SPECIFICATION DOCUMENT
BID NO:
NMISA (15-16) T0012
BID DESCRIPTION:
THE
NMISA
WISHES
TO
PROCURE
AN
ULTRA
LOW
TEMPERATURE FREEZER AS WELL AS A CELL CULTURE AND MICROBIOLOGICAL
INCUBATORS,
INCLUDING
ALL
ASSOCIATED COMPUTER ACCESSORIES WHERE APPLICABLE, INSTALLATION, COMMISSIONING AND TRAINING.
Closing date: 23 May 2016 at 11h00. There will be a non-compulsory briefing session held.
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 environmental monitoring and maintaining quality of life, the NMISA wishes to procure the following equipment: an ultra-low temperature freezer, cell culture, and microbiological incubators, including all associated computer accessories, if required, installation, commissioning, and training.
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 from doing 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 Supply Chain Management Office on the below email address:
e-mail address:
[email protected]. Telephone numbers: (012) 841 2840/ 3652/ 2671 2
5. BRIEFING SESSION
There will be a non-compulsory briefing session held for this bid. Date:
05 May 2016
Time:
11h00
Venue:
NMISA Reception
Address: National Metrology Institute of South Africa (NMISA), Building no 5: CSIR Scientia Campus, Meiring Naudé Road, Brummeria, Pretoria, Gauteng Province, 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. A non-firm pricing schedule limited to the exchange rate as the only variable as per SBD 3.2 section B will be accepted from foreign suppliers.
The quoted price should be in ZAR and must include all taxes, delivery, shipment, and training. Delivery must be as “Delivered Duty paid”(DDP)
The quoted (Itemised) 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 at all times.
Delivery should preferably be within 2 months from placing the order.
Commissioning should be completed within 60 working days after delivery.
Invoice will be accepted after successful commissioning and training, as required. 3
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.
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.
8.
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 pre-qualification 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 2:
Completed, attached and signed
SBD 3.1 or SBD 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 Registered on the Central Supplier Database of National Treasury. (For registration information, go to https://secure.csd.gov.za/)
4
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. Bidders must also supply the documents below. 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 predetermined evaluation criteria. 9.2 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.
9.3 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 must be attached to this document. Supporting documentation should take the form of technical specifications, datasheets, technical drawings, brochures, etc. Supporting documents must have page numbers for ease of reference. Should no supporting documents be attached/ included with the bid proposal document the NMISA will assume that bidder cannot achieve the stated requirement.
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 SPECIFICATION
YES/ NO
COMMENTS (Reference page numbers)
CELL CULTURE INCUBATOR
1. 2.
The chamber volume must be greater than 240 L – please clearly state dimensions Touch screen interface with relative humidity, temperature and gas monitors
3
Data and error logs must be downloadable
4.
Perforated shelves
5.
All inner surfaces must be made of corrosion resistant copper/ copper alloy Incubator must have segmented gas tight inner doors (minimum of two chambers)
6. 7. 8.
9.
10.
11.
12. 13. 14. 15.
16.
HEPA air filtration Recesses covered or external humidity pan/ reservoir. Variable oxygen control from 5 – 20% (a wider range is preferred as long as both the minimum and maximum fall within the stated range) Variable carbon dioxide control 1 – 20% (a wider range is preferred as long as both the minimum and maximum fall within the stated range) Appropriate gas and temperature sensors must be included (infra-red; thermal conductivity etc.). Please state the specific sensor and the parameter it is used for. Suitable gas regulators must be included for installation Relative humidity range greater than 90% at 37°C High temperature sterilisation cycle Temperature range between 5°C above ambient to 50°C (a wider range is acceptable as long as both the minimum and maximum temperatures fall within the stated range) Temperature control, within the range, of ± 1°C MICROBIOLOGICAL INCUBATOR
2.
Temperature range between 5°C above ambient to 70°C (a wider range is acceptable as long as both the minimum and maximum temperatures fall within the stated range). Corrosion resistant stainless steel interior
3.
Internal glass door
4.
High temperature decontamination cycle
1.
6
5.
6. 7.
8.
1.
2. 3. 4. 5. 6. 7. 8.
9.
The chamber volume must be greater than 400 L with a minimum of six shelves including a petri-dish holder shelf or inserts Chamber must have a minimum of six shelves including a petri-dish holder shelf or insert Access port with stopper suitable for use of an orbital shaker within the incubator A orbital shaker resistant to carbon dioxide, with a suitable stated temperature range, that can fit into the incubator shelf must be included ULTRA-LOW TEMPERATURE FREEZER Temperature range between -40 °C and -85 °C (a wider range is acceptable as long as both the minimum and maximum temperatures fall within the stated range) Capacity greater than 600 L (upright freezer – please include dimensions) On board data logging with a USB data output of log file Key or key card access control Pressure equalisation for quick re-entering Liquid nitrogen or carbon dioxide back-up system Interior compartment doors (minimum of five compartments) Cold-rolled steel interior The following racks to facilitate storage of cryoboxes and other sample containers for at least two inner compartments: adjustable stainless steel access racks sliding door access racks A bidder who has advanced through this stage will progress to the next stage of evaluation. 10. 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 number of points that bidders’ have to obtain in order to progress to the next stage of evaluation is 91.
NB: Bids that scored less than 91 points on functionality will be disqualified and will not progress to the next stage of evaluation. 7
FUNCTIONALITY CRITERIA Training after commissioning at NMISA Advanced training provided: (3 days for a minimum of 3 people) Training provided: (less than 3 days or fewer than 3 people) No training provided Warranty Period 24 months warranty or more Between 12 and 24 months warranty Less than 12 months warranty Delivery of item after receipt of a Purchase Order from NMISA Less than six (6) weeks Six (6) – eight (8) weeks More than eight (8) weeks All systems are supplied by a single supplier that will agree to ensure spare parts and consumables for the systems are available for a minimum of five years. Single supplier and systems will be supported for more than five years Single supplier and system supported for five years No system support and not provided by a single supplier Reference letter from customer (detailing successful commissioning, operation and maintenance) Reference from more three or more laboratories using systems quoted for in this tender Reference from one laboratory No reference Turnaround time for technical assistance (on site call-out): Within one (1) day Within five (5) days Technical assistance will require more than 5 days Availability of critical spares and accessories for the instrument must be guaranteed for a minimum of 5 years after the date of commissioning Critical spares and accessories available for 5 years or more Critical spares and accessories available for 2 - 4 years Critical spares available for less than 2 years Specialised infrastructure requirements stated (water, electrical and gas supplies) Laboratory requirements detailed No laboratory infrastructure needs stated Total
POINTS MAXIMUM ALLOCATION POINTS = 20 points = 10 points = 0 points = 20 points = 10 points = 0 points = 10 points = 5 points = 0 points
= 20 points
20
20
10
20
= 10 points = 0 points
= 10 points
10
= 5 points = 0 points = 20 points = 10 points = 0 points
= 10 points = 5 points = 0 points
= 10 points = 0 points
20
10
10
130
To enable the NMISA to score the functionality, kindly complete the table below and attach proof where applicable. Please note that this is a binding document and supplier will be expected to fulfil all functionality criteria stipulated below.
8
No Functionality criteria 1. Advance training after commissioning at NMISA (advanced operation and basic maintenance training)
Information required Please state period and number of employees included in training plan.
2.
A minimum of 12 months warranty for the equipment is required
Please state period of warranty and what the warranty entails
3
Delivery of item after receipt of a purchase order from NMISA
Please state delivery time.
4.
A document stating system support for each of the items listed on the tender
List attached. Please state Yes or No
5.
Reference letter detailing successful commissioning and maintenance from customer.
Reference letter attached. Please state Yes or No
6.
Turnaround time for technical enquiries
Please state period before enquiries are addressed.
7.
Availability of critical spares and instrument support
Please state period that the instrument will be supported by the supplier
8.
Specialised instrument infrastructure
Please include details on any specialised infrastructure that is required for the instrument operation
Comments
9
Bidders who meet all compulsory requirements as well as the minimum functionality requirements will progress to the last stage of evaluation as stipulated below. 11. Final Stage: Price and 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:
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
10
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.
12. 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. 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. 11
Commissioning and installation must be done within 30 days of delivery.
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) Incoterms 2000 for shipments from a commercial bidder.
NB: Please note that to clear CSIR security to get to the NMISA’s reception may take more than 30 minutes.
14. DECLARATION I, the undersigned (name)………………………….……………………… Certify that the information provided is true and correct, and understood the above document in full.
-------------------------------------
------------------------
SIGNATURE
DATE
12
13