TABLE OF CONTENTS



NATIONAL YOUTH SERVICESTANDARD TENDER DOCUMENTFORSUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENTSTENDER NO. NYS/PROC/06/2019-2020PUBLISHED ON 22ND October 2019CLOSING DATE: 6TH November 2019 AT 10.00 A.M.TABLE OF CONTENTSContents TOC \o "1-3" \h \z \u TABLE OF CONTENTS PAGEREF _Toc432666285 \h 2SECTION I PAGEREF _Toc432666286 \h 4INVITATION TO TENDER PAGEREF _Toc432666287 \h 4SECTION II - INSTRUCTIONS TO TENDERERS PAGEREF _Toc432666288 \h 82.1Eligible Tenderers PAGEREF _Toc432666289 \h 82.2Eligible Goods PAGEREF _Toc432666290 \h 82.3Cost of Tendering PAGEREF _Toc432666291 \h 92.4.The Tender Document PAGEREF _Toc432666292 \h 92.5Clarification of Documents PAGEREF _Toc432666293 \h 102.6Amendment of Documents PAGEREF _Toc432666294 \h 102.7Language of Tender PAGEREF _Toc432666295 \h 102.8Documents Comprising of Tender PAGEREF _Toc432666296 \h 112.9Tender Forms PAGEREF _Toc432666297 \h 112.10Tender Prices PAGEREF _Toc432666298 \h 112.11Tender Currencies PAGEREF _Toc432666299 \h 122.12Tenderers Eligibility and Qualifications PAGEREF _Toc432666300 \h 122.13Goods Eligibility and Conformity to Tender Documents PAGEREF _Toc432666301 \h 122.14Tender Security PAGEREF _Toc432666302 \h 132.15Validity of Tenders PAGEREF _Toc432666303 \h 142.16Format and Signing of Tender PAGEREF _Toc432666304 \h 152.17Sealing and Marking of Tenders PAGEREF _Toc432666305 \h 152.18Deadline for Submission of Tenders PAGEREF _Toc432666306 \h 162.19Modification and Withdrawal of Tenders PAGEREF _Toc432666307 \h 162.20Opening of Tenders PAGEREF _Toc432666308 \h 172.21Clarification of Tenders PAGEREF _Toc432666309 \h 172.22Preliminary Examination PAGEREF _Toc432666310 \h 172.26Conversion to Single Currency PAGEREF _Toc432666311 \h 182.24Evaluation and Comparison of Tenders PAGEREF _Toc432666312 \h 182.25Preference PAGEREF _Toc432666313 \h 192.26Contacting the Procuring entity PAGEREF _Toc432666314 \h 192.27Award of Contract PAGEREF _Toc432666315 \h 19(a)Post-qualification PAGEREF _Toc432666316 \h 19(b)Award Criteria PAGEREF _Toc432666317 \h 20(c)Procuring entity’s Right to Vary quantities PAGEREF _Toc432666318 \h 20(d)Procuring entity’s Right to accept or Reject any or All Tenders PAGEREF _Toc432666319 \h 202.28Notification of Award PAGEREF _Toc432666320 \h 202.29Signing of Contract PAGEREF _Toc432666321 \h 202.30Performance Security PAGEREF _Toc432666322 \h 212.31 Corrupt or Fraudulent Practices PAGEREF _Toc432666323 \h 21Appendix to Instructions to Tenderers PAGEREF _Toc432666324 \h 23SECTION III - GENERAL CONDITIONS OF CONTRACT PAGEREF _Toc432666325 \h 293.1Definitions PAGEREF _Toc432666326 \h 293.2Application PAGEREF _Toc432666327 \h 303.3Country of Origin PAGEREF _Toc432666328 \h 303.4Standards PAGEREF _Toc432666329 \h 303.5Use of Contract Documents and Information PAGEREF _Toc432666330 \h 303.6Patent Rights PAGEREF _Toc432666331 \h 313.7Performance Security PAGEREF _Toc432666332 \h 313.8Inspection and Tests PAGEREF _Toc432666333 \h 323.9Packing PAGEREF _Toc432666334 \h 323.10Delivery and Documents PAGEREF _Toc432666335 \h 333.11Insurance PAGEREF _Toc432666336 \h 333.12Payment PAGEREF _Toc432666337 \h 333.13Prices PAGEREF _Toc432666338 \h 333.14Assignment PAGEREF _Toc432666339 \h 333.15Subcontracts PAGEREF _Toc432666340 \h 343.16Termination for default PAGEREF _Toc432666341 \h 343.17Liquidated Damages PAGEREF _Toc432666342 \h 343.18Resolution of Disputes PAGEREF _Toc432666343 \h 343.19Language and Law PAGEREF _Toc432666344 \h 353.20Force Majeure PAGEREF _Toc432666345 \h 35SECTION IV- SPECIAL CONDITIONS OF CONTRACT PAGEREF _Toc432666346 \h 36SECTION V- TECHNICAL SPECIFICATIONS PAGEREF _Toc432666347 \h 40SPECIFICATIONS (SPECIAL CONDITIONS) PAGEREF _Toc432666348 \h 50PRICE SCHEDULE FOR GOODS PAGEREF _Toc432666349 \h Error! Bookmark not defined.SECTION VIII- STANDARD FORMS PAGEREF _Toc432666350 \h 53FORM OF TENDER PAGEREF _Toc432666351 \h 54Tender-Securing Declaration (Mandatory) PAGEREF _Toc432666352 \h 67SELF-DECLARATION FORM PAGEREF _Toc432666353 \h 68SECTION I NATIONAL YOUTH SERVICEINVITATION TO TENDERSECTION I: INVITATION TO TENDERDate: 22ND OCTOBER 2019Re: TENDER NO. NYS/T/06/2019-2020 SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQIPMENTS. The NATIONAL YOUTH SERVICE invites sealed bids from eligible bidders for supply and delivery of Laboratory and medical equipment.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.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) A complete set of tender documents may be downloaded from the Service’s websites: 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.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.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.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. pleted 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 pleted 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). 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.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.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 respective lot. Bid evaluation will be on per lot basis and contracts will be awarded on lot-by-lot basis.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.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 GENERALREGISTRATION FORM FOR ONLINE TENDERERSTender 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.SECTION II -INSTRUCTIONS TO TENDERERS2.1Eligible TenderersThis 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.The procuring entity’s employees, committee members, board members and their relative (spouse and children) are not eligible to participate in the tender.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.Tenderers shall not be under a declaration of ineligibility for corrupt and fraudulent practices.2.2Eligible GoodsAll goods to be supplied under the contract shall have their origin in eligible source countries.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 The origin of goods is distinct from the nationality of the tenderer.2.3Cost of TenderingThe 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.The price to be charged for the tender document shall not exceed Kshs.1,000/=All firms found capable of performing the contract satisfactorily in accordance with the set prequalification criteria shall be prequalified.2.4.The Tender DocumentThe tender document comprises the documents listed below and addenda issued in accordance with clause 2.6 of these instructions to TenderersInvitation to TenderInstructions to tenderersGeneral Conditions of ContractSpecial Conditions of ContractSchedule of requirementsTechnical SpecificationsTender Form and Price SchedulesTender Security FormContract FormPerformance Security FormBank Guarantee for Advance Payment FormManufacturer’s Authorization FormConfidential Business Questionnaire 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.2.5Clarification of Documents2.5.1A 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 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.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.2.6Amendment of DocumentsAt 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.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.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.2.7Language of TenderThe 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.2.8Documents Comprising of TenderThe tender prepared by the tenderers shall comprise the following componentsa Tender Form and a Price Schedule completed in accordance with paragraph 2.9, 2.10 and 2.11 belowdocumentary evidence established in accordance with paragraph 2.1 that the tenderer is eligible to tender and is qualified to perform the contract if its tender is accepted;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; andtender security furnished in accordance with paragraph 2.142.9Tender FormsThe 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.2.10Tender PricesThe tenderer shall indicate on the appropriate Price Schedule the unit prices and total tender price of the goods it proposes to supply under the contractPrices indicated on the Price Schedule shall include all costs including taxes, insurances and delivery to the premises of the entity.Prices 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 2.22The validity period of the tender shall be 60 days from the date of opening of the tender.2.11Tender CurrenciesPrices shall be quoted in Kenya Shillings unless otherwise specified in the Appendix to Instructions to Tenderers.2.12Tenderers Eligibility and Qualifications2.12.1 Pursuant to paragraph 2.1. the tenderer shall furnish, as part of its tender, documents establishing the tenderers eligibility to 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 2.12.12.3The documentary evidence of the tenderers qualifications to perform the contract if its tender is accepted shall be established to the Procuring entity’s satisfaction;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.that the tenderer has the financial, technical, and production capability necessary to perform the contract;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.2.13Goods Eligibility and Conformity to Tender DocumentsPursuant 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 contractThe 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.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 detailed description of the essential technical and performance characteristic of the goods;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; andA 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.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.2.14Tender SecurityThe tenderer shall furnish, as part of its tender, a tender security for the amount specified in the Appendix to Invitation to Tenderers.The tender security shall be in the amount of 0.5 – 2 per cent of the tender price.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 2.14.7The 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.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 2.22Unsuccessful 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.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 The tender security may be forfeited:if a tenderer withdraws its tender during the period of tender validity specified by the procuring entity on the Tender Form; orin the case of a successful tenderer, if the tenderer fails:to sign the contract in accordance with paragraph 2.27Orto furnish performance security in accordance with paragraph 2.282.15Validity of TendersTenders 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.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.2.16Format and Signing of TenderThe Procuring entity shall prepare two copies of the tender, clearly marking each “ORIGINAL TENDER” and “COPY OF TENDER,” as appropriate. In the event of any discrepancy between them, the original shall govern.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. 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.2.17Sealing and Marking of TendersThe 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.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.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”.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.2.18Deadline for Submission of TendersTenders 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. 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 extended2.19Modification and Withdrawal of TendersThe 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.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.No tender may be modified after the deadline for submission of tenders.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 2.14.7The procuring entity may at any time terminate procurement proceedings before contract award and shall not be liable to any person for the termination.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.2.20Opening of TendersThe Procuring entity will open all tenders in the presence of tenderers’ representatives who choose to attend, on 6th November, 2019 at 10.00 a.m. and in the location specified in the Invitation to Tender.The tenderers’ representatives who are present shall sign a register evidencing their attendance.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.The Procuring entity will prepare minutes of the tender opening.2.21Clarification of TendersTo 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.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.2.22Preliminary ExaminationThe 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.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 prevailThe 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.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.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.2.26Conversion to Single CurrencyWhere 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.2.24Evaluation and Comparison of TendersThe Procuring entity will evaluate and compare the tenders which have been determined to be substantially responsive, pursuant to paragraph 2.22The tender evaluation committee shall evaluate the tender within 30 days of the validity period from the date of opening the tender.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.2.25PreferencePreference where allowed in the evaluation of tenders shall not exceed 15%Contacting the Procuring entity 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.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.Award of ContractPost-qualificationIn 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.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.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 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 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(d)Procuring entity’s Right to accept or Reject any or All Tenders 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 action2.28Notification of AwardPrior 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. The notification of award will constitute the formation of the Contract but will have to wait until the contract is finally signed by both partiesUpon 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 2.142.29Signing of ContractAt 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.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.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.2.30Performance SecurityWithin 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.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 PracticesThe 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; “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 “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;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.Further a tenderer who is found to have indulged in corrupt or fraudulent practices risks being debarred from participating in public procurement in Kenya. Appendix to Instructions to TenderersThe 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 tenderersInstructions to tenderers Particulars of appendix to instructions to tenderers2.1Particulars of eligible tenders: AllThe quoted prices shall be fixed during the delivery period.2.10Particulars of other currencies allowed. None2.11Particulars of eligibility and qualifications documents of evidence required. Copies of:Certificate of Registration Certificate of valid tax complianceForm of TenderFully Filled Confidential Business QuestionnaireValid AGPO registration certificate2.12.2Particulars 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:-Evaluation shall be carried out in three stages, namely; Preliminary/mandatory evaluation, Technical Evaluation and Financial Evaluation. Tenderers shall be expected to fully meet the criteria specified in the Preliminary/mandatory Evaluation to proceed for Technical Evaluation.Only technically responsive tenderers shall be evaluated financially. 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:-Preliminary/Mandatory Requirements (MR)No.RequirementsResponsive or Non ResponsiveMR1Must Submit a valid copy of certificate of Registration/IncorporationMR2Must Submit a valid copy of a valid Tax Compliance certificate from Kenya Revenue AuthorityMR3Must Fill the Price Schedule in the format providedMR4Must Fill the Form of Tender in the Format providedMR5Must submit a Tender security of 2% from reputable bank inform of a bank guarantee or approved insurance firms valid for 120 days.MR6Must submit valid and latest CR12 for ltd company or national ID for sole proprietor MR7Must submit a dully filled up signed and stamped Confidential Business Questionnaire in format providedMR8Anticorruption pledge dully signed and stamped.MR9Anti-debarment pledge dully signed and stamped MR10Must submit valid business permit.MR11The 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/signedMR12 Valid AGPO certificate for Tenderers bidding for under the Youth, Women and Persons living with DisabilityMR13Certified financial statements/letter of reference from bankers regarding tenderer’s credit positionMR14Experience-Execution of similar contracts for supply Delivery of similar related products.MR15Bidders 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.Instructions to tenderers Particulars of appendix to instructions to tenderersTechnical 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 AttributeTechnical specsTenderer’s ResponseCompliance15 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 template3 part full blood count analyzerSpecifications: ? 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 supply Reagent Loading ? 9 reagents on board ? Continuous loading ? RFID reading all info of reagents ? Refrigerated reagent area Reagent 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 weeksMicroscopeSpecifications ? 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 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 23mmHB meterSpecifications ? 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: 10?l ? Wavelength: 574nm – specific LED ? Memory: up to 1,000 results including date and time ? Open for other clinical chemistry tests Semi Automated chemistry analyzerSpecifications: ? 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 areasAutomated chemistry analyzerFeatures: ? 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) ? 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: 74KgsHbA1c MeterFeatures: ? Display LCD Screen 70 x 40 mm ? Languages available English ? Throughput 4 minutes per sample ? User interface Foil keys Tests ? 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-condensinEliza readerFeatures ? 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 fibre optics. ? Plate shaking capability. ? Dimensions: LxWxH (450mm x 330mm x 140mm) ? Weight : 10kgOvenSpecifications ? 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 rotatorFeatures ? 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) Roller mixerSize. 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 meterWide Hb measurement range of 4.5 – 25.6 g/dL?Calculated Hct range of 13 – 75%Portable handheld?Large, easy-to-read LCDOptional test devices minimize contamination Results in < 15 seconds Auto-calibration Stores up to 1,000 results Fast data transfer via Mini USB portElectrolyte AnalyzerProduct Specifications:Throughput: 60 samples per?hourSample volume: 100-200ΜlIon: K+, Na+, Cl-, iCa2+, pH,?Li+, customized selection of ions, optional CO2Calibration: Automatic or On-demandClosed reagent, real time monitoring reagentPrinter: Internal thermal printerDisplay: LCDStorage: Up to 50,000 resultsInterface: RS-232, support LISReagents:DS-Ⅰ(NO.3) Standard A Standard B?Cleaning SolutionPVC Electrode Activating SolutionDS- Ref. Filling Solution?DS- ISE Filling SolutionDE protein Solution?Incubator with natural convectionCapacity: 44 litresTemperature range: Ambient to 80oCInterior chamber: Electro-acid coated aluminiumProgrammable microprocessor control systemDigital Display for temperature and timeTimer: 1 min to 100 hours and hold positionProportional heating systemSafety thermostatInternal glass doorTwo shelvesInt. Dim.s (W x D x H): 420 x 320 x 360 mmExt. Dim.s (W x D x H): 700 x 470 x 540 mm230V - 50HzGene xpert/viral load machinePhysical dimensions Iv processing unit (27.94cm (W) x 30.48 cm (H) x 29.72 cm (D)Power requirement 19A @110V?, 0.95A@200V?Diagnostic systems4 module instruments with desktop – part numbers (4D)Reaction site thermal controlsSolid state heater and forced-air cooling at each siteReaction chamber thermistors calibrated to ±1.0°C Upto 4 independently –controlled reaction sitesCartridgesSingle-use disposable cartridgesPolypropylene constructionPerformance ParametersHeating ramp rates (max)10°C per second from 50°C to 95°CCooling ramp rates (max)2.5°C per second from 95°C to 50°CTemperature duration accuracy ± 10 seconds from programed timeTemperature accuracy ± 10 seconds from 60°C to 95°CMelt curve programmable ramp rates 0.01°C per second 1.0°C /secHandheld Pulse OximeterMeasures SPO2+PR+TempHigh 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 batteriesFingertip PulseThe 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 crackingOmron BP MachineCuff?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 CoachesFeatures: Fixed-heightNumber of sections: 2 sectionsOther characteristics: ErgonomicMedicine TrolleyStainless steel Frame (AISI 304)2 s/s shelves with perimetrical rimS/S table top with back guardrailS/S lower shelf with guardrail on 3 sides1 removable s/s drawerBuilt – in handles4 castors (2 braked)4 bumpers (one at each corner)Dimensions: 50Χ70Χ85 cmExamination ScreensFramework made of stainless steel materialEpoxy powder coating4 fold partition on legWith 50mm swivel castorFabric 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 dutyStretcher 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.Folding StretcherAluminum alloy material frameSleeping surface made of PVC – color: Can be folded and packed in a bagDimensions: 110Χ15Χ7 cm (folded)221Χ53Χ15 cm (unfolded)Foldable WheelchairChromed steel frame.Fixed armrest, fixed footrest.Solid castor, Solid rear wheel with spokes.Patient controlled brakesUnder Arm CrutchesMade of aluminiumHeight adjustableDifferent sizesComplete Dental UnitEquipped with a highly intuitive 3-digit display panel, which allows for instrument speed and power adjustments. S.NOSTANDARD CONFIGURATIONQTY1Dismountable glass spittoon12Motor dental chair control system1324V noiseless DC under voltage motor chair14Pure water purified system15Operating lamp16X-film viewer173-way syringe with cold/hot water2 PCS8Saliva ejector with low suction19Integrated foot controller110Dentist stool111Imported or domestic high speed air turbine hand piece112Imported or domestic low speed air motor hand piece113Ultrasonic scalar114Curing light11538L Dental silent oil free air compressor116InstallationNo charges on iinstallationMORE SPECIFICATIONS1Supplied voltage220V/50Hz2Supplied Air pressure0.5Mpa-0.8Mpa3Supplied Water pressure0.2Mpa-0.4MpaAutoclave MachineFully stainless steel structureElectric or LPG heatedDouble scale indication pressure gauge.Easy to operate, safe and reliable.Sterilizing volume:24LWorking pressure:0.14-0.16MpaWorking temperature:126℃Max. safety pressure:0.165MpaPower:AC220V/50Hz/2 KWDimension:410×410×550 mmG.W /N. W:17/15 KGThree Channel Digital Ecg Machine3 channel ECG machine with interpretation5.0” color TFT LCD displayManual/Auto working modesUse digital isolation technology and digital signal processingSimultaneous 12 leads acquisition and 1, 1+1, 3 channel (Manual/Auto) recording with high resolution thermal printerBaseline stabilization inspectionFull alphanumeric silicon keyboardSupport U disk and SD card storageUltrasound MachineAn 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 processingtechnologyPlane-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 technologySuperior 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 technologyBreak 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 pixelThe 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 imagePortable X-Ray MachineSpecificationsPower Output - 3.5KWFrequency - 40KHz X-Ray Tube - Fixed anode, Focus 1.5Tube Voltage -40~110KV (interval 1KV)Tube Current 40~49KV 63mA 1~125 mAs50~59KV 56mA 1~110 mAs60~69KV 45mA 1~90 mAs70~79KV 40mA 1~80 mAs80~89KV 36mA 1~71 mAs90~99KV 32mA 1~63 mAs100~110KV 20mA 1~40 mAsmAs - 1.0~125 mAs (45 steps)Power Supply - 220V±10% 50Hz inner-resistance≤1.0ΩOperation Method - Wire /Wireless controlDefibrillatorThe 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: 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 scaleCapacity-0-20 kg Graduation-10 gr. Precision-+/- 10 gr. Washable surfaceNebulizerNebulizer 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 HzOtoscopeSize of the aural: 3, 4, 5, 6, 8mm diameter - Power Supply: AC220V; - Illumination Bulb: 2.5V/0.3A; - Magnifier: 3 Times - 58×34×22cmExamination lampPARAMETER 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 LEDEmergency trolleySize: 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 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 noiseAdult weighing machineHeight 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).DefibrillatorNon-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 12VOxygen cylinderShell 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.StethoscopeStain 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 ? inch, An extra set of ear piece/ diaphragm and retainers should be provided.Dressing packKIDNEY DISH, medium, 250x140x40mm, stainless steel1SCISSORS, 14.5 cm, sharp-blunt, straight 1FORCEPS, DRESSING, BLANK, 14.5 cm, atraumatic serration1 FORCEPS, PEAN, 14 cm, serrated jaws, half way 1Suturing pack2 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 41 instrument traySpeculum setKIDNEY DISH, medium, 250x140x40mm, stainless steel1SCISSORS, MAYO, 17 cm, curved1FORCEPS, Towel Clamp, Backhaus6FORCEPS, SPONGE, FOERSTER, 24cm, serrated jaws, straight2SPECULUM-Cusco vaginal speculum size, large, medium and small125 cm, tenaculum, straight2LaryngoscopeLED 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 batteriesFetoscopePinard plastic medium size, 8 inchesThermometerDisplays: 34 -44 - degree centigrade Accuracy+ -0.2 min scale: 0.1, Memory 10memories, measuring time one secondDisposal binsColour coded (red, yellow and black) plastic with movable self - closing lid flap or pedal bin to close the lid, 20 litres.Step stoolMaterial: Stainless SteelHeight:10 to 15 InchCapacity Kg:150 KgWeight:5.7 KgTop Material: rubber SheetOxygen Concentrator5L/min Dual flowsPSA technologyAdjustable flow rate Timing: LCD show Record the accumulatead woking time of the machine, accumulated time, set time Flow 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*640mmSuction MachineSuction 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)GlucometerShould 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 testProcedure TrolleyStainless steel Frame (AISI 304)2 s/s shelves with perimetrical rimS/S table top with back guardrailS/S lower shelf with guardrail on 3 sides1 removable s/s drawerBuilt – in handles4 castors (2 braked)4 bumpers (one at each corner)Dimensions: 50Χ70Χ85 cmStage 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.Instructions to tenderers Particulars of appendix to instructions to tenderers2.27Particulars 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.2.27.6Stage 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:The item has been quoted for as per the requirements of this tender.Tender security has been provided for the lot quotedTender 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.SECTION III -GENERAL CONDITIONS OF CONTRACTDefinitionsIn this Contract, the following terms shall be interpreted as indicated:-“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.“The Contract Price” means the price payable to the tenderer under the Contract for the full and proper performance of its contractual obligations“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.“The Procuring entity” means the organization purchasing the Goods under this Contract.“The Tenderer’ means the individual or firm supplying the Goods under this Contract.ApplicationThese General Conditions shall apply in all Contracts made by the Procuring entity for the procurement installation and commissioning of equipmentCountry of OriginFor purposes of this clause, “Origin” means the place where the Goods were mined, grown or produced.The origin of Goods and Services is distinct from the nationality of the tenderer.StandardsThe Goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications.Use of Contract Documents and InformationThe 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.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 aboveAny 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 entityPatent RightsThe 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 countryPerformance SecurityWithin 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.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.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.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 ContractInspection and TestsThe 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.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.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.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.Nothing in paragraph 3.8 shall in any way release the tenderer from any warranty or other obligations under this Contract.PackingThe 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.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 ContractDelivery and DocumentsDelivery 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 ContractInsuranceThe 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.PaymentThe method and conditions of payment to be made to the tenderer under this Contract shall be specified in Special Conditions of ContractPayments shall be made promptly by the Procuring entity as specified in the contractPricesPrices 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.Contract price variations shall not be allowed for contracts not exceeding one year (12 months)Where contract price variation is allowed, the variation shall not exceed 10% of the original contract price.Price variation request shall be processed by the procuring entity within 30 days of receiving the request.AssignmentThe 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.SubcontractsThe 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 ContractTermination for defaultThe 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 partif 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 entityif the tenderer fails to perform any other obligation(s) under the Contractif the tenderer, in the judgment of the Procuring entity has engaged in corrupt or fraudulent practices in competing for or in executing the ContractIn 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.Liquidated DamagesIf 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, 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.Resolution of DisputesThe 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 contractIf, 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.Language and LawThe language of the contract and the law governing the contract shall be English language and the Laws of Kenya respectively unless otherwise stated.Force MajeureThe 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.SECTION IV-SPECIAL CONDITIONS OF CONTRACT4.1 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.CSPECIAL CONDITIONS OF CONTRACT3.4.1StandardsThe 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.3.9PackingThe packages must be clearly labelled with description of contents and quantities 3.10DeliveryThe delivery point shall be the National youth Service headquarters stores in Nairobi 3.13PricesPrices 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) 3.17Liquidated 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.3.18Resolution 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 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.SUBMISSION OF BIDDING DOCUMENTSCompleted 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’. Technical (This part will contain all the requisite documentation required at the preliminary and technical evaluation stage.) Financial (This part will contain the prices quoted by the bidder OPENING OF TENDERSThe tenders shall be opened on 6th November, 2019 at 10.00 am (East African Time)..EVALUATIONTenderers shall be evaluated based on the criteria given in the Instructions to Tenderers.SECTION V-TECHNICAL SPECIFICATIONS5.1GeneralThese 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 supplyTenderers must indicate on the specifications sheets whether the equipment offered comply with each specified requirement.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.The tenderers are requested to present information along with their offers as follows:Shortest possible delivery period of each productInformation on proper representative and/or workshop for back-up service/repair and maintenance including their names and addresses.DETAILED SPECIFICATIONS FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENTS/NOITEM DESCRIPTIONSPECIFICATIONS LOT 1: LABORATORY EQUIPMENTS15 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 template23 part full blood count analyzerSpecifications: ? 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 3Immuno 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 supply Reagent Loading ? 9 reagents on board ? Continuous loading ? RFID reading all info of reagents ? Refrigerated reagent area Reagent 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 weeks4MicroscopeSpecifications ? 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 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 23mm5HB meterSpecifications ? 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: 10?l ? Wavelength: 574nm – specific LED ? Memory: up to 1,000 results including date and time ? Open for other clinical chemistry tests6Semi Automated chemistry analyzerSpecifications: ? 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 areas7Automated chemistry analyzerFeatures: ? 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) ? 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: 74Kgs8HbA1c MeterFeatures: ? Display LCD Screen 70 x 40 mm ? Languages available English ? Throughput 4 minutes per sample ? User interface Foil keys Tests ? 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-condensin9Eliza readerFeatures ? 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 fibre optics. ? Plate shaking capability. ? Dimensions: LxWxH (450mm x 330mm x 140mm) ? Weight : 10kg10OvenSpecifications ? 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 11Lab rotatorFeatures ? 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) 12Roller mixerSize. 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.13Blood sugar meterWide Hb measurement range of 4.5 – 25.6 g/dL?Calculated Hct range of 13 – 75%Portable handheld?Large, easy-to-read LCDOptional test devices minimize contamination Results in < 15 seconds Auto-calibration Stores up to 1,000 results Fast data transfer via Mini USB port14Electrolyte AnalyzerProduct Specifications:Throughput: 60 samples per?hourSample volume: 100-200ΜlIon: K+, Na+, Cl-, iCa2+, pH,?Li+, customized selection of ions, optional CO2Calibration: Automatic or On-demandClosed reagent, real time monitoring reagentPrinter: Internal thermal printerDisplay: LCDStorage: Up to 50,000 resultsInterface: RS-232, support LISReagents:DS-Ⅰ(NO.3) Standard A Standard B?Cleaning SolutionPVC Electrode Activating SolutionDS- Ref. Filling Solution?DS- ISE Filling SolutionDE protein Solution?15Incubator with natural convectionCapacity: 44 litresTemperature range: Ambient to 80oCInterior chamber: Electro-acid coated aluminiumProgrammable microprocessor control systemDigital Display for temperature and timeTimer: 1 min to 100 hours and hold positionProportional heating systemSafety thermostatInternal glass doorTwo shelvesInt. Dim.s (W x D x H): 420 x 320 x 360 mmExt. Dim.s (W x D x H): 700 x 470 x 540 mm230V - 50Hz16Gene xpert/viral load machinePhysical dimensions Iv processing unit (27.94cm (W) x 30.48 cm (H) x 29.72 cm (D)Power requirement 19A @110V?, 0.95A@200V?Diagnostic systems4 module instruments with desktop – part numbers (4D)Reaction site thermal controlsSolid state heater and forced-air cooling at each siteReaction chamber thermistors calibrated to ±1.0°C Upto 4 independently –controlled reaction sitesCartridgesSingle-use disposable cartridgesPolypropylene constructionPerformance ParametersHeating ramp rates (max)10°C per second from 50°C to 95°CCooling ramp rates (max)2.5°C per second from 95°C to 50°CTemperature duration accuracy ± 10 seconds from programed timeTemperature accuracy ± 10 seconds from 60°C to 95°CMelt curve programmable ramp rates 0.01°C per second 1.0°C /secLOT 2 : MEDICAL EQUIPMENTS/NOITEM DESCRIPTIONSPECIFICATIONS1Handheld Pulse OximeterMeasures SPO2+PR+TempHigh 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 batteries2Fingertip PulseThe 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 cracking3Omron BP MachineCuff?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)4Examination CoachesFeatures: Fixed-heightNumber of sections: 2 sectionsOther characteristics: Ergonomic5Medicine TrolleyStainless steel Frame (AISI 304)2 s/s shelves with perimetrical rimS/S table top with back guardrailS/S lower shelf with guardrail on 3 sides1 removable s/s drawerBuilt – in handles4 castors (2 braked)4 bumpers (one at each corner)Dimensions: 50Χ70Χ85 cm6Examination ScreensFramework made of stainless steel materialEpoxy powder coating4 fold partition on legWith 50mm swivel castorFabric upholstery screen7Infusion 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 duty8Stretcher 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.Folding StretcherAluminum alloy material frameSleeping surface made of PVC – color: Can be folded and packed in a bagDimensions: 110Χ15Χ7 cm (folded)221Χ53Χ15 cm (unfolded)9Foldable WheelchairChromed steel frame.Fixed armrest, fixed footrest.Solid castor, Solid rear wheel with spokes.Patient controlled brakes10Under Arm CrutchesMade of aluminiumHeight adjustableDifferent sizes11Complete Dental UnitEquipped with a highly intuitive 3-digit display panel which allows for instrument speed and power adjustments. S.NOSTANDARD CONFIGURATIONQTY1Dismountable glass spittoon12Motor dental chair control system1324V noiseless DC under voltage motor chair14Pure water purified system15Operating lamp16X-film viewer173-way syringe with cold/hot water2 PCS8Saliva ejector with low suction19Integrated foot controller110Dentist stool111Imported or domestic high speed air turbine hand piece112Imported or domestic low speed air motor hand piece113Ultrasonic scalar114Curing light11538L Dental silent oil free air compressor116InstallationNo charges on iinstallationMORE SPECIFICATIONS1Supplied voltage220V/50Hz2Supplied Air pressure0.5Mpa-0.8Mpa3Supplied Water pressure0.2Mpa-0.4Mpa12Autoclave MachineFully stainless steel structureElectric or LPG heatedDouble scale indication pressure gauge.Easy to operate, safe and reliable.Sterilizing volume:24LWorking pressure:0.14-0.16MpaWorking temperature:126℃Max. safety pressure:0.165MpaPower:AC220V/50Hz/2 KWDimension:410×410×550 mmG.W /N. W:17/15 KG13Three Channel Digital Ecg Machine3 channel ECG machine with interpretation5.0” color TFT LCD displayManual/Auto working modesUse digital isolation technology and digital signal processingSimultaneous 12 leads acquisition and 1, 1+1, 3 channel (Manual/Auto) recording with high resolution thermal printerBaseline stabilization inspectionFull alphanumeric silicon keyboardSupport U disk and SD card storage14Ultrasound MachineAn 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 processingtechnologyPlane-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 technologySuperior 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 technologyBreak 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 pixelThe 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 image15Portable X-Ray MachineSpecificationsPower Output - 3.5KWFrequency - 40KHz X-Ray Tube - Fixed anode, Focus 1.5Tube Voltage -40~110KV (interval 1KV)Tube Current 40~49KV 63mA 1~125 mAs50~59KV 56mA 1~110 mAs60~69KV 45mA 1~90 mAs70~79KV 40mA 1~80 mAs80~89KV 36mA 1~71 mAs90~99KV 32mA 1~63 mAs100~110KV 20mA 1~40 mAsmAs - 1.0~125 mAs (45 steps)Power Supply - 220V±10% 50Hz inner-resistance≤1.0ΩOperation Method - Wire /Wireless control16Procedure TrolleyStainless steel Frame (AISI 304)2 s/s shelves with perimetrical rimS/S table top with back guardrailS/S lower shelf with guardrail on 3 sides1 removable s/s drawerBuilt – in handles4 castors (2 braked)4 bumpers (one at each corner)Dimensions: 50Χ70Χ85 cmLOT 3: NON-MEDICAL EQUIPMENTS/NOITEM DESCRIPTIONSPECIFICATIONSDefibrillatorThe 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: 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 scaleCapacity-0-20 kg Graduation-10 gr. Precision-+/- 10 gr. Washable surfaceNebulizerNebulizer 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 HzOtoscopeSize of the aural: 3, 4, 5, 6, 8mm diameter - Power Supply: AC220V; - Illumination Bulb: 2.5V/0.3A; - Magnifier: 3 Times - 58×34×22cmExamination lampPARAMETER 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 LEDEmergency trolleySize: 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 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 noiseAdult weighing machineHeight 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).DefibrillatorNon-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 12VOxygen cylinderShell 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.StethoscopeStain 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 ? inch, An extra set of ear piece/ diaphragm and retainers should be provided.Dressing packKIDNEY DISH, medium, 250x140x40mm, stainless steel1SCISSORS, 14.5 cm, sharp-blunt, straight 1FORCEPS, DRESSING, BLANK, 14.5 cm, atraumatic serration1 FORCEPS, PEAN, 14 cm, serrated jaws, half way 1Suturing pack2 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 41 instrument traySpeculum setKIDNEY DISH, medium, 250x140x40mm, stainless steel1SCISSORS, MAYO, 17 cm, curved1FORCEPS, Towel Clamp, Backhaus6FORCEPS, SPONGE, FOERSTER, 24cm, serrated jaws, straight2SPECULUM-Cusco vaginal speculum size, large, medium and small125 cm, tenaculum, straight2LaryngoscopeLED 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 batteriesFetoscopePinard plastic medium size, 8 inchesThermometerDisplays: 34 -44 - degree centigrade Accuracy+ -0.2 min scale: 0.1, Memory 10memories, measuring time one secondDisposal binsColour coded (red, yellow and black) plastic with movable self - closing lid flap or pedal bin to close the lid, 20 litres.Step stoolMaterial: Stainless SteelHeight:10 to 15 InchCapacity Kg:150 KgWeight:5.7 KgTop Material: rubber SheetOxygen Concentrator5L/min Dual flowsPSA technologyAdjustable flow rate Timing: LCD show Record the accumulatead woking time of the machine, accumulated time, set time Flow 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*640mmSuction MachineSuction 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)GlucometerShould 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 testPARTICULARSSCHEDULE OF REQUIREMENTS FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT. S/NOITEM/SERVICE DESCRIPTIONUNIT OF ISSUEQUANTITY LOT 1: LABORATORY EQUIPMENTS5 part full blood count analyserNO13 part full blood count analyserNO1Immuno Assay analyser (Chemilumiscence)NO1MicroscopeNO2HB MeterNO3Semi Automated Chemistry Analyser.NO1Automated Chemistry AnalyserNO1HbalcmeterNO.2ELIZA reader semi automationNO.1OvenNO.2Laboratory rotator/shakerNO.2Roller mixerNO.2Blood sugar meterNO.5Electrolyte AnalyserNO1IncubatorNO.1Gene xpert/viral load machineNO.1 LOT 2: MEDICAL EQUIPMENTSHand held pulse Oximeter NO.2Fingertip pulse OximeterNO.2Omron BP machineNO.5Examination CouchNO3Medicine trolleyNo3Examination ScreenNO2Infusion standsNO2Stretcher unfoldableNO3Stretcher foldableNO2Wheel Chair FoldableNO.3Crutches (per pair)PAIR5Complete dental unit NO1Autoclave machine (medium all American)NO2Three channel Digital ECG machineNO1Ultra sound machine (portable)NO1Portable X-ray machineNO1Procedure TrolleyNo.3 LOT 3: OTHER ASSORTED EQUIPMENTS DefibrillatorNo1Weighing machine paed)NO2NebulizerNO.3OtoscopeNO3Examination lamb/kitNO.3Emergency trolleyNO.2Adult weighing machineNO.2Automatic External Defibrillator (AED)NO.1Oxygen CylinderNO.2Stethoscopes (3M classic II)NO5Dressing SetNO3Suturing setNO5Speculum pack/setNO5Laryngoscope- AdultNO.2Laryngoscope - paedNO.2FetoscopeNO.2ThermometerNO.3Disposal binsNO.10Step stoolNO.3Oxygen ConcentratorNO2Suction MchineNO2GlucometerNO5DETAILED PRICE SCHEDULE FOR THE SUPPLY AND DELIVERY OF ASSORTED LABORATORY AND MEDICAL EQUIPMENT S/NOITEM/SERVICE DESCRIPTIONUNIT OF ISSUEQTY UNIT PRICEDELIVERY PERIODCOUNTRY OF ORIGIN LOT 1: LABORATORY EQUIPMENTS5 part full blood count analyserNO13 part full blood count analyserNO1Immuno Assay analyser (Chemilumiscence)NO1MicroscopeNO2HB MeterNO3Semi Automated Chemistry Analyser.NO1Automated Chemistry AnalyserNO1HbalcmeterNO.2ELIZA reader semi automationNO.1OvenNO.2Laboratory rotator/shakerNO.2Roller mixerNO.2Blood sugar meterNO.5Electrolyte AnalyserNO1IncubatorNO.1Gene xpert/viral load machineNO.1LOT 2: MEDICAL EQUIPMENTSHand held pulse Oximeter NO.2Fingertip pulseNO.2Omron BP machineNO.5Examination CouchNO3Medicine trolleyNo3Examination ScreenNO2Infusion standsNO2Stretcher unfoldableNO3Stretcher foldableNO2Wheel Chair FoldableNO.3Crutches (per pair)PAIR5Complete dental unit NO1Autoclave machine (medium all American)NO2Three channel Digital ECG machineNO1Ultra sound machine (portable)NO1Portable X-ray machineNO1Procedure TrolleyNo.3LOT 3: OTHER ASSORTED EQUIPMENTSDefibrillatorNo1Weighing machine paed)NO2NebulizerNO.3OtoscopeNO3Examination lamb/kitNO.3Emergency trolleyNO.2Adult weighing machineNO.3Automatic External Defibrillator (AED)NO.1Oxygen CylinderNO.2Stethoscopes (3M classic II)NO5Dressing SetNO3Suturing setNO5Speculum pack/setNO5LaryngoscopeNO.2Laryngoscope - paedNO.2FetoscopeNO.2ThermometerNO.3Disposal binsNO.10Step stoolNO.3Oxygen ConcentratorNO2Suction MchineNO2GlucometerNO5Signature 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.The prices shall remain fixed in the Contract period SECTION VIII-STANDARD FORMSNotes on the sample Forms1.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/……../2019-2020To: THE DIRECTOR GENERAL,NATIONAL YOUTH SERVICE,P. O. Box 30397-00100NAIROBIGentlemen and/or Ladies:1. Having examined the tender documents including AddendaNos. ………………………………. [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 8.2CONFIDENTIAL BUSINESS QUESTIONNAIRE FORM 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 businessYou are advised that it is a serious offence to give false information on this formPart 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………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………..……………………………………………………………………………………….. 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.FORM OF TENDER SECURITYWHEREAS ……………………………………….. (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 OrIf the tenderer, having been notified of the acceptance of his tender by the Employer during the period of tender validity:fails or refuses to execute the form of Agreement in accordance with the Instructions to Tenderers, if required; orfails 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]_________________________________________________________[Witness][Seal]8.4CONTRACT FORMTHIS 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 Award3.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 Contract4.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.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 entitySigned, sealed, delivered by the (for the tenderer in the presence of (Amend accordingly if provided by Insurance Company)8.5PERFORMANCE SECURITY FORMTo ………………………………………….[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]8.6BANK GUARANTEE FOR ADVANCE PAYMENT FORMTo…………………………[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]8.7MANUFACTURER’S AUTHORIZATION FORMTo[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.8.8 LETTER OF NOTIFICATION OF AWARDAddress of Procuring Entity__________________________________________To: RE: TENDER NO. NYS/02/2018-2019 Tender NameThis is to notify that the contract/s stated below under the above mentioned tender have been awarded to you. Please acknowledge receipt of this letter of notification signifying your acceptance.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. 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 OFFICER8.9 FORM RB 1REPUBLIC OF KENYAPUBLIC PROCUREMENT ADMINISTRATIVE REVIEW BOARDAPPLICATION NO…………….OF……….….20……...BETWEEN…………………………………………….APPLICANTAND…………………………………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 SecretarySELF-DECLARATION FORM ANTI-CORRUPTION DECLARATIONWe (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 —The person shall be disqualified from entering into a contract for the procurement; orIf a contract has already been entered into with the person, the contract shall be voidable at the option of NYSThe 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 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 ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download