Home
(Medical Equipment for Garowe Hospital Somalia).
Contents
1. 00083594 YES we intend to submit an offer NO we are unable to submit a bid in response to the above mentioned invitation to bid due to the reason s listed below O ON ON ON NNN 2 eS wi SS The requested products are not within our range of supply We are unable to submit a competitive offer for the requested products at the moment The requested products are not available at the moment We cannot meet the requested specifications We cannot offer the requested type of packing We can only offer FCA prices The information provided for quotation purposes is insufficient Your ITB is too complicated Insufficient time is allowed to prepare a quotation We cannot meet the delivery requirements We cannot adhere to your terms and conditions please specify payment terms request for performance security etc We do not export Our production capacity is currently full We are closed during the holiday season We had to give priority to other clients requests We do not sell directly but through distributors We have no after sales service available The person handling the bids is away from the office Others please specify We would like to receive future ITBs for this type of goods We don t want to receive ITBs for this type of goods If UNOPS has questions to the bidder concerning this NO BID UNOPS should contact Mr Ms phone email who will be able to assist P
2. UNIT QT n 2 n 2 n 2 n 4 n 4 n 4 n 1 n 1 n 1 n 10 n 100 n 3 n 3 n 3 n 1 0 N O P s Section III Schedule of Requirements ITB NAOH 2013 018 18 Mask anaesthesia child Rendell Baker size 2 n 3 19 T piece child circuit kit Ayre s for EMO vaporizer n 1 ADAPTORS AND CONNECTORS 20 Large Tubing Connector Standard 22mm O D x 22mm O D connections n 20 21 Universal Cuff Adaptor Standard 22mm 1 0 connections n 20 22 Multi Adaptor Standard 15mm 1 0 x 22mm O D connections n 20 23 Tubing Adaptor Standard 22mm x 22mm I D n 20 24 Soft Cuff Adaptor Approximately 21mm 1 0 x 19mm I D n 20 25 22mm ISO Cuff Adaptor 22mm I D x 22mm O D n 20 26 Thermometer Adaptor Standard 22mm O D x 22mm 1 0 connections n 20 27 Tubing Connector Couples oxygen supply tubing utilising 5 to 7mm end connectors n 20 28 Pressure Line Adaptor swivel elbow 360 deg 22mm O D x 22mm 1 0 connections n 20 29 Adaptor with O2 Port capped port Standard 22mm x 22mm 1 0 connections n 20 30 Tubing Adaptor 22mm I D x 5 7mm tapered nipple n 20 31 Step Down Adaptor 15mm O D x 22mm O D n 20 32 Step Down Adaptor 15mm O D x 22mm I D n 20 33 Monitoring Adaptor Standard luer fitting 15mm x 15mm 1 0 22mm O D connections n 20 34 Nipple and Nut Adaptor Hose adaptor for standard D I S S oxygen outlets n 20 35 MDI Adaptor 22mm O D x 22mm 1 0 connections for in line placement in 22mm tubing n 20 36 MDI Adaptor 15mm O D x 15mm 1 0 connections
3. 44 5 2 6 2 6 3 Eligible Bidders A Bidder and all parties constituting the Bidder may have the nationality of any country A Bidder shall not have a conflict of interest All Bidders found to have conflict of interest shall be disqualified Bidders may be considered to have a conflict of interest with one or more parties in this bidding process if they i are or have been associated in the past with a firm or any of its affiliates which have been engaged by UNOPS to provide consulting services for the preparation of the design specifications and other documents to be used for the procurement of the Goods to be purchased under these Bidding Documents or ii submit more than one bid in this bidding process except for alternative offers permitted under Instructions to Bidders Clause 13 However this does not limit the participation of subcontractors in more than one bid A Bidder that is under a declaration of ineligibility by UNOPS in accordance with Instructions to Bidders Clause 3 at the date of contract award shall be disqualified Bidders shall not be eligible to submit a bid when at the time of bid submission 1 Suppliers are already suspended by UNOPS or 2 Supplier s names are mentioned in the UN 1267 Terrorist list issued by the Security Council resolution 1267 which establishes a sanctions regime to cover individuals and entities associated with Al Qaida and or the Taliban or 3 Suppliers are suspended by
4. The Bidder is expected to examine all instructions forms terms and specifications in the Bidding Documents Failure to furnish all information or documentation required by the Bidding Documents may result in the rejection of the bid Bidders are cautioned to read the specifications carefully see Schedule III Schedule of Requirements as there may be special requirements The technical specifications presented herein are not to be construed as defining a particular manufacturer s product Bidders are encouraged to advise UNOPS if they disagree Page 6 of 93 D U N O P s Section I Instructions to Bidders ITB NAOH 2013 018 8 2 8 3 9 1 10 10 1 11 11 1 12 12 1 13 13 1 The specifications are the minimum requirements for the products Products offered must meet or exceed all requirements herein The products shall conform in strength quality and workmanship to the accepted standards of the relevant industry Modifications of or additions to basic standard products of less size or capability to meet these requirements will not be acceptable Clarification of Bidding Documents A prospective Bidder requiring any clarification of the Bidding Documents shall contact UNOPS in writing at keocprocurement unops org UNOPS will respond in writing to any request for clarification provided that such request is received no later than 7 days prior to the deadline for submission of bids UNOPS shall forward copies of its
5. AMBU BAGS ADULT PEDIATRIC Manufacturer Name Model Name Version Name 1 1 1 1 1 2 3 4 5 6 7 8 9 0 1 2 3 BAG Hand operated Self inflating Black rubber INLET VALVE Patient Non Return valve connector for oxygen or anaesthetic gases ANAESTHESIA MASK transparent plastic Dome latex cuffmoulded shell sterilisable MASK SIZE Infant Qt 2 Child Qt 5 Adult Qt 9 ACCESSORIES Carrying case Page 71 of 93 n U N O P s Section III Schedule of Requirements ITB NAOH 2013 018 05 ENDOTRACHEAL SET Manufacturer Name Model Name Version Name Description AIRWAYS 1 Airway Guedel rubber with metal insert size 00 2 Airway Guedel rubber with metal insert size 000 3 Airway Guedel rubber with metal insert size 1 4 Airway Guedel rubber with metal insert size 2 6 Airway Guedel rubber with metal insert size 3 7 Airway Guedel rubber with metal insert size 4 BRUSHES 9 Brush cleaning tracheal tubes large 10 Brush cleaning tracheal tubes medium 11 Brush cleaning tracheal tubes small TUBES 12 Tube endotracheal Magill cuffed red rubber 13 Tube endotracheal Magill cuffed red rubber disposable 14 Mask anaesthesia child Rendell Baker size 0 15 Mask anaesthesia child Rendell Baker size 1 16 Mask anaesthesia child Rendell Baker size 2 17 T piece child circuit kit Ayre s for EMO vaporizer Page 72 of 93
6. year insert more rows in each section if necessary or delete if too many BIDDER S DISCOUNT FOR ACCELERATED PAYMENT of total firm price for each calendar day less than thirty 30 days BIDDER S DELIVERY DATA Country of origin of offered products FCA point s of delivery for offered products Item 1 Item 2 insert more rows in each section if necessary Item 3 or delete if too many Item 4 Item 5 Item 1 Item 2 Item 3 Item 4 Period of Warranty Cover Offered Item 1 Item 2 EN U N O S Section II Bidding Forms ITB NAOH 2013 018 Item 3 Item 4 Delivery time DAP Demartino Hospital from date of order Item 1 Item 2 Item 3 Item 4 Item 5 Shipment dimensions of offered products Including package Gross weight Total Containers if applicable Item 1 volume Number Size Item 2 Item 3 Item 4 Item 5 Total In the event of an order where UNOPS utilizes its own freight forwarder the awarded supplier is required to cover the difference in freight cost resulting from higher weight volume than initially stated in the bid Bidders Aftersale Service Spare Parts Local Represenative in Somalia Mogadishu Name insert name of authorized representative Address insert address of JV s Party authorized representative
7. 55 Universal Wye Connector Airway pressure and temperature monitoring ports 22mm O D tubing 10 connections 15mm D 22mm O D patient connection Page 74 of 93 0 N O P S Section III Schedule of Requirements ITB NAOH 2013 018 05 HEM HEADMIRROR Manufacturer Name Model Name Version Name 1 GENERAL DESCRIPTION Clar head mirror 2 MIRROR DIAMETER 55 mm 100 mm 3 SIZE ADJUSTMENT infinitely adjustable and fixable 4 HEADBAND CLEANING made easy by inner removable and washable padding 05 LAR LARYNGOSCOPE Manufacturer Name Model Name Version Name 1 oO o N 12 13 14 15 16 17 To expose and view larynx and its surrounding structures necessary for successful intubation through epiglottis or other procedures For Adult and Pediatric USE anaesthesia resuscitation HANDLE Stainless steel or chromium platted slightly rigged Handle type C diameter 28 mm for battery LR14 LIGHT battery in the handle Xenon lamp SPATULA BLADE Macintosh type slightly curved blade with a small bulbous end tip fixed to handle with a hook on system Each blade has a single bulb removable for cleaning Curved Mac Intosh laryngoscope blades 3 per size Size 0 length blade 55 mm newborn Size 1 length blade 70 mm baby Size 2 length blade 90 mm child Size 3 length blade 110 mm adult small Size 4 length blade 130 mm adult large Packaging Soli
8. in KIDNEY ELEVATOR BASE ATTACHMENT Column housing Section FLOOR FOOTING Caster diameter mm Operating tables provide an elevated surface that supports the patient s body during surgical procedures stabilizing the patient s position and providing optimal exposure of the surgical field Capable to accommodate C arm radiographic fluoroscopic studies 13 961 Yes 5 head back seat legs 150 Stainless Steel NiCr Yes 50 Yes leatherette Colour Black Yes Yes Yes Yes 25 minimum 25 minimum 18 minimum 75 100 55 to 25 minimum Fixed 20 to 40 minimum 45 to 90 minimum Yes Pneumatic hydraulic foot activated both side Manual levers or hand crank pneumatic springs Manual levers or hand crank pneumatic springs Yes Yes 35 x 43 14 x 17 maximum Yes Mobile Stainless Steel Rectangular 100 Page 59 of 93 SS 27s UNOPS Section III Schedule of Requirements ITB NAOH 2013 018 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 Caster lock Conductive casters Swiwelling ACCESSORIES ROD and infusion stand with 2 hooks Anaesthesia screen flexible Shoulder supports cylindrical padded Sliding clamps to hold accessories QT Wristlets padded Thigh rest padded Leg Rest with straps Instrument Tray 500x400mm Arm rest padded for infusion Side Rest padded Cassette Holder for X ray films
9. 21 LED Bulbs 2 Page 54 of 93 UNOPS Section HI Schedule of Requirements ITB NAOH 2013 018 02 OXC OXYGEN CONCENTRATOR Manufacturer Name Model Name Version Name 1 o o0 FP W N 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 GENERAL DESCRIPTION UMDNS CE MARK MDD GENERAL Delivery rate I min Oxygen percentage Altitude of the installation m Outlet pressure bar Pressure relief valve Flow meter Noise level LEDS amp ALARMS Power ON Low oxygen concentration High temperature Power failure High and low pressure Battery test POWER REQUIREMENTS Power Supply UPS min Type DOCUMENTATION WARRANTY AFTERSALE SERVICE Mandatory intervention per year Spare parts availability ACCESSORIES AC Power wire with UK type plug Oxygen tube set qt 5 TRAINING Duration Days Target groups Oxygen Concentrator to be used in ICU and Operational Theatres able to separate Oxygen from air with high level of purity compatible with patient ventilator with all accessories and component necessary for use 12 873 Yes 8 gt 90 3 5 Ipm 1300 5 bar 0 5 bar yes 44 psi Adjustable 0 5 l min max lt 55 at 1 m distance O2 gt 85 green or other indicator light 70 lt O2 lt 85 yellow or other indicator light 2 lt 70 red or other indicator light acoustical alarm yes yes yes yes 220 240 VAC 50 60 Hz 2 10
10. Contract Value and the Issue Date of the Contract After publication of the award unsuccessful Bidders may request in writing to UNOPS for a debriefing seeking explanations on the grounds on which their bids were not selected UNOPS shall promptly respond in writing to any unsuccessful Bidder who after Publication of contract award requests a debriefing Upon the successful Bidder s furnishing of the signed Contract Form and performance security pursuant to Instructions to Bidders Clause 44 UNOPS will promptly notify and will discharge the Bid Security of each unsuccessful Bidder pursuant to Instructions to Bidders Clause 21 4 Signing of Contract Prior to the expiration of the period of bid validity UNOPS shall send the successful Bidder the Contract and the Special Conditions for Goods Within 5 five calendar days of receipt of the Contract the successful Bidder shall sign date and return it to UNOPS Performance Security Within O ten calendar days of receipt of the Contract from UNOPS the successful Bidder if required shall furnish the Performance Security in accordance with the GCG using for that purpose the Performance Security Form included in Section VI Contract forms or another Form acceptable to UNOPS UNOPS shall promptly discharge the Bid Securities of the unsuccessful Bidders pursuant to Instructions to Bidders Sub Clause 21 4 Failure of the successful Bidder to submit the above mentioned Performance Security
11. Discharge form Voice Prompting Energy Sequence AED Mode J Energy Settings Manual mode J Protocol Configured Output waveshape Disharge Activation Compensate for body impedance Synchronized cardio version Shock to Shock sec MONITOR Ecg Acquisition Monitor with ECG ECG Dysplay Heart Rate Display ELECTRODES Conducive Area cm2 Shelf Life Years ANALYSIS Auto or Manual Segment Analysis Analysis Time sec V tach rate threshold bpm VF Amplitude Threshold mV SELF TEST Frequency Energy Level J ALARMS Acoustic signal over QRS Acoustic signal during charging Low energy automated biphasic defibrillator with display and recorder intented to restore normal sinusal rhythm and contractile function in patients who are experiencing ventricular fibrillation VF or ventricular tachycardia VT that is not accompanied by a palpable pulse Complete with algorithm to analyze the ECG rhythm to determine whether defibrillation is necessary Yes 18 500 Automatic AED Yes Pads and Paddles Yes gt 150 gt 150 Preferred Biphasic Form Paddle and from device In the range of 25 to 150 ohms Yes lt 15 Defib Electrods Pads Yes High resolution backlit LCD Yes gt 50 gt 1 Automatic Continuos lt 15 Any adjustable by User Any adjustable by User daily weekly montly Partial weekly full monthly Yes Yes Page 50 of 93 SS 27S UNOPS Section III S
12. LABORATORY Piece 1 04 FURNITURE 04 BED BEDPAN Piece 5 04 CAA CABINET AMBULATORY Piece 2 04 CHH CHAIR HOSPITAL Piece 2 04 CHO CHAIR OFFICE Piece 1 04 CLW CLOCK WALL MOUNTED Piece 1 04 DEW DESK WRITING AMBULATORY Piece 1 04 FOR FOLDING SCREEN ROOM DIVIDERS Piece 5 Page 42 of 93 9 Sey U N O P S Section Schedule of Requirements ITB NAOH 2013 018 04 SMT 04 STO 04 TRE 04 TRIM 04 URI 04 WAST 04 XRW STRETCHERS MOBILE PATIENT TRANSFER STOOL OPERATOR TROLLEY EMERGENCY TROLLEY INOX MAYO URINAL WASTE BIN W LID PEDAL INOX X RAY FILM WIEVER 05 BIOMEDICAL DEVICES 05 SHP 05 AMB 05 ENT 05 HEM 05 LAR 05 0PH 05 0TO 05 PPD 05 SPL 05 STH 05 TRQ SPHIGMOMANOMETER AMBU BAGS ADULT PEDIATRIC ENDOTRACHEAL SET HEADMIRROR LARYNGOSCOPE OPTHALMOSCOPE OTOSCOPE PERSONAL PROTECTION DEVICES SPLINT amp IMOBILIZATION PHONENDOSCOPE one head TORNIQUET 06 INOX MEDICAL TOOLS 06 SET INOX MEDICAL TOOLS 07 DISPOSABLES 07 DSP DISPOSABLES Page 43 of 93 Piece 2 Piece 2 Piece 1 Piece 2 Piece 5 Piece 2 Piece 1 Piece 2 Piece 1 Piece 1 Piece 1 Piece 1 Piece 1 Piece 2 Set 1 Set 1 Piece 6 Piece 5 set 1 set 1 UNOPS Section II Schedule of Requirements TB NAOH 2013 018 ICE CUBE MAKER Manufacturer Name Model Name Version Name 1 GENERAL DESCRIPTION 2 24 Hour Yield 3 Condenser 4 Cube Size 5 Dimensions H x W x D 7 Ice Mach
13. Pumps that accept disposable and rechargeable batteries are preferred User and service manuals two copies hard and Soft EN 12 months warranty period 3 5 years minimum 1 Technician Medical Doctor Nurses Page 55 of 93 U N O P S Section III Schedule of Requirements ITB NAOH 2013 018 02 TAOG OXYGEN CILINDERS Manufacturer Name Model Name Version Name 1 GENERAL DESCRIPTION Oxygen Cylinder 2 HANDLE Yes 3 MATERIAL Aluminium 4 TRANSPORT TOLLEY Yes 5 CONNECTOR VALVE Yes 6 PRESSURE REGULATOR Yes 7 PRESSURE GAUGE Yes 8 TYPE amp DIMENSIONS 9 M90 Diameter 18 cm 830 cm high containing about 2500 liters of oxygen 10 M60 Diameter 18 cm 580 cm high containing about 1600 liters of oxygen 11 ACCESSORIES 12 Hoses At least 2 3 meters long 13 Oxygen masks QT One per cilinder Page 56 of 93 UNOPS Section III Schedule of Requirements ITB NAOH 2013 018 02 OXP OXYMETER PULSE Manufacturer Name Model Name Version Name 1 O O ON OO FP WO N 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 GENERAL DESCRIPTION UMDNS CE MARK MDD SpO2 MODULE Range Accuracy Averaging Alarms Calibration Sensor Light source nm PULSE RATE MODULE Range bpm Accuracy bpm Alarms Averaging sec Display update DATA COMMUNICATION Port Type Trend storage intervals sec Steps sec POWER REQUIREMENTS Power supply Ba
14. Related Services and Completion Schedule Place where Final Completion Description of Service Quantity Physical Services shall Date s of Unit be performed Services Delivery All Items NA 4 45 Days following GAROWE SOMALIA Signature of the contract Assembly Installation Testing Training All Items NA GAROWE 21 Days following HOSPITAL date of delivery of GAROWE SOMALIA order as per contract Warranties and After Sale Service 12 Months 2 1 year from date of GAROWE SOMALIA Commissioning and acceptance by UNOPS 1 If applicable 35 a U N O P S Section III Schedule of Requirements ITB NAOH 2013 018 3 TECHNICAL SPECIFICATIONS PART A General Requirements and Provisions INTRODUCTION DESCRIPTION OF GAROWE HOSPITAL ENVIRONMENTAL FACTS AND PRESCRIPTIONS ELECTRICAL GENERAL PROVISIONS SAFETY AND PERSONAL PROTECTION DEVICES INTERNATIONAL STANDARDS PLAN OF RECEIPT INSTALLATION AND COMMISSIONING WARRANTY AND AFTER SALES SERVICE REAGENTS CONSUMABLES AND SPARE PARTS 10 TRAINING BY SUPPLIER 11 TECHNICAL DOCUMENTATION 12 MARKING INVENTORY TAGGING o AN O Q FWD PART B Technical Specifications 01 GENERAL EQUIPMENT 02 BIOMEDICAL EQUIPMENT 03 LABORATORY EQUIPMENT 04 FURNITURE 05 BIOMEDICAL DEVICES 06 INOX MEDICAL TOOLS 07 DISPOSABLES Page 36 of 93 e U N O E S Section III Schedule of Requirements ITB NAOH 2013 018 PART A Gen
15. STORAGE 1 25 2 5 5 10 15 1 x set 3 MATERIAL Stainless steel AISI 18 10 4 SEALING CAPACITY Yes 6 HANDLE NOT integrated of the closure device 7 COMBUSTILBE Yes for safely incineration 8 PVC FREE Yes 9 FILLING INDICATOR MARK Yes 10 FILLING INDICTOR WARNING Yes 11 COLOUR Yellow or combination of White and Yellow MARKING CAPABILITY Yes Page 65 of 93 UNOPS WT Section III Schedule of Requirements TB NAOH 2013 018 04 SMT STRETCHERS MOBILE PATIENT TRANSFER Manufacturer Name Model Name Version Name 1 CO o Ui 11 12 13 14 15 16 17 18 20 21 23 24 25 26 27 28 29 30 31 GENERAL DESCRIPTION CE Marked Dimension cm Stretcher type FRAME Material Section mm PLATFORM Material Radiographic grid Radiolucent Transferable MATRESS Padded Thickness mm Material Upholstery Cleaning FLOOR FOOTING Casters Casters Diameter mm ACCESSORIES Side rails Film cassette tray Utility shelf Restraining straps Bumpers perimeter IV pole Oxygen tank holder Stretcher for the transport of patient in the Operational Rooms with radiolucent PVC transferable patient platform four casters Complete with accessories YES 200 x 70 x 84 height with mattress Fixed height radio transparent table top Transferable platform Stainless steel sheet epoxy powder painted 30 PVC composite Yes Yes Yes Yes 50 75 Expanded Urethane Vinyl Leather finish
16. crash carts PUMP TYPE COLLECTION CANISTER Type Capacity measured cc Graduations Connector labels FILTER TYPE TUBING Internal diameter mm in Length m ft VACUUM Range mm Hg Flow rate at max vacuum L min VACUUM LEVEL CONTROL VACUUM GAUGE Diameter cm Scale mm Hg ACCESSORIES OTHER SPECIFICATIONS DOCUMENTATION WARRANTY MANIFACTURER SERVICE AND MAINTENANCE Mandatory intervention per year Spare parts availability TRAINING Duration Days Target groups Portable emergency manual aspirators for removing obstructing secretions blood or vomitus from a patient s airway and to allow spontaneous or mechanical ventilation Suctioning can be either oropharyngeal or tracheal 15 016 Yes Yes Yes Yes Yes Foot activated Diaphragm Pump Policarbonate 1 000 Yes Yes Bacterial hydrophobic 8 0 31 1 8 5 9 0 to 560 16 Regulator Yes 4 0 to 650 Tubing canister suction tip bottles recharger filter Handle for transport autoclavable collection canister includes safety valve User and service manuals two copies hard and Soft EN 12 months 3 For 5 years minimum 0 5 Technician Medical Doctor Nurses Page 49 of 93 UNOPS Section II Schedule of Requirements 1 2013 018 02 DEF DEFIBRILLATOR AUTOMATED Manufacturer Name Model Name Version Name 1 GENERAL DESCRIPTION CE Mark UMDNS DEFIBRILLATOR Type Manual Override
17. for in line placement in 15mm tubing n 20 37 One Way Valve Low flow resistance 22mm O D to 22mm 1 0 n 20 Page 73 of 93 U N O P S Section III Schedule of Requirements ITB NAOH 2013 018 38 One Way Valve Low flow resistance 22mm I D to 22mm O D n 20 39 Isolation Valve Standard 22mm 1 0 x 22mm O D 15m 1 0 connections n 20 40 One Way Valve Standard 22mm O D x 22mm I D connections n 20 Water Traps and Tees 41 Valved Neb Tee 22mm O D x 18mm I D 22mm 1 0 connection n 20 42 Valved Neb Tee 22mm x 18mm 1 0 x 22mm O D connection n 20 43 Aerosol Tee Connector Anti spill 22mm O D x 15mm D 22mm O D x 22mm O D n 20 44 Nebuliser Tee Connector 22mm O D x 18mm 1 0 22mm O D x 22mm O D n 20 45 Nebuliser Tee Connector 22mm O D x 18mm 1 0 x 22mm I D connection n 20 O2 Tubing Water Trap Collects moisture that can be accumulated in O2 tubing all standard oxygen ag supply tubing Approx 20cm long 2 5cm diameter i 20 47 Aerosol Tee Connector Standard 22mm O D x 15mm 1 0 22mm x 22mm O D n 20 48 Water Trap 70ml capacity Standard 22mm O D x 22mm O D tubing connection n 20 49 Neonatal Water Trap 20 30ml capacity n 20 50 Neonatal Adaptor 10mm O D x 7 5mm O D n 20 ELBOWS 51 Reusable Patient Elbow 15mm I D x 15mm 1 0 22mm O D n 20 52 Ventilator Adaptor 15mm O D x 22mm O D n 20 53 Norman Mask Elbow 15mm I D x 15mm 1 0 22mm O D n 20 54 Elbow Adaptor 15mm O D x 15mm I D 22mm O D Elbow accepts 5 7mm 1 0 tubing n 20 WYIE
18. illumination humidity radiations protections etc The successful bidder shall be responsible for timely notifications to UNOPS concerning any special requirements for the proposed equipment models inorder to ensure a successful installation process At the moment of delivery all goods supplied under the contract will be inspected and tested in order to Page 38 of 93 U N O P S Section Schedule of Requirements ITB NAOH 2013 018 verify compliance with the technical specifications correct installation and full complete and proper functionality Refer to 4 Inspections and Tests of Sectiion Ill Schedule of Requirements The contractor must provide all materials equipment and devices needed to implement a complete and safe installation and commissioning of the equipment supplied The contractor should provide all the tools manpower technical direction management supervision application services and any other services required although not expressly stated in the Special General Conditions of Contract Additionally the contractor will be responsible for any necessary modifications changes to existing infrastructure and will be responsible for rectifying any damage resulting from its activity 8 WARRANTY AND AFTER SALES SERVICE All Items must have 12 months of warranty and all components made in stainless steel must have ten years warranty First year Warranty must include all the necessary Preventive Maintenance work serv
19. made of robust construction fully insulated glass door powerful motor to operate in high temperature environment 40 C digital displays and audible alarms 17 157 Yes Stainless Steel 40 mm 1401 3 1 Glass preferable fully insulated Environmental compatible Automatic 0 15 ECT F Control Yes Hi low Temp door open On off switch temperature control LCD digital Iso 13485 Yes Yes Yes Yes Yes 1 year 5 years Door lock and key alarms mounted in panel Meets AABB standards UL listed User and service manuals two copies hard and Soft EN Minimum of 3 5 years minimum 1 Technician Doctors Nurses Page 61 of 93 Section Schedule of Requirements TB NAOH 2013 018 04 BED BEDPAN Manufacturer Name Model Name Version Name a 0 N GENERAL DESCRIPTION SIZE L W H mm MATERIAL AUTOCLAVABLE VOLUME 04 CAA CABINET AMBULATORY Bedpan for toileting of a bedridden patient 450 x 280 x 10 mm Stainless steel AISI 304 Yes 2 5 Manufacturer Name Model Name Version Name 1 GENERAL DESCRIPTION ON OO 5 O N 11 12 13 14 15 16 17 18 19 20 21 22 23 CONFIGURATION Upper cabinet Lower Cabinet MAIN FRAME Material Rounded Edges Coating DOORS Upper Cabinet Lower Cabinet Lockers Handles Opening FLOOR FOOTING Type Adjustable Support Material SHELVES Number Material Adjustable DIMENSION mm Cabinet with upper and lower compartmen
20. or a freely convertible currency acceptable to UNOPS Dates established in accordance with Clause 12 of the General Conditions of Contract UNOPS should note that in the event of an extension of the time to perform the Contract UNOPS would need to request an extension of this Guarantee from the Bank Such request must be in writing and must be made prior to the expiration date established in the Guarantee In preparing this Guarantee UNOPS might consider adding the following text to the Form at the end of the penultimate paragraph We agree to a one time extension of this Guarantee for a period not to exceed six months one year in response to UNOPS s written request for such extension such request to be presented to us before the expiry of the Guarantee Page 91 of 93 aN U N Section VI Contract Forms 2013 018 3 Bank Guarantee for Advance Payment Date insert date as day month and year of Bid Submission ITB No and title insert number and title of bidding process bank s letterhead Beneficiary insert legal name and address of UNOPS ADVANCE PAYMENT GUARANTEE No insert Advance Payment Guarantee no We insert legal name and address of bank have been informed that insert complete name and address of Supplier hereinafter called the Supplier has entered into Contract No insert number dated insert date of Agreement with you for the supply of insert types
21. records and other elements needed by UNOPS to investigate the allegations of misconduct by either vendors or any other party to the procurement activities The absence of such cooperation may be sufficient grounds for the debarment of the vendor from UNOPS vendor roster and may lead to suspension following review by UNOPS Vendor Review Committee Suppliers their subsidiaries agents intermediaries and principals must cooperate with the Office of Internal Oversight Services OIOS of the United Nations UNOPS Internal Audit and Investigations Group IAIG as well as with other investigations authorized by the Executive Director and with the UNOPS Ethics Officer during preliminary reviews in line with UNOPS whistle blower policy as and when required Such cooperation shall include but not be limited to the following access to all employees representatives agents and assignees of the vendor as well as production of all documents requested including financial records Failure to fully cooperate with investigations will be considered sufficient grounds to allow UNOPS to repudiate and terminate the contract and to debar and remove the supplier from UNOPS s list of registered suppliers Information regarding Bid Protest can be found at http www unops org english whatwedo services procurement Pages Procurementpolicies aspx Page 5 of 93 e EN D U N O P s Section I Instructions to Bidders ITB NAOH 2013 018 Am 4 2 4 3
22. the Contract UNOPS would need to request an extension of this Guarantee from the bank Such request must be in writing and must be made prior to the expiration date established in the Guarantee In preparing this Guarantee UNOPS might consider adding the following text to the Form at the end of the penultimate paragraph We agree to a one time extension of this Guarantee for a period not to exceed six months one year in response to UNOPS s written request for such extension such request to be presented to us before the expiry of the Guarantee Page 92 of 93 0 N O P S Section VI Contract Forms 2013 018 4 Long Term Agreement Not Applicable Page 93 of 93
23. written statement stating that the Bidder is in breach of its obligation s under the bid conditions because the Bidder a has withdrawn its Bid during the period of bid validity specified by the Bidder in the Form of Bid or b having been notified of the acceptance of its Bid by UNOPS during the period of bid validity 1 fails or refuses to execute the Contract Form or ii fails or refuses to furnish the performance security if required in accordance with the Instructions to Bidders This guarantee will expire a if the Bidder is the successful Bidder upon our receipt of copies of the contract signed by the Bidder and the performance security issued to you upon the instruction of the Bidder or b if the Bidder is not the successful Bidder upon the earlier of 1 our receipt of copy of your notification to the Bidder of the name of the successful Bidder or 1 Twenty eight 28 days after the expiration of the Bidder s Bid Consequently any demand for payment under this guarantee must be received by us at the office on or before that date This guarantee is subject to the Uniform Rules for Demand Guarantees ICC Publication No 458 signature s Page 29 of 93 EN 7 U N O P s Section II Bidding Forms ITB NAOH 2013 018 9 Manufacturer s Authorization Form Date insert date as day month and year of Bid Submission ITB No insert number of bidding process Alternative No insert identification N
24. year of Bid Submission ITB No insert number of bidding process Page of pages Bidder s Legal Name insert Bidder s legal name 2 JV s Party legal name insert JV s Party legal name 3 JV s Party Country of Registration insert JV s Party country of registration 4 JV s Party Year of Registration insert JV s Part year of registration 5 JV s Party Legal Address in Country of Registration insert JV s Party legal address in country of registration 6 JV s Party Authorized Representative Information Name insert name of JV s Party authorized representative Address insert address of JV s Party authorized representative Telephone Fax numbers insert telephone fax numbers of JV s Party authorized representative Email Address insert email address of JV s Party authorized representative 7 Attached are copies of original documents of check the box es of the attached original documents Articles of Incorporation or Registration of firm named in 2 above in accordance with Instructions to Bidders Sub Clauses 4 1 and 4 2 JV Agreement or letter of intent to enter into such an Agreement signed by the legally authorized signatories of all the parties Page 21 of 93 EEN U N O P s Section II Bidding Forms ITB NAOH 2013 018 5 Bid Submission Form The Bidder shall fill in this Form in accordance with the instructions indicated No alterations to it
25. 0 21 GENERAL DESCRIPTION CONFIGURATION STRUCTURE Material SEAT Upholstery Contoured Ergonomic BACKREST Adjustable Swinging Upholstery Ergonomic ARMREST Material Padded Removable FLOOR FOOTING Type Height Adjustable Wheels DIMENSIONS seat mm Sturdy and ergonomic chair with seat backrest and arm rest upholstered to be used in administration Seat Backrest and X shaped pedestal with swivelling wheels Metal Yes tissue fire retardant washable Yes Yes Yes Yes with blocking system Yes Tissue fire retardant washable Yes Plastic with inner metal frame Yes Yes STAR shaped pedestal Yes pneumatic piston hand actuated Yes 5 double swivelling antistatic 450 x 450 Page 63 of 93 UNOPS Section Schedule of Requirements TB NAOH 2013 018 04 CLW CLOCK WALL MOUNTED Manufacturer Name Model Name Version Name N O Q 5 WD GENERAL DESCRIPTION MATERIAL POWER CONFIGURATION DISINFECTABLE MOUNTING DIMENSION cm 04 DEW DESK WRITING AMBULATORY Battery Clock wall Mounted Plastic Batteries White Dial Black Numbers Arabic Blue white Frame Lancets Yes Wall 300 diameter Manufacturer Name Model Name Version Name 1 0o 0 00 FW N m b b COON O Q G N o GENERAL DESCRIPTION DESIGN STRUCTURE TABLE TOP Material Colour Fire Retardant Rounded corner Anti shock edge SKIRTING PANEL FLOOR FOOTING
26. 07 DSP 14 Set thoracentesis paracentesis 07 DSP 15 Set thoracentesis paracentesis 07 DSP 16 Set thoracentesis paracentesis with Verres needle 07 DSP 17 Set thoracentesis paracentesis with Verres needle Burn Dressing Gel soaked sterile and foil packed dressing 4 X 4 Burn Dressing Gel soaked sterile and foil packed dressing 4 X 16 Burn Dressing Gel soaked sterile and foil packed dressing 8 X 18 Burn Dressing for facial burns Gel soaked sterile and foil packed dressing 12 X 16 Burn Dressing for hand burns Gel soaked sterile and foil packed dressing 8 X 20 Container Plastic for sterile water storage 1 Gallon Gown Sterile Disposable Multilayer reinforced Closure Hook amp Loop Size large Latex Free Protection Level AAMI Level 3 Color Blue Disposable Surgical Mask Secures with ear loops Single use 3 ply pleated design Barrier Filtration Efficiency BFE 99 5 percent with nose clip latex free Needle for lumbar puncture Stainless steel with polyamide plastic hub Needle amp stylet Disposable Sterile Connections are colour coded 20 G 0 9 x 90 mm yellow Packaging Individual sterilized peel packs made of paper and or plastic Each carton and peel pack to be clearly marked with expiry date and batch number ISO STANDARD Needle for lumbar puncture Stainless steel with polyamide plastic hub Needle amp stylet Disposable Sterile Connections are colour coded 2
27. 2 G 0 7 x 40 mm black Packaging Individual sterilized peel packs made of paper and or plastic Each carton and peel pack to be clearly marked with expiry date and batch number ISO STANDARD Needle suture 1 2 circle round eyed corrosion resistant steel reusable size 2 3 4 and 7 Needle suture 1 2 or 3 8 circle triangular regular eye corrosion resistant steel size 2 3 4 and 7 Razors disposable doble blade plastic handle Bag Capacity ml 2 000 Needle Length mm 50 Needle Diameter mm 1 60 mm 2 00 mm 1 20 Bag Capacity ml 2 000 Needle Length mm 80 Needle Diameter mm 1 60 mm 1 20 mm 2 00 Bag Capacity ml 2 000 Needle Length mm 100 Needle Diameter G 14 Bag Capacity ml 2 000 Needle Length mm 100 Needle Diameter G 15 Page 81 of 93 50 50 50 50 50 100 100 100 100 10 10 300 100 100 100 100 UNOPS Section III Schedule of Requirements ITB NAOH 2013 018 07 DSP 18 07 DSP 19 07 DSP 20 07 DSP 21 07 DSP 22 07 DSP 23 07 DSP 24 07 DSP 25 07 DSP 26 07 DSP 27 07 DSP 28 07 DSP 29 07 DSP 30 07 DSP 31 07 DSP 32 Set thoracentesis paracentesis with Verres needle Set thoracentesis paracentesis Bag replacement with drain cock Scalpel Handle Scalpel Handle Scalpel Surgical Blades Scalpel Surgical Blades Spinal needles Spinal needles Sutures with needles Sutures with nee
28. 8 ITB for Procurement of Goods Summary Section I Instructions to Bidders This Section provides information to help Bidders prepare their bids Information is also provided on the submission opening and evaluation of bids and on the award of Contracts Section I contains provisions that are to be used without modification Section II Bidding Forms This Section includes the forms for the Bid Submission Price Schedules Bid Security and the Manufacturer s Authorization to be submitted with the Bid Section III Schedule of Requirements This Section includes the List of Goods and Related Services the Delivery and Completion Schedules the Technical Specifications and the Drawings that describe the Goods and Related Services to be procured Section IV UNOPS General Conditions for Goods GCG This Section includes the general clauses to be applied in all contracts The text of the clauses in this Section shall not be modified Section V Special Conditions for Goods SCG This Section includes clauses specific to each contract that modify or supplement Section VI UNOPS General Conditions for Goods Section VI Contract Forms This Section includes the form for the Agreement which once completed incorporates corrections or modifications to the accepted bid that are permitted under the Instructions to Bidders the General Conditions for Goods and the Special Conditions for Goods The forms for Performance Security and Advance Paymen
29. DESCRIPTION Twin Bung Rigid Plastic Bucket for water 2 CONFIGURATION Cilindric with tap and vent cap on one side with stable support 3 MATERIAL PVC suitable for drinking water 4 TAP Yes 5 VENTED CAP Yes 6 CAPACITY liters 1601 Page 45 of 93 UNOPS Section HI Schedule of Requirements ITB NAOH 2013 018 03 ANG ANALYZER BLOOD GLUCOSE MONITOR Manufacturer Name Model Name Version Name O N Oo P WO N 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 GENERAL DESCRIPTION UMDNS CODE S CE MARK MDD PATIENT TYPE INTENDED APPLICATION METHODOLOGY ENZYME S USED REAGENT STRIPS Wiping Color chart Packaging SPECIMEN TYPE Minimum sample volume pL MEASUREMENT RANGE mg dL ALTERNATE SITE TESTING TEST TIME sec HEMATOCRIT RANGE QUALITY CONTROL METER CALIBRATION CHECK Frequency LOT SPECIFIC CALIBRATION READOUT AUTOMATIC SHUTOFF DATA MANAGEMENT MEMORY Number of tests Date time stored with test results BATTERY Type no Life no of tests no of hours Low battery signal Memory loss if batteries removed AUDIBLE SIGNAL DISABLE INSTRUCTIONAL ACCESSORIES PERIPHERALS H x W x D cm in WEIGHT g oz KIT INCLUDES TEST STRIPS INCLUDED qt Blood glucose reflectance photometers for Hospital Use Portable 16488 Yes Adult pediatric neonate Hospital Clinical Use Reflectance photometry Glucose oxidase G
30. ER 2 Unit 45 days 04 STO STOOL OPERATOR 2 Unit 45 days 04 TRE TROLLEY EMERGENCY 1 Unit 45 days 04 TRIM TROLLEY INOX MAYO 2 Unit 45 days 04 URI URINAL 5 Unit 45 days 04 WAST WASTE BIN W LID PEDAL INOX 2 Unit 45 days 04 XRW X RAY FILM WIEVER 1 Unit 45 days 05 SHP SPHIGMOMANOMETER 2 Unit 45 days 05 AMB AMBU BAGS ADULT PEDIATRIC 1 Unit 45 days 05 ENT ENDOTRACHEAL SET 1 Unit 45 days 05 HEM HEADMIRROR 1 Unit 45 days 05 LAR LARYNGOSCOPE 1 Unit 45 days 05 0PH OPTHALMOSCOPE 1 Unit 45 days 05 0TO OTOSCOPE 2 Unit 45 days 05 PPD PERSONAL PROTECTION DEVICES 1 Set 45 days 05 SPL SPLINT amp IMOBILIZATION 1 Set 45 days 34 UNOPS Se Section III Schedule of Requirements 2013 018 1 List of Goods and Delivery Schedule Line Item Description of Goods Quantity Unit Delivery Schedule from date of Contract 05 STH PHONENDOSCOPE one head 6 Unit 45 days 05 TRQ TORNIQUET 5 Unit 45 days 06 SET INOX MEDICAL TOOLS 1 Unit 45 days 07 DSP DISPOSABLES 1 set 45 days Consignee address and Consignee wise Quantity distribution Line Item Consignee Address Quantity Unit ALL GAROWE HOSPITAL ALL Lot ITEMS GAROWE SOMALIA Hazardous chemicals and other dangerous goods must be packed and documented according to current legislation It is the responsibility of the vendor to provide complete packing and documentation as required for transportation 2 List of
31. ERIAL MOUNTING LIGHT SOURCE LUX 0 5m COLOR TEMPERATURE EXPECTED BULB LIFE POWER SUPPLY ACCESSORIES AC Powerchord with UK type plug Spare Bulb DOCUMENTATION WARRANTY AFTERSALE SERVICE Mandatory intervention per year Spare parts availability TRAINING Duration Days Target groups LED light suitable for examination procedures in hospital ambulatories and intervention areas Stable positioning mounting on rail or wall 12 276 Yes Flexible neck goose neck Dust Proof Pintend Stainless steel or equivalent Floor standing on column of 180 cm minimum LED 6 400 4 000 K 30 000 hours 230v 50 Hz 1 2 User and service manuals two copies hard and Soft 12 months warranty period Minimum of 1 5 years minimum 0 5 Technician Nurses Page 53 of 93 U N O P s Section II Schedule of Requirements ITB NAOH 2013 018 02 LIH LIGHT HEAD Manufacturer Name Model Name Version Name 1 GENERAL DESCRIPTION LED headlight high brightness and uniform illumination 2 LED BULB 3 Power W 3 4 llluminance Ix 48000 9500 at the 25cm 5 Led bulb life hours 20000 6 Light Color White 7 LIGHT FACULAR 8 Adjustable Yes 9 Focal Distance cm 25 10 Adjustable Range mm 6 65 11 WEARING Head Padded Adjustable 12 Type Head 13 Padded Yes 14 Adjustable Yes 15 POWER SUPPLY 16 Type Rechargeable battery 17 Battery duration 10 hours 18 Charger 90V 240V 19 SPARE PARTS 20 Battery qt 1
32. Evaluation 34 Conversion to Single Currency 35 Domestic Preference 36 Evaluation of Bids 37 Comparison of Bids 38 Post qualification of the Bidder 39 UNOPS s Right to Accept Any Bid and to Reject Any or All Bids F Award of Contract 40 Award Criteria 41 UNOPS s Right to Vary Quantities at Time of Award 42 Publication of Contract Award 43 Signing of Contract 44 Performance Security EN D U N O P S Section I Instructions to Bidders ITB NAOH 2013 018 3 1 3 2 3 3 3 4 Section I Instructions to Bidders A General Scope of Bid The type of Goods and Related Services to be purchased is Emergency Medical Equipment for Garowe Hospital Mogadishu SOMALIA Source of Funds UNOPS intends to apply a portion of the funds it has received from funding sources to eligible payments under the contract for the procurement of Emergency Medical Equipment for Garowe Hospital Garowe SOMALIA Fraud and Corruption It is UNOPS policy to require that Bidders suppliers and contractors and their subcontractors under UNOPS contracts observe the highest standard of ethics during the procurement and execution of such contracts In pursuance of this policy UNOPS a defines for the purposes of this provision the terms set forth below as follows i bribery is the act of unduly offering giving receiving or soliciting anything of value to influence the process of procuring goods or services or executing contrac
33. ITB NAOH 2013 018 STANDARD BIDDING DOCUMENTS Procurement of Goods One Envelope Bidding Procedure These Bidding Documents for Procurement of Goods have been prepared by UNOPS to be used for the procurement of Goods through One Envelope International Competitive Bidding They are consistent with the latest revision of UNOPS Procurement Manual and with UNOPS Financial Regulations and Rules These Bidding Documents for Procurement of Goods assumes that no prequalification has taken place before bidding For more information on doing business with UNOPS or for those wishing to submit comments or questions on this Bidding Document please go to http www unops org english whatweneed Pages BecomeaUNOPSsupplier aspx Signed bids should be received at below addresses by Tuesday 2274 October 2013 at 10 00hrs Kenya time 1 Submission option 1 Harcopy bid submission handelivered by courier to UNOPS Building UN Lane Avenue Off UN Avenue Gigiri Nairobi Kenya P O Box 783 00621 2 Submission option 2 Electronic bid submission Signed bids shall be submitted to the following secure e mail address ProcurementA frica unops org Size of individual e mails including e mail text and attachments must not exceed 5 MB Please ensure to split your bid into separate lots emails below the size of SMB An auto reply message acknowledging receipt of email will be sent to Bidders submitting their bid by email OFFERS SENT OR COPIED TO ANY
34. Knee crutches Body belt Head ring Spare pads DOCUMENTATION WARRANTY AFTERSALE SERVICE Mandatory intervention per year Spare parts availability TRAINING Duration Days Target groups Yes foot activated Yes Yes 1 1 1 pair 10 pieces 1 pair 1 pair 1 pair 1 1 1 pair 2 pairs 1 1 1 set User and service manuals two copies hard and Soft EN 12 months warranty period Minimum of 3 5 years minimum 1 Technician Nurses Page 60 of 93 SS 27s ay UNOPS Section II Schedule of Requirements 1 2013 018 03 REF REFRIGERATOR LABORATORY 140 L Manufacturer Name Model Name Version Name 1 ON oc 5 o N 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 33 34 35 36 37 38 PURPOSE UMDNS CE MARK MDD CONSTRUCTION MATERIAL INSULATION THICKNESS CAPACITY SHELVES DOORS Number Type REFRIGERATION LIQUID DEFROSTING TEMPERATURE Range Control Adjustment INTERNAL LIGHTING ALARMS CONTROL DISPLAY STANDARD OTHERS Automatic condensate water evaporation Internal cabinet with shelves Drawers interchangeable Safety key locking LCD Thermometer WARRANTY Parts labor Compressor OTHER DOCUMENTATION AFTERSALE SERVICE Mandatory intervention per year Spare parts availability TRAINING Duration Days Target groups Refrigerator to store the laboratory reagents Equipped with temperature control
35. Material Front Legs Back Legs DRAWERS Number Material Closing mechanism Locker DIMENSION mm Desk with drawers to fit in hospital outpatient department according to the general design of the Hospital robust construction washable Accurate with no Sharp corners Bearing structure in steel painted with epoxy powder Bi laminate Sea blue Yes Yes Yes ABS rubber edge Yes Aluminium Stainless Steel Aluminium coated With twin castors Adjustable 3 Coated Steel Ball bearing rails and end stoppers Yes 1300 x 750 x 700H Page 64 of 93 EN UNOPS Section III Schedule of Requirements 04 FOR FOLDING SCREEN ROOM DIVIDERS Manufacturer Name Model Name Version Name 1 GENERAL DESCRIPTION Folding screen room dividers non magnetic 2 STRUCTURE 3 Material Anodized aluminum frames w stainless steel hinges 4 Section Rounded 2 cm 5 Finishing High strength powder coated steel frame 6 Color White 7 WHEELS 8 Dimension cm 5 9 Type Dual wheel caster 10 PANEL 11 Height cm 175 12 Panel width cm 70 13 Material Epoxy Polyester 14 Washable Yes 15 Flame Retardant Yes 16 Bacteriostatic Yes 17 Color Light Blue White 04 SHC ITB NAOH 2013 018 SHARP COLLECTOR BOXES set Manufacturer Name Model Name Version Name 1 GENERAL DESCRIPTION Set of plastic box for collection storage and transport of used sharps until final disposal destruction or recycling For Clinical Usage 2 NOMINAL
36. N One head cup With 43mm diaphragm adult and ring Y vinyl tube Stainless Steel Springy arms Changeable plastic ear pieces 05 TRQ TORNIQUET Manufacturer Name Model Name Version Name 1 MATERIAL 2 FASTENING 3 SIZE 06 IMT Aluminium or Stainless Steel chrome plated brass Supplied with Spare diaphragms and earpiece Gum rubber Hook and Loop t Adult Size 14 1 4 L x 1 W 4 LATEX FREE yes INOX MEDICAL TOOLS Manufacturer Name Model Name Version Name 06 IMT 01 06 IMT 02 06 IMT 03 06 IMT 04 06 IMT 05 06 IMT 06 06 IMT 07 06 IMT 08 06 IMT 09 06 IMT 10 06 IMT 11 06 IMT 12 06 IMT 13 Clamps Artery Clamps Artery Clamps Artery Clamps Artery Clamps Artery Forceps Dissecting and tissue Forceps Dissecting and tissue Forceps Magill Forceps Magill Forceps sponge holding Forceps sponge holding Forceps sponge holding Forceps sponge holding Haemostats Spencer Weils curved 200 mm Haemostats Spencer Wells straight 200 mm Haemostats Halstead s or Crile s curved 120 or 140 mm Haemostats Halstead s or Crile s straight 120 or 140 mm Kocher s artery forceps Forceps dissecting spring type serrated round tips Stainless Steel 14 cm Forceps dissecting spring type serrated round tips Stainless Steel 15 5 cm Magill Intubation Forceps Stainless Steel cm 15 Magill Intubation Forceps Stainless Steel cm 25 Forceps sponge
37. OTHER E MAIL ADDRESS WILL BE DISQUALIFIED Bidders shall ensure that their bid is constituted in accordance with clause 11 of the ITB Instructions to Bidders and submitted duly signed along with any required supporting documents Bidders failure to comply with this requirement will result in rejection on the bid in accordance with clause 30 2 d of the ITB Instructions To Bidders Any bid not accompanied by a substantially responsive Bid Security in accordance with Instructions to Bidders Sub Clause 21 2 shall be rejected by UNOPS as non responsive e UNOPS ITB NAOH 2013 018 Invitation to Bid ITB For the procurement of Emergency Medical Equipment for Demartino Hospital Mogadishu Support to Development Programmes in Somalia with funding from the Government of Italy ITB KEOC 2013 018 Medical Equipment for Garowe Hospital Garowe 1 October 2013 1 UNOPS has been engaged by Government of Italian Republic to procure Medical Equipment for Garowe Hospital Mogadishu SOMALIA on their behalf 2 UNOPS now invites bids from eligible and qualified Bidders for the supply of the goods and services as described above 3 Bidding will be conducted through the One Envelope International Competitive Bidding procedures specified in the UNOPS Procurement Manual and is open to all eligible Bidders as defined in this ITB 4 Interested eligible Bidders may obtain further information from keocprocurement unops org 5 Qualifications requireme
38. PERATING GENERAL 1 03 REF REFRIGERATOR LABORATORY 1 04 BED BEDPAN 5 04 CAA CABINET AMBULATORY 2 04 CHH CHAIR HOSPITAL 2 04 CHO CHAIR OFFICE 1 04 CLW CLOCK WALL MOUNTED 1 04 DEW DESK WRITING AMBULATORY 1 04 FOR FOLDING SCREEN ROOM DIVIDERS 5 04 SMT STRETCHERS MOBILE PATIENT 2 TRANSFER 04 STO STOOL OPERATOR 2 04 TRE TROLLEY EMERGENCY 1 04 TRIM TROLLEY INOX MAYO 2 04 URI URINAL 5 04 WAST WASTE BIN W LID PEDAL INOX 2 04 XRW X RAY FILM WIEVER 1 05 SHP SPHIGMOMANOMETER 2 Page 23 of 93 74 YW 2UNOPS Section II Bidding Forms ITB NAOH 2013 018 05 AMB AMBU BAGS ADULT PEDIATRIC 1 05 ENT ENDOTRACHEAL SET 1 05 HEADMIRROR 1 05 LAR LARYNGOSCOPE 1 05 0PH OPTHALMOSCOPE 1 05 0TO OTOSCOPE 2 05 PPD PERSONAL PROTECTION DEVICES 1 05 SPL SPLINT amp IMOBILIZATION 1 05 STH PHONENDOSCOPE one head 6 05 TRQ TORNIQUET 5 06 SET INOX MEDICAL TOOLS 1 07 DSP DISPOSABLES 1 Page 24 of 93 ITB NAOH 2013 018 ITEM DESCRIPTION QTY CURRENCY a UNIT PRICE FCA b UNIT PRICE DAP TOTAL a x b PRICE FCA TOTAL PRICE DAP a x c Equipment consumable reagents for the start up of the activities 3 month of full operations Bidder shall provide in a seperate sheet a full breakdown costs comprising the sum total of this line item Lot UPS with maintenance free batterie
39. RGENCY Manufacturer Name Model Name Version Name O N OO Q j WO N 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 GENERAL DESCRIPTION CE Marked CONSTRUCTION DESIGN STRUCTURE TOP Sliding working surface Rim Rounded edges Height from ground mm PUSH HANDLE FRONT SIDE Drawers Material Drawers Number Drawers Dimensions mm Drawers Rounded Edges Drawers Sliding System Drawers End Stoppers Drawers Locking System Defibrillator holder Defibrillator holder Dim mm Defibrillator holder Material Defibrillator Holder safety straps Defibrillator holder Rotation Drip stand CPR massage board LEFT SIDE RIGHT SIDE BACK SIDE WHEELS Diameter mm Number Pivoting Anti Threads Antistatic Brakes BUMPER DIMENSION mm Trolley for emergency procedures YES Solid made in stainless steel AISI 304 and technopolymer Accurate to the smallest detail Self supporting monocoque body Yes Yes Yes 1000 Ergonomic integrated on structure Technopolymer 3 No 2 600 x 475 x137 H no 1 600x475x274H Yes Ball bearing rails Yes Yes Central Yes 390x320x20H Plexiglas and stainless steel arm Yes 360 Yes Made of stainless steel height adjustable Yes transparent Plexiglas and placed in front of the trolley Sliding working surface built in compartments with four small shelves with rim Built in compartment w
40. RKING INVENTORY TAGGING 1 All items have to be marked in a clear visible and permanent way with the words GAROWE HOSPITAL The tag shall clearly indicate the size and colour code name and address of the manufacturer or authorized representative written in full or abbreviated in case of abbreviation it has to allow the identification of the manufacturer the date of manufacturing year and month of production The tags will be applied on every item where possible and with all the information at point 2 in a form of bi dimensional matrix bar code known as QR code Quick Read Code readable by smartphone or tablet Page 41 of 93 U N O P S Section III Schedule of Requirements ITB NAOH 2013 018 Part B TECHNICAL SPECIFICATIONS 01 GENERAL EQUIPMENT Unit Qty 01 ICE ICE CUBE MAKER Piece 1 01 TOR TORCH Piece 5 01 FEX FIRE EXTINGUISHER Piece 12 01 WAB WATER BUCKETS Piece 2 02 BIOMEDICAL EQUIPMENT 02 ANGP ANALYZER GLUCOSE WHOLE BLOOD PORTABLE Piece 2 02 ASE ASPIRATORS EMERGENCY Piece 1 02 ASEM ASPIRATORS EMERGENCY MANUAL Piece 2 02 DEF DEFIBRILLATOR AUTOMATED Piece 1 02 DFH DOPPLER FETAL HEART DETECTOR Piece 1 02 LIE LIGHTS EXAMINATION Piece 1 02 LIH LIGHT HEAD Piece 2 02 0XC OXYGEN CONCENTRATOR Piece 2 02 OXYGEN CILINDER Piece 12 02 0XP OXYMETER PULSE Piece 2 02 PLA PLASTER EQUIPMENT amp TOOLS Set 1 02 TAOG TABLE OPERATING GENERAL Piece 1 03 LABORATORY EQUIPMENT 03 REF REFRIGERATOR
41. TOOLS Manufacturer Name Model Name Version Name 02 PLA 01 PLASTER CUTTER Plaster Cutter Electric Dual speed Oscillation Movement n Ergonomic Handle Hard Plastic Material Construction Drip Proof Blade Protection Screen with case Power Chord 1 5 m UMDNS 10 655 02 PLA 02 PLASTER CAST BLADE Stainless Steel Cast Cutter Blades Universal Hub Hardened n Steel 2 5 UMDNS 15 774 02 PLA 03 PLASTER CAST SPREADER Cast Spreader Orthopedic Stainless Steel 9 UMDNS 13 708 n Page 58 of 93 UNOPS Section II Schedule of Requirements TB NAOH 2013 018 02 TAOG TABLE OPERATING GENERAL Manufacturer Name Model Name Version Name 1 N O Q W N 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 GENERAL DESCRIPTION UMDNS CE MARK MDD NUMBER OF SECTIONS LOAD LIMIT kg Ib FRAME MATERIAL CONVERTIBLE TO FULL LENGTH SURGICAL TABLE PADDING Thickness mm Upholstery Fire Retardant Chemical Resistant Washable Removable TABLE POSITIONS Trendelenburg Reverse deg from horizontal Trendelenburgdeg from horizontal Lateral tilt deg from horizontal Height cm SECTIONS POSITIONS Deg from horizontal Back section Seat Section Foot leg section Head section ACCESSORY SIDERAIL ADJUSTMENT CONTROLS Height Sections Table RADIOGRAPHIC FLUOROSCOPIC USE Radiolucent tabletop C arm accessible Cassette sizes cm
42. Telephone Mobile numbers insert telephone fax numbers of authorized representative Email Address insert email address of authorized representative Contact persons insert full names amp contacts PROVIDED THAT A PURCHASE ORDER IS ISSUED BY UNOPS WITHIN THE REQUIRED BID VALIDITY PERIOD THE UNDERSIGNED HEREBY COMMITS SUBJECT TO THE TERMS OF SUCH PURCHASE ORDER TO FURNISH ANY OR ALL ITEMS AT THE PRICES OFFERED AND TO DELIVER SAME TO THE DESIGNATED POINT S WITHIN THE DELIVERY TIME STATED ABOVE Exact name and address of company COMPANY NAME AUTHORIZED SIGNATURE DATE ADDRESS NAME OF AUTHORIZED SIGNATORY TYPE OR PRINT PHONE NO FAX NO FUNCTIONAL TITLE OF SIGNATORY EMAIL ADDRESS OF CONTACT PERSON OTHER EMAIL ADDRESSES WEB SITE N B Bidders shall quote for the complete requirement of Goods and Related Services specified under each lot on a single responsibility basis Incomplete offers will be rejected Page 26 of 93 EN U N O P s Section II Bidding Forms ITB NAOH 2013 018 For the hospitals planning purposes and in accordance with paragraph 9 of the Schedule of Requirements of the ITB bidders shall provide in the table below prices of consumables regents and most common spare parts These Prices WILL NOT be factored in the financial evaluation ITB Ref Request for Pricing Information List of components spare Part Sec HI9 parts tools along
43. age 18 of 93 UNOPS Section II Bidding Forms ITB NAOH 2013 018 2 Check List Form Activity Yes No NA Page No in your Bid Remark Have you duly completed as all the Bidding Forms provided in Section 1 i e No bid Confirmation Bidder Information Joint Venture Partner Information and associated documents as per Instructions to Bidders Sub Clause 4 4 Bid Submission Form Price Schedule Technical Specification Compliance Confirmation Comparative Data Table Bid Security in the correct form and indicating the correct amount and correct validity period Manufacturer Authorization Performance Statement No Adverse Action Confirmation Form Have you provided the information as per Instructions to Bidders Clauses 18 Documents establishing the conformity of the Goods and Related Services 38 Post qualification of the Bidder Financial capability related documents Experience and technical capacity related documents Additional requirements Bidders shall ensure that all Bid Forms are submitted duly signed along with any required supporting documents Bidders failure to submit a Bid Form will result in rejection on the bid in accordance with ITB 30 2 d Page 19 of 93 EN U N O P S Section II Bidding Forms WT ITB NAOH 2013 018 3 Bidder Informat
44. be either oropharyngeal to prepare for emergency intubation or to remove secretions from the upper airway above the glottis or tracheal to remove secretions and to maintain the airway of an intubated patient 15 016 Yes Yes Yes Yes Yes Diaphragm Policarbonate 1 000 Yes Yes Bacterial hydrophobic 8 0 31 1 8 5 9 0 to 560 16 Regulator Yes 4 0 to 650 Ni Cd 50 2 Yes Integral 110 240 50 60 Hz Yes Yes Page 47 of 93 SY U N O P s Section III Schedule of Requirements TB NAOH 2013 018 37 Weight kg Ib 5 5 12 1 38 ACCESSORIES Tubing canister suction tip bottles recharger filter 39 OTHER SPECIFICATIONS Handle for transport autoclavable collection canister includes safety valve 40 DOCUMENTATION User and service manuals two copies hard and Soft EN 42 WARRANTY MANIFACTURER 12 months 43 SERVICE AND MAINTENANCE 44 Mandatory intervention per year 3 45 Spare parts availability For 5 years minimum 46 TRAINING 47 Duration Days 0 5 48 Target groups Technician Medical Doctor Nurses Page 48 of 93 UNOPS Section III Schedule of Requirements 2013 018 02 ASEM ASPIRATORS EMERGENCY MANUAL Manufacturer Name Model Name Version Name 1 29 30 31 32 33 34 35 36 GENERAL DESCRIPTION UMDNS CE MARK MDD OROPHARYNGEAL USE Prehospital EMS Intrahospital crash carts TRACHEAL USE Prehospital EMS Intrahospital
45. begins Average temperatures later reach a maximum of around 41 C over the summer period Come September a gradual fall chill starts to set in again The supply of this tender shall be customized for storage and continuous operation in ambient temperature of a range of 17 45 deg C and relative humidity of 70 85 Page 37 of 93 U N O P s Section III Schedule of Requirements ITB NAOH 2013 018 Climate data for Garowe Month Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Year 39 41 41 Average high C F 22 3 20 15 1 Average low C F 4 5 5 133 Precipitation mm 15 0 1 15 5 5 3 inches 0 59 0 0 04 0 59 0 2 0 2 1 3 0 79 0 59 0 55 0 2 0 2 5 25 Source ACCUWEATHER Table 2 Climate conditions 4 ELECTRICAL GENERAL PROVISIONS All equipment that will be supplied under this tender must be compliant with the Electrical Standard present in Somalia The electrical System in Somalia is output 220V frequency 50 60 Hz single phase and 3 phase The Electric Plug Diagram is G BS 1363 British 13 A 230 240 V 50 Hz grounded and fused commonly known as a 13 amp plug All devices power cords are required to be of this type The electrical distribution experiences repeated fails and oscillation in tension To prevent loss of data and equipment damages a suitable UPS with maintenance free batteries for minimum one hour back up and Automatic Voltage Regula
46. bids as extended if applicable in accordance with Instructions to Bidders Clause 20 2 Any bid not accompanied by a substantially responsive Bid Security in accordance with Instructions to Bidders Sub Clause 21 2 shall be rejected by UNOPS as non responsive The Bid Security of unsuccessful Bidders shall be returned as promptly as possible upon the successful Bidder s furnishing of the Performance Security pursuant to Instructions to Bidders Clause 44 The Bid Security may be forfeited a if a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Bid Submission Form except as provided in Instructions to Bidders Sub Clause 20 2 or b if the successful Bidder fails to i sign the Contract in accordance with Instructions to Bidders Clause 43 1 furnish a Performance Security in accordance with Instructions to Bidders Clause 44 iii accept the arithmetical correction in accordance with Instructions to Bidders Clause 33 The Bid Security of a joint venture JV must be in the name of the JV that submits the bid If the JV has not been legally constituted at the time of bidding the Bid Security shall be in the names of all future partners as named in the letter of intent mentioned in Section II Bidding Forms JV Partner Information Form Item 4 If a Bid Security is not required and a if a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Letter of Bid Fo
47. chedule of Requirements 37 38 39 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 Battery Low Paddles contact indicator Alarms for high and low heart rate DOCUMENTATION Chart recorder ECG voice recording DATA STORAGE Solid State Memory Information Stored Capacity min BATTERY TYPE Integral removable Charging method Operating Time AC POWER ACCESSORIES Adult Pediatric paddle 3 Lead ECG Cable Adult pacing pad A C 240V 50 Hz Charger DOCUMENTATION WARRANTY AFTERSALE SERVICE Mandatory intervention per year Spare parts availability TRAINING Duration Days Target groups Yes Yes Yes Yes Yes Internal ECG Shock gt 15 Removable Non rechargeble preferred up to 250 shocks 230v 50 Hz 1 pair 1 1 box of 10 sets 1 User and service manuals two copies hard and Soft 12 months warranty period 3 5 years minimum 1 Technician Medical Doctor Nurses Page 51 of 93 ITB NAOH 2013 018 UNOPS Section Schedule of Requirements ITB NAOH 2013 018 02 DFH DOPPLER FETAL HEART DETECTOR Manufacturer Name Model Name Version Name 1 ON o0 FP O N 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 GENERAL DESCRIPTION UMDNS CE MARK MDD TYPE CONFIGURATION CONSTRUCTION APPLICATIONS FHR RANGE bpm PROBE Frequency MHz Output mW cm2 Diame
48. chedule of Requirements ITB NAOH 2013 018 3 Drawings These Bidding Documents includes the following drawings hereby incorporated to the bidding documents as Annex II attached List of Drawings Drawing Nr Drawing Name Purpose Page 83 of 93 YEE S y U N O P S Section III Schedule of Requirements ITB NAOH 2013 018 4 Inspections and Tests The following inspections and tests shall be performed 1 The Contractor shall test calibrate and commission the goods as appropriate such that they ready for use fully operational UNOPS reserves the right to witness the Contractor s testing and commissioning without thereby relieving the Contractor of his obligation to provide goods in a fully operable condition A complete set of commissioning forms with the entire set of tests run and the results obtained will be given to UNOPS after the PROVISIONAL ACCEPTANCE of the equipment When the Contractor will proceed with the commissioning it will make available to UNOPS and the GAROWE Hospital the use of all consumables measurement and calibration instruments used during the commissioning The bid price shall include all costs associated with the above mentioned points e installation requirements e installation works listed above and any other installation works deemed necessary to deliver fully ready to start equipment e testing user training a
49. d protective case The name and characteristics of the article must appear on the packaging To be supplied with Batteries dry cell alkaline LR14 QT 2 Spare bulb if on bulb on tip 1 spare bulb if fiber optics QT 2 Page 75 of 93 EN D U N O P S Section HI Schedule of Requirements ITB NAOH 2013 018 05 OPTHALMOSCOPE Manufacturer Name Model Name Version Name 1 Handle with 2 x R6 batteries Head with halogen bulb 2 5V Chromed Sieel Protective case 2 3 4 5 Sterilisable set of different size 2 5 5 6 SPARES 7 1 5V type AA qt 20 8 Bulbs halogen qt 10 05 OTO OTOSCOPE Manufacturer Name Model Name Version Name 1 Handle with 2 x R6 batteries Head with halogen bulb 2 5V Material plastic or chromeed Steel Sterilisable Speculae set 5 pieces of different size 2 5 5 Removable components heads and speculae Spare bulbs halogen 2 5V QT 10 2 3 4 5 6 Protective case 7 8 9 1 1 5V type AA QT 20 Page 76 of 93 U N O P s Section III Schedule of Requirements ITB NAOH 2013 018 05 PPD PERSONAL PROTECTION DEVICES Manufacturer Name Model Name Version Name 05 PPD 01 APRONS Mackintosh Mackintosh Apron Fluid repelland washable with n fixing band Latex Free blue 05 PPD 02 EYE PROTECTION Eyeshield Single lens frame moulding plastic frame with side n shields 05 PPD 03 EYE PROTECTION Faceshields Faceshield Large lens with frame adjustable
50. dles Sutures without needles Sutures without needles Sutures without needles Sutures without needles Towels Bag Capacity ml 2 000 Needle Length mm 100 Needle Diameter G 16 Bag Capacity ml 2000 Standard surgical scalpel handles N 10 Standard surgical scalpel handles N 12 Surgical blades Disposable N 10 Surgical blades Disposable N 12 Pencil point Spinal Needles size 25G 0 5 mm x 88 mm length with guide needle 20G 0 99 mm ID x 35 mm 38 mm lengt Sterile Pencil point Spinal Needles size 25G 0 5 mm x 103 mm length with guide needle 20G 0 99 mm ID x 35 mm 38 mm length Sterile Nylon monofilament synthetic nonabsorbable 2 0 DEC3 3 8 triangular reverse cutting 40mm needle approx length 45cm single pack sterile Silk braided coated non absorbable 3 0 DEC2 1 2 triangular reverse cutting 22mm needle approx length 45cm single pack sterile Suture silk braided coated non absorbable 2 0 DEC2 5 or 1 DEC4 approx length 1 8m single pack sterile Polyglactin absorbable synthetic braided 2 0 DEC2 5 or 1 DEC4 approx length 1 8m single pack sterile Suture nylon monofilament 2 0 2000m reel Suture silk braided 2 0 100m reel Surgical Towel Sterile Cotton absorbent pre washed and delinted 17 x 27 latex free Page 82 of 93 n 100 100 300 300 300 300 100 100 100 100 100 100 100 U N O P S Section III S
51. dor shall e Ensure appropriate pilfer proof export packing All cases and crates must be wrapped inside with heavy duty plastic lined paper Each case crate carton must be band strapped and able to withstand tough handling Skids for truck handling are imperative if the gross weight is more than 30 kg e Ensure that vehicles should be prepared according to industry standard export protection for sea voyage All tools spare parts mirrors and other easily removable items and manuals to be enclosed in secure pilfer proof packaging e Ensure that consignment to be marked as indicated in the Contract e Ensure that each case crate carton must carry a consecutive number dimensions volume and weight i e Case No X of Y cases A x B x C cm E m3 D kg Markings must be done with weatherproof material e Each case crate carton must carry outside a copy of the packing list describing the contents of the case crate carton Outside case No 1 should be attached a full set of invoices covering the actual delivery It is preferred that the accompanying papers be made out in the English language e Ship the Goods in 20 40 foot containers The packing marking and documentation within and outside the packages shall be Garowe Hospital Grant of Italian Republic of Italy 3 Transportation and Freight see GCG clause 5 The Vendor shall be solely liable for making all transport arrangements and for payment of freight and insurance costs for the ship
52. e is no requirement for Bid Security or shall be returned unopened to the Bidders at Bidders cost if a Bid Security is required No bid may be withdrawn substituted or modified in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Bid Submission Form or any extension thereof Page 10 of 93 EN D U N O P s Section I Instructions to Bidders ITB NAOH 2013 018 NN 7 7 1 27 2 27 3 28 28 1 28 2 29 29 1 30 30 1 30 2 Bid Opening UNOPS shall conduct the bid opening at the following address date and time Street Address UNOPS Building UN Lane Off UN Avenue City Nairobi Country Kenya Date Tuesday 227 October 2013 Time 3 00 pm Kenya Time ref www timeanddate com worldclock Bids received electronically by the required deadline will be printed and a copy of the Bids will be put in a sealed envelope that will be opened at the time and date specified in Instructions to Bidders Sub Clause 24 1 If multiple Bids are sent by a same Bidder only the last received Bid will be opened Envelopes shall be opened one at a time reading out the name of the Bidder and the Bid Prices and any other details as UNOPS may consider appropriate No Bid shall be rejected at Bid opening except for late bids in accordance with Instructions to Bidders Sub Clause 25 1 UNOPS shall prepare a record of the Bid opening that sha
53. ect functioning order at its final destination GAROWE Hospital The after sales service shall cover at least these activities 1 Preventive maintenance including inspections and electrical safety testing according to IEC standards calibration function tests with the frequency indicated in technical specifications 2 Corrective maintenance for defects on goods and components due to manufacturer or for unpredictable events excluding forces majeures 3 Calibrations of all equipment and devices 4 Quality tests in accordance with specific standards for every item 5 Electrical Safety test All works must be carried out in the presence of a Technical Maintenance Personnel of GAROWE Hospital who should be thus trained on the job Service shall be undertaken by competent and Manufacturer authorized trained technical personnel For every maintenance intervention the Contractor shall submit a Technical Service Report All those reports certificates will provide the documentary basis for issuance of a certificate of full implementation of after sale service necessary to issue the Certificate of Final Acceptance and the release of Performance Security Maintenance contract excludes Damage produced by earthquake flood tempest lightning or natural physical disaster A copy of the suppliers proposed maintenance service contract terms shall be included to the bid 9 REAGENTS CONSUMABLES AND SPARE PARTS All equipment has to come along wit
54. ed on the operators assigned to the equipment shall be carried out by the contractor The training shall aim to inculcate a continuous maintenance attitude in the operators meaning that aside from the proper and safe use of the equipment supplied the operators have to undertake maintenance on the equipment on a daily basis to reduce the chances frequency of fails Training is directed to the human resources actually involved in hospital activities listed in table 3 A preliminary assessment of level of knowledge shall be carried out via questionnaire drawn up by the contractor Training will be carried out in English language The training will be supervised by UNOPS Personnel and certified by Ministry of Health representatives and Hospital Management The training will be held in the facilities of the GAROWE Hospital Training will include at least 1 Full Technical operation and programming of all parameters of the equipment 2 Components of equipment 3 Common faults on the equipment and easy troubleshooting 4 Preventive maintenance of equipment to be carried out by the operators 5 Preventive corrective maintenance on behalf of specialized technicians 6 Most common repairs A total duration of training should not be shorter than one 1 working week A tentative training plan should be included in the suppliers bid The final training plan will be defined in details at the moment of contract execution in accordance with the par
55. eiting its Bid Security A Bidder granting the request shall not be required or permitted to modify its bid Bid Security A Bid Security as part of the Bidder s bid shall be required The Bid Security shall be in original in favour of UNOPS P O Box 783 Village Market 00621 UNOPS Building UN Lane Avenue Off UN Avenue Nairobi Kenya in the amount equivalent to USD 1060 00 United States Dollars One Thousand and Sixty Only and denominated in a freely convertible currency and shall a at the Bidder s option be in the form of either a bank guarantee from a banking institution as per the form included in Section Bidding Forms or a demand draft cashier s cheque or irrevocable cheque certified by a banking institution In the event of Bidders submitting the Bid Security in the form of a cheque or demand draft such documents shall be accompanied by a signed statement from the issuing bank on its letterhead indicating the validity period and confirming irrevocability of the cheque or demand draft during the required validity period b be issued by a reputable institution selected by the Bidder Reputable banking institutions have to be banks certified by the Central bank of the country to operate as commercial bank c be payable promptly upon written demand by UNOPS in case the conditions listed in Instructions to Bidders Clause 21 5 are invoked d remain valid for a period of 28 calendar days beyond the validity period of the
56. ent specifically related to the tender and one that the Bidder could not be expected to possess before the ITB was issued have not been provided e During technical evaluation of bids and qualification of Bidders e Specifications of the item quoted vary in one or more significant respect s from the minimum required Technical Specifications e Bidders do not meet the minimum post qualification requirements f During financial evaluation of bids e The Bidder does not accept the required price correction as per ITB conditions e The Bidder offers less quantity than what is required If a bid is not substantially responsive to the Bidding Documents it shall be rejected by UNOPS and may not subsequently be made responsive by the Bidder by correction of the material deviation reservation or omission Nonconformities Errors and Omissions Provided that a Bid is substantially responsive UNOPS a waive any non conformities or omissions in the Bid that do not constitute a material deviation b request that the Bidder submit the necessary information or documentation within a reasonable period of time to rectify nonmaterial nonconformities or omissions in the bid related to documentation requirements Such omission shall not be related to any aspect of the price of the Bid Failure of the Bidder to comply with the request may result in the rejection of its Bid c shall correct arithmetical errors on the following bas
57. eral Requirements and Provisions 1 INTRODUCTION This document describes the medical equipping project of the GAROWE Hospital in GAROWE Somalia It specifies defines the provision installation and commissioning of equipment as well as consumables such as reagents personal protective devices user on job training preventive and corrective maintenance services 2 DESCRIPTION OF GAROWE HOSPITAL Garowe General Hospital is located in the capital city of Puntland and represents the referral centre of an estimated population of 650 000 people The hospital was built in the 1970s by the Government of Somalia and later rehabilitated in 1989 90 by the Italian Cooperation just before the collapse of the Somali Government which led to a long period of limited hospital care activities due to the insecurity of the area and the lack of financial and human resources Afterwards the hospital has received the support of the International Federation of Red Cross and Red Crescent Societies mainly in terms of payment of staff incentives and drug supplies No technical assistance or supervision was provided in that period Since July 2010 Comitato Collaborazione Medica CCM is supporting the hospital by contributing to the payment of its recurrent costs procuring drugs and supplies and providing technical support to the hospital management The Hospital consists of four main inpatient wards i e medical surgical paediatric and maternity distributed in a
58. h consumable reagents for the start up of the activities 3 month of full operations Reagents must have at least six months validity from the date of commissioning of the goods Page 39 of 93 U N O P s Section III Schedule of Requirements ITB NAOH 2013 018 and have to be possible the storing for at least 15 days without refrigeration Where these conditions could not be met the reagents must have a conservation period compatible with the the GAROWE environment and transportation to Somalia Supplier shall ensure the availability of spare parts from the supplier or a local representative in Mogadishu Somalia for the least 5 years after installation of the equipment In this regard a written legally enforceable statement shall be provided The contractor will be bound to provide quickly the requested reagents for laboratory equipment Any order request for reagent s supply has to be processed within a period not exceeding 15 working days during the one year period of after sale service Any delay shall be subject to penalties as established in the Special Conditions of Contract The bidder will include in its offer a list of consumables regents and most common spare parts with relative prices The mandadory consumable and spare parts indicated in the technical specifications have to be included in the price of the bid and have to be calculated per each item they refers to 10 TRAINING BY SUPPLIER A comprehensive training focuss
59. he Schedule of Requirements Section III If after the examination of the terms and conditions and the technical evaluation UNOPS determines that the Bid is not substantially responsive in accordance with Instructions to Bidders Clause 30 it shall reject the Bid Conversion to Single Currency For evaluation and comparison purposes UNOPS shall convert all bid prices expressed in amounts in various currencies into an amount in USD using the United Nations exchange rates established for the month in which the bids are opened Domestic Preference Domestic preference shall not be a factor in bid evaluation Page 12 of 93 UEN D U N O P S Section I Instructions to Bidders ITB NAOH 2013 018 36 3 37 37 1 37 2 38 38 1 38 2 38 3 38 4 Evaluation of Bids UNOPS shall evaluate each bid that has been determined up to this stage of the evaluation to be substantially responsive To evaluate a Bid UNOPS shall consider the following a evaluation will be done for items b price adjustment for correction of arithmetic errors in accordance with Instructions to Bidders Sub Clause 31 c price adjustment due to discounts offered in accordance with Instructions to Bidders Sub Clause 14 1 d the availability in the Beneficiary s Country of spare parts and after sales services for the equipment offered in the bid UNOPS s evaluation of a bid will exclude and not take into account a Customs duties and o
60. head n harness capable to be worn with prescription glasses 05 PPD 04 EYE PROTECTION Goggles Glasses one lenses flexible plastic frame elastic n headband all angles eyes protection rim in contact with face ventilated 05 SPL SPLINTS amp IMOBILIZATION Manufacturer Name Model Name Version Name 05 SPL 01 Splint for Backbone Back board to keep the back in place semi rigid n 1 lattice wire type epoxy coated steel 05 SPL 02 Splint for arms and legs Splint semi rigid lattice wire type epoxy coated n 8 steel Cramer 8 x 60cm 05 SPL 03 Splint for arms and legs Splint semi rigid lattice wire type epoxy coated n 8 steel Cramer 12 x 10 cm 05 SPL 04 Splint for arms and legs Splint semi rigid lattice wire type epoxy coated n 8 steel Cramer 15 x 10 cm 05 SPL 05 Splint for arms and legs Splint inflatable vacuum type vinyl coated n 3 lightweight 05 SPL 06 Cervical collars Cervical Collar Hook amp loop fastener daytime and n 3 nightime use latex free adult size 05 SPL 06 Cervical collars Cervical Collar Hook amp loop fastener daytime and n 3 nightime use latex free Children size 05 SPL 06 Cervical collars Cervical Collar Hook amp loop fastener daytime and n 3 nightime use latex free neonate size Page 77 of 93 UNOPS Section HI Schedule of Requirements ITB NAOH 2013 018 05 5 PHONENDOSCOPE one head Manufacturer Name Model Name Version Name N O Q FF Q
61. holding Forester 20 cm Stainless Steel straight Forceps sponge holding Forester 20 cm Stainless Steel straight Forceps sponge holding Forester 20 cm Stainless Steel straight Forceps sponge holding Forester 24 cm Stainless Steel straight Page 78 of 93 WS UNOPS Section III Schedule of Requirements 2013 018 06 IMT 14 06 IMT 15 06 IMT 16 06 IMT 17 06 IMT 18 06 IMT 19 06 IMT 20 06 IMT 21 06 IMT 22 06 IMT 23 06 IMT 24 06 IMT 25 06 IMT 26 06 IMT 27 06 IMT 28 06 IMT 31 06 IMT 32 06 IMT 33 06 IMT 34 06 IMT 35 06 IMT 36 06 IMT 37 06 IMT 38 06 IMT 39 06 IMT 40 06 IMT 41 06 IMT 42 06 IMT 43 06 IMT 44 Forceps sponge holding Forceps sponge holding Forceps sponge holding Gallipot Inox Hand drill Kirshner Holder Needle Holder Needle Holder Needle Holder Needle Hooks Hooks Hooks Hooks Hooks Kidney dishes Probes and hooks Probes and hooks Probes and hooks Probes and hooks Proctoscope Scissors Episiotomy Scissors Episiotomy Scissors Episiotomy Scissors Mayo Scissors Mayo Scissors Mayo Scissors Mayo Suture Trays Towel Clips Forceps sponge holding Forester 24 cm Stainless Steel straight Forceps sponge holding Forester 24 cm Stainless Steel straight Forceps sponge holding Forester 24 cm Stainless Steel straight For holding antiseptic lotions cotton w
62. horization using the form included in Section II Bidding Forms to demonstrate that it has been duly authorized by the manufacturer or producer of the Goods to supply these Goods in the Country of destination b that in case of a Bidder not doing business within the Country of destination the Bidder is or will be if awarded the contract represented by an Agent in the country equipped and able to carry out the Supplier s maintenance repair and spare parts stocking obligations prescribed in the Conditions for Goods and or Technical Specifications and c that the Bidder meets each of the qualification criterion specified in Instructions to Bidders Sub section 38 4 Period of Validity of Bids Bids shall remain valid for a period of 90 days after the bid submission deadline date prescribed by UNOPS A bid valid for a shorter period shall be rejected by UNOPS as non responsive In exceptional circumstances prior to the expiration of the bid validity period UNOPS may request Bidders to extend the period of validity of their bids The request and the responses shall be made in Page 8 of 93 D U N O P S Section I Instructions to Bidders ITB NAOH 2013 018 21 21 1 21 2 21 3 21 4 21 5 21 6 21 7 22 22 1 22 2 22 3 writing If a Bid Security is requested in accordance with Instructions to Bidders Clause 21 it shall also be extended for a corresponding period A Bidder may refuse the request without forf
63. ices including spare parts equipment substitution replacement and services required with a frequency of 1 intervention year unless otherwise specified in the technical specifications The contractor should run the preventive maintenance for a period of 1 one year These services do not relieve the Supplier of any obligations under the Contract in respect to guarantees provided by the manufacturer The supplier should have an in country Service Facility preferably based in Garowe equipped with the necessary equipment and tools recommended by the manufacturer to carry out preventive maintenance tests in accordance with the guidelines provided in the service maintenance manual The Contractor shall have a telephone Hot Line contact for problem reporting during hospital working hours 8 00 to 17 00hrs and a cellular contact on line 24 hours seven 7 days week If the phone based troubleshooting fails the on site intervention will be guaranteed within 4 WORKING DAYS after the on call intervention is requested In the event of equipment device failure the contractor has to guarantee a Device Restoration Time of at most 72 hours following the first on call intervention request made by GAROWE Hospital Upon expiry of this period the contractor shall supply a spare standby device at no extra cost inorder to prevent service s disruption Such substitution will be guaranteed in place until the faulty device has been restored and delivered in perf
64. ine Type 8 Ice Storage Capacity 9 Ice Type 10 Phase 11 Power Usage 12 Voltage 6 Hz 13 Water Usage for Condenser 14 Water Usage for Ice 15 WARRANTY 16 Parts and labor 17 Parts 01 TOR TORCH Commercial ice cube maker selfcontained undercounter 200 165 Water Full 39 x 24 x 24 Undercounter gt 70 lbs Cube 1 lt 6 6 kWh 100 Ibs 208 230 60 160 gal 35 gal Three years Five years coverage on the evaporator and compressor Manufacturer Name Model Name Version Name o AN O Q A WO N GENERAL DESCRIPTION CASE MATERIAL FOCAL LIGHT SHAPE LIGHT COLOR SHOCKPROOF DRIPP PROOF POWER SUPPLY SPARES Handheld torch light weight Hard plastic covered by soft gum For deep illumination Cilindric White Yes Yes 2 x 1 5V batteries AAA bulbs and batteries Page 44 of 93 U N O P s Section III Schedule of Requirements ITB NAOH 2013 018 01 FEX FIRE EXTINGUISHER Manufacturer Name Model Name Version Name 1 GENERAL DESCRIPTION Dry Powder Extinguisher ABE DCP for Solids Flammable liquids flammable gases electrical eqp 2 FIRE RATING Fire Rating 1A 20B E 3 TYPE Powder Type ABE 4 OPERATING PRESSURE Operating Pressure 11bar 5 DIMENSIONS Dimensions 81mm x 372mm 6 CLILINDER TICKHNESS Cylinder Thickness 1 5mm 7 TEST PRESSURE Test Pressure 27bar 8 FULL WEIGHT Full Weight 2 4kg 01 WAB WATER BUCKET Manufacturer Name Model Name Version Name 1 GENERAL
65. ing Resistant to disinfecting agent Double casters with Brakes antistatic 250 Yes both sides foldable removable Yes 1 For standard dimension films Yes 1 Yes Yes all sides Yes Yes Page 66 of 93 9 UNOPS Section Schedule of Requirements TB NAOH 2013 018 04 STO STOOL OPERATOR Manufacturer Name Model Name Version Name 1 GENERAL DESCRIPTION o o oa 5 OQ N 11 12 13 14 15 16 17 18 19 20 21 22 23 24 CONFIGURATION FLOOR FOOTIONG Material Foot Ring Footing CONTROL Adjustable Height Vertical Travel cm Elevation Mechanism SEAT Dimension Padded Upholstery Contoured Fire Retardant Chemical Resistant Color BACKREST Adjustable Upholstery Fire retardant Chemical resistant Padded Stool designed to meet the needs of medical staff especially during Ultrasound investigation surgical intervention and laboratory activity The Stool must be ergonomic with contoured padded and upholstered seat aluminium frame robust construction seat adjustable in height adjustable backrest with antistatic wheels Floor standing Configuration Chromed stainless steel Yes Heavy duty wheels 50 55 mm Yes 50 80 Pneumatic Piston Foot actuated 50 cm x 50 cm Yes Yes Yes Yes Yes Black Yes Yes leatherette Yes Yes Yes Page 67 of 93 EN UNOPS Section III Schedule of Requirements ITB NAOH 2013 018 04 TRE TROLLEY EME
66. insert complete name of Bidder Dated on day of insert date of signing Page 22 of 93 amp UNOPS Section II Bidding Forms ITB NAOH 2013 018 6 Price Schedule Form The Bidder shall fill in these Price Schedule Forms in accordance with the instructions indicated The list of line items in column 1 of the Price Schedules shall coincide with the List of Goods and Related Services specified by UNOPS in the Schedule of Requirements BIDDER S TOTAL PRICES Price amp Currency to be entered by Bidder TOTAL FIRM FCA PRICE TOTAL FIRM DAP PRICE Garowe Hospital Garowe TOTAL PRICE FOR SERVICES FREIGHT COST INSURANCE COST BIDDER S PRICES FOR GOODS Price amp Currency to be entered by Bidder ITEM DESCRIPTION QTY CURRENCY a UNIT PRICE UNIT TOTAL PRICE TOTAL PRICE FCA PRICE FCA DAP b DAP a x b a x c c 01 ICE ICE CUBE MAKER 1 01 TOR TORCH 5 01 FEX FIRE EXTINGUISHER 12 01 WAB WATER BUCKET 4 02 ANGP ANALYZER GLUCOSE WHOLE BLOOD PORTABLE 02 ASE ASPIRATORS EMERGENCY 1 02 ASEM ASPIRATORS EMERGENCY MANUAL 2 02 DEF DEFIBRILLATOR AUTOMATED 1 02 DFH DOPPLER FETAL HEART DETECTOR 1 02 LIE LIGHTS EXAMINATION 1 02 LIH LIGHT HEAD 2 02 0XC OXYGEN CONCENTRATOR 2 02 0XI OXYGEN CILINDER 12 02 0XP OXYMETER PULSE 2 02 PLA PLASTER EQUIPMENT amp TOOLS 1 02 TAOG TABLE O
67. ion Form 1 Expertise of Organization Please fill in Organization structure e g service provider wholesaler trader manufacturer Years of company experience Areas of expertise of organization Current Licenses if any and Permits with dates numbers and expiration dates Heath Authority Registration Information Production Capacity 2 Quality Assurance Certification International Quality Management System QMS List of other ISO certificates or equivalent certificates Presence and characteristics of in house quality control laboratory 3 Expertise of Staff Total number of staff Number of staff involved in similar supply contracts 4 Client Reference List Please provide references such as client details commercial bank details etc Name of company Contact person Telephone 5 Contact details of persons that UNOPS may contact for requests for clarification during bid evaluation Name Surname Tel Number direct Email address direct PS This person must be available during the next two weeks following receipt of bid Page 20 of 93 f EN WE U N O p s Section II Bidding Forms ITB NAOH 2013 018 4 Joint Venture Partner Information Form The Bidder shall fill in this Form in accordance with the instructions indicated below Date insert date as day month and
68. ions and Tests 33 9 UNOPS Section III Schedule of Requirements ITB NAOH 2013 018 1 List of Goods and Delivery Schedule Line Item Description of Goods Quantity Unit Delivery Schedule from date of Contract 01 ICE ICE CUBE MAKER 1 Unit 45 days 01 TOR TORCH Unit 45 days 01 FEX FIRE EXTINGUISHER 12 Unit 45 days 01 WAB WATER BUCKETS 2 Unit 45 days 02 ANGP ANALYZER GLUCOSE WHOLE BLOOD 2 Unit 45 days PORTABLE 02 ASE ASPIRATORS EMERGENCY 1 Unit 45 days 02 ASEM ASPIRATORS EMERGENCY MANUAL 2 unit 45 days 02 DEF DEFIBRILLATOR AUTOMATED 1 Unit 45 days 02 DFH DOPPLER FETAL HEART DETECTOR 1 Unit 45 days 02 LIE LIGHTS EXAMINATION 1 Unit 45 days 02 LIH LIGHT HEAD 2 Unit 45 days 02 0XC OXYGEN CONCENTRATOR 2 Unit 45 days 02 0XI OXYGEN CILINDER 12 Unit 45 days 02 0XP OXYMETER PULSE 2 Unit 45 days 02 PLA PLASTER EQUIPMENT amp TOOLS 1 Unit 45 days 02 TAOG TABLE OPERATING GENERAL 1 Unit 45 days 03 REF REFRIGERATOR LABORATORY 1 Unit 45 days 04 BED BEDPAN 5 Unit 45 days 04 CAA CABINET AMBULATORY 2 Unit 45 days 04 CHH CHAIR HOSPITAL 2 Unit 45 days 04 CHO CHAIR OFFICE 1 Unit 45 days 04 CLW CLOCK WALL MOUNTED 1 Unit 45 days 04 DEW DESK WRITING AMBULATORY 1 Unit 45 days 04 FOR FOLDING SCREEN ROOM DIVIDERS 5 Unit 45 days 04 SHC SHARP COLLECTOR BOX 10 Unit 45 days 04 SMT STRETCHERS MOBILE PATIENT TRANSF
69. irrevocability of the Cheque or Demand draft during the required period Banks issuing Performance Securities must be acceptable to the UNOPS Comptroller i e they have to be banks certified by the Central bank of the country to operate as commercial bank The Performance Security shall be denominated in the currencies of payment of the Contract in accordance with their portions of the Contract Price and shall have a validity period of twelve 12 months from the date of the signature of the contract UNOPS reserves the right to request an extension of the Performance Security Discharge of the Performance Security shall take place upon expiry of the Performance Security or upon the issue of the Final Acceptance Certificate The Performance Security shall then be returned to the Supplier by UNOPS 9 Warranties see GCG clause 13 The period of validity of the Warranty shall be 365 days from date of Provisional Acceptance For purposes of the Warranty the place s of final destination s shall be DAP Delivery At Place INCOTERMS 2010 De Martino Hospital Haram Jab Jab Mogadishu SOMALIA The period for repair or replacement shall be 30 thirty days 10 Liquidated Damages see GCG clause 16 The liquidated damage shall be 0 5 zero point five per day The maximum amount of liquidated damages shall be 10 ten Page 88 of 93 ER 0 N O P S Section VI Contract Forms 2013 018 Section VI Contract F
70. is e If there is a discrepancy between the unit price and the line item total that is obtained by multiplying the unit price by the quantity the unit price shall prevail and the line item total shall be corrected unless in the opinion of UNOPS there is an obvious misplacement of the decimal point in the unit price in which case the line item total as quoted shall govern and the unit price shall be corrected e if there is an error in a total corresponding to the addition or subtraction of subtotals the subtotals shall prevail and the total shall be corrected and e if there is a discrepancy between words and figures the amount in words shall prevail unless the amount expressed in words is related to an arithmetic error in which case the amount in figures shall prevail subject to a and b above If the Bidder that submitted the lowest evaluated Bid does not accept the correction of errors its Bid shall be rejected and its Bid Security may be forfeited Preliminary Examination of Bids UNOPS shall examine the bids to confirm that all documents and technical documentation requested in Instructions to Bidders Clause 11 have been provided and to determine the completeness of each document submitted Examination of Terms and Conditions and Technical Evaluation UNOPS shall examine the Bid to confirm that it does not contain material deviation or reservation related to the conditions and requirements specified in the GCG Section IV and in t
71. ith no 1 waste bin no 1 catheter or probe holder no 1 small shelf with rim Built in compartment with oxygen cylinder holder safety strapand rail 125 4 Yes Yes Yes Yes onto two wheels Yes all around integrated in the base of the trolley 820x640x1000 1600H Page 68 of 93 UNOPS Section Schedule of Requirements ITB NAOH 2013 018 04 TRIM TROLLEY INOX MAYO Manufacturer Name Model Name Version Name GENERAL DESCRIPTION MATERIAL CONFIGURATION Adjustable height Adjustment mechanism Height Range mm TRAY Removable Material Dimension mm Thickness mm FLOOR FOOTING Pedestal Material Castors Diameter mm Castors swivelling Castors Antistatic 04 URI URINAL Manufacturer Name Model Name Version Name N O Q 5 WD a GENERAL DESCRIPTION MATERIAL MALE Qt FEMALE Qt WITH HANDLE AUTOCLAVABLE MATERIAL Mayo s instrument stand with a rigid and stable construction entirely made in stainless steel Stainless Steel Yes Gas pump pedal 750 1400 Yes Stainless Steel 500 1 x 400 w x 25 h 0 8 4 rays for maximum stability Stainless Steel AISI 304 6 Yes Yes Urinal for toileting of a bedridden patient For Male and Female Stainless metal steel 8 8 Yes Yes Stainless Steel Page 69 of 93 UNOPS Section II Schedule of Requirements TB NAOH 2013 018 04 WAST WASTE BIN INOX WITH LID AND PEDAL Manufacturer Name Mode
72. l Name Version Name GENERAL DESCRIPTION CASE MATERIAL INNER CONTAINER CONFIGURATION CAPACITY MECHANISM DISINFECTABLE FLOOR STANDING o Oo P WON 04 XRW X RAY FILM VIEWER Waste bin made of chromed metal sheet Chromed Stainless Steel Container and Lid Plastic Removable Cylinder with Lid foot actuated 15 Lid Opening Foot actuated Yes Yes Manufacturer Name Model Name Version Name 1 GENERAL DESCRIPTION CE MARK Dimension cm Type of mounting Viewer Frame STANDARS IEC electrical safety EN 60601 1 Warranty O o DU WN Installation X ray viewer built in painted aluminum alloy White Monochromatic Diffuser to guarantee homogeneous fluorescent cold light illumination Equipped with x ray holder Yes 60 x 80 Wall mounted ABS Polymethylmethacrylate plate screen Anodized Aluminum mat finishing Yes Yes 1 year Installation in the end destination rooms complete of all electrical connections Page 70 of 93 UNOPS 27s Section II Schedule of Requirements ITB NAOH 2013 018 05 SHP SPHIGMOMANOMETER Manufacturer Name Model Name Version Name 1 o ON Q M Mercury or aneroid Complete with washable cloth cuffs With hook amp loop velcro fastenings Hand inflation bulb and valve Carrying case CUFF SIZE Adult 57 x 14 5cm QT 3 Child 53 x 10 5cm QT 3 Spare bulbs cuffs tubing valves QT 3 05
73. ll conform to the requirements specified below Unit prices and total prices shall be quoted as specified in Price Schedule included in Section Bidding Forms Bidders are allowed the option to submit the Bid for any one or more lots specified in the Schedule of Requirements see Section III and to offer discounts for combined lots However Bidders shall quote for the complete requirement of Goods and Related Services specified under each lot on a single responsibility basis Incomplete offers for the quoted lots will be rejected The terms FCA CPT DAP and other similar terms shall be governed by the rules prescribed in the Incoterms 2010 published by The International Chamber of Commerce Prices quoted by the Bidder shall be fixed during the Bidder s performance of the Contract and not subject to variation on any account A Bid submitted with an adjustable price quotation shall be treated as non responsive and shall be rejected Currencies of Bid The Bidder shall quote in any freely convertible currency Documents Establishing the Eligibility of the Bidder To establish their eligibility in accordance with Instructions to Bidders Clause 4 Bidders shall a complete the Bid Submission Form included in Section II Bidding Forms b complete Form 4 Joint Venture Partner Information Form of Section Bidding Forms and provide all documents as required in the Form in the event that the Bid is submitted by a Joint Venture Documents Es
74. ll include as a minimum the name of the Bidder and the Bid E Evaluation and Comparison of Bids Confidentiality Information relating to the examination evaluation comparison and post qualification of bids and recommendation of contract award shall not be disclosed to Bidders or any other persons not officially concerned with such process until publication of the Contract Award Any effort by a Bidder to influence UNOPS in the examination evaluation comparison and post qualification of the bids or contract award decisions may result in the rejection of its Bid Notwithstanding Instructions to Bidders Sub Clause 28 2 from the time of bid opening to the time of Contract Award if any Bidder wishes to contact UNOPS on any matter related to the bidding process it should do so in writing Clarification of Bids To assist in the examination evaluation comparison and post qualification of the bids UNOPS may at its discretion ask any Bidder for a clarification of its Bid UNOPS s request for clarification and the response shall be in writing No change in the prices or substance of the Bid shall be sought offered or permitted Responsiveness of Bids UNOPS s determination of a bid s responsiveness is to be based on the contents of the bid itself A substantially responsive Bid is one that conforms to all the terms conditions and specifications of the Bidding Documents without material deviation reservation or omission A ma
75. lucose Dehydrogenase Yes No Yes Optional Capillary whole blood lt 10 preferred 30 to 400 No 16 to 60 25 to 60 preferred Check strip control solution Check strip Please Specify Yes manual LCD After 2 min Yes 100 Yes Yes 1 5 V GPA 76 3 or 3 V CR2032 1 1 000 Visual No Optional Manual PC link 10 x 5 x 1 5 Approx 60 Approx Meter lancing device 8 lancets check strips user manual carrying case 1000 Page 46 of 93 9 UNOPS Section III Schedule of Requirements ITB NAOH 2013 018 02 ASE ASPIRATORS EMERGENCY Manufacturer Name Model Name Version Name 1 GENERAL DESCRIPTION UMDNS CE MARK MDD OROPHARYNGEAL USE Prehospital EMS Intrahospital crash carts TRACHEAL USE Prehospital EMS Intrahospital crash carts PUMP TYPE COLLECTION CANISTER Type Capacity measured cc Graduations Connector labels FILTER TYPE TUBING Internal diameter mm in Length m ft VACUUM Range mm Hg Flow rate at max vacuum L min VACUUM LEVEL CONTROL VACUUM GAUGE Diameter cm Scale mm Hg BATTERY Type Life min Recharge time hr Low battery signal CHARGER Line power VAC Indicator battery charging Indicator battery fully charged Portable emergency aspirators for removing obstructing secretions blood or vomitus from a patient s airway and keep air passages to the lungs open and to allow spontaneous or mechanical ventilation Suctioning can
76. m Page 79 of 93 1 10 10 10 10 10 10 10 10 10 12 UNOPS Section III Schedule of Requirements ITB NAOH 2013 018 06 IMT 45 06 IMT 46 06 IMT 47 06 IMT 48 06 IMT 49 06 IMT 50 Trocars Trocars Trocars Vaginal speculum Vaginal speculum Vaginal speculum Trocar and cannula straight with nickel silver or S S cannula and metal handle 4 mm Trocar and cannula straight with nickel silver or S S cannula and metal handle 8 mm Trocar and cannula straight with nickel silver or S S cannula and metal handle 12mm Bi valve duckbill Made of Stainless Steel Dimensions approx 75 x 17 20mm Bi valve duckbill Made of Stainless Steel Dimensions approx 95 105 x 25 35mm Bi valve duckbill Made of Stainless Steel Dimensions approx 107 115 x 29 35mm Page 80 of 93 1 UNOPS Section III Schedule of Requirements ITB NAOH 2013 018 07 DSP DISPOSABLES Manufacturer Name Model Name Version Name 07 DSP 01 Burn dressings 07 DSP 02 Burn dressings 07 DSP 03 Burn dressings 07 DSP 04 Burn dressings 07 DSP 05 Burn dressings 07 DSP 06 Container Sterile water 07 DSP 07 Gowns Disposable 07 DSP 08 Mask Surgical Disposable 07 DSP 09 Needles lumbar puncture disposable sterile 07 DSP 10 Needles lumbar puncture disposable sterile 07 DSP 11 Needles without sutures 07 DSP 12 Needles without sutures 07 DSP 13 Razors
77. ment import clearance service charges excluding duties amp taxes and inland delivery of the Goods to the installation site The terms DAP and other similar terms shall be governed by the rules prescribed in the Incoterms 2010 published by The International Chamber of Commerce All non containerized Goods must be shipped below deck Partial shipment is not allowed Transhipment is allowed 4 Delivery of Goods see GCG clause 7 The entire risk of loss theft damage to or destruction of the Goods shall be borne exclusively by the Vendor until installation commissioning and issuance of provisional acceptance to UNOPS in accordance with the terms of the Contract Immediately upon shipment an e mail must be sent to e UNOPS KECC on keocprocurement unops org amp giuseppec unops org e Consignee Alessandro Campanella Logistics Officer AFO KEOC on alessandroc unops org advising Contract Number Project No Number of boxes crates Total weight net gross in kg Total cubic meters ETD port of shipment Name of vessel ETA to final destination and including a copy of the invoice amp shipping documents Details of Shipping and other Documents to be issued and forwarded immediately upon shipment of the Goods to the following address Alessandro Campanella Logistics Officer AFO KEOC Itallian Embassy c o Mogadishu Airport Somalia Email alessandroc unops org Tel 00252 699226353 00252 616584765 Through Bill of Lading in
78. mission of the documents specified above UNOPS Receipt and Inspection Report RIR signed by UNOPS Project Manager will be the document applied to certify successful delivery e The remaining ten 10 percent of the Contract Price shall be paid to the Supplier within thirty 30 days from the date of Issuance of the Provisional Acceptance Certificate issued by UNOPS i e following successfull installation testing commissioning user traning Above documents must be sent to UNOPS NAOH UNOPS Building UN Lane off UN Avenue PO Box 783 00621 Village Market TEL 020 7621142 E MAIL naohprocurement unops org amp giuseppec 2 unops org Attention Giuseppe Giuseppe Torres Caposeno Biomedical Engineer AFO KEOC 8 Performance Security see GCG clause 12 A Performance Security shall be required The Performance Security in original shall be submitted within ten 10 working days from the date of the Contract The amount of the Performance Security shall be 10 ten of the Contract Price The Performance Security shall be unconditional and irrevocable and in the form of either e Anunconditional Bank Guarantee e A Demand Draft e A Cashier s Cheque e Certified Cheque In the event of Suppliers submitting the Performance Security in the form of a Cheque or Demand Draft in favour of UNOPS such documents shall be accompanied by a signed statement from the issuing bank on its letterhead indicating the validity period and confirming
79. nadequate skill of medical and nursing staff Nonetheless the three departments are key units for the management of emergencies and the provision of life saving interventions The improvement of clinical performance and provision of quality care at this level may significantly contribute to enhance the health status of the populations in Nugaal Region Quality Emergency Obstetric Care EOC provided within the Maternity Department shall ensure the prompt management and treatment of complicated pregnancies and deliveries through caesarean section blood transfusion and neonatal resuscitation services and contribute to the reduction of maternal and neonatal mortality Quality ER services shall promote a prompt and accurate management of emergencies and especially of injuries and consequences of external causes such as gunshots automobile accidents and falls accounting for almost 20 of the inpatient and outpatient workload of the hospital Quality Surgical Care shall ensure the effective performance of major surgical interventions and the timely and safe nursing care of post operative patients avoiding surgical complications and infections 3 ENVIRONMENTAL FACTS AND PRESCRIPTIONS The climate in Garowe is generally hot and dry Coldest average temperatures occur during the winter months of November to February when thermometer readings range from 23 to 25 C 73 to 77 F The weather slowly heats up in the spring as the April rainy season
80. nd commissioning requirements Once installed and operational the goods shall be inspected by a competent authority Hospital Authorities and UNOPS that will subsequently issue a Certificate of Provisional Acceptance once established that the equipment fully conforms to the contract specifications and is in good working order fully functional If the Goods fail to meet the laid down specifications the supplier shall initate action to remedy the deficiency or replace the defective goods within 5 calendar days of notification from UNOPS Page 84 of 93 9 0 N O P s Section IV General Conditions for Goods ITB NAOH 2013 018 253 Section IV General Conditions for Goods In the event of an order the UNOPS General Conditions will apply The conditions are available at http www unops org english whatweneed Pages Guidelinesforsuppliers aspx under Guidelines to suppliers gt UNOPS general conditions of contract If your company is unable to access the document please send email request to keocprocurement unops org and UNOPS General Conditions will be sent to you electronically Page 85 of 93 ER 0 N O P S Section VI Contract Forms 2013 018 Section V Special Conditions of Contract 1 Contract Price see GCG clause 3 The prices charged for the Goods supplied and the related Services performed shall not be adjustable 2 Packaging of the Goods see GCG clause 4 The Ven
81. ng documents or another form acceptable to UNOPS The advance payment Bank Guarantee shall be unconditional and irrevocable and in the form of either a Bank Guarantee a Demand Draft a Cashier s Cheque or a Certified Cheque In the event of Suppliers submitting the Bank Guarantee in the form of a Cheque or Demand Draft in favour of UNOPS such documents shall be accompanied by a signed statement from the issuing bank on its letterhead indicating the validity period and confirming irrevocability of the Cheque or Demand draft during the required period Page 87 of 93 ER 0 N O P S Section VI Contract Forms 2013 018 Banks issuing Bank Guarantees must be acceptable to the UNOPS Comptroller i e they have to be banks certified by the Central bank of the country to operate as commercial bank The Bank Guarantee shall be denominated in the currencies of payment of the Contract in accordance with their portions of the Contract Price and shall have a validity period of 90 ninety days UNOPS reserves the right to request an extension of the Bank Guarantee Discharge of the Bank Guarantee shall take place once the entire advance payment has been paid back to UNOPS The Bank Guarantee shall then be returned to the Supplier by UNOPS and e Eighty 80 percent of the Contract Price shall be payable within thirty 30 days from date of certified successful delivery of 100 of items order to Garowe Hospital Garowe and upon sub
82. ntract specifications and is fully functional operational Partial delivery of supplies will not produce partial certificate of provisional acceptance and will not entitle the contractor to receive partial payments Final Acceptance UNOPS will issue the Certificate of Final Acceptance after the expiration of the warranty and after sale service period 7 PAYMENT For payment purposes the following documents must be sent to UNOPS KEOC UNOPS Building UN Lane off UN Avenue PO Box 783 00621 Village Market TEL 020 7621142 E MAIL naohprocurement unops org amp giuseppec 2 unops org Attention Giuseppe Giuseppe Torres Caposeno Biomedical Engineer AFO KEOC Invoice in the name of UNOPS 1 original Packing List 1 original Forwarder s Confirmation of Receipt 1 original PVoC Inspection Certificate issued by nominated inspection agency 1 original amp 1 copy Etc if applicable e Bank information Bank name amp address account number account title ABA Swift Code IBAN No for European banks only IMPORTANT Any change to the bank details should be notified to UNOPS immediately Failure to do so might lead to delay in payment for which UNOPS will not be held responsible e Ten 10 percent of the Contract Price shall be paid within thirty 30 days from date signature of the Contract by both parties against a submission of Bank Guarantee in original form for the equivalent amount and in the form provided in the biddi
83. nts are specified in the ITB See clause 38 of Section I Instructions to Bidders 6 Bids must be delivered as specified in the Instructions to Bidders of this ITB please read this part carefully Late bids will be rejected A bid opening report indicating the total price of each offer is available to all Bidders upon request As soon as a contract award has been approved by all parties the results will be posted on http www unops org english whatweneed Pages Contractawards aspx 7 Please acknowledge receipt of this ITB by returning Form 1 see Section II Bidding Forms as far in advance of the bid opening date as possible to email address keocprocurement unops org indicating whether or not you intend to submit a bid If you are declining to bid please state the reasons on the form in order for UNOPS to improve its effectiveness in future invitations 8 UNOPS strongly encourages all Bidders to subscribe to the Tender Alert Service available on the United Nations Global Market Place www ungm org This will allow Bidders to be notified automatically of all UNOPS business opportunities for the products and services for which they have registered Instructions on how to subscribe to the Tender Alert Service can be found in the UNGM Interactive Guide for Suppliers Pre cleared by FaroukHirzalla Miriam Ooi Regional Procurement Specialist Head of Support Services UNOPS IPAS UNOPS AFO KEOC Page 2 of 93 D UNOPS ITB NAOH 2013 01
84. o are manufacturers should have annual sales turnover of minimum 2 times the value as quoted against each lot in any one of the last five years to qualify for a particular lot The above criteria will be cumulative for the purpose of evaluating multiple lots Page 13 of 93 5 0 N O P S Section I Instructions to Bidders ITB NAOH 2013 018 For manufacturer Bidders excluding agents quoting the name of the manufacturer the Bidder should have annual sales turnover of minimum the value as quoted against each lot in any one of the last five years to qualify for a particular lot The above criteria will be cumulative for the purpose of evaluating multiple lots Experience and Technical Capacity The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement s The manufacturer whose products are offered by the Bidder must have manufactured and supplied the specific Goods to the extent of at least two 2 times the quantity indicated against each lot under Section V Schedule of Requirements in any one of the last five calendar years There should not be any adverse report regarding the supplies for at least five years preceding the date of bid opening For non manufacturer Bidders excluding agents quoting in the name of the manufacturer the Bidder as authorized by the manufacturer has supplied and provided after sales services to the extent of at lea
85. o if this is a Bid for an alternative To insert complete name of UNOPS WHEREAS We insert complete name of Manufacturer who are official manufacturers of insert type of goods manufactured having factories at insert full address of Manufacturer s factories do hereby authorize insert complete name of Bidder to submit a bid the purpose of which is to provide the following Goods manufactured by us insert name and or brief description of the Goods and to subsequently negotiate and sign the Contract We hereby extend our full guarantee and warranty in accordance with Clause 13 of the General Conditions for Goods with respect to the Goods offered by the above firm Signed insert signature s of authorized representative s of the Manufacturer Name insert complete name s of authorized representative s of the Manufacturer Title insert title Dated on day of insert date of signing Page 30 of 93 Section II Bidding Forms ITB NAOH 2013 018 10 Performance Statement Form for the period of the last five years Bid no Name of the Firm Order placed Order no Description Value of Date of completion of Remarks Was the by Full amp date amp quantity of Order Delivery indicating supplies of address of ordered items As per Actual reasons of goods purchaser Contract late satisfactory delivery if any Signature and seal of the Bidder Co
86. of Goods to be delivered hereinafter called the Contract Furthermore we understand that according to the conditions of the Contract an advance is to be made against an advance payment guarantee At the request of the Supplier we hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of insert amount s in figures and words upon receipt by us of your first demand in writing declaring that the Supplier is in breach of its obligation under the Contract because the Supplier used the advance payment for purposes other than toward delivery of the Goods It is a condition for any claim and payment under this Guarantee to be made that the advance payment referred to above must have been received by the Supplier on its account insert number and domicile of the account This Guarantee shall remain valid and in full effect from the date of the advance payment received by the Supplier under the Contract until insert date This Guarantee is subject to the Uniform Rules for Demand Guarantees ICC Publication No 458 signature s of authorized representative s of the bank The bank shall insert the amount s specified in the SCG and denominated as specified in the SCG either in the currency ies of the Contract or a freely convertible currency acceptable to UNOPS Insert the Delivery date stipulated in the Contract Delivery Schedule UNOPS should note that in the event of an extension of the time to perform
87. ontract No insert number dated insert day and month insert year with you for the supply of description of Goods and related Services hereinafter called the Contract Furthermore we understand that according to the conditions of the Contract a Performance Guarantee is required At the request of the Supplier we hereby irrevocably undertake to pay you any sum s not exceeding insert amount s in figures and words upon receipt by us of your first demand in writing declaring the Supplier to be in default under the Contract without cavil or argument or your needing to prove or to show grounds or reasons for your demand or the sum specified therein This Guarantee shall expire no later than the insert number day of insert month insert year 2 and any demand for payment under it must be received by us at this office on or before that date We agree to a one time extension of this Guarantee for a period not to exceed one year in response to UNOPS s written request for such extension such request to be presented to us before the expiry of the Guarantee This guarantee is subject to the Uniform Rules for Demand Guarantees ICC Publication No 458 except that subparagraph ii of Sub article 20 a is hereby excluded signatures of authorized representatives of the bank and the Supplier The Bank shall insert the amount s specified in the SCG and denominated as specified in the SCG either in the currency ies of the Contract
88. ool and swabs when carrying out dressings giving injections Stainelss Steel 8 12cm for 100 500 ml Hand Drill with adjustable handle and three jaw chuck with wrench with axial channel for passing KIRSCHNER wires for twist drills up to 6 mm for KIRSCHNER wires up to 03 mm complete with introducer Cutter Plier 6 5 and 8 Stirrups and k wires Needle holder Derf 11 5 cm straight Needle holder Mayo Hegar 18cm curved Needle holder Mayo Hegar 18cm straight Needle holder Mayo Hegar 20cm straight Adson Hooks Bone Hooks Emmet Hooks style 1 Jackson Retractors Guthrie Double Hooks For general use from holding soiled dressings to soaking instruments for cleaning Staineless Steel kidney shape 26cm x 14cm Sklar Barr Fistula probes Sklar Browman lachrymal probes Sklar Buck Spencer Ear probes Sklar circumcision probes Proctoscope Kelly Chromed Stainless Steel 22 x 140 mm UMDNS 13 126 Angled blades blunt end blades Stainless Steel Braun Stadtler Barnes 12 5 cm Angled blades blunt end blades made of Stainless Steel Braun Stadtler Barnes 20cm Straight Vant blunt blunt Staineless steel 24cm Scissors Mayo 14cm curved blunt blunt Scissors Mayo 17 cm straight blunt blunt Scissors Mayo 17cm curved blunt blunt Scissors Mayo 23cm curved blunt blunt Suture Trays Rounded Corners smooth surface 30cm x 15 22 cm x 3 cm Stainless Steel Towel Clips Stainless Steel 85 m
89. or All Bids UNOPS reserves the right to accept or reject any bid and to annul the bidding process and reject all bids at any time prior to contract award without thereby incurring any liability to Bidders F Award of Contract Award Criteria In the event of a Contract award UNOPS shall award the Contract to the Bidder whose offer has been determined to be the lowest evaluated bid substantially responsive to the Bidding Documents provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily Before the award of Contract UNOPS may inspect the manufacturing facilities of the lowest evaluated responsive Bidder to assess his capability to successfully perform the Contract as per the terms and conditions specified in the ITB UNOPS s Right to Vary Quantities at Time of Award At the time the Contract is awarded UNOPS reserves the right to increase or decrease the quantity of Goods and Related Services originally specified in Section Schedule of Requirements provided this does not exceed 20 twenty and without any change in the unit prices or other terms and conditions of the bid and the Bidding Documents Publication of Contract Award UNOPS shall publish in UNOPS website http www unops org english whatweneed Pages Contractawards aspx the following information the ITB Reference Number the Description of the Goods Services procured the Beneficiary Country The Supplier Name and Country the
90. or sign the Contract shall constitute sufficient grounds for the annulment of the award and forfeiture of the Bid Security In that event UNOPS may award the Contract to the next lowest evaluated Bidder whose Page 15 of 93 Z lt e 8 9 y U N O P S Section I Instructions to Bidders ITB NAOH 2013 018 offer is substantially responsive and is determined by UNOPS to be qualified to perform the Contract satisfactorily Page 16 of 93 dc ee ee cuc Eie ITB NAOH 2013 018 Section II Bidding Forms Table of Forms Bid No Bid Confirmation Form Check List Form Bidder Information Form Joint Venture Partner Information Form Bid Submission Form Price Schedule Form Technical Specification Comparative Data Form Annex I Bid Security Bank Guarantee Form Manufacturer s Authorization Form Performance Statement Form No Adverse Action Confirmation Form 1 The above forms which are to be completed and returned as part of the suppliers bid are attached in Word editable format to facilitate bid preparation Bidders shall not modify any of the form language f EN WE U N O P s Section II Bidding Forms ITB NAOH 2013 018 1 Bid No Bid Confirmation Form Complete this page and return it prior to bid opening if you do not intend to bid To From Subject Date UNOPS email keocprocurement unops org Nairobi Operational Hub ITB UNOPS case no TB KEOC 2013 018 Project
91. orms Table of Forms Contract Form Performance Security Bank Guarantee for Advance Payment Long Term Agreement T d Page 89 of 93 ORIN 0 N O P s Section VI Contract Forms ITB NAOH 2013 018 1 Contract Form In the event of a Contract the successful Bidder shall receive this form duly filled Purchase Order No Project No P O DATE IMPORTANT All shipments invoices and correspondence must show PURCHASE ORDER and PROJECT NUMBERS SHIP BY CONSIGNEE VENDOR N Attn Attn Tel Tel Fax Fax DELIVERY TERMS INCOTERMS 2010 PAYMENT TERMS ITEM DESCRIPTION QTY U M E 1 2 Special Terms and Conditions A This purchase order is subject to our Invitation to Bid Ref No XX XXX dated XXXXX and according to your offer dated B Notify Party C Final Destination D Other information if any E Attachments General Conditions for Goods Packing and Shipping Instructions others if any CURRENCY GRAND TOTAL Date Queries should be addressed to Buyer Name Title Tel ON BEHALF OF UNOPS Name of Procurement Authority Title Business Unit ACKNOWLEDGEMENT COPY Vendor s Signature Date UNOPS Office Address Country Tel Fax This Purchase Order may only be accepted by the Vendor s signing and returning the Acknowledgement Copy Acceptance of this Purchase Orde
92. partnership etc The bidder shall submit a written confirmation statement that the Bidder is not under a declaration of ineligibility as per Instructions to Bidders Clause 3 and is not ineligible to submit a bid as per as per Instructions to Bidders Clause 3 Detailed description of the Goods essential technical and performance characteristics For non manufacturer Bidders only this excludes agents quoting in the name of a manufacturer Legally enforceable authorization from the manufacturer in the prescribed Form see Section IL Form 9 assuring full guarantee and warranty obligations as per the General Conditions for Goods The bidder shall submit a written legally enforceable statement confirming availability of spare parts from the supplier or a local representative in Mogadishu Somalia for the least 5 years after installation of the equipment Proper authorization from the manufacturer for Bids from Agents The bidder shall provide a copy of the suppliers proposed maintenance service contract terms The past performance of the Bidder shall be taken into account for evaluation The Bidder shall disclose instances of previous past performance that may have resulted in adverse actions taken against the Bidder and the manufacturers whose products are being offered by the Bidder in the last 5 Five years see Schedule IV Bidding Forms Form 11 Such adverse actions including suspension or cancellation of its manufacturing license by regulatory au
93. period of time specified in Instructions to Bidders Sub Clause 20 1 from the date fixed for the bid submission deadline in accordance with Instructions to Bidders Sub Clause 24 1 and it shall remain binding upon us and may be accepted at any time before the expiration of that period f If our bid is accepted we commit to obtain a performance security in accordance with Instructions to Bidders Clause 44 and GCC Clause 12 for the due performance of the Contract g We including any subcontractors or suppliers for any part of the contract have nationality from countries insert the nationality of the Bidder including that of all parties that comprise the Bidder if the Bidder is a JV and the nationality each subcontractor and supplier h We have no conflict of interest in accordance with Instructions to Bidders Sub Clause 4 2 i firm its affiliates or subsidiaries including any subcontractors or suppliers for any part of the contract has not been declared ineligible by UNOPS in accordance with Instructions to Bidders Sub Clause 4 3 0 understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive Signed insert signature of person whose name and capacity are shown In the capacity of insert legal capacity of person signing the Bid Submission Form Name insert complete name of person signing the Bid Submission Form Duly authorized to sign the bid for and on behalf of
94. r A negative determination shall result in disqualification of the bid in which event UNOPS shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder s capabilities to perform satisfactorily After determining the lowest priced substantially compliant offer in accordance with Instructions to Bidders Sub Clause 37 1 UNOPS shall carry out the post qualification of the Bidder in accordance with Instructions to Bidders Clause 38 using only the requirements specified Requirements not included in the text below shall not be used in the evaluation of the Bidder s qualifications When the Bidder is not the manufacturer of the Goods the Bidder shall be duly authorized by the manufacturer of the Goods who meets the criteria below and all supporting documents information as asked below for the Bidder shall also be submitted for the manufacturer with the Bid a Financial Capability The Bidder shall furnish documentary evidence that it meets the following financial requirement s Liquidity the ratio Average Current assets Current liabilities over the last 2 years must be equal or greater than 1 Bidders must include in their Bid audited balance sheets covering the last 2 exercises e Profitability the profit margin i e Profit before interest and tax x 100 Sales revenue turnover must be greater than 0 Bidders must include in their Bid audited profit and loss accounts covering the last 2 exercises e The Bidders wh
95. r shall effect a Contract between the Parties under which the rights and obligations of the Parties shall be governed solely by the Conditions of this Purchase Order including the General Conditons for Goods of the United Nations Office for Project Services UNOPS and any UNOPS attachments hereinafter collectively referred to as This Contract No additional or inconsistent provisions proposed by the Vendor shall bind UNOPS unless agreed to in writing by a duly authorised official of UNOPS UNOPS General Conditions for Goods are available at UNOPS website at http www unops org english whatweneed Pages Guidelinesforsuppliers aspx under General conditions of contract If your company is unable to access the document Please send an e mail or fax request to insert e mail address and fax number of contact person and the UNOPS General Conditions for Goods will be sent to you electronically or by fax Page 90 of 93 ER 0 N O P S Section VI Contract Forms 2013 018 2 Performance Security Date insert date as day month and year of Bid Submission ITB No and title insert no and title of bidding process Bank s Branch or Office insert complete name of Guarantor Beneficiary insert legal name and address of UNOPS PERFORMANCE GUARANTEE No insert Performance Guarantee number We have been informed that insert complete name of Supplier hereinafter called the Supplier has entered into C
96. response to all those who have acquired the Bidding Documents directly from it including a description of the inquiry but without identifying its source Amendment of Bidding Documents At any time prior to the deadline for submission of bids UNOPS may amend the Bidding Documents by issuing amendment Any amendment issued shall be part of the Bidding Documents and shall be communicated in writing to all who have obtained the Bidding Documents directly from UNOPS To give prospective Bidders reasonable time in which to take an amendment into account in preparing their bids UNOPS may at its discretion extend the deadline for the submission of bids Preparation of Bids Cost of Bidding The Bidder shall bear all costs associated with the preparation and submission of its bid Language of Bid The Bid as well as all correspondence and documents relating to the bid exchanged by the Bidder and UNOPS shall be written in English Supporting documents and printed literature that are part of the Bid may be in another language provided they are accompanied by an accurate translation of the relevant passages into English in which case for purposes of interpretation of the Bid such translation shall govern Documents Comprising the Bid The Bid shall comprise the following a Bid Submission Form and the applicable Price Schedules in accordance with Instructions to Bidders Clauses 12 14 and 15 b Bid Security in accordance with Inst
97. rm except as provided in Instructions to Bidders 20 2 or b if the successful Bidder fails to sign the Contract in accordance with Instructions to Bidders 43 or furnish a performance security in accordance with Instructions to Bidders 44 UNOPS may declare the Bidder disqualified to be awarded a contract UNOPS for a period of time of one year Format and Signing of Bid The Bidder shall prepare one original of the documents comprising the bid as described in Instructions to Bidders Clause 11 and clearly mark it ORIGINAL No copy of the bid is required The original of the bid shall be typed and shall be signed by a person duly authorized to sign on behalf of the Bidder Any interlineations erasures or overwriting shall be valid only if they are signed or initialled by the person signing the Bid Page 9 of 93 Qu U N O P S Section I Instructions to Bidders ITB NAOH 2013 018 23 23 1 24 24 1 24 2 25 25 1 26 26 1 26 2 26 3 D Submission and Opening of Bids Submission Sealing and Marking of Bids Bidders may always submit their bids by mail courier or by hand Bidders shall have the option of submitting their bids electronically a Bidders submitting bids by courier mail or by hand shall enclose the original of the Bid in a sealed envelope which shall bear the name and address of the Bidder as well as the ITB reference number be addressed to UNOPS in accordance with Instruc
98. ructions to Bidders Clause 21 c documentary evidence in accordance with Instructions to Bidders Clause 16 establishing the Bidder s eligibility to bid d documentary evidence in accordance with Instructions to Bidders Clause 17 that the Goods and Related Services to be supplied by the Bidder are of eligible origin e documentary evidence in accordance with Instructions to Bidders Clauses 18 and 30 that the Goods and Related Services conform to the Bidding Documents f documentary evidence in accordance with Instructions to Bidders Clause 19 establishing the Bidder s qualifications to perform the contract if its bid is accepted Bid Submission Form and Price Schedules The Bidder shall submit the Bid Submission Form and the Price Schedules using the forms furnished in Section II Bidding Forms Alternative Bids Alternative Bids will not be accepted In the event of a supplier submitting more than one Bid the following shall apply a All Bids marked alternative Bids will be rejected and only the base Bid will be evaluated b All Bids will be rejected if no indication is provided as to which Bids are alternative Bids Page 7 of 93 9 0 N O P e Section I Instructions to Bidders ITB NAOH 2013 018 4 4 1 14 3 15 16 16 1 17 17 1 18 18 1 19 19 1 20 20 1 20 2 Bid Prices and Discounts The prices and discounts quoted by the Bidder in the Bid Submission Form and in the Price Schedules sha
99. s for minimum one hour back up and Automatic Voltage Regulation of appropriate ratings should be supplied for the most critical equipment Bidder shall provide in a seperate sheet a full breakdown costs comprising the sum total of this line item Lot If required resettable overcurrent breakers shall be fitted for protection of the most critical equipment Bidder shall provide in a seperate sheet a full breakdown costs comprising the sum total of this line item Lot BIDDER S PRICES FOR SERVICES Price amp Currency to be entered by Bidder ITEM DESCRIPTION OF THE SERVICES COUNTRY OF QUANTITY AND PHYSICAL UNIT 2 UNIT PRICE ORIGIN b TOTAL PRICE PER SERVICE a x b Equipment assembly Installation Testing Caliberation User Training in accordance with Section III Schedule of Requirements Bidders shall provide in a seperate sheet a full breakdown costs comprising the sum total of this line item Prices shall include but not be limited to all travel related expenses to Mogadishu Somalia incountry logistical operational expenses e g transport office space accomodation e t c Warranties and After Sale Service in accordance with clause 8 of the Technical Specfications Section III of the ITB In country Service facility in accordance with clause 8 of the Technical Specfications Section III of the ITB Comprehensive annual maintenance Contract 1
100. s format shall be permitted and no substitutions shall be accepted Date insert date as day month and year of Bid Submission ITB No insert number of bidding process Invitation to Bid No insert No of ITB Alternative No insert identification No if this is a Bid for an alternative To insert complete name of Purchaser We the undersigned declare that a We have examined and have no reservations to the Bidding Documents including Amendment No insert the number and issuing date of each Amendment b We offer to supply in conformity with the Bidding Documents and in accordance with the Delivery Schedules specified in the Schedule of Requirements the following Goods and Related Services insert a brief description of the Goods and Related Services c The total price of our Bid excluding any discounts offered in item d below is insert the total bid price in words and figures indicating the various amounts and the respective currencies d The discounts offered and the methodology for their application are Discounts If our bid is accepted the following discounts shall apply Specify in detail each discount offered and the specific item of the Schedule of Requirements to which it applies Methodology of Application of the Discounts The discounts shall be applied using the following method Specify in detail the method that shall be used to apply the discounts e Our bid shall be valid for the
101. st 100 one hundred of the quantities indicated against each lot specified in the Schedule of Requirements in any one of the last three 3 years The Goods must be in satisfactory operation Documentary evidence in this regard shall be provided Bidders shall invariably furnish documentary evidence Client s certificate in support of the satisfactory operation of the Goods supplied by the Bidder Bidder should be in continuous business of manufacturing supplying the specific product as specified in the Schedule of requirement during the last 1 one year and similar products during the last 3 three years prior to bid opening Documentary evidence in this regard shall be provided Details of experience and past performance of the Bidder on product offered and on those of similar nature within the past 5 five years and details of current contracts in hand and other commitments suggested form given in Section Bidding Forms Form 10 Performance Statement Form Brief write up backed with adequate data explaining the Bidder s available capacity and experience both technical and commercial for the manufacture and or supply of the required Goods within the specified time of completion after the meeting of all of the Bidder s current commitments Additional Requirements Certification of incorporation of the Bidder and Manufacturer Legal status place of registration and principal place of business of the company or firm or
102. t Security when required shall only be completed by the successful Bidder after contract award Page 3 of 93 ITB NAOH 2013 018 Section I Instructions to Bidders Table of Clauses A General 1 Scope of Bid 2 Source of Funds 3 Fraud and Corruption 4 Eligible Bidders 5 Eligible Goods and Related Services B Contents of Bidding Documents 6 Sections of Bidding Documents 7 Clarification of Bidding Documents 8 Amendment of Bidding Documents C Preparation of Bids 9 Cost of Bidding 10 Language of Bid 11 Documents Comprising the Bid 12 Bid Submission Form and Price Schedules 13 Alternative Bids 14 Bid Prices and Discounts 15 Currencies of Bid 16 Documents Establishing the Eligibility of the Bidder 17 Documents Establishing the Eligibility of the Goods and Related Services 18 Documents Establishing the Conformity of the Goods and Related Services 19 Documents Establishing the Qualifications of the Bidder 20 Period of Validity of Bids 21 BidSecurity 22 Format and Signing of Bid D Submission and Opening of Bids 23 Submission Sealing and Marking of Bids 24 Deadline for Submission of Bids 25 Late Bids 26 Withdrawal Substitution and Modification of Bids 27 Bid Opening E Evaluation and Comparison of Bids 28 Confidentiality 29 Clarification of Bids 30 Responsiveness of Bids 31 Nonconformities Errors and Omissions 32 Preliminary Examination of Bids 33 Examination of Terms and Conditions Technical
103. t for furnishing of outpatient department rooms The colour and design of cabinet has to be in accordance with the other pieces of furniture and has to be designed in aesthetic and accurate fashion Two glass doors with adjustable shelves Two doors with shelf Made of steel sheet 0 8 mm Yes Epoxy powder average coating 90 micron 200 2 Glass doors with frame in Anodized Alloy 2 Doors made of steel sheet 0 8 mm epoxy powder painted Yes cylinder with Keys Anodized Alloy Steel applied on the door Flipping doors Feet with Rubber Stopper Yes Tubular Anodized Alloy Metal tubular 3 in the upper cabinet 1 in lower cabinet Stainless steel sheet powder coated Yes 800 x 400 x 180 H Page 62 of 93 SN UNOPS Section III Schedule of Requirements ITB NAOH 2013 018 04 CHH CHAIR HOSPITAL Manufacturer Name Model Name Version Name 1 2 3 4 5 6 7 8 9 10 11 12 13 GENERAL DESCRIPTION CONFIGURATION STRUCTURE Material Coating SEAT AND BACKREST Material Contoured Ergonomic Chemical Resistant FLOOR FOOTING Type DIMENSION seat mm 04 CHO CHAI R OFFICE Chair for Patients and Visitors to be used in the Ambulatories and the wards Seat backrest and legs Anodized Alloy None Plastic Laminate Yes Yes Yes Rubber Stopping 400 x 400 Manufacturer Name Model Name Version Name 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 18 17 18 19 2
104. tablishing the Eligibility of the Goods and Related Services To establish the eligibility of the Goods and Related Services in accordance with Instructions to Bidders Clause 5 Bidders shall complete the country of origin declarations in the Price Schedule Forms included in Section II Bidding Forms Documents Establishing the Conformity of the Goods and Related Services To establish the conformity of the Goods and Related Services to the Bidding Documents the Bidder shall furnish as part of its Bid the documentary evidence that the Goods conform to the technical specifications and standards specified in Section II Schedule of Requirements Standards for workmanship process material and equipment as well as references to brand names or catalogue numbers specified by UNOPS in the Schedule of Requirements are intended to be descriptive only and not restrictive The Bidder may offer other standards of quality brand names and or catalogue numbers provided that it demonstrates to UNOPS s satisfaction that the substitutions ensure substantial equivalence or are superior to those specified in the Schedule of Requirements Documents Establishing the Qualifications of the Bidder The documentary evidence of the Bidder s qualifications to perform the contract if its bid 1s accepted shall establish to UNOPS s satisfaction a that a Bidder that does not manufacture or produce the Goods it offers to supply shall submit the Manufacturer s Aut
105. ter mm OUTPUTS Speaker Headphones Chart recorder Display Display variables Extra output jacks CONTROLS POWER REQUIREMENTS Line VAC Battery type number Operating time hr Charger included Low battery indicator STANDARD ACCESSORIES Headset OTHER SPECIFICATIONS DOCUMENTATION WARRANTY AFTERSALE SERVICE Mandatory intervention per year Spare parts availability TRAINING Duration Days Target groups Foetal heart detector to be used throughout pregnancy and labour For maternity or health centres employed by trained staff LCD screen for foetal heart rate in BPS flashing indicator Pocket obstetric doppler models 11 696 Yes Hand held ABS polycarbonate Detect fetal life fetal heartbeat display FHR 60 210 2 3 lt 10 20 35 Yes Yes RS232 LCD LED Fetal pulse FHR RS232 USB Power On Off Volume 230v 50 Hz Any rechargable gt 8 Yes Yes Soft carry bag attached probe gel user module Yes Auto off battery saver User and service manuals two copies hard and Soft EN 12 months warranty period 1 5 years minimum 1 Technician Medical Doctor Nurses Page 52 of 93 5 UNOPS Section III Schedule of Requirements ITB NAOH 2013 018 02 LIE LIGHTS EXAMINATION Manufacturer Name Model Name Version Name 1 O N Oo FP W N 11 12 13 14 15 16 17 18 19 20 21 22 23 GENERAL DESCRIPTION UMDNS CE MARKED ARM JOINTS MAT
106. terial deviation reservation or omission is one that a affects in any substantial way the scope quality or performance of the Goods and Related Services specified in the Contract or b limits in any substantial way inconsistent with the Bidding Documents UNOPS s rights or the Bidder s obligations under the Contract or c if rectified would unfairly affect the competitive position of other Bidders presenting substantially responsive bids UNOPS considers material deviation to include but not to be limited to the following situations d During preliminary examination of bids verification of formal criteria e Lack of proper bid securities in terms of change in the wording not consistent with the prescribed format amount or validity period e Absence of bid form change in the wording not consistent with the prescribed format or lack of signature of key portions of the bid form e The Bidder does not accept important Contract conditions i e related to Performance Security Warranty Force Majeure Applicable Law Payment Terms Limitation of Liability etc A delivery schedule that exceeds UNOPS requirements as specified in the Schedule of Requirements by more than twenty 20 days Page 11 of 93 EN D U N O P S Section I Instructions to Bidders ITB NAOH 2013 018 30 3 31 31 1 31 2 32 32 1 33 33 1 33 2 34 34 1 35 35 1 Non historical documents required in the ITB i e docum
107. the UN Procurement Division UNPD or 4 Suppliers have been declared ineligible by the World Bank see http www worldbank org debarr Bids may be submitted by a Joint Venture JV In the case of a JV a The duly filled Form 4 Joint Venture Partner Information Form of Section II Bidding Forms must be included with the Bid and b All parties to the JV shall be jointly and severally liable and c The JV shall nominate a Representative who shall have the authority to conduct all businesses for and on behalf of any and all the parties of the JV during the bidding process and inthe event the JV is awarded the Contract during contract execution Eligible Goods and Related Services All the Goods and Related Services to be supplied under the Contract may have their origin in any country For purposes of this Clause the term origin means the country where the goods have been mined grown cultivated produced manufactured or processed or through manufacture processing or assembly another commercially recognized article results that differs substantially in its basic characteristics from its components B Contents of Bidding Documents Sections of Bidding Documents The Bidding Documents consist of e Section I Instructions to Bidders Section II Bidding Forms Section III Schedule of Requirements Section IV General Conditions for Goods GCG Section V Special Conditions for Goods SCG Section VI Contract Forms
108. the name of Consignee marked CLEAN ON BOARD and FREIGHT PRE PAID Through Bill of Lading must carry the following text under Shipper BEHALF OF UNOPS 1 original amp 2 copies e Invoice in the name of UNOPS 1 original amp 2 certified copies Page 86 of 93 ER 0 N O P S Section VI Contract Forms 2013 018 e Packing List 2 copies e Inspection Certificate issued by nominated inspection agency 1 original amp 1 copy e Manufacturer s Warranty s Certificate 1 original amp 1 copy The above documents shall be received by UNOPS well in advance of the arrival of the Goods and if not received the Supplier will be responsible for any consequent expenses 5 Inspection of the Goods see GCG clause 8 The inspections and tests shall be visual on every piece of equipment furniture in the presence of UNOPS and representatives of Garowe Hospital The Inspections and tests shall be conducted at Garowe Hospital on the site of the installation 6 Acceptance of Goods see GCG clause 9 Provisional acceptance Representatives of UNOPS the Beneficiary Garowe Hospital Garowe together with the Contractor s representative shall carry out the control conformance verification amp testing UNOPS shall issue a Certificate of Provisional Acceptance within 15 days following sucessful verification amp testing i e once established that all 100 of the equipment fully conforms to the co
109. ther import taxes sales and other similar taxes which will be payable on the Goods if the contract is awarded to the Bidder b Any allowance for price adjustment during the period of execution of the contract if provided in the bid Comparison of Bids UNOPS shall compare all substantially responsive bids to determine the lowest priced compliant offer in accordance with Instructions to Bidders Clause 36 Bid comparison will be made on the total cost delivered to final destination UNOPS reserves the right to compare freight prices of Bidders with rates of reputable freight forwarders and to consider such rates for the purpose of bid evaluation In the event of freight prices of Bidders being found less competitive than rates offered by freight forwarders UNOPS may issue a Contract on FCA basis to the Vendor instead of DAP and issue a separate contract for freight to a freight forwarder if deemed in the best financial interest of UNOPS Post qualification of the Bidder UNOPS shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated and substantially responsive bid is qualified to perform the Contract satisfactorily The determination shall be based upon an examination of the documentary evidence of the Bidder s qualifications submitted by the Bidder pursuant to Instructions to Bidders Clause 19 An affirmative determination shall be a prerequisite for award of the Contract to the Bidde
110. thorities product recalls etc may be treated as unsatisfactory performance history while deciding the award of contract If no instance of previous past performance has resulted into adverse actions this should be clearly indicated in the Bidder s bid In the case of a Bidder not doing business within the Country of destination Mogadishu Somalia the Bidder is or will be if awarded the contract represented by an Agent in the Page 14 of 93 D U N O P S Section I Instructions to Bidders ITB NAOH 2013 018 38 5 38 6 39 39 1 40 40 1 40 2 41 41 1 42 42 1 42 2 43 43 1 43 2 44 44 1 44 2 country equipped and able to carry out the Supplier s maintenance repair and spare parts stocking obligations prescribed in the Conditions for Goods and or Technical Specifications Notwithstanding anything stated above UNOPS reserves the right to assess the Bidder s capabilities and capacity to execute the Contract satisfactorily before deciding on award Even though the Bidders meet the above qualifying criteria they are subject to be disqualified if they have made misleading or false representations in the forms statements and attachments submitted in proof of the qualification requirements and or record of poor performance such as not properly completing contracts inordinate delays in completion litigation history financial failures etc UNOPS s Right to Accept Any Bid and to Reject Any
111. tion of appropriate ratings should be supplied for the most critical equipment The electrical system of the Hospital will be equipped with general UPS and Power generators but the contractor has to check the power supply provision to prevent injury to people and damage to equipment If required resettable over current breaker shall be fitted for protection for the most critical items 6 INTERNATIONAL STANDARDS Every device should be compliant to ISO 13485 Quality systems Medical devices Particular requirements for the application of ISO 9001 applicable to manufacturers and service providers that perform their own design activities Every device using electrical power supply should be compliant with IEC 61010 1 or any international equivalent covering safety requirements for electrical equipment for measurement control and laboratory use All devices should be CE approved product and compliant with Directive 93 42 EEC regarding medical devices and 2007 47 update 7 PLAN OF RECEIPT INSTALLATION AND COMMISSIONING The logistics of the intervention will be defined according to the Contract Special Conditions once the contract is signed The successful bidder shall be responsible for site inspection and evaluation of Quality of electric installation earth neutral phases electric board etc e Quality of hydraulic installation water supply water pressure intake diameter etc e Environmental conditions ventilation
112. tions to Bidders Sub Clause 24 1 beara warning Not to be opened by registry if the envelope is not sealed and marked as required UNOPS will assume no responsibility for the misplacement or premature opening of the bid b Apart from the Bid Security which shall be submitted in original unless not required in accordance with Instructions to Bidders Clause 21 1 Bidders bid may be submitted electronically A bid sent by email may only be sent to the secure bid email address procurementafrica unops org and must indicate the ITB reference number in the subject Bids sent or copied to any other email address will be declared invalid Bids sent via the correct route after having been sent incorrectly will be declared invalid Size of individual e mails including e mail text and attachments must not exceed 5 MB An auto reply message acknowledging receipt of email will be sent to Bidders submitting their bid by email In order to avoid last minute line congestion please note the following Send your Bid as early as possible before the deadline Sendonly the duly completed Bidding Documents to the secure email address Do not send other large documents by email such as commercial brochures as these documents should accompany the original hard copy of your Bid which must be received within five 5 business days from the Bid Receipt deadline If the size of the email is likely to exceed 5 MB please send the required Bidding Documen
113. tners The number of days indicated in each technical specification sheet shall represent the minimum number of days of training required per individual item Items of the same typology e g aspirators can be grouped for training purposes In this case the number of days of training indicated per item shall represent the requirement for the entire typology group 11 TECHNICAL DOCUMENTATION User Technical Maintenance manuals to be supplied in English language in two 2 copies that describe the complete equipment operations parts electronic circuits programs implementation in hard and soft copy Minimal requirements for User Manual Physical Description Features and Functions Operating Instructions Operational Checks and Technical procedure Illustrations Performance Characteristics User s Preventive Maintenance Page 40 of 93 U N E S Section III Schedule of Requirements ITB NAOH 2013 018 Moreover Technical Manual should disclose the following issues System Overview Installation Instructions Spare Parts List Wiring Diagrams Maintenance Plan Adjustments troubleshooting calibrations etc List of Equipment available for providing calibration and routine maintenance Certificate of calibration and inspection from the Manufacturer Log book with instructions for daily weekly monthly and quarterly maintenance checklist The job description of the technician should be clearly spelt out 12 MA
114. total of 17 rooms and with a total of 68 beds The other units of the hospital include the Emergency Room ER and OPD department the Operating Theatre OT the laboratory the x ray and the pharmacy department The hospital has 91 staff including 54 health workers and 37 supportive staff Nine physicians are working in the hospital four general practitioners GP employed as hospital staff two specialists i e one surgeon and one ENT doctor under contract with the MOH two GP within the FINSOM Initiative and one volunteer practising and supporting the delivery of service HMIS data show that GGH has an average workload of about 850 cases per month including 630 outpatients 170 inpatients and 50 deliveries Injuries and other consequences of external causes including transport accidents fall and gunshots account for almost 20 of the inpatient and outpatient workload On average 25 surgical interventions are performed every month including around 10 CS In nine months 6 maternal deaths and 98 perinatal deaths stillbirths and early neonatal deaths have occurred As already mentioned above this proposed action aims to improve the quality of care delivered by the hospital focusing on three departments in particular the Maternity the Emergency Room ER and the Surgical Department The three departments show evident gaps in the provision of quality healthcare mainly due to the lack of essential medical equipment and the limited competence and i
115. ts ii extortion or coercion is the act of attempting to influence the process of procuring goods or services or executing contracts by means of threat of injury to person property or reputation iii fraud is the misrepresentation of information or facts for the purpose of influencing the process of procuring goods or services or executing the contracts to the detriment of UNOPS or other participants iv collusion is the agreement between Bidders designed to result in bids at artificial prices that are not competitive b will reject a proposal to award a contract if it determines that a vendor recommended for award has engaged in corrupt practices in competing for the contract in question c will declare a vendor ineligible either indefinitely or for a stated period of time to become a UN registered vendor if it at any time determines that the vendor has engaged in corrupt practices in competing for or in executing a UNOPS contract d will cancel or terminate a contract if it determines that a vendor has engaged in corrupt practices in competing for or in executing a UNOPS contract e will normally requires a UNOPS vendor to allow UNOPS or any person that UNOPS may designate to inspect or carry out audits of the vendor s accounting records and financial statements in connection with the contract Any vendor participating in UNOPS procurement activities shall facilitate to UNOPS personnel upon first request all documents
116. ts via multiple emails and indicate the email number email 1 email 2 etc in the subject field of each email Deadline for Submission of Bids Bids must be received by UNOPS at UNOPS Building UN Lane Avenue Off UN Avenue Nairobi Kenya P O Box 783 Village Market 00621 or electronically at UNOPS secure email ProcurementAfrica unops org no later than 22 October 2013 10 00 a m Nairobi time ref www timeanddate com worldclock UNOPS may at its discretion extend the deadline for the submission of bids by amending the Bidding Documents in accordance with Instructions to Bidders Clause 8 in which case all rights and obligations of UNOPS and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended Late Bids UNOPS shall not consider any bid that arrives after the deadline for submission of bids in accordance with Instructions to Bidders Clause 24 Any bid received by UNOPS after the deadline for submission of bids shall be declared late rejected and returned unopened to the Bidder or Bidders will be notified if the bid has been submitted electronically Withdrawal Substitution and Modification of Bids Prior to the deadline prescribed for submission of bids a Bidder may withdraw substitute or modify its Bid after it has been submitted by sending a written notice Bids requested to be withdrawn in accordance with Instructions to Bidders Sub Clause 26 1 shall be shredded if ther
117. ttery type Battery life hours ACCESSORIES amp SPARS Sensors adults pediatric newborn DOCUMENTATION WARRANTY AFTERSALE SERVICE Mandatory intervention per year Spare parts availability TRAINING Duration Days Target groups Portable Pulse Oxymeter with numerical and possibly graphical display powered via re chargeable batteries for continuous and spot monitoring of SpO2 pulse rate and pulse strength with alarms for high and low 2 concentration The device will be used in hospital environment especially in ICU Suitable for use ranging from new born to adult The device has to be portable and lightweight ergonomically designed to be handled 17 148 Yes 0 99 2 at 70 99 3 at 50 69 selectable 4 8 16 pulse High and low adjustable with steps of 1 OFF factory calibrated Plug in reusable finger sensor for Adult children and newborn with estimated life gt 1 year Red 660 infrared 905 to 940 From 30 to 250 254 2 or 2 which ever is greater High and low adjustable OFF 42583 1 Hz WIRELESS USB 4 to 30 1 AC power supply 220 V 50 60 Hz with power plug Rechargeable batteries in built gt 4 3 3 3 User and service manuals two copies hard and Soft EN 12 months warranty period Minimum of 3 5 years minimum 0 5 Technician Medical Doctor Nurses Page 57 of 93 U N O P s Section III Schedule of Requirements ITB NAOH 2013 018 02 PLA PLASTER EQUIPMENT AND
118. untersigned by and seal of Chartered Accountant To be attached Documentary evidence Client s certificate in support of satisfactory completion of above orders Page 31 of 93 U N P s Section II Bidding Forms ITB NAOH 2013 018 No Adverse Action Confirmation Form This is to certify that delete unwanted option a No adverse action has been taken against the Bidder insert Bidder s name and the manufacturers insert manufacturer s name whose products are being offered by the Bidder against this Invitation to Bid in the last 5 Five years The following instances of previous past performance have resulted in adverse actions taken against the Bidder insert Bidder s name and the manufacturers insert manufacturer s name whose products are being offered by the Bidder in the last 5 Five years Such adverse actions included indicate date and reasons for adverse actions and result of adverse actions i e suspension or cancellation of manufacturing license by regulatory authorities product recalls blacklisting debarment from bidding etc Signature Name Designation with stamp _ Date Page 32 of 93 AN amp U N O P s Section III Schedule of Requirements 2013 018 pode ees Section III Schedule of Requirements Contents List of Goods and Delivery Schedule List of Related Services and Completion Schedule Technical Specifications Drawings Inspect
119. with their numbers Unit Price FCA numbers and price insert more rows in each section if necessary or delete if too many Page 27 of 93 f EN U N O P s Section II Bidding Forms ITB NAOH 2013 018 WS 7 Technical Specification Form Comparative Data Table Bidders must complete the right column of the comparative data hereby incorporated to the ITB document as Annex I and the compliance confirmation statement below THE OFFERED PRODUCTS ARE IN ACCORDANCE WITH THE REQUIRED SPECIFICATIONS AND TECHNICAL REQUIREMENTS YES NO ANY DEVIATIONS MUST BE LISTED BELOW Page 28 of 93 NS as ey U N O P s Section II Bidding Forms ITB NAOH 2013 018 LAST 8 Bid Security Bank Guarantee Form Bank s Name and Address of Issuing Branch or Office Beneficiary Name and Address of UNOPS Date BID GUARANTEE No We have been informed that name of the Bidder hereinafter called the Bidder has submitted to you its bid dated hereinafter called the Bid for the execution of name of contract under Invitation to Bid No ITB number the ITB Furthermore we understand that according to your conditions bids must be supported by a bid guarantee At the request of the Bidder we name of Bank hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of amount in figures amount words upon receipt by us of your first demand in writing accompanied by a
Download Pdf Manuals
Related Search
Related Contents
マシューズ PX-172赤インク Remington HC5950 Toshiba W1433/32 User's Manual MECEDORA GIRATORIA y OTOMANO DOREL ASIA 6. Preparação da serra para utilização InCoCo-S Business Game User Manual Untitled - Divesoft.cz Copyright © All rights reserved.
Failed to retrieve file