79
Page 1 of 79 ORIGINAL KENYATTA NATIONAL HOSPITAL NATIONAL OPEN TENDER SUPPLY, DELIVERY, INSTALLATION, TESTING AND COMMISSIONING OF SURGICAL AND ENDOSCOPY EQUIPMENTS Electro Surgical Diathermy ENT Head and Neck Endoscopy Equipment Nerve Stimulator Cordless Battery Driven Skin Dermatome Electric skin Dermatome Laraporscopic equipment Neuro-surgical Microscope Auditory Brainstem Evoked Machine Dental Chair /unit and attachments Infrared Laser Universal Operating Tables TENDER NO: KNH/T/61/2017-2018 THE CHIEF EXECUTIVE OFFICER KENYATTA NATIONAL HOSPITAL P.O BOX 20723- 00202, NAIROBI.

NATIONAL OPEN TENDER - knh.or.keknh.or.ke/tenders/2017/july/Tender_FOR_SURGICAL_ENDOSCOPY_M… · Management Department Room No.6, ... Supply, Delivery, Installation, Testing and

  • Upload
    lehanh

  • View
    212

  • Download
    0

Embed Size (px)

Citation preview

Page 1 of 79

ORIGINAL

KENYATTA NATIONAL HOSPITAL

NATIONAL OPEN TENDER SUPPLY, DELIVERY, INSTALLATION, TESTING AND COMMISSIONING

OF SURGICAL AND ENDOSCOPY EQUIPMENTS

Electro Surgical Diathermy ENT Head and Neck Endoscopy Equipment Nerve Stimulator

Cordless Battery Driven Skin Dermatome

Electric skin Dermatome

Laraporscopic equipment

Neuro-surgical Microscope

Auditory Brainstem Evoked Machine

Dental Chair /unit and attachments

Infrared Laser

Universal Operating Tables

TENDER NO: KNH/T/61/2017-2018

THE CHIEF EXECUTIVE OFFICER KENYATTA NATIONAL HOSPITAL

P.O BOX 20723- 00202, NAIROBI.

Page 2 of 79

TABLE OF CONTENTS

PAGE

INTRODUCTION ……………………..

3

* SECTION I INVITATION TO TENDER ……………….. 5

* SECTION II INSTRUCTIONS TO TENDERERS ………… 5

Appendix to Instructions to tenderers ……….. 30

* SECTION III GENERAL CONDITIONS OF CONTRACT…… 31

* SECTION IV SPECIAL CONDITIONS OF CONTRACT .............39

* SECTION V SCHEDULE OF REQUIREMENTS AND PRICE.. 41

* SECTION VI TECHNICAL SPECIFICATION ..............................43

* SECTION VII STANDARD FORMS ………………………..,,, 49

7.1 FORM OF TENDER .....................................52

7.2 CONFIDENTIAL BUSINESS &

QUESTIONNAIRE FORM ...........................53

7.3 TENDER SECURITY FORM ..................... 57

7.4 CONTRACT FORM ......................................58

7.5 PERFORMANCE SECURITY FORM ......... 59

7.6 BANK QUARANTEE FOR ADVANCE

PAYMENT ................................................... 60

7.7 MANUFACTURER’S AUTHORIZATION

FORM

Supply, Delivery, Installation, Testing and Commissioning of surgical and Endoscopy Equipment 2017-2018

Page 3 of 79

COPY

KENYATTA NATIONAL HOSPITAL

NATIONAL OPEN TENDER

SUPPLY, DELIVERY, INSTALLATION, TESTING AND COMMISSIONING OF SURGICAL, ENDOSCOPY EQUIPMENTS

Electro Surgical Diathermy

ENT Head and Neck Endoscopy Equipment Nerve Stimulator

Cordless Battery Driven Skin Dermatome

Electric skin Dermatome

Laraporscopic equipment

Neuro-surgical Microscope

Auditory Brainstem Evoked Machine

Dental Chair /unit and attachments

Heart Lung Machine

Infrared Laser

Universal Operating Tables

TENDER NO: KNH/T/61/2017-2018

THE CHIEF EXECUTIVE OFFICER KENYATTA NATIONAL HOSPITAL

P.O BOX 20723- 00202,

NAIROBI

Supply, Delivery, Installation, Testing and Commissioning of surgical and Endoscopy Equipment 2017-2018

Page 4 of 79

TABLE OF CONTENTS

PAGE

INTRODUCTION ……………………..

3

* SECTION I INVITATION TO TENDER ……………….. 5

* SECTION II INSTRUCTIONS TO TENDERERS ………… 5

Appendix to Instructions to tenderers ……….. 30

* SECTION III GENERAL CONDITIONS OF CONTRACT…… 31

* SECTION IV SPECIAL CONDITIONS OF CONTRACT ............. 39

* SECTION V SCHEDULE OF REQUIREMENTS AND PRICE.. 41

* SECTION VI TECHNICAL SPECIFICATION .............................. 43

* SECTION VII STANDARD FORMS ………………………..,,, 49

7.8 FORM OF TENDER ..................................... 52

7.9 CONFIDENTIAL BUSINESS & QUESTIONNAIRE

FORM ............................................................ 53

7.10 TENDER SECURITY FORM ..................... 57

7.11 CONTRACT FORM ..................................... 58

7.12 PERFORMANCE SECURITY FORM ......... 59

7.13 BANK QUARANTEE FOR ADVANCE PAYMENT

60

7.14 MANUFACTURER’SAUTHORIZATIONFORM 61

Supply, Delivery, Installation, Testing and Commissioning of surgical and Endoscopy Equipment 2017-2018

Page 5 of 79

SECTION I INVITATION TO TENDER OPEN NATIONAL TENDER

Kenyatta National Hospital wishes to invite sealed tenders for the items listed below from eligible candidates.

No. Tender No.

Description

Closing date

1 KNH/T/61/2017-2018 Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment

16/8/2017

Interested eligible candidates may obtain further information and inspect the Tender Documents at the Supply Chain

Management Department Room No.6, Administration Block from Monday to Friday between 9:00am to 4:00pm. Tender

documents with detailed Specifications and Conditions can be downloaded free of charge from the KNH Website

(www.knh.or.ke) or https//supplier.treasury.go.ke, IFMIS Portal. hard copies can be obtained from the office of the

Deputy Director, Supply Chain Management located at the Hospital's Main Administration Block Room 6 from

Monday to Friday between 9.00 a.m. to 4.00 p.m. upon payment of a non-refundable fee of Kshs.1,000.00 per tender

document via Mpesa paybill No.626088, Account Number –Name of Supplier and obtain an official receipt from Cash

Office ( Administration Block) or bankers Cheque made payable to Kenyatta National Hospital.

Bidders who choose to download the tender documents from the website free of charge and immediately email their name

and contact details (cellphone number, email, and company name) to: [email protected] for records and

communication of any tender clarifications and addenda.

Completed tender documents must be returned as specified in the tender document and deposited in the Tender Box

situated at the Kenyatta National Hospital Administration Block, ground floor entrance lobby before or at 10.00am

and be addressed to:

The Chief Executive Officer

Kenyatta National Hospital

P.O Box 20723-00202

Nairobi.

So as to be received on or before 16/8/2017 10.00am.

CHIEF EXECUTIVE OFFICER

Supply, Delivery, Installation, Testing and Commissioning of surgical and Endoscopy Equipment 2017-2018

Page 6 of 79

SECTION II - INSTRUCTIONS TO TENDERERS

Table of Clauses

Page

2.1 Eligible Tenderers ......................................................... 6

2.2 Eligible Equipment ........................................................ 6

2.3 Cost of Tendering .......................................................... 7

2.4 Contents of Tender Document ...................................... 7

2.5 Clarification of Tender Documents ............................... 7

2.6 Amendment of Tender Document ................................. 8

2.7 Language of Tender ....................................................... 8

2.8 Documents Comprising the Tender ............................... 8

2.9 Tender Forms ................................................................ 9

2.10 Tender Prices ................................................................. 9

2.11 Tender Currencies ......................................................... 10

2.12 Tenderers Eligibility and Qualifications ....................... 10 2.13 Goods’ Eligibility and Conformity to Tender Document.11 2.14

Tender Security ..................................................................... 12

2.15 Validity of Tenders ........................................................ 13

2.16 Format and Signing of Tenders ..................................... 13

2.17 Sealing and Marking of Tenders ................................... 14

2.18 Deadline for Submission of Tender............................... 14

2.19 Modification and Withdrawal of Tenders ..................... 14 2.20 Opening of Tenders ....................................................... 15

2.21 Clarification of Tenders ................................................. 15

2.22 Preliminary Examination ............................................... 16

2.23 Conversion to Single Currency ..................................... 17

2.24 Evaluation and Comparison of Tenders ........................ 17

2.25 Contacting the Procuring Entity .................................... 18 2.26 Award of Contract ......................................................... 18

(a) Post Qualification………………………………… 18

(b) Award criteria …………………………………… 19

(c) Procuring Entity’s Right to Vary Quantities……. 19

(d ) Procuring Entity’s Right to Accept or Reject any

or all Tenders ………………………………….. 19

2.27 Notification of Award…………………………… 20

2.28 Signing of Contract………………………………. 20

2.29 Performance Security …………………………….. 20

Supply, Delivery, Installation, Testing and Commissioning of surgical and Endoscopy Equipment 2017-2018

Page 7 of 79

2.30 Corrupt or Fraudulent Practices…………………. 21

Supply, Delivery, Installation, Testing and Commissioning of surgical and Endoscopy Equipment 2017-2018

Page 8 of 79

SECTION II – INSTRUCTIONS TO TENDERERS

2.1 Eligible Tenderers

2.1.1 This Invitation for Tenders is open to all tenderers eligible as

described in the Appendix to Instructions to Tenderers. Successful

tenderers shall complete the supply, install and commissioning of the

equipment by the intended completion date specified in the tender

documents.

2.1.2 The procuring entity’s employees, committee members, board

members and their relative (spouse and children) are not eligible to

participate in the tender unless where specially allowed under section

131 of the Act.

2.1.3 Tenderers shall provide the qualification information statement that

the tenderer (including all members of a joint venture and

subcontractors) is not associated, or have been associated in the past,

directly or indirectly, with a firm or any of its affiliates which have

been engaged by the Procuring entity to provide consulting services

for the preparation of the design, specifications, and other documents

to be used for the procurement of the goods under this Invitation for

tenders.

2.1.4 Tenderers involved in corrupt or fraudulent practices or debarred from

participating in public procurement shall not be eligible.

2.2 Eligible Equipment

2.2.1 All equipment to be supplied and installed under the contract shall

have their origin in eligible source countries.

2.2.2 For purposes of this clause, “origin” means the place where the

equipment(s) are 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

Supply, Delivery, Installation, Testing and Commissioning of surgical and Endoscopy Equipment 2017-2018

Page 9 of 79

2.2.3 The origin of equipment is distinct from the nationality of the tenderer

and shall be treated thus in the evaluation of the tender.

2.3 Cost of Tendering

2.3.1 The Tenderer shall bear all costs associated with the preparation and

submission of its tender, and the procuring entity, will in no case be

responsible or liable for those costs, regardless of the conduct or

outcome of the tendering process.

2.3.2 The price to be charged for the tender document shall not exceed Ksh

1000.00

2.3.3 The procuring entity shall allow the tenderer to review the tender

document free of charge before purchase.

2.4. Contents of Tender Document

2.4.1 The tender document comprises the documents listed below and

addenda issued in accordance with clause 2.6 of these instructions to

tenderers

(i) Invitation to Tender (ii) Instructions to Tenderers

(iii) General Conditions of Contract

(iv) Special Conditions of Contract

(v) Schedule of requirements

(vi) Technical Specifications

(vii) Tender Form and Price Schedules (viii) Tender Security Form

(ix) Contract Form

(x) Performance Security Form

(xi) Bank Guarantee for Advance Payment Form

(xii) Manufacturer’s Authorization Form

(xiii) Confidential Business Questionnaire Form

(xiv) Declaration form (xv) Request for Review Form

2.4.2 The Tenderer is expected to examine all instructions, forms, terms,

and specifications in the tender documents. Failure to furnish all

information required by the tender documents or to submit a tender

Supply, Delivery, Installation, Testing and Commissioning of surgical and Endoscopy Equipment 2017-2018

Page 10 of 79

not substantially responsive to the tender documents in every respect

will be at the tenderers risk and may result in the rejection of its

tender.

2.5 Clarification of Tender Documents

2.5.1 A prospective tenderer making inquiries of the tender documents may notify the Procuring entity in writing or by post at the

entity’s address indicated in the invitation for tenders. 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.

2.5.2 The procuring entity shall reply to any clarifications sought by the

tenderer within 3 days of receiving the request to enable the tenderer

to make timely submission of its tender.

2.6 Amendment of Tender Documents

2.6.1 At any time prior to the deadline for submission of tender, 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 issuing an addendum.

2.6.2 All prospective tenderers that have obtained the tender documents will

be notified of the amendment in writing or by post and will be binding

on them.

2.6.3 In order to allow prospective tenderers reasonable time in which to

take the amendment into account in preparing their tenders, the

Procuring entity, at its discretion, may extend the deadline for the

submission of tenders.

2.7 Language of Tender

Supply, Delivery, Installation, Testing and Commissioning of surgical and Endoscopy Equipment 2017-2018

Page 11 of 79

2.7.1 The tender prepared by the tenderer, as well as all correspondence and

documents relating to the tender exchange by the tenderer and the

Procuring entity, shall be written in English language, provided that

any printed literature furnished by the tenderer may be written in

another language provided they are accompanied by an accurate

English translation of the relevant passages in which case, for

purposes of interpretation of the tender, the English translation shall

govern.

2.8 Documents Comprising the Tender

2.8.1 The tender prepared by the tenderers shall comprise the following

components.

(a) a Tender Form and a Price Schedule completed in

accordance with paragraph 2.9, 2.10 and 2.11 below

(b) documentary evidence established in accordance with

paragraph 2.12 that the tenderer is eligible to tender and

is qualified to perform the contract if its tender is

accepted;

(c) documentary evidence established in accordance with

paragraph 2.13 that the goods and ancillary services to be

supplied by the tenderer are eligible goods and services

and conform to the tender documents; and

(d) tender security furnished in accordance with paragraph

2.14

(e) Confidential Business Questionnaire

2.9 Tender Form

2.9.1 The tenderer shall complete the Form of Tender and the appropriate

Price Schedule furnished in the tender documents, indicating the

equipment to be supplied, installed and commissioned and a brief

description of the equipment, their country of origin, quantity, and

prices.

2.10 Tender Prices

2.10.1 The tenderer shall indicate on the appropriate Price Schedule the unit

prices where applicable and total tender price of the equipment and

installation it proposes to supply under the contract.

Page 11 of 79 Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

2.10.2 Prices indicated on the Price Schedule shall be entered separately in

the following manner:

(i) the price of the equipment quoted EXW (ex works, ex factory, ex

warehouse, ex showroom, or off-the-shelf, as applicable),

including all customs duties and sales and other taxes already paid

or payable:

(ii) charges for inland transportation, insurance, and other local costs

incidental to delivery of the goods to their final destination; and

(iii) installation charges shall also be indicated separately for each

equipment

2.10.3 Prices quoted by the tender shall remain fixed during the Tender’s

performance of the contract. A tender submitted with an adjustable

price quotation will be treated as non-responsive and will be rejected,

pursuant to paragraph 2.22 unless otherwise agreed by the parties.

2.11 Tender Currencies

2.11.1 Prices shall be quoted in the following currencies:

(a) For equipment that the tenderer will supply from within

Kenya, the prices shall be quoted in Kenya Shillings; and

(b) For equipment that the tenderer will supply from outside

Kenya, the prices may be quoted in US Dollars or in another

freely convertible currency.

(c) Cost of installation and commissioning will be in Kenya

Shillings.

2.12 Tenderers Eligibility and Qualifications

2.12.1 Pursuant to paragraph 2.1. the tenderers 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.

2.12.1 The documentary evidence of the tenderers eligibility to tender shall

establish to the Procuring entity’s satisfaction that the tenderer, at the

time of submission of its tender, is from an eligible source country as

defined under paragraph 2.1

Page 12 of 79 Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

2.12.2 The documentary evidence of the tenderers qualifications to perform

the contract if its tender is accepted shall establish to the Procuring

entity’s satisfaction;

(a) that, in the case of a tenderer offering to supply equipment

under the contract which the tenderer did not manufacture or

otherwise produce, the tenderer has been duly authorized by the

equipment, Manufacturer or producer to supply the equipment

(b) that the tenderer has the financial, technical, and production

capability necessary to perform the contract;

(c) that, in the case of a tenderer not doing business within Kenya,

the tenderer is or will be (if awarded the contract) represented

by an Agent in Kenya equipped, and able to carry out the

Tenderer’s maintenance, repair, and spare parts-stocking

obligations prescribed in the Conditions of Contract and/or

Technical Specifications.

2.13 Goods Eligibility and Conformity to Tender Document

2.13.1 Pursuant 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 equipment which the tenderer proposes

to supply under the contract

2.13.2 The documentary evidence of the eligibility of the goods shall consist

of statement in the Price Schedule of the country of origin of the

goods and services offered which shall be confirmed by a certificate

of origin issued at the time of shipment.

2.13.3 The documentary evidence of conformity of the equipment to the

tender documents may be in the form of literature, drawings, and data,

and shall consist of:

a) a detailed description of the essential technical and performance

characteristic of the equipment

b) a list giving full particulars, including available source and

current prices of spare parts, special tools, etc., necessary for

the proper and continuing functioning of the equipment for a

period of two (2) years, following commencement of the use of

the equipment by the Procuring entity; and

c) a clause-by-clause commentary on the Procuring entity’s

Technical Specifications demonstrating substantial

Page 13 of 79 Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

responsiveness of the goods and service to those specifications,

or a statement of deviations and exceptions to the provisions of

the Technical Specifications.

2.13.4 For purposes of the commentary to be furnished pursuant to paragraph

2.13.3(c ) above, the tenderer shall note that standards for

workmanship, material, and equipment, as well as references to brand

names or catalogue numbers designated by the Procurement entity in

its Technical Specifications, are intended to be descriptive only and

not restrictive. The tenderer may substitute alternative standards,

brand names, and/or catalogue numbers in its tender, provided that it

demonstrates to the Procurement entity’s satisfaction that the

substitutions ensure substantial equivalence to those designated in the

Technical Specifications.

2.14 Tender Security

2.14.1 The tenderer shall furnish, as part of its tender, a tender security for

the amount and form specified in the Appendix to Instructions to

Tenderers.

2.14.2 The tender security shall be in the amount Kshs. 500,000.00.

2.14.3 The tender security is required to protect the Procuring entity against

the risk of Tenderer’s conduct which would warrant the security’s

forfeiture, pursuant to paragraph 2.14.7

2.14.4 The tender security shall be denominated in Kenya Shillings or in

another freely convertible currency, and shall be in the form of

a) Cash

b) A bank guarantee

c) Such insurance guarantee approved by the Authority d) Letter of credit.

2.14.5 Any tender not secured in accordance with paragraph 2.14.1 and 2.14.3 will be rejected by the Procuring entity as non responsive,

pursuant to paragraph 2.22

Page 14 of 79 Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

2.14.6 Unsuccessful Tenderer’s tender security will be discharged or

returned as promptly as possible but not later than thirty (30) days

after the expiration of the period of tender validity prescribed by the

Procuring entity.

2.14.7 The successful Tenderer’s tender security will be discharged upon the

tenderer signing the contract, pursuant to paragraph 2.27 and

furnishing the performance security, pursuant to paragraph 2.28

2.14.8 The tender security may be forfeited:

a) if a tenderer withdraws its tender during the period of tender validity

specified by the procuring entity on the Tender Form; or

b) in the case of a successful tenderer, if the tenderer fails:

i) to sign the contract in accordance with paragraph 2.27

1. or ii) to furnish performance security in accordance with paragraph

2.28

c) If the tenderer rejects correction of an arithmetic error in the tender.

2.15 Validity of Tenders

2.15.1 Tenderers shall remain valid for 120 days or as specified in the tender

documents after date of tender opening prescribed by the Procuring

entity, pursuant to paragraph 2.20. A tender valid for a shorter period

shall be rejected by the Procuring entity as non responsive.

2.15.2 In exceptional circumstances, the Procuring entity may solicit the

Tenderer’s consent to an extension of the period of validity. The

request and the responses thereto shall be made in writing. The

tender security provided under paragraph 2.14 shall also be suitably

extended. A tenderer may refuse the request without forfeiting its

tender security. A tenderer granting the request will not be required

nor permitted to modify its tender.

2.16 Format and Signing of Tender

2.16.1 The Procuring entity shall prepare two copies of the tender, clearly

marking each “ORIGINAL TENDER” and “COPY OF TENDER,” as

Page 15 of 79 Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

appropriate. In the event of any discrepancy between them, the

original shall govern.

2.16.2 The original and all copies of the tender shall be typed or written in

indelible ink and shall be signed by the tenderer or a person or persons

duly authorized to bind the tenderer to the contract. All pages of the

tender, except for unamended printed literature, shall be initialed by

the person or persons signing the tender.

2.16.3 The tender shall have no interlineations, erasures, or overwriting

except as necessary to correct errors made by the tenderer, in which

case such corrections shall be initialed by the person or persons

signing the tender.

2.17 Sealing and Marking of Tenders

2.17.1 The Tenderer shall seal the original and each copy of the tender in

separate envelopes, duly marking the envelopes as “ORIGINAL” and

“COPY.” The envelopes shall then be sealed in an outer envelope.

2.17.2 The inner and outer envelopes shall: (a) be addressed to the Procuring entity at the address given on he

Invitation to Tender.

(b) bear the tender number and name in the Invitation to Tender

and the words “DO NOT OPEN BEFORE 16/8/2017at 10.00am

East African Time

2.17.3 The inner envelopes shall also indicate the name and address of the

tenderer to enable the tender to be returned unopened in case it is

declared “late”.

2.17.4 If the outer envelope is not sealed and marked as required by

paragraph 2.17.2, the Procuring entity will assume no responsibility

for the tender’s misplacement or premature opening.

2.18 Deadline for Submission of Tenders

2.18.1 Tenders must be received by the Procuring entity at the address

specified under paragraph 2.17.2 not later than 16/8/2017 at 10.00am

East African Time

Page 16 of 79 Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

2.18.2 The Procuring entity may, at its discretion, extend this deadline for

the submission of tenders by amending the tender documents in

accordance with paragraph 2.6, in which case all rights and

obligations of the Procuring entity and candidates previously subject

to the deadline will therefore be subject to the deadline as extended

2.18.3 Bulky tenders which will not fit in the tender box shall be received

by the procuring entity as provided for in the Appendix.

2.19 Modification and Withdrawal of Tenders

2.19.1 The tenderer may modify or withdraw its tender after the tender’s

submission, provided that written notice of the modification, including

substitution or withdrawal of the tenders, is received by the Procuring

entity prior to the deadline prescribed for submission of tenders.

2.19.2 The Tenderer’s modification or withdrawal notice shall be prepared,

sealed, marked, and dispatched in accordance with the provisions of

paragraph 2.17. A withdrawal notice may also be sent by cable, telex

but followed by a signed confirmation copy, postmarked not later than

the deadline for submission of tenders.

2.19.3 No tender may be modified after the deadline for submission of

tenders.

2.19.4 No tender may be withdrawn in the interval between the deadline for

submission of tenders and the expiration of the period of tender

validity specified by the tenderer on the Tender Form. Withdrawal of

a tender during this interval may result in the Tenderer’s forfeiture of

its tender security, pursuant to paragraph 2.14.7

2.20 Opening of Tenders

2.20.1 The Procuring entity will open all tenders in the presence of tenderers’

representatives who choose to attend, at 16/8/2017 at 10.00am and in

the following location.

Completed tender documents are to be enclosed in plain sealed

envelopes marked with tender reference number and be deposited in

the Tender Box at the entrance of the Supply Chain Department

Offices and addressed to:

Chief Executive Officer

Kenyatta National Hospital

P. O Box 20723 – 00202

Nairobi

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 17 of 79

The tenderers’ representatives who are present shall sign a tender

opening register evidencing their attendance.

2.20.2 The tenderers’ names, tender modifications or withdrawals, tender

prices, discounts and the presence or absence of requisite tender

security and such other details as the Procuring entity, at its discretion,

may consider appropriate, will be announced at the opening.

2.20.3 The Procuring entity will prepare minutes of the tender opening.

2.21 Clarification of Tenders

2.21.1 To assist in the examination, evaluation and comparison of tenders the

Procuring entity may, at its discretion, ask the tenderer for a

clarification of its tender. The request for clarification and the

response shall be in writing, and no change in the prices or substance

of the tender shall be sought, offered, or permitted.

2.21.2 Any effort by the tenderer to influence the Procuring entity in the

Procuring entity’s tender evaluation, tender comparison or contract

award decisions may result in the rejection of the tenderers’ tender.

2.22 Preliminary Examination and Responsiveness

2.22.1 The Procuring entity will examine the tenders to determine whether

they are complete, whether any computational errors have been made,

whether required sureties have been furnished, whether the documents

have been properly signed, and whether the tenders are generally in

order.

2.22.2 Arithmetical errors will be rectified on the following basis. If there is

a discrepancy between the unit price and the total price that is

obtained by multiplying the unit price and quantity, 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

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 18 of 79

its tender security may be forfeited. If there is a discrepancy between

words and figures the amount in words will prevail

2.22.3 The Procuring entity may waive any minor informality or non-

conformity or irregularity in a tender which does not constitute a

material deviation, provided such waiver does not prejudice or effect

the relative ranking of any tenderer.

2.22.4 Prior to the detailed evaluation, pursuant to paragraph 2.23 the

Procuring entity will determine the substantial responsiveness of each

tender to the tender documents. For purposes of these paragraphs, a

substantially responsive tender is one, which conforms to all the terms

and conditions of the tender documents without material deviations.

The Procuring entity’s determination of a tender’s responsiveness is to

be based on the contents of the tender itself without recourse to

extrinsic evidence.

2.22.5 If a tender is not substantially responsive, it will be rejected by the

Procuring entity and may not subsequently be made responsive by the

tenderer by correction of the non conformity.

2.23 Conversion to Single Currency

2.23.1 Where other currencies are used, the Procuring Entity will convert

those currencies to Kenya Shillings using the selling exchange rate on

the date of tender closing provided by the Central Bank of Kenya.

2.24 Evaluation and Comparison of Tenders

2.24.1 The Procuring entity will evaluate and compare the tenders which

have been determined to be substantially responsive, pursuant to

paragraph 2.22

2.24.2 The Procuring entity’s evaluation of a tender will exclude and not take

into account

(a) in the case of equipment manufactured in Kenya or equipment

of foreign origin already located in Kenya, sales and other

similar taxes, which will be payable on the goods if a contract is

awarded to the tenderer; and

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 19 of 79

(b) any allowance for price adjustment during the period of

execution of the contract, if provided in the tender.

2.24.3 The comparison shall be of the ex-factory/ex-warehouse/off-the-shelf

price of the goods offered from within Kenya, such price to include all

costs, as well as duties and taxes paid or payable on components and

raw material incorporated or to be incorporated in the goods.

2.24.4 The Procuring entity’s evaluation of a tender will take into account,

in addition to the tender price and the price of incidental services, the

following factors, in the manner and to the extent indicated in

paragraph 2.23.5 and in the technical specifications:

(a) delivery and installation schedule offered in the tender; (b) deviations in payment schedule from the specifications in the

Special Conditions of Contract;

(c) the cost of components, mandatory spare parts and service;

(d) the availability in Kenya of spare parts and after-sales service for

the equipment offered in the tender;

2.24.5 Pursuant to paragraph 2.24.4 the following evaluation methods will

be applied

(a) Delivery schedule

(i) The Procuring entity requires that the equipment under the

Invitation for Tenders shall be delivered at the time specified in

the Schedule of Requirements. Tenders offering deliveries

longer than the procuring entity’s required delivery time will be

treated as non-responsive and rejected.

(b) Deviation in payment schedule Tenderers shall state their tender price for the payment of schedule

outlined in the special conditions of contract. Tenders will be

evaluated on the basis of this base price. Tenderers are, however,

permitted to state an alternative payment schedule and indicate the

reduction in tender price they wish to offer for such alternative

payment schedule. The Procuring entity may consider the alternative

payment schedule offered by the selected tenderer.

(c ) Spare parts and after sales service facilities

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 20 of 79

Tenderers must offer items with service and spare parts back-up.

Documentary evidence and locations of such back-up must be given.

Where a tenderer offers items without such back-up in the country, he

must give a documentary evidence and assurance that he will establish

adequate back-up for items supplied.

2.24.6 The tender evaluation committee shall evaluate the tender within 30

days of the validity period from the date of opening the tender.

2.24.7 Preference where allowed in the evaluation of tenders shall not exceed

15%

2.25 Contacting the Procuring Entity

2.25.1 Subject to paragraph 2.21 no tenderer shall contact the Procuring

entity on any matter related to its tender, from the time of the tender

opening to the time the contract is awarded.

2.25.2 Any effort by a tenderer to influence the Procuring entity in its

decisions on tender, evaluation, tender comparison, or contract award

may result in the rejection of the Tenderer’s tender.

2.26 Award of Contract

(a) Post-Qualification

2.26.1 In the absence of pre-qualification, the Procuring entity will determine

to its satisfaction whether the tenderer that is selected as having

submitted the lowest evaluated responsive tender is qualified to

perform the contract satisfactorily.

2.26.2 The determination will take into account the tenderer financial,

technical, and production capabilities. It will be based upon an

examination of the documentary evidence of the tenderers

qualifications submitted by the tenderer, pursuant to paragraph 2.12.3

as well as such other information as the Procuring entity deems

necessary and appropriate.

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 21 of 79

2.26.3 An affirmative determination will be a prerequisite for award of the

contract to the tenderer. A negative determination will result in

rejection of the Tenderer’s tender, in which event the Procuring entity

will proceed to the next lowest evaluated tender to make a similar

determination of that Tenderer’s capabilities to perform satisfactorily.

(b) Award Criteria

2.26.4 The Procuring entity will award the contract to the successful

tenderer(s) whose tender has been determined to be substantially

responsive and has been determined to be the lowest evaluated tender,

provided further that the tenderer is determined to be qualified to

perform the contract satisfactorily.

2.26.5 To qualify for contract awards, the tenderer shall have the following:

a) Necessary qualifications, capability experience, services,

equipment and facilities to provide what is being procured.

b) Legal capacity to enter into a contract for procurement

c) Shall not be insolvent, in receivership, bankrupt or in the

process of being wound up and is not the subject of legal

proceedings relating to the foregoing.

d) Shall not be debarred from participating in public

procurement.

(c) Procuring Entity’s Right to Accept or Reject Any or All Tenders

2.26.6 The Procuring entity reserves the right to accept or reject any tender,

and to annul the tendering process and reject all tenders at any time prior to

contract award, without thereby incurring any liability to the affected

tenderer or tenderer of the grounds for the procuring entity’s action

2.26.7 The procuring entity may at any time terminate procurement

proceedings before contract award and shall not be liable to any

person for the termination

2.26.8 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.

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 22 of 79

2.26.9 A tenderer who gives false information in the tender document about

is 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.

2.27 Notification of Award

2.27.1 Prior to the expiration of the period of tender validity, the Procuring

entity will notify the successful tenderer in writing that its tender has

been accepted.

2.27.2 The notification of award will signify the formation of the Contract

but will have to wait until the contract is finally signed by both

parties. Simultaneous other tenderers shall be notified that their

tenders have not been successful.

2.27.3 Upon the successful Tenderer’s furnishing of the performance security

pursuant to paragraph 2.29, the Procuring entity will simultaneously

inform the other tenderers that this tenderrs have not been successful

2.28 Signing of Contract

2.28.1 At the same time as the Procuring entity notifies the successful

tenderer that its tender has been accepted, the procuring entity will

simultaneously inform the other tenderers that their tenders have not

been successful.

2.28.2 Within fourteen (14) days of receipt of the Contract Form, the

successful tenderer shall sign and date the contract and return it to the

Procuring entity.

2.28.3 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.

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 23 of 79

2.29 Performance Security

2.29.1 Within Thirty (30) days of the receipt of notification of award from

the Procuring entity, the successful tenderer shall furnish the

performance security in accordance with the Conditions of Contract,

in the Performance Security Form provided in the tender documents,

or in another form acceptable to the Procuring entity.

2.29.2 Failure of the successful tenderer to comply with the requirements of

paragraph 2.28 or paragraph 2.29 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.

2.30 Corrupt or Fraudulent Practices

2.30.1 The procuring entity requires that tenderers observe the highest

standard of ethics during the procurement process and execution of

contracts. A tenderer shall sign a declaration that he has and will not

be involved in corrupt or fraudulent practices.

3.30.2 The Procuring entity will reject a proposal for award if it determines

that the tenderer recommended for award has engaged in corrupt or

fraudulent practices in competing for the contract in question.

3.30.3 Further a tenderer who is found to have indulged in corrupt or

fraudulent practices risks being debarred from participating in public

Procurement in Kenya.

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 24 of 79

Appendix to Instructions to Tenderers

Notes on the Appendix to the Instructions to Tenderers

1. The Appendix to instructions to the tenderers is intended to assist the

procuring entity in providing specific information in relation to

corresponding clause in the instructions to Tenderers including in Section II

and has to be prepared for each specific procurement.

2. The procuring entity should specify in the appendix information and

requirement specific to the circumstances of the procuring entity, the goods

to be procured and the tender evaluation criteria that will apply to the

tenders.

3. In preparing the Appendix the following aspects should be taken into

consideration;

(a) The information that specifies and complements provisions of Section

II to be incorporated

(b) Amendments and/or supplements if any, to provisions of Section II as

necessitated by the circumstances of the goods to be procured to be also

incorporated

4. Section II should remain unchanged and can only be amended through

the Appendix.

5. Clauses to be included in this part must be consistent with the public

procurement law and the regulations.

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 25 of 79

APPENDIX TO INSTRUCTIONS TO TENDERERS

The following information regarding the particulars of the tender shall

complement supplement or amend the provisions of the instructions to

tenderers. Wherever there is a conflict between the provision of the

instructions to tenderers and the provisions of the appendix, the provisions

of the appendix herein shall prevail over those of the instructions to

tenderers.

INSTRUCTIONS TO

TENDERERS

REFERENCE

PARTICULARS OF APPENDIX TO INSTRUCTIONS TO

TENDERS

2.1.1 Tender is open to all bidders eligible for Supply, Delivery,

Installation, Testing and Commissioning of Surgical,

Endoscopy Equipment

2.1.4 Tenderer to provide a declaration on oath that neither the company nor

the directors are subject to investigation or litigation on

corruption and/or fraudulent practices. The Declaration must be signed

by Commissioner of Oaths / Magistrate

2.3.2 A complete set of tender document can be obtained from the

office of the DD, Supply Chain Management located at

the Hospital's Main Administration Block Room 6 from

Monday to Friday between 9.00 a.m. to 4.00 p.m. upon

payment of a non-refundable fee of Kshs. 1,000.00 per

document in the form of Bankers Cheque, Money order

payable to Kenyatta National Hospital or Mpesa paybill

No.626088, Account Number –Name of Supplier and obtain an official

receipt from Cash Office. Alternatively tender documents with

detailed specifications and all conditions are obtainable

from the KNH Website , (www.knh.or.ke or

https//supplier.treasury.go.ke, IFMIS portal free of charge.

Bidders are required to download the tender documents

from the said websites and immediately email their names

and contact details ( cell phone number, email address and

company name to [email protected] or

[email protected] for records and communication

of any tender clarifications and addenda.

2.5.1 Kenyatta National Hospital shall only send to all prospective tenderers

that have received the tender document, written copies of responses to the

queries relevant to the bid document or specifications that necessitate

additional information for the clarification of the documents.

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 26 of 79

2.10.1 Price quoted shall include the total cost of acquisition. This shall take into

account the cost up to commissioning together with maintenance and

service for five years post warranty period. Spare parts will be procured

at prevailing market price. Bidders MUST attach proof/evidence of

availability of spare parts in the market. The evidence must include

contacts and physical location of the outlets.

2.12 The Documentary evidence of the tenderers qualifications to

perform the contract if its tender is accepted shall be established to the

Procuring entity’s satisfaction;

1. Registered offices and evidence of business premises.

2. A valid Tax compliance certificate which will be verified by KRA

TCC checker

3. Evidence that tenderer has the legal capacity to enter into a

contract for the procurement;

4. Evidence that the tenderer is not insolvent, in receivership,

bankrupt or in the process of being wound up and is not the

subject of legal proceedings relating to the foregoing;

5. The person is not debarred from participating in

procurement t proceedings

2.13.3 Details required as per this clause shall form part of the technical

mandatory evaluation criteria. Bidders must fully satisfy this clause

2.14.1 Tender Security shall be denominated in Kenya Shillings and Shall be in:

a) Cash

b) A bank guarantee

c) Such insurance guarantee approved by the Authority

2.14.2 The tender security to be provided will be Kenya Shillings Four

Hundred Thousand (KES. 500,000) and shall be in forms prescribed in

2.14.1

2.15 Tenders shall remain valid for 120 days from the deadline date of

submission of tender.

2.18.1 The day, date and time of closing the tender will be 16/8/2017at

10.00am East African Time

2.19.2 Any withdrawal notice shall NOT be sent by cable or telex but may be

sent by email

2.20.1 Tender will be opened on 16/8/2017at 10.00am East African Time

2.21.1 The request for clarification and the response shall be in writing though

the:- Chief Executive Officer

Kenyatta National Hospital

P. O Box 20723 – 00202

Nairobi

2.24.7 Preference is not applicable in this tender

2.24 Evaluation and Comparison of Tenders

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 27 of 79

A. Preliminary Evaluation 2.24 Evaluation and Comparison of Tenders Documentary

Evidence in

form of copies.

No 1. Mandatory Requirements Responsive or

Not Responsive

1 Submission of two Tender documents securely bound (Spiral or book) and clearly

marked (original and copy) by the tenderer. No loose documents will be accepted

2 All pages of both (Original & Copy) documents Must be Sequentially Serialized

by the tenderer.

3 Tender form duly completed, signed and stamped.

4 Business questionnaire duly completed, signed and stamped

including declaration of conflict of interest and declaration

that tenderer is not debarred from participating in

procurement proceedings

5 Copy of Valid Tax Compliance Certificate/exemption certificate

6 Copy of Certificate of Incorporation/evidence of registration whichever is

applicable

7 Original Bid bond of at least Kshs. 500,000/=) valid for a period of 150 days from

date of tender opening

B. Technical Evaluation (i) Product Evaluation

Product evaluation will be done on the Literature submitted by the Bidders and will involve following:

1. Evaluation against specifications given in the Tender Documents 2. Original literature, complete and in English language will be evaluated where applicable. This will be considered as the details offer unless indicated otherwise.

3. Attach Manufacturers authorization Stage 3 Financial Evaluation

Evaluation will involve the following

(a). Determination of evaluated price for each bid using the Following

i) There will be no corrections of arithmetic errors as per Public Procurement & Assets Disposal

Act 2015 Section 82.ii) Conversion of all tender to same currency using a uniform exchange rate

prevailing at the closing date of the Tender

iii) Application of any discount offered on the tender

iv) Establish if items quoted for are within prevailing market rates from the known retail outlets &

Public Procurement Oversight Authority price index. A written undertaking that the prices shall

remain valid for 12 months from date of contract in line with the Public Procurement and Asset

Disposal Act 2015 section 139(3).

(b) Ranking of Tenders according to their evaluated prices

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 28 of 79

SECTION III: GENERAL CONDITIONS OF CONTRACT

Table of Clauses

Page

3.1 Definitions .......................................................................... 25

3.2 Application ......................................................................... 25

3.3 Country of Origin ............................................................... 25 3.4 Standards ............................................................................ 26

3.5 Use of Contract Documents and Information .................... 26

3.6 Patent Rights ...................................................................... 26

3.7 Performance Security ......................................................... 26

3.8 Inspection and Tests ........................................................... 27

3.9 Packing ............................................................................... 28

3.10 Delivery and Documents .................................................... 28 3.11 Insurance ............................................................................ 28

3.12 Payment .............................................................................. 28

3.13 Price .................................................................................... 29

3.14 Assignments ....................................................................... 29

3.15 Sub contracts ...................................................................... 29

3.16 Termination for Default ..................................................... 29 3.17 Liquidated Damages ........................................................... 30

3.18 Resolution of Disputes ....................................................... 30

3.19 Language and law ............................................................... 30

3.20 Force Majeure .................................................................... 30 3.21 Notices ................................................................................ 30

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 29 of 79

SECTION III - GENERAL CONDITIONS OF CONTRACT

3.1 Definitions

3.1.1 In this Contract, the following terms shall be interpreted as indicated:-

(a) “The Contract” means the agreement entered into between the

Procuring entity and the tenderer, as recorded in the Contract Form

signed by the parties, including all attachments and appendices

thereto and all documents incorporated by reference therein.

(b) “The Contract Price” means the price payable to the tenderer under

the Contract for the full and proper performance of its contractual

obligations

(c) “The Goods” means all of the equipment, machinery, and/or other

materials, which the tenderer is required to supply to the Procuring

entity under the Contract.

(d) “The Procuring entity” means the organization purchasing the

Goods under this Contract.

(e) “The Tenderer’ means the individual or firm supplying the Goods

under this Contract.

3.2 Application

3.2.1 These General Conditions shall apply in all Contracts made by the

Procuring entity for the procurement installation and commissioning

of equipment to the extent that they are not superceded by provisions

of other part of contract.

3.3 Country of Origin

3.3.1 For purposes of this clause, “Origin” means the place where the

Goods were mined, grown or produced.

3.3.2 The origin of Goods and Services is distinct from the nationality of

the tenderer and will be treated thus in the evaluation of the tender.

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 30 of 79

3.4 Standards

3.4.1 The Goods supplied under this Contract shall conform to the standards

mentioned in the Technical Specifications.

3.5 Use of Contract Documents and Information

3.5.1 The Candidate shall not, without the Procuring entity’s prior written

consent, disclose the Contract, or any provision therefore, or any

specification, plan, drawing, pattern, sample, or information furnished

by or on behalf of the Procuring entity in connection therewith, to any

person other than a person employed by the tenderer in the

performance of the Contract.

3.5.2 The tenderer shall not, without the Procuring entity’s prior written

consent, make use of any document or information enumerated in

paragraph 3.5.1 above

3.5.3 Any document, other than the Contract itself, enumerated in

paragraph 3.5.1 shall remain the property of the Procuring entity and

shall be returned (all copies) to the Procuring entity on completion of

the Tenderer’s performance under the Contract if so required by the

Procuring entity

3.6 Patent Rights

3.6.1 The tenderer shall indemnify the Procuring entity against all third-

party claims of infringement of patent, trademark, or industrial design

rights arising from use of the Goods or any part thereof in the

Procuring entity’s country

3.7 Performance Security

3.7.1 Within twenty eight (28) days of receipt of the notification of Contract

award, the successful tenderer shall furnish to the Procuring entity the

performance security where applicable in the amount specified in

Special Conditions of Contract.

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 31 of 79

3.7.2 The proceeds of the performance security shall be payable to the

Procuring entity as compensation for any loss resulting from the

Tenderer’s failure to complete its obligations under the Contract.

3.7.3 The performance security shall be denominated in the currency of the

contract, or in a freely convertible currency acceptable to the

procuring entity and shall be in the form of

a) Cash

b) Bank guarantee

c) Such insurance guarantee approved by the Authority

d) Letter of credit

3.7.4 The performance security will be discharged by the Procuring entity

and returned t the Candidate not late than thirty (30) days following

the date of completion of the Tenderer’s performance obligations

under the Contract, including any warranty obligations, under the

Contract

3.8 Inspection and Tests

3.8.1 The Procuring entity or its representative shall have the right to

inspect and/or to test the equipment to confirm their conformity to the

Contract specifications. The Procuring entity shall notify the tenderer

in writing in a timely manner, of the identity of any representatives

retained for these purposes.

3.8.2 The inspections and tests may be conducted in the premises of the

tenderer. All reasonable facilities and assistance, including access to

drawings and production data, shall be furnished to the inspectors at

no charge to the Procuring entity.

3.8.3 Should any inspected or tested equipment fail to conform to the

Specifications, the Procuring entity may reject the equipment, and the

tenderer shall either replace the rejected equipment or make

alterations necessary to make specification requirements free of costs

to the Procuring entity.

3.8.4 The Procuring entity’s right to inspect test and where necessary, reject

the equipment after the equipment arrival and installation shall in no

way be limited or waived by reason of the equipment having

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 32 of 79

previously been inspected, tested and passed by the Procuring entity

or its representative prior to the equipment delivery.

3.8.5 Nothing in paragraph 3.8 shall in any way release the tenderer from

any warranty or other obligations under this Contract.

3.9 Packing

3.9.1 The tenderer shall provide such packing and packaging of the

equipment as is required to prevent their damage or deterioration

during transit to their final destination, as indicated in the Contract.

3.9.2 The packing, marking, and documentation within and outside the

packages shall comply strictly with such special requirements as shall

be expressly provided for in the Contract

3.10 Delivery and Documents

3.10.1 Delivery of the equipment, documents and installation of the same

shall be made by the tenderer in accordance with the terms specified

by Procuring entity in its Schedule of Requirements and the Special

Conditions of Contract

3.11 Insurance

3.11.1 The equipment supplied under the Contract shall be fully insured

against loss or damage incidental to manufacturer or acquisition,

transportation, storage, and delivery in the manner specified in the

Special conditions of contract.

3.12 Payment

3.12.1 The method and conditions of payment to be made to the tenderer

under this Contract shall be specified in Special Conditions of

Contract

3.12.2 Payments shall be made promptly by the Procuring entity as specified

in the contract

3.13 Prices

3.13.1 Prices charged by the tenderer for equipment delivered and

installation 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

Page 33 of 79

3.13.2 Contract price variations shall not be allowed for contracts not

exceeding one year (12 months)

3.13.3 Where contract price variation is allowed, the variation shall not

exceed 10% of the original contract price.

3.13.4 Price variation requests shall be processed by the procuring entity

within 30 days of receiving the request.

3.14. Assignment

The tenderer shall not assign, in whole or in part, its obligations to perform

under this Contract, except with the Procuring entity’s prior written

consent

3.15. Subcontracts

3.15.1 The tenderer shall notify the Procuring entity in writing of all

subcontracts awarded under this Contract if not already specified in

the tender. Such notification, in the original tender or later, shall not

relieve the tenderer from any liability or obligation under the

Contract

3.16. Termination for Default

3.16.1 The Procuring entity may, without prejudice to any other remedy for

breach of Contract, by written notice of default sent to the tenderer,

terminate this Contract in whole or in part

(a) if the tenderer fails to deliver any or all of the equipment

within the periods) specified in the Contract, or within any

extension thereof granted by the Procuring entity

(b) if the tenderer fails to perform any other obligation(s) under

the Contract

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 34 of 79

(c) if the tenderer, in the judgment of the Procuring entity has

engaged in corrupt or fraudulent practices in competing for

or in executing the Contract

3.16.2 In the event the Procuring entity terminates the Contract in whole or

in part, it may procure, upon such terms and in such manner as it

deems appropriate, equipment similar to those undelivered, and the

tenderer shall be liable to the Procuring entity for any excess costs for

such similar equipment.

3.17. Termination for convenience

3.18. Liquidated Damages

3.18.1 If the tenderer fails to deliver and/or install any or all of the items

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.

3.19. Resolution of Disputes

3.19.1 The procuring entity and the tenderer shall make every effort to

resolve amicably by direct informal negotiation any disagreement or

dispute arising between them under or in connection with the contract

3.19.2 If, after thirty (30) days from the commencement of such informal

negotiations both parties have been unable to resolve amicably a

contract dispute, either party may require that the dispute be referred

for resolution to the formal mechanisms specified in the SCC.

3.20. Language and Law

3.20.1 The language of the contract and the law governing the contract shall

be English language and the Laws of Kenya respectively unless

otherwise specified in the SCC

3.21. Force Majeure

3.21.1 The 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.

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 35 of 79

3.22 Notices

3.22.1 Any notice given by one party to the other pursuant to this contract

shall be sent to other party by post or by fax or Email and confirmed

in writing to the other party’s address specified.

3.22.2 A notice shall be effective when delivered or on the notices effective

date, whichever is later.

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 36 of 79

SPECIAL IV - SPECIAL CONDITIONS OF CONTRACT

Notes on Special Conditions of Contract

4.1 The clauses in this section are intended to assist the procuring entity in

providing contract-specific information in relation to corresponding

clauses in the General Conditions of Contract

4.2 The provisions of Section IV complement the General Conditions of

Contract included in Section III, specifying contractual requirements

linked to the special circumstances of the procuring entity and the

goods being procured. In preparing Section IV, the following aspects

should be taken into consideration.

(a) Information that complement provisions of Section III must be

incorporated and

(b) Amendments and/or supplements to provisions of Section III, as

necessitated by the circumstances of the goods being procured must

also be incorporated.

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 37 of 79

SECTION IV - SPECIAL CONDITIONS OF CONTRACT

4.1 Special Conditions of Contract shall supplement the General

Conditions of Contract. Whenever there is a conflict, between the

GCC and the SCC, the provisions of the SCC herein shall prevail

over these in the GCC.

4.2 Special conditions of contract as relates to the GCC

REFERENC

E OF GCC

SPECIAL CONDITIONS OF CONTRACT

3.4.1 Goods will be supplied as per the provided technical specifications.

3.7.1 Inspection and tests shall be conducted by after commissioning at

the Kenyatta National Hospital (KNH)premises

The tenderer shall provide all necessary assistance, equipment,

human resource and any other support required to ensure

successful inspection and testing.

KNH will carry out a joint testing and commissioning of the

equipment with the supplier to confirm that as specified in the

tender document, it is working as expected upon delivery.

3.10.1 The delivery of the equipment shall be at the point of installation

within the hospital premises.

Delivery of the equipment shall be made by the tenderer in

accordance with the terms specified by Procuring entity in its

Schedule of Requirements and the Special Conditions of

Contract.

3.11.1 The Equipment under the Contract shall be fully insured by

the tenderer against loss or damage incidental to manufacturer

or acquisition, transportation and delivery as indicated under

clause 3.10.1. 3.12.1 Payment will be made through electronic fund transfer within 30 days

upon receipt of invoice after supply, delivery, inspection and acceptance

of the goods.

3.13.2 Contract price variation shall not be allowed within the first twelve

months. Any variation thereafter shall not exceed 10% of the original

contract price.

3.15.1 The Tender shall not be subcontracted

3.18.1 Any dispute arising from the interpretation or performance of this

contract shall be resolved through arbitration. The arbitrator shall be

appointed by the Chairperson of the Chartered Institute Arbitrators -

Kenya

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 38 of 79

SECTION - V- SCHEDULE OF REQUIREMENTS AND PRICES

Notes on Schedule of Requirements and Prices

5.1 The Procuring entity must state whether the contract is for

procurement, installation and commissioning OR whether it is for

installation and commissioning only, in which case, the equipment

will have been procured separately.

5.2 The tenderers may use additional paper as will be necessary to

indicate the details of their costing.

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 39 of 79

SECTION VI - TECHNICAL SPECIFICATIONS

6.1 GENERAL

6.1.1. These specifications describe the basic requirements for equipment.

Tenderers are requested to submit with their offers the detailed

specifications, drawings, catalogues, etc for the products they intend

to supply.

6.1.2 Tenderers must indicate on the specifications sheets whether the

equipment offered comply with each specific requirement.

6.1.3 All the dimensions and capacities of the equipment to be supplied

shall not be less than those required in these specifications. Deviations

from the basic requirements, if any, shall be explained in detail in

writing with the offer, with supporting data such as calculation sheets,

etc. The procuring entity reserves the right to reject the products, if

such deviations shall be found critical to the use and operation of the

products

6.1.4 The tenderers are requested to present information along with their

offers as follows;-

(i) Shortest possible delivery period of each product (ii) Information on proper representative and/or workshop for back-up

service/repair and maintenance including their names and

addresses

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 40 of 79

SECTION VI – TECHNICAL SPECIFICATIONS

SPECIFICATION FOR ELECTRO SURGICAL DIATHERMY

With Cutting and coagulation modes

With memory settings- store and recall

Multi-switch foot pedal

Safety, fire protection Class 1 Grade CF

Low frequency leakage current according to IEC 601-L

High frequency leakage current according to IEC 601 -2-2

Generator operation frequency approx. 357 KHz

Defibrillation impulse resistance – according to EN 60601-1

With Neutral electrode monitor

Self test of generator after switching on the power with generator overload protection

Monopolar cutting

Monopolar coagulation

Soft coagulation approx. 180W

Universal Coagulation approx. 80W

240V AC 50Hz. Operation

With all accessories necessary for operation

With Services and operator manuals.

Biopolar cutting

Bipolar Coagulation

Auto start/Auto stop of bipolar coagulation

Traction block skeletal

Straight traction extension

Shoulder table chin cups

230V -240 V 50Hz

With service and operators manuals

Operator and service training to be provided

Two year warranty to be provided

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 41 of 79

SPECIFICATIONS FOR E.N.T HEAD AND NECK ENDOSCOPY EQUIPMENT 2017

INTRODUCTION

This is highly specialized equipment for use during laryngology, otology nasoendoscopy and skull

base surgeries.

1. General System

The system must be a high definition universal endoscopy camera system capable

of accepting a wide range of camera heads and video-scopes

The system should display full HD images in both 1080/50P and 1080/50i formats

to an LCD display produce to produce an HD image

2. Camera Control Unit (Processor) and Camera Heads : Qty 1 Processor, 1

a) Camera Head

The camera system must be suitable for a wide range of endoscopic disciplines, and be

capable of connecting to a range of high definition and standard definition surgical camera

heads and video-laparoscopes

A 3CCD HD Autoclavable camera head should be available

Control of the image capture and video recording devices must be possible from buttons

on the camera head or videoscopes and these buttons must also be programmable to

control other commonly required functions of the camera system, e.g. white balance.

Camera head must have power focus buttons as well as power zoom buttons, independent

of the 3 programmable buttons.

Camera head must be less than 400g by weight

3. Three-Chip FULL HD Camera Head, max. resolution 1920x

1080 pixels, progressive scan, soakable, gas- and plasma-sterilizable,

with integrated Parfocal Zoom Lens, focal length f = 15 - 31 mm

(2x), 2 freely programmable camera head buttons.

Camera control unit, for use with three chip Full HD Camera Heads, resolution 1920 x

1080 pixels. Power supply 100 - 120 VAC, 50/60 Hz; 200 - 240 VAC, 50/60 Hz.

4. Light Source : Qty 1

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 42 of 79

In order to allow the enhancement of tissue structures the light source must be capable of providing a bright and high contrast light as well as white light for routine diagnostic imaging. The light source and camera processor should be linked to enable the camera control unit to automatically control the output of the light source to achieve optimal light distribution. The light source must operate on a Xenon Lamp of 250-300W Cold Light Fountain Power Light source, high-performance, power supply 240 VAC, 50/60 Hz

5. Video Recording a : Qty 1 The system must come with a video recorder- either DVD or USB or both

6. Printing

The system must come with a colored printer.

7.Monitor : Qty 2

26 Inch full HD LCD Monitor

Aspect Ration 16:10

Should have Advanced Image Multiple Enhancer for accurate image rendition

Should have Various inputs and outputs, including 3G/HD/SD SDI, DVI, HD15 Y/C and

VIDEO

8.Workstation/ Trolley : Qty 2

The workstation should be supplied with an isolation transformer which complies with

BS-EN 60601-1 and have anti static castors

The workstation should have an articulating arm with both horizontal and vertical

movement to allow the monitor to be positioned at the optimal height and position.

Should have adequate storage for all equipment

Multi plug block kit reduce number of cable trailings to main supply

9. Harmonic Scalpel System

A harmonic scalpel is a piece of medical equipment which performs both cutting

and coagulation.

To be supplied with -ultrasonic generator,

- foot plate switch control,

- Hand piece control

- hand switch control,

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 43 of 79

- various scalpels for laryngeal, nasal, oral, head and neck surgeries

cables

System should be supplied with compatible Ultrasonic Generator to perform single

Bipolar/ Ultrasonic sealing and cutting functions with a single hand piece

Ultrasonic generator unit must be compatible with diathermy unit and

Insufflator for Automatic Smoke evacuation

Generator must be able to deliver both ultrasonic and bipolar energy for

reliable vessel sealing and fast tissue cutting from a single hand piece.

Must come with a suitable trolley for mounting the system

Must be complete with transducer

10. Stroboscopy equipment attachment

To be used for voice and swallowing evaluation

Must have excellent stroboscopy algorithm, no flickering in video and blackouts

Offer great illumination

Should be noise free

Should include generator for - stroboscopy light source,

-foot switch,

microphone,

must have all cable extentions,

all power supply cables

Power volatage 240V

11. Muliti Microdebrider

Power voltage 240V

To be supplied with - control unit drive generator

-blades for microlayngeal and nasal surgeries.

_ hand piece to fit above drill QTY 2

_nasal drill piece with hand piece

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 44 of 79

12. Intra operative clear lens cleaner system

Should have

-hands free foot pedal activation

-Adjustable flow rates.

Should be supplied

--lens cleaner coscole

-Foot pedal

-Lens cleaner tubing

-Suction tubing's and spares

-Suction module

-Clear sheaths for 4mm endoscopes

-Electricity cable

13. The supplier to provide both user and technical manual both soft and hard copies

14. Training

a) The supplier to facilitate training for 1(one) biomedical officer and 1(one) instrument

nurse at the factory for at 2 weeks

b) The supplier to provide basic user training staff in theatre

15. Warranty- 1 year

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 45 of 79

NERVE STIMULATOR SPECIFICATIONS

1 Type BF

2 Membrane Touch switch Should have Double burst. Twitch, Tetanus and Train of four

3 Pulse characteristic Pulse width of approx: 200 ms Pulse Type should be a square wave monophasic

4 Tetanius 50 0r 100Hz

5 Double Burst Pulses Two (2) 60ms Bursts of 50 HZ separated by approx 0.75 seconds

6 Out put current Should be adjustable, 0-approx70mA with knob to control current

7. Display Pulsed LED to flash when a pulse is generated Battery LED to be steady green when unit is turned on

8 Battery powered One 9V alkaline battery

9 Protection grade IPX0

10 Operation mode Continuous

11 Manuals Both operation and service manual to be supplied

12 Training User training/demonstration to be performed

13 Warranty One year warranty to be provided

CORDLESS BATTERY DRIVEN SKIN DERMATOME (1NO)

i. Cutting width 25- 150 mm

ii. Cutting thickness range 0.05 - 2.00 mm

iii. Operating speed range 2000 – 15000 rpm

MICRO MOTOR AND POWER SUPPLY STERILISATION CONTAINER

The dermatome head should be supplied with sole plates as standard: The dermatome head should be able to fit quickly onto the universal micro motor which is powered by the variable speed controller. The motor to be controlled either by the footswitch or directly from the controller itself. Power supply specification

1) Input voltage: 230 VAC/50 Hz with a suitable charger

2) Power: approx.:130VA

3) Dimensions: approx. 100 x 85 x 165 mm

4) Weight: approx.:1.68/0.12 kg controller/motor

5) The container should be 100% sterilisable by steam, dryheat ('flash') to 160C, or

Hydrogen peroxide plasma sterilizable

6) A spare battery to be included

ELECTRIC SKIN DERMATOME (1NO.)

iv. Cutting width 25- 150 mm

v. Cutting thickness range 0.05 - 2.00 mm

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 46 of 79

vi. Operating speed range 2000 – 15000 rpm

MICRO MOTOR AND POWER SUPPLY STERILISATION CONTAINER

The dermatome head should be supplied with sole plates as standard: The dermatome head should be able to fit quickly onto the universal micro motor which is powered by the variable speed controller. The motor to be controlled either by the footswitch or directly from the controller itself. Power supply specification

7) Input voltage: 230 VAC/50 Hz with a separate step-down transformer

8) Power: approx.:130VA

9) Dimensions: approx. 100 x 85 x 165 mm

10) Weight: approx.:1.68/0.12 kg controller/motor

11) The container should be 100% sterilisable by steam, dry heat ('flash') to 160C, or

Hydrogen peroxide plasma sterilizable

Supplier must provide onsite training to operators and Service Engineers

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 47 of 79

SPECIFICATIONS FOR LAPAROSCOPIC EQUIPMENT

QUANTITY: 3 UNITS (Theatres-2, Prime Care Centre -1)

INTRODUCTION

This is highly specialized equipment for use during laparascopic surgeries applicable for

General Surgeries, Urology Surgeries, gynaecological surgeries and paediatric Surgeries.

3. General System

The system must be a high definition universal endoscopy camera system capable

of accepting a wide range of camera heads and video-scopes

The system should display full HD images in both 1080/50P and 1080/50i formats

to an LCD display produce to produce an HD image

4. Camera Control Unit (Processor) and Camera Heads : Qty 1 Processor, 1

a) Camera Head

The camera system must be suitable for a wide range of endoscopic disciplines, and

be capable of connecting to a range of high definition and standard definition

surgical camera heads and video-laparoscopes

The camera Control Unit/ Processor must be capable of processing Narrow Band

b) Imaging (NBI) a natural, non digital optical light enhancement technology.

A 3CCD HD Autoclavable camera head should be available

Control of the image capture and video recording devices must be possible from

buttons on the camera head or videoscopes and these buttons must also be

programmable to control other commonly required functions of the camera system,

e.g. white balance.

Camera head must have power focus buttons as well as power zoom buttons,

independent of the 3 programmable buttons.

Camera head must be less than 400g by weight

Three-Chip FULL HD Camera Head, max. resolution 1920x 1080

pixels, progressive scan, soakable, gas- and plasma-sterilizable, with

integrated Parfocal Zoom Lens, focal length f = 15 - 31 mm (2x), 2

freely programmable camera head buttons.

Camera control unit, for use with three chip Full HD Camera Heads,

resolution 1920 x 1080 pixels. Power supply Hz; 220 - 240 VAC, 50/60 Hz.

Light Source : Qty 1

In order to allow the enhancement of tissue structures the light source must be

capable of providing a bright and high contrast light as well as white light for

routine diagnostic imaging.

The light source and camera processor should be linked to enable the camera

control unit to automatically control the output of the light source to achieve

optimal light distribution.

The light source must operate on a Xenon Lamp of 250-300W

Cold Light Fountain Power Light source, high-performance, power supply 240

VAC, 50/60 Hz

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 48 of 79

5. Video Recording : Qty 1

The system must come with a video recorder- either DVD or USB or both

6. Insufflator : Qty 1

The laparoscopic insufflator should be high-flow (45 litres/minute), with

adjustable automatic smoke/ mist evacuation that removes the smoke/mist

whilst maintaining the pneumoperitoneum.

The insufflator should have a large digital display with a choice of display mode

settings, which show the preset levels and actual readings of intra-abdominal

pressure and flow rates, and also displays the total gas volume delivered. It

should have audible and visible alarms that differentiate between excessive

pressure and tube obstruction, and have two types of protection against gas

embolism: automatic suction and automatic overpressure relief.

The insufflator should have normal and small cavity modes to allow for the

use in paediatrics.

7. Monitor : Qty 2

26 Inch full HD LCD Monitor

Aspect Ration 16:10

Should have Advanced Image Multiple Enhancer for accurate image rendition

Should have Various inputs and outputs, including 3G/HD/SD SDI, DVI, HD15

Y/C and VIDEO

8. Workstation/ Trolley : Qty 2

The workstation should be supplied with an isolation transformer which complies

with

BS-EN 60601-1 and have anti static castors

The workstation should have an articulating arm with both horizontal and vertical

movement to allow the monitor to be positioned at the optimal height and position.

Should be complete with brackets for holding gas cylinders.

9. Surgical Tissue Management System: Qty 1

Must have a full range of bipolar and monopolar modes

Must be able to perform Resection in saline*

Must have a tissue adaptive response, and apply optional required energy for fast

effective precise cutting

Power supply Voltage range should be 220- 240 V~ with a Frequency 50 / 60 Hz

and maximum input power should be not less than 1500 VA

High frequency functions include Monopolar / Bipolar functions

High frequency should be 430 kHz ± 20%

Maximum high frequency power should not be greater than 320 W

Protection class according to IEC60601-1CF, Class I

Classification according to MDD93/42/EEC IIb

Sockets present should include

o MONOPOLAR

2 x 3-pin (Ø 4 mm), International standard

1 x 1-pin (Ø 8 mm)

o 1 x coaxial (Ø inner 5 mm / Ø outer 9 mm)

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 49 of 79

o BIPOLAR

1 x 2-pin (Ø 4 mm, pin spacing 28.8 mm), International standard

1 x coaxial (Ø inner 4 mm / Ø outer 8 mm)

o UNIVERSAL

1 x 7-pin

o Neutral electrode

o 2-pin standard, single or split

Unit must have communication capability with insufflator for automatic smoke

evacuation

Unit must be supplied with a footswitch.

System should be supplied with compatible Ultrasonic Generator to perform

single Bipolar/ Ultrasonic sealing and cutting functions with a single hand piece

Ultrasonic generator unit must be compatible with diathermy unit and

Insufflator for Automatic Smoke evacuation

Generator must be able to deliver both ultrasonic and bipolar energy for

reliable vessel sealing and fast tissue cutting from a single hand piece.

Must have a graphical user interface, for ease of use

Must recognize instruments automatically, and automatic application of

default settings, on plug in of instrument

Must come with a suitable trolley for mounting the system

Must be complete with transducer

10. Bipolar Resectoscope Set : Qty 1

System must be Bipolar, with Plasma Vaporisation functionality

System should be continuous flow and rotatable

Must be compatible to variety of loops including Bipolar 12 Deg Loops, Plasma

Vaporisation Button Electrodes, Bipolar Roller Balls etc

System should comprise of:

o 1 X 12 Deg 4mm Telescope

o 1 X Light Guide Cable compatible with 4mm Telescope

o 1 X 26Fr Rotatable Outer Sheath with 2 stopcocks

o 1 X Inner Sheath for 26Fr Outer Sheath

o 1 X Active Working Element for Bipolar Resection

o 1 X Cable for Bipolar res>ection, compatible with Diathermy Machine

above

o 1 X Ellik Evacuator with glass bulb, rubber bulb and adaptor

o 1 X Visual Obturator

11. UROLOGY REQUIREMENT FOR LAPARASCOPIC TOWERS

1. Lower Tract Set

a. Telescopes

i. Telescope 4mm 0 Degrees-1

ii. Telescope 4mm 12 Degrees-2

iii. Telescope 4mm 30 Degrees -2

iv. Telescope 4mm 70 Degrees-1

v. Telescope 4mm 110 Degrees -1

b. Cystoscope Sheaths & Attachments

i. Cystoscopy Sheath 19.8Fr with Obturator -1

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 50 of 79

ii. Optical Obturator for 19.8 Fr Cystoscope Sheath

iii. Cystoscopy Sheath 21Fr with Obturator

iv. Optical Obturator for 21 Fr Cystoscope Sheath

v. Cystoscopy Sheath 22Fr with Obturator

vi. Optical Obturator for 22 Fr Cystoscope Sheath

vii. Cystoscopy Bridge One way -2

viii. Cystoscopy Bridge Two Way -2

ix. Albaraan with Bridge

c. Monopolar 26Fr Rotatable Continuous Flow System consisting of:

i. Active Monopolar Working Element- QTY 1

ii. Inner Sheath QTY-1

iii. Outer Sheath QTY-1

iv. Monopolar Cable- QTY 2

v. Monopolar Loop Electrode - QTY 12

vi. Monopolar Roller Ball- QTY 12

vii. Ellik Evaluator Plastic- QTY 1

d. TURIS Bipolar 26Fr Rotatable Continuous Flow System consisting of:

i. Active Working Element- QTY 1

ii. Inner Sheath - QTY 1

iii. Outer Sheath - QTY 1

iv. Bipolar Cable - QTY 2

v. Bipolar Loop Electrodes- QTY 12

vi. Bipolar Vaporisation Electrode (Mushroom) - QTY 12

vii. Bipolar Roller Ball - QTY 12

viii. Plastic Ellik Evacuator- QTY 1

e. DVU Kit Consisting of

i. 22Fr Sheath- QTY 1

ii. 26Fr Outer Sheath - QTY 1

iii. Insertion Sleeve For Balloon Catheter- QTY 1

iv. Working Element - QTY 1

v. Knife, Lancet Type, Straight- QTY 5

vi. Knife Serrated- QTY 5

vii. Knife Semi Circular- QTY 5

f. Bladder Stone crushing forceps QTY 1

2. Upper Tract Set

a. Semi-rigid Ureterescope QTY 2

Angled Ocular

Single Channel,

7° Direction Of View,

6.4/7.8FRx430mm

4.2Fr Channel

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 51 of 79

b. Video Ureteroscope QTY 1

8.2Fr Slim Videoscope compatible with Video processor & Light Source

Forward Viewing

Working Length 670mm

Channel 3.6FR

Up Angulation 275°

Down Angulation 275°

c. Fibreoptic Flexible Ureteroscope QTY 1

Field of view 90°,

Forward Viewing,

Evolution Tip 4.5Fr,

Working Length 670mm

d. Nephroscope

a. Nephroscope- QTY 1

i. 4mm 30Deg OP Nephrosocpe

Outer Sheath 25Fr (Rotatable) Sheath

Sheath Acc For Amplatz

2 Stopcock Rotatable QTY

ii. 11Fr 7Deg OP Nephroscope

Outer Sheath Fixed, 15.9Fr

Guiding Tube

Guiding Tube for Second Guide wire

Bougie Dilator Tubes 9-28Fr QTY

b. Nephroscope Graspers-1 1. Toothed Grasper 3.25x400mm

2. Grasper With Lumen 3.25x400mm

3. Fine Toothed Grasper 3.25x400mm

4. Grasping Forceps 5Fr X 340mm

e. Bugbee Electrode with Monopolar HF Cable QTY-2

3. Ancillary Equipment

a. Ultrasonic Lithotripsy QTY-1

- Advanced Dual Action Lithotripsy

- Plug and Play

- Hand Activated

- Large Single Lumen Probes for Quick Drilling And Continuous

Fragment Removal

- Complete with suitable probes for immediate use

b. Laser Lithotripsy QTY-1

- 120W

- With required laser fibre for immediate use

12. GYNAECOLOGICAL INSTRUMENTS &EQUIPMENT FOR

ENDOSCOPIC SURGERY

1. Hysteroscopy Sets

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 52 of 79

a. Telescopes:

i. 3mm 30 DEGREE HYSTEROSCOPE QTY 2

ii. 3mm 12 DEGREE HYSTEROSCOPE QTY 1

iii. 4mm 30 DEGREE HYSTEROSCOPE QTY 1

iv. Light Guide Cable, Size S, Length 3m QTY 2

b. Diagnostic and operative sheath:

i. 5.5mm sheath with 5Fr Channel QTY 1

ii. Hysteroscopic scissors, 5Fr QTY 2

iii. Hysteroscopic Biopsy Forceps 5Fr QTY 1

2. Bipolar Resectoscope For Hysteroresection QTY 1 KIT

a. Passive Bipolar working element QTY 1

b. Outer Sheath 8.5mm QTY 1

c. Inner Sheath to work with 8.5mm Outer Sheath QTY 1

d. Bipolar HF CABLE QTY 2

e. Bipolar cutting Loop 30Degree, 0.35Wire QTY 12

f. Bipolar Roller ball QTY 12

g. Bipolar Cylinder (Large Roller) QTY- 12

h. Colins Knife QTY - 12

3. Laparoscopy Instruments (Re-useable)

a. Reusable Trocar and Cannula 11mm with Gas Tap QTY 2

b. Reusable Threaded Trocar and Cannula 5.5mm with Gas Tap QTY 2

c. Reusable Trocar and Cannula 5.5mm without Gas Tap QTY 2

d. 11mm Trocar Caps QTY -20

e. 11mm Cannula Flaps QTY-20

f. 5.5mm Trocar Caps QTY-20

g. 5.5mm Cannula Valves QTY- 20

h. Insulated Reduction Tube 10mm to 5mm QTY-1

i. Reduction Tubes 13/11mm to 5.5mm QTY -2

j. Veress Needle 120mm QTY-2

k. Fascial Closure Needle, 250mm Lgth QTY -1

l. Uterine Manipulator QTY-1

i. Cohen Style

ii. Allows 85 Deg Ante version & 30Deg Retroversion

iii. Completely Dismantlable

iv. Autoclavable

m. Straight Needle Holder QTY -1

n. Self-alignment Needle Holder QTY-2

o. Knot Pusher QTY-1

p. Myoma Spirals QTY-2

q. Monopolar Needle QTY-2

r. Monopolar Hook QTY-2

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 53 of 79

s. Monopolar HF Cord QTY-2

t. Metzenbaum 5mm Laparoscopic Scissors, Length 330mm(33cm) QTY-2

u. 5mm Hooked Scissors, single action jaws, Length 330mm (33cm) QTY-1

v. 5mm Straight Scissors, Length 330mm (33cm) QTY-1

w. Maryland 5mm Dissector with Monopolar Connection QTY-1

x. Traumatic 5mm Grasping Forceps QTY-1

y. Grasping Forceps, rotating, dismantlable, insulated with Monopolar

connection, Atraumatic, Fenestrated QTY-1

z. Fine Maryland Cross Tooth Dissector, 5mm Length 330mm

QTY-1

aa. Bipolar 5mm Johann Grasping Forceps Length 330mm QTY-1

bb. Bipolar 5mm Maryland Dissecting Forceps Length 330mm QTY-1

cc. Bipolar HF Cable QTY-2

dd. Lymph Node Grasping Forceps, Atraumatic 5mm, 330mm Length QTY-1

ee. Babcock Forceps, 5mm, Length 330mm QTY-1

ff. Claw Forceps, 2*3 Teeth Short 5mm, Length 330mm QTY-1

gg. 5mm Johann Grasping Forceps, non single action, Length 330mm QTY-1

hh. Suction and Irrigation Handle with pistol grip and clamping Valve QTY-1

ii. Suction Irrigation Cannula 5mm, with lateral holes QTY-1

jj. Morcellator Blades 12/5mm QTY-1

4. Hysteroscopy pump with tubings QTY-1

13. The supplier to provide both user and technical manual both soft and hard copies

14. General Surgery instruments &Equipment For Endoscopic surgery

1. Telescopes

i. 10mm 0 DEGREE TELESCOPE QTY 1

ii. 10mm 30 DEGREE TELESCOPE QTY 2

iii. 5mm 30 DEGREE TELESCOPE QTY 1

iv. Light Guide Cable, Size M, Length 3m QTY 2

2. Laparoscopy Instruments (Re-useable)

a. Reusable Trocar and Cannula 11mm with Gas Tap QTY 2

b. Reusable Threaded Trocar and Cannula 5.5mm with Gas Tap QTY 2

c. Reusable Trocar and Cannula 5.5mm without Gas Tap QTY 2

d. 11mm Trocar Caps QTY 20

e. 11mm Cannula Flaps QTY 20

f. 5.5mm Trocar Caps QTY 20

g. 5.5mm Cannula Valves QTY 20

h. Insulated Reduction Tube 10mm to 5mm QTY 1

i. Reduction Tubes 13/11mm to 5.5mm QTY 2

j. Veress Needle 120mm QTY 2

k. Fascial Closure Needle, 250mm Lgth QTY 1

l. Straight Needle Holder QTY 1

m. Self-alignment Needle Holder QTY 2

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 54 of 79

n. Knot Pusher QTY 1

o. Monopolar Hook QTY 2

p. Monopolar HF Cord QTY 2

q. Metzenbaum 5mm Laparoscopic Scissors, Length 330mm(33cm) QTY 2

r. 5mm Hooked Scissors, single action jaws, Length 330mm (33cm) QTY 1

s. 5mm Straight Scissors, Length 330mm (33cm) QTY 1

t. Maryland 5mm Dissector with Monopolar Connection QTY 1

u. Traumatic 5mm Grasping Forceps QTY 1

v. Grasping Forceps, rotating, dismantlable, insulated with Monopolar

connection, Atraumatic, Fenestrated QTY 1

w. Fine Maryland Cross Tooth Dissector, 5mm Length 330mm

QTY 1

x. Bipolar 5mm Johann Grasping Forceps Length 330mm QTY 1

y. Bipolar 5mm Maryland Dissecting Forceps Length 330mm QTY 1

z. Bipolar HF Cable QTY 2

aa. Lymph Node Grasping Forceps, Atraumatic 5mm, 330mm Length QTY 1

bb. Babcock Forceps, 5mm, Length 330mm QTY 1

cc. Claw Forceps, 2*3 Teeth Short 5mm, Length 330mm QTY 1

dd. 5mm Johann Grasping Forceps, non single action, Length 330mm QTY 1

ee. Suction and Irrigation Handle with pistol grip and clamping Valve QTY 1

ff. Suction Irrigation Cannula 5mm, with lateral holes QTY 1

15. Training

c) The supplier to facilitate training for 2(two) biomedical officer and 3(three)

instrument care nurse at the factory.

d) The supplier to provide basic user training for staff in theatre

16. Warranty- 1 year

SPECIFICATIONS FOR NEURO-SURGICAL MICROSCOPE

1. Power Connection Considerations

(i) Voltage = 220 V - 240 V

(ii) Consumption: max 1200VA

(iii) Frequency = 50/60HZ

(iv) Complying with IEC 60601-1:2005;

(v) UL 60601-1; CAN/CSA-C22.2 No. 601.1-M90

2. Optics

(i) Aprochromatic

(ii) Motorised focus with 200-500mm working distance.

(iii) Magnetic widefield eyepieces with integrated eyecups

(iv) Foldable tube with integrated 360° rotation function

(v) Magnification: 1:6 Zoom ratio - Motorized

3. Focus

(i) Auto/Manual Focus

4. Illumination

(i) Two-channel 300w xenon illumination

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 55 of 79

(ii) Integrated and electronically controlled double-iris diaphragm.

(iii) Flourescein and infrared avm and aneurismal surgery monitoring

5. Video Chain

(i) Fully integrated HD camera ,

(ii) Integrated recorder, editor and monitor

6. Observation

(i) Full Stereo view for the main surgeon

(ii) Stereo co-observation for assistants

(iii) Tiltable and rotatable touch-screen display

7. Operation

(i) Multifunctional programmable handgrips

(ii) One-step automatic balancing

(iii) Sterile Drapes autodrapable

(iv) Magnetic clutches for all axes

(v) 1 brake for A/B and C axis

(vi) 14-function wireless foot control

8. Floor Stand

(i) Floor Stand Electromagnetic brakes

9. Material

(i) All Solid Metal Construction

10. Weight

(i) 300 – 400kgs without load

11. Manuals

(i) User manuals (both hard copy and soft copy)

(ii) Technical manual (both hard copy and soft copy)

12. Installation

(i) Supplier to install and test the equipment

13. Equipment warranty and maintenance

Warranty period one (1) year.

14. User Training

(i) Supplier to train users

15. Technical Training

(i) Supplier to train at least 2 biomedical at the factory

16. The supplier should provide references of previous Supplies of similar equipment in

Kenya

17. The supplier to provide evidence of local capacity to service equipment.

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 56 of 79

SPECIFICATIONS FOR AUDITORY BRAINSTEM EVOKED MACHINE

FEATURES SPECIFICATIONS

1.0 TEST PROTOCOLS ABR

2. 0 STIMULI CLICK, TONE BURSTS

3.0 MAXIMUM

INTENSITY

100 dB nHL

4.0 MASKING MASKING CAPABILITIES

5.0 TRANSDUCERS ABR INSERT PHONES , TDH 39 HEAD PHONES, B71

BONE CONDUCTOR

6.0 PRE-AMPLIFIER

POWER

POWERED FROM MAIN UNIT

7.0 TIME WINDOW 30 MS

8.0 POWER

REQUIREMENTS

240V, 50Hz

9.0 CERTIFICATION CE MARKED/FDA / ISO

OTHER REQUIREMENTS

Manuals to be supplied

At least one year warranty to be provided

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 57 of 79

SPECIFICATIONS FOR DENTAL CHAIR/UNIT AND ATTACHMENTS:

A. With Over Head Continental delivery system consisting of:

1. 3 way syringe (sterilisable)

2. 3 way assistant syringe

2 high speed terminals with 1 being air, Switzerland fibre optic air rotor

(titanium based air rotor) H/P with quick disconnect coupling and 1 one mini

head air rotor

H/P(400000RPM) with straight and contra angle hand piece.

4. 1 Air micro motor terminal with H/P

5. LED light cure unit

6. Infection control system with Non retraction valves (Bio-system) &

removable and Autoclavable holders protecting hand pieces.

7. Latest foot operated light of 20000 and 2500 lux

8. Medium vacuum suction and canula only for high vacuum

9. Water system rotatable

10.Dental chair with independent up and down movement.

11.The synchronized movement between the seat and backrest with

trendelnburg

Position.

12. Head rest with SEESAW movement suitable for Paediatric patients.

13. Auto return to zero position

14. Two programmable working positions

15. Spitting and last position

16. Lock the movements

17. Emergency stop control

18. X-ray viewer with light generated by LED

19. Arm rest option of fixed, lateral 90 degree swivel available

20. Multi functional foot control (base fixed or mobile

21. Doctors stool with adjustable backrest tilt includes an adjustable rim (2

doctors stool)

22. Operating voltage 220-240V,50Hz volts

23. Maximum height 90 cm-minimum height 45 cm.

24. With Gear Motor.

B. Compressor (one No)

Oil free medical grade (Noise free) suitable for driving the dental unit.

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 58 of 79

C. Piezoelectric Scaler (Fiber Optic) (One No.)

1. Based on piezoelectric technology.

2. High power turbo mode and low power perio mode

3. Having torque, tool for tightening of the tip.

4. Having titanium tip adapter

5. Basic vibration frequency of 50 KHZ and

6. Four tips and one endodontic kit.

D. Motorized suction (one No.)

Having direct drainage system.

Unit Should be supplied with a height adjustable surgeons stool

Terms & Conditions:-

1. An undertaking to be provided by the principal/manufacturer of the system

for

availability of spares for ten years from the date of installation

2. Suppliers are also required to produce CE/ISO/IEC certification/Declaration

for

each equipment.

Power input to be 220-240 vac, 50HZ with 3 pin square plug.

Voltage corrector/stabilizer of appropriate ratings meeting ISI specifications

(input 160-260V and Output 220-240V and 50 Hz.

3. Standards: safety and training.

Medical device class2 type B/Bf for electrical protection for the cautery.

Should comply with medical device class I type B/Bf, in conformity to the

requisites

of Directive 93/842/CEE for the air polishing unit.

Should be FDA, CE, UL or BIS approved product. with a 2 year manufacturers

warranty and a comprehensive warranty for 5 years.

The comprehensive warranty will include manufacturing defect and consumable

as

well as non consumable spare part of the machine i.e., any defect has to be

taken care of during warranty.

4. The Five years comprehensive warranty (maintenance contract with and

without spares) renewable annually to be quoted separately by the firm for

complete system including third party items.

6. List of installation of the quoted model (national and international) to be

provided.

7. Supplier should have a service center in Kenya and should provide a

manufacturers authorization letter

8. Firm should supply original data sheet for confirmation of technical

specifications.

9. Date sheet should be highlighted point wise with respect to technical

specifications.

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 59 of 79

TECHNICAL SPECIFICATIONS FOR DENTAL CHAIR

1. Electrically operated chair

2. Multi programmable,

3. Auto water connection for spittoon and tumbler

4. Sensor on/off operating light with two intensities

5. High & low vacuum motorized suction

6. Flow control valve

7. auto drain and auto flush system

8. Vendor has to support the specifications with manufacturer's brochure failing which offer

will be rejected.

9. Vendor has to demonstrate the equipment KNH within specified time limit, if asked for;

failing which offer will be rejected.

Set should be supplied with following accessories:

1) Airotor point

2) Super torque airotor hand piece (push type)

3) Micro motor point

4) Micro motor straight hand piece

5) 3-way syringe

6) EMS scalar unit with scaling tips

7) LED Light cure unit

8) Oil free, minimum/no noise compressor o '0.75 HP

Multi function foot control

X- ray viewer

9) Stainless steel instrument tray

10) Dental Operators stool (with foot ring)

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 60 of 79

TECHNICAL SPECIFICATIONS INFRARED LASER 810nM Treatment laser: Semiconductor Infrared Diode Laser {IR}

Wavelength: 810nM {IR}

Power: 3000mW

Power setting: 50mW-300mW

Pulse duration setting: 0.05-3.0 sec(0.05steps) pulsed + continuous

Pulse repeat interval: 0.050-5.0sec

Treatment spot size: 100µ -300µ slit lamp delivery (continuous zoom)

Special mode: Micro pulse mode

Laser delivery system: Slit lamp, LIO, Endo Ocular Probe

Retinopexy Cyclo Photocoagulation, Trans sclera

(All three deliveries available)

Aiming beam laser: Semiconductor Diode Laser

Wavelength: 635nM

Power: 0-1.0mW (Variable)

Weight: 6-9kg

Dimensions: 30cm×30cm×10cm (12in W×12in D×4in H)

Electrical Requirements: 100-240VAC, 50HZ/60HZ

Power consumption: 100Watts

Cooling: Air cooled

ACCESSORIES

LIO Laser Indirect Ophthalmoscope standard/Large Spot/Video LIO

Laser treatment contact lenses

Safety Filter for operating microscope

20 D Volk lens

TECHNICAL SPECIFICATIONS FOR UNIVERSAL OPERATING TABLE

1. It should be a mobile universal operating table with Modular exchangeable

table top.

2. The modular exchangeable table top system should have consists of a

mobile column, for attachment of electrically driven operating tabletops and

transporters for moving the individual tabletops and/or the mobile column.

3. Should be a mobile universal operating table with Direct motor driven

adjustment of height, lateral tilt, trendelenburg/ anti-trendelenburg.

4. Multipurpose, powered, mobile table with divided leg section suitable for all

major surgical procedures, with 5cm mattress and corded handsets. Table

should be completely oil-free

5. Table top sections should be powered for enabling c-arm access from the

shoulder line to the feet

6. Full length radio-translucent top with integral x-ray cassette tunnel,

accessible from either end

7. Table top should be made of scratch resistant, easy to clean surface. The

table top should have translation facility controlled by remote.

8. It should be seamless acrylic capped with antibacterial surface that prevents

fluid

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 61 of 79

ingress and easy to clean

9. Base column cover should be made of 100% stainless steel or any other

superior

material

10. Removable and interchangeable head and leg sections with an auto-locking

mechanism to suit different functions

11. Exact kidney bridge position should be obtainable without having to move

the

patient, thru remote control by using extension/ break function

12. Achieving zero level position by pressing single button from the handset

13. Should have a battery system for full back up.

14. Table should also feature an integrated electronically operated stand by

panel for controlling the movements in case of hand set loss or battery failure

and should be situated on the column

15. Separate port should be available for the purpose of diagnostics and

servicing

16. Table should not have any uneven surface including screws etc. for

ensuring proper

cleaning and patient safety. Table top /base should not have welding and

should be

joint free

17. Mattress must be moldable, antistatic, seamless and easy to fix without

crevices

18. Mattress should be of good quality that spans table top, breakable for

improved

patient support

19. The handset should be durable and multiple functions control e.g.

trendelenburg, lateral tilt, supine, back section up/down for sitting, oblique,

reverse trendelenburg positions, extension/break function, auto zero/levelling,

base fixation/release functions

20. The compelete table should be easy to transport, Brakes, wheels for

360degrees rotation and castors should be controlled by two feet paddle

located at both ends of table base

21. It should be 100% oil free. Should have advanced mechanical motor drive.

22. Dual speed Table top motors.

23. A special seal for the proven stainless-steel surfaces of the operating tables

NANOPROTECTION ( Anti-finger print & Hydrophobic ) to improve hygiene and

working conditions in the operating theatre.

24. Column should have inverted telescopic expansion stainless steel cladding.

25. Should have a longitudinal adjustment of 250- 300 mm totalling to 500

mm.

26. Should have adjustments for leg section and back section through remote.

27. Adjustment of the column functions should be via cable remote control (IR

remote control, or foot switch).

28. Should have additional/auxillary operating panel with status indicators for

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 62 of 79

tabletop orientation.

29. Should have built-in electronic interface to allow remote diagnosis and

software

updates. Online service support during function tests and fault detection should

be

possible either in the OR directly or remotely via modem, USB, Ethernet or W-

LAN.

30. Motorized add-on modules driven by the operating system should be also

possible.

31. Should have maintenance-free battery, integrated in the column, which

can be

charged via a separate charging cable that also serves for direct mains

operations if

needed.

32. Basic tabletop should consist of seat section and back section that can be

adapted and extended to meet the requirements of all the surgical disciplines

by combining it with other tabletop components.

33. The system should have Electrical and functional safety with

Microprocessor and

Sensor Technology Module.

34. Completely x-ray translucent tabletop.

35. Pads should be integrally foamed, electrically conductive, soft and

detachable,

Velcro-free system for optimum hygiene and durability.

36. Should have stable running gear with 4 large double castors with a

minimum

diameter of 120- 180 mm for easy maneuvering.

37. Should have foot switch for brake.

38. Should have the option of selecting direction travel and freewheeling.

39. Should have base providing a plenty of space for the surgical team’s feet.

40. Tabletop frame, column cladding, side rails and running gear frame should

be made

from disinfectant-resistant, easy to clean stainless steel.

41. The table should be compatible for both brain and spine surgeries

42. Emergency button should be available for bringing it to instant zero

position.

43. Both manual override system (function without electricity or battery) and

remote

control should be available.

44. Arm positioning support with radiolucent upper arm pad and pad roll- 2

nos.

45. Shoulder Positioner and segmented pads-1 nos.

46. Anesthesia Screen extendable-1 nos.

47. Suspended arm strap set-2 nos.

48. Infusion pole with 4 hooks-1 nos.

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 63 of 79

49. Body strap with locking Clamps-2 nos.

50. Double joint Head rest for shoulder position, should be availabel if possible

both for adult and pediatric

51. Lateral support height adjustable-2 nos.

52. Clamps-4 nos.

53. X ray translucent Spine Bridge that has Adjustable flexion range with

facility for

height adjustment.

54. Multipurpose radiolucent Skull clamp modular fixation systems with swivel

adaptor, Retainers, Coupling pieces suitable for adults and Children complete

with set of Cross bar attachment and head positioning attachment

55. Skull pins for adults and children

56. Head rest with X-ray adaptors and adjustable to head size and pivot range

of 35 deg.

57. Set of Visco elastic pads for supporting Knee, lumbar spine, legs (lateral

and supine), heels, Head, thorax (prone) - 1pcs each.

58. Carbon extension for table to allow radiolucensy for spine work. -1 nos.

59. Spine pad adult-1nos.

60. Spine pad pediatric-1 nos.

61. Head ring-1 nos.- adult and pediatric each

62. Head rest two part horseshoe type-1 nos.

63. Manpower support for a maximum of two years should be provided for

smooth

functioning of the tables .

64. The table should ISO & USFDA & CE (Europe) certified. It should be

meeting all

International standards for medical and electrical safety.

65. The System should come with a full 5-year warranty (spares and service).

Quotation for maintenance along with spares and service should be provided

for another additional 5 years. Annual cost for this should be provided up front.

Spares should be available for at least 10 years after installation.

66. There should be a 98% uptime warranty. If the downtime extends more

than 2% a year, the warranty will be extended for double the downtime period.

67. Table: given below Column drive Electro-mechanical motor

Height adjustment (without pads) 600 mm – 950 mm

Trendelenburg/Anti-Trendelenburg +40° Lateral Tilt +30°

Pneumatic spring-assisted leg section up/down +90°/–90°

Standard leg section up/down* Up 70° and down 90°

Back section up/down +80°/–50°

Longitudinal slide 250-400 mm

patient weight More than 250 kg

Length 2000-2200mm

Width across side bars 490-550mm

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 64 of 79

Minimum height with 5cm mattress 500-600 mm

Maximum height with 5cm mattress 1000-1200mm

Minimum lateral tilt 15-20deg, either side

Head section adjustment + 50deg

Flexion 80-140 deg

Extension +190 and -250 deg

Chair position approx 90deg (without any accessory addition should be

possible)

SECTION V- SCHEDULE OF REQUIREMENTS AND PRICES Price quoted shall include the total cost of acquisition. This shall take into account the cost

up to commissioning together with maintenance and service for two years post warranty

period.

Table 1

NO ITEM DESCRIPTION QTY UNIT

PRICE

TOTAL

AMOUNT

Country of

origin

REMARKS

1 Electro Surgical Diathermy 10

2 ENT Head and Neck Endoscopy

Equipment

1

3 Nerve Stimulator 4

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 65 of 79

4 Cordless Battery Driven Skin

Dermatome

1

5 Electric skin Dermatome 1

6 Laraporscopic equipment 3

7 Neuro-surgical Microscope 1

8 Auditory Brainstem Evoked

Machine

1

9 Dental Chair /unit and

attachements

7

10 Infrared Laser 810nM 1

11 Universal Operating Tables 3

Table 2 - Equipment, Service and Maintenance

NO ITEM DESCRIPTION QTY UNIT

PRICE

TOTAL

AMOUNT

Country of

origin

REMARKS

1 Electro Surgical Diathermy 10

2 ENT Head and Neck Endoscopy

Equipment

1

3 Nerve Stimulator 4

4 Cordless Battery Driven Skin

Dermatome

1

5 Electric skin Dermatome 1

6 Laraporscopic equipment 3

7 Neuro-surgical Microscope 1

8 Auditory Brainstem Evoked

Machine

1

9 Dental Chair /unit and

attachements

7

10 Infrared Laser 810nM 1

11 Universal Operating Tables 3

Authorized Official: Name Signature

Date

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 66 of 79

SECTION VII - STANDARD FORMS

Notes on the Standard Forms:

7.1 Form of Tender

This form must be completed by the tenderer and submitted with the tender

documents. It must also be duly signed by duly authorized representative of

the tenderer.

7.2 Confidential Business Questionnaire Form

This form must be completed by the tenderer and submitted with tender

documents

7.3 Tender Security Form

When required by the tender document the tenderer shall provide the tender

security either in the form included therein after or in another format

acceptable to the procuring entity.

7.4 Contract Form

The Contract form shall not be completed by the tenderer at the time of

submitting the tenderer at the time of submitting the tender. The contract

form shall be completed after contract award.

7.5 Performance Security form

The performance security form should not be completed by the tenderer at

the time of tender preparation. Only the successful tenderer will be required

to provide performance security in the sum provided herein or in another

form acceptable to the procuring entity.

7.6 Bank Guarantee for Advance Payment.

When there is an agreement to have Advance payment, this form must be

duly completed.

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 67 of 79

7.7 Manufacturer’s Authorization Form

When required by the tender document, this form must be completed and

submitted with the tender document. This form will be completed by the

manufacturer of the goods where the tender is an agent

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 68 of 79

8.1 7.1 FORM OF TENDER

Date

Tender No________________________

To: Chief Executive Officer Kenyatta National Hospital P.O. Box 20713-00202 Nairobi

[name and address of procuring entity] Gentlemen and/or Ladies:

Having examined the tender documents including Addenda Nos. …………………………………………………………… ……………………………………………………………………………………… [insert numbers].the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply deliver, install, test and commission

……………………………………………………………………………………………

…… …………………………………………………………………………………………………..

. (insert equipment description) in conformity with the said tender documents for the sum of ………………………………………………………………………………………………… ………………………………………………………………………………………………….. …(total tender amount in words and figures).

We undertake, if our Tender is accepted, to deliver, install, test and commission the equipment in accordance with the delivery schedule specified in the Schedule of Requirements.

If our Tender is accepted, we will obtain the guarantee of a bank in a sum of equivalent to 5% percent of the Contract Price for the due performance of the Contract , in the form prescribed by Kenyatta National Hospital.

We agree to abide by this Tender for a period of 120 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.

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.

We understand that you are not bound to accept the lowest or any tender that you may receive. Dated this day of 20

[Signature] [in the capacity of]

Duly authorized to sign tender for an on behalf of

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 69 of 79

7.2 CONFIDENTIAL 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 business) and part 3(a) & 3(b) that is mandatory. You are

advised that it is a serious offence to give false information on this form

Mandatory

Part 1 – General:

Business Name

……………………………………………………………………………………………………..

Location of business premises.

……………………………………………………………………………………..

Plot No………………………………………………… Street/Road

………………………………………………..

Postal Address …………………………….. Tel No. ………………..company Mobile ……………….

E mail address…………………………….Contact Person ……………………Mobile……………….

Nature of

Business,………………………………………………………………………………………….

Registration Certificate No. ………………………………………………………………………………

Maximum value of business which you can handle at any one time – Kshs. ……………………………

Name of your bankers …………………………………………….. Branch. ……………………………

Complete part 2(a), 2(b) or 2(c)

Part 2 (a) – Sole Proprietor

Your name in full …………………………………………………….. Age ………………………..

Nationality ………………………………… Country of origin …………………………………….

Citizenship details

…………………………………………………………………………………

Part 2 (b) Partnership

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 70 of 79

Given details of partners as follows:

Name Nationality Citizenship Details Shares

1. ……………………………………………………………………………………………………

2. ……………………………………………………………………………………………………

3. ……………………………………………………………………………………………………

4. …………………………………………………………………………………………………

5. .…………………………………………………………………………………………..………

Part 2 (c ) – Registered Company Private 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 Shares

1…………………………………………………………………………………………………………

2.…………………………………………………………………………………………………………

3.…………………………………………………………………………………………………………

4.…………………………………………………………………………………………………………

5 ……………………………………………………………………………………………………………

Mandatory

Part 3 (a) – Pursuant to section 59(1)(a) ,(2) and (3) of the Public Procurement Assets and Disposal Act

related Regulations . This must be signed by all Directors Partner (s) /Sole Proprietor of the Company

(or any other applicable legislation in the Country of registration)

1 /we the Director(s) of Company/Firm ……………………………………………………….hereby

declare that I /we are not a board member , employee or even a relative to any employee of Kenyatta

National Hospital.

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 71 of 79

NB: If a Kenya Citizen, indicate under “Citizenship Details” whether by Birth,

Naturalization or Registration.

Sign ………………………………Date ……………………Stamp………………...

Mandatory

Part 3(b) Public Procurement & Assets Disposal Act 2015 and related regulations or any other applicable

legislation in the Country of registration).

Pursuant to section 41 of the Public Procurement and Assets Disposal Act 2015, I/ we the

Directors/Partners/Sole Proprietor of this Company/Firm

……………………………………………………...confirm that we have not been debarred in Kenya not

to Participate in any Tender/Bidding in Kenya.

Name Nationality Citizenship Details Signature

1………………………………………………………………………………………………………………

2.………………………………………………………………………………………………………………

3. ……………………………………………………………………………………………………………

4. ……………………………………………………………………………………………………………

5 ……………………………………………………………………………………………………………

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 72 of 79

7.3 0TENDER SECURITY FORM

Whereas ……………………………………………. [name of the tenderer]

(hereinafter called “the tenderer”) has submitted its tender dated ………….

[date of submission of tender] for the supply, installation and commissioning

of ………………………………[name and/or description of the equipment]

(hereinafter called “the Tender”) ……………………………………………..

KNOW ALL PEOPLE by these presents that WE ………………………

……………… of …………………………………………. having our

registered office at ………………… (hereinafter called “the Bank”), are

bound unto …………….. [name of Procuring entity} (hereinafter called “the

Procuring entity”) in the sum of ………………………………….. for which

payment well and truly to be made to the said Procuring entity, 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:- 1. If the tenderer withdraws its Tender during the period of tender

validity specified by the tenderer on the Tender Form; or

2. If the tenderer, having been notified of the acceptance of its Tender by

the Procuring entity during the period of tender validity:

(a) fails or refuses to execute the Contract Form, if required; or (b) fails or refuses to furnish the performance security in accordance

with the Instructions to tenderers;

We undertake to pay to the Procuring entity up to the above amount upon

receipt of its first written demand, without the Procuring entity having to

substantiate its demand, provided that in its demand the Procuring entity will

note that the amount claimed by it is due to it, owing to the occurrence of

one or both of the two conditions, specifying the occurred condition or

conditions.

This tender 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 above date.

[signature of the bank] (Amend accordingly if provided by Insurance Company)

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 73 of 79

7.4 CONTRACT FORM

THIS AGREEMENT made the day of 20

between ……………… [name of Procurement entity) of ……….. [country of

Procurement entity] (hereinafter called “the Procuring entity) of the one part and

…………………….. [name of tenderer] of ………….. [city and country of tenderer]

(hereinafter called “the tenderer”) of the other part;

WHEREAS the Procuring entity invited tenders for [certain goods ] and has accepted a

tender by the tenderer for the supply of those goods in the sum of

…………………………… [contract price in words and figures] (hereinafter called “the

Contract Price).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are

respectively assigned to them in the Conditions of Contract referred to:

2. The following documents shall be deemed to form and be read and construed as

part of this Agreement viz:

(a) the Tender Form and the Price Schedule submitted by the tenderer

(b) the Schedule of Requirements

(c ) the Technical Specifications

(d) the General Conditions of Contract

(e) the Special Conditions of contract; and

(f) the Procuring entity’s Notification of Award

3. In consideration of the payments to be made by the Procuring entity to the

tenderer as hereinafter mentioned, the tenderer hereby covenants with the Procuring

entity to provide the goods and to remedy the defects therein in conformity in all respects

with the provisions of this Contract

4. The Procuring entity hereby covenants to pay the tenderer in consideration of the

provisions of the goods and the remedying of defects therein, the Contract Price or such

other sum as may become payable under the provisions of the Contract at the times and in

the manner prescribed by the contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in

accordance with their respective laws the day and year first above written.

Signed, sealed, delivered by the (for the Procuring entity)

Signed, sealed, delivered by the (for the tenderer in the

presence of

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 74 of 79

7.5 PERFORMANCE SECURITY FORM

To ………………………………………….

[name of Procuring entity]

WHEREAS …………………………………… [name of tenderer]

(hereinafter called “the tenderer”) has undertaken , in pursuance of Contract

No. [reference number of the contract] dated

20 to supply ………………………………………………

[description of goods] (hereinafter called “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the

tenderer shall furnish you with a bank guarantee by a reputable bank for the

sum specified therein as security for compliance with the Tenderer’s

performance obligations in accordance with the Contract.

AND WHEREAS we have agreed to give the tenderer a guarantee:

THEREFORE WE hereby affirm that we are Guarantors and responsible to

you, on behalf of the tenderer, up to a total of ……………………….

[amount of the guarantee in words and figure] and we undertake to pay you,

upon your first written demand declaring the tenderer to be in default under

the Contract and without cavil or argument, any sum or sums within the

limits of …………………….. [amount of guarantee] as aforesaid, without

you needing to prove or to show grounds or reasons for your demand or the

sum specified therein.

This guarantee is valid until the day of 20

Signed and seal of the Guarantors

[name of bank or financial institution]

[address]

[date] (Amend accordingly if provided by Insurance Company)

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 75 of 79

7.6 BANK GUARANTEE FOR ADVANCE PAYMENT

To ………………………………

[name of Procuring entity]

[name of tender] …………………..

Gentlemen and/or Ladies:

In accordance with the payment provision included in the Special Conditions of Contract,

which amends the General Conditions of Contract to provide for advance payment,

…………………………………………………. [name and address of

tenderer](hereinafter called “the tenderer”) shall deposit with the Procuring entity a bank

guarantee to guarantee its proper and faithful performance under the said Clause of the

Contract 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]

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 76 of 79

7.7 MANUFACTURER’S AUTHORIZATION FORM

To [name of the Procuring entity] ………………….

WHEREAS …………………………………………………………[ name

of the manufacturer] who are established and reputable manufacturers of

………………….. [name and/or description of the goods] having factories

at ………………………………… [address of factory] do hereby authorize

………………………… [name and address of Agent] to submit a tender,

and subsequently negotiate and sign the Contract with you against tender

No. ………………………. [reference of the Tender] 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 an authorized person.

Supply, Delivery, Installation, Testing and Commissioning of surgical, Endoscopy Equipment 2017-2018

Page 77 of 79

7.8. LETTER OF NOTIFICATION OF AWARD

Address of Procuring Entity

To:

RE: Tender No.

Tender Name

This is to notify that the contract/s stated below under the above mentioned tender have

been awarded to you.

7.7.1Please acknowledge receipt of this letter of notification signifying your

acceptance.

7.7.2The 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.

7.7.3You may contact the officer(s) whose particulars appear below on the subject

matter of this letter of notification of award.

(FULL PARTICULARS)

SIGNED FOR ACCOUNTING OFFICER

Page 78 of 79

7.9 FORM RB 1

REPUBLIC OF KENYA

PUBLIC PROCUREMENT ADMINISTRATIVE REVIEW BOARD

APPLICATION NO…………….OF ................. 20……...

BETWEEN

…………………………………………….APPLICAN

T AND

…………………………………RESPONDENT (Procuring Entity)

Request for review of the decision of the…………… (Name of the Procuring Entity) of

……………dated the…day of ………….20……….in the matter of Tender No………..…of

…………..20…

REQUEST FOR REVIEW

I/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.

etc

SIGNED ……………….(Applicant)

Dated on…………….day of ……………/…20…

FOR OFFICIAL USE ONLY

Lodged with the Secretary Public Procurement Administrative Review Board on ………… day of

………....20….………

SIGNED Board Secretary