table of contents · web viewplan din achromatic objectives (anti-fungal) 4x, 10x, 40x,100x...
Post on 27-Dec-2019
7 Views
Preview:
TRANSCRIPT
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
NATIONAL YOUTH SERVICE
STANDARD TENDER DOCUMENT
FOR
SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL
EQUIPMENTS
TENDER NO. NYS/PROC/06/2019-2020
PUBLISHED ON 22ND October 2019
CLOSING DATE: 6TH November 2019 AT 10.00 A.M.
NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
TABLE OF CONTENTS
ContentsTABLE OF CONTENTS...................................................................................................2SECTION I.........................................................................................................................4INVITATION TO TENDER..............................................................................................4SECTION II - INSTRUCTIONS TO TENDERERS....................................................8
2.1 Eligible Tenderers............................................................................................82.2 Eligible Goods...................................................................................................82.3 Cost of Tendering............................................................................................92.4. The Tender Document..................................................................................92.5 Clarification of Documents.........................................................................102.6 Amendment of Documents........................................................................102.7 Language of Tender......................................................................................102.8 Documents Comprising of Tender...........................................................112.9 Tender Forms..................................................................................................112.10 Tender Prices................................................................................................112.11 Tender Currencies.......................................................................................122.12 Tenderers Eligibility and Qualifications..............................................122.13 Goods Eligibility and Conformity to Tender Documents..............122.14 Tender Security............................................................................................132.15 Validity of Tenders......................................................................................142.16 Format and Signing of Tender................................................................152.17 Sealing and Marking of Tenders............................................................152.18 Deadline for Submission of Tenders....................................................162.19 Modification and Withdrawal of Tenders............................................162.20 Opening of Tenders....................................................................................172.21 Clarification of Tenders.............................................................................172.22 Preliminary Examination...........................................................................172.26 Conversion to Single Currency...............................................................182.24 Evaluation and Comparison of Tenders..............................................182.25 Preference......................................................................................................192.26 Contacting the Procuring entity.............................................................192.27 Award of Contract.......................................................................................19
(a) Post-qualification..................................................................................19(b) Award Criteria.........................................................................................20(c) Procuring entity’s Right to Vary quantities..........................20(d) Procuring entity’s Right to accept or Reject any or All Tenders.................................................................................................................20
2.28 Notification of Award..................................................................................202.29 Signing of Contract.....................................................................................202.30 Performance Security................................................................................212.31 Corrupt or Fraudulent Practices..............................................................21
2NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
Appendix to Instructions to Tenderers................................................................23SECTION III - GENERAL CONDITIONS OF CONTRACT...................................29
3.1 Definitions........................................................................................................293.2 Application.......................................................................................................303.3 Country of Origin...........................................................................................303.4 Standards.........................................................................................................303.5 Use of Contract Documents and Information.....................................303.6 Patent Rights...................................................................................................313.7 Performance Security...................................................................................313.8 Inspection and Tests....................................................................................323.9 Packing..............................................................................................................323.10 Delivery and Documents..........................................................................333.11 Insurance........................................................................................................333.12 Payment..........................................................................................................333.13 Prices................................................................................................................333.14 Assignment....................................................................................................333.15 Subcontracts.................................................................................................343.16 Termination for default.............................................................................343.17 Liquidated Damages..................................................................................343.18 Resolution of Disputes...............................................................................343.19 Language and Law......................................................................................353.20 Force Majeure...............................................................................................35
SECTION IV - SPECIAL CONDITIONS OF CONTRACT......................................36SECTION V - TECHNICAL SPECIFICATIONS........................................................40
SPECIFICATIONS (SPECIAL CONDITIONS).......................................................50PRICE SCHEDULE FOR GOODS...........................Error! Bookmark not defined.
SECTION VIII - STANDARD FORMS........................................................................53FORM OF TENDER.......................................................................................................54Tender-Securing Declaration (Mandatory)........................................................................67SELF-DECLARATION FORM.......................................................................................68
SECTION I
NATIONAL YOUTH SERVICE
INVITATION TO TENDER
3NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
SECTION I: INVITATION TO TENDER
Date: 22ND OCTOBER 2019
Re: TENDER NO. NYS/T/06/2019-2020 SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQIPMENTS.
1. The NATIONAL YOUTH SERVICE invites sealed bids from eligible bidders for supply and delivery of Laboratory and medical equipment.
2. Interested eligible tenderers may obtain further information from and inspect the tender documents at the Supply Chain office room 113 NATIONAL YOUTH SERVICE HEADQUARTERS during normal working hours.
3. Tenderers must submit Tender Security equivalent to 2% of the tender sum in form of a bank guarantee or approved insurance valid for 120 days as provided for in the Public Procurement and Disposal Regulation 2006 from Commercial Banks or Insurance Companies (Approved by Public Procurement Regulatory Authority)
4. A complete set of tender documents may be downloaded from the Service’s websites: www.nys.go.ke or from the National Treasury portal: http//supplier.treasury.go.ke. free of charge .Tenderers who download the tender documents are advised to register their bid documents with the Supply Chain Office, door 113, 1st floor, NYS headquarters, Thika road or via email at procurement@nys.go.ke (Refer to registration form in the tender document). or Ksh 1,000 will be charged for obtaining tender document from NYS headquarters payable to the NYS cash or bankers cheque.
5. Bidding will be conducted through the procedures specified in the Public Procurement and Asset Disposal Act (PPADA) 2015 and is open to all Tenderers. Youth, Women and People With Disability are highly encouraged to apply.
4NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
6. Prices quoted should be net inclusive of all taxes, must be in Kenya Shillings and shall remain valid for (120) days from the closing date of the tender.
7. A complete set of Bidding Document(s) in English (hardcopy) may be purchased by eligible Bidders upon payment of a non-refundable fee of Kenya Shillings 1,000 (One Thousand Kenya Shillings) in cash or Bankers Cheque in favour of the Director General, National Youth Service at the cash office situated at NYS headquarters, Lower ground Floor; Thika Road, Nairobi. The Hard Copy Documents should thereafter be picked from Supply Chain Office, 1st
Floor office No. 113.
8. Completed Serialized Bidding Documents, one original in plain sealed envelope clearly marked on top with the Tender Number and Tender Name/Description, should be addressed to the Director General, National Youth Service; P.O. Box 30397-00100 Nairobi.
9. Completed Bidding Documents must be deposited in the Tender Box provided at NYS headquarters 1st floor Reception, to be received on or before 6th November, 2019 at 10.00 am (East African Time).
10. Prices quoted should be net inclusive of all taxes and delivery to the NYS headquarters and shall remain valid for (120) days from the date of opening of the tender.
11. Bulky tenders that cannot fit into the tender box shall be delivered to the Supply Chain Office situated on 1st Floor, Room 113, NYS headquarters, Thika Road who shall acknowledge the receipt of the tender documents.
12. Bidders may bid for one or more lots provided they offer for all the quantities in a lot. Bidders not offering all the quantities in a lot will be considered as non-responsive for the
5NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
respective lot. Bid evaluation will be on per lot basis and contracts will be awarded on lot-by-lot basis.
13. Tenders will be opened immediately thereafter on 6th November, 2019 at 10.00 am (East African Time) in the presence of the bidders or duly authorized representatives of Bidders who will choose to attend at NYS Headquarters Boardroom 2nd floor.
14. Late bids, portion of bids, electronic bids, samples, bids not received, bids not opened and read out in public at the opening ceremony shall not be accepted for evaluation irrespective of the circumstances.
HEAD SUPPLY CHAIN MANAGEMENT SERVICESFOR: DIRECTOR GENERAL
6NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
REGISTRATION FORM FOR ONLINE TENDERERS
Tender No. NYS/PROC/06/2019-2020NOTE: Please provide your details below for purposes of communication in case you download this tender document from IFMIS or NYS website.
Name of the Tenderer:…………………………………………………………
Postal Address:…………………………………………………………………
WorkingTelephone Contacts:……………………………………………………………
Company email address:…………………………………………………………
Contact Person:…………………………………………………………………Once completed please submit this form to the email below;Procurement@nys.go.ke.
7NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
SECTION II - INSTRUCTIONS TO TENDERERS
2.1 Eligible Tenderers
2.1.1 This Invitation for Tenders is open to all tenderers eligible as described in the Invitation to Tender. Successful tenderers shall complete the supply of goods by the intended completion date specified in the Schedule of Requirements Section VI.
2.1.2 The procuring entity’s employees, committee members, board members and their relative (spouse and children) are not eligible to participate in the tender.
2.1.3 Tenderers shall provide the qualification information statement that the tenderer (including all members of a joint venture and subcontractors) is not associated, or have been associated in the past, directly or indirectly, with a firm or any of its affiliates which have been engaged by the Procuring entity to provide consulting services for the preparation of the design, specifications, and other documents to be used for the procurement of the goods under this Invitation for tenders.
2.1.4 Tenderers shall not be under a declaration of ineligibility for corrupt and fraudulent practices.
2.2 Eligible Goods
2.2.1 All goods to be supplied under the contract shall have their origin in eligible source countries.
2.2.2 For purposes of this clause, “origin” means the place where the goods are mined, grown, or produced. Goods are produced when, through manufacturing, processing, or substantial and major assembly of components, a commercially-recognized product results that is substantially different in basic characteristics or in purpose or utility from its components
2.2.3 The origin of goods is distinct from the nationality of the tenderer.
2.3 Cost of Tendering
8NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
2.3.1 The Tenderer shall bear all costs associated with the preparation and submission of its tender, and the procuring entity, will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the tendering process.
2.3.2 The price to be charged for the tender document shall not exceed Kshs.1,000/=
2.3.3 All firms found capable of performing the contract satisfactorily in accordance with the set prequalification criteria shall be prequalified.
2.4. The Tender Document
2.4.1 The tender document comprises the documents listed below and addenda issued in accordance with clause 2.6 of these instructions to Tenderers(i) Invitation to Tender(ii) Instructions to tenderers(iii) General Conditions of Contract(iv) Special Conditions of Contract(v) Schedule of requirements(vi) Technical Specifications(vii) Tender Form and Price Schedules(viii) Tender Security Form(ix) Contract Form(x) Performance Security Form(xi) Bank Guarantee for Advance Payment Form(xii) Manufacturer’s Authorization Form(xiii) Confidential Business Questionnaire
2.4.2 The Tenderer is expected to examine all instructions, forms, terms, and specifications in the tender documents. Failure to furnish all information required by the tender documents or to submit a tender not substantially responsive to the tender documents in every respect will be at the tenderers risk and may result in the rejection of its tender.
2.5 Clarification of Documents
2.5.1 A prospective tenderer requiring any clarification of the tender document may notify the Procuring entity in writing or by post at the entity’s address indicated in the Invitation to Tender. The Procuring entity will respond in writing to any request for clarification of the tender documents, which it receives not later than seven (7) days prior to the deadline for the submission of tenders, prescribed by the
9NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
procuring entity. Written copies of the Procuring entities response (including an explanation of the query but without identifying the source of inquiry) will be sent to all prospective tenderers that have received the tender document.
2.5.2 The procuring entity shall reply to any clarifications sought by the tenderer within 3 days of receiving the request to enable the tenderer to make timely submission of its tender.
2.6 Amendment of Documents
2.6.1 At any time prior to the deadline for submission of tenders, the Procuring entity, for any reason, whether at its own initiative or in response to a clarification requested by a prospective tenderer, may modify the tender documents by amendment.
2.6.2 All prospective candidates that have received the tender documents will be notified of the amendment in writing or by post and will be binding on them.
2.6.3 In order to allow prospective tenderers reasonable time in which to take the amendment into account in preparing their tenders, the Procuring entity, at its discretion, may extend the deadline for the submission of tenders.
2.7 Language of Tender
2.7.1 The tender prepared by the tenderer, as well as all correspondence and documents relating to the tender exchange by the tenderer and the Procuring entity, shall be written in English language, provided that any printed literature furnished by the tenderer may be written in another language provided they are accompanied by an accurate English translation of the relevant passages in which case, for purposes of interpretation of the tender, the English translation shall govern.
2.8 Documents Comprising of Tender
2.8.1 The tender prepared by the tenderers shall comprise the following components
(a) a Tender Form and a Price Schedule completed in accordance with paragraph 2.9, 2.10 and 2.11 below
(b) documentary evidence established in accordance with paragraph 2.1 that the tenderer is eligible to
10NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
tender and is qualified to perform the contract if its tender is accepted;
(c) documentary evidence established in accordance with paragraph 2.2 that the goods and ancillary services to be supplied by the tenderer are eligible goods and services and conform to the tender documents; and
(d) tender security furnished in accordance with paragraph 2.14
2.9 Tender Forms
2.9.1 The tenderer shall complete the Tender Form and the appropriate Price Schedule furnished in the tender documents, indicating the goods to be supplied, a brief description of the goods, their country of origin, quantity, and prices.
2.10 Tender Prices
2.10.1The tenderer shall indicate on the appropriate Price Schedule the unit prices and total tender price of the goods it proposes to supply under the contract
2.10.2Prices indicated on the Price Schedule shall include all costs including taxes, insurances and delivery to the premises of the entity.
2.10.3Prices quoted by the tenderer shall be fixed during the Tender’s performance of the contract and not subject to variation on any account. A tender submitted with an adjustable price quotation will be treated as non-responsive and will be rejected, pursuant to paragraph 2.22
2.10.4The validity period of the tender shall be 60 days from the date of opening of the tender.
2.11 Tender Currencies
2.11.1 Prices shall be quoted in Kenya Shillings unless otherwise specified in the Appendix to Instructions to Tenderers.
2.12 Tenderers Eligibility and Qualifications
2.12.1 Pursuant to paragraph 2.1. the tenderer shall furnish, as part of its tender, documents establishing the tenderers eligibility to
11NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
tender and its qualifications to perform the contract if its tender is accepted.
2.12.2 The documentary evidence of the tenderers eligibility to tender shall establish to the Procuring entity’s satisfaction that the tenderer, at the time of submission of its tender, is from an eligible source country as defined under paragraph 2.1
2.12.3The documentary evidence of the tenderers qualifications to perform the contract if its tender is accepted shall be established to the Procuring entity’s satisfaction;
(a) that, in the case of a tenderer offering to supply goods under the contract which the tenderer did not manufacture or otherwise produce, the tenderer has been duly authorized by the goods’ Manufacturer or producer to supply the goods.
(b) that the tenderer has the financial, technical, and production capability necessary to perform the contract;
(c) that, in the case of a tenderer not doing business within Kenya, the tenderer is or will be (if awarded the contract) represented by an Agent in Kenya equipped, and able to carry out the Tenderer’s maintenance, repair, and spare parts-stocking obligations prescribed in the Conditions of Contract and/or Technical Specifications.
2.13 Goods Eligibility and Conformity to Tender Documents
2.13.1 Pursuant to paragraph 2.2 of this section, the tenderer shall furnish, as part of its tender documents establishing the eligibility and conformity to the tender documents of all goods which the tenderer proposes to supply under the contract
2.13.2 The documentary evidence of the eligibility of the goods shall consist of a statement in the Price Schedule of the country of origin of the goods and services offered which shall be confirmed by a certificate of origin issued at the time of shipment.
2.13.3 The documentary evidence of conformity of the goods to the tender documents may be in the form of literature, drawings, and data, and shall consist of:
(a) a detailed description of the essential technical and performance characteristic of the goods;
12NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
(b) a list giving full particulars, including available source and current prices of spare parts, special tools, etc., necessary for the proper and continuing functioning of the goods for a period of two (2) years, following commencement of the use of the goods by the Procuring entity; and
(c) A clause-by-clause commentary on the Procuring entity’s Technical Specifications demonstrating substantial responsiveness of the goods and service to those specifications, or a statement of deviations and exceptions to the provisions of the Technical Specifications.
2.13.4 For purposes of the documentary evidence to be furnished pursuant to paragraph 2.13.3(c) above, the tenderer shall note that standards for workmanship, material, and equipment, as well as references to brand names or catalogue numbers designated by the Procurement entity in its Technical Specifications, are intended to be descriptive only and not restrictive. The tenderer may substitute alternative standards, brand names, and/or catalogue numbers in its tender, provided that it demonstrates to the Procurement entity’s satisfaction that the substitutions ensure substantial equivalence to those designated in the Technical Specifications.
2.14 Tender Security
2.14.1 The tenderer shall furnish, as part of its tender, a tender security for the amount specified in the Appendix to Invitation to Tenderers.
2.14.2 The tender security shall be in the amount of 0.5 – 2 per cent of the tender price.
2.14.3 The tender security is required to protect the Procuring entity against the risk of Tenderer’s conduct which would warrant the security’s forfeiture, pursuant to paragraph 2.14.7
2.14.4 The tender security shall be denominated in Kenya Shillings or in another freely convertible currency, and shall be in the form of a bank guarantee or a bank draft issued by a reputable bank located in Kenya or abroad, or a guarantee issued by a reputable insurance company in the form provided in the tender documents or another form acceptable to the Procuring entity and valid for thirty (30) days beyond the validity of the tender.
13NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
2.14.5 Any tender not secured in accordance with paragraph 2.14.1 and 2.14.3 will be rejected by the Procuring entity as non-responsive, pursuant to paragraph 2.22
2.14.6 Unsuccessful Tenderer’s tender security will be discharged or returned as promptly as possible. But not later than thirty (30) days after the expiration of the period of tender validity prescribed by the Procuring entity.
2.14.7 The successful Tenderer’s tender security will be discharged upon the tenderer signing the contract, pursuant to paragraph 2.27 and furnishing the performance security, pursuant to paragraph 2.28
2.14.8 The tender security may be forfeited:
(a) if a tenderer withdraws its tender during the period of tender validity specified by the procuring entity on the Tender Form; or
(b) in the case of a successful tenderer, if the tenderer fails:(i) to sign the contract in accordance with paragraph
2.27Or(ii) to furnish performance security in accordance with
paragraph 2.28
2.15 Validity of Tenders
2.15.1 Tenders shall remain valid for 120 days or as specified in the Invitation to tender after the date of tender opening prescribed by the Procuring entity, pursuant to paragraph 2.18. A tender valid for a shorter period shall be rejected by the Procuring entity as non-responsive.
2.15.2 In exceptional circumstances, the Procuring entity may solicit the Tenderer’s consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. The tender security provided under paragraph 2.14 shall also be suitably extended. A tenderer may refuse the request without forfeiting its tender security. A tenderer granting the request will not be required nor permitted to modify its tender.
2.16 Format and Signing of Tender
2.16.1 The Procuring entity shall prepare two copies of the tender, clearly marking each “ORIGINAL TENDER” and “COPY OF
14NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
TENDER,” as appropriate. In the event of any discrepancy between them, the original shall govern.
2.16.2 The original and all copies of the tender shall be typed or written in indelible ink and shall be signed by the tenderer or a person or persons duly authorized to bind the tenderer to the contract. The latter authorization shall be indicated by written power-of-attorney accompanying the tender. All pages of the tender, except for unamended printed literature, shall be initialed by the person or persons signing the tender.
2.16.3 The tender shall have no interlineations, erasures, or overwriting except as necessary to correct errors made by the tenderer, in which case such corrections shall be initialed by the person or persons signing the tender.
2.17 Sealing and Marking of Tenders
2.17.1 The Tenderer shall seal the original and each copy of the tender in separate envelopes, duly marking the envelopes as “ORIGINAL” and “COPY.” The envelopes shall then be sealed in an outer envelope.
2.17.2 The inner and outer envelopes shall:(a) Be addressed to the Procuring entity at the address given
in the Invitation to Tender:
(b) Bear, tender number and name in the Invitation for Tenders and the words, “DO NOT OPEN BEFORE,” 6th
November, 2019 at 10.00 a.m.
2.17.3 The inner envelopes shall also indicate the name and address of the tenderer to enable the tender to be returned unopened in case it is declared “late”.
2.17.4 If the outer envelope is not sealed and marked as required by paragraph 2.17.2, the Procuring entity will assume no responsibility for the tender’s misplacement or premature opening.
2.18 Deadline for Submission of Tenders
Tenders must be received by the Procuring entity at the address specified under paragraph 2.17.2 no later than 6th November 2019 at 10.00 a.m.
15NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
2.18.1 The Procuring entity may, at its discretion, extend this deadline for the submission of tenders by amending the tender documents in accordance with paragraph 2.6, in which case all rights and obligations of the Procuring entity and candidates previously subject to the deadline will therefore be subject to the deadline as extended
2.19 Modification and Withdrawal of Tenders
2.19.1 The tenderer may modify or withdraw its tender after the tender’s submission, provided that written notice of the modification, including substitution or withdrawal of the tenders, is received by the Procuring Entity prior to the deadline prescribed for submission of tenders.
2.19.2 The Tenderer’s modification or withdrawal notice shall be prepared, sealed, marked, and dispatched in accordance with the provisions of paragraph 2.17. A withdrawal notice may also be sent by cable, telex but followed by a signed confirmation copy, postmarked not later than the deadline for submission of tenders.
2.19.3 No tender may be modified after the deadline for submission of tenders.
2.19.4 No tender may be withdrawn in the interval between the deadline for submission of tenders and the expiration of the period of tender validity specified by the tenderer on the Tender Form. Withdrawal of a tender during this interval may result in the Tenderer’s forfeiture of its tender security, pursuant to paragraph 2.14.7
2.19.5 The procuring entity may at any time terminate procurement proceedings before contract award and shall not be liable to any person for the termination.
2.19.6 The procuring entity shall give prompt notice of the termination to the tenderers and on request give its reasons for termination within 14 days of receiving the request from any tenderer.
2.20 Opening of Tenders
The Procuring entity will open all tenders in the presence of tenderers’ representatives who choose to attend, on 6th
16NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
November, 2019 at 10.00 a.m. and in the location specified in the Invitation to Tender.
2.20.1 The tenderers’ representatives who are present shall sign a register evidencing their attendance.
2.20.2 The tenderers’ names, tender modifications or withdrawals, tender prices, discounts and the presence or absence of requisite tender security and such other details as the Procuring entity, at its discretion, may consider appropriate, will be announced at the opening.
2.20.3 The Procuring entity will prepare minutes of the tender opening.
2.21 Clarification of Tenders
2.21.1 To assist in the examination, evaluation and comparison of tenders the Procuring entity may, at its discretion, ask the tenderer for a clarification of its tender. The request for clarification and the response shall be in writing, and no change in the prices or substance of the tender shall be sought, offered, or permitted.
2.21.2 Any effort by the tenderer to influence the Procuring entity in the Procuring entity’s tender evaluation, tender comparison or contract award decisions may result in the rejection of the tenderers’ tender.
2.22 Preliminary Examination
2.22.1 The Procuring entity will examine the tenders to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the tenders are generally in order.
2.22.2 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantify, the unit price shall prevail, and the total price shall be corrected. If the candidate does not accept the correction of the errors, its tender will be rejected, and its tender security forfeited. If there is a discrepancy between words and figures the amount in words will prevail
17NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
2.22.3 The Procuring entity may waive any minor informality or non-conformity or irregularity in a tender which does not constitute a material deviation, provided such waiver does not prejudice or effect the relative ranking of any tenderer.
2.22.4 Prior to the detailed evaluation, pursuant to paragraph 2.26 the Procuring entity will determine the substantial responsiveness of each tender to the tender documents. For purposes of these paragraphs, a substantially responsive tender is one, which conforms to all the terms and conditions of the tender documents without material deviations. The Procuring entity’s determination of a tender’s responsiveness is to be based on the contents of the tender itself without recourse to extrinsic evidence.
2.22.5 If a tender is not substantially responsive, it will be rejected by the Procuring entity and may not subsequently be made responsive by the tenderer by correction of the non-conformity.
2.26 Conversion to Single Currency
2.23.1 Where other currencies are used, the procuring entity will convert these currencies to Kenya Shillings using the selling exchange rate on the date of tender closing provided by the Central Bank of Kenya.
2.24 Evaluation and Comparison of Tenders
2.24.1 The Procuring entity will evaluate and compare the tenders which have been determined to be substantially responsive, pursuant to paragraph 2.22
2.24.2 The tender evaluation committee shall evaluate the tender within 30 days of the validity period from the date of opening the tender.
2.24.3 A tenderer who gives false information in the tender document about its qualification or who refuses to enter into a contract after notification of contract award shall be considered for debarment from participating in future public procurement.
2.25 Preference2.25.1 Preference where allowed in the evaluation of tenders shall
not exceed 15%
18NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
2.26 Contacting the Procuring entity2.26.1 Subject to paragraph 2.21 no tenderer shall contact the
Procuring entity on any matter related to its tender, from the time of the tender opening to the time the contract is awarded.
2.26.2 Any effort by a tenderer to influence the Procuring entity in its decisions on tender, evaluation, tender comparison, or contract award may result in the rejection of the Tenderer’s tender.
2.27 Award of Contract
(a) Post-qualification
2.27.1 In the absence of pre-qualification, the Procuring entity will determine to its satisfaction whether the tenderer that is selected as having submitted the lowest evaluated responsive tender is qualified to perform the contract satisfactorily.
2.27.2 The determination will take into account the tenderer financial, technical, and production capabilities. It will be based upon an examination of the documentary evidence of the tenderers qualifications submitted by the tenderer, pursuant to paragraph 2.12.3 as well as such other information as the Procuring entity deems necessary and appropriate.
2.27.3 An affirmative determination will be a prerequisite for award of the contract to the tenderer. A negative determination will result in rejection of the Tenderer’s tender, in which event the Procuring entity will proceed to the next lowest evaluated tender to make a similar determination of that Tenderer’s capabilities to perform satisfactorily.
(b) Award Criteria
2.27.4 The Procuring entity will award the contract to the successful tenderer(s) whose tender has been determined to be substantially responsive and has been determined to be the lowest evaluated tender, provided further that the tenderer is determined to be qualified to perform the contract satisfactorily.
(c) Procuring entity’s Right to Vary quantities
2.27.5 The Procuring entity reserves the right at the time of contract award to increase or decrease the quantity of goods originally specified in the Schedule of requirements without any change in unit price or other terms and conditions
19NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
(d) Procuring entity’s Right to accept or Reject any or All Tenders
2.27.6 The Procuring entity reserves the right to accept or reject any tender, and to annul the tendering process and reject all tenders at any time prior to contract award, without thereby incurring any liability to the affected tenderer or tenderers or any obligation to inform the affected tenderer or tenderers of the grounds for the Procuring entity’s action
2.28 Notification of Award2.28.1 Prior to the expiration of the period of tender validity, the
Procuring entity will notify the successful tenderer in writing that its tender has been accepted.
2.28.2 The notification of award will constitute the formation of the Contract but will have to wait until the contract is finally signed by both parties
2.28.3 Upon the successful Tenderer’s furnishing of the performance security pursuant to paragraph 2.28, the Procuring entity will promptly notify each unsuccessful Tenderer and will discharge its tender security, pursuant to paragraph 2.14
2.29 Signing of Contract2.29.1 At the same time as the Procuring entity notifies the
successful tenderer that its tender has been accepted, the Procuring entity will send the tenderer the Contract Form provided in the tender documents, incorporating all agreements between the parties.
2.29.2 The parties to the contract shall have it signed within 30 days from the date of notification of contract award unless there is an administrative review request.
2.29.3 Within thirty (30) days of receipt of the Contract Form, the successful tenderer shall sign and date the contract and return it to the Procuring entity.
2.30 Performance Security2.30.1 Within Thirty (30) days of the receipt of notification of
award from the Procuring entity, the successful tenderer shall furnish the performance security in accordance with the Conditions of Contract, in the Performance Security Form provided in the tender documents, or in another form acceptable to the Procuring entity.
20NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
2.30.2 Failure of the successful tenderer to comply with the requirements of paragraph 2.27 or paragraph 2.28 shall constitute sufficient grounds for the annulment of the award and forfeiture of the tender security, in which event the Procuring entity may make the award to the next lowest evaluated Candidate or call for new tenders.
2.31 Corrupt or Fraudulent Practices2.31.1 The Procuring entity requires that tenderers observe the
highest standard of ethics during the procurement process and execution of contracts when used in the present regulations, the following terms are defined as follows; (i) “corrupt practice” means the offering, giving, receiving, or
soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution; and
(ii) “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Procuring entity, and includes collusive practice among tenderer (prior to or after tender submission) designed to establish tender prices at artificial non-competitive levels and to deprive the Procuring entity of the benefits of free and open competition;
2.31.2 The procuring entity will reject a proposal for award if it determines that the tenderer recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question.
2.31.3 Further a tenderer who is found to have indulged in corrupt or fraudulent practices risks being debarred from participating in public procurement in Kenya.
21NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
Appendix to Instructions to Tenderers
The following information regarding the particulars of the tender shall complement, supplement or amend the provisions of the instructions to tenderers. Wherever there is a conflict between the provision of the instructions to tenderers and the provisions of the appendix, the provisions of the appendix herein shall prevail over those of the instructions to tenderers
Instructions to tenderers
Particulars of appendix to instructions to tenderers
2.1 Particulars of eligible tenders: AllThe quoted prices shall be fixed during the delivery period.
2.10 Particulars of other currencies allowed. None2.11 Particulars of eligibility and qualifications documents of evidence
required. Copies of:i) Certificate of Registrationii) Certificate of valid tax complianceiii) Form of Tenderiv) Fully Filled Confidential Business Questionnairev) Valid AGPO registration certificate
2.12.2 Particulars of tender security if applicable. Dully filled Tender Securityin format provided and 2% of the tender sum.
2.13Validity of Tenders: Tenders Shall remain valid for 120 days from the closing date indicated in the tender advertisement.
Prices indicated on the Price Schedule shall include all costs including taxes, insurances and delivery to NYS Headquarters stores.
The prices quoted shall remain valid and unchanged for the duration of the contract. No price adjustments shall be accepted by the Procuring Entity.
2.22Evaluation CriteriaThe Tenders will be evaluated in three stages as follows:-
22NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
Evaluation shall be carried out in three stages, namely; Preliminary/mandatory evaluation, Technical Evaluation and Financial Evaluation.
a) Tenderers shall be expected to fully meet the criteria specified in the Preliminary/mandatory Evaluation to proceed for Technical Evaluation.
b) Only technically responsive tenderers shall be evaluated financially.
c) Evaluation and award will be on the whole quantity required under the tender
a) Stage One: Preliminary/mandatory EvaluationThe following requirements must be met by the tenderer not withstanding any other requirements in the tender documents:-
a) Preliminary/Mandatory Requirements (MR)
No. RequirementsResponsive or Non Responsi
veMR1 Must Submit a valid copy of certificate of
Registration/IncorporationMR2 Must Submit a valid copy of a valid Tax
Compliance certificate from Kenya Revenue Authority
MR3 Must Fill the Price Schedule in the format provided
MR4 Must Fill the Form of Tender in the Format provided
MR5 Must submit a Tender security of 2% from reputable bank inform of a bank guarantee or approved insurance firms valid for 120 days.
MR6 Must submit valid and latest CR12 for ltd company or national ID for sole proprietor
MR7 Must submit a dully filled up signed and stamped Confidential Business Questionnaire in format provided
MR8 Anticorruption pledge dully signed and
23NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
stamped.MR9 Anti-debarment pledge dully signed and
stampedMR10
Must submit valid business permit.
MR11
The submitted bid document including all attachments has been serialized/paginated/numbered in the correct sequence and all pages initialized signed, stamped and properly bound and all pages initialed/signed
MR12
Valid AGPO certificate for Tenderers bidding for under the Youth, Women and Persons living with Disability
MR13
Certified financial statements/letter of reference from bankers regarding tenderer’s credit position
MR14
Experience-Execution of similar contracts for supply Delivery of similar related products.
MR15
Bidders bidding for lot 2 and 3 should be registered by the pharmacy and poisons board. Must Provide relevant certification proof from the board.
At this stage, the tenderer’s submission will either be responsive in all the mandatory (MR) requirements above or non-responsive. The non-responsive submissions will be eliminated from the entire evaluation process and will not be considered further.
24NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
Instructions to tenderers
Particulars of appendix to instructions to tenderers
b) Technical Scores (T.S.)The specifications provided through a manufacturer’s brochures shall be evaluated against the specifications/technical requirements. Tenderers shall be expected to meet the criteria specified for each item. Tenderers shall be compliant or non-compliant based on technical performance.
This section (Technical Evaluation) will carry a total of 100%.
No.
Evaluation Attribute Technical specs
Tenderer’s Response
Compliance
1 5 part full blood count analyzer
Laser scatter + Chemical dye + Flow cytometry 5-partdifferentiation, 27 parametersUp to 60 samples per hourIndependent channel for Basophil measurement10.4 inches high resolution TFT touch screenPowerful capability to flag abnormal cellsLarge storage capacity: up to 50,000 samplesRecommended or customizable decision rules for re-exam abnormal samples
25NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
Supports/LAN /bi-directional LIS and HL7Support external inkjet and Laser Printer with various template & user defined template
3 part full blood count analyzer
Specifications: Two measuring chambers Dedicated apertures for RBC and WBC Low sample volume (25ul) Automatic dilution and calibration Input of laboratory name on print outs Identification by sample ID or patient name Speed: 30 tests per hour Storage of 10,000 results USB drive provided to ease data management Inbuilt printer Integrated statistic menu and QC program Multilingual dialogue Liquid sensor for waste tank, hence no risk of waste tank overflow Net weight:14 Kgs
Immuno assay analyzer (Chemilumiscence)
Sample Loading Up to 40 sample tubes Continuous loading, STAT available Analyzer auto numbered LIS connection Refrigerated sample area with independent power
26NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
supplyReagent Loading 9 reagents on board Continuous loading RFID reading all info of reagents Refrigerated reagent areaReagent Features Integrated kit, ready-to-use, no pretreatment required Integrated kit including calibrators Using superparamagnetic microbeads RFID tag storing all info of reagent RFID tag with built-in master curve 2-point calibration to adjust master curve Calibration stability: Max 4 weeks
Microscope Specifications Excellent Image Flexible Modular concept Inward-facing objective revolver for easy access. Compensation-free, infinity-corrected siedentopf head binocular head, 30° inclined. Robust and ergonomic design Magnification: 40x-1600x Widefield Occular WF-10x/18 Inward-facing quintuple (5-position) revolver. Plan DIN achromatic objectives (anti-fungal) 4x, 10x, 40x,100x Adjustable N.A 1.25 Abbe condenser with iris
27NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
diaphragm Filter holder and daylight (blue) filter Double-layer mechanical stage, 140mm/240mm/50 x 75mm Dual slide holder Coaxial coarses and fine-focus controls. Focus stroke 23mm
HB meter Specifications Measuring time <10seconds Results from 0 – 30g/dl Precalibrated, portable instrument Simple Intuitive operation Modern, extremely durable optics Tough construction designed for use even under adverse conditions. Sample volume: 10µl Wavelength: 574nm – specific LED Memory: up to 1,000 results including date and time Open for other clinical chemistry tests
Semi Automated chemistry analyzer
Specifications: Semi-automatic photometer with reference channel optics 8 installed wavelengths: 340, 405, 505, 546, 578, 620, 700, 750 nm Open channels for user-defined methods Total of 144 programmable methods Preinstalled settings for HUMAN
28NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
reagents Multi-language software: English, French, Spanish LIS (Ethernet, uni-directional) by using the integrated LAN interface Large color touch-screen 800 x 480 pixels Integrated incubator with 10 round and 2 square positions Built-in printer Passive cooling system – absolutely silent Removable side panel – for quick access to lamp and pump tube Flexible use with Flow cell and square cuvettes Reflector lamp – low energy consumption Optional battery pack and solar panel for use in remote areas
Automated chemistry analyzer
Features:• Open system with 30 Reagent positions• 100 tests/hour random access throughput• On board reagent cooling• Automatic post dilution• Software based on Windows XP• Optional ISE Module for Na, K, Cl.• Removable reagent and sample racks • Optic System: 8 discrete wave lengths
29NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
(340,380,405,510,546,578,620,720nm) Linearity from 0.500 to 3.000 Abs Photometric sensitivity 0.0001 Abs Cooling at 12 Degrees Centigrade Water consumption 0.75L/Hrs Dimensions: 90x67x45cm Weight: 74Kgs
HbA1c Meter
Features:• Display LCD Screen 70 x 40 mm• Languages available English• Throughput 4 minutes per sample• User interface Foil keysTests• Description HbA1c reagent cartridges• Prefilled cartridges• Parameters HbA1c• Method Boronate Affinity• Shelf life 12 months• Stability 30 days at room temperature• Calculation mode Fluorescence quenching
Data Processing • Memory for Patient results, quality control records• Memory capacity 7000
30NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
• Printer Optional HumaMeter A1c thermal printer cat.no. 16081
Sample• Sample type Whole blood• Sample positions 1• Sampling volume 4 ml• Loading Manual • Physical dimensions (W x D x H) Instrument without any components: 20 x 8.5 x 13 cm • Space required for routine use: 30 x 16 x 20 cm • Packaging: 45 x 22.5 x 25.5 cm • Weight: Gross: 2.4 kg, net: 2.2 kg • Electrical requirements 115...230 VAC, 24 V DC / 1.25A • Environmental Operating: temperature 15...35°C, humidity < 85 % non-condensing • Storage: temperature 15...35°C, humidity < 85 % non-condensin
Eliza reader Features Large LCD display with touch screen Windows software 5 seconds speed for complete plate Extensive on-board data analysis Stored Calibration Curves Patient database including patient-specific reports. Memory for 200 methods and 10,000 results 8 channel
31NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
fibre optics. Plate shaking capability. Dimensions: LxWxH (450mm x 330mm x 140mm) Weight : 10kg
Oven Specifications Useful volume: 44 litres Temperature range :100oC to 250oC Interior chamber: Electro-acid coated aluminium Programmable microprocessor control system Digital display for temperature and time Timer: 1 min to 100 hours and hold position Safety thermostat Two shelves Int. Dim.s (W x D x H): 420 x 320 x 360 mm Ext. Dim.s (W x D x H): 700 x 470 x 540 mm 230V – 50Hz
Lab rotator Features Variable speed (45-250 rpm) Ideal for all routine testing 30-minute timer Built-in analog tachometer Timed or continuous operations Space-saving design Suction-cupped feet Hold-down spring for small flasks Includes moisture cover for RPR Height: 6”
32NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
(15.2cm), Length: 9” (22.9cm), Width: 9” (22.9cm) Weight: 9.7lbs (4.4kg)
Roller mixer Size. 4 Nos. x 230 mm long. RPM. 30 RPM/ 36 RPM. Mixing Time. 15 to 20 Minutes. Weight. 2.0 Kg. Net. Capacity. Container 6 Nos. (4ml) or 5ml x 15 Nos.Plastic rollers are suitable for use with a variety of tubes.Number of rollers. 6. 6. Speed. 33rpm. 5 to 60rpm. Amplitude. 16mm. 16mm. Maximum load. 5kg. 5kg. Controls. Analogue.
Blood sugar meter
Wide Hb measurement range of 4.5 – 25.6 g/dL
Calculated Hct range of 13 – 75%
Portable handheld Large, easy-to-read
LCD Optional test devices
minimize contamination
Results in < 15 seconds
Auto-calibration Stores up to 1,000
resultsFast data transfer via Mini USB port
33NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
Electrolyte Analyzer
Product Specifications: Throughput: 60
samples per hour Sample volume: 100-
200Μl Ion: K+, Na+, Cl-,
iCa2+, pH, Li+, customized selection of ions, optional CO2
Calibration: Automatic or On-demand
Closed reagent, real time monitoring reagent
Printer: Internal thermal printer
Display: LCD Storage: Up to 50,000
results Interface: RS-232,
support LIS Reagents: DS-Ⅰ(NO.3) Standard A
Standard B Cleaning Solution PVC Electrode
Activating Solution DS- Ref. Filling
Solution DS- ISE Filling Solution
DE protein SolutionIncubator with natural convection
Capacity: 44 litres Temperature range:
Ambient to 80oC Interior chamber:
Electro-acid coated aluminium
Programmable microprocessor control
34NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
system Digital Display for
temperature and time Timer: 1 min to 100
hours and hold position
Proportional heating system
Safety thermostat Internal glass door Two shelves Int. Dim.s (W x D x H):
420 x 320 x 360 mm Ext. Dim.s (W x D x H):
700 x 470 x 540 mm230V - 50Hz
Gene xpert/viral load machine
Physical dimensionsIv processing unit (27.94cm (W) x 30.48 cm (H) x 29.72 cm (D)
Power requirement19A @110V˷, 0.95A@200V˷
Diagnostic systems4 module instruments with desktop – part numbers (4D)
Reaction site thermal controls- Solid state heater
and forced-air cooling at each site
- Reaction chamber thermistors calibrated to ±1.0°C
- Upto 4 independently –controlled reaction
35NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
sites Cartridges
Single-use disposable cartridgesPolypropylene construction
Performance Parameters- Heating ramp rates
(max)10°C per second from 50°C to 95°C
- Cooling ramp rates (max)
2.5°C per second from 95°C to 50°C
- Temperature duration accuracy
± 10 seconds from programed time
- Temperature accuracy
± 10 seconds from 60°C to 95°C
- Melt curve programmable ramp rates
0.01°C per second 1.0°C /sec
Handheld Pulse Oximeter
Measures SPO2+PR+Temp High resolution, 3.5” color LED
display. Rotating screen for maximum clarity. Visual & sound alarms.
Light and compact handheld design.
Supplied with clip and case to attach to pillow.
Uses AA size alkaline or rechargeable batteries
36NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
Fingertip Pulse
The oximeter measures pulse oxygen saturation (SpO2 ) value, pulse rate value, and pulse strength.Small and lightweight, this clip sensor automatically takes readings when a finger is inserted; Precise readings in seconds; SpO2, pulse rate and pulse bar readings; Multi-directional display with full-color OLED screen; Durable silicone boot construction resists cracking
Omron BP Machine
Cuff Wrapping Guide. Weight (without Batteries): 280 g.
Blood Pressure Level Indicator.
Detects Irregular Heartbeat. 74 (L) x 54 (W) mm LCD Size. Unit Size: 107 (W) x 79 (H) x
141 (L) mm. Battery Life: 1000 Times.Arm Cuff: Fits Arm Circumference (22 – 32 cm)
Examination Coaches
Features:Fixed-height
Number of sections:2 sections
Other characteristics: Ergonomic
Medicine Trolley
Stainless steel Frame (AISI 304)
2 s/s shelves with perimetrical rim
S/S table top with back guardrail
S/S lower shelf with guardrail on 3 sides
1 removable s/s drawer Built – in handles 4 castors (2 braked) 4 bumpers (one at each
corner)Dimensions: 50Χ70Χ85 cm
37NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
Examination Screens
Framework made of stainless steel material
Epoxy powder coating 4 fold partition on leg With 50mm swivel castor
Fabric upholstery screenInfusion Stands
(a)Framework made of quality stainless steel materials
Stand made of quality stainless steel materials with adjustable stainless steel IV pole.
5 stainless steel prong legs. 50mm swivel castors Height adjustable by screw
knob Double IV hook Stable and heavy duty
(b)Framework made of quality stainless steel materials
Stand made of quality stainless steel materials with adjustable stainless steel IV pole
Stainless steel prong legs 50mm swivel castors Height adjustable by screw
knob Four IV hooks
Stable and heavy duty(a) S
tretcher
Light Weight, easy clean, anodized aluminium alloy framework with 2 wheels.
Washable, water proof & anti-fungus fabric top with safety belts.
Unfolded Size (LxWxH): 185x52x23cm.
Folded Size (LxWxH): 93x52x10cm.
(b) Folding Stretcher
Aluminum alloy material frame Sleeping surface made of PVC
– color: Can be folded and packed in a
bagDimensions: 110Χ15Χ7 cm
38NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
(folded)221Χ53Χ15 cm (unfolded)
Foldable Wheelchair
Chromed steel frame. Fixed armrest, fixed footrest. Solid castor, Solid rear wheel
with spokes.Patient controlled brakes
Under Arm Crutches
Made of aluminium Height adjustable
Different sizes
Complete Dental Unit
Equipped with a highly intuitive 3-digit display panel, which allows for instrument speed and power adjustments.S.NO
STANDARD CONFIGURATION
QTY1 Dismountable glass
spittoon1
2 Motor dental chair control system
13 24V noiseless DC under
voltage motor chair1
4 Pure water purified system
15 Operating lamp 16 X-film viewer 17 3-way syringe with
cold/hot water2 PCS
8 Saliva ejector with low suction
19 Integrated foot
controller1
10 Dentist stool 111 Imported or domestic
high speed air turbine 1
12 Imported or domestic low speed air motor
113 Ultrasonic scalar 114 Curing light 115 38L Dental silent oil free
air compressor1
16 Installation No charges on iinstallationMORE SPECIFICATIONS
1 Supplied voltage 220V/50Hz2 Supplied Air pressure 0.5Mpa-0.8Mpa3 Supplied Water
pressure0.2Mpa-0.4Mpa
Autoclave Machine
Fully stainless steel structure Electric or LPG heated Double scale indication
pressure gauge. Easy to operate, safe and
reliable. Sterilizing volume:24L Working pressure:0.14-
0.16Mpa39
NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
Working temperature:126℃ Max. safety
pressure:0.165Mpa Power:AC220V/50Hz/2 KW Dimension:410×410×550 mm
G.W /N. W:17/15 KGThree Channel Digital Ecg Machine
3 channel ECG machine with interpretation
5.0” color TFT LCD display Manual/Auto working modes Use digital isolation
technology and digital signal processing
Simultaneous 12 leads acquisition and 1, 1+1, 3 channel (Manual/Auto) recording with high resolution thermal printer
Baseline stabilization inspection
Full alphanumeric silicon keyboardSupport U disk and SD card storage
Ultrasound Machine
An 8-core DSP processor and a front-end ultrasound chip with the latest generation of "digital demodulator" is adopted, providing powerful computing capability, high integration, low power consumption as well as seamless upgrade which supports electrography.
Sparse transmit & multi-beam parallel processing
technology Plane-wave transmitting as
well as 16-beam parallel receiving and processing improve the frame rate of image and blood sensitivity in B + C and B + C + D modes, achieving triplex display.
Pulse inversion harmonic imaging technology
40NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
Superior to traditional tissue harmonic imaging technology, pulse inversion harmonic imaging technology is applied to suppress side lobes and improve contrast resolution of the tissue with Counteracted fundamental and enhanced harmonic.
Synthetic aperture beam-forming technology
Break of restrictions traditional DAS beam-forming algorithm has on the number of physical channels generates excellent images both in nearfield and in far field with smaller hardware and lower transmit power.
A continuous transmit focus at every pixel
The distance differences of transmitting sound waves and those of receiving sound waves are calculated simultaneously, resulting to higher imaging precision and accuracy. Diagnostic differences caused by differentiation of operators are lessened with no focus displayed and no need of manual adjustments.
Speckle noise suppression technologyRemoval of speckle noise significantly clears and smooths the 2D image
Portable X-Ray Machine
SpecificationsPower Output - 3.5KWFrequency - 40KHzX-Ray Tube - Fixed anode, Focus 1.5Tube Voltage -40~110KV (interval 1KV)Tube Current
41NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
- 40~49KV 63mA 1~125 mAs
- 50~59KV 56mA 1~110 mAs
- 60~69KV 45mA 1~90 mAs- 70~79KV 40mA 1~80 mAs- 80~89KV 36mA 1~71 mAs- 90~99KV 32mA 1~63 mAs- 100~110KV 20mA 1~40
mAsmAs - 1.0~125 mAs (45 steps)Power Supply - 220V±10% 50Hz inner-resistance≤1.0Ω
Operation Method - Wire /Wireless control
Defibrillator
The following specifications define a portable, lightweight; battery or accumulator operated automated external to treat Patients requiring basic Life Support Weight of complete unit, excluding batteries or accumulator, shall permit easy Transport. The overall Dimensions shall enable easy storage and portability. The Casing shall be constructed to withstand the standard operating Conditions in a Physician’s office and/or Hospital. The device must also with stand the harsh operating conditions associated with Ambulance use. The unit shall be safe to use both for the operator and the patient. Defibrillator The device shall utilize Biphasic waveform technology as the primary energy delivery option and shall include automatic and manual modes the biphasic waveform shall allow for escalating energies up to at least 200 Joules Safety:
42NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
Internal discharge of energy if no discharge is effected. Internal self-testing and fault recognition. Required power 200-240V 50/60 Hz Weight not more 10kg.
Pediatric weighing scale
Capacity-0-20 kg Graduation-10 gr. Precision-+/- 10 gr. Washable surface
Nebulizer Nebulizer with compressor on mobile stand Aerosol particles in range 1 to 5 micron Flow rate at least 4 ml/minute Liquid/medication container at least 200ml Power requirement 220 V, 50 Hz
Otoscope Size of the aural: 3, 4, 5, 6, 8mm diameter - Power Supply: AC220V; - Illumination Bulb: 2.5V/0.3A; - Magnifier: 3 Times - 58×34×22cm
Examination lamp
PARAMETER SPECIFICATION Illuminance 30,000Lux 0.5m / 5,000Lux 1m, Color Temperature 4800±500K Size of Light Field 100mm, Adjustable light, Power Supply Voltage 220V/50Hz, Rated Power of Bulb 3.3V/3W, Crutch Adjust up/down, Bulb LED
Emergency trolley
Size: 850 *520 *1010mm - 5pcs drawers (2 small, 2 middle and 1 big) - 2pc garbage bin with lid and 1pc transparent file case - 1pc I.V pole and 1 pc Tray - 5’’ castor with brake on the cross With one holder for oxygen cylinder, C.P.R board, power outlet 1. Functions: Specialized to be applied in hospitals, health centers, and medical colleges, available as treating, nursing, experimentation,
43NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
medicine-logistic or equipment-logistic and etc. 2. Material and structure: Mainly made of high-strength engineering plastic (ABS) with aluminum columns, connected by tension link to consolidate inside, with scientific structure and nice appearance. 3. Features Adopt ABS material which is with the strength of anti-corrosive, anti-rust, anti-static, easily-cleaning, impact resistance, well load-bearing, colorful, durable and recyclable etc. Equipped with luxurious noiseless casters, and it is handy to push and flexible to move &brake without noise
Adult weighing machine
Height rod as standard (measures up to 210cm / 7’), robust metal housing, Anti-slip platformAdjustable zero point, Wheels to allow easy movement, 2 weighing units (kg, lb).
Defibrillator
Non-synchronizer: External defibrillator Sine wave: Biphasic technology Energy: 0, 20, 50, 100, 160, 250, 300, 360 joule (nominal at a resistance of 50) Charging time: At 360J less than 10 sec Paddle: Reusable external adult paddles (pediatric paddles integrated) Power Supply: Operates from the mains (AC) and battery Battery: Charge 3.5h to full ; Full charge to 35 shocks (360 Joules) Sealed rechargeable 12 volt NIMH battery Power requirements AC Power supply 110V, 60 Hz /220V, 50 Hz Vehicle Voltage DC 12V
Oxygen cylinder
Shell Chrome Molybdenum Alloy 34 Cr OR Manganese steel, Capacity: 46.7 Ltr water capacity, Working pressure (Minimum) 150kg/cm2 at 15o c, Test Pressure (minimum 250kg/cm2 at 15o c, Wall thickness (minimum) 5.5 mm minimum, Gas (
44NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
O2): Around7000 ltr of O2 Standard: IS 7825 part II Valve: , IS 3224 Statutory certifications: ISI Standards, BMP Certification WHO & Certified by Dept Explosives –GOk, Matching Key cum Spanner to release oxygen, Matching Key cum Spanner to release oxygen, Hoses used from cylinder to the regulator if at all any Should withstand a pressure of not less than 160 Kg/cm2 or 2250 psi.
Stethoscope
Stain less steel Chest piece, Dual head rotatable with diaphragm on one side and bell on the other, Non-chill diaphragm and retaining ring, Non-chill lining for the bell, Soft sealing ear tips, Head set anodized aluminum or stainless steel, Tube length 20 to 30 inches, Diaphragm diameter is an inch to 1 ½ inch, An extra set of ear piece/ diaphragm and retainers should be provided.
Dressing pack
KIDNEY DISH, medium, 250x140x40mm, stainless steel 1SCISSORS, 14.5 cm, sharp-blunt, straight 1FORCEPS, DRESSING, BLANK,
14.5 cm, atraumatic serration1
FORCEPS, PEAN, 14 cm, serrated jaws, half way 1
Suturing pack
2 toothed dissecting forceps, 2 plain dissecting forceps,
dissecting forceps, 2 30 oz. and 60 oz. gallipot 1 straight stitch scissors 1 curved scissors 1 needle holder, 2 bladder handle size 3 and 4
1 instrument traySpeculum set
KIDNEY DISH, medium, 250x140x40mm, stainless steel 1
SCISSORS, MAYO, 17 cm, 45
NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
curved 1 FORCEPS, Towel Clamp,
Backhaus 6 FORCEPS, SPONGE, FOERSTER,
24cm, serrated jaws, straight2
SPECULUM-Cusco vaginal speculum size, large, medium and small 125 cm, tenaculum, straight
2Laryngoscope
LED laryngoscope set, adult, stainless steel blades with removable led lamp. Handle and blades are made of 304 grade stainless steel, supplied with 4 blades sizes 1, 2, 3 and 4 and 2 batteries for the handle and 1 spare led lamp and batteries
Fetoscope Pinard plastic medium size, 8 inches
Thermometer
Displays: 34 -44 - degree centigrade Accuracy+ -0.2 min scale: 0.1, Memory 10memories, measuring time one second
Disposal bins
Colour coded (red, yellow and black) plastic with movable self - closing lid flap or pedal bin to close the lid, 20 litres.
Step stool Material: Stainless Steel Height: 10 to 15 Inch Capacity Kg: 150 Kg Weight: 5.7 Kg
Top Material: rubber SheetOxygen Concentrator
5L/min Dual flowsPSA technologyAdjustable flow rate Timing: LCD show Record the accumulatead woking time of the machine, accumulated time, set timeFlow rate: 0-5LPM
46NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
Purity: 93%+-3%
Outlet pressure(Mpa):0.04-0.07
Sound level(dB)<=50
Power consumption:≤480W America humidifier France zeolitePower:AC220±10%, 50/60±1Hz; AC110V+-10%, 50/60Hz+-1Hz America humidifier France zeolitePower:AC220±10%, 50/60±1Hz; AC110V+-10%, 50/60Hz+-1HzN.W.:25KGPacking size:435*435*640mm
Suction Machine
Suction pump is negative pressure, one-way pump.Have negative pressure adjustive valve and check valve, be capable of adjusting safe pressure, and selecting arbitrary value in safe pressure rangePedal switch is controlled by low voltage.Limit negative pressure value: ≥0.09Mpa under standard atmospheric pressureAir suction rate: ≥20L/min(at the end), ≥30L/min(at the pump) under standard atmospheric pressureMucus bottle: 2500ml×2 Noise: ≤60dB(A)
Glucometer
Should be hand held meterRequire no routine maintenanceHave reading range/linearity from 20 to 600mg/dlHave a maximum reading time of less than 10 secondsUse electrochemical technologyUse minimum blood sample less than 1.5lHave LCD displayHave measuring unit in mg/dlHave wide operating temperatureHave a minimum memory of 50Have lifetime replacement offerHave easy code entry techniqueBe replaceable without using any tools
47NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
Have facility to ensure accuracy of measurementsBe supplied with three types of control solutions of each at least 20ml
Have safety certificate from a competent authority CE/FDA(US)/STQC CB certificate/STQC S certificate or valid detailed electrical and functional safety test
Procedure Trolley
Stainless steel Frame (AISI 304)
2 s/s shelves with perimetrical rim
S/S table top with back guardrail
S/S lower shelf with guardrail on 3 sides
1 removable s/s drawer Built – in handles 4 castors (2 braked) 4 bumpers (one at each
corner) Dimensions: 50Χ70Χ85 cm
Stage Two: Technical EvaluationThe brochures and manufacturers authorization provided shall be evaluated against the specifications/technical requirements. Tenderers shall be expected to meet or exceed the pass mark specified for each item. Tenderers shall be ranked based on technical performance.This shall attract a maximum of 100 Marks (100%). Bidders whose product shall attain a technical score of full percentage shall proceed for Financial Evaluation.
Instructio Particulars of appendix to instructions to 48
NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
ns to tenderers
tenderers
2.27 Particulars of post – qualification if applicable.
NYS shall inspect the premises and /or check the accuracy of any or all information provided by the bidder before awarding a contract.
2.27.6 Stage Three: Financial EvaluationThe technically responsive Tenderers shall have their prices compared to determine the lowest evaluated bid. Financial Evaluation shall attract a maximum of 25% marks.
Prior to price comparison, the following checks shall be applied:
(i) The item has been quoted for as per the requirements of this tender.
(ii) Tender security has been provided for the lot quoted
(iii) Tender Securing declaration has been provided for Youth, women and Persons living with disability.
Award: Bidders who obtain the highest combined score from the Technical and Financial Evaluation shall be recommended for contract award.
Award Criteria:Award shall be to the lowest evaluated bidder per line item.
Contract may be awarded in whole OR partially on evaluated line items.
49NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
SECTION III - GENERAL CONDITIONS OF CONTRACT
3.1 Definitions
3.1.1 In this Contract, the following terms shall be interpreted as indicated:-(a)“The Contract” means the agreement entered into between
the Procuring entity and the tenderer, as recorded in the Contract Form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein.
(b)“The Contract Price” means the price payable to the tenderer under the Contract for the full and proper performance of its contractual obligations
(c) “The Goods” means all of the equipment, machinery, and/or other materials, which the tenderer is required to supply to the Procuring entity under the Contract.
(d)“The Procuring entity” means the organization purchasing the Goods under this Contract.
(e)“The Tenderer’ means the individual or firm supplying the Goods under this Contract.
3.2 Application
3.2.1 These General Conditions shall apply in all Contracts made by the Procuring entity for the procurement installation and commissioning of equipment
3.3 Country of Origin
3.3.1 For purposes of this clause, “Origin” means the place where the Goods were mined, grown or produced.
50NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
3.3.2 The origin of Goods and Services is distinct from the nationality of the tenderer.
3.4 Standards
3.4.1 The Goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications.
3.5 Use of Contract Documents and Information
3.5.1 The tenderer shall not, without the Procuring entity’s prior written consent, disclose the Contract, or any provision therefore, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Procuring entity in connection therewith, to any person other than a person employed by the tenderer in the performance of the Contract.
3.5.2 The tenderer shall not, without the Procuring entity’s prior written consent, make use of any document or information enumerated in paragraph 3.5.1 above
3.5.3 Any document, other than the Contract itself, enumerated in paragraph 3.5.1 shall remain the property of the Procuring entity and shall be returned (all copies) to the Procuring entity on completion of the Tenderer’s performance under the Contract if so required by the Procuring entity
3.6 Patent Rights
3.6.1 The tenderer shall indemnify the Procuring entity against all third-party claims of infringement of patent, trademark, or industrial design rights arising from use of the Goods or any part thereof in the Procuring entity’s country
3.7 Performance Security
3.7.1 Within thirty (30) days of receipt of the notification of Contract award, the successful tenderer shall furnish to the Procuring entity the performance security in the amount specified in Special Conditions of Contract.
3.7.2 The proceeds of the performance security shall be payable to the Procuring entity as compensation for any loss resulting from the Tenderer’s failure to complete its obligations under the Contract.
51NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
3.7.3 The performance security shall be denominated in the currency of the Contract, or in a freely convertible currency acceptable to the Procuring entity and shall be in the form of a bank guarantee or an irrevocable letter of credit issued by a reputable bank located in Kenya or abroad, acceptable to the Procuring entity, in the form provided in the tender documents.
3.7.4 The performance security will be discharged by the Procuring entity and returned to the Candidate not later than thirty (30) days following the date of completion of the Tenderer’s performance obligations under the Contract, including any warranty obligations, under the Contract
3.8 Inspection and Tests
3.8.1 The Procuring entity or its representative shall have the right to inspect and/or to test the goods to confirm their conformity to the Contract specifications. The Procuring entity shall notify the tenderer in writing in a timely manner, of the identity of any representatives retained for these purposes.
3.8.2 The inspections and tests may be conducted in the premises of the tenderer or its subcontractor(s), at point of delivery, and/or at the Goods’ final destination If conducted on the premises of the tenderer or its subcontractor(s), all reasonable facilities and assistance, including access to drawings and production data, shall be furnished to the inspectors at no charge to the Procuring entity.
3.8.3 Should any inspected or tested goods fail to conform to the Specifications, the Procuring entity may reject the equipment, and the tenderer shall either replace the rejected equipment or make alterations necessary to make specification requirements free of costs to the Procuring entity.
3.8.4 The Procuring entity’s right to inspect, test and where necessary, reject the goods after the Goods’ arrival shall in no way be limited or waived by reason of the equipment having previously been inspected, tested and passed by the Procuring entity or its representative prior to the equipment delivery.
3.8.5 Nothing in paragraph 3.8 shall in any way release the tenderer from any warranty or other obligations under this Contract.
52NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
3.9 Packing
3.9.1 The tenderer shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit to their final destination, as indicated in the Contract.
3.9.2 The packing, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract
3.10 Delivery and Documents
3.10.1 Delivery of the Goods shall be made by the tenderer in accordance with the terms specified by Procuring entity in its Schedule of Requirements and the Special Conditions of Contract
3.11 Insurance
3.11.1 The Goods supplied under the Contract shall be fully insured against loss or damage incidental to manufacturer or acquisition, transportation, storage, and delivery in the manner specified in the Special conditions of contract.
3.12 Payment
3.12.1The method and conditions of payment to be made to the tenderer under this Contract shall be specified in Special Conditions of Contract
3.12.2Payments shall be made promptly by the Procuring entity as specified in the contract
3.13 Prices
3.13.1Prices charged by the tenderer for goods delivered and services performed under the Contract shall not, with the exception of any price adjustments authorized in Special Conditions of Contract, vary from the prices by the tenderer in its tender.
3.13.2 Contract price variations shall not be allowed for contracts not exceeding one year (12 months)
3.13.3 Where contract price variation is allowed, the variation shall not exceed 10% of the original contract price.
53NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
3.13.4 Price variation request shall be processed by the procuring entity within 30 days of receiving the request.
3.14Assignment
3.14.1The tenderer shall not assign, in whole or in part, its obligations to perform under this Contract, except with the Procuring entity’s prior written consent.
3.15Subcontracts
3.15.1The tenderer shall notify the Procuring entity in writing of all subcontracts awarded under this Contract if not already specified in the tender. Such notification, in the original tender or later, shall not relieve the tenderer from any liability or obligation under the Contract
3.16Termination for default
3.16.1The Procuring entity may, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the tenderer, terminate this Contract in whole or in part
3.16.2 if the tenderer fails to deliver any or all of the goods within the period(s) specified in the Contract, or within any extension thereof granted by the Procuring entity
3.16.3 if the tenderer fails to perform any other obligation(s) under the Contract
3.16.4 if the tenderer, in the judgment of the Procuring entity has engaged in corrupt or fraudulent practices in competing for or in executing the Contract
3.16.5 In the event the Procuring entity terminates the Contract in whole or in part, it may procure, upon such terms and in such manner as it deems appropriate, equipment similar to those undelivered, and the tenderer shall be liable to the Procuring entity for any excess costs for such similar goods.
3.17Liquidated Damages
3.17.1. If the tenderer fails to deliver any or all of the goods within the period(s) specified in the contract, the procuring entity shall, without prejudice to its other remedies under the contract,
54NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
deduct from the contract prices liquidated damages sum equivalent to 0.5% of the delivered price of the delayed items up to a maximum deduction of 10% of the delayed goods. After this the tenderer may consider termination of the contract.
3.18Resolution of Disputes
3.18.1The procuring entity and the tenderer shall make every effort to resolve amicably by direct informal negotiation and disagreement or dispute arising between them under or in connection with the contract
3.18.2 If, after thirty (30) days from the commencement of such informal negotiations both parties have been unable to resolve amicably a contract dispute, either party may require adjudication in an agreed national or international forum, and/or international arbitration.
3.19Language and Law
3.19.1The language of the contract and the law governing the contract shall be English language and the Laws of Kenya respectively unless otherwise stated.
3.20Force Majeure
3.20.1The tenderer shall not be liable for forfeiture of its performance security or termination for default if and to the extent that it’s delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.
55NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
SECTION IV - SPECIAL CONDITIONS OF CONTRACT
4.1 Special Conditions of Contract shall supplement the General Conditions of Contract. Whenever there is a conflict, between the General conditions and the Special conditions of the contract, the provisions of the Special conditions of contract herein shall prevail over those in the General conditions of the contract.
REFERENCE OF G.C.C
SPECIAL CONDITIONS OF CONTRACT
3.4.1 StandardsThe tenderer must submit a sample for each of the items offered not later than two (2) days before the tender closing date and time during working hours. The sample is to be clearly labeled with the tenderer’s name, tender reference and identification of the product. The sample provided shall be tested by the relevant government institutions as per government standards in conformity with the availed specifications. Samples not satisfying the KEBS requirements in addition to the specified technical specifications shall be rejected and the bidder disqualified from further evaluation.
3.7.1Performance SecurityPerformance Security of 2% of the total tender price in the form of Bank Guarantee, Bankers Cheque or any other Financial Instrument approved by PPRA will be required before entering into a contract.
3.9 PackingThe packages must be clearly labelled with
56NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
description of contents and quantities3.10 Delivery
The delivery point shall be the National youth Service headquarters stores in Nairobi
3.13 PricesPrices quoted must be net and in Kenya shillings and be inclusive of all Government taxes and delivery charges to NYS stores.The prices must remain valid for 120 days from the date of contract signing.One year after signing of contract, Index mechanism to adjust prices will be based on relevant public information.(CPI, Inflation, exchange rate and prevailing market prices)
3.17 Liquidated damagesIf the delivery date is extended except by mutual consent a penalty amounting to 0.5% of the total cost will be charged per day up to a maximum of thirty (30) days No deliveries shall be accepted after the 30th working day in which case the Order will automatically lapse and be deemed to have been cancelled at the close of business on the 30th day. The Procuring Entity shall then be at liberty to realize the performance bond. In this clause, ’days’ means working days.
3.18 Resolution of DisputesAny dispute(s) between the Parties on matters arising pursuant to this Contract that cannot be settled amicably within thirty (30) days after receipt by one Party of the other Party’s request for such amicable settlement shall be referred by either Party to arbitration for final settlement in accordance with the Arbitration Act No. 4 of
57NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
1995.The Arbitration Tribunal shall comprise three arbitrators. Each Party shall appoint one arbitrator and these two arbitrators shall thereafter jointly appoint the third arbitrator who shall serve as Chair of the arbitration panel.If the arbitrators appointed by the parties do not succeed in appointing a third arbitrator within thirty (30) days after the latter of the two arbitrators named by the Parties have been appointed, then the third arbitrator shall at the request of either Party be appointed by the Chairperson of the Chartered Institute of Arbitrators, Kenya Branch.
1. SUBMISSION OF BIDDING DOCUMENTSa) Completed Bidding Documents, one original in plain
sealed envelope clearly marked on top with the Tender Number and description. The outer bid envelope shall be marked ‘Original Bid’.
b) Technical (This part will contain all the requisite documentation required at the preliminary and technical evaluation stage.)
c) Financial (This part will contain the prices quoted by the bidder
2. OPENING OF TENDERSThe tenders shall be opened on 6th November, 2019 at 10.00 am (East African Time)..
3. EVALUATION
58NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
Tenderers shall be evaluated based on the criteria given in the Instructions to Tenderers.
59NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
SECTION V - TECHNICAL SPECIFICATIONS
5.1 General
5.1.1 These specifications describe the requirements for goods. Tenderers are requested to submit with their offers the detailed specifications, drawings, catalogues, etc. for the products they intend to supply
5.1.2 Tenderers must indicate on the specifications sheets whether the equipment offered comply with each specified requirement.
5.1.3 All the dimensions and capacities of the equipment to be supplied shall not be less than those required in these specifications. Deviations from the basic requirements, if any shall be explained in detail in writing with the offer, with supporting data such as calculation sheets, etc. The procuring entity reserves the right to reject the products, if such deviations shall be found critical to the use and operation of the products.
5.1.4 The tenderers are requested to present information along with their offers as follows:
(i) Shortest possible delivery period of each product5.2 Information on proper representative and/or workshop for back-
up service/repair and maintenance including their names and addresses.
60NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
DETAILED SPECIFICATIONS FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENTS/NO
ITEM DESCRIPTION SPECIFICATIONS
LOT 1: LABORATORY EQUIPMENTS1 5 part full blood count
analyzerLaser scatter + Chemical dye + Flow cytometry 5-partdifferentiation, 27 parametersUp to 60 samples per hourIndependent channel for Basophil measurement10.4 inches high resolution TFT touch screenPowerful capability to flag abnormal cellsLarge storage capacity: up to 50,000 samplesRecommended or customizable decision rules for re-exam abnormal samplesSupports/LAN /bi-directional LIS and HL7Support external inkjet and Laser Printer with various template & user defined template
2 3 part full blood count analyzer
Specifications: Two measuring chambers Dedicated apertures for RBC and WBC Low sample volume (25ul) Automatic dilution and calibration Input of laboratory name on print outs Identification by sample ID or patient name Speed: 30 tests per hour Storage of 10,000 results USB drive provided to ease data management Inbuilt printer Integrated statistic menu and QC program Multilingual dialogue Liquid sensor for waste tank, hence no risk of waste tank overflow Net weight:14 Kgs
3 Immuno assay analyzer (Chemilumiscence)
Sample Loading Up to 40 sample tubes Continuous loading, STAT available Analyzer auto numbered LIS connection Refrigerated sample area with independent power supplyReagent Loading 9 reagents on board Continuous loading RFID reading all info of reagents Refrigerated reagent areaReagent Features Integrated kit, ready-to-use, no pretreatment required Integrated kit including calibrators Using superparamagnetic microbeads RFID tag storing all info of reagent RFID tag with built-in master curve 2-point calibration to adjust master curve Calibration stability: Max 4 weeks
4 Microscope Specifications Excellent Image Flexible Modular concept Inward-facing objective revolver for easy access. Compensation-free, infinity-corrected siedentopf head binocular head, 30° inclined. Robust and ergonomic design Magnification: 40x-1600x Widefield Occular WF-10x/18
61NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
Inward-facing quintuple (5-position) revolver. Plan DIN achromatic objectives (anti-fungal) 4x, 10x, 40x,100x Adjustable N.A 1.25 Abbe condenser with iris diaphragm Filter holder and daylight (blue) filter Double-layer mechanical stage, 140mm/240mm/50 x 75mm Dual slide holder Coaxial coarses and fine-focus controls. Focus stroke 23mm
5 HB meter Specifications Measuring time <10seconds Results from 0 – 30g/dl Precalibrated, portable instrument Simple Intuitive operation Modern, extremely durable optics Tough construction designed for use even under adverse conditions. Sample volume: 10µl Wavelength: 574nm – specific LED Memory: up to 1,000 results including date and time Open for other clinical chemistry tests
6 Semi Automated chemistry analyzer
Specifications: Semi-automatic photometer with reference channel optics 8 installed wavelengths: 340, 405, 505, 546, 578, 620, 700, 750 nm Open channels for user-defined methods Total of 144 programmable methods Preinstalled settings for HUMAN reagents Multi-language software: English, French, Spanish LIS (Ethernet, uni-directional) by using the integrated LAN interface Large color touch-screen 800 x 480 pixels Integrated incubator with 10 round and 2 square positions Built-in printer Passive cooling system – absolutely silent Removable side panel – for quick access to lamp and pump tube Flexible use with Flow cell and square cuvettes Reflector lamp – low energy consumption Optional battery pack and solar panel for use in remote areas
7 Automated chemistry analyzer
Features:• Open system with 30 Reagent positions• 100 tests/hour random access throughput• On board reagent cooling• Automatic post dilution• Software based on Windows XP• Optional ISE Module for Na, K, Cl.• Removable reagent and sample racks • Optic System: 8 discrete wave lengths (340,380,405,510,546,578,620,720nm)
62NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
Linearity from 0.500 to 3.000 Abs Photometric sensitivity 0.0001 Abs Cooling at 12 Degrees Centigrade Water consumption 0.75L/Hrs Dimensions: 90x67x45cm Weight: 74Kgs
8 HbA1c Meter Features:• Display LCD Screen 70 x 40 mm• Languages available English• Throughput 4 minutes per sample• User interface Foil keysTests• Description HbA1c reagent cartridges• Prefilled cartridges• Parameters HbA1c• Method Boronate Affinity• Shelf life 12 months• Stability 30 days at room temperature• Calculation mode Fluorescence quenching
Data Processing • Memory for Patient results, quality control records• Memory capacity 7000• Printer Optional HumaMeter A1c thermal printer cat.no. 16081
Sample• Sample type Whole blood• Sample positions 1• Sampling volume 4 ml• Loading Manual • Physical dimensions (W x D x H) Instrument without any components: 20 x 8.5 x 13 cm • Space required for routine use: 30 x 16 x 20 cm • Packaging: 45 x 22.5 x 25.5 cm • Weight: Gross: 2.4 kg, net: 2.2 kg • Electrical requirements 115...230 VAC, 24 V DC / 1.25A • Environmental Operating: temperature 15...35°C, humidity < 85 % non-condensing • Storage: temperature 15...35°C, humidity < 85 % non-condensin
9 Eliza reader Features Large LCD display with touch screen Windows software 5 seconds speed for complete plate Extensive on-board data analysis Stored Calibration Curves Patient
63NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
database including patient-specific reports. Memory for 200 methods and 10,000 results 8 channel fibre optics. Plate shaking capability. Dimensions: LxWxH (450mm x 330mm x 140mm) Weight : 10kg
10 Oven Specifications Useful volume: 44 litres Temperature range :100oC to 250oC Interior chamber: Electro-acid coated aluminium Programmable microprocessor control system Digital display for temperature and time Timer: 1 min to 100 hours and hold position Safety thermostat Two shelves Int. Dim.s (W x D x H): 420 x 320 x 360 mm Ext. Dim.s (W x D x H): 700 x 470 x 540 mm 230V – 50Hz
11 Lab rotator Features Variable speed (45-250 rpm) Ideal for all routine testing 30-minute timer Built-in analog tachometer Timed or continuous operations Space-saving design Suction-cupped feet Hold-down spring for small flasks Includes moisture cover for RPR Height: 6” (15.2cm), Length: 9” (22.9cm), Width: 9” (22.9cm) Weight: 9.7lbs (4.4kg)
12 Roller mixer Size. 4 Nos. x 230 mm long. RPM. 30 RPM/ 36 RPM. Mixing Time. 15 to 20 Minutes. Weight. 2.0 Kg. Net. Capacity. Container 6 Nos. (4ml) or 5ml x 15 Nos.Plastic rollers are suitable for use with a variety of tubes.Number of rollers. 6. 6. Speed. 33rpm. 5 to 60rpm. Amplitude. 16mm. 16mm. Maximum load. 5kg. 5kg. Controls. Analogue.
13 Blood sugar meter Wide Hb measurement range of 4.5 – 25.6 g/dL
Calculated Hct range of 13 – 75% Portable handheld Large, easy-to-read LCD Optional test devices minimize
contamination Results in < 15 seconds Auto-calibration Stores up to 1,000 results Fast data transfer via Mini USB port
64NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
14 Electrolyte Analyzer Product Specifications: Throughput: 60 samples per hour Sample volume: 100-200Μl Ion: K+, Na+, Cl-, iCa2+, pH, Li+,
customized selection of ions, optional CO2 Calibration: Automatic or On-demand Closed reagent, real time monitoring
reagent Printer: Internal thermal printer Display: LCD Storage: Up to 50,000 results Interface: RS-232, support LIS Reagents: DS-Ⅰ(NO.3) Standard A Standard B Cleaning Solution PVC Electrode Activating Solution DS- Ref. Filling Solution DS- ISE Filling Solution DE protein Solution
15 Incubator with natural convection
Capacity: 44 litres Temperature range: Ambient to 80oC Interior chamber: Electro-acid coated
aluminium Programmable microprocessor control
system Digital Display for temperature and time Timer: 1 min to 100 hours and hold
position Proportional heating system Safety thermostat Internal glass door Two shelves Int. Dim.s (W x D x H): 420 x 320 x 360
mm Ext. Dim.s (W x D x H): 700 x 470 x 540 mm
230V - 50Hz
16 Gene xpert/viral load machine
Physical dimensionsIv processing unit (27.94cm (W) x 30.48 cm (H) x 29.72 cm (D)
Power requirement19A @110V˷, 0.95A@200V˷
Diagnostic systems4 module instruments with desktop – part numbers (4D)
Reaction site thermal controls- Solid state heater and forced-air
65NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
cooling at each site- Reaction chamber thermistors calibrated to
±1.0°C- Upto 4 independently –controlled
reaction sites Cartridges
Single-use disposable cartridgesPolypropylene construction
Performance Parameters- Heating ramp rates (max)
10°C per second from 50°C to 95°C- Cooling ramp rates (max)
2.5°C per second from 95°C to 50°C- Temperature duration accuracy
± 10 seconds from programed time- Temperature accuracy
± 10 seconds from 60°C to 95°C- Melt curve programmable ramp rates
0.01°C per second 1.0°C /sec
LOT 2 : MEDICAL EQUIPMENTS/NO
ITEM DESCRIPTION
SPECIFICATIONS
1 Handheld Pulse Oximeter
Measures SPO2+PR+Temp High resolution, 3.5” color LED display. Rotating
screen for maximum clarity. Visual & sound alarms.
Light and compact handheld design. Supplied with clip and case to attach to pillow. Uses AA size alkaline or rechargeable batteries
2 Fingertip Pulse The oximeter measures pulse oxygen saturation (SpO2 ) value, pulse rate value, and pulse strength.
Small and lightweight, this clip sensor automatically takes readings when a finger is inserted; Precise readings in seconds; SpO2, pulse rate and pulse bar readings; Multi-directional display with full-color OLED screen; Durable silicone boot construction resists cracking
3 Omron BP Machine
Cuff Wrapping Guide. Weight (without Batteries): 280 g. Blood Pressure Level Indicator. Detects Irregular Heartbeat. 74 (L) x 54 (W) mm LCD Size. Unit Size: 107 (W) x 79 (H) x 141 (L) mm. Battery
Life: 1000 Times. Arm Cuff: Fits Arm Circumference (22 – 32 cm)
4 Examination Coaches
Features:Fixed-height
Number of sections:66
NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
2 sections Other characteristics:
Ergonomic5 Medicine Trolley Stainless steel Frame (AISI 304)
2 s/s shelves with perimetrical rim S/S table top with back guardrail S/S lower shelf with guardrail on 3 sides 1 removable s/s drawer Built – in handles 4 castors (2 braked) 4 bumpers (one at each corner) Dimensions: 50Χ70Χ85 cm
6 Examination Screens
Framework made of stainless steel material Epoxy powder coating 4 fold partition on leg With 50mm swivel castor Fabric upholstery screen
7 Infusion Stands (a)Framework made of quality stainless steel materials Stand made of quality stainless steel materials
with adjustable stainless steel IV pole. 5 stainless steel prong legs. 50mm swivel castors Height adjustable by screw knob Double IV hook Stable and heavy duty
(b)Framework made of quality stainless steel materials Stand made of quality stainless steel materials
with adjustable stainless steel IV pole Stainless steel prong legs 50mm swivel castors Height adjustable by screw knob Four IV hooks Stable and heavy duty
8 (c) Stretcher
Light Weight, easy clean, anodized aluminium alloy framework with 2 wheels.
Washable, water proof & anti-fungus fabric top with safety belts.
Unfolded Size (LxWxH): 185x52x23cm. Folded Size (LxWxH): 93x52x10cm.
(d) Folding Stretcher
Aluminum alloy material frame Sleeping surface made of PVC – color: Can be folded and packed in a bag Dimensions: 110Χ15Χ7 cm (folded)
221Χ53Χ15 cm (unfolded)
9 Foldable Wheelchair
Chromed steel frame. Fixed armrest, fixed footrest.
67NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
Solid castor, Solid rear wheel with spokes. Patient controlled brakes
10 Under Arm Crutches
Made of aluminium Height adjustable Different sizes
11 Complete Dental Unit
Equipped with a highly intuitive 3-digit display panel which allows for instrument speed and power adjustments.S.NO
STANDARD CONFIGURATION
QTY1 Dismountable glass
spittoon1
2 Motor dental chair control system
13 24V noiseless DC under
voltage motor chair1
4 Pure water purified system
15 Operating lamp 16 X-film viewer 17 3-way syringe with
cold/hot water2 PCS
8 Saliva ejector with low suction
19 Integrated foot
controller1
10 Dentist stool 111 Imported or domestic
high speed air turbine 1
12 Imported or domestic low speed air motor
113 Ultrasonic scalar 114 Curing light 115 38L Dental silent oil free
air compressor1
16 Installation No charges on iinstallationMORE SPECIFICATIONS
1 Supplied voltage 220V/50Hz2 Supplied Air pressure 0.5Mpa-0.8Mpa3 Supplied Water
pressure0.2Mpa-0.4Mpa
12 Autoclave Machine
Fully stainless steel structure Electric or LPG heated Double scale indication pressure gauge. Easy to operate, safe and reliable. Sterilizing volume:24L Working pressure:0.14-0.16Mpa Working temperature:126℃ Max. safety pressure:0.165Mpa Power:AC220V/50Hz/2 KW Dimension:410×410×550 mm G.W /N. W:17/15 KG
13 Three Channel Digital Ecg Machine
3 channel ECG machine with interpretation 5.0” color TFT LCD display Manual/Auto working modes Use digital isolation technology and digital signal
processing
68NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
Simultaneous 12 leads acquisition and 1, 1+1, 3 channel (Manual/Auto) recording with high resolution thermal printer
Baseline stabilization inspection Full alphanumeric silicon keyboard Support U disk and SD card storage
14 Ultrasound Machine
An 8-core DSP processor and a front-end ultrasound chip with the latest generation of "digital demodulator" is adopted, providing powerful computing capability, high integration, low power consumption as well as seamless upgrade which supports electrography.
Sparse transmit & multi-beam parallel processing
technology Plane-wave transmitting as well as 16-beam
parallel receiving and processing improve the frame rate of image and blood sensitivity in B + C and B + C + D modes, achieving triplex display.
Pulse inversion harmonic imaging technology
Superior to traditional tissue harmonic imaging technology, pulse inversion harmonic imaging technology is applied to suppress side lobes and improve contrast resolution of the tissue with Counteracted fundamental and enhanced harmonic.
Synthetic aperture beam-forming technology
Break of restrictions traditional DAS beam-forming algorithm has on the number of physical channels generates excellent images both in nearfield and in far field with smaller hardware and lower transmit power.
A continuous transmit focus at every pixel The distance differences of transmitting sound
waves and those of receiving sound waves are calculated simultaneously, resulting to higher imaging precision and accuracy. Diagnostic differences caused by differentiation of operators are lessened with no focus displayed and no need of manual adjustments.
Speckle noise suppression technology Removal of speckle noise significantly clears and
smooths the 2D image
69NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
15 Portable X-Ray Machine
SpecificationsPower Output - 3.5KWFrequency - 40KHzX-Ray Tube - Fixed anode, Focus 1.5Tube Voltage -40~110KV (interval 1KV)Tube Current
- 40~49KV 63mA 1~125 mAs- 50~59KV 56mA 1~110 mAs- 60~69KV 45mA 1~90 mAs- 70~79KV 40mA 1~80 mAs- 80~89KV 36mA 1~71 mAs- 90~99KV 32mA 1~63 mAs- 100~110KV 20mA 1~40 mAs
mAs - 1.0~125 mAs (45 steps)Power Supply - 220V±10% 50Hz inner-resistance≤1.0ΩOperation Method - Wire /Wireless control
16 Procedure Trolley
Stainless steel Frame (AISI 304) 2 s/s shelves with perimetrical rim S/S table top with back guardrail S/S lower shelf with guardrail on 3 sides 1 removable s/s drawer Built – in handles 4 castors (2 braked) 4 bumpers (one at each corner) Dimensions: 50Χ70Χ85 cm
LOT 3: NON-MEDICAL EQUIPMENTS/NO ITEM
DESCRIPTIONSPECIFICATIONS
1. Defibrillator The following specifications define a portable, lightweight; battery or accumulator operated automated external to treat Patients requiring basic Life Support Weight of complete unit, excluding batteries or accumulator, shall permit easy Transport. The overall Dimensions shall enable easy storage and portability. The Casing shall be constructed to withstand the standard operating Conditions in a Physician’s office and/or Hospital. The device must also with stand the harsh operating conditions associated with Ambulance use. The unit
70NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
shall be safe to use both for the operator and the patient. Defibrillator The device shall utilize Biphasic waveform technology as the primary energy delivery option and shall include automatic and manual modes the biphasic waveform shall allow for escalating energies up to at least 200 Joules Safety: Internal discharge of energy if no discharge is effected. Internal self-testing and fault recognition. Required power 200-240V 50/60 Hz Weight not more 10kg.
2. Pediatric
weighing scale Capacity-0-20 kg Graduation-10 gr. Precision-
+/- 10 gr. Washable surface3. Nebulizer Nebulizer with compressor on mobile stand
Aerosol particles in range 1 to 5 micron Flow rate at least 4 ml/minute Liquid/medication container at least 200ml Power requirement 220 V, 50 Hz
4. Otoscope Size of the aural: 3, 4, 5, 6, 8mm diameter - Power Supply: AC220V; - Illumination Bulb: 2.5V/0.3A; - Magnifier: 3 Times - 58×34×22cm
5. Examination lamp
PARAMETER SPECIFICATION Illuminance 30,000Lux 0.5m / 5,000Lux 1m, Color Temperature 4800±500K Size of Light Field 100mm, Adjustable light, Power Supply Voltage 220V/50Hz, Rated Power of Bulb 3.3V/3W, Crutch Adjust up/down, Bulb LED
6. Emergency trolley
Size: 850 *520 *1010mm - 5pcs drawers (2 small, 2 middle and 1 big) - 2pc garbage bin with lid and 1pc transparent file case - 1pc I.V pole and 1 pc Tray - 5’’ castor with brake on the cross With one holder for oxygen cylinder, C.P.R board, power outlet 1. Functions: Specialized to be applied in hospitals, health centers, and medical colleges, available as treating, nursing, experimentation, medicine-logistic or equipment-logistic and etc. 2. Material and structure: Mainly made of high-strength engineering plastic (ABS) with aluminum columns, connected by tension link to consolidate inside, with scientific structure and nice appearance. 3. Features Adopt ABS
71NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
material which is with the strength of anti-corrosive, anti-rust, anti-static, easily-cleaning, impact resistance, well load-bearing, colorful, durable and recyclable etc. Equipped with luxurious noiseless casters, and it is handy to push and flexible to move &brake without noise
7. Adult weighing machine
Height rod as standard (measures up to 210cm / 7’), robust metal housing, Anti-slip platform
Adjustable zero point, Wheels to allow easy movement, 2 weighing units (kg, lb).
Defibrillator
Non-synchronizer: External defibrillator Sine wave: Biphasic technology Energy: 0, 20, 50, 100, 160, 250, 300, 360 joule (nominal at a resistance of 50) Charging time: At 360J less than 10 sec Paddle: Reusable external adult paddles (pediatric paddles integrated) Power Supply: Operates from the mains (AC) and battery Battery: Charge 3.5h to full ; Full charge to 35 shocks (360 Joules) Sealed rechargeable 12 volt NIMH battery Power requirements AC Power supply 110V, 60 Hz /220V, 50 Hz Vehicle Voltage DC 12V
9. Oxygen cylinder
Shell Chrome Molybdenum Alloy 34 Cr OR Manganese steel, Capacity: 46.7 Ltr water capacity, Working pressure (Minimum) 150kg/cm2 at 15o c, Test Pressure (minimum 250kg/cm2 at 15o c, Wall thickness (minimum) 5.5 mm minimum, Gas ( O2): Around7000 ltr of O2 Standard: IS 7825 part II Valve: , IS 3224 Statutory certifications: ISI Standards, BMP Certification WHO & Certified by Dept Explosives –GOk, Matching Key cum Spanner to release oxygen, Matching Key cum Spanner to release oxygen, Hoses used from cylinder to the regulator if at all any Should withstand a pressure of not less than 160 Kg/cm2 or 2250 psi.
10. Stethoscope Stain less steel Chest piece, Dual head rotatable with diaphragm on one side and bell on the other, Non-chill diaphragm and retaining ring, Non-chill lining for the bell, Soft sealing ear tips, Head set anodized aluminum or stainless steel, Tube length 20
72NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
to 30 inches, Diaphragm diameter is an inch to 1 ½ inch, An extra set of ear piece/ diaphragm and retainers should be provided.
11. Dressing pack KIDNEY DISH, medium, 250x140x40mm, stainless steel 1SCISSORS, 14.5 cm, sharp-blunt, straight 1FORCEPS, DRESSING, BLANK, 14.5 cm, atraumatic serration 1
FORCEPS, PEAN, 14 cm, serrated jaws, half way 1
12. Suturing pack 2 toothed dissecting forceps, 2 plain dissecting forceps, dissecting forceps, 2 30 oz. and 60 oz. gallipot 1 straight stitch scissors 1 curved scissors 1 needle holder, 2 bladder handle size 3 and 4
1 instrument tray13. Speculum set KIDNEY DISH, medium, 250x140x40mm,
stainless steel 1 SCISSORS, MAYO, 17 cm, curved 1 FORCEPS, Towel Clamp, Backhaus 6 FORCEPS, SPONGE, FOERSTER, 24cm,
serrated jaws, straight 2 SPECULUM-Cusco vaginal speculum size,
large, medium and small 125 cm, tenaculum, straight 2
14. Laryngoscope LED laryngoscope set, adult, stainless steel blades with removable led lamp. Handle and blades are made of 304 grade stainless steel, supplied with 4 blades sizes 1, 2, 3 and 4 and 2 batteries for the handle and 1 spare led lamp and batteries
15. Fetoscope Pinard plastic medium size, 8 inches16. Thermometer Displays: 34 -44 - degree centigrade
Accuracy+ -0.2 min scale: 0.1, Memory 10memories, measuring time one second
17. Disposal bins Colour coded (red, yellow and black) plastic with movable self - closing lid flap or pedal bin to close the lid, 20 litres.
18. Step stool Material: Stainless Steel Height: 10 to 15 Inch Capacity Kg: 150 Kg Weight: 5.7 Kg
Top Material: rubber Sheet19. Oxygen Concentrator 5L/min Dual flows
73NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
PSA technologyAdjustable flow rate Timing: LCD show Record the accumulatead woking time of the machine, accumulated time, set timeFlow rate: 0-5LPM Purity: 93%+-3% Outlet pressure(Mpa):0.04-0.07 Sound level(dB)<=50 Power consumption:≤480W America humidifier France zeolitePower:AC220±10%, 50/60±1Hz; AC110V+-10%, 50/60Hz+-1Hz America humidifier France zeolitePower:AC220±10%, 50/60±1Hz; AC110V+-10%, 50/60Hz+-1HzN.W.:25KGPacking size:435*435*640mm
20. Suction Machine Suction pump is negative pressure, one-way pump.Have negative pressure adjustive valve and check valve, be capable of adjusting safe pressure, and selecting arbitrary value in safe pressure rangePedal switch is controlled by low voltage.Limit negative pressure value: ≥0.09Mpa under standard atmospheric pressureAir suction rate: ≥20L/min(at the end), ≥30L/min(at the pump) under standard atmospheric pressureMucus bottle: 2500ml×2 Noise: ≤60dB(A)
21. Glucometer Should be hand held meterRequire no routine maintenanceHave reading range/linearity from 20 to 600mg/dlHave a maximum reading time of less than 10 secondsUse electrochemical technologyUse minimum blood sample less than 1.5lHave LCD displayHave measuring unit in mg/dlHave wide operating temperatureHave a minimum memory of 50Have lifetime replacement offerHave easy code entry techniqueBe replaceable without using any toolsHave facility to ensure accuracy of measurementsBe supplied with three types of control solutions of each at least 20mlHave safety certificate from a competent authority CE/FDA(US)/STQC CB certificate/STQC S certificate or valid detailed electrical and functional safety test
5.3 PARTICULARSSCHEDULE OF REQUIREMENTS FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT. S/NO
ITEM/SERVICE DESCRIPTIONUNIT OF ISSUE
QUANTITY
LOT 1: LABORATORY EQUIPMENTS74
NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
1. 5 part full blood count analyser NO 12. 3 part full blood count analyser NO 13. Immuno Assay analyser
(Chemilumiscence) NO1
4. Microscope NO 25. HB Meter NO 36. Semi Automated Chemistry
Analyser. NO1
7. Automated Chemistry Analyser NO 18. Hbalcmeter NO. 29. ELIZA reader semi automation NO. 110. Oven NO. 211. Laboratory rotator/shaker NO. 212. Roller mixer NO. 213. Blood sugar meter NO. 514. Electrolyte Analyser NO 115. Incubator NO. 116. Gene xpert/viral load machine NO. 1
LOT 2: MEDICAL EQUIPMENTS
1. Hand held pulse Oximeter NO. 22. Fingertip pulse Oximeter NO. 23. Omron BP machine NO. 54. Examination Couch NO 35. Medicine trolley No 36. Examination Screen NO 27. Infusion stands NO 28. Stretcher unfoldable NO 39. Stretcher foldable NO 210. Wheel Chair Foldable NO. 311. Crutches (per pair) PAIR 512. Complete dental unit NO 113. Autoclave machine (medium all
American)NO 2
14. Three channel Digital ECG machine
NO 1
15. Ultra sound machine (portable) NO 116. Portable X-ray machine NO 117. Procedure Trolley No. 3
LOT 3: OTHER ASSORTED EQUIPMENTS
75NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
1. Defibrillator No 12. Weighing machine paed) NO 23. Nebulizer NO. 34. Otoscope NO 35. Examination lamb/kit NO. 36. Emergency trolley NO. 27. Adult weighing machine NO. 28. Automatic External Defibrillator
(AED)NO. 1
9. Oxygen Cylinder NO. 210. Stethoscopes (3M classic II) NO 511. Dressing Set NO 312. Suturing set NO 513. Speculum pack/set NO 514. Laryngoscope- Adult NO. 215. Laryngoscope - paed NO. 216. Fetoscope NO. 217. Thermometer NO. 318. Disposal bins NO. 1019. Step stool NO. 320. Oxygen Concentrator NO 221. Suction Mchine NO 222. Glucometer NO 5
DETAILED PRICE SCHEDULE FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT S/NO
ITEM/SERVICE DESCRIPTION
UNIT OF ISSUE
QTY
UNIT PRICE
DELIVERY PERIOD
COUNTRY OF ORIGIN
LOT 1: LABORATORY EQUIPMENTS
1. 5 part full blood count analyser NO
1
2. 3 part full blood count analyser NO
1
3. Immuno Assay analyser (Chemilumiscence) NO
1
4. Microscope NO 25. HB Meter NO 36. Semi Automated Chemistry
Analyser. NO1
7. Automated Chemistry NO 176
NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
Analyser8. Hbalcmeter NO. 29. ELIZA reader semi
automationNO. 1
10. Oven NO. 211. Laboratory rotator/shaker NO. 212. Roller mixer NO. 213. Blood sugar meter NO. 514. Electrolyte Analyser NO 115. Incubator NO. 116. Gene xpert/viral load
machineNO. 1
LOT 2: MEDICAL EQUIPMENTS
1. Hand held pulse Oximeter NO. 22. Fingertip pulse NO. 23. Omron BP machine NO. 54. Examination Couch NO 35. Medicine trolley No 36. Examination Screen NO 27. Infusion stands NO 28. Stretcher unfoldable NO 39. Stretcher foldable NO 210. Wheel Chair Foldable NO. 311. Crutches (per pair) PAIR 512. Complete dental unit NO 113. Autoclave machine
(medium all American)NO 2
14. Three channel Digital ECG machine
NO 1
15. Ultra sound machine (portable)
NO 1
16. Portable X-ray machine NO 117. Procedure Trolley No. 3
LOT 3: OTHER ASSORTED EQUIPMENTS
1. Defibrillator No 12. Weighing machine paed) NO 23. Nebulizer NO. 34. Otoscope NO 35. Examination lamb/kit NO. 36. Emergency trolley NO. 2
77NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
7. Adult weighing machine NO. 38. Automatic External
Defibrillator (AED)NO. 1
9. Oxygen Cylinder NO. 210. Stethoscopes (3M classic II) NO 511. Dressing Set NO 312. Suturing set NO 513. Speculum pack/set NO 514. Laryngoscope NO. 215. Laryngoscope - paed NO. 216. Fetoscope NO. 217. Thermometer NO. 318. Disposal bins NO. 1019. Step stool NO. 320. Oxygen Concentrator NO 221. Suction Mchine NO 222. Glucometer NO 5
Signature of tenderer Note:
1. Bidders should indicate the brand of the item being offered
2. In case of discrepancy between unit price and total, the unit price shall prevail.
4. The prices shall remain fixed in the Contract period
78NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
SECTION VIII - STANDARD FORMS
Notes on the sample Forms
1. Form of Tender - The form of tender must be completed by the tenderer and submitted with the tender documents. It must also be duly signed by duly authorized representatives of the tenderer.
2. Confidential Business Questionnaire Form - This form must be completed by the tenderer and submitted with the tender documents.
3. Tender Security Form - When required by the tender documents the tender shall provide the tender security either in the form included herein or in another format acceptable to the procuring entity.
4. Contract Form - The Contract Form shall not be completed by the tenderer at the time of submitting the tender. The Contract Form shall be completed after contract award and should incorporate the accepted contract price.
5. Performance Security Form - The performance security form should not be completed by the tenderers at the time of tender preparation. Only the successful tenderer will be required to provide performance security in the form provided herein or in another form acceptable to the procuring entity.
6. Bank Guarantee for Advance Payment Form- When Advance payment is requested for by the successful bidder and agreed by the procuring entity, this form must be completed fully and duly signed by the authorized officials of the bank.
7. Manufacturers Authorization Form - When required by the tender documents this form must be completed and submitted with the tender documents. This form will be completed by the manufacturer of the goods where the tenderer is an agent.
FORM OF TENDER Date: ………………..
TENDER NO. NYS/……../2019-202079
NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
To: THE DIRECTOR GENERAL,NATIONAL YOUTH SERVICE,P. O. Box 30397-00100NAIROBI
Gentlemen and/or Ladies:1. Having examined the tender documents including Addenda
Nos. ………………………………. [Insert numbers].the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply deliver, install and commission (…………………………………………… (Insert equipment description) in conformity with the said tender documents for the sum of …………………………………………………………. (total tender amount in words and figures) or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this Tender.
2. We undertake, if our Tender is accepted, to deliver install and commission the equipment in accordance with the delivery schedule specified in the Schedule of Requirements.
3. If our Tender is accepted, we will obtain the guarantee of a bank in a sum of equivalent to percent of the Contract Price for the due performance of the Contract , in the form prescribed by ………………. ……………….( Procuring entity).
4. We agree to a bid by this Tender for a period of …… [Number] days from the date fixed for tender opening of the Instructions to tenderers, and it shall remain binding upon us and may be accepted at any time before the expiration of that period.
5. This Tender, together with your written acceptance thereof and your notification of award, shall constitute a Contract, between us. Subject to signing of the Contract by the parties.
6. We understand that you are not bound to accept the lowest or any tender you may receive.
Dated this day of 20 [Signature] [In the capacity of]
Duly authorized to sign tender for an on behalf of
8.2 CONFIDENTIAL BUSINESS QUESTIONNAIRE FORM
80NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
You are requested to give the particulars indicated in Part 1 and either Part 2(a), 2(b) or 2 (c) whichever applied to your type of business
You are advised that it is a serious offence to give false information on this form
Part 1 – General:
Business Name …………………………………………………………………………………………………Location of business premises. …………………………………………………………………………………Plot No………………………………………………… Street/Road …………………………………………..Postal Address ……………………….. Tel No. …………………. Fax ………………. E mail …………….Nature of Business ……………………………………………………………………………………………..Registration Certificate No. …………………………………………………………………………………Maximum value of business which you can handle at any one time – Kshs.Name of your bankers ……………………………………….. Branch ………………………………………
Part 2 (a) – Sole ProprietorYour name in full …………………………………………………….. Age ………………………..Nationality ………………………………… Country of origin …………………………………….
Citizenship details …………………………………………………………………………………….
Part 2 (b) PartnershipGiven details of partners as follows: Name Nationality Citizenship Details Shares
1. ………………………………………………………………………………………
2. ………………………………………………………………………………………
3. ………………………………………………………………………81
NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
………………..4. ………………………………………………………………………
………………..
Part 2 (c ) – Registered CompanyPrivate or Public ……………………………………………………………………………………….State the nominal and issued capital of company- Nominal Kshs. Issued Kshs.Given details of all directors as follows Name Nationality Citizenship Details Shares1…………………………………………………………………………………………………………2. ………………………………………………………………………………………………………..3. ………………………………………………………………………………………………………4. ………………………………………………………………………………………………………5 ……………………………………………………………………………………………………….
Date ………………………………………………….. Signature of Candidate ………………………………..
If a Kenya Citizen, indicate under “Citizenship Details” whether by Birth, Naturalization or registration.
82NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
FORM OF TENDER SECURITY
WHEREAS ……………………………………….. (hereinafter called “the Tenderer”) has submitted his tender dated ………………………… for the construction of …………………………………………………………………………………………… (Name of Contract)
KNOW ALL PEOPLE by these presents that WE ……………………… having our registered office at ………………(hereinafter called “the Bank”), are bound unto ……………………………(hereinafter called “the Employer”) in the sum of Kshs.……………………… for which payment well and truly to be made to the said Employer, the Bank binds itself, its successors and assigns by these presents sealed with the Common Seal of the said Bank this ……………. Day of ………20…………
THE CONDITIONS of this obligation are:
If after tender opening the tenderer withdraws his tender during the period of tender validity specified in the instructions to tenderers Or
If the tenderer, having been notified of the acceptance of his tender by the Employer during the period of tender validity:
(a) fails or refuses to execute the form of Agreement in accordance with the Instructions to Tenderers, if required; or
(b) fails or refuses to furnish the Performance Security, in accordance with the Instructions to Tenderers;
We undertake to pay to the Employer up to the above amount upon receipt of his first written demand, without the Employer having to substantiate his demand, provided that in his demand the Employer will note that the amount claimed by him is due to him, owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions.
This guarantee will remain in force up to and including thirty (30) days after the period of tender validity, and any demand in respect thereof should reach the Bank not later than the said date.___________________________ ______________________________
[Date [ [signature of the Bank]
___________________________ ______________________________
83NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
[Witness] [Seal]
8.4 CONTRACT FORM
THIS AGREEMENT made the day of 20 between ……………… [name of Procurement entity) of ……….. [Country of Procurement entity] (Hereinafter called “the Procuring entity) of the one part and …………………….. [Name of tenderer] of ………….. [City and country of tenderer] (Hereinafter called “the tenderer”) of the other part;
WHEREAS the Procuring entity invited tenders for certain goods] and has accepted a tender by the tenderer for the supply of those goods in the sum of …………………………… [Contract price in words and figures] (Hereinafter called “the Contract Price).
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to:
2. The following documents shall be deemed to form and be read and construed as part of this Agreement viz:(a) The Tender Form and the Price Schedule submitted by the tenderer(b) The Schedule of Requirements(c) The Technical Specifications(d) The General Conditions of Contract(e) The Special Conditions of contract; and(f) The Procuring entity’s Notification of Award
3. In consideration of the payments to be made by the Procuring entity to the tenderer as hereinafter mentioned, the tender hereby covenants with the Procuring entity to provide the goods and to remedy defects therein in conformity in all respects with the provisions of the Contract
4. The Procuring entity hereby covenants to pay the tenderer in consideration of the provisions of the goods and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the contract.
84NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written.
Signed, sealed, delivered by the (for the Procuring entity
Signed, sealed, delivered by the (for the tenderer in the presence of
(Amend accordingly if provided by Insurance Company)
85NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
8.5 PERFORMANCE SECURITY FORM
To ………………………………………….[Name of procuring entity]
WHEREAS …………………………………… [Name of tenderer] (Hereinafter called “the tenderer”) has undertaken, in pursuance of Contract No. [Reference number of the contract] dated 20 to supply ……………………………………………… [Description of goods] (Hereinafter called “the Contract”).
AND WHEREAS it has been stipulated by you in the said Contract that the tenderer shall furnish you with a bank guarantee by a reputable bank for the sum specified therein as security for compliance with the Tenderer’s performance obligations in accordance with the Contract.
AND WHEREAS we have agreed to give the tenderer a guarantee:
THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the tenderer, up to a total of ………………………. [amount of the guarantee in words and figure] and we undertake to pay you, upon your first written demand declaring the tenderer to be in default under the Contract and without cavil or argument, any sum or sums within the limits of …………………….. [Amount of guarantee] as aforesaid, without you needing to prove or to show grounds or reasons for your demand or the sum specified therein.
This guarantee is valid until the day of 20
Signed and seal of the Guarantors
[Name of bank or financial institution]
[Address] [Date]
86NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
8.6 BANK GUARANTEE FOR ADVANCE PAYMENT FORM
To …………………………[Name of procuring entity]
[Name of tender] …………………..Gentlemen and/or Ladies:
In accordance with the payment provision included in the Special Conditions of Contract, which amends the General Conditions of Contract to provide for advance payment, …………………………………………………. [Name and address of tenderer](hereinafter called “the tenderer”) shall deposit with the Procuring entity a bank guarantee to guarantee its proper and faithful performance under the said Clause of the Contract in an amount of …… …………………. [Amount of guarantee in figures and words].
We, the ……………………………. [bank or financial institutions], as instructed by the tenderer, agree unconditionally and irrevocably to guarantee as primary obligator and not as surety merely, the payment to the Procuring entity on its first demand without whatsoever right of objection on our part and without its first claim to the tenderer, in the amount not exceeding …………………… [Amount of guarantee in figures and words]
We further agree that no change or addition to or other modification of the terms of the Contract to be performed there-under or of any of the Contract documents which may be made between the Procuring entity and the tenderer, shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition, or modification.
This guarantee shall remain valid in full effect from the date of the advance payment received by the tenderer under the Contract until ………… [Date].
Yours truly,Signature and seal of the Guarantors
[Name of bank or financial institution]
[Address] [Date]
87NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
8.7 MANUFACTURER’S AUTHORIZATION FORM
To [name of the Procuring entity] ………………….
WHEREAS ………………………………………………………… [Name of the manufacturer] who are established and reputable manufacturers of ………………….. [Name and/or description of the goods] having factories at ………………………………… [Address of factory] do hereby authorize ………………………… [Name and address of Agent] to submit a tender, and subsequently negotiate and sign the Contract with you against TENDER NO.NYS/……./2019-2020 for the above goods manufactured by us.
We hereby extend our full guarantee and warranty as per the General Conditions of Contract for the goods offered for supply by the above firm against this Invitation for Tenders.
[Signature for and on behalf of manufacturer]
Note: This letter of authority should be on the letterhead of the Manufacturer and should be signed by a person competent.
88NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
8.8 LETTER OF NOTIFICATION OF AWARD
Address of Procuring Entity__________________________________________
To:
RE: TENDER NO. NYS/02/2018-2019
Tender Name
This is to notify that the contract/s stated below under the above mentioned tender have been awarded to you.
1. Please acknowledge receipt of this letter of notification signifying your acceptance.
2. The contract/contracts shall be signed by the parties within 30 days of the date of this letter but not earlier than 14 days from the date of the letter.
3. You may contact the officer(s) whose particulars appear below on the subject matter of this letter of notification of award.
(FULL PARTICULARS)
SIGNED FOR ACCOUNTING OFFICER
89NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
8.9 FORM RB 1REPUBLIC OF KENYA
PUBLIC PROCUREMENT ADMINISTRATIVE REVIEW BOARDAPPLICATION NO…………….OF……….….20……...
BETWEEN…………………………………………….APPLICANT
AND…………………………………RESPONDENT (Procuring Entity)
Request for review of the decision of the…………… (Name of the Procuring Entity) of ……………dated the…day of ………….20……….in the matter of Tender No………..…of …………..20…
REQUEST FOR REVIEWI/We……………………………,the above named Applicant(s), of address: Physical address…………….Fax No……Tel. No……..Email ……………, hereby request the Public Procurement Administrative Review Board to review the whole/part of the above mentioned decision on the following grounds , namely:-1. 2. Etc. By this memorandum, the Applicant requests the Board for an order/orders that: -1.2.EtcSIGNED ………………. (Applicant)Dated on…………….day of ……………/…20…FOR OFFICIAL USE ONLYLodged with the Secretary Public Procurement Administrative Review Board on ………… day of ………....20….………SIGNEDBoard Secretary
90NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
SELF-DECLARATION FORM
ANTI-CORRUPTION DECLARATION
We (insert the name of the company / supplier)----------------------------------- declares and guarantees that no offer, gift or payment, consideration or benefit of any kind, which constitutes an illegal or corrupt practice, has been or will be made to anyone by our organization or agent, either directly or indirectly, as an inducement or reward for the award or execution of this procurement.
In the event the above is contravened we accept that the following to apply —
a) The person shall be disqualified from entering into a contract for the procurement; or
b) If a contract has already been entered into with the person, the contract shall be voidable at the option of NYS
c) The voiding of a contract by the procuring entity under subsection (b) does not limit any other legal remedy That NYS may have.
Name ………………………………Signature………………………..Date ………………
Company Seal / Business Stamp
ANTI-FRAUDULENT PRACTICE DECLARATIONWe (insert the name of the company / supplier) -------------------------------------declares and guarantees that no person in our organization has or will be involved in a fraudulent practice in any procurement proceeding.
Name ………………………………Signature………………………..Date ………………
Company Seal / Business Stamp 91
NATIONAL YOUTH SERVICE
TENDER NO: NYS/T/06/2019-2020 FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT
NON - DEBARMENT DECLARATIONWe (insert the name of the company / supplier) -------------------------------------declares and guarantees that no director or any person who has any controlling interest in our organization has been debarred from participating in a procurement proceeding.
Name ………………………………Signature………………..Date ………………
Company Seal / Business Stamp
92NATIONAL YOUTH SERVICE
top related