TENDER-PURCHASE OF DRUGS AND SURGICAL ITEMS.pdf

84
UNIVERSITY OF NAIROBI STANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS TENDER FOR PURCHASE OF DRUGS, SURGICAL ITEMS AND MEDICAL EQUIPMENT FOR UNIVERSITY HEALTH SERVICES TENDER NO. UON/T/121/2019 -2020 NOTICE DATE: TUESDAY NOVEMBER 19, 2019 CLOSING DATE: TUESDAY DECEMBER 3, 2019 AT 10.30AM All correspondence to: PROCUREMENT MANAGER, UNIVERSITY OF NAIROBI P.O. BOX 30197 – 00100 GPO NAIROBI KENYA, TEL: (020) – 4910000/0204913082 E-MAIL: [email protected] Public Procurement and Asset Disposal Act 2015

Transcript of TENDER-PURCHASE OF DRUGS AND SURGICAL ITEMS.pdf

UNIVERSITY OF NAIROBI

STANDARD TENDER DOCUMENT FOR PROCUREMENT

OF GOODS

TENDER FOR PURCHASE OF DRUGS, SURGICAL ITEMS AND

MEDICAL EQUIPMENT FOR UNIVERSITY HEALTH SERVICES

TENDER NO. UON/T/121/2019 -2020

NOTICE DATE: TUESDAY NOVEMBER 19, 2019

CLOSING DATE: TUESDAY DECEMBER 3, 2019 AT 10.30AM

All correspondence to:

PROCUREMENT MANAGER, UNIVERSITY OF NAIROBI P.O. BOX 30197 – 00100 GPO NAIROBI KENYA, TEL: (020) – 4910000/0204913082

E-MAIL: [email protected]

Public Procurement and Asset Disposal Act 2015

2

TABLE OF CONTENTS

PAGE

INTRODUCTION 3

SECTION I INVITATION TO TENDER…………………… 4

SECTION II INSTRUCTIONS TO TENDERERS…………. 5

Appendix to Instructions to Tenderers ………… 21

SECTION III GENERAL CONDITIONS OF CONTRACT……. 23

SECTION IV SPECIAL CONDITIONS OF CONTRACT…….. 30

SECTION V TECHNICAL SPECIFICATIONS……………… 32

SECTION VI SCHEDULE OF REQUIREMENTS……………. 34

SECTION VII PRICE SCHEDULE FOR GOODS…………….. 35

SECTION VIII STANDARD FORMS…………………………. 36

8.1 FORM OF TENDER…………………………… 37

8.2 CONFIDENTIAL BUSINESS

QUESTIONNAIRES FORMS……………….. 38

8.3 TENDER SECURITY FORM……………………. 39

8.4 CONTRACT FORM……………………………… 40

8.5 PERFORMANCE SECURITY FORM…………… 41

8.6 BANK GUARANTTE FOR ADVANCE

PAYMENT FORM………………………………. 42

8.7 MANUFACTURER‟S AUTHORIZATION

FORM……………………………………………. 43

3

Introduction

1.1 This Standard Tender Document has been prepared for use by public entities in

Kenya

1.2 The following general directions should be observed when using the document.

(a) Specific details should be furnished in the Invitation to Tender and in the

special conditions of contract. The final documents to be provided to the

tenderers should not have blank spaces or give options

(b) The Instructions to Tenderers and the general conditions of contract should

remain unchanged. Any necessary amendments to these parts should be made

through the special conditions of contract and the appendix to instructions to

tenderers.

1.3 (a) Information contained in the Invitation to Tender shall conform to the data and

information in the tender documents to enable potential tenderers to decide

whether or not to participate and shall indicate any important tender requirements.

(b) The Invitation to Tender shall be issued as an advertisement in accordance

with the regulations or a letter of invitation addressed to tenderers who have

expressed interest following the invitation for expression of interest for which the

invitation is issued.

4

SECTION I INVITATION TO TENDER DATE OF NOTICE: TUESDAY NOVEMBER 19, 2019

TENDER NO: UON/T/117/2019 - 2020

TENDER NAME: TENDER FOR PURCHASE OF DRUGS, SURGICAL ITEMS AND

MEDICAL EQUIPMENT FOR UNIVERSITY HEALTH SERVICES 1.1 The University of Nairobi invites sealed bids from eligible candidates for

Purchase of Drugs, Surgical items and Medical equipment for University Health

Services.

1.2 Interested eligible candidates may obtain further information from and inspect the

tender documents at the Procurement Manager’s office, Room 104,

Administration Block 1st

floor, Main campus during normal working hours.

1.3 A complete set of tender documents may be obtained by interested candidates

upon payment of non-refundable fees of Kshs. 1000.00 at Barclays Bank A/C 03-

094-8245531 Queensway House Branch and obtain an official receipt

from Income Section Room G4. 1.4 Completed tender documents are to be enclosed in plain sealed envelopes marked

with tender reference number and be deposited in the Tender Box at the

Reception Area, Administration Block Main Campus or be addressed and

posted to Procurement Manager, University of Nairobi, P.O Box 30197- 00100, Nairobi, Kenya so as to be received on or before TUESDAY

DECEMBER 3, 2019 A T 10.30 AM.

1.5 This is a one year contract with a possibility of renewal for further two

years subject to satisfactory performance.

1.6 Prices quoted should be net inclusive of all taxes and delivery must be in Kenya

Shillings and shall remain valid for at least one year from the date of the award.

1.7 Tenders will be opened immediately thereafter in the presence of bidders or their

Representatives who choose to attend the opening at the Council Committee

Room, Administration Block, 3rd

Floor)

MARY KARIUKI Ag. PROCUREMENT MANAGER

5

SECTION II - INSTRUCTIONS TO TENDERERS

Table of Clauses

Page

2.1 Eligible tenderers……………………… 6

2.2 Eligible goods…………………………. 6

2.3 Cost of tendering………………………… 6

2.4 Contents of Tender document……………… 7

2.5 Clarification of documents……………… 7

2.6 Amendment of documents…………….. 8

2.7 Language of tender…………………….. 8

2.8 Documents comprising the tender………. 8

2.9 Tender forms…………………………….. 9

2.10 Tender prices……………………………... 9

2.11 Tender currencies…………………………. 9

2.12 Tenderers eligibility and qualifications…… 1 0

2.13 Goods‟ eligibility and conformity to

Tender documents………………………….. 10

2.14 Tender security …………………………. 11

2.15 Validity of tenders………………………… 12

2.16 Format and signing of tenders……………. 13

2.17 Sealing and marking of tenders……………. 13

2.18 Deadline for submission of tender ………… 14

2.19 Modification and withdrawal of tenders….. 14

2.20 Opening of tenders………………………… 15

2.21 Clarification of tenders…………………….. 15

2.22 Preminary examination…………………….. 15

2.23 Conversion to single currency…………… 16

2.24 Evaluation and comparison of tenders…….. 16

2.25 Contacting the procuring entity……………. 17

2.26 Award of contract………………………….. 17

(a) Post qualification………………………….. 17

(b) Award criteria…………………………….. 17

(c) Procuring entity’s right to vary quantities…. 18

(d) Procuring entity’s right to accept or

Reject any or all tenders …………………… 18

2.27 Notification of award…………………….. 18

2.28 Signing of contract………………………. 18

2.29 Performance security………………………. 19

2.30 Corrupt or fraudulent practices……………… 19

6

SECTION II - INSTRUCTIONS TO TENDERERS

2.1 Eligible Tenderers

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

Invitation to Tender. Successful tenderers shall complete the supply of goods by

the intended completion date specified in the Schedule of Requirements Section

VI.

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

Relative (spouse and children) are not eligible to participate in the tender.

2.1.3 Tenderers shall provide the qualification information statement that the tenderer

(including all members of a joint venture and subcontractors) is not associated, or

have been associated in the past, directly or indirectly, with a firm or any of its

affiliates which have been engaged by the Procuring entity to provide consulting

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

be used for the procurement of the goods under this Invitation for tenders.

2.1.4 Tenderers shall not be under a declaration of ineligibility for corrupt and

fraudulent practices.

2.2 Eligible Goods

2.2.1 All goods to be supplied under the contract shall have their origin in eligible

source countries.

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

grown, or produced. Goods are produced when, through manufacturing,

processing, or substantial and major assembly of components, a commercially-

recognized product results that is substantially different in basic characteristics or

in purpose or utility from its components

2.2.3 The origin of goods is distinct from the nationality of the tenderer.

2.3 Cost of Tendering

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

of its tender, and the procuring entity, will in no case be responsible or liable for

those costs, regardless of the conduct or outcome of the tendering process.

2.3.2 The price to be charged for the tender document shall not exceed Kshs.1, 000/=

2.3.3 All firms found capable of performing the contract satisfactorily in accordance

with the set prequalification criteria shall be prequalified.

2.4. The Tender Document

2.4.1 The tender document comprises the documents listed below and addenda issued

in accordance with clause 2.6 of these instructions to Tenderers

(i) Invitation to Tender

(ii) Instructions to tenderers

(iii) General Conditions of Contract

(iv) Special Conditions of Contract

7

(v) Schedule of requirements

(vi) Technical Specifications

(vii) Tender Form and Price Schedules

(viii) Tender Security Form

(ix) Contract Form

(x) Performance Security Form

(xi) Bank Guarantee for Advance Payment Form

(xii) Manufacturer’s Authorization Form

(xiii) Confidential Business Questionnaire

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

specifications in the tender documents. Failure to furnish all information required

by the tender documents or to submit a tender not substantially responsive to the

tender documents in every respect will be at the tenderers risk and may result in

the rejection of its tender.

2.5 Clarification of Documents

2.5.1 A prospective tenderer requiring any clarification of the tender document may

notify the Procuring entity in writing or by post at the entity‟s address indicated

in the Invitation to Tender. The Procuring entity will respond in writing to any

request for clarification of the tender documents, which it receives not later than

seven (7) days prior to the deadline for the submission of tenders, prescribed

bythe procuring entity. Written copies of the Procuring entities response

(including an explanation of the query but without identifying the source of

inquiry) will be sent to all prospective tenderers that have received the tender

document.

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

3 days of receiving the request to enable the tenderer to make timely submission

of its tender.

2.6 Amendment of Documents

2.6.1 At any time prior to the deadline for submission of tenders, the Procuring entity,

for any reason, whether at its own initiative or in response to a clarification

requested by a prospective tenderer, may modify the tender documents by

amendment.

2.6.2 All prospective candidates that have received the tender documents will be

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

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

amendment into account in preparing their tenders, the Procuring entity, at its

discretion, may extend the deadline for the submission of tenders.

2.7 Language of Tender

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

relating to the tender exchange by the tenderer and the Procuring entity, shall be

written in English language, provided that any printed literature furnished by the

tenderer may be written in another language provided they are accompanied by an

accurate English translation of the relevant passages in which case, for purposes

of interpretation of the tender, the English translation shall govern.

8

2.8 Documents Comprising of Tender

2.8.1 The tender prepared by the tenderers shall comprise the following components

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

paragraph 2.9, 2.10 and 2.11 below (b) documentary evidence established in accordance with paragraph

2.1 that the tenderer is eligible to tender and is qualified to perform

the contract if its tender is accepted;

(c) documentary evidence established in accordance with paragraph

2.2 that the goods and ancillary services to be supplied by the

tenderer are eligible goods and services and conform to the tender

documents; and

(d) tender security furnished in accordance with paragraph 2.14

2.9 Tender Forms

2.9.1 The tenderer shall complete the Tender Form and the appropriate Price Schedule

furnished in the tender documents, indicating the goods to be supplied, a brief

description of the goods, their country of origin, quantity, and prices.

2.10 Tender Prices

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

total tender price of the goods it proposes to supply under the contract

2.10.2 Prices indicated on the Price Schedule shall include all costs including taxes,

insurances and delivery to the premises of the entity.

2.10.3 Prices quoted by the tenderer shall be fixed during the Tender‟s performance of

the contract and not subject to variation on any account. A tender submitted with

an adjustable price quotation will be treated as non-responsive and will be

rejected, pursuant to paragraph 2.22

2.10.4 The validity period of the tender shall be 120 days from the date of opening of

the tender.

2.11 Tender Currencies

2.11.1 Prices shall be quoted in Kenya Shillings unless otherwise specified in the

Appendix to Instructions to Tenderers.

2.12 Tenderers Eligibility and Qualifications

2.12.1 Pursuant to paragraph 2.1. the tenderer shall furnish, as part of its

tender, documents establishing the tenderers eligibility to tender and

its qualifications to perform the contract if its tender is accepted.

2.12.2 The documentary evidence of the tenderers eligibility to tender shall establish

to the Procuring entity’s satisfaction that the tenderer, at the time of submission

of its tender, is from an eligible source country as defined under paragraph 2.1

2.12.3The documentary evidence of the tenderers qualifications to perform the contract if

its tender is accepted shall be established to the Procuring entity’s satisfaction;

(a) that, in the case of a tenderer offering to supply goods under the contract

which the tenderer did not manufacture or otherwise produce, the tenderer

9

has been duly authorized by the goods, Manufacturer or producer to

supply the goods.

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

necessary to perform the contract;

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

tenderer is or will be (if awarded the contract) represented by an Agent in

Kenya equipped, and able to carry out the Tenderer’s maintenance, repair,

and spare parts-stocking obligations prescribed in the Conditions of

Contract and/or Technical Specifications.

2.13 Goods Eligibility and Conformity to Tender Documents 2.13.1 Pursuant to paragraph 2.2 of this section, the tenderer shall furnish, as part of its

tender documents establishing the eligibility and conformity to the tender

documents of all goods which the tenderer proposes to supply under the contract

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

statement in the Price Schedule of the country of origin of the goods and services

offered which shall be confirmed by a certificate of origin issued at the time of

shipment.

2.13.3 The documentary evidence of conformity of the goods to the tender documents

may be in the form of literature, drawings, and data, and shall consist of:

(a) a detailed description of the essential technical and performance

characteristic of the goods;

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

of spare parts, special tools, etc., necessary for the proper and continuing

functioning of the goods for a period of two (2) years, following

commencement of the use of the goods by the Procuring entity; and

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

Specifications demonstrating substantial responsiveness of the goods and

service to those specifications, or a statement of deviations and exceptions

to the provisions of the Technical Specifications.

2.13.4 For purposes of the documentary evidence to be furnished pursuant to paragraph

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

and equipment, as well as references to brand names or catalogue numbers

designated by the Procurement entity in its Technical Specifications, are intended

to be descriptive only and not restrictive. The tenderer may substitute alternative

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

demonstrates to the Procurement entity’s satisfaction that the substitutions ensure

substantial equivalence to those designated in the Technical Specifications.

2.14 Tender Security 2.14.1 The tenderer shall furnish, as part of its tender, a tender security for the amount

specified in the Appendix to Invitation to Tenderers.

2.14.2 The tender security shall be in the amount of Ksh. 50,000.00

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

Tenderer’s conduct which would warrant the security’s forfeiture, pursuant to

paragraph 2.14.7

10

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

convertible currency, and shall be in the form of a bank guarantee or a bank draft

issued by a reputable bank located in Kenya or abroad, or a guarantee issued by a

reputable insurance company in the form provided in the tender documents or

another form acceptable to the Procuring entity and valid for thirty (30) days

beyond the validity of the tender.

2.14.5 Any tender not secured in accordance with paragraph 2.14.1 and 2.14.3 will be

rejected by the Procuring entity as non responsive, pursuant to paragraph 2.22

2.14.6 Unsuccessful Tenderer‟s tender security will be discharged or returned as

promptly as possible but not later than thirty (30) days after the expiration of the

period of tender validity prescribed by the Procuring entity.

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

signing the contract, pursuant to paragraph 2.27 and furnishing the performance

security, pursuant to paragraph 2.28

2.14.8 The tender security may be forfeited:

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

specified by the procuring entity on the Tender Form; or

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

(i) to sign the contract in accordance with paragraph 2.27

or

(ii) to furnish performance security in accordance with paragraph 2.28

2.15 Validity of Tenders

2.15.1 Tenders shall remain valid for 120 days or as specified in the Invitation to Tender

after the date of tender opening prescribed by the Procuring entity, pursuant to

paragraph 2.18. A tender valid for a shorter period shall be rejected by the

Procuring entity as non responsive.

2.15.2 In exceptional circumstances, the Procuring entity may solicit the Tenderer’s

consent to an extension of the period of validity. The request and the responses

thereto shall be made in writing. The tender security provided under paragraph

2.14 shall also be suitably extended. A tenderer may refuse the request without

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

nor permitted to modify its tender.

2.16 Format and Signing of Tender

2.16.1 The tenderer shall prepare two copies of the tender, clearly marking each

“ORIGINAL TENDER” and “COPY OF TENDER,” as appropriate. In the

event of any discrepancy between them, the original shall govern.

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

and shall be signed by the tenderer or a person or persons duly authorized to bind

the tenderer to the contract. The latter authorization shall be indicated by written

power-of-attorney accompanying the tender. All pages of the tender, except for

11

unamended printed literature, shall be initialed by the person or persons signing

the tender.

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

necessary to correct errors made by the tenderer, in which case such corrections

shall be initialed by the person or persons signing the tender.

2.17 Sealing and Marking of Tenders 2.17.1 The Procuring entity shall seal the original and each copy of the tender in separate

envelopes, duly marking the envelopes as “ORIGINAL” and “COPY.” The

envelopes shall then be sealed in an outer envelope.

2.17.2 The inner and outer envelopes shall:

(a) be addressed to the Procuring entity at the address given in the Invitation to

Tender:

(b) bear, tender number and name in the Invitation for Tenders and the words,

“DO NOT OPEN BEFORE,” TUESDAY DECEMBER 3, 2019 AT

10.30AM the inner envelopes shall also indicate the name and address of the

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

“late”.

2.17.3 If the outer envelope is not sealed and marked as required by paragraph 2.17.2,

the Procuring entity will assume no responsibility for the tender’s misplacement

or premature opening.

2.18 Deadline for Submission of Tenders

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

paragraph 2.17.2 no later than, TUESDAY DECEMBER 3, 2019 AT

10.30AM.The procuring entity may, at its discretion, extend this deadline for the

submission of tenders by amending the tender documents in accordance with

paragraph 2.6, in which case all rights and obligations of the Procuring entity and

candidates previously subject to the deadline will therefore be subject to the

deadline as extended

2.19 Modification and Withdrawal of Tenders 2.19.1 The tenderer may modify or withdraw its tender after the tender’s submission,

provided that written notice of the modification, including substitution or

withdrawal of the tenders, is received by the Procuring Entity prior to the deadline

prescribed for submission of tenders.

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

marked, and dispatched in accordance with the provisions of paragraph 2.17. A

withdrawal notice may also be sent by cable, telex but followed by a signed

confirmation copy, postmarked not later than the deadline for submission of

tenders.

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

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

of tenders and the expiration of the period of tender validity specified by the

tenderer on the Tender Form. Withdrawal of a tender during this interval may

result in the Tenderer‟s forfeiture of its tender security, pursuant to paragraph

2.14.7

12

2.19.5 The procuring entity may at any time terminate procurement proceedings before

contract award and shall not be liable to any person for the termination.

2.19.6 The procuring entity shall give prompt notice of the termination to the tenderers

and on request give its reasons for termination within 14 days of receiving the

request from any tenderer.

2.20 Opening of Tenders 2.20.1 The Procuring entity will open all tenders in the presence of tenderer’s

representatives who choose to attend, on TUESDAY DECEMBER 3, 2019

AT 10.30AM at the location specified in the Invitation to Tender. The tenderer’s

representatives who are present shall sign a register evidencing their attendance.

2.20.2 The tenderer’s names, tender modifications or withdrawals, tender prices,

discounts and the presence or absence of requisite tender security and such other

details as the Procuring entity, at its discretion, may consider appropriate, will be

announced at the opening. The Procuring entity will prepare minutes of the tender

opening.

2.21 Clarification of Tenders 2.21.1 To assist in the examination, evaluation and comparison of tenders the Procuring

entity may, at its discretion, ask the tenderer for a clarification of its tender. The

request for clarification and the response shall be in writing, and no change in the

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

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

entity’s tender evaluation, tender comparison or contract award decisions may

result in the rejection of the tenderer’s tender.

2.22 Preliminary Examination 2.22.1 The Procuring entity will examine the tenders to determine whether they are

complete, whether any computational errors have been made, whether required

sureties have been furnished, whether the documents have been properly signed,

and whether the tenders are generally in order.

2.22.2. The tender sum as submitted and read out during the tender opening shall be

absolute and final and shall not be subject of correction , adjustment or

amendment in any way by any person or entity.

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

irregularity in a tender which does not constitute a material deviation, provided

such waiver does not prejudice or affect the relative ranking of any tenderer.

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

will determine the substantial responsiveness of each tender to the tender

documents. For purposes of these paragraphs, a substantially responsive tender is

one, which conforms to all the terms and conditions of the tender documents

without material deviations. The Procuring entity’s determination of a tender’s

13

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

to extrinsic evidence.

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

entity and may not subsequently be made responsive by the tenderer by correction

of the non conformity.

2.23 Conversion to Single Currency 2.23.1 Where other currencies are used, the procuring entity will convert these currencies

to Kenya Shillings using the selling exchange rate on the d ate of tender

closing provided by the Central Bank of Kenya.

2.24 Evaluation and Comparison of Tenders 2.24.1 The Procuring entity will evaluate and compare the tenders which have been

determined to be substantially responsive, pursuant to paragraph 2.22

2.24.2 The tender evaluation committee shall evaluate the tender within 30 days of the

validity period from the date of opening the tender.

2.24.3 A tenderer who gives false information in the tender document about its

qualification or who refuses to enter into a contract after notification of contract

award shall be considered for debarment from participating in future public

procurement.

2.25 Preference 2.25.1 Preference where allowed in the evaluation of tenders shall not exceed 15%

2.26 Contacting the Procuring entity 2.26.1 Subject to paragraph 2.21 no tenderer shall contact the Procuring entity on any

matter related to its tender, from the time of the tender opening to the time the

contract is awarded.

2.26.2 Any effort by a tenderer to influence the Procuring entity in its decisions on

tender, evaluation, tender comparison, or contract award may result in the

rejection of the Tenderer’s tender.

2.27 Award of Contract

(a) Post-qualification 2.27.1 In the absence of pre-qualification, the Procuring entity will determine to its

satisfaction whether the tenderer that is selected as having submitted the lowest

evaluated responsive tender is qualified to perform the contract satisfactorily.

2.27.2 The determination will take into account the tenderer financial, technical, and

production capabilities. It will be based upon an examination of the documentary

evidence of the tenderers qualifications submitted by the tenderer, pursuant to

paragraph 2.12.3 as well as such other information as the Procuring entity deems

necessary and appropriate.

14

2.27.3 An affirmative determination will be a prerequisite for award of the contract to

the tenderer. A negative determination will result in rejection of the Tenderer’s

tender, in which event the Procuring entity will proceed to the next lowest

evaluated tender to make a similar determination of that Tenderer’s capabilities to

perform satisfactorily.

(b) Award Criteria

2.27.4 The Procuring entity will award the contract to the successful tenderer(s) whose

tender has been determined to be substantially responsive and has been

determined to be the lowest evaluated tender, provided further that the tenderer is

determined to be qualified to perform the contract satisfactorily.

(c) Procuring entity’s Right to Vary quantities

2.27.5 The Procuring entity reserves the right at the time of contract award to increase

or decrease the quantity of goods originally specified in the Schedule of

requirements without any change in unit price or other terms and conditions

(d) Procuring entity’s Right to Accept or Reject Any or All Tenders

2.27.6 The Procuring entity reserves the right to accept or reject any tender, and to annul

the tendering process and reject all tenders at any time prior to contract award,

without thereby incurring any liability to the affected tenderer or tenderers or any

obligation to inform the affected tenderer or tenderers of the grounds for the

Procuring entity‟s action

2.28 Notification of Award

2.28.1 Prior to the expiration of the period of tender validity, the Procuring entity will

notify the successful tenderer in writing that its tender has been accepted.

2.28.2 The notification of award will constitute the formation of the Contract but will

have to wait until the contract is finally signed by both parties

2.28.3 Upon the successful Tenderer’s furnishing of the performance security pursuant to

paragraph 2.28, the Procuring entity will promptly notify each unsuccessful

Tenderer and will discharge its tender security, pursuant to paragraph 2.14

2.29 Signing of Contract 2.29.1 At the same time as the Procuring entity notifies the successful tenderer that its

tender has been accepted, the Procuring entity will send the tenderer the Contract

Form provided in the tender documents, incorporating all agreements between the

parties.

2.29.2 The parties to the contract shall have it signed within 30 days from the date of

notification of contract award unless there is an administrative review request.

2.29.3 Within thirty (30) days of receipt of the Contract Form, the successful tenderer

shall sign and date the contract and return it to the Procuring entity.

15

2.30 Performance Security 2.30.1 Within Thirty (30) days of the receipt of notification of award from the Procuring

entity, the successful tenderer shall furnish the performance security in

accordance with the Conditions of Contract, in the Performance Security Form

provided in the tender documents, or in another form acceptable to the Procuring

entity.

2.30.2 Failure of the successful tenderer to comply with the requirements of paragraph

2.27 or paragraph 2.28 shall constitute sufficient grounds for the annulment of the

award and forfeiture of the tender security, in which event the Procuring entity

may make the award to the next lowest evaluated Candidate or call for new

tenders.

2.31 Corrupt or Fraudulent Practices 2.31.1 The Procuring entity requires that tenderers observe the highest standard of ethics

during the procurement process and execution of contracts when used in the

present regulations, the following terms are defined as follows;

(i) “corrupt practice” means the offering, giving, receiving, or soliciting of

anything of value to influence the action of a public official in the

procurement process or in contract execution; and

(ii) “fraudulent practice” means a misrepresentation of facts in order to

influence a procurement process or the execution of a contract to the

detriment of the Procuring entity, and includes collusive practice among

tenderer (prior to or after tender submission) designed to establish tender

prices at artificial non-competitive levels and to deprive the Procuring

entity of the benefits of free and open competition;

2.31.2 The procuring entity will reject a proposal for award if it determines that the

tenderer recommended for award has engaged in corrupt or fraudulent practices in

competing for the contract in question.

2.31.3 Further a tenderer who is found to have indulged in corrupt or fraudulent practices

risks being debarred from participating in public procurement in Kenya.

16

Appendix to Instructions to Tenderers

Notes on the Appendix to the Instruction to Tenderers

1. The Appendix to instructions to tenderers is intended to assist the procuring entity in

providing specific information in relation to the corresponding clause in the

Instructions to tenderer’s included in Section II and has to be prepared for each

specific procurement.

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

specific to the circumstances of the procuring entity, the goods to be procured and the

tender evaluation criteria that will apply to the tenders.

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

a) The information that specifies and complements provisions of Section II to be

incorporated

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

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

incorporated

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

Appendix.

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

procurement law and the regulations

17

Appendix to Instructions to Tenderers The following information regarding the particulars of the tender shall complement

supplement or amend the provisions of the instructions to tenderers. Wherever there is a

conflict between the provision of the instructions to tenderers and the provisions of the

appendix, the provisions of the appendix herein shall prevail over those of the

instructions to tenderers

INSTRUCTIONS TO TENDERERS

REFERENCE

PARTICULARS OF APPENDIX TO

INSTRUCTIONS TO TENDERS

2.1.1 Open

2.14.1 Ksh. 50,000.00

2.18.1 TUESDAY DECEMBER 3,2019

2.29.1 As in 2.18.1 above

2.29.1

18

Page

3.1 Definitions…………………………………………… 24

3.2 Application………………………………………….. 24

3.3 Country of Origin…………………………………….. 24

3.4 Standards……………………………………………. 25

3.5 Use of Contract documents and information…………. 25

3.6 Patent Rights…………………………………………… 25

3.7 Performance security…………………………………… 25

3.8 Inspection and Tests……………………………………. 26

3.9 Packing…………………………………………………... 27

3.10 Delivery and documents………………………………… 27

3.11 Insurance ………………………………………………. 27

3.12 Payment………………………………………………… 27

3.13 Price……………………………………………………. 28

3.14 Assignments…………………………………………… 28

3.15 Sub contracts………………………………………….. 28

3.16 Termination for default……………………………….. 28

3.17 Liquidated damages………………………………….. 29

3.18 Resolution of Disputes………………………………… 29

3.19 Language and law…………………………………….. 29

3.20 Force Majeure………………………………………… 29

SECTION III: GENERAL CONDITIONS OF CONTRACT

Table of Clauses

19

SECTION III - GENERAL CONDITIONS OF CONTRACT

3.1 Definitions

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

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

entity and the tenderer, as recorded in the Contract Form signed by the

parties, including all attachments and appendices thereto and all

documents incorporated by reference therein.

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

Contract for the full and proper performance of its contractual obligations

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

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

under the Contract.

(d) “The Procuring entity’s means the organization purchasing the Goods

under this Contract.

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

this Contract.

3.2 Application

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

entity for the procurement installation and commissioning of equipment

3.3 Country of Origin 3.3.1 For purposes of this clause, “Origin” means the place where the Goods were

mined, grown or produced.

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

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

in the Technical Specifications.

3.5 Use of Contract Documents and Information

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

disclose the Contract, or any provision therefore, or any specification, plan,

drawing, pattern, sample, or information furnished by or on behalf of the

Procuring entity in connection therewith, to any person other than a person

employed by the tenderer in the performance of the Contract.

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

use of any document or information enumerated in paragraph 3.5.1 above

3.5.3 Any document, other than the Contract itself, enumerated in paragraph 3.5.1 shall

remain the property of the Procuring entity and shall be returned (all copies) to the

20

Procuring entity on completion of the Tenderer’s performance under the Contract

if so required by the Procuring entity

3.6 Patent Rights 3.6.1 The tenderer shall indemnify the Procuring entity against all third-party claims of

infringement of patent, trademark, or industrial design rights arising from use of

the Goods or any part thereof in the Procuring entity’s country.

3.7 Performance Security 3.7.1 Within thirty (30) days of receipt of the notification of Contract award, the

successful tenderer shall furnish to the Procuring entity the performance security

in the amount specified in Special Conditions of Contract.

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

as compensation for any loss resulting from the Tenderer’s failure to complete its

obligations under the Contract.

3.7.3 The performance security shall be denominated in the currency of the Contract, or

in a freely convertible currency acceptable to the Procuring entity and shall be in

the form of a bank guarantee or an irrevocable letter of credit issued by a

reputable bank located in Kenya or abroad, acceptable to the Procuring entity, in

the form provided in the tender documents.

3.7.4 The performance security will be discharged by the Procuring entity and returned

to the Candidate not later than thirty (30) days following the date of completion of

the Tendere r ’ s performance obl igat ions un der t h e Cont rac t , i nc lud ing

any warranty obligations, under the Contract

3.8 Inspection and Tests

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

test the goods to confirm their conformity to the Contract specifications. The

Procuring entity shall notify the tenderer in writing in a timely manner, of the

identity of any representatives retained for these purposes.

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

subcontractor(s), at point of delivery, and/or at the Goods‟ final destination If

conducted on the premises of the tenderer or its subcontractor(s), all reasonable

facilities and assistance, including access to drawings and production data, shall

be furnished to the inspectors at no charge to the Procuring entity.

3.8.3 Should any inspected or tested goods fail to conform to the Specifications, the

Procuring entity may reject the equipment, and the tenderer shall either replace

the rejected equipment or make alterations necessary to make specification

requirements free of costs to the Procuring entity.

3.8.4 The Procuring entity‟s right to inspect, test and where necessary, reject the goods

after the Goods‟ arrival shall in no way be limited or waived by reason of the

equipment having previously been inspected, tested and passed by the Procuring

entity or its representative prior to the equipment delivery.

21

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

or other obligations under this Contract.

3.9 Packing 3.9.1 The tenderer shall provide such packing of the Goods as is required to prevent

their damage or deterioration during transit to their final destination, as indicated

in the Contract.

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

comply strictly with such special requirements as shall be expressly provided for

in the Contract

3.10 Delivery and Documents 3.10.1 Delivery of the Goods shall be made by the tenderer in accordance with the terms

specified by Procuring entity in its Schedule of Requirements and the Special

Conditions of Contract

3.11 Insurance 3.11.1 The Goods supplied under the Contract shall be fully insured against loss or

damage incidental to manufacturer or acquisition, transportation, storage, and

delivery in the manner specified in the Special conditions of contract.

3.12 Payment

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

Contract shall be specified in Special Conditions of Contract

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

contract

3.13 Prices 3.13.1 Prices charged by the tenderer for goods delivered and services performed under

the Contract shall not, with the exception of any price adjustments authorized in

Special Conditions of Contract, vary from the prices by the tenderer in its tender.

3.13.2 Contract price variations shall not be allowed for contracts not exceeding one

year (12 months)

3.13.3 Where contract price variation is allowed, the variation shall not exceed 10% of

the original contract price.

3.13.4 Price variation request shall be processed by the procuring entity within 30 days

of receiving the request.

3.14. Assignment 3.14.1 The tenderer shall not assign, in whole or in part, its obligations to perform under

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

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

awarded under this Contract if not already specified in the tender. Such

22

notification, in the original tender or later, shall not relieve the tenderer from any

liability or obligation under the Contract

3.16 Termination for default 3.16.1 The Procuring entity may, without prejudice to any other remedy for breach of

Contract, by written notice of default sent to the tenderer, terminate this Contract

in whole or in part

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

period(s) specified in the Contract, or within any extension thereof

granted by the Procuring entity

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

Contract

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

corrupt or fraudulent practices in competing for or in executing the

Contract

3.16.2 In the event the Procuring entity terminates the Contract in whole or in part, it

may procure, upon such terms and in such manner as it deems appropriate,

equipment similar to those undelivered, and the tenderer shall be liable to the

Procuring entity for any excess costs for such similar goods.

3.17 Liquidated Damages 3.17.1. If the tenderer fails to deliver any or all of the goods within the period(s)

specified in the contract, the procuring entity shall, without prejudice to its other

remedies under the contract, deduct from the contract prices liquidated damages

sum equivalent to 0.5% of the delivered price of the delayed items up to a

maximum deduction of 10% of the delayed goods. After this the tenderer may

consider termination of the contract.

3.18 Resolution of Disputes 3.18.1 The procuring entity and the tenderer shall make every effort to resolve amicably

by direct informal negotiation and disagreement or dispute arising between them

under or in connection with the contract

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

both parties have been unable to resolve amicably a contract dispute, either party

may require adjudication in an agreed national or international forum, and/or

international arbitration.

3.19 Language and Law 3.19.1 The language of the contract and the law governing the contract shall be English

language and the Laws of Kenya respectively unless otherwise stated.

3.20 Force Majeure 3.20.1 The tenderer shall not be liable for forfeiture of its performance security or

termination for default if and to the extent that it’s delay in performance or other

failure to perform its obligations under the Contract is the result of an event of

Force Majeure.

23

SECTION IV - SPECIAL CONDITIONS OF CONTRACT

Notes on Special Conditions of Contract The clauses in this section are intended to assist the procuring entity in providing

contract-specific information in relation to corresponding clauses in the General

Conditions of Contract.

The provisions of Section IV complement the General Conditions of Contract included in

Section III, specifying contractual requirements linked to the special circumstances of the

procuring entity and the goods being procured. In preparing Section IV, the following

aspects should be taken into consideration.

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

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

the circumstances of the goods being procured must also be incorporated.

24

SECTION IV - SPECIAL CONDITIONS OF CONTRACT 4.1. Special Conditions of Contract shall supplement the General

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

the SCC, the provisions of the SCC herein shall prevail over these in the GCC.

42. Special conditions of contract as relates to the GCC

REFERENCE OF GCC SPECIAL CONDITIONS OF CONTRACT

3.7.1 2.5% of the contract price

3.12.1 As agreed between procuring entity and the

recommended bidder

3.18.1 As agreed between procuring entity and the

recommended bidder

25

SECTION V - TECHNICAL SPECIFICATIONS

5.1 General 5.1.1 These specifications describe the requirements for goods. Tenderers a r e

requested to submit with their offers the detailed specifications, drawings,

catalogues, etc for the products they intend to supply

5.1.2 Tenderers must indicate on the specifications sheets whether the

equipment offered comply with each specified requirement.

5.1.3 All the dimensions and capacities of the equipment to be supplied shall not be less

than those required in these specifications. Deviations from the basic

requirements, if any shall be explained in detail in writing with the offer, with

supporting data such as calculation sheets, etc. The procuring entity reserves the

right to reject the products, if such deviations shall be found critical to the use and

operation of the products.

5.1.4 The tenderers are requested to present information along with their offers as

follows:

(i) Shortest possible delivery period of each product

(ii) Information on proper representative and/or workshop for back-up

service/repair and maintenance including their names and addresses.

26

5.2 PARTICULARS

TENDER FOR MEDICAL DRUGS, SURGICAL ITEMS AND MEDICAL EQUIPMENT FOR

YEAR 2020-2022

Important instructions:

1. All drugs tendered must be registered by Pharmacy and Poison’s Board of Kenya for use in Kenya.

2. Bidders must clearly indicate the UNIT PACKS and TRADE NAMES for all quoted items.

3. All parts and sections of the Tender documents must be clearly filled to avoid disqualification

of a tender bid.

4. Attach relevant regulatory licenses

5. Attach valid letters of authorization from manufacturers

. DESCRIPTION

UNIT

PACK

TENDERER

’S UNIT

PACK

UNIT PRICE

INCLUSIVE

OF TAX

(KSHS)

TRADE

NAME

COUNTRY

OF

ORIGIN

A. ANALGESICS, AaNTIPYRETICS ,

MUSCLE RELAXANT, ANTI

INFLAMMATORY & ENZYMATIC

DRUGS

1. Aceclofenac 100mg tabs 30

2. Aceclofenac 100mg + Paracetamol 500mg

tabs

30

3. Aceclofenac 100mg + Paracetamol 500mg

+Chlorzoxazone 500mg tabs

30

4. Allopurinol 300mg tabs 30

5. Baclofen 10mg tabs 30

6. Celecoxib 200mg caps

10

7. Chlorzoxazone 250mg + Paracetamol

325mg + Diclofenac Sodium 50mg tabs

10

8. Colchicine 0.5mg tabs 100

9. Diclofenac potassium 0.5 mg / oral drop 15 ml

10. Diclofenac potassium 9mg/5ml Oral

Suspension

100ml

11. Dexketoprofen trometamol 25mg tabs 20

12. Diclofenac sodium 50mg tabs 100

27

13. Diclofenac potassium 50mg tabs 100

14. Diclofenac sodium 75mg SR tabs 30

15. Diclofenac sodium 100mg SR tabs 30

16. Diclofenac sodium suppositories 50mg 10

17. Diclofenac sodium suppositories 100mg 5

18. Diclofenac sodium inj.75mg per 3ml amp.

5

19. Etoricoxib 60mg tabs 30

20. Etoricoxib 60mg + Paracetamol 500mg

tabs

10

21. Etoricoxib 90mg tabs 30

22. Etoricoxib 120mg tabs 30

23. Febuxostat 40mg tabs 10

24. Febuxostat 80mg tabs 10

25. Fentanyl 50mcg/ml inj 1

26. Flunarizine 10mg tabs 10

27. Ibuprofen 100mg/5ml syrup 100 ml

28. Ibuprofen 100mg+Paracetamol 120mg/5ml

syrup

100ml

29. Ibuprofen 400mg+Paracetamol 325mg tabs 100

30. Kontab tablets 100

31. Leflunomide 20mg tabs 100

32. Mefenamic acid 50mg/ 5ml susp 100 ml

33. Mefenamic acid 500mg blister Pack tabs 100

34. Mefenamic acid 250mg + Dicyclomine Hcl

10mg tabs

30

35. Meloxicam 7.5mg tabs 30

36. Paracetamol 120mg /5ml syrup 100ml

28

37. Paracetamol 125mg supp. ( Paed) 10

38. Paracetamol 250mg supp. 10

39. Paracetamol 500mg + Phenyephrine Hcl

10mg + Chlorpheniramine Maleate 2mg

tabs+Caffeine Anhydrous 30mg tabs

20

40. Paracetamol 500mg blister Pack tabs 100

41. Paracetamol 500mg effervescent tabs 20

42. Paracetamol 1000mg effervescent tabs 20

43. Paracetamol inj. 1g I.V 1

44. Pethidine Hydrochloride 50mg/ml inj. 10

45. Pethidine Hydrochloride 100mg/ml inj. 10

46. Tramadol 50mg caps 10

47. Tramadol inj.50mg/ml amp. 5

48. Uniortho (univestin)500mg tabs 10

B. DRUGS FOR RESPIRATORY

DISEASES

Ba. Antihistamines

49. Cetrizine dihydrochloride 10mg tabs 100

50. Cetrizine dihydrochloride 5mg/5ml syrup 60 ml

51. Chlorpheniramine maleate 4mg tabs 1000

52. Chlorpheniramine maleate 2mg/5ml syr. 100ml

53. Chlorpheniramine 2mg + Betamethasone

0.25mg tabs

30

54. Chlorpheniramine inj. 10mg/ml 1

55. Desloratadine 5mg tabs 100

56. Desloratadine 5mg syrup 150ml

57. Ebastine 10mg tabs 100

58. Fexofenadine 180mg tab 10

29

59. Levocetirizine dihydrochloride 5mg 30

60. Montelukast 2mg powder 10

61. Montelukast 4mg tabs 10

62. Montelukast 10mg tabs 10

63. Montelukast 10mg + Cetrizine 5mg tabs 30

64. Rupatadine 10mg tabs 30

Bb. Mucolytics

65. Ambroxol HCl 15 mg/5ml liquid 100 ml

66. Ambroxol HCl 30mg tabs 20

67. Bromohexine HCl 4mg + Pseudoephedrine

15mg/5mls syr. 120mls

68. Bromohexine HCl 8mg + Pseudoephedrine

30mg tabs

100

69. Carbocysteine (INN) 2 g/100 ml, syrup for

children.

100ml

70. Carbocysteine 250mg/5ml liquid adult 100ml

71. Carbocysteine 2 g, promethazine

hydrochloride 50 mg/100 ml syrup.

100ml

Bc. Cough preparations

72. Antitussive with Codeine preparation 100ml

73. Antitussive with Dextromethopharn

preparation

100ml

74. Antitussive preparation with

Dextromethopharn - sugar free

100ml

75. Expectorant preparation ( pediatric) with

chlorpheniramine maleate or

dexchlorpheniramine

100ml

76. Expectorant preparation with Salbutamol

and Ambroxol

100ml

77. Expectorant preparation (adult) 100ml

30

78. Expectorant preparation (sugar free) 100ml

Bd. Bronchodilators and Nebulizing solutions

79. Fenoterol HCL liquid 1mg/ml 100ml

80. Ipratropium bromide 250mcg/2ml 20

81. Ipratropium bromide 500mcg/2ml 20

82. Salbutamol 2.5mg + Ipratropium 500

µg/2.5ml vial solution

1

83. Salbutamol 2mg/5ml syrup

100 ml

84. Theophylline 200mg SR tabs 10

85. Theophylline 400mg SR tabs 10

Be. Inhalers/ Nasal sprays

86. Budesonide 100µg inhaler 200D

87. Budesonide 200µg inhaler 200D

88. Budesonide 200 g + Formoterol Fumarate

6 g inhaler

120D

89. Budesonide 400 g + Formoterol Fumarate

6 g inhaler

120D

90. Budesonide 100g nasal spray 100D

91. Fluticasone furoate 27.5g nasal spray 120D

92. Fluticasone propionate 250g + Salmeterol

50g accuhaler

60D

93. Fluticasone propionate 50g + Salmeterol

25g inhaler

120D

94. Inhaler Chambers with mask < 2 years 1

95. Inhaler Chambers with mask 2-5 years 1

96. Inhaler Chambers with mask >5 years 1

97. Salbutamol 100mcg+beclomethasone

50mcg inhaler

200D

31

98. Salbutamol 100mcg inhaler 200D

99. Mometasone 50g nasal spray 120D

100. Terpineal + Thymol + Pine oil + Cinnamon

oil + Chlorbutanol + Menthol inhaler caps

10

C. ANTI-INFECTIVE DRUGS

Ca. Antibacterials

101. Amoxycillin 250mg (dispersible, scored

tablets)

10

102. Amoxycillin 250mg/5ml syr. 100 ml

103. Amoxycillin 250mg caps

1000

104. Amoxycillin 500mg caps 500

105. Azithromycin 200 mg /5ml syr. 15ml

106. Azithromycin 200 mg /5ml syr. 30ml

107. Azithromycin 500mg tabs 3

108. Azithromycin 1g,Fluconazole

150mg,Secnidazole 1g kit

1Kit

109. Benzathine Penicillin Inj. 2.4.mega units

vial

1

110. Cefadroxil 125mg/ 5ml syr. 100 ml

111. Cefadroxil 250mg/ 5ml syr. 100 ml

112. Cefadroxil monohydrate 500mg caps 20

113. Cefixime 200mg tabs 10

114. Cefixime 400mg tabs 10

115. Cefixime 100mg/5ml syrup 75ml

116. Ceftriaxone inj. 1gm I.V 1

117. Ceftriaxone inj. 1gm I.M 1

118. Ceftriaxone inj. 500mg I.V 1

119. Ceftriaxone inj. 500mg I.M 1

32

120. Cefuroxime axetil 125mg/5ml syr. 50 ml

121. Cefuroxime axetil 250mg /5ml syr. 50 ml

122. Cefuroxime axetil 500mg tabs. 10

123. Cephalexin 500mg caps 100

124. Ciprofloxacin 500mg tabs. 100

125. Clarithromycin 250mg/5ml syrup 100 ml

126. Clarithromycin 250mg tabs 10

127. Clarithromycin 500mg tabs 10

128. Clindamycin 300mg caps 16

129. Co-Amoxiclav 625mg tabs 20

130. Co-Amoxiclav 1gm tablets 14

131. Co-Amoxiclav 228mg/5mls syrup 70 ml

132. Co-Amoxiclav 228 (DT, scored) tablets 10

133. Co-Amoxiclav 457mg/5mls syrup 70 ml

134. Co-Amoxiclav ES 642mg/5mls syrup 70ml

135. Co-Amoxiclav inj 600mg 1

136. Co-Amoxiclav inj. 1.2g vial 1

137. Dapsone 100mg tabs 100

138. Flucloxacillin 250mg caps 100

139. Flucloxacillin 500mg caps 100

140. Gentamicin 80mg inj. 10

141. Levofloxacin 500mg tabs 10

142. Minocycline 100mg caps 28

143. Moxifloxacin 400mg tabs 10

144. Nitrofurantoin 100mg tabs 1000

145. Ofloxacin 200mg tabs 10

33

146. Ofloxacin (200 mg) + Ornidazole (500 mg)

tabs

10

147. Sulphamethoxazole 200mg + Trimethoprim

40mg /5ml syr.

100 ml

Cb. Antimalarials

148. Artesunate 30mg vial 3

149. Artesunate 60mg vial 3

150. Artemether inj. 40mg 6

151. Artemether inj. 80mg 6

152. Artemisinin 180mg + Lumefantrine

1080mg per 60ml susp.

60 ml

153. Artemisinin 20mg + Lumefantrine 120mg

dispersible tabs

6

154. Artemisinin 20mg + Lumefantrine 120mg

tabs

24

155. Artemisinin 80mg + Lumefantrine 480mg

tabs

6

156. Arterolane Maleate 150mg+Piperaquine

Phosphate 750mg

3

157. Artesunate 100mg + Sulfamethoxypyrazine

250mg + Pyrimethamine 12.5mg tabs

(Paed)

3

158. Artesunate

200mg+Sulfamethoxypyrazine500mg

+Pyrimethamine 25mg (Adult).

3

159. Dihydroartemisinin 40mg+ piperaquine

320mg (scored) tabs

3

160. Proguanil 100mg tabs 100

161. Quinine dihydrochloride 300mg tabs 100

Cc. Antihelminthics and Antiprotozoals

162. Albendazole 400mg syrup 10ml

163. Albendazole 400mg tabs 1

34

164. Diloxanide furoate 125mg + Metronidazole

100mg /5ml syr

100 ml

165. Diloxanide furoate 250mg + Metronidazole

200mg tabs

30

166. Mebendazole 100mg/ 5ml 30ml

167. Mebendazole 500mg tabs 1

168. Metronidazole 200mg /5ml syrup 100 ml

169. Metronidazole 400mg Blister Pack tabs 100

170. Metronidazole 500mg / 100ml infusion 100 ml

171. Nitazoxanide 100mg/5ml susp. 30 ml

172. Nitazoxanide 500mg tabs 6

173. Nitazoxanide 500mg + Ofloxacin 200mg

tabs

10

174. Ornidazole 500mg tabs 10

175. Paromomycin sulphate 250mg tabs 12

176. Paromomycin sulphate 125mg/5ml syrup 60 ml

177. Secnidazole 1g tabs 2

178. Tinidazole 500mg tabs 4

Cd. Antifungals

179. Fluconazole 50mg caps 10

180. Fluconazole 150mg caps 1

181. Fluconazole 200 mg caps 10

182. Fluconazole 50mg/5ml susp. 35 ml

183. Griseofulvin 125mg tabs 100

184. Griseofulvin 250mg tabs 100

185. Griseofulvin 500mg tabs 100

186. Itraconazole 100mg caps 14

35

187. Ketoconazole 200mg tabs 30

188. Terbinafine HCl 125mg tabs 14

189. Terbinafine HCl 250mg tabs 14

Ce. Antivirals and Antiretrovirals

190. Acyclovir 200mg tabs 30

191. Acyclovir 400mg tabs 30

192. Acyclovir suspension 200mg/5ml 100ml

193. Valaciclovir 500mg tabs 50

D GASTROINTESTINAL DRUGS

Da. Anti-ulcers and antispasmodics

194. Antacid with alginic acid susp 200 ml

195. Antacid with activated dimethicone or

simethicone susp

200ml

196. Cimetidine 400mg tabs 30

197. Dicyclomine 10mg + Simethicone 40mg/

5mls susp.

30 ml

198. Dicycloverine HCL 20mg +Paracetamol

500mg Tabs

20

199. Drotaverine 40mg tabs 100

200. Esomeprazole 10mg satchets 10

201. Esomeprazole 20mg tabs 30

202. Esomeprazole 40mg tabs 30

203. Esomeprazole 40mg inj. vial 5

204. Esomeprazole 40mg + Itopride 150 mg 30

205. Esomeprazole 20mg + Clarithromycin

500mg + Amoxycillin 1g Kit

7

206. Hyoscine butylbromide 10mg tabs. 100

207. Hyoscine butylbromide 5mg/5ml syr. 60ml

36

208. Hyoscine butylbromide10mg + Paracetamol

500mg tabs.

50

209. Ilaprazole 10mg tabs 30

210. Lansoprazole 30mg + Clarithromycin

500mg + Tinidazole 500mg Kit

7

211. Lansoprazole 30mg + Clarithromycin

500mg + Amoxicillin 1g Kit

7

212. Metoclopramide 10mg tabs 100

213. Omeprazole Sodium Bicarbonate 20mg

caps

30

214. Omeprazole 20mg caps 30

215. Otilonium bromide 40mg tabs 30

216. Pancreatin 10,000iu caps 100

217. Pantoprazole 40mg tabs 30

218. Pantoprazole 40mg inj. 1

219. Rabeprazole sodium 20mg tabs 30

220. Rabeprazole 20mg inj. 1

221. Rabeprazole 20mg + Domperidone 10mg

slow release tabs

30

222. Ranitidine. 25mg/ml inj

1

223. Simethicone 40mg /ml oral drops 30 ml

224. Sucralfate 1g+ Oxetacaine 20mg/10ml

suspension

100ml

Db. Laxatives, antidiarrheals and rehydrants

225. Bisacodyl 5mg tabs 100

226. Cudo forte caps 10

227. Glycerine 1mg suppositories 12

228. Glycerine 2mg suppositories 12

229. Glycerine 4mg suppositories 12

37

230. Ispaghula husk B.P. 3.5 g satchet 10

231. Lactulose 3.3 g /5 ml solution 200 ml

232. Loperamide HCl 2mg caps 6

233. ORS Sachets + zinc sulphate Co pack 4

234. Probiotics for treatment of diarrhea capsules 10

235. Probiotics for treatment of diarrhea liquid 1

236. Zinc Sulphate dispersible/Chewable 20mg

tabs

20

Dc. Antihemorrhoidal preparations

237. Cinchocaine HCl 0.5% + Prednisolone

hexanoate 0.19% ointment

30 g

238. Cinchocaine HCl 1mg + Prednisolone

hexanoate 1.3mg suppository

12

Dd. Antiemetics

239. Domperidone 10mg tabs 20

240. Domperidone 1mg / ml syrup 100 ml

241. Doxylamine 10mg + Pyridoxine 10mg tabs 20

242. Granisetron 1mg tabs 20

243. Granisetron 1mg/5ml inj 30ml

244. Ondansetron inj.2mg/ml 5

245. Ondansetron.2mg/ml syrup 30ml

246. Ondansetron.4mg tabs 10

247. Promethazine 25mg tabs. 100

248. Promethazine inj. 25mg/ ml amp. 1

E. ALKALINIZERS/ CIRCULATORY

AGENTS/ COAGULANTS/

ANTICOAGULANTS

249. Cinnarizine 25mg tabs 50

38

250. Betahistine dihydrochloride 8mg tabs 100

251. Diosmin 600mg tabs 15

252. Diosmin 450mg + Hesperidin 50 mg tabs 30

253. Disodium Hydrogen Citrate 1.37g/5ml 100ml

254. Heparin 1000iu/gm gel 30G

255. Rivaroxaban 10mg tabs 10

256. Rivaroxaban 15mg tabs 14

257. Rivaroxaban 20mg tabs 14

258. Tranexamic acid 500mg caps 30

259. Tranexamic acid inj. 100mg/ml 5 ml

260. Venofer 100mg/5ml inj. 5

261. Warfarin 5mg tabs 100

F. CARDIOVASCULAR AND ANTILIPID

DRUGS

Fa. Cardiovascular drugs

262. Acetylsalicylic acid 75mg tabs 30

263. Acetylsalicylic acid 300mg tabs 30

264. Amlodipine 5mg tabs 30

265. Amlodipine 10mg tabs 30

266. Amlodipine 5mg + Atorvastatin calcium

10mg

30

267. Amlodipine 5mg + Irbesartan 150mg tabs 28

268. Amlodipine 5mg + Irbesartan 300mg tabs 28

269. Amlodipine 10mg + Irbesartan 150mg tabs 28

270. Amlodipine 10mg + Irbesartan 300mg tabs 28

271. Amlodipine 5mg + Valsartan 160mg tabs 30

272. Amlodipine 10mg + Valsartan 160mg tabs 30

39

273. Amlodipine 5mg + Valsartan 160mg +

Hydrochlorthiazide 12.5mg tabs

30

274. Amlodipine 10mg + Valsartan 160mg +

Hydrochlorthiazide 12.5mg tabs

30

275. Amlodipine 5mg + Perindopril 5mg tabs 30

276. Amlodipine 5mg + Perindopril 10mg tabs 30

277. Amlodipine 5mg + Perindopril 5mg +

Indapamide 1.25mg tabs

30

278. Amlodipine 10mg + Perindopril 5mg +

Indapamide 1.25mg tabs

30

279. Amlodipine 5mg + Perindopril 10mg +

Indapamide 2.5mg tabs

30

280. Amlodipine 10mg + Perindopril 10mg +

Indapamide 2.5mg tabs

30

281. S-Amlodipine besylate 2.5mg tabs 30

282. Atenolol 50 mg tabs 100

283. Atenolol 100mg tabs 100

284. Bisoprolol 5mg 30

285. Bisoprolol 10mg 30

286. Bisoprolol 5mg + Hydrochlorthiazide

6.25mg

30

287. Bisoprolol 10mg + Hydrochlorthiazide

6.25mg

30

288. Captopril 25mg tabs 30

289. Captopril 50mg tabs 30

290. Captopril 50mg + Hydrochlorthiazide

12.5mg

30

291. Carvedilol 3.125mg tabs 30

40

292. Carvedilol 6.25mg tabs 30

293. Carvedilol 12.5mg tabs 30

294. Carvedilol 25mg tabs 30

295. Carvedilol 50mg tabs 30

296. Chlorthalidone 25mg tabs 30

297. Clopidogrel 75mg tabs 30

298. Clonidine 0.1mg tabs 30

299. Digoxin 0.25mg tabs 500

300. Enalapril 10mg tabs 30

301. Enalapril 20mg tabs 30

302. Eprelenone 25mg 28

303. Eprelenone 50mg 28

304. Frusemide 40mg tabs 30

305. Frusemide Inj. 20mg /ml amp. 5

306. Hydralazine 20mg inj 5

307. Hydralazine 25mg tabs 100

308. Hydrochlorthiazide 12.5mg 100

309. Indapamide 1.5mg + Amlodipine 10mg tabs 30

310. Irbesartan 150mg tabs

30

311. Irbesartan 300mg tabs

30

312. Irbesartan 150mg + Hydrochlorothiazide

12.5mg tabs

30

313. Irbesartan 300mg + Hydrochlorothiazide

12.5mg tabs

28

314. Labetolol 100mg/20ml

20ml

315. Lisinopril 10mg tabs 30

41

316. Lisinopril 20mg tabs 30

317. Losartan 50mg tabs 30

318. Losartan 50mg + Hydrochlorothiazide

12.5mg tabs

30

319. Methyldopa 250mg tabs 30

320. Methyldopa 250mg+Nifedipine 20mg tabs 10

321. Methyldopa 500mg tabs 30

322. Nebivolol 5mg tabs 30

323. Nebivolol 5mg + Amlodipine 5mg tabs 30

324. Nebivolol 5mg +Hydrochlrorothiazide

12.5mg tabs

30

325. Nebivolol 5mg + Amlodipine 5mg +

Hydrochlrorothiazide 12.5mg tabs

30

326. Nifedipine LA 30mg tabs 30

327. Perindopril erbumine 5mg tabs 30

328. Perindopril erbumine 5mg + Indapamide

1.25mg tabs

30

329. Perindopril erbumine 10mg + Indapamide

2.5mg tabs

30

330. Propranolol 40mg tabs 100

331. Ramipril 2.5mg tabs 30

332. Ramipril 5mg tabs + Hydrochlorothiazide

25mg tabs

30

333. Spironolactone 25mg tabs 100

334. Spironolactone 100mg tabs 30

335. Tadalafil 20mg tabs 2

336. Telmisartan 40 mg tabs 28

337. Telmisartan 80 mg tabs 28

338. Telmisartan 40 mg + Amlodipine 5mg tabs 30

42

339. Telmisartan 40 mg + Amlodipine 10mg tabs 30

340. Telmisartan 80 mg + Amlodipine 5mg tabs 30

341. Telmisartan 80 mg + Amlodipine 10mg tabs 30

342. Telmisartan 40mg tabs +

Hydrochlorothiazide 12.5mg tabs

28

343. Telmisartan 80mg tabs +

Hydrochlorothiazide 12.5mg tabs

28

344. Torasemide 5 mg tabs 30

345. Torasemide 10mg tabs 30

346. Trimetazidine dihydrochloride MR 35mg

tabs

30

347. Uperio 50mg tabs 28

348. Uperio 100mg tabs 28

349. Valsartan 80mg tabs 28

350. Valsartan 160mg tabs 28

351. Valsartan 80mg +Hydrochlorothiazide

12.5mg tabs

28

352. Valsartan 160mg Hydrochlorothiazide

12.5mg tabs

28

Fb. Antilipid drugs

353. Atorvastatin calcium 10mg tabs 30

354. Atorvastatin calcium 20mg tabs 30

355. Atorvastatin calcium 40mg tabs 30

356. Rosuvastatin Calcium 10mg tabs 30

357. Rosuvastatin Calcium 20mg tabs 30

G ANTIDIABETICS, ANTITHYROID

AND THYROID DRUGS

Ga. Antidiabetics

358. Gliclazide 60mg MR tabs 30

43

359. Dapagliflozin 10mg tabs

30

360. Dapagliflozin 10mg + Metformin 1000mg

tabs

30

361. Dapagliflozin 10mg + Metformin 500mg

tabs

30

362. Dapagliflozin 5mg + Metformin 1000mg

tabs

30

363. Dapagliflozin 5mg + Metformin 500mg tabs 30

364. Dapagliflozin 5mg tabs 30

365. Glimepiride 2mg tabs

30

366. Glimepiride 4mg tabs

30

367. Linagliptin 5mg tabs 28

368. Linagliptin 2.5mg+Metformin 500mg tabs

369. Linagliptin 2.5mg+Metformin 850mg tabs

370. Linagliptin 2.5mg +Metformin 1000mg tabs

371. Metformin 500mg + Glimepiride 1mg tabs 30

372. Metformin 500mg + Glimepiride 2mg tabs 30

373. Metformin 500mg tabs 100

374. Metformin 500mg XR tabs 90

375. Metformin 850mg tabs 100

376. Metformin 1g tabs 30

377. Pioglitazone 15mg tabs 30

378. Pioglitazone 30mg tabs 30

379. Insulin (human) short acting 1000IU/10ml

vial

1

380. Insulin (human) short acting 300IU/3ml

cartridge

5

381. Insulin rapid acting 1000 IU/10ml vial 1

44

382. Insulin rapid acting 300 IU/3ml cartridge 5

383. Soluble insulin aspart/protamine-

crystallized insulin aspart 70/30. 100 U/ml

penfills

5

384. Insulin Detemir 100 units/ml penfills 5

385. Insulin lispro 25% + insulin lispro

protamine 75% 1000 IU/10ml vial

1

386. Insulin lispro 25% + insulin lispro

protamine 75% 300 IU/3ml cartridge

5

387. Insulin lispro 25% + insulin lispro

protamine 75% 300 IU/3ml Kwikpen

5

388. Insulin biphasic (human) 30% soluble +

70% isophane 300 IU/3ml cartridge

5

389. Insulin biphasic (human) 30% soluble +

70% isophane 300 IU/3ml Flexipen

1

390. Insulin biphasic (human) 30% soluble +

70% isophane 1000 IU/10ml vial

1

391. Insulin glargine 300 IU/3ml cartridge 1

392. Recombinant Human Epidermal Growth

Factor 60mg

15g

393. Recombinant Human Epidermal Growth

Factor 150mg

15g

394. Vildagliptin 50mg tabs 56

395. Vildagliptin 50mg + Metformin 500mg tabs 60

396. Vildagliptin 50mg + Metformin 850mg tabs 60

397. Vildagliptin 50mg + Metformin 1000mg

tabs

60

Gb. Thyroid and antithyroid drugs

398. Carbimazole 5mg tabs 100

399. L-Thyroxine sodium 100mcg tabs 100

400. L-Thyroxine sodium 75mcg tabs 100

45

401. L-Thyroxine sodium 50mcg tabs 100

402. L-Thyroxine sodium 25mcg tabs 100

403. Propylthiouracil 50mg tabs 100

H. NUTRITIONAL SUPPLEMENTS

404. Alpha lipoic acid 100 mg+Folic acid 1.5

mg+Methylcobalamin 750 mg+Pregabalin

75 mg+Pyridoxine 3 mg tabs

30

405. Calcitrol 0.25mcg caps 30

406. Calcium + Vitamin D3 tabs 30

407. Calcium 1000mg effervescent tabs 10

408. Calcium Carbonate 500mg+ Calcitriol

0.25mcg+ Zinc 7.5mg caps

30

409. Calcium Levulonate 0.35g + Calcium

chloride dehydrate 0.12g + Thiamine HCl

0.5g + Riboflavine 0.25mg + Pyridoxine

HCl 0.125mg + Ascorbic acid 5mg +

Nicotinamide 2mg + Calcium panthothenate

0.125mg

150ml

410. Cerebroprotein hydrolysate 60mg tabs 30

411. Cerebroprotein hydrolysate 90mg tabs 10

412. Cholecalciferol (Vit D3) oral liquid (drops)

400 IU/mL

10ml

413. Cyproheptadine orotate 1.5mg + Carnitine

150mg + Lysine 150mg + Vits B1 10mg, B6

10mg, B12 100mcg caps

20

414. Cyproheptadine orotate 1.5mg, Carnitine

150mg, Lysine 150mg, vits B1 10mg, B6

10mg, B12 100mcg per 5ml syr

250ml

415. Cyproheptadine orotate 2mg/ 5ml syrup 200ml

416. Ferrous ammonium citrate 200mg + Folic

acid 1.5mg + Vit B12 50mcg/5ml syrup

200 ml

417. Ferrous fumarate 305mg + Folic acid

0.75mg + Zinc sulphate 5mg + Vit B12

30

46

5mcg + Vit C 75mg caps

418. Ferrous Fumarate 106mg+Folic acid

1000mcg chewable tablets

30

419. Formulation with 19 vitamins &minerals

including 400mcg folic acid 10mcg vitamin

D3 caps/tabs

30

420. Formulation with 19 vitamins &minerals

including 400mcg folic acid 10mcg vitamin

D3& Omega 3 caps.for pregnant mothers

56

421. Folic acid 5mg tabs 100

422. Glucosamine sulphate + Chondroitin

suphate tabs

30

423. Glucosamine sulphate + Omega 3 +Vitamin

D caps

30

424. Glucosamine sulphate + Methyl Sulphonyl

methane + Diacerin + Hyaluronic acid

10

425. Ketosteril tablets 100

426. Livolin caps 30

427. Magnesium 400mg Direct powder satchet 60

428. Melatonin 6mg tabs/caps 30

429. Multivitamin + Multimineral nutritional

supplements caps /tabs

30

430. Multivitamin /Multiminerals for 50+ 30

431. Multivitamin + Multimineral nutritional

supplements Syrup

200 ml

432. Multivitamin Syrup 100ml

433. Multivitamin blister pack tabs 100

434. Omega 3 Cod Liver Oil +Vit D + Vit E

caps

60

435. Omega 3 Cod Liver Oil +Vit.A 4000iu+Vit

D 400iu+Vit E10iu /10mls

170mls

47

436. Ovacare tabs 30

437. Pregabalin 25mg,Folic

acid1.5mg,Methylcobalamin

750mg,Pyridoxine Hcl 3mg+Alpha lipoic

acid 100mg caps

30

438. Perfectil tabs 30

439. Pyridoxine 50mg tabs 100

440. Sevelamer 800mg or Foseal tabs 10

441. Sodium polystyrene sulfonate or Resonium

A powder

454g

442. Vial 1{Thiamine 250mg(vit

B1)+Pyridoxine 50mg(vit B6)+Riboflavin

4mg(Vit.B12)}+Vial 2{Ascorbic acid

500mg+Nicotinamide 160mg+Anhydrous

glucose 1000mg}

10 pairs

443. Vit. B1 200mg + Vit. B6 50mg + Vit. B 12

100 mcg tabs

20

444. Vitamin E 200 i.u. caps 30

445. Vitamin E 400 iu caps 30

I. INTRAVENOUS FLUIDS

446. Dextrose 5 % i.v infusion 500 ml

447. Hartman’s solution i.v infusion 500 ml

448. Water for injection 10ml 100

J. ANTIPSYCHOTICS,

ANTIDEPRESSANTS, ANXIOLYTICS

& HYPNOTICS

449. Akineton 5mg tabs 100

450. Agomelatine 25mg tabs 30

451. Alprazolam 250mcg tabs 100

452. Alprazolam 500mcg tabs 100

453. Amisulpride 50mg tab 30

48

454. Amisulpride 100mg tabs 30

455. Amisulpride 200mg tabs 30

456. Amitriptyline 25mg tabs 100

457. Aripiprazole 10mg tabs 30

458. Aripiprazole 15mg tabs 30

459. Aripiprazole 30mg tabs

30

460. Atomoxetine 18mg caps 28

461. Atomoxetine 25mg caps 28

462. Atomoxetine Hcl 40mg caps 28

463. AtomoxetineHcl 60mg caps 28

464. Bromazepam 1.5mg tabs 100

465. Bromazepam 3mg tabs 100

466. Chlorpromazine 100mg tabs 100

467. Clobazam 5mg tabs 30

468. Clobazam 20mg tabs 30

469. Clozapine (Leponex) 25mg tabs 30

470. Diazepam 5mg tabs 100

471. Diazepam 5mg gel or rectal solution 0.5ml

472. Donepezil 5mg tabs/caps 28

473. Donepezil 10mg tabs/caps 28

474. Duloxetine 30mg caps 28

475. Duloxetine 30mg+ Methylcobalamine

500mcg caps

28

476. Duloxetine 60mg caps 28

477. Duloxetine 60mg+ Methylcobalamine

500mcg caps

28

478. Escitaloplam 10mg tabs 30

49

479. Escitalopram 20mg tabs 30

480. Flunitrazepam 1mg tabs 100

481. Fluoxetine HCl 20 mg caps 100

482. Flupenthixol decanoate inj. 20mg/ml 1

483. Fluphenazine decanoate inj. 25mg / ml 1

484. Haloperidol 5mg tabs 100

485. Imipramine 25mg tabs 100

486. Lithium carbonate 250mg tabs 100

487. Lithium carbonate 400mg tabs 100

488. Lorazepam 2mg/ml inj 1ml

489. Midazolam 7.5mg tabs 10

490. Midazolam inj. 1mg/ml amp 5

491. Mirtazapine 15mg tabs 30

492. Mirtazapine 30mg tabs 30

493. Methyl phenidate 10mg tabs 30

494. Modafinil 100mg tabs 30

495. Modafinil 200mg tabs 20

496. Olanzapine 5mg tabs 28

497. Olanzapine 10mg tabs 28

498. Olanzapine inj. 10mg/ml 1

499. Paroxetine 20mg tabs 20

500. Quetiapine 200mg tabs 30

501. Quetiapine 100mg tabs 30

502. Quetiapine 50mg tabs 30

503. Risperidone 1mg tabs 50

504. Risperidone 2mg tabs 50

50

505. Sertraline 50mg tabs

28

506. Sulbutiamine 200mg tabs 20

507. Venlafaxine XR 37.5mg caps 30

508. Venlafaxine XR75mg caps 30

509. Zolpidem 10mg tabs 28

510. Zopiclone 7.5mg tabs 28

511. Zuclopenthixol inj. 100mg /2ml acuphase 1

512. Zuclopenthixol inj. 200mg /ml depot 1

K. ANTICONVULSANTS, RIGIDITY AND

TREMOR CONTROLLERS

513. Carbamazepine 200mg tabs 100

514. Carbamazepine 200mg CR tabs 50

515. Carbamazepine 200mg/5ml syr. 100 ml

516. Ethosuximide 250mg/5ml syrup 100ml

517. Gabapentin 300mg caps 100

518. Gabapentin 300mg and

Methylcobalamin/Mecobalamin 500mg tabs

30

519. Lamotrigine 100mg tabs 30

520. Lamotrigine 25mg tabs 30

521. Levetiracetam 250mg tabs 30

522. Levetiracetam 500mg tabs 30

523. Levetiracetam 750mg tabs 30

524. Phenobarbitone 30mg tabs 100

525. Phenobarbitone inj. 30mg/ml 2ml

526. Phenobarbitone 200mg/ml 1

527. Phenytoin sodium 100mg tabs 100

528. Phenytoin sodium 50mg caps 100

51

529. Pregabalin 25mg caps 28

530. Pregabalin 75mg caps 28

531. Pregabalin 150mg caps 28

532. Sodium Divalproate 500mg tabs 30

533. Sodium Divalproate 750mg tabs 30

534. Sodium valproate 200mg tabs

100

535. Sodium valproate 200mg/5ml syr.

300 ml

536. Sodium valproate 500mg Chrono tabs

100

L. HORMONAL, STEROIDAL,

CONTRACEPTIVES AND

ANTINEOPLASTIC DRUGS

La. Hormonal and steroidal preparations

537. Betamethasone sodium Phosphate 2mg +

Betamethasone dipropionate 5mg/ml inj

1

538. Bromocriptine 2.5mg tabs 30

539. Cabergoline 500mg tabs 4

540. Clomiphene citrate 50mg tabs 30

541. Cyproterone 2mg + Ethinylestradiol 50mg

tabs

21

542. Dexamethasone sodium phosphate 2mg tabs 100

543. Dexamethasone sodium phosphate inj. 8mg/

2ml amp.

1

544. Deflazacort 6mg tabs 30

545. Deflazacort 18mg tabs 30

546. Deflazacort 30mg tabs 30

547. Ergometrine maleate inj. 500mcg/ml amp 1

548. Hydrocortisone sodium succinate inj.

100mg amp.

1

52

549. Hydroxyprogesterone exonate inj. 250mg

(depot) amp.

1

550. Isotretinoin 10mg caps

30

551. Isotretinoin 20mg caps

30

552. Letrozole 2.5mg tabs 30

553. Medroxy progesterone acetate 5mg tabs 24

554. Mesterolone 25mg tabs 30

555. Methylprednisolone sodium succinate 4mg

tabs 100

556. Methylprednisolone sodium succinate

500mg/ml vial 1

557. Misoprostol 200mg tabs 30

558. Norethisterone 5mg tabs 100

559. Oxytocin inj. 5 units/ml amp 5

560. Prednisolone 5mg tabs 100

561. Prednisolone oral liquid 15mg/5mL 50ml

562. Progesterone 100mg inj 1

563. Phytoestrogens caps 30

564. Recormon 2000IU/0.3ml 6

565. Triamcinolone acetonide inj. 40mg /ml 1

566. Triamcinolone acetonide in oral base paste 5g

Lb. Antineoplastic and Renal agents

567. Anastrozole 1mg tabs 28

568. Azathioprim 50mg tabs 100

569. Capecitabine 500mg tabs 30

570. Cyclophosphamide 50mg tabs 50

571. Cyclosporin 100mg caps 30

53

572. Cyclosporin 50mg caps 50

573. Cyclosporin 25mg caps 50

574. Dutasteride 0.5mg tabs

30

575. Dutasteride 0.5mg + Tamsulosin HCL

0.4mg caps

30

576. Finasteride 5mg tabs 30

577. Finasteride 5mg & Tamsulosin 400mcg tabs 30

578. Ibandronate 3mg/3ml inj 3ml

579. Ibandronate 150mg tabs 1

580. Mycophenolate 360mg tabs 30

581. Mycophenolate mofetil 500mg tabs 30

582. Tacrolimus 0.5mg caps 30

583. Tacrolimus 1mg caps 30

584. Tacrolimus 3mg caps 30

585. Tacrolimus 5mg caps 30

586. Tamsulosin 400mcg tabs

30

M TOPICAL PREPARATIONS

Ma. Topical anti-infectives

587. Acyclovir 3% ophthalmic ointment 4.5 g

588. Bifonazole 1% gel

15 g

589. Bifonazole 1% solution

15 g

590. Clotrimazole 1% + Betamethasone ( any

salt) 0.05 % cream

15 g

591. Clotrimazole 1% + Betamethasone ( any

salt) 0.05 %+Neomycin Sulphate 0.5%

cream

15g

592. Clotrimazole 1% + Selenium sulphide 2.5

% shampoo

60 ml

54

593. Clotrimazole 1% cream 20 g

594. Clotrimazole 1% dusting powder 30 g

595. Extramel or Vitix regular gel 50ml

596. Gentamycin skin ointment 30g

597. Hydrogel wound dressing 25g

598. Fucidic acid 2% + Betamethasone Valerate

0.1% Oint.

15g

599. Imiquimod 5% cream kit 12

600. Isoconazole nitrate 1% cream 20g

601. Ketoconazole 2% + Zinc pyrithione 1%

shampoo

120 ml

602. Melanocyl solution 25ml

603. Miconazole 2% + Hydrocortisone 1%

cream

15 g

604. Miconazole 2% cream 15 g

605. Miconazole 2% powder 20 g

606. Miconazole nitrate 2% oral gel 40 g

607. Mupirocin 2% ointment 15 g

608. Nystatin 100,000 I.U./ml oral drops 24 ml

609. Opsite Moisture Vapour Permeable Spray

Dressing 100 ml/79g

100mls

610. Povidone iodine 10% ointment 20 g

611. Silver sulphadiazine 1% cream 50 g

612. Sodium fusidate 2% cream 15 g

613. Sucralfate Humid gel 25% 30g

614. Tetracycline 3% skin ointment 20g

615. Terbinafine HCl 1% Cream 15 g

616. Terbinafine 1% spray 1

55

617. Gentian Violet 0.5% Liquid 100ml

Mb Topical acne preparations

618. Adapalene 0.1% in aqueous gel 15 g

619. Benzoyl peroxide 5 % acne cream/lotion 40 g

620. Neomycin Sulphate 1.75 +

Methylprednisolone Acetate 2.5mg +

Aluminum Chlorohydroxide 100mg +

Sulphur 50mg /ml lotion or Neomedrol

30mls

621. Tretinoin 0.05 % cream/gel 30 g

Mc Topical corticosteroids and eczema

preparations

622. Betamethasone dipropionate 0.05% cream 15 g

623. Betamethasone dipropionate

0.05%+Salicylic acid 3%+Urea 10% oint.

15g

624. Betamethasone valerate 0.1% ointment 15 g

625. Betamethasone dipropionate 0.05% +

Salicylic acid 3% cream

15 g

626. Clobetasol butyrate 0.05% ointment 15g

627. Coal tar 10% paste 500g

628. Coal tar 2%+ salicylic acid 2% ointment 10g

629. Fluticasone propionate 0.05% ointment 15g

630. Fluticasone propionate 0.05% cream 15g

631. Hydrocortisone 1% ointment 15 g

632. Hydrocortisone 1% cream 15 g

633. Mometasone furoate 0.01 % cream 15 g

634. Mometasone furoate 0.01 % ointment 15g

635. Mometasone furoate 0.01 % lotion 30ml

Md. Wart removers

636. Carnation Corn caps 5

56

637. Podophyllotoxin 25% Solution /Paint 3ml

638. Podophyllotoxin 25% Ointment 15g

639. Salicyclic acid 16.7% + Lactic acid 16.7%

in collodion

15 ml

640. Silver nitrate pencil 95% 1

641. Silver nitrate pencil 45% 1

Me. Topical analgesics and anti-

inflammatories

642. Aceclofenac +Linseed

oil+Methylsalicylate+Menthol gel

30g

643. Diclofenac diethylamine 1% gel 20 g

644. D-panthenol 25mg + Dimethylsulfoxide

150mg + Heparin sodium 500 I.U. gel or

dolobene gel

20 g

645. Etofenamate 5% gel 25g

646. Ketoprofen 2.5% gel

50 g

647. Menthol 20% + Methyl salicylate 20% in

lanolin base

20 g

Mf. Emollients, antipruritcs and

miscellaneous preparations

648. Aluminium chloride hexahydrate 20% in

alcoholic base

60ml

649. Aqueous cream B.P 500g

650. B·sitosterol 0.25%+ sesame oil + beeswax

or Mebo cream

15g

651. Calamine lotion B.P. 100ml

652. Crotamiton 10% cream 30g

653. Dermikelp itch relief cream 25g

654. Dexpanthenol 5% cream 30 g

655. Emulsifying ointment B.P 500g

57

656. Pure Cetomacrogol 1000 or epimax cream 400g

657. Cetomacrogol +Glycerine cream 400g

658. Cetomacrogol +Glycerine + 10% Urea

cream

400g

659. Salicylic acid powder BP 500g

660. Tacrolimus 0.03% ointment 15g

661. Tacrolimus 0.1% ointment 15g

662. Zinc + Castor oil cream 500g

N. EYE, EAR, NOSE AND

OROPHARYNGEAL PREPARATIONS

663. Artificial tears eye drops 10mls

664. Azelastine Hcl 0.05% eye drops 5mls

665. Betamethasone 0.1 % + Neomycin 0.5 %

eye drops

7.5 ml

666. Brimonidine tartrate 0.2% eye drops 5ml

667. Brimonidine tartrate 0.2% +0.5% Timolol

eye drops

10ml

668. Brinzolamide 1% eye suspension 5ml

669. Brinzolamide 1% + 0.5% Timolol eye

suspension

5ml

670. Bimatoprost 0.01% ophthalmic solution 7.5ml

671. Bimatoprost 0.3 mg/mL and timolol 5.0

mg/mL eye drops

7.5ml

672. Paradichlorobenzene + Benzocaine +

Chlorobutanol + Turpentine oil ear drops

10ml

673. Carboxymethyl cellulose 1% eye drops

5ml

674. Carbomer 0.2% eye gel

675. Chlorhexidine gluconate 0.2% mouth wash 100 ml

676. Clotrimazole ear drops 15ml

58

677. Ciprofloxacin HCl 0.3% eye drops 5 ml

678. Ciprofloxacin HCl 0.3% + Hydrocortisone

eye/,nasal drops

5ml

679. Docusate sodium 0.05% ear drops 10ml

680. Gentamicin 0.3 % eye drops 8 ml

681. Gentamicin 0.3 % + 0.1% Diclofenac eye

drops

5ml

682. Epinastine HCI 0.05% ophthalmic solution 5ml

683. Fluorometholone acetate 0.1% eye drops 5ml

684. Hydrocortisone acetate 1% eye drops 10ml

685. Hypermellose 0.3% eye drops 10ml

686. Ketorolac 0.4% eye drops 5ml

687. Latanoprost 50mcg/ml eye drops 2.5ml

688. Liquid Paraffin nasal drops 20ml

689. Lodoxamide tromethamine 0.1% eye drops 5mls

690. Moxifloxacin 0.5% eye drops 4ml

691. Nepafenac 0.3% eye drops, 5ml

692. Normal Saline 0.9 % nasal drops 10 ml

693. Olapatadine 0.1% eye drops 5ml

694. Olapatadine 0.2% eye drops 2.5ml

695. Povidone Iodine 1% mouth wash 200 ml

696. Polyacrylic acid (Carbomer 980) or

Siccapos eye gel

697. Sodium Cromoglycate 2% eye drops 10mls

698. Tetrahydrozoline HCl 0.05%+Zinc sulfate

0.25% eye drops

15mls

699. Tetracycline 1% eye oint 3.5g

700. Timolol 0.25% eye drops 5ml

59

701. Timolol 0.5% eye drops 2.5ml

702. Tobramycin 0.3% eye drops 5 ml

703. Tobramycin 0.3% + Dexamethasone 0.1 %

drops

5ml

704. Travoprost 0.004% eye solution 2.5ml

O. VAGINAL PREPARATIONS

705. Clotrimazole 2% vaginal gel 30g

706. Clotrimazole 200mg vaginal pessaries 3

707. Miconazole 400mg pessaries 3

708. Metronidazole 500mg,Clotrimazole

100mg+Lactobacillus Pessaries

8

709. Metronidazole 500mg+Miconazole 400mg

pessaries

14

710. Metronidazole 1% +Miconazole 2%

Vaginal gel

30g

711. Polymyxin B 10000 IU + Neomycin 0.5 %

+ Nystatin 100000 IU vaginal caps

6

712. Povidone-iodine 100 mg/ml Vaginal

douche,

kit

713. Progesterone 200mg Soft gelatin pessaries 12

P. VACCINES

714. Anti-rabies vaccine 0.5ml 1

715. Cholera Vaccine Oral 1

716. Hepatitis A vaccine Paediatric 1

717. Hepatitis A vaccine Adult 1

718. Hepatitis B vaccine Paediatric 1

719. Hepatitis B vaccine Adult single dose 1

720. Influenza vaccine (Peadiatric) 1

721. Influenza vaccine (Adult) 1

60

722. Meningococcal conjugate vaccine 1

723. MMR vaccine 1

724. MMR + Chicken pox vaccine 1

725. Pentavalent vaccine 1

726. Pneumococcal conjugate Paediatric 1

727. Pneumococcal vaccine Adult 1

728. Polyvalent Anti-snake venom Vial

729. Rotavirus vaccine Vial

730. Typhoid vaccine Vial

Q. LOCAL, GENERAL ANAESTHETICS

AND ADJUVANTS & POISONING

ANTIDOTES

731. Activated Charcoal tabs 100

732. Atracurium besilate inj. 25mg amp. 5

733. Atracurium besilate inj. 50mg amp. 5

734. Calcium gluconate inj. 10 % 10 ml

735. Ergometrine 0.5mg inj 1

736. Halothane inhalation gas 250 ml

737. Isoflurane inhalation gas 100ml

738. Ketamine inj. 100mg amp. 1

739. Lignoicane 2% spray skin 25ml

740. Lignocaine 10% spray mucosal 500D

741. Lignocaine inj. 2% + Adrenaline 5mcg/ml 20ml

742. Marcain 0.25mg/ml 4ml

743. Naloxone 0.4mg/ml inj 1ml

744. Neostigmine metilsulfate inj. 2.5mg amp 10

745. Potassium chloride inj. 15 % 10 ml

61

746. Propofol inj. 1% (10mg/ml) in 20ml amp. 1

747. Suxamethonium inj. 50 mg /ml 2 ml

748. Sodium bicarbonate inj. 8.4 % 10 ml

749. Thiopentone inj. 0.5 g vial 1

R. DISINFECTANTS AND ANTISEPTICS

750. Activated Glutaraldehyde 2% odour

suppressed

5 L

751. Chlorhexidine gluconate 5% solution 5L

752. Chlorhexidine acetate 0.5% dressing

10cm*10cm

10

753. Iodinated-Povidone 5%+ Metronidazole 1%

ointment

10g

754. Iodinated-Povidone 5%+ Metronidazole 1%

Solution

100ml

755. Alcohol-based hand rub solution with press

on dispenser top 500ml

756. Hydrogen peroxide 20 vol. 5Litres

757. Povidone iodine 10 % solution 500 ml

758. Sodium dichloroisocyanurate 2.5 g

disinfecting tabs

100

759. Surgical spirit 95 % 5 L

S. SURGICAL APPLIANCES AND

CONSUMABLES

760. Airways (Adult) 1

761. Airways (Pediatric) 1

762. Ambu bags (Adult) 1

763. Ambu bags (Pediatric) 1

764. Anaesthetic Rebreather bags 1Litre 1

765. Anaesthetic Rebreather bags 2Litre 1

766. Autoclaving tape ½" (3M) or equivalent roll 1

62

767. Breath filters (Adult) 1

768. Breath filters (Paediatric) 1

769. Cotton wool 200g 1

770. Cotton wool 400g 1

771. Crepe bandage 2 inch 12

772. Crepe bandages 4" 12

773. Crepe bandages 6" 12

774. Disposable needles 18 G 100

775. Disposable needles 20 G 100

776. Disposable needles 21 G 100

777. Disposable needles 23 G 100

778. Disposable needles 25 G 100

779. Disposable syringes 2 ml 100

780. Disposable syringes 5 ml 100

781. Disposable syringes 10 ml 100

782. Disposable syringes 20 ml 100

783. Disposable syringes 50 ml – Feeding

Nozzle

1

784. Disposable Theatre gowns (medium) 1

785. Disposable Theatre gowns (Large) 1

786. Disposable Theatre gowns (XL) 1

787. Disposable Theatre aprons 1

788. Doppler Machine /Ultrasound gel 5L

789. Endo-tracheal tubes nos. 2.5 - 5.0 1

790. Endo-tracheal tubes (cuffed) nos. 6.0 - 10.0 1

791. Endo-tracheal introducer 1

792. Female In and Out Catheter 1

63

793. Silicon catheters size 6- 24 1

794. Green theatre towels 1

795. Handyplast strips 100

796. I.V. canula (branula) with inj. pots size 18-

24 (penine)

100

797. Infusion giving set 21 G x 11 1

798. Paediatric infusion chambers 1

799. Latex examination gloves 6½ – 8 100

800. Manual Vacuum Aspiration (MVA) kit

double valve

1

801. Nasogastric tubes for adults 1

802. Nasogastric tubes for children 4-10 1

803. Nebulizer masks (Adult) 1

804. Nebulizer masks (Pediatric) 1

805. Oxygen masks (Adult) 1

806. Oxygen masks (Pediatric) 1

807. Oxygen gauge 1

808. Povidone iodine 10 %, 9.5 cm x 9.5 cm,

dressing

10

809. Povidone iodine + activated Charcoal

dressings

10

810. X-ray detectable abdominal gauze pack 100

811. Scalp vein No. 21G 10

812. Scalp vein No. 23G 10

813. Scalp vein No. 25G 10

814. Sterile Insulin needles for prefilled and

reusable pen injectors, screw on type,

needle length 4mm Χ 0.23mm 32G

Kwikpen

100

64

815. Sterile Insulin needles for prefilled and

reusable pen injectors, screw on type,

needle length 4mm Χ 0.23mm 32G for

Flexipen

100

816. Sterile Insulin syringes 1 ml 0.33mm, 29G x

1/2"

10

817. Sterile Gauze swabs 10”x10” 10

818. Sterile Gauze swabs Large 10

819. Sterilizing Polythene Theatre paper 1

820. Suction catheters size 10-24 (penine) 10

821. Surgical blades (sterile) No. 23 100

822. Surgical masks (3 ply) with ties 10

823. Strapping with padding 1

824. Tegaderm dressing 10

825. Transpore 2” tape 1

826. Wooden Tongue depressors single pack 100

827. X-ray detectable gauze 2 kg 36" x100 yards

(91.44m)

100

828. X-ray detectable abdominal gauze pack 100

829. Mersilene Tape 5mm wide 48mm ½ c round

bodied

100

830. Polyglecaprone/Polypropylene (Ultrapro)

mesh 6x11cm

100

831. Surgicel 12cm x 5cm 50

T. SUTURES

Ta. Polyglactin braided absorbable sutures

832. 4/0 Cutting rapide 12

833. 3/0 Cutting rapide 12

834. 4/0 Cutting 12

65

835. 3/0 Cutting 12

836. 2/0 Cutting 12

837. No. 1 Cutting 12

838. 3/0 Round body 12

839. 2/0 Round body 12

840. No. 1 Round body 12

841. No.0 Round body 12

Tb. Polyglecaprone monofilament absorbable

sutures

842. 4/0 Cutting 12

843. 3/0 Cutting 12

844. 2/0 Cutting 12

845. No. 1 Cutting 12

846. 3/0 Round body 12

847. 2/0 Round body 12

848. No. 1 Round body 12

Tc. Polyamide monofilament non-absorbable

sutures

849. 4/0 Cutting 12

850. 3/0 Cutting 12

851. 2/0 Cutting 12

852. No. 2 Cutting 12

853. No. 1 Cutting 12

854. Silk no.2 round body 12

Td. Nylon sutures Cutting 12

855. Nylon sutures Cutting 1/0 12

856. Nylon sutures Cutting 2/0 12

66

857. Nylon sutures Cutting 3/0 12

858. Nylon sutures Cutting 4/0 12

859. Nylon sutures round body 1/0 12

860. Nylon sutures round body 2/0 12

861. Nylon sutures round body 3/0 12

862. Nylon sutures round body 4/0 12

T.e Monocryl Sutures 12

863. Monocryl sutures Cutting 1/0 12

864. Monocryl sutures Cutting 2/0 12

865. Monocryl sutures Cutting 3/0 12

866. Monocryl sutures Cutting 4/0 12

867. Monocryl sutures round body 1/0 12

868. Monocryl sutures round body 2/0 12

869. Monocryl sutures round body 3/0 12

870. Monocryl sutures round body 4/0 12

U. MEDICAL

EQUIPMENT,APLLIANCES&

OTHERS

871. Clinical thermometers (mercury) 1

872. Clinical thermometers with OC (digital) 1

873. Crutches adjustable elbow Pair

874. Crutches adjustable under arm Pair

875. Curved fine scissors 4- 8 inches 1

876. Desk top mercury BP machines 1

877. Digital blood pressure machine 1

878. Diagnostic set (adult) 1

879. Diagnostic set (Paediatric) 1

67

880. Dissecting forceps stainless steel 10" 1

881. Dissecting forceps stainless steel 10"

toothed

1

882. Disposable speculum (small) 1

883. Disposable speculum (medium) 1

884. Disposable speculum (large) 1

885. Disposable sharps container 5 litre 1

886. Dressing forceps stainless steel 5.5" 1

887. Dressing forceps stainless steel 5.5" toothed 1

888. Electronic baby weighing machines up to

20kg

1

889. Infrared Digital non contact Gun

Thermometer

1

890. Laryngoscope set complete with blades 1

891. Littman Stethoscopes 1

892. Long artery forceps 20cm (curved) 1

893. Long artery forceps 20cm (straight) 1

894. Mosquito artery forceps small 1

895. Mosquito artery forceps medium 1

896. Nebuliser machine 1

897. Neck support 1

898. Margill’s Anaesthetic Circuit Adult

(Complete, Light weight)

1

899. Margil’s Anaesthetic Circuit Paediatric

(Complete, Light weight)

1

900. Oxygen humidifier bottle 1

901. Pressure stockings Above Knee for

Varicose Veins

Pair

902. Pressure stockings Below Knee for Pair

68

Varicose Veins

903. Plastic Eye/Ear/Nose dropper bottles

containers

10ml

904. Sterile eye pads 20

905. Stethoscopes Adult 1

906. Stethoscopes Pediatric 1

907. Tissue Forceps Allis 1

908. Tenaculum 10" 1

909. Uterine sounds 30 cm 1

910. Volsellum 9" 1

911. Wall mounted BP machines 1

912. Wheel Chairs standard 1

913. Clindamycin Phosphate + Tretinoin gel 1

914. Invermectim 3mg tabs 1

915. Invermectin 6mg tabs 1

69

SECTION VI - SCHEDULE OF REQUIREMENTS

Number Description Quantity Delivery schedule (shipment)

In

Weeks/months from

SECTION VII - PRICE SCHEDULE FOR GOODS

Name of tenderer Tender Number Page of

1 2 3 4 5

Item Description Quantity (Bundles)

Approx Unit Cost per bundle (Ksh)

Amount (Ksh)

1

2

NB; Bidders to paginate the entire tender document submitted (from cover to cover) Award will be given to the lowest evaluated price. However the second and third lowest evaluated prices will be noted and in case of price changes, award will be given to them as long as they are within market prices.

Signature of tenderer

Supplier’s Declaration:

I……………………………………………………..of P.O Box ……………………………………………..declare that;

1. I will not engage in any corrupt or fraudulent practice 2. Neither our company nor our subcontractors have been debarred

from participating in Public Procurement Proceedings

70

SECTION VIII - STANDARD FORMS

Notes on the sample Forms

1. Form of Tender - The form of tender must be completed by the

tenderer and submitted with the tender documents. It must also be duly signed by duly

authorized representatives of the tenderer.

2. Confidential Business Questionnaire Form - This form must be completed by

the tenderer and submitted with the tender documents.

3. Tender Security Form - When required by the tender documents the

tender shall provide the tender security either in the form included herein or in

another format acceptable to the procuring entity.

4. Contract Form - The Contract Form shall not be completed by the tenderer

at the time of submitting the tender. The Contract Form shall be completed after

contract award and should incorporate the accepted contract price.

5. Performance Security Form - The performance security form should

not be completed by the tenderers at the time of tender preparation. Only the

successful tenderer will be required to provide performance security in the form

provided herein or in another form acceptable to the procuring entity.

6. Bank Guarantee for Advance Payment Form -When Advance payment is

requested for by the successful bidder and agreed by the procuring entity, this form

must be completed fully and duly signed by the authorized officials of the bank.

7. Manufacturers Authorization Form -When required by the tender documents

this form must be completed and submitted with the tender documents. This form will

be completed by the manufacturer of the goods where the tenderer is an agent.

71

8.1 FORM OF TENDER

To:

Date

Tender No.

[name and address of procuring entity]

Gentlemen and/or Ladies:

1. Having examined the tender documents including Addenda

Nos. ………………………………. [insert numbers].the receipt of which is hereby duly

acknowledged, we, the undersigned, offer to supply deliver, install and commission (

…………………………………………… (insert equipment description) in conformity

with the said tender documents for the sum of

…………………………………………………………. (total tender amount in words

and figures) or such other sums as may be ascertained in accordance with the Schedule of

Prices attached herewith and made part of this Tender.

2. We undertake, if our Tender is accepted, to deliver install and commission the

equipment in accordance with the delivery schedule specified in the Schedule of

Requirements.

3. If our Tender is accepted, we will obtain the guarantee of a bank in a sum of

equivalent to percent of the Contract Price for the due performance of

the Contract , in the form prescribed by ………………. ……………….( Procuring

entity).

4. We agree to abid by this Tender for a period of …… [number] days from the

date fixed for tender opening of the Instructions to tenderers, and it shall remain binding

upon us and may be accepted at any time before the expiration of that period.

5. This Tender, together with your written acceptance thereof and your

notification of award, shall constitute a Contract, between us. Subject to signing of the

Contract by the parties.

6. We understand that you are not bound to accept the lowest or any tender you

may receive.

Dated this day of 20

[signature] [in the capacity of]

Duly authorized to sign tender for an on behalf of

72

8.2 CONFIDENTIAL BUSINESS QUESTIONNAIRE FORM

You are requested to give the particulars indicated in Part 1 and either

Part 2(a), 2(b) or 2 (c) whichever applied to your type of business

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

Part 1 – General:

Business Name………………………………………………………………………………

Location of business premises……………………………………………………………

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

Postal Address ………………. Tel No...…..…. Fax ………………. Email …………….

Nature of Business…………………………………………………………….…………..

Registration Certificate ………………PIN No.……………………………………….

Business Permit No……………………Business Permit Expiry Date…………………

Tax Compliance Certificate No……………………..Expiry Date…………………….

Maximum value of business which you can handle at any one time – Kshs…………

Name of your bankers ……………………………………….. Branch ………..……

Maximum Value of business which you can handle at any one time ……………

Ksh…………………………………

Part 2 (a) – Sole Proprietor

Your name in full ………………………….. Age……………………………..

Nationality ………………………………… Country of origin ………………

• Citizenship details ……………………………………………………………

Part 2 (b) Partnership

Given details of partners as follows:

Name Nationality Citizenship

Details Shares

1. …………………………………………………………………

2. …………………………………………………………………

Part 2 (c ) – Registered Company

Private or Public……………………………………………..

State the nominal and issued capital of company-

Nominal Kshs. ………………………………

Issued Kshs. …………………………………

Given details of all directors as follows

73

Shares Name Nationality Citizenship Details

1………………………………………………………………………………

2. ……………………………………………………………………………..

3. ……………………………………………………………………………..

Date ……………………………….. Signature of Candidate………………..

• If a Kenya Citizen, indicate under “Citizenship Details” whether by Birth,

Naturalization or registration.

74

8.3 TENDER SECURITY FORM

Whereas ………………………………………. [name of the tenderer]

(hereinafter called “the tenderer”) has submitted its tender dated …………………

[date of submission of tender] for the supply, installation and commissioning of

…………………… [name and/or description of the equipment] (hereinafter

called “the Tender”) ……………………………………….. KNOW ALL PEOPLE by

these presents that WE ……………………… of ………………………. having our

registered office at ………………… (hereinafter called “the Bank”), are

bound unto

…………….. [name of Procuring entity} (hereinafter called “the Procuring

entity”) in the sum of …………………….. for which payment well and truly to be

made to the said Procuring entity, the Bank binds itself, its successors, and assigns

by these presents. Sealed with the Common Seal of the said Bank this

day of 20 .

THE CONDITIONS of this obligation are:-

1. If the tenderer withdraws its Tender during the period of tender

validity specified by the tenderer on the Tender Form; or

2. If the tenderer, having been notified of the acceptance of its tender by the

Procuring entity during the period of tender validity:

(a) fails or refuses to execute the Contract Form, if required; or

(b) fails or refuses to furnish the performance security in accordance with the

Instructions to tenderers;

We undertake to pay to the Procuring entity up to the above amount upon

receipt of its first written demand, without the Procuring entity having to substantiate

its demand, provided that in its demand the Procuring entity will note that the amount

claimed by it is due to it, owing to the occurrence of one or both of the two

conditions, specifying the occurred condition or conditions.

This tender guarantee will remain in force up to and including thirty (30)

days after the period of tender validity, and any demand in respect thereof should reach

the Bank not later than the above date.

[signature of the bank]

(Amend accordingly if provided by Insurance Company)

75

8.4 CONTRACT FORM THIS AGREEMENT made the day of 20

between ……………… [name of Procurement entity) of ……….. [country of

Procurement entity] (hereinafter called “the Procuring entity) of the one part and

…………………….. [name of tenderer] of ………….. [city and country of tenderer]

(hereinafter called “the tenderer”) of the other part;

WHEREAS the Procuring entity invited tenders for certain goods ] and has accepted a

tender by the tenderer for the supply of those goods in the sum of

…………………………… [contract price in words and figures] (hereinafter called “the

Contract Price).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are

respectively assigned to them in the Conditions of Contract referred to:

2. The following documents shall be deemed to form and be read and construed as

part of this Agreement viz:

(a) the Tender Form and the Price Schedule submitted by the tenderer

(b) the Schedule of Requirements

(c ) the Technical Specifications

(d) the General Conditions of Contract

(e) the Special Conditions of contract; and

(f) the Procuring entity’s Notification of Award

3. In consideration of the payments to be made by the Procuring entity to the

tenderer as hereinafter mentioned, the tender hereby covenants with the Procuring entity

to provide the goods and to remedy defects therein in conformity in all respects with the

provisions of the Contract

4. The Procuring entity hereby covenants to pay the tenderer in consideration of the

provisions of the goods and the remedying of defects therein, the Contract Price or such

other sum as may become payable under the provisions of the Contract at the times and in

the manner prescribed by the contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in

accordance with their respective laws the day and year first above written.

Signed, sealed, delivered by the (for the Procuring entity

Signed, sealed, delivered by the (for the tenderer in the

presence of

(Amend accordingly if provided by Insurance Company)

76

8.5 PERFORMANCE SECURITY FORM

To ………………………………………….

[name of Procuring entity]

WHEREAS …………………………………… [name of tenderer] (hereinafter called

“the tenderer”) has undertaken , in pursuance of Contract No.

[reference number of the contract] dated 20 to supply

……………………………………………… [description of goods] (hereinafter called

“the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the tenderer shall

furnish you with a bank guarantee by a reputable bank for the sum specified therein as

security for compliance with the Tenderer‟s performance obligations in accordance with

the Contract.

AND WHEREAS we have agreed to give the tenderer a guarantee:

THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on

behalf of the tenderer, up to a total of ………………………. [amount of the guarantee in

words and figure] and we undertake to pay you, upon your first written demand declaring

the tenderer to be in default under the Contract and without cavil or argument, any sum or

sums within the limits of …………………….. [amount of guarantee] as aforesaid,

without you needing to prove or to show grounds or reasons for your demand or the sum

specified therein.

This guarantee is valid until the day of 20

Signed and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

77

8.6 BANK GUARANTEE FOR ADVANCE PAYMENT FORM

To ………………………………

[name of Procuring entity]

[name of tender] …………………..

Gentlemen and/or Ladies:

In accordance with the payment provision included in the Special Conditions of Contract,

which amends the General Conditions of Contract to provide for advance payment,

…………………………………………………. [name and address of

tenderer](hereinafter called “the tenderer”) shall deposit with the Procuring entity a bank

guarantee to guarantee its proper and faithful performance under the said Clause of the

Contract in an amount of …… …………………. [amount of guarantee in figures and

words].

We, the ……………………………. [bank or financial institutions], as instructed by the

tenderer, agree unconditionally and irrevocably to guarantee as primary obligator and not

as surety merely, the payment to the Procuring entity on its first demand without

whatsoever right of objection on our part and without its first claim to the tenderer, in the

amount not exceeding …………………… [amount of guarantee in figures and words]

We further agree that no change or addition to or other modification of the terms of the

Contract to be performed there-under or of any of the Contract documents which may be

made between the Procuring entity and the tenderer, shall in any way release us from any

liability under this guarantee, and we hereby waive notice of any such change, addition,

or modification.

This guarantee shall remain valid in full effect from the date of the advance payment

received by the tenderer under the Contract until ………… [date].

Yours truly,

Signature and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

78

8.7 MANUFACTURER’S AUTHORIZATION FORM

To [name of the Procuring entity] ………………….

WHEREAS …………………………………………………………[ name of the

manufacturer] who are established and reputable manufacturers of …………………..

[name and/or description of the goods] having factories at

………………………………… [address of factory] do hereby authorize

………………………… [name and address of Agent] to submit a tender, and

subsequently negotiate and sign the Contract with you against tender No.

………………………. [reference of the Tender] for the above goods manufactured by

us.

We hereby extend our full guarantee and warranty as per the General Conditions of

Contract for the goods offered for supply by the above firm against this Invitation for

Tenders.

[signature for and on behalf of manufacturer]

Note: This letter of authority should be on the letterhead of the Manufacturer and should

be signed by a person competent.

79

8.8 LETTER OF NOTIFICATION OF AWARD

Address of Procuring Entity

To:

RE: Tender No.

Tender Name

This is to notify that the contract/s stated below under the above mentioned tender have

been awarded to you.

1. Please acknowledge receipt of this letter of notification signifying your

acceptance.

2. The contract/contracts shall be signed by the parties within 30 days of the date of

this letter but not earlier than 14 days from the date of the letter.

3. You may contact the officer(s) whose particulars appear below on the subject

matter of this letter of notification of award.

(FULL PARTICULARS)

SIGNED FOR ACCOUNTING OFFICE

8.9 EVALUATION CRITERIA

The University of Nairobi will consider five major categories of criteria for evaluating

tenders and tenderers;

80

SUMMARY OF

EVALUATION

PARTICULARS PROVIDED

SCORE

Mandatory Requirements Must be fully Met Yes / No

Technical Specifications As per the Technical Evaluation

Criteria

70

Financial Capability As Deduced from the Audited

Accounts

20

Post Qualification As per the Post- Qualification

Criteria

10

TOTAL SCORE 100

A: MANDATORY REQUIREMENTS

The tenderer must provide the following information and provide copies of documents to support the information given.

Criterion Particulars Provided Scores

YES NO Tender security (Kshs.50,000 ) Evidence to be availed is

Tender Security

Incorporation/Registration certificate Evidence to be availed is Incorporation/Registration Certificate

Form of Tender – Duly Filled and signed

Evidence to be availed is duly completed and signed form

Confidential Business Questionnaire Duly Filled and Signed

Evidence to be availed is duly

completed and signed form

Business Permit Evidence to be availed is valid Business Permit

Certificate

Tax Compliance Certificate Evidence to be availed is Valid Tax Compliance Certificate

Certificate

Audited Accounts for the last 3Years

2018,2017,2016

Evidence to be availed are

certified Audited Accounts

References of at least 3 clients supplied

with similar goods

Evidence to be availed are letters from three referees

Responsive

Non-Responsive

81

B: TECHNICAL CAPABILITY ASSESMENT

Technical Capability Assessment Total Score 70 marks passmark Score 49 marks (80%)

Criterion Particulars

Provided

Total

Marks

Marks

Earned

Years in Business of similar nature Required 3

Conformity to Technical Specification as provided in

the tender documents

▪ Attach relevant regulatory licenses

▪ Attach valid letters of authorization from

manufacturers

▪ All drugs tendered must be registered by

Pharmacy and Poison’s Board of Kenya for

use in Kenya

Required 60

Rating by two clients served in the last two years Required 3

Nature of businesses related to the tender applied for

All drugs tendered must be registered by Pharmacy and

Poison’s Board of Kenya for use in Kenya

Required 2

Delivery/Implementation Schedule provided

Required 2

Total Score 70

C: FINANCIAL CAPABILITY

As deduced from the audited accounts

The purpose is to evaluate the financial strength of the bidders and the Total score is 20

Marks with a pass mark of 14 Marks (70%)

Criterion Maximum

Scores

Marks

Earned

Turnover

Audited Accounts (2018,2017,2016) Yes Yes / No

Working Capital 3

Liquidity Ratio 3

Gearing Ratio 5

Profitability 5

General Financial Trend 4

Total Score 20

82

D: POST QUALIFICATION SURVEY

Criterion Observations Made Scores

Confirmation of Business Name &

Physical Address

1

Confirmation of Originals of

Attached Documents

1

Composition Of Staff

▪ Management

▪ Technical

▪ Supervisory

▪ Support

2

Name And Qualification Of Key

Management & Technical Staff

1:

2:

3:

. 2

Nature Of Operations(relevant)

indicated

1

Size Of Business

• Large

• Medium

• Small

1

Major Principals Represented

1

Premises

• Owned

• Leased

1

TOTAL

10

TECHNICAL EVALUATION COMMITTEE’S RECOMMENDATIONS

The evaluation of the tender and tenderer by Technical Evaluation Committee will be

summarized as follows:

Major Area of Concern Indicators From The

Evaluation Exercise

Aggregated Scores

Responsiveness of Tender To

University/Public Procurement Act

Requirements

Mandatory Requirements

Yes / No

Responsiveness of Tender To

University’s Technical Specifications

and ability of Tender to meet the

specific performance Targets

Conformity to Technical

Specifications and

Capability Assessment

70

Financial Ability of Tenderer To Meet

The Production, Delivery And Payment

Terms Of The Tender

Financial Capability

20

Post Qualification As per the criteria 10

Total Score 100

TEC Decisions

Recommended or

Not Recommended

83