Supply and Delivery of Pharmaceuticals 2022 2024
Supply and Delivery of Pharmaceuticals 2022 2024
Tender
Document For
------------------------------------------------
i
TABLE OF CONTENTS
C. Preparation of Tenders........................................................................................................................5
8 Cost of Tendering.................................................................................................................................. 5
9 Language of Tender............................................................................................................................... 5
10 Documents Comprising the Tender........................................................................................................ 5
11 Form of Tender and Price Schedules .................................................................................................... 5
12 Alternative Tenders ................................................................................................................................ 6
13 Tender Prices and Discounts ................................................................................................................. 6
14 Currencies of Tender and Payment ....................................................................................................... 7
15 Documents Establishing the Eligibility and Conformity of the Goods and Related Services ............... 7
16 Documents Establishing the Eligibility and Qualifications of the Tenderer........................................... 7
17 Period of Validity of Tenders ............................................................................................................... 8
18 Tender Security...................................................................................................................................... 8
19 Format and Signing of Tender .............................................................................................................. 9
F. Award of Contract............................................................................................................................. 15
40. Award Criteria ..................................................................................................................................... 15
41. Notice of Intention to enter into a Contract....................................................................................... 16
42. Standstill Period................................................................................................................................... 16
43. Debriefing by the Procuring Entity ..................................................................................................... 16
44. Letter of Award .................................................................................................................................. 16
45. Signing of Contract ............................................................................................................................. 16
46. Performance Security ........................................................................................................................... 16
47. Publication of Procurement Contract ................................................................................................... 17
48. Procurement Related Complaint ........................................................................................................... 17
iii
FORM No. 1: NOTIFICATION OF INTENTION TO AWARD ...................................................................................................... 79
FORM No. 2: REQUEST FOR REVIEW ................................................................................................................................................ 82
FORM No. 3: LETTER OF AWARD ....................................................................................................................................................... 82
FORM No. 4 - CONTRA CT A GREEM ENT ......................................................................................................................................... 84
FORM No. 5 - PERFORMANCE SECURITY [Option 1- Unconditional Demand Bank Guarantee] .................................... 85
FORM No. 6 - PERFORMANCE SECURITY [Option 2– Perfo rmance Bond] ................................................................................. 86
FORM No. 7 - A DVANCE PA YM ENT SECURITY [Demand Bank Guarantee] ............................................................................. 88
FORM No. 8 - BENEFICIA L OWNERSHIP DISCLOSURE FORM .................................................................................................. 88
ii
MWAI KIBAKI HOSPITAL
v
1. I
NVITATION TO TENDER
2. P
3.
CONTRACT NAME AND DESCRIPTION: FRAMEWORK AGREEMENT FOR SUPPLY AND
DELIVERY OF PHARMACEUTICA LS
MWAI KIBAKI HOSPITAL invites eligible bidders for the FRAMEWORK AGREEMENT FOR SUPPLY
AND DELIVERY OF PHARMACEUTICALS
4. Tendering will be conducted under open competitive method National using a standardized tender
document. Tendering is open to all qualified and interested Tenderers.
In case this tender is subject to a Reservation, specify the Group is eligible to tender, Insert e.g.
“Tendering is open to all Small and Medium Enterprises registered appropriately -( Not applicable”).
5. I
n case tender is subject to Multiple contracts/lots, insert “Tenderers will be allowed to tender for one
or more lots”. (Not applicable).
6. Qualified and interested tenderers may obtain further information and inspect the Tender
Documents during weekdays and office working hours [0900 to 1600 hours] at the address given below.
7. A complete set of tender documents may be purchased or obtained by interested tenders upon
payment of a non- refundable fees of Kenya shillings 1000 in cash or Banker's Cheque and payable to
the address given below. Tender documents may be obtained electronically from the Website:
www.knh.or.ke. Tender documents obtained electronically will be free of charge.
8. Tender documents may be viewed and downloaded for free from the website : www.knh.or.ke
Tenderers who download the tender document must forward their particulars immediately to to facilitate
any further clarification or addendum.
9. The Tenderer shall chronologically serialize all pages of the tender documents submitted.
10. Completed tenders must be delivered to the address below on or before 15 th November 2022 at
10:00am
vi
12. Tenders will be opened immediately after the deadline date and time specified above or any dead
line date and time specified later. Tenders will be publicly opened in the presence of the Tenderers'
designated representatives who choose to attend at the addres s below.
a. Address for obtaining further information and for purchasing tender documents
ii. Physical address: othaya town, Nyeri Othaya road, Mwai Kibakil Hospital - Othaya
Administration block, Main entrance
vii
A. Address for Submission of Tenders.
3) Othaya town, Nyeri Othaya road, Mwai Kibaki Hospital Administration block, Main entrance
2) Othaya town, Nyeri Othaya road, Mwai Kibaki Hospital Administration block, Main entrance
vi
SECTION I: INSTRUCTIONS TO TENDERERS
A General Provisions
1. Scope of Tender
1.1 The Procuring Entity as defined in the TDS invites tenders for supply of goods and, if applicable, any
Related Services incidental thereto, as specified in Section V, Supply Requirements. The name, identification,
and number of lots (contracts) of this Tender Document are specified in the TDS.
a) the term “in writing” means communicated in written form (e.g. by mail, e-mail, fax, including if
specified in the TDS, distributed or received through the electronic-procurement system used by the
Procuring Entity) with proof of receipt;
b) if the context so requires, “singular” means “plural” and vice versa;
c) “Day” means calendar day, unless otherwise specified as “Business Day”. A Business Day is any day that is
an official working day of the Procuring Entity. It excludes official public holidays.
2.1 The Procuring Entity requires compliance with the provisions of the Public Procurement and Asset
Disposal Act, 2015, Section 62 “Declaration not to engage in co rruption”. The tender submitted by a person
shall include a declaration that the person shall not engage in any corrupt or fraudulent practice and a
declaration that the person or his or her sub -contractors are not debarred from participating in public
procurement proceedings.
2.2 The Procuring Entity requires compliance with the provisions of the Competition Act 2010, regarding
collusive practices in contracting. Any tenderer found to have engage d in collusive conduct shall be
disqualified and criminal and/or civil sanctions may be imposed. To this effect, Tenders shall be required to
complete and sign the “Certificate of Independent Tender Determination” annexed to the Form of Tender.
2.3 Unfair Competitive Advantage - Fairness and transparency in the tender process require that the firms or their
Affiliates competing for a specific assignment do not derive a competitive advantage from having provided
consulting services related to this tender. To that end, the Procuring Entity shall indicate in the Data Sheet
and make available to all the firms together with this tender document all information that would in that
respect give such firm any unfair competitive advantage over competing firms.
3. Eligible Tenderers
3.1 A Tenderer may be a firm that is a private entity, an individual, a state -owned enterprise or institution
subject to ITT3.7, or any combination of such entities in the form of a joint venture (JV) under an existing
agreement or with the intent to enter into such an agreement supported by a letter of intent. Public
employees and their close relatives (spouses, children, brothers, sisters and uncles and aunts) are not eligible
to participate in the tender.
In the case of a joint venture, all members shall be jointly and severally liable for the execution o f the
entire Contract in accordance with the Contract terms. The JV shall nominate a Representative who shall have
the authority to conduct all business for and on behalf of any and all the members of the JV during th e
Tendering process and, in the event the JV is awarded the Contract, during contract execution. The maximum
number of JV members shall be specified in the TDS.
3.2 Public Officers of the Procuring Entity, their Spouses, Child, Parent, Brothers or Sister. Child, Parent, Broth er
or Sister of a Spouse their business associates or agents and firms/organization s in which they have a
substantial or controlling interest shall not be eligible to tender or be awarded a contract. Public Officers are
also not allowed to participate in any procurement proceedings.
3.3 A Tenderer shall not have a conflict of interest. Any Tenderer found to have a conflict of interest shall be
disqualified. A Tenderer may be considered to have a conflict of interest for the purpose of this Tendering
process, if the Tenderer:
a) directly or indirectly controls, is controlled by or is under common control with another Tenderer; or
b) receives or has received any direct or indirect subsidy from another Tenderer; or
c) has the same - representative or ownership as another Tenderer; or
d) has a relationship with another Tenderer, directly or through commo n third parties, that puts it in a
position to influence the Tender of another Tenderer, or influence the decisions of the Procuring Entity
regarding this Tendering process; or
e) or any of its affiliates participated as a consultant in the preparation of the design or technical
specifications of the goods that are the subject of the Tender; or
f) or any of its affiliates has been hired (or is proposed to be hired) by the Procuring Entity or Procuring
Entity for the Contract implementation; or
g) would be providing goods, works, or non-consulting services resulting from or directly related to
consulting services for the preparation or implementation of the project spec ified in the TDS ITT 1.1
that it provided or were provided by any affiliate that directly or indirectly controls, is controlled by, or
is under common control with that firm; or has a close business or family relationship with a
professional staff of the Procuring Entity (or of the project implementing agency, who: (i) are directly or
indirectly involved in the preparation of the tendering document or specifications of the Contract, and/or
the Tender evaluation process of such Contract; or (ii) would be involved in the implementation or
supervision of such Contract unless the conflict stemming from such relationship has been resolved in a
manner acceptable to the Procuring Entity throughout the Tendering process and execution of the
Contract.
3.4 A tenderer shall not be involved in corrupt, coercive, obstructive, collusive or fraudulent practice. A tender er
that is proven to have been involved in any of these practices shall be automatically disqualified.
3.5 A firm that is a Tenderer (either individually or as a JV member) shall not submit more than one Tender,
except for permitted alternative Tenders. This includes participation as a subcontractor. Such participation shall
result in the disqualification of all Tenders in which the firm is involved. A firm that is not a Tenderer o r a
JV member, may participate as a subcontractor in more than one Tender. Members of a joint venture may
not also make an individual tender, be a subcontractor in a separate tender or be part of another joint
venture for the purposes of the same Tender.
3.6 A Tenderer may have the nationality of any country, subject to the restrictions pursuant to ITT3.9. A
Tenderer shall be deemed to have the nationality of a country if the Tenderer is constituted, incorporated o r
registered in and operates in conformity with the provisions of the laws of that country, as evidenced by its
articles of incorporation (or equivalent documents of constitution or association) and its registration
documents, as the case may be. This criterion also shall apply to the determination of the nationality of
proposed subcontractors or sub consultants for any part of the Contract including related Services.
3.7 A Tenderer that has been debarred by the PPRA from participating in public procurement shall be ineligible
to tender or be awarded a contract. The list of debarred firms and individuals is available from the PPRA's
website www.ppra.go.ke
3.8 Tenderers that are state-owned enterprises or institutions may be eligible to compete and be awarded a
Contract(s) only if they are (i) a legal public entity of the state Government and/or public administration, (ii)
financially autonomous and not receiving any significant subsidies or budget support from any public entity or
Government, and (iii) operating under commercial law and vested with legal rights and liabilities similar to
any commercial enterprise to enable it compete with firms in the private sector on an equal basis. Public
employees and their close relatives are not eligible to participate in the tender.
3.9 Tenderers may be ineligible if their countries of origin (a) as a matter of law or official regulations, Kenya
prohibits commercial relations with that country, or(b) by an act of compliance with a decision of the Unite d
Nations Security Council taken under Chapter VII of the Charter of the United Nations, Kenya prohibits any
import of goods or contracting for supply of goods or services from that country, or any payments to any
country, person, or entity in that country. A tenderer shall provide such documentary evidence of eligibility
satisfactory to the Procuring Entity, as the Procuring Entity shall reasonably request.
3.10 Tenderers shall provide the qualification information statement that the tenderer (including all members of a
joint venture and subcontractors) is not associated, or have been associated in the past, directly or indirec tly,
with a firm or any of its affiliates which have been engaged by the Procuring entity to provide consulting
services for the preparation of the design, specifications, and other documents to be used for the procurement
of the goods under this Invitation for tenders.
3.11 Where the law requires tenderers to be registered with certain authorities in Kenya, such registration
requirements shall be defined in the TDS
3.12 The Competition Act of Kenya requires that firms wishing to tender as Joint Venture undertakings which
may prevent, distort or lessen competition in provision of services are prohibited unless they are exempt in
accordance with the provisions of Section 25 of the Competition Act, 2010. JVs will be required to seek for
exemption from the Competition Authority. Exemption shall not be a condition for tender, but it shall be a
condition of contract award and signature. A JV tend erer shall be given opportunity to seek such exemption
as a condition of award and signature of contract. Application for exemption from the Competition Authority
of Kenya may be accessed from the website www.cak.go.ke.
3.13 A Kenyan tenderer shall provide evidence of having fulfilled his/her tax obligations by producing a current
tax clearance certificate or tax exemption certificate issued by the Kenya Revenue Au thority.
vi
4. Eligible Goods and Related Services
4.1 All the Goods and Related Services to be supplied under the Contract shall have their origin in any country
that is eligible in accordance with ITT 3.9.
4.2 For purposes of this ITT, the term “goods” includes commodities, raw material, machinery, equipment, and
industrial plants; and “related services” include services such as insurance, installation, training, and initia l
maintenance.
4.3 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.
4.4 A procuring entity shall ensure that the items listed below shall be sourced from Kenya and there shall be
no substitutions from foreign sources. The affected items are:
a) motor vehicles, plant and equipment which are assembled in Kenya;
b) furniture, textile, foodstuffs, oil and gas, information communication technology, steel, cement, leather,
agro-processed products, sanitary products, and other goods made in Kenya; or
c) goods manufactured, mined, extracted or grown in Kenya.
4.5 Any goods, works and production processes with characteristics that have been declared by the relevant
national environmental protection agency or by other competent authority as harmful to human beings and to
the environment shall not be eligible for procurement.
5.1 The tendering document consist of Parts 1, 2, and 3, which include all the sections indicated below, and
should be read in conjunction with any Addenda issued in accordance with ITT8.
PART 3: Contract
vi) Section VI - General Conditions of Contract (GCC)
5.2 The notice of Invitation to Tender or the notice to the prequalified Tenderers issued by the Procuring Entity
is not part of the tendering document.
5.3 Unless obtained directly from the Procuring Entity, the Procuring Entity is not responsible for the
completeness of the document, responses to requests for clarification, the minutes of the pre -tender meeting
(if any), or addenda to the tendering document in accordance with ITT7.
5.4 The Tenderer is expected to examine all instructions, forms, terms, and specifications in the tendering
document and to furnish with its Tender all information or documentation as is required by the tendering
document.
6.1 A Tenderer requiring any clarification of the Tender Document shall contact the Procuring Entity in writing
at the Procuring Entity's address specified in the TDS or raise its enquiries during the pre-Tender meeting if
provided for in accordance with ITT 6.4. The Procuring Entity will respond in writing to any request for
clarification, provided that such request is received no later than the period specified in the TDS prior to the
deadline for submission of tenders. The Procuring Entity shall forward copies of its response to all tenderer s
who have acquired the Tender documents in accordance with ITT 5.3, including a description of the inquiry
but without identifying its source. If so specified in the TDS, the Procuring Entity shall also promptly
publish its response at the web page identified in the TDS. Should the clarification result in changes to the
essential elements of the Tender Documents, the Procuring Entity shall amend the Tender Documents
following the procedure under ITT 7.
6.2 The Procuring Entity shall specify in the TDS if a pre-tender conference will be held, when and where. The
Tenderer's designated representative is invited to attend a pre -Tender meeting. The purpose of the meeting
will be to clarify issues and to answer questions on any matter that may be raised at that stage.
6.3 The Tenderer is requested to submit any questions in writing, to reach the Procuring Entity not later than the
period specified in the TDS before the meeting.
6.4 Minutes of the pre-Tender meeting, if applicable, including the text of the questions asked by Tenderers a nd
the responses given, together with any responses prepared after the meeting, will be transmitted promptly to
all Tenderers who have acquired the Tender Documents in accordance with ITT 6.3. Minutes shall not identify
the source of the questions asked.
6.5 The Procuring Entity shall also promptly publish anonymized (no names)Minutes of the pre-Tender meeting at
the web page identified in the TDS. Any modification to the Tender Documents that may become necessary
as a result of the pre-Tender meeting shall be made by the Procuring Entity exclusively through the issue of
an Addendum pursuant to ITT 7 and not through the minutes of the pre -Tender meeting. Nonattendance at
the pre- Tender meeting will not be a cause for disqualification of a Tenderer.
7.1 At any time prior to the deadline for submission of Tenders, the Procuring Entity may amend the tendering
document by issuing addenda.
7.2 Any addendum issued shall be part of the tendering document and shall be communicated in writing to all
who have obtained the tender document from the Procuring Entity in accordance with ITT 6.3. The Procuring
Entity shall also promptly publish the addendum on the Procuring Entity's web page in accordance with ITT
7.1.
7.3 To give prospective Tenderers reasonable time in which to take an addendum into account in preparing their
Tenders, the Procuring Entity may, at its discretion, extend the deadline for the submission of Tenders,
pursuant to ITT 21.2.
C. Preparation of Tenders
8. Cost of Tendering
8.1 The Tenderer shall bear all costs associated with the preparation and submission of its Tender, and the
Procuring Entity shall not be responsible or liable for those costs, regardless of the conduct or outcome of
the Tendering process.
9. Language of Tender
9.1 The Tender, as well as all correspondence and documents relating to the Tender exchanged by the Tenderer
and the Procuring Entity, shall be written in English Language . Supporting documents and printed literature
that are part of the Tender may be in another language provided they are accompanied by an accurate
translation of the relevant passages into the English Language, in which case, for purposes of interpretation
of the Tender, such translation shall govern.
10.2 In addition to the requirements under ITT 10.1, Tenders submitted by a JV shall include a copy of the Join t
Venture Agreement entered into by all members. Alternatively, a letter of intent to execute a Joint Venture
Agreement in the event of a successful Tender shall be signed by all members and submitted with the
Tender, together with a copy of the proposed Agreement.
10.3 The Tenderer shall furnish in the Form of Tender information on commissions gratuities, and fees, if any,
paid or to be paid to agents or any other party relating to this Tender.
11.1 The Form of Tender and Price Schedules shall be prepared using the relevant forms furnished in Section IV,
Tendering Forms. The forms must be completed without any alterations to the text. All blank spaces shall be
filled in with the information requested. The Tenderer shall chronologically serialise pages of all tender
documents submitted.
12.1 Unless otherwise specified in the TDS, alternative Tenders shall not be considered.
13.1 The prices quoted by the Tenderer in the Form of Tender and in the Price, Schedules shall conform to the
requirements specified below.
13.2 All lots (contracts) and items must be listed and priced separately in the Price Schedules.
13.3 The price to be quoted in the Form of Tender in accordance with ITT10.1 shall be the total price of the
Tender, including any discounts offered.
13.4 The Tenderer shall quote any discounts and indicate the methodology for their application in the form of
tender. Conditional discounts will be rejected.
13.5 Prices quoted by the Tenderer shall be fixed during the performance of the Contract and not subject to
variation on any account, unless otherwise specified in the TDS. A Tender submitted with an adjustable price
quotation shall be treated as non-responsive and shall be rejected, pursuant to ITT 28. However, if in
accordance with the TDS, prices quoted by the Tenderer shall be subject to adjustment during the
performance of the Contract, a Tender submitted with a fixed price quotation shall not be rejected, but the
price adjustment shall be treated as zero.
13.6 If specified in ITT 1.1, Tenders are being invited for individual lots (contracts) or for any combination of
lots (packages). Unless otherwise specified in the TDS, prices quoted shall correspond to 100 % of the items
specified for each lot and to 100% of the quantities specified for each item of a lot. Tenderers wishing to
offer discounts for the award of more than one Contract shall specify in their Tender the price reductions
applicable to each package, or alternatively, to individual Contracts within the package. Discounts shall be
submitted in accordance with ITT 13.4 provided the Tenders for all lots (contracts) are opened at the same
time.
13.7 The terms EXW, CIP, CIF, DDP and other similar terms shall be governed by the rules prescribed in the
current edition of Incoterms, published by the International Chamber of Commerce.
13.8 Prices shall be quoted as specified in each Price Schedule included in Section IV, Tendering Forms. The
disaggregation of price components is required solely for th e purpose of facilitating the comparison of
Tenders by the Procuring Entity. This shall not in any way limit the Procuring Entity's right to contract o n
any of the terms offered. In quoting prices, the Tenderer shall be free to use transportation through carriers
registered in any eligible country. Similarly, the Tenderer may obtain insurance services from any eligible
country in accordance with ITT 3.6, Eligible Tenders. Prices shall be entered in the following manner:
a) For Goods manufactured in Kenya:
I) the price of the Goods quoted EXW (ex-works, ex-factory, ex warehouse, ex showroom, or off-
the- shelf, as applicable) final destination point indicated in the TDS, including all customs
duties and sales and other taxes already paid or payable on the components and raw material
used in the manufacture or assembly of the Goods;
ii) any sales tax and other taxes which will be payable in Kenya on the Goods if the Contract is
awarded to the Tenderer; and
iii) the price for inland transportation, insurance, and other local services required to convey the
Goods to their final destination specified in the TDS.
b) For Goods manufactured outside Kenya, to be imported:
i) the price of the Goods, quoted CIP named place of destination, in Kenya, as specified in the
TDS;
ii) the price for inland transportation, insurance, and other local services required to convey the
Goods from the named place of destination to their final destination specified in the TDS;
c) For Goods manufactured outside Kenya, already imported:
i) the price of the Goods, including the original import value of the Goods; plus, any mark-up (or
rebate); plus, any other related local cost, and custom duties and other import taxes already paid
or to be paid on the Goods already imported;
ii) the custom duties and other import taxes already paid (need to be supported with documentary
evidence) or to be paid on the Goods already imported;
iii) any sales and other taxes levied in Kenya which will be payable on the Goods if the Contract is
awarded to the Tenderer; and
iv) the price for inland transportation, insurance, and other local services required to convey the Goods
from the named place of destination to their final destination (Project Site) specified in the TDS.
d) for Related Services, other than inland transportation and other services required to convey the Goods
to their final destination, whenever such Related Services are specified in the Schedule of Requirements,
the price of each item comprising the Related Services (inclusive of any applicable taxes).
b) that, if required in the TDS, in case of a Tenderer not doing business within the Kenya, the Tenderer
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 of Contract and/or Technical Specifications; and
c) that the Tenderer meets each of the qualification criterion specified in Section III, Evaluation and
Qualification Criteria.
17.1 Tenders shall remain valid for the Tender Validity period specified in the TDS. The Tender Validity period
starts from the date fixed for the Tender submission deadline (as prescribed by the Procuring Entity in
accordance with ITT 21.1). A Tender valid for a shorter period shall be rejected by the Procuring Entity as
non-responsive.
17.2 In exceptional circumstances, prior to the expiration of the Tender validity period, the Procuring Entity may
request Tenderers to extend the period of validity of their Tenders. The request and the responses shall be made
in writing. If a Tender Security is requested in accord ance with ITT 18, it shall also be extended for a
corresponding period. A Tenderer may refuse the request without forfeiting its Tender Security. A Tenderer
granting the request shall not be required or permitted to modify its Tender, except as provided in ITT 17.3.
17.3 If the award is delayed by a period exceeding the number of days to be specified in the TDS days beyond
the expiry of the initial tender validity period, the Contract price shall be determined as follows:
a) in the case of fixed price contracts, the Contract price shall be the tender price adjusted by the factor
specified in the TDS;
b) in the case of adjustable price contracts, no adjustment shall be made; or in any case, tender
evaluation shall be based on the tender price without taking into consideration the applicable correction
from those indicated above.
18.1 The Tenderer shall furnish as part of its Tender, either a Tender-Securing Declaration or a Tender Security,
as specified in the TDS, in original form and, in the case of a Tender Security, in the amount and currency
specified in the TDS.
18.2 A Tender Securing Declaration shall use the form included in Section IV, Tendering Forms.
18.3 If a Tender Security is specified pursuant to ITT 18.1, the Tender Security shall be a demand guarantee in
any of the following forms at the Tenderer option:
i) cash;
ii) a bank guarantee;
iii) a guarantee by an insurance company registered and licensed by the Insurance Regulatory Authority
listed by the Authority; or
iv) a letter of credit; or
v) guarantee by a deposit taking micro-finance institution, Sacco society, the Youth Enterprise Dev elopment
Fund or the Women Enterprise Fund.
18.4 If an unconditional guarantee is issued by a non -Bank financial institution located outside Kenya, the issuing
non-Bank financial institution shall have a correspondent financial instit ution located in Kenya to make it
enforceable unless the Procuring Entity has agreed in writing, prior to Tender submission, that a
correspondent financial institution is not required. In the case of a bank guarantee, the Tender Security shall
be submitted either using the Tender Security Form included in Section IV, Tendering Forms, or in another
substantially similar format approved by the Procuring Entity prior to Tender submission. The Tender Security
shall be valid for thirty
(30) days beyond the original validity period of the Tender, or beyond any period of extension if requested
under ITT 17.2.
18.5 If a Tender Security is specified pursuant to ITT 18.1, any Tender not accompanied by a substantially
responsive Tender Security shall be rejected by the Procuring Entity as non -responsive.
18.6 If a Tender Security is specified pursuant to ITT 18.1, the Tender Security of unsuccessful Tenderers shall be
returned as promptly as possible upon the successful Tenderer signing the Contract and furnishing the
Performance Security pursuant to ITT 46.The Procuring Entity shall also promptly return the tender security
to the tenderers where the procurement proceedings are terminated, all tenders were determined non -responsive
or a bidder declines to extend tender validity period.
18.7 The Tender Security of the successful Tenderer shall be returned as promptly as possible once the successful
Tenderer has signed the Contract and furnished the required Performance Security.
18.8 The Tender Security may be forfeited or the Tender Securing Declaration executed:
a) if a Tenderer withdraws its Tender during the period of Tender validity specified by the Tenderer in
the Form of Tender, or any extension thereto provided by the Tenderer; or
b) if the successful Tenderer fails to:
i) sign the Contract in accordance with ITT 45; or
ii) furnish a Performance Security in accordance with ITT 46.
18.9 Where tender securing declaration is executed, the Procuring Entity shall recommend to the PPRA that PPRA
debars the Tenderer from participating in public procurement as provided in the law.
18.10 The Tender Security or Tender- Securing Declaration of a JV must be in the name of the JV that submits
the Tender. If the JV has not been legally constitu ted into a legally enforceable JV at the time of Tendering,
the Tender Security or Tender-Securing Declaration shall be in the names of all future members as named in
the letter of intent referred to in ITT3.1 and ITT 10.2.
19.1 The Tenderer shall prepare one original of the documents comprising the Tender as described in ITT 11 and
clearly mark it “ORIGINAL.” Alternative Tenders, if permitted in accordance with ITT 12, shall be clearly
marked “ALTERNATIVE.” In addition, the Tenderer shall submit copies of the Tender, in the number
specified in the TDS and clearly mark them “COPY.” In the event of any discrepancy between the original
and the copies, the original shall prevail.
19.2 Tenderers shall mark as “CONFIDENTIAL” information in their Tenders which is confidential to their
business. This may include proprietary information, trade secrets, or commercial or financially sensitive
information.
19.3 The original and all copies of the Tender shall be typed or written in indelible ink and shall be signed by a
person duly authorized to sign on behalf of the Tenderer. This authorization shall consist of a written
confirmation as specified in the TDS and shall be attached to the Tender. The name and position held by
each person signing the authorization must be typed or printed below the signature. All pages of the Tender
where entries or amendments have been made shall be signed or initialed by the person signing the Tender.
19.4 In case the Tenderer is a JV, the Tender shall be signed by an authorized representative of the JV on behalf
of the JV, and so as to be legally binding on all the members as evidenced by a power of attorney signed
by each members' legally authorized representatives.
19.5 Any inter-lineation, erasures, or overwriting shall be valid only if they are signed or initialed by the person
signing the Tender.
20.1 Depending on the sizes or quantities or weight of the tender documents, a tenderer may use an envelope,
package or container. The Tenderer shall deliver the Tender in a single sealed envelope, or in a single sea led
package, or in a single sealed container bearing the name and Reference number of the Tender, addressed to
the Procuring Entity and a warning not to open before the time and date for Tender opening date. Within
the single envelope, package or container, the Tenderer shall place the following separate, sealed envelopes:
a) in an envelope or package or container marked “ORIGINAL”, all documents comprising the Tender, as
described in ITT 11; and
b) in an envelope or package or container marked “COPIES”, all required copies of the Tender; and
c) if alternative Tenders are permitted in accordance with ITT 12, and if relevant:
i) in an envelope or package or container marked “ORIGINAL –ALTERNATIVE TENDER”, the
alternative Tender; and
ii) in the envelope or package or container marked “COPIES- ALTERNATIVE TENDER”, all
required copies of the alternative Tender.
20.4 If an envelope or package or container is not sealed and marked as required, the Procuring Entity will
assume no responsibility for the misplacement or premature opening of the Tender. Tenders misplaced or
opened prematurely will not be accepted.
21.1 Tenders must be received by the Procuring Entity at the addres s and no later than the date and time
specified in the TDS. When so specified in the TDS, Tenderers shall have the option of submitting their
Tenders electronically. Tenderers submitting Tenders electronically shall follow the electronic Tender
submission procedures specified in the TDS.
21.2 The Procuring Entity may, at its discretion, extend the deadline for the submission of Tenders by amending
the tendering document in accordance with ITT7, in which case all rights and obligations of the Procuring
Entity and Tenderers previously subject to the deadline shall thereafter be subject to the deadline as extend ed.
22.1 The Procuring Entity shall not consider any Tender that arrives after the deadline for submission of Tenders.
Any Tender received by the Procuring Entity after the deadline for submission of Tenders shall be declared
late, rejected, and returned unopened to the Tenderer.
23.1 A Tenderer may withdraw, substitute, or modify its Tender after it has been submitted by sending a written
notice, duly signed by an authorized representative, and shall include a copy of the authorization (the power
of attorney) in accordance with ITT19.3, (except that withdrawal notices do not require copies). The
corresponding substitution or modification of the Tender must accompany the respective written notice. All
notices must be:
a) prepared and submitted in accordance with ITT 20 and 21 (except that withdrawal notices do not
require copies), and in addition, the respective envelopes shall be clearly marked “WITHDRAWAL,”
“SUBSTITUTION,” or “MODIFICATION;” and
b) received by the Procuring Entity prior to the deadline prescribed for submission of Tenders, in
accordance with ITT 22.
23.3 Tenders requested to be withdrawn in accordance with ITT 23.1 shall be returned unopened to the Tenderers.
23.4 No Tender may be withdrawn, substituted, or modified in the interval between the deadline for submission of
Tenders and the expiration of the period of Tender valid ity specified by the Tenderer on the Form of Tender
or any extension thereof.
24.1 Except as in the cases specified in ITT 23, the Procuring Entity shall, at the Tender opening, publicly open
and read out all Tenders received by the deadline at the date, time and place specified in the TDS in the
presence of Tenderers' designated representatives who choose to attend, including to attend any specific
electronic tender opening procedures if electronic tendering is permitted in accordance with ITT 21.1, shall be
as specified in the TDS.
24.2 First, envelopes marked “WITHDRAWAL” shall be opened and read out and the envelope with the
corresponding Tender shall not be opened, but returned to the Tenderer. If the withdrawal envelope does not
contain a copy of the “power of attorney” confirming the signature as a person duly authorized to sign on
behalf of the Tenderer, the corresponding Tender will be opened. No Tender withdrawal shall be permitted
unless the corresponding withdrawal notice contains a valid authorization to request the withdrawal and is
read out at Tender opening.
24.3 Next, envelopes marked “SUBSTITUTION” shall be opened and read out and exchanged with the
corresponding Tender being substituted, and the substituted Tender shall not be opened, but returned to the
Tenderer. No Tender substitution shall be permitted unless the corresponding substitution notice contains a
valid authorization to request the substitution and is read out at Tender opening.
24.4 Next, envelopes marked “MODIFICATION” shall be opened and read out with t he corresponding Tender. No
Tender modification shall be permitted unless the corresponding modification notice contains a valid
authorization to request the modification and is read out at Tender opening.
24.5 Next, all remaining envelopes shall be opened one at a time, reading out: the name of the Tenderer and
whether there is a modification; the total Tender Prices, per lot (contract) if applicable, including any
discounts and alternative Tenders; the presence or absence of a Tender Security, if required; and any other
details as the Procuring Entity may consider appropriate.
24.6 Only Tenders, alternative Tenders and discounts that are opened and read out at Tender ope ning shall be
considered further for evaluation. The Form of Tender and pages of the Bills of Quantities are to be initia led
by the members of the tender opening committee attending the opening. The number of representat ives of the
Procuring Entity to sign shall be specified in the TDS.
24.7 The Procuring Entity shall neither discuss the merits of any Tender nor reject any Tender (except for late
Tenders, in accordance with ITT 22.1).
24.8 The Procuring Entity shall prepare a record of the Tender opening that shall include, as a minimum:
a) the name of the Tenderer and whether there is a withdrawal, substitution, or modification;
b) the Tender Price, per lot (contract) if applicable, including any discounts;
c) any alternative Tenders;
d) the presence or absence of a Tender Security or Tender-Securing Declaration, if one was required;
e) number of pages of each tender document submitted.
24.9 The Tenderers' representatives who are present shall be requested to sign the record. The omission of a
Tenderer signature on the record shall not invalidate the contents and effect of the record. A copy of the
tender opening register shall be issued to a Tenderer upon request.
25. Confidentiality
25.1 Information relating to the evaluation of Tenders and recommendation of contract award, shall not be
disclosed to Tenderers or any other persons not officially concerned with the tendering process until the
information on Intention to Award the Contract is transmitted to all Tenderers in accordance with ITT 41.
25.2 Any effort by a Tenderer to influence the Procuring Entity in the evaluation or contract award decisions may
result in the rejection of its Tender.
25.3 Notwithstanding ITT 25.2, from the time of Tender opening to the time of Contract Award, if any Tenderer
wishes to contact the Procuring Entity on any matter related to the Tendering process, it should do so in
writing.
26.1 To assist in the examination, evaluation, comparison of the Tenders, and qualification of the Tenderers, the
Procuring Entity may, at its discretion, ask any Tenderer for a clarification of its Tender. A ny clarification
submitted by a Tenderer in respect to its Tender and that is not in response to a request by the Procurin g
Entity shall not be considered. The Procuring Entity's request for clarification and the response shall be in
writing. No change, including any voluntary increase or decrease, in the prices or substance of the Tender
shall be sought, offered, or permitted except to confirm the correction of arithmetic errors discovered by the
Procuring Entity in the Evaluation of the Tenders, in accordance with ITT 30.
If a Tenderer does not provide clarifications of its Tender by the date and time set in the Procuring Entit y's
request for clarification, its Tender may be rejected.
vi
28.1 The Procuring Entity's determination of a Tender's responsiveness is to be based on the contents of the
Tender itself, as defined in ITT28.2.
28. A substantially responsive Tender is one that meets the requirements of the tendering document without
material deviation, reservation, or omission. A material deviation, reservation, or omission is one that:
a) if accepted, would:
i) affect in any substantial way the scope, quality, or performance of the Goods and Related Services
specified in the Contract; or
ii) limit in any substantial way, inconsistent with the tendering document, the Procuring Entity's rights
or the Tenderer obligations under the Contract; or
b) if rectified, would unfairly affect the competitive position of other Tenderers presenting substantially
responsive Tenders.
28.2 The Procuring Entity shall examine the technical aspects of the Tender submitted in accordance with ITT 15
and ITT 16, in particular, to confirm that all requirements of Section VII, Schedule of Requirements have
been met without any material deviation or reservation, or omissio n.
28.3 If a Tender is not substantially responsive to the requirements of tendering document, it shall be rejected by
the Procuring Entity and may not subsequently be made responsive by correction of the material deviation,
reservation, or omission.
29.1 Provided that a Tender is substantially responsive, the Procuring Entity may waive any non -conformities in
the Tender.
29.2 Provided that a Tender is substantially responsive, the Procuring Entity may request that the Tenderer submit
the necessary information or documentation, within a reasonable period of time, to rectify nonmaterial non -
conformities or omissions in the Tender related to docu mentation requirements. Such omission shall not be
related to any aspect of the price of the Tender. Failure of the Tenderer to comply with the request may
result in the rejection of its Tender.
29.3 Provided that a Tender is substantially responsive, the Procuring Entity shall rectify quantifiable nonmaterial
non-conformities related to the Tender Price. To this effect, the Tender Price shall be adjusted, for
comparison purposes only, to reflect the price of a missing or non-conforming item or component in the
manner specified in the TDS. The adjustment shall be based on the average price of the item or component
as quoted in other substantially responsive Tenders. If the price of the item or component cannot be derived
from the price of other substantially responsive Tenders, the Procuring Entity shall use its best estimate.
30.1 The tender sum as submitted and read out during the tender opening shall be absolute and final and shall not
be the subject of correction, adjustment or amendment in any way by any person or entity.
30.2 Provided that the Tender is substantially responsive, the Procuring Entity shall handle errors on the following
basis:
a) Any error detected if considered a major deviation that affects the substance of the tender, shall lead to
disqualification of the tender as non-responsive .
b) Any errors in the submitted tender arising from a miscalculation of unit price, quantity, subtotal and
total bid price shall be considered as a major deviation that affects the substance of the tender and
shall lead to disqualification of the tender as non-responsive. and
c) if there is a discrepancy between words and figures, the amount in words shall prevail.
30.3 Tenderers shall be notified of any error detected in their bid during the notification o f a ward.
31.1 For evaluation and comparison purposes, the currency(ies) of the Tender shall be converted in a single
currency as specified in the TDS.
32.1 A margin of preference may be allowed on locally manufactured goods only when the contract is open to
international tendering, where the tender is likely to attract foreign goods and where the contract exceeds t he
threshold specified in the Regulations.
32.2 For purposes of granting a margin of preference on locally manufactured goods under international
competitive tendering, a procuring entity shall not subject the items listed below to international tender and
hence no margin of preference shall be allowed. The affected items are:
a) motor vehicles, plant and equipment which are assembled in Kenya;
b) furniture, textile, foodstuffs, oil and gas, information communication technology, steel, cement, leather
agro-processing, sanitary products, and other goods made in Kenya; or
c) goods manufactured, mined, extracted or grown in Kenya.
32.3 A margin of preference shall not be allowed unless it is specified so in the TDS.
32.4 Contracts procured on basis of international competitive tendering shall not be subject to reservations to
specific groups s as provided in ITT 32.5.
32.5 Where it is intended to reserve a contract to a specific group of busine sses (these groups are Small and
Medium Enterprises, Women Enterprises, Youth Enterprises and Enterprises of persons living with disability,
as the case may be), and who are appropriately registered as such by the authority to be specified in the
TDS, a procuring entity shall ensure that the invitation to tender specifically indicates that only businesses or
firms belonging to the specified group are eligible to tender as specified in the TDS. No tender shall be
reserved to more than one group. If not so stated in the Tender documents, the invitation to tender will be
open to all interested tenderers.
33.1 The Procuring Entity shall use the criteria and methodologies listed in this ITT and Section III, Evaluation
and Qualification criteria. No other evaluation criteria or methodologies shall be permitted. By applying the criteria
and methodologies, the Procuring Entity shall determine the Lowest Evaluated Tender. This is the Tender of
the Tenderer that meets the qualification criteria and whose Tender has been determined to be:
a) substantially responsive to the tender documents; and
b) the lowest evaluated price.
33.2 Price evaluation will be done for Items or Lots (contracts), as specified in the TDS; and the Tender Price as
quoted in accordance with ITT 14. To evaluate a Tender, the Procuring Entity shall consider the following:
a) price adjustment due to unconditional discounts offered in accordance with ITT 13.4;
b) converting the amount resulting from applying (a) and (b) above, if relevant, to a single currency in
accordance with ITT 31;
c) price adjustment due to quantifiable nonmaterial non-conformities in accordance with ITT 29.3; and
d) any additional evaluation factors specified in the TDS and Section III, Evaluation and Qualification
Criteria.
33.3 The estimated effect of the price adjustment provisions of the Conditions of Contract, applied over the period
of execution of the Contract, shall not be considered in Tender evaluation.
33.4 Where the tender involves multiple lots or contracts, the tenderer will be allowed to tender for one or more
lots (contracts). Each lot or contract will be evaluated in accordance with ITT 33.2. The methodology to
determine the lowest evaluated tenderer or tenderers based one lot (co ntract) or based on a combination of
lots (contracts), will be specified in Section III, Evaluation and Qualification Criteria. In the case of multiple
lots or contracts, tenderer will be will be required to prepare the Eligibility and Qualification Criteria Form
for each Lot.
33.5 The Procuring Entity's evaluation of a Tender will include and consider:
a) in the case of Goods manufactured in Kenya, sales and other similar taxes, which will be payable on
the goods if a contract is awarded to the Tenderer;
b) in the case of Goods manufactured outside Kenya, already imported or to be imported, customs duties
and other import taxes levied on the imported Good, sales and other similar taxes, which will be
payable on the Goods if the contract is awarded to the Tenderer;
33.6 The Procuring Entity's evaluation of a Tender may require the consideration of other factors, in addition to
the Tender Price quoted in accordance with ITT 14. These factors may be related to the characteristics,
performance, and terms and conditions of purchase of the Goods and Related Services. The effect of the
factors selected, if any, shall be expressed in monetary terms to facilitate comparison of Tenders, unless
otherwise specified in the TDS from amongst those set out in Section III, Evaluation and Qualification
vi
Criteria. The additional criteria and methodologies to be used shall be as specified in ITT 33.2(d).
34.1 The Procuring Entity shall compare the evaluated costs of all substantially responsive Tenders established in
accordance with ITT 33.2 to determine the Tender that has the lowest evaluated cost. The comparison shall
be on the basis of total cost (place of final destination) prices for all goods and all prices, plus cost of
inland transportation and insurance to place of destination, for goods manufactured within the Kenya, together
with prices for any required installation, training, commissioning and other services.
35.1 An Abnormally Low Tender is one where the Tender price, in combination with other constituent elements of
the Tender, appears unreasonably low to the extent that the Tender price raises material concerns with the
Procuring Entity as to the capability of the Tenderer to perform the Contract for the offered Tender price.
35.2 In the event of identification of a potentially Abnormally Low Tender by the evaluation committee, the
Procuring Entity shall seek written clarification from the Tenderer, including a detailed price analyses of its
Tender price in relation to the subject matter of the contract, scope, delivery schedule, allocation of risks and
responsibilities and any other requirements of the tendering d ocument.
35.3 After evaluation of the price analysis, in the event that the Procuring Entity determines that the Tenderer has
failed to demonstrate its capability to perform the contract for the offered Tender price, the Procuring Entity
shall reject the Tender.
36.4 An abnormally high price is one where the tender price, in combination with other constituent elements of
the Tender, appears unreasonably too high to the extent that the Procuring Entity is concerned that it (the
Procuring Entity) may not be getting value for money or it may be paying too high a price for the contrac t
compared with market prices or that genuine competition between Tenderers is compromised.
36.5 In case of an abnormally high tender price, the Procuring Entity shall make a survey of the market prices,
check if the estimated cost of the contract is correct and review the Tender Documents to check if the
specifications, scope of work and conditions of contract are contributory to the abnormally high tenders. The
Procuring Entity may also seek written clarification from the tenderer on the reason for the hig h tender price.
The Procuring Entity shall proceed as follows:
i) If the tender price is abnormally high based on wrong estimated cost of the contract, the Procuring
Entity may accept or not accept the tender depending on t he Procuring Entity's budget considerations.
ii) If specifications, scope of work and/or conditions of contract are contributory to the abnormally high
tender prices, the Procuring Entity shall reject all tenders and may retender for the contract based on
revised estimates, specifications, scope of work and conditions of contract, as the case may be.
36.6 If the Procuring Entity determines that the Tender Price is abnormally too high because genuine competition
between tenderers is compromised (often due to collusion, corruption or other manipulations), the Procuring
Entity shall reject all Tenders and shall institute or cause relevant Government Agencies to institute an
investigation on the cause of the compromise, before retendering.
37.1 The Procuring Entity shall determine, to its satisfaction, whether the eligible Tenderer that is selected as
having submitted the lowest evaluated cost and substantially responsive Tender, meets the qualifying criteria
specified in Section III, Evaluation and Qualification Criteria.
37.2 The determination shall be based upon an examination of the documentary evidence of the Tenderer
qualifications submitted by the Tenderer, pursuant to ITT 15 and 16. The determination shall not take into
consideration the qualifications of other firms such as the Tenderer subsidiaries, parent entities, affiliates,
subcontractors (other than specialized subcontractors if permitted in the tendering document), or any other
firm(s) different from the Tenderer.
37.3 An affirmative determination shall be a prerequisite for award of the Contract to the Tenderer. A negative
determination shall result in disqualification of the Tender, in which event the Procuring Entity shall proceed
to the Tenderer who offers a substantially responsive Tender with the next lowest evaluated cost to make a
similar determination of that Tenderer qualifications to perform satisfactorily.
39. Procuring Entity's Right to Accept Any Tender, and to Reject Any or All Tenders.
39.1 The Procuring Entity reserves the right to accept or reject any Tender, and to annul the Tendering process
and reject all Tenders at any time prior to notification Award, without thereby incurring any liability to
Tenderers. In case of annulment, all Tenderers shall be notified with reasons andall Tenders submitted and
specifically, tender securities, shall be promptly returned to the Tenderers.
F. Award of Contract
40.1 The Procuring Entity shall award the Contract to the successful tenderer whose tender has been determined to
be the Lowest Evaluated Tender in accordance with procedures in Section 3: Evaluation and Qualification
Criteria.
41.1 The Procuring Entity reserves the right at the time of Contract award to increase or decrease, by the percentage (s) for
items as indicated in the TDS.
Upon award of the contract and Prior to the expiry of the Tender Validity Period the Procuring Entity shall
issue a Notification of Intention to Enter into a Contract / Notification of award to all tenderers which sha ll
contain, at a minimum, the following information:
a) the name and address of the Tenderer submitting the successful tender;
b) the Contract price of the successful tender;
c) a statement of the reason(s) the tender of the unsuccessful tenderer to whom the letter is addressed was
unsuccessful, unless the price information in (c) above already reveals the reason;
d) the expiry date of the Standstill Period; and
e) instructions on how to request a debriefing and/or submit a complaint during the standstill period;
43.1 The Contract shall not be awarded earlier than the expiry of a Standstill Period of 14 days to allow any
dissatisfied candidate to launch a complaint. Where only one Tender is submitted, the Standstill Period shall
not apply.
43.2 Where standstill period applies, it shall commence when the Procuring Entity has transmitted to each
Tenderer the Notification of Intention to Enter into a Contract to the successful Tenderer.
44.2 Debriefings of unsuccessful Tenderers may be done in writing or verbally. The Tenderer shall bear its own
costs of attending such a debriefing meeting.
vi
46.1 Upon the expiry of the fourteen days of the Notification of Intention to ente r into contract and upon the
parties meeting their respective statutory requirements, the Procuring Entity shall send the successful Tenderer
the Contract Agreement.
46.2 Within fourteen (14) days of receipt of the Contract Agreement, the successful Tenderer shall sign, date, and
return it to the Procuring Entity.
46.3 The written contract shall be entered into within the period specified in the notification of award and before
expiry of the tender validity period.
47.1 Within twenty-one (21) days of the receipt of Letter of Acceptance from the Procuring Entity, the successful
Tenderer, if required, shall furnish the Performance Security in accordance with the GCC 18, using for that
purpose the Performance Security Form included in Section X, Contract Forms. If the Performance Security
furnished by the successful Tenderer is in the form of a bond, it shall be issued by a bonding or insuran ce
company that has been determined by the successful Tenderer to be acceptable to the Procuring Entity. A
foreign institution providing a bond shall have a correspondent financial institution located in Kenya, unless
the Procuring Entity has agreed in writing that a correspondent financial institution is not required.
47.2 Failure of the successful Tenderer to submit the above-mentioned Performance Security or sign the Contract
shall constitute sufficient grounds for the annulment of the award and forfeiture of the T ender Security. In
that event the Procuring Entity may award the Contract to the Tenderer offering the next lowest Evaluated
Tender.
47.3 Performance security shall not be required for a contract, if so specified in the TDS.
49.2 A request for administrative review shall be made in the form provided under contract forms.
SECTION II – TENDER DATA SHEET (TDS)
The following specific data shall complement, supplement, or amend the provisions in the Instructions to
Tenderers (ITT). Whenever there is a conflict, the provisions herein shall prevail over those in ITT.
ITT 3.7 A list of debarred firms and individuals is available on the PPRA’s website:
www.ppra.go.ke
ITT 3.11 Tenderers shall be required to be to be registered with – Not applicable
B. Contents of Tendering Document
ITT 6.1 (a) Address where to send enquiries is p.o box 541-10106 Othaya and
[email protected]
to reach the Procuring Entity not later than 8th November 2022 10:00hrs (Kenyan time)
(b) The Procuring Entity publish its response at the website [email protected]
C. Preparation of Tenders
ITT 10 (j) The Tenderer shall submit the following additional documents in its Tender: [list any
additional documents not already listed in ITT 11.1 that must be submitted with the
Tender]- not applicable
ITT 12.1 Alternative Tenders “shall not be” considered.
[If alternatives shall be considered, the methodology shall be defined in Section III –
Evaluation and Qualification Criteria. See Section III for further details]
ITT 13.5 The prices quoted by the Tenderer “shall not”be subject to adjustment during the
performance of the Contract.
ITT 13.6 Prices quoted for each lot (contract) shall correspond at least to [100%] percent of the
items specified for each lot (contract).
Prices quoted for each item of a lot shall correspond at least to [100%] percent of the
quantities specified for this item of a lot.
24
ITT Reference Particulars Of Appendix To Instructions To Tenders
ITT 13.8 (a) (i) Place of final destination: [Mwai Kibaki Hospital]
and (iii)
ITT 13.8 (a) Final Destination (Project Site): [insert final destination/project site, if different from
(iii) named place of destination]- Not applicable
ITT 13.8 (b) (i) Named place of destination, in Kenya is Mwai Kibaki Hospital
ITT 13.8 (b) The price for inland transportation, insurance, and other local services required to convey the
(ii) Goods from the named place of destination to their final destination which is inclusive of
price quoted.
13.8 (c) (iv) The place of final destination (Project Site) is Mwai Kibaki Hospital.
(b) The Tender price shall be adjusted by the following percentages of the tender price:
(i) By
_________% of the local currency portion of the Contract price adjusted to
reflect local inflation during the period of extension, and
(ii) By___
________% the foreign currency portion of the Contract price adjusted to reflect
the international inflation during the period of extension. - not applicable
ITT 18.1 [If a Tender Security shall be required, a Tender-Securing Declaration shall not be
required, and vice versa.]
A Tender Security shall be required.
A Tender-Securing Declaration “shall not be “required.
If a Tender Security shall be required, the amount and currency of the Tender Security
shall be KSHS. 100,000.00
[If a Tender Security is required, insert amount and currency of the Tender Security.
Otherwise insert “Not Applicable”.] [In case of lots, please insert amount and
currency of the Tender Security for each lot]
ITT 19.1 In addition to the original of the Tender, the number of copies is: [ONE (1) of copies of
the Original bid document]
ITT 19.3 The written confirmation of authorization to sign on behalf of the Tenderer shall consist
of: [insert the name and description of the documentation required to demonstrate the
authority of the signatory to sign the Tender].
D. Submission and Opening of Tenders
ITT 20.3 A tender package or container that cannot fit in the tender box shall be received as
follows: Physical delivery at below address for registration
ITT 21.1 For Tender submission purposes only, the Procuring Entity’s address is: [This address
may be the same as or different from that specified under provision ITT 7.1 for
25
ITT Reference Particulars Of Appendix To Instructions To Tenders
clarifications]
Attention: To Chief executive officer]
Postal Address: [541- 10106 Othaya Kenya]
Physical Address: Entrance.
Telephone:[ 0782620345]
Electronic mail address: [ [email protected]]
ITT 29.3 The manner of rectify quantifiable nonmaterial nonconformities described below:
-------------------------
ITT 31.1 The currency that shall be used for Tender evaluation and comparison purposes to
convert at the selling exchange rate all Tender prices expressed in various currencies
into a single currency is: [Kenya Shilling]
The source of exchange rate shall be: (the Central Bank in Kenya)
The date for the exchange rate shall be: 14 th November 2022
ITT 32.3 A margin of preference and/or reservation “shall not” apply and specify the details.
If a margin of preference applies, the application methodology shall be defined in
Section III – Evaluation and Qualification Criteria.
ITT 32.5 The invitation to tender is extended to the following group that qualify for Reservations
__ who shall be duly registered with_______________________ Not applicable
ITT 33.2
Price evaluation will be done for the Consumables (specify Items or Lots (contracts)
ITT 33.2 (d)
Additional evaluation factors are –N/A
26
ITT Reference Particulars Of Appendix To Instructions To Tenders
ITT 33.6 The adjustments shall be determined using the following criteria, from amongst those set
out in Section III, Evaluation and Qualification Criteria: [refer to Section III,
Evaluation and Qualification Criteria; insert complementary details if necessary]
(a) Deviat
ion in Delivery schedule: [ No. If yes insert the adjustment factor in Section III,
Evaluation and Qualification Criteria]
(b) Deviat
ion in payment schedule: [ No. If yes insert the adjustment factor in Section III,
Evaluation and Qualification Criteria]
(c) the cost of major replacement component, mandatory spare parts, and service: [
No. If yes, insert the Methodology and criteria in Section III, Evaluation and
Qualification Criteria]
(d) the availability in Kenya of spare parts and after-sales services for the equipment
offered in the Tender [ No. If yes, insert the Methodology and criteria in Section
III, Evaluation and Qualification Criteria]
(e) Life
cycle costs: the costs during the life of the goods or equipment [ No. If yes, insert the
Methodology and criteria in Section III, Evaluation and Qualification Criteria]
(f) the
performance and productivity of the equipment offered; [No. If yes, insert the
Methodology and criteria]
(g) [insert
any other specific criteria in Section III, Evaluation and Qualification Criteria]
F. Award of Contract
ITT 41.1
The maximum percentage by which quantities may be increased is: [15%]
The maximum percentage by which quantities may be decreased is: [100%]
ITT 41.1 The Procuring Entity shall increase or decrease the quantity of Goods and Related
Services by an amount not exceed 15% and without any change in the unit prices or
other terms and conditions of the Tender and the tendering document.
ITT 47.3 Performance security if so required shall be in the sum of 5% of sum awarded
ITT 49.1 The procedures for making a Procurement-related Complaint are detailed in the “Notice
of Intention to Award the Contract” herein and are also available from the PPRA
Website www.ppra.go.ke.
If a Tenderer wishes to make a Procurement-related Complaint, the Tenderer should
submit its complaint following these procedures, in writing (by the quickest means
available, that is either by email or fax), to:
For the attention: [Dr. Evanson Kamuri]
Title/position: [Chief Executive Officer]
Procuring Entity: [Mwai Kibaki Hospital]
Email address: [[email protected]]
In summary, a Procurement-related Complaint may challenge any of the following:
1. the terms of the Tendering Documents; and
2. the Procuring Entity’s decision to award the contract.
27
SECTION III – EVALUATION AND QUALIFICATION CRITERIA
1. General Provisions
1.1 Wherever a Tenderer is required to state a monetary amount, Tenderers should indicate the
Kenya Shilling equivalent using the rate of exchange determined as fo llows:
a) For business turnover or financial data required for each year - Exchange rate
prevailing on the last day of the respective calendar year (in which the amounts for that
year is to be converted) was originally established.
b) Value of single contract - Exchange rate prevailing on the date of the contract signature.
c) Exchange rates shall be taken from the publicly available source identified in the ITT
14.3. Any error in determining the exchange rates in the Tender may be corrected by the
Procuring Entity.
1.2 This section contains the criteria that the Procuring Entity Procuring Entity shall use to
evaluate tender and qualify tenderers. No other factors, method s or criteria shall be used
other than those specified in this tender document. The Tenderer shall provide all the
information requested in the forms included in Section IV, Tendering Forms. The Procuring
Entity should use the Standard Tender Evaluation Report for Goods and Works for
evaluating Tenders.
The Procuring Entity shall use the criteria and methodologies listed in this Section to
evaluate Tenders. By applying these criteria and methodologies, the Procuring Entity shall
determine the successful Tender or Tenders which has/have been determined to:
a) be substantially responsive to the tender documents;
b) offer the lowest evaluated cost to the Procuring Entity for all items of Goods to be
procured based on either a single Contract or all multiple Contracts combined, as the case
may be, in accordance with the ITT 13.6 inviting Tender prices and discounts, and
provisions made of the Tender Document for evaluation of tenders and award of contract (s);
and
c) be offered by Tenderer or Tenderers that substantially meet the qualification criteria
applicable for Contract or combined Contracts for which they are selected.
The Procuring Entity will start by examining all tenders to ensure they meet in all respects
the eligibility criteria and other mandatory requirements in the ITT, and that the tender is
complete in all aspects in meeting the requirements provided for in t he preliminary
evaluation criteria outlined below. The Standard Tender Evaluation Report Document for
Goods and Works for evaluating Tenders provides very clear guide on how to deal with
review of these requirements. Tenders that do not pass the Preliminary Examination will be
considered non-responsive and will not be considered further.
[The Procuring Entity will provide the preliminary evaluation criteria. To f acilitate, a
template may be attached or clearly described all information and list of
documentation to be submitted by Tenderers to enable preliminary evaluation of the
Tender]
28
1. MANDATORY REQUIREMENTS
Completeness and
S/No. Requirement
Responsiveness Criteria
Confidential Business Questionnaire
1. -Duly Filled, Stamped and Signed
2. Form of Tender - Must attach a duly signed and filled form of tender
in the prescribed format and instructions in the
tender document.
Certificate of Independent Tender
3. -Duly Filled, Stamped and Signed
Determination
Self-Declaration on debarment (PPADACT
4. -Duly Filled, Stamped and Signed
2015)
Self-Declaration on Corruption/Fraudulent
5. -Duly Filled, Stamped and Signed
Practices
Declaration and Commitment to the Code of
6. -Duly Filled, Stamped and Signed
Ethics
- Duly Filled, Stamped and Signed
7. Tenderer Information Form
8. -
Serialization Mustbechronologicallyandsequentiallyserializ
edi.e.1,2,3,4……
9. Tax Compliance Certificate --Provide valid tax compliance certificate
- Provide Copy of certificate
10. Certificate of Incorporation
Provide Original Bid bond of at least Kshs. 100,000/=)
11. Bid bond
valid for a period of 150 days from date of tender opening
Provide Wholesale dealers license and/or
12. Wholesale dealers license
manufacturer license where applicable
13. Practice License of the Superintendent Provide Current Annual Practice License of the
pharmacist Superintendent pharmacist
NB: Bidders must meet all the Mandatory requirements to qualify for Technical Evaluation.
The Procuring Entity shall evaluate the Technical aspects of the Tender to determine
compliance with the Procuring Entity’s requirements under Section V ‘Schedule of
Requirement’ and whether the Tenders are substantially responsive to the Technical
Specifications and other Requirements.
Under this criterion responsive bidders from the mandatory evaluation stage
Only bidders who submit all mandatory requirements will proceed to part 2B
PRODUCT evaluation.
Under this criterion the Hospital shall evaluate the Literature and brochures with its
technicalspecification to confirm whether the sample meet the Hospital specification.
29
NB Only bids that qualify at Product Evaluation stage 2B above shall proceed to
financial/price evaluation.
2. TECHNICAL/PRODUCT EVALUATION
Technical evaluation will be done on the sample and Literature submitted by the Bidders and will involve following:
c)Originalinformationliterature,completeandinEnglishlanguage,mustaccompanyeac
h product
Stage 3 - Financial Evaluation
following
(a). Determination of evaluated price for each bid using the Following
i) There will be no corrections of arithmetic errors as per Public Procurement & Assets Disposal
30
Act 2015 Section82.
ii) Conversion of all tender to same currency using a uniform exchange rate prevailing at
the Closing date of the Tender
iv) Establish if items quoted for are within prevailing market rates from the known retail outlets &
Public Procurement Regulatory Authority price index. A written undertaking that the prices
shall remain valid for 12 months from date of contract in line with the Public Procurement and
Asset Disposal Act 2015 section139(3).
All documents indicated above and all other technical documents required to qualify for the tender participation should be
submitted together with the bid on or before the closing date. Any bid not accompanied by the documents shall be rejected as non
responsive
(Delivery notes not necessary from same institution issuing recommendation letters)
2.2.1 Evaluati on of Commercial Terms and Conditions of the Tender (ITT 33.1(a)):
The Procuring Entity shall determine whether the Tenders are substantially responsive to the
Commercial and Contractual Terms and Conditions (e.g. Performance securities, Payment and
delivery schedules).
[The Procuring Entity will highlight herein any particular requirements under the
Contract which the Tenderer is required to specifically co nfirm or provide
information to enable evaluation of Commercial Terms and Conditions of the
Tender]
The Procuring Entity's evaluation of a Tender may take into account, in addition to the
Tender Price quoted in accordance with ITT 13.8, one or more of the following factors as
specified in ITT 33.2(d) and in TDS ITT 33.6, using the following criteria and
methodologies.
a) Delivery schedule.
The Goods specified in the List of Goods are required to be delivered within the acceptable
time range (after the earliest and before the final date, both dates inclusive) specified in
Section V, Schedule of Requirements. No credit will b e given to deliveries before the
earliest date, and Tenders offering delivery after the final date shall be treated as non -
responsive. Within this acceptable period, an adjustment of [insert the adjustment factor], will
be added, for evaluation purposes only, to the Tender price of Tenders offering deliveries
later than the “Earliest Delivery Date” specified in Section V, Schedule of Requirements.
[An adjustment factor of 0.5% per week of delay would be reasonable. However,
the adjustment factor should not be more than the rate of Liquidated Damages to
be applied in case of delay in delivery of Goods and Services under the Contract
conditions.]
31
payment schedule outlined in the SCC.
or
ii. The SCC stipulates the payment schedule specified by the Procuring Entity. If a
Tender deviate from the schedule and if such deviation is considered acceptable to
the Procuring Entity, the Tender will be evaluated by calculating interest earne d for
any earlier payments involved in the terms outlined in the Tender as compared with
those stipulated in the SCC, at the rate per annum [insert adjustment rate].
c) Cost of major replacement components, mandatory spare parts, and service. [insert one of
the followings]
The list of items and quantities of major assemblies, components, and selected spare
parts, likely to be required during the initial period of operation specified in the TDS
15.4, is in the List of Goods. An adjustment equal to the total cost of these items, at
the unit prices quoted in each Tender, shall be added to the Tender price, for
evaluation purposes only.
or
The Procuring Entity will draw up a list of high -usage and high-value items of
components and spare parts, along with estimated quantities of usage in the initial
period of operation specified in the TDS 15.4. The total cost of these items and
quantities will be computed from spare parts unit prices submitted by the tenderer and
added to the Tender price, for evaluation purposes only.
or
Tenderer shall provide along with its Tender, the list of recommended spare parts for
Goods offered indicating for each item of spare part the recommended quantity and
unit, and total CIP final destination prices required during the initial period of
operation specified in the TDS 15.4. The prices offered shall not exceed the prevailing
prices charged to other parties by the Tenderer. The cost of such spare parts will not
be taken into account for tender evaluation. The Procuring Entity may award the
contract for spare parts to the Tenderer that is successful for the supply of Goods, by
selecting at its option, from the Tender's list of recommended spare parts, such items
and quantities against each as the Procuring Entity may deem appropriate at the unit
prices indicated by the Tenderer but not exceeding ----% (present) of the cost of
Goods [normally not more than 10% or 15%.]
d) Availability in Kenya of spare parts and after sales services for equipment offered in the
Tender.
An adjustment equal to the cost to the Procuring Entity of establishing the minimum
service facilities and parts inventories if quoted separately, shall be added to the
Tender price, for evaluation purposes only.
If specified in TDS 33.6, an adjustment to consider the additional life cycle costs for
the period specified below, such as the operating and maintenance costs of the Goods,
will be added to the Tender price, for evaluation p urposes only. The adjustment will
be evaluated in accordance with the methodology specified below and the following
information: not applicable
[Note to Procuring Entity: Life cycle costing should be used when the costs of
operation and/or maintenance over the specified life of the goods are estimated
to be considerable in comparison with the initial cost and may vary among
different Tenders. Life cycle costs shall be evaluated on a net presen t value
basis. If life cycle costs apply, then specify the factors required to determine
them for evaluation purposes.
[Either amend the following text as required, or delete if life cycle cost is not
applicable]
i) number of years for life cycle cost determination [insert the number of years of
economic life of Goods];
ii) the discount rate to be applied to determine the net present value of the life -cycle-cost
is [insert the discount rate];
iii) the annual operating and maintenance costs (recurrent costs) shall be determined on the
32
basis of the following methodology: [insert methodology E.G. This should include
factors that will be used for determination of life-cycle- cost such as costs of operation
and maintenance, residual value at the end of economic life of Goods, major elements
that will be used for determination of cost of operation and maintenance such as fuel,
power, labor, spare parts, etc. unit prices of elements such as fuel, power, etc.,
quantity of annual usage such as Kms or Hours of operation of Goods, Formula for
calculation of LCC, etc];
iv) and the following information is required from tenderers [insert any information
required from tenderers, including prices e.g. Guaranteed fuel and/or power
consumption, cost of labour, spare parts, etc].
f) Performance and producti vity of the equipment: [insert one of the followings]
ii) An adjustment to consider the productivity of the goods offered in the Tender
will be added to the Tender price, for evaluation pu rposes only, if specified in
ITT 33.6. The adjustment will be evaluated based on the cost per unit of the
actual productivity of goods offered in the Tender with respect to minimum
required values, using the methodology specified below.
[Insert the methodology and criteria if applicable E.G. The evaluation and
comparison of responsive tenders shall be based on the total lif e cycle
cost for XXX years, per unit of output. The life cycle cost shall be the
sum of the initial purchase price of the equipment and the cost of
operation in electric energy for XXX years of operation at unit cost of
AAA (specify currency and amount) per kwh, discounted to net present
value at YYY percent.]
[Other specific additional criteria to be considered in the evaluation, and the evaluation
method shall be detailed in TDS 34.6][If specific sustainable procurement technical
requirements have been specified in Section VII- Specification, either state that (i)
those requirements will be evaluated on a pass/fail (compliance basis) or otherwise (ii)
in addition to evaluating those requirements on a pass/fail (compliance basis), if
applicable, specify the monetary adjustments to be applied to Tender Prices for
comparison purposes on account of Tenders that exceed the specified minimum
sustainable procurement technical requirements.]
Multiple contracts will be permitted in accordance with ITT 33.4. Tenderers are evaluated on basis
of Lots and the lowest evaluated tenderer identified for each Lot. The Procuring Entity will
select one Option of the two Options listed below for award of Contracts.
OPTION 1
i) If a tenderer wins only one Lot, the tenderer will be awarded a contract for that Lot,
provided the tenderer meets the Eligibility and Qualification Criteria for that Lot.
33
ii) If a tenderer wins more than one Lot, the tender will be awarded contracts for all won
Lots, provided the tenderer meets the aggregate Eligibility and Qualification Criteria for
all the Lots. The tenderer will be awarded the combination of Lots for which the
tenderer qualifies and the others will be considered for award to second lowest the
tenderers.
OPTION 2
The Procuring Entity will consider all possible combinations of won Lots [cont ract(s)]and
determine the combinations with the lowest evaluated price. Tenders will then be awarded to
the Tenderer or Tenderers in the combinations provided the tenderer meets the aggregate
Eligibility and Qualification Criteria for all the won Lots.
following]
“A Tenderer may submit an alternative Tender only with a Te nder for the base case. The
Procuring Entity shall only consider the alternative Tenders offered by the Tenderer whose
Tender for the base case was determined to be the Lowest Evaluated Tender.”
or
“A Tenderer may submit an alternative Tender with or without a Tender for the base case.
The Procuring Entity shall consider Tenders offered for alternatives as specified in the
Technical Specifications of Section V, Schedule of Requirements. All Tenders received, for
the base case, as well as alternative Tenders meeting the specified requirements, shall be
evaluated on their own merits in accordance with the same procedures, as specified in the
ITT 33.”
3. MARGIN OF PREFERENCE
3.1 If the TDS so specifies, the Procuring Entity will grant a margin of preference of 15%
(fifteen percent) to Tenderers offering goods manufactured, mined, extracted, grown,
assembled or semi-processed in Kenya. Goods as sembled or semi-processed in Kenya shall
have a local content of not less than 40%.
3.2 The margin of preference will be applied in accordance with, and subject to, the following provisions:
a) Tenderers applying for such preference on goods offered shall provide, as part of the
data for qualification, such information, including details of the goods produced in
Kenya, so as to determine whether, according to the classification established by the
Procuring Entity, a particular category of goods or group of goods qualifies for a
margin of preference.
b) After Tenders have been received and reviewed by the Procuring Entity, goods offered
in the responsive Tenders shall be assessed to ascertain they are manufactured, mined,
extracted, grown, assembled or semi- processed in Kenya. Responsive tenders shall be
classified into the following groups:
i) Group A: Tenders offering goods manufactured in Kenya, for which (a) labour,
raw materials, and components from within Kenya account for more than forty
(40) percent of the Ex-Works price; and
(b) the production facility in which they will be manufactured or assembled has
been
engaged in manufacturing or assembling such goods at least since the date of
Tender
Submission date;
ii) Group B: All other Tenders offering Goods manufactured in Kenya;
iii) Group C: Tenders offering Goods manufactured outside Kenya that have been
already imported or that will be imported.
c) To facilitate this classification by the Procuring Entity, the Tenderer shall complete
whichever version of the Price Schedule furnished in the Tender Documen ts is
appropriate. Incorrect classification may render the Tender non -responsive as no
reclassification will be permitted after Tender opening. Tenderers shall provide correct
information especially with respect to duties, taxes etc. paid on previously imported
Goods and percentage of local labour, materials and components for Goods
manufactured in Kenya as any false information which cannot be supported by
34
documentation may render the Tender non-responsive besides other sanctions for
providing falsified information.
d) The Procuring Entity will first review the Tenders to confirm the appropriateness of the
Tender group classification to which Tenderers assigned their Tenders in preparing their
Tender Forms and Price Schedules.
e) All evaluated Tenders in each group will then be compared to determine the lowest
evaluated Tender of each group. Such lowest evaluated Tenders shall be compared with
each other and if as a result of this comparison a Tender from Group A or Group B
is the lowest, it shall be selected for the award.
f) If as a result of the preceding comparison, the lowest evaluated Tender is a Tender
from Group C, all Tenders from Group C shall be further compared with the lowest
evaluated Tender from Group A after adding to the evaluated price of goods offered in
each Tender from Group C, for the purpose of this further comparison only, an
amount equal to 15% (fifteen percent) of the respective CIP Tender price for goods to
be imported and already imported goods. Both prices shall include unconditional
discounts and be corrected for arithmetical errors. If the Tender from Group A is the
lowest, it shall be selected for award. If not, the lowest evaluated Tender from Group
C shall be selected as per paragraph (e) above.”
[Note for Procuring Entity to be deleted before issuing the tender documents.
This STD for Procurement of Goods assumes that no Prequalification has taken
place before tendering. However, if a Prequalification process is undertaken, the
Qualification Criteria stipulated in this Section III, Evaluation and Qualification
Criteria must be updated to ensure that the Tenderer and any Sub- Suppliers shall
meet or continue to meet the Criteria used at the time of Prequalification.]
4.1 Post-Qualification Criteria (ITT 37.1)
In case the tender was not subject to pre-qualification, the tender that has been determined to
be the lowest evaluated tenderer shall be considered for contract award, subject to meeting
each of the following conditions (post qualification Criteria applied on a GO/NO GO basis).
The Procuring Entity shall carry out the post- qualification of the Tenderer in accordance
with ITT 37, using only the requirements specified herein. Requirements not included in the
text below shall not be used in the evaluation of the Tenderer's qualifications. The minimum
qualification requirements for multiple contracts will be the sum of the minimum
requirements for respective individual contracts, unless otherwise specified.
[Note for Procuring Entity to be deleted before issuing the tender documents.
Select requirements (criteria) for post qualification from below as relevant and
appropriate for the nature, size and type of Goods and Services to be procured.
Generally, for procurement of Goods, unless the value of the item is very la rge, the
criteria for assessment of Manufacturer's technical capability should always be
considered more important than its financial resources. For very small value items,
the criteria for financial capability may even be omitted].
a) Financial Capability
i) The Tenderer shall demonstrate that it has access to, or has available, liquid assets,
unencumbered real assets, lines of credit, and other financial means (independent of
any contractual advance payment) sufficient to meet the supply cash flow of Kenya
Shillings [or e
ii) Minimum average annual supply turnover of Kenya Shillings [insert
amount, specify a figure about 2.5 times the total Tender price)] or equivalent
calculated as total certified payments received for contracts of goods manufactured and
supplied within the last
[insert
number of years). In case of multiple contracts, limitation will be placed on the
number of item(s) that will be awarded to the Tenderer.
35
The Tenderer shall furnish documentary evidence to demonstrate that it meets the following
experience requirement(s) using the form provided in Section IV. In case the Tenderer is a
JV, experience and demonstrated technical capacity of only the JV shall be taken into
account and not of individual members nor their individual experience/capacity will be
aggregated unless all members of the JV have been manufacturing and supplying Goods
offered in the Tender to the same technology, processing, design, materials, specifications,
model number, etc. in all respects such that Goods manufactured have the same functional
characteristics, performance parameters, outputs and other guarantees and fully interchangeable
which shall be documented along with other required documents demonstrating ca pacity to
the satisfaction of the Procuring Entity in case individual members claim experience.
Otherwise, documents evidencing experience and technical capacity shall be in the name of
the JV that submitted the Tender. Wherever the Words “Similar Goods” have been used it
includes upgrades, latest and improved versions or models of similar specifications and
technology. Refer to Form Exp-1 to provide the required information.
36
Tenderer (Supplier or/and manufacturer, and each member of JV in case the Tenderer is a
JV, shall demonstrate that Non-performance of a contract did not occur as a result of the
default of the Tenderer, manufacturer or the member of JV as the case may be, in the last
one years). The required information shall be furnished as per form CON-2].
Financial position and prospective long-term profitability of the Single Tenderer, and in the
case the Tenderer is a JV, of each member of the JV, shall remain sound according to
criteria established with respect to Financial Capability under paragraph I (i) above assuming
that all pending litigation will be resolved against the Tenderer. Tenderer shall provide
information on pending litigations as per Form CON-2.
There shall be no consistent history of court/arbitral award decisions against the Tenderer, in
the last one years). All parties to the contract shall furnish the information on the related
Form (CON-2) about any litigation or arbitration resulting from contracts completed or
ongoing under its execution over the years specified. A consistent history of awards against
the Tenderer or any member of a JV may result in rejection of the tender.
37
SECTION IV - TENDERING FORMS
Price Schedule: Goods Manufactured Outside Kenya, to be Imported Price Schedule: Goods
Manufactured Outside Kenya, already imported Price Schedule: Goods Manufactured in Kenya Price and
Completion Schedule – Related Services Form of Tender Security – Demand Guarantee Form of
38
FORM OF TENDER
INSTRUCTIONS TO TENDERERS
INSTRUCTIONS TO TENDERERS
i) The Tenderer must prepare this Form of Tender on SURGICA L DRESSING AND
APPLIANCES with its letterhead clearly showing the Tenderer's complete name and business
address.
iv) The Form of Tender shall include the following Forms duly completed and signed by the Tenderer.
Date of this Tender submission:.............[insert date (as day, month and year) of Tender
for an alternative]
e) Tender Price: The total price of our Tender, excluding any discounts offered in item (f)
below is:
Option 1, in case of one lot: Total price is: [insert the total price of the Tender in
words and figures, indicating the various amounts and the respective currencies];
or
Option 2, in case of multiple lots: (a) Total price of each lot [insert the total price
of each lot in words and figures, indicating the various amounts and th e respective
currencies]; and (b) Total price of all lots (sum of all lots) [insert the total price of
all lots in words and figures, indicating the various amounts and the respective
currencies];
f) Discounts: The discounts offered and the methodology for their application are:
39
i) The discounts offered are: [Specify in detail each discount offered.]
ii) The exact method of calculations to determine the net price after application of
discounts are shown below: [Specify in detail the method that shall be used to apply
the discounts];
g) Tender Validity Period: Our Tender shall be valid for the period specified in TDS 17.1 (as
amended, if applicable) from the date fixed for the Tender submission deadline specified in
TDS 21.1 (as amended, if applicable), and it shall remain binding upon us and may be
accepted at any time before the expiration of that period;
i) One Tender per tenderer: We are not submitting any other Tender(s) as an individual
tenderer, and we are not participating in any other Tender(s) as a Joint Venture member, or
as a subcontractor, and meet the requirements of ITT 3.9, other than alternative Tenders
submitted in accordance with ITT 12;
j) Suspension and Debarment: We, along with any of our subcontractors, suppliers,
consultants, manufacturers, or service providers for any part of the contract , are not subject
to, and not controlled by any entity or individual that is subject to, a temporary suspension
or a debarment imposed by the Procuring Entity. Further, we are not ineligible under the
Kenya laws or official regulations or pursuant to a decision of the United Nations Security
Council;
k) State-owned enterprise or institution: [select the appropriate option and delete the other]
[We are not a state- owned enterprise or institution] / [We are a state-owned enterprise or
institution but meet the requirements of ITT 3.7];
l) Commissions, gratuities, fees: We have paid, or will pay the following commissions,
gratuities, or fees with respect to the Tendering process or execution of the Contract: [insert
complete name of each Recipient, its full address, the reason for which each commission or
gratuity was paid and the amount and currency of each such commission or gratu ity]
m) Binding Contract: We understand that this Tender, together with your written acceptance
thereof included in your Letter of Acceptance, shall constitute a binding contract between us,
until a formal contract is prepared and executed;
n) Procuring Entity Not Bound to Accept: We understand that you are not bound to accept
the lowest evaluated cost Tender, the Best Evaluated Tender or any other Tender that you
may receive; and
o) Fraud and Corruption: We hereby certify that we have taken steps to ensure that no
person acting for us or on our behalf engages in any type o f Fraud and Corruption.
(p) Code of Ethical Conduct: We undertake to adhere by the Code of Ethics for Persons
Participating in Public Procurement and Asset Disposal, copy available
from______________(specify website) during the procurement process and the execution of
any resulting contract.
(q) Collusive practices: We hereby certify and confirm that the tender is genuine, non -collusive
and made with the intention of accepting the contract if awarded. To this effect we have
signed the “Certificate of Independent tender Determination” attached below.
(r) We, the Tenderer, have completed fully and signed the following Forms as part of our
40
Tender:
a) Tenderer's Eligibility; Confidential Business Questionnaire – to establish we are not in
any conflict to interest.
b) Certificate of Independent Tender Determination – to declare that we completed the
tender without colluding with other tenderers.
c) Self-Declaration of the Tenderer – to declare that we will, if awarded a contract, not
engage in any form of fraud and corruption.
d) Declaration and commitment to the Code of Ethics for Persons Participating in Public
Procurement and Asset Disposal.
Further, we confirm that we have read and understood the full content and scope of fraud and
corruption as informed in “Appendi x 1- Fraud and Corruption” attached to the Form of Tender.
Name of the person duly authorized to sign the Tender on behalf of the tenderer:
**[insert complete name of person duly authorized to sign the Tender]
Title of the person signing the Tender: [insert complete title of the person signing the
Tender] Signature of the person named above: [insert signature of person whose name and
capacity are shown above] Date signed [insert date of signing] day of [insert month], [insert
year]
*: In the case of the Tender submitted by a Joint Venture specify the name of the Joint Venture as
tenderer.
**: Person signing the Tender shall have the power of attorney given by the tenderer. The power of
attorney shall be attached with the Tender Schedules.
41
CERTIFICATE OF INDEPENDENT TENDER DETERMINATION
2. I understand that the Tender will be disqualified if this Certificate is found not to be true and
complete in every respect;
3. I am the authorized representative of the Tenderer with authority to sign this Certificate, and
to submit the Tender on behalf of the Tenderer;
4. For the purposes of this Certificate and the Tender, I understand that the word “competitor”
shall include any individual or organization, other than the Tenderer, whether or not affiliated
with the Tenderer, who:
a) has been requested to submit a Tender in response to this request for tenders;
b) could potentially submit a tender in response to this request for tenders, based on their
qualifications, abilities or experience;
6. In particular, without limiting the generality of paragraphs (5)(a) or (5)(b) above, there has
been no consultation, communication, agreement or arrangement with any competitor regarding:
a) prices;
b) methods, factors or formulas used to calculate prices;
c) the intention or decision to submit, or not to submit, a tender; or
d) the submission of a tender which does not meet the specifications of the request for
Tenders; except as specifically disclosed pursuant to paragraph (5)(b) above;
7. In addition, there has been no consultation, communication, agreement or arrangement with any
competitor regarding the quality, quantity, specifications or delivery particulars of the works or
services to which this request for tenders relates, except as specifically authorized by the
procuring authority or as specifically disclosed pursuant to paragraph (5)(b) above;
8. the terms of the Tender have not been, and will not be, knowingly disclosed by the Tenderer,
directly or indirectly, to any competitor, prior to the date and time of the official tender
opening, or of the awarding of the Contract, whichever comes first, unless otherwise required
by law or as specifically disclosed pursuant to paragraph (5)(b) above.
Name
42
SELF-DECLARATION FORMS
FORM SD1
2. THAT the aforesaid Bidder, its Directors and subcontractors have not been debarred from
participating in procurement proceeding under Part IV of the Act.
3. THAT what is deponed to herein above is true to the best of my knowledge, information and
belief.
43
FORM SD2
2. THAT the aforesaid Bidder, its servants and/or agents /subcontractors will not engage in any corrupt
or fraudulent practice and has not been requested to pay any inducement to any member of the
Board, Management, Staff and/or employees and/or agents of ……………………..(insert name of the
Procuring entity) which is the procuring entity.
3. THAT the aforesaid Bidder, its servants and/or agents /subcontractors have not offered any
inducement to any member of the Board, Management, Staff and/or employees and/or agents of
……………………..(name of the procuring entity).
4. THAT the aforesaid Bidder will not engage/has not engaged in any corrosive pract ice with other
bidders participating in the subject tender.
5. THAT what is deponed to herein above is true to the best of my knowledge information and belief.
44
DECLARATION AND COMMITMENT TO THE CODE OF ETHICS
I do hereby commit to abide by the provisions of the Code of Ethics for persons participating in Public
Procurement and Asset Dispos al.
Sign……………...........................................................................................................................................
Position............................................................................................................................................................
E-mail………………………………….......................................................................................……………
Date……………………………………..............................................................................…………………
Witness
Name ……………………………………........................................................................………………….
Sign………………………………………........................................................................................………
Date…………………………………………….................................................................................………
45
APPENDIX 1- FRAUD AND CORRUPTION
1. Purpose
1.1 The Government of Kenya's Anti-Corruption and Economic Crime laws and their sanction's
policies and procedures, Public Procurement and Asset Disposal Act (no. 33 of 2015) and its
Regulation, and any other Kenya's Acts or Regulations related to Fraud and Corruption, and
similar offences, shall apply with respect to Public Procurement Processes and Contracts that
are governed by the laws of Kenya.
2. Requirements
2.1 The Government of Kenya requires that all parties including Procuring Entities, Tenderers,
(applicants/proposers), Consultants, Contractors and Suppliers; any Sub -contractors, Sub-
consultants, Service providers or Suppliers; any Agents (whether declared or not); and any of
their Personnel, involved and engaged in procurement under Kenya's Laws and Regulation,
observe the highest standard of ethics during the procurement process, selection and cont ract
execution of all contracts, and refrain from Fraud and Corruption and fully comply with
Kenya's laws and Regulations as per paragraphs 1.1 above.
2.2 Kenya’s public procurement and asset disposal act (no. 33 of 2015) under Section 66
describes rules to be followed and actions to be taken in dealing with Corrupt, Coercive,
Obstructive, Collusive or Fraudulent practices, and Conflicts of Interest in procurement
including consequences for offences committed. A few of the provisions noted below
highlight Kenya's policy of no tolerance for such practices and behavior:
1) a person to whom this Act applies shall not be involved in any corrupt, coercive,
obstructive, collusive or fraudulent practice; or conflicts of interest in any procurement or
asset disposal proceeding;
2) A person referred to under subsection (1) who contravenes the provisions of that sub -
section commits an offence;
3) Without limiting the generality of the subsection (1) and (2), the person shall be—
a) disqualified from entering into a contract for a procurement or asset disposal proceeding;
or
b) if a contract has already been entered into with the person, the contract shall be voidable;
4) The voiding of a contract by the procuring entity under subsection (7) does not limit
any legal remedy the procuring entity may have;
5) An employee or agent of the procuring entity o r a member of the Board or committee
of the procuring entity who has a conflict of interest with respect to a procurement:-
a) shall not take part in the procurement proceedings;
b) shall not, after a procurement contract has been entered into, take part in any
decision relating to the procurement or contract; and
c) shall not be a subcontractor for the bidder to whom was awarded contract, or a
member of the group of bidders to whom the contract was awarded, but the
subcontractor appointed shall meet all the requirements of this Act.
6) An employee, agent or member described in subsection (1) who refrains from doing
anything prohibited under that subsection, but for that subsection, would have been
within his or her duties shall disclose the conflict of interest to the procuring entity;
2.3 In compliance with Kenya's laws, regulations and policies mentioned above, the Procuring
Entity:
a) Defines broadly, for the purposes of the above provisions, the terms set forth below as
follows:
i) “corrupt practice” is the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence improperly the actions of another
46
party;
b) Defines more specifically, in accordance with the above procurement Act provisions set
forth for fraudulent and collusive practices as follows:
d) Pursuant to the Kenya's above stated Acts and Regulations, may sanction or debar or
recommend to appropriate authority (ies) for sanctioning and debarment of a firm or
individual, as applicable under the Acts and Regulation s;
e) Requires that a clause be included in Tender documents and Request for Proposal
documents requiring (i) Tenderers (applicants/proposers), Consultants, Contractors, and
Suppliers, and their Sub-contractors, Sub-consultants, Service providers, Suppliers,
Agents personnel, permit the PPRA or any other appropriate authority appointed by
2
Government of Kenya to inspect all accounts, records and other documents relating to
the procurement process, selection and/or contract execution, and to have them audited
by auditors appointed by the PPRA or any other appropriate authority appointed by
Government of Kenya; and
1For the avoidance of doubt, a party's ineligibility to be awarded a contract shall include, without limitation,
(i) applying for pre-qualification, expressing interest in a consultancy, and tendering, either directly or as a
nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service
47
provider, in respect of such contract, and (ii) entering into an addendum or amendment introducing a
material modification to any existing contract.
2 Inspections in this context usually are investigative (i.e., forensic) in nature. They involve fact-finding
activities undertaken by the Investigating Authority or persons appointed by the Procuring Entity to address
specific matters related to investigations/audits, such as evaluating the veracity of an allegation of possible
Fraud and Corruption, through the appropriate mechanisms. Such activity includes but is not limited to:
accessing and examining a firm's or individual's financial records and information, and making copies thereof
as relevant; accessing and examining any other documents, data and information (whether in hard copy or
electronic format) deemed relevant for the investigation/audit, and making copies thereof as relevant;
interviewing staff and other relevant individuals; performing physical inspections and site visits; and obtaining
third party verification of information.
48
TENDERER INFORMATION FORM
[The tenderer shall fill in this Form in accordance with the instructions indicated below. No
alterations to its format shall be permitted and no substitutions shall be accepted.]
Date: ………………………………………… [insert date (as day, month and year) of Tender
submission]
2. In case of JV, legal name of each member: [insert legal name of each member in JV]
2. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.
49
TENDERER’S ELIGIBILITY- CONFIDENTIAL BUSINESS QUESTIONNAIRE FORM
a) Instruction to Tenderer
Tender is instructed to complete the particulars required in this Form, one form for each
entity if Tender is a JV. Tenderer is further reminded that it is an offence to give false
information on this Form.
A. Tenderer’s details
ITEM DESCRIPTION
1 Name of the Procuring Entity
2 Name of the Tenderer
3 Full Address and Contact Details of the Tenderer.
1. Country
2. City
3. Location
4. Building
5. Floor
6. Postal Address
7.Name and email of contact person.
4 Reference Number of the Tender MKH/T/26/2022-2024
50
(d) Registered Company, provide the following details.
(i) Are there any person/persons in …………… (Name of Procuring Entity) who has an interest or
relationship in this firm? Yes/No………………………
51
Type of Conflict Disclosure If YES provide details of the
YES OR relationship with Tenderer
NO
process.
5 Any of the Tenderer’s affiliates
participated as a consultant in
the preparation of the design or
technical specifications of the
works that are the subject of the
tender.
6 Tenderer would be providing
goods, works, non-consulting
services or consulting services
during implementation of the
contract specified in this Tender
Document.
7 Tenderer has a close business or
family relationship with a
professional staff of the
Procuring Entity who are
directly or indirectly involved in
the preparation of the Tender
document or specifications of
the Contract, and/or the Tender
evaluation process of such
contract.
8 Tenderer has a close business or
family relationship with a
professional staff of the
Procuring Entity who would be
involved in the implementation
or supervision of the Contract.
9 Has the conflict stemming from
such relationship stated in item
7 and 8 above been resolved in a
manner acceptable to the
Procuring Entity throughout the
tendering process and execution
of the Contract?
(f) Certification
On behalf of the Tenderer, I certify that the information given above is correct.
Full Name________________________________________________
Title or Designation________________________________________
(Signature) (Date)
52
TENDERER’S JV MEMBERS INFORMATION FORM
[The tenderer shall fill in this Form in accordance with the instructions indicated below.
The following table shall be filled in for the tenderer and for each member of a Joint
Venture]].
Page of pages
1. Tenderer’s Name:
[insert Tenderer’s legal name]
2. Tenderer’s JV Member’s name: [insert JV’s Member legal name]
53
Price Schedule Forms
[The tenderer 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 the Procuring Entity in the Schedule
of Requirements.]
54
Price Schedule: Goods Manufactured Outside Kenya, to be Imported
Total Price
Name of tenderer [insert complete name of tenderer] Signature of tenderer [signature of person signing the Tender] Date [Insert Date]
44
Price Schedule: Goods Manufactured Outside Kenya, already imported*
1 2 3 4 5 6 7 8 9 10 11 12
Line Descripti Country Delivery Quantity and Unit price Custom Duties Unit Price net Price per line Price per line item for Sales and other Total Price
Item on of of Origin Date as physical unit including and Import of custom item net of inland transportation taxes paid or per line item
N Goods defined Custom Taxes paid per duties and Custom and other services payable per (Col. 9+10)
by Duties and unit in import taxes, Duties and required in Kenya to item if Contract
Incoterms Import accordance in accordance Import Taxes convey the goods to is awarded (in
Taxes paid, with ITT with ITT 14.8 paid, in their final destination, accordance with
in 14.8(c)(ii), [to (c) (iii) accordance as specified in TDS in ITT 14.8(c)(iv)
accordance be supported (Col. 6 minus with ITT accordance with ITT
with ITT by documents] Col.7) 14.8(c)(i) 14.8 (c)(v)
14.8(c)(i) (Col. 58)
[insert [insert [insert [insert [insert number [insert unit [insert custom [insert unit [ insert price [insert price per line [insert sales [insert total
number name of country quoted of units to be price per duties and price net of per line item item for inland and other taxes price per line
of the Goods] of origin Delivery supplied and unit] taxes paid per custom duties net of custom transportation and payable per item]
item] of the Date] name of the unit] and import duties and other services required item if Contract
Good] physical unit] taxes] import taxes] in Kenya] is awarded]
Total Tender
Price
Name of tenderer [insert complete name of tenderer] Signature of tenderer [signature of person signing the Tender] Date [insert date]
* [For previously imported Goods, the quoted price shall be distinguishable from the original import value of these Goods declared to customs and shall inclu de any rebate or mark -u p o f t h e
local agent or representative and all local costs except import duties and taxes, which have been a nd/or have to be paid by the Procuring Entity. For clarity, the tenderers are a sk ed t o q u o t e
the price including import duties, and additionally to provide the import duties and the price net of import duties which is the difference of those values.]
Price Schedule: Goods Manufactured in Kenya
1 2 3 4 5 6 7 8 9 10
Line Description of Goods Delivery Quantit Unit price Total EXW Price per line item Cost of local labor, raw Sales and other taxes Total Price
Item Date as y and EXW price per for inland materials and payable per line item if per line item
N defined by physica line item transportation and components from with Contract is awarded (in (Col. 6+7)
Incoterms l unit (Col. 45) other services origin in Kenya % of accordance with ITT
required in Kenya to Col. 5 14.8(a)(ii)
convey the Goods to
their final destination
[insert [insert name of [insert [insert [insert [insert total [insert the [Insert cost of local [insert sales and other [insert total
numbe Good] quoted number EXW unit EXW price corresponding price labor, raw material and taxes payable per line price per
r of Delivery of units price] per line per line item] components from within item if Contract is item]
the Date] to be item] the Purchase’s country awarded]
item] supplie as a % of the EXW price
d and per line item]
name of
the
physica
l unit]
Total Price
Name of tenderer [insert complete name of tenderer] Signature of tenderer [signature of person signing the Tender] Date [insert date]
45
Name of tenderer [insert complete name of tenderer] Signature of tenderer [signature of person signing the Tender] Date [insert date]
46
47
Date:
TENDER GUARANTEE No.:
Guarantor:
1. We have been informed that (here inafter called "the Applicant") has submitted or will
submit to the Beneficiary its Tender (here inafter called" the Tender") for the execution of
under Request for Tenders No. (“the ITT”).
2. Furthermore, we understand that, according to the Beneficiary's conditions, Tenders must be supported by a Tender
guarantee.
3. At the request of the Applicant, we, as Guarantor, hereby irrevocably undertake to pay the Beneficiary any sum or sums
not exceeding in total an amount of ( ) upon receipt by us of the Beneficiary's
complying demand, supported by the Beneficiary's statement, whether in the demand itself or a separate signed document
accompanying or identifying the demand, stating that either the Applicant:
(a) has withdrawn its Tender during the period of Tender validity set forth in the Applicant's Letter of Tender (“the Tender
Validity Period”), or any extension thereto provided by the Applicant; or
b) having been notified of the acceptance of its Tender by the Beneficiary during the Tender Validity Period or any extension
there to provided by the Applicant, (i) has failed to execute the contract agreement, or (ii) has failed to furnish the
Performance.
4. This guarantee will expire: (a) if the Applicant is the successful Tenderer, upon our receipt of copies of the contract
agreement signed by the Applicant and the Performance Security and, or (b) if the Applicant is not the successful
Tenderer, upon the earlier of (i) our receipt of a copy of the Beneficiary's notification to the Applicant of the results of the
Tendering process; or (ii) thirty days after the end of the Tender Validity Period.
5. Consequently, any demand for payment under this guarantee must be received by us at the offi ce indicated above on or
before that date.
[signature(s)]
Note: All italicized text is for use in preparing this form and shall be deleted from the final product.
59
FORMAT OF TENDER SECURITY [Option 2–Insurance Guarantee]
1. Whereas ………… [Name of the tenderer] (hereinafter called “the tenderer”) has submitted its tender dated ……… [Date
of submission of tender] for the …………… [Name and/or description of the tender] (hereinafter called “the Tender”) for
the execution of under Request for Tenders No. (“the ITT”).
2. KNOW ALL PEOPLE by these presents that WE ………………… of ………… [Name of Insurance Company] having
our registered office at …………… (hereinafter called “the Guarantor”), are bound unto …………….. [Name of Procuring
Entity] (hereinafter called “the Procuring Entity”) in the sum of ………………… (Currency and guarantee amount) for
which payment well and truly to be made to the said Procuring Entity, the Guarantor binds itself, its successors and assigns,
jointly and severally, firmly by these presents.
Sealed with the Common Seal of the said Guarantor this ___day of ______ 20 __.
3. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the Applicant:
a) has withdrawn its Tender during the period of Tender validity set forth in the Principal's Letter of Tender
(“the Tender Validity Period”), or any extension thereto provided by the Principal; or
b) having been notified of the acceptance of its Tender by the Procuring Entity during the Tender Validity
Period or any extension thereto provided by the Principal; (i) failed to execute the Contract agreement; or
(ii) has failed to furnish the Performance Security, in accordance with the Instructions to tenderers (“ITT”)
of the Procuring Entity's Tendering document.
then the guarantee undertakes to immediately pay to the Procuring Entity up to the above amount upon receipt of
the Procuring Entity's first written demand, without the Procuring Entity having to substantiate its demand,
provided that in its demand the Procuring Entity shall state that the demand arises from the occurrence of any of
the above events, specifying which event(s) has occurred.
4. This guarantee will expire: (a) if the Applicant is the successful Tenderer, upon our receipt of copies of the
contract agreement signed by the Applicant and the Performance Security a nd, or (b) if the Applicant is not the
successful Tenderer, upon the earlier of (i) our receipt of a copy of the Beneficiary's notification to the A pplicant
of the results of the Tendering process; or (ii)twenty-eight days after the end of the Tender Validity Period.
5. Consequently, any demand for payment under this guarantee must be received by us at the office indicated abov e
on or before that date.
_________________________ ______________________________
[Date ] [Signature of the Guarantor]
_________________________ ______________________________
[Witness] [Seal]
Note: All italicized text is for use in preparing this form and shall be deleted from the final product.
FORM OF TENDER-SECURING DECLARATION
[The Bidder shall complete this Form in accordance with the instructions indicated]
1. I/We understand that, according to your conditions, bids must be supported by a Tender-Securing Declaration.
2. I/We accept that I/we will automatically be suspended from being eligible for tendering in any contract with
the Purchaser for the period of time of .........[insert number of months or years] starting on .........[insert
date], if we are in breach of our obligation(s) under the bid conditions, because we – (a) have withdrawn
our tender during the period of tender validity specified by us in the Tendering Data Sheet; or (b) having
been notified of the acceptance of our Bid by the Purchaser during the period of bid validity, (i) fail or
refuse to execute the Contract, if required, or (ii) fail or refuse to furnish the Performance Security, in
accordance with the instructions to tenders.
3. I/We understand that this Tender Securing Declaration shall expire if we are not the successful Tenderer(s),
upon the earlier of:
a) our receipt of a copy of your notification of the name of the successful Tenderer; or
b) thirty days after the expiration of our Tender.
4. I/We understand that if I am/we are/in a Joint Venture, the Tender Securing Declaration must be in the
name of the Joint Venture that submits the bid, and the Joint Venture has not been legally constituted at
the time of bidding, the Tender Securing Declaration shall be in the names of all future partners as named
in the letter of intent.
Signed:……………………………………………………………………..………......................................................
Name: …………………………………………………………………………………..................................................
Duly authorized to sign the bid for and on behalf of: .................................................[insert complete name of
signing].
Seal or stamp.
61
MANUFACTURER’S AUTHORIZATION FORM
[The tenderer shall require the Manufacturer to fill in this Form in accordance with the instructions
indicated. This letter of authorization should be on the letterhead of the Manufacturer and should be
signed by a person with the proper authority to sign documents that are binding on the Manuf acturer.
The tenderer shall include it in its Tender, if so indicated in the TDS.]
Entity] WHEREAS
We hereby extend our full guarantee and warranty in accordance with Clause 28 of the General Conditions of
Contract, with respect to the Goods offered by the above firm.
62
PART 2: SUPPLY REQUIREMENTS
Section V - Schedule of Requirements
Notes for Preparing the Schedule of Requirements
The Schedule of Requirements shall be included in the Tendering document by the Procuring Entity, and sh all
cover, at a minimum, a description of the goods and services to be supplied and the delivery schedule.
The objective of the Schedule of Requirements is to provide sufficient information to enable tenderers to prep are
their Tenders efficiently and accurately, in particular, the Price Schedule, for which a form is provided in S ection
IV. In addition, the Schedule of Requirements, together with the Price Schedule, should serve as a basis in the
event of quantity variation at the time of award of contract pursuant to ITT 42.1.
The date or period for delivery should be carefully specified, taking into account (a) the implications of de livery
terms stipulated in the Instructions to tenderers pursuant to the Incoterms rules that “delivery” takes place when
goods are delivered to the final place of delivery, and (b) the date prescribed herein from which the Procuring
Entity's delivery obligations start (i.e., notice of award, contract signature, opening or confirmation of the letter of
credit).
53
1. List of Goods and Delivery Schedule
Items under this contract will be ordered as and when required during the contract period
commencing on 1st July 2022 and ending on 30th June 2024.
(Adrenaline)
1:80 000
Injection,10mg/ml (1%)
11. SA010 Lignocaine 2ml Ampoule
(Preservative- free)
Lidocaine +
Injection: Lidocaine 2% (as
12. SA012 Epinephrine 20 mLVial
hydrochloride) + epinephrine
(Adrenaline)
Injection, 20mg/ml (2%) (as 20-50ml Amber
13. SA013 Lidocaine
hydrochloride) Vial
14. SA014 Lidocaine Spray, 10% 50 ml Bottle
15. SA016 Midazolam Injection, 5mg/ml 3ml Ampoule
Page 65 of 131
FRAMEWORK AGREEMENT SUPPLY AND DELIVERY OF PHARMACEUTICALS 2022-2024
Injection, 2.5mg/ml (as
16. SA017 Neostigmine 1ml Ampoule
metilsulfate)
Injection, emulsion for
17. SA021 Propofol intravenous Injection, 200mg 20ml Ampoule
(10mg/ml)
Injection, 50mg/ml (as
18. SA023 Suxamethonium 2ml Ampoule
chloride)
Injection, powder for
19. SA024 Thiopental reconstitution 500mg (as Vial
sodium salt)
20. SA026 Midazolam Injection, 1mg/ml 5ml Ampoule
21. SA028 Isoflurane Solution for inhalation 250ml Bottle
Injection, 30mg/ml (as
22. SA032 Ephedrine 1ml Ampoule
hydrochloride)
10ml
23. SA035 Midazolam Injection, 5mg/ml
Ampoule/Vial
24. SA037A Sevoflurane Solution for Inhalation 250ml Bottle
Solution for IV Infusion,
Dexmedetomidin
25. SA038 100micrograms/mL (as 2ml Vial
e
hydrochloride)
Injection,solution for
26. SA052 Glycopyrronium Vial/Ampoule
injection 200 micrograms
Tablet, Blister
27. SB002 Allopurinol Tablet, 100mg
pack
28. SB002A Allopurinol Tablet, 300mg tablet
29. SB008 Diclofenac Topical gel, 1% ( as sodium) 20g Tube
30. SB010 Diclofenac tablet 50mg tablet
31. SB011 Dihydrocodeine Tablet, 30mg tablet
Tablet, Blister
32. SB013 Ibuprofen Tablet, 200mg, sugar coated
pack
33. SB014 Ibuprofen Syrup, 100mg/5ml 100ml Bottle
Capsule, Blister
34. SB017 Mefenamic acid Capsule, 250mg
pack
Tablet/Capsule, 30mg Tablet/Capsule,
35. SB020A Morphine
(Sustained Release) Blister pack
36. SB021 Morphine Syrup 10mg/ml 100ml bottle
37. SB21B Morphine Syrup 1mg/ml 100ml bottle
Injection, solution for
38. SB022 Morphine injection, 10mg/ml (as 1ml Ampoule
sulfate)
Caplet, Blister
39. SB028 Paracetamol taplet, 500mg
Pack
40. SB03 1 Paracetamol Syrup, 120mg/5ml 100ml Bottle
Capsule, 50mg ( as Capsule, Blister
41. SB03 7 Tramadol
hydrochloride) pack
Capsule, 100mg ( as
Capsule, Blister
42. SB03 7B Tramadol hydrochloride), modified
pack
release
Injection, solution for
43. SB03 8 Tramadol injection, 50mg/ml (as 2ml Ampoule
hydrochloride)
44. SB03 9A Meloxicam Tablet, 7.5mg Tablet, Blister
pack
45. SB04 1 Paracetamol Suppository, 125mg Suppository
46. SB041B Paracetamol Suppository, 250mg Suppository
47. SB042 Diclofenac Suppository, 100mg Suppository
Tablet, 75mg, slow release ( Tablet, Blister
48. SB04 3 Diclofenac
as sodium) pack
Injection, solution for
49. SB04 4 Paracetamol intravenous infusion, 100ml Vial
10mg/ml
Chlorzoxazone + Capsule, chlorzoxazone Capsule, Blister
50. SB04 5
Paracetamol 250mg + paracetamol 300mg pack
Hydroxychloroqu Tablet, Blister
51. SB04 7 Tablet, 200mg ( as sulfate)
ine pack
52. SB04 9 Colchicine Tablet, 500 micrograms Tablet
Capsule, Blister
53. SB05 5 Celecoxib Capsule, 200mg
pack
54. SB05 9 Ketoprofen Topical gel, 2.5 % w/w 50gm Tube
Transdermal patch, self
55. SB06 8 Fentanyl adhesive, transparent, 25 Patches, 5's
micrograms/ hr
Transdermal patch, self
56. SB06 0 Fentanyl adhesive, transparent, 50 Patches, 5's
micrograms/ hr
Injection, solution for
57. SB06 4 Ketorolac injection, 30mg/ml ( as 1ml Ampoule
trometamol)
Tablet, 10mg ( as Tablet, Blister
58. SB06 5 Ketorolac
trometamol) pack
Tablet, Blister
59. SB06 6 Leflunomide Tablet, 20mg , film coated
pack
Transdermal patch, self
60. SB06 8 Fentanyl adhesive, transparent, 25 Patches, 5's
micrograms / hr
Tablet, 500mg, enteric
61. SB07 9 Sulfasalazine Tablet
coated
62. SB08 1 Diclofenac Oral drops,15mg/ml Dropper Bottle
Tablet, Blister
63. SB084 Febuxostat Tablet, 40mg
pack
Solution for Injection,
64. SB08 5 Dexketoprofen Ampoule
50mg/2ml
Tablet, Blister
65. SB08 5A Dexketoprofen Tablet,25mg
pack
Tablet, 25mg (as Tablet, Blister
66. SC00 3 Amitryptyline
hydrochloride) pack
Tablet, Blister
67. SC004 Alprazolam Tablet, 0.25mg, scored
pack
Tablet, Blister
68. SC00 5 Bromazepam Tablet, 3mg
pack b
Page 67 of 131
FRAMEWORK AGREEMENT SUPPLY AND DELIVERY OF PHARMACEUTICALS 2022-2024
Tablet, 2.5mg ( as mesylate),
69. SC00 6 Bromocriptine Tablet
scored
Injection, solution for
70. SC00 8 Chlorpromazine injection, 25mg/ml 2ml Ampoule
(hydrochloride)
Tablet, Blister
71. SC01 0 Diazepam Tablet, 5mg, scored
pack
Capsule, 20 mg (as Capsule, Blister
72. SC01 6 Fluoxetine
hydrochloride) pack
Tablet, Blister
73. SC018 Haloperidol Tablet, 5mg
pack
Tablet, Blister
74. SC024 Olanzepine Tablet, 5mg
pack
Injection, powder for
75. SC02 4A Olanzepine Vial
recoconstitution, 10mg
Injection, solution for
76. SC03 0 Zuclopenthixol injection (as acetate), 1ml Ampoule
50mg/ml
Injection, solution for
77. SC03 1 Zuclopenthixol injection, 200mg/ml (as 1ml Ampoule
Decanoate)
Tablet, Blister
78. SC03 3 Carbamazepine Tablet, 200mg, scored
pack
79. SC03 3B Carbamazepine Suspension, 100mg/5ml 100ml Bottle
80. SC03 5 Clonazepam Tablet, 0.5mg Tablet
81. SC036 Clonazepam Tablet, 2mg Tablet
Tablet, Blister
82. SC03 7 Lamotrigine Tablet, 100 mg
pack
Tablet, Blister
83. SC04 0 Phenobarbital Tablet, 30mg, , scored
pack
Capsule or Tablet, 50mg (as
84. SC04 2 Phenytoin Capsule/Tablet
sodium)
85. SC04 2B Phenytoin Suspension, 30mg/5ml 100ml Bottle
Capsule or Tablet, 100mg
86. SC04 3 Phenytoin Capsule/Tablet
(as sodium)
Injection, 50mg/ml (as
87. SC044 Phenytoin 5ml Ampoule
sodium chloride)
Injection, 200mg/ml (as
88. SC04 5 Phenobarbital Ampoule
sodium)
Sodium valproate Tablet, 200mg (as sodium), Tablet, Blister
89. SC04 6
(valproic acid) enteric coated pack
Sodium valproate Tablet, Blister
90. SC04 6A Tablet, 300mg, slow release
(valproic acid) pack
Sodium valproate Oral solution (syrup),
91. SC04 6B 300ml Bottle
(valproic acid) 200mg/5ml
Sodium valproate Tablet, Blister
92. SC04 6C Tablet, 500mg, slow release
(valproic acid) pack
Tablet, Blister
93. SC04 9 Domperidone Tablet,10mg (as Maleate)
pack
Injection, solution for
94. SC05 0 Metoclopramide injection, 5mg/ml (as 2ml Ampoule
hydrochloride)
Tablet, Blister
95. Metoclopramide Tablet,10mg (as Maleate
pack
Injection, solution for
96. SC05 2 Ondansetron injection, 2mg/ml (as 2ml Ampoule
hydrochloride)
97. SC05 2A Ondansetron Oral solution, 4mg/5ml 30 ml Bottle
Benzhexol Tablet, 5mg (as Tablet, Blister
98. SC05 4
(Trihexyphenidyl) hydrochloride) pack
Levodopa + Tablet, levodopa 100mg +
99. SC05 5 Tablet
carbidopa carbidopa 10mg
Injection, oily solution for
100. SC05 9 Flupentixol injection (as Decanoate), 1ml Ampoule
20mg/ml
Injection, oily solution for
101. SC06 0 Flupentixol injection (as Decanoate), 2ml Ampoule
20mg/ml
Levodopa + Tablet, levodopa 250mg +
102. SC06 3 Tablet
carbidopa carbidopa 25mg
Capsule, Blister
103. SC06 6 Gabapentin Capsule, 300mg
pack
Tablet, 15mg (as
104. SC072 Mirtazapine Tablet
hydrochloride)
Capsule, 75mg (as
105. SC07 4 Venlafaxine hydrochloride), controlled Capsule
release
106. SC07 6A Risperidone Tablet, 2mg Tablet
107. SC077 Pregabalin Capsule, 75mg Capsule
Tablet, 150mg, sustained
108. SC07 8 Pregabalin Tablet
release
109. SC08 0 Topiramate Tablet, 25mg Tablet
110. SC08 2 Zolpidem Tablet, 10mg (as tartrate) Tablet
Tablet, 4mg (as Tablet, Blister
111. SC08 5 Ondansetron
hydrochloride) pack
112. SC08 6 Quetiapine Tablet, 50mg Tablet
113. SC087 Pregabalin Capsule, 25mg Capsule
114. SC08 8 Sertralin Tablet, 50mg Tablet
115. SC08 9 Citalopram As hydrochloride, 20mg scored Tablet
Tablet, Blister
116. SC09 1 Lamotrigine Tablet, 25mg
pack
117. SC093 Levetiracetam Tablet, 750mg Tablet
118. SC09 3C Levetiracetam Tablet, 500mg, Scored tablet Tablet
Tablet, 25mg (as Tablet, Blister
119. SC09 4 Chlorpromazine
hydrochloride) pack
Tablet, Blister
120. SC09 4A Chlorpromazine Tablet, 100mg,Scored
pack
Tablet, 25mg (as Tablet, Blister
121. SC098 Imipramine
hydrochloride) pack
122. SC09 9 Diazepam Suppository, 10mg Suppository
Page 69 of 131
FRAMEWORK AGREEMENT SUPPLY AND DELIVERY OF PHARMACEUTICALS 2022-2024
(Paediatrics)
Gel or rectal solution,
123. SC09 9A Diazepam 0.5 ml Tube
5mg/5m
Gel or rectal solution,
124. SC09 9B Diazepam 2.0 ml Tube
5mg/5ml
Tablet, 10mg (as Tablet, Blister
125. SC10 0 Methylphenidate
hydrochloride), scored pack
126. SC10 1 Domperidone Suspension, 1mg/ml 30ml Bottle
Metoclopropamid Tablet, 10mg (as Tablet, Blister
127. SC10 3
e hydrochloride) pack
Tablet, 200mg, modified
128. SC10 6B Carbamazepine Tablet
release
Injection, solution for
129. SC11 5A Granisetron injection, 1mg/ml ( as
hydrochloride)
Injection, solution for
130. SC11 5C Granisetron injection, 1mg/ml ( as 3ml Ampoule
hydrochloride)
Capsule, Blister
131. SC11 6 Gabapentin Capsule, 100mg
pack
132. SC11 8 Atomoxetin Capsule ,40 mg Capsule
133. SC11 Atomoxetin Capsule ,10mg Capsule
134. SC12 Baclofen Tablet, 10mg Tablet
Tablet,Blister
135. SC12 1 Quetiapine Tablet,300mg, Slow Release
Pack
Tablet,Blister
136. SC12 6 Rizatriptan Tablet, 10mg, Scored
Pack
137. SC12 8 Sodium Valproate Injection, 100mg/ml 4ml Ampoule
5mL Single dose
138. SC13 1 Palonosetron Injection, 0.05mg/ml
Vial
139. SC133 Donepezil Tablet,5mg Tablet
140. SC132 Betahistine Tablet, 8mg Tablet
141. SC13 3A Donepezil Tablet,10mg Tablet
Oral suspension, Magnesium
hydroxide / trisilicate + 150ml-300ml
142. SD00 3
Aluminium hydroxide with Bottle
simethicone
Tablet, Blister
143. SD00 6 Bisacodyl Tablet, 5mg, enteric coated
pack
Suppository, 5mg
144. SD007 Bisacodyl Suppository
(Paediatric)
Tablet, Magnesium
hydroxide / trisilicate + Tablet, Blister
145. SD01 1 Antacid
Aluminium hydroxide with pack
simethicone
Tablet, 10mg (as Tablet, Blister
146. SD01 5 Hyoscine
butylbromide), coated pack
Injection, solution for
147. SD01 6 Hyoscine injection, 20mg/ml (as 1ml Ampoule
butylbromide )
Hypertonic
148. SD01 8 Rectal solution Bottle
sodium phosphate
enema (or
equivalent)
Oral liquid, 62-74g/100ml
149. SD01 9 Lactulose 200ml Bottle
(Approx. 3.335g/5ml)
Capsule, 2mg (as Capsule, Blister
150. SD02 0 Loperamide
hydrochloride) pack
Capsule /
151. SD02 2 Omeprazole Capsule / Tablet, 20mg
Tablet
Injection, powder for
152. SD02 2A Omeprazole reconstitution, 40mg (as Vial
sodium)
Oral Rehydration
153. SD02 3 As per WHO formula Sachet
salts
154. SH019 Melphelan tablet 2mg tablet
Suppository, aluminium
Hydrocortisone + acetate 3.5%, hydrocortisone
155. SD02 8 Lidocaine OR acetate 0.275%, lidocaine Suppository
Equivalent 5%, zinc oxide 18% or
equivalent
Sodium
156. SD031B Elixir, 5mg/5ml 100ml Bottle
picosulfate
Granules for oral suspension,
157. SD03 2 Esomeprazole Sachet
10mg
158. SD032A Esomeprazole Tablets, 20mg Tablet
Polyethylene glycol 118.0g,
sodium chloride
2.93g,potassium chloride
Polyethylene 1.484g, sodium bicarbonate
159. SD03 4 Sachet
glycol 3.37g, Anhydrous sodium
sulfate 11.36g to make 2
litres of solution (or
equivalent)
Tablet, 5mg (as
160. SD03 5 Oxybutinin Tablet
hydrochloride), scored
Tablet, Blister
161. SD04 0 Pantoprazole Tablet, 20mg
pack
Freeze-dried powder for
162. SD04 0A Pantoprazole Vial
Injection, 40mg (as sodium)
163. SD04 6 Ispaghula husk Powder for oral suspension, Sachet
164. SD04 7A Glycerine Suppository, 1g ( infants) Suppository
165. SD04 7B Glycerine Suppository, 2g (Paediatric) Suppository
166. SD04 8 Dicycloverine Tablet, 20mg Tablet
Dicycloverine Syrup, 10mg/5ml (as
167. SD04 9 10ml Bottle
+Paracetamol hydrochloride)
Tablet, Blister
168. SD05 0 Solifenacin Tablet, 5mg as succinate
pack
Ursodeoxycholic Tablet, Blister
169. SD05 2 Tablet, 300mg
acid pack
Page 71 of 131
FRAMEWORK AGREEMENT SUPPLY AND DELIVERY OF PHARMACEUTICALS 2022-2024
Ursodeoxycholic Suspension, 250mg/5mL,
170. SD05 2A 250ml Bottle
acid sugar-free
Injection, solution for
Epinephrine
171. SE00 1 injection, 1mg/ml (as 1ml Ampoule
(Adrenaline)
hydrochloride or
Tablet, 5mg ( as mesylate, Tablet, Blister
172. SE00 2 Amlodipine
besylate or maleate) pack
Tablet, Blister
173. SE00 5 Atenolol Tablet, 50mg
pack
Tablet, 250 micrograms,
174. SE011 Digoxin Tablet
scored
Telmisartan +
175. SE13 3A Hydrochlorthiazid tablet 80mg / 12.5mg Tablet
e
Injection, solution for
176. SE01 0 Digoxin 2ml Ampoul
injection, 250micrograms/ml
60ml Bottle,with
177. SE01 1B Digoxin Elixir, 50 micrograms/ml
graduated dropper
Injection, solution for
178. SE01 2 Amiodarone injection, 50mg/ml ( as 3 ml Ampoule
hydrochloride)
Injection, solution for
5ml Vial /
179. SE01 6 Dopamine injection, 40mg/ml (as
Ampoule
hydrochloride)
Injection, solution for
180. SE01 7 Dobutamine injection, 250mg/20ml (as 20ml Vial
hydrochloride)
Tablet, 10mg (as Tablet, Blister
181. SE01 8 Enalapril
hydromaleate) pack
Tablet, 5mg (as Tablet, Blister
182. SE01 8A Enalapril
hydromaleate), scored pack
Tablet, 25mg ( as
183. SE020 Hydrallazine Tablet
hydrochloride)
Injection, solution for
184. SE02 1 Hydrallazine injection, 20mg /ml ( as Ampoule
hydrochloride)
Tablet, Blister
185. SE02 7 Losartan Tablet, 50mg (as Potassium)
pack
Tablet, Blister
186. SE02 9 Methyldopa Tablet, 250mg
pack
Injection, solution for
187. SE03 1 Propranolol 1ml Ampoule
injection, 1mg/ml
Tablet, 20mg, sustained Tablet, Blister
188. SE03 2 Nifedipine
release pack
Injection, solution for
189. SE03 3 Noradrenaline Ampoule
injection, 2mg/ml
190. SE034 Propranolol Tablet, 40mg Tablet
Tablet, Blister
191. SE04 3 Furosemide Tablet, 40mg
pack
Injection, solution for
192. SE04 4 Furosemide 2ml Ampoule
injection, 10mg/ml
193. SE04 7 Spironolactone Tablet, 25mg Tablet, Blister
pack
Tablet, Blister
194. SE047A Spironolactone Tablet, 100mg
pack
Low molecular
Injection, solution for 0.4ml prefilled
195. SE05 1 weight heparin
injection, 100mg/ml syringe
(Enoxaparin)
Low molecular
Injection, solution for 0.6ml prefilled
196. SE05 1B weight heparin
injection, 100mg/ml syringe
(Enoxaparin)
Low molecular
Injection, solution for 0.8ml prefilled
197. SE05 1C weight heparin
injection, 100mg/ml syringe
(Enoxaparin)
Injection, solution for
198. SE05 3 Heparin injection, 5000IU/ml (as 5ml Vial
sodium)
Tablet, Blister
199. SE05 4 Warfarin Tablet, 5mg ( as sodium)
pack
Tablet, 1mg ( as sodium), Tablet, Blister
200. SE05 4A Warfarin
Scored pack
Injection, solution for
201. SE05 5 Tranexamic acid 5ml Ampoule
injection, 100mg/ml
Capsule, Blister
202. SE05 6 Tranexamic acid Capsule, 250 mg
pack
Injection, solution for
203. SE05 7 Nitroglycerine 10ml Ampoule
injection, 2.5mg/ml
sublingual spray,
204. SE05 7A Nitroglycerine Can
400micrograms/dose
Sodium Injection, powder for
205. SE05 8 Vial
Nitroprusside reconstitution, 50mg
Tablet, Blister
206. SE06 0 Carvedilol Tablet, 25mg, scored
pack
Tablet, Blister
207. SE060A Carvedilol Tablet, 12.5mg, scored
pack
Tablet, Blister
208. SE06 0B Carvedilol Tablet, 6.25mg
pack
Tablet, Blister
209. SE060C Carvedilol Tablet, 3.125mg
pack
Injection, solution for
210. SE06 6 Metoprolol injection, 1 mg/ml (as 5 ml Ampoule
tartrate)
Injection, solution for
211. SE06 8 Magnesium 100ml Bottle
injection, 4% (as sulfate )
Injection, solution for
212. SE06 8A Magnesium 10ml Ampoule
injection, 50% (as sulfate )
Injection, solution for
213. SE07 0 Mannitol 500ml Bottle
infusion, 20%
Injection, solution for
214. SE072 Phytomenadione 1ml Ampoule
injection, 10mg/ ml
Page 73 of 131
FRAMEWORK AGREEMENT SUPPLY AND DELIVERY OF PHARMACEUTICALS 2022-2024
Injection, solution for
215. SE072A Phytomenadione 0.2ml Ampoule
injection, 10mg/ ml
Hydrochlorothiazi Tablet, Blister
216. SE074 Tablet, 50mg, scored
de pack
Hydrochlorothiazi Tablet, Blister
217. SE07 4A Tablet, 25mg, scored
de pack
Amlodipine + Tablet, amlodipine 5mg + Tablet, Blister
218. SE07 5
Losartan losartan 50mg pack
Nasal spray,
219. SE07 7A Desmopressin 5ml Can
10micrograms/dose (as
Injection,4
220. SE07 7B Desmopressin 1mL vial
micrograms/mL(as acetate)
Tablet, Blister
221. SE07 9 Sildenafil Tablet, 25mg ( as citrate)
pack
Tablet, Blister
222. SE07 9A Sildenafil Tablet, 100mg (as citrate)
pack
Tablet, 10mg (as
223. SE08 0B Alfuzosin hydrochloride), sustained Tablet
release
Calcium Capsule, Blister
224. SE08 1 Capsule, 500mg
dobesilate pack
Tablet, Blister
225. SE08 2 Metoprolol Tablet, 50mg (as tartrate)
pack
Tablet, Blister
226. SE083 Lisinopril Tablet, 5mg
pack
Tablet, Blister
227. SE084 Trimetazidine Tablet, 35mg
pack
Tablet, 20mg (as Tablet, Blister
228. SE08 5 Isosorbride
mononitrate) pack
Tablet, Blister
229. SE08 5A Isosorbride Tablet, 10mg (as Dinitrate)
pack
Tablet, 8mg (as cilexetil), Tablet, Blister
230. SE08 6 Candesartan
scored pack
Tablet, Blister
231. SE08 8 Nebivolol Tablet, 5mg tab
pack
Tablet, 75 mg (as hydrogen Tablet, Blister
232. SE09 1 Clopidogrel
sulfate) pack
Tablet, 200mg (as Tablet, Blister
233. SE09 2 Amiodarone
hydrochloride) pack
Injection, solution for
234. SE09 4 Labetalol 20ml Ampoule
injection, 5mg/ml (as
Losartan +
Tablet, losartan 50mg + Tablet, Blister
235. SE09 5 hydrochlorthiazid
hydrochlorothiazide 12.5mg pack
e
Tablet, 100mg (as
236. SE09 6 Labetalol Tablet
hydrochloride)
237. SE098 Nimodipine Tablet, 30mg Tablet
Injection, solution for
238. SE09 8A Nimodipine injection 200micrograms/ml 50ml Vial
(0.02%)
239. SE09 8A Nimodipine 50ml Vial
240. SE10 3 Indapamide Tablet, 1.5mg, modified Tablet
release
241. SE10 4 Metolazone Tablet, 5mg Tablet
Tablet, 10mg (as
242. SE11 1 Propranolol Tablet
hydrochloride), film coated
243. SE112A Bisoprolol Tablet, 5mg Tablet
Tablet, Blister
244. SE11 2A Bisoprolol Tablet, 1.25mg
pack
245. SE114A Alteplase Injection 100mg Vial
Solution for Injection,
246. SE11 5 Adenosine 2ml Vial
3mg/ml
Sublingual tablet , Tablet, Blister
247. SE11 6 Glyceryl trinitrate
500micrograms pack
Tablet, Blister
248. SE11 7 Verapamil Tablet, 40mg
pack
Tablet, 240 mg (as
Tablet, Blister
249. SE11 7A Verapamil hydrochloride), sustained
pack
release
Injection, solution for
250. SE11 8 Verapamil injection, 2.5mg/ml ( as 2ml Ampoule
hydrochloride)
Injection, 10mg/ml (as
251. SE12 2 Phenylephrine 1ml Ampoule
hydrochloride)
Acetylsalicylic Tablet, Blister
252. SE12 9 Tablet, 75mg, enteric coated
acid pack
253. SE13 2 Tadalafil Tablet, 5mg Tablet
254. SE13 3 Telmisartan Tablet, 40mg Tablet
Telmisartan +
Tablet, Telmisartan 80mg+
255. SE13 3A Hydrochlorthiazid Tablet
Hydrochlorthiazide 12.5mg
e
Telmisartan +
256. SE13 3B Hydrochlorthiazid Tablet, Telmisartan 40mg Tablet
e
Lisinopril +
Tablet, Lisinopril 40mg +
257. SE13 4 Hydrochlorthiazid Tablet
Hydrochlorthiazide 12.5mg
e
258. SE134A Torasemide Tablet, 10mg, scored Tablet
259. SE13 5A Dabigatran Capsule, 150mg Tablet
Capsule, Blister
260. SE135 Dabigatran Capsule, 75mg
pack
261. SE13 5B Dabigatran Capsule, 110mg Capsule
Tablet, Blister
262. SE13 6 Rivaroxaban Tablet, 10mg
pack
263. SE136A Rivaroxaban Tablet, 20mg Tablet, Blister
Tablet, Blister
264. SE136B Rivaroxaban Tablet, 15mg
pack
Tablet,5mg, Scored (as Tablet, Blister
265. SE13 8 Ivabradine
hydrochloride) pack
266. SE13 8A Ivabradine Tablet,7.5mg, (as Tablet, Blister
Page 75 of 131
FRAMEWORK AGREEMENT SUPPLY AND DELIVERY OF PHARMACEUTICALS 2022-2024
hydrochloride) pack
Injection, solution for
267. SF00 1 Amikacin Ampoule/Vial
injection, 100mg or 125mg
Injection, solution for
268. SF00 2 Amikacin Ampoule/Vial
injection, 500mg
Injection, powder for
reconstitution 1.2gm,
Amoxicillin + (Amoxicillin (sodium) 1gm
269. SF00 3 Vial
Clavulanic Acid + Clavulanic Acid
(potassium clavulanate)
200mg)
Powder for oral suspension,
Amoxicillin (trihydrate)
Amoxicillin +
270. SF00 5 200mg + Clavulanic Acid 70ml Bottle
Clavulanic Acid
(Potassium clavulanate),
28mg/5ml
Dispersible Tablet,
Amoxicillin (trihydrate)
Amoxicillin + Tablet, Blister
271. SF00 5A 200mg + Clavulanic Acid
Clavulanic Acid pack
(Potassium clavulanate)
28mg
Tablet, Amoxicillin
Amoxicillin + (trihydrate) 500mg +
272. SF00 8 Tablet
Clavulanic Acid Clavulanic Acid (Potassium
clavulanate) 125mg
Injection, powder for
reconstitution 600mg,
Amoxicillin + (Amoxicillin (sodium)
273. SF01 0 Vial
Clavulanic Acid 500mg + Clavulanic Acid
(potassium clavulanate)
100mg)
Powder for oral suspension,
274. SF01 1A Amoxicillin 250mg/5ml, (trihydrate) 100ml Bottle
anhydrous.
Dispersible Tablet, Tablet, Blister
275. SF01 1B Amoxicillin
250mg,Scored pack
Tablet, 3's,
276. SF019 Azithromycin Tablet, 500mg
Blister pack
Suspension, Powder for
277. SF01 9A Azithromycin 30ml Bottle
reconstitution, 200mg/5ml
Lyophilized Injection,
278. SF01 9B Azithromycin 10ml Vial
500mg (as dihydrate)
Injection, powder for
reconstitution,600mg (1
279. SF02 1 Benzylpenicillin Vial
million IU)(sodium or
potassium)
Injection, powder for
280. SF02 1A Benzylpenicillin reconstitution,5 million IU Vial
(sodium or potassium)
Tablet, Blister
281. SF02 2 Cefuroxime Tablet, 250 mg (as axetil)
pack
282. SF02 3 Cefuroxime Powder for oral suspension, 100ml Bottle
125mg/5ml
Injection, powder for
283. SF02 4 Cefuroxime Vial
reconstitution, 750mg (as
Injection, powder for
284. SF02 6 Ceftriaxone reconstitution, 1gm ( as Vial
sodium salt)
Injection, powder for
285. SF02 7 Ceftriaxone reconstitution, 500mg ( as Vial
sodium salt)
Injection, solution for
286. SF03 6 Ciprofloxacin 100ml Bottle
infusion, 2mg/ml
287. SF037 Ciprofloxacin Tablet, 250mg Tablet, Blister
Powder for oral solution,
288. SF03 8 Clindamycin 100ml Bottle
75mg/5ml
Capsule, Blister
289. SF03 9 Clindamycin Capsule, 150mg
pack
Injection, solution for
290. SF04 0 Clindamycin injection, 150mg / ml (as Ampoule/Vial
phosphate)
Capsule or Tablet,
291. SF04 2A Amoxicillin Capsule or Tablet, 500mg
Blister pack
Oral suspension,
Sulfamethoxazole
292. SF04 3 Sulfamethoxazole 200mg + 100ml Bottle
+Trimetho prim
Trimethoprim 40mg /5ml
Sulfamethoxazole Tablet, Sulfamethoxazole Tablet, Blister
293. SF04 4
+Trimetho prim 400 + Trimethoprim 80mg pack
294. SF045 Dapsone Tablet, 100mg Tablet
Capsule, Blister
295. SF04 6 Doxycycline Capsule, 100mg
pack
Powder for oral suspension,
296. SF04 9 Erythromycin 125mg/5ml (as stearate or 100ml Bottle
ethyl succinate)
Tablet, Blister
297. SF050 Erythromycin Tablet, 250mg
pack
Capsule, Blister
298. SF05 2 Flucloxacillin Capsule, 250mg
pack
Powder for oral suspension,
299. SF05 3 Flucloxacillin 100ml Bottle
125mg/5ml
Injection, Powder for
300. SF05 4B Flucloxacillin Vial
reconstitution, 500mg
Injection, solution for
301. SF05 6 Gentamicin injection, 40mg/ml, (as 2ml Ampoule
sulfate)
Injection, solution for
302. SF05 6A Gentamicin 2ml Ampoule
injection, 10mg/ml
Benzathine
303. SF058 Injection,1.2g Vial
Penicillin
304. SF05 9 Meropenem Injection, powder for vial
Page 77 of 131
FRAMEWORK AGREEMENT SUPPLY AND DELIVERY OF PHARMACEUTICALS 2022-2024
reconstitution, 1gm
Injection, powder for
305. SF05 9A Meropenem Vial
reconstitution, 500mg
Tablet, Blister
306. SF06 0 Metronidazole Tablet, 200mg
pack
Injection, solution for 100ml Bottle /
307. SF06 1 Metronidazole
infusion, 500mg Collapsible Bags
Oral suspension, 200mg/5ml
308. SF06 2 Metronidazole 100ml Bottle
(as benzoate)
Tablet, Blister
309. SF067 Nitrofurantoin Tablet, 100mg
pack
Tablet, Blister
310. SF068 Norfloxacin Tablet, 400mg
pack
Injection, powder for
reconstitution, Piperacillin
Piperacillin +
311. SF07 1 4gm (as sodium) + vial
Tazobactam
Tazobactam 500mg (as
sodium)
Injection, powder for
312. SF08 4 Vancomycin reconstitution, 500mg (as Vial
hydrochloride)
Injection, powder for
313. SF09 1 Ceftazidime reconstitution, 1gm (as Vial
pentahydrate)
Injection, powder for
314. SF09 1A Ceftazidime Vial
reconstitution, 250mg
Tablet, Blister
315. SF09 2 Clarithromycin Tablet, 500mg
pack
Tablet, Blister
316. SF095 Levofloxacin Tablet, 500mg
pack
Injection, solution for
317. SF09 5B Levofloxacin 100ml Bottle
infusion, 5mg/ml
Tablet, Blister
318. SF09 6 Linezolid Tablet, 600 mg
pack
Injection, solution for
319. SF09 6A Linezolid 300ml Bottle
injection, 600mg
Injection, solution for
Sulfamethethoxaz
injecction, Sulfamethoxazole
320. SF09 8 ole + 5 ml Ampoule
80mg + Trimethoprim 16mg
Trimethoprim
/ml
Injection, powder for
Imipenem +
321. SF10 0 reconstitution, Imipenem Vial
cilastatin
500mg + cilastatin 500mg
Injection, powder for
322. SF10 1 Cefepime Vial
reconstitution, 1gm
323. SF10 3A Teicoplanin Injection, 400mg Vial
Tablet, Amoxicillin
Amoxicillin + (trihydrate) 875mg + Tablet, Blister
324. SF10 4
clavulanic Acid Clavulanic Acid (Potassium pack
clavulanate) 125mg
325. SF10 5 Cefixime Suspension, 100 mg/5 mL 50ml Bottle
326. SF10 5A Cefixime Tablet, 200mg, (Film coated) Tablet, Blister
pack
Powder for oral suspension,
327. SF10 8 Clarithromycin 50ml Bottle
125mg/5ml
Tablet, 250mg (as
328. SF11 0 Penicillin V Tablet
potassium)
Injection, powder for
329. SF11 1 Cefazolin Vial
reconstitution, 500mg
Injection, powder for
330. SF11 1A Cefazolin Vial
reconstitution, 1gm
Capsule, 500mg (as Capsule, Blister
331. SF11 3 Cefadroxil
monohydrate) pack
Powder for oral suspension,
332. SF11 3A Cefadroxil 250mg/5ml (as 60ml Bottle
monohydrate)
Capsule, Blister
333. SF11 4 Cefaclor Capsule, 500mg
pack
Powder for oral suspension,
334. SF11 4A Cefaclor 60ml bottle
250mg/5ml
Moxifloxacin
335. SF11 5B Tablet, 400mg Tablet
Tablet
Injection, powder for
reconstitution,
336. SF11 7 Colistin Vial
(colistimethate sodium)
1million units
337. SG001 Aciclovir Tablet, 200mg Tablet
Injection, powder for
338. SG00 1A Aciclovir reconstitution, 250mg ( as Vial
sodium salt)
Injection, powder for
339. SG00 1B Aciclovir reconstitution, 1g ( as Vial
sodium salt)
340. SG00 3 Aciclovir Topical cream, 5% 10g Tube
Sulfadoxine Tablet, sulfadoxine 500mg +
341. SG03 1 Tablet
+Pyrimethamine pyrimethamine 25mg
342. SG03 4 Clotrimazole Topical cream, 1% 20gm Tube
343. SG03 5 Clotrimazole Vaginal Tablet, 100mg Packet 6's
Powder for oral suspension,
344. SG03 9 Fluconazole susp 35 ml
50mg/5ml
solution for infusion,
345. SG03 7 Fluconazole 100ml vial
2mg/ml
346. SG038 Fluconazole capsule 50mg capsule
347. SG04 0 Fluconazole Tablet/Capsule, 200mg Tablet/Capsule
348. SG04 1 Griseofulvin Tablet, 250mg, scored Tablet
349. SG04 7 Miconazole Oral Gel, 25mg/ml 40g Tube
350. SG04 8 Nystatin Oral Liquid, 100,000 I.U/ml 30ml Bottle
Injection, powder for
351. SG06 96. Amphotericin B reconstitution 50mg vial
(liposomal)
Page 79 of 131
FRAMEWORK AGREEMENT SUPPLY AND DELIVERY OF PHARMACEUTICALS 2022-2024
Injection, powder for
352. SG06 9A Amphotericin B reconstitution 50mg (as Vial
sodium deoxycholate)
353. SG07 0 Albendazole Tablet, 400mg, chewable Tablet
354. SG07 2 Itraconazole Capsule, 100mg Capsule
355. SG07 3 Pyrimethamine Tablet, 25mg Tablet
356. SG07 0A Albendazole Suspension, 200mg/5ml 10ml Bottle
357. SG07 5 Ornidazole Tablet, 500mg Tablet
358. SG07 7 Terbinafine Tablet, 250mg, scored Tablet
359. SG07 8 Terbinafine Topical cream, 1% 15g Tube
Secnidazole
360. SGO Tablet Tablet
Tablet, 1g
361. SG082 Miconazole Ovule, 400mg 3's Ovule
Tablet , Blister
362. SG08 7 Niclosamide Tablet, 500mg, Chewable
pack
Tablet , Blister
363. SG091 Sulfadiazine Tablet, 500mg
pack
Tablet , Blister
364. SH00 2 Azathioprine Tablet , 50mg, scored
pack
Injection, Lyophilised
365. SH00 4 Bleomycin powder for reconstitution, Vial
15mg (sulfate)
Tablet, 15mg (as calcium
366. SH00 5 Folinic acid Tablet
folinate)
Injection, solution or powder
367. SH00 5B Folinic acid for reconstitution, 50mg (as Vial
calcium folinate)
Injection, solution or powder
368. SH005C Folinic acid for reconstitution, 300mg (as Vial
calcium
369. SH006 Chlorambucil Tablet, 2mg Tablet
Injection, solution for
370. SH00 7 Cisplatin 50ml Vial
injection 1mg/ml, 50mg
Cyclophosphamid Tablet, Blister
371. SH00 8 Tablet, 50mg
e pack
Cyclophosphamid Injection, powder for
372. SH00 9 Vial
e reconstitution, 200mg
Cyclophosphamid Injection, powder for
373. SH01 0 Vial
e reconstitution, 500mg
Cyclophosphamid Injection, powder for
374. SH01 0B Vial
e reconstitution, 1g
Injection, Lyophilised
powder for reconstitution,
375. SH01 4 Doxorubicin Vial
50mg (hydrochloride) OR
solution for injection
Injection, Lyophilised
powder for reconstitution,
376. SH01 5 Doxorubicin Vial
10mg (hydrochloride) OR
solution for injection
Injection, solution for 5ml
377. SH01 7 Fluorouracil
injection, 50 mg/ml Ampoule/Vial
378. SH01 8 Gemcetabine Injection, powder for Vial
reconstitution, 200mg
379. SH02 1 Methotrexate Tablet, 2.5mg Tablet
Injection, solution for
380. SH02 2 Methotrexate injection 25mg/ml, 2ml Vial
Preservative free.
Injection, Lyophilized
381. SH02 3A Dacarbazine powder for reconstitution, Vial
200mg
Tablet , Blister
382. SH02 4 Tamoxifen Tablet, 20mg (as citrate)
pack
Injection, solution for Tablet , Blister
383. SH02 7 Vinblastine
Injection, 10mg pack
Injection, powder for
384. SH02 8 Vincristine reconstitution, 1mg (sulfate) Vial
or solution for injection
385. SH05 5 Rituximab injection, solution 500mg vial
Bicalutamide
386. SH05 2 50mg Tablet Tablet
50mg Tab
Bortezomib powder for reconstitution
387. SH11 1 vial
Injection 3.5mg Injection 3.5mg
Rituximab 100mg injectio solution 100mg Inj
388. SH05 6 vial
Inj Vial Vial
389. SH06 3 Temozolomide Capsule, 100mg Capsule
Injection, powder for
390. SH06 6 Topotecan reconstitution, 2.5mg (as
hydrochloride)
391. SH063A Temozolomide Tablet, 20mg Tablet
Mitomycin 10mg
392. SH57 A injection 10mg Inj Vial. vial
Inj Vial.
Injection, solution for
393. SH03 0 Carboplatin 15ml Vial
injection, 10mg/ml, 150mg
Injection, solution for
394. SH03 0A Carboplatin 45ml Vial
injection,10mg/ml,
Injection, solution for
395. SH03 0B Carboplatin 60 ml Vial
injection,10mg/ml, 600mg
396. SH03 1 Etoposide Injection, 100mg (20mg/ml) 5ml Vial
397. SH031A Etoposide Tablet/Capsule, 50mg Tablet/Capsule
Injection, solution for
398. SH03 2 Goserelin Prefilled Syringe.
injection, 3.6 mg
Injection, solution for Prefilled
399. SH032A Goserelin
injection, 10.8 mg Syringe.
Recombinant
granulocyte
Injection, prefilled syringe
colony Prefilled
400. SH03 3 for Injection, 30 miu (300
stimulating factor syringe
micrograms)/0.5 ml
(GCSF)/Filgrasti
m
401. SH03 7 Gemcetabine Injection, powder for Vial
Page 81 of 131
FRAMEWORK AGREEMENT SUPPLY AND DELIVERY OF PHARMACEUTICALS 2022-2024
reconstitution, 1gm
Injection, Premixed solution
402. SH03 9 Docetaxel Vial
for injection, 20mg
403. SH04 0 Docetaxel solution for injection, 80mg Vial
Injection, concentrate
404. SH04 1 Paclitaxel solution for injection, 100 Vial
mg (6mg/ml)
Injection, concentrate
405. SH04 1A Paclitaxel solution for injection, 300 50mL Vial
mg (6mg/ml)
Injection, concentrate
406. SH04 2 Paclitaxel solution for injection, 30 mg Vial
(6mg/ml)
Injection, Ifosfamide 1gm
powder for
Ifosfamide with Vial and
407. SH04 3 reconstitution/Mesna 600mg
Mesna Ampoule
solution for Injection in
combination pack
Injection, Ifosfamide 2gm
powder for
Ifosfamide with Vial and
408. SH04 3A reconstitution/Mesna
Mesna Ampoule
1200mg soluton for Injection
in combination pack
Injection, Solution for 2ml Ampoule /
409. SH04 3B Mesna
injection, 100mg/ml Vial
Injection, solution for
410. SH04 4 Oxaliplatin Vial
injection, 50mg
Injection, solution for
411. SH04 4A Oxaliplatin Vial
injection, 100mg
Injection, powder for
412. SH04 5 L-asparaginase Vial
reconstitution, 10,000 IU
Injection, powder for
413. SH04 6 Daunorubicin Vial
reconstitution, 20mg
Injection, powder for
414. SH04 8 Zoledronic Acid Vial
reconstitution, 4mg
Capecitabine
415. SH049 tablet 500mg tablet
500mg
Tablet, Blister
416. SH049A Capecitabine Tablet, 150mg
Pack
Injection, solution for
417. SH05 0 Irinotecan 5ml Vial
injection, 100mg
Injection, solution for
418. SH05 0A Irinotecan 2ml Vial
injection, 40mg
Injection, solution for 1 ml Ampoule /
419. SH05 3 Octreotide
injection, 50 micrograms Vial
420. SH05 6 Rituximab solution for injection,100mg Vial
421. SH061 Letrozole Tablet, 2.5mg Tablet
422. SH076 Anastrozole Tablet, 1mg Tablet
Injection, powder for
423. SH07 6A Epirubicin Vial
reconstitution, 50mg
Injection, concentrate for
424. SH07 9A Vinorelbine 1ml Vial
Injection 10mg/ml
425. SH08 3 Tamsulosin capsule 400 Micrograms capsule
Injection, concentrate for
426. SH07 9 Vinorelbine 5ML
Injection 10mg/ml
Injection, powder for
427. SH08 8A Trastuzumab Vial
reconstitution, 440mg
428. SH09 0 Finasteride Tablet, 5mg, film coated Tablet
429. SH09 2 Alendronic acid Tablet, 70mg (as sodium) Tablet
430. SH099 Everolimus Tablet, 5mg Tablet
431. SH099A Everolimus Tablet, 10mg Tablet
432. SH10 0 Exemestane Tablet,25mg Tablet
Hydroxycarbamid
433. SH10 3 Capsule, 500 mg Capsule
e (Hydroxyurea)
Hydroxycarbamid
434. SH10 3A Capsule, 100mg Capsule
e (Hydroxyurea)
435. SH10 5 Lenalidomide Capsule, 25mg Capsule
Tablet, Tamsulosin 400
Tamsulosin + Tablet,Blister
436. SH10 8 micrograms + Finasteride
Finasteride Pack
5mg
437. SH00 1 Dactinomycin injection 500mg vial
20mg (Liposomal,
438. SH109 Doxorubicin Vial
Pegylated)
439. SH11 3 Lomustine Capsules, 40mg capsule
440. SH11 4 Nilotinib Tablet,200mg tablet
Injection, Solution for IV
441. SH11 5 Tocilizumab 4ml vial
Infusion,20mg/ml
Tablet,250mg (as abiraterone
442. SH11 6 Abiraterone Tablet
acetate)
443. SH120 Pazopanib Tablet,200mg tablet
Injectable solution for
444. SH12 1 Aflibercept Single dose Vial
intravitreal use 2mg/0.05mL
Injection, 0.6 or 1 mg/ml (As
445. SJ00 1 Atropine 1ml Ampoule
sulfate)
Charcoal, 50g powder or paste
446. SJ001A Tin
Activated equivalent
Injection, 400 micrograms
447. SJ00 3 Naloxone 1ml Ampoule
(as hydrochloride)
Injection, solution for
448. SJ00 4 Pralidoxime injection, 200mg/ml (as 5ml ampoule
Mesilate)
Injection, 10 mg/ ml (as
449. SJ00 5 Protamine 5 ml Ampoule
sulfate)
450. SJ01 0 Flumazenil Injection,100 micrograms/ml 5ml Ampoule
451. SJ027 Dexamethasone Tablet, 0.5mg Tablet
Injection, powder for
Methylprednisolo
452. SJ02 9 reconstitution, 500mg (as Vial
ne
sodium succinate)
Rapid acting Injection, rapid acting
453. SJ06 6 10ml Vial
insulin (Ultra insulin analog 100iu/ml
Page 83 of 131
FRAMEWORK AGREEMENT SUPPLY AND DELIVERY OF PHARMACEUTICALS 2022-2024
short acting (Aspart , Lispro or
insulin analog) equivalent)
Injection, long acting insulin
Long acting
analog 100iu/ml (Insulin
454. SJ08 6 Insulin (Basal 10ml Vial
Glargine, detemir or
Insulin)
equivalent)
Tablet, Blister
455. SJ08 7 Cortisone Tablet, 25mg
pack
Injection, Pre-mixed,
Pre-mixed intermediate acting insulin
intermediate analog 75% (insulin lispro
acting insulin protamine suspension or
456. SJ09 1A 3ml cartridge
analog and rapid equivalent) and rapid acting
acting insulin insulin analog ( insulin lispro
analog or equivalent) 25%,
100iu/ml
Injection, Pre-mixed,
Pre-mixed intermediate acting insulin
intermediate analog 75% (insulin lispro
acting insulin protamine suspension or
457. SJ09 1
analog and rapid equivalent) and rapid acting
acting insulin insulin analog ( insulin lispro
analog or equivalent) 25%,
100iu/ml
Tablet, Blister
458. SJ09 5A Sitagliptin Tablet, 100mg
pack
Tablet, Blister
459. SJ096 Glucagon Injection, 1mg
Pack
Metformin + TABLET,Metformin 500mg Tablet, Blister
460. SJ09 7
Sitagliptin +Sitagliptin 50mg pack
Metformin + Tablet,Metformin 1000mg Tablet, Blister
461. SJ09 8
Sitagliptin +Sitagliptin 50mg pack
462. SJ10 0 Diazoxide Suspension, 50mg/mL Bottle
Ointment, 0.03% ( as
463. SK04 7 Tacrolimus 10g Tube
monohydrate)
464. SK081 Clindamycin Solution,1% Bottle
Ointment, 0.1% ( as
465. SK05 3 Tacrolimus 10gm Tube
monohydrate)
466. SK04 2 Crotamiton Cream, 10% 30gm Tube
Tablet, Blister
467. SJ01 1 Glibenclamide Tablet, 5 mg, scored
pack
Insulin Isophane
70%+ Regular
468. SJ04 2 solution for injection 10ml Vial
30% Vial –
Mixtard
Short acting
Injection, short acting human
469. SJ01 3 insulin 10ml Vial
insulin, 100iu/ml
(soluble/regular)
470. SJ01 6 Carbimazole Tablet,5mg Tablet
471. SJ01 6A Propylthiouracil Tablet, 50 mg Tablet
Tablet, 100 micrograms (as
472. SJ01 7 L- Thyroxine Tablet
sodium)
Tablet, 25 micrograms (as
473. SJ017A L- Thyroxine Tablet
sodium)
474. SJ02 4 Norethisterone Tablet, 5mg Tablet
Injection, 4mg/ml (as
475. SJ02 6 Dexamethasone 1ml Ampoule
phosphate disodium salt)
476. SJ02 7A Dexamethasone Tablet,2MG Tablet
Injection, aqueous
Methylprednisolo suspensinon for 1ml Vial /
477. SJ02 8
ne intramuscular depot, Ampoule
40mg/ml (as acetate)
Tablet, Blister
478. SJ031 Prednisolone Tablet, 5mg
pack
Tablet, 500 mg (as Tablet , Blister
479. SJ03 2 Metformin
hydrochloride) pack
Tablet, 850 mg (as Tablet, Blister
480. SJ03 2A Metformin
hydrochloride) pack
Tablet, 1000 mg XR (as Tablet, Blister
481. Metformin
hydrochloride) pack
Betamethasone Injection, Betamethasone
sodium phosphate sodium phosphate 2 mg +
482. SJ03 7 Ampoule
+ Betamethasone Betamethasone dipropionate
dipropionate 5 mg/ml
Injection, powder for
483. SJ03 8 Hydrocortisone reconstitution, 100mg (as Vial
sodium succinate)
Injection, aqueous
484. SJ03 9 Triamcinolone suspension for injection, 40
mg/ml (as acetonide)
Tablet, Blister
485. SJ04 1 Glimepiride Tablet, 2 mg , scored
pack
Premixed
Insulin Injection,
intermediate
486. SJO4 2 intermediate acting insulin 10ML Vial
acting and short
(as compound insulin
acting
Tablet, 20mg (as calcium Tablet, Blister
487. SJ04 3 Atorvastatin
trihydrate) pack
Tablet, Blister
488. SJ04 3A Atorvastatin Tablet,40mg
pack of 30's
489. SJ04 7 Acetyl Cysteine Injection, 200 mg/ml 10 ml Ampoule
490. SJ049 Dydrogesterone Tablet, 10 mg Tablet
Tablet, 50mg (as citrate), Tablet, Blister
491. SJ05 1 Clomifene
scored pack
Pre-mixed Injection, Pre-mixed,
intermediate intermediate acting insulin
acting insulin analog 50% (insulin lispro
492. SJ06 1 3ml Cartridge
analog and rapid protamine suspension or
acting insulin equivalent) and rapid acting
analog insulin analog ( insulin lispro
Page 85 of 131
FRAMEWORK AGREEMENT SUPPLY AND DELIVERY OF PHARMACEUTICALS 2022-2024
or equivalent) 50%,
100iu/ml
Injection, intermediate acting
Intermediate
493. SJ06 2 human insulin (NPH or 10ml Vial
acting Insulin
equivalent), 100unit/ml
Tablet, Blister
494. SJ063 Metformin Tablet, 1gm
pack
Tablet, 1gm, Controlled Tablet, Blister
495. SJ06 4 Metformin XR
release pack
Tablet, 500mg, Controlled Tablet, Blister
496. SJ06 5 Metformin XR
Release pack
497. Prednisolone Oral solution 5mg/5ml Bottle
498. SJ06 8 Prednisolone Oral solution, 15mg/5ml Bottle
Tablet, 60mg, scored, Tablet, Blister
499. SJ08 5 Gliclazide MR
modified release pack
Long acting
Injection, long acting insulin
500. SJ09 0 Insulin (Basal 3ML CATRIDGE
analog 100iu/ml
Insulin)
Tablet, Blister
501. SJ095 Sitagliptin Tablet, 50mg
pack
Tablet, Blister
502. SJ0 95A Sitagliptin Tablet, 100mg
pack
Tablet, Blister
503. SJ099 Empagliflozin Tablet, 10mg
Pack
Ointment, 0.1 % ( as
504. SK00 7 Betamethasone 15gm Tube
valerate)
505. SK00 7A Betamethasone Cream, 0.1 % ( as valerate) 15-30gm Tube
Betamethasone Ointment, Betamethasone
506. SK00 8 with Salicylic Propionate 0.25% + Salicylic 15gm Tube
acid Acid 3%
507. SK010 Calamine Lotion, 15% 100ml Bottle
508. SK01 9 Hydrocortisone Cream, 1% (as acetate) 15gm Tube
509. SK02 0 Hydrocortisone Ointment, 1 % (as acetate) 500gm Tin
510. SK02 2 Mupirocin Ointment or cream, 2% 15gm Tube
Silver
511. SK02 3 Cream, 1% 250gm Tin
Sulphadiazine
Silver
512. SK023A Cream, 1% 50gm Tube
Sulphadiazine
513. SK026 Zinc oxide Topical paste 500gm Tin
Methylprednisolo
514. SK02 7 Ointment, ( asaceponate) 15gm Tube
ne
Silver
Cream, Silver Sulphadiazine
515. SK03 0 Sulphadiazine + 250gm Tin
1% + Chlorhexidine 0.2%
Chlorhexidine
516. SK03 3 Mometasone Cream 15gm Tube
517. SK03 3A Mometasone Ointment, 0.1% 15-30gm Tube
518. SK03 6 Heparin Topical gel, 1000 IU 30gm Tube
Betamethasone +
519. SK03 8 Scalp Solution Bottle
Salicylic Acid
Clotrimazole with
520. SK04 8 Cream, Clotrimazole 1% 15gm Tube
Betamethasone
521. SK04 9 Ketoconazole Cream 2% 15g Tube
522. SK05 0 Miconazole Cream, 2% (as nitrate) 15gm Tube
Fusidic acid or
523. SK05 1 Cream /Ointment, 2% 15gm Tube
Sodium fusidate
Fusidic acid or
524. SK051A Ointment, 2% 10-20g Tube
Sodium
Scalp lotion, 0.1% (as
525. SK05 2 Mometasone 30ml Bottle
furoate)
Solution, 0.5% with
526. SKO 54 Podophyllotoxin BOTTLE
applicator
527. SK08 2 Benzyl Benzoate Lotion,25% 100ml Bottle
Ointment, 0.05% (as
528. SK08 6 Clobetasol 15g Tube
propionate)
Tablet, Blister
529. SK08 4 Ivermectin Tablet, 3mg
pack
Cream, 0.05% (as
530. SK08 5 Clobetasol 15g Tube
propionate)
531. SK08 8 Imiquimod Cream, 5% Sachet
532. SL001 Acetazolamide Tablet, 250mg Tablet
Solution, eye drops, 0.5% (as
533. SL00 2 Amethocaine 5ml Bottle
hydrochoride)
534. SL00 3 Aciclovir Eye Ointment, 3% 4.5gm Tube
Solution, eye drops, 0.1% (as 5ml-10ml
535. SL00 4 Atropine
sulfate) Bottle
Solution, eye/ear/nasal
Betamethasone +
536. SL00 6A drops, Betamethasone 0.1% 10ml Bottle
Neomycin
+ Neomycin 0.5%
537. SL01 0 Cyclopentolate Solution, eye drops, 1% 5ml
538. SL01 1 Dexamethasone Solution, eye drops, 0.1% 10ml Bottle
Solution, eye drops, 2% (as
539. SL01 2 Flourescein
sodium)
540. SL012A Flourescein Eye strips strips
Solution, eye/ear drops,
541. SL01 2A Gentamicin 10ml Bottle
0.3%, (as sulfate)
542. SL01 3 Perflurodecalin Retinal solution 10ml Vial
543. SL02 2 Cromoglycate Solution, eye drops, 2% 10ml Bottle
544. SL02 4 Tetracycline Eye Ointment, 1% 3.5gm Tube
545. SL02 5 Timolol Solution, eye drops, 0.25% 5ml Bottle
546. SL02 8 Tropicamide Solution, eye drops, 1% 10ml bottle
547. SL03 0 Zinc Solution eye drops, 0.25% (as sulfate) 5ml-10ml Bottle
Solution, eye drops, 0.5% (as
548. SL03 1 Betaxolol 5ml-10ml Bottle
hydrochloride)
Balance salt
549. SL043 Eye solution 500ml
solution
Solution, eye/ear drops,
550. SL04 4 Ciprofloxacin 5ml-10ml Bottle
0.3% (as hydrochloride)
551. SL04 5 Clotrimazole Solution, ear drops, 1% 10ml Bottle
Solution, eye drops,
552. SL04 6 Artificial tears 10ml Bottle
hydroxypropylmethylcell
Page 87 of 131
FRAMEWORK AGREEMENT SUPPLY AND DELIVERY OF PHARMACEUTICALS 2022-2024
ulose or sodium hyaluronate
or equivalent
Solution, eye drops, 50
553. SL05 1 Latanoprost 2.5ml Bottle
micrograms/2.5ml
Ophthalmic gel, carbomers
554. SL05 2 Artificial tears 10G tube
or equivalent
Dexamethasone/
Solution, eye drops, 1%,
555. SL05 3 Neomycin/Polym 5ml-10ml Bottle
3.5mg/g, 600i.u
yxin B
Dexamethasone/
Eye Ointment, 1% , 3.5mg/g,
556. SL05 4 Neomycin/Polym 3.5G tube
600i.u
yxin B
557. SL05 6 Fluorometholone Solution, eye drops, 1mg/ml 5ml Bottle
Solution, eye drops, 0.5% (as
558. SL05 7 Ketorolac Bottle
tromethamine)
559. SL05 9 Prednisolone solution, eye drops, 1% 5ml Bottle
Ear dops, Chlorobutamol
Wax Removal 5%,Paradichlorobenzene 2%
560. SL06 0 10ml bottle
Solution ,arachis oil 57.3% (or
equivalent)
Ciprofloxacin
Solution, eye drops, 5ml-10ml
561. SL06 5 with
0.3%/0.1% Bottle
dexamethasone
562. SL06 7 Xylometazoline Solution, nasal drops, 0.1% 10ml Bottle
563. SL06 7A Xylometazoline Solution, nasal drops, 0.05% 10ml Bottle
564. SL06 7B Xylometazoline Nasal spray, 0.1% 10ml
5ml-10ml
565. SL07 5 Azelastine Solution, Eye drops 0.05%
Bottle
Nasal spray, 50micrograms
566. SL08 4 Budesonide Can
/dose
Nasal spray 50micrograms
567. SL08 5 Beclomethasone can
(as dipriopionate) / dose
Nasal spray,
568. SL08 6 Fluticasone
50micrograms/metered spray can
569. SL08 7 Chloramphenicol Solution, ear drops, 5% 10ml Bottle
570. SL08 8 Chloramphenicol Solution, eye drops, 0.5% 10ml Bottle
571. SL08 9 Atropine Solution, eye drops, 0.5% 10ml Bottle
572. SL08 9A Atropine Solution, eye drops, 1% 10ml Bottle
Syrup, 15ml/5ml (as
573. SM0 01A Ambroxol 100ml Bottle
hydrochloride)
Capsule, 400mg, slow Capsule, Blister
574. SM0 02A Theophyline
release pack
Pressurized metered dose
inhaler,
575. SM0 07 Budesonide Can
200micrograms/metered
dose
Solution for nebulization,
576. SM0 07A Budesonide 2ml Ampoule
250micrograms/ml
577. SM0 12A Chlorpheniramine Syrup, 2mg/5ml (as maleate) 100ml Bottle
578. SM0 13 Chlorpheniramine Tablet, 4mg (as maleate) Tablet
Injection, solution for
579. SM0 14 Chlorpheniramine 1 ml Ampoule
injection, 10mg/ml
Solution for nebulization,
580. SM0 22 Ipratropium 250micrograms/ml (as 2ml Ampoule
bromide)
Solution for nebulization,
Ipratropium + ipratromium bromide 250
581. SM0 22A Ampoule
Salbutamol micrograms + salbutamol
1.25mg/ml
Pressurized metered dose
582. SM0 27 Salbutamol inhaler, can
100micrograms/metered
Solution for nebulization,
583. SM0 31 Salbutamol 10ml Bottle
5mg (as sulfate)/ml
Injection, solution for
584. SM0 38 Aminophylline 10ml Ampoule
injection, 2.5%
Tablet, 10 mg (as Tablet, Blister
585. SM0 42 Cetrizine
hydrochloride) pack
Tablet, Blister
586. SM0 44 Loratidine Tablet, 10mg
pack
587. SM0 46 Cetrizine Oral Solution, 5mg/ml 60ml Bottle
Turbuhaler, budesonide
Budesonide + 200micrograms + formoterol
588. SM0 47 can
Formoterol 6 micrograms / dose or
equivalent
Pressurized metered dose
Budesonide + inhaler,
589. SM0 47A can
Formoterol 400micrograms/metered
dose
590. SM0 50A Inhalation Spacer (2 years and above) Can
Pressurized metered dose
Budesonide + inhaler, budesonide 100
591. SM0 47B can
Formoterol micrograms + formoterol 6
micrograms /metered dose
Pressurized metered dose
inhaler,
592. SM0 49A Budesonide can
100micrograms/metered
dose
Inhalation Spacer
593. SM0 50B (6 months - 2 years) pieces
With baby mask
594. SM0 51 Caffeine 5mg/ml Injection, 5mg/ml Ampoule
Inhaler Powder,
18micrograms of tiotropium
595. SM0 54 Tiotropium (equivalent to 22.5 Capsule + Device
micrograms of tiotropium
bromide)
Pressurized metered dose
Salmeterol + inhaler, Salmeterol xinafoate
596. SM0 57
Fluticasone 25 micrograms + Fluticasone Can
propionate 50 micrograms /
Page 89 of 131
FRAMEWORK AGREEMENT SUPPLY AND DELIVERY OF PHARMACEUTICALS 2022-2024
actuation
597. SM060A Desloratadine Tablet, 5mg Tablet
Inhalation Powder in
accuhaler, Salmeterol
Salmeterol +
598. SM0 62 xinafoate 50 micrograms + can
Fluticasone
Fluticasone propionate 250
micrograms / actuation
599. SM0 66 Montelukast Tablet,10mg Tablet
600. SM068 700fen Tablet, 1mg Tablet
Montelukast Granules (as sodium salt),
601. SM0 70 Sachet
granules 4mg
Beractant or Poractant or
602. SM1 07 Surfactant VIAL
equivalent
Inhalation aerosol,
Salbutamol + Salbutamol 100 micrograms
603. SM1 08 can
Beclomethasone + Beclomethasone 50
micrograms /metered
604. Dose
Poractant alpha (porcine
605. SM1 07A Surfactant 1.5mL vial
lung phospholipid fraction)
Suitable paediatric
606. SN00 1 Calcium formulation syrup or 150-200ml Bottle
equivalent
Syrup, Equivalent to
Ferrous with folic elemental iron 50 -
607. SN00 2 200ml Bottle
acid 100mg/10ml and not more
than 1mg/10ml folic
Oral drops 25-50 mg
Ferrous with
608. SN00 2A elemental iron, (for neonates 10 ml Bottle
Folic salts
)
609. SN003 Folic acid Tablet , 5mg Tablet
610. Vitamin A Capsules
Vitamin
611. B1+B3+B6+B12 Tablets
B1+B3+B6+B12
Oral solution,
250micrograms/ml(10,00
612. SN00 5A Vitamin D 0I.U), Vitamin Alpha D3 dropper Bottle
(Cholecalciferol) OR
equivalent
Capsule or Tablet
250micrograms, Vitamin
613. SN00 5B Vitamin D Capsule/Tablet
Alpha D3 (Cholecalciferol)
OR equivalent
Injection, 1mcg/ml
614. SN00 5C Vitamin D 1ml Amp
(Calcitriol or equivalent)
Injection, Solution for
615. SN00 6 Iron infusion, 20mg/ml (as Iron 5ml Ampoule
Sucrose)
Ferrous + Folic Equivalent to elemental iron
salts with Zinc 50 - 100mg tab/cap and not Tablet/Capsule,
616. SN00 7
and Vit B more than 0.5mg- Blister pack
complex 1.5mg/Tablet Folic ,ascorbic
Acid, pyridoxine,
cyanocobalamine or
equivalent.
Vitamin A 2500IU,Vit. D
400IU, Vit.E
15iu,Vit.Cmg,Folic acid
0.3mg,Vit.B11.05mg,Vit. Tablet/Capsule,
617. SN00 8 Multivitamin
B21.2mg, Nicotinamide13 Blisters Pack
.5mg,Vit.B61.05mg,Vit.b 12
4.5micrograms or
equivalent.
Vitamin A 7500IU,Vit. D
2000IU, Vit.E
20.5iu,Vit.C1225
mg,Vit.B12.5mg,Vit.B21.
618. SN00 9 Multivitamin 100ml Bottle
2mg,Nicotinamide40mg,
Vit.B6 2mg,Vit.b12
12.5micrograms/5ml or
equivalent
Tablet, (High Potency) B1
Vitamin B1 + B6 Tablet, Blister
619. SN01 0 200mg, B6 50mg, B12
+ B12 pack
1000micrograms
Tablet calcium (as citrate)
Calcium citrate + Tablet, Blister
620. SN01 2 1000mg + Vitamin D3
Colecalciferol pack
(200iu) or equivalent
Hydroxocobalami
621. SN01 4 Injection, 1000mg/ml Vial
n (Vitamin B12)
Tablet, 50mg (as Tablet, Blister
622. SN02 1 Pyridoxine
hydrochloride) pack
Injection, ascorbic acid 500
mg + nicotinamide 160 mg +
Vitamin B + pyridoximehydrochoride 50
623. SN02 2 Ampoule/pairs
Vitamin C mg + riboflavin 4 mg +
thiamine hydrochoride 250
mg/ml
624. SN023 Vitamin C Tablet, 1g Tablet
Tablet, equivalent to 20mg Tablet, Blister
625. SN02 4 Zinc
elemental zinc (Dispersable) pack
Paediatric drops or
626. SN02 6 Multivitamin 15 - 30ml Bottle
equivalent
Tablet, Blister
627. SN02 7 Calcium Tablet, 500mg (as carbonate)
pack
Syrup, equivalent to 20mg
628. SN02 8 Zinc elemental zinc/ 5ml or 60ml Bottle
equivalent
Capsule, Blister
629. SN03 0 Vitamin E Capsule, 400mg
pack
Glucosamine + Tablet, Glucosamine 500mg Tablet, Blister
630. SN04 9
Chondroitin + Chondroitin Sulfate 200mg pack
Page 91 of 131
FRAMEWORK AGREEMENT SUPPLY AND DELIVERY OF PHARMACEUTICALS 2022-2024
or equivalent
Injection, solution for
Erythropoietin (
631. SN05 1 injection, 2000 IU epoetin Prefilled syringe
human)
beta, recombinant
Activated Solution, 2% (concentrate)
632. SR00 1 5L Tin
glutaraldehyde with separate activator
Chlorhexidine
633. SR00 3 Solution, 5% (concentrate) 5L Tin
gluconate
Chlorhexidine
634. SR00 3B Solution, 0.2% mouthwash 500ml bottle
Gluconate
Chlorhexidine
635. SR00 4 Solution, 4% surgical scrub 5L Tin
Gluconate
636. surgical spirit solution 70%V/V 5L Tin
Orthophthalaldeh
637. SR001A Solution 5L Tin
yde (OPA)
638. SR00 7 Methylated Spirit Solution, 70%V/V 5L Tin
100-125ml
639. SR00 8 Povidone Iodine Solution, 1%, mouth wash
Bottle
640. SR009 Povidone Iodine Solution, 10% 500ml Bottle
Formalin
641. SR01 0A (Paraformaldehyd Tablet, 1g Tablet, 100's
e)
Sodium
642. SR010 Dichloroisocyanu Tablet, 2.5mg Tablet 100's
rate
Solution, 7.5%, surgical
643. SR01 5 Povidone Iodine 500ml Bottle
scrub
gel, 7.1% (digluconate)
Chlorhexidine
644. SR01 9 delivering 4% chlorhexidine 10ml Bottle
digluconate
(for umbilical cord care)
Injection, solution for
645. SS00 1 Albumin (human) 100ml Bottle
infusion, 20%
Injection, solution for
Calcium
646. SS00 5 injection, 100mg calcium 10ml Ampoule
gluconate
gluconate/ml (10%)
Injection, solution for
647. SS01 0 Glucose 500 ml Bottle
Infusion, 5%
Injection, solution for 500ml Bottle
648. SS01 1 Glucose
Infusion, 10% /Collapsible Bag
Injection, solution for
649. SS01 2 Glucose 10ml Ampoule
injection, 50%
Injection, solution for
Sodium lactate,
infusion, sodium chloride 500ml Collapsible
650. SS01 8 compound
0.6%, sodium lactate 0.32%, Bag/Bottle
solution
potassium chloride 0.027%
Potassium Injection, solution for
651. SS02 3 10ml Ampoule
Chloride infusion, 11.2%
652. SS025 A Sodium Chloride 500ml Collapsible Bottle 500ml Bottle
Injectable Solution 0.9% 2 2
653. SS028 Sodium Chloride
litres LITRES
Injection, solution for
654. SS02 5 Sodium chloride 500ml Bottle
infusion, 0.9%
Sodium Hydrogen Injection, solution for
655. SS02 6 10ml Ampoule
Carbonate infusion, 8.4%
Water for
656. SS02 9 Sterile water for injection 10ml Ampoule
Injection
Tablet, 600mg, modified
657. SS03 3 Slow Sodium Tablet
release
658. SS03 3A Slow Potassium Tablet, 600mg ,Slow release Tablet
Injection, solution for
659. SS04 0 Sodium chloride 10 ml ampoule
infusion, 30%
Sevelamer Tablet,
800mg (as
660. SS056 hydrochloride or Tablet tablet
carbonate), film
coated
Hydroxyethylcell
ulose Lubricating
661. ST00 4 Gel 42g Tube
Gel (or
equivalent)
Epidermal growth Topical gel, 150 IU,
662. ST01 4 15gm Tube
factor (human) recombinant
Epidermal growth Topical gel, 60 IU,
663. ST01 4A 15gm Tube
factor (human) recombinant
664. ST02 7 Silver Nitrate Silver ions 0.01% W/V 100ml Vial
665. ST02 7A Silver Nitrate Silver ions 0.01% W/V 250ml Vial
Anti-D Injection, solution for
Vial / prefilled
666. SU00 1 Immunoglobulin( injection, 300 micrograms
syringe
human) (1500 IU)
Injection, powder and
solvent for suspension for Single dose
667. SU00 2 Rabies vaccine
injection, ≥ 2.5 IU/ml, Vial/Ampoule
inactivated
Injection, suitable to cover 10ml Vial /
668. SU00 3 Antisnake Venom
venoms from local snakes Ampoule
Injection, suspension of HBs
Hepatitis B
669. SU00 7 Ag recombinant DNA, Adult 10 doses Vial
Vaccine
formulation
670. SU01 0 Tetanus vaccine Injection, ≥ 40 IU/0.5 ml 10 doses Vial
Injection, 25 micrograms of
0.5ml Prefilled
671. SU01 5 Typhoid vaccine purified Vi polysaccharide in
syringe
0.5 ml
Injection, 200micrograms/ml
672. SV00 3 Ergometrine 1ml Ampoule
(as hydrogen maleate)
673. Oxytocin injection 10IU ampoule
674. SV002 Dinoprostone E2 pessary 3mg vaginal tablet
675. SV004 Oxytocin Injection, 5IU 1ml Ampoule
676. SV00 4A Carbetocin Injection, 100micrograms/ml 1ml Vial
677. SV006 Misoprostol 25mcg Vaginal Tablet
678. SV00 5 Misoprostol Tablet, 200micrograms Tablet, Blister
Page 93 of 131
FRAMEWORK AGREEMENT SUPPLY AND DELIVERY OF PHARMACEUTICALS 2022-2024
pack
Hypodermic Gauge 18/19 needles, slanted
679. SX00 1 100's
needles G 18/19 edge, 2-3cm length
Glass or Polyolefin infusion
680. SX00 2 Infusion sets 100's
sets (non PVC)
Luer lock 50-
60ml syringes.
50-60ml capacity
681. SX00 8 100’s 100's
1ml
graduation,non-
leaking
Luer lock
syringes 10ml
682. SX00 9 capacity ,1ml 100’s 100's
graduation,non-
leaking
Luer lock 20ml capacity, 1 ml
683. SX01 0 100's
syringes 20ml graduation, non leaking
Luer lock 5ml capacity, 0.2ml
684. SX01 1 100's
syringes 5ml graduations, non leaking
rubber material to fit on luer
685. SX01 4 Syringe tip covers 100's
lock syringe outlet
Highly absorbent, 3 layer,
Biosafety cabinet latex free, low lint, bottom
686. SX01 7 pcs
absorbent mats layer impermeable, non slip,
approx 60 * 40 cm
Rubber, 5mm thickness, to
BSC arm glove
687. SX01 8 fit in the class3 biosafety pairs
cuffs
cabinet
Contents: Nitrile/neoprene
gloves, thumb loop gowns,
FFP3 masks, eye visors,
Cytotoxic drug
688. SX01 9 Oversleeves, overshoes, box
spill kits
kneeling pad, scoop scraper,
waste bags, alginate or
equivalent
Lint free Knitted cuff, Chemotherapy
689. SX02 0
disposable gowns type pcs
Size 7 , long cuff, non
690. SX02 2 Nitrile gloves pkts (100s)
powdered
Size 8 , long cuff, non
691. SX02 3 Nitrile gloves pkts (100s)
powdered
General application safety
692. SX02 8 Goggles goggles, plastic, anti mist. piece
Non colored
Closed system Vial Protector for drug vials
693. SX02 9 transfer device with neck diameter 13mm pcs
Vial Protector and holds upto 20ml of air
Closed system Vial Protector for drug vials
694. SX03 0 transfer device with neck diameter 20mm pcs
Vial Protector and holds upto 20mls of air
695. SX03 2 Closed system Vial protector for drug vials pcs
transfer device with neck diameter 28mm
Vial Protector and holds upto 50mls of air
Closed system Vial injector attachment to
696. SX03 4 transfer device luer lock syringe or infusion piece
vial injector tubing with luer lock
Page 95 of 131
FRAMEWORK AGREEMENT SUPPLY AND DELIVERY OF PHARMACEUTICALS 2022-2024
703
ST030 Glycerine liquid 20 litre jerrycan
704
ST032 Salicylic acid powder 500gm tin
705
ST033 Dropper bottle 10ml bottle
706
ST034 Methylcellulose powder 25Kg bag
707 Sodium thiosulphate
ST036 crystals/powder 1 Kg tin
708 Pharmaceutical grade starch
ST037 powder 5kg tin
709
ST038 Ferric sulphate powder 1kg tin
710
ST041 Emulsifying ointment 25kg tin
711
ST043 Chlorocresol Crystals 1kg tin
712
ST047 Iodine crystals 100gm tin
713
ST048 Potasium Iodide crystals 100gm tin
714
ST050 Benzoic acid powder 500gm tin
715 Small size, porcelain, glazed
pestle and Mortar (8cm piece as set (8cm diameter
ST052 diameter) mortar)
716 Small size, porcelain, glazed
pestle and Mortar (13cm piece as set (13cm
ST053 diameter) diameter mortar)
PACKAGING MATERIALS
Unit of Issue
ITEM
CODE ITEM DESCRIPTION
717 SW002 Tablet/Capsule labels Pcs
718 Pcs
Medicine -carrying pockets khaki (usually
SW004 described as ‘1kg’)
719 SW006 Mixture labels Pcs
720 Zip lock Dispensing envelopes Pcs
10.37CMX7CM with Mwai Kibaki Hospital
SW008 Logo
721 SW009 Plain labels Pcs
722 Zip lock Dispensing envelopes Pcs
16.5CMX10CM with Mwai Kibaki Hospital
SW010 Logo
723 Pcs
Medicine -carrying pockets khaki (usually
SW011 described as ‘2kg’)
724 SW013 Zip lock Dispensing envelopes Pcs
725 Zip lock Dispensing envelopes with Mwai Pcs
SW014 Kibaki Hospital Logo
726 SW019 Cellotape ordinary Rolls
727 SW020 Cellotape ordinary Rolls
728 Zip lock Dispensing envelopes with Mwai Pcs
SW024 Kibaki Hospital Logo
729 Medicine -carrying pockets khaki (usually Pcs
SW031 described as ‘4kg’)
730 SW032 Plastic Jar 50gms Pcs
731 SW033 Clear plastic bottles with cap Pcs
732 Pcs
SW037 Amber plastic bottles with cap and stopper
733 SW038 Plastic Jar 100gms Pcs
734 Prescription books green coded with Mwai Pcs
Kibaki Hospital Logo
735 Prescription books yellow coded with Mwai Pcs
Kibaki Hospital Logo
736 Prescription books blue coded with Mwai Pcs
Kibaki Hospital Logo
737 Stock of opitaes registers Pcs
Page 97 of 131
FRAMEWORK AGREEMENT SUPPLY AND DELIVERY OF PHARMACEUTICALS 2022-2024
1. Samples should be submitted at least one day earlier before the closing date.
55
[insert [insert description [insert quantity [insert physical unit [insert name of [insert required
Service of Related of items to be for the items] the Place] Completion Date(s)]
No] Services] supplied]
1 If applicable
Page 99 of 131
FRAMEWORK AGREEMENT SUPPLY AND DELIVERY OF PHARMACEUTICALS 2022-2024
3. Technical Specifications
3.1 The purpose of the Technical Specifications (TS), is to define the technical characteristics of the Goods and
Related Services required by the Procuring Entity. The Procuring Entity shall prepare the deta iled TS
consider that:
i) The TS constitute the benchmarks against which the Procuring Entity will verify the technical
responsiveness of Tenders and subsequently evaluate the Tenders. Therefore, well-defined TS will
facilitate preparation of responsive Tenders by tenderers, as well as examination, evaluation, and
comparison of the Tenders by the Procuring Entity.
ii) The TS shall require that all goods and materials to be incorporated in the goods be new, unused,
and of the most recent or current models, and that they incorporate all recent improvements in design
and materials, unless provided for otherwise in the contract.
iii) The TS shall make use of best practices. Samples of specifications from successful similar procurements
in the same country or sector may provide a sound basis for drafting the TS.
v) Standardizing technical specifications may be advantageo us, depending on the complexity of the goods
and the repetitiveness of the type of procurement. Technical Specifications should be broad enough to
avoid restrictions on workmanship, materials, and equipment commonly used in manufacturing similar
kinds of goods.
vi) Standards for equipment, materials, and workmanship specified in the Tendering document shall not be
restrictive. Recognized international standards should be specified as much as possible. Reference to brand
names, catalogue numbers, or other details that limit any materials or items to a specific manufacturer
should be avoided as far as possible. Where unavoidable, such item description should always be
followed by the words “or substantially equivalent.” When other particular standards or codes of
practice are referred to in the TS, whether from the Procuring Entity's or from other eligible
countries, a statement should follow other authoritative standards that ensure at least a substantially
equal quality, then the standards mentioned in the TS will also be acceptable.
vii) Reference to brand names and catalogue numbers should be avoided as far as possible ; where
unavoidable the words “or at least equivalent” shall always follow such references.
viii) Technical Specifications shall be fully descriptive of the requirements in respect of, but not limited to,
the following:
a) Standards of materials and workmanship required for the production and manufacturing of the
Goods.
b) Any sustainable procurement technical requirements shall be clearly specified.
3.2 To encourage tenderers' innovation in addressing sustainable procurement requirements, as long as the Tender
evaluation criteria specify the mechanism for monetary adjustments for the purpose of Tender comparisons,
tenderers may be invited to offer Goods that exceeds the specified minimum sustainable procurement
requirements.
i) Detailed tests required (type and number).
ii) Other additional work and/or Related Services required to achieve full delivery/completion.
iii) Detailed activities to be performed by the Supplier, and participation of the Procuring Entity thereon.
iv) List of detailed functional guarantees covered by the Warranty and the specification of the liquidated
damages to be applied in the event that such guarantees are not met.
3.3 The TS shall specify all essential technical and p erformance characteristics and requirements, including
guaranteed or acceptable maximum or minimum values, as appropriate. Whenever necessary, the Procuring
Entity shall include an additional ad-hoc Tendering form (to be an Attachment to the Letter of Tender),
where the tenderer shall provide detailed information on such technical performance characteristics in respect
to the corresponding acceptable or guaranteed values.
3.4 When the Procuring Entity requests that the tenderer provides in its Tender a part or all of the Technical
Specifications, technical schedules, or other technical information, the Procuring Entity shall specify in detail
the nature and extent of the required information and the manner in which it has to be presented by the
tenderer in its Tender.
3.5 If a summary of the Technical Specifications(TS) has to be provided, the Procuring Entity shall insert
information in the table below. The tenderer shall prepare a similar table to justify compliance with the
requirements.
Summary of Technical Specifications: The Goods and Related Services shall comply with following
Technical Specifications and Standards:
Detailed Technical Specifications and Standards [insert whenever necessary]. [Insert detailed description of TS]
4. Drawings
This Tendering document includes................................................................ [Insert “the following” or “no”] drawings. [If
List of Drawings
The following inspections and tests shall be performed:.......................................... [Insert list of inspections and
tests]
101
PART 3 - CONDITIONS OF CONTRACT
AND CONTRACT FORMS
SECTION VI - GENERAL CONDITIONS OF CONTRACT
1. Definitions
In the Conditions of Contract (“these Conditions”), which include Special Conditions, Parts A and B, and
these General Conditions, the following words and expressions shall have the meanings stated. Words
indicating persons or parties include corporations and other legal entities, except where the context requires
otherwise.
a) “Contract” means the Contract Agreement entered into between the Procuring Entity and the Supplier,
together with the Contract Documents referred to therein, including all attachments, appendices, and
all documents incorporated by reference therein.
b) “Contract Documents” means the documents listed in the Contract Agreement, including any
amendments thereto.
c) “Contract Price” means the price payable to the Supplier as specified in the Contract Agreement,
subject to such additions and adjustments thereto or deductions therefrom, as may be made pursuant
to the Contract.
e) “Completion” means the fulfilment of the Related Services by the Supplier in accordance with the
terms and conditions set forth in the Contract.
g) “Goods” means all of the commodities, raw material, machinery and equipment, and/or other materials
that the Supplier is required to supply to the Procuring Entity under the Contract.
h) “Procuring Entity” means the Procuring Entity pu rchasing the Goods and Related Services, as
specified in the SCC.
i) “Related Services” means the services incidental to the supply of the goods, such as insurance,
delivery, installation, commissioning, training and initial maintenance and other such obligations of the
Supplier under the Contract.
k) “Subcontractor” means any person, private or government entity, or a combination of the above, to
whom any part of the Goods to be supplied or execution of any part of the Related Services is
subcontracted by the Supplier.
l) “Supplier” means the person, private or government entity, or a combination of the above, whose
Tender to perform the Contract has been accepted by th e Procuring Entity and is named as such in
the Contract Agreement.
n) “Laws” means all national legislation, statutes, ordinances, and regulations and by -laws of any legally
constituted public authority.
o) “Letter of Acceptance” means the letter of formal acceptance, signed by the contractor. Procuring
Entity, including any annexed memoranda comprising agreements between and signed b y both Parties.
p) “Procuring Entity” means the Entity named in the Special Conditions of Contract.
2. Interpretation
2.1. If the context so requires it, singular means plural and vice versa.
2.2. Incoterms
a) Unless inconsistent with any provision of the Contract, the meaning of any trade term and the rights
and obligations of parties thereunder shall be as prescribed by Incoterms specified in the SCC.
b) The terms EXW and CIP and other similar terms, when used, shall be governed by the rules
103
prescribed in the current edition of Incoterms specified in the SCC and published by the International
Chamber of Commerce in Paris, France.
3. Contract Documents
Subject to the order of precedence set forth in the Contract Agreement, all documents forming the Contract
(and all parts thereof) are intended to be correlative, complementary, and mutually explanatory. The Contract
Agreement shall be read as a whole. The documents forming the Contract shall be interpreted in the following
order of priority:
a) the Contract Agreement,
b) the Letter of Acceptance,
c) the General Conditions of Contract
d) Special Conditions of Contract
e) the Form of Tender,
f) the Specifications and Schedules of the Drawings (if any), and
g) the Schedules of Requirements, Price Schedule and any other documents forming part of the Contract.
3.1 The supplier shall comply with anti-corruption laws and guidelines and the prevailing sanctions, policies and
procedures as set forth in the Laws of Kenya.
3.2 The Supplier shall disclose any commissions, gratuity or fees that may have been paid or are to be paid to
agents or any other person with respect to the Tendering process or execution of the Contract. The
information disclosed must include at least the name and address of the agent or other party, the amount
and currency, and the purpose of the commission, gratuity or fee.
4.3.1 The Contract constitutes the entire agreement between the Procuring Entity and the Supplier and supersedes
all communications, negotiations and agreements (whether written or oral) of the parties with respect thereto
made prior to the date of Contract.
4.2 Amendment
No amendment or other variation of the Contract shall be valid unless it is in writing, is dated, expressly
refers to the Contract, and is signed by a duly authorized representative of each party thereto.
a) Subject to GCC Sub-Clause 4.5(b) below, no relaxation, forbearance, delay, or indulgence by either
party in enforcing any of the terms and conditions of the Contract or the granting of time by either
party to the other shall prejudice, affect, or restrict the righ ts of that party under the Contract, neither
shall any waiver by either party of any breach of Contract operate as waiver of any subsequent or
continuing breach of Contract.
b) Any waiver of a party's rights, powers, or remedies under the Contract must be in writing, dated, and
signed by an authorized representative of the party granting such waiver, and must specify the right
and the extent to which it is being waived.
4.4 Severability
If any provision or condition of the Contract is prohibited or rendered invalid or unenforceable, such
prohibition, invalidity or unenforceability shall not affect the validity or enforceability of any other
provisions and conditions of the Contract.
5. Language
5.1 The Contract as well as all correspondence and documents relating to the Contract exchanged by the
Supplier and the Procuring Entity, shall be written in the English Language. Supporting documents and
printed literature that are part of the Contract may be in another language provided they are accompanied
by an accurate and certified translation of the relevant passages in the English Language, in which case,
for purposes of interpretation of the Contract, the English language is translation shall govern.
5.2 The Supplier shall bear all costs of translation to the governing language and all risks of the accuracy of
such translation, for documents provided by the Supplier.
6.1 If the Supplier is a joint venture, consortium, or association, all of the parties shall be jointly and severally
liable to the Procuring Entity for the fulfilment of the provisions of the Contract and shall designate one
member of the joint venture, consortium, or association to act as a leader with authority to bind the joint
venture, consortium, or association. The composition or the constitution of the joint venture, consortium, or
association shall not be altered without the prior written consent of the Procuring Entity.
7. Eligibility
7.1 The Supplier and its Subcontractors shall have the nationality of an eligible country. A Supplier or Sub -
contractor shall be deemed to have the nationality of a country if it is a citizen or constituted, incorpora ted,
or registered, and operates in conformity with the provisions of the laws of that country.
7.2 All Goods and Related Services to be supplied under the Contract shall have their origin in Eligible
Countries. For the purpose of this Clause, origin means the country whe re the goods have been grown,
mined, cultivated, produced, manufactured, or processed; or through manufacture, processing, or assembly,
another commercially recognized article results that differs substantially in its basic cha racteristics from its
components.
7.3 The Tenderer, if a Kenyan firm, must submit with its tender a valid tax compliance certificate from the
Kenya Revenue Authority.
8. Notices
8.1 Any notice given by one party to the other pursuant to the Contract shall be in writing to the address
specified in the SCC. The term “in writing” means communicated in written form with proof of receipt.
8.2 A notice shall be effective when delivered or on the notice's effective date, whichever is later.
9. Governing Law
9.1 The Contract shall be governed by and interpreted in accordance with the laws of Kenya.
9.2 Throughout the execution of the Contract, the Supplier shall comply with the import of goods and services
prohibitions in Kenya:
a) where, as a matter of law, compliance or official regulations, Kenya prohibits commercial relations
with that country or any import of goods from that country or any payments to any country, person,
or entity in that country ; or
b) by an act of compliance with a decision of the United Nations Security Council taken under Chapter
VII of the Charter of the United Nations, Kenya prohibits any import of goods from that country or
any payments to any country, person, or entity.
105
rights of the parties and assess and award any sums which ought to have been th e subject of or included
in any due payments.
10.2.5 Neither Party shall be limited in the proceedings before the arbitrators to the evidence, or to the reasons
for the dispute given in its notice of a claim or dispute.
10.2.6 Arbitration may be commenced prior to or after delivery of the goods. The obligations of the Parties shall
not be altered by reason of any arbitration being conducted during the progress of the delivery of goods.
10.2.7 The terms of the remuneration of each or all the members of Arbitration shall be mutually agreed upon by
the Parties when agreeing the terms of appointment. Each Party shall be responsible for paying one -half of
this remuneration.
10.3.1 Arbitration proceedings with national suppliers will be conducted in accordance with the Arbitration Laws
of Kenya. In case of any claim or dispute, such claim or dispute shall be notified in writing by either
party to the other with a request to submit it to arbitration and to concur in the appointment of an
Arbitrator within thirty days of the notice. The dispute shall be referred to the arbitration and final decis ion
of a person or persons to be agreed between the parties. Failing agreement to concur in the appointment of
an Arbitrator, the Arbitrator shall be appointed, on the request of the applying party, by the Chairman or
Vice Chairman of any of the following professional institutions;
(i) Kenya National Chamber of Commerce
(ii) Chartered Institute of Arbitrators (Kenya Branch)
(iii) The Law Society of Kenya
10.3.2 The institution written to first by the aggrieved party shall take precedence over all other institutions.
Alternatively, the Parties may refer the matter to the Nairobi Centre for International Arbitration (NCIA)
which offers a neutral venue for the conduct of national and international arbitration with commitment to
providing institutional support to the arbitral process.
10.4.1 Arbitration with foreign suppliers shall be conducted in accordance with the arbitration rules of the United
Nations Commission on International Trade Law (UNCITRAL); or with proceedings administered by the
International Chamber of Commerce (ICC) and conducted under the ICC Rules of Arbitration; by one or
more arbitrators appointed in accordance with said arbitration rules.
10.4.2 The place of arbitration shall be a location specified in the SCC; and the arbitration shall be conducted in
the language for communications defined in Sub-Clause 1.4 [Law and Language].
11.2 Pursuant to paragraph 2.2 of Instruction to Tenderers, the Supplier shall permit and shall cause its
subcontractors to permit, the Procuring Entity and/or persons appointed by the Procuring Entity or by other
statutory bodies of the Government to inspect the Site and/or the accounts and records relating to the
procurement process, selection and/or contract execution, and to have such accounts and records audited by
auditors appointed by the Procuring Entity. The Supplier's and its Subcontractors' attention is drawn to Sub-
Clause 3.1 which provides, inter alia, that acts intended to materially impede the exercise of the Procuring
Entity's inspection and audit rights constitute a prohibited practice subject to contract terminat ion, as well
as to a determination of ineligibility.
12.1 The Goods and Related Services to be supplied shall be as specified in the Schedule of Requirements.
13.1 Subject to GCC Sub-Clause 33.1, the delivery of the Goods and completion of the Related Services shall be
in accordance with the List of Goods and Delivery Schedule specified in the Supply Requirements. The
details of shipping and other documents to be furnished by the Supplier are specified in the SCC.
14.1 The Supplier shall supply all the Goods and Related Services included in the Scope of Supply in
accordance with GCC Clause 12, and the Delivery and Completion Schedule, as per GCC Clause 13.
15.1 Prices charged by the Supplier for the Goods supplied and the Related Services performed under the
Contract shall not vary from the prices quoted by the Supplier in its Tender, with the exception of any
price adjustments authorized in the SCC.
15.2 Where the contract price is different from the corrected tender price, in order to ensure the supplier is n ot
paid less or more relative to the contract price (which would be the tender price), any partial payment
valuation based on rates in the schedule of prices in the Tender, will be adjusted by a plus or minus
percentage. The percentage already worked out during tender evaluation is worked out as follows:
(corrected tender price – tender price)/tender price X 100.
107
16. Terms of Payment
16.1 The Supplier shall request for payment by submitting invoice(s), delivery note(s) and any other relevant
documents as specified in the SCC to the Procuring Entity.
16.2 Payments shall be made promptly by the Procuring Entity, but not later than thirty (30) days after
submission of an invoice by the Supplier, and after the Procuring Entity has accepted it.
16.3 Where a Procuring Entity rejects Goods and Related Services, in part or wholly, the procuring Entity shall
promptly inform the Supplier to collect, replace or rectify as appropriate and give reasons for rejection.
The Supplier shall submit a fresh invoice, delivery note and any other relevant documents as specified in
the SCC.
16.4 The currencies in which payments shall be made to the Supplier under this Contract shall be those in
which the Tender price is expressed.
16.5 In the event that the Procuring Entity fails to pay the Supplier any payment by its due date or within th e
period set forth in the SCC, the Procuring Entity may pay to the Supplier interest on the amou nt of such
delayed payment at the rate shown in the SCC, for the period of delay until payment has been made in
full, whether before or after judgment or arbitrage award.
17.1 The Supplier shall be entirely responsible for all taxes, duties, license fees, and other such levies incurred to
deliver the Goods and Related Services to the Procuring Entity at the final delivery point.
17.3 If any tax exemptions, reductions, allowances or privileges may be available to the Supplier in Kenya, the
Supplier shall inform the Procuring Entity and the Procuring Entity shall use its best efforts to enable the
Supplier to benefit from any such tax savings to the maximu m allowable extent.
18.1 If required as specified in the SCC, the Supplier shall, within twenty-eight (28) days of the notification of
contract award, provide a performance security for the perfo rmance of the Contract in the amount specified
in the SCC.
18.2 The proceeds of the Performance Security shall be payable to the Procuring Entity as compensation for any
loss resulting from the Supplier's failure to complete its obligations under the Contract.
18.3 As specified in the SCC, the Performance Security, if required, shall be denominated in the currency(ies)
of the Contract, or in a freely convertible currency acceptable to the Procuring Ent ity; and shall be in one
of the formats stipulated by the Procuring Entity in the SCC, or in another format acceptable to the
Procuring Entity.
18.4 The Performance Security shall be discharged by the Procuring Entity and ret urned to the Supplier not
later than thirty (30) days following the date of Completion of the Supplier's performance obligations under
the Contract, including any warranty obligations, unless specified otherwise in the SCC.
19. Copyright
19.1 The copyright in all drawings, documents, and other materials containing data and information furnished t o
the Procuring Entity by the Supplier herein shall remain vested in the Supplier, or, if they are furnished to
the Procuring Entity directly or through the Supplier by any third party, including suppliers of materials,
the copyright in such materials shall remain vested in such third party.
20.2 The Procuring Entity shall not use such documents, data, and other information received from the Supplier
for any purposes unrelated to the contract. Similarly, the Supplier shall not use such documents, data, and
other information received from the Procuring Entity for any purpose other t han the performance of the
Contract.
20.3 The obligation of a party under GCC Sub-Clauses 20.1 and 20.2 above, however, shall not apply to
information that:
a) the Procuring Entity or Supplier need to share with other arms of Gov ernment or other bodies
participating in the financing of the Contract; such parties shall de disclosed in the SCC;
b) now or hereafter enters the public domain through no fault of that party;
c) can be proven to have been poss essed by that party at the time of disclosure and which was not
previously obtained, directly or indirectly, from the other party; or
d) otherwise lawfully becomes available to that party from a third party that has no obligation of
confidentiality.
20.4 The above provisions of GCC Clause 20 shall not in any way modify any undertaking of confidentiality
given by either of the parties hereto prior to the date of the Contract in respect of the Sup ply or any part
thereof.
20.5 The provisions of GCC Clause 20 shall survive completion or termination, for whatever reason, of the
Contract.
21. Subcontracting
21.1 The Supplier shall notify the Procuring Entity in writing of all subcontra cts awarded under the Contract if
not already specified in the Tender. Such notification, in the original Tender or later shall not relieve the
Supplier from any of its obligations, duties, responsibilities, or liability und er the Contract.
21.2 Subcontracts shall comply with the provisions of GCC Clauses 3 and 7.
23.1 The Supplier shall provide such packing of the Goods as is required to prevent their damage or
deterioration during transit to their final destination, as indicated in the Contract. During transit, the packing
shall be sufficient to withstand, without limitation, rough handling and exposure to extreme temperatures,
salt and precipitation, and open storage. Packing case size and weights shall take into consideration, where
appropriate, the remoteness of the goods' final destination and the absence of heavy handling facilities at
all points in transit.
23.2 The packing, marking, and documentation within and outside the packages shall comply strictly with such
special requirements as shall be expressly provided for in the Contract, including additional requirements, if
any, specified in the SCC, and in any other instructions ordered by the Procuring Entity.
24. Insurance
24.1 Unless otherwise specified in the SCC, the Goods supplied under the Contract shall be fully insured —in a
freely convertible currency from an eligible country—against loss or damage incidental to manufacture or
acquisition, transportation, storage, and delivery, in accordance with the applicable Incoterms or in the
manner specified in the SCC.
109
25. Transportation and Incidental Services
25.1 Unless otherwise specified in the SCC, responsibility for arranging transportation of the Goods shall be in
accordance with the specified Incoterms.
25.2 The Supplier may be required to provide any or all of the follo wing services, including additional services,
if any, specified in SCC:
a) performance or supervision of on-site assembly and/or start-up of the supplied Goods;
b) furnishing of tools required for assembly and/or maintenance of the s upplied Goods;
c) furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied
Goods;
d) performance or supervision or maintenance and/or repair of the supplied Goods, for a period of time
agreed by the parties, provided that this service shall not relieve the Supplier of any warranty
obligations under this Contract; and
e) training of the Procuring Entity's personnel, at the Supplier's plant and/or on -site, in assembly, start-
up, operation, maintenance, and/or repair of the supplied Goods.
25.3 Prices charged by the Supplier for incidental services, if not included in the Contract Price for the Goods,
shall be agreed upon in advance by the parties and shall not exceed the prevailing rates charged to other
parties by the Supplier for similar services
26.1 The Supplier shall at its own expense and at no cost to the Procuring Entity carry out all such tests
and/or inspections of the Goods and Related Services as are specified in the SCC.
26.2 The inspections and tests may be conducted on the premises of the Supplier or its Subcontractor, at point
of delivery, and/or at the Goods' final destination, or in another place in Kenya as specified in the SCC.
Subject to GCC Sub-Clause 26.3, if conducted on the premises of the Supplier or its Subcontractor, all
reasonable facilities and assistance, including access to drawings and production data, shall be furnished to
the inspectors at no charge to the Procuring Entity.
26.3 The Procuring Entity or its designated representative shall be entitled to attend th e tests and/or inspections
referred to in GCC Sub-Clause 26.2, provided that the Procuring Entity bear all of its own costs and
expenses incurred in connection with such attendance including, but not limited to, all trave lling and board
and lodging expenses.
26.4 Whenever the Supplier is ready to carry out any such test and inspection, it shall give a reasonable
advance notice, including the place and time, to the Procuring Entity. The Supplie r shall obtain from any
relevant third party or manufacturer any necessary permission or consent to enable the Procuring Entity or
its designated representative to attend the test and/or inspection.
26.5 The Procuring Entity may require the Supplier to carry out any test and/or inspection not required by the
Contract but deemed necessary to verify that the characteristics and performance of the Goods comply with
the technical specifications codes and standards under the Contract, provided that the Supplier's reasonable
costs and expenses incurred in the carrying out of such test and/or inspection shall be added to the
Contract Price. Further, if such test and/or inspection impedes the progress of manufacturing and/or the
Supplier's performance of its other obligations under the Contract, due allowance will be made in respect of
the Delivery Dates and Completion Dates and the other o bligations so affected.
26.6 The Supplier shall provide the Procuring Entity with a report of the results of any such test and/or inspec tion.
26.7 The Procuring Entity may reject any Goods or any part thereof that fail to pass any test and/or inspection
or do not conform to the specifications. The Supplier shall either rectify or replace such rejected Goods or
parts thereof or make alterations necessary to meet the specifications at no cost to the Procuring Entity,
and shall repeat the test and/or inspection, at no cost to the Procuring Entity, upon giving a notice
pursuant to GCC Sub- Clause 26.4.
26.8 The Supplier agrees that neither the execution of a test and/or in spection of the Goods or any part thereof,
nor the attendance by the Procuring Entity or its representative, nor the issue of any report pursuant to
GCC Sub-Clause 26.6, shall release the Supplier from any warranties or other obligations under the
Contract.
27. Liquidated Damages
27.1 Except as provided under GCC Clause 32, if the Supplier fails to deliver any or all of the Goods by the
Date(s) of delivery or perform the Related Services within the period specified in the Contract, the
Procuring Entity may without prejudice to all its other remedies under the Contract, deduct from the
Contract Price, as liquidated damages, a sum equivalent to the percentage s pecified in the SCC of the
delivered price of the delayed Goods or unperformed Services for each week or part thereof of delay until
actual delivery or performance, up to a maximum deduction of the percentage specified in those SCC.
Once the maximum is reached, the Procuring Entity may terminate the Contract pursuant to GCC Clause
35.
28. Warranty
28.1 The Supplier warrants that all the Goods are new, unused, and of the most recent or current mo dels, and
that they incorporate all recent improvements in design and materials, unless provided otherwise in the
Contract.
28.2 Subject to GCC Sub-Clause 22.1(b), the Supplier further warrants that the Goods shall be free from defects
arising from any act or omission of the Supplier or arising from design, materials, and workmanship, under
normal use in the conditions prevailing in the country of final destination.
28.3 Unless otherwise specified in the SCC, the warranty shall remain valid for twelve (12) months after the
Goods, or any portion thereof as the case may be, have been delivered to and accepted at the final
destination indicated in the SCC, or for eighteen (18) months after the date of shipment from the port or
place of loading in the country of origin, whichever period concludes earlier.
28.4 The Procuring Entity shall give notice to the Supplier stating the nature of any s uch defects together with
all available evidence thereof, promptly following the discovery thereof. The Procuring Entity shall afford
all reasonable opportunity for the Supplier to inspect such defects.
28.5 Upon receipt of such notice, the Supplier shall, within the period specified in the SCC, expeditiously repair
or replace the defective Goods or parts thereof, at no cost to the Procuring Entity.
28.6 If having been notified, the Supplier fails to remedy the defect within the period specified in the SCC, the
Procuring Entity may proceed to take within a reasonable period such remedial action as may be necessary,
at the Supplier's risk and expense and without prejudice to any other rights which the Procuring Entity
may have against the Supplier under the Contract.
29.1 The Supplier shall, subject to the Procuring Entity's compliance with GCC Sub -Clause 29.2, indemnify and
hold harmless the Procuring Entity and its employees and officers from and against any and all suits,
actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of any nature,
including attorney's fees and expenses, which the Procuring Entity may suffer as a result of any
infringement or alleged infringement of any patent, utility model, registered design, trademark, copyright, or
other intellectual property right registered or otherwise existing at the date of the Contract by reason of:
a) the installation of the Goods by the Supplier or the use of the Goods in the country where the Site
is located; and
b) the sale in any country of the products produced by the Goods.
Such indemnity shall not cover any use of the Goods or any part thereof other than for the purpose
indicated by or to be reasonably inferred from the Contract, neither any infringement resulting from
the use of the Goods or any part thereof, or any products produced thereby in association or
combination with any other equipment, plant, or materials not supplied by the Supplier, pursuant to
the Contract.
29.2 If any proceedings are brought or any claim is made against the Procuring Entity arising out of the
matters referred to in GCC Sub-Clause 29.1, the Procuring Entity shall promptly give the Supplier a notice
thereof, and the Supplier may at its own expense and in the Procuring Entity's name conduct such
proceedings or claim and any negotiations for the settlement of any such proceedings or claim.
29.3 If the Supplier fails to notify the Procuring Entity within twenty-eight (28) days after receipt of such
notice that it intends to conduct any such proceedings or claim, then the Procuring Entity shall be free to
conduct the same on its own behalf.
29.4 The Procuring Entity shall, at the Supplier's request, afford all available assistance to the Supplier in
111
conducting such proceedings or claim, and shall be reimbursed by the Supplier for all reasonable expenses
incurred in so doing.
29.5 The Procuring Entity shall indemnify and hold harmless the Supplier and its employees, officers, and
Subcontractors from and against any and all suits, actions or administrative proceedings, claims, demands,
losses, damages, costs, and expenses of any nature, including attorney's fees and expenses, which the
Supplier may suffer as a result of any infringement or alleged infringement of any patent, utility model,
registered design, trademark, copyright, or other intellectual property right registered or otherwise existing at
the date of the Contract arising out of or in connection with any design, data, drawing, specification, or
other documents or materials provided or designed by or on behalf of the Procuring Entity.
a) the Supplier shall not be liable to the Procuring Entity, whether in contract, tort, or otherwise, for
any indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interes t
costs, provided that this exclusion shall not apply to any obligation of the Supplier to pay liquidate d
damages to the Procuring Entity, and
b) the aggregate liability of the Supplier to the Procuring Entity, whether under the Contract, in tort or
otherwise, shall not exceed the total Contract Price, provided that this limita tion shall not apply to the cost
of repairing or replacing defective equipment, or to any obligation of the supplier to indemnify the
Procuring Entity with respect to patent infringement.
31.1 Unless otherwise specified in the Contract, if after the date of 30 days prior to date of Tender submission,
any law, regulation, ordinance, order or bylaw having the force of law is enacted, promulgated, abrogated,
or changed in Kenya (which shall be deemed to include any change in interpretation or application by the
competent authorities) that subsequently affects the Delivery Date and/or the Contract Price, then such
Delivery Date and/or Contract Price shall be correspondingly increased or decreased, to the extent that the
Supplier has thereby been affected in the performance of any of its obligations under the Contract.
Notwithstanding the foregoing, such additional or reduced cost shall not be separately paid or credited if
the same has already been accounted for in the price adjustment provisions where applicable, in accordance
with GCC Clause 15.
32.1 The Supplier shall not be liable for forfeiture of its Performance Security, liquidated damages, or
termination for default if and to the extent that its delay in performance or other failure to perform its
obligations under the Contract is the result of an event of Force Majeure.
32.2 For purposes of this Clause, “Force Majeure” means an event or situation beyond the control of the
Supplier that is not foreseeable, is unavoidable, and its origin is not du e to negligence or lack of care on
the part of the Supplier. Such events may include, but not be limited to, acts of the Procuring Entity in
its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantin e restrictions, and freight
embargoes.
32.3 If a Force Majeure situation arises, the Supplier shall promptly notify the Procuring Entity in writing of
such condition and the cause thereof. Unless otherwise directed by the Procuring Entity in writing, the
Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical, and
shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.
33.1 The Procuring Entity may at any time order the Supplier through notice in accordance GCC Clause 8, to
make changes within the general scope of the Contract in any one or more of the following:
a) drawings, designs, or specifications, where Goods to be furnished under the Contract are to be
specifically manufactured for the Procuring Entity;
b) the method of shipment or packing;
c) the place of delivery; and
d) the Related Services to be provided by the Supplier.
33.2 If any such change causes an increase or decrease in the cost of, or the time required for, the Supplier's
performance of any provisions under the Contract, an equitable adjustment shall be made in the Contract
Price or in the Delivery/Completion Schedule, or both, and the Contract shall accordingly be amended. Any
claims by the Supplier for adjustment under this Clause must be asserted within twenty -eight (28) days
from the date of the Supplier's receipt of the Procuring Entity's change order.
33.3 Prices to be charged by the Supplier for any Related Services that might be needed but which were not
included in the Contract shall be agreed upon in advance by the parties and shall not exceed the
prevailing rates charged to other parties by the Supplier for similar services.
33.4 Value Engineering: The Supplier may prepare, at its own cost, a v alue engineering proposal at any time
during the performance of the contract. The value engineering proposal shall, at a minimum, include the
following;
a) the proposed change(s), and a description of the difference to the existing contract requirements;
b) a full cost/benefit analysis of the proposed change(s) including a description and estimate of costs
(including life cycle costs) the Procuring Entity may incur in implementing the value engineering
proposal; and
c) a description of any effect(s) of the change on performance/functionality.
33.5 The Procuring Entity may accept the value engineering proposal if the proposal demonstrates benefits that:
a) accelerates the delivery period; or
b) reduces the Contract Price or the life cycle costs to the Procuring Entity; or
c) improves the quality, efficiency or sustainability of the Goods; or
d) yields any other benefits to the Procuring Entity, without compromising the necessary functions of th e
Facilities.
33.6 If the value engineering proposal is approved by the Procuring Entity and results in:
a) a reduction of the Contract Price; the amount to be paid to the Supplier shall be the percentage
specified in the SCC of the reduction in the Contract Price; or
b) an increase in the Contract Price; but results in a reduction in life cycle costs due to any benefit
described in
(a) to (d) above, the amount to be paid to the Supplier shall be th e full increase in the Contract Price.
33.7 Subject to the above, no variation in or modification of the terms of the Contract shall be made except by
written amendment signed by the parties.
34. Extensions of Time
34.1 If at any time during performance of the Contract, the Supplier or its subcontractors should encounter
conditions impeding timely delivery of the Goods or completion of Related Services pursuant to GCC
Clause 13, the Supplier shall promptly notify the Procuring Entity in writing of the delay, its likely
duration, and its cause. As soon as practicable after receipt of the Supplier's notice, the Procuring Entity
shall evaluate the situation and may at its discretion extend the Supplier's time for performance, in which
case the extension shall be ratified by the parties by amendment of the Contract.
34.2 Except in case of Force Majeure, as provided under GCC Clause 32, a delay by the Supplier in the
performance of its Delivery and Completion obligations shall render the Supplier liable to the imposition of
liquidated damages pursuant to GCC Clause 26, unless an extension of time is agreed upon, pursuant to
GCC Sub-Clause 34.1.
35. Termination
113
Clause 35.1(a), the Procuring Entity may procure, upon such terms an d in such manner as it deems
appropriate, Goods or Related Services similar to those undelivered or not performed, and the
Supplier shall be liable to the Procuring Entity for any additional costs for such similar Goods or
Related Services. However, the Supplier shall continue performance of the Contract to the extent not
terminated.
The Procuring Entity may at any time terminate the Contract by giving notice to t he Supplier if the
Supplier becomes bankrupt or otherwise insolvent. In such event, termination will be without compensation
to the Supplier, provided that such termination will not prejudice or affect any right of action or remedy
that has accrued or will accrue thereafter to the Procuring Entity
36.1 Neither the Procuring Entity nor the Supplier shall assign, in whole or in part , their obligations under this
Contract, except with prior written consent of the other party.
37.1 Notwithstanding any obligation under the Contract to complete all export formalities, any export restrictions
attributable to the Procuring Entity, to Kenya, or to the use of the products/goods, systems or services to
be supplied, which arise from trade regulations from a country supplying those products/goods, systems or
services, and which substantially impede the Supplier from meeting its obligations under the Contract, shall
release the Supplier from the obligation to provide deliveries or services, always provided, however, that
the Supplier can demonstrate to the satisfaction of the Procuring Entity that it has completed all formalities
in a timely manner, including applying for permits, authorizations and licenses necessary for the export of
the products/goods, systems or services under the terms of the Contract. Termination of the Contract on
this basis shall be for the Procuring Entity's convenience pursuant to Sub -Clause 35.3.
SECTION VII - SPECIAL CONDITIONS OF CONTRACT
The following Special Conditions of Contract (SCC) shall supplement and/or amend the General Conditions of Contract
(GCC).Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.
[The Procuring Entity shall select insert the appropriate wording using the samples below or other acceptable
wording, and delete the text in italics].
The following Special Conditions of Contract (SCC) shall supplement and / or amend the General Conditions
of Contract (GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.
[The Procuring Entity shall select insert the appropriate wording using the samples below or ot her
acceptable wording, and delete the text in italics]
Number of GC Amendments of, and Supplements to, Clauses in the General Conditions of Contract
Clause
GCC 1.1(h) The Procuring Entity is: M wai Kibak i Hospital
GCC 4.2 (a) The meaning of the trade terms shall be as prescribed by Incoterms. If the meaning of any
trade term and the rights and obligations of the parties thereunder shall not be as
prescribed by Incoterms, they shall be as prescribed by: [exceptional; refer to other
internationally accepted trade terms]
GCC 4.2 (b) The version edition of Incoterms shall be INCOTERMS 2015
GCC 8.1 For notices, the Procuring Entity’s address shall be:
Attention: To Chief executive officer]
Postal Address: [541- 10106 Othaya]
Physical Address: Physical address: othaya town, Nyeri Othaya road, Mwai Kibaki
Hospital Administration block, Main entrance
Telephone: [0782620345]
Electronic mail address: procurementothayagmail.com
GCC 10.4.2 The place of arbitration shall be Othaya Kenya
GCC 13.1 Details of Shipping and other Documents to be furnished by the Supplier are [insert the
required documents, such as a negotiable bill of lading, a non-negotiable sea way bill, an
airway bill, a railway consignment note, a road consignment note, insurance certif icate ,
Manufacturer’s or Supplier’s warranty certificate, inspection certificate issued by
nominated inspection agency, Supplier’s factory shipping details etc.].
The above documents shall be received by the Procuring Entity before arrival of the
Goods and, if not received, the Supplier will be responsible for any consequent expenses.
GCC 15.1 The prices charged for the Goods supplied and the related Services performed
S h a l l n o t be adjustable.
If prices are adjustable, the following method shall be used to calculate the price
adjustment ..N/A
115
GCC 16.1 Sample provision
GCC 16.1—The method and conditions of payment to be made to the Supplier under this
Contract shall be as follows:
A. Payment for Goods supplied from abroad:
Payment of foreign currency portion shall be made in [insert currency of the Contract
Price] in the following manner:
(i) Advance Payment (NO ADVANCE PAYMENT) : Ten (10) percent of the
Contract Price shall be paid within thirty (30) days of signing of the Contract, and upon
submission of claim and a bank guarantee for equivalent amount valid until the Goods
are delivered and, in the form,
provided in the Tendering document or another form acceptable to the Procuring Entity.
(ii) On Shipment: Eighty (80) percent of the Contract Price of the Goods shipped shall
be paid through irrevocable confirmed letter of credit opened in favour of the Supplier in
a bank in its country, upon submission of documents specified in GCC Clause 12.
(iii) On Acceptance: Ten (10) percent of the Contract Price of Goods received shall be
paid within thirty (30) days of receipt of the Goods upon submission of claim supported
by the acceptance certificate issued by the Procuring Entity.
Payment for Goods and Services supplied from within Kenya shall be made in ___
[currency], as follows:
(i) Advance Payment: Ten (10) percent of the Contract Price shall be paid within thirty
(30) days of signing of the Contract against an invoice and a bank guarantee for the
equivalent amount and in the form provided in the Tendering document or another form
acceptable to the Procuring Entity.
(ii) On Delivery: Eighty (80) percent of the Contract Price shall be paid on receipt of the
Goods and upon submission of the documents specified in GCC Clause 13. The bank
guarantee shall then be released.
(iii) On Acceptance: The remaining ten (10) percent of the Contract Price shall be paid to
the Supplier within thirty (30) days after the date of the acceptance certificate for the
respective delivery issued by the Procuring Entity.
GCC 16.5 The payment-delay period after which the Procuring Entity shall pay interest to the
supplier shall be 90 days.
GCC 18.3 If required, the Performance Security shall be in the form of a Performance Bond
GCC 18.4 Discharge of the Performance Security shall take place: [ insert date if different from the
one indicated in sub clause GCC 18.4]
GCC 23.2 The packing, marking and documentation within and outside the packages shall be:
[insert in detail the type of packing required, the markings in the packing and all
documentation required]
GCC 24.1 The insurance coverage shall be as specified in the Incoterms.
If not in accordance with Incoterms, insurance shall be as follows:
[insert specific insurance provisions agreed upon, including coverage, currency and
amount]
GCC 25.1 Responsibility for transportation of the Goods shall be as specified in the Incoterms.
117
If not in accordance with Incoterms, responsibility for transportations shall be as follows:
[insert “The Supplier is required under the Contract to transport the Goods to a specified
place of final destination within Kenya, defined as the Project Site, transport to such
place of destination in Kenya, including insurance and storage, as shall be specified in
the Contract, shall be arranged by the Supplier, and related costs shall be included in the
Contract Price”; or any other agreed upon trade terms (specify the respective
responsibilities of the Procuring Entity and the Supplier)]
GCC 25.2 Incidental services to be provided are:
[Selected services covered under GCC Clause 25.2 and/or other should be specified with
the desired features. The price quoted in the Tender price or agreed with the selected
Supplier shall be included in the Contract Price.]
GCC 26.1 The inspections and tests shall be: [insert nature, frequency, procedures for carrying out
the inspections and tests]
GCC 26.2 The Inspections and tests shall be conducted at: [insert name(s) of location(s)]
GCC 27.1 The liquidated damage shall be: [insert number] % per week
GCC 27.1 The maximum amount of liquidated damages shall be: [insert number] %
GCC 28.3
The period of validity of the Warranty shall be: [insert number] days
For purposes of the Warranty, the place(s) of final destination(s) shall be:
[insert name(s) of location(s)]
Sample provision
GCC 28.3—In partial modification of the provisions, the warranty period shall be _
hours of operation or months from date of acceptance of the Goods or ( )
months from the date of shipment, whichever occurs earlier. The Supplier shall, in
addition, comply with the performance and/or consumption guarantees specified under
the Contract. If, for reasons attributable to the Supplier, these guarantees are not attained
in whole or in part, the Supplier shall, at its discretion, either:
(a) make such changes, modifications, and/or additions to the Goods or any part
thereof as may be necessary in order to attain the contractual guarantees specified in the
Contract at its own cost and expense and to carry out further performance tests in
accordance with GCC 26.7,
or
(b) pay liquidated damages to the Procuring Entity with respect to the failure to
meet the contractual guarantees. The rate of these liquidated damages shall be ( ).
[The rate should be higher than the adjustment rate used in the Tender evaluation under
TDS 34.6(f)]
GCC 28.5, The period for repair or replacement shall be: [insert number(s)] days.
GCC 28.6
GCC 33.6 If the value engineering proposal is approved by the Procuring Entity the amount to be
paid to the Supplier shall be _% (insert appropriate percentage.
119
FORM No. 1: NOTIFICATION OF INTENTION TO AWARD
This Notification of Intention to Award shall be sent to each Tenderer that submitted a Tender. Send this
Notification to the Tenderer's Authorized Representative named in the Tender Information Form on the format
below.
-------------------------------------------------------------------------------------------------------------------------------------------
FORMAT
[IMPORTANT: insert the date that this Notification is transmitted to Tenderers. The Notification must be
sent to all Tenderers simultaneously. This means on the same date and as close to the same time
as possible.]
This Notification of Intention to Award (Notification) notifies you of our decision to award the above
contract. The transmission of this Notification begins the Standstill Period. During the Standstill Period, you may:
iii) Contract price of the successful Tender Kenya Shillings (in words
)
b) Other Tenderers
Names of all Tenderers that submitted a Tender. If the Tender's price was evaluated include the evaluated price
as well as the Tender price as read out. For Tenders not evaluated, give one main reason the Tender was
unsuccessful.
S/No. Name of Tender Tender Price Tender’s evaluated One Reason Why Not Evaluated
as read out price (Note a)
1
2
3
4
5
121
You should read these documents before preparing and submitting your complaint.
e) There are four essential requirements :
i) You must be an ‘interested party’. In this case, that means a Tenderer who submitted a Tender in this
tendering process, and is the recipient of a Notification of Intention to Award.
ii) The complaint can only challenge the decision to award the contract.
iii) You must submit the complaint within the period stated above.
iv) You must include, in your complaint, all of the information required to support your complaint.
7. Standstill Period
i) DEADLINE: The Standstill Period is due to end at midnight on [insert date] (local time).
ii) The Standstill Period lasts ten (14) Days after the date of transmission of this Notification of
Intention to Award.
iii) The Standstill Period may be extended as stated in paragraph Section 5 (d) above.
If you have any questions regarding this Notification please do not hesitate to contact us.
Signature:
Name: Title/pos
FORM NO. 2 - REQUEST FOR REVIEW
APPLICATION NO…………….OF……….….20……...
BETWEEN
…………………………...……………………………….APPLICANT
AND
Request for review of the decision of the…………… (Name of the Procuring Entity of ……………dated the…day of
………….20……….in the matter of Tender No………..…of …………..20….. for .........(Tender description).
123
FORM NO. 3 LETTER OF AWARD
[Date]
This is to notify you that your Tender dated [insert date] for execution
of the [insert name of the contract and identification number, as given in the SCC]
for the Accepted Contract Amount of [insert amount in numbers and words and name
of currency], as corrected and modified in accordance with the Instructions to tenderers is hereby
accepted by our Agency.
You are requested to furnish the Performance Security within 30 days in accordance with the Conditio ns of
Contract, using for that purpose the of the Performance Security Form included in Section X, Contract Forms, of
the Tendering document.
[The successful tenderer shall fill in this form in accordance with the instructions indicated]
THIS AGREEMENT made the [insert: number] day of [insert: month], [insert:
year]. BETWEEN (1) [insert complete name of Procuring Entity and having its
principal place of business at [insert: address of Procuring Entity] (hereinafter called “Procuring
Entity”), of the one part; and (2) [insert name of Supplier], a corporation incorporated under the
laws of [insert: country of Supplier] and having its principal place of business at [insert: address
of Supplier] (hereinafter called “the Supplier”), of the other part.
1. WHEREAS the Procuring Entity invited Tenders for certain Goods and ancillary services, viz., [insert
i) In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the Contract documents referred to.
ii) The following documents shall be deemed to form and be read and construed as part of this
Agreement. This Agreement shall prevail over all other contract documents.
a) the Letter of Acceptance
b) the Letter of Tender
c) the Addenda Nos. (if any)
d) Special Conditions of Contract
e) General Conditions of Contract
f) the Specification (including Schedule of Requirements and Technical Specifications)
g) the completed Schedules (including Price Schedules)
h) any other document listed in GCC as forming part of the Contract
iii) In consideration of the payments to be made by the Procuring Entity to the Supplier as specified in
this Agreement, the Supplier hereby covenants with the Procuring Entity to provide the Goods and
Services and to remedy defects therein in conformity in all respects with the provisions of the
Contract.
2. The Procuring Entity hereby covenants to pay the Supplier in consideration of the provision of the Goods
and Services and the remedying of defects therein, the Contract Price or such other sum as may become
payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.
3. IN WITNESS whereof the parties hereto have caused this Agreement to be exec uted in accordance with the
laws of Kenya on the day, month and year indicated above.
125
FORM NO. 5 - PERFORMANCE SECURITY [Option 1 - Unconditional Demand Bank
Guarantee]
[Guarantor letterhead]
This guarantee shall expire, no later than the …. Day of …………, 2...… , and any demand
2
4.
for payment under it must be received by us at the office indicated above on or before
that date.
5. The Guarantor agrees to a one-time extension of this guarantee for a period not to exceed
[six months] [one year], in response to the Beneficiary's written request for such
extension, such request to be presented to the Guarantor before the expiry of the
guarantee.”
Note: All italicized text (including footnotes) is for use in preparing this form and shall be
deleted from the final product.
FORM No. 6 - PERFORMANCE SECURITY [Option 2– Performance Bond]
[Note: Procuring Entities are advised to use Performance Security – Unconditional Demand Bank
Guarantee instead of Performance Bond due to difficulties involved in calling Bond holder to action]
Guarantor: [Insert name and address of place of issue, unless indicated in the
letterhead]
2. WHEREAS the Contractor has entered into a written Agreement with the Employer dated the day
of , 20 , for in accordance with the documents, plans, specifications, and
amendments thereto, which to the extent herein provided for, are by reference made part hereof and are
hereinafter referred to as the Contract.
3. NOW, THEREFORE, the Condition of this Obligation is such that, if the Contractor shall promptly and
faithfully perform the said Contract (including any amendments thereto), then this obligation shall be null
and void; otherwise, it shall remain in full force and effect. Whenever the Contractor shall be, and declared
by the Employer to be, in default under the Contract, the Employer having performed the Employer's
obligations thereunder, the Surety may promptly remedy the default, or shall promptly:
1) complete the Contract in accordance with its terms and conditions; or
2) obtain a tender or tenders from qualified tenderers for submission to the Employer for completing the
Contract in accordance with its terms and conditions, and upon determination by the Employer and
the Surety of the lowest responsive Tenderers, arrange for a Contract between such Tenderer, and
Employer and make available as work progresses (even though there should be a default or a
succession of defaults under the Contract or Contracts of completion arranged under this paragraph)
sufficient funds to pay the cost of completion less the Balance of th e Contract Price; but not
exceeding, including other costs and damages for which the Surety may be liable hereunder, the
amount set forth in the first paragraph hereof. The term “Balance of the Contract Price,” as used in
this paragraph, shall mean the total amount payable by Employer to Contractor under the Contract,
less the amount properly paid by Employer to Contractor; or
3) pay the Employer the amount required by Employer to complete the Contract in accordance with its
terms and conditions up to a total not exceeding the amount of this Bond.
4. The Surety shall not be liable for a greater sum than the specified penalty of this Bond.
5. Any suit under this Bond must be instituted before the expiration of one year from the date of the issuing
of the Taking-Over Certificate. No right of action shall accrue on this Bond to or for the use of any
person or corporation other than the Employer named herein or the heirs, executors, administrators,
successors, and assigns of the Employer.
6. In testimony whereof, the Contractor has hereunto set his hand and affixed his seal, and the Surety has caused these
presents to be sealed with his corporate seal duly attested by the signature of his legal representative, this day
__________________of __________________ 20_______.
SIGNED ON on behalf of
By in the capacity of
In the presence of
SIGNED ON on behalf of
By in the capacity of
In the presence of
Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]
1. We have been informed that ________________ (hereinafter called “the Contractor”) has entered into
Contract No. _____________ dated ____________ with the Beneficiary, for the execution of
_____________________ (hereinafter called "the Contract").
2. Furthermore, we understand that, according to the conditions of the Contract, an advance payment in the
sum ___________ (in words ) is to be made against an advance payment guarantee.
3. At the request of the Contractor, we as Guarantor, hereby irrevocably undertake to pay the Beneficiary any
sum or sums not exceeding in total an amount of _____________________ (in words ___________________) 1
upon receipt by us of the Beneficiary’s complying demand supported by the Beneficiary’s statement, whether in
the demand itself or in a separate signed document accompanying or identifying the demand, stating either that
the Applicant:
(a) has used the advance payment for purposes other than the costs of mobilization in respect of the goods; or
(b) has failed to repay the advance payment in accordance with the Contract conditions, specifying the amount
which the Applicant has failed to repay.
4. A demand under this guarantee may be presented as from the presentation to the Guarantor of a certificate
from the Beneficiary’s bank stating that the advance payment referred to above has been credited to the
Contractor on its account number _____________ at ----------------------------.
5. The maximum amount of this guarantee shall be progressively reduced by the amount of the advance
payment repaid by the Contractor as specified in copies of interim statements or payment certificates which shall
be presented to us. This guarantee shall expire, at the latest, upon our receipt of a copy of the interim payment
certificate indicating that ninety (90) percent of the Accepted Contract Amount, less provisional sums, has been
certified for payment, or on the ___ day of _____________, 2___,2 whichever is earlier. Consequently, any
demand for payment under this guarantee must be received by us at this office on or before that date.
6. The Guarantor agrees to a one-time extension of this guarantee for a period not to exceed [six months] [one
year], in response to the Beneficiary’s written request for such extension, such request to be presented to the
Guarantor before the expiry of the guarantee.
_______________________________________________________________________________________
[Name of Authorized Official, signature(s) and seals/stamps]
Note: All italicized text (including footnotes) is for use in preparing this form and shall be deleted from the final
product.
1 The Guarantor shall insert an amount representing the amount of the advance payment and denominated either in the currency
of the advance payment as specified in the Contract.
2 Insert the expected expiration date of the Time for Completion. The Employer should note that in the event of an extension o f
the time for completion of the Contract, the Employer would need to request an extension of this guarantee from the
Guarantor. Such request must be in writing and must be made prior to the expiration date established in the guarantee.
INSTRUCTIONS TO TENDERERS: DELETE THIS BOX ONCE YOU HAVE COMPLETED THE FORM
This Beneficial Ownership Disclosure Form (“Form”) is to be completed by the successful tenderer. In case of
joint venture, the tenderer must submit a separate Form for each member. The beneficial ownership information
to be submitted in this Form shall be current as of the date of its submission.
For the purposes of this Form, a Beneficial Owner of a Tenderer is any natural person who ultimately owns or
controls the Tenderer by meeting one or more of the following conditions:
In response to your notification of award dated [insert date of notification of award] to furnish
additional information on beneficial ownership: [select one option as applicable and delete the
options that are not applicable]
Identity of Beneficial Directly or Directly or indirectly Directly or indirectly having the right
Owner indirectly holding holding 25 % or more to appoint a majority of the board of
25% or more of the of the Voting Rights the directors or an equivalent
shares (Yes / No) governing body of the Tenderer
(Yes / No) (Yes / No)
OR
ii) We declare that there is no Beneficial Owner meeting one or more of the following conditions: directly or indirectly
holding 25% or more of the shares. Directly or indirectly holding 25% or more of the voting rights. Directly or
indirectly having the right to appoint a majority of the board of directors or equivalent governing body of the
Tenderer.
OR
We declare that we are unable to identify any Beneficial Owner meeting one or more of the following conditions. [If
this option is selected, the Tenderer shall provide explanation on why it is unable to identify any Beneficial Owner]
Directly or indirectly holding 25% or more of the shares. Directly or indirectly holding25% or more of the
voting rights.
Directly or indirectly having the right to appoint a majority of the board of directors or equivalent governing
body of the Tenderer]”
Name of the Tenderer: .......................*[insert complete name of the Tenderer]
Name of the person duly authorized to sign the Tender on behalf of the Tenderer: ** [insert complete name of person
duly authorized to sign the Tender]
Title of the person signing the Tender: ....................... [insert complete title of the person signing the Tender]
Signature of the person named above: ....................... [insert signature of person who se name and capacity are shown
above]
Date signed ....................... [insert date of signing] day of....................... [Insert month], [insert year]