdy size 2836, 1500kv BLDC motor gives maximum thrust of 1200gms and weights only 78gms. It is best suited for medium and large size Quadrotor (quadcopter), Hexacoptor, Octacoptor etc.
RM0853 - Adequate
41 RM1163 -
18 Projects for beginners: Project 1 Blinking LED Project 2 Controlling LED by Button Project 3 Controlling LED by PWM Project 4 Controlling LED by Potentiometer Project 5 LED Flowing Lights Project 6 RGB LED Project 7 DC Motor Control Project 8 LCD16X2 Project 9 Serial Monitor Project 10 7-Segment Display Project 11 74HC596 etc
RM1163 -
Adequate
42 RM0710 - Dual band (900MHz/1800MHz) GSM/GPRS Modem with very advance SIM900/Sim900A GSM module.
RM0710 - Adequate
43 RM1107 - The Gripper module is state of robotic arm which can be used in various ‘pick and place’ kind of robots.
RM1107 - Adequate
Bid Evaluation Report for OAU-ACE PROJECT 2015
52
44 RM0920 - The receiver contains precision electronic parts. It is the most delicate radio component on-board the model and should be protected from vibration, shock and temperature extremes.
RM0920 - Adequate
45 RM0852 - This sturdy size 1300kv BLDC motor gives maximum thrust of 920gms and weights only 53gms. It is best suited for medium and large size Quadrotor (quadcopter), Hexacoptor, Octacoptor etc.
RM0852 - Adequate
Note: The bid is substantially responsive to technical requirements
Bid Evaluation Report for OAU-ACE PROJECT 2015
53
Table 5b. Technical Evaluation
Information Management Resources (Nigeria) Limited
LOT 3
Item
No.
Names of Goods or
Related Services
Description/Specifications of
Equipment
(Minimum requirement)
Bidders’ Specification Remarks
1 RM1089 - Robosapiens Atmega8 Based Bluetooth (HC-05) Controlled Robot
This is a multipurpose robotics kit. It's multipurpose and very durable nature helps in acquiring expertise on basics of robotics.
RM1089 - Robosapiens Atmega8 Based Bluetooth (HC-05) Controlled Robot
Adequate
2 RM0667 - LPC2148 This Pro Development Board is a powerful development platform based on LPC2148 ARM7TDMI microcontroller with 512K on-chip memory.
RM0667 - LPC2148 Adequate
3 RM0901 - Robosapiens AT89S52 IBOT Mini V3.0
This is a multipurpose robotics kit. It's multipurpose and very durable nature helps in acquiring expertise on basics of robotics. lly interactive as there is 4 Bit LEDs to monitor the outputs of the I / O ports.
RM0901 - Robosapiens AT89S52 IBOT Mini V3.0
Adequate
4 RM0120 -XBee Pro 802.15.4 OEM RF module
This is used for long range communication. It has range of 1600 meters in line of sight or 90 meters in indoors or urban area. It is used for embedded solutions providing addressable wireless end - point connectivity to devices. This is an ideal module for robots to PC or robots to robots communication.
RM0120 -XBee Pro 802.15.4 OEM RF module
Adequate
5 RM1096 The Arduino Uno is a microcontroller board based on the ATmega328. It has 14 digital input/output pins (of which 6 can be used as
RM1096 – Atmega 328, 14 digital input/output
Adequate
Bid Evaluation Report for OAU-ACE PROJECT 2015
54
PWM outputs), 6 analog inputs, a 16 MHz ceramic resonator, a USB connection, a power jack, an ICSP header, and a reset button.
6 RM1102 -
This kit is designed to get you started quickly and easily on your path of learning electronics. The advanced kit has more components and sensors you need to play compared with the Starter Kit. Sensor Kit with ATMEGA-16 Robotics Mini Development Board Items Quantity in Pcs IR Sensor (Pair) Sound Sensor Light SearchingSensor DTMF 16*2 LCD HC-04 Ultrasonic Sensor PIR Motion Sensor T Sensor Module Double Digit Common Anode Display Buzzer Module Light sensor (LDR Small) Gas Sensor Module(MQ-4) ATmega-16/32 Robotics Mini Development Board V 2.0 USB Cable
RM1102 - Quantity in Pcs IR Sensor (Pair) Sound Sensor Light SearchingSensor DTMF 16*2 LCD HC-04 Ultrasonic Sensor PIR Motion Sensor T Sensor Module Double Digit Common Anode Display Buzzer Module Light sensor (LDR Small) Gas Sensor Module(MQ-4) ATmega-16/32 Robotics Mini Development Board V 2.0 USB Cable
Adequate
7 RM1131 -
This kit is designed to get you started quickly and easily on your path of learning electronics. RoboWar Kit Using ATmega-16/32 Robotics Mini Development Board V5 ATmega-16/32 Robotics Mini Development Board V5 Robosapiens 4'' DOUBLE WHITE SCREW MOUNT TYRE 1000 RPM Center Shaft Metal Gear
RM1131 - RoboWar Kit Using ATmega-16/32 Robotics Mini Development Board V5 ATmega-16/32 Robotics Mini Development Board V5 Robosapiens 4'' DOUBLE WHITE SCREW MOUNT TYRE 1000 RPM Center Shaft Metal Gear High Current Dual DC Motor Driver Board Robosapiens Super Jumbo Chasis
Adequate
Bid Evaluation Report for OAU-ACE PROJECT 2015
55
High Current Dual DC Motor Driver Board Robosapiens Super Jumbo Chasis
8 RM0869 - For applications that require solid carbon fiber laminated sheets, ROBOMART.com offers solid carbon fiber sheets which utilize balanced and symmetrical lay-up schedules of 90 degree and 45 degree fabric referred to as quasi-isotropic.
RM0869 - Adequate
9 RM1144 Sound Operated Robot Using Robomart ARDUINO Board is a multipurpose robotics kit. It's multipurpose and very durable nature helps in acquiring expertise on basics of robotics. Development Board is made from single sided PTH PCB board to provide extra strength to the connector joints for increased reliability.
RM1144 - Sound Operated Robot Using Robomart ARDUINO Board is a multipurpose robotics kit. It's multipurpose and very durable nature helps in acquiring expertise on basics of robotics. Development Board is made from single sided PTH PCB board to provide extra strength to the connector joints for increased reliability.
Adequate
10 RM0104 - Atmega16/32 IBOT
This is a multipurpose robotics kit. It's multipurpose and very durable nature helps in acquiring expertise on basics of robotics. Development Board is made from single sided PTH PCB board to provide extra strength to the Connector joints for increased reliability.
RM0104 - Atmega16/32 IBOT
Adequate
11. RM1168 - This robot is an addressable wireless robot. The communication between the transmitter and receiver can only be done when the 8 Bit address matches. The Robot can be used with combination of a simple microcontroller based embedded system to generate 24 number of inputs for different wireless purposes. RF based Wireless kit V1.0 works on RF mode. The control circuit used for the board is versatile enough to incorporate different types of Input like RF Encoded Signals and DTMF Signal via Stereo pin. The control circuit consists of a Transmitter module and Receiver
RM1168 - Adequate
Bid Evaluation Report for OAU-ACE PROJECT 2015
56
module.
12 RM0833 - This is a fingure print sensor module with TTL UART interface for direct connections to microcontroller UART or to PC through MAX232 / USB-Serial adapter. The user can store the finger print data in the module and can configure it in 1:1 or 1: N mode for identifying the person.
RM0833 - Adequate
13 RM0977 - This Wireless PS2 Controller features all of the inputs found the standard DualShock 2 controller,i.e. ten analog (pressure-sensitive) buttons three digital button (L3, R3 and the analog mode button) and two analog sticks.
RM0977 - Adequate
14 RM0105 -Atmega8 IBOT
This is a multipurpose robotics kit. It's multipurpose and very durable nature helps in acquiring expertise on basics of robotics.
RM0105 -Atmega8 IBOT Adequate
15 RM1117 - Arduino Mega 2560
This is a microcontroller board based on the ATmega2560. It has 54 digital input/output pins , 16 analog inputs, 4 UARTs , a 16 MHz crystal oscillator, a USB connection, a power jack, an ICSP header, and a reset button.
RM1117 - Arduino Mega 2560
Adequate
16 RM0668 - This single-chip 802.11a/b/g WLAN controller enables high-speed 54Mbps wireless connections to satisfy the increasing bandwidth needs of the most demanding enterprise, public access and home WLAN users.
RM0668 - Adequate
17 RM0023 -. Wireless Remote Control module is a pair of two modules. i.e transmitter module and receivermodule which are compatible with HT640 / HT648 RF Antenna modules.
RM0023 -. Adequate
18 RM0828 - Atmega16/32 IBOT
This is a multipurpose robotics kit. It's multipurpose and very durable nature helps in acquiring expertise on basics of robotics.
RM0828 - Atmega16/32 IBOT Adequate
19 RM0832 - Robosapiens ATMEGA16 IBOT
This is a multipurpose robotics kit. It's multipurpose and very durable nature helps in
RM0832 - Robosapiens ATMEGA16 IBOT Mini V3.0
Adequate
Bid Evaluation Report for OAU-ACE PROJECT 2015
57
Mini V3.0 acquiring expertise on basics of Robotics.
20 RM1101 - This kit is designed to get you started quickly and easily on your path of learning electronics. Once you've received your starter pack you can start to play with little or no electronics and programming experience.
RM1101 - Adequate
21 RM1130 - This kit is designed to get you started quickly and easily on your path of learning electronics. Once you've received your starter pack you can start to play with little or no electronics and programming experience.
RM1130 - Adequate
22 RM1143- Line Follower Kit Using Robomart ARDUINO Board
This is a multipurpose robotics kit. It's multipurpose and very durable nature helps in acquiring expertise on basics of robotics.
RM1143- Line Follower Kit Using Robomart ARDUINO Board
Adequate
23 RM1172 -. Robomart Obstacle Avoider Robot
This is a multipurpose robotics kit. It's multipurpose and very durable nature helps in acquiring expertise on basics of robotics.
RM1172 -. Robomart Obstacle Avoider Robot Adequate
24 RM0829 - Atmega8 IBOT
This is a multipurpose robotics kit. It's multipurpose and very durable nature helps in acquiring expertise on basics of robotics.
RM0829 - Atmega8 IBOT Adequate
25 RM0880 -. This is high performance 11.1V, 2200 mAh Battery. It can give discharge current of 100 Amps.
RM0880 -. Adequate
26 RM0865 - This is fully programmable 40A BLDC ESC with 5V, 3A BEC. Can drive motors with continuous 40Amp load current. It has sturdy construction with 2 separate PCBs for Controller and ESC power MOSFETs. It can be powered with 2-4 lithium Polymer batteries or 5-12 NiMH / NiCd batteries. It has separate voltage regulator for the microcontroller for providing good anti-jamming capability. It is most suitable for UAVs, Aircrafts and Helicopters.
RM0865 - Adequate
Bid Evaluation Report for OAU-ACE PROJECT 2015
58
27 RM1171 - Robomart White Line Follwer Robot is a multipurpose robotics kit. It's multipurpose and very durable nature helps in acquiring expertise on basics of robotics.
RM1171 - Adequate
28 RM1173 - Robomart Wall Follower Robot is a multipurpose robotics kit
This is multipurpose and very durable nature helps in acquiring expertise on basics of robotics.
RM1173 - Robomart Wall Follower Robot is a multipurpose robotics kit
Adequate
29 RM1129 - RoboWar Kit Using Robomart ARDUINO Board
This kit is designed to get you started quickly and easily on your path of learning electronics. Once you've received your starter pack you can start to play with little or no electronics and programming experience. The advanced kit has more components and sensors you need to play compared with the Starter Kit.
RM1129 - RoboWar Kit Using Robomart ARDUINO Board
Adequate
30 RM1114 This RFID Reader is a Tiny, simple to use RFID reader module. With a built in antenna, the only holdup is the 2mm pin spacing
RM1114 Adequate
31 RM1099 -
This kit is designed to get you started quickly and easily on your path of learning electronics. Once you've received your starter pack you can start to play with little or no electronics and programming experience. The advanced kit has more components and sensors you need to play compared with the Starter Kit. Projects for beginners: Project 1:Use button to control LED Project 2:Controll six LEDs by digital output pins Project 3:Use various of LEDs to create car traffic light and pedestrian traffic light Project 4:Use potentiometer to control the LED on PWN pin Project 5:Use photocell to control the blinking
RM1099 -
Adequate
Bid Evaluation Report for OAU-ACE PROJECT 2015
59
rate of an LED
32 RM0850 - This robot is an addressable wireless robot. The communication between the transmitter and receiver can only be done when the 8 Bit address matches. The Robot can be used with combination of a simple microcontroller based embedded system to generate 24 number of inputs for different wireless purposes.
RM0850 - Adequate
33 RM0900 - Robosapiens AT89S52 IBOT
Mini V2.0 is a multipurpose robotics kit. It's multipurpose and verydurable nature helps in acquiring expertise on basics of robotics.
RM0900 - Robosapiens AT89S52 IBOT Adequate
34 RM0922 - This KKMulticopter controller is a flight control board for up to 6 Rotor Aircraft. Its purpose is to stabilize the aircraft during flight. To do this it takes the signal from the three on board gyros (roll,pitch and yaw) then passes the signal to the Atmega168PA IC.
RM0922 - Adequate
35 RM0452 -
Contains 150+ parts such as metallic strips, remote control, control card, motors, gears etc. Comes with an Assembly guide with step by step instructions to help students build the Robot Few Designs which can be made: Cable Car Remote Control Car Remote Control Bike Gripper Sweeping BOT Chopper Steering Car Crane Walker Garbage Dumper Truck
RM0452 -
Adequate
36 RM0002 - Robosapiens IBOT Mini V 3.0
This is a multipurpose robotics kit. It's multipurpose and very durable nature helps in
RM0002 - Robosapiens IBOT Mini V 3.0 Adequate
Bid Evaluation Report for OAU-ACE PROJECT 2015
60
acquiring expertise on basics of robotics.
37 RM1153 - Mobile Control Robot is a multipurpose robotics kit. It's multipurpose and very durable nature helps in acquiring expertise on basics of robotics.
RM1153 - Adequate
38 RM0107 - This robot is an addressable wireless robot. The communication between the transmitter and receiver can only be done when the 8 Bit address matches.
RM0107 - Adequate
39 RM0035 - Robosapiens GPS Module Kit
This comes with Patch ceramic antenna which makes it a small and complete solution for enabling GPS navigation to your mbedded devices and robots.
RM0035 - Robosapiens GPS Module Kit Adequate
40 RM0853 - This sturdy size 2836, 1500kv BLDC motor gives maximum thrust of 1200gms and weights only 78gms. It is best suited for medium and large size Quadrotor (quadcopter), Hexacoptor, Octacoptor etc.
RM0853 - Adequate
41 RM1163 -
18 Projects for beginners: Project 1 Blinking LED Project 2 Controlling LED by Button Project 3 Controlling LED by PWM Project 4 Controlling LED by Potentiometer Project 5 LED Flowing Lights Project 6 RGB LED Project 7 DC Motor Control Project 8 LCD16X2 Project 9 Serial Monitor Project 10 7-Segment Display Project 11 74HC596 etc
RM1163 -
Adequate
42 RM0710 - Dual band (900MHz/1800MHz) GSM/GPRS Modem with very advance SIM900/Sim900A GSM module.
RM0710 - Adequate
43 RM1107 - The Gripper module is state of robotic arm which can be used in various ‘pick and place’
RM1107 - Adequate
Bid Evaluation Report for OAU-ACE PROJECT 2015
61
kind of robots.
44 RM0920 - The receiver contains precision electronic parts. It is the most delicate radio component on-board the model and should be protected from vibration, shock and temperature extremes.
RM0920 - Adequate
45 RM0852 - This sturdy size 1300kv BLDC motor gives maximum thrust of 920gms and weights only 53gms. It is best suited for medium and large size Quadrotor (quadcopter), Hexacoptor, Octacoptor etc.
RM0852 - Adequate
Note: The bid is substantially responsive to technical requirements
Bid Evaluation Report for OAU-ACE PROJECT 2015
62
Table 6: Corrections and Unconditional Discounts
Lot 3 Bidder Read-out Bid Price(s) Corrections Corrected Bid
Price(s) Unconditional
Discounts Corrected/ Discounted Bid Price(s)
Remark
Currency(ies) Amount(s) Computational Errors
Provisional Sums
Percent Amount(s)
(a) (b) (c) (d) (e) (f) = (c) + (d) - (e) (g) (h) (i) = (f) – (h)
Winteck Nigeria Ltd NGN 4,927,860.00 - - 4,927,860.00 - - 4,927,860.00 1st
Information Management Resources Nigeria Ltd
NGN 5,822,092.27 - - 5,822,092.27 - - 5,822,092.27 2nd
Bid Evaluation Report for OAU-ACE PROJECT 2015
63
Table 7: Post Qualification
Winteck Nigeria Limited
LOT 3 S/No. CRITERIA EVIDENCE IN THE BID ADEQUACY
1. FINANCIAL CAPABILITY The tax clearance certificate indicated the company’s turnover as follows: ATO –N132,871,835.00 - 2012 ATO –N248,933,105.00 - 2013 ATO –N369,563,630.00 - 2014 Bidder also presented a Banker’s letter of reference from First Bank indicating their willingness to provide necessary financial support if required.
Average Annual Turnover is N250,456,190.00 which represents 5,082.45%1 of the proposed contract sum of N4,927,860.00.
2. EXPERIENCE AND TECHNICAL CAPACITY
Bidder provided documentary evidence of two (2) contracts of similar nature and complexity executed in the past 5 yrs as follows: (1) Supply of equipment for Engineering Laboratories: Section B (1&2) Central Research Laboratories of University of Ilorin at N160,513,500.00 on 7/8/2014 (2) Supply of Equipment for Engineering Laboratories: Section A (Central Research Laboratories) of University of Ilorin at N41,950,132.40 on 7/8/2014
Average of 2 similar contracts performed is N101,213,816.20 and this represents 2,054.28%2 of the proposed contract sum of N4,927,860.00.
3. PERFORMANCE REQUIREMENT OF EQUIPMENT
Bidder has provided sufficient relevant technical details including Brand names; models etc with supporting literature/brochures to demonstrate that the items of equipment to be supplied meet usage requirements.
Bidder provided enough information on the items of equipment proposed to be supplied.
1 Bidder has demonstrated an average annual turnover / profitability of about 5,082.45% in comparison to the proposed contract sum. Bidder is assumed to have enough capability to execute the contract satisfactorily. 2 Average percentage of 2 contracts of similar nature and complexity performed by bidder in the last 5yrs is 2,054.28% compared to the proposed contract sum of N4,927,860.00 and this demonstrates that the bidder has adequate experience and technical capability to execute the contract successfully.
Bid Evaluation Report for OAU-ACE PROJECT
64
Table 8: Proposed Contract Award
Winteck Nig. Ltd
Lot 3
1. Lowest evaluated responsive bidder (proposed for contract award).
(a) name
(b) address
Winteck Nigeria Limited,
N5B/1906, Iwo Road,
U.I. P.O. Box 9562,
Ibadan, Oyo State.
2. If bid submitted by agent, list actual supplier.
(a) name
(b) address
N/A
N/A
3. If bid from joint venture, list all partners, nationalities, and estimated shares of contract.
N/A
4. Principle country (ies) of origin of goods/materials.
China
5. Estimated date (month, year) of contract signing.
29th December, 2015
6. Estimated delivery to project site/completion period.
29th February, 2016
Currency Amount
7. Bid Price(s) (Read-out) NGN 4,927,860.00
8. Corrections for Errors - -
9. Discounts - -
10. Other Adjustments - -
11. Proposed Award NGN 4,927,860.00
12. Disbursement Category N/A
Bid Evaluation Report for OAU-ACE PROJECT 2015
65
LOT 4 PROCUREMENT OF COMPUTER ENGINEERING
EQUIPMENT- DE Series
Bid Evaluation Report for OAU-ACE PROJECT 2015
66
Table 4: Bid Prices (as Read Out)
LOT 4 S/N Bidder Identification Bid Security Read-out Bid Price(s) Modifications
or
Name City Country Amount Source Currency (ies)
Amount(s) or % Comments
(a) (b) (c) (d) (e) (f)
1.
Winteck Nigeria Ltd. Ibadan Nigeria NGN1,840,000.00 Bank Guarantee/ First Bank Plc
NGN 84,946,500.00 Nil
2.
Pralif Royal Concept Ibadan Nigeria NGN 342,200.00 Bank Guarantee/FCMB Plc
NGN 5,415,228.05 Nil
3.
Information Management Resources Nig. Ltd.
Lagos Nigeria NGN2,000,000.00 Bank Guarantee/ Zenith Bank Plc
NGN 87,505,818.75 Nil
Bid Evaluation Report for OAU-ACE PROJECT 2015
67
Table 5a: Preliminary Examination
Lot 4 Bidder Verification Eligibility Bid Security Completeness
of Bid Substantial
Responsiveness Acceptance for Detailed
Examination (a) (b) (c) (d) (e) (f) (g)
Winteck Nigeria Ltd. Yes Yes Yes Yes Yes Yes
Pralif Royal Concept No1 Yes Yes Yes No No
Information Management Resources Nig. Ltd.
Yes Yes Yes Yes Yes Yes
1 Pralif Royal Concept: There is no documentary evidence of two contracts of similar nature and magnitude during the last five (5) years. The evidences attached are on civil works.
68
Table 5b. Technical Evaluation
Winteck Nigeria Limited
LOT 4
Item
No.
Names of Goods
or Related
Services
Description/Specifications of
Equipments
(Minimum requirement)
Bidders’ Specification Remarks
1 DE5: DE5-Net FPGA Development Kit
FPGA Altera Stratix® V GX FPGA (5SGXEA7N2F45C2) FPGA Configuration On-Board USB Blaster II or JTAG header for FPGA programming Fast passive parallel (FPPx32) configuration via MAX II CPLD and flash memory
Memory
Two Independent DDR3 SODIMM Socket, Up to 8GB 800 MHz or 4GB 1066 MHz for each socket Four Independent 550MHz SRAM, 18-bits data bus and 72Mbit for each 256MB FLASH
Communication
Four QSFP+ connectors PCI Express (PCIe) x8 edge connector (includes Windows PCIe drivers) One RS422 expansion header
Others
4 LEDs
DE5:
DE5-Net FPGA Development Kit
FPGA Altera Stratix® V GX FPGA (5SGXEA7N2F45C2) FPGA Configuration On-Board USB Blaster II or JTAG header for FPGA programming Fast passive parallel (FPPx32) configuration via MAX II CPLD and flash memory
Memory
Two Independent DDR3 SODIMM Socket, Up to 8GB 800 MHz or 4GB 1066 MHz for each socket Four Independent 550MHz SRAM, 18-bits data bus and 72Mbit for each 256MB FLASH
Communication
Four QSFP+ connectors PCI Express (PCIe) x8 edge connector (includes Windows PCIe drivers)
Specifications meets the requirements with the technical details sheet attached
Bid Evaluation Report for OAU-ACE PROJECT 2015
69
1 LED Array 4 push-buttons 4 slide switches 2 seven-segment displays SMA clock input / output On-Board Clock 50MHz Oscillator Programmable oscillators Si570, CDCM61001 and CDCM61004 System Monitor and Control Temperature sensor Fan control Power PCI Express 6-pin power connector, 12V DC Input PCI Express edge connector power Mechanical Specification PCI Express standard height and 3/4-length PCI Express edge connector power
One RS422 expansion header
Others
4 LEDs 1 LED Array 4 push-buttons 4 slide switches 2 seven-segment displays SMA clock input / output On-Board Clock 50MHz Oscillator Programmable oscillators Si570, CDCM61001 and CDCM61004 System Monitor and Control Temperature sensor Fan control Power PCI Express 6-pin power connector, 12V DC Input PCI Express edge connector power Mechanical Specification PCI Express standard height and 3/4-length PCI Express edge connector power
2 DE4 Stratix: Altera DE4 Development and Education Board
Stratix IV GX EP4SGX530 • 531,200 logic elements (LEs) • 27,376K total memory Kbits • 1,024 18x18-bit multipliers blocks • 4 PCI Express hard IP Blocks • 744 user I/Os • 8 phase locked loops (PLLs)
FPGA Configuration • JTAG and Fast Passive Parallel (FPP)
configuration
DE4 Stratix:
Altera DE4 Development and Education
Board Stratix IV GX EP4SGX530
• 531,200 logic elements (LEs) • 27,376K total memory Kbits • 1,024 18x18-bit multipliers blocks • 4 PCI Express hard IP Blocks • 744 user I/Os • 8 phase locked loops (PLLs)
Specifications meets the requirements with the technical details sheet attached
70
• On-board USB Blaster Memory Devices
• 64 MB Flash with a 16-bit data bus • 2 MB ZBT SSRAM • I2C EEPROM
Two DDR2 SO-DIMM Sockets
• 400 MHz clock rate • Maximum theoretical bandwidth of
over 102 Gbps • Up to 8-Gbyte capacity in total
SD Card Socket
• Provides SPI and 4-bit SD mode for SD Card access
Buttons, Switches and LEDs
• 4 push-buttons • 4 slide switches • 8 LEDs • 8-position DIP switch
Two Seven Segments • Two independent seven segments
On-Board Clocks
• 3 Programmable PLLs configured via FPGA
• o HSMA, HSMB transceiver clock source
• o SATA reference clock • o FPGA LVDS clock input • 50MHz/100MHz oscillator
SMA Connectors • 2 SMA connector for external
transceiver clock input • 4 SMA connector for LVDS clock
input/output • 2 SMA connectors for clock output
FPGA Configuration
• JTAG and Fast Passive Parallel (FPP) configuration
• On-board USB Blaster Memory Devices
• 64 MB Flash with a 16-bit data bus • 2 MB ZBT SSRAM • I2C EEPROM
Two DDR2 SO-DIMM Sockets
• 400 MHz clock rate • Maximum theoretical bandwidth of
over 102 Gbps • Up to 8-Gbyte capacity in total
SD Card Socket
• Provides SPI and 4-bit SD mode for SD Card access
Buttons, Switches and LEDs • 4 push-buttons • 4 slide switches • 8 LEDs • 8-position DIP switch
Two Seven Segments • Two independent seven segments
On-Board Clocks • 3 Programmable PLLs configured
via FPGA • o HSMA, HSMB transceiver clock
source • o SATA reference clock • o FPGA LVDS clock input • 50MHz/100MHz oscillator
SMA Connectors • 2 SMA connector for external
transceiver clock input
Bid Evaluation Report for OAU-ACE PROJECT 2015
71
• 1 SMA connector for external clock input
Four Serial ATA Ports • Support SATA 3.0 standard 6Gbps
signaling rate • Two host and two device ports
Four Gigabit Ethernet Ports • Integrated 1.25 GHz SERDES
PCI Express x8 Edge Connector
• Support connection speed of Gen1 at 2.5Gbps/lane to Gen2 at 5.0Gbps/lane
• Connection established with PC motherboard with x8 or x16 PCI Express slot
Two 172-pins High Speed Mezzanine Card
(HSMC)
• 2 female-HSMC connectors • I/O voltage 2.5V • Total of 12 high-speed transceivers at
8.5 Gbps • Total of 38 LVDS pair at 1.6 Gbps
Two 40-pin Expansion Headers • 72 FPGA I/O pins, as well as 4 power
and ground lines, are brought out to two 40-pin expansion connectors
• 40-pin header is designed to accept a standard 40-pin ribbon cable used for IDE hard drives
• I/O voltage 3.0V USB Host/Slave Controller
• Complies fully with Universal Serial Bus Specification Rev. 2.0
• Support data transfer at high-speed, full-speed, and low-speed
• 4 SMA connector for LVDS clock input/output
• 2 SMA connectors for clock output • 1 SMA connector for external clock
input Four Serial ATA Ports
• Support SATA 3.0 standard 6Gbps signaling rate
• Two host and two device ports Four Gigabit Ethernet Ports
• Integrated 1.25 GHz SERDES PCI Express x8 Edge Connector
• Support connection speed of Gen1 at 2.5Gbps/lane to Gen2 at 5.0Gbps/lane
• Connection established with PC motherboard with x8 or x16 PCI Express slot
Two 172-pins High Speed Mezzanine
Card (HSMC) • 2 female-HSMC connectors • I/O voltage 2.5V • Total of 12 high-speed transceivers
at 8.5 Gbps • Total of 38 LVDS pair at 1.6 Gbps
Two 40-pin Expansion Headers
• 72 FPGA I/O pins, as well as 4 power and ground lines, are brought out to two 40-pin expansion connectors
• 40-pin header is designed to accept a standard 40-pin ribbon cable used for IDE hard drives
• I/O voltage 3.0V
72
• Support both USB host and device • Three USB ports (one type mini-AB
for host/device and two type A for host)
• Support Programmed I/O (PIO) and Direct Memory Access (DMA)
Power • DC input 12V and 3.3V • PCI Express edge connector power • Support PCI Express external standard
power source • On-Board power measurement
circuitry
USB Host/Slave Controller
• Complies fully with Universal Serial Bus Specification Rev. 2.0
• Support data transfer at high-speed, full-speed, and low-speed
• Support both USB host and device • Three USB ports (one type mini-
AB for host/device and two type A for host)
• Support Programmed I/O (PIO) and Direct Memory Access (DMA)
Power • DC input 12V and 3.3V • PCI Express edge connector power • Support PCI Express external
standard power source • On-Board power measurement
circuitry
3 DE0 Altera DE0 Board
FPGA Cyclone III 3C16 FPGA 15,408 LEs • 56 M9K Embedded Memory Blocks • 504K total RAM bits • 56 embedded multipliers • 4 PLLs • 346 user I/O pins • FineLine BGA 484-pin package Memory • SDRAM
o One 8-Mbyte Single Data Rate Synchronous Dynamic RAM memory chip
Altera DE0 Board
FPGA Cyclone III 3C16 FPGA 15,408 LEs • 56 M9K Embedded Memory Blocks • 504K total RAM bits • 56 embedded multipliers • 4 PLLs • 346 user I/O pins • FineLine BGA 484-pin package Memory • SDRAM
o One 8-Mbyte Single Data Rate Synchronous Dynamic RAM memory chip
Specifications meets the requirements with the technical details sheet attached
Bid Evaluation Report for OAU-ACE PROJECT 2015
73
• Flash memory o 4-Mbyte NOR Flash memory o Support Byte (8-bits)/Word (16-
bits) mode • SD card socket
o Provides both SPI and SD 1-bit mode SD Card access
Interface • Built-in USB Blaster circuit
o On-board USB Blaster for programming
o Using the Altera EPM240 CPLD • Altera Serial Configuration device
o Altera EPCS4 serial EEPROM chip
• Pushbutton switches o 3 pushbutton switches
• Slide switches o 10 Slide switches
• General User Interfaces o 10 Green color LEDs o 4 seven-segment displays o 16x2 LCD Interface (Not include
LCD module) • Clock inputs
o 50-MHz oscillator • VGA output
o Uses a 4-bit resistor-network DAC o With 15-pin high-density D-sub
connector o Supports up to 1280x1024 at 60-
Hz refresh rate • Serial ports
o One RS-232 port (Without DB-9
• Flash memory o 4-Mbyte NOR Flash memory o Support Byte (8-bits)/Word
(16-bits) mode • SD card socket
o Provides both SPI and SD 1-bit mode SD Card access
Interface • Built-in USB Blaster circuit
o On-board USB Blaster for programming
o Using the Altera EPM240 CPLD
• Altera Serial Configuration device o Altera EPCS4 serial EEPROM
chip • Pushbutton switches
o 3 pushbutton switches • Slide switches
o 10 Slide switches • General User Interfaces
o 10 Green color LEDs o 4 seven-segment displays o 16x2 LCD Interface (Not
include LCD module) • Clock inputs
o 50-MHz oscillator • VGA output
o Uses a 4-bit resistor-network DAC
o With 15-pin high-density D-sub connector
o Supports up to 1280x1024 at 60-Hz refresh rate
74
serial connector) o One PS/2 port (Can be used
through a PS/2 Y Cable to allow you to connect a keyboard and mouse to one port)
• Two 40-pin expansion headers o 72 Cyclone III 3.3V I/O pins, as
well as 8 power and ground lines, are brought out to two 40-pin expansion connectors
40-pin header is designed to accept a standard 40-pin ribbon cable used for IDE hard drives
• Serial ports o One RS-232 port (Without DB-
9 serial connector) o One PS/2 port (Can be used
through a PS/2 Y Cable to allow you to connect a keyboard and mouse to one port)
• Two 40-pin expansion headers o 72 Cyclone III 3.3V I/O pins, as
well as 8 power and ground lines, are brought out to two 40-pin expansion connectors
40-pin header is designed to accept a standard 40-pin ribbon cable used for IDE
hard drives
4 DE1-SoC Board FPGA Device Cyclone V SoC 5CSEMA5F31C6
Device Dual-core ARM Cortex-A9 (HPS) 85K Programmable Logic Elements 4,450 Kbits embedded memory 6 Fractional PLLs 2 Hard Memory Controllers
Configuration and Debug
Serial Configuration device – EPCS128 on FPGA
On-Board USB Blaster II (Normal type B USB connector) Memory Device
64MB (32Mx16) SDRAM on FPGA 1GB (2x256Mx16) DDR3 SDRAM on
HPS Micro SD Card Socket on HPS
DE1-SoC Board
FPGA Device
Cyclone V SoC 5CSEMA5F31C6 Device
Dual-core ARM Cortex-A9 (HPS) 85K Programmable Logic Elements 4,450 Kbits embedded memory 6 Fractional PLLs 2 Hard Memory Controllers
Configuration and Debug Serial Configuration device –
EPCS128 on FPGA On-Board USB Blaster II (Normal
type B USB connector) Memory Device
64MB (32Mx16) SDRAM on FPGA
1GB (2x256Mx16) DDR3 SDRAM
Specifications meets the requirements with the technical details sheet attached
Bid Evaluation Report for OAU-ACE PROJECT 2015
75
Communication
Two Port USB 2.0 Host (ULPI interface with USB type A connector)
USB to UART (micro USB type B connector)
10/100/1000 Ethernet PS/2 mouse/keyboard IR Emitter/Receiver
Connectors
Two 40-pin Expansion Headers (voltage levels: 3.3V)
One 10-pin ADC Input Header One LTC connector (One Serial
Peripheral Interface (SPI) Master ,one I2C and one GPIO interface ) Display
24-bit VGA DAC Audio
24-bit CODEC, Line-in, line-out, and microphone-in jacks Video Input
TV Decoder (NTSC/PAL/SECAM) and TV-in connector ADC
Fast throughput rate: 1 MSPS Channel number: 8 Resolution: 12 bits Analog input range : 0 ~ 2.5 V or 0 ~
5V as selected via the RANGE bit in the control register Switches, Buttons and Indicators
4 User Keys (FPGA x4) 10 User switches (FPGA x10) 11 User LEDs (FPGA x10 ; HPS x 1)
on HPS Micro SD Card Socket on HPS
Communication Two Port USB 2.0 Host (ULPI
interface with USB type A connector) USB to UART (micro USB type B
connector) 10/100/1000 Ethernet PS/2 mouse/keyboard IR Emitter/Receiver
Connectors
Two 40-pin Expansion Headers (voltage levels: 3.3V)
One 10-pin ADC Input Header One LTC connector (One Serial
Peripheral Interface (SPI) Master ,one I2C and one GPIO interface ) Display
24-bit VGA DAC Audio
24-bit CODEC, Line-in, line-out, and microphone-in jacks Video Input
TV Decoder (NTSC/PAL/SECAM) and TV-in connector ADC
Fast throughput rate: 1 MSPS Channel number: 8 Resolution: 12 bits Analog input range : 0 ~ 2.5 V or 0
~ 5V as selected via the RANGE bit in the control register Switches, Buttons and Indicators
4 User Keys (FPGA x4)
76
2 HPS Reset Buttons (HPS_RST_n and HPS_WARM_RST_n)
Six 7-segment displays Sensors
G-Sensor on HPS Power
12V DC input
10 User switches (FPGA x10) 11 User LEDs (FPGA x10 ; HPS x
1) 2 HPS Reset Buttons (HPS_RST_n
and HPS_WARM_RST_n) Six 7-segment displays
Sensors G-Sensor on HPS
Power
12V DC input
5 MAX 10 NEEK FPGA Device • MAX 10 10M50DAF484C6G Device • Integrated dual ADCs, each ADC
supports 1 dedicated analog input and 8 dual function pins
• 50K programmable logic elements • 1,638 Kbit M9K Memory • 5,888 Kbits user flash memory • 144 18 × 18 Multiplier • 4 PLLs
Programming and Configuration • On-board • Optional JTAG direct via 10-pin
header • One slide switch for dual boot image
selection Memory Devices
• 64Mx16 1 Gb DDR3 SDRAM • 128Mx8 1 Gb DDR3 SDRAM • 512Mb quad serial peripheral interface
(quad SPI) flash memory • Micro SD card socket
Communication and Expansion
MAX 10 NEEK FPGA Device
• MAX 10 10M50DAF484C6G Device
• Integrated dual ADCs, each ADC supports 1 dedicated analog input and 8 dual function pins
• 50K programmable logic elements • 1,638 Kbit M9K Memory • 5,888 Kbits user flash memory • 144 18 × 18 Multiplier • 4 PLLs
Programming and Configuration • On-board • Optional JTAG direct via 10-pin
header • One slide switch for dual boot
image selection Memory Devices
• 64Mx16 1 Gb DDR3 SDRAM • 128Mx8 1 Gb DDR3 SDRAM • 512Mb quad serial peripheral
interface (quad SPI) flash memory
Specifications meets the requirements with the technical details sheet attached
Bid Evaluation Report for OAU-ACE PROJECT 2015
77
• Gigabit Ethernet PHY with RJ45 connector
• UART to USB • PS/2 mouse/keyboard connector • 2x6 TMD(Terasic Mini Digital)
Expansion Header Display
• 800x480 Color LCD with 5-point Capacitive-touch
Audio • 24-bit CD-quality audio CODEC with
mic-in, line-in, line-out jacks Video Input
• HDMI video input • 8M pixel MIPI CSI-2 color camera
Analog • Two MAX 10 FPGA ADC SMA
inputs • Potentiometer input to ADC • On-Board MIC input to ADC • 2x10 Header for MAX 10 FPGA ADC
inputs • One DAC output
Sensors • Humidity and temperature sensor • Light sensor • Accelerometer • Power monitor
Clocking for users • One 10 MHz single-ended, external
oscillator clock source • Three 50 MHz single-ended, external
oscillator clock source Switches, Buttons and LEDs
• Micro SD card socket Communication and Expansion
• Gigabit Ethernet PHY with RJ45 connector
• UART to USB • PS/2 mouse/keyboard connector • 2x6 TMD(Terasic Mini Digital)
Expansion Header Display
• 800x480 Color LCD with 5-point Capacitive-touch
Audio • 24-bit CD-quality audio CODEC
with mic-in, line-in, line-out jacks Video Input
• HDMI video input • 8M pixel MIPI CSI-2 color camera
Analog • Two MAX 10 FPGA ADC SMA
inputs • Potentiometer input to ADC • On-Board MIC input to ADC • 2x10 Header for MAX 10 FPGA
ADC inputs • One DAC output
Sensors • Humidity and temperature sensor • Light sensor • Accelerometer • Power monitor
Clocking for users • One 10 MHz single-ended, external
oscillator clock source • Three 50 MHz single-ended,
78
• Five push-buttons • Ten slide switches • Ten red user LEDs • Two 7-segment displays
Power • 5V/3A DC input
external oscillator clock source Switches, Buttons and LEDs
• Five push-buttons • Ten slide switches • Ten red user LEDs • Two 7-segment displays
Power • 5V/3A DC input
Note: The bid is substantially responsive to technical requirements
Bid Evaluation Report for OAU-ACE PROJECT 2015
79
Table 5b. Technical Evaluation
Information Management Resources Nigeria Limiteds
LOT 4
Item
No.
Names of Goods
or Related
Services
Description/Specifications of
Equipments
(Minimum requirement)
Bidders’ Specification Remarks
1 DE5: DE5-Net FPGA Development Kit
FPGA Altera Stratix® V GX FPGA (5SGXEA7N2F45C2) FPGA Configuration On-Board USB Blaster II or JTAG header for FPGA programming Fast passive parallel (FPPx32) configuration via MAX II CPLD and flash memory
Memory
Two Independent DDR3 SODIMM Socket, Up to 8GB 800 MHz or 4GB 1066 MHz for each socket Four Independent 550MHz SRAM, 18-bits data bus and 72Mbit for each 256MB FLASH
Communication
Four QSFP+ connectors PCI Express (PCIe) x8 edge connector (includes Windows PCIe drivers) One RS422 expansion header
Others
4 LEDs
DE5:
DE5-Net FPGA Development Kit
FPGA Altera Stratix® V GX FPGA (5SGXEA7N2F45C2) FPGA Configuration On-Board USB Blaster II or JTAG header for FPGA programming Fast passive parallel (FPPx32) configuration via MAX II CPLD and flash memory
Memory
Two Independent DDR3 SODIMM Socket, Up to 8GB 800 MHz or 4GB 1066 MHz for each socket Four Independent 550MHz SRAM, 18-bits data bus and 72Mbit for each 256MB FLASH
Communication
Four QSFP+ connectors PCI Express (PCIe) x8 edge connector (includes Windows PCIe drivers) One RS422 expansion header
Specifications meets the requirements with the technical details sheet attached
80
1 LED Array 4 push-buttons 4 slide switches 2 seven-segment displays SMA clock input / output On-Board Clock 50MHz Oscillator Programmable oscillators Si570, CDCM61001 and CDCM61004 System Monitor and Control Temperature sensor Fan control Power PCI Express 6-pin power connector, 12V DC Input PCI Express edge connector power Mechanical Specification PCI Express standard height and 3/4-length PCI Express edge connector power
Others
4 LEDs 1 LED Array 4 push-buttons 4 slide switches 2 seven-segment displays SMA clock input / output On-Board Clock 50MHz Oscillator Programmable oscillators Si570, CDCM61001 and CDCM61004 System Monitor and Control Temperature sensor Fan control Power PCI Express 6-pin power connector, 12V DC Input PCI Express edge connector power Mechanical Specification PCI Express standard height and 3/4-length PCI Express edge connector power
2 DE4 Stratix: Altera DE4 Development and Education Board
Stratix IV GX EP4SGX530 • 531,200 logic elements (LEs) • 27,376K total memory Kbits • 1,024 18x18-bit multipliers blocks • 4 PCI Express hard IP Blocks • 744 user I/Os • 8 phase locked loops (PLLs)
FPGA Configuration • JTAG and Fast Passive Parallel (FPP)
configuration • On-board USB Blaster
DE4 Stratix:
Altera DE4 Development and Education
Board Stratix IV GX EP4SGX530
• 531,200 logic elements (LEs) • 27,376K total memory Kbits • 1,024 18x18-bit multipliers blocks • 4 PCI Express hard IP Blocks • 744 user I/Os • 8 phase locked loops (PLLs)
FPGA Configuration
Specifications meets the requirements with the technical details sheet attached
Bid Evaluation Report for OAU-ACE PROJECT 2015
81
Memory Devices
• 64 MB Flash with a 16-bit data bus • 2 MB ZBT SSRAM • I2C EEPROM
Two DDR2 SO-DIMM Sockets • 400 MHz clock rate • Maximum theoretical bandwidth of
over 102 Gbps • Up to 8-Gbyte capacity in total
SD Card Socket • Provides SPI and 4-bit SD mode for
SD Card access Buttons, Switches and LEDs
• 4 push-buttons • 4 slide switches • 8 LEDs • 8-position DIP switch
Two Seven Segments • Two independent seven segments
On-Board Clocks • 3 Programmable PLLs configured via
FPGA • o HSMA, HSMB transceiver clock
source • o SATA reference clock • o FPGA LVDS clock input • 50MHz/100MHz oscillator
SMA Connectors
• 2 SMA connector for external transceiver clock input
• 4 SMA connector for LVDS clock input/output
• 2 SMA connectors for clock output • 1 SMA connector for external clock
• JTAG and Fast Passive Parallel (FPP) configuration
• On-board USB Blaster Memory Devices
• 64 MB Flash with a 16-bit data bus • 2 MB ZBT SSRAM • I2C EEPROM
Two DDR2 SO-DIMM Sockets • 400 MHz clock rate • Maximum theoretical bandwidth of
over 102 Gbps • Up to 8-Gbyte capacity in total
SD Card Socket • Provides SPI and 4-bit SD mode for
SD Card access Buttons, Switches and LEDs
• 4 push-buttons • 4 slide switches • 8 LEDs • 8-position DIP switch
Two Seven Segments
• Two independent seven segments On-Board Clocks
• 3 Programmable PLLs configured via FPGA
• o HSMA, HSMB transceiver clock source
• o SATA reference clock • o FPGA LVDS clock input • 50MHz/100MHz oscillator
SMA Connectors
• 2 SMA connector for external transceiver clock input
• 4 SMA connector for LVDS clock
82
input Four Serial ATA Ports
• Support SATA 3.0 standard 6Gbps signaling rate
• Two host and two device ports Four Gigabit Ethernet Ports
• Integrated 1.25 GHz SERDES PCI Express x8 Edge Connector
• Support connection speed of Gen1 at 2.5Gbps/lane to Gen2 at 5.0Gbps/lane
• Connection established with PC motherboard with x8 or x16 PCI Express slot
Two 172-pins High Speed Mezzanine Card
(HSMC) • 2 female-HSMC connectors • I/O voltage 2.5V • Total of 12 high-speed transceivers at
8.5 Gbps • Total of 38 LVDS pair at 1.6 Gbps
Two 40-pin Expansion Headers
• 72 FPGA I/O pins, as well as 4 power and ground lines, are brought out to two 40-pin expansion connectors
• 40-pin header is designed to accept a standard 40-pin ribbon cable used for IDE hard drives
• I/O voltage 3.0V USB Host/Slave Controller
• Complies fully with Universal Serial Bus Specification Rev. 2.0
• Support data transfer at high-speed, full-speed, and low-speed
• Support both USB host and device
input/output • 2 SMA connectors for clock output • 1 SMA connector for external clock
input Four Serial ATA Ports
• Support SATA 3.0 standard 6Gbps signaling rate
• Two host and two device ports Four Gigabit Ethernet Ports
• Integrated 1.25 GHz SERDES PCI Express x8 Edge Connector
• Support connection speed of Gen1 at 2.5Gbps/lane to Gen2 at 5.0Gbps/lane
• Connection established with PC motherboard with x8 or x16 PCI Express slot
Two 172-pins High Speed Mezzanine
Card (HSMC) • 2 female-HSMC connectors • I/O voltage 2.5V • Total of 12 high-speed transceivers
at 8.5 Gbps • Total of 38 LVDS pair at 1.6 Gbps
Two 40-pin Expansion Headers • 72 FPGA I/O pins, as well as 4
power and ground lines, are brought out to two 40-pin expansion connectors
• 40-pin header is designed to accept a standard 40-pin ribbon cable used for IDE hard drives
• I/O voltage 3.0V USB Host/Slave Controller
Bid Evaluation Report for OAU-ACE PROJECT 2015
83
• Three USB ports (one type mini-AB for host/device and two type A for host)
• Support Programmed I/O (PIO) and Direct Memory Access (DMA)
Power
• DC input 12V and 3.3V • PCI Express edge connector power • Support PCI Express external standard
power source • On-Board power measurement
circuitry
• Complies fully with Universal Serial Bus Specification Rev. 2.0
• Support data transfer at high-speed, full-speed, and low-speed
• Support both USB host and device • Three USB ports (one type mini-
AB for host/device and two type A for host)
• Support Programmed I/O (PIO) and Direct Memory Access (DMA)
Power
• DC input 12V and 3.3V • PCI Express edge connector power • Support PCI Express external
standard power source • On-Board power measurement
circuitry
3 DE0 Altera DE0 Board
FPGA Cyclone III 3C16 FPGA 15,408 LEs • 56 M9K Embedded Memory Blocks • 504K total RAM bits • 56 embedded multipliers • 4 PLLs • 346 user I/O pins • FineLine BGA 484-pin package Memory • SDRAM
o One 8-Mbyte Single Data Rate Synchronous Dynamic RAM memory chip
• Flash memory
Altera DE0 Board
FPGA Cyclone III 3C16 FPGA 15,408 LEs • 56 M9K Embedded Memory Blocks • 504K total RAM bits • 56 embedded multipliers • 4 PLLs • 346 user I/O pins • FineLine BGA 484-pin package Memory • SDRAM
o One 8-Mbyte Single Data Rate Synchronous Dynamic RAM memory chip
• Flash memory
Specifications meets the requirements with the technical details sheet attached
84
o 4-Mbyte NOR Flash memory o Support Byte (8-bits)/Word (16-
bits) mode • SD card socket
o Provides both SPI and SD 1-bit mode SD Card access
Interface • Built-in USB Blaster circuit
o On-board USB Blaster for programming
o Using the Altera EPM240 CPLD • Altera Serial Configuration device
o Altera EPCS4 serial EEPROM chip
• Pushbutton switches o 3 pushbutton switches
• Slide switches o 10 Slide switches
• General User Interfaces o 10 Green color LEDs o 4 seven-segment displays o 16x2 LCD Interface (Not include
LCD module) • Clock inputs
o 50-MHz oscillator • VGA output
o Uses a 4-bit resistor-network DAC o With 15-pin high-density D-sub
connector o Supports up to 1280x1024 at 60-
Hz refresh rate • Serial ports
o One RS-232 port (Without DB-9 serial connector)
o 4-Mbyte NOR Flash memory o Support Byte (8-bits)/Word
(16-bits) mode • SD card socket
o Provides both SPI and SD 1-bit mode SD Card access
Interface • Built-in USB Blaster circuit
o On-board USB Blaster for programming
o Using the Altera EPM240 CPLD
• Altera Serial Configuration device o Altera EPCS4 serial EEPROM
chip • Pushbutton switches
o 3 pushbutton switches • Slide switches
o 10 Slide switches • General User Interfaces
o 10 Green color LEDs o 4 seven-segment displays o 16x2 LCD Interface (Not
include LCD module) • Clock inputs
o 50-MHz oscillator • VGA output
o Uses a 4-bit resistor-network DAC
o With 15-pin high-density D-sub connector
o Supports up to 1280x1024 at 60-Hz refresh rate
• Serial ports
Bid Evaluation Report for OAU-ACE PROJECT 2015
85
o One PS/2 port (Can be used through a PS/2 Y Cable to allow you to connect a keyboard and mouse to one port)
• Two 40-pin expansion headers o 72 Cyclone III 3.3V I/O pins, as
well as 8 power and ground lines, are brought out to two 40-pin expansion connectors
40-pin header is designed to accept a standard 40-pin ribbon cable used for IDE hard drives
o One RS-232 port (Without DB-9 serial connector)
o One PS/2 port (Can be used through a PS/2 Y Cable to allow you to connect a keyboard and mouse to one port)
• Two 40-pin expansion headers o 72 Cyclone III 3.3V I/O pins, as
well as 8 power and ground lines, are brought out to two 40-pin expansion connectors
40-pin header is designed to accept a standard 40-pin ribbon cable used for IDE
hard drives
4 DE1-SoC Board FPGA Device
Cyclone V SoC 5CSEMA5F31C6 Device
Dual-core ARM Cortex-A9 (HPS) 85K Programmable Logic Elements 4,450 Kbits embedded memory 6 Fractional PLLs 2 Hard Memory Controllers
Configuration and Debug Serial Configuration device –
EPCS128 on FPGA On-Board USB Blaster II (Normal
type B USB connector) Memory Device
64MB (32Mx16) SDRAM on FPGA 1GB (2x256Mx16) DDR3 SDRAM on
HPS Micro SD Card Socket on HPS
Communication
DE1-SoC Board
FPGA Device Cyclone V SoC 5CSEMA5F31C6
Device Dual-core ARM Cortex-A9 (HPS) 85K Programmable Logic Elements 4,450 Kbits embedded memory 6 Fractional PLLs 2 Hard Memory Controllers
Configuration and Debug
Serial Configuration device – EPCS128 on FPGA
On-Board USB Blaster II (Normal type B USB connector) Memory Device
64MB (32Mx16) SDRAM on FPGA
1GB (2x256Mx16) DDR3 SDRAM on HPS
Specifications meets the requirements with the technical details sheet attached
86
Two Port USB 2.0 Host (ULPI interface with USB type A connector)
USB to UART (micro USB type B connector)
10/100/1000 Ethernet PS/2 mouse/keyboard IR Emitter/Receiver
Connectors Two 40-pin Expansion
Headers (voltage levels: 3.3V) One 10-pin ADC Input Header One LTC connector (One Serial
Peripheral Interface (SPI) Master ,one I2C and one GPIO interface ) Display
24-bit VGA DAC Audio
24-bit CODEC, Line-in, line-out, and microphone-in jacks Video Input
TV Decoder (NTSC/PAL/SECAM) and TV-in connector ADC
Fast throughput rate: 1 MSPS Channel number: 8 Resolution: 12 bits Analog input range : 0 ~ 2.5 V or 0 ~
5V as selected via the RANGE bit in the control register Switches, Buttons and Indicators
4 User Keys (FPGA x4) 10 User switches (FPGA x10) 11 User LEDs (FPGA x10 ; HPS x 1) 2 HPS Reset Buttons (HPS_RST_n
Micro SD Card Socket on HPS Communication
Two Port USB 2.0 Host (ULPI interface with USB type A connector)
USB to UART (micro USB type B connector)
10/100/1000 Ethernet PS/2 mouse/keyboard IR Emitter/Receiver
Connectors Two 40-pin Expansion
Headers (voltage levels: 3.3V) One 10-pin ADC Input Header One LTC connector (One Serial
Peripheral Interface (SPI) Master ,one I2C and one GPIO interface ) Display
24-bit VGA DAC Audio
24-bit CODEC, Line-in, line-out, and microphone-in jacks Video Input
TV Decoder (NTSC/PAL/SECAM) and TV-in connector ADC
Fast throughput rate: 1 MSPS Channel number: 8 Resolution: 12 bits Analog input range : 0 ~ 2.5 V or 0
~ 5V as selected via the RANGE bit in the control register Switches, Buttons and Indicators
4 User Keys (FPGA x4) 10 User switches (FPGA x10)
Bid Evaluation Report for OAU-ACE PROJECT 2015
87
and HPS_WARM_RST_n) Six 7-segment displays
Sensors G-Sensor on HPS
Power 12V DC input
11 User LEDs (FPGA x10 ; HPS x 1)
2 HPS Reset Buttons (HPS_RST_n and HPS_WARM_RST_n)
Six 7-segment displays Sensors
G-Sensor on HPS Power
12V DC input
5 MAX 10 NEEK FPGA Device • MAX 10 10M50DAF484C6G Device • Integrated dual ADCs, each ADC
supports 1 dedicated analog input and 8 dual function pins
• 50K programmable logic elements • 1,638 Kbit M9K Memory • 5,888 Kbits user flash memory • 144 18 × 18 Multiplier • 4 PLLs
Programming and Configuration • On-board • Optional JTAG direct via 10-pin
header • One slide switch for dual boot image
selection Memory Devices
• 64Mx16 1 Gb DDR3 SDRAM • 128Mx8 1 Gb DDR3 SDRAM • 512Mb quad serial peripheral interface
(quad SPI) flash memory • Micro SD card socket
Communication and Expansion • Gigabit Ethernet PHY with RJ45
MAX 10 NEEK FPGA Device
• MAX 10 10M50DAF484C6G Device
• Integrated dual ADCs, each ADC supports 1 dedicated analog input and 8 dual function pins
• 50K programmable logic elements • 1,638 Kbit M9K Memory • 5,888 Kbits user flash memory • 144 18 × 18 Multiplier • 4 PLLs
Programming and Configuration • On-board • Optional JTAG direct via 10-pin
header • One slide switch for dual boot
image selection Memory Devices
• 64Mx16 1 Gb DDR3 SDRAM • 128Mx8 1 Gb DDR3 SDRAM • 512Mb quad serial peripheral
interface (quad SPI) flash memory • Micro SD card socket
Specifications meets the requirements with the technical details sheet attached
88
connector • UART to USB • PS/2 mouse/keyboard connector • 2x6 TMD(Terasic Mini Digital)
Expansion Header Display
• 800x480 Color LCD with 5-point Capacitive-touch
Audio • 24-bit CD-quality audio CODEC with
mic-in, line-in, line-out jacks Video Input
• HDMI video input • 8M pixel MIPI CSI-2 color camera
Analog • Two MAX 10 FPGA ADC SMA
inputs • Potentiometer input to ADC • On-Board MIC input to ADC • 2x10 Header for MAX 10 FPGA ADC
inputs • One DAC output
Sensors • Humidity and temperature sensor • Light sensor • Accelerometer • Power monitor
Clocking for users • One 10 MHz single-ended, external
oscillator clock source • Three 50 MHz single-ended, external
oscillator clock source Switches, Buttons and LEDs
• Five push-buttons
Communication and Expansion • Gigabit Ethernet PHY with RJ45
connector • UART to USB • PS/2 mouse/keyboard connector • 2x6 TMD(Terasic Mini Digital)
Expansion Header Display
• 800x480 Color LCD with 5-point Capacitive-touch
Audio • 24-bit CD-quality audio CODEC
with mic-in, line-in, line-out jacks Video Input
• HDMI video input • 8M pixel MIPI CSI-2 color camera
Analog • Two MAX 10 FPGA ADC SMA
inputs • Potentiometer input to ADC • On-Board MIC input to ADC • 2x10 Header for MAX 10 FPGA
ADC inputs • One DAC output
Sensors • Humidity and temperature sensor • Light sensor • Accelerometer • Power monitor
Clocking for users • One 10 MHz single-ended, external
oscillator clock source • Three 50 MHz single-ended,
external oscillator clock source
Bid Evaluation Report for OAU-ACE PROJECT 2015
89
• Ten slide switches • Ten red user LEDs • Two 7-segment displays
Power • 5V/3A DC input
Switches, Buttons and LEDs • Five push-buttons • Ten slide switches • Ten red user LEDs • Two 7-segment displays
Power • 5V/3A DC input
Note: The bid is substantially responsive to technical requirements.
90
Table 6: Corrections and Unconditional Discounts
Lot 4 Bidder Read-out Bid Price(s) Corrections Corrected Bid
Price(s)
Unconditional
Discounts
Corrected/
Discounted
Bid Price(s)
Remark
Currency (ies)
Amount(s) Computational Errors
Provisional Sums
Percent Amount(s)
(a) (b) (c) (d) (e) (f) = (c) + (d) - (e) (g) (h) (i) = (f) – (h)
Winteck Nigeria Limited NGN 84,946,500.00 - - 84,946,500.00 - - 84,946,500.00 1st
Information Management Resources Nig. Ltd.
NGN 87,505,818.75 - - 87,505,818.75 - - 87,505,818.75 2nd
Bid Evaluation Report for OAU-ACE PROJECT 2015
91
Table 7: Post Qualification
Winteck Nigeria Limited
LOT 4 S/No. CRITERIA EVIDENCE IN THE BID ADEQUACY
1. FINANCIAL CAPABILITY The tax clearance certificate indicated the company’s turnover as follows: ATO –N132,871,835.00 - 2012 ATO –N248,933,105.00 - 2013 ATO –N369,563,630.00 - 2014 Bidder also presented a Banker’s letter of reference from First Bank indicating their willingness to provide necessary financial support if required.
Average Annual Turnover is N250,456,190.00 which represents 294%1 of the proposed contract sum of N84,946,500.00
2. EXPERIENCE AND TECHNICAL CAPACITY
Bidder provided documentary evidence of two (2) contracts of similar nature and complexity executed in the past 5 yrs as follows: (1) Supply and installation of miscellaneous equipment for C.I.S, Abubakar Tafawa Balewa University, Bauchi at N46,069,212.00 on 19/12/2012 (2) Supply of Equipment for Basic Science (Central Research Laboratories), University of Ilorin at N190,885,962.75 on 7/8/2014
Average of 2 similar contracts performed is N118,477,587.38 and this represents 139.47%2 of the proposed contract sum of N84,946,000.00.
3. PERFORMANCE REQUIREMENT OF EQUIPMENT
Bidder has provided sufficient relevant technical details including Brand names; models etc with supporting literature/brochures to demonstrate that the items of equipment to be supplied meet usage requirements.
Bidder provided enough information on the items of equipment proposed to be supplied.
1 Bidder has demonstrated an average annual turnover / profitability of about 294% in comparison to the proposed contract sum. Bidder is assumed to have enough capability to execute the contract satisfactorily. 2 Average percentage of 2 contracts of similar nature and complexity performed by bidder in the last 5yrs is 139.47% compared to the proposed contract sum of N84,946,000.00 and this demonstrates that the bidder has adequate experience and technical capability to execute the contract successfully.
92
Table 8: Proposed Contract Award
Winteck Nigeria Limited
Lot 4
1. Lowest evaluated responsive bidder (proposed for contract award).
(a) name
(b) address
Winteck Nigeria Limited
N5B/1906, Iwo Road,
U.I. P.O. Box 9562,
Ibadan, Oyo State
2. If bid submitted by agent, list actual supplier.
(a) name
(b) address
N/A
N/A
3. If bid from joint venture, list all partners, nationalities, and estimated shares of contract.
N/A
4. Principle country (ies) of origin of goods/materials.
Taiwan
5. Estimated date (month, year) of contract signing.
29th December, 2015
6. Estimated delivery to project site/completion period.
29th February, 2016
Currency Amount
7. Bid Price(s) (Read-out) NGN 84,946,500.00
8. Corrections for Errors - -
9. Discounts - -
10. Other Adjustments - -
11. Proposed Award NGN 84,946,500.00
12. Disbursement Category N/A
Bid Evaluation Report for OAU
93
LOT 5
PROCUREMENT OF GEO-INFORMATION
EQUIPMENT
Bid Evaluation Report for OAU-ACE PROJECT 2015
94
Table 4: Bid Prices (as Read Out)
LOT 5 S/N Bidder Identification Bid Security Read-out Bid Price(s) Modifications or
Name City Country Amount Source Currency (ies)
Amount(s) or % Comments
(a) (b) (c) (d) (e) (f)
1.
Winteck Nigeria Ltd. Ibadan Nigeria NGN500,000.00 Bank Guarantee/ First Bank Plc
NGN 39,425,000.00 Nil
2 BT Microxperts Ltd Lagos Nigeria NGN3,000,000.00 Bank Guarantee/ Zenith Bank
NGN 41,091,600.00 Submitted one bid security for Lots 1,2,56 and 7
3.
Femmimat Concept Ltd
Lagos Nigeria Nil N/A NGN 50,190,000.00 Nil
4.
Information Management Resources Nig. Ltd.
Lagos Nigeria NGN2,375,000.00 Bank Guarantee/ Zenith Bank Plc
NGN 47,586,000.00 Nil
5. Lyncos & Sons Development Nigeria Ltd
Abuja Nigeria NGN800,000.00 Bank Guarantee/ Skye Bank
NGN 35,250,000.00 Nil
Bid Evaluation Report for OAU-ACE PROJECT 2015
95
Table 5a: Preliminary Examination
Lot 5 Bidder Verification Eligibility Bid Security Completeness
of Bid Substantial
Responsiveness Acceptance for Detailed
Examination (a) (b) (c) (d) (e) (f) (g)
Winteck Nigeria Ltd. Yes Yes No1 Yes No No
BT Microxperts Ltd No2 Yes Yes Yes No No
Femmimat Concept Ltd Yes Yes No3 Yes No No
Information Management Resources Nig. Ltd.
Yes Yes Yes Yes Yes Yes
Lyncos & Sons Development Nig. Ltd
No4 Yes Yes Yes No No
1 Winteck Nigeria Ltd.: Amount of bid security provided is inadequate. A bid security of N500,000.00 was given instead of N788,500.00 which is 2% of the price quoted, leaving a deficit of N288,500.00 2 BT Microxperts Ltd.: Evidence of tax payment for year 2014 was not presented. Has VAT remittance number without evidence of remittance. No PENCOM certificate to show compliance with the provision of Pension Reform of amended Act of 2004. There was no evidence of compliance with Industrial Training Fund amended Act 2011. 3 Femmimat Concepts Ltd.: No bid security. 4 Lyncos & Sons Development Company Ltd.: Bank statement or the past 12 months not submitted. Has VAT registration number but no evidence of payment. No PENCOM certificate but submitted PENCOM compliance letter up to September, 2014. Letter of training contribution from ITF up to year 2013 only was attached.
96
Table 5b. Technical Evaluation
Information Management Resources Nigeria Limiteds
LOT 5
Item
No.
Names of Goods
or Related
Services
Description/Specifications of
Equipments
(Minimum requirement)
Bidders’ Specification Remarks
1 Drone High precision RTK drone for aerial mapping
eBee RTK SenseFly-The Survey-grade mapping drone. eBee RTK foam body (inc. all electronics & built-in autopilot) • Pair of detachable wings • WX still camera (inc. 16 GB SD card, battery, USB cable & charger) • GNSS antenna • 2.4 GHz USB radio modem for data link (inc. USB cable) • Two Lithium-Polymer battery packs & charger • Spare propeller • Carry case with foam protection • Remote control & accessories (for safety pilots) • User manual • Software included: eMotion (flight planning & control) & Postflight Terra 3D (professional photogrammetry)
Specifications meets the requirements with the technical details sheet attached
2 GPS Survey grade GPS (Differential LI L2 phases) GRX2 GNSS Receiver:
� Fully Scalable � 226 Channels (GPS+Glonass+SBAS) � Integrated UHF+Cellular+Bluetooth � Voice Navigation � Compact, Watertight, and Rugged � RTK and Static survey operations
Specifications meets the requirements with the technical details sheet attached
3 Desktop PC (Desktop) viewer (computer with 22” LCD
HP ProDesk 400 G2 Microtower PC 22” LCD monitor; 1 TB hard disk; Intel®
Specifications meets the requirements with the technical
Bid Evaluation Report for OAU-ACE PROJECT 2015
97
monitor; 1000 GB hard disk; > 4GHZ speed RAM > 4GB) and 1.5 KV UPS
Core™ i7-4790S with Intel HD Graphics 4600 (3.2 GHz, 8 MB cache, 4 cores), RAM- 4GB and 1.5 KV UPS
details sheet attached
4 Desktop PC (Desktop) workstation (with 22” LCD monitor; 500 GB hard disk; > 4GHZ speed RAM= 4 GB) and ~1.0KV UPS
HP ProDesk 400 G2 Microtower PC 22” LCD monitor; 500 GB hard disk; Intel® Core™ i7-4790S with Intel HD Graphics 4600 (3.2 GHz, 8 MB cache, 4 cores), RAM- 4GB) and 1.0 KV UPS
Specifications meets the requirements with the technical details sheet attached
5 Monitor LCD 60” Monitor
LG 65 inch 65UF850T 3D Ultra HDTV • 6 STEP UPSCALING • IPS PANEL • 200HZ FIELD REFRESH RATE • webOS 2.0 SMART TV+ • QUAD CORE PROCESSOR • 4K ULTRA HD (3840X2160)
Specifications meets the requirements with the technical details sheet attached
Note: The bid is substantially responsive to technical requirements.
98
Table 6: Corrections and Unconditional Discounts
Lot 5 Bidder Read-out Bid Price(s) Corrections Corrected Bid
Price(s)
Unconditional
Discounts
Corrected/
Discounted
Bid Price(s)
Remark
Currency (ies)
Amount(s) Computational Errors
Provisional Sums
Percent Amount(s)
(a) (b) (c) (d) (e) (f) = (c) + (d) - (e) (g) (h) (i) = (f) – (h)
Information Management Resources Nig. Ltd.
NGN 47,586,000.00 - - 47,586,000.00 - - 47,586,000.00 1st
Bid Evaluation Report for OAU-ACE PROJECT 2015
99
Table 7: Post Qualification
Information Management Resources Nigeria Limited
LOT 5 S/No. CRITERIA EVIDENCE IN THE BID ADEQUACY
1. FINANCIAL CAPABILITY The tax clearance certificate indicated the company’s turnover as follows: ATO –N275,869,678.00 - 2012 ATO –N342,102,182.00 - 2013 ATO –N375,124,000.00 - 2014 Bidder also presented a Zenith Bank’s reference letter of willingness to provide necessary support when required.
Average Annual Turnover is N331,031,953.33 which represents 695.65%1 of the proposed contract sum of N47,586,000.00.
2. EXPERIENCE AND TECHNICAL CAPACITY
Bidder provided documentary evidence of more than the required two (2) contracts of similar nature and complexity executed in the past 5 yrs out of which we have the following: (1) Supply and installation of Servers to Obafemi Awolowo University at a cost of N24,830,000.00 on 4/1/2012. (2) Procurement of Desktop Computers, Laptops, Printers and Scanners for Revenue Mobilisation and Fiscal Commission at Plot 054Tafawa Balewa way, Central District, Abuja at a cost of N41,728,575.00 on 1/9/2011.
Average of 2 similar contracts performed is N33,279,287.50 and this represents 69.92%2 of the proposed contract sum of N47,586,000.00
3. PERFORMANCE REQUIREMENT OF EQUIPMENT
Bidder has provided sufficient relevant technical details including Brand names; models etc with supporting literature/brochures to demonstrate that the items of equipment to be supplied meet usage requirements.
Bidder provided adequate information on the items of equipment proposed to be supplied.
1Bidder has demonstrated an average annual turnover / profitability of about 3,112.66% in comparison to the proposed contract sum. Bidder is assumed to have enough capability to execute the contract satisfactorily. 2 Average percentage of 2 contracts of similar nature and complexity performed by bidder in the last 5yrs is 69.92% compared to the proposed contract sum of N47,586,000.00 and this demonstrates that the bidder has adequate experience and technical capability to execute the contract successfully.
100
Table 8: Proposed Contract Award
Information Management Resources Nigeria Limited
Lot 5
1. Lowest evaluated responsive bidder (proposed for contract award).
(a) name
(b) address
INFORMATION MANAGEMENT
RESOURCES NIGERIA LIMITED
131, Ogunlana Drive, Surulere, Lagos,
Nigeria.
2. If bid submitted by agent, list actual supplier.
(a) name
(b) address
N/A
N/A
3. If bid from joint venture, list all partners, nationalities, and estimated shares of contract.
N/A
4. Principle country (ies) of origin of goods/materials.
North America
5. Estimated date (month, year) of contract signing.
29th December, 2015
6. Estimated delivery to project site/completion period.
29th February, 2016
Currency Amount
7. Bid Price(s) (Read-out) NGN 47,586,000.00
8. Corrections for Errors - -
9. Discounts - -
10. Other Adjustments - -
11. Proposed Award NGN 47,586,000.00
12. Disbursement Category N/A
Bid Evaluation Report for OAU-ACE PROJECT 2015
101
LOT 6
PROCUREMENT OF 100KVA GENERATOR FOR
GIS EQUIPMENT
Bid Evaluation Report for OAU-ACE PROJECT 2015
102
Table 4: Bid Prices (as Read Out)
LOT 6 S/N Bidder Identification Bid Security Read-out Bid Price(s) Modifications or
Name City Country Amount Source Currency (ies)
Amount(s) or % Comments
(a) (b) (c) (d) (e) (f)
1.
BT Microxperts Ltd. Lagos Nigeria NGN3,000,000.00 Bank Guarantee/ Zenith Bank Plc
NGN 6,446,715.00 1.5% discount
2.
Nidave Industrial Ventures Limited
Ibadan Nigeria Nil N/A NGN 13,293,750.00 No bid security
3.
Information Management Resources Nig. Ltd.
Lagos Nigeria NGN325,000.00 Bank Guarantee/ Zenith Bank Plc
NGN 9,660,000.00 Nil
4. Afri Tech Multi Concept Ltd
Lagos Nigeria Nil N/A NGN 5,840,420.87 No bid security
5. David & Salem Company
Ile-Ife Nigeria N117,000.00 Bank Draft/WEMA Bank Plc
NGN 5,823,090.00 Nil
6. Tunrap Limited Ile-Ife Nigeria N140,000.00 Bank Draft/WEMA Bank Plc
NGN 6,875,242.50 Nil
Bid Evaluation Report for OAU-ACE PROJECT 2015
103
Table 5a: Preliminary Examination
Lot 6 Bidder Verification Eligibility Bid Security Completeness
of Bid Substantial
Responsiveness Acceptance for Detailed
Examination (a) (b) (c) (d) (e) (f) (g)
BT Microxperts Ltd. No1 Yes Yes Yes No No
Nidave Industrial Ventures Limited
Yes Yes No2 Yes No No
Information Management Resources Nig. Ltd.
Yes Yes Yes Yes Yes Yes
Afri Tech Multi Concept Ltd No3 Yes No4 Yes No No
David & Salem Global Limited Yes Yes Yes Yes Yes Yes
Tunrap Limited Yes Yes Yes Yes Yes Yes
1 BT Microxperts Ltd.: Evidence of tax payment for year 2014 was not presented. Has VAT remittance number without evidence of remittance. No PENCOM certificate to show compliance with the provision of Pension Reform of amended Act of 2004. There was no evidence of compliance with Industrial Training Fund amended Act 2011. 2 Nidave Industrial Ventures Ltd.: No bid security. 3Afri Tech Multi Concepts Ltd.: Documentary evidence of two contracts of similar nature and magnitude during the last five years and Audited Financial Statement for the last three years were not submitted. No evidence of tax payment for 2012-2014. Detailed company corporate profile was not submitted. 4Afri Tech Multi Concepts Ltd.: No bid security
104
Table 5b. Technical Evaluation
Information Management Resources Nigeria Limiteds
LOT 6
Item
No.
Names of Goods
or Related
Services
Description/Specifications of
Equipments
(Minimum requirement)
Bidders’ Specification Remarks
1 Generator • Capacity: 100KvA
• Standby: 110 KvA
• Cylinder: 4
• Engine type: 1104C-44T AG2
• Alternator: Stamford UCI – 274L
• Soundproof: Tropicalized
• Governor: Mechanical
• Fuel Consumption: 24 Ltrs/Hr
• Dimension of Soundproofing: Length: 3,000; Width: 1,100; Height: 1535
Mikano MKP100P:
• Capacity: 100KvA
• Standby: 110 KvA
• Cylinder: 4
• Engine type: 1104C-44T AG2
• Alternator: Stamford UCI – 274L
• Soundproof: Tropicalized
• Governor: Mechanical
• Fuel Consumption: 24 Ltrs/Hr
• Dimension of Soundproofing: Length: 3,000; Width: 1,100; Height: 1535
Specifications meets the requirements with the technical details sheet attached
Note: The bid is substantially responsive to technical requirements.
Bid Evaluation Report for OAU-ACE PROJECT 2015
105
Table 5b. Technical Evaluation
David & Salem Global Limited
LOT 6
Item
No.
Names of Goods
or Related
Services
Description/Specifications of
Equipments
(Minimum requirement)
Bidders’ Specification Remarks
1 Generator • Capacity: 100KvA
• Standby: 110 KvA
• Cylinder: 4
• Engine type: 1104C-44T AG2
• Alternator: Stamford UCI – 274L
• Soundproof: Tropicalized
• Governor: Mechanical
• Fuel Consumption: 24 Ltrs/Hr
• Dimension of Soundproofing: Length: 3,000; Width: 1,100; Height: 1535
Mikano MKP100P 1104C44TAG2:
• Capacity: 100KvA
• Standby: 110 KvA
• Cylinder: 4
• Engine type: 1104C-44T AG2
• Alternator: Stamford UCI – 274L
• Soundproof: Tropicalized
• Governor: Mechanical
• Fuel Consumption: 24 Ltrs/Hr
• Dimension of Soundproofing: Length: 3,000; Width: 1,100; Height: 1535
Specifications meets the requirements with the technical details sheet attached
Note: The bid is substantially responsive to technical requirements.
106
Table 5b. Technical Evaluation
Tunrap Limited
LOT 6 Manufacturer’s Technical Specification sheets for the model offered must be attached and bids submitted without manufacturer’s
specification sheets will be rejected.
Item
No.
Names of Goods
or Related
Services
Description/Specifications of
Equipments
(Minimum requirement)
Bidders’ Specification Remarks
1 Generator • Capacity: 100KvA
• Standby: 110 KvA
• Cylinder: 4
• Engine type: 1104C-44T AG2
• Alternator: Stamford UCI – 274L
• Soundproof: Tropicalized
• Governor: Mechanical
• Fuel Consumption: 24 Ltrs/Hr
• Dimension of Soundproofing: Length: 3,000; Width: 1,100; Height: 1535
Mikano MKP100P 1104C44TAG2:
• Capacity: 100KvA
• Standby: 110 KvA
• Cylinder: 4
• Engine type: 1104C-44T AG2
• Alternator: Stamford UCI – 274L
• Soundproof: Tropicalized
• Governor: Mechanical
• Fuel Consumption: 24 Ltrs/Hr
• Dimension of Soundproofing: Length: 3,000; Width: 1,100; Height: 1535
Specifications meets the requirements with the technical details sheet attached
Note: The bid is substantially responsive to technical requirements.
Bid Evaluation Report for OAU-ACE PROJECT 2015
107
Table 6: Corrections and Unconditional Discounts
Lot 6 Bidder Read-out Bid Price(s) Corrections Corrected Bid
Price(s)
Unconditional
Discounts
Corrected/
Discounted
Bid Price(s)
Remark
Currency (ies)
Amount(s) Computational Errors
Provisional Sums
Percent Amount(s)
(a) (b) (c) (d) (e) (f) = (c) + (d) - (e) (g) (h) (i) = (f) – (h)
Information Management Resources Nig. Ltd.
NGN 9,660,000.00 - - 9,660,000.00 - - 9,660,000.00 3rd
David & Salem Global Limited
NGN 5,823,090.00 - - 5,823,090.00 - - 5,823,090.00 1st
Tunrap Limited NGN 6,875,242.50 - - 6,875,242.50 - - 6,875,242.50 2nd
Bid Evaluation Report for OAU-ACE PROJECT 2015
108
Table 7: Post Qualification
David & Salem Global Limited
LOT 6 S/No. CRITERIA EVIDENCE IN THE BID ADEQUACY
1. FINANCIAL CAPABILITY The income and expenditure account indicated the company’s turnover as follows: ATO –N28,449,259.00 - 2012 ATO –N57,708,207.00 - 2013 ATO –N57,708,207.00 - 2014
Average Annual Turnover is N47,955,224.33 which represents 823.54%1 of the proposed contract sum of N5,823,090.00
2. EXPERIENCE AND TECHNICAL CAPACITY
Bidder provided documentary evidence of two (2) contracts of similar nature and complexity executed in the past 5 yrs as follows: (1) Supply and installation of 500KvA and 1,000 KvA Soundproof Perkin UK Generating sets to Federal University of Technology, Akure at N55,545,000.00 on 4/11/2014. (2) Supply of 250KvA Soundproof UK Perkin Engine to Federal University of Technology, Akure at N8,635,000.00 on 18/3/2015
Average of 2 similar contracts performed is N32,090,000.00 and this represents 551.08%2 of the proposed contract sum of N5,823,090.00.
3. PERFORMANCE REQUIREMENT OF EQUIPMENT
Bidder has provided sufficient relevant technical details including Brand names; models etc with supporting literature/brochures to demonstrate that the items of equipment to be supplied meet usage requirements.
Bidder provided enough information on the items of equipment proposed to be supplied.
1 Bidder has demonstrated an average annual turnover / profitability of about 823.54% in comparison to the proposed contract sum. Bidder is assumed to have enough capability to execute the contract satisfactorily. 2 Average percentage of 2 contracts of similar nature and complexity performed by bidder in the last 5yrs is 551.08% compared to the proposed contract sum of N5,823,090.00 and this demonstrates that the bidder has adequate experience and technical capability to execute the contract successfully.
Bid Evaluation Report for OAU-ACE PROJECT 2015
109
Table 8: Proposed Contract Award
David & Salem Global Limited
Lot 6
1. Lowest evaluated responsive bidder (proposed for contract award).
(a) name
(b) address
David & Salem Global Limited
33, Ede Road,
Ile-Ife, Osun State
2. If bid submitted by agent, list actual supplier.
(a) name
(b) address
N/A
N/A
3. If bid from joint venture, list all partners, nationalities, and estimated shares of contract.
N/A
4. Principle country (ies) of origin of goods/materials.
Nigeria
5. Estimated date (month, year) of contract signing.
29th December, 2015
6. Estimated delivery to project site/completion period.
29th February, 2016
Currency Amount
7. Bid Price(s) (Read-out) NGN 5,823,090.00
8. Corrections for Errors - -
9. Discounts - -
10. Other Adjustments - -
11. Proposed Award NGN 5,823,090.00
12. Disbursement Category N/A
110
LOT 7
PROCUREMENT OF INVERTER SYSTEM FOR
THE LABORATORIES
Bid Evaluation Report for OAU-ACE PROJECT 2015
111
Table 4: Bid Prices (as Read Out)
LOT 7
S/N Bidder Identification Bid Security Read-out Bid Price(s) Modifications or
Name City Country Amount Form/Source Currency (ies)
Amount(s) or %
Comments
(a) (b) (c) (d) (e) (f)
1.
BT MICROXPERTS LIMITED
Lagos Nigeria NGN3,000,000.00 Bank Guarantee/ Zenith Bank Plc
NGN 28,523,000.00 The bidder offered 1.5% discount. Bid security was combined for Lots 1,2,5,6 &7.
2.
WINTECK NIGERIA LIMITED
Ibadan Nigeria NGN1,000,000.00 Bank Guarantee/ First Bank Plc
NGN 35,560,000.00 Nil
3. INFORMATION MANAGEMENT RESOURCES NIGERIA LTD
Lagos Nigeria NGN1,125,000.00 Bank Guarantee/ Zenith Bank Plc
NGN 32,157,279.00 Nil
4.
LYNCOS & SONS DEVELOPMENT COMPANY LIMITED
Abuja Nigeria NGN800,000.00 Bank Guarantee/ Skye Bank Plc
NGN 22,066,000.00 Withdrew from Lots 2,3,4,6 & 8.
5.
AT&S INVESTMENTS LIMITED
Lagos Nigeria NGN700,000.00 Bank Guarantee/ Zenith Bank Plc
NGN 23,614,500.00 Nil
6. TUNRAP LIMITED Ile-Ife Nigeria NGN380,000.00 Bank Draft/ WEMA Bank Plc
NGN 18,333,000.00 Nil
7. PRALIF ROYAL CONCEPT
Ibadan Nigeria N342,200.00 Bank Guarantee/ FCMB
NGN 17,110,000.00 1% discount
8.
AFRI TECH MULTI-CONCEPT LIMITED
Lagos Nigeria No bid security N/A NGN 29,071,770.00 Bid security was not provided
Bid Evaluation Report for OAU-ACE PROJECT 2015
112
Table 5a: Preliminary Examination Lot 7
Bidder Verification Eligibility Bid Security Completeness of Bid
Substantial Responsiveness
Acceptance for Detailed Examination
(a) (b) (c) (d) (e) (f) (g)
BT Microxperts Ltd. No1 Yes Yes Yes No No
Winteck Nigeria Limited Yes Yes Yes Yes Yes Yes
Information Management Resources Nigeria Ltd
Yes Yes Yes Yes Yes Yes
Lyncos & Sons Development Company Ltd
No2 Yes Yes Yes No No
AT&S Investments Ltd. Yes Yes Yes Yes Yes Yes
Tunrap Ltd Yes Yes Yes Yes Yes Yes
Pralif Royal Concept
No3 Yes Yes Yes No No
Afri Tech Multi Concept Ltd
No4 Yes No5 Yes No No
1 BT Microxperts Ltd.: Evidence of tax payment for year 2014 was not presented. Has VAT remittance number without evidence of remittance. No PENCOM certificate to show compliance with the provision of Pension Reform of amended Act of 2004. There was no evidence of compliance with Industrial Training Fund amended Act 2011. 2 Lyncos & Sons Development Company Ltd.: Bank statement or the past 12 months not submitted. Has VAT registration number but no evidence of payment. No PENCOM certificate but submitted PENCOM compliance letter up to September, 2014. Letter of training contribution from ITF up to year 2013 only was attached. 3
Pralif Royal Concept: There is no documentary evidence of two contracts of similar nature and magnitude during the last five (5) years. The evidences provided were on construction related to civil works only. 4 Afri Tech Multi Concepts Ltd.: Documentary evidence of two contracts of similar nature and magnitude during the last five years and Audited Financial Statement for the last three years were not submitted. No evidence of tax payment for 2012-2014. Detailed company corporate profile was not submitted. 5 Afri Tech Multi Concepts Ltd.: No bid security.
Bid Evaluation Report for OAU-ACE PROJECT 2015
113
Table 5b. Technical Evaluation
Winteck Nigeria Limited
LOT 7
Item
No.
Names of Goods
or Related
Services
Description/Specifications of
Equipments
(Minimum requirement)
Bidders’ Specification Remarks
1. 7.5 KVA-48V Pure
sine wave advance
inverter
Battery Temperature Sensor (BTS) Automatic Generator Starting (AGS) Support Solar Panel with MPPT Function(optional) Designed to Operate under Harsh Environment DC Start & Automatic Self-Diagnostic Function Compatible with Both Linear & Non-Linear Load Easy to Install & Easy to Operate & Easy to Solve Powerful Charge Rate Up to 120Amp, Selectable From 0%-100% High Efficiency Design & “Power Saving Mode” to Conserve Energy 8 pre Set Battery Type Selector plus De-sulphation for Totally Flat Batteries 4-step Intelligent Battery Charging, PFC (Power Factor Correction) for Charger 8 ms Typical Transfer Time Between Utility & Battery, Guarantees Power Continuity 15s Delay Before Transfer when AC Resumes, Protection for Load when Used with Generator Battery DOD(Depth of Discharge) setting from 50%-100% SNMP remote monitoring (available as an option)
The bidder did not provide model for this laptops but only repeated the item description in the bidding document.
Not Adequate
2. 200Ah/12V Deep
Cycle Batteries
• Valve Regulated Lead Acid (VRLA)Batteries
• Sealed Maintenance Free (SMF)
• Absorbent Glass Mat (AGM) Technology
• Built For Deep Cycle Applications
The bidder did not provide model for this laptops but only repeated the item description in the bidding document.
Not Adequate
114
Reduced Grid Corrossion & Promotes Longer battery life
3. 2HP Split Air-
conditioner c/w
installation
LVS (LOW VOLTAGE STARTABILITY) TROPICAL COMPRESSOR JET COOL™ GOLD FIN™ ANTI CORROSION
The bidder did not provide model for this laptops but only repeated the item description in the bidding document.
Not Adequate
Note: The bid is not responsive to technical requirements.
Bid Evaluation Report for OAU-ACE PROJECT 2015
115
Table 5b. Technical Evaluation
Information Management Resources Nigeria Limited
LOT 7
Item
No.
Names of Goods
or Related
Services
Description/Specifications of
Equipments
(Minimum requirement)
Bidders’ Specification Remarks
1. 7.5 KVA-48V Pure
sine wave advance
inverter
Battery Temperature Sensor (BTS) Automatic Generator Starting (AGS) Support Solar Panel with MPPT Function(optional) Designed to Operate under Harsh Environment DC Start & Automatic Self-Diagnostic Function Compatible with Both Linear & Non-Linear Load Easy to Install & Easy to Operate & Easy to Solve Powerful Charge Rate Up to 120Amp, Selectable From 0%-100% High Efficiency Design & “Power Saving Mode” to Conserve Energy 8 pre Set Battery Type Selector plus De-sulphation for Totally Flat Batteries 4-step Intelligent Battery Charging, PFC (Power Factor Correction) for Charger 8 ms Typical Transfer Time Between Utility & Battery, Guarantees Power
PRAG 7.5 KVA-48V Pure sine wave
advance inverter: Battery Temperature Sensor (BTS) Automatic Generator Starting (AGS) Support Solar Panel with MPPT Function(optional) Designed to Operate under Harsh Environment DC Start & Automatic Self-Diagnostic Function Compatible with Both Linear & Non-Linear Load Easy to Install & Easy to Operate & Easy to Solve Powerful Charge Rate Up to 120Amp, Selectable From 0%-100% High Efficiency Design & “Power Saving Mode” to Conserve Energy 8 pre Set Battery Type Selector plus De-sulphation for Totally Flat Batteries 4-step Intelligent Battery Charging, PFC (Power Factor Correction) for Charger
Specifications meets the requirements with the technical details sheet attached
116
Continuity 15s Delay Before Transfer when AC Resumes, Protection for Load when Used with Generator Battery DOD (Depth of Discharge) setting from 50%-100% SNMP remote monitoring (available as an option)
8 ms Typical Transfer Time Between Utility & Battery, Guarantees Power Continuity 15s Delay Before Transfer when AC Resumes, Protection for Load when Used with Generator Battery DOD (Depth of Discharge) setting from 50%-100% SNMP remote monitoring
2. 200Ah/12V Deep
Cycle Batteries • Valve Regulated Lead Acid
(VRLA)Batteries • Sealed Maintenance Free (SMF) • Absorbent Glass Mat (AGM)
Technology • Built for Deep Cycle Applications
Reduced Grid Corrossion & Promotes Longer battery life
PRAG 200Ah/12V Deep Cycle
Batteries:
• Valve Regulated Lead Acid (VRLA)Batteries
• Sealed Maintenance Free (SMF) • Absorbent Glass Mat (AGM)
Technology • Built for Deep Cycle
Applications Reduced Grid Corrossion & Promotes Longer battery life
Specifications meets the requirements with the technical details sheet attached
3. 2HP Split Air-
conditioner LVS (LOW VOLTAGE STARTABILITY) TROPICAL COMPRESSOR JET COOL™ GOLD FIN™ ANTI CORROSION
LG JET COOL 2HP Split Air-
conditioner:
LVS (LOW VOLTAGE STARTABILITY) TROPICAL COMPRESSOR JET COOL™ GOLD FIN™ ANTI CORROSION
Specifications meets the requirements with the technical details sheet attached
Note: The bid is substantially responsive to technical requirements.
Bid Evaluation Report for OAU-ACE PROJECT 2015
117
Table 5b. Technical Evaluation
AT&S Investment Limited
LOT 7
Item
No.
Names of Goods
or Related
Services
Description/Specifications of
Equipments
(Minimum requirement)
Bidders’ Specification Remarks
1. 7.5 KVA-48V Pure
sine wave advance
inverter
Battery Temperature Sensor (BTS) Automatic Generator Starting (AGS) Support Solar Panel with MPPT Function(optional) Designed to Operate under Harsh Environment DC Start & Automatic Self-Diagnostic Function Compatible with Both Linear & Non-Linear Load Easy to Install & Easy to Operate & Easy to Solve Powerful Charge Rate Up to 120Amp, Selectable From 0%-100% High Efficiency Design & “Power Saving Mode” to Conserve Energy 8 pre Set Battery Type Selector plus De-sulphation for Totally Flat Batteries 4-step Intelligent Battery Charging, PFC (Power Factor Correction) for Charger 8 ms Typical Transfer Time Between Utility & Battery, Guarantees Power
PRAG 7.5 KVA-48V Pure sine wave
advance inverter: Battery Temperature Sensor (BTS) Automatic Generator Starting (AGS) Support Solar Panel with MPPT Function(optional) Designed to Operate under Harsh Environment DC Start & Automatic Self-Diagnostic Function Compatible with Both Linear & Non-Linear Load Easy to Install & Easy to Operate & Easy to Solve Powerful Charge Rate Up to 120Amp, Selectable From 0%-100% High Efficiency Design & “Power Saving Mode” to Conserve Energy 8 pre Set Battery Type Selector plus De-sulphation for Totally Flat Batteries 4-step Intelligent Battery Charging, PFC (Power Factor Correction) for Charger
Specifications meets the requirements with the technical details sheet attached
118
Continuity 15s Delay Before Transfer when AC Resumes, Protection for Load when Used with Generator Battery DOD (Depth of Discharge) setting from 50%-100% SNMP remote monitoring (available as an option)
8 ms Typical Transfer Time Between Utility & Battery, Guarantees Power Continuity 15s Delay Before Transfer when AC Resumes, Protection for Load when Used with Generator Battery DOD (Depth of Discharge) setting from 50%-100% SNMP remote monitoring
2. 200Ah/12V Deep
Cycle Batteries • Valve Regulated Lead Acid
(VRLA)Batteries • Sealed Maintenance Free (SMF) • Absorbent Glass Mat (AGM)
Technology • Built for Deep Cycle Applications
Reduced Grid Corrossion & Promotes Longer battery life
LUMINOUS 200Ah/12V Deep Cycle
Batteries:
• Valve Regulated Lead Acid (VRLA)Batteries
• Sealed Maintenance Free (SMF) • Absorbent Glass Mat (AGM)
Technology • Built For Deep Cycle
Applications Reduced Grid Corrossion & Promotes Longer battery life
Specifications meets the requirements with the technical details sheet attached
3. 2HP Split Air-
conditioner c/w
installation
LVS (LOW VOLTAGE STARTABILITY) TROPICAL COMPRESSOR JET COOL™ GOLD FIN™ ANTI CORROSION
LG GEN COOL 2HP Split Air-
conditioner:
LVS (LOW VOLTAGE STARTABILITY) TROPICAL COMPRESSOR JET COOL™ GOLD FIN™ ANTI CORROSION
Specifications meets the requirements with the technical details sheet attached
Note: The bid is substantially responsive to technical requirements.
Bid Evaluation Report for OAU-ACE PROJECT 2015
119
Table 5b. Technical Evaluation
Tunrap Nigeria Limited
LOT 7
Item
No.
Names of Goods
or Related
Services
Description/Specifications of
Equipments
(Minimum requirement)
Bidders’ Specification Remarks
1. 7.5 KVA-48V Pure
sine wave advance
inverter
Battery Temperature Sensor (BTS) Automatic Generator Starting (AGS) Support Solar Panel with MPPT Function(optional) Designed to Operate under Harsh Environment DC Start & Automatic Self-Diagnostic Function Compatible with Both Linear & Non-Linear Load Easy to Install & Easy to Operate & Easy to Solve Powerful Charge Rate Up to 120Amp, Selectable From 0%-100% High Efficiency Design & “Power Saving Mode” to Conserve Energy 8 pre Set Battery Type Selector plus De-sulphation for Totally Flat Batteries 4-step Intelligent Battery Charging, PFC (Power Factor Correction) for Charger 8 ms Typical Transfer Time Between Utility & Battery, Guarantees Power
PRAG 7.5 KVA-48V Pure sine wave
advance inverter: Battery Temperature Sensor (BTS) Automatic Generator Starting (AGS) Support Solar Panel with MPPT Function(optional) Designed to Operate under Harsh Environment DC Start & Automatic Self-Diagnostic Function Compatible with Both Linear & Non-Linear Load Easy to Install & Easy to Operate & Easy to Solve Powerful Charge Rate Up to 120Amp, Selectable From 0%-100% High Efficiency Design & “Power Saving Mode” to Conserve Energy 8 pre Set Battery Type Selector plus De-sulphation for Totally Flat Batteries 4-step Intelligent Battery Charging, PFC (Power Factor Correction) for Charger
Specifications meets the requirements with the technical details sheet attached
120
Continuity 15s Delay Before Transfer when AC Resumes, Protection for Load when Used with Generator Battery DOD(Depth of Discharge) setting from 50%-100% SNMP remote monitoring (available as an option)
8 ms Typical Transfer Time Between Utility & Battery, Guarantees Power Continuity 15s Delay Before Transfer when AC Resumes, Protection for Load when Used with Generator Battery DOD(Depth of Discharge) setting from 50%-100% SNMP remote monitoring
2. 200Ah/12V Deep
Cycle Batteries • Valve Regulated Lead Acid
(VRLA)Batteries • Sealed Maintenance Free (SMF) • Absorbent Glass Mat (AGM)
Technology • Built For Deep Cycle Applications
Reduced Grid Corrossion & Promotes Longer battery life
PRAG 200Ah/12V Deep Cycle
Batteries:
• Valve Regulated Lead Acid (VRLA)Batteries
• Sealed Maintenance Free (SMF) • Absorbent Glass Mat (AGM)
Technology • Built For Deep Cycle
Applications Reduced Grid Corrossion & Promotes Longer battery life
Specifications meets the requirements with the technical details sheet attached
3. 2HP Split Air-
conditioner c/w
installation
LVS (LOW VOLTAGE STARTABILITY) TROPICAL COMPRESSOR JET COOL™ GOLD FIN™ ANTI CORROSION
LG JET COOL 2HP Split Air-
conditioner:
LVS (LOW VOLTAGE STARTABILITY) TROPICAL COMPRESSOR JET COOL™ GOLD FIN™ ANTI CORROSION
Specifications meets the requirements with the technical details sheet attached
Note: The bid is substantially responsive to technical requirements.
Bid Evaluation Report for OAU-ACE PROJECT 2015
121
Table 6: Corrections and Unconditional Discounts
Lot 7
Bidder Read-out Bid Price(s) Corrections Corrected Bid
Price(s)
Unconditional
Discounts
Corrected/
Discounted
Bid Price(s)
Remark
Currency (ies)
Amount(s) Computational Errors
Provisional Sums
Percent Amount(s)
(a) (b) (c) (d) (e) (f) = (c) + (d) - (e) (g) (h) (i) = (f) – (h)
Winteck Nigeria Limited NGN 35,560,000.00 - - 35,560,000.00 - - 35,560,000.00 4th
Information Management Resources Nig. Ltd.
NGN 32,157,279.00 - - 32,157,279.00 - - 32,157,279.00 3rd
AT&S Investments Limited
NGN 23,614,500.00 - - 23,614,500.00 - - 23,614,500.00 2nd
Tunrap Limited NGN 18,333,000.00 - - 18,333,000.00 - - 18,333,000.00 1st
Bid Evaluation Report for OAU-ACE PROJECT 2015
122
Table 7: Post Qualification
Tunrap Limited
LOT 7 S/No. CRITERIA EVIDENCE IN THE BID ADEQUACY
1. FINANCIAL CAPABILITY The tax clearance certificate indicated the company’s turnover as follows: ATO –N21,847,000.00 - 2012 ATO –N39,865,200.00 - 2013 ATO –N52,545,485.00 - 2014 Bidder also presented a Banker’s letter of reference from First Bank indicating their willingness to provide necessary financial support if required.
Average Annual Turnover is N38,085,895.00 which represents 207.74%1 of the proposed contract sum of N18,333,000.00
2. EXPERIENCE AND TECHNICAL CAPACITY
Bidder provided documentary evidence of two (2) contracts of similar nature and complexity executed in the past 5 yrs as follows: (1) Supply and installation of Inverter system to Larap Eye Clinic, 68 UI/Oyo Road, Ibadan at N3,000,000.00 on 19/8/2015 (2) Supply of 1000KvA Perkins Generator to University College Hospital, Ibadan at N58,500,000.00 on 4/1/2012.
Average of 2 similar contracts performed is N30,750,000.00 and this represents 167.73%2 of the proposed contract sum of N18,333,000.00.
3. PERFORMANCE REQUIREMENT OF EQUIPMENT
Bidder has provided sufficient relevant technical details including Brand names; models etc with supporting literature/brochures to demonstrate that the items of equipment to be supplied meet usage requirements.
Bidder provided enough information on the items of equipment proposed to be supplied.
1 Bidder has demonstrated an average annual turnover / profitability of about 207.74% in comparison to the proposed contract sum. Bidder is assumed to have enough capability to execute the contract satisfactorily. 1 Average percentage of 2 contracts of similar nature and complexity performed by bidder in the last 5yrs is 167.73% compared to the proposed contract sum of N18,333,000.00 and this demonstrates that the bidder has adequate experience and technical capability to execute the contract successfully.
Bid Evaluation Report for OAU-ACE
123
Table 8: Proposed Contract Award
Tunrap Limited
Lot 7
1. Lowest evaluated responsive bidder (proposed for contract award).
(a) name
(b) address
Tunrap Limited
8, Biobaku Street, Parakin Layout,
Ile-Ife, Osun State
2. If bid submitted by agent, list actual supplier.
(a) name
(b) address
N/A
N/A
3. If bid from joint venture, list all partners, nationalities, and estimated shares of contract.
N/A
4. Principle country (ies) of origin of goods/materials.
Not Stated
5. Estimated date (month, year) of contract signing.
29th December, 2015
6. Estimated delivery to project site/completion period.
29th February, 2016
Currency Amount
7. Bid Price(s) (Read-out) NGN 18,333,000.00
8. Corrections for Errors - -
9. Discounts - -
10. Other Adjustments - -
11. Proposed Award NGN 18,333,000.00
12. Disbursement Category N/A
124
LOT 8
PROCUREMENT OF 4-WHEEL DRIVE VEHICLE
Bid Evaluation Report for OAU-ACE PROJECT 2015
125
Table 4: Bid Prices (as Read Out)
LOT 8
S/N Bidder Identification Bid Security Read-out Bid Price(s) Modifications or
Name City Country Amount Source Currency (ies)
Amount(s) or % Comments
(a) (b) (c) (d) (e) (f)
1.
Information Management Resources Nigeria Ltd.
Lagos Nigeria NGN600,000.00
Bank Guarantee/ Zenith Bank Plc
NGN 18,994,500.00 Nil
2.
Lysun global Investment Nigeria Limited
Abuja Nigeria NGN280,000.00 Bank Draft/ Ecobank Plc
NGN 13,750,000.00 Nil
3.
Metropolitan Motors Ltd.
Lagos Nigeria NGN450,000.00 Bank Guarantee/ GTB Plc
NGN 16,275,000.00 Nil
4. Tunrap Limited Ile-Ife Nigeria NGN330,000.00 Bank Draft/ WEMA Bank Plc
NGN 16,485,000.00 Nil
126
Table 5a: Preliminary Examination Lot 8
Bidder Verification Eligibility Bid Security Completeness of Bid
Substantial Responsiveness
Acceptance for Detailed Examination
(a) (b) (c) (d) (e) (f) (g)
Information Management Resources Nigeria Ltd
Yes Yes Yes Yes Yes Yes
Lysun Global Investment Nig. Ltd
Yes Yes Yes Yes Yes Yes
Metropolitan Motors Ltd. Yes Yes Yes Yes Yes Yes
Tunrap Ltd Yes Yes Yes Yes Yes Yes
Bid Evaluation Report for OAU-ACE PROJECT 2015
127
Table 5b. Technical Evaluation
Information Management Resources Nigeria Limited
LOT 8
Item
No.
Names of Goods
or Related
Services
Description/Specifications of
Equipments
(Minimum requirement)
Bidders’ Specification Remarks
1. Vehicle 2.7 Litre engine, 4-speed automatic transmission, radio/CD player, fabric seats, dual airbags, 6-speakers, power steering, power windows, power door locks, power side mirrors, keyless entry, central lock, power retractable side mirrors, 7-seater, air-conditioner, anti-lock braking system, petrol engine, 87-litre fuel tank, high mount stop light, in-built Bluetooth handsfree car kit
Toyota Land Cruiser Prado: 2.7 Litre engine, 4-speed automatic transmission, radio/CD player, fabric seats, dual airbags, 6-speakers, power steering, power windows, power door locks, power side mirrors, keyless entry, central lock, power retractable side mirrors, 7-seater, air-conditioner, anti-lock braking system, petrol engine, 87-litre fuel tank, high mount stop light, in-built Bluetooth handsfree car kit
Specifications meets the requirements with the technical details sheet attached
Note: The bid is substantially responsive to technical requirements.
128
Table 5b. Technical Evaluation
Lysun Global Investment Nigeria Limited
LOT 8
Item
No.
Names of Goods
or Related
Services
Description/Specifications of
Equipments
(Minimum requirement)
Bidders’ Specification Remarks
1. Vehicle 2.7 Litre engine, 4-speed automatic transmission, radio/CD player, fabric seats, dual airbags, 6-speakers, power steering, power windows, power door locks, power side mirrors, keyless entry, central lock, power retractable side mirrors, 7-seater, air-conditioner, anti-lock braking system, petrol engine, 87-litre fuel tank, high mount stop light, in-built Bluetooth handsfree car kit
Toyota Land Cruiser Prado TX L 7-S T,
LS:
2.7 Litre engine, 4-speed automatic transmission, radio/CD player, Leather seats, dual airbags, 6-speakers, power steering, power windows, power door locks, power side mirrors, keyless entry, central lock, power retractable side mirrors, 7-seater, air-conditioner, anti-lock braking system, petrol engine, 87-litre fuel tank, high mount stop light, in-built Bluetooth handsfree car kit
Specifications meets the requirements with the technical details sheet attached
Note: The bid is substantially responsive to technical requirements.
Bid Evaluation Report for OAU-ACE PROJECT 2015
129
Table 5b. Technical Evaluation
Metropolitan Motors Limited
LOT 8
Item
No.
Names of Goods
or Related
Services
Description/Specifications of
Equipments
(Minimum requirement)
Bidders’ Specification Remarks
1. Vehicle 2.7 Litre engine, 4-speed automatic transmission, radio/CD player, fabric seats, dual airbags, 6-speakers, power steering, power windows, power door locks, power side mirrors, keyless entry, central lock, power retractable side mirrors, 7-seater, air-conditioner, anti-lock braking system, petrol engine, 87-litre fuel tank, high mount stop light, in-built Bluetooth handsfree car kit
Toyota Land Cruiser Prado: 2.7 Litre engine, 4-speed automatic transmission, radio/CD player, fabric seats, dual airbags, 6-speakers, power steering, power windows, power door locks, power side mirrors, keyless entry, central lock, power retractable side mirrors, 7-seater, air-conditioner, anti-lock braking system, petrol engine, 87-litre fuel tank, high mount stop light, in-built Bluetooth handsfree car kit
Specifications meets the requirements.
Note: The bid is substantially responsive to technical requirements.
130
Table 5b. Technical Evaluation
Tunrap Limited
LOT 8
Item
No.
Names of Goods
or Related
Services
Description/Specifications of
Equipments
(Minimum requirement)
Bidders’ Specification Remarks
1. Vehicle 2.7 Litre engine, 4-speed automatic transmission, radio/CD player, fabric seats, dual airbags, 6-speakers, power steering, power windows, power door locks, power side mirrors, keyless entry, central lock, power retractable side mirrors, 7-seater, air-conditioner, anti-lock braking system, petrol engine, 87-litre fuel tank, high mount stop light, in-built Bluetooth handsfree car kit
Toyota Land Cruiser Prado: 2.7 Litre engine, 4-speed automatic transmission, radio/CD player, fabric seats, dual airbags, 6-speakers, power steering, power windows, power door locks, power side mirrors, keyless entry, central lock, power retractable side mirrors, 7-seater, air-conditioner, anti-lock braking system, petrol engine, 87-litre fuel tank, high mount stop light, in-built Bluetooth handsfree car kit
Specifications meets the requirements.
Note: The bid is substantially responsive to technical requirements.
Bid Evaluation Report for OAU-ACE PROJECT 2015
131
Table 6: Corrections and Unconditional Discounts
Lot 8
Bidder Read-out Bid Price(s) Corrections Corrected
Bid Price(s)
Unconditional
Discounts
Corrected/
Discounted
Bid Price(s)
Remark
Currency (ies)
Amount(s) Computational Errors
Provisional Sums
Percent Amount(s)
(a) (b) (c) (d) (e) (f) = (c) + (d) - (e) (g) (h) (i) = (f) – (h)
Information Management Resources Nigeria Ltd
NGN 18,994,500.00 - - 18,994,500.00 - - 18,994,500.00 4th
Lysun Global Investment Nig. Ltd
NGN 13,750,000.00 - - 13,750,000.00 - - 13,750,000.00 1st
Metropolitan Motors Ltd. NGN 16,275,000.00 - - 16,275,000.00 - - 16,275,000.00 2nd
Tunrap Ltd NGN 16,485,000.00 - - 16,485,000.00 - - 16,485,000.00 3rd
Bid Evaluation Report for OAU-ACE PROJECT 2015
132
Table 7: Post Qualification
Lysun Global Investment Nigeria Limited
LOT 8 S/No. CRITERIA EVIDENCE IN THE BID ADEQUACY
1. FINANCIAL CAPABILITY The tax clearance certificate indicated the company’s turnover as follows: ATO –N21,107,498.00 - 2012 ATO –N65,168,470.00 - 2013 ATO –N75,426,674.00 - 2014 Bidder also presented a Banker’s letter of reference from First Bank indicating their willingness to provide necessary financial support if required.
Average Annual Turnover is N53,900,880.67 which represents 392.01%1 of the proposed contract sum of N13,750,000.00
2. EXPERIENCE AND TECHNICAL CAPACITY
Bidder provided documentary evidence of two (2) contracts of similar nature and complexity executed in the past 5 yrs as follows: (1) Supply OF Toyota Landcruiser V8 and Toyota Prado V6 to National Primary Health care Development Agency at N37,620,000.00 on 23/7/2013 (2) Procurement of Monitoring Vehicles for National Health Insurance Scheme, Benue State Office at N24,318,000.00 on 28/8/2014
Average of 2 similar contracts performed is N30,969,000.00 and this represents 225.23%2 of the proposed contract sum of N13,750,000.00.
3. PERFORMANCE REQUIREMENT OF EQUIPMENT
Bidder has provided sufficient relevant technical details including Brand names; models etc with supporting literature/brochures to demonstrate that the items of equipment to be supplied meet usage requirements.
Bidder provided enough information on the items of equipment proposed to be supplied.
1 Bidder has demonstrated an average annual turnover / profitability of about 392.01% in comparison to the proposed contract sum. Bidder is assumed to have enough capability to execute the contract satisfactorily. 2 Average percentage of 2 contracts of similar nature and complexity performed by bidder in the last 5yrs is 225.23% compared to the proposed contract sum of N13,750,000.00 and this demonstrates that the bidder has adequate experience and technical capability to execute the contract successfully.
Bid Evaluation Report for OAU
133
Table 8: Proposed Contract Award
Lysun Global Investment Nigeria Limited
Lot 8 1. Lowest evaluated responsive bidder
(proposed for contract award).
(a) name
(b) address
Lysun Global Investment Nig. Limited
Plot 477, Central Business District,
Garki, Abuja
2. If bid submitted by agent, list actual supplier.
(a) name
(b) address
N/A
N/A
3. If bid from joint venture, list all partners, nationalities, and estimated shares of contract.
N/A
4. Principle country (ies) of origin of goods/materials.
USA/Japan
5. Estimated date (month, year) of contract signing.
29th December, 2015
6. Estimated delivery to project site/completion period.
29th February, 2016
Currency Amount
7. Bid Price(s) (Read-out) NGN 13,750,000.00
8. Corrections for Errors - -
9. Discounts - -
10. Other Adjustments - -
11. Proposed Award NGN 13,750,000.00
12. Disbursement Category N/A
134
APPENDICES & ANNEXURES
Bid Evaluation Report for OAU
135
OBAFEMI AWOLOWO UNIVERSITY, ILE-IFE, NIGERIA
MINUTES OF THE PROCEEDINGS AT THE TENDER OPENING EXERCISE FOR THE
PROCUREMENT OF LABORATORY EQUIPMENT AND A VEHICLE FOR THE AFRICAN
CENTRE OF EXCELLENCE PROJECT, OBAFEMI AWOLOWO UNIVERSITY, ILE-IFE (ICT-
DRIVEN KNOWLEDGE PARK) THROUGH NATIONAL COMPETITIVE BIDDING (NCB),
HELD AT THE HALL OF THE INSTITUTE OF ENTREPRENEURSHIP AT 12 NOON ON
TUESDAY 10TH NOVEMBER, 2015
1.0 PREAMBLE:
The bidding document was prepared and thereafter; the Invitation for Tender (IFT No. OAU/ACE/NCB/GDS/15) was issued on 9th October, 2015 with the bid submission and opening date fixed for 12 noon on Tuesday, 10th November, 2015. The IFT was published in the Federal Tenders Journal of Monday, October 19- Sunday, November 1, 2015, Daily Trust newspaper of 9th October and Punch newspaper of 12th October, 2015. At the close of the tender submission, all the fifteen (15) firms that collected the tender document submitted their tenders. Most of the firms submitted bids for multiple lots.
2.0 ATTENDANCE:
ACE Team/University Staff: Professor G. A. Aderounmu - Deputy Center Leader (stood-in for the Centre Leader) Mr. A.A. Ogunsade - Procurement Officer Engr. Tope Ajayi - Technical/ M & E Officer Mr. Yinka Adereti - Representative of the Director of Audit Miss. Adejo Veronica - Business Officer, ACE office Mr. O.A.Adetoro - Programme Officer, ACE Office Mr. O.W. Akinyombo - Staff, Central Store Mr. V.Y. Awoyele - Staff, Central Store Mr. Taiwo Adegbenjo - Staff, Central Store Miss Bisola Olaogbebikan - STEP-B Office
Representatives of Tenderers: Miss. Mojisola Adeniyan - A T & S Investments Limited Mr. Obuke Odezi - Afri Tech Multi Concept Limited Mrs. Adeyefa Ayodeji - Newine Nigeria Enterprises Pastor Tunde Ajiboye - David and Salem Company Messrs Yemi Kadiri & Olumide Afeni- BT Microxperts Limited Mr. Oni Okanlawon - Tunrap Limited Mr. Kayode Adepoju - Winteck Nigeria Limited Mr. Adeola Moses - Information Management Resources Nig. Limited Mr. Jadesinmi Adeleye - Lysun Global Investments Nig. Limited Mr. Tayo Foloki - Metropolitan Motors Mr. Sunday Olusanya - Nidave Industrial Ventures Limited
136
Mr. Okechukwu David Chukwu- Lyncos & Sons Development Company Mr. Bayo Samuel - Femmimat Concept Limited Mr. Taiwo Olajiire - Darikas Global Services 3.0 Commencement of the bid opening:
3.1 Opening Remarks
The bid opening exercise commenced at 12 noon. Mr. Abiodun Ogunsade- Procurement Officer, welcomed everyone present to the bid opening exercise. He appreciated the bidders for responding to the invitation for tenders and for showing interest in the project. He introduced Professor Aderounmu- Deputy Centre Leader as the one standing in for the Centre Leader who was unavoidably absent. He later introduced the members of the project team and the other members of staff in attendance to the attendees. It was announced that Professor T. A. Salami (Centre Leader) and Mrs Toyin Olufemi (Finance Officer) were away on very crucial official assignments, therefore they could not attend the tender opening exercise.
Proessor Aderounmu then welcomed everyone to the exercise. He briefed the meeting on the purpose and procedure for the tender opening. He said that the tenders shall be opened with the relevant details announced and recorded in the presence of everyone present in accordance with the guidelines. He reminded them that an advertisement had been placed on 9th October, 2015 to which fifteen (15) companies expressed interest by purchasing tender document and submitting their tenders. 3.2 Bid Opening:
The tender box was brought to the venue of the opening. The box was emptied and the parcels were sorted into the various lots. Thereafter Messrs Lyncos & Sons Development Company Limited withdrew its submission for Lots 2, 3, 4, 6 and 8 while there was no substitution or modification to any of the tenders submitted. The Procurement Officer then started to open the bids one after the other, announcing the names of the tenderers, the bid price, discount allowed, amount of bid security and the issuer’s name or bank draft submitted as follows:
LOT 1 – Supply and installation of Mountable Projectors, Electronic Boards and
Laptops:
Eight companies submitted tenders for Lot 1. The summaries for the eight companies are as follows:
1. Company Name: BT MicroXperts Limited
Company Address: 7, Toyin Street, Ikeja, Lagos Company Representative: Mr. Yemi Kadiri and Olumide Afeni Preliminary Comments: Mr. Kadiri identified his company’s parcel and agreed that the parcel was still intact as it was submitted. The bid was opened. The bid submission form was duly completed and signed. Bid Price: Fourteen million, seven hundred thousand, four hundred naira (N14,700,400.00) only (goods and related services). Bid Validity: 150 days.
Bid Evaluation Report for OAU
137
Bid Security: The company submitted a tender guarantee from Zenith Bank in the sum of eleven million naira (N3,000,000.00) only covering 5 lots, namely Lots 1, 2, 5, 6, 7. Discount: 1.5%. Other Information: No withdrawal, substitution, nor modification. 2. Company Name: Winteck Nigeria Limited Company Address: N5B/1906, Iwo Road, U.I. P. O. Box 9562, Ibadan Company Representative: Mr. Kayode Adepoju Preliminary Comments: Mr. Adepoju identified his company’s parcel and agreed that the parcel was still intact as it was submitted. The bid was opened. The bid submission form was duly completed and signed. Bid Price: Twelve million, nine hundred and ten thousand, eight hundred naira (N12, 910,800.00) only. Bid Validity: 120 days. Bid Security: The company submitted a bid security from First Bank in the sum of five hundred thousand naira (N500, 000.00) only. Discount: Nil.
Other Information: No withdrawal, substitution, nor modification.
3. Company Name: Lyncos & Sons Development Company Limited Company Address: 102, Nwukpabi Plaza, No. 14, Waziri Ibrahim Cresent, Off Abdulsalami Abubakar Way, Apo District, FCT, Abuja. Company Representative: Mr. David Okechukwu Chukwu. Preliminary Comments: Mr. Chukwu identified his company’s parcel and agreed that the parcel was still intact as it was submitted. The bid was opened. The bid submission form was duly completed and signed. Bid Price: Six million, nine hundred and eight thousand naira (N6, 908, 000.00) only inclusive of installation charges. Bid Validity: 150 days. Bid Security: The company submitted a bid guarantee from Skye Bank in the sum of five hundred thousand naira (N500,000.00) only. Other Information: No discount, the company withdrew from Lots 2, 3,
4, 6 and 8. No substitution and no modification.
4. Company Name: A T & S Investments Limited Company Address: 2nd Floor, Ladegbuwa Plaza, Plot 6, Ashaolu Cole Road, Behind Mobil/Mr. Bigg’s Complex, CBD, Agidingbi, Ikeja, Lagos. Company Representative: Miss. Mojisola Adeniyan. Preliminary Comments: Miss. Adeniyan identified her company’s parcel and agreed that the parcel was still intact as it was submitted. The bid was opened. The bid submission form was duly completed and signed. Bid Price: Twelve million, six hundred and thirty thousand, nine hundred and seventy-five naira (N12, 630, 975.00) only. Bid Validity: As specified. Bid Security: The company submitted a bid guarantee from Zenith Bank in the sum of five hundred thousand naira (N500, 000.00) only. Other Information: No discount, withdrawal, substitution, nor
modification.
138
5. Company Name: Tunrap Limited Company Address: 8, Biobaku Street, Parakin Layout, Ile-Ife. Company Representative: Mr. Oni Okanlawon. Preliminary Comments: Mr. Okanlawon identified his company’s parcel and confirmed that the parcel was still intact as it was submitted. The bid was opened. The bid submission form was completed and signed. Bid Price: Seven million, three hundred and ninety-two thousand, Three hundred and sixty-seven naira (N7, 392, 367.00) only. Bid Validity: 180 days Bid Security: The company submitted a WEMA Bank draft in the sum of one hundred and fifty thousand naira (N150, 000.00) only covering. Other Information: No discount, withdrawal, substitution, nor modification. 6. Company Name: Newine Nigeria Enterprises Company Address: 1, Aladanla Line 1, Ilesa Road, Ile-Ife. Company Representative: Mrs. Adeyefa, A.Y. Preliminary Comments: Mrs. Adeyefa identified her company’s parcel and
agreed that the parcel was still intact as it was
submitted. The bid submission form was duly
completed and signed.
Bid Price: Nine million, twelve thousand, four hundred and seventy-seven naira, ten kobo (N9, 012, 477.10) only. Bid Validity: As specified in the bidding document. Bid Security: The company did not submit a bid security. Other Information: No discount, withdrawal, substitution, nor modification
7. Company Name: Afri Tech Multi Concepts Limited Company Address: 27B, Royal Palm Drive, Osborne Foreshore II, Ikoyi, Lagos. Company Representative: Mr. Obuke Odezi. Preliminary Comments: Mr. Odezi identified his company’s parcel and confirmed that the parcel was still intact as it was submitted. Then the bid was opened. The bid submission form was completed and signed. Bid Price: Eight million, seventy-seven thousand, eight hundred and ninety-one naira, fifty kobo (N8, 077, 891.50) only. Bid Validity: As specified in the bidding document. Bid Security: The company did not submit a bid security. Other Information: No discount, withdrawal, substitution, nor modification.
8. Company Name: Information Management Resources Nigeria Limited
Company Address: 131, Ogunlana Drive, Surulere, Lagos. Company Representative: Mr. Adeola Moses
Preliminary Comments: Mr. Moses identified his company’s parcel and confirmed that the parcel was still intact as it was submitted. On opening the bid, it was found that the bid submission form was completed and signed.
Bid Evaluation Report for OAU
139
Bid Price: Eleven million, five hundred and twenty-nine thousand, three hundred and seventy naira, ninety-four kobo (N11, 529,370.94) only.
Bid Validity: 180 days Bid Security: The company submitted a bid security from Zenith Bank in the sum of five hundred and fifty thousand naira (N550 , 000.00) only. Other Information: No discount, withdrawal, substitution, nor modification.
LOT 2 – Supply and Installation of Equipment for the Cyber Security:
Laboratory
A total of three companies submitted bids for Lot 2. The summaries for the companies are as follows:
1. Company Name: BT MicroXperts Limited Company Address: 7, Toyin Street, Ikeja, Lagos Company Representative: Mr. Yemi Kadiri and Olumide Afeni Preliminary Comments: Mr. Kadiri identified his company’s parcel and agreed that the parcel was still intact as it was submitted. The bid was opened. The bid submission form was duly completed and signed. Bid Price: Twenty-two million, two hundred and eighty-six thousand, naira (N22, 286,000.00) only (goods and related services). Bid Validity: 150 days. Bid Security: The company submitted a tender guarantee from Zenith Bank in the sum of eleven million naira (N3,000,000.00) only covering 5 lots, namely Lots 1, 2, 5, 6, 7. Discount: 1.5% Other Information: No withdrawal, substitution, nor modification. 2. Company Name: Darikas Global Services Limited Company Address: 1C, Adeyemi Street, Mayaka, Idi-Mangoro, Lagos. Company Representative: Mr. Bayo Samuel. Preliminary Comments: Mr. Samuel identified his company’s parcel and confirmed that the parcel was still intact as it was submitted. Then the bid was opened. The bid submission form was completed and signed. Bid Price: Nine million, seventy-five thousand, three hundred and sixty naira (N9, 075, 360.00) only. Bid Validity: As specified in the bidding document. Bid Security: The company did not submit a bid security. Other Information: No discount, withdrawal, substitution nor modification.
3. Company Name: Information Management Resources Nigeria
Limited
Company Address: 131, Ogunlana Drive, Surulere, Lagos Company Representative: Mr. Adeola Moses Preliminary Comments: Mr. Moses identified his company’s parcel and confirmed that the parcel was still intact as it was submitted. The bid submission form was completed and duly signed.
140
Bid Price: Ten million, six hundred and thirty-five thousand, sixty-four naira, fifteen kobo (N10, 635, 064.15) only. Bid Validity: 180 days. Bid Security: The company submitted a bid security from Zenith Bank in the sum of six hundred and twenty-five thousand naira (N625, 000.00) only. Other Information: No discount, withdrawal, substitution, nor modification.
LOT 3 – Supply and Installation of Intelligent System Engineering
Laboratory Equipment- RM Series: Three companies submitted bids for Lot 3. The summaries for the companies are as follows:
1. Company Name: Winteck Nigeria Limited Company Address: N5B/1906, Iwo Road, U.I. P. O. Box 9562, Ibadan Company Representative: Mr. Kayode Adepoju Preliminary Comments: Mr. Adepoju identified his company’s parcel and agreed that the parcel was still intact as it was submitted. The bid was opened. The bid submission form was duly completed and signed. Bid Price: Four million, nine hundred and twenty-seven thousand, eight hundred and sixty naira (N4, 927, 860.00) only. Bid Validity: 120 days. Bid Security: The company submitted a bid security from First Bank in the sum of Four million, eight hundred thousand naira (N4, 800, 000.00) only. Discount: Nil.
Other Information: No withdrawal, substitution, nor modification.
2. Company Name: Femmimat Concept Limited Company Address: 3, Oduyemi Street, Opposite Ikeja LG Secretariat, Anifowoshe, Ikeja, Lagos Company Representative: Mr. Olajiire T. O Preliminary Comments: Mr. Olajiire identified his company’s parcel and agreed that the parcel was still intact as it was submitted. The bid was opened. The bid submission form was duly completed and signed. Bid Price: Three million, four thousand, seven hundred and sevety-three naira, sixty-six kobo (N3, 004, 773. 66) only. Bid Validity: As specified in the bidding document. Bid Security: The company did not submit a bid security. Discount: Nil Other Information: No withdrawal, substitution, nor modification.
3. Company Name: Information Management Resources Nigeria
Limited Company Address: 131, Ogunlana Drive, Surulere, Lagos. Company Representative: Mr. Adeola Moses
Preliminary Comments: Mr. Moses identified his company’s parcel and agreed that the parcel was still intact as it was submitted, then the bid was opened. The bid submission form was completed and signed.
Bid Evaluation Report for OAU
141
Bid Price: Five million, eight hundred and twenty-two thousand, ninety-two naira, twenty-seven kobo (N5, 822, 092.27) only.
Bid Validity: 180 days. Bid Security: The company submitted a bid security from Zenith Bank in the sum of two hundred and fifty thousand naira (N250, 000.00) only. Other Information: No discount, withdrawal, substitution, nor modification.
LOT 4 – Supply and Installation of Computer Engineering Equipment- DE Series:
A total of three companies submitted bids for Lot 4. The summaries for the companies are as follows:
1. Company Name: Winteck Nigeria Limited Company Address: N5B/1906, Iwo Road, U.I. P. O. Box 9562, Ibadan Company Representative: Mr. Kayode Adepoju Preliminary Comments: Mr. Adepoju identified his company’s parcel and agreed that the parcel was still intact as it was submitted. The bid was opened. The bid submission form was duly completed and signed. Bid Price: Eighty-four million, nine hundred and forty-six thousand, five hundred naira (N 84, 946, 500.00) only. Bid Validity: 120 days. Bid Security: The company submitted a bid security from First Bank in the sum of Four million, eight hundred thousand naira (N1, 840, 000.00) only. Discount: Nil.
Other Information: No withdrawal, substitution, nor modification.
2. Company Name: Pralif Royal Concept Company Address: 3, Awolowo Road, New Bodija, Ibadan Company Representative: Mr. Ayodeji Dasaolu Preliminary Comments: Mr. Dasaolu identified his company’s parcel and confirmed that the parcel was still intact as it was submitted. The bid was opened. The bid submission form was duly completed and signed. Bid Price: Five million, four hundred and fifteen thousand, two hundred and twenty-eight naira, five kobo (N5, 415, 228.05) only. Bid Validity: 180 days. Bid Security: The company submitted a bid security from FCMB in the sum of Three hundred and forty-two thousand, two hundred naira (N 342, 200.00) only. Discount: 1%
Other Information: No withdrawal, substitution, nor modification.
3. Company Name: Information Management Resources Nigeria
Limited Company Address: 131, Ogunlana Drive, Surulere, Lagos. Company Representative: Mr. Adeola Moses
Preliminary Comments: Mr. Moses identified his company’s parcel and agreed that the parcel was still intact as it was submitted, then the bid was opened. The bid submission form was completed and signed.
142
Bid Price: Eighty-seven million, five hundred and five thousand, eight hundred and eighteen naira, seventy-five kobo (N 87, 505, 818.75) only.
Bid Validity: 180 days. Bid Security: The company submitted a bid security from Zenith Bank in the sum of two million naira (N2, 000, 000.00) only. Other Information: No discount, withdrawal, substitution, nor modification.
LOT 5 – Supply and Install Geo Information Equipment: A total of five companies submitted bids for Lot 5. The summaries for the companies are as follows:
1. Company Name: Winteck Nigeria Limited Company Address: N5B/1906, Iwo Road, U.I. P. O. Box 9562, Ibadan Company Representative: Mr. Kayode Adepoju Preliminary Comments: Mr. Adepoju identified his company’s parcel and agreed that the parcel was still intact as it was submitted. The bid was opened. The bid submission form was duly completed and signed. Bid Price: Thirty-nine million, four hundred and twenty-five thousand, naira (N 39, 425, 000.00) only. Bid Validity: 120 days. Bid Security: The company submitted a bid security from First Bank in the sum of Five hundred thousand naira (N500, 000.00) only. Discount: Nil.
Other Information: No withdrawal, substitution, nor modification. 2. Company Name: BT MicroXperts Limited
Company Address: 7, Toyin Street, Ikeja, Lagos Company Representative: Mr. Yemi Kadiri and Olumide Afeni Preliminary Comments: Mr. Kadiri identified his company’s parcel and agreed that the parcel was still intact as it was submitted. The bid was opened. The bid submission form was duly completed and signed. Bid Price: Fourteen million, seven hundred thousand, four hundred naira (N14,700,400.00) only (goods and related services). Bid Validity: 150 days. Bid Security: The company submitted a tender guarantee from Zenith Bank in the sum of eleven million naira (N3,000,000.00) only covering 5 lots, namely Lots 1, 2, 5, 6, 7. Discount: 1.5%. Other Information: No withdrawal, substitution, nor modification.
3. Company Name: Femmimat Concept Limited
Company Address: 3, Oduyemi Street, Opposite Ikeja LG Secretariat, Anifowoshe, Ikeja, Lagos Company Representative: Mr. Olajiire T. O Preliminary Comments: Mr. Olajiire identified his company’s parcel and agreed that the parcel was still intact as it was submitted. The bid was opened. The bid submission form was duly completed and signed.
Bid Evaluation Report for OAU
143
Bid Price: Fifty million, one hundred and ninety thousand naira (N50, 190, 000.00) only. Bid Validity: As specified in the bidding document. Bid Security: The company did not submit a bid security. Discount: Nil Other Information: No withdrawal, substitution, nor modification.
4. Company Name: Information Management Resources Nigeria Limited
Company Address: 131, Ogunlana Drive, Surulere, Lagos. Company Representative: Mr. Adeola Moses
Preliminary Comments: Mr. Moses identified his company’s parcel and agreed that the parcel was still intact as it was submitted, then the bid was opened. The bid submission form was completed and signed.
Bid Price: Forty-seven million, five hundred and eighty-six thousand, naira (N47, 586, 000.00) only.
Bid Validity: 180 days. Bid Security: The company submitted a bid security from Zenith Bank in the sum of Two million, three hundred and seventy-five thousand naira (N2, 375, 000.00) only. Other Information: No discount, withdrawal, substitution, nor modification. 5. Company Name: Lyncos & Sons Development Company Limited Company Address: 102, Nwukpabi Plaza, No. 14, Waziri Ibrahim Cresent, Off Abdulsalami Abubakar Way, Apo District, FCT, Abuja. Company Representative: Mr. David Okechukwu Chukwu. Preliminary Comments: Mr. Chukwu identified his company’s parcel and agreed that the parcel was still intact as it was submitted. The bid was opened. The bid submission form was duly completed and signed. Bid Price: Thirty-five million, two hundred and fifty thousand naira (N35, 250, 000.00) only. Bid Validity: 150 days. Bid Security: The company submitted a bid guarantee from Skye Bank in the sum of eight hundred thousand naira (N800, 000.00) only. Other Information: No discount, the company withdrew from Lots 2, 3,
4, 6
LOT 6 – Procurement of ICT Furniture: A total of six companies submitted bids for Lot 6. The summaries for the companies are as follows:
1. Company Name: BT MicroXperts Limited
Company Address: 7, Toyin Street, Ikeja, Lagos Company Representative: Mr. Yemi Kadiri and Olumide Afeni Preliminary Comments: Mr. Kadiri identified his company’s parcel and agreed that the parcel was still intact as it was submitted. The bid was opened. The bid submission form was duly completed and signed. Bid Price: Five million, five hundred and eighty thousand, one hundred and seven naira, fifty kobo (N5, 580, 107.50) only (goods and related services).
144
Bid Validity: 150 days. Bid Security: The company submitted a tender guarantee from Zenith Bank in the sum of eleven million naira (N3,000,000.00) only covering 5 lots, namely Lots 1, 2, 5, 6, 7. Discount: 1.5%. Other Information: No withdrawal, substitution, nor modification.
2. Company Name: Nidave Industrial Ventures Limited
Company Address: Plot 21, Block 21, Oluyole Extension, Ibadan. Company Representative: Mr. Sunday Olusanya Preliminary Comments: Mr. Olusanya identified his company’s parcel and confirmed that the parcel was still intact as it was submitted. The bid submission form was completed and duly signed. Bid Price: Thirteen million, two hundred and ninety-three thousand, seven hundred and fifty naira (N13, 293, 750.00) only. Bid Validity: As specified in the bidding document. Bid Security: No bid security Discount: Nil Other Information: No withdrawal, substitution, nor modification.
3. Company Name: Information Management Resources Nigeria Limited Company Address: 131, Ogunlana Drive, Surulere, Lagos. Company Representative: Mr. Adeola Moses
Preliminary Comments: Mr. Moses identified his company’s parcel and agreed that the parcel was still intact as it was submitted, then the bid was opened. The bid submission form was completed and signed.
Bid Price: Nine million, six hundred and sixty thousand naira (N9, 660, 000.00) only.
Bid Validity: 180 days. Bid Security: The company submitted a bid security from Zenith Bank in the sum of Three hundred and twenty-five thousand naira (N325, 000.00) only. Other Information: No discount, withdrawal, substitution, nor modification.
4. Company Name: Afri Tech Multi Concepts Limited Company Address: 27B, Royal Palm Drive, Osborne Foreshore II, Ikoyi, Lagos. Company Representative: Mr. Obuke Odezi. Preliminary Comments: Mr. Odezi identified his company’s parcel and confirmed that the parcel was still intact as it was submitted. Then the bid was opened. The bid submission form was completed and signed. Bid Price: Five million, eight hundred and forty thousand, four hundred and twenty naira, eighty-seven kobo (N5, 840, 420.87) only. Bid Validity: As specified in the bidding document. Bid Security: The company did not submit a bid security. Other Information: No discount, withdrawal, substitution, nor modification.
Bid Evaluation Report for OAU
145
5. Company Name: David & Salem Company Company Address: 33, Ede Road, Ile-Ife Company Representative: Pastor Tunde Ajiboye Preliminary Comments: Pastor Ajiboye identified his company’s parcel and confirmed that the parcel was still intact as it was submitted. The bid was opened. The bid submission form was duly completed and signed. Bid Price: Five million, eight hundred and twenty-three thousand, ninety naira (N5, 823, 090.00) only. Bid Validity: 180 days. Bid Security: The company submitted a WEMA Bank Draft of N117, 000.00 Discount: Nil Other Information: No withdrawal, substitution, nor modification.
6. Company Name: Tunrap Limited
Company Address: 8, Biobaku Street, Parakin Layout, Ile-Ife. Company Representative: Mr. Oni Okanlawon. Preliminary Comments: Mr. Okanlawon identified his company’s parcel and confirmed that the parcel was still intact as it was submitted. The bid was opened. The bid submission form was completed and signed. Bid Price: Six million, eight hundred and seventy-five thousand, two hundred and forty-two naira, fifty kobo (N6, 875, 242.50) only. Bid Validity: 180 days Bid Security: The company submitted a WEMA Bank draft in the sum of one hundred and fifty thousand naira (N140, 000.00) only covering. Other Information: No discount, withdrawal, substitution, nor modification.
LOT 7 – Supply and Install Inverter System: A total of eight companies submitted bids for Lot 7. The summaries for the companies are as follows:
1. Company Name: BT MicroXperts Limited
Company Address: 7, Toyin Street, Ikeja, Lagos Company Representative: Mr. Yemi Kadiri and Olumide Afeni Preliminary Comments: Mr. Kadiri identified his company’s parcel and agreed that the parcel was still intact as it was submitted. The bid was opened. The bid submission form was duly completed and signed. Bid Price: Twenty-five million, eight hundred and fifty thousand naira (N 25, 850, 000.00) only (goods and related services). Bid Validity: 150 days. Bid Security: The company submitted a tender guarantee from Zenith Bank in the sum of eleven million naira (N3,000,000.00) only covering 5 lots, namely Lots 1, 2, 5, 6, 7. Discount: 1.5%. Other Information: No withdrawal, substitution, nor modification. 2. Company Name: Winteck Nigeria Limited Company Address: N5B/1906, Iwo Road, U.I. P. O. Box 9562, Ibadan Company Representative: Mr. Kayode Adepoju
146
Preliminary Comments: Mr. Adepoju identified his company’s parcel and agreed that the parcel was still intact as it was submitted. The bid was opened. The bid submission form was duly completed and signed. Bid Price: Thirty-five million, five hundred and sixty thousand naira (N 35, 560, 000.00) only. Bid Validity: 120 days. Bid Security: The company submitted a bid security from First Bank in the sum of one million naira (N1, 000, 000.00) only. Discount: Nil.
Other Information: No withdrawal, substitution, nor modification.
3. Company Name: Information Management Resources Nigeria
Limited Company Address: 131, Ogunlana Drive, Surulere, Lagos. Company Representative: Mr. Adeola Moses
Preliminary Comments: Mr. Moses identified his company’s parcel and agreed that the parcel was still intact as it was submitted, then the bid was opened. The bid submission form was completed and signed.
Bid Price: Thirty-two million, one hundred and fifty-seven thousand, two hundred and seventy-nine naira (N32, 157, 279.00) only.
Bid Validity: 180 days. Bid Security: The company submitted a bid security from Zenith Bank in the sum of one million, one hundred and twenty-five thousand hundred naira (N1, 125, 000.00) only.
Other Information: No discount, withdrawal, substitution, nor modification.
4. Company Name: Lyncos & Sons Development Company Limited Company Address: 102, Nwukpabi Plaza, No. 14, Waziri Ibrahim Cresent, Off Abdulsalami Abubakar Way, Apo District, FCT, Abuja. Company Representative: Mr. David Okechukwu Chukwu. Preliminary Comments: Mr. Chukwu identified his company’s parcel and agreed that the parcel was still intact as it was submitted. The bid was opened. The bid submission form was duly completed and signed. Bid Price: Twenty-two million, sixty-six thousand naira (N22, 066, 000.00) only. Bid Validity: 150 days. Bid Security: The company submitted a bid guarantee from Skye Bank in the sum of eight hundred thousand naira (N800,000.00) only. Other Information: No discount, the company withdrew from Lots 2, 3,
4, 6 and 8. No substitution and no modification.
5. Company Name: A T & S Investments Limited Company Address: 2nd Floor, Ladegbuwa Plaza, Plot 6, Ashaolu Cole Road, Behind Mobil/Mr. Bigg’s Complex, CBD, Agidingbi, Ikeja, Lagos. Company Representative: Miss. Mojisola Adeniyan.
Bid Evaluation Report for OAU
147
Preliminary Comments: Miss. Adeniyan identified her company’s parcel and agreed that the parcel was still intact as it was submitted. The bid was opened. The bid submission form was duly completed and signed. Bid Price: Twenty-three million, six hundred and fourteen thousand, five hundred naira (N23, 614, 500.00) only. Bid Validity: As specified. Bid Security: The company submitted a bid guarantee from Zenith Bank in the sum of seven hundred thousand naira (N700, 000.00) only. Other Information: No discount, withdrawal, substitution, nor
modification.
. 6. Company Name: Tunrap Limited
Company Address: 8, Biobaku Street, Parakin Layout, Ile-Ife. Company Representative: Mr. Oni Okanlawon. Preliminary Comments: Mr. Okanlawon identified his company’s parcel and confirmed that the parcel was still intact as it was submitted. The bid was opened. The bid submission form was completed and signed. Bid Price: Eighteen million, three hundred and thirty-three thousand naira (N18, 333, 000.00) only. Bid Validity: 180 days Bid Security: The company submitted a WEMA Bank draft in the sum of three hundred and eighty thousand naira (N380, 000.00) only covering. Other Information: No discount, withdrawal, substitution, nor modification.
7. Company Name: Pralif Royal Concept
Company Address: 3, Awolowo Road, New Bodija, Ibadan Company Representative: Mr. Ayodeji Dasaolu Preliminary Comments: Mr. Dasaolu identified his company’s parcel and confirmed that the parcel was still intact as it was submitted. The bid was opened. The bid submission form was duly completed and signed. Bid Price: Five million, four hundred and fifteen thousand, two hundred and twenty-eight naira, five kobo (N17, 110, 000.00) only. Bid Validity: 180 days. Bid Security: The company submitted a bid security from FCMB in the sum of Three hundred and forty-two thousand, two hundred naira (N 342, 200.00) only. Discount: 1%
Other Information: No withdrawal, substitution, nor modification.
8. Company Name: Afri Tech Multi Concepts Limited Company Address: 27B, Royal Palm Drive, Osborne Foreshore II, Ikoyi, Lagos. Company Representative: Mr. Obuke Odezi. Preliminary Comments: Mr. Odezi identified his company’s parcel and confirmed that the parcel was still intact as it was submitted. Then the bid was opened. The bid submission form was completed and signed. Bid Price: Twenty-nine million, seventy-one thousand, seven hundred and seventy naira (N29, 071, 770.00) only. Bid Validity: As specified in the bidding document.
148
Bid Security: The company did not submit a bid security. Other Information: No discount, withdrawal, substitution, nor modification.
LOT 8 – Supply of a motor vehicle: Four companies submitted bids for Lot 8. The summaries for the companies
are as follows: 1. Company Name: Information Management Resources Nigeria
Limited Company Address: 131, Ogunlana Drive, Surulere, Lagos. Company Representative: Mr. Adeola Moses
Preliminary Comments: Mr. Moses identified his company’s parcel and agreed that the parcel was still intact as it was submitted, then the bid was opened. The bid submission form was completed and signed.
Bid Price: Eighteen million, nine hundred and ninety-four thousand, five hundred naira (N18, 994, 500.00) only.
Bid Validity: 180 days. Bid Security: The company submitted a bid security from Zenith Bank in the sum of six hundred thousand hundred naira (N600, 000.00) only.
Other Information: No discount, withdrawal, substitution, nor modification.
2. Company Name: Lysun Global Investment Nig. Limited Company Address: Plot 477, Central Business District, Garki-Abuja. Company Representative: Jadesimi Adeleye. Preliminary Comments: Mr Adeleye identified his company’s parcel and confirmed that the parcel was still intact as it was submitted. The bid was opened. The bid submission form was completed and duly signed. Bid Price: Thirteen million, seven hundred and fifty thousand naira (N13, 750, 000.00) only. Bid Validity: 90 days. Bid Security: The firm submitted a bank draft of Eco Bank in the sum of two hundred and eighty thousand naira (N280,000) only. Other Information: No discount, withdrawal, substitution, nor modification.
3. Company Name: Metropolitan Motors Limited Company Address: 7, Joel Ogunnaike Street, GRA, Ikeja, Lagos Company Representative: Mr. Tayo Foloki. Preliminary Comments: Mr. Foloki identified his company’s parcel and
confirmed that the parcel was still intact as it was
submitted. The bid submission form was duly
completed and signed.
Bid Price: Sixteen million, two hundred and seventy-five thousand naira (N16, 275, 000.00) only. Bid Validity: As specified in the bid document.
Bid Evaluation Report for OAU
149
Bid Security: The company submitted a bid security from GT Bank in the sum of four hundred thousand and fifty thousand naira (N450, 000.00) only. Other Information: No discount, withdrawal, substitution, nor modification.
4. Company Name: Tunrap Limited
Company Address: 8, Biobaku Street, Parakin Layout, Ile-Ife. Company Representative: Mr. Oni Okanlawon. Preliminary Comments: Mr. Okanlawon identified his company’s parcel and confirmed that the parcel was still intact as it was submitted. The bid was opened. The bid submission form was completed and signed. Bid Price: Sixteen million, four hundred and eighty-five thousand naira (N16, 485, 000.00) only. Bid Validity: 180 days Bid Security: The company submitted a WEMA Bank draft in the sum of three hundred and thirty thousand naira (N330, 000.00) only. Other Information: No discount, withdrawal, substitution, nor modification
3.0 Closing Remarks Professor Aderounmu thanked all company representatives for showing interest in the project. He assured them that the evaluation of their tenders would commence very soon in line with the extant guidelines and that the outcome would be communicated to them. He also thanked the ACE team members and the bidders for their patience and contributions to the success of the bid opening exercise. The exercise came to a close at 3.22 p.m. ------------------------------------ -------------------------------
Chairman Secretary