Closing date: 09 February 2018

Similar documents
REQUEST FOR INFORMATION

TERMS OF REFERENCE. Provision of Leadership Development and Coaching Services at SANAS for a Period of twelve (12) Months SANAS/LDCS/ /04

REQUEST FOR QUOTATION (RFQ)

REQUEST FOR QUOTATION (RFQ)

T 1.1: Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID

RFQ/SANAS/PASTEL-EVOLUTION/2012/01

Request for Proposals (RFP) The provision of labour law specialist services for subsidised public transport contracts to the CSIR

Functionality Evaluation Phase 3 : Preferential Point System Points Price 80 B-BBEE status level of contribution 20 Total 100

Request for Proposals (RFP) The design, supply and installation of a dust and fume extraction system to the CSIR. RFP No.

CITY POWER JOHANNESBURG

CITY POWER JOHANNESBURG

22 August 2018 RFQ No:11864 REQUEST FOR QUOTATION (RFQ) : Cybersecurity Awareness Program - package upgrade

City Power Johannesburg. 40 Heronmere Road Reuven Johannesburg

TERMS OF REFERENCE APPOINTMENT OF A PANEL OF SERVICE PROVIDERS SPECIALIZING IN THE INFORMATION AND COMMUNICATIONS TECHNOLOGY SECTOR

CITY POWER JOHANNESBURG

08 NOVEMBER PURPOSE

1 August 2018 RFQ No11543 REQUEST FOR QUOTATION (RFQ)

INVITATION OF BIDS. The Passenger Rail Agency of South Africa (PRASA) invites suitably qualified cleaning companies for the following bids:

TERMS OF REFERENCE RFP NO.: SALGA/32/2016

CONTACT PERSON Ms. Molatelo Matlala CONTACT PERSON Mr Thompson Mutshinyalo TELEPHONE NUMBER TELEPHONE NUMBER (012)

CITY POWER JOHANNESBURG

City Power Johannesburg. 40 Heronmere Road Reuven Johannesburg

Marilyn Davids.

CITY POWER JOHANNESBURG

CITY POWER JOHANNESBURG

TENDER BRIEFING NOTES TENDER IEC/NW-01/2015 SECURITY SERVICES IN NORTH WEST. 21 April 2015 at 11:00. Protea Office Park, 103 Sekame Street, Mmabatho

CITY POWER JOHANNESBURG

Annexure A TERMS OF REFERENCE FOR THE SECURITY SERVICES BID

City Power Johannesburg. 40 Heronmere Road Reuven Johannesburg

TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER TO RENDER AN INTERNAL AUDIT SERVICE

City Power Johannesburg. 40 Heronmere Road Reuven Johannesburg

Request for Tender. Tender Number: BIM 244/2016

REQUEST FOR PROPOSAL. Internal Audit Services RFP NO: RFP/SASSETA/

CITY POWER JOHANNESBURG

CITY POWER JOHANNESBURG

CITY POWER JOHANNESBURG

Alterations to offices

INVITATION FOR REQUEST FOR INFORMATION (RFI) : OFFICE FURNITURE SUPPLIES

2. BID ENQUIRIES Bid enquiries and technical matters shall be directed in writing to the relevant representative as detailed below:

ROAD ACCIDENT FUND COMPULSORY BRIEFING SESSION RFP/2017/ Date: 31 May 2017 Time: 11:00

MATTHEW GONIWE SCHOOL OF LEADERSHIP AND GOVERNANCE (MGSLG)

CONTACT PERSON Ms. Molatelo Matlala CONTACT PERSON Mr Christopher Willis TELEPHONE NUMBER TELEPHONE NUMBER

Fasset. Guide to Procurement. How to submit tenders / RFPs / RFBs

CITY POWER JOHANNESBURG

REQUEST FOR PROPOSAL

Request for Proposals (RFP) The provision of Technical Advisory and Modelling Services to CSIR in the area of Aeronautics. RFP No.

CITY POWER JOHANNESBURG

PHYSICAL ADDRESS: The South African National Biodiversity Institute (SANBI) Kirstenbosch National Botanical Garden Rhodes Drive Newlands Cape Town

CITY POWER JOHANNESBURG

City Power Johannesburg. 40 Heronmere Road Reuven Johannesburg

TO ALL SUPPLIERS SEEKING REGISTRATION AS AN APPROVED SUPPLIER ON THE DATABASE OF GS FETC

CITY POWER JOHANNESBURG

REQUEST FOR QUOTATION (RFQ) 25 January 2019

CITY POWER JOHANNESBURG

REQUEST FOR QUOTATION

CITY POWER JOHANNESBURG


CITY POWER JOHANNESBURG

CITY POWER JOHANNESBURG

CITY POWER JOHANNESBURG

BID NO: SCMU: /17. Expression of Interest covering letter must clearly indicate the Programme and Provinces you show interest in training in.

REQUEST FOR QUOTATION

TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE RENTAL OF XEROX DOCUMENT MANAGEMENT SCANNERS FOR THE NATIONAL LOTTERIES

City Power Johannesburg. 40 Heronmere Road Reuven Johannesburg

Request for Quotation

PART A INVITATION TO BID

CITY POWER JOHANNESBURG

DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT FOR DESIGNATED SECTORS

CITY POWER JOHANNESBURG

Confined Spaces Entry (SAQA ID ) for a total of 60 people respectively situated at the following sites:

CITY POWER JOHANNESBURG

TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE RENTAL OF XEROX DOCUMENT MANAGEMENT SCANNERS FOR THE NATIONAL LOTTERIES

CITY POWER JOHANNESBURG

Request for proposal and quotation Provision of Business Intelligence Service within ICT RFP/ICT/BI/2019/23

CITY POWER JOHANNESBURG

Request for Quotation

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

CITY POWER JOHANNESBURG

RFQ DOCUMENTS WILL BE AVAILABLE ON SITE AND ON THE WEBSITE AS FROM 07 SEPTEMBER HERONMERE ROAD REUVEN, BOOYSENS

REQUEST FOR QUOTATION (RFQ)

MAGALIES WATER REQUEST FOR PROPOSAL RFP/MW/10/

CITY POWER JOHANNESBURG

CITY POWER JOHANNESBURG

CITY POWER JOHANNESBURG

PRE-QUALIFICATION OF HARDWARE AND ELECTRICAL ITEMS SUPPLIERS FOR YEAR PRE-QUALIFICATION DOCUMENT

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

REQUEST FOR QUOTATION

Request for Quotation of Bird Proofing Equipment and Services at various buildings within CSIR Scientia Campus. RFQ No.

CITY POWER JOHANNESBURG

REQUEST FOR QUOTATIONS

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

Transcription:

SPECIFICATION DOCUMENT BID NO: NMISA (17-18) T0020 BID DESCRIPTION: REQUEST FOR PROPOSALS FOR THE DESIGN AND BUILDING OF AN ENVIRONMENTAL CLEAN ROOM AND A LAMINAR FLOW CABINET, INCLUDING INSTALLATION AND COMMISIONING Closing date: 09 February 2018 Compulsory briefing session date: 25 January 2018 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 NMISA is a Type 3A Public Entity established in accordance with the Measurement Unit and Measurement Standards Act, No. 18 of 2006 (the Act). 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 National Metrology Institute of South Africa wishes to procure an environmental clean room and laminar flow cabinet for the Length laboratories. 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 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: scm@nmisa.org. Telephone numbers: (012) 841 2840/ 3652/ 2671 5. BRIEFING SESSION There will be a compulsory briefing session, a tour of the laboratories will be part of the session. Date: 25 January 2018 @ 11h00 Venue: NMISA Reception, Building 5 2

6. SUBMISSION OF PROPOSALS Proposals must be submitted in three (3) 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, the second envelope a copy of the original and the third envelope needs to contain the itemised quotation whereby they will be deposited in the tender box situated at the reception of 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 by 11:00 on the closing date or between 08:00 and 16:30 before the closing date. 7. PRICING A firm ZAR pricing schedule as per SBD 3.1. The quoted price must include all taxes, delivery DPP (Delivery 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 12 Months from placing the order. Invoice will only be accepted after successful commissioning 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 REQUIREMENT 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 below will be disqualified and will not advance to the next stage of evaluation. Pre-Qualification Requirements Check list Tick each box SBD 1: SBD 3.1 SBD 4: SBD 6.1: SBD 8: SBD 9: Specification document General Condition of contract: Initialled and attached Valid Tax status on Central Supplier Database or SARS PIN provided Registered on the Central Supplier Database of National Treasury. (For registration information, go to https://secure.csd.gov.za/) 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 Valid B-BBEE Certificate attached Check list Tick each box 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 bids 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 NMISA to ensure conformity to all tender requirements. 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. 10. 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

System One NO. COMPULSORY TECHNICAL SPECIFICATIONS YES OR NO COMMENTS (PLEASE REFERENCE PAGE NO.) 1 Laminar flow clean room for a laboratory in the basement of Building 5 room No. 033 to be designed and installed to conform with the requirements of an ISO Class 5 clean room, designed, constructed and tested in accordance with ISO 14644 2 The clean room must be installed with clean room compatible flooring and wall cladding 3 Service provider must be ISO 9000 (series) certified 4 Air shower and garment storage cabinet 5 6 Replace wooden door with clean room compatible door Replace existing furniture with clean room compatible furniture (same size and quantity) 7 Remove existing ceiling and furniture Clean room compatible (quantities in brackets) 8 Coveralls (5) Disposable overshoes (100) Floor Mop (1) Mop Caps (100) Bucket (1) Flat Mop for walls (1) 9 Evidence of previous clean rooms designs and installation 6

NO. COMPULSORY TECHNICAL SPECIFICATIONS YES OR NO COMMENTS (PLEASE REFERENCE PAGE NO.) 10 Evidence of evaluation of completed clean room to conform to ISO Class 5 or better, e.g. Equipment and test methods used to measure air quality in conformance with ISO 14644. 11 Evaluation of clean room to ISO class 5 System Two NO. COMPULSORY TECHNICAL SPECIFICATIONS YES OR NO COMMENTS (PLEASE REFERENCE PAGE NO.) 1 One laminar flow cabinet, to be used at the gauge block wringing area, to conform with the requirements of an ISO Class 5 clean room, designed, constructed and tested in accordance with ISO 14644 2 The size of the flow cabinet must be nominal 1,3 m length * 0,8 m height* 1 m width. Size must be within 10 % of nominal. 11. 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 must obtain in order to progress to the next stage of evaluation is 80. 7

NB: Bids that scored less than 80 points on functionality will be disqualified and will not progress to the next stage of evaluation. NO. 1 2 3 4 FUNCTIONALITY CRITERIA Warranty Period: 24 months or longer = 20 Points 12-23 months = 10 Points Less than 12 months Delivery period: =0 Points 12 months or less = 20 Points 12 18 months = 10 Points More than 18 months Evidence of design and installation of clean rooms Reference letters from the most recent customers = 0 Points 3 letters or more = 30 Points 2 letters = 20 Points 1 letter = 10 Points No letter = 0 Points Evidence of evaluation of completed clean room to conform to ISO Class 5, e.g. Equipment and method used to measure air quality. List of equipment and test methods provided = 30 Points No Evidence = 0 Points POINTS ALLOCATED 20 20 30 30 TOTAL POINTS 100 To enable NMISA to score the functionality, kindly complete the below table and attach proof where applicable. Yes/No Indicate Period/ Document Reference 8

1 Warranty 2 Delivery Period 3 Evidence of design and installation of clean rooms Reference letters from the most recent customers 4 Evidence of evaluation of completed clean room to conform to ISO Class 5, e.g. Equipment and method used to measure air quality. 5 The size of the flow cabinet must be nominal 1,3 m * 0,8 m * 1 m (l*w*h) 12. PRICE AND B-BBEE POINTS Bidders that met the requirements of the previous stages will be evaluated further in accordance with the 80/20 preferential points system. The 80 points will be allocated for price whilst, 20 points will be allocated for B-BBEE both totalling 100 points. The formula below will be used in calculating points scored for the Preference points system. Step 1: Calculation of points for price Points awarded for price 9

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 A maximum of 20 points will be awarded for B-BBEE Status Level 1 of Contributor. B-BBEE Status Level Of Contributor Number of Points 1 20 2 18 3 14 4 12 5 8 6 6 7 4 8 2 Non-compliant contributor 0 Note: Both points will be added together to obtain a final score out of 100 points in total. 13. DISCLAIMER NMISA reserves the right not to appoint a service provider and is also not obliged to provide reasons for the rejection of any proposal. 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. 10

Request further information from any service provider after the closing date, for clarification purposes. 14. 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 NMISA. 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 NMISA. The Bid Evaluation Committee will, if necessary, contact bidders to seek clarification on any aspect of the proposals. 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. The bidder will be responsible for all delivery charges, administration, costs and list of transport and customer clearance, including the payment of customs duties and taxes. NB: Please note that to clear CSIR security to get to NMISA s reception may take more than 30 minutes. 15. DECLARATION I, the undersigned (full name) Certify that the information provided is true and correct, and understood the above document in full. ------------------------------------- ------------------------ SIGNATURE DATE 11