cs/scm/r15-16/06 request for bids

advertisement
INVITATION FOR THE SUBMISSION OF QUOTATIONS FOR THE SUPPLY OF INTERACTIVE (LED) FLAT
PANEL DISPLAY.
CS/SCM/R15-16/06
1.
1.1.
BACKGROUND INFORMATION
The Sci-Bono Discovery Centre is an independent Non Profit Company set up by the Gauteng Department of
Education. It is a flagship science centre located in Newtown, Johannesburg. Sci-Bono’s goal is to enhance
interest and learning in mathematics, science and technology. Sci-Bono works closely with, and on behalf of,
the Gauteng Department of Education (GDE), to enhance curriculum delivery in schools.
2.
PURPOSE
2.1.
The purpose of this Request for Question (RFQ) is to solicit quotations from reputable service providers for the
Provision and Supply of LCD Screens for the Phase 2 of the ICT or e-Learning project of GDE.
3.
SPECIFICATIONS
INTERACTIVE (LED) FLAT PANEL DISPLAY
DESCRIPTION
MINIMUM SPECIFICATION
•









Display









•
•
Interactivity /
Touch

At a minimum, must be available with a 65-inch screen size
(diagonal)
Dimensions (WxDXH) 175.8cm x 126.1cm x 30.3cm
Must feature Silk Touch Technology, a low-friction touch
surface
Must include an anti-glare coating
Must feature 4K (ultra-high-definition (UHD)) resolution
Must weigh no more than 135 lb. 6 oz. (61.4 kg)
Must have a Screen Resolution of 3840 x 2160 at 30Hz
Brightness of 280-360 cd/m2
Pixel Pitch 0.372mm
Noise Level 35dBA
Contrast ration of 1400:1
Connectors USB 2.0 Tybe B, HDMI in Stereo 3.5mm out,
AC power inlet
Display Power Supply of 100V to 240V AC, 50Hz to 60Hz
Display Power Consumption (Typical/ Max) 175W – 253W
Display Power Consumption (Standby) 38W
Open Pluggable Standardization (OPS) for imbedded
computer channel Slot/ Envelope
*OPS slot/ envelope Power output 61W, 3Amp, 19V
Includes VESA standard Wall mount bracket, 400mm x
400mm
Quick set-up and maintenance guide, HDMI cable, Power
Cable, USB cable
Must support simultaneous pen and finger touch interaction
Must support multitouch-enabled gestures (Windows 7,
Windows 8 and Mac OS X 10.7, 10.8 and 10.9 operating
systems)
Must support up to four (4) simultaneous touches (Windows 7,
Windows 8 and Mac OS X 10.7, 10.8 and 10.9 operating
systems)







Must enable at least two (2) users to interact simultaneously
without having to switch to a multiuser mode
Must support at least two (2) users performing tasks
simultaneously. Each user must have full access to all tools and
menus.
Must facilitate Object awareness or auto-input recognition, where
users can pick up a pen and write with it, control applications with
a finger and erase with a palm, all without having to return the pen
to the pen tray
Must enable users to interact with, move and manipulate digital
ink as if it were an object, when used with compatible software
Must have Pen IQ which enables at least two (2) users to
write in different colored digital ink, simultaneously
Must offer optical interactive technology featuring at least four
cameras
Must have Gesture feature that provide multiple options for
different sized eraser inputs including the palm of a hand, back of a
pen or software icon

Pens and Pen Tray
Must include at least two (2) pens
Must be able to assign different ink appearances to each pen
 Interactive flat panel must be able to operate with or without the
pens
 Pens must magnetically attach to the included pen tray
Interactive flat panel must feature a pen tray that can detect
when a pen is lifted from the tray
 Speaker volume and input selection must be controllable from
the pen tray without requiring access to the back of the panel
or the use of a remote control
Audio
components

Must include at least two 10-watt integrated speakers.
Operating
system
support

Interactive flat panel must support both Windows and Mac
operating systems.

Must integrate with other products from the interactive flat panel
provider, including interactive display software, interactive
response systems and document cameras.

The interactive flat panel must be covered under a warranty
program that includes at least a Three-year On-Site Parts/
Labor equipment warranty.

Integration
3 Year
Warranty

Collaborative
Learning Software
Collaborative Learning Software must be the same Brand
as the Interactive LED display Brand/ Manufacturer.
 Interactive flat panel provider must offer a software
development kit (SDK) that enables educators and third-party













•
•
•
•
•
developers to create custom web-based widgets
Interactive flat panel provider must offer additional plug-ins or
add-ons, including 3D and math tools, that integrate with the
interactive display software
Software must provide access to classroom-ready resources on
an online community website directly from the software interface
Software must provide access to at least 80 lesson activities on
an online community that are designed specifically for multiple
users
Online community must offer more than 60,000 resources,
including standards-correlated lessons and applications from
leading educational publishers and content providers
Access content from directly within the Collaborative Learning
Software using the image gallery and add-on manager
Allow for real-time changes in instruction with formative
assessment and other interactive tools
Leverage teacher and student devices to drive discussion,
assessment and content creation
Lesson Activity Builder that allows anyone to quickly and easily
create fun, captivating learning games and activities that can:
Create sophisticated and visually appealing education
activities
Create multiple interactive activities from the same content to
reinforce specific topics
Involve students in the lesson creation process Lesson Activity
Builder introduces elements of gamification to any the
Collaborative Learning Software lesson, including buzzers,
randomizers and timers.
Concept Mapping, students can explore their learning process
together, by mapping ideas and using it to make sense of
interactive brainstorming sessions
Collaborative Learning Software must include Subject-specific
add-ons that enable teachers to inspire learning every day. They
include:
Blocks, a dynamic, interactive way to explore math concepts
Advanced math functionality for Windows® and Mac® classrooms
at all grade levels for Math powered by Geogebra
Rich formative assessment to seamlessly transition between
lesson delivery and assessment. Students can respond to planned
and spontaneous questions and quizzes from any Internet-enabled
device, anywhere.
Ink editing to enhance instructions in English and humanities
classes by providing automatic handwriting recognition and
conversion combined with intuitive text editing capabilities.
Paint Brush pen type allows you to write or draw in paint-like digital
ink.
IMBEDDED OPS COMPUTER - (*OPEN PLUGGABLE STANDARDISATION)

CPU: Intel Celeron 1020E 2.2 GHz

System Chipset: Intel QM77
Processor System

BIOS: AMI uEFI 64 Mbit
•
Technology: 2 x DDR3 204-pin SODIMM
Memory
•
Max. Capacity: Max. Up to 16 GB (8 GB per SODIMM)

Chipset: Embedded in Processor

Processor Graphics: Intel HD Graphics 4000

Resolution (Chipset support) : HDMI/eDP: up to 1920 x 1080
Display
(via OPS interconnection)
 Output: HDMI x 1 for Dual Display Support
• SATA Interface: 1 x 2.5-inch SATA III SSD (support max 9.5
Storage
mm height)
 Interface: Gigabit LAN Controller
 Controller: Intel 82579LM
Ethernet
 Connector: 1 x RJ-45
 *JAE Connector: 1 (JAE TX25 80-pin)/ 2 (JAE TX25 80-pin +
JAE TX25 60-pin optional)
 HDMI: 1
 LAN: 1 (RJ-45)
I/O Interface
 USB: 2 (USB 3.0 compliant)
 Audio: 1 x Line-out (supports Jack Sense via OS setting)
 Serial Port: 1 x COM (RS-232)
 Mini-PCIe (Internal) : 1
 Management: ACPI 3.0
Power
 Power Consumption: Average 19 W @ 60W Max
Requirements
 Input Voltage: 12 V-24 V DC-in (via OPS interconnection)

Output: Interrupt, system reset
Watchdog Timer
 Interval: 255-level timer interval, setup by software

Dimensions (W x H x D) : 200 x 30 x 119 mm (OPS
Physical
compliant)
Characteristics

Weight: 1.5 kg

Operating Temperature: 0 ~ 50° C (32 ~ 122° F) (w / SSD)

Relative Humidity: 95% @ 40° C (non-condensing), operating
Environment

Vibration Resistance: 0.5 Grms, IEC 60068-2-64, random, 5
~ 500 Hz, 1 Oct./min, 1 hr/axis.

Operating System: Supports Microsoft Windows 8, Windows
Software
Development Kit

Certification


3 Year
Warranty on
Hardware and
Software
7
Electromagnetic: CE/FCC Class B, CCC, BSMI, C-Tick
Safety: UL, CCC
The interactive flat panel must be covered under a warranty
program that includes at least a Three-year On-Site Parts/
Labor equipment warranty. Software warranty must include
software maintenance and upgrades for 3 years
IMPLEMENTATION AND TECHNICAL SUPPORT SERVICES
Technician
Certification
Requirements

3 Year Onsite
Technical
Support
Maintenance

3 Year onsite technical support & maintenance
 Swap out equipment
 Next business day response

Quality Assurance
and Control
4.
Qualified technicians or Engineers to conduct installations and
technical support (provide certificates as proof)


The Contractor must guarantee full quality assurance of all works
carried out in accordance with the requirements described in this call for
tenders.
Tenderers must include a proposal for a quality plan in their bids.
This proposed quality plan must specify how the tenderer intends to
control and ensure high quality and effective monitoring of the services,
works and products they may be required to supply to the GDE
throughout the period of performance of the Contract.
MINIMUM REQUIREMENTS
4.1. The Service Provider must supply Sci-Bono Discovery Centre with the following minimum
requirement, failing which the proposal shall be automatically disqualified:
1) Certification of Registration;
2) Valid SARS Tax Clearance Certificate;
3) Declaration Forms (SBD 4, SBD 8 & SBD 9) to be obtained from www.sci-bono.co.za;
4) BBBEE Rating Certificate Company ownership status;
5) Abridged project proposal that depicts the proposed project methodology, approach, and
implementation plan.
6) Curriculum Vitae of the lead employee or Project Team Leader.
7) Qualified technicians or Engineers to conduct installations and technical support (provide certificates
as proof).
8) Proof or letter of accreditation from the OEM or Accredited Equipment Distributors.
4.2.
REFERENCES
4.2.1. The bidders must further supply SCI-BONO DISCOVERY CENTRE at most with two (2) contactable
references where the bidder has delivered the similar services by simply stating the following:

Name of client

Position

Contact telephone numbers

Dates and Work performed.
5.
PRICING SCHEDULE AND DELIVERY
5.1.
GENERAL PRICING FEE
1) The bidder must provide a clear and unambiguous price schedule (quotation) with the fixed rates.
2) All disbursements and related costs shall be provided separately, if any, and shall be negotiated.
3) Discounts shall be accepted but without any conditions.
5.2.
DELIVERY
1) The delivery address shall be: Gauteng Department of Education, 111 Commissioner Street, Johannesburg,
2017. For the attention of Ms Brenda Molatlhegi or Mr Vusi Khoza.
2) Service providers must confirm the availability of stock and the delivery date.
Failing to provide this
information may result to the disqualification of the tenderer’s bid.
6.
6.1.
CONDITIONS FOR SELECTION / SHORT LISTING
Proposals submitted will be evaluated using a system Method 3 (Financial Offer, Quality and Preference) in line
with Section 7.3 (Table 5: Standard Tender Evaluation Method) of Sci-Bono’s Supply Chain Management
Policy.
6.2.
All bids shall be subjected to the preliminary evaluation process and bidders who shall not the minimum
requirements set by this RFQ shall automatically disqualified and shall not be evaluated for functionality, and
ultimately for price and preference.
6.3. The functionality evaluation criterion shall be as follows:
CRITERIA
SCORE RANGE
Proposed Approach and Methodology
Approach
Paper
(30)
Project and
Implementation
Plan
(30)
Organization,
Staffing and
Physical
Resources
(20)
Tenderer's
Experience
(20)
POINTS
SCORE
No understanding of PROJECT
0
Demonstrate understanding of PROJECT, clear
timelines and targets
Demonstrate understanding of PROJECT, clear timelines,
targets
Demonstrate understanding of PROJECT, clear timelines,
targets, and engagement strategy
10
Appropriateness of suggested delivery schedule indicating
targets and time frames per financial year and ability to
reach and exceed the set targets
No understanding of the PROJECT
SCORE
Demonstrate understanding of PROJECT and clear
timelines.
Demonstrate understanding of PROJECT, clear timelines,
and targets.
Demonstrate understanding of PROJECT, clear timelines,
targets, and engagement strategy.
Verifiable of supporting documents of resources to be
deployed in the project
None
30
20
30
30
0
10
20
30
SCORE
20
0
Poor: Staffing, and assets
5
Satisfactory: Staffing, infrastructure, and assets
machinery, tools.
Good: Project manager, staffing, infrastructure and assets)
10
Very Good: Very good resources (clear organogram with a
project manager and qualified staffing, infrastructure,
financial and assets
Experience in Applying the Similar Project or
Experience of the Lead Employee in Applying the
Similare Project
0 – 2 years
2 – 5 years
4 – 5 years
5 – 8 years
8 years and above
20
15
SCORE
0
5
10
15
20
20
TOTAL
6.3.1.
100
Any proposal that scores less than 60% shall be disqualified and shall not be evaluated for price and BBBEE.
6.3.2.
The proposal obtaining the highest number of points may be awarded the contract, although other factors
may lead to a different decision.
6.3.3.
In the event of equal points scored, the tender will be awarded to the proposals scoring the highest on BEE.
7.
CLOSING DATE AND TIME
7.1.
Submissions must be deposited in a tender box clearly marked “LED SCREENS” on or before 10 June 2015
at 12:00. All documents must be deposited at Corner of Mirriam Makeba & President Street, Johannesburg,
2107.
7.2.
A compulsory briefing will be held on the 08 June 2015 at 09:00 at Sci-Bono Discovery Centre,
Johannesburg. Service providers who shall not attend the compulsory briefing shall not be eligible to submit
the tender.
7.3.
All correspondences shall be done by e-mail; no telephonic correspondences shall be done before and after
the closing of bid. All bidders shall be informed in writing of the outcome of the bid adjudication process.
8.
DISCLAIMER
8.1.
Sci-Bono Discovery Centre reserves the right not to appoint a provider and is also not
obliged to provide reasons for the rejection of any proposal.
Late submissions will not be considered.
Additional information can be obtained online ( www.sci-bono.co.za) or from the Procurement Desk at Sci-Bono
Discovery Centre, Cnr President and Miriam Makeba Streets, Johannesburg
Download