Tender Code: No ET-MOH- 400003-GO-RFB
Tender Type: ICB
Closed Date: 10/29/2024 2:00pm
Opening Date: 10/29/2024 2:00pm
Product category: Medical Instruments
Download File: Download
To: All Participants of Tender with Ref. No ET-MOH- 400003-GO-RFB
Subject: – Addendum No. 2 and Clarification to the Bidding Document for the Procurement Ref. No. ET-MOH- 400003-GO-RFB
Dear Sir/Madam;
We highly appreciate your interest to participate on the tender captioned above and reference is made to your kind request.
You are kindly requested to review the attached addendum No. 2 and clarifications and give your quotation considering the addendum and clarifications.
With best regards
Enc. 13 Pages.
CC:-
EPSS
Clarifications: on Tender with Ref. No. ET-MOH- 400003-GO-RFB
S. No | Request | Response | Remark |
1 | Manufacturer’s authorization Point d. at page 47 of the Bidding states the following: d. Manufacturer’s authorization: A Bidder who does not manufacture an item/s where a manufacturer authorization is required in accordance with BDS ITB 172 (a), the Bidder shall provide evidence of being duly authorized by a manufacturer (Manufacturer’s Authorization Form, Section IV, Bidding Forms), meeting the criteria in (d) (0 and (ii) above, to supply the Goods; Since we couldn’t find the point (d) (I) and (ii), can you please confirm that this last sentence should be deleted from the requirement? | Please Refer to Addendum No.2a. |
|
2 | Price Schedule: Goods Manufactured Outside the Purchaser’s Country, to be Imported The column 9 of the price schedule states the following: CIP Price per line item (Col. 5×6) Can you please confirm that it should be states CIP Price per line item (Col. 6×8)? | Please Refer to Addendum No.2b. | |
3 | LOT 1 – Bed Patient, Fowler, Adult – Standards and Safety Requirements; Can you please confirm that Standards and Safety Requirements is Not Applicable for this Item? | Please Refer to Addendum No.2c. |
|
LOT 1 – Couch for Delivery – Standards and Safety Requirements; Can you please confirm that Standards and Safety Requirements is Not Applicable for this Item? | |||
LOT 1- Couch for Examination- Standards and Safety Requirements; Can you please confirm that Standards and Safety Requirements is Not Applicable for this Item?
|
|||
LOT 1 – Crash Cart- Standards and Safety Requirements;
Can you please confirm that Standards and Safety Requirements is Not Applicable for this Item? |
|||
LOT 1- Screen Patient, Four Section- Standards and Safety Requirements;
Can you please confirm that Standards and Safety Requirements is Not Applicable for this Item? |
|||
LOT 1 — Stand for Infusion, Adjustable Height- Standards and Safety Requirements
Can you please confirm that Standards and Safety Requirements is Not Applicable for this Item? |
|||
LOT 1— Trolley – General Purpose – Standards and Safety Requirements;
Can you please confirm that Standards and Safety Requirements is Not Applicable for this Item? |
|||
LOT 1 —Trolley – Patient, Stretcher – Standards and Safety Requirements;
Can you please confirm that Standards and Safety Requirements is Not Applicable for this Item? |
|||
LOT 1— Wheelchair Adult – Standards and Safety Requirements;
Can you please confirm that Standards and Safety Requirements is Not Applicable for this Item? |
|||
LOT 2 — Scale for Weight, Mechanical with Height Measurement, Adult-Standards and Safety Requirements;
Can you please confirm that Standards and Safety Requirements is Not Applicable for this Item? |
|||
4 | ü LOT 1 – Bed Patient Fowler Adult – Installation Training Commissioning.
The following is what it is mentioned: As Installation, Training and Commissioning is not required for this Item, can you confirm that we can delete the description of the service to be provided?
ü LOT 1- Screen Patient, Four Section- Utility Requirements Can you please confirm that Utility Requirements is Not Applicable for this Item?;
Can you please confirm that the Requirement of operating environment is Not Applicable for this Item?
ü LOT 1 – Screen Patient, Four Section- Installation / Training / Commissioning |
Please Refer to Addendum No.2d. | |
5 | Lot 1- Product 3 – Couch for Examination
In the Technical Specification at point 4 it is requested 4 casters with 2 castors lockable while at System Configuration Accessories at point 5 it is requested 4x caster with one lockable. |
Please Refer to Addendum No.2e. | |
6 | Commencement period of contract is not mentioned in the bid document. We request you to start the commencement date of the contract as 7 days after the advance payment receipt date. | Please Refer to Addendum No.2f. | |
7 | List of Related Services and Completion Schedule
For Final Completion Date(s) of Services is mentioned the following “As required within delivery time period” |
Please Refer to Addendum No.2g. | |
8 | Lot three: Item 1: Sterilizer – Drum, 240 x 290mm: Please clarify the dimension for the Sterilizer drum, is the 240 the diameter or height? Is 290 the diameter or height? Why is “Height: approximately 160 to 180mm.” stated in the technical specification, if the dimension is already stated on the title as 240x 290mm? | Please Refer to Addendum No.2h. | |
9 | Lot Three: Item 4: Sterilizer – Steam, 120L; Under System configuration the bidding document requests for “lx drum for different size.” Please clarify the type and size of the drum requested, or if any size and type of drum is acceptable? | Please Refer to Addendum No.2i. | |
10 | Lot one item No. 8 (Generic Name: Trolley-Emergency) and item No.9 (Generic Name: Trolley -General Purpose):
ü Under Technical Specification posted for both trolley it requests shelve dimension of more than 60x45cm with Tray size: Min (705 x 445mm)(larger than shelf), Height & Capacity: 70mm stainless steel trays (min. load 40.0kg per tray), Tray height Positions: in (210 & 845mm), are “shelf” and “tray” different for those trolley’s? ü Are both items the same or different, specifications posted for both items are similar? |
Please Refer to Addendum No.2j. | |
11 | Please note the centrifuge under No. 1 is with a maximum speed of 6000rpm. This is a normal small centrifuge which does not need installation. This is to request your clarification confirming no installation requirement. | ü Please Refer to Addendum No.2k. | |
12 | 1. First Priority: Valid Product Certificate from EFDA (for Quoted Model) & Valid Product Certificate from SRA Region: As an international supplier, currently we do not hold a Product Certificate from EFDA, as we have not recently supplied any such items in Ethiopia.
Please confirm if only products certified by EFDA shall be allowed for supply • the country or these certified product shall be given the first priority among a bidders..? Obtaining this certification would require significant financial and time investment for bidders like us, who are interested to register our products with EFDA, once we will have any order in hand. Considering the same, we request that bidders be permitted to apply for and obtain the necessary Product Certificate(s from EFDA after the intention to award issued and before the contract signing. We believe this approach aligns with the tender’s objectives and kindly request confirmation that this will be acceptable to ensure our participation is not hindered. 2. Second Priority: Valid Product Certificate from SRA Region; Based on the input received from our Manufacturers, it has been informed that A valid Product Certificate from an SRA Region typically applies to drugs and medicines, not for equipment like weighing scale. 3. As per the Table 1 of Clause 3.1. Qualifications requirements you have listed the “valid product certificate from SRA region” We have contacted various reputable manufacturers in Europe, who are supplying the Medical Equipment, to the national/international hospitals and other reputable institutes like UNICEF/UNDP etc etc. Unfortunately, they told us that they do not have or require a certificate from the Stringent Regulatory Authority as specified in your tender documents to supply their equipment to Hospital or other institutions. As per their quality management system all manufacturers have been certified in accordance with ISO 9001 and or ISO 13485 as well as the CE marking to meet the requirement of Medical Device Regulation 2017/745/EU and others. Therefore kindly confirm that foreign Bidders and manufacturers are allowed to submit these certificates instead of “valid product certificate from SRA region” 4. Most foreign Bidders and especially the manufacturers abroad do not have any “valid product Certificate from EFDA” Kindly confirm that the EFDA registration only applies for local Bidders. 5. In case of a possible award kindly advise if the products supplied by the foreign bidder or manufacturer should be registered at EFDA or EPSS. If so than kindly advise ; 1) What will be the costs of the registration for each single item at EFDA or EPSS 2) Which documents need to be submitted in order to get this certificate 6. 3) How much time will it take to get the registration completed? We noticed that in some countries it takes months to complete a registration of a medical product. Keeping in mind that the Contractual delivery time is 120 to 150 days, it will be quite impossible to such a job in the Ethiopian registration (due to local bureaucracy) because it might take months to complete the registration, which is beyond the Suppliers control. Kindly advise. |
ü Please Refer to Addendum No.2l. | |
13 | Manufacturers are asking what they should specify under GMDN/UMDN Code/Name because it’s is not officially required by any jurisdiction worldwide. Kindly advise, or is it only applicable for companies which have such kind of GMDN/UMDN registration in their country ? | ü Please Refer to Addendum No.2m. | |
14 | ü Lot 1 Item Couch – Examination You are asking for an Examination couch with a frame height of 130cm. According to the manufacturers such height does not exist. Please check as well the line “All sections extended: atleast 1800 x 550 x 750 mm (l x w x h). “ So according to according to this specification the height must be must be 75cm . Kindly let us know if this is correct.
ü You also mentioned under point 5 System Configuration Accessories: 4 x castors with one lockable. 1) Should they be offered as optional or included in the total configuration unit price? ü 2) In the original specs you ask for 4 castors with 2 lockable. Should the System Configuration Accessories also not be 2 x regular and 2 x lockable? Kindly confirm |
ü Please Refer to Addendum No.2n. | |
15 | Lot 1 Item 5 Screen, Patient , four section You are requesting “Comprising a metal tube frame mounted on 9 castors” Kindly note that each section as 2 castors, so a four section frame has 8 castors in total. Kindly confirm acceptance of 8 castors. | ü Please Refer to Addendum No.2o. | |
16 | According to the Qualifications requirements it appears that the Specific Experience in US$ listed in Clause 3.1 of the Qualification Requirements does not match with the real cost price of the Goods in terms of experience. Can you confirm if the amounts are correct for each Lot. For example should you be able to present a Contract of US$ 3.000.000,– if the real value only amounts to US$. 1.000.000,– Kindly check and re-confirm if Experience amounts are correct. | Please Refer to Addendum No.2p.
|
|
17 | Is there any requirement to have a local agent for a foreign bidder like us, where we shall import goods against the received order, from outside Ethiopia and will be delivering it to you? | ü Kindly be informed that having a local agent is not a mandatory requirement for foreign bidders. | |
18 |
The tender documents specify a 30- day timeline for repair or replacement services. Which seems bit difficult Considering the nature of the project where all these items have to import, as there are No local manufacturing of the same in the country, we request the repair and replacement time shall be increase as 60- 90 days. | ü Under the special conditions of contract, clauses GCC 28.5 and GCC 28.6 state: ‘The period for repair or replacement shall be 30 days.’ Therefore, you are kindly requested to provide your quotation considering these requirements. | |
19 | Lot 1- Product 6. Stand Infusion Could you please clarify whether the stand for infusion should be fixed to the bed or should be separate? |
Section VII – Schedule of Requirements; Under 3. Technical Specification; The Requested item under LOT ONE: Hospital Furniture Equipment; Item No. 6 is Stand – Infusion, Adjustable Height, with requirement of Swivel casters which makes the device separate and not fixed to the bed. | |
20 | According to the Bid Date sheet, you require a Bid Security (for example) of US$ 66.000,– for Lot 5 Suction and Vacuum Equipment. According to World bank financed project projects the Bid Security normally represents 1 or 2% of the Contract value. If you consider US$ 66.000,– being 2% of the Contract value than the approx. The Bid Amount should be respectively approx. US$. 3.300,000 or US$ 6.600.000,– Could it be correct that Bid Security value are not matching with the real value. Same counts for other Lots as well. Kindly check if the Bid Securities are correctly reflecting the real value of the Goods. | ü The Bid Security amount is requested based on the contract value as per the bank requirement and kindly requested to give your quotation as per the request on ITB 19.1 of the BDS
ü As per ITB 19; please note that the bidder shall furnish the bid security as part of its bid. |
|
21 | We noticed that the actual delivery time is 120-150 days. Due to the fact that large quantities are involved it take the manufacturers already 90-120 days to complete the production. During recent shipment this year in Ethiopia, under similar Worldbank/KfW financed projects, we noticed that today’s shipping time from Europe with Ethiopian Shipping Lines (which we are obliged to use) takes at least 3 months to reach Djibouti port. How do you expect a supplier/manufacturer to offer a 120-150 days delivery time if the production and shipping already takes at least 180 days. Therefore kindly allow 150-180 days delivery time due to the current situation at the Suez canal which is effecting all shipment to Ethiopia and other countries in East-Africa. | ü You are kindly requested to give your quotation as per the request on Section VII – Schedule of Requirements: Under table 1. List of Goods and Delivery Schedule: 120-150 Days. | |
22 | Lot 1 Item 10 Trolley patient , Stretcher You also mentioned under point 5 System Configuration Accessories. Should all these listed accessories be offered as optional or included in the total configuration unit price ? | ü The requested accessories must be quoted in the total configuration unit price not as an optional. | |
23 | Lot 1 Item 11 Wheelchair, Adult Is it obligatory to offer a wheelchair with detachable armrest, because according to manufacturers the arm-rest are always fixed to the unit, because it does not make sense to remove them. | ü Kindly requested to give your quotation as per the request which is detachable arm rest and please refer the technical specification to LOT 1 item 11 Wheel chair Adult. | |
24 | Lot 3 Item 2 Sterilizer – Instrument, Hot Air, 25 liter Must the Sterilizer be exactly 25 litre or is there a plus/minus factor of approx. 10% in capacity in liters ? You also mentioned under point 5 System Configuration Accessories. Should all these listed spare parts/accessories be offered as optional or included in the total configuration unit price ? | ü The requested capacity is a minimum requirement and bidders can offer approx. plus to the requested capacity but not minus and the requested accessories must be quoted in the total configuration unit price not as an optional. | |
25 | Lot 3 Item 3 Sterilizer – Instrument, Hot Air, 40 liter Must the Sterilizer be exactly 40 litre or is there a plus/minus factor of approx. 10% in capacity in liters ? You also mentioned under point 5 System Configuration Accessories. Should all these listed spare parts/accessories be offered as optional or included in the total configuration unit price ? Is the Top air outlet with adjustable air volume related to a specific brand/manufacturer or can manufacturers of their own standard air volume. | ü The requested volume is a minimum requirement and bidders can offer approx. plus to the requested volume but not minus and the requested accessories must be quoted in the total configuration unit price not as an optional. | |
26 | Lot 3 Item 4 Sterilizer – Steam 120 liter Must the Sterilizer be horizontal or vertical ? Must the sterilizer be exactly 120 litre or is there a plus/minus factor of approx. 10% in capacity in liters ? You also mentioned under point 5 System Configuration Accessories. Should all these listed spare parts/accessories be offered as optional or included in the total configuration unit price ? | ü The requested volume is a minimum requirement and bidders can offer approx. plus to the requested volume but not minus and the requested accessories must be quoted in the total configuration unit price not as an optional. | |
27 | Lot 3 Item 5 Sterilizer – Steam 25 liter Must the Sterilizer be horizontal or vertical ? Must the sterilizer be exactly 25 litre or is there a plus/minus factor of approx. 10% in capacity in liters ? You also mentioned under point 5 System Configuration Accessories. Should all these listed spare parts/accessories be offered as optional or included in the total configuration unit price ? | ü The requested Sterilizer – Steam 25 litre is horizontal; the requested capacity is a minimum requirement and bidders can offer approx. plus to the requested capacity but not minus and the requested accessories must be quoted in the total configuration unit price not as an optional. | |
28 | As for bidder Information Form: are there any requirements or templates for the required documents of:
1) letter of intent to form JV or JV agreement, 2) Legal and financial autonomy 3) Operation under commercial law 4) Establishing that the Bidder is not under the supervision of the Purchaser 5. As for Financial Capability in Section III – Evaluation and Qualification Criteria if the bidder is a new company less than 3 years, is Financial audit document from establishing OK? 6. We noticed that the voyage to Addis Ababa port has been cancelled by “Ethiopian Shipping Line S.C.” for several years, so it is hard for foreign bidders to transport goods to Addis Ababa, and you asked for FOB prices in last bid, but this time trade terms is CIP, so is there any possibility to accept CIF Modjo port (it is very near Addis Ababa) please? 7. Can we request extension of deadline of submission of biding document, as we need more time to prepare the competitive bidding document? 8. Can we offer the bid bond issued by Chinese bank directly? Or do you have the list of bank which can be accepted for issuing bid bond?
|
1, 2, 3 & 4. In case of state-owned enterprise or institution For the Bidder Information Form attachment: There is no specific template indicated in the bidding document for letter of intent to form JV, Legal and financial autonomy, Operation under commercial law and establishing the bidder is not under supervision of the purchaser; But the bidder must attach copies of original documents based their own template which is legally acceptable.
5. The financial audit report must be submitted for the last three years and the new entrants are not acceptable. 6. Kindly requested to give your quotation as per the requested INCOTERM: CIP (Addis Ababa, EPSS Warehouse) 7. Kindly be informed that the bid closing date was extended to Oct. 29, 2024GC, 8:00PM 8. Bidder can issue the bid security directly from their country bank: For details please refer to ITB 19. |
Addendum No. 2: on Tender with Ref. No. ET-MOH- 400003-GO-RFB
Serial | Provisions in the Bidding Document | Amended Provisions in the Bidding Document | |
a | Section 3 (Evaluation & qualification criteria), 3.1 Qualification Criteria (ITB 37.1)
d. Manufacturer’s authorization: A Bidder who does not manufacture an item/s where a manufacturer authorization is required in accordance with BDS ITB 17.2 (a), the Bidder shall provide evidence of being duly authorized by a manufacturer (Manufacturer’s Authorization Form, Section IV, Bidding Forms), meeting the criteria in (d) (i) and (ii) above, to supply the Goods; |
Section 3 (Evaluation & qualification criteria), 3.1 Qualification Criteria (ITB 37.1);
d. Manufacturer’s authorization: A Bidder who does not manufacture an item/s where a manufacturer authorization is required in accordance with BDS ITB 17.2 (a), the Bidder shall provide evidence of being duly authorized by a manufacturer (Manufacturer’s Authorization Form, Section IV, and Bidding Forms). |
|
b | Section IV: Bidding Forms, in the Table for Price Schedule: Goods Manufactured Outside the Purchaser’s Country, to be Imported; column 9. CIP Price per line item (Col. 5×6)
|
Section IV: Bidding Forms, in the Table for Price Schedule: Goods Manufactured Outside the Purchaser’s Country, to be Imported; column 9. CIP Price per line item (Col. 6×8)” | |
c | Section VII – Schedule of Requirements; Under 3. Technical Specification; For LOT ONE, LOT TWO, LOT THREE, LOT FOUR AND LOT FIVE: “8. Standards & Safety Requirement” indicated in each item specification.
|
Section VII – Schedule of Requirements; Under 3. Technical Specification;
Please delete the text “8. Standards & Safety Requirement” from each item specification indicated in all LOTS.
|
|
d | Section VII – Schedule of Requirements; Under 3. Technical Specification; For LOT ONE: “6. Operating Environment”, “7. Utility requirements” and “9. Installation, Training and Commissioning” indicated in each item specification. | Section VII – Schedule of Requirements; Under 3. Technical Specification;
Please delete the text “6. Operating Environment”, “7. Utility requirements” and “9. Installation, Training and Commissioning” from each item specification indicated in LOT ONE. |
|
e | Section VII – Schedule of Requirements; Under 3. Technical Specification; For LOT ONE: Item Couch-Examination;
“Mounted on 4 sturdy supports, finished with rubber feet and one adjustable section, with four lockable caster” |
Section VII – Schedule of Requirements; Under 3. Technical Specification;
For LOT ONE: Item Couch-Examination; Give your quotation as of “4 castors with 2 castors lockable”. |
|
f | The Contract Commencement date: Not indicated in the bidding document | Under section VII schedule of requirements, 1.List of Goods and Delivery Schedule; The heading of last 6th, 7th and 8th columns are amended as follows:-
– 6th column: earliest delivery date from operable LC opening – 7th column: latest delivery date from operable LC opening – 8th column: bidder’s offered delivery date from operable LC opening |
|
g | Section VII – Schedule of Requirements under “2. List of Related Services and Completion Schedule”; the Final Completion Date(s) of Services is “As required within delivery time period” | Section VII – Schedule of Requirements under “2. List of Related Services and Completion Schedule”; the Final Completion Date(s) of Services is “as per the request indicated on 3. Technical Specifications under 10. Warranty/ after sales service of each Item Specification” | |
h | Section VII – Schedule of Requirements; Under 3. Technical Specification; LOT 3 Item 1. Sterilizer-Drum, 240mmx290mm and “Height: approximately 160 to 180mm”. | Section VII – Schedule of Requirements; Under 3. Technical Specification;
The dimension indicated on LOT 3 Item 1. Sterilizer-Drum, 240mm x 290mm is for Diameter x Height, respectively and – Please omit “Height: approximately 160 to 180mm”. |
|
i | Section VII – Schedule of Requirements; Under 3. Technical Specification; For LOT 3 Item 4: Sterilizer – Steam, 120L; 5. System Configuration Accessories, Spares, Consumables and other components: “1X drum for different size” | Section VII – Schedule of Requirements; Under 3. Technical Specification;
The statement “1X drum for different size” is amended by the following – one qty of Drum Sterilizer with size 340-350mm*180-200mm (Dia.* H), – one qty of Drum Sterilizer with size 240-250mm*160-180mm (Dia. * H) and – One qty of Drum Sterilizer with size 165-175mm*100-120mm (Dia.* H) – Thickness for all drums is 0.6mm-0.7mm |
|
j | ü Section VII – Schedule of Requirements; Under 3. Technical Specification; For LOT ONE: Item no. 8 Trolley Emergency; “Tray size: Min (705 x 445mm)”.
ü Section VII – Schedule of Requirements; Under 3. Technical Specification; For LOT ONE: 9. Trolley – General Purpose; “Shall have shelve dimension of more than 60x45cm”. |
ü Section VII – Schedule of Requirements; Under 3. Technical Specification; For LOT ONE: Item no. 8 Trolley Emergency; “The tray/shelve dimension should be more than 60x45cm” and please remove the statement “Tray size: Min (705 x 445mm)”.
ü Section VII – Schedule of Requirements; Under 3. Technical Specification; For LOT ONE: 9. Trolley – General Purpose; “The tray/shelve dimension should be Minimum of 705mm x 445mm” and please remove the statement “Shall have shelve dimension of more than 60x45cm”. ü Section VII – Schedule of Requirements; Under 3. Technical Specification; The tray and shelves are similar so that they don’t have different meaning. Both Items have different Dimension |
|
k | ü Section VII – Schedule of Requirements; Under 3. Technical Specification; For LOT FOUR: “9. Installation/Training/Commissioning:” indicated in each item specification | ü Section VII – Schedule of Requirements; Under 3. Technical Specification; LOT FOUR: Please delete the text “9. Installation/Training/Commissioning:” from each item specification indicated in this LOT. | |
l | Section III – Evaluation and Qualification Criteria: 3.1 Qualification Criteria (ITB 37.1) under (c). Documentary Evidence:
Certificate Priority: 1. First Priority: Valid Product Certificate from EFDA (for Quoted Model) & Valid Product Certificate from SRA Region; 2. Second Priority: Valid Product Certificate from SRA Region;
|
Section III – Evaluation and Qualification Criteria: 3.1 Qualification Criteria (ITB 37.1) under (c). Documentary Evidence:
l Product Certificate: 1. Valid Product Certificate from SRA Region; 2. EFDA registration is not mandatory at submission and evaluation stage, but the recommended bidder for award is required to get the EFDA registration prior to signing the Contract. 3. For more EFDA Registration details please refer: https://eris.efda.gov.et/ Table 1 shows list of regulatory schemes under Stringent Regulatory Authority (SRA) regions (Certificate must include English Language with certification No. /Barcode). |
|
m | ü Section VII – Schedule of Requirements; Under 3. Technical Specification; “GMDN/UMDN Code/Name” | ü Section VII – Schedule of Requirements; Under 3. Technical Specification;
From All Lots: Please delete the text “GMDN/UMDN Code/Name” |
|
n | ü Section VII – Schedule of Requirements; Under 3. Technical Specification; LOT 1 Item Couch – Examination: “Frame height :130cm”
ü Section VII – Schedule of Requirements; Under 3. Technical Specification; LOT ONE: Item Couch-Examination; “Mounted on 4 sturdy supports, finished with rubber feet and one adjustable section, with four lockable caster” |
ü Section VII – Schedule of Requirements; Under 3. Technical Specification; From LOT ONE Item Couch – Examination:
Please delete the text “Frame height: 130cm” and Give your quotation as of “4 castors with 2 castors lockable” and please include its price in the total configuration unit price. |
|
o | ü Section VII – Schedule of Requirements; Under 3. Technical Specification LOT ONE: Item 5 Screen Patient- Four Section: “9 Castors” | Section VII – Schedule of Requirements; Under 3. Technical Specification LOT ONE: Item 5 Screen Patient- Four Section: “8 Castors” | |
p | ü Section III – Evaluation and Qualification Criteria:
3.1 Qualification Criteria (ITB 37.1): (b) Specific Experience: The Bidder shall demonstrate that it has successfully completed at least two contracts within the last five years prior to bid submission deadline,
|
ü Section III – Evaluation and Qualification Criteria:
3.1 Qualification Criteria (ITB 37.1): (b) Specific Experience: The Bidder shall demonstrate that it has successfully completed at least one contract within the last five years prior to bid submission deadline,
|