Lesotho Public Sector Foundations for Service Delivery Project | Tenderlake

Lesotho Public Sector Foundations for Service Delivery Project

Contract Value:
-
Notice Type:
Contract Notice
Published Date:
30 October 2025
Closing Date:
07 November 2025
Location(s):
LS Lesotho
Description:
Procurement involves acquiring IT equipment to implement the Public Procurement Act in Lesotho.

Procurement of IT equipment to support and operationalize Public Procurement Act.

Bid Reference: LS-MOFDP-445281-GO-RFQ
Procurement method: Request for Quotations
World Bank project No. : P174171

 



 



 



 



Kingdom of Lesotho



Lesotho Public Procurement Authority



 



Standard Bidding Document



 



for



 



Goods



                                          



Request for Quotations



 
















Subject of Procurement: Procurement of IT equipment to support and operationalize Public Procurement Act.



 



Procurement Reference Number: LS-MOFDP-445281-GO-RFQ



 



Date of Issue: 28th October 2025




 



 



 



 



PREFACE



 



This Bidding Document for the Procurement of supplies has been prepared by Ministry of Finance and Development Planning - Lesotho Public Sector Foundations for Service Delivery Project and is based on the Standard Bidding Document for the Procurement of supplies under Quotations Method, issued by the Lesotho Public Procurement Authority dated 30th September 2025.



 



 



 



 



Standard Bidding Document for Procurement of Supplies under Quotation Method



 



Table of Contents



 



 



 



     Standard Request for Quotations



 



     Letter of Request for Quotations



 



Part 1                  Quotation Procedures



 



Bidding Procedures



 



Bid Submission Sheet



 



Part 2                  Statement of Requirements



 



Part 3                  Contract Forms



 



General Conditions of Contract (Available on Request)



 



Special Conditions of Contract



 



Local Purchase Order Agreement



 



 



Kingdom of Lesotho



Ministry of Finance and Development Planning ; Lesotho Public Sector Foundations For Service Delivery Project, P.O.Box 395, Maseru



Government Complex, Procurement Office 2010



Kingsway Road



 



 



 



28th October 2025



 



Dear Sir/Madam,



 



Procurement of IT equipment to support and operationalize Public Procurement Act.



- LS-MOFDP-445281-GO-RFQ



1.         The Procuring Entity indicated above invites your quotation for the supply of items described in Part 2: Statement of Requirements.



2.         Bidding will be conducted in accordance with the Quotations procurement method contained in the World Bank Procurement Regulations for IPF borrowers, February 2025.



3.         Any resulting contract shall be subject to the terms and conditions detailed in Part             3: Contract.



4.         The planned procurement schedule for this procurement (subject to changes) is as follows:



 







































Activity



Date




  1. Issue of special procurement notice



 



28th October 2025




  1. Invitation to supplier



28th October 2025




  1. Receive quotations



07th November 2025




  1. Comparison of quotations



10th November 2025




  1. Notification of award



13th November 2025




  1. Issuance of contract



20th November 2025




  1. Delivery of goods



19th December 2025




5.         Any queries should be addressed to keneng.motjamela@gov.ls



6.         Please prepare and submit your quotation in accordance with the instruction in Part           1: Quotation Procedures or inform the Procurement Specialist @ masingoaneng.sekete@gov.ls if you will not be submitting the quotation.



 



Name: Masingoaneng Sekete



Procurement Specialist



 



Part 1: BIDDING PROCEDURES



Procurement Reference Number: LS-MOFDP-445281-GO-RFQ



Preparation of Bids: You are requested to quote for these items by completing, signing and returning:




  1. the Bid Sheet in this Part;

  2. the List of Supplies and Price Schedule in Part 2;

  3. the Specification and Compliance Sheet in Part 2;

  4. the documents evidencing your eligibility, as listed below;



 



You are advised to carefully read the complete Request for Quotations document, including the Special Conditions of Contract in Part 3: Contract, before preparing your quotation. The standard forms in this RFQ may be retyped for completion but the Bidder is responsible for their accurate reproduction.



 



Where an electronic copy of the Request for Quotations document is issued, the paper or hard copy is the original version. In the event of any discrepancy between the two, the hard copy shall prevail.



 



Validity of Bids: The bid must remain valid until and including 31st December 2025



Sealing and marking of Bids: Bids should be sealed in a single envelope, clearly marked with the Procurement Reference Number above, the Bidder’s name and the name of the Procuring entity. Envelopes should be sealed in such a manner that opening and resealing cannot be achieved undetected.



Submission of Bids: Bids should be submitted to the address below, no later than the date and time of the deadline below. Late quotations will be rejected.



Date of deadline:         07th November 2025



Time of deadline:        12:30hrs



Address:                      Government Complex, 2nd Floor Procurement Office 2010, Finance House, Kingsway Rd



Opening of Bids: Bids will be opened internally by the Procuring entity. Bidders’ representatives are not permitted to attend the opening. A record of the opening will be posted on the Procuring entity’s Notice Board within one working day of the opening.



Evaluation of Bids: The evaluation of Bids will use the Technical Compliance Selection methodology as detailed below:




  1. Preliminary examination to determine eligibility (as defined below) and administrative compliance to this Request for Quotations on a pass/fail basis;

  2. Detailed evaluation to determine commercial and technical responsiveness;

  3. Financial comparison to determine the evaluated price of quotations and to determine the best evaluated bid.



Quotations failing any stage will be eliminated and not considered in subsequent stages.



Eligibility Criteria: You are required to meet the following criteria to be eligible to participate in public procurement:




  1. have the legal capacity to enter into a contract;

  2. not be insolvent, in receivership, bankrupt or being wound up or subject to legal proceedings for any of these circumstances;

  3. not have had your business activities debarred;

  4. have fulfilled your obligations to pay taxes and social security contributions;

  5. have the nationality of an eligible country, as defined in the Special Conditions of Contract;

  6. not to have a conflict of interest in relation to this procurement requirement; and

  7. not to be subject to debarment by the Lesotho Public Procurement Authority (the Authority).



Documents Evidencing Eligibility: Bidders shall submit the following documents:




  1. a copy of the Bidder’s Trading licence or equivalent and a copy of the Bidder’s Certificate of Registration or equivalent;

  2. Evidence of fulfilment of obligations to pay taxes and social security contributions in Lesotho where applicable

  3. Any other relevant documentation.



Origin of Supplies: All supplies and related services shall have as their country of origin an eligible country, as defined in the Special Conditions of Contract.



Technical Criteria: The Specification and Compliance Sheet details the minimum specification of the supplies required. The supplies offered must meet this specification, but no credit will be given for exceeding the specification.



Currency: Quotations should be priced in Lesotho Maloti .



Quotations in other currencies will be converted to this currency for evaluation purposes only, using the exchange rates published by the Bank of Lesotho on the date of the submission deadline.



Best Evaluated Bid: The best evaluated bid shall be the lowest priced quotation, which is eligible and substantially responsive to the commercial and technical requirements of the Procuring entity and shall be recommended for award of contract. The Procuring entity shall issue a Notice of Best Evaluated Bidder within five days after the decision to award a contract, place such Notice on its notice board and for a prescribed period, copy the Notice to all Bidders and publish it on the Authority’s website.



Formation of contract: Formation of a contract shall be by signing a contract in accordance with Part 3: Contract.



Right to Review: Bidders may seek an Administrative Review by the Chief Accounting Officer in accordance with the Public Procurement Act if they are aggrieved with the decision of the Procuring entity.



Right to Reject: The Procuring entity reserves the right to accept or reject any quotation or to cancel the bidding process and reject all bids at any time prior to contract signing.



 



Bid Submission Sheet



[Complete this form with all the requested details and submit it as the first page of your quotation, with the documents requested above attached. Ensure that your quotation is authorised in the signature block below. A signature and authorisation on this form will confirm that the terms and conditions of this RFQ prevail over any attachments. If your bid is not authorised, it may be rejected.]



 























Bid Addressed to (Procuring entity):



 



Date of Bid:



 



Procurement Reference Number:



 



Subject of Procurement:



 




We offer to supply the items listed in the attached List of Supplies and Price Schedule and Specification and Compliance Sheet, in accordance with the terms and conditions stated in your Request for Quotations referenced above.



We confirm that we are eligible to participate in public procurement and meet the eligibility criteria specified in Part 1: Bidding Procedures.



We, including any subcontractors or providers for any part of the contract resulting from this procurement process, are eligible to participate in public procurement.



We have signed and undertake to abide by the Code of Ethical Conduct for Bidders and Providers attached during the procurement process and the execution of any resulting contract



Our bid shall be valid until and including [insert date, month and year] and it shall remain binding upon us and may be accepted at any time before or on that date;



We confirm that the prices quoted in the List of Supplies and Price Schedule are fixed and firm for the duration of the validity period and will not be subject to revision or variation.



The delivery period offered is: _______________ days/weeks/months from date of Purchase Order.



The warranty period offered is _______________ weeks/months.



 



Bid Authorised By:




































 



Signature:



 



__________________________



 



Name:



 



____________________________



 



Position:



 



__________________________



 



Date:



 



____________________________



 



Authorised for and on behalf of:



 



(DD/MM/YY)



 



Company:



 



________________________________________________________________



 



Address:



 



________________________________________________________________



 



 




CODE OF ETHICAL CONDUCT IN BUSINESS FOR BIDDERS AND PROVIDERS



 




  1. Ethical Principles



Bidders and providers shall at all times-




  1. maintain integrity and independence in their professional judgement and conduct;

  2. comply with both the letter and the spirit of-




  1. the laws of Lesotho; and

  2. any contract awarded.




  1. avoid associations with businesses and organisations which are in conflict with this code.




  1. Standards



Bidders and providers shall-




  1. strive to provide works, services and supplies of high quality and accept full responsibility for all works, services or supplies provided;

  2. comply with the professional standards of their industry or of any professional body of which they are members.




  1. Conflict of Interest



 Bidders and providers shall not accept contracts which would constitute a conflict of interest with, any prior or current contract with any procuring entity. Bidders and providers shall disclose to all concerned parties those conflicts of interest that cannot reasonably be avoided or escaped.




  1. Confidentiality and Accuracy of Information



(1) Information given by bidders and providers in the course of procurement processes or the performance of contracts shall be true, fair and not designed to mislead.



(2) Providers shall respect the confidentiality of information received in the course of performance of a contract and shall not use such information for personal gain.




  1. Gifts and Hospitality



Bidders and providers shall not offer gifts or hospitality directly or indirectly, to staff of a procuring entity that might be viewed by others as having an influence on a government procurement decision.




  1. Inducements



(1)   Bidders and providers shall not offer or give anything of value to influence the action of a public official in the procurement process or in contract execution.



(2) Bidders and providers shall not ask a public official to do anything which is inconsistent with the Act, Regulations, Guidelines or the Code of Ethical Conduct in Business.




  1. Fraudulent Practices



Bidders and providers shall not-




  1. collude with other businesses and organisations with the intention of depriving a procuring entity of the benefits of free and open competition;

  2. enter into business arrangements that might prevent the effective operation of fair competition;

  3. engage in deceptive financial practices, such as bribery, double billing or other improper financial practices;

  4. misrepresent facts in order to influence a procurement process or the execution of a contract to the detriment of the Procuring entity; or utter false documents;

  5.  unlawfully obtain information relating to a procurement process in order to influence  the process or execution of a contract to the detriment of the PDE;

  6. withholding information from the PDE during contract execution to the detriment of the PDE.



 



 



I ................................................ agree to comply with the above code of ethical conduct in business.



 



---------------------------------------                            -----------------------------------------------



AUTHORISED SIGNATORY                               NAME OF BIDDER

Part 2: Statement of Requirements



List of Supplies and Price Schedule



Procurement Reference Number:       LS-MOFDP-445281-GO-RFQ



Purchase Order Serial Number:          ______________________________



 [Complete the currency of your bid. Complete the unit and total prices for each item listed below. Authorise the prices quoted in the signature block below.]



Currency of Quotation: ____________________













































































































Item No



Description of Supplies



Quantity



Unit of Measure



Unit Price



Total Price



LOT 1



1



Laptops



28



N/A



 



 



2



Desktop Monitors



20



N/A



 



 



3



Desktop Computers



3



N/A



 



 



4



Docking Station



20



N/A



 



 



LOT 2



4



Printers



5



N/A



 



 



5



Projectors



2



N/A



 



 



6



Shredders



2



N/A



 



 



7



Server Computer



1



N/A



 



 



 



 



Other additional costs



 



 



 



Subtotal



 



 



Enter 0% VAT rate if VAT exempt.



VAT @          %



 



 



 



Total



 




The Delivery and Completion Schedule shall be as specified in the Special Conditions of Contract.



List of Supplies and Price Schedule Authorised By:




























 



Signature:



 



___________________________



 



Name:



 



____________________________



 



Position:



 



___________________________



 



Date:



 



____________________________



 



Authorised for and on behalf of:



 



(DD/MM/YY)



 



Company:



 



_________________________________________________________________




 



Part 2: Statement of Requirements



Specification and Compliance Sheet



Procurement Reference Number:       LS-MOFDP-445281-GO-RFQ



Purchase Order Serial Number:          ______________________________



Complete column c with the specification of the supplies offered. Also state “comply” or “not comply” and give details of any non-compliances to the specification required. Attach detailed technical literature which is required. Authorise the specification offered in the signature block below.



 



18 Laptops










































































































































ITEM Description.



Quantity



 



SPECIFICATION



(Column a)



MINIMUM REQUIREMENTS



(Column b)



 Bidders Compliance



(Column c)



18 Laptops



 



OS



 



 



 



Display



14" Full HD IPS touchscreen



 



 



RAM



16GB



 



 



Storage



250GB SSD



 



 



Processor 



Intel Core Ultra i7, 3.0GHz or better, 13th Gen or newer



 



 



TPM chip



TPM 2.0 



 



 



Connectivity



Wi-Fi 802.11ac, Bluetooth 4.0



 



 



Ports



HDMI, USB 2.0 & 3.0, Universal audio jack, Ethernet (RJ-45), Smart Card Reader, Nano-SIM Card Slot



 



 



Camera



Integrated 720p HD webcam



 



 



Speakers



integrated Stereo Speakers



 



 



Keyboard



Backlit keyboard



 



 



Biometric Sensors  



fingerprint scanner



 



 



Warranty



2 years or more



 



 



Extras



 



 



Antivirus Software



12 months preloaded Norton 360 antivirus software subscription



 



 



Mouse



Wireless optical mouse (same brand as laptop)



 



 



Carry case



 Multi-pocket backpack



 



 



Antivirus Software:



12 months preloaded Norton 360 antivirus software subscription



 



 



 



 



 


           


 



 



10 Laptops




  • Portable computing for all users, especially directors and staff working on computing intensive tasks (e.g. Finance, Procurement, multimedia content creation)

  • Used for document creation, presentations, video conferencing, and remote access














































































































ITEM Description.



Quantity



SPECIFICATION



(Column a)



MINIMUM REQUIREMENTS



(Column b)



 Bidders Compliance



(Column c)



10 laptops



OS



Windows 11 Pro/Enterprise 64-bit (Must be full license not upgrade)



 



Display



14" Full HD IPS touchscreen



 



RAM



32GB



 



Storage



250GB



 



Processor



Intel Core Ultra i7, 3.0 GHz or better, 13th Gen or newer



 



TPM chip



TPM 2.0 



 



Connectivity



Wi-Fi 802.11ac, Bluetooth 4.0



 



Ports



HDMI, USB 2.0 & 3.0, Universal audio jack, Ethernet (RJ-45), Smart Card Reader, Nano-SIM Card Slot



 



Camera



Integrated 720p HD webcam



 



Speakers



integrated Stereo Speakers



 



Keyboard



Backlit keyboard



 



Biometric Sensors  



fingerprint scanner



 



Warranty



2 years or more



 



Extras



 



Antivirus Software



12 months preloaded Norton 360 antivirus software subscription



 



Mouse



Wireless optical mouse (same brand as laptop)



 



Carry case



Multi-pocket backpack



 



 



 



 



 



 



 




 



Functional Specification – Desktop Monitors




  • Widescreen Monitors workstations for staff working on simultaneous documents and large format spreadsheets and presentation slides development.

  • Ideal for data analysis, document creation and review, Financial and Procurement documents processing.






















































ITEM Description.



Quantity



SPECIFICATION



(Column a)



MINIMUM REQUIREMENTS



(Column b)



 Bidders Compliance



(Column c)



20 Desktop monitors



Performance Specification



(Same Brand as Laptops)



Display Size



27 inch widescreen Monitor



 



Display type



IPS LED Display



 



Display Resolution



FHD (1080p) 1920 x1080



 



Refresh Rate



60Hz



 



Ports



VGA, HDMI, USB-C, USB 3 Upstream + Downstream



 



Adjustability



Height, Rotation, Tilt, Swivel,



 



Warranty



2 years or more



 




 



 



Desktop Computers 3



Functional Specification




  • Stationary workstations for staff with fixed office roles

  • Ideal for data entry, admin tasks, and document processing



 

















































































ITEM Description.



Quantity



SPECIFICATION



(Column a)



MINIMUM REQUIREMENTS



(Column b)



 Bidders Compliance



(Column c)



3 desktop computers



Form Factor



All-in-One desktop computer



 



OS



Windows 11 Pro/Enterprise 64-bit



 



RAM



16GB or higher



 



Storage



500GB SSD or higher



 



Processor



Core i5, 13th Gen or newer



 



Display



23.8" Touchscreen, 2560×1440 resolution or higher



 



Connectivity



Gigabit Ethernet, Wi-Fi 802.11ac, Bluetooth 4.0



 



Ports



HDMI, USB 2.0 & 3.0, memory card reader



 



Audio



Embedded speakers, headphone support



 



Webcam



1080p or higher



 



Accessories



USB optical mouse & keyboard



 



Antivirus Software



12 months preloaded Norton 360 antivirus software subscription



 



Warranty



2 years or more



 




 



 



 



 



 



 



 



 



 



 



Functional Specification – Docking station 20




  • Docking station to compensate the limited ports on the laptop computers enabling connection of peripherals including external monitors and network cables.

  • Ideal for staff using external monitors with laptops.



 









































ITEM Description.



Quantity



SPECIFICATION



(Column a)



MINIMUM REQUIREMENTS



(Column b)



 Bidders Compliance



(Column c)



Docking station 20



 



Compatibility:  Plug-n-play unit, no drivers needed (compatible with proposed laptop computer and monitor)



 



 



Ports: VGA, HDMI, USB 2.0 x2, USB 3.0 x 2, USB-C, Gigabit Ethernet  RJ-45, Micro/Macro SD Card reader)



 



 



Power delivery: 60W Power delivery,



 



 



Warranty: 2 year warranty



 



 



 



 




 



Printers



Heavy Duty Printer (1 Unit)



Functional Specification




  • Centralized high-volume printing for all departments

  • Used for scanning, copying, and digital sending



 







































































ITEM Description.



Quantity



SPECIFICATION



(Column a)



MINIMUM REQUIREMENTS



(Column b)



 Bidders Compliance



(Column c)



1 heavy duty printer



Type



Laser, All-in-One



 



Speed



30 ppm (print), 30 cpm (copy), 30 cpm (scan)



 



Resolution



600×600 dpi



 



Scan Size



Up to A3 (297×420 mm)



 



Paper Types



A3, A4, A5; wide media compatibility



 



Duplex



Automatic



 



Connectivity



Gigabit LAN, wifi, USB



 



Memory



8GB



 



Storage



500GB HDD



 



Monthly Volume



5,000–10,000 pages



 



Warranty:



2 years



 




 



Multifunction Printer Series 4



Functional Specification




  • Department-level printing, scanning, faxing, and emailing

  • Ideal for daily office tasks



 



 





























































ITEM Description.



Quantity



SPECIFICATION



(Column a)



MINIMUM REQUIREMENTS



(Column b)



 Bidders Compliance



(Column c)



4 multi functional printers



Type



Laser, Multifunction colour Printer (Print, Copy, Scan, Fax)



 



Speed



Up to 33 ppm (color & B/W)



 



Resolution:



up to 600 x 600 dpi (copy and Scan)



 



Maximum Paper Size



A4



 



Duplex



Automatic



 



Connectivity:



Bluetooth Low Energy, Gigabit Ethernet, Wifi 6, Hi speed USB 2.0



 



Scanner:



Flatbed + ADF



 



Display



Touchscreen interface



 



Warranty



2 years



 




 



 



Projectors 2



Functional Specification




  • Presentation tools for Director General and Directors

  • Used in meetings, training, and conferences



 



 



 





























































ITEM Description.



Quantity



SPECIFICATION



(Column a)



MINIMUM REQUIREMENTS



(Column b)



 Bidders Compliance



(Column c)



2 projectors



Brightness



3200 lumens



 



Resolution:



XGA 1920×1080 or better



 



Contrast:



15,000:1



 



Inputs



USB 3.0 (Type A & B), HDMI, VGA, Wireless LAN



 



Speaker:



Built-in 2W or better



 



Bulb Life:



Up to 10,000 hours



 



Extras



Remote control, laser pointer



 



Warranty:



1 year



 



Brightness:



3200 lumens



 




 



Server Computer 1 Unit



Functional Specification




  • Centralized and specialized computing equipment for organization-wide shared services

  • Provides shared data storage, applications hosting and network management functionality



 



 















































































ITEM Description.



Quantity



SPECIFICATION



(Column a)



MINIMUM REQUIREMENTS



(Column b)



 Bidders Compliance



(Column c)



1 server computer



Form factor:



Rackmount 1U/2U



 



Processor:



Intel Xeon 6 or higher, 16 cores, 2.5Ghz or higher clock speed



 



Memory:



64GB ECC RAM



 



RAID Controller



Hardware based with support for RAID levels 0, 1, 10



 



Storage:



Operating System Drives 5×500GB SSD in RAID  1,  Data Drives 4×1TBSSD with RAID 10



 



Storage Controller



 RAID Controller with support for RAID Level 0, 1, 10



 



TPM:



TPM 2.0



 



Networking



Gigabit Ethernet (GbE) Ports × 2



 



Power Supply



Hot-swappable power supply × 2



 



 



Optical drive



Integrated/External optical Disc Drive



 



 



Operating System:



Windows Server 2022 Standard 16 Core License



 



 



Warranty:



3/3/3 years(three years of parts, three years of labor, and three years of onsite support coverage)



 




Heavy duty Shredder 1



Functional Specification




  • Secure disposal of sensitive documents by all staff

  • Placed in a  central location that is accessible to all staff



 



































































ITEM Description.



Quantity



SPECIFICATION



(Column a)



MINIMUM REQUIREMENTS



(Column b)



 Bidders Compliance



(Column c)



1 Heavy duty shredder



Cut Type:



Cross Cut



 



Security Level



Security Level: P-4



 



Paper Feeding:



Auto feed 250 - 350 sheets of A4 paper (80gsm), manual feed 12 – 20 sheets of A4 paper (80gsm)



 



Feeding Slot width



230mm / A4



 



Material:



Paper, Staples, Paperclips ,Credit Cards, CD, DVD



 



Bin Capacity



80 – 100 litres



 



Noise Level



 ≤60 dB



 



Size Range:



425×290×695 mm to 640×590×1010 mm



 



Mobility



Castor wheels for ease of movement



 



 



Warranty



2 years



 



 




 



Light duty Shredder 1



Functional Specification




  • Secure disposal of sensitive documents from Director General’s office

  • Placed in Director General’s Office



 































ITEM Description.



Quantity



SPECIFICATION



(Column a)



MINIMUM REQUIREMENTS



(Column b)



 Bidders Compliance



(Column c)



1 light duty shredder



 



Warranty: As specified per item (minimum 1–2 years)



 



 



Installation & Setup: Required for printers and desktops



 



 



After-Sales Support: Must include service guarantee and contact details



 




 



 



 



 



 



 



 



 



Specification and Compliance Sheet Authorised By:




























 



Signature:



 



___________________________



 



Name:



 



____________________________



 



Position:



 



___________________________



 



Date:



 



____________________________



 



Authorised for and on behalf of:



 



(DD/MM/YY)



 



Company:



 



_________________________________________________________________




 



Part 3: Contract



General Conditions of Contract



Any resulting contract shall be placed by means of a Government of Lesotho Purchase Order and shall be subject to the Government of Lesotho General Conditions of Contract (GCC) for the Procurement of Supplies (available on request) except where modified by the Special Conditions below.



Special Conditions of Contract



Procurement Reference Number:       LS-MOFDP-445281-GO-RFQ



 



Purchase Order Serial Number:          ______________________________



The clause numbers given in the first column correspond with the relevant clause number of the General Conditions of Contract.

































































Subject and GCC clause reference



Special Conditions



Eligible Countries



GCC 1.1(g)



All countries are eligible, unless as a matter of law or official regulation, the Government of Lesotho prohibits commercial relations with that country or by an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Government of Lesotho prohibits any import of Supplies from that country or any payments to persons or entities in that country.



Site



GCC 1.1(o)



The Site for delivery of the Supplies is 5th Floor, Right-Wing, Post Office Building, Kingsway Rd



Incoterms Edition



GCC 4.2(b)



Incoterms shall be governed by the rules prescribed in Incoterms 2010.



Notices



GCC 8.1



Any notice shall be sent to the following addresses:



For the Procuring entity, the address shall be as given on the first page of this Purchase Order and the contact name shall be Ms. Masingoaneng Sekete.



For the Provider, the address and contact name shall be as given on the first page of this Purchase Order.



Delivery and Documents



GCC 12



The supplies are to be delivered within 4 weeks from the date of purchase order.



The shipping and other documents to be furnished by the Provider are:




  1. signed delivery note

  2. Invoice

  3. Confirmation of account

  4. Warrantee letter



Terms of Payment



GCC 16.1



The structure of payments shall be: full payment following delivery of the Supplies and submission of an invoice and the documents listed in clause 12.1.



Terms of Payment



GCC 16.3



Payments shall be made no later than thirty days after submission of an invoice and its certification by the Procuring entity.



Terms of Payment



GCC 16.4



The currency of payment shall be the currency of order specified in the List of Supplies and Price Schedule in the Statement of Requirements.



Packing



GCC 24.2



The packing, marking and documentation within and outside the packages shall be: Attn: Ms. Masingoaneng Sekete



Insurance



GCC 25.1



The Supplies N/A be insured.



The insurance shall be ____N/A___.



Incoterm for Transportation



GCC 26



The supplies shall be delivered: DDP 2010.



 



Liquidated Damages



GCC 28



Liquidated Damages shall not apply.



Warranty



GCC 29.3



The period of the warranty shall be specified against each item on the technical specification of the goods.




 



 



{Name of Procuring entity}



{Address of Procuring entity}



P.O. No: {pre-printed}



Date of Order



 



To:



(Name and address of the supplier)



________________________________________________________________________



________________________________________________________________________



This order is placed by (insert name of Procuring entity)  is subject to the Government of Lesotho General Conditions of Contract, except where modified herein by the Special Conditions of Contract. The General Conditions of Contract are available on request. Your quotation has been accepted and you are requested to supply the goods /services listed, against the terms contained in this Purchase Order.

































































































No.



Description



Unit



Quantity



Unit Price



VAT %



VAT



amount



Price before VAT



 



 



 



 



 



 



 



 



 



 



 



 



 



 



 



 



 



 



 



 



 



 



 



 



 



 



 



 



 



 



 



 



 



Additional costs



 



 



 



 



 



 



 



Sub-total



 



 



 



 



 



 



 



VAT Total of all lines



 



 



 



 



 



 



 



Total Order Price



 



 



 



 



 



 




ACCEPTANCE:



This order accepts your quotation reference dated: ___________________________



You should supply the goods/services above to the delivery address and by the delivery date specified in this Purchase Order. Address any inquiries to the contact point in the Procuring Entity detailed below:



Contact within the Procuring Entity: _________________________________________



Telephone:                                           _________________________________________



PURCHASE ORDER AUTHORIZED BY:














No



Position



Name



Signature



Date


The Buyer:
Ministry of Finance and Development Planning
Keneng Motjamela
P.O.BOX 395 Maseru Lesotho
Lesotho
Email:
kenengmotjamela@gmail.com
Additional information:
Link:
Click to view World Bank project page