View Notice

Purchase of 1 (one) Unit 4x4 Ambulance
Procurement Process :RFQ - Request for quotation
Office :UNDP Country Office - SAR-ZEESM Project - TIMOR LESTE
Deadline :31-Jan-18
Posted on :18-Jan-18
Development Area :VEHICLES  VEHICLES
Reference Number :43632
Link to Atlas Project :
Non-UNDP Project
Documents :
RFQ003TLS2018
Overview :

Dear Sir / Madam:

We kindly request you to submit your quotation for “Supply and Delivery of 1 Unit Ambulance” as detailed in Annex 1 of this RFQ.  When preparing your quotation, please be guided by the form attached hereto as Annex 2. 

Quotations may be submitted on or before COB 17:00 (UTC+09:00) Wednesday, 31 January 2018 and via courier mail, email or hand delivery to the address below:

United Nations Development Programme

UN House, Caicoli Street, P.O Box 558 Dili, Timor-Leste
Submission by e-mail: bids.tp@undp.org

    It shall remain your responsibility to ensure that your quotation will reach the address above on or before the deadline. Quotations that are received by UNDP after the deadline indicated above, for whatever reason, shall not be considered for evaluation.  If you are submitting your quotation by email, kindly ensure that they are signed and in the .pdf format, and free from any virus or corrupted files. 

Please take note of the following requirements and conditions pertaining to the supply of the abovementioned good/s:

Delivery Terms

[INCOTERMS 2010]

DAP – UNDP Timor-Leste

Customs clearance, if needed, shall be done by:

þUNDP

 

Exact Address/es of Delivery Location/s

UN House, Caicoli Street, Dili

Latest Expected Delivery Date and Time

Max. 45-60 calendar days from the acceptance of Purchase Order from UNDP Timor-Leste

Delivery Schedule

Required

Preferred

Currency of Quotation

U.S. Dollar

Value Added Tax on Price Quotation

Must be exclusive of VAT and other applicable indirect taxes

 

Deadline for the Submission of Quotation

Wednesday, 31 January 2018, 17:00 hours, local time

 

Payment Terms

þ 100% within 30 days upon UNDP’s acceptance of the goods delivered as specified and receipt of invoice    

Warranty

Minimum 24 months or 100.000 km       

Service

Availability of authorized service in Timor-Leste (pls indicate the local dealer)

 

Conditions for Release of Payment

þ Inspection upon delivery at destination

þ Written Acceptance of Goods based on full compliance with RFQ requirements and conformity with all product specification   

All documentations, including catalogs, instructions and operating manuals, shall be in this language

 

English

 

Documents to be submitted

·         Duly Accomplished Form as provided in Annex 2, and in accordance with the list of requirements in Annex 1;

·         Catalogue with indicated ítem

·         Latest Business Registration and Tax Certificate

Period of Validity of Quotes starting the Submission Date

 

90 days

Partial Quotes

Not permitted

Payment Terms

100% upon complete delivery of goods

 

Evaluation Criteria

 

þTechnical responsiveness/Full compliance to requirements and lowest priced quote

þ Quality Inspection and Testing Certificates for the goods to be supplied;

þ Acceptability of the Transportation/Delivery Schedule;

UNDP will award to:

One and only one supplier

Type of Contract to be Signed

Purchase order

Special conditions of Contract

Cancellation of PO/Contract if the delivery/completion is delayed by 15 calendar days.

 

Annexes to this RFQ

Specifications of the Goods Required (Annex 1)

Form for Submission of Quotation (Annex 2)

General Terms and Conditions / Special Conditions (Annex 3). 

 

Non-acceptance of the terms of the General Terms and Conditions (GTC) shall be grounds for disqualification from this procurement process. 

 

Contact Person for Inquiries

(Written inquiries only)

Procurement.staff.tp@undp.org

Any delay in UNDP’s response shall be not used as a reason for extending the deadline for submission, unless UNDP determines that such an extension is necessary and communicates a new deadline to the Proposers.

Goods offered shall be reviewed based on completeness and compliance of the quotation with the minimum specifications described above and any other annexes providing details of UNDP requirements.

The quotation that complies with all of the specifications, requirements and offers the lowest price, as well as all other evaluation criteria indicated, shall be selected.  Any offer that does not meet the requirements shall be rejected.

Any discrepancy between the unit price and the total price (obtained by multiplying the unit price and quantity) shall be re-computed by UNDP.  The unit price shall prevail, and the total price shall be corrected.  If the supplier does not accept the final price based on UNDP’s re-computation and correction of errors, its quotation will be rejected. 

After UNDP has identified the lowest price offer, UNDP reserves the right to award the contract based only on the prices of the goods in the event that the transportation cost (freight and insurance) is found to be higher than UNDP’s own estimated cost if sourced from its own freight forwarder and insurance provider. 

At any time during the validity of the quotation, no price variation due to escalation, inflation, fluctuation in exchange rates, or any other market factors shall be accepted by UNDP after it has received the quotation.   At the time of award of Contract or Purchase Order, UNDP reserves the right to vary (increase or decrease) the quantity of services and/or goods, by up to a maximum twenty-five per cent (25%) of the total offer, without any change in the unit price or other terms and conditions. 

Any Purchase Order that will be issued as a result of this RFQ shall be subject to the General Terms and Conditions attached hereto.  The mere act of submission of a quotation implies that the vendor accepts without question the General Terms and Conditions of UNDP herein attached as Annex 3.

UNDP is not bound to accept any quotation, nor award a contract/Purchase Order, nor be responsible for any costs associated with a Supplier’s preparation and submission of a quotation, regardless of the outcome or the manner of conducting the selection process.

Please be advised that UNDP’s vendor protest procedure is intended to afford an opportunity to appeal for persons or firms not awarded a purchase order or contract in a competitive procurement process.  In the event that you believe you have not been fairly treated, you can find detailed information about vendor protest procedures in the following link: http://www.undp.org/procurement/protest.shtml .

UNDP encourages every prospective Vendor to avoid and prevent conflicts of interest, by disclosing to UNDP if you, or any of your affiliates or personnel, were involved in the preparation of the requirements, design, specifications, cost estimates, and other information used in this RFQ. 

UNDP implements a zero tolerance on fraud and other proscribed practices, and is committed to identifying and addressing all such acts and practices against UNDP, as well as third parties involved in UNDP activities.  UNDP expects its suppliers to adhere to the UN Supplier Code of Conduct found in this link : http://www.un.org/depts/ptd/pdf/conduct_english.pdf

 

Thank you and we look forward to receiving your quotation.

 

Sincerely yours,

 

 

 

 

Annex 1

 

Detailed Specifications

 

 

Item

 

Name and Description of Item

 

 

Quantity

 

Delivery Date

 

 

 Lot 1

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Supply and Delivery of 4x4 Ambulance (Land Cruiser Hardtop 78 Series or Equivalent)

 

Year of Manufacturing: minimum 2016

Vehicle body: Full body

Vehicle Color: white

Wheel location: Vehicle must have right hand driving (RHD) wheel

Power Steering hydraulic  

Protective cushion (airbags) in the driver's cab minimum 2 

Engine capacity: Minimum 2.0  

Engine nominal power: Minimum 125 hp 

Fuel Type: Diesel 

Fuel tank capacity: not less than 80 Lt  

Minimum 5 manual Transmission Gear

Rear salon length: from 3 m 

Rear salon width: Not less than 1.7 m, width between the rear wheel arches at least 1.35 meters

The height of the rear cabin (from floor): not less 1.8 m  

Side door width of the patient's booth (From the opposite side of the steering wheel), with glass (opening / closing function) not less 1.1 m  

Rear door Height: not less 1.5 m  

The width of the rear doorway: not less 1.3 m  

Rear door type: 2 (two) aside open door 

Tires type: Minimum R 16 diameter tires* 

Patient cabin’s each door should be provided with support device, to prevent the arbitrary closing of the door

Storage battery: 2 (two) pieces or more 80 Ampère 

Thermal insulation set 

Front and Rear salons heating / cooling system 

Front and Rear salons sliding window with dividing partition (window should have a lock with fixator) Height not less than 35 cm, width not less than 1 m. (Front and rear saloon must have a full body construction) Permissible 15% deviation

Ceiling and wall coating (Heat, sound and hydro insulation) 

Extinguisher (Car) set

Floor (antibacterial) water resistant insulation set

Rear doors with semi‐transparent covers glass.  Rear door should have installed steps (level), so that Med‐ Staff did not find it difficult to access from the back door 

Rear Glass with semi‐transparent covers 

Handle stick on entire length of rear cabin ceiling (solid construction) 

Infusion system hanger, (Built‐in ceiling or hanging‐on) 

Number of seats in front cabin (including the driver) minimum 3 (Three) 

Oxygen cylinders mounting accessories set 

Cabinets, shelves, store boxes, hooks ** 

Chairs and Seats in the rear cabin for med‐personnel: Minimum 2 (two) seats with folding chair, in parallel to the stretcher, with safety belts 

Doctor’s rotating seat with handles (turn around 90 degrees both sides), with safety belt, placed parallel to the stretcher, at top part of the stretcher 

Folding chair seat (Seat backrest will on the Salons partition, Not less than 0.4 m wide) with safety belt 

 

Electrical equipment 

One unit flashing signal on the roof (with side illumination) Two units on front bumper, 2 units on both sides and 2 units at the back. With "LED" technology ‐ blue‐white diode matrix, total number of diodes at least 600 units, side‐ light, airtight performance, LED control system. 

Loudspeaker system at least 150 watts, Power output 115 DB, "loudspeaker" built‐in flashlights with the resistance at least 6 ohm hermetic performance, nine standard regimens of voice, power supply constant electricity 12 volt, remote control integrated with flashing signal. 

Ambulances vehicle relevant ceiling lighting with white color light (for possibility of good observation patient’s vital signs: skin color, eye pupil reflex, etc.) 

Spot lights in celling (for stretcher): Minimum 2  

12‐220 voltage inverter (not less than 2 KWT) 

Back run headlight

Back run voice signal

220-volt outlet: Minimum 4 

12-volt outlet: Minimum 2 

Outside outlet for 220 voltage supply internal operation, with protective sheet and connecting cable 15 meters. 

Rear saloon ventilation

 

Immobilizer Utilities

Stretcher with receiver device, for adults. With its lower stand and rooms for immobilization shield (so called stretcher;), with folding tires (locking device on wheels), with their guides, at least three belt for patient,  Load  capacity  160 kg;  Mattress dimensions: no less than 55 cm X200 cm X85 cm (width, length, height), inaccuracy  ±  5 cm; Weight: not more than 40 kg 

Stretcher infusion tripod (set on / set off function) 

Spare Stretcher, (Folding, with an opportunity to get seat shape, with tires, wheel locks) comfortably fixed, not to create discomfort to the patient 

Immobilization shield (Patient safety belts at least 3 sets, head fixator) The minimum length 1.70 m. 

 

Medical Equipment and Supplies

Ventilator for adults and children (IPPV, SIMV, CPAP, BIPAP, PEEP mode) from PEEP 0 to no less than 20 mBar (cmH20), with battery (DC12v and AC220v charging device). Multiple flow sensor, the basic and a spare countour at least 1.5 m length, (countour with test lung and face  mask) brand new, color display, not less 100mm X 50mm(width,   height), wall mounting, with central pipe of the oxygen, temperature  range at least from minus18 c to plus50 c, the oxygen concentration from  40% to 100% ,  storage battery  at least 4 hours working time, charging  time 5 h ours, must have a certificate of ISO 

Patient monitor, color display, with wall or shelf mounting device, (ECG, NIBP, SpO2, T, R, P), ECG channels: I, II, III, aVR, aVL, aVF, V, Equipped with a set of electrodes, transportation battery (12W and 220W Charging device), storage working duration at least 5 hours.  ISO Certificate existence 

External biphasic Defibrillator, output energy levels from 5 to 360 J with adult and pediatric integrated pedals ("paddles"), battery, color display, ECG, SpO2, P index, external pacing, battery operation time in full charge at least 300 min. ISO Certificate existence, clip with charger device installed on the wall 

Infusion Pump, with big volume, with battery 

Infusion Pump, 2 syringes (20 ml, 50 ml), battery 

Aspirator with 1 liter jar or more, at least 3 mode of pumping, battery, pump tube length at least 1.5 meters, the negative pressure indicator

Medical bag (Laryngoscope with set of straight and curved blades, ambulance bag, oxygen container 0.5 l with reducer, Medicines and medical goods storage) 

Oxygen Device: oxygen distribution with flowmeter, Oxygen Moisture glass, Oxygen outlet 3‐4 (DIN 25 standard)

Oxygen cylinder with reducer (volume 10 L) minimum 2 

 

Additional features: (if any, please specify)

 

 

1 (one)

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

45-60 days after PO acceptance

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Annex 2

 

FORM FOR SUBMITTING SUPPLIER’S QUOTATION

 

We, the undersigned, hereby accept in full the UNDP General Terms and Conditions, and hereby offer to supply the items listed below in conformity with the specification and requirements of UNDP as per RFQ Reference No. _______:

 

TABLE 1 :  Offer to Supply Goods Compliant with Technical Specifications and Requirements

Item No.

Description/Specification of Goods

 

Quantity

Latest Delivery Date

 

Unit Price

Total Price per Item

1

4x4 Ambulance

1

45-60 days upon acceptance of PO

 

 

 

Total Prices of Goods

 

 

  Add : Cost of Transportation

 

 

  Add : Cost of Insurance

 

 

  Add : Other Charges (pls. specify)

 

 

TABLE 2 :  Estimated Operating Costs (if applicable)

List of Consumable Item/s (Include fast moving parts, if any)

Estimated Average Consumption

Unit of Measure

Unit Price

Total Price per Item

 

 

 

 

 

 

TABLE 3 : Offer to Comply with Other Conditions and Related Requirements

Other Information pertaining to our quote are as follows :

Your Responses

Yes, we will comply

No, we cannot comply

If you cannot comply, pls. indicate counter proposal

Delivery Lead Time

 

 

 

 

Warranty and After-Sales Requirements

 

 

 

 

Other requirements [pls. specify]

 

 

 

 

 

All other information that we have not provided automatically implies our full compliance with the requirements, terms and conditions of the RFQ.

 

 

 

 

[Name and Signature of the Supplier’s Authorized Person]

[Designation]

[Date]