Welcome to AFD/dgMarket


Recherche
Recherche Avancée

AO_PIROI_2022_02 / Hôpital Modulaire (EXPIRED)

Appel d'offres

Informations générales

Pays:   Réunion
Ville/Localité:   Sainte Marie
Numéro de l'avis/du contrat:   AO_PIROI_2022_02
Date de publication:   Mar 14, 2022
Date limite (heure locale):   Avril 12, 2022 - 16:00
Agence de financement:   Agence Française de Développement - Agence de Financement
Acheteur:   MULTI - CROIX ROUGE FRANCAISE
Eligibilité des Soumissionaires:   The purpose of the contract is to choose one or more suppliers who will be entrusted with supplying the lots listed below, thereby enabling a modular hospital to be set up and start functioning.

The French Red Cross will reference one or more suppliers for each of the lots submitted. The same supplier may or may not be selected for all lots. The lots are indivisible.

The tender specifications are divided into several lots:
Lot 1: Infrastructure, including electrical networks and equipment
Lot 2: Medical and non-medical material and equipment
Lot 3: Personal Protective Equipment
Lot 4: Water and sanitation - Storage and supply of water to the structure, and management of excreta and wastewater
Lot 5: Hygiene and maintenance equipment
Lot 6: Tents

The supplies must meet the technical specifications stipulated in the tender documents, and comply with French, European and appropriate professional regulations. The quantities mentioned are given for information only, to the best of our current knowledge. Under no circumstances may they be considered as a firm order commitment by the French Red Cross.
Langue d'origine:   Français

Contact

Adresse :   Martin MARIN
Responsable logistique
PIROI - Croix- Rouge Française
1 rue de la Croix rouge
Sainte Marie 97438
Réunion
Téléphone:   +262262531960
Adresse électronique :   martin.marin@croix-rouge.fr
Site Web:   https://piroi.croix-rouge.fr/

Marchandises, Travaux et Services

 

Dossier d'appel d'offres et documents joints

 
  • Sollicitation: PIROI-Hopital modulaire (1346 KB; Mar 14, 2022)
     Télécharger le(s) document(s)

Texte original

INVITATION TO TENDER




DEPARTMENT OF INTERNATIONAL RELATIONS AND OPERATIONS | C1 PUBLIC



DATE: 25/02/2022




TENDER DOCUMENTS

Contract reference: “AO_PIROI_2022_02”

Functional modular hospital, tender divided into lots.

In submitting a tender, the tenderer accepts in full and without restriction the special and general conditions governing the contract as the sole basis of this tendering procedure, whatever their own conditions of sale may be, which they hereby waive. Tenderers are expected to examine carefully and comply with all instructions, forms, contract provisions and specifications contained in this tender dossier. Failure to submit a tender containing all the required information and documentation within the deadline specified will lead to rejection of the tender. No account can be taken of any reservation in the tender as regards the tender dossier; any reservation may result in the immediate rejection of the tender without further evaluation.

The purpose of this consultation is to establish one or more contracts with one or more suppliers of medical equipment and related modular infrastructure.

The French Red Cross (FRC) will reference one or more suppliers for each of the lots submitted. The same supplier may or may not be selected for all lots. The lots are indivisible.








AO_PIROI_2022_02

Contents
1. PRESENTATION OF THE TENDER 4
1.1 OBJECT OF THE CONTRACT 4
1.2 TENDER TIMETABLE 4
1.1 CONTEXT OF THE PROJECT 5
2. ELEMENTS CONCERNING THE TENDER – GENERAL CONDITIONS 6
2.1 CONTRACTUAL TERMS AND CONDITIONS 6
2.2 STRUCTURE OF THE TENDER 6
2.3 NATIONALITY AND ORIGIN RULE 6
2.4 TENDERER'S COMMITMENT 7
2.5 SUBMISSION OF TENDERS 7
2.6 CONTENT OF TENDERS 7
Technical bid consisting of: 7
Financial bid 8
2.7 COST OF PREPARING TENDERS 8
2.8 OWNERSHIP OF TENDERS 8
2.9 PRICING AND PAYMENT TERMS 8
2.10 PENALTIES 8
2.11 DISPUTES 9
3. TENDER CONSULTATION AND SELECTION PROCEDURE 10
3.1 ADDITIONAL INFORMATION BEFORE THE DEADLINE FOR SUBMISSION OF TENDERS 10
3.2 OPENING OF TENDERS 10
3.3 EXAMINATION OF THE ADMINISTRATIVE COMPLIANCE OF TENDERS 10
3.4 TECHNICAL EVALUATION 11
3.5 FINANCIAL EVALUATION 11
3.6 AWARD CRITERIA 11
3.7 AWARD NOTICE 11
3.8 CANCELLATION OF THE TENDER PROCEDURE 12
4. TENDER SPECIFICATIONS 12
4.1 Technical specifications 12
Schema of the modular hospital structure 13
4.2 DESCRIPTION OF THE LOTS 13
Lot 1 - Infrastructure 14
Lot 2 - Medical and non-medical material and equipment 15
Lot 3 - Personal Protective Equipment 16
Lot 4 – Water and sanitation – Storage and supply of water to the structure, and management of excreta and wastewater 16
Lot 5: Hygiene and maintenance equipment 17
Lot 6: Tents (optional) 17
The tenderer will propose quotes for tents as detailed below: 17
4.3 PACKAGING AND MAINTENANCE 18



PRESENTATION OF THE TENDER

OBJECT OF THE CONTRACT
The purpose of the contract is to choose one or more suppliers who will be entrusted with supplying the lots listed below, thereby enabling a modular hospital to be set up and start functioning.

The French Red Cross will reference one or more suppliers for each of the lots submitted. The same supplier may or may not be selected for all lots. The lots are indivisible.

The tender specifications are divided into several lots:
Lot 1: Infrastructure, including electrical networks and equipment
Lot 2: Medical and non-medical material and equipment
Lot 3: Personal Protective Equipment
Lot 4: Water and sanitation - Storage and supply of water to the structure, and management of excreta and wastewater
Lot 5: Hygiene and maintenance equipment
Lot 6: Tents

The supplies must meet the technical specifications stipulated in the tender documents, and comply with French, European and appropriate professional regulations. The quantities mentioned are given for information only, to the best of our current knowledge. Under no circumstances may they be considered as a firm order commitment by the French Red Cross.

TENDER TIMETABLE

Stage
Date
Time
Launch of tender
4 March 2022
4pm Reunion time (GMT+4)
Deadline for requesting any clarifications from the contracting authority
25 March 2022
12pm Reunion time (GMT+4)
Last date on which clarifications can be issued by the contracting authority
30 March 2022
4pm Reunion time (GMT+4)
Deadline for submission of tenders
12 April 2022
4pm Reunion time (GMT+4)
Tender committee
14 April 2022
8am Reunion time (GMT+4)
Notification of contract award (or non-award)
20 April 2022
12pm Reunion time (GMT+4)


Notes:
1/ The FRC reserves the right to change the above-mentioned dates; should this be the case we will inform all tenderers.
2/ The FRC reserves the right to reject tenders from tenderers who do not comply with the formalities and aforementioned dates.


CONTEXT OF THE PROJECT

Epidemic risk is omnipresent in the Indian Ocean region. The islands of the south-west Indian Ocean are all the more vulnerable as their level of development means they lag behind in terms of equipment and infrastructure.
This region has seen its already fragile healthcare systems weakened by numerous tropical diseases (mosquito-borne diseases such as malaria and the arboviruses dengue and chikungunya; leptospirosis, etc.), other vector-borne diseases such as plague, waterborne diseases such as cholera, and seasonal epidemics that now include COVID-19.

In 2020 during the first wave of COVID-19, PIROI was able to provide Red Cross response teams – and sometimes the region’s Ministries of Health, through the Red Cross – with protective equipment to work in complete safety, despite the prevailing shortage of PPE.

The pandemic has prompted PIROI to further develop its epidemic response capacities, adding to the protective equipment (PPE, mosquito nets) currently pre-positioned in contingency stocks. As part of its response preparedness, the French Red Cross aims to acquire a modular hospital (field hospital type) enabling treatment of at least 16 patients suffering from infectious disease but not requiring intensive care (i.e. patients who may require simple oxygen therapy, but who do not need treatment requiring artificial ventilation techniques or haemodynamic support using vasoactive drugs such as e.g. adrenaline).

Recent experience has shown that these islands depend on stocks being shipped from overseas which, in the current context of uncertain and irregular international transport by air or sea as well as high demand for medical equipment, complicates stock management and can lead to very long delivery times. In addition, pre-positioning improves the speed of response; this in turn improves the quality of response.

The modular hospital will help national authorities treat patients who do not require intensive care, strengthening treatment capacity and increasing healthcare capability should the need arise due to the current pandemic, and more generally in order to anticipate an increase in similar health crises occurring.









The modular hospital will be pre-positioned in Reunion Island for rapid deployment throughout the Indian Ocean region should the healthcare capacity of a country’s hospital be exceeded. The structure will be integrated into an existing hospital and, in order to double potential intake, it could also be complemented by a similar facility pre-positioned at FRC headquarters in the Paris region.



The goals of the project are to:

Have a pre-positioned and rapidly deployable modular facility in the Indian Ocean

Provide support for the health authorities of requesting countries, if needed

Ease the strain on hospitals in the event of an epidemic by deploying a structure capable of connecting with an existing main hospital

Reduce the risk of transmission by promoting quality care for patients and staff, while complying with hygiene regulations

Increase in a secure manner the patient care capacity of a main hospital identified by the health authorities of one of the region’s countries

Promote the resilience of the region’s countries in the event of an epidemic.


ELEMENTS CONCERNING THE TENDER – GENERAL CONDITIONS
CONTRACTUAL TERMS AND CONDITIONS

This tender will take the form of one or more contracts, awarded to one or more companies.

Each contract will be subject, in hierarchical order, to:
The general purchasing terms and conditions of the French Red Cross (attached to the letter of tender and certificates)
Any special terms and conditions specified in the framework contract
These tender documents
The service provider's technical and financial bids.

STRUCTURE OF THE TENDER

The service provider's tender should include at least one lot in its entirety. Tenderers have the right to submit tenders for several lots. The French Red Cross reserves the right to reject lots submitted in part by a tenderer.
By submitting a bid, the tenderer accepts all the terms and conditions set out in these tender documents (including the appendices), and waives all other general or special terms and conditions.


NATIONALITY AND ORIGIN RULE

When submitting their tender, the tenderer must state the list of their suppliers, the latter’s nationality, and the origin of the goods. If necessary, the tenderer may be asked to provide additional information.
The tenderer undertakes to refrain from subsequently altering their list of suppliers, their nationality and the origin of the goods without prior agreement from the French Red Cross.


TENDERER'S COMMITMENT

Each tenderer remains bound by their tender for 90 days following the deadline for the submission of tenders. Throughout the duration of the contract and for ten years following completion of the contract, the tenderer undertakes to ensure that all documents and information relating to the contract are made available to the departments of the Commission of European Communities and the European Court of Auditors should they be requested. To this effect, the tenderer undertakes to allow access to their premises to persons mandated by the French Red Cross to carry out checks.

SUBMISSION OF TENDERS

Tenders must be submitted in French or in English and be received before the deadline specified in the timetable shown in Section 1. above, i.e. 12 April 2022, 4pm (Reunion time i.e. GMT+4)
Important note: Tenders should be sent in the plateform marchésonline in this adress :: https://marchesonline.achatpublic.com/sdm/ent/gen/ent_detail.do?PCSLID=CSL_2022_ccYroipj4k
Reference “AO_PIROI_2022_02”

CONTENT OF TENDERS

The tender will comprise one file with a financial bid, and another file with a technical bid including appendices, as well as all supporting documents. These must be signed by the service provider’s representative and placed in a file marked “DO NOT OPEN - TENDER AO_PIROI_2022_02".

All tenders submitted must comply with the requirements in the tender documents and comprise:

Technical bid consisting of:

Detailed description of the goods and services tendered in conformity with the technical specifications, including any documentation required (e.g.: Safety Data Sheet, etc.)
Statement by the tenderer attesting the nationality and origin of the supplies tendered
Duly authorised signature.
Signed letter of tender and certificates Appendix 1
Completed supplier key information form Appendix 2
Description of the commercial warranty tendered for each item
Description of the firm’s qualifications company including at least the following documents:
Note presenting the tenderer (identity, person authorised to enter into binding commitments)
All documents providing evidence of the tenderer’s professional capacity (human resources, overall turnover, turnover for the supplies and services referred to in the contract for the last three known financial years)

Under no circumstances must a technical bid contain a price or any other financial information. The French Red Cross reserves the right to eliminate a tenderer who does not respect this point.

Financial bid

A price schedule on paper or in an Excel and PDF file; Appendix 3
Bank account details

The French Red Cross reserves the right to exclude a tender that does not comply with the requirements set out in the tender documents in section 2.7.

COST OF PREPARING TENDERS

No costs incurred by the tenderer in preparing and submitting the tender are reimbursable. All such costs will be borne by the tenderer.

OWNERSHIP OF TENDERS

The French Red Cross retains ownership of all tenders received under this tender procedure. Consequently, tenderers have no right to have their tenders returned to them.


PRICING AND PAYMENT TERMS

The prices quoted for each item must be firm for the duration of the contract. Tenders must be presented in Euros excluding VAT. The goods are intended to be placed in a customs free warehouse and then re-exported.
Prices must be presented in detail and with a total per lot.

The total prices per lot should be presented according to two incoterms:
- EX-WORKS (EXW) from the tenderer’s warehouse(s)
- COST INSURANCE FREIGHT (CIF) PIROI warehouse, whose address is:

1 Rue de la Croix-Rouge
97438 Sainte-Marie (Reunion Island)
FRANCE

Payments will be made by bank transfer within 45 days of the end of the month following receipt of the invoice by the French Red Cross.
PENALTIES

The service provider’s tender will contain criteria about related services (time needed for delivery, order acceptance, and processing, etc.).
Failure to meet service times may result in the service provider incurring penalties for delays, the details of which will be specified in the contract.
Penalties for delays are generally 2% of the value of the supplies per week of delay, with any week started counting as a full week. The maximum penalty that the French Red Cross may claim is 10% of the order amount.
DISPUTES

In the event one of the parties breaches their contractual commitments and failing an amicable agreement, the contract will be terminated ipso jure 30 days after formal notice – notified by the aggrieved party by registered letter with acknowledgement of receipt – has remained unsuccessful.
Failing amicable resolution of any dispute arising between the parties as to the interpretation and/or execution of this agreement, said dispute will be referred to the competent courts of Paris by the most diligent party. Applicable law is French law.

TENDER CONSULTATION AND SELECTION PROCEDURE
ADDITIONAL INFORMATION BEFORE THE DEADLINE FOR SUBMISSION OF TENDERS
No clarification meetings or site visits will be held.
Should tenderers need any clarifications about the tender documents, they may email questions to the following address no later than 25 March 2022, 12 noon Reunion time (GMT +4), specifying the publication reference and the title of the contract:

piroi.achat@croixrouge.fr
Any clarifications to the tender documents will be emailed simultaneously to all tenderers no later than 30 March 2022 4pm Reunion time (GMT +4).

No further clarification will be provided after this date. Tenderers should specify an email address where replies to questions should be sent.
Potential tenderers who attempt to arrange individual meetings with the French Red Cross during the tender period may be excluded from the tender procedure. If potential tenderers need to organise work meetings as part of ongoing projects, they must declare this to the contracting authority who signed this document.


OPENING OF TENDERS

The opening and examination of tenders is for the purpose of checking whether the tenders are complete, whether the requisite commercial guarantees have been provided, whether the documents have been properly signed and whether the tenders are generally in order. The tender committee will not be public.

The financial bids will be opened during the tender committee meeting on 14 April 2022. At the opening of the tenders, the tenderers’ names, the tender prices, any discount offered, written notifications of modification and withdrawal, the presence of the requisite commercial warranty and such other information as the contracting authority may consider appropriate must be announced.

After the opening of the tenders, no information relating to the examination, clarification, evaluation and comparison of the tenders, or recommendations concerning the award of the contract can be disclosed. Any tenders received after the deadline for submission of tenders will not be taken into consideration.

EXAMINATION OF THE ADMINISTRATIVE COMPLIANCE OF TENDERS

The aim at this stage is to check that tenders comply with the essential requirements of the tender dossier. A tender is deemed to comply if it meets all the conditions, procedures, and specifications in the tender dossier, without substantially departing from or attaching restrictions to them.
Substantial departures or restrictions are those which affect the scope, quality, or execution of the contract, or differ widely from the terms of the tender dossier, limit the rights of the Contracting Authority or the tenderer's obligations under the contract, or distort competition for tenderers whose tenders do comply. If a tender does not comply with the tender documents, it will be immediately rejected and cannot subsequently be made compliant by correcting or removing the departures or restrictions.

TECHNICAL EVALUATION

After analysing the tenders deemed to comply in administrative terms, the Tender Committee will assess the technical compliance of each tender, classifying it as technically compliant or non-compliant.


FINANCIAL EVALUATION

Tenders found to be technically compliant will be checked for any arithmetical errors in computation and summation. Errors will be corrected by the Tender Committee as follows:
Where there is a discrepancy between the amounts in figures and in words, the amount in words will prevail.
Except for lump-sum contracts, where there is a discrepancy between a unit price and the total amount derived from the multiplication of the unit price and the quantity, the unit price as quoted will prevail.
Amounts corrected in this way will be binding on the tenderer. If the tenderer does not accept them, their tender will be rejected.
To facilitate the examination, evaluation, and comparison of tenders, the Tender Committee may ask each tenderer individually for clarification about their tender, including breakdowns of prices. The request for clarification and the response are conducted by email only, but no change in the price or substance of the tender may be sought, offered, or permitted except as required to confirm the correction of arithmetical errors discovered during the evaluation.

AWARD CRITERIA

Tenders that do not comply with the contract will be eliminated.
For all lots, the tenders will be ranked in descending order from the most advantageous to the least advantageous, according to the following non-hierarchical criteria:
Price
Compliance and added value as regards the tender specifications
Quality of supplies and services offered (compliance with criteria, quality of equipment, advice and technical support provided, tenderer’s service commitments, etc.)
Handling and management of the maintenance of equipment under warranty.
Warranty period and scope of after-sales service for the equipment supplied
Optimisation of packaging (number of packages, measurements, weight/volume)
Availability of spare parts and consumables
Earliest delivery time for goods
Experience with similar contracts
Unique point of differentiation
The minimum storage life for goods subject thereto


AWARD NOTICE

The successful tenderer is informed electronically with acknowledgement of receipt.


CANCELLATION OF THE TENDER PROCEDURE

In the event of cancellation of a tender procedure, the contracting authority will notify the tenderers. Tenderers' emails are simply deleted and tenderers will receive email notification.
Cancellation may occur where:
the tender procedure has been unsuccessful, i.e. where no qualitatively or financially worthwhile tender has been received or there has been no response at all
the technical or economic parameters of the project have been fundamentally altered
exceptional circumstances or force majeure render normal performance of the project impossible
all technically compliant tenders exceed the financial resources available
there have been irregularities in the procedure, in particular where these have prevented fair competition
the French Red Cross, at its sole discretion, so decides and without having to provide justification to the tenderers.


TENDER SPECIFICATIONS

Technical specifications

The hospital must include the following modules:

A triage area to receive and refer patients, with capacity for at least 4 patients. This is an area where diagnostic tests can be carried out, treatment can be initiated, patients can wait, and administrative matters dealt with.

An isolated infectious module for management of at least 8 patients receiving oxygen therapy

A recovery area for the care and discharge of at least 4 patients

A non-clinical area for staff: for administrative work, shift changes, changing clothes, etc.


A storage area for medical and non-medical equipment, also enabling power supply management

A resource module to manage hospital water supplies, wastewater, and laundry as well as separate washrooms for staff and patients.

An area to manage infectious clinical waste

Optional:
The isolated infectious module may be at negative pressure in compliance with prevailing standards (air renewal 12 times per hour, continuous maintenance of a negative pressure of -30 kPa in the patient area, presence of an airlock, management of patient fluids within the negative pressure area).
Provision of a mortuary area for the deceased

In addition, the following constraints must be respected:

The modules should be able to be deployed taking into account the climatic conditions specific to the south-west Indian Ocean (rainfall that can be very heavy, high humidity, high salinity if near the sea, high temperatures, etc.)
Modules must be in tents or equivalent (for simplicity, the term “tents” will be used in the remainder of the text)
Tents must have adequate temperature control (e.g. via shade netting or thermal insulation)
All tent modules must be able to interconnect with each other and have room for staff supplies
The entire structure must be transportable by road, sea and/or air
Access to each area should preferably be via at least 1 separate entrance and exit
It should be easy to move between the different areas while still respecting patient movement flows and hygiene rules
Each area should have good lighting, both day and night
The entire structure must be self-sufficient in electricity
The structure must be able to store and distribute water for its running needs
Training in structure deployment must be provided for team members
Schema of the modular hospital structure


DESCRIPTION OF THE LOTS

The tender specifications are divided into several lots:

Lot 1: Infrastructure, including electrical networks and equipment
Lot 2: Medical and non-medical material and equipment
Lot 3: Personal Protective Equipment
Lot 4: Water and sanitation
Lot 5: Hygiene and maintenance equipment
Lot 6: Tents

The following paragraphs specify the requirements for each of these lots, which are related but are nevertheless independent in terms of response. Prospective tenderers are therefore advised to take into consideration the requirements set out in each lot when preparing their proposal.

Lot 1 - Infrastructure

Infrastructure – which should mainly consist of tents (or equivalent) – must be able to receive 16 patients simultaneously:
At least 8 patients requiring oxygen therapy but not intensive care (infectious module)
At least 8 patients in the other areas (at least 4 in the triage area and at least 4 in the recovery unit)

It must also include:
A non-clinical area for staff: for administrative work, shift changes, meals, changing clothes, etc.
A storage area for medical and non-medical equipment, health products (medication), also enabling power supply management
An area to manage hospital water supplies, wastewater, and laundry if necessary
An area to manage infectious clinical waste
Optional: an area to temporarily receive the bodies of the deceased while awaiting burial or transfer to a mortuary

The healthcare facility is designed to respond to COVID-19, however, the structure’s modularity should also allow it to be deployed for other types of health crises if necessary, e.g. in the event of epidemics of plague or measles (recurrent in the region, especially in Madagascar), and even cholera. However, it is specified that the project does not aim to treat viral haemorrhagic fevers (VHFs) such as Ebola, Lassa, Marburg, etc.
It should be possible for the modular hospital to be integrated into an existing health system (near a main hospital, where it would reduce the strain on said hospital in the event of an epidemic).
The tenderer may propose the option of a negative pressure room for the isolation unit.

Concerning the isolation and oxygen therapy management area (for at least 8 patients). This area, reserved for patients who do not need to be admitted to intensive care, should be able to provide simple oxygen therapy to patients who will not require intensive care.
If their condition deteriorates, it should be possible to transfer them to the intensive care unit of the main hospital to which the modular structure will be attached. The main hospital, whose intensive care unit will be able to use ventilation techniques, will thus be able to reserve its intensive care capacity for the most critically ill patients.

Concerning the triage area (capacity for at least 4 patients)
Placed at the entrance, this module will receive suspected cases who arrive at the main hospital. It is an area where diagnostic tests can be carried out, and where patients can be cared for while awaiting results.

Concerning the recovery area (capacity for least 4 patients)
In order to ensure the isolation unit continues to have capacity, this area will be used to receive transferred convalescent patients who no longer need to receive oxygen.

Module organisation must ensure patients are kept separate from one another throughout treatment in the three modular areas. This will allow for better modularity according to the situation and needs.

In terms of energy, all areas must be self-sufficient in electricity. Lighting should be bright enough inside each area and nearby outside in order to guarantee good conditions for medical care as well as safety in and around the site.
A generator-based power system will be preferable given the context of Red Cross response, but the tenderer is free to suggest other solutions.
The tenderer is invited to provide a list of the electrical equipment they will supply to ensure good lighting throughout. More specifically, LED lighting will be preferred in order to limit energy consumption, and to increase visual comfort for patients (no flickering), as well as the longevity of equipment. In addition, a proposal to adjust brightness at night, if possible, will be appreciated in order to optimise patient comfort.
It should allow for the electric connection of medical and general equipment (telephone, computer, etc.) in good electrical safety conditions: power strips, earth connection, electricity panel, etc. It must at least be able to handle:
outdoor lighting
connection of three computers
connection of one printer
connection of one refrigerator
connection of about twenty scope-type medical devices, oxygen concentrators
connection of approximately 20 mobile phones
connection of one washing machine / tumble dryer
connection of one vaccine and pharmacy refrigerator
The tenderer must specify in their tender the make and model of the equipment supplied.

Lot 2 - Medical and non-medical material and equipment
The structure must be equipped to provide:
Appropriate medical care
Diagnostic tests (especially in the triage area)
Patient monitoring
Oxygen therapy for patients in the infectious module
Specifically, at least the following should be provided:
For diagnostic tests:
4 blood glucose meters
500 blood glucose test strips
500 COVID-19 antigen tests (test sensitivity and specifics to be stated in the tender)
For patient monitoring:
10 monitoring devices (scopes) for repeated and automated non-invasive measurement of blood pressure, pulse oximetry, and heart rate. The devices must have configurable alarms.
12 oxygen concentrators with a flow rate of 10L/min
500 nasal oxygen probes
200 high concentration oxygen masks with reservoir bags
25 pulse oximeters
1 semi-automatic and manual defibrillator with 25 sets of disposable electrodes
12 infusion stands
20 non-contact infrared thermometers

To ensure good care and comfort during medical treatment, the proposal for this lot must include the following type of equipment:
Beds adapted to the purpose: minimum 20
Urinals: minimum 20
Defecation bedpans: minimum 20

Other non-medical equipment for the administrative management of patients and staff should be proposed:
Tables (at least 1 per area)
Chairs (at least 4 per area)
Folding benches (at least 1 per area)
Removable shelving (at least 1 per area)
Mobile trolley for medical equipment (at least 1 per treatment area)

In addition, Lot 2 must include any signage needed for staff and patients to properly understand module layout and in which direction(s) to move about.

Lot 3 - Personal Protective Equipment

Sufficient personal protective equipment should be provided for a modular hospital treating 16 patients full time during one month, staffed by 5 health professionals (doctors, nurses, etc.).
All equipment must comply with WHO recommendations. It must include at least:
FFP2 masks (with an expiration date of at least 24 months at the time of delivery), EN 149, Particle filtration at 94% minimum, Air transmission
Type IIR surgical masks (with an expiry date of at least 24 months at the time of delivery), EN 14683, 98% Droplet Filtration, Airborne Transmission
Examination gloves, nitrile, size from S to L, th. 0.05mm, long cuff, EN 455, EN 374, ASTM D6319
Protective goggles, EN 166 ANSI/ISEA Z87.1, Air transmission
Reusable aprons, 100% rubber or PVC, EN ISO 13688, EN 14126, EN 343 and ASTM F903
Note: due to the short shelf life of sanitizer gel, there is no need to include this type of product in the tender. On the other hand, other items can be offered such as: medical clothing, gowns, charlottes, gloves, boots, body bags.

Lot 4 – Water and sanitation – Storage and supply of water to the structure, and management of excreta and wastewater

The structure must provide good water, sanitation, and hygiene conditions.

Water
Drinking water storage must be provided as well as a supply to the structure via this storage, enabling it to be self-sufficient in water for 48 hours.
The interior network must be proposed in such a way as to provide:
At least one water point at the entrance and exit of each area: this water point should have both a tap and a washbasin
Sufficient water pressure at the tap
A solution (collection, dissemination, etc.) to manage the grey water produced, taking into account the infectious nature of the care provided inside the structure.

Sanitation
A sanitation solution for the patients treated in the structure should be proposed (dry toilets, chemical toilets, etc.). The tenderer should specify how the wastewater generated will be evacuated.

Lot 5: Hygiene and maintenance equipment

The tenderer will propose equipment to maintain hygiene and look after the structure; it will therefore provide the following products, for at least 1 month of operation:
Liquid and solid soap
Sanitiser gel dispensers (empty)
Waste management:
Infectious clinical waste collectors (at least 4 per area), with at least 1 disposal container (7L minimum) per medical area for needles and sharps
Non-hazardous waste collector (at least 1 per area)
Garbage bags that clearly show the type of infectious waste (yellow colour, logo or marking according to regulations), and for general waste
Brooms, mops, etc.
Cleaning products

Optional:
Laundry service
The tenderer can provide an on-site solution for laundry washing (bed sheets, soiled garments of staff and patients, etc.)
Waste disposal:
The tenderer may propose a waste incineration option such as e.g. a mini incinerator.
Showers
The tenderer may propose a washing area for patients, in which ase there should be at least 2 male and 2 female showers.

Lot 6: Tents (optional)
The tenderer will propose quotes for tents as detailed below:
Umbrella tent for outdoor, colour white, dimension 9 to 18sqm, quantity 1
Tent about 25m2, 2 doors, white color + IFRC and FRC round sprocket logo on velcro + thermal net, quantity 1
White tent approximately 54m2, 2 doors + IFRC round gable logo + FRC on velcro + thermal mesh, quantity 1

PACKAGING AND MAINTENANCE

All equipment must be delivered in palletisable boxes, IATA if necessary, to enable multimodal handling. As far as possible CE marking and packaging label in French and English.

The service provider undertakes to be the sole point of contact if maintenance is needed for any equipment under warranty. In the event of a maintenance request for equipment that is no longer under warranty, the service provider will provide the French Red Cross with an additional estimate.

All goods must be new, intact, of first use, and of flawless quality, without any faults, damage, or hidden defects. The Service Provider undertakes to take back and exchange free of charge any equipment that does not comply with the above-mentioned requirements.

All consumer goods, medication, or miscellaneous supplies must have an expiration date of at least twenty-four months after delivery. All technical material, equipment, and tools must have a warranty of at least two years after delivery.

More information: Cliquez ici
Veuillez noter que cet avis est pour information seulement.
Nous nous efforçons de fournir des informations les plus exactes et mises à jour mais nous ne pouvons pas garantir que toutes les informations fournies sur notre site ne contiennent pas d'erreur.
Si vous avez des suggestions/corrections pour cet avis, n'hésitez pas à nous en informer.