MINISTERUL SĂNĂTĂŢII Invitation for Bids (IFB) ROMANIA

advertisement
MINISTERUL SĂNĂTĂŢII
Invitation for Bids (IFB)
ROMANIA
HEALTH SECTOR REFORM PROJECT – PHASE 2
IBRD Loan No. 4760RO
Procurement of equipment for Emergency Room, Intensive Care
and Cardiology Units
IFB No. 10
1.
This Invitation for Bids (IFB) follows the General Procurement Notice (GPN) for this
Project that appeared in UN Development Business issue no.651 of March 31, 2005.
2.
The Romanian Government through the Ministry of Public Finance on behalf of the
Ministry of Health has received a Loan from the International Bank for Reconstruction and
Development and a loan from the European Investment Bank toward the cost of the Health
Sector Reform Project – Phase II and it intends to apply part of the proceeds of these loans to
payments under the contract resulting from this IFB: “Procurement of equipment for Emergency
Room, Intensive Care and Cardiology Units”.
3.
The Project Management Unit – APL2 within the Ministry of Health now invites sealed
bids from eligible and qualified bidders for procurement of:
LOT I : Intrahospital transportation
I.1. Resuscitation, intensive care, transfer radiotransparent trolley
I.2. Standard radiotransparent examination/transfer hydraulic trolley
I.3. Patient wheel chairs for intrahospital transport
LOT II : Monitoring and ECG
II.1. ECG
II.2. Monitor (ECG, ETCo2, SpO2, Invasive/Non-Invasive BP, Central Temperature)
II.3. Monitor (ECG, Respiration, SpO2, NIBP)
II.4. Central monitoring station
LOT III : Ventilation Equipment
III.1. Ventilator for resuscitation room
LOT IV : Resuscitation, airway management and Immobilization
IV.1. Resuscitators set
IV.2. Laryngoscope with blades set
IV.3. Vacuum splints set
LOT V : Tomography equipment
V.1 64 slices Computed Tomography Scanner
LOT VI : Radiology equipment
VI.1 Radiology Equipment on rails specifically for the resuscitation room
The equipment will be delivered and installed at 63 hospitals located in all Romanian counties.
The Bidders may quote for one or more Lots. The bids will be evaluated for each Lot separately
and the contract will be awarded to the bidder whose bid was determined to be the lowest
evaluated bid for each Lot. The time allowed for delivery, installation and achieve acceptance of
the equipment is of 150 days from the effective date of the Contract.
4.
Bidding will be conducted through the International Competitive Bidding (ICB) procedures
specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, May
2010 edition and is open to all bidders from Eligible Source Countries as defined in the Guidelines.
5.
Interested eligible bidders may obtain further information from the Project Management
Unit – APL2, and inspect the Bidding Documents at the address (1) given below from 10:00 to
16:00 hours local time on all working days, starting with May 30th, 2011. A pre-bid meeting which
prospective bidders may attend will be held at 14:00 hours local time on June 21st, 2011.
6.
Qualifications requirements include:
(i) During the past 5 years the Bidder must have completed at least two (2) contracts involving
supply of 20 medical equipment similar to that offered in the bid and provision of - either
directly or through an authorized local Agent - After Sales services for medical equipment for
which this Invitation for Bids is issued and covered by the Bid. In order to demonstrate it meets
the experience requirement the Bidder shall furnish detailed information regarding contracts
completed: purchaser name and address, country, name and object of the contract, date of
contract completion, equipment supplied, contract amount, contract role (prime supplier,
subcontractor, partner in Joint Venture) and percent of the contract value undertaken by
subcontract.
(ii) The Bidder or its authorized Agent(s) must be equipped and able to carry out the warranty
services/after sales services and spare parts-stocking prescribed in the Conditions of Contract
and/or Technical Specifications or the Bidder must prove that will be represented in Romania by
an authorized Agent or will present letter of intent or pre-agreement with a local agent/s for
provision of after sales services. The awarded bidder shall prove that the agent is equipped and
able to carry out the warranty services/after sales services and spare parts-stocking (i.e. copies of
the relevant pages of service agreements or contracts excepting price information). The awarded
bidder must furnish documentary evidence in order to prove it meets the requirement and must
provide details regarding its or service authorized Agent(s) available resources, service staff,
spare parts warehouse, point of contact, address, telephone and fax number.
(iii) The Bidder must have the financial capability to assume the responsibility for the proposed
contract as evidenced by an annual average turnover of not less than: EUR 1,100,000 for Lot I;
EUR 5,500,000 for Lot II; EUR 500,000 for Lot III; EUR 1,500,000 for Lot V; EUR 500,000 for
Lot VI; or its equivalent over the past three (3) years (i.e. 2007, 2008, 2009).
In the case of a bid covering multiple lots the annual average turnover of the Bidder over the past
three years must be no less than the total of the required annual average turnover amounts per
each lot, as covered by the bid. The Bidder shall furnish, as part of its bid, such documentary
evidence, in the form of audited financial statement or balance sheet endorsed by authorized
accountant, demonstrating the annual turnover for each of the last three (3) years.
(iv) The local Bidders must have no outstanding taxes due to the Romanian authorities (i.e. state
budget). A legalized copy or the original of the certificate issued by the National Agency of
Fiscal Administration office should be provided in this respect.
A margin of preference for eligible national contractors shall not be applied. Additional details are
provided in the Bidding Documents.
7. A complete set of bidding documents in English may be purchased starting on May 30th,
2011. by interested Bidders on the submission of a written application to the address (1) below
and upon payment of a nonrefundable fee of EUR 100 or equivalent in local currency (RON) at
the National Bank of Romania exchange rate valid on the date of payment, in the form of
cashier’s check or a direct deposit/transfer in favor of the Project Management Unit – APL2
within the Ministry of Health (Unitatea de Management a Proiectului – APL2, Ministerul
Sanatatii), Fiscal Code 15852060. Payments in RON shall be made in the account no.
RO43RZBR0000060006770898 and payments in EUR shall be made in account no.
RO55RZBR0000060006769324, opened with the Raiffeisen Bank – Piata Alba Iulia Branch, 4,
Decebal Blvd., Bl. S11, Sector 3, Bucharest, Swift Code RZBRROBU. All the bank charges
shall be borne by the bidder. The Bidding Documents will be delivered in hard-copy directly by
hand to the prospective bidders representatives at the premises of the Project Management Unit –
– APL2 at the address (1) below or to the special courier nominated by the Bidder to pick up the
Bidding Documents from the PMU – APL2 premises, if so specified in the written application
and if the mailing transport is previously ordered by the Bidder on his expenses. Under no
circumstances shall the Project Management Unit – APL2 within the Ministry of Health be
responsible to order or to pay the mailing transport of the Bidding Documents or for any late
delivery or loss of the Bidding Documents mailed by special courier nominated by the
prospective Bidder.
8. Bids must be delivered to the address (1) below at or before 13:00 hours local time on July
15th, 2011. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be
opened in the presence of the bidders’ representatives who choose to attend in person at the address
(2) bellow at 13:00 hours local time on July 15th, 2011. All bids must be accompanied by a Bid
Security in amount of:
- EUR 10,500 (ten thousand five hundred Euro) for Lot I
- EUR 51,500 (fifty-one thousand five hundred Euro) for Lot II
- EUR 4,500 (four thousand five hundred Euro) for Lot III
- EUR 2,500 (two thousand five thousand Euro) for Lot IV
- EUR 14,000 (fourteen thousand Euro) for Lot V
- EUR 5,000 (five thousand Euro) for Lot VI
In the case of a bid covering multiple lots the bid security amount must be no less than the total
of the required bid security amounts per each lot, as covered by the bid.
9.
The address (1) referred to above is:
Ministry of Health
Project Management Unit – APL2
Attn: Mr. Francisc Czobor, PMU APL2 Director
1-3 Cristian Popisteanu St., 2nd floor, room 235, postal code 010024, Sector 1
Bucharest, Romania
Phone: +40 (21) 307 26 86; Fax: +40 (30 307 25 87
The address (2) referred to above is:
Ministry of Health
1-3 Cristian Popisteanu St., 2nd floor, room 225A (conference room),
postal code 010024, Sector 1
Bucharest, Romania
Download