NOTICE OF NATIONAL OPEN TENDER NO. 08/AONO/ANTIC/DG/CIPM/2022, OF MAY 10, 2022, FOR THE ACQUISITION OF COMPUTER EQUIPMENT FOR THE NATIONAL AGENCY FOR INFORMATION AND COMMUNICATION TECHNOLOGY (ANTIC)

1.Subject

In order to increase the efficiency of its staff and the productivity of the Agency, the Director General of ANTIC, the Contracting Authority, launches a National Open Tender for the acquisition of computer equipment in three (03) separate lots, fiscal year 2022.

2.Nature of services

The services covered by this contract include :

 LOT 1: SUPPLY OF COMPUTER EQUIPMENT:
Supply, installation, configuration, commissioning and documentation of the following computer equipment :

Product

Quantity

Remarks

1          

All-in-one computer (Core i7)

15

 

2          

All-in-one computer (Core i5)

10

 

3          

Laptop (core i7)

05

 

4          

Laptop (core i5)

04

 

5          

Black/white laser printer

04

 

6          

Color Laser Printer

10

 

7          

Standard photocopier

03

 

8          

Scanner

02

 

9          

Video projector

05

 

10      

UPS for desktop

30

 

11      

Tablet

10

 

12      

External hard drives

05

 

13      

Internal hard drives

10

 

14      

Pro Combined

20

 

15      

Video conference headset

15

 

16      

Fixed telephone

05

 

 LOT 2 : SUPPLY OF SOFTWARE SOLUTIONS :

Supply, installation, configuration, activation and implementation of authenticated operating licenses for the following software;;

Solutions

Quantity

Comments

  1.  

Ms Office 2019 professional

50

 

  1.  

VM Ware Essential Plus

03

 

  1.  

Microsoft Windows 10 professional

05

 

  1.  

Microsoft Windows Server 2019 professional

02

 

  1.  

VM Ware VCenter

01

 

  1.  

VM Ware Workstation Player

01

 

  1.  

Microsoft Office 365

15

 

LOT 3 : SUPPLY OF HARDWARE ICT INFRASTRUCTURES :
Supply, installation, configuration, activation as well as documentation of the technical configurations and installations of the following physical ICT infrastructures :

Product

Quantity

Remarks

1

SAN

01

 

2

Server

01

 

 

3.Estimated cost

The estimated cost of the operation at the end of the preliminary studies is of an amount including all taxes of : 249,484,262 (two hundred and forty-nine million four hundred and eighty-four thousand two hundred and sixty-two) FCFA, broken down as follows :

- For lot 1: Supply of computer equipment in the amount of 145,291,117 (one hundred and forty-five million two hundred and ninety-one thousand one hundred and seventeen) FCFA.

- For lot 2: Supply of software solutions in the amount of 71,434,145 (seventy-one million four hundred and thirty-four thousand one hundred and forty-five) FCFA including VAT.

- For lot 3: Hardware ICT infrastructure for an amount of 32 759 000 (Thirty-two million seven hundred and fifty-nine thousand) CFA francs including tax.

4.Allotment

The services covered by this invitation to tender are subdivided into three (03) lots as follows

-Lot 1: Supply of computer equipment:

-Lot 2: Supply of software solutions;

-Lot 3: Hardware ICT infrastructure.

NB: A bidder may be awarded all three (03) lots.

 

5.Participation and origin

Participation in this invitation to tender is open on equal terms to companies and enterprises incorporated under Cameroonian law, with proven experience in the sale of hardware, computer accessories and software or in a similar field.

By this invitation to tender, interested companies are invited to provide in their bids, the authentic information that will allow the selection of those who can provide the services after a thorough and objective evaluation of its file.

Submission mode

The mode of submission retained for this consultation is online or offline (hybrid)

6.Financing

The services, which are the subject of this invitation to tender, are financed by the ANTIC budget, fiscal year 2022: Budget allocations:

- Lot1 : 242 000 ;
- Lot2 : 235 200 ;
- Lot3 : 235 100.

7.File Consultation

The physical file can be consulted during working hours at ANTIC's General Management (Direction des Affaires Générales) located at Ekoudou Bastos-Yaoundé, opposite the Canadian High Commission, BP: 6170, Tel: 6 94 40 58 68.

The electronic version of the file can be consulted online during working hours on the COLEPS platform available at http://www.marchespublics.cm and http://www.publiccontracts.cm as soon as this notice is published.

8.File Acquisition

Files may be obtained from the ANTIC General Management (General Affairs Department), located at Ekoudou Bastos-Yaoundé, opposite the Canadian High Commission, BP: 6170, Tel: 6 94 40 58 68 as soon as this Notice is published, in return for payment of a non-refundable sum of 175,000 (One hundred and seventy-five thousand) CFA francs, representing the purchase costs of the CAD, payable during working hours into the BICEC account "Special Account: CAS-ARMP". This receipt must indicate the identity of the service provider. It is also possible to obtain the CAD by free download on the COLEPS platform available at the above-mentioned addresses for the electronic version. However, online submission is conditional upon payment of the CAD purchase fee.
 

File size and format

The maximum sizes of the documents that will transit on the platform and constitute the bidder's offer are the following:

- 5 MB for the Administrative Offer ;

- 15 MB for the Technical Offer;

- 5 MB for the Financial Offer.

The accepted formats are as follows:

PDF format for text documents;

JPEG for images.

The applicant should use compression software to reduce the size of the files to be transmitted.

The documents constituting the offer are divided into three volumes below, contained in a closed and sealed envelope, namely

Envelope A containing the administrative documents (Volume 1);

Envelope B containing the technical offer (Volume 2);

Envelope C containing the financial offer (Volume 3).

NB: The bids thus submitted shall be placed in a single sealed envelope bearing only the reference to the invitation to tender in question. The various parts of each bid shall be numbered in the order of the RFP and separated by dividers of the same color

9.Submission of bids

-For off-line submission: the bid in seven (07) copies including one (01) original and six (06) copies marked as such, must reach the General Management of ANTIC, (Direction des Affaires Générales) located in Ekoudou Bastos-Yaoundé opposite the Canadian High Commission, BP: 6170, Tel: 699 474 440, no later than June 09, 2022 at 1:00 p.m. and must be marked as follows

NATIONAL OPEN TENDER NO. 08 /AONO/ANTIC/DG/CIPM/2022 OF MAY 10, 2022, FOR THE ACQUISITION OF THE COMPUTER EQUIPMENT OF THE NATIONAL AGENCY FOR INFORMATION AND COMMUNICATION TECHNOLOGIES (ANTIC), IN THREE (03) DISTINCT LOTS, FISCAL YEAR 2022.

 "To be opened only in the counting session".

-For online submission, the bid must be transmitted by the bidder on the COLEPS platform no later than June 09, 2022 at 1:00 PM. A backup copy of the offer recorded on a USB key or CD/DVD must be sent in a sealed envelope with the clear and legible indication "backup copy", in addition to the above mention within the given time limit.

NB Tenders received after the deadline will be considered inadmissible.

10.Delivery time

The maximum period provided by the Employer for the delivery of the supplies covered by this invitation to tender is one hundred and fifty (150) calendar days. This period includes rainy periods, all bad weather and various other difficulties and runs from the date of notification of the Service Order to start work.
 

11.Bid bond

Each bidder must attach to its administrative documents a bid bond issued by a first class bank or an insurance company approved by the Ministry of Finance and listed in Exhibit 11 of the SOW in the amount of :

- 2,900,000 (Two million nine hundred thousand) FCFA for lot 1;

- 1,400,000 (One million four hundred thousand) CFA francs for lot 2;

- 650 000 (Six hundred and fifty thousand) CFA francs for lot 3,

This bond is valid for thirty (30) days from the deadline for the validity of bids.

12.Admissibility of bids

To be accepted, the documents in the administrative file must be produced in originals or certified copies only by the issuing departments or a competent administrative authority, in accordance with the provisions of the Special Rules for Invitations to Tender. They must be dated within three (3) months prior to the date of submission of bids or after the date of signature of the Invitation for Bids.

13.Opening of bids

Bids will be opened at one time on June 9, 2022 at 2:00 p.m. by the Internal Contract Award Commission (CIPM) attached to ANTIC, sitting in the conference room of the National Center for Cryptography and Electronic Certification (CNCCE) of ANTIC, located at Poste Centrale.Only bidders may attend this opening session or be represented by a person of their choice duly mandated and having a perfect knowledge of the file.

14.Evaluation criteria

  1. Eliminatory criteria
  2. False declaration or falsified document
  3. Non regularization of a document in the administrative file within the 48 hour period allowed
  4. Absence of a bid bond in the amount of 2,900,000 (Two million nine hundred thousand) CFA francs for lot 1; 1,400,000 (One million four hundred thousand) CFA francs for lot 2; 650,000 (Six hundred and fifty thousand) CFA francs for lot 3, issued by a first class banking institution or an insurance company approved by the Ministry of Finance.
  5. 100% of the major criteria and 70% of the essential criteria are not met;
  6. Technical score below 70%;
  7. Absence of a quantified unit price in the financial offer
  8. Absence of a certificate of financial capacity issued by a first class banking institution approved by the Ministry of Finance in the amount of

- 80,000,000 (eighty million) FCFA for Lot 1,

- 30 000 000 (thirty million) CFA francs for Lot 2;

-15 000 000 (fifteen million) CFA francs for Lot 3;

  1. Non-compliance with the file format of the offers
  2. Lack of a backup copy;    

Major criteria

The major technical specifications of the supplies are as follows:


LOT 1 : SUPPLY OF COMPUTER EQUIPMENT :

Designations

1

All-in-one computer (CORE i7)

Characteristics

Processor

-        Intel® Core™ i7, 10th Generation, UHD Graphics 630, 16 MB L3 cache, 8 cores, 65W1,2 intel vPro support

RAM

-        At least 8 GB RAM

-        DDR4-2933 MHz

Hard Disk

-        512GB M.2 2280 PCIe NVMe Three (03) Cells SSD Layers

2

CORE I5 ALL-IN-ONE COMPUTER (DESKTOP)

Processor

-        Intel® Core™ i5-10600 with UHD Graphics 630 (3.3 GHz, 12 MB L3 cache, 6 cores), 65W1.2 intel vPro support

RAM

-         At least 8 GB RAM

-        DDR4-2933 MHz

Hard Disk

-        256GB M.2 2280 PCIe NVMe Three (03) SSD Layer Cells

3

LAPTOP (Core i7)

Processor

-        11th Generation Intel® Core™ i7

RAM

-        At least 16 GB of memory

-        LPDDR4x-4266

Hard Drive

-        At least 1 TB

-        M.2 PCIe NVMe SSD

4

LAPTOP (Core i5)

Processor

-        Intel® Core™ i7-11850H, 24MB cache, DDR4-3200, Intel UHD graphics

Processor

-        11th Generation Intel® Core™ i5

RAM

-        At least 16 GB

-        DDR4-3200

Hard Drive

-        512 GB, PCle NVMe, PCle x4, M.2 2280 SSD Opal2

5

BLACK/WHITE LASER PRINTER

Connectivity

-        Dual Band Wi-Fi with Auto Reset, Hi-Speed USB

Monthly usage rate

-       Up to 20,000 A4; Recommended monthly page volume: 200 to 2,000

6

COLOR LASER PRINTER

Printing performance

- Black (A4, single-sided): Up to 27 ppm; Color (A4, single-sided): Up to 27 ppm;

- Black (A4, duplex): Up to 24 ipm; Color (A4, duplex): Up to 24 ipm;

Monthly usage rate

- Up to 55,000 A4 pages;

Recommended monthly page volume: 900 to 4,800 pages

7

STANDARD COPIER

Resolution

-        Reading (600dpi x 600dpi)

-        Copy (600dpi x 600dpi)

 Scan speed (A4, 300dpi)

-        25/25ipm(25/20 ppm)

8

SCANNER

Grayscale / Sampling depth

-     8 bit (256 grayscale) / 24 bit (16.7 million colors)

Additional features

-        E-mail, Scan to Cloud

Supported document type

-        Business card, label, photo, envelope, postcard

9

VIDEOPROJECTOR

Projection technology

-        3LCD technology, RGB LCD shutter

Dynamic Contrast Ratio

-        40 000:1

10

DESKTOP INVERTER

Technology

-        Line Interactive

Transfer time

-        6 ms typical : 10 ms maximum

Battery

-        Battery type : Sealed lead battery

-        12V

Output connection

-        2 Universal + 1 IEC 320 C13

11

TABLET

Processor

-        10th generation Intel® Core™ i5-1035G4 quad-core processor

Memory

-        8 GB 3733 MHz LPDDR4x

Storage

-        SSD : 256 GB

12

EXTERNAL HARD DRIVES

Technology

-        SSD

Capacity

-        2TB

Security Compliance

-        CAN/CSA C22.2

13

INTERNAL HARD DRIVES

Average latency (ms)

-        4.16

Bytes per sector

-        4096

Capacity

-        4To

Depth (mm/in, max)3

-        147.0mm/5.787in

14

PRO HANDSET

Handset display

-Large 1.8" TFT color display

- 6 lines / 128 x 180 pixels

Interface

-        a/b (analog) and IP/ Ethernet (IEEE 802.3) VoIP

System

-        Scalable wireless phone up to 6 handsets

15

VIDEO CONFERENCE HEADSETS

Microphone

-        100 Hz–10 kHz

Input sensitivity

-        -62 dBV/µbar, -42 dBV/Pa +/- 3 dB

Cable length

-        2.4 m

Connection

-        USB Compatible (1.1 and 2.0)

 

FIXED PHONE

16

Full duplex hands-free:

-        320 x 240 pixels (QVGA) TFT color 5.7”

Supported protocol :

-        VoIP, Codecs G.711, G.722 I G729

Display :

-        320 x 240 pixels (QVGA) TFT couleur 5.7”, rétro-éclairage de l’écran

Programmable touch keys (illuminated:

-        8 keys with blue LED

Consumption data according to the annual charging cycle in accordance with RAL-UZ 150:

-        31,7 kWh1

Platform support :

-        hipath 3000

NB :  All machines must have at least Windows 10 Pro 64-bit installed

LOT 2 : SUPPLY OF SOFTWARE SOLUTIONS

Solutions

Properties

Characteristics

Values

  1.  

Ms Office 2019 Professional

Language

Multi-Language Pack

Product activation

KMS (Key Management Services) /MAK (Multiple Activation Key)

License type

OEM/FPP

Available Channels

Open/Open Value, Enterprise Agreement/Enterprise Subscription Agreement

2

VM Ware Essential Plus

Minimum version

ESX 7.0.U1

Virtual Hardware Minimum Version

17

Support period

1 year

3

Microsoft Windows 10 Professional

Language

Local language

License type

FPP/OEM

TPM Support

Yes

Hyper V Client

Yes

4

Microsoft Windows Server 2019 professional

Product activation

KMS (Key Management Services) /MAK (Multiple Activation Key)

Additional Software

Disaster Recovery Rights (SA required for both Server licenses and CALs), Planning Services, Self-Hosting Use Rights

5

VM Ware Vcenter

License included

25 licenses OSI, vRealize

Alerts and Notifications

Yes

Key features

vSphere Client based on HTML5, vCenter Single Sign-on, VCHA, Unified Patch and Upgrade Management, Appliance Management Interface

vRealize Orchestrator

Included

Version

7.0 U2

6

VM Ware Workstation Player

Key Features

Virtual machine isolation, Access to host PC devices, Adjustable memory, Powerful networking capabilities, Configurable shutdown–

7

Microsoft Office 365

Software Architecture

x64

Duration

1 year

Supported operating systems

Windows 10, Mac OS

License included

Word, Excel, PowerPoint, Outlook, OneNote, Publisher

Type

Office 365 E5

LOT 3: SUPPLY OF HARDWARE ICT INFRASTRUCTURE

DESIGNATIONS

1

10th generation server

Processor : 

-        Intel® Xeon® 4208 scalable processor (8 cores, 2.1 GHz, 11 MB, 85 W)

Processor cache

-        11 MBL3

Network Controller

-        HPE 1GB 331i 4-port Ethernet adapter

Memory, maximum

-        3.0 TB with 128 GB DDR4 memory, depending on processor model

2

SAN

Input Power Requirements

-        120VAC 3.07A, 293-361 W; 220VAC 1.58A,289-352W

Storage expansion options

-        24 drive bay 2060 SFF disk enclosures and/or 12 drive bay 2060 LFF disk enclosures (add up to 9)

Heat dissipation

-        1766 BTU/hr

  1. Essential Criteria

CRITERIA

Sub criteria

a

General presentation of the offer

02

b

Bidder's reference in similar field

01

c

Qualification and conformity of the proposed supplies to the technical specifications

114

(Lot 1 : 68, Lot 2 : 36, Lot 3 : 10)

d

Qualifications and staff’s experience

13 either :

(Lot 1 : 05, Lot 2 : 05, Lot 3 : 03)

e

Warranty and after-sales service

02

f

Organization and methodology of execution of the services

01

g

SCC and ST initialled, signed, dated and sealed by the company with the mention " read and approved "

02

NB : For satisfactory technical characteristics, only the technical data sheets and prospectuses of the equipment produced by the manufacturer will be authentic.

15.Award

 

The Director General of ANTIC will award the contract to the bidder whose bid, technically qualified, will have been evaluated as the lowest bidder after verification of its prices and judged to be substantially in conformity with the Bidding Documents.

 

16.Period of validity of bids

Bidders shall remain bound by their bids for a period of ninety (90) days from the deadline for submission of bids.

 

17.Further informations

Additional information can be obtained during working hours at the ANTIC General Directorate (Direction des Affaires Générales) located at Ekoudou Bastos-Yaoundé opposite the Canadian High Commission, BP: 6170 Yaoundé, Tel: 694 405 868 or online on the COLEPS platform at the following addresses: http://www.marchespublics.cm and http://www.publiccontracts.cm 

 

Source : ARMP