SPECIFICATION DOCUMENT
BID NO:
NMISA (16-17) T0008
BID DESCRIPTION:
THE NMISA WISHES TO PROCURE A GAS CHROMATOGRAPH (GC) WITH MASS SELECTIVE DETECTOR FOR SPECIALISED GAS SAMPLES IN VARIOUS MATRICES, INCLUDING DELIVERY, INSTALLATION, COMMISIONING AND TRAINING.
Closing date: 20 May 2016 at 11:00 am No briefing session will be held for this bid
NB. On the last page of this document the bidder needs to declare and indicate that they have read and understood the document in full.
Faxed, emailed bids will not be accepted, only hand delivered and couriered original proposals 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 fulfilment of its mandate and in support of the green industries, by providing traceability to air pollution monitoring such as the global atmospheric watch programme, ambient and stack emission, medical gases, energy gases, renewable energy gases, the NMISA wishes to procure a gas chromatograph with mass selective detector for purity analysis of gases and liquids. It will also be used for analysis of gases from different matrices. 2. BID DOCUMENT Bid documents are available on the website (www.nmisa.org) at no cost. Bidders are advised not to ask a NMISA staff member to download the bid documentation from the website on their behalf. Serious action will be taken against the staff member and the offending supplier may be 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 Office: E-mail address:
[email protected]. Telephone numbers: (012) 841 2840
5. BRIEFING SESSION There will be no briefing session held for this bid.
2
6. SUBMISSION OF PROPOSALS Proposals must be submitted in two (2) files 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.
7. PRICING
A firm ZAR pricing schedule as per SBD 3.1.
The quoted price should be in ZAR and must include all taxes, delivery (Delivered Duty Paid), shipment, commissioning, installation and training.
The quoted price must be valid for a period of 90 days from the closing date of the bid.
The final price must be inclusive of VAT.
Delivery should be within 3 months from placing the order.
The bidder must confirm in writing that they will support the instrument for a minimum period of 5 years as per its general lifespan.
Commissioning and training must be completed within 15 working days after delivery.
Invoice will only 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.
Payment will be made within 30 days after receipt of the final Original Tax Invoice(s).
All tender submissions are subject to the Government Procurement General Conditions of Contract.
3
8. MANDATORY/LEGISLATIVE REQUIREMENTS This stage checks and validates the bidder’s 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 pre-qualification requirements below will be disqualified and will not advance to the next stage of evaluation.
Check list
Pre-Qualification Requirements
Tick each box
SBD 1:
Completed, attached and signed
SBD 3.1 or 3.2:
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 Central Supplier Database 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 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.
4
Bidders must also supply the documents below (where applicable). Other Requirements
Check list Tick each box
Valid B-BBEE Certificate attached
9. EVALUATION PROCESS
9.1
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.
9.2
Evaluation Criteria The evaluation criteria as set out hereunder will assist the NMISA to ensure conformity to all tender 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.
9.3
Stage 2: Compulsory Technical Specifications Please complete the table below by indicating “yes” or “no” to confirm whether this requirement is met and provide explanations/ comments to support your answers. Supporting documentation or evidence should be attached to this document. Supporting documentation should take the form of technical specifications, datasheets, technical drawings, brochures, etc. Supporting documents should have page numbers for ease of reference. NB: Bids that score NO for any items in the compulsory technical specification section will be disqualified and will not advance to the next stage of evaluation.
5
No.
Compulsory Technical Requirements
1
The
gas
chromatograph
components
including
Yes or No
Comments (please reference page no.)
hardware
the
gas/liquid
sample introduction systems must be software
controlled
packaged
by
software.
the
bidders
(Provide
a
confirmation letter). 2
The
gas
chromatograph
must
be
supplied with computer hardware and windows software. 3
The GC
control
software
must
be
compatible with Windows 7 64-bit. GC control software must have authentic license. 4
All power plugs must have a South Africa standard plug and the power supply must be 220-240 V and 50 Hz.
5
All
hardware
components
must
be
accompanied by manuals written in English.
Electronic
manuals
will
be
accepted. 6
All hardware and software components must be supplied by one bidder.
7
The GC must be configured with two inlets
to
fit
the
cryogenic
pre-
concentration system and to inject liquid. 8
Gas chromatograph pressure set point minimum increment must be 0,006 kPa psi or better.
6
9
The
peak
area
reproducibility
for
hydrocarbons at mole fraction of 1 µmol/mol must be less than or equal to 0,009%. (Data sheet with calculations must be provided). 10
The retention time repeatability must be less
or
equal
to
0,009%.
(Chromatograms with data sheet and calculations must be provided). 11
Oven temperature set-point resolution must be equal to or better than 0,1 °C.
12
The GC must have an automated sampling injection system
13
Flame Ionisation detector as the second detector must be included, with flow controls
9.4
14
The mass spectrometer’s detector shall be a triple-axis HED-EM.
15
Ionization mode must be electron impact.
16
Ion source temp controllable from 100 – 350 degrees ˚C.
17
The instrument mass range from 1.6 to 1000 u.
18
The mass spectrometer must use an ion source where the metallic parts are constructed from inert material.
19
The mass spectrometer must utilize a quadrupole mass filter consisting of monolithic quartz with hyperbolic shape.
Stage 3: Functionality The evaluation criteria for functionality aim to assess the bidder’s capability, reliability and ability to execute and maintain a bid and/ or contract. The minimum points that bidders’ have to obtain in order to progress to the next stage of evaluation are 80 points.
7
NB: Bids that scored less than 80 on functionality will be disqualified and will not progress to the next stage of evaluation. FUNCTIONALITY CRITERIA
ALLOCATED POINTS 25
A minimum of 12 months warranty is required
12 months warranty or more = 25 points Less than 12 months warranty = 0 points The bidder must submit detailed CV(s) of the competent personnel who 20 will provide service support for the system including training certificates as proof of the competent personnel competence to provide support for the system. Preference will be given to South African service engineers that can provide local service support. CV and a document equivalent to training certificate of competent personnel attached = 15 points CV and a document equivalent to training certificate of competent personnel not attached =0 points The bidder shall guarantee that replacement parts are available for at 10 least 10 years after installation of the gas chromatographs 10 years or more replacement parts guarantee granted = 10 points 5-10 years replacement parts guarantee granted = 5 points Less than 5 years replacement parts granted = 0 points On-site training at NMISA must be provided. Training for 3 days must be provided to 3 people. 15 On – site training provided for 3 days = 15 points On – site training not provided = 0 points A specialist must be available to assist the NMISA personnel using the gas chromatography with troubleshooting within a reasonable timeframe. Please provide the name and contact details of the specialist.
10
Response turnaround time within 3 days = 10 points 5 days response turnaround = 5 points More than 5 days response turnaround = 0 points Delivery of item after receipt of a Purchase Order from NMISA 20 Less than eight (8) weeks points Nine (9) – twelve (12) weeks points More than twelve (12) weeks Total
= 20 = 10 = 0 points 100
8
To enable the NMISA to score the functionality, kindly complete the below table and attach proof where applicable. A minimum of one year warranty for the is required
Please state Period Comments
The bidder must submit detailed CV(s) of the competent personnel who will provide service support for the system including training certificates as proof of the competence to provide support for the system. Preference will be given to local competent person that can provide service support.
Please Provide CV
Comments
The bidder shall guarantee that replacement parts are available for at least 10 years after installation of the gas chromatographs. On-site training at NMISA must be provided. Training for 3 days must be provided to 3 people. A specialist must be available to assist the NMISA personnel using the gas chromatography with troubleshooting within a reasonable timeframe. Please provide the name and contact details of the specialist.
Please state period
Comments
Please provide details Please provide response time
Comments
Delivery of item after receipt of a Purchase Order from NMISA.
Please state Period Comments
Comments
9
9.5
Stage 4: Critical Technical Specifications Bids scoring less than 259 points for the critical specification section will be eliminated from further evaluation. Critical Technical Requirements Mass Spectrometer
Item
Specification
1
The quadrupole is to be is independently heated 20 and its temperature is to be user-selectable from 100 – 200˚C. Heating selection from100-200 Heating not selectable
2
Comments (please reference page no.)
=20 points =10 points
The mass spectrometer shall have an electronic 40 scan rate of 20,000 u/sec Rate of 20 000 u/sec Rate below 20 000 u/sec
3
Point allocation
=20 points =10 points
Instrument should have gain normalization auto tune.
20
Gain normalization auto tune present. =20 points Manual tune =10 points 4
The high-vacuum region must utilize an air-cooled 40 high-vacuum turbo pump with a minimum pumping speed of 255 L/s (Helium) Turbo Pump with 2.5 m3/hr mechanical pump. Air cooled and 255L/s speed Speed less than 255L/s
5
Instrument must be equipped with trace ion 20 detection Trace ion detection. No trace ion detection.
6
=20 points =10 points
The mass spectrometer should have high 20 performance for SIM/Scan modes and enable synchronization between the two modes. SIM and Scan modes SIM or Scan mode
7
=40 points =20 points
=20 points =10 points
Mass resolution should be one unit mass Resolution equal to mass unit
20
=20 points 10
Resolution greater that one mass unit =10 points 8
The auto injector (auto sampler) must have a sample capacity of 16 samples with standard turret. Capacity of 16 samples Less than 16 samples
9
10
=20 points =10 points
The auto injector must have a variable sampling depth of -2 to 30 mm above default position. Within specified depth No variable injector depth
20
20
=20 points =10 points
The auto injector must have the capability to rinse the syringe both pre and post injection with 2 separate solvents.
10
Washing with 2 solvents before and after injection. =10 points Washing with 1 solvent before and after injection… =5 points 11
The auto injector must allow for 0-15 pre-washes of sample 10-15 pre-washing of sample 5-10 pre-washing of sample
12
=10 points =5 points
The auto injector must allow for 0-15 pre-injection sample pumps 10-15 sample pumps 5-9 sample pumps
10
10
=10 points =5 points
13
The auto sampler must allow 1-99 injections of specified syringe volumes
10
14
The auto injector must have a range of injection volumes of 10 Nano liters up to 250 microliters depending upon the syringe size.
10
Volumes up to 250 uL Volumes less than 200 uL 15
=10 points =5 points
The auto sampler must be capable of using syringes of 1, 2, 5, 10, 25, 50 & 100 uL, 250 uL & 500 uL maximum volumes.
20
All syringe sizes = 20 points Less syringe sizes………………………= 10 points 16
The auto sampler must allow injection volume settings of 1% to 50% of syringe volume in increments of 1%
20
11
Increments of 1% up to 50% volume. =20 points Increments of larger than 1% =10 points 17
The auto sampler must have available injection delay times of 0-60 seconds.
10
18
The auto injector must be able to be controlled through the GC keyboard.
20
GC keyboard controlled. Not controlled on GC keyboard 19
=20 points =10 points
The auto injector must provide for illumination of the syringe. Illumination present. No illumination of syringe
20
=10 points = 5 points
The auto injector must be auto-aligning and able to be installed or removed without the use of tools. Auto alignment. No auto alignment.
10
20
=20 points =10 points
Total point allocation for section
370
Bidders who have advanced through all the stages will progress to the final stage of evaluation as stipulated below. 9.6
Final Stage: Price and BBBEE 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 BBBEE both totalling 100 points. 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:
12
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
Note: Both points will be added together to obtain a final score out of 100 points in total. 10.
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.
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.
13
11. 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.
Delivery should be within 8 to 12 weeks.
Suppliers must sign the register at the reception when the proposal is submitted.
Shipping Instructions - Delivery at Destination Goods must be consigned to the destination specified in the contract and delivered: Delivered Duty Paid (DDP) (NMISA, Pretoria). The bidder will be responsible for all delivery charges, administration, costs, and risk of transport and customs clearance, including the payment of customs duties and taxes.
NB: Please note that to clear CSIR security to get to the NMISA’s reception may take more than 30 minutes. 12. DECLARATION I, the undersigned (full name)………………………….…………………………………………………… Certify that the information provided is true and correct, and understood the above document in full.
-------------------------------------
------------------------
SIGNATURE
DATE
14