1 tender specifications document tender bid number: nmisa

Report 4 Downloads 16 Views
TENDER SPECIFICATIONS DOCUMENT

TENDER BID NUMBER: NMISA (16-17) T0003

DESCRIPTION OF BID: THE NATIONAL METROLOGY INSTITUTE OF SOUTH AFRICA (NMISA) WISHES TO PROCURE A GAS CHROMATOGRAPHY MASS SPECTROMETER (GC-MS) INSTRUMENT WITH A FLAME IONISATION DETECTOR (FID), UNINTERRUPTED POWER SUPPLY (UPS) AND ASSOCIATED ACCESSORIES; INCLUDING DELIVERY, INSTALLATION AND TRAINING

Closing Date: 20 May 2016 Briefing Session: Non-Compulsory Date: 13 May 2016

PLEASE NOTE:

On the last page of this specifications document, the bidder needs to clearly declare and indicate that they have read and understood the document in full.

Furthermore, emailed or

faxed bids will not be accepted. Only hand delivered or couriered bids will be accepted.

1

INTRODUCTION The NMISA is a Type 3A Public Entity established in accordance with the Measurement Unit and Measurement Standards Act, No. 18 of 2006 (the Act). The NMISA is mandated by the Act to provide for the use of the international system of units (the SI) and other measurement units in South Africa, to maintain national measurement standards (NMS) and to determine and ensure the comparability of the NMS. More information can be obtained from www.nmisa.org. 1. PURPOSE In accordance to its mandate, which seeks to support measurements that impact trade and industry, the NMISA wishes to procure a gas chromatography mass spectrometer (GC-MS) instrument, equipped with a flame ionisation detector (FID) and its associated accessories, which includes an autosampler, operation software and an uninterrupted power supply (UPS).

The instrument will replace the existing GC-MS system, and therefore, should

improve on the instrument being replaced. The new system will predominantly be used for the analysis of biodiesel quality, mainly through fatty acid methyl ester (FAME) and triglyceride analysis.

2. BID DOCUMENT Documents for the bid are available on the NMISA website (www.nmisa.org) at no cost. Under no circumstances should bidders request or allow a staff member of the NMISA to download bid documents on their behalf. This might lead to action taken against the staff member and could lead to the offending supplier being disqualified to do business with the NMISA in future. 3. VALIDITY PERIOD The proposal submitted by the supplier must be valid for a period of 90 days from the closing date for the submission of proposals. 4. ENQUIRIES All enquiries regarding this bid must be directed to the Supply Chain Management (SCM) department through: Email: [email protected]. Telephone (012) 841 2840/3652/ 2671

2

5. BRIEFING SESSION All bidders are encouraged to attend a non-compulsory briefing session prior to submission of the proposals: Date: 13 May 2016 Time: 10:00 Venue : Candela Room CSIR Building no. 5. Meiring Naude Rd, Brummeria, Pretoria, South Africa. 6. SUBMISSION OF PROPOSALS Proposals must be submitted in two (2) sealed envelopes clearly marked with the tender number, description and address together with a soft copy on a disk (CD) or memory stick. The first envelope must contain the originals of the bid proposal and the other a copy of the original, deposited in the tender box situated at the reception of the NMISA at the below address: National Metrology Institute of South Africa (NMISA), Building no 5: CSIR Scientia Campus, Meiring Naudé Road, Brummeria, Pretoria, Gauteng Province, South Africa. Bidders must submit their proposals at the above address on/ before the closing date (between 8 am and 4h30 pm). 7. PRICING  

A firm ZAR pricing schedule as per SBD 3.1. The quoted (Itemised) price per component requested must be valid for a period of 90 days from the closing date of the bid.



The final price must be inclusive of VAT at all times.



Delivery should be within 8 weeks from placing the order.



Commissioning should be completed within 10 working days after delivery.



Invoice will be accepted after successful commissioning and training, as required.



Where applicable, suppliers may submit a payment schedule and special conditions of contract may be agreed upon by both parties.



Final payment will be made 30 days after receipt of the Original Tax Invoice.



All tender submissions are subject to the Government Procurement General Conditions of Contract.

3

8 EVALUATION PROCESS 8.1 Aim of Evaluation To ensure that all bids/ proposals received are afforded the opportunity to compete equally and enable NMISA a chance to evaluate the bid received in a fair and unbiased manner as per the pre-determined evaluation criteria. 8.2 Evaluation Criteria The evaluation criteria as set out hereunder will assist the NMISA to ensure conformity to all bid requirements. The NMISA evaluation team shall use the evaluation criteria, applicable values and/or minimum qualifying scores for functionality as indicated in the bid specification document. The following are the stages that will be used to evaluate all bid/s received:

8.2.1 Mandatory/ Legislative Requirements This stage checks and validates the bidders’ compliance to the legal requirements to conduct business in South Africa, as well as to the industry requirement for the supply of goods and services. NB: No points will be allocated to this stage; however bidders’ that do not comply with the Mandatory/ Legislative requirements will be disqualified and will not advance to the next stage of evaluation. Requirements

Check list  Tick each box

SBD 1:

Completed, attached and signed

SBD 3.1:

Completed, attached and signed

SBD 4:

Completed, attached and signed

SBD 6.1:

Completed, attached and signed

SBD 8:

Completed, attached and signed

SBD 9:

Completed, attached and signed

Specification document

Completed, attached and signed

General Condition of contract:

Initialled and attached

Valid tax status on the Central Supplier Database for the South African government

Note: Some requirements may not be applicable to International suppliers/ bidders and only those suppliers/ bidders will be exempted from these mandatory/ legislative 4

requirements. All SBDs must be submitted (signed) noting where it is not applicable. If any specific SBD is not submitted, documentary proof clearly stating the reason must be attached. Bidders must also supply the documents below. Other Requirements

Check list  Tick each box

Valid B-BBEE Certificate attached 8.2.2 Compulsory Technical Specifications This section should be completed by providing specification against each requirement, with a detailed description of an associated item (where required). It is crucial for the bidder to provide supporting documentation or evidence in support of the comments or specifications. Should the bidder fail to provide supporting documentation or evidence, it will be assumed that the specified requirements cannot be met. Evidence or supporting documentation can be submitted in the form of datasheets, publications, brochures or technical drawings etc.

One of the requirements is that the bidder needs to comply with the legal requirements to conduct business in South Africa, and the industry requirements for the supply of goods and services. Bidders that do not comply with the legislative requirements will be automatically disqualified and will be unable to advance to the next stage of the evaluation process. The evaluation process takes place in stages, starting from “Stage 1”, which consists of the compulsory specifications. No points are to be allocated at this stage. However, bidders that score “NO” for any item listed in the compulsory specifications will be disqualified and will not advance to the next stage of the evaluation.

5

Stage 1

Compulsory specification

Yes/No?

Comment

The system must be a gas chromatograph mass spectrometer 1.

(GC-MS) consisting of a singlequadrupole-like mass analyser. The system must be equipped with a

2.

flame ionisation detector (FID). The system must have an electron

3.

impact (EI) ionisation source. Autosampler The system must be equipped with an

4.

autosampler accommodating 100 or more 2 mL vials The autosampler should be able to

4a.

inject liquid volumes between 0,1 to 100 µL. The reproducibility between the liquid injections should have a relative

4b.

standard deviation (%RSD) less than 1%. The autosampler should have a minimum of three solvent washpoints, and be programmable to

4c.

perform pre- and post-injection washes using different solvent combinations. Gas chromatography oven The GC must accommodate two

5.

injection ports and should have: A split/ splitless programmed temperature vaporisation (PTV)

5a.

injector with ambient cooling (Peltier cooling) and backflush capabilities. 6

The PTV injector should be equipped with backflush capabilities, through 5b.

inlet purge to accommodate pre-, midand post-backflush. The PTV should have a maximum

5c.

heating temperature of 450 °C or more. The PTV should have a maximum

5d.

ramp rate equal to or greater than 200 °C/min.

5e.

A standard split/ splitless injector. The standard GC inlet should be equipped with split/splitless

6.

capabilities, achieving a split ratio of minimum 100:1. The standard GC inlet should be

7.

programmable up to 350 °C or more The GC oven should be

8.

programmable up to 450 °C. The GC oven should have a

9.

maximum ramp rate equal or greater than 120 °C/min. The GC oven should be

10.

programmable in steps of 1 °C or smaller. The GC oven must cool down from

11.

450 °C to 50 °C in 5 minutes or less. The GC oven must be able to

12.

accommodate two capillary columns simultaneously. The ion source should have a dual

13.

filament design. The system should be capable of

14.

producing a signal-to-noise (S/N) ratio of 1500:1 (or greater) in EI-full scan

7

mode using 1 pg octafluoronaphthalene (OFN, m/z = 272). This specification needs to be demonstrated upon installation of the system. The system to be provided needs to have an instrument detection limit (IDL) of 10 fg OFN in EI-SIM mode. 15.

This specification needs to be demonstrated upon installation of the system. The system should be capable of

16.

performing full-scan and selected ion monitoring (SIM) detection modes. The FID should have a minimum detectable limit of 2 pg C/s (tridecane)

17.

or less. This specification needs to be demonstrated upon installation of the system. The autosampler, GC oven, MS and FID should be controlled from a single software platform. In addition, data

18.

processing for FID and MS data should also be performed on a single software platform The software package should have

19.

NIST library for MS spectral interpretation. The software package should allow

20.

for custom library generation. The processed data should be

21.

exported to Microsoft Excel. The supplier should also provide an OEM specified desktop computer, all

22.

associated hardware and printer (from a reputable supplier), with an installed

8

complete operating system such as Windows 7 or later version. Must include the supply and install of an appropriate true in-line UPS 23.

system to handle complete system with back-up of at least 30 minutes

9

8.2.3 Critical Technical specifications Once “Stage 1” has been passed (“YES” for all requirements), bidders can progress to “Stage 2”. Bidders scoring less than 75% (score of 150 points) will be disqualified, and cannot proceed to “Stage 3” of the evaluation process.

Stage 2

Technical specification

Points allocation

Comment

The MS should have a mass range (m/z) of at least 0 to 1000 mass 1.

units (Da or u).

20

Do not meet requirement = 0 points Meet requirement = 20 points It should be possible to remove the ion source without venting the MS. 2.

10 Do not meet requirement = 0 points Meet requirement = 10 points The MS should have a full scan rate of 10 000 Da/sec (u/sec) or

3.

higher.

50

Do not meet requirement = 0 points Meet requirement = 50 points The FID should have a maximum operating temperature of up to 450 4.

°C.

10

Do not meet requirement = 0 points Meet requirement = 10 points The FID should be optimised for capillary columns. 5.

10 Do not meet requirement = 0 points Meet requirement = 10 points

6.

The FID should have a linear dynamic range greater than, or

30

10

equal to 107.

Do not meet requirement = 0 points Meet requirement = 30 points Data acquisition rate of at least 200 Hz. 7.

10 Do not meet requirement = 0 points Meet requirement = 10 points The software should allow for peak detection, identification, data processing and automated peak

8.

area integration.

50

Do not meet requirement = 0 points Meet requirement = 50 points The software should also allow for the addition, removal and reordering of samples already in a 9.

queue. This should be achieved without terminating the sequence.

10

Do not meet requirement = 0 points Meet requirement = 10 points Total points allocated

200

8.2.4 Functionality specifications Once “Stage 2” has been passed (score of 150 points or more), bidders can progress to “Stage 3”. In this stage, bidders scoring less than 75% will be disqualified, and cannot proceed to “Stage 4” of the evaluation process. In other words, the bidder has to score a minimum of 263 points in Stage 3 in order to proceed to the next stage of the evaluation process. To enable the NMISA to score the functionality, kindly complete the below table and attach proof where applicable.

11

Stage 3

Technical specification

Points allocation

Comment

The supplier should include five (5) days onsite training for at least three people on the provided system and include basic operation, basic instrument maintenance and data processing. 1.

Basic training not provided = 0 points

40

Basic training including operation and instrument maintenance only OR basic training including operation and data processing only = 15 points Basic training including operation, instrument maintenance and data processing provided = 40 points The supplier should provide advanced software training to at least three people, preferably six to twelve months after successful installation. 2.

(please include in quotation)

30

Advanced software training not provided = 0 points Advanced software training provided = 30 points The supplier should have a call-out time of 48 hours or less. 3.

20 More than 48 hours = 0 points Less than 48 hours = 20 points The supplier should have at least two

4.

factory certified service engineers for the provided system. The original

40

equipment manufacturer (OEM)

12

training certificates can be supplied evidence.

No certified service engineers = 0 points One certified service engineer = 15 points Two or more service engineer = 40 points The installation, training and maintenance should be provided by 5.

one supplier.

50

More than one supplier = 0 points One supplier = 30 points A list of at least 3 institutions in South Africa with a similar system should be provided as a reference. 6.

Zero institutions = 0 points

40

One institution = 5 points Two institutions = 10 points Three or more institutions = 40 points A list of at least 2 publications/ application notes using the system for FAMEs analysis should also be provided as a reference. 7.

40 No publications = 0 points One publication = 10 points Two publications = 20 points More than 2 publications = 40 points A complete set of manuals (in

8.

English) for the operation and maintenance of the system should be

10

provided.

13

No manuals provided = 0 points Manuals provided = 10 points The supplier should provide a minimum warranty of 12 months, with a list of items not covered by the warranty agreement attached to this 9.

bid

80

Warranty less than 12 months = 0 points Warranty of 12 months = 80 points Total points allocated

350

8.2.5 FINAL STAGE PRICE B-BBEE POINTS Bidders that met the requirements of the previous stages will be evaluated further in accordance with the 90/10 preferential points system. The 90 points will be allocated for price whilst, 10 points will be allocated for B-BBEE both totalling 100 points.

Note: B-BBEE status is only applicable for South African based companies and agents. International based companies who do not have locally based agents and the regulations toward it will be wavered these companies.

The below formula will be used in calculating points scored for the Preference points system.

Step 1: Calculation of points for price The contract value for this bid is estimated to be above R1 000 000.00 therefore the 90/10 preference points system will be used. Points awarded for price The following formula would be applied:

14

Where

Ps = Points scored for comparative price of bid or offer under consideration Pt = Comparative price of bid or offer under consideration Pmin = Comparative price of lowest acceptable bid or offer.

Step 2: Points allocated for B-BBEE status level of contributor

A maximum of 10 points will be awarded for B-BBEE Status Level 1 of Contributor.

B-BBEE Status Level Of Contributor

Number of Points

1

10

2

9

3

8

4

5

5

4

6

3

7

2

8

1

Non-compliant contributor

0

Both points will be added together to obtain a final score out of 100 points in total. 9. DISCLAIMER

The NMISA reserves the right not to appoint a service provider and is also not obliged to provide reasons for the rejection of any proposal. The NMISA reserves the right to: 

Award the contract or any part thereof to one or more service providers.



Reject all bids. 15



Decline to consider any bids that do not conform to any aspect of the bidding process.



Request further information from any service provider after the closing date, for clarification purposes.

10. NOTES TO BIDDERS

This section outlines basic requirements that must be met. Failure to accept these conditions or part thereof may result in your proposal being excluded from the evaluation process. 

Proposal documents should be submitted to the NMISA.



The NMISA will not be liable to reimburse any costs incurred by the bidder during the proposal process.



Evaluation of proposals will be carried out by the NMISA. The Bid Evaluation Committee will, if necessary, contact bidders to seek clarification on any aspect of the proposals.



Commissioning and installation must be done within 10 days of delivery.



Suppliers must sign the register at the reception when the proposal is submitted. Availability of critical spares and accessories for the machine must be guaranteed for a minimum of 10 years after the date of commissioning.

NB: Please note that to clear CSIR security to get to the NMISA’s reception may take more than 30 minutes.

16

11. DECLARATION

I, the undersigned (name)………………………….……………………… Certify that the information provided is true and correct, and understood the above document in full.

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

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

SIGNATURE

DATE

17

Recommend Documents