Supply of Laboratory Equipment (Part XV: Biological safety cabinet class II-A2, Laminar flow cabinet and Fume Hood) Re-tender for the Committee for Sanitary-Epidemiological Welfare and Public Health (SES) of the Republic of Uzbekistan. - copy
UNOPS
Supply of Laboratory Equipment (Part XV: Biological safety cabinet class II-A2, Laminar flow cabinet and Fume Hood) Re-tender for the Committee for Sanitary-Epidemiological Welfare and Public Health (SES) of the Republic of Uzbekistan. - copy
Invitation to bid
Reference:
ITB/2025/55684
Beneficiary countries or territories:
Uzbekistan
Registration level:
Basic
Published on:
17-Feb-2025
Deadline on:
27-Mar-2025 07:00 (GMT 0.00)
Description
This ITB refers to the Supply of Laboratory Equipment (Part XV: Biological safety cabinet class II-A2, Laminar flow cabinet and Fume Hood) Re- tender for the Committee for Sanitary-Epidemiological Welfare and Public Health (SES) of the Republic of Uzbekistan. The requirement consists of 3 items in the following 3 lots:
Lot #1 Biological safety cabinet class II-A2- 100 units;
Lot #2 Laminar flow cabinet- 209 units;
Lot #3: Fume Hood - 384 units;
Note to Bidders:
Bidders are allowed to quote prices for one or more lots identified in this tender. However, the Bidders must offer 100% of the quantities specified for each lot. Evaluation will be done separately for each lot.
IMPORTANT NOTE: Interested vendors must respond to this tender using the UNOPS eSourcing system, via the UNGM portal. In order to access the full UNOPS tender details, request clarifications on the tender, and submit a vendor response to a tender using the system, vendors need to be registered as a UNOPS vendor at the UNGM portal and be logged into UNGM. For guidance on how to register on UNGM and submit responses to UNOPS tenders in the UNOPS eSourcing system, please refer to the user guide and other resources available at: https://esourcing.unops.org/#/Help/Guides
Interested in improving your knowledge of what UNOPS procures, how we procure and how to become a vendor to supply to our organization? Learn more about our free online course on “Doing business with UNOPS” here
Lot #1 Biological safety cabinet class II-A2- 100 units;
Lot #2 Laminar flow cabinet- 209 units;
Lot #3: Fume Hood - 384 units;
Note to Bidders:
Bidders are allowed to quote prices for one or more lots identified in this tender. However, the Bidders must offer 100% of the quantities specified for each lot. Evaluation will be done separately for each lot.
IMPORTANT NOTE: Interested vendors must respond to this tender using the UNOPS eSourcing system, via the UNGM portal. In order to access the full UNOPS tender details, request clarifications on the tender, and submit a vendor response to a tender using the system, vendors need to be registered as a UNOPS vendor at the UNGM portal and be logged into UNGM. For guidance on how to register on UNGM and submit responses to UNOPS tenders in the UNOPS eSourcing system, please refer to the user guide and other resources available at: https://esourcing.unops.org/#/Help/Guides
Interested in improving your knowledge of what UNOPS procures, how we procure and how to become a vendor to supply to our organization? Learn more about our free online course on “Doing business with UNOPS” here
This tender has been posted through the UNOPS eSourcing system. / Cet avis a été publié au moyen du système eSourcing de l'UNOPS. / Esta licitación ha sido publicada usando el sistema eSourcing de UNOPS. Vendor Guide / Guide pour Fournisseurs / Guíra para Proveedores: https://esourcing.unops.org/#/Help/Guides
First name:
N/A
Surname:
N/A
Link | Description | |
---|---|---|
https://esourcing.unops.org/#/Help/Guides | UNOPS eSourcing – Vendor guide and other system resources / Guide pour fournisseurs et autres ressources sur le système / Guía para proveedores y otros recursos sobre el sistema |
41121501
-
Robotic or automated liquid handling systems
41121502
-
Laboratory diluters
41121503
-
Manual multichannel air displacement pipetters
41121504
-
Manual single channel air displacement pipetters
41121505
-
Manual single channel positive displacement pipetters
41121506
-
Manual single channel repeating pipetters
41121507
-
Electronic single channel pipetters
41121508
-
Electronic multichannel pipetters
41121509
-
Pasteur or transfer pipettes
41121510
-
Volumetric pipettes
41121511
-
Serological pipettes
41121513
-
Dropping pipettes
41121514
-
Pipette pumps
41121515
-
Pipette bulbs
41121516
-
Bottle top dispensers
41121517
-
Pipetter inserts or accessories
41121518
-
Aspirating pipette
41121519
-
Positive displacment repeating pipettor
41121520
-
Automated vial or tube decapper recapper
41121521
-
Automated liquid handling system accessories
41121522
-
Pipettor reagent reservoir
41121523
-
Sterile Diluents for PPR Vaccine
41121601
-
Filter tip pipette tips
41121602
-
Aerosol barrier pipette tips
41121603
-
Low retention pipette tips
41121604
-
Reference pipette tips
41121605
-
Ultramicro pipette tips
41121606
-
Gel loading pipette tips
41121607
-
Universal pipette tips
41121608
-
Robotic pipette tips
41121609
-
Variable volume pipette tips
41121610
-
Repeating pipettor reservoir pipette tip
41121701
-
Multipurpose or general test tubes
41121702
-
Microcentrifuge tubes
41121703
-
Centrifuge tubes
41121704
-
Cryogenic tubes
41121705
-
Nuclear magnetic resonance NMR tubes
41121706
-
Culture tubes
41121707
-
Separator test tubes
41121708
-
Anti coagulant test tubes
41121709
-
Capillary or hematocrit tubes
41121710
-
Test tube closures or caps
41121711
-
Urinalysis testing tubes or accessories
41121712
-
Viscometer tube
41121713
-
Sand size analyzer
41121714
-
Cluster tube or tube strip or cap
41121715
-
Specimen transport tube or aliquot tube
41121801
-
Laboratory watch glasses
41121802
-
Laboratory stirring rods
41121803
-
Laboratory beakers
41121804
-
Laboratory flasks
41121805
-
Laboratory graduated cylinders
41121806
-
Laboratory vials
41121807
-
Laboratory ampoules
41121808
-
Laboratory burets
41121809
-
Laboratory funnels
41121810
-
Laboratory staining dishes or jars
41121811
-
Laboratory microchemistry kits
41121812
-
Laboratory dishes
41121813
-
Cuvettes
41121814
-
Laboratory lids or covers or coverslips
41121815
-
Laboratory adapters or connectors or fittings
41121816
-
Laboratory glass tube
41121817
-
Glass bell jar
41121818
-
Laboratory storage bottle
41121819
-
Laboratory dropper bottle and dropper cap
41121820
-
Laboratory carboy or spout
41121821
-
Vial closure cap or seal or stopper
41122001
-
Chromatography syringes
41122002
-
Chromatography syringe needles
41122003
-
Syringe adapters or accessories
41122004
-
Sampling syringes
41122101
-
Petri plates or dishes
41122102
-
Multiwell plates
41122103
-
Cell scrapers
41122104
-
Tissue culture flasks
41122105
-
Roller bottles
41122106
-
Inoculating devices
41122107
-
Tissue culture coated plates or dishes or inserts
41122108
-
Microbiology inoculation loops or needles
41122109
-
Petri pads
41122110
-
Petri pad dispenser
41122111
-
Tissue culture chambered slide
41122112
-
Cell culture glass capillary tube
41122113
-
Capillary pipette or tube puller
41122114
-
In situ culture harvester
41122201
-
Glass crucibles
41122202
-
Ceramic crucibles
41122203
-
Metal crucibles
41122301
-
Bench protectors or liners
41122401
-
Magnetic spin bars or stir bars or stirring beads
41122402
-
Magnetic spin bar retrievers or stir bar retrievers
41122403
-
Laboratory spatulas
41122404
-
Laboratory tongs
41122405
-
Laboratory forceps
41122406
-
Laboratory knives
41122407
-
Laboratory scalpels
41122408
-
Laboratory scissors
41122409
-
Laboratory tools
41122410
-
Laboratory sealing film
41122411
-
Laboratory timers or watches
41122412
-
Laboratory tube sealants
41122413
-
Laboratory clamps
41122414
-
Laboratory spoon
41122415
-
Centrifugal bioseparation crystals
41122416
-
Scalpel blade and knife blade remover
41122417
-
Blood drop dispenser device
41122418
-
Donor blood unit segment sampler
41122419
-
Laboratory scoop
41122420
-
Laboratory bottle carrier
41122421
-
Flask ring stabilizer or weight
41122501
-
Laboratory corks
41122502
-
Laboratory stoppers
41122503
-
Laboratory cork borers
41122601
-
Microscope slides
41122602
-
Microscopes slide coverslips
41122603
-
Microscope lens paper
41122604
-
Hemocytometers
41122605
-
Microscope immersion oil
41122606
-
Microscope slide dispensers
41122607
-
Microscope lens cleaner solution
41122608
-
Hemocytometer cover glass
41122701
-
Slide or specimen labels
41122702
-
Labeling tapes
41122703
-
Safety tapes
41122704
-
Tamper proof tapes
41122801
-
Pipette racks or stands
41122802
-
Microscope slide racks
41122803
-
Sedimentation tube racks or stands
41122804
-
Test tube racks
41122805
-
Drying racks
41122806
-
Cryoracks
41122807
-
Dissecting trays
41122808
-
General purpose trays
41122809
-
Petri dish racks
41122810
-
Benchtop reagent storage rack
41122811
-
Test and culture tube dispenser
41123001
-
Jar desiccators
41123002
-
Cabinet desiccators
41123003
-
Desiccants
41123004
-
Vacuum desiccators
41123005
-
Microbial susceptibility disc desiccant storage container
41123006
-
Desiccator accessories
41123101
-
Dialysis tubing
41123102
-
Dialysis clamps
41123103
-
Dialysis cassette
41123104
-
Dialysis membrane
41123105
-
Dialysis cassette holder
41123106
-
Dialysis flask
41123201
-
Preserved prepared slides
41123202
-
Preserved animals and organisms
41123203
-
Virology stock control culture
41123204
-
Microbial quality control QC reference organism
41123302
-
Microscope slide boxes or folders
41123303
-
Microscope slide cabinets
41123304
-
Cryogenic storage boxes
41123305
-
Histology or tissue cassette cabinets
41123306
-
Histology tissue cassette accessories
41123307
-
Histology tissue cassette storage tray or box
41123308
-
Pipette storage canister or box
41123309
-
Pasteur or transfer pipette dispenser
41123310
-
Blood collection tube dispenser
41123311
-
Phlebotomy area organization rack and dispenser
41123312
-
Bioprocess container or bag for molecular biology platform
41123313
-
Histology specimen container storage tray
41123314
-
Microscope slide and tissue cabinet marker and accessories
41123401
-
Dosing cups
41123402
-
Dosing spoons
41123403
-
Dosing droppers
New amendment added #4: The ITB is further amended as follows:To reflect changes the document titled "ITB_2025_55684_Section_III_Returnable_Bidding_Forms_Form C_ Price Schedule Form" is replaced with the updated version titled "ITB_2025_55684_Section_III_Returnable_Bidding_Forms_Form C_ Price Schedule Form Rev 1. 24.03.2025."The deadline for bid submission is extended from 17 March 2025, 07:00 UTC to 27 March 2025, 07:00 UTC.
Edited on:
24-Mar-2025 14:35
Edited by:
webservice@unops.org
New amendment added #3: The ITB is further amended as follows:To reflect changes the document titled "ITB_2025_55684_Section_III_Returnable_Bidding_Forms_Form D_Technical Bid FormRev1_28.02.2025" is replaced with the updated version titled "ITB_2025_55684_Section_III_Returnable_Bidding_Forms_Form D_Technical Bid Form_Rev2_20.03.2025."
Edited on:
22-Mar-2025 12:02
Edited by:
webservice@unops.org
New clarification added: Q41: Is it possible to consider reducing the requirement for the length of the exhaust pipe to 4 meters, given that the installation of the devices will be the responsibility of the supplier or their representative? Based on extensive experience in supplying laboratory equipment to SES laboratories in Uzbekistan, it is assumed that the requirement for a 5-meter exhaust pipe exceeds the necessary specifications. A41: ITB_2025_55684_Section_III_Returnable_Bidding_Forms_Form D_ Technical Bid Form will be updated to address this point and will be uploaded to the current ITB. The requirement for fume hood accessories will be revised as follows: "Duct made of thermoplastic or better material, resistant to corrosive chemical (acids) vapors and heat, in the length of up to 5 meters, depending on the fume hood's location in the lab, with connections, elbows, and other fittings required to properly connect the fume hood to an existing fume exhaust system."
Edited on:
21-Mar-2025 21:26
Edited by:
webservice@unops.org
New clarification added: Q40: Is it possible to consider increasing the upper noise level limit for laminar flow cabinets to 65 dB? A40: ITB_2025_55684_Section_III_Returnable_Bidding_Forms_Form D_ Technical Bid Form will be updated to address this point and will be uploaded to the current ITB. The requirement for the noise level of laminar flow cabinets will be revised as follows: "Sound emission ≤65 dBA."
Edited on:
21-Mar-2025 21:22
Edited by:
webservice@unops.org
New clarification added: Q39: Based on our extensive experience in supplying biosafety cabinets to sanitary control laboratories, we have observed that the majority of laboratories prefer units with an external width of 1300 mm and internal dimensions of approximately 1250-1280 mm. Given the specific work performed in these cabinets and the size constraints of SES laboratories in Uzbekistan, this dimension range offers the most optimal balance between functionality and cost-effectiveness for the end user. In this regard, could the end user confirm whether they would consider purchasing biosafety cabinets with internal dimensions of 1280 × 600 × 650 mm? A39: ITB_2025_55684_Section_III_Returnable_Bidding_Forms_Form D_ Technical Bid Form will be updated to address this point and will be uploaded to the current ITB. The requirement for the internal dimensions of the biosafety cabinet will be revised as follows: "Internal working area dimensions approx. (W x D x H, in mm): 1500 x 600 x 750, permissible deviation +/-15%."
Edited on:
21-Mar-2025 21:18
Edited by:
webservice@unops.org
New clarification added: Q38: Would it be possible to consider increasing the upper limit of the permissible noise level to 65 dB, as this would also align with ISO 12469 standards? A38: ITB_2025_55684_Section_III_Returnable_Bidding_Forms_Form D_ Technical Bid Form will be updated to address this point and will be uploaded to the current ITB. The requirement for the noise level of the biosafety cabinet will be revised as follows: "Sound emission ≤65 dBA."
Edited on:
21-Mar-2025 21:13
Edited by:
webservice@unops.org
New clarification added: Q37: As per ITB_2025_55684_Section_III_Returnable_Bidding_Forms_Form D_ Technical Bid Form, Lot 3 – Fume Hood (S/N 24) specifies a manual duct damper. However, the manual adjustment valve requires airflow testing during commissioning, but no acceptance criteria have been provided (e.g., ±10% of the design airflow velocity), posing a risk of uncontrolled airflow adjustment. To address these concerns, it is requested to provide the approved duct layout drawings (if available) and the necessary technical data, including total airflow (m³/h), maximum static pressure (Pa) of the duct system, and details on chemical exposure (e.g., acid/alkali concentrations) to assess the corrosion resistance of materials such as PVC, PP, or FRP. A37: While specific numerical acceptance criteria (e.g., ±10% of the design airflow velocity) have not been explicitly defined in the bidding documents, the damper must enable effective and stable airflow control. The damper must be made from a material suitable for the fume hood application and compatible with the proposed equipment.
Edited on:
21-Mar-2025 20:56
Edited by:
webservice@unops.org
New clarification added: Q36: As per ITB_2025_55684_Section_III_Returnable_Bidding_Forms_Form D_ Technical Bid Form, Lot 3 – Fume Hood (S/N 23) specifies a thermoplastic duct at least 5m long with connections, at least two 90° elbows, and other fittings required to connect the fume hood to an existing exhaust system. However, the specified duct length and bends cannot be properly engineered without details on the duct routing (vertical/horizontal), elevation changes, or structural support locations. To address these concerns, it is requested to provide the approved duct layout drawings (if available) and the necessary technical data, including total airflow (m³/h), maximum static pressure (Pa) of the duct system, and details on chemical exposure (e.g., acid/alkali concentrations) to assess the corrosion resistance of materials such as PVC, PP, or FRP. A36: ITB_2025_55684_Section_III_Returnable_Bidding_Forms_Form D_ Technical Bid Form will be updated, and the requirement for fume hood accessories will be revised as follows: "Duct made of thermoplastic or better material, resistant to corrosive chemical (acid) vapors and heat, in a length of up to 5 meters, depending on the fume hood's location in the lab, with connectors, elbows, and other fittings required to properly connect the fume hood to an existing fume exhaust system."
Edited on:
21-Mar-2025 20:31
Edited by:
webservice@unops.org
New clarification added: Q35: As per ITB_2025_55684_Section_III_Returnable_Bidding_Forms_Form D_ Technical Bid Form, Lot 3 – Fume Hood (S/N 22) specifies "1 set of spare carbon filter." However, the dimensions, weight, and flange type of the carbon filter are not specified, which may lead to installation conflicts. To address these concerns, it is requested to provide the approved duct layout drawings (if available) and the necessary technical data, including the total airflow (m³/h) and maximum static pressure (Pa) of the duct system, as well as details on chemical exposure (e.g., acid/alkali concentrations) to assess the corrosion resistance of materials such as PVC, PP, or FRP. A35: As responded in Q34, specific dimensions, weight, and flange type have not been predefined, as they may vary depending on the model of fume hood. It is the bidder’s responsibility to propose a compatible carbon filter that ensures proper fitment and secure connection with the fume hood’s exhaust port, efficient filtration of hazardous fumes and compatibility with standard ducting configurations.
Edited on:
21-Mar-2025 20:25
Edited by:
webservice@unops.org
New clarification added: Q34: As per ITB_2025_55684_Section_III_Returnable_Bidding_Forms_Form D_ Technical Bid Form, Lot 3 – Fume Hood (S/N 8) specifies that the outflow air outlet should pass through a carbon filter properly installed near the exhaust port of the fume hood. However, the dimensions, weight, and flange type of the carbon filter are not specified, which may lead to installation conflicts. To address these concerns, it is requested to provide the approved duct layout drawings (if available) and the necessary technical data, including the total airflow (m³/h) and maximum static pressure (Pa) of the duct system, as well as details on chemical exposure (e.g., acid/alkali concentrations) to assess the corrosion resistance of materials such as PVC, PP, or FRP. A34: The dimensions, weight, and flange type have not been predefined, as they may vary depending on the model of the fume hood. It is the bidder’s responsibility to propose a compatible carbon filter that ensures proper fitment and secure connection with the fume hood’s exhaust port, efficient filtration of hazardous fumes, and compatibility with standard ducting configurations.
Edited on:
21-Mar-2025 20:21
Edited by:
webservice@unops.org
New clarification added: Q33: According to ITB_2025_55684_Section_III_Returnable_Bidding_Forms_Form D_ Technical Bid Form, Lot 3 – Fume Hood S/N 6 specifies: "High capacity, corrosion-resistant motor/blower system with impeller and casing made of PVC or polypropylene or fiberglass-reinforced plastic." Critical Issues Identified: Blower Performance Undefined: The required airflow (m³/h) or static pressure (Pa) values have not been provided, making it impossible to properly select the motor. A33: In Line 7 of the Form D you can find the required inflow velocity parameters. The blower must be capable of ensuring these parameters to maintain proper fume hood performance. Unfortunately, duct layout drawings cannot be provided at this stage. The project involves multiple sites with varying room configurations, and the exhaust systems have not yet been finalized. Therefore, bidders should ensure their proposed solution is adaptable to different setups, considering standard air blowers offered by manufacturers for connection to a dedicated standard air duct with an approximate length of 15 to 20 m. However, site variations may require longer/shorter configurations, based on the model of the fume hood and optimal capacity settings.The fume hoods will be used for various laboratory applications, such as boiling, evaporation, drying, burning and other processes that generate noxious, corrosive and flamable fumes and vapours. They are also intended for handling strong acids such as nitric, sulfuric, acetic, hydrochloric acids, infectious particles, and radioactive substances, among others.
Edited on:
21-Mar-2025 20:07
Edited by:
webservice@unops.org
New clarification added: Q32: According to ITB_2025_55684_Section_III_Returnable_Bidding_Forms, Form J: Declaration of Conformity, could you please clarify the requirements for the manufacturer’s liability statement? Should it be a financial document, or does it pertain to the quality of goods or the manufacturing process? Additionally, does the conformity assessment procedure relate to the liability statement, or is it a separate requirement? If possible, please provide examples for reference. A32: The manufacturer’s liability statement required in Form J is not a financial document. It is a standard wording of Declaration of confirmity document confirming the manufacturer's responsibility for the quality, safety, and regulatory compliance of the goods. Typically, this statement affirms that the manufacturer accepts full responsibility for ensuring that the equipment meets all applicable regulations, technical and safety standards, specifications, mentioned in the Declaration of Conformity.The conformity assessment procedure is a process conducted by notified bodies to verify that the supplied goods comply with the relevant international, national, or industry standards (e.g., ISO, CE, FDA, or GMP certifications). If such a procedure has been carried out, the Declaration of Conformity has another layer of liability which is Notification Body certification.
Edited on:
21-Mar-2025 19:59
Edited by:
webservice@unops.org
New amendment added #2: The ITB is further amended as follows:The deadline for bid submission is extended from 17 March 2025, 07:00 UTC to 25 March 2025, 07:00 UTC.
Edited on:
13-Mar-2025 19:17
Edited by:
webservice@unops.org
New clarification added: Q31: According to ITB_2025_55684_Section_III_Returnable_Bidding_Forms_Form D_ Technical Bid Form, Lot 1: Biological Safety Cabinet Level II-A2, the tender requires compliance with internationally recognized quality standards and submission of a Verified EU Type Declaration of Conformity, including applicable standards such as ISO 14971 and IEC 62366-1. As biosafety cabinets are not always classified as medical devices and are generally regulated under laboratory equipment standards such as EN 12469, ISO 14644, and IEC 61010-1, clarification is requested on whether UNOPS accepts alternative or equivalent standards for biosafety cabinets, and if so, a list of recognized alternatives that meet the tender's requirements. A31: The inquiry pertains to the requirement for the Manufacturer's Declaration of Conformity (DoC), as specified in line F of Form D. This section outlines the necessary information to be included in the DoC and provides examples of relevant standards that manufacturers should adhere to in product design. For biosafety cabinets, the DoC may reference applicable standards such as EN 12469, ISO 14644, and IEC 61010-1, which are commonly recognized for this type of equipment. Additionally, certification requirements specified in lines 20 and E of Form D must also be taken into consideration.
Edited on:
10-Mar-2025 11:36
Edited by:
webservice@unops.org
New clarification added: Q30: Considering that both goods and services are included in the tender, could you please clarify the payment terms? Will UNOPS pay for the goods upon acceptance in Tashkent, and then make a separate payment once the services are completed? A30: Please read ITB_2025_55684_Section_IV_Contract_forms, ANNEX 1: Special Conditions, Part 2 - Added Clauses.
Edited on:
10-Mar-2025 11:26
Edited by:
webservice@unops.org
New clarification added: Q29: Tender ITB/2025/55684 includes the same products as those previously announced under Tender ITB/2024/52871. In this context, could you kindly provide clarification on the rationale behind the reissuance of this tender?A29: Tender ITB/2025/55684 has been re-issued as the previous procurement process could not be successfully concluded. This was due to the awarded supplier’s withdrawal from its contractual supply obligations for Lots 1 and 2, as well as the necessity for technical revisions to the specifications of Lot 3.
Edited on:
03-Mar-2025 11:51
Edited by:
webservice@unops.org
New clarification added: Q28: Are there any restrictions on the number of JV members? A28: Please read the ITB Particulars "Bidder Eligibility" and "Evaluation Method Details".
Edited on:
03-Mar-2025 10:59
Edited by:
webservice@unops.org
New clarification added: Q27: It has been noted that Form D has been amended; however, all documents remain dated February 17th, while the amendment was issued on February 28th. Kindly confirm the specific changes made. A27: The updated document ITB_2025_55684_Section_III_Returnable_Bidding_Forms_Form D_Technical Bid Form_Rev1_28.02.2025 was uploaded to the tender documents on February 28, 2025.
Edited on:
03-Mar-2025 10:25
Edited by:
webservice@unops.org
New amendment added #1: The ITB is further amended as follows:The deadline for bid submission is extended from 10 March 2025, 07:00 UTC to 17 March 2025, 07:00 UTC.To reflect changes for Lot 1 S/N №13 and Lot 2 S/N №10, 16 the document titled "ITB_2025_55684_Section_III_Returnable_Bidding_Forms_Form D_Technical Bid Form" is replaced with the updated version titled "ITB_2025_55684_Section_III_Returnable_Bidding_Forms_Form D_Technical Bid Form_Rev1_28.02.2025."
Edited on:
28-Feb-2025 14:48
Edited by:
webservice@unops.org
New clarification added: Q26: Could you please consider extending the closing date/time for the below-mentioned Invitation to Bid (ITB) until the end of March? Due to the complexity of the required product, we need additional time to prepare our offer. A26: The closing date and time for the mentioned Invitation to Bid (ITB) will be extended by 7 calendar days, from 10 March 2025, 07:00 UTC to 17 March 2025, 07:00 UTC.
Edited on:
28-Feb-2025 14:16
Edited by:
webservice@unops.org
New clarification added: Q25: If UNOPS is to provide a warehouse, kindly specify its address to enable the bidder to calculate the dispatch cost from the port to the warehouse, as well as the unloading cost.A25: According to ITB_2025_55684_Section_IV_Contract_Forms, Annex III: Schedule of Requirements, Clause 1.6, the Contractor (or its nominated local agent, partner, or subcontractor) is responsible for in-country logistics, including transportation from the customs depot to the Contractor’s warehouse, as well as loading and unloading. UNOPS does not provide a warehouse for the Contractor.
Edited on:
28-Feb-2025 14:05
Edited by:
webservice@unops.org
New clarification added: Q24: Could you please confirm whether a bidder based in Pakistan is eligible to participate in this ITB? A24: This is an open tender, and there are no country-specific restrictions on participation.
Edited on:
28-Feb-2025 13:52
Edited by:
webservice@unops.org
New clarification added: Q23: Please advise if the partial deliveries, partial invoicing, and payments are allowed? A23: Yes, Please refer to ITB_2025_55684_Section_IV_Contract_Forms, Annex 1: Special Conditions, Part 2 - Added Clauses,.
Edited on:
28-Feb-2025 13:23
Edited by:
webservice@unops.org
New clarification added: Q22: Please advise the time for custom clearance? A22: According to ITB_2025_55684_Section_IV_Contract_Forms, Annex III: Schedule of Requirements, Clause 1.5, customs clearance will commence upon the arrival of the goods in Tashkent, Uzbekistan. The duration of the clearance process will depend on the timely submission of the necessary documentation and may vary depending on the specific circumstances of each case.
Edited on:
28-Feb-2025 13:20
Edited by:
webservice@unops.org
New clarification added: Q21: Please advise the manufacturing time? A21: According to ITB_2025_55684_Section_IV_Contract_Forms, Annex III: Schedule of Requirements, Clause 1.2, a period of 100 calendar days is provided for delivery under FCA (Free Carrier) terms, starting from the date of contract signing. Therefore, the goods must be ready for shipment within this period.
Edited on:
28-Feb-2025 13:16
Edited by:
webservice@unops.org
New clarification added: Q20: Please advise the delivery time for distribution? A20: According to ITB_2025_55684_Section_IV_Contract_Forms, Annex III: Schedule of Requirements, Clause 1.2. the delivery time for distribution is 30 calendar days.
Edited on:
28-Feb-2025 13:07
Edited by:
webservice@unops.org
New clarification added: Q19: Please advise the delivery time to UNOPS warehouses? A19: According to ITB_2025_55684_Section_IV_Contract_Forms, Annex III: Schedule of Requirements, Clause 1.6. the delivery time starts after the goods are cleared from Customs by the Consignee (UNOPS). The Contractor (or its nominated local agent, partner, or subcontractor) is responsible for the in-country logistics, including transportation from the customs depot to the Contractor’s warehouse, as well as loading and unloading.
Edited on:
28-Feb-2025 12:52
Edited by:
webservice@unops.org
New clarification added: Q18: According to ITB_2025_55684, Section IV: Contract Forms, Annex III: Schedule of Requirements, Clause 1.7 states: "UNOPS reserves the right to outsource the associated in-country logistics services, in part or in full, together with their respective insurance requirements, to another service provider with prior communication and coordination with the Contractor." Could you please clarify whether this means that UNOPS will assume full responsibility for logistics and insurance if outsourced, or if the Contractor will still have specific obligations in this regard? A18: UNOPS may outsource in-country logistics services, including insurance, to a third-party provider while ensuring prior communication and coordination with the Contractor.
Edited on:
28-Feb-2025 12:48
Edited by:
webservice@unops.org
New clarification added: Q17: Clarification is requested regarding the Manufacturer’s Authorization requirement in the tender. According to the qualification requirements: "The Manufacturer(s) authorization(s): If the Bidder is not the manufacturer or producer of the Goods it offers to supply, a Manufacturer’s Authorization (using the form included in Section III: Returnable Bidding Forms, Form E - Manufacturer’s Authorization Form) shall be submitted to demonstrate that it has been duly authorized by the manufacturer or producer of the Goods to submit a bid and supply the goods/products. If the bidder is a manufacturer of one or more items, authorization(s) shall be required only for the balance of items." If a manufacturer issues a Manufacturer’s Authorization Form (MAF) to two separate bidders for the same product, will this lead to the disqualification of both bidders due to a potential conflict of interest or result in any other penalties under the tender rules or procurement regulations? A17: If a manufacturer issues a Manufacturer’s Authorization Form (MAF) to multiple bidders for the same product, this will not automatically lead to the disqualification of both bidders. Should offers for a particular make and model be received from more than one appointed representative, UNOPS reserves the right to select only one.
Edited on:
28-Feb-2025 12:44
Edited by:
webservice@unops.org
New clarification added: Q16: In ITB_2025_55684, Section III: Returnable Bidding Forms, Form D – Technical Bid Form, the specification for Lot 3: Fume Hood, S/N 4 states: "Designed and manufactured according to EN14175 or ASHRAE 110, with valid certificates confirming compliance with these standards." However, considering that the performance of each fume hood depends on the specific ventilation system installed at its location, the certificates provided by manufacturers do not necessarily guarantee compliance with the stated standards under actual operating conditions. Would it be possible to verify compliance with these standards after installation rather than requiring certificates at the bidding stage? A16: The requirement to provide valid certificates confirming compliance with EN14175 or ASHRAE 110 at the bidding stage is intended to ensure that the proposed equipment has been independently tested and meets the fundamental safety and performance criteria set by these standards. This requirement is included to ensure the quality and reliability of the offered products, therefore it remain unchanged.
Edited on:
28-Feb-2025 12:40
Edited by:
webservice@unops.org
New clarification added: Q15: In ITB_2025_55684, Section III: Returnable Bidding Forms, Form D – Technical Bid Form, the specification for Lot 2: Laminar Flow Cabinet, S/N 10 states: "Adjustable angled transparent front panel made of at least 6mm UV-resistant glass or better material with a secure gasket and seal when in place." However, the YY1539-2017 standard requires a minimum thickness of 4.8mm, and IEST-RP-CC002.4-2016 does not specify a requirement. A 6mm glass panel is thicker, more expensive, and less practical for angle adjustments, as solid glass (not less than 1400mm wide) is fragile and poses a higher risk of breakage and injury. Given that most modern market solutions use lifting doors and the laminar flow cabinet operates under positive pressure, making gasket tightness less critical, would it be possible to reduce the thickness requirement to 5mm and allow roll-up doors? A15: While YY1539-2017 standard you reffering to specifies a minimum thickness of 4.8mm, our 6mm requirement ensures enhanced durability, rigidity, and resistance to mechanical stress. Given the 1400mm width, a thicker panel provides greater stability, reducing risks of breakage and ensuring long-term operational reliability. Many high-quality laminar flow cabinets adopt 6mm or thicker materials to ensure longevity and compliance with stringent laboratory safety protocols. Therefore this requirement will remain unchanged.Additionally, we would like to clarify the interpretation of the "Adjustable angled" terminology. This term was intended to indicate height adjustability rather than an adjustable tilt angle. The requirement should be understood as follows: "Height-adjustable transparent front panel made of at least 6mm UV-resistant glass or better material with a secure gasket and seal when in place." However, the panel should also be angled to meet the necessary design requirements. The updated ITB_2025_55684_Section_III_Returnable_Bidding_Forms_Form D_Technical Bid Form_Rev1_28.02.2025 was uploaded to address this point.
Edited on:
28-Feb-2025 12:35
Edited by:
webservice@unops.org
New clarification added: Q14: In ITB_2025_55684, Section III: Returnable Bidding Forms, Form D – Technical Bid Form, the specification for Lot 2: Laminar Flow Cabinet, S/N 9 states: "Light sources providing at least 800 lux light intensity." According to the IEST-RP-CC002.4-2016 standard, 540 lux is sufficient. The requirement of 800 lux may be excessive and could lead to discomfort and eye fatigue for personnel during prolonged work, especially when combined with the laboratory’s background lighting of at least 600 lux. Will this parameter be adjusted? A14: The requirement for a minimum light intensity of 800 lux is specified based on operational needs of end users and ensures optimal working conditions, enhances visibility of materials and surfaces within the cabinet, and supports ergonomic comfort for users over extended periods. Therefore, we maintain the requirement for light sources providing at least 800 lux light intensity as originally specified in the bid document. Therefore this requirement remains unchanged.
Edited on:
28-Feb-2025 12:31
Edited by:
webservice@unops.org
New clarification added: Q13: In ITB_2025_55684, Section III: Returnable Bidding Forms, Form D – Technical Bid Form, the specification for Lot 1: Biological Safety Cabinet Level II-A2, item 13 states: "An adjustable, angled, transparent front panel made of at least 6 mm thick UV-resistant glass or better, with a secure gasket and seal when in place." Manually lifting the adjustable angled front panel may present handling difficulties and increase the risk of contamination. The intended purpose of adjustability is to allow placement of experimental instruments inside the cabinet, which can also be achieved with an adjustable-height mechanism, particularly an electrically controlled lift system that minimizes direct contact with the glass. Furthermore, the presence of negative pressure openings forming an air curtain ensures protection, independent of a complete seal. In light of the above, and to enhance both operational efficiency and supplier participation, would it be possible to modify the requirement for the front panel to: "Adjustable-height transparent front panel made of glass or better UV-resistant material, not less than 6 mm thick"? A13: This parameter has been updated, please refer to updated ITB_2025_55684_Section_III_Returnable_Bidding_Forms_Form D_ Technical Bid Form_Rev1_28.02.2025.
Edited on:
28-Feb-2025 12:19
Edited by:
webservice@unops.org
New clarification added: Q12: In ITB_2025_55684, Section III: Returnable Bidding Forms, Form D – Technical Bid Form, the specification for Lot 1: Biological Safety Cabinet Level II-A2, S/N 13 states: "Adjustable angled transparent front panel made of at least 6mm UV Resistant glass or better material with secure gasket and seal when in place." and the specification for Lot 2: Laminar Flow Cabinet, S/N 10 states: "Adjustable angled transparent front panel made of at least 6mm UV Resistant glass or better material with secure gasket and seal when in place." Could you please clarify the meaning of this requirement? A12: This parameter has been updated, please refer to updated ITB_2025_55684_Section_III_Returnable_Bidding_Forms_Form D_ Technical Bid Form_Rev1_28.02.2025.
Edited on:
28-Feb-2025 12:15
Edited by:
webservice@unops.org
New clarification added: Q11: If a Joint Venture (JV) submits a bid, the instructions to bidders require the submission of Form A: Joint Venture Partner Information Form. However, the Documents Checklist includes balance sheets or financial statements, Forms F, G, I, and a valid business license copy of the bidder. It is understood that these documents are required only from the main bidder. Kindly confirm whether this interpretation is correct or if any of these documents must also be provided by the JV partner(s). A11: Reference is made to the ITB particulars and Evaluation Method details. The balance sheets or financial statements, Forms F, G, I, and the valid business license copy of the bidder must be provided by all Joint Venture (JV) partners unless otherwise specified in the bidding documents.
Edited on:
28-Feb-2025 11:59
Edited by:
webservice@unops.org
New clarification added: Q10: Will a Uzbekistan QMS certificate, recognized only within Uzbekistan as an equivalent to ISO 9001, be considered acceptable? A10: Yes, a Uzbekistan QMS certificate will be accepted if it meets the requirements of an appropriate Quality Management System as specified in the qualification criteria.
Edited on:
28-Feb-2025 11:53
Edited by:
webservice@unops.org
New clarification added: Q9: If a bidder has initiated the certification process for QMS ISO 9001 and submits an application registration letter from the issuing body, will this be deemed sufficient, or will the bidder be disqualified? Given that the certification process may take up to two months, the final certificate might not be available by the bid submission deadline. A9: No, a letter confirming the application for ISO 9001 certification is not sufficient.
Edited on:
28-Feb-2025 11:47
Edited by:
webservice@unops.org
New clarification added: Q8: In ITB_2025_55684, Section III: Returnable Bidding Forms, Form D – Technical Bid Form, the specification for Lot 2: Laminar Flow Cabinet, S/N 10 states that it "complies with ISO 14644-1 standards, which is confirmed by a valid certificate." However, ISO 14644-1 pertains to air cleanliness classification in controlled environments rather than specific equipment. This standard applies to cleanroom classification, not to individual products like Laminar Flow Cabinets, meaning manufacturers cannot obtain ISO 14644-1 certification for this type of equipment. Given this, would it be possible to reconsider or remove the requirement for this certification? A8: The reference to ISO 14644-1 in the specification is intended to ensure that the Laminar Flow Cabinet maintains the required air cleanliness level in the working area, typically not exceeding Class 5. The requirement for a certificate will be removed. Compliance with air cleanliness standards shall be confirmed though relevant manufacturer materials, such as the data sheet, brochure, user manual, etc. The updated ITB_2025_55684_Section_III_Returnable_Bidding_Forms_Form D_ Technical Bid Form_Rev1_28.02.2025 will be uploaded to address this point.
Edited on:
28-Feb-2025 11:43
Edited by:
webservice@unops.org
New clarification added: Q7: In ITB_2025_55684, Section III: Returnable Bidding Forms, Form D – Technical Bid Form, the specification for Lot 2: Laminar Flow Cabinet, S/N 10 states: "Adjustable angled transparent front panel made of at least 6mm UV Resistant glass or better material with secure gasket and seal when in place." Could you please confirm whether "Adjustable angled" is correctly stated? Specifically, does this mean the front panel is height adjustable rather than tilt adjustable? Most laminar flow cabinet standards, including ISO 14644, GMP, and FDA guidelines, require a stable, unidirectional laminar airflow to maintain the clean area’s integrity. The front window is typically designed with a fixed angle or limited vertical height adjustment rather than an adjustable tilt angle. If the front window’s angle is adjustable and does not comply with these standards, it may disrupt the laminar airflow, creating turbulence or dead zones that could allow external contaminants to enter the clean area or internal contaminants to escape. Additionally, an adjustable front panel angle may increase the risk of cross-contamination. Poor sealing between the front window and the working area can lead to pollutant intrusion, allowing external particles or microorganisms to enter the clean environment. If used for biosafety protection, such airflow disturbances could expose operators to hazardous substances, compromising safety. Furthermore, airflow velocity and pressure balance could be affected. The inclination of the front panel may alter the airflow outlet’s cross-sectional area, reducing wind speed below the required standard (typically 0.3-0.5 m/s for vertical laminar flow). It could also lead to positive pressure failure, weakening the system’s ability to prevent external contamination. Given these considerations, we seek clarification on whether "Adjustable angled" refers to height adjustment rather than tilt adjustment. A7: The term "Adjustable angled" was intended to indicate height adjustability rather than an adjustable tilt angle. The requirement should be interpreted as follows: "Height-adjustable transparent front panel made of at least 6mm UV Resistant glass or better material with secure gasket and seal when in place". However, the panel should also be angled to meet the necessary design requirements. The updated ITB_2025_55684_Section_III_Returnable_Bidding_Forms_Form D_ Technical Bid Form_Rev1_28.02.2025 will be uploaded to address this point.
Edited on:
28-Feb-2025 11:39
Edited by:
webservice@unops.org
New clarification added: Q6: In ITB_2025_55684, Section III: Returnable Bidding Forms, Form D – Technical Bid Form, the specification for Lot 1: Biological Safety Cabinet Level II-A2, S/N 13 states:"Adjustable angled transparent front panel made of at least 6mm UV Resistant glass or better material with secure gasket and seal when in place."Could you confirm whether "Adjustable angled" is correctly stated, or should it be "Height adjustable" instead? The reasons for this clarification are as follows:Standard Compliance: NSF/ANSI 49-2022 (Article 7.4.3) mandates that the height of the front window opening must be fixed by a mechanical limit device. A2 biosafety cabinets typically have a fixed tilt angle (10° ± 2°), and an adjustable angle design does not meet international safety standards.EN 12469:2000 (Article 5.2.2) requires a stable airflow system, while an adjustable angle front panel could cause turbulence, violating CE certification requirements.Market Research: Analysis of 10 leading manufacturers (Thermo Fisher, ESCO, NuAire, Baker, etc.) shows:100% use a fixed-angle front window (10° or 12°). 87% explicitly state a non-adjustable front window system. No NSF 49 certification has been issued for adjustable-angle front windows by major certification bodies (UL, TÜV, etc.).Technical Risks: Airtightness: Adjustable mechanisms may compromise the sealing surface, with test data showing leakage rates 3–5 times higher than fixed structures.Airflow Stability: A 1° variation in angle can cause a ±8% fluctuation in airflow speed, exceeding the allowable ±0.05 m/s tolerance.UV Protection: Moving parts increase the risk of UV leakage at glass joints, potentially violating OSHA 29 CFR 1910.1030 biohazard control standards.Please confirm whether "Adjustable angled" is the intended requirement or if it should be "Height adjustable" instead.A6: The term "Adjustable angled" was intended to indicate height adjustability rather than an adjustable tilt angle. The requirement should be interpreted as follows: "Height-adjustable transparent front panel made of at least 6mm UV-resistant glass or better material with a secure gasket and seal when in place." However, the panel should also be angled to meet the necessary design requirements. The updated ITB_2025_55684_Section_III_Returnable_Bidding_Forms_Form D_ Technical Bid Form_Rev1_28.02.2025 will be uploaded to address this point.
Edited on:
28-Feb-2025 11:24
Edited by:
webservice@unops.org
New clarification added: Q5: The bidding documents specify that Bidders must demonstrate an annual sales turnover meeting the required value in any one of the last three years (2021, 2022, or 2023—or 2020 if 2023 is unavailable) through balance sheets and Form I - Financial Capability Form. Would it be acceptable to submit balance sheets for 2022, 2023, and 2024 instead of 2021, 2022, and 2023, provided that audited financial statements for 2024 are available? A5: No, it would not be acceptable to submit balance sheets for 2022, 2023, and 2024 instead of 2021, 2022, and 2023, as the bidding documents explicitly require Bidders to demonstrate an annual sales turnover for any one of the last three years (2021, 2022, or 2023—or 2020 if 2023 is unavailable).
Edited on:
21-Feb-2025 04:53
Edited by:
webservice@unops.org
New clarification added: Q4: The bidding documents require Bidders to confirm compliance with an appropriate Quality Management System. Would a self-declaration letter from the Bidder be considered sufficient to meet this requirement? A4: No, a self-declaration letter from the Bidder would not be sufficient to meet this requirement. A valid QMS certificate issued by an accredited body is required as evidence of compliance.
Edited on:
21-Feb-2025 04:49
Edited by:
webservice@unops.org
New clarification added: Q3: The bidding documents require Bidders to provide a document attesting to the existence of an appropriate Quality Management System, preferably ISO 9001 or another relevant certification. In the case of a Joint Venture (JV) or Consortium, does this requirement apply to all members, or would it be considered fulfilled if only one member holds the necessary certification? A3: Reference is made to ITB particulars, Evaluation Method details, All joint venture members combined must meet it; It would be deemed fulfilled if just one member holds the necessary certification.
Edited on:
21-Feb-2025 04:42
Edited by:
webservice@unops.org
New clarification added: Q2: The bidding documents require Bidders to provide a document attesting to the existence of an appropriate Quality Management System, preferably ISO 9001 or another relevant certification. If the Manufacturer of the offered product holds an ISO 9001 certificate, but the Bidder itself does not, does this satisfy the requirement? A2: The bidder is required to have its own Quality Management System (QMS) and provide a copy of the relevant certificate. The QMS should preferably comply with ISO 9001 or another applicable standard. Since the Quality certificate is mandatory, a Manufacturer’s certification alone does not satisfy this requirement if the Bidder itself does not hold a valid QMS certification.
Edited on:
21-Feb-2025 04:29
Edited by:
webservice@unops.org
New clarification added: Q1: The bidding documents state that Bidders must demonstrate an annual sales turnover meeting the required value in any one of the last three years (2021, 2022, or 2023—or 2020 if 2023 is unavailable) through balance sheets and Form I - Financial Capability Form. In the case of a Joint Venture (JV) or Consortium, do the bidding documents allow members to combine their turnover to meet this requirement? If so, is there a minimum percentage that each member must contribute? A1: Reference is made to ITB particulars, Evaluation Method details, the annual sales turnover requirement applies to the Joint Venture (JV) or Consortium as a whole, allowing members to combine their financial figures to meet the requirement. The documents do not specify a minimum percentage contribution from each member, meaning there is no individual turnover requirement.
Edited on:
21-Feb-2025 04:24
Edited by:
webservice@unops.org