&255,*(1'80 1 - scp-ks.org

11
CORRIGENDUM N° 2 to the tender dossier for the contract for Supply of Security Screening and Detection Equipment Publication Ref: KSCR/PROC/2017/0126 – Supply of Security Screening and Detection Equipment Location: The Netherlands The Hague, 02 March 2018 The Procurement Unit of the Kosovo Specialist Chambers has after careful review decided to make a series of amendments to the Technical Specifications of the tender. These amendments were prompted by the outcome of the Q&A phase of the tender, as reported to all participating tenderers in the subsequent Q&A-report that was disseminated to all participating tenderers. All these amendments involve a relaxation of the earlier set minimum and maximum requirements to the parameters and dimensions of various listed supplies, as these requirements might be argued as arbitrarily restrictive to competition. To allow for these changes the tender dossier referred to above is further corrected or modified as follows: 1. The following technical specifications have been altered in the ‘Annex II + III - Technical Specifications’: Line item 1: (5x X-ray machines) - The maximum external dimensions requirement of 140cm (h); 85cm (w); 205cm (l) is changed to: 140cm (h); 85cm (w); 208cm (l). - The minimum tunnel dimensions requirement of 40cm (H); 62cm(W) is changed to: 40cm (H); 60cm(W). - The maximum height of the conveyor of maximum 80cm is changed to: 80.8cm - The maximum floor weight requirement of 465 kg is changed to: 465 kg, with a 10% upward deviation allowance. - The separate operator workstation requirements for machines number 1 & 2 are dropped, and are streamlined with the requirements of machines 3, 4 & 5. All 5 machines now have the same requirements. - The requirement for the integrated shelf having to offer an element of height adjustment for a standing operator is dropped. - The ancillary requirement (under point ‘n’) of a clear plastic safety screen is hereby dropped. Line item 3: (Metal detection gates) - The maximum external height requirement of 2.2m (h); 1m (w); is changed to: 2.25m (h); 1m (w) A copy of the revised Annex II + III - Technical Specifications is provided as an appendix to this Corrigendum no.2. 2. To allow tenderers to incorporate the above alterations and adjustments into their offer and to allow them to address any further queries that might arise, the tender deadlines are altered as follows: 1. The deadline for the tender submission is delayed from 17:00 hrs. Friday 02 March 2018 to 17:00 hrs. Friday 16 March 2018.

Upload: others

Post on 21-Dec-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

CORRIGENDUM N° 2

to the tender dossier for the contract for Supply of Security Screening and Detection Equipment

Publication Ref: KSCR/PROC/2017/0126 – Supply of Security Screening and Detection Equipment

Location: The Netherlands

The Hague, 02 March 2018

The Procurement Unit of the Kosovo Specialist Chambers has after careful review decided to make a series of amendments to the Technical Specifications of the tender. These amendments were prompted by the outcome of the Q&A phase of the tender, as reported to all participating tenderers in the subsequent Q&A-report that was disseminated to all participating tenderers. All these amendments involve a relaxation of the earlier set minimum and maximum requirements to the parameters and dimensions of various listed supplies, as these requirements might be argued as arbitrarily restrictive to competition. To allow for these changes the tender dossier referred to above is further corrected or modified as follows:

1. The following technical specifications have been altered in the ‘Annex II + III - Technical Specifications’: Line item 1: (5x X-ray machines) - The maximum external dimensions requirement of 140cm (h); 85cm (w); 205cm (l) is

changed to: 140cm (h); 85cm (w); 208cm (l). - The minimum tunnel dimensions requirement of 40cm (H); 62cm(W) is changed to:

40cm (H); 60cm(W). - The maximum height of the conveyor of maximum 80cm is changed to: 80.8cm - The maximum floor weight requirement of 465 kg is changed to: 465 kg, with a 10%

upward deviation allowance. - The separate operator workstation requirements for machines number 1 & 2 are dropped,

and are streamlined with the requirements of machines 3, 4 & 5. All 5 machines now have the same requirements.

- The requirement for the integrated shelf having to offer an element of height adjustment for a standing operator is dropped.

- The ancillary requirement (under point ‘n’) of a clear plastic safety screen is hereby dropped.

Line item 3: (Metal detection gates) - The maximum external height requirement of 2.2m (h); 1m (w); is changed to: 2.25m (h);

1m (w)

A copy of the revised Annex II + III - Technical Specifications is provided as an appendix to this Corrigendum no.2.

2. To allow tenderers to incorporate the above alterations and adjustments into their offer and to allow

them to address any further queries that might arise, the tender deadlines are altered as follows: 1. The deadline for the tender submission is delayed from 17:00 hrs. Friday 02 March 2018 to 17:00

hrs. Friday 16 March 2018.

2. Also a brief extra window for the submission of remaining questions (only for questions related to the changed Technical Specifications as specified in this corrigendum!) is hereby provided. These remaining questions may be submitted until 08 March 17:00. The list of these questions, and their corresponding answers provided by the Contracting Authority, will be returned to, and shared with, all tenderers on 09 March at the latest.

3. The tender opening will subsequently be transferred from 11:00 hrs. Monday 05 March 2018 to Tuesday 19 March 2018 at 11:00 (These new dates replace herewith all mentioning of the previous tender submission deadline dates and tender opening dates throughout the tender dossier you received).

All other terms and conditions of the tender dossier nº KSCR/PROC/2017/0126 remain unchanged.

All information contained in this corrigendum shall now be considered an integral part of the tender dossier nº KSCR/PROC/2017/0126.

Page 1 of 9

Appendix to Corrigendum 2 - Revised Annex II + III - Technical Specifications.doc

ANNEX II + III (revised 02/03/2018 as per Corrigendum No.2):

TECHNICAL SPECIFICATIONS + TECHNICAL OFFER

Contract title : Supply of Security Screening and Detection Equipment p 1 /9

Publication reference : KSCR/PROC/2017/0126

Columns 1-2 should be completed by the Contracting Authority Columns 3-4 should be completed by the tenderer Column 5 is reserved for the evaluation committee

Annex III - the Contractor's technical offer

The tenderers are requested to complete the template on the next pages:

Column 2 is completed by the Contracting Authority shows the required specifications (not to be modified by the tenderer),

Column 3 is to be filled in by the tenderer and must detail what is offered (for example the words “compliant” or “yes” are not sufficient)

Column 4 allows the tenderer to make comments on its proposed supply and to make eventual references to the documentation

The eventual documentation supplied should clearly indicate (highlight, mark) the models offered and the options included, if any, so that the evaluators can see the exact configuration. Offers that do not permit to identify precisely the models and the specifications may be rejected by the evaluation committee.

The offer must be clear enough to allow the evaluators to make an easy comparison between the requested specifications and the offered specifications.

2

1.

Item Number

2.

Specifications Required

3.

Specifications Offered

4.

Notes, remarks, ref to documentation

5.

Evaluation Committee’s

notes

General background and high level requirements

The Kosovo Specialist Chambers is a new judicial (court) organisation based in The Hague, The Netherlands. The organisation will require xray screening machines and walkthrough metal detectors to assist with the security screening of persons (staff, public and detainees), baggage, small items of luggage and mail deliveries. The organisation will move to new premises at 47 Raamweg, 2596 HN, The Hague. The exact date of the move is not yet known, but the current planning is to move somewhere in the second quarter of 2018. It is expected hat the tenderer who is awarded the Contract will be able to deliver and install on call as of 1 April 2018 onward. All equipment is to be installed on the ground floor of the new premises.

-

3

1.

Item Number

2.

Specifications Required

3.

Specifications Offered

4.

Notes, remarks, ref to documentation

5.

Evaluation Committee’s

notes

1. X-ray machines a. Number of machines: - x 5 (Five)

b. Machines suitable/intended primarily for screening small

bags, items of luggage and postal deliveries in a court

(security) environment.

c. Single view image technology

d. Maximum dimensions: 140cm (H;) 85cm (W); 208cm (L)

e. Minimum tunnel dimensions – 40cm (H); 60cm(W)

f. Continual service capacity (no warm up period)

g. Image modification options to include as minimum:

Colour / black-white

Organic/inorganic stripping;

enhanced zoom to a minimum of x 16;

image storage -minimum 10,000 images;

image export via USB;

automatic image numbering and time/date stamp;

automatic detection of dense or opaque areas;

capacity for inclusion of operator training modules

such as Threat Image Projection.

h. Operator assistance capacity to automatically detect

potential contraband items and alert operators for further

investigation

i. Maximum power consumption 1.2 kVA, standard 230V

power feed

j. Reverse mode on conveyer belt

k. Maximum conveyer load between 160 - 165KG

l. Floor weight (without accessories): 465kg (with 10% upward

deviation allowed)

m. Dedicated and integrated ancillary package to include 100cm

rollers at entry and exit. Exit rollers should have an end stop.

4

1.

Item Number

2.

Specifications Required

3.

Specifications Offered

4.

Notes, remarks, ref to documentation

5.

Evaluation Committee’s

notes

1. Xray machine

(continued)

NB: The Contracting Authority reserves the right to change

this at the point of ordering into a smaller/shorter set of

rollers (at no additional charge to the Contracting Authority)

if the set-up space for the machines requires so (whether this

is needed is at the moment still unsure/unknown).

n. Ancillaries to also include lead curtains to prevent

unauthorised entry.

o. Height of conveyor – minimum 68cm/maximum 80.8cm

p. Wheel mounted (heavy duty wheels with braking elements)

q. Operator workstation:

The operator workstation required consists of a

monitor (on top of the machine) with a control panel

on an integrated shelf situated on the side of the

machine. (The operator will face the conveyor belt of

the machine). For ergonomic reasons it is not the

intention that the control panel sits on top of the

machine.

The monitor should be flat screen, 17inch

The image below shows an example of the approximate

position of the monitor and the operator’s console.

5

1.

Item Number

2.

Specifications Required

3.

Specifications Offered

4.

Notes, remarks, ref to documentation

5.

Evaluation Committee’s

notes

Xray machines

( continued)

r. All machines should be compliant with all relevant safety

regulations for use of ionising radiation in the Netherlands.

s. The company manufacturing the equipment should have ISO

9001:2008 (or more recent) certification.

t. Supplied with an operator training capacity utilising image

databases to facilitate the training and familiarisation of

operators; training includes supervisory monitoring.

u. Power supply/fittings compliant with use in the Netherlands.

v. The supplier will ensure/arrange themselves (or, where

impossible/disallowed to ensure/arrange themselves)

provide the utmost assistance to the organisation to ensure

that all applicable Dutch law with regard to installation,

usage and maintenance of machines/ionising radiation are

adhered to.

w. Price to include monitors and control panels, onsite

assessment, delivery and installation.

x. Construction: The external panels should be of steel

construction and resist damage such as dents or paint chips

during normal usage.

6

1.

Item Number

2.

Specifications Required

3.

Specifications Offered

4.

Notes, remarks, ref to documentation

5.

Evaluation Committee’s

notes

1. Xrays continued

2. Accessory trays

y. The appearance should be either stainless steel or painted. If

painted, the colours should be muted. The main colour/finish

of the xray machines should fall within the following range of

colours:

- Stainless steel or other unpainted polished metal

appearance.

- Grey – Grey in the range of the following RAL colours - RAL

9006-9007-9018 9022-9023- 7016- 7021 (7021 matches the

KSC Colour “Hex 333333”).

- White – White in the range of the following RAL colours -

9001-9002- 9003- 9010-9016

- Blue - Blue in the range between 5001 and 5030 (RAL

5002 matches the KSC Pantone colour “Hex 002597”)

- Black – Black

(Alternatives to the above colours will be considered if very

“close” to those stated. “Close” is at the discretion of the

contracting authority).

a. X 20 trays for placing screened items.

b. Dimensions of the trays - suitable for the xray

machine(s) described above.

c. X 5 of the above 20 trays to be foam lined.

d. Colour - blue - similar to the colour below

7

1.

Item Number

2.

Specifications Required

3.

Specifications Offered

4.

Notes, remarks, ref to documentation

5.

Evaluation Committee’s

notes

3. Walkthrough metal detectors

a. Requirement for x 5 machines (4 fixed positions plus one

redundancy/ad-hoc deployment to be included in rotational

machine use to prolong lifespan through equal use).

b. Detection capacity for magnetic, non-magnetic and mixed

alloy materials

c. Self-test and auto diagnostic capacity

d. Multi zone detection with audible tone and visual indication

of alarm area to operators. Resistance to environmental

interference (electromagnetic and mechanical)

e. Conforms to EN50364 (safe for pregnant woman,

pacemakers, digital media)

f. Standard 230V power feed and power plugs suitable for use

in the Netherlands.

g. Manually adjustable sensitive setting

h. Minimal nuisance alarm rate

i. Certified for use in the Host State

j. Component system to allow for easy installation and removal

and self-diagnostic capacity

k. Maximum (external) height x 2.25 meters: maximum

(external) width x 1 meter

l. Supplier will provide assistance to ensure that applicable

laws and registration requirements are adhered to.

m. Price to include any onsite assessments, delivery and

installation

8

1.

Item Number

2.

Specifications Required

3.

Specifications Offered

4.

Notes, remarks, ref to documentation

5.

Evaluation Committee’s

notes

General

Warranty

Repair and maintenance contract for the above items

All software, manuals and support to be in the English language

Tenderer to provide an all-in warranty of 3 years on all equipment (x-rays and walkthrough) that provides all- in repair and replacements, and includes preventative and corrective maintenance for both the x-rays and walkthrough metal detectors, including (but not limited to) the following:

REPAIR

An onsite response within 4 hours on a working day in the event of machine failure.

Repairs as and when required as per the manufacturer’s repair standards on replacement parts, tools and workmanship.

MAINTENANCE

Two routine maintenance cycles per year to include preventative and corrective maintenance service as per the manufacturers specified schedule and satisfying any required legal standards.

The vendor will advise on and supply the necessary documentation to assist KSC to prove the machines have been serviced to the required legal standards.

9