The automated titration system will be used for the analysis of fluoride in blood samples by sampling the
blood and adding TISAB in a reaction vessel. Then reading the concentration using a fluoride ion selective
electrode that has been calibrated with sodium fluoride certified reference material.
4 MANDATORY REQUIREMENTS
If a bidder does not comply fully with each of the mandatory requirements, it Shall be regarded as
mandatory non-performance/non-compliance and the bid Shall be disqualified. No “unanswered”
questions will be allowed. If a response to a question has been indicated as comply but not elaborated
upon or substantiated it shall be regarded as mandatory non- performance/non-compliance and the
bid shall be disqualified.
Bidders shall provide full and accurate answers to the mandatory questions posed in this document,
and, where required, explicitly state either “Comply/Accept (with a “Yes”)” or “Do not comply/do not
Confidential of 61
RFB118/25/26: Outright purchase of two (2) Automated Flouride Analysers with a Fluoride ion selective electrode for FCL Pretoria including
Installation, qualification and operational performance and service and maintenance for a period of five (5) years.
accept (with a “No”)” regarding compliance to the requirements. Bidders must substantiate their
responses to all mandatory questions. PLEASE NOTE: If the response does not substantiate any of the
points or requirements in the body of the tender, it will be deemed to not comply, even if the ‘Comply’
field has been marked. Please note: All documentation to substantiate the mandatory requirements
has to be supplied.
4.1 TECHNICAL MANDATORY REQUIREMENTS:
(Note: The bidder who fails to comply with the Mandatory Requirement WILL be disqualified).
4.1.1 Technical Suitability: Mandatory Requirements
Autosampler Comply Do Not Comply
1. Each autosampler must be configurable for racks of two different sample
container types.
Rack one:
Sample rack type should be able to accommodate 17mm x 100mm test tubes and
be able to accommodate a minimum of 200 samples at time.
Rack two:
Sample rack type should be able to accommodate 28mm x 80mm McCartney
bottles and be able to accommodate a minimum of 120 samples at a time.
Substantiation: Provide proof by means of brochure/specifications / commitment letter Failure to provide
information will lead to disqualification.
2. The sample rack must have a rinse location and be able to automatically rinse Comply Do Not Comply
after each sample run.
Substantiation: Provide proof by means of brochure/specifications / commitment letter Failure to provide
information will lead to disqualification.
3. The instrument must be able to accurately pipette and aspirate a minimum of Comply Do Not Comply
one (1) ml of sample into the reaction vessel.
Substantiation: Provide proof by means of brochure/specifications / commitment letter Failure to provide
information will lead to disqualification.
4. The instrument must be able to automatically dispense the solution into the Comply Do Not Comply
reaction vessel.
Substantiation: Provide proof by means of brochure/specifications / commitment letter Failure to provide
information will lead to disqualification.
5. Reaction Vessel Comply Do Not Comply
The reaction vessel must have a minimum capacity of 50ml and be able to
accommodate a thermometer (Pt1000 or NTC temperature sensor).
Substantiation: Provide proof by means of brochure/specifications / commitment letter Failure to provide
Confidential of 61
RFB118/25/26: Outright purchase of two (2) Automated Flouride Analysers with a Fluoride ion selective electrode for FCL Pretoria including
Installation, qualification and operational performance and service and maintenance for a period of five (5) years.
information will lead to disqualification.
6. The reaction vessel must be able to accommodate two electrodes and be able Comply Do Not Comply
to mix/ stir solutions.
Substantiation: Provide proof by means of brochure/specifications / commitment letter Failure to provide
information will lead to disqualification.
7. Be able to automatically pump out or remove all the contents to a waste Comply Do Not Comply
container.
Substantiation: Provide proof by means of brochure/specifications / commitment letter Failure to provide
information will lead to disqualification.
8. System Controller Comply Do Not Comply
The instrument shall be controlled by a single computer with a software that is
able to perform quantitative analysis and interface with Laboratory
information System (existing LIMS and Trakcare).
The computer software must have comprehensive diagnostic tools to detect
errors and store a complete error or maintenance log.
The instrument software must also have user previlages.
Substantiation: Provide proof by means of brochure/specifications / commitment letter Failure to provide
information will lead to disqualification.
9. The computer must have a Windows 11, Microsoft office 365 installed and Comply Do Not Comply
licensed for 5 years, and an Antivirus software Licensed for 5 years.
Substantiation: Provide proof by means of brochure/specifications / commitment letter Failure to provide
information will lead to disqualification.
10. The instrument must be able to analyse fluoride content in biological Comply Do Not Comply
samples including blood.
Substantiation: Provide proof by means of brochure/specifications / commitment letter Failure to provide
information will lead to disqualification.
11. The computer software must have pre-configured methods that can be used Comply Do Not Comply
as a basic to set up a new method for Flouride analysis.
Substantiation: Provide proof by means of brochure/specifications / commitment letter Failure to provide
information will lead to disqualification.
4.2 TECHNICAL FUNCTIONALITY
4.2.1 The bidder must complete in full all of the TECHNICAL FUNCTIONALITY requirements.
Confidential of 61
RFB118/25/26: Outright purchase of two (2) Automated Flouride Analysers with a Fluoride ion selective electrode for FCL Pretoria including
Installation, qualification and operational performance and service and maintenance for a period of five (5) years.
4.2.2 The bidder must provide a unique reference number (e.g. binder/folio, chapter, section, page) to
locate substantiating evidence in the bid response. During evaluation, NHLS reserves the right to treat
substantiation evidence that cannot be located in the bid response as “NOT COMPLY”.
No. TECHNICAL FUNCTIONALITY REQUIREMENTS SUBSTANTIATE REFERENCE
1 The computer processors speed (RAM). 20% 16GB =20%
12GB=15%
Provide proof by means of specification/brochure/ 8GB=10%
commitment letter. 4GB=0%
2. Computer internal storage. 20% 2TB=20%
1TB= 15%
Provide proof by means of specification/brochure/ 500GB=10%
commitment letter. 256GB =0%
3. Sensors on waste and rinse bottles. 20% Sensors on both waste and rinse
bottles available=20%
Sensors on waste bottles only or rinse
bottle only =10%
Provide proof by means of specification/brochure No sensors on both waste and rinse
/commitment letter. bottles=0%
4. Status indicators for running (standby/off). 20% All indicators=20%
Between 2 to 3 indicators=10%
Provide proof by means of specification/brochure/ No indicators=0%
commitment letter.
5. The temperature sensor range. 20% -10 to 50°C=20%
-5 to 40°C=15%
-3 to 30°C=10%
Provide proof by means of specification/brochure/ 0 to 25°C=0%
commitment letter.
THRESHOLD 75%
TOTAL 100%
Minimum threshold: To be eligible to proceed to the next stage of the evaluation the bidder must achieve a
minimum threshold score of 75%.
Confidential of 61
RFB118/25/26: Outright purchase of two (2) Automated Flouride Analysers with a Fluoride ion selective electrode for FCL Pretoria including
Installation, qualification and operational performance and service and maintenance for a period of five (5) years.
ANNEXURE B: Pricing Schedule
Please indicate your total bid price here: R___________________________(inclusive of all applicable taxes, e.g.
VAT)
Important:
It is mandatory to indicate your total bid price as requested above. This price must be the same as the total bid
price you submit in your pricing schedule. Should the total bid prices differ, the total bid price indicated above
shall be considered the correct price.
The following must be noted:
1. All prices must be VAT inclusive of all applicable taxes and must be quoted in South African Rand (ZAR).
2. All prices must be firm and fixed from the tender closing date and for the duration of the contract
3. All the consortium or joint venture partners must submit a complete set of the latest audited financial
statements.
4. All bidders must cost according to the costing template provided or this will lead to disqualification.
5.
The cost of installation, delivery, site preparation etc. Must be included in this Comply Do Not Comply
proposal.
Substantiate / Comments.
6.
Comply Do Not Comply
No price adjustments that are 100% linked to exchange rate variations shall be
allowed.
Substantiate / Comments.
7.
Comply Do Not Comply
The bidder must indicate clearly which portion of the purchase price as well as the
monthly costs is linked to the exchange rate.
Substantiate / Comments.
8.
Comply Do Not comply
All additional costs must be clearly specified.
Substantiate / Comments.
Confidential of 61
RFB118/25/26: Outright purchase of two (2) Automated Flouride Analysers with a Fluoride ion selective electrode for FCL Pretoria including
Installation, qualification and operational performance and service and maintenance for a period of five (5) years.
SBD 3.1
PRICING SCHEDULE – FIRM PRICES
(PURCHASES)
NOTE: ONLY FIRM PRICES WILL BE ACCEPTED. NON-FIRM PRICES (INCLUDING PRICES SUBJECT TO RATES OF
EXCHANGE VARIATIONS) WILL NOT BE CONSIDERED.
IN CASES WHERE DIFFERENT DELIVERY POINTS INFLUENCE THE PRICING, A SEPARATE PRICING SCHEDULE MUST
BE SUBMITTED FOR EACH DELIVERY POINT.
Name of bidder: ______________________________________________________________________________
Bid number: RFB118/25/26 Closing Time 11:00 am Closing date: 27 January 2026
Bid Price (Vat incl.) R__________________________________________________________________________
OFFER TO BE VALID FOR 180 DAYS FROM THE CLOSING DATE OF BID.
ITEM QUANTITY DESCRIPTION BID PRICE IN RSA CURRENCY
NO. ** (ALL APPLICABLE TAXES INCLUDED)
- Required by: ___________________________
- At: ___________________________
___________________________
- Brand and model ________________________
- Country of origin ________________________
- Does the offer comply with the specification(s)? *YES/NO
- If not to specification, indicate deviation(s) ________________________
- Period required for delivery _______________________
*Delivery: Firm/not firm
- Delivery basis _______________________
Note: All delivery costs must be included in the bid price, for delivery at the prescribed destination.
** “all applicable taxes” includes value- added tax, pay as you earn, income tax, unemployment insurance fund
contributions and skills development levies.
Confidential of 61
RFB118/25/26: Outright purchase of two (2) Automated Flouride Analysers with a Fluoride ion selective electrode for FCL Pretoria including
Installation, qualification and operational performance and service and maintenance for a period of five (5) years.