0% found this document useful (0 votes)
34 views89 pages

V5. 2nd VC Session-1 Nov 7 2023

The document provides details about a vendor conference for three Indonesian health projects: SIHREN, SOPHI, and InPULS. It discusses project objectives, activities, beneficiaries, implementation timelines, findings from vendor responses to procurement requirements, and proposed equipment types and quantities for SIHREN.

Uploaded by

beningms21
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
34 views89 pages

V5. 2nd VC Session-1 Nov 7 2023

The document provides details about a vendor conference for three Indonesian health projects: SIHREN, SOPHI, and InPULS. It discusses project objectives, activities, beneficiaries, implementation timelines, findings from vendor responses to procurement requirements, and proposed equipment types and quantities for SIHREN.

Uploaded by

beningms21
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 89

VENDOR CONFERENCE

Details on SIHREN, SOPHI & InPULS Project


Session 1 and 2
Jakarta, November 7th , 2023

Ministry of Health

1
Project Overview
and
Vendor Response

2
SIHREN, SOPHI, and InPULS - Supporting Indonesia’s Health Sector Transformation

● The Project supports Indonesia in addressing supply-side gaps in medical and laboratory
equipment in public health facilities nationwide.
● The Project is a coordinated investment in partnership with four co-financing MDBs
● It supports the large-scale transformation of Indonesia’s health system rooted in the
principles of resilience and responsiveness in the wake of the COVID-19 pandemic

Strengthening Indonesia's Strengthening of Primary Healthcare Indonesia-Public Laboratory System


Component
Healthcare Referral Network in Indonesia Strengthening
Name
(SIHREN) (SOPHI) (InPULS)

Activity Procurement, Procurement, Procurement,


installation, operation, installation, operation, installation, operation,
and maintenance of and maintenance of and maintenance of
equipment to referral equipment to primary equipment to tier 2, 3, 4,
hospital facilities across care facilities across and 5 public health
Indonesia Indonesia laboratory facilities
across Indonesia

3
Collaboration with Multilateral Development Banks (MDBs) to close the gap

Strengthening Indonesia's Strengthening of Primary Healthcare Indonesia-Public Laboratory System


Component
Healthcare Referral Network in Indonesia Strengthening
Name
(SIHREN) (SOPHI) (InPULS)

Objective Strengthening the KJSU* and KIA* Strengthening primary healthcare Strengthening the capacity of public
referral hospitals (Puskesmas, Pustu, and Posyandu) health laboratories - tiers 2-5

Financiers

Beneficiaries ▪ 20 Paripurna hospitals (national) ▪ 10.323 Puskesmas (community ▪ 514 Tier-2 labs
▪ 49 Utama hospitals (provincial) health centers, incl. tier 1 labs) ▪ 38 Tier-3 labs
▪ 489 Madya hospitals ▪ 48.442 Pustu/Poskesdes ▪ 12 Tier-4 labs
(city/regency) ▪ 1.500.000 Posyandu cadres ▪ 2 Tier-5 labs

Implementation
Year 2024 - 2027 2024 - 2028 2024 - 2028

* KJSU : Kanker (Cancer), Jantung (Heart Disease), Stroke (Stroke), and Uronefrologi (Uronephrology); KIA: “Kesehatan Anak dan Ibu” - Mother and child health

4
Procurement and Contracting

2024 2025 2026 2027 2028


Phasing Equipment Delivery, Installation,
Scheme Testing & Commissioning, User
training
Monitoring including technical support
for operations and repairs
Findings from Vendors’ Responses

211 responses were analyzed:

● 66% - answered that the proposed payment terms of 40% upon acceptance, which
includes delivery, training for users of the equipment at the facility, installation, safety check,
calibration and commissioning of the equipment, followed by a 15% payment every six (6)
months over a twenty-four (24) month period starting the date of acceptance, subject to
penalties for excessive equipment downtime or delayed repairs, is feasible for their
company.
● 71% - have experience in the uses of rated criteria in the bidding process
● 76% - able to adhere to the uptime and turnaround time requirement and penalty
proposed
● 78% - able to provide staggered delivery of multiple batches over a period of four years with
fixed price.
● 93% - able to provide staggered delivery over a period of four years (on an annual basis)
based on the facilities that are ready to receive the equipment.
Findings from Vendors’ Responses

● 83% - able to commit to provide a comprehensive maintenance and repairs under an


extended warranty/comprehensive maintenance contract period of minimum 5 years for major
equipment types.
● 88% - able to provide upfront quote for extended warranty beyond the 5-year minimum for
the major equipment types which include quotes for expected annual pricing of comprehensive
maintenance for a period from Year 6 to Year 10.
● 90% - able to provide upfront binding quote for a standard quantity of consumables that
would be valid for 5 years.
● 74% - able to comply with the requirement to supply, install and complete commission of
the room that includes wet works and painting, wall and floor finishing, ceiling works,
necessary radiation shielding (walls, door frames, doors, viewing panes and frames, etc) - for
major equipment like cardiac cath labs or MRIs.
● 70% - able to commit to comprehensive and timely service delivery, on-site maintenance
and repair to facilities in both central and remote areas of Indonesia.
Findings from Vendors’ Responses

● 72% - able to deliver to facilities in remote and rural parts of Indonesia, with delivery,
installation, staff training and service provision including maintenance and repairs.
● 70% - able to include all transportation, insurance and other related costs for equipment
delivery in the bid price.
● 67% - potentially plan to subcontract part of the services for this package; i.e. for after sales
service to remote areas, preventive maintenance and completion of room commissioning.
Proposed List of Equipment Type and Projected Quantity -
SIHREN
No Equipment Type Projected Quantity
1 3D Ablation System 3
2 Heart Lung Bypass Unit 18
3 Intra-aortic Ballon Pump (IABP) 11
4 Rotablator (Cardiac) 26
5 ECMO Set 36
6 Intravascular Ultrasound (IVUS) & Optical Coherence Tomography (OCT) 16
7 Echocardiography 226
8 Cathlab (Single Plane) 395
9 Cathlab (Bi Plane) 6
10 MRI 1.5 T 11
11 C-Arm 6
12 Ultrasound Doppler (Nephro) 219
13 Fractional Flow Reserve (OCT and IVUS compatible) 26
14 Automated Peritoneal Dialysis 12
15 High speed drill power system (for neurosurgery) 16
16 Neurosurgery microscope 12
17 ESWL (Lithotripter) 11
18 Laser Holmium (Ho:YAG Laser urology) 13
Proposed List of Equipment Type and Projected Quantity -
SIHREN
No Equipment Type Projected Quantity
19 Blanket Warmer (Forced Air) 553
20 Warming/Cooling Units, Patient, Circulating-Liquid (Pad) 33
21 Auditory Function Screening Devices - Brain Evoked Response Auditory (Neonate) 4
22 Point-of-Care Bilirubinometer, Blood Sample 537
23 Auditory Function Screening Devices - Otoacoustic (Neonate) 31
24 Nitric Oxide Delivery Unit 17
25 Neonatal Electroencephalography (EEG) (NICU) 17
26 Electrical Beds with Scale 28
27 Warming/Cooling Units, Patient, Circulating-Liquid (Blanket) 17
28 Portable Respiratory Monitor (Capnography + Oximetry) 42
29 Cardiotocography (CTG)/Fetal Monitor 34
30 Continuous Renal Replacement Therapy (CRRT), Neonate 4
31 Continuous Positive Airway Pressure (CPAP), Transport 538
32 High Flow Oxygen Delivery Unit (NICU) 39
33 High Flow Oxygen Delivery Unit (PICU) 41
34 Infant Incubator with Radiant Warmer (NICU) 30
35 Infant Incubator (NICU) 818
36 Transport Infant Incubator 3
Proposed List of Equipment Type and Projected Quantity -
SIHREN
No Equipment Type Projected Quantity
37 ND:Yag Ablation Laser for TTTS (Obgyn) 4
38 Ophthalmic Diode Laser (810nm) 7
39 Spectrometers, Mass, Laboratory 5
40 Anesthesia Unit (Paeds) 5
41 Invasive Hemodynamic Monitor 19
42 Neonate Invasive Patient Monitor (NICU) 40
43 Neonate Patient Monitor (NICU) 409
44 Invasive Blood Pressure Monitor (Paeds & Neonate) 31
45 Near Infrared Spectroscopy (NIRS) NICU/Cerebral Oximeter 40
46 Ophthalmoscope Indirect 14
47 Pulse Co-Oximeter (Neonate) 538
48 Portable Blood Gas Analyzer (NICU) 415
49 Video Flexible Bronchoscopy (Portable Handheld) 3
50 ECMO Set (NICU) 2
51 Analyzers, Laboratory, Molecular Assay, Infectious Microorganism 13
52 Radiofrequency Therapy System (Puncture Generator) (NICU) 12
53 Thromboelastogram (TEG) 13
54 Transcutaneous Non Invasive Blood Gas Monitor 5
Proposed List of Equipment Type and Projected Quantity -
SIHREN

No Equipment Type Projected Quantity


55 Ultrasonic Cardiac Output Monitor 40
56 Portable Echocardiography (Neonate) 409
57 4D Portable Echocardiography (Neonate) 12
58 4D Ultrasound (OBGYN) 1
59 3D Ultrasound (OBGYN) 9
60 Vein Finder 5
61 High Frequency Ventilator (NICU) 32
62 Ventilator (Adult & Paeds) 547
63 Ventilator (Neonate - NICU) 414
64 Non-invasive Ventilator (Neonate) 409
65 Non-invasive Ventilator (Adult & Paeds) 569
66 Transport Ventilator (Adult & Paeds) 1
67 Transport Ventilator (Neonate - NICU) 15
68 Digital Mobile X-Ray 1
Proposed List of Equipment Type and Projected Quantity - SOPHI
Bidding starts on Dec 1st, 2023, for projected quantity in Year 2024 & Year 2025. Quantity for
Year 2026 onwards will be updated in Phase 2

2024 2025
No Equipment Type Projected Projected
Quantity Quantity

1 Adult Resuscitator 7020 3666


2 Adult Scale 19550 11134
3 Adult Stethoscope 19705 14488
4 Analytical Balance 2761 1402
5 Automated external defibrillator (AED) 2732 1381
6 Automated hemoglobin system/hematology analyzer 1325 894
7 Bassinet (Infant) 3932 2183
8 Binocular Microscope (Lab) 1237 757
9 Chemistry Analyzer, Centrifugal (for Clinical Use) 1322 941
10 Dental Chair (Complete System) 1268 792
11 Digital Infant Weighing Scale 15945 8549
12 Electrocardiograph (ECG) 1588 905
13 Electrocautery Unit 3582 1584
14 Examination Light, Stand Alone 16367 12690
Proposed List of Equipment Type and Projected Quantity - SOPHI

2024 Projected 2025 Projected


No Equipment Type
Quantity Quantity

15 Examination Table (Clinic) 7806 7093


16 Fetal Stethoscope/Fetoscope 2221 1201
17 Graduated Pipette (Vol 1 cc) 8831 4785
18 Gynae Examination Table/Chair 5254 6448
19 Head lamp 4107 2194
20 High Pressure Steam Sterilizer (Autoclave) 6446 7494
21 Hygro-thermometer 2603 1420
22 Infant Incubator 2185 1188
23 Infant radiant warmer 1981 1038
24 Infant T piece resuscitator 2685 1389
25 Infant T piece resuscitator with PEEP 2547 1328
26 Infantometer 7138 3811
27 Infusion pump 2843 1467
28 Mayo Table or Instrument Table 16822 12505
Proposed List of Equipment Type and Projected Quantity - SOPHI

2024 Projected 2025 Projected


No Equipment Type
Quantity Quantity

29 Micro pipette 5-50, 100-200, 500-1000 ul 1659 1144


30 Microhematocrit Centrifuge 1739 1063
31 Nebulizer 1885 1054
32 Neonatal Duplex Stethoscope 9051 4496
33 Neonatal Resuscitator 5328 2645
34 Neonatal Straight Blade Laryngoscope 5146 2591
35 Ophthalmoscope 2440 1284
36 Otoscope 6268 3357
37 Oxygen Tank 1 Metercube & Regulator 7425 4552
38 Oxygen Tank 6 Metercube & Regulator 476 309
39 Paediatric Stethoscope 7534 3983
40 Patient Beds 1898 1025
41 Photometer 1760 1090
42 Point-of-care Blood Analyzer (For Hb, glucose, uric acid, cholesterol) 19238 23152
Proposed List of Equipment Type and Projected Quantity - SOPHI

2024 Projected 2025 Projected


No Equipment Type
Quantity Quantity

43 Portable Aspirators (Infant) 6799 3554


44 Pulse Oxymeter 5715 3291
45 Refrigerator (Vaccine) 934 590
46 Rigid Laryngoscope 4725 2377
47 Rotator Plate 1739 1184
48 Spirometer/Diagnostic Spirometer 2871 1472
49 Stretcher (Emergency) 2208 1290
50 Syringe Pump 2772 1407
51 Tensimeter 226262 223436
52 Thermometer 236512 228872
53 Ultrasonic Scaler (Dental) 2041 1240
54 Ultrasound Doppler (Fetal) 13671 11012
55 Urine analyzer (Semi-automated) 1900 1143
56 Vaccine Carrier / Coolbox 4787 6329
Proposed List of Equipment Type and Projected Quantity - SOPHI

2024 Projected 2025 Projected


No Equipment Type
Quantity Quantity

57 Vacuum Extractor, Obstetrics 4770 2405


58 Wheelchair 1897 1051
59 Dental Light Curing Unit 2013 1218
60 Binocular Loupe 2450 1310
61 Lancet Pen 3767 2005
62 Pen Light 24401 12483
63 Body Height Measurement 18479 10033
64 X-Ray Film Viewer 2599 1385
65 Cryosurgical unit and Accessories 3691 1707
66 Refrigerator 4403 2940
Proposed List of Equipment Type and Projected Quantity -
InPULS
Total Projected
No Equipment Type
Quantity
1 Analytical Balance 173
2 Atomic Absorption Spectrophotometry (AAS, Flame & Graphite Furnace) 176
3 Automated Blood Culture System 10
4 Automated Urine Analyzer 13
5 Automatic Device for Multi Channel Pipette Calibration 22
6 Automatic Extractor (To isolate RNA and DNA from sample) 167
7 Binocular microscope 592
8 Biocontainment Centrifuge 225
9 Biosafety Cabinet (Class 2A) 253
10 Centrifuge 64
11 Centrifuge (250ml) 1
12 Centrifuge (8-hole) 1
13 Chemi Luminescence Immuno Assay (CLIA) 10
14 Chemistry Analyzer 92
15 Colony counter 323
16 Colony counter (Automated) 20

18
Proposed List of Equipment Type and Projected Quantity -
InPULS
Total Projected
No Equipment Type
Quantity
17 Conventional PCR 13
18 Cool Box for Sample 11
19 Dark Field Microscope 13
20 Dehumidifier 476
21 Digital PCR 12
22 Dry Autoclave (Chemical) 166
23 Electric Centrifuge 18
24 Electrophoresis gel detector 7
25 Electrophoresis Set 8
26 ELISA Set (ELISA Reader, ELISA Washer) 214
27 Endotoxin Measuring Instruments 6
28 Enzyme Immuno Assay (EIA) 1
29 Flammable Liquid Storage Cabinet 448
30 Flow Cytometer 8
31 Fluorescence Microscope 11
32 Freeze dryer for Cryopreservation 1
33 Freezer -20 Celcius 284
34 Freezer -20 Celcius with Rack System 54
35 Freezer -80 Celcius 55 19
Proposed List of Equipment Type and Projected Quantity -
InPULS
Total Projected
No Equipment Type
Quantity
36 Fume Hood 128
37 Gas Chromatography Mass Spectrometry (GCMS) 26
38 HbA1C Analyzer (Hemoglobin Analyzer) 195
39 Hematology Analyzer 125
40 High Performance Liquid Chromatography (HPLC) 32
41 Hotplate + magnetic stirrer 168
42 Hygrothermometer Calibrator 22
43 ID-AST automated (Bacterial Identification and sensitivity test) 1
44 ID-AST semi-automated (Bacterial Identification and sensitivity test) 14
45 Inductively Coupled Plasma Mass Spectometry (ICP-MS) 12
46 Inductively Coupled Plasma Optical Emission Spectroscopy (ICP OES) 7
47 Inverted Microscope 2
48 Laboratory incubator 410
49 Laboratory Incubator (Portable) 10
50 Laboratory Incubator CO2 33
51 Laboratory Microwave 8
52 Laboratory Oven 323
53 Laboratory water distiller 200
54 Laminar Air Flow 18 20
55 Liquid chromatography-tandem mass spectrometry (LC-MS/MS) Detector 2
Proposed List of Equipment Type and Projected Quantity -
InPULS
Total Projected
No Equipment Type
Quantity
56 Lyophilization Set 2
57 Mercury Analyzer 27
58 Microbiology air sampler 19
59 Microbiology Analyzer (Identification and Drug Sensitivity Test /DST) 13
60 Microcentrifuge 184
61 Microcentrifuge (Non-refrigerated) 175
62 Microcentrifuge (Refrigerated) 8
63 Micropipette (0-2 mikron, 1-10 mikron, 10-100 mikron, 20-200 mikron, 100-1000 mikron) + Carousel 158
64 Micropipette Set 10, 100, 200, 1000 739
65 Microwave Digestion System 1
66 Mini-centrifuge (spindown) 166
67 Molecular Assay Analyzer (Rapid Molecular Test) (TCM 8 Modul) 13
68 Molecular Assay Analyzer (Rapid Molecular Test) (TCM TB XDR 10 Colour) 3
69 Monitoring system for biorepository 50
70 Multichannel Pipette (1-10 mikron, 10-100 mikron, 20-200 mikron, 100-1000 mikron - 8 row) 35
71 Mycobacteriology Analyzer for Tuberculosis 11
72 Nephelometer 26
73 Next Generation Sequencer (NGS) Long Read Sequencer 9
74 Next Generation Sequencing (NGS) 31 21
Proposed List of Equipment Type and Projected Quantity -
InPULS
Total Projected
No Equipment Type
Quantity
75 Oligosynthesizer 1
76 Pipette Dispenser 457
77 Plate Centrifuge 1
78 Portable PCR (Loop Mediated Isothermal Amplification) 8
79 Pyrolysis Gas Chromatography-Mass Spectrometry (Pyrolysis-GC-MS) 1
80 Reagent Refrigerator 123
81 Refrigerated Centrifuge (Highspeed - 14,000 rpm) 15
82 Refrigerated Centrifuge (Low speed) 171
83 Refrigerated Centrifuge (Ultra highspeed - 90,000 rpm) 2
84 Rotator Plate 177
85 RT-PCR 133
86 Sanger Sequencer 2
87 Shaker Plate 2
88 Showcase Refrigerator 300
89 Sonicator Chamber 1
90 Specimen Refrigerator 208
91 Spectrofluorometers 13
92 Staining Rack and Tray 187
93 Stereo Microscope 261 22
Proposed List of Equipment Type and Projected Quantity -
InPULS
Total Projected
No Equipment Type
Quantity
94 Thermocouple (Temperature Calibrator) 13
95 Ultraviolet-visible Spectrophotometer 136
96 Urine Analyzer 88
97 Vortex Mixer 314
98 Waterbath 522
99 Wet Autoclave (Steam) 135

23
Site Readiness Criteria: Overview
A fourfold set of facility readiness criteria are defined to determine
whether facilities are eligible to receive, operate and maintain the
allocated equipment:
a. Confirmation of the need for equipment based on current
equipment availability and gaps which need to be validated on
the ground;
b. Infrastructure and utility (electricity, water, and internet
connectivity, where applicable) availability/adequacy;
c. Human resource (HR) availability;
d. Adequate waste management mechanisms/capacity.
➢ Major medical equipment packages with adequate site readiness
will be prioritized in the procurement timeline.
➢ Delivery will be staggered based on facility readiness.
➢ For some pieces of equipment, e.g., cath labs or MRI, bidder will be
responsible for specific aspects of room preparation
24
Proposed Procurement Method
and Market Approach

25
Proposed Procurement Method and Market Approach

The proposed procurement method and market


approach have been determined based on:
1. Market analysis (i.e., market structure, supplier
positioning, supplier preference and cost
competitiveness)
2. Information from market analysis (including pre-bid
market engagement); and
3. Procurement risk analysis (including complexity and
criticality of the procurement and whole-life cost
analysis) 26
Probity, Integrity and Oversight

1. Vendors can have full confidence that every effort is


made to ensure fairness and transparency
2. Independent Probity Assurance is in place to
complement GoI (MoH) and World Bank oversight
3. Focus Group Discussions and engagements with
vendors will be carried out under supervision of
independent probity assurance
4. MoH website will continue as the central and sole
information / communication channel.
27
Proposed Procurement Packaging

28
Proposed Procurement Arrangement
● Procurement Plan will be published in MoH’s website, the MDBs’
external website and United Nations Development Business (UNDB)
● Procurement process will follow the World Bank’s Procurement
Regulation (SIHREN, SOPHI and InPULS) and Islamic Development
Bank (IsDB) for part of SIHREN portion
● For Open International Competition, the World Bank/ IsDB’s
Standard Procurement Document shall be used
● For Open National Competition, the national bidding document
acceptable by the WB/IsDB will be used
● Bidders can be a manufacturer or principal/ sole agent/ distributor
www.worldbank.org/projects
www.isdb.org/project-procurement/tenders
www.aiib.org/en/projects/details/2023/proposed/Indonesia-Modernization-of-the-Health-System.html
29
Procurement Plan for Goods, Works and Non-Consulting Services (SIHREN)
Procurement Plan for Goods, Works and Non-Consulting Services (SIHREN)
Procurement Plan for Goods, Works and Non-Consulting Services (SIHREN)
Procurement Plan for Goods, Works and Non-Consulting Services (SIHREN)
Procurement Plan for Goods, Works and Non-Consulting Services (SIHREN)
Procurement Plan for Goods, Works and Non-Consulting Services (SIHREN)
Procurement Plan for Goods, Works and Non-Consulting Services (SIHREN)
Procurement Plan for Goods, Works and Non-Consulting Services (SIHREN)
Procurement Plan for Goods, Works and Non-Consulting Services (SIHREN)
Procurement Plan for Goods, Works and Non-Consulting Services (SOPHI)
Procurement Plan for Goods, Works and Non-Consulting Services (SOPHI)
Procurement Plan for Goods, Works and Non-Consulting Services (InPULS)
Procurement Plan for Goods, Works and Non-Consulting Services (InPULS)
Procurement Plan for Goods, Works and Non-Consulting Services (InPULS)
Procurement Plan for Consulting Services (Firm and Individuals)
Procurement Plan for Consulting Services (Firm and Individuals)
Procurement Process
● Specific Procurement Notice (SPN) will be published in
MoH’s website, MDBs’ external website and UNDB online
for open international competition, while for national
open competition, it will be published in e-procurement
system (SPSE)
● Procurement method follows Request for Bid (RFB), single
stage two envelopes for international open bidding
● Rated criteria applied for open competition
● Pre-bid meeting will be conducted in hybrid (two weeks
after SPN publication)
46
Procurement Process and Key Provisions
● Bidders may seek clarification on bidding documents until
15 business days before the deadline of bid submission
● Language of bids and all correspondences is in English
● Alternative bids for the same lot shall not be considered
● Price adjustment is not applicable
● A bid securing declaration is required
● The bidders are requested to submit bids in hard copy
and soft file read-only (pdf and excel for financial
proposal) in USB, CD or DVD for Technical and Financial
Part of Bids along with original of Bid in the same
respective envelope. 47
Procurement Process and Key Provisions

● Currency of bids: Foreign currency (up to maximum three


currency) and/or local currency
● Weighting system for Technical and Financial is 30%:70%
(for cath lab). Other package may have different
weighting system
● Evaluation will be done lot by lot (as applicable)
● Maximum percentage for which quantity may be
increased or decreased is 10% at the time of contract
award
48
Procurement Process and Key Provisions

The total cost of the bid shall include all expenses


for:
Design, manufacturing, procurement, testing, software,
transportation, handling, insurance, warehousing,
installation and commissioning, training, technical
services (including the provision of technical data),
comprehensive maintenance and repair services, and,
as relevant, consumables/accessories for a period of
minimum five years after installation
49
Procurement Process and Key Provisions
Evaluation and qualification requirements:
○ Financial capacity: Average Annual Turn Over (2 x cost
estimates/contract period) for the last 3 years
○ Bidders’ specific experience: has experience in supplying similar
equipment with specific minimum quantity for the last 7 years
○ If the bidder is a manufacturer:
■ has manufactured goods of similar nature and complexity for at
least four (4) years
■ its annual production capacity of goods of similar nature and
complexity for each of the last four (4) years prior to the bid
submission deadline, is at least 50% the quantities specified
under each lot.
○ Manufacturer’s authorization is required
50
Procurement Process and Key Provisions
Technical evaluation
○ Mandatory requirements: pass and fail
○ Rated criteria (scoring) on technical aspects (30%):
■ Criteria whereby the bidder goes beyond minimum requirements
in terms of technical equipment specifications (50%)
■ Criteria whereby the bidder goes beyond minimum requirements
in relation to installation and commissioning, in particular in terms
of timelines and additional value-added services provided (15%)
■ Criteria whereby the bidder goes beyond minimum requirements
in relation to operational support (training, provision of
consumables, etc.), maintenance, and repairs, in particular in
terms of response timelines and additional value-added services
provided (35%)
51
Procurement Process and Key Provisions
Financial Evaluation (70%)

○ Evaluation will be done based on package or lot (if


applicable)
○ Life Cycle Cost will be applied for equipment require
operation and maintenance by considering spare part,
O&M costs and consumables for 10 years
○ A domestic preference may be applied if appropriate
○ If lot is applicable, the contract will be awarded to the
Bidder with the Most Advantageous Bid for the individual
lots. Cross discount is not applicable
52
Procurement Process and Key Provisions
Combined Evaluation:

where
C = Evaluated Bid Price
C low = the lowest of all Evaluated Bid Prices among responsive Bids
T = the total Technical Score awarded to the Bid
Thigh = the Technical Score achieved by the Bid that was scored best among all
responsive Bids
X = weight for the Cost as specified in the BDS

53
Term and Conditions of Contract (Key Provisions)

● Bidder shall comply with MDBs anti-corruption Guidelines


● Evaluation will be done based on package or lot (if applicable)
● The trade terms shall be as prescribed by Incoterms 2020
● The language shall be in English
● Cyber security requirements does apply
● The Supplier shall provide their existing behavior standard that
include general prohibition against misconduct, harassment,
and criminal action related to sexual exploitation and abuse /
sexual harassment (SEA/SH)
● The prices charged for the Goods supplied and the related
Services performed shall not be adjustable
54
Term and Conditions of Contract (Key Provisions)

● Proposed payment terms will be divided into several stages:


○ On Acceptance: Forty (40) percent of the Contract Price shall be paid to the
Supplier within thirty (30) days after the date of the acceptance certificate
for the respective delivery issued by the Purchaser. Acceptance will include
training of the users of the equipment at the facility, in addition to
installation, safety check, calibration and commissioning of the equipment.
○ On uptime performance linked payment: fifteen (15%) percent per half year
of the Contract Price of delivered equipment adjusted for any penalty for
delayed repair or higher downtime shall be paid within thirty (30) days of
upon submission of claim supported by ASPAK data for the corresponding
period over four (4) half year periods.
● The payment-delay period after which the Purchaser shall pay interest to the
supplier shall be 45 days after submission by the Supplier of invoices supported
by relevant documents. The interest rate that shall be applied is 0.1%.
55
Term and Conditions of Contract (Key Provisions)

● A Performance Security shall be required. The amount of the


Performance Security shall be 10% of Contract Price. Performance
Security shall be in the form of a Demand Guarantee. Equipment
Distribution Number (NIE) is not required to participate in bidding,
yet will be required for contract signing..
● The insurance coverage shall be as specified in the Incoterms 2020.
● Responsibility for transportation of the Goods shall be as specified in
the Incoterms

56
Term and Conditions of Contract (Key Provisions)

● Incidental services to be provided are: testing, installation, operation,


training of personnel, equipment/chemical end-of-life arrangement,
such as take-back programs, recycling, or reprocessing of used
equipment and on-site post warranty maintenance (service) contract
for the period of five (5) years after the warranty period.
● The liquidated damage due to delays in delivery shall be: 1/100 per
day. The maximum amount of liquidated damages for
installation/commissioning shall be: 10%
● Penalty: Penalty shall be applied due to delays in repair 0.1% of the
equipment value per day after 5 days from the notification. The
penalty will be increased to 0.3% per day from the 16th day.

57
Term and Conditions of Contract (Key Provisions)
● Delays in delivery of equipment and start-up consumables to site - penalty quantum 0.1% per
day of the total contract value shall be applied.
● Delays in Acceptance, Testing and Commissioning - penalty quantum 0.1% per day of the
total contract value shall be applied.
● Warranty period:
○ Penalty shall be applied due to the delays in preventive maintenance by 30 days after
the scheduled date at 0.1% of the total contract value. Failure to perform corrective
maintenance/repairs after downtime more than 5 days – penalty quantum 0.1% of the
total contract value shall be applied, which will increase to 0.3% per day from the 16th
day.
● Service Contracts
○ Penalty shall be applied due to the delays in preventive maintenance by 30 days after
the scheduled date at 0.1% per day of the contract value for that equipment.
○ Failure to perform corrective maintenance/repairs after downtime more than 5 days –
penalty quantum 0.1% of the contract value for that equipment shall be applied, which
will increase to 0.3% per day from the 16th day.
Maximum liquidated damages during Operation and Maintenance phase upon acceptance
58
will not exceed 25% of the total overall contract value.
Term and Conditions of Contract (Key Provisions)
● The period of validity of the Warranty and the comprehensive on-site
operations and maintenance contract shall be together of minimum 60
months from the date of acceptance of the Goods, which shall be
extended for another five years during operation and maintenance.
● The period for repair or replacement shall be: maximum five (5) days from
the notification, with response commencing within one hour for remote
support and within 48 hours for on-site support.
● Value engineering proposal is not applicable

59
Q&A

60
Procurement Packaging (Bundles)
• Each Equipment Type is bundled into several lots of procurement – to be distributed to different regions of
the country: West Indonesia, Central Indonesia; and East Indonesia.
• The corresponding equipment Quantity for each lot will be specified within the bidding documentation.
Lot 1: West Indonesia Lot 2: Central Indonesia Lot 3: East Indonesia
• Aceh • DI Yogyakarta • Bali
• Banten • Kalimantan Barat • Gorontalo
• Jawa Timur
• Bengkulu • Kalimantan Selatan
• Maluku
• DKI Jakarta • Kalimantan Tengah
• Maluku Utara
• Jambi • Kalimantan Timur • Nusa Tenggara Barat
• Jawa Barat • Kalimantan Utara • Nusa Tenggara Timur
• Kepulauan Bangka • Jawa Tengah • Papua
Belitung • Papua Barat
• Kepulauan Riau • Papua Barat Daya
• Lampung • Papua Pegunungan
• Riau • Papua Selatan
• Sumatera Barat • Papua Tengah
• Sumatera Selatan • Sulawesi Barat
• Sumatera Utara • Sulawesi Selatan
• Sulawesi Tengah
• Sulawesi Tenggara
• Sulawesi Utara
Documents Required for ‘Technical Part’ Bid Submission
*Requirements to follow the Procurement Document conditions

• In addition to hardcopy of bid (as above), softcopy of the complete Technical bid
document comprising of the following:
• Completed Technical Specifications and Requirements, along with compliance evidence
documents (indexed and labelled)
• License for Special Equipment design, manufacture and installation, where applicable
• Notifications of hazards, alerts and recalls, where applicable

• In Excel file format and PDF


Reminder: All bidders are requested to
submit USB, DVD or CD of each
• Two folders and label as indicated: TECHNICAL PART & FINANCIAL PART
with complete responses along with original
• Tender Document_Package Name_Bidder Name Bid in the same respective envelope.
• Reference Files_Package Name_Bidder Name
Technical Bid Checklist - Sample

• Reference to the
Bidding Document
under Section IV –
Bidding Forms.
Technical Specifications Categories (may vary based on the equipment type)

• Item Description, Device Information


• Clinical Applications/Procedures
• Technical Specifications/Features
• Accessories Required for Each Clinical Application/Procedures
• Start-up Consumables (where applicable)
• Device Physical Attributes
• Mechanical & Electrical (M&E) Requirements
• IT Requirements
• Artificial Intelligence (AI) Capabilities (where applicable)
• Telemedicine Capabilities (where applicable)
• Medical Gases Requirements
• Room Requirements
• Maintenance & Service Requirements
Draft Technical Specifications Requirements (Example of Sections)
Draft Technical Specifications Requirements (Example of Sections)
Draft Technical Specifications Requirements (Example of Sections)
Draft Technical Specifications Requirements (Example of Sections)
Draft Technical Specifications Requirements (Example of Sections)
Draft Technical Specifications Requirements (Example of Sections)
Draft Technical Specifications Requirements (Example of Sections)
Draft Technical Specifications Requirements (Example of Sections)
Draft Technical Specifications Requirements (Example of Sections)
Draft Technical Specifications Requirements (Example of Sections)
Draft Technical Specifications Requirements (Example of Sections)
Draft Technical Specifications Requirements (Example of Sections)
‒ Bidder is expected to fulfill the room requirement; to supply, install and complete commission of the room incorporating a
turnkey service.
‒ This includes wet works and painting, wall and floor finishing, ceiling works, necessary radiation shielding (walls, door
frames, viewing panes and frames etc.).
Draft Technical Specifications Requirements (Example of Sections)
Draft Technical Specifications Requirements (Example of Sections)
Technical Specifications Requirements – Example of Bidder’s Responses

• In the technical specifications


section, bidder to fill in “Required
Specifications” & “Bidder
Response” column with
references to evidence in
product catalogue/data
sheet/supporting documentation
Technical Part Rating Criteria

1. Mandatory Requirements
‒ Minimum performance, safety or services
requirements that must be met to be
considered
‒ Indicated as ‘Green’ cells
2. Rated Criteria
‒ Represent those features that, if present, are
clearly considered advantageous
‒ Indicated as ‘Orange’ cells
3. Information Requirements
‒ Comprising of information to be provided i.e.,
operating temperature range, physical
dimensions
‒ Indicated as ‘Non-Coloured’ cells (white)
Technical Part Scoring Principle
1. Mandatory Requirements
‒ Minimum performance, safety or services
requirements that must be met to be considered
‒ Will be judged on a Pass/Fail basis; no score

2. Rated Criteria
‒ A weighted system will be used to evaluate the
‒ Represent those features that, if present, are Rated Criteria.
clearly considered advantageous
‒ Weightage is assigned and scoring done ‒ Score will be assigned if the criteria is met
‒ Zero if response absent/not provided

3. Information Requirements
‒ Comprising of information i.e., operating
temperature range, physical dimensions
‒ No score; needed for completeness of
submission
Hazard Notification Form

82
Documents Required for ‘Financial Part’ Bid Submission

*Requirements to follow the Procurement Document conditions (Price Schedule


Forms)

• A softcopy of the complete Financial bid document comprising of the following:


• Proposed accessories and price (5-years binding)
• Proposed consumables and price (5-years binding)
• Proposed post-warranty maintenance service contract (Year 6 – Year 10)

• In Excel file format and PDF


Reminder: All bidders are requested to
• Two folders and label as indicated: submit USB, DVD or CD of each
TECHNICAL PART & FINANCIAL PART
• Tender Document_Package Name_Bidder Name with complete responses along with original
• Reference Files_Package Name_Bidder Name Bid in the same respective envelope.
Accessories and Price
Consumables and Price
Post - Warranty Maintenance Service Contract
Proposed Timeline for Procurement of Cathlab
Procurement Stage Date Notes

Announcement (SPN) NOV 15, 2023 Pre-Bid Meeting on NOV 29, 2023

Request for clarification ends DEC 14, 2023

Bid Submission Deadline (Public opening of JAN 9, 2024 Follows with Technical Parts evaluation
technical parts)

Notification of evaluation of technical parts JAN 30, 2024

Public opening of financial parts FEB 14, 2024 Follows with Financial/Combined Evaluation

Notification on Intention to Award MAR 18, 2024 Standstill Period ends on APR 1, 2024

Award Notice APR 2, 2024

Contract Signing APR 30, 2024

Delivery, Installation and Acceptance OCT 31, 2024 Final batch of delivery JAN, 2027

87
Q&A

88
Terima kasih

Thank you

89

You might also like