6. * ugqr+ qrqq gr-fiS-\rr.\`f,ett

Transcription

6. * ugqr+ qrqq gr-fiS-\rr.\`f,ett
Pre-Bid Clarification
{
fu-ar srsqora, qqg{,
qss ti q-q-ift-s-\dfitrTq
d oio.fd orffif, sqr qfti
(iftSq) ry r+1 t-e-orq frfr-ET srtr fuqT rrqt er, fu-s-mT ft-ftg d-d-6 ffi za.o+.zors o1
oTd-6q
ginr =r€n dfi-€-d, I@ frfurcT wf wr*ea oTffi oTqfdq qtqgq fr
.rqr, ffi g.NfiS Grd.fd rrfrfr d frq {r{qtr sqR+ro gt'-
ffi :rrril qqf
z. ei. d.errs.qffi frgqgqat)
s. d. fr.d.crq. fr.gs.
+. d. ent. d. q+dqft. \'q-S
s. d.,erF+.nu {gd* Sr{Gr}
6. * ugqr+ qrqq gr-fiS-\rr.\'f,ett
1. .H).w.S
dt-fi-s d'ao-t
oa ii
3ilqtfu-d fuqj
sruzrqr
s{Fr
s(Fr
rf{Er
rtrfuq
sqrtrr
ftq oqM d qfrftsr sqRa.rd Et'-
1- Medical Eleborate concept (P) Ltd.
2- Krishna Micromed
3- Invoke Medical
Systein (P)
Ltd.
4- surgimed Health care (rndia)
Ltd.
6- JinOal Mectec Pvt. Ltd.
7- Instromedix (India) Pvt. Ltd.
5- Invive
w
Healthqare Pvt.
Pvt.
Ltd
-
Jalandhar, punjab
pahrganj, New Delhi
Subhash Nagar, New Delhi
c-scheme, Jaipur
Kalka Ji, New Delhi
Gurgaon
New Delhi
Pre-Bid Querv Clarification
v
Nl
D'
Name of Company - Medical Eleborate Concept (p) ttd.
s.N
Query
Clarifications
Regarding Eligibility Criterion:
A lot of changes in Eligibility Criteria has been made
from previous tender. As you good self might also be
the
aware that 6 bedded CCU is downgraded to 4 Beddcd Average turnover of
manufacturing
firm should be Rs.3
.1,
and that previous tender was cancelled due to less
Crore
or
more in the last three (3)
participation. so it is expected from Tendering
authority to relax tender terms and condition but it is financial years,(201 L-tZ, 20L2-L3,
01 very unfortunate
that monopolistic conditions towards 2013-1.4) for all bidders
a particular bidder were added. We wish to bring your.
attention to few such conditions.
1- Bidders Turn over is increased irrationally to L5
v
Crs almost L0 time of the estimated work cost for
manufacture bidder and 3 times of estimated cost
for non manufacturing bidder. Madanr this will resr-rit
wV
in less participation in tender. Please find attached CV',l
guidelines wherd the CVC has quoted an example i::
keeping turnover as 15 crores as a requirement for I
work gf value 7.5 crores. CVC has c[assified this a;
restrictive criteria. ln our case the estimated cost is icrores which is still much lower. CVC also mentions iti
the same gircular that ideally 30% of theproject valur:
should be kept as a turnover criteria.
Bidders Existence is desired for more than 10 years
keeping in mind a particular company ure do not v;iril
.
.
/
I
5 Years
I
to name so monopoly can be created towards thi;
ln a turn key project a particular set of work
o4
05
06
07
(GA,!
Pipeline) is given extraordinary importance despite i"
being only as crqcial set of work as others Madanr q
CCU unit not working due to its equipment and a faulty
interior is as bad as its faulty Gas Pipeline. How a
doctorwill monitor a patient if only so called backbone
Gas Pipe line works in a CCU
ln a turn key project of CCU work experience (..'f
Modular OT is given undue advantage just to give:l
extra support to a particular compan
rso 90ci.
Jv\.:l
Logic behind putting an elrgrbrlrty cnteflon o f tJv
and ISO 14001 in a turn key project is not quit,:
understandable.
The Condition of Non Conviction (refer to condition 2.3
of eligibility criteria page no 08 of previous tender copT
enclosed) is deleted to given advantage to particular
company. The cdmpany in question towards which
monopolies . are being created was penalized by
compelition Commission of lndia for their corrupit
practices and for doing cartelization is similar work.
The requirement of work experience is also increased
irrationally*to provide undue advantage to a particula'.r
No Change
No Change
ISO
Certification RequireC
ln requirement of Cover- A I'lon
Conrriction affidavit is already
demandecj to produce bY the
bidders. then there is no question
of repeating such sentence further
in E.C.
After consideration work
experiences has been reduced
companv.
08
lntroduction of a new eligibility criteria of AP Certificate
is a clear sign of how monopolies towards a particulars
bidder is created in the NlT. Madam if you search the
nte and type " AP CERTIFICATE NHS APPROVED lNDlA."
you will find that Probably only single lndian company
holds this certificate.
Contrary to beliqf of l.endering Authority that Gas
Pipeline work
is
back bone
of the project
non
manufacturing bidder who can have only experience in
selling' of Equipment is made eligible to take part in the
\,\//'/
This Para is deleted
It is denied
tender.
E
0
LL
Regarding Technical Specification
Number oFmonitors need to specified of each type- 5
parameter and 7 parameter.
All tender specifications for medical gas pipeline,
5 Paramete,'
bedded CCU but the tender title
uest Clarification in this regard.
says-4€edded CCU.
The specifications on interior works is for modular
room, Usually such a construction is done in modular
OTs. Request you to look into the cost and budget
aspects of these sPecifications.
Ventilators alone are asked as CE and FDA while other
equipment have been asked as only CE approved'
Request you to consider ventilators also as CE or FDA
approved as FDA approval limits compe
ru""a to clarify if number of air compressors required is
furniture etc is for
6
Already added both in the tender
documents
Suggestion accePted
one or two.
Nime of
Co
Que
2.1- Past Experience
y - Krishna Micromed, New Delhi
Clarifications
of the bidders and pre-
qualification conditions.
Minimum eligibility requirement for the bidders of the
medical*gas pipeline system Tenderer/Eligible bidder
must have completed and have post experience of have
post experience of having executed modular ICU/CCU
in lndia for five hundred lakhs of above in
15
any
No Comments
Government DePartment or
Hospitals in the past Seven years in lndia only' Eligible
bidder must submit copy of the completion certificate along
with the bid documents and failing which bid will be
rejected. lf require demonstration can be asked and bidders
must arrange f6r the same. OR Tenderer/Eligible bidder
must have completed and have past experience of having
executed six work of modular operation theatres/ modular
ICU/ICU in lndia or above in any government Department
of Hospitals in the past five years in lndia only' Eligible
bidder must submit copy of the completion certificate
along-wifh the bid documents and failing which bid will be
rejected . lf require demonstration can be asked and bidders
must arrange for the same.
As the Tender is for turnkey construction of a Cardiac
Care Unit (CCU), it is not clear why medical gas pipeline
system eligibility requirements are mentioned. The
elieibility should be for turnkey ICU/CCU providers with
rsrngglen!
Tenderer/Eligible bidder should submit proof of
existence of minimum 10 yeors in medicol
equt,pmert/modulor operotion theoters field. (Firm
medical gas pip'eline as one of ths
,s
incorporotion certificste should be submitted)
It is not clear why only firms older than 10 years are
eligible to bid for the tender. Experience of the firm has
already been asked in the previous eligib
Tenderer/Eligible Bidder must hove on onnuol overoge
turnover for fifteen hundred lokh in the continuous past
three vears.
Minimum 5 Years
It is not clear why for and estimated project cost of Rs.
1-.5 crores the total turnover in the each of the last 3
Fina'hcial year has been asked as Rs. L5 Crores.
r'
19
Tenderer/Eligible Bidder must hove o bank solvency of
ten hundred lokhs from a nationolized bank ond foiling
which bfr witt be rejected.
It is not clear why for an estimated project cost of Rs.
1.5 crores the total solvency has been asked as Rs. 10
crores.
Tendere/Eligible Bidder Should submit copy if Ap
certificote: AP Should be working the their compony
since lost 5 yeors ond copy of the certificote must be
submitted. AP certificote should be from NHS opprov,ed
MGPS Ltd UK" (topy of Ap certificate must be submitted
with the bid documents)
Whrle the tender is for turnkey setup of o cordioc cqre
unit it is not cleor why credentiols of onty medical gos
pipeline companies ore given importance to Most of the
turnkey yendors for rcu/CCtJ solutions ore not medicol
gas pipeline monufocturers themselves, Further, Ap
Sr.No. 01 Already mentioned
Sr. No. 08 Already Mentioned
Certificote from NHS approved MG\S ttd tJK is
unrelated in the current context. why o certificotion is
required in tndio from a private firm in uK? tdeoily,
Norms of Government of rndio should be odhered to all
works in qovernment.
Name of company - lnvoke Medical System (p) Ltd. New Delhi
Que
Clarifications
Query L-ln your tender description under- Eligibility
Criteria
Poirit no. 2"1, Past Experience for the bidders and prequalification conditions. paragraph 4 you require the
minimum 10 years of experience and our company's
incorpoffition date is 31St August 2005 as per date our
experience is 9 years approx. so, pls you call the bidders
with minimum experience of approx 9 years. we are
under big budget project please do the needful.
Query 2-Apart from that same point page number ff
you mentioned.
Tenderer/Eligible Bidder should submit copy of Ap
certificate :AP should be working in their company
since last 5 yedrs and copy of the certificate must be
submitted AP certificate should be from NHS approved
MGPS ltd UK. (Copy of Ap Certificate must be
submitted with the bid documents). sir, the certificate
is mandatory for UK, and it,s not mandatorv in lndia.
) pvt.
Sr. No. 17 Already Mentioned
Sr. No. 08 Already Mentioned
LtdJriprr
Query
Turn over criterion mentioned in 2.L of eligibility
criteria be brought down to average 3.5 crs per annum
Supply experience limit shall be brought down io Rr
Clarifications
As shown in Sr.No.0L
tt
per previous tender
Proof of existence of more than 10 years be brought
down to 5 years
EMD shall be brought down to a token of Rs. 50000/l-.1-0 crs as
Bank Solvency be brought down to rs.
L.10 Crore Tender Cost
Sr. no. 17 Already Mentioned
No change
l_ Crs.
Securityteposit shall be brought down to 5% of Total
quoted value.
Condition of AP certificate shall be abolished.
Non Conviction Affidavit shall include " Bidder shall
never been convicted by any agency in terms of
Modular OT/CCU/ICU/ NICU or any other quoted item.
Condition of Authorized Distributor be abolished as this
is a multi skill Turn kev proiect.
Specifications'- Multi-Parameter Monitor
Screen Should have both option touch and optical
encoder.
Should be 12.1" Color LED Display for better
visibility (it should be 1-4" touch screen and monitor
shouH be modular)
Should be 800X 600 resolutions or better with clear
waveform and easy to read numeric values.
It should have separate internally fitter module for
spo2, NIBP, ECG, Power to Minimize the after sale
cost,
No change
Sr. No. 08 Already Mentioned
For the experience produced
and on the basis of it
participation takes place in Bid
No change
No change in tender documents
norms
Good resolution or better with clear waveform and
easy to read numeric values upto 8 real time
waveforms should be displayed.
Both audio and visual alarms for vital signs should
be available.
16 eveht recording of alarm conditions should be
available and facility to recall with ECG waveform.
Name of Company : lnvive Healthcare pvt. Ltd. New Delhi
Query
Clarifications
Eligibility Criteria 2.1 - Please clarify if tender clause 2.1_
is for medical gas pipeline manufacturers only. Also It is of CCU/lCU/Modular
please clarify the qualification criteria for bidders who operation which was mention in
are not medical gas pipeline manufacturers but a EC 2,L
turnkey solution providers
for
installation
and
commissioning of all components of a CCU.
Technical speci{ication-Wall and Ceiling panels for CCU- The layout of the CCU/ICU
The specification asked are for modular room. These
room are shown to all pre-Bid
are usually used in modular OTs. The Cost consid- attendant persons after that if
erations should be considered while planning these
want to see the building than
specifications in an ICU/CCU.
you are welcome
Medical Compressed Air Base Unit- Please specify if the
Sr. no. 14 Already Mentioned
numberof air compressors required are 1, or 2.
Medical Compressed Air Base unit- TEFC induction
Motor insulation Class 'F' HP-induction motor upto 5
HP may be sufficient for 6 bedded CCU.
l
36
I
Please specify the number of 5 para and 7 para
monitors.
ICU Ventilator-As all equipment in the tender have
been specified as CE or FDA. We request that the
requirement for Ventilator may also be made as CE or
Sr. no. 10 Already Mentioned
Suggestion accepted
FDA
AP Certificate
Sr. No. 08 Already Mentioned
*
Name of Company : Jindal Mectec Pvt. Ltd. Gurgaon
Clarifications
We have ISO 9001 certification. The Process for ISO
14001 certification has been initiated.
What is the need for AP Certificate? We feel this is
Sr. No. 08 Already Mentioned
ecific. This clause should be mand
Name of Company : Instromedix (lndia) Pvt. Ltd.
The qualification criteria of executing & lnstallation of
ICUICCU at value of 5 crore in Govt. Deptt. Should be
amended, that a bidder who has supplied the ICU/CCU
equipment of same value should also be considered.
Suggestion accepted
By enltrrge these specifications are as for HTM
standard A.P. certificate is recommended to verify
42
system installed as UK/HTM standard. The equipment
manufactured as per most advanced (NFPA) standard
should also be allowed and certifier of American
Sr. No. 08 Already Mentioned
Standard holding valid ASSE 6020 should be considered
because only one standard favors to some particular
companies and restricts wider competition.
Since the mos| of the equipments are imported and
will take arbund 30 days to import and trans clearance,
hence period of delivery of equipment i.e. 45 days is Some relaxation emergency if
very short, so kindly extend the period of delivery to require after given tender to
minimum 90 days and subsequently project that company other wise our
completion period should be extended from 120 days tender is same
to L50 days.
ln all the Govt. tenders EMD is allowed in shape of
No change
DD/BG, hence BG (Bank Guarantee) should be allowed.
Warranty asked for equipment is 3 years which is high,
since all the equipment manufactures give the
warranty of 1 year but still we may consider for the
No change
warranty of 2 years. However for up time and smooth
running of the equipment the CMC for next 5 years
may be asked to be quoted.
Technical Specification
FolSyringe Pump ltem No.04
Point no - 2: 2 ml syringe should be deleted as it is not
required in CCU
Point N9. 14.1 : 0.L-800.0 ml/h should be changed to
0.1-1200.0 ml/h as this much asked range of low rate is
not required in CCU for 50 ml syringe
50 ml syringe should be
Not change
Point No 14.2:0.1-1800.0
48
I
Not change
rornr No. 14.3: 0.1_200.0 mllh should be changed to
49
I
rtlf,@
0.1-200'0 ml/h as this much asked range of frow rate is
not requiredin C9llIg1.]O rlsyringe
0.1-200.0 ml/h as this much asked range of frow rate is
noLrequired in CCU for 5 ml syringe.
Hornr no L4.4: 0.1-200.0 mllh should be changed to
0.1-100'0 ml/h s this much asked range of frow rate is
not required in CCU for 5 ml svrinee.
pornr no. 14.5: 0.1-100.0 ml/h (2 ml syringe)
setup of
0.1. ml/h 0.1-200.0 mllh 0.1-200.0 mlfh,, should be
deleted as 2 ml syringe is not required in CCU
50
51
Not change
Not change
Not change
Multipara Meter monitor ltem no 01
52
53
54
55
56
Potnr No. - z: LED should be changed to LED/LCD as
you have asked for touch screen and touch screen
cannot be available/compatible unit LED screen, And
also, most of the companies have LCD touch scrptrn
pont No-g: Special mode for viewing only waveforms
upt_o 7 waveforms should be in monitor,, should
be
changed to "Facility of viewing upto 7 waveforms
should be in monitor.
potnt ng. L6: Minimum 5_7 user can be
defined with
choice of placing of parameters and waveforms on
screen" should be deleted as this feature.
Point No. 4 Multi para Monitor 7 para: TFT should be
changed to TFT/LED/LCD as you have asked for touch
screen and touch screen . cannot be
available/compatible with TFT screen. And also, most
of the companies have LCD touch screen
rornr No. rz tor Murtipara Monitor 7 para: Facility for
special mode of viewing only waveforms,, should be
changed to " Facilitv for viewins at least 7 wAvpfnrrnc,,
rnrusron pump, ltem No.03
Point No. rsr
57
nffi
vrrr"
Not change
Not change
Not change
Not change
Not change
M"d""
should be deleted as accuracy cannot be adjustecl in
Not change
any purfrp.
58
V
60
t"
n6!
7" 62
potnt No.09
:
Ventilator (Adult and lnfantl irrno no.02
lnspired Minute Volume should be
deleted as it is not available on most of the .omnanioc
rornr No. rr: 9U-Z6O Vac should be changed to 10024A Vac as most of the companies have this much
range of the ac power supply.
rotnr No. z5i The unit should be CE marked to
European medical clevices directive and FDA certified
should be changed to ,,The unit should be CE marked
to European medicar devices directive or FDA certified,,
snoutd be 4 bedded of 6 Bedded on Daee no g
Annuatrurnover should be schedule to 7.5_g core
rr
Not change
Not change
CE
or
FDA
Certification required
4 bedded
Average 3 crore
Certificate requirement ISO 9001 or L4OOL
Authorize distributor turnover should be redacted
63
64
Area specified should be
65
per
the layout plan
attached (map)
Technical specification should be modified.
66
{
as
Sr. No. 39 Already Mentioned
Sr.No. 46 to 59 Above
Cornpressor requirement should be specified as 1 set
(2 nos)
67
Monitor parameter recommended
ls 7, should be
minimurn 7 parameter for CCU.
Also add a specification for anti static floor.
Rates must be asked unitwise and lumpsome rates
should be rejected it should not be entertained.
68
69
70
Manufacturing licenses should
ufactu
be
amended
ma
72
A.P. Certificate requirement should be deleted.
n
ri
as
ng licenses/ ma n ufactu ring a uthorization.
71,
Civil work by bidder should be clarified as small work
reqUirement for installation of equipment.
For running Manifold gas plant, manpower and hours
should be specified.
73
74
No Change
Layout plan attached.
mentioned
Sr.No. 14 Already mentioned
Sr.No. 10 Already mentioned
lncluded in item list
Suggestion accepted all bidder
are required to submit the ltem
wise rate
Manufacturing licenses in
affidavit form or power of
attorney would be considered
Sr. No. 08 Already Mentioned
As per norms of CCU
As manifold gas plant utility in
hospital is 24 hrs. so that in 3
shift manpower may be
required as per government
norms.
For Gas pipeline ask for the rate of running length.
75
\
.,4
$
@*
fiod"
Attached layout plan
i
EACH ITEM RATE SHOULD BE qUTED
Sr.No.
01
02
03
04
(
05
06
07
08
09
10
It
t2
13
t4
15
16
17
18
19
20
2t
22
23
24
Anti static floor
Oxygen Base Unit
Medical Compressed Air Base Unit
Medical Vacuum Base Unit of 500 LPM.
Electrical wiring inside Plant and manifold room
Copper Pipe with BSi Kite Marked.
Gas terminal Outlets
Oxygen Flow Meter with Humidifier Bottle
Ward Vacuum Unit
lsolation Valves Assembly
Medical Gas Monitoring Alarm
Installation and Testing
Paintin,e of Copper Pipe
Electrical u'irine, conducting Inside CCU:
Medical Gas Hose Assemblv
Distribution Board
Control Panel for CCU
Multi-parameter Monitors
26
ICU Ventilator (Adult and infant )
Infusion pump
27
Syringe Pump
28
Compressor
29
Suction machine
30
ECG machine computerized
31
Pulse Oximeter
25
/32
B.P.appalatus table rnodel
33
B.P.apparatus stand model
34
Stethoscope
-35
,1
Name of Equipment
Antibacterial Painting of CCU
Wall & Ceiling Panels for CCU
Anti-static homogenous t'looring
Curtain Track partition
lntfavenous Track I.V Track :
Verlical Bed Head Wall Panel
Poftable X-Ray Machrne
36
Central Patient Monitoring Station
37
lntubation Kit, Laryngoscope
38
Air Conditioning
39
Generator Set
40
Transfer stretcher
41
CCU beds
42
Bedside lockers
43
Over bed table
Cost Per item
I
44
Medical screen
45
Mattress
46
47
One step footstool
4B
Record clip trolley
49
50
51
Crash Cart cum medicine trolley
Kick bucket Transfer stretcher, Trolleys,
standi,@
screen etc. and all miscellaneous appliances required in CCU
Full body Manikin for cPRAED Training with real tirne feedback
AED Training with CPR System
Revised Tender Submission Schedule
Activates
Last Date and time for Submission of Tender
Time and Date of Opening of Tender-Cover-A
Time and Date 6f Opening of Tender-Cover-B
M.
l-
W
OLD Date & Time
1L-05-2015,4:30 PM
12-05-201,5, 1:00 PM
15-05-2015,, 1:00 PM
Revised Date & Time
22-05-20L5,4:30 PM
25-05-20L5,4:30 PM
29-05-2015,4:30 PM
;iski::::4Gii::.;$ki
S
=
.9
(E
E
L
E
c
tE
CL
_\
(E
?-
o.
v,
o
I
*J
(,
L
iP
TA
o
'l
o
P
J
o
(E
J
f
(J
(J
$