View
3
Download
0
Category
Preview:
Citation preview
KENYA AGRICULTURAL AND LIVESTOCK RESEARCH
ORGANIZATION
HEADQUARTERS
Kaptagat Road, Loresho
P.O. BOX 57811 - 00200
NAIROBI
Telephone: 4183301-20/0722-206986/88
TENDER NO: KALRO/024/HQTS/2016-2017
FOR
SUPPLY, DELIVERY, INSTALLATION, TRAINING AND
COMMISSIONING OF LABORATORY EQUIPMENT TO
KALRO INSTITUTES
CLOSING DATE: 14TH JULY, 2017
Page 2 of 91
TABLE OF CONTENTS
PAGE
INTRODUCTION ……………………………. 3
SECTION I INVITATION TO TENDER…………………… 4
SECTION II INSTRUCTIONS TO TENDERERS…………. 7
Appendix to Instructions to Tenderers ………… 25
SECTION III GENERAL CONDITIONS OF CONTRACT……. 27
SECTION IV SPECIAL CONDITIONS OF CONTRACT…….. 34
SECTION V TECHNICAL SPECIFICATIONS……………… 35
SECTION VI SCHEDULE OF REQUIREMENTS……………. 74
SECTION VII PRICE SCHEDULE FOR GOODS…………….. 77
SECTION VIII STANDARD FORMS…………………………. 80
8.1 FORM OF TENDER…………………………… 80
8.2 CONFIDENTIAL BUSINESS
QUESTIONNAIRES FORMS……………….. 81
8.3 TENDER SECURITY FORM……………………. 82
8.4 CONTRACT FORM……………………………… 83
8.5 PERFORMANCE SECURITY FORM…………… 84
8.6 BANK GUARANTTE FOR ADVANCE
PAYMENT FORM………………………………. 85
8.7 MANUFACTURER’S AUTHORIZATION
FORM……………………………………………. 86
8.8 TENDER SECURING DECLARATION FORM….87
Page 3 of 91
INTRODUCTION
1.1 This standard tender document for supply, installation and commissioning of
plant and equipment 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.
Page 4 of 91
SECTION I: INVITATION TO TENDER
DATE: 27 June, 2017
TENDER REF NO: KALRO/024/HQTS/2016-17
TENDER NAME: Supply, Installation, Training and Commissioning of
Laboratory Equipment to KALRO Institutes
Kenya Agricultural and Livestock Research Organization (KALRO) strategy under
USAID FtF aims to employ problem solving approaches on regions with the highest
number of rural poor, regions that produce most food, those with most diverse
population and areas with highest number of malnourished population be developing
and promoting staple crops, horticultural crops and dairy technologies that address
the socio-economics characteristics of the selected regions
1.1 The Kenya Agricultural and Livestock Research Organization, Nairobi invites sealed bids from eligible candidates to Supply, Deliver, Install, Train and
Commissioning of Laboratory Equipment to KALRO Institutes at the
locations listed below:
Item
No.
Item Description Unit
of
Issue
Qty Delivery Point
1.
Cold bench Centrifuges No
2 1) KALRO Kabete
2) KALRO Biotechnology-
Kabete
2. Thermo Gradient Plate Table No. 1 Genetic Resource Research
Institute – Muguga Center
3. Automated Fiber Analyzer
And Accessories
No. 1 Food Crop Research Institute –
Muguga Center
4. Refrigerator No 1 Muguga Vet
5. Deep chest freezer No 1 Muguga Vet
6. Incubator (1 M3) laboratory
upright
No 1 Muguga FCRC
7. Low noise fume hood No 1 KALRO Biotechnology Kabete
8. Hydroponic Fodder
Sprouting Machine
No 1 KALRO Kakamega
9. Multi-Function Packaging
Machine
No 4 KALRO Kitale and Katumani
10. Multiple fruit juice extractor No 4 KALRO Kitale and Katumani
Page 5 of 91
Item
No.
Item Description Unit
of
Issue
Qty Delivery Point
11. Ripe Mango Driers No 4 KALRO Kitale and Katumani
12. Ripe Mango Pulper No 4 KALRO Kitale and Katumani
13. Mango juice Pasteurizer
No 1 KALRO Genetic Research
Resource Centre
14. Cooler boxes No 20 KALRO Kitale
15. ECF vaccine automatic straw
filling machine and
accessories
No 1 Muguga Vet
16.
Analytical Weighing Balance
No 2 1) KALRO Kabete
2) KALRO
Biotechnology-Kabete
17. Water bath No 2 KALRO Biotechnology-Kabete
18. Freeze drier No 1 Muguga FCRC
19. Freezer No 4 KALRO Kitale and Katumani
20. Gas production equipment No 1 KALRO-Kakamega
21. Digital Somatic Cell Counter No 1 Muguga Vet
22. Versitile Feed Pelleter No 2 Muguga FCRC & Naivasha
23. Vertical Feed Mixer No 2 Muguga FCRC & DRI -Naivasha
24. % ERH portable analyzer
No 1 KALRO Genetic Research
Resource Centre
25. Seed cleaner and seed grader
No 1 KALRO Genetic Research
Resource Centre
26. Seed Counter
No 1 KALRO Genetic Research
Resource Centre
27. Segmented Flow Analyzer
No 1 KALRO Kabete
28. Block Digester
No 1 KALRO Kabete
29. Real time PCR No
1 KALRO Kabete
30. Quantitative real time PRC
machine No
1 KALRO Biotechnology, Muguga
31. Multi Block Thermo Cycler
machine No
2 1) KALRO Kabete
2) KALRO Biotechnology-
Kabete
Page 6 of 91
Item
No.
Item Description Unit
of
Issue
Qty Delivery Point
32 Ultra-Low Freezer (-800C) No
1 KALRO Kabete
33
Incubator with shaker No
2 1) KALRO Kabete
2) KALRO Biotechnology-
Kabete
34
Lab Freezer 48 Cu Ft 230V No
2 1) KALRO Kabete
2) KALRO Biotechnology-
Kabete
35 Laboratory mill No 2 Muguga FCRC & Naivasha
36 Automated Ether Extractor No 1 Muguga FCRC
1.2 Interested eligible candidates may obtain further information from and inspect
the tender documents at KALRO Headquarters, Kaptagat road, Loresho. P
O Box 57811-00200, Nairobi off Kangemi fly over at the office of Manager,
Supply Chain Management during normal office working hours.
1.3 A complete tender document may be obtained by interested candidates upon
payment of a non- refundable fee of KES 1,000 in cash or bankers cheque
payable to Director General, KALRO. The document can also be obtained free of charge from KALRO website www.kalro.org or Treasury portal suppliers@treasury.go.ke. Those who download the tender document and intend to submit a bid are required to register their details at the office of the Manager, Supply Chain Management so as to be able to receive clarifications and addenda
1.4 Completed tender document is to be enclosed in plain sealed envelopes marked
with tender reference number and be deposited in the Tender Box situated at the
entrance to the main building of KALRO Headquarters on Kaptagat Road, off
Waiyaki Way on or before 14th July 2017 at 11.00 a.m. Bulky documents that
cannot go through the slot of the Tender box may be delivered to office of the
Manager, Supply Chain Management at KALRO Headquarters, ground
floor Room 151 on or before 14th July 2017 at 11.00 a.m. Late bids will be
rejected
1.5 Clarifications to the tender can be made not later than seven (7) days to the
date of closing the tender. The mail can be sent to tenders@kalro.org
Page 7 of 91
1.6 Prices quoted should be net inclusive of all taxes for supply, delivery, installation
and commissioning of the equipment. The prices must be in Kenya Shillings and
shall remain valid for 90 days from the closing date of the tender.
1.7 If you are not a manufacturer of the equipment, you must submit Manufacturer
Authorization, allowing you to be their agent. You will also be required to submit details on your agents in Kenya and confirm availability of back up services in Kenya
1.8 Tenders will be opened immediately thereafter in the presence of the candidates
representatives who choose to attend at KALRO Conference room.
Manager, Supply Chain Management
For: Director General, KALRO
Page 8 of 91
SECTION II - INSTRUCTIONS TO TENDERERS
Table of Clauses Page
2.1 Eligible tenderers………………………… 9
2.2 Eligible goods……………………………. 9
2.3 Cost of tendering………………………… 10
2.4 Contents of Tender document……………… 10
2.5 Clarification of documents……………… 10
2.6 Amendment of documents…………….. 11
2.7 Language of tender…………………….. 11
2.8 Documents comprising the tender………. 11
2.9 Tender forms…………………………….. 12
2.10 Tender prices……………………………... 12
2.11 Tender currencies…………………………. 12
2.12 Tenderers eligibility and qualifications…… 13
2.13 Goods’ eligibility and conformity to tender documents13
2.14 Tender security……………………………. 14
2.15 Validity of tenders………………………… 15
2.16 Format and signing of tenders……………. 16
2.17 Sealing and marking of tenders……………. 16
2.18 Deadline for submission of tender ………… 17
2.19 Modification and withdrawal of tenders….. 17
2.20 Opening of tenders………………………… 18
2.21 Clarification of tenders…………………….. 18
2.22 Preliminary examination…………………….. 18
2.23 Conversion to single currency…………….. 19
2.24 Evaluation and comparison of tenders…….... 19
2.25 Contacting the procuring entity………….…. 21
2.26 Award of contract…………………………... 21
(a) Post qualification……………………….…..21
(b) Award criteria………………………….….. 22
(c) Procuring entity’s right to vary quantities….22
(d) Procuring entity’s right to accept or reject
(e) any or all tenders ……………………….… 22
2.27 Notification of award……………………..... 23
2.28 Signing of contract…………………………. 23
2.29 Performance security………………………. 23
2.30 Corrupt or fraudulent practices……….……. 24
Page 9 of 91
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 equipment to be supplied and installed under the contract shall have their
origin in eligible source countries.
2.2.2 For purposes of this clause, “origin” means the place where the equipment(s) are produced. Goods are produced when, through manufacturing, processing, or substantial and major assembly of components, a commercially-recognized product results that is substantially different in basic characteristics or in purpose or utility from its components
2.2.3 The origin of equipment is distinct from the nationality of the tenderer and shall be treated thus in the evaluation of the tender.
Page 10 of 91
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
(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
Page 11 of 91
writing to any request for clarification of the tender documents, which it receives not later than seven (7) days prior to the deadline for the submission of tenders, prescribed by the procuring entity. Written copies of the Procuring entities response (including an explanation of the query but without identifying the source of inquiry) will be sent to all prospective tenderers that have received the tender document.
2.5.2 The procuring entity shall reply to any clarifications sought by the tenderer
within 3 days of receiving the request to enable the tenderer to make timely submission of its tender.
2.6 Amendment of 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.
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
Page 12 of 91
(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 Prices indicated on the Price Schedule shall be entered separately in
the following manner:
(i) the price of the equipment quoted EXW (ex-works, ex-factory, ex warehouse, ex showroom, or off-the-shelf, as applicable), including all customs duties and sales and other taxes already paid or payable:
(ii) charges for inland transportation, insurance, and other local costs incidental to delivery of the goods to their final destination; and
(iii) installation charges shall also be indicated separately for each equipment
2.10.2 Prices quoted by the tender shall remain fixed during the Tender’s performance of the contract. A tender submitted with an adjustable price quotation will be treated as non-responsive and will be rejected, pursuant to paragraph 2.22 unless otherwise agreed by the parties.
2.11 Tender Currencies
2.11.1 Prices shall be quoted in the following currencies:
(a) For equipment that the tenderer will supply from within Kenya, the prices shall be quoted in Kenya Shillings; and
Page 13 of 91
(b) For equipment that the tenderer will supply from outside Kenya, the prices may be quoted in US Dollars or in another freely convertible currency.
(c) Cost of installation and commissioning will be in Kenya Shillings.
2.12 Tenderers Eligibility and Qualifications
2.12.1Pursuant 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.
2.12.2The 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 equipment under
the contract which the tenderer did not manufacture or otherwise produce, the tenderer has been duly authorized by the equipment, Manufacturer or producer to supply the equipment
(b) that the tenderer has the financial, technical, and production capability necessary to perform the contract;
(c) that, in the case of a tenderer not doing business within Kenya, the tenderer is or will be (if awarded the contract) represented by an Agent in Kenya equipped, and able to carry out the Tenderer’s maintenance, repair, and spare parts-stocking obligations prescribed in the Conditions of Contract and/or Technical Specifications.
2.13 Goods Eligibility and Conformity to Tender 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 equipment which the tenderer proposes to supply under the contract
Page 14 of 91
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 equipment to the tender
documents may be in the form of literature, drawings, and data, and shall consist of:
(a) a detailed description of the essential technical and performance
characteristic of the 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 2 per cent of the tender price.
Page 15 of 91
2.14.3 The tender security is required to protect the Procuring entity against the risk of Tenderer’s conduct which would warrant the security’s forfeiture, pursuant to paragraph 2.14.7
2.14.4 The tender security shall be denominated in Kenya Shillings or in another
freely convertible currency, and shall be in the form of a 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 90 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
Page 16 of 91
responses thereto shall be made in writing. The tender security provided under paragraph 2.14 shall also be suitably extended. A tenderer may refuse the request without forfeiting its tender security. A tenderer granting the request will not be required nor permitted to modify its tender.
2.16 Format and Signing of Tender
2.16.1 The Procuring entity shall prepare two copies of the tender, clearly marking
each “ORIGINAL TENDER” and “COPY OF TENDER,” as 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 un-amended printed literature, shall be initialed by the person or persons signing the tender.
2.16.3 The tender shall have no interlineations, erasures, or overwriting except as
necessary to correct errors made by the tenderer, in which case such corrections shall be initialed by the person or persons signing the tender.
2.17 Sealing and Marking of Tenders
2.17.1 The Tenderer shall seal the original and each copy of the tender in separate envelopes, duly marking the envelopes as “ORIGINAL” and
“COPY.” The envelopes shall then be sealed in an outer envelope.
2.17.2 The inner and outer envelopes shall:
(a) be addressed to the Procuring entity at the address given in the Invitation to Tender:
(b) bear, tender number and name in the Invitation for Tenders and the
words, “DO NOT OPEN BEFORE,” 14th July, 2017 at 11.00 a.m.
2.17.3 The inner envelopes shall also indicate the name and address of the tenderer to enable the tender to be returned unopened in case it is declared “late”.
Page 17 of 91
2.17.4 If the outer envelope is not sealed and marked as required by paragraph 2.17.2, the Procuring entity will assume no responsibility for the tender’s misplacement or premature opening.
2.18 Deadline for Submission of Tenders
2.18.1 Tenders must be received by the Procuring entity at the address specified
under paragraph 2.17.2 not later than 14th July, 2017 at 11.00 a.m
2.18.2 The Procuring entity may, at its discretion, extend this deadline for the
submission of tenders by amending the tender documents in accordance with paragraph 2.6, in which case all rights and obligations of the Procuring entity and candidates previously subject to the deadline will therefore be subject to the deadline as extended
2.19 Modification and Withdrawal of Tenders
2.19.1 The tenderer may modify or withdraw its tender after the tender’s submission, provided that written notice of the modification, including substitution or withdrawal of the tenders, is received by the Procuring Entity prior to the deadline prescribed for submission of tenders.
2.19.2 The Tenderer’s modification or withdrawal notice shall be prepared, sealed, marked, and dispatched in accordance with the provisions of paragraph 2.17. A withdrawal notice may also be sent by cable, telex but followed by a signed confirmation copy, postmarked not later than the deadline for submission of tenders.
2.19.3 No tender may be modified after the deadline for submission of tenders.
2.19.4 No tender may be withdrawn in the interval between the deadline for
submission of tenders and the expiration of the period of tender validity specified by the tenderer on the Tender Form. Withdrawal of a tender during this interval may result in the Tenderer’s forfeiture of its tender security, pursuant to paragraph 2.14.7
2.19.5 The procuring entity may at any time terminate procurement proceedings
before contract award and shall not be liable to any person for the termination.
Page 18 of 91
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 tenderers’ representatives who choose to attend, at 14th July, 2017 at 11.00 a.m. and in the location specified in the Invitation to Tender.
The tenderers’ representatives who are present shall sign a register evidencing their attendance.
2.20.2 The tenderers’ names, tender modifications or withdrawals, tender prices, discounts and the presence or absence of requisite tender security and such other details as the Procuring entity, at its discretion, may consider appropriate, will be announced at the opening.
2.20.3 The Procuring entity will prepare minutes of the tender opening.
2.21 Clarification of Tenders
2.21.1 To assist in the examination, evaluation and comparison of tenders the
Procuring entity may, at its discretion, ask the tenderer for a clarification of its tender. The request for clarification and the response shall be in writing, and no change in the prices or substance of the tender shall be sought, offered, or permitted.
2.21.2 Any effort by the tenderer to influence the Procuring entity in the Procuring
entity’s tender evaluation, tender comparison or contract award decisions may result in the rejection of the tenderers’ tender.
2.22 Preliminary Examination
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.
Page 19 of 91
2.22.2 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantify, the unit price shall prevail, and the total price shall be corrected. If the candidate does not accept the correction of the errors, its tender will be rejected, and its tender security forfeited. If there is a discrepancy between words and figures the amount in words will prevail
2.22.3 The Procuring entity may waive any minor informality or nonconformity or
irregularity in a tender which does not constitute a material deviation, provided such waiver does not prejudice or effect the relative ranking of any tenderer.
2.22.4 Prior to the detailed evaluation, pursuant to paragraph 2.23 the Procuring
entity will determine the substantial responsiveness of each tender to the tender documents. For purposes of these paragraphs, a substantially responsive tender is one, which conforms to all the terms and conditions of the tender documents without material deviations. The Procuring entity’s determination of a tender’s responsiveness is to be based on the contents of the tender itself without recourse to extrinsic evidence.
2.22.5 If a tender is not substantially responsive, it will be rejected by the Procuring
entity and may not subsequently be made responsive by the tenderer by correction of the non-conformity.
2.23 Conversion to Single Currency
2.23.1 Where other currencies are used, the procuring entity will convert these
currencies to Kenya Shillings using the selling exchange rate on the date of tender closing provided by the Central Bank of Kenya.
2.24 Evaluation and Comparison of Tenders
2.24.1 The Procuring entity will evaluate and compare the tenders which have been
determined to be substantially responsive, pursuant to paragraph
2.22
2.24.2 The Procuring entity’s evaluation of a tender will exclude and not take
into account
Page 20 of 91
(a) in the case of equipment manufactured in Kenya or equipment of foreign origin already located in Kenya, sales and other similar taxes, which will be payable on the goods if a contract is awarded to the tenderer; and
(b) any allowance for price adjustment during the period of execution of the contract, if provided in the tender.
1.24.3 The comparison shall be of the ex-factory/ex-warehouse/off-the-shelf price of the goods offered from within Kenya, such price to include all costs, as well as duties and taxes paid or payable on components and raw material incorporated or to be incorporated in the goods.
2.24.4 The Procuring entity’s evaluation of a tender will take into account, in addition to the tender price and the price of incidental services, the following factors, in the manner and to the extent indicated in paragraph 2.23.5 and in the technical specifications:
(a) delivery and installation schedule offered in the tender;
(b) deviations in payment schedule from the specifications in the
Special Conditions of Contract;
(c) the cost of components, mandatory spare parts and service;
(d) the availability in Kenya of spare parts and after-sales service for the equipment offered in the tender;
2.24.5 Pursuant to paragraph 2.24.4 the following evaluation methods will be applied
(a) Delivery schedule
(i) The Procuring entity requires that the equipment under the Invitation for Tenders shall be delivered at the time specified in the Schedule of Requirements. Tenders offering deliveries longer than the procuring entity’s required delivery time will be treated as non-responsive and rejected.
(b) Deviation in payment schedule
Tenderers shall state their tender price for the payment of schedule outlined in the special conditions of contract. Tenders will be evaluated on the basis of this base price. Tenderers are, however, permitted to state an alternative payment schedule and indicate the reduction in tender price they wish to offer for such alternative payment schedule. The Procuring
Page 21 of 91
entity may consider the alternative payment schedule offered by the selected tenderer.
(c) Spare parts and after sales service facilities
Tenderers must offer items with service and spare parts back-up. Documentary evidence and locations of such back-up must be given. Where a tenderer offers items without such back-up in the country, he must give a documentary evidence and assurance that he will establish adequate back-up for items supplied.
2.24.6 The tender evaluation committee shall evaluate the tender within 30 days of the validity period from the date of opening the tender.
2.24.7 Preference where allowed in the evaluation of tenders shall not exceed 15%
2.25 Contacting the Procuring entity
2.25.1 Subject to paragraph 2.21 no tenderer shall contact the Procuring entity on
any matter related to its tender, from the time of the tender opening to the time the contract is awarded.
2.25.2 Any effort by a tenderer to influence the Procuring entity in its decisions on
tender, evaluation, tender comparison, or contract award may result in the rejection of the Tenderer’s tender.
2.26 Award of Contract
(a) Post-qualification
2.26.1 In the absence of pre-qualification, the Procuring entity will determine to its
satisfaction whether the tenderer that is selected as having submitted the lowest evaluated responsive tender is qualified to perform the contract satisfactorily.
2.26.2 The determination will take into account the tenderer financial, technical, and
production capabilities. It will be based upon an examination of the documentary evidence of the tenderers qualifications submitted by the tenderer, pursuant to paragraph 2.12.3 as well as such other information as the Procuring entity deems necessary and appropriate.
Page 22 of 91
2.26.3 An affirmative determination will be a prerequisite for award of the contract
to the tenderer. A negative determination will result in rejection of the Tenderer’s tender, in which event the Procuring entity will proceed to the next lowest evaluated tender to make a similar determination of that Tenderer’s capabilities to perform satisfactorily.
(b) Award Criteria
2.26.4 The Procuring entity will award the contract to the successful tenderer(s)
whose tender has been determined to be substantially responsive and has been determined to be the lowest evaluated tender, provided further that the tenderer is determined to be qualified to perform the contract satisfactorily.
2.26.5 To qualify for contract awards, the tenderer shall have the following:
a) Necessary qualifications, capability experience, services, equipment and facilities to provide what is being procured.
b) Legal capacity to enter into a contract for procurement
c) Shall not be insolvent, in receivership, bankrupt or in the process of being wound up and is not the subject of legal proceedings relating to the foregoing.
d) Shall not be debarred from participating in public procurement.
(c) Procuring entity’s Right to accept or Reject any or All Tenders
2.26.6 The Procuring entity reserves the right to accept or reject any tender, and to annul the tendering process and reject all tenders at any time prior to contract award, without thereby incurring any liability to the affected tenderer or tenderer of the grounds for the procuring entity’s action
2.26.7 The procuring entity may at any time terminate procurement proceedings before contract award and shall not be liable to any person for the termination
2.26.8 The procuring entity shall give prompt notice of the termination to the tenderers and on request give its reasons for termination within 14 days of receiving the request from any tenderer.
2.26.9 A tenderer who gives false information in the tender document about is qualification or who refuses to enter into a contract after
Page 23 of 91
notification of contract award shall be considered for debarment from participating in future public procurement.
2.27 Notification of Award
2.27.1 Prior to the expiration of the period of tender validity, the Procuring entity
will notify the successful tenderer in writing that its tender has been accepted.
2.27.2 The notification of award will constitute the formation of the Contract but
will have to wait until the contract is finally signed by both parties
2.27.3 Upon the successful Tenderer’s furnishing of the performance security pursuant to paragraph 2.30, the Procuring entity will promptly notify each unsuccessful Tenderer and will discharge its tender security, pursuant to paragraph 2.14
2.28 Signing of Contract
2.28.1 At the same time as the Procuring entity notifies the successful tenderer that its tender has been accepted, the procuring entity will simultaneously inform the other tenderers that their tenders have not been successful.
2.28.2 Within fourteen (14) days of receipt of the Contract Form, the successful tenderer shall sign and date the contract and return it to the Procuring entity.
2.28.3 The parties to the contract shall have it signed within 30 days from the date of notification of contract award unless there is an administrative review request.
2.29 Performance Security
2.29.1 Within Thirty (30) days of the receipt of notification of award from
the Procuring entity, the successful tenderer shall furnish the performance security in accordance with the Conditions of Contract, in the Performance Security Form provided in the tender documents, or in another form acceptable to the Procuring entity.
Page 24 of 91
2.29.2 Failure of the successful tenderer to comply with the requirements of paragraph 2.28 or paragraph 2.29 shall constitute sufficient grounds for the annulment of the award and forfeiture of the tender security, in which event the Procuring entity may make the award to the next lowest evaluated Candidate or call for new tenders.
2.30 Corrupt or Fraudulent Practices
2.30.1 The procuring entity requires that tenderers observe the highest standard of ethics during the procurement process and execution of contracts. A tenderer shall sign a declaration that he has and will not be involved in corrupt or fraudulent practices.
2.30.2 The Procuring entity will reject a proposal for award if it determines that the tenderer recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question.
2.30.3 Further a tenderer who is found to have indulged in corrupt or fraudulent practices risks being debarred from participating in public Procurement in Kenya.
Page 25 of 91
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
ITT REF PARTICULARS OF APPENDIX TO INSTRUCTIONS
TO TENDERS
2.1
Mandatory requirements- Must submit copy of;
1.Valid Certificate of Incorporation
2.Valid Tax Compliance certificate
3.Audited accounts for last three years (2013 – 2015)
4.Company profile
5.Single business permit
6. Dully filled in, signed and rubberstamped confidential business questionnaire.
7.Manufacturer Authorization
8. Tender security of 2% of the bid price.
9.Must submit brochures/technical literature of the equipment they intend to
supply
10. Duly filled in, signed and stamped form of tender
NB: Tenderers who are registered under AGPO shall be required to submit valid
copy of AGPO Certificate. They will not be required to submit 2% Tender
Security, Audited accounts for the last three years or three letters of references
of similar assignments successfully carried out in the last three years, but they
MUST SUBMIT Duly filled, signed and rubberstamped Tender Securing
Declaration form. N/B: Any tenderer who does not submit any of the above shall be considered non
responsive and will not be allowed into the next stage of evaluation.
2.3.2 A complete tender document may be obtained upon payment of a non- refundable fee of KES 1,000 in cash or bankers cheque payable to Director General, KALRO.
The document can also be obtained free of charge from KALRO website www.kalro.org or Treasury portal suppliers@treasury.go.ke
Tenderers who opt to download the tender document from the website MUST immediately submit their details to the Manager, Supply Chain Management, KALRO or through tenders@kalro.org
Page 26 of 91
ITT REF PARTICULARS OF APPENDIX TO INSTRUCTIONS
TO TENDERS
2.5 Clarification:
Tenderers may seek clarification until not later than seven (7) days to the closing
date. The request should be in writing and addressed
to: Director General
Kenya Agricultural & Livestock Organization
P O Box 57811 – 00200
Nairobi Att; Manager, Supply Chain Management
Email; tenders@kalro.org
2.10.4 The validity period for this tender is 90 days
2.14.1 The tender security shall be in the amount of 2% of the tender price in form of
bank guarantee valid for 90 days after closure of tender.
2.18.1
Tenders must be addressed to
Director General
Kenya Agricultural & Livestock Research Organization
P O Box 57811-00200
Nairobi, Kenya
And/ or delivered to the tender box at the reception area at KALRO
Headquarters in Loresho, along Katagat Road on or not later than 14th July,
2017 at 11.00 a.m.
2.20 Tenders will be opened on 14th July, 2017 at 11.00am in the presence of tenderer
representatives who chose to attend
2.24 Comparison and Evaluation of Tenders
The evaluation process will start with the Mandatory requirement, and only the
responsive tenderers will be subjected to the technical evaluation stage. The
tenderer who meets the requirements of the technical evaluation stage will then
be subjected to the financial evaluation stage.
Page 27 of 91
SECTION III: GENERAL CONDITIONS OF CONTRACT
Table of Clauses
Page
3.1 Definitions…………………………………………… 28
3.2 Application………………………………………….. 28
3.3 Country of Origin…………………………………….. 28
3.4 Standards……………………………………………. 29
3.5 Use of Contract documents and information…………. 29
3.6 Patent Rights…………………………………………… 29
3.7 Performance security…………………………………… 29
3.8 Inspection and Tests……………………………………. 30
3.9 Packing…………………………………………………... 31
3.10 Delivery and documents………………………………… 31
3.11 Insurance ………………………………………………. 31
3.12 Payment………………………………………………… 31
3.13 Price……………………………………………………. 32
3.14 Assignments…………………………………………… 32
3.15 Sub contracts………………………………………….. 32
3.16 Termination for default……………………………….. 32
3.17 Liquidated damages………………………………….. 33
3.18 Resolution of Disputes………………………………… 33
3.19 Language and law…………………………………….. 33
3.20 Force Majeure………………………………………… 33
Page 28 of 91
SECTION III - GENERAL CONDITIONS OF CONTRACT
3.1 Definitions
3.1.1 In this Contract, the following terms shall be interpreted as indicated:- (a) “The
Contract” means the agreement entered into between the Procuring entity and the tenderer, as recorded in the Contract Form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein.
(b) “The Contract Price” means the price payable to the tenderer under the Contract for the full and proper performance of its contractual obligations
(c) “The Goods” means all of the equipment, machinery, and/or other materials, which the tenderer is required to supply to the Procuring entity under the Contract.
(d) “The Procuring entity” means the organization purchasing the Goods under this Contract.
(e) “The Tenderer’ means the individual or firm supplying the Goods under this Contract.
3.2 Application
3.2.1 These General Conditions shall apply in all Contracts made by the Procuring
entity for the procurement installation and commissioning of equipment to the extent that they are not superseded by provisions of other part of contract.
3.3 Country of Origin
3.3.1 For purposes of this clause, “Origin” means the place where the Goods were mined, grown or produced.
3.3.2 The origin of Goods and Services is distinct from the nationality of the
tenderer.
Page 29 of 91
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 Procuring entity on completion of the Tenderer’s performance under the Contract if so required by the Procuring entity
3.6 Patent Rights
3.6.1 The tenderer shall indemnify the Procuring entity against all third-party claims
of infringement of patent, trademark, or industrial design rights arising from use of the Goods or any part thereof in the Procuring entity’s country
3.7 Performance Security
3.7.1 Within twenty eight (28) days of receipt of the notification of Contract award,
the successful tenderer shall furnish to the Procuring entity the performance security 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
Page 30 of 91
be in the form of a bank guarantee or an irrevocable letter of credit issued by a reputable bank located in Kenya or abroad, acceptable to the Procuring entity, in the form provided in the tender documents.
The performance security shall be denominated in the currency of the contract, or in a freely convertible currency acceptable to the procuring entity and shall be in the form of
a) Cash
b) Bank guarantee
c) Such insurance guarantee approved by the Authority
d) Letter of credit
3.7.4 The performance security will be discharged by the Procuring entity and returned the Candidate not late than thirty (30) days following the date of completion of the Tenderer’s performance obligations under the Contract, including any warranty obligations, under the Contract
3.8 Inspection and Tests
3.8.1 The Procuring entity or its representative shall have the right to inspect and/or
to test the equipment to confirm their conformity to the Contract specifications. The Procuring entity shall notify the tenderer in writing in a timely manner, of the identity of any representatives retained for these purposes.
3.8.2 The inspections and tests may be conducted in the premises of the tenderer.
All reasonable facilities and assistance, including access to drawings and production data, shall be furnished to the inspectors at no charge to the Procuring entity.
3.8.3 Should any inspected or tested equipment fail to conform to the
Specifications, the Procuring entity may reject the equipment, and the tenderer shall either replace the rejected equipment or make alterations necessary to make specification requirements free of costs to the Procuring entity.
3.8.4 The Procuring entity’s right to inspect test and where necessary, reject the equipment after the equipment arrival and installation shall in no way be limited or waived by reason of the equipment having previously been
Page 31 of 91
inspected, tested and passed by the Procuring entity or its representative prior to the equipment delivery.
3.8.5 Nothing in paragraph 3.8 shall in any way release the tenderer from any
warranty or other obligations under this Contract.
3.9 Packing
3.9.1 The tenderer shall provide such packing and packaging of the
equipment as is required to prevent their damage or deterioration during transit to their final destination, as indicated in the Contract.
3.9.2 The packing, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract
3.10 Delivery and Documents
3.10.1 Delivery of the equipment, documents and installation of the same shall be
made by the tenderer in accordance with the terms specified by Procuring entity in its Schedule of Requirements and the Special Conditions of Contract
3.11 Insurance
3.11.1 The equipment supplied under the Contract shall be fully insured against
loss or damage incidental to manufacturer or acquisition, transportation, storage, and delivery in the manner specified in the Special conditions of contract.
3.12 Payment
3.12.1 The method and conditions of payment to be made to the tenderer under this
Contract shall be specified in Special Conditions of Contract
3.12.2 Payments shall be made promptly by the Procuring entity as specified in the
contract
Page 32 of 91
3.13 Prices
3.13.1 Prices charged by the tenderer for equipment delivered and installation
performed under the Contract shall not, with the exception of any price adjustments authorized in Special Conditions of Contract, vary from the prices by the tenderer in its tender.
3.13.2 Contract price variations shall not be allowed for contracts not exceeding
one year (12 months)
3.13.3 Where contract price variation is allowed, the variation shall not exceed 10% of the original contract price.
3.13.4 Price variation requests shall be processed by the procuring entity within 30 days of receiving the request.
3.14. Assignment
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 notification, in the original tender or later, shall not relieve the tenderer from any liability or obligation under the Contract
3.16 Termination for default
3.16.1 The Procuring entity may, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the tenderer, terminate this Contract in whole or in part
(a) if the tenderer fails to deliver any or all of the equipment within the period9s) specified in the Contract, or within any extension thereof granted by the Procuring entity
Page 33 of 91
(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 equipment.
3.17 Liquidated Damages
3.17.1. If the tenderer fails to deliver and/or install any or all of the items within the
period(s) specified in the contract, the procuring entity shall, without prejudice to its other remedies under the contract, deduct from the contract prices liquidated damages sum equivalent to 0.5% of the delivered price of the delayed items up to a maximum deduction of 10% of the delayed goods. After this the tenderer may consider termination of the contract.
3.18 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
Page 34 of 91
other failure to perform its obligations under the Contract is the result of an event of Force Majeure.
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
REMARKS
3.3.1 The tenderer should indicate the
country of origin for the goods
quoted for
3.10.1 The point of delivery shall be at various KALRO Institutes and its Centre’s as indicated in Section Five-Technical Specifications bullet 5.2
3.10.1 Delivery period: Maximum 45
days from the date of the Local
Purchase Order (LPO)
3.12.1 Terms of payment shall be 100%
upon approval by Inspection and
acceptance Committee for the
delivered laboratory equipment
3.18.1 Institution whose arbitration procedures shall be used: CHARTERED INSTITUTE OF
ARBITRATORS, KENYA
Page 35 of 91
SECTION V - TECHNICAL SPECIFICATIONS
5.1 General
5.1.1 These specifications describe the requirements for goods. Tenderers are
requested to submit with their offers the detailed specifications, drawings, catalogues, etc for the products they intend to 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.
Page 36 of 91
5.2 Particulars
1. SPECIFICATIONS FOR COLD BENCH CENTRIFUGES (Delivery
Location – KALRO Kabete and Biotechnology) QTY = 2
Bidder’s response column must be filled either yes or no.
Bidders must attach technical literature for item quoted SPECIFICATION REQUIRED BIDDERS
RESPONSE
Supply install and commission at clients site Yes
Train four users and two maintenance staff Yes
Max. RCF 20,913 × g Yes
Max. RCF with fixed-angle rotor 20,913 × g Yes
Max. RCF with swing-bucket rotor 4,500 × g
Max. RCF with plate rotor 3,486 × g Yes
Speed 200 – 14,000 rpm (10 rpm steps) Yes
Max. capacity 4 × 750 mL/4 × 4 MTP Yes
Rotors available 18 Yes
Acceleration/braking ramps 10/10 Yes
Number of programs 35 user-defined programs Yes
Timer 1 min to 99 min, with continuous run function, short-spin
Noise level < 56 dB(A) Yes
Power supply 230 V, 50 – 60 Hz Yes
Max. power consumption 1,650 W Yes
Dimensions (W × D × H) Yes
Height (with open lid) Yes
Weight w/o accessories Yes
Cooling refrigerated Yes
Temperature control range -20 °C to 40 °C Yes
Noise level Yes
Rotor FA-45-6-30 (6×50 mL) Yes
Rotor S-4-104 (4×750 mL) Yes
Max. RCF Yes
Max. RCF with fixed-angle rotor Yes
Max. RCF with swing-bucket rotor Yes
Max. RCF with plate rotor Yes
Speed Yes
Yes
Swing-bucket rotors and adapters accommodate tubes and bottles
from 0.2 mL to 750 mL
Yes
Plate rotors for centrifugation of all types of MTP, PCR, cell
culture, or Deepwell Plates
Yes
Page 37 of 91
SPECIFICATION REQUIRED BIDDERS
RESPONSE
Fixed-angle rotors for high-speed applications in tubes from 0.2
mL to 85 mL
Yes
High centrifugation speed of up to 20,913 × g (14,000?rpm) Yes
Aerosol-tight Eppendorf QuickLock®, or equivalent, caps and
lids for easy, one-hand operation
Yes
Centrifuge lid with soft-touch lid closure Yes
Low access height of 29 cm for easy loading and unloading of
samples
Yes
Quiet operation to improve your work environment Yes
Compact footprint saves valuable bench space Yes
Automatic rotor recognition and imbalance detection for
maximum operational safety
Yes
Yes
Swing-bucket rotors and adapters accommodate tubes and bottles
from 0.2 mL to 750 mL
Yes
Plate rotors for centrifugation of all types of MTP, PCR, cell
culture, or Deepwell Plates
Yes
Yes
Swing-bucket rotors and adapters accommodate tubes and bottles
from 0.2 mL to 750 mL
Yes
Plate rotors for centrifugation of all types of MTP, PCR, cell
culture, or Deepwell Plates
Yes
Fixed-angle rotors for high-speed applications in tubes from 0.2
mL to 85 mL
Yes
High centrifugation speed of up to 20,913 × g (14,000?rpm) Yes
Aerosol-tight Eppendorf QuickLock®, or equivalent, caps and
lids for easy, one-hand operation
Yes
Centrifuge lid with soft-touch lid closure Yes
Low access height of 29 cm for easy loading and unloading of
samples
Yes
Quiet operation to improve your work environment Yes
Compact footprint saves valuable bench space Yes
Automatic rotor recognition and imbalance detection for
maximum operational safety
Yes
Spares Yes
Supply spares for the first service Yes
Unlimited Warranty 2 Years
Page 38 of 91
2. SPECIFICATIONS FOR THERMO GRADIENT PLATE TABLE (Delivery
Location – KALRO Genetic Research Resource Muguga) QTY 1
Bidder’s response column must be filled either yes or no.
Bidders must attach technical literature for item quoted
SPECIFICATION REQUIRED BIDDERS
RESPONSE
Supply install and commission at clients site Yes
Train four users and two maintenance staff Yes
Each LED grow light to operate at less than 15 degrees above
ambient temperature
Yes
Each LED to adds less than 1 Btu/Watt/Hr to growing
environment
Yes
Rated for 100,000 hours of life at 24/7 operation Yes
Compact and light weight bar weighing .75 lbs and measures
21"x 2.5"x1"
Yes
38- 5mm HBLEDs in each cluster. Clusters include 470nm,
525nm, 635nm, 660nm, and 730nm.
Yes
Built in reflectors direct light Yes
Two beam spreads- 33 degrees and 45 degrees Yes
Digital temperature controllers and indicators within a range
from 4.0 to 50 oC adjustable in 0.1 steps.
Yes
Operating range up to 45 oC. Yes
Temperature accuracy in the water reservoir better than ± 0,5. Yes
Automatic water level control. Yes
Overheat protector (automatic switch-off) Yes
Stainless steel construction Yes
Cooling system is HFCK free. Yes
Accessories Yes
Filter pads Yes
Filter wicks Yes
Bell jars, domes Yes
Counter boards Yes
Petri plate experiments at different temperatures. Yes
Grain-moisture meters Yes
Observing biological growth range of temperatures from 0 to 50
degrees Celsius.
Yes
Screening plants and other organisms for low and high
temperature tolerance.
Yes
Characterizing insect migration patterns at different
temperatures
Yes
Insect nesting temperatures. Yes
Screening cell cultures. Yes
Testing adhesives. Yes
Page 39 of 91
SPECIFICATION REQUIRED BIDDERS
RESPONSE
Evaluating seed germination and seedling growth at many
different temperatures simultaneously.
Yes
Can be used as a growth chamber if both ends are programmed
to the same temperature.
Yes
Any application where testing over a range of temperatures. Yes
Power: 220-240V 50- 60 Hz Yes
3 years warranty Yes
3. SPECIFICATIONS FOR AUTOMATED FIBER ANALYZER AND
ACCESSORIES- (Muguga FCRC) QTY 1
Bidder’s response column must be filled either yes or no.
Bidders must attach technical literature for item quoted
SPECIFICATION REQUIRED BIDDERS
RESPONSE
Crude Fibre, ADF and NDF determination Yes
Fully Automated Operation Yes
Batch process up to 24 samples per run Yes
Automatically adds solutions and rinses Yes
Microprocessor controlled with LCD read out Yes
Ankon fibre bags Yes
Impulse Hand Sealer with 8 Inch 3mm Seal;
Model Tish - 200, 3 mm wide seal, Max seal length 200 mm,
220-240 V, 310-330 W (impulse).
Replacement Kits include:
2 Elements, 2 PTFE Covers, 2 PTFE Adhesives
Yes
One year’s warranty Yes
Page 40 of 91
4. SPECIFICATIONS FOR REFRIGERATOR- (Muguga Vet) QTY 1
Bidder’s response column must be filled either yes or no.
Bidders must attach technical literature for item quoted
Specification Required Bidders Response
Door type: Side by side, vertical Yes
Dimensions:70inches height, 35inches depth, 36inches width Yes
Ice maker: Double twist ice tray Yes
Capacity:591 litres Yes
Volume: 22.5-31 cubic meters Yes
Cooling technology: multi-air flow Yes
Defrosting system: Frost free Yes
AC 220-240V, 50-60Hz power supply Yes
Warranty: One year Yes
Supporting Document
Technical literature
Yes
5. SPECIFICATIONS FOR DEEP CHEST FREEZER - (Muguga Vet) QTY 1
Bidder’s response column must be filled either yes or no.
Bidders must attach technical literature for item quoted
Specification Required Bidders
Response
Energy efficient Yes
Chest freezer Yes
Two door partition Yes
Adjustable compartments for partitioning and sample
customized storage
Yes
AC 220-240V, 50-60Hz power supply Yes
One year warranty Yes
Supporting Document
Technical literature
Yes
Page 41 of 91
6. SPECIFICATIONS FOR INCUBATOR (1 M3) LABORATORY UPRIGHT- 1 UNIT
(Muguga FCRC)
Bidder’s response column must be filled either yes or no.
Bidders must attach technical literature for item quoted
Specification Required Bidders
Response
Large Capacity Incubator Yes
Operating temperature: -10°C to 50°C
Yes
240V 50Hz Yes
Power failure alarm Yes
5 wire shelves and bottom shelf, 1 wire shelf adjustable Yes
5 full width door storage compartments, 1 tilt out wire door bin Yes
4 x 20 character LCD display Yes
One year’s warranty Yes
Supporting Document
Technical literature
Yes
Page 42 of 91
7. SPECIFICATIONS FOR LOW NOISE FUME HOOD (Delivery Location – KALRO
Biotechnology Kabete) Qty 1
Bidder’s response column must be filled either yes or no.
Bidders must attach technical literature for item quoted
Specification Required Bidders
Response
Supply install and commission at clients site Yes
Product Name ; CE Certificated Customized PP Laboratory Fume Hood For
Chemical Research
Yes
Anti - Corrosion Chemical Fume Hood Customized With 4 Electric Sockets Yes
PP Laboratory Fume Hood detail: Yes
16 mm thick one-time casting molding EPOXY tabletop with edge water
retaining bar.
Yes
Fume hood shell using 1.0 mm thick SUS 304 laser cutting process CNC
punch cutting CNC bend to shape.
Yes
Front door can be moved up and down around with the glass door. Yes
Liquid crystal blue screen panel. Yes
Shine gray mirror glass. Yes
Size; 1500(W)*850(D)*2350(L) mm Yes
Casework; Import PP material specialize for chemical use. Yes
Inside Lining; Import PP material Yes
Worktop; Import PP material Yes
Sash; 6mm of tempered glass. Yes
Sash Handle; Import PP material Yes
Illumination; with not less than 300 Lux 30W fluorescent lamp set Yes
Cup sink; Oval shaped PP Cup sink Yes
Water Tap; Molded in one piece copper water tap, epoxy powder coating
surface with a ceramic valve.
Yes
Valve; Water valve. (by custom) Yes
Exhausting Duct; Anti-corrosion PP/PVC duct Yes
Page 43 of 91
Plinth; With import PP material, specialize for chemical use. Yes
Noise: less than 60db (International standard), Face velocity: 0.5m/s, 220V Yes
Function; With an intelligent automatic delay protection device to exhaust
residual corrosion air completely and prolong the service time of fume
cupboard.
Yes
Socket; 4 Electric sockets, (By custom) Yes
Exhaust fan; not include exhausting duct &exhaust fan, will provide after
receiving the detailed design of exhaustion duct
Yes
Voltage rating, 220/240 V Yes
Supporting Document
Technical literature
Yes
8. SPECIFICATIONS FOR HYDROPONIC FODDER SPROUTING MACHINE
(Kakamega) Qty 1
Bidder’s response column must be filled either yes or no.
Bidders must attach technical literature for item quoted
Specification Required Bidders Response
Supply install and commission at clients site Yes
Train four users and two maintenance staff Yes
For leafy sprouts production for livestock Yes
harvest the sprouts after 4-5 days Yes
Installation and commissioning of complete outer structure from
puf insulated panels with one door
Yes
Structural Features
Stainless steel frame structure Yes
Supply boxes made of heat preserving, waterproofing and
rustproofing composite color steel plate
Yes
Independent automatic microcomputer controller: water less
alarm, automatic adding water.
Yes
Page 44 of 91
With ozone sterilization technology Yes
Box: temperature display Yes
high temperature alarm Yes
Water Tank: temperature display
high temperature alarm, automatic adding water, Yes
Automatic water heating Yes
Automatic water spraying,. Yes
water spraying interval display, Yes
delay of water spraying display, Yes
With manual water spraying option Yes
Details of material Yes
Disassemble structure with 40mm Puf insulated sandwich panels
with both side preprinted PPGI sheet, joints and other accessories
r
Yes
Aluminum Shelving made with aluminum pipes and ”L” shape
angles Enough to hold 700 Nos boxes
Yes
HDPE Trays Size: 600mm X 400mm X 80mm with your logo
700 Nos.
Yes
Sprinklers:264 Nos. Yes
One inch uPVC Pipes Yes
Half inch uPVC Pipes Yes
PVC pipes joints and fittings Yes
Water Pump 0.5 HP with pressure tank 1 Nos. Yes
Air conditioner Unit Capacity 24000 BTU – 100% Copper tubing
for condenser and evaporator 1 Nos.
Yes
UV Water treatment system 1 Nos. Yes
CFL or LED Lights 6 Nos. Yes
Solenoid Valves 3 Nos. Yes
Supply its Toolkit 1 Set Yes
Page 45 of 91
Output 500kg/day Yes
Power 6.5kw Yes
Trays 300PCS Yes
CBM 28.9 Yes
Weight 1200kg Yes
Demission 11 Mtr X 5 Mtr X 2.5 Mtr Yes
One year’s warranty Yes
Supporting Document
Technical literature
Yes
9. SPECIFICATIONS FOR MULTI-FUNCTION PACKAGING MACHINE - (Delivery
Location – KALRO Kitale and Katumani) Qty 4
Bidder’s response column must be filled either yes or no.
Bidders must attach technical literature for item quoted
Specification Required Bidders Response
Supply install and commission at clients site Yes
Train four users and two maintenance staff Yes
Machine Material: 304# Stainless steel & Carbon steel Yes
Packaging Type: Film, Foil, Pouch, Stand-up Pouch Yes
Certification: CE Yes
Application Food, Yes
Power: 220-240V 50- 60 Hz Yes
3 years warranty Yes
Supporting Document
Technical literature
Yes
Page 46 of 91
10. SPECIFICATIONS FOR MULTIPLE FRUIT JUICE EXTRACTOR (Delivery
Location – KALRO Kitale and KALRO Katumani) Qty 4
Bidder’s response column must be filled either yes or no.
Bidders must attach technical literature for item quoted
Specification Required Bidders Response
Supply install and commission at clients site Yes
Masticating Juice Extractor Yes
Finish Chrome Yes
Speed 80 RPMs Low-Speed Yes
Continuous Juicing with Automatic Pulp Ejection Yes
Exclusive “Dual Stage” Masticating Extraction Yes
built in reverse prevents clogging Yes
Horizontal masticating / single gear / single auger Yes
Include Yes
Two round noodle nozzles Yes
Two flat noodle nozzles Yes
Two bread stick nozzles Yes
Juicing and blank screens Yes
HD GE Ultem Auger Yes
Two collection bowls Yes
Cleaning brush Yes
Plunger Yes
Sieve Yes
3 years warranty Yes
Supporting Document
Technical literature
Yes
Page 47 of 91
11. SPECIFICATIONS FOR RIPE MANGO DRIERS (Delivery Location – KALRO
Kitale and Katumani) Qty 4
Bidder’s response column must be filled either yes or no.
Bidders must attach technical literature for item quoted
Specification Required Bidders Response
Supply install and commission at clients site Yes
Train four users and two maintenance staff Yes
Machine Body : 4 M.S. Stands & Stainless steel body Yes
Production Cap. : 350 to 400 kg per hour Yes
Power: 220-240V 50- 60 Hz Yes
3 years warranty Yes
Supporting Document Technical literature Yes
12. SPECIFICATIONS FOR RIPE MANGO PULPER (Delivery Location – KALRO
Kitale and Katumani) Qty 4
Bidder’s response column must be filled either yes or no.
Bidders must attach technical literature for item quoted
Specification Required Bidders
Response
Supply install and commission at clients site Yes
Train four users and two maintenance staff Yes
Machine Body : 4 M.S. Stands & Stainless steel body Yes
Motor : 1.5 HP Single Phase/1440 RPM Yes
Production Cap. : 350 to 400 kg per hour Yes
Semi-Automatic Yes
Power: 220-240V 50- 60 Hz Yes
3 years warranty Yes
Supporting Document
Technical literature
Yes
Page 48 of 91
13. SPECIFICATIONS FOR MANGO JUICE PASTEURIZER (Delivery Location –
KALRO Genetic Research Resource Centre) Qty 1
Bidder’s response column must be filled either yes or no.
Bidders must attach technical literature for item quoted
Specification Required Bidders
Response
Supply install and commission at clients site Yes
Train four users and two maintenance staff Yes
tube in tube spiral flow pipes for steam and products Yes
Steam at the inlet with pneumatic valve controlled by a
temperature indicator.
Yes
Temperature range from 50° to 150°C. Yes
heats the juice up to sterilization temperature, keep it in hold up
to required time,
Yes
Materials in contact with liquids are in AISI 316 stainless steel. Yes
Pre-heater is complete of condense discharge, steam connection
pipe.
Yes
Single tube heat exchangers. Yes
Power: 220-240V 50- 60 Hz Yes
3 years warranty Yes
Supporting Document
Technical literature
Yes
Page 49 of 91
14. SPECIFICATIONS FOR COOLER BOXES, (Delivery Location – KALRO Kitale)
Qty 20
Bidder’s response column must be filled either yes or no.
Bidders must attach technical literature for item quoted
Specification Required Bidders
Response
Holds: 130 cans Yes
Capacity: 90L Yes
Hinged lid, Yes
4 beverage holders, Yes
Certification: CE Yes
rustproof, leak-resistant drain Yes
leak-resistant drain Yes
2-way handles for easier lifting and carrying Yes
Cooling performance: 56h 25 min Yes
with Freeze Pack Yes
Polyurethane insulation material Yes
3 years warranty Yes
Supporting Document
Technical literature
Yes
Page 50 of 91
15. SPECIFICATIONS FOR ECF VACCINE AUTOMATIC STRAW FILLING
MACHINE AND ACCESSORIES (Muguga vet) Qty 1
Bidder’s response column must be filled either yes or no.
Bidders must attach technical literature for item quoted
Specification Required Bidders
Response
Fills both 0.25ml and 0.5ml straws Yes
Ultra sound sealer Yes
Capacity (through put) 4000 straws/hr Yes
Compact Yes
Filling nozzles 0.25mls and 0.5mls Yes
Suction nozzles 0.25mls and 0.5mls Yes
Washer Yes
Filling tubing Yes
Power rating 220-240V 50-60Hz Yes
Supply spares for two years servicing Yes
One year’s warranty Yes
Supporting Document
Technical literature
Yes
Page 51 of 91
16. SPECIFICATIONS FOR ANALYTICAL WEIGHING BALANCE
(Delivery Location –KALRO Kabete and Biotechnology Kabete) Qty 2
Specification Required Bidders
Response
Supply install and commission at clients site Yes
Train four users and two maintenance staff Yes
Capacity 120g Yes
Readability 0.01 mg Yes
Repeatability 0.1 mg Yes
Linearity (+/-) 0.2 mg Yes
Pan Size (mm / inch) 90Ø / 3.5”Ø Yes
Response Time 2 - 3 Sec Yes
Display Alpha Numeric LCD Display Yes
Calibration Motorized External Calibration Yes
Units of Measure g, mg, ct, GN, mo, oz, dwt etc. Yes
Rate Range Full Yes
Operating Temp. + 10º to 40ºC Yes
Sensitivity Drift. ± 2ppm (2 x 10-6 / ºC) Yes
Minimum Sample Wt. as per USP Approx 100 to 150mg Yes
Application Modes PCS, % Weighing, Animal / Dynamic Yes
Weighing, Check Weighing Yes
Automatic Density, Determination. Yes
Power Supply A/C Adaptor 230V50-60Hz Yes
Compliance ISO, GLP / GMP USP Compliance Yes
Spares Yes
Supply spares for the first service Yes
Unlimited warranty 2 years
Supporting Document
Technical literature
Yes
Page 52 of 91
17. SPECIFICATIONS FOR WATER BATH (Delivery Location –KALRO
Biotechnology Kabete) Qty 2
Bidder’s response column must be filled either yes or no.
Bidders must attach technical literature for item quoted
Specification Required Bidders
Response
Supply install and commission at clients site Yes
Temperature Range (Metric) Amb. +5°C to 100°C Yes
Heating Capacity 1200W Yes
Bath Volume 15L (4.0 GAL) Yes
Model Precision SWB 15 Yes
Temperature Uniformity ±0.05 °C Yes
Amperage 9.010.5 Yes
/ 4.35.0 Yes
(120V/230V) Yes
Cabinet Material Epoxy Powder Coated Cold Rolled Steel Yes
Chamber Material 304 Stainless Steel Yes
Display Monochrome LCD Yes
Description 15L Shaking Water Bath Yes
Certifications/Compliance UL, CE Yes
Dimensions (L x W x H) Exterior 15.5 x 24.9 x 9.8 in. (394 x 632 x
249mm)
Yes
Electrical Requirements Global Voltage 100115V/ Yes
200230V, Yes
50/60Hz Yes
Controller Type Digital Yes
Temperature Stability ±0.1 °C Yes
Temperature Presets 4 Yes
Page 53 of 91
Includes Stainless Steel Gable Cover, Shaking Tray, and Rubber
Duck
Yes
Glass Thermometer Spirit; filled, 0° to 105°C, 6.5 in. (165mm) long Yes
VersaRack - Stainless steel adjustable rack YES
Unlimited Warranty 2 Years
Supporting Document
Technical literature
Yes
18. SPECIFICATIONS FOR FREEZE DRIER - 1 unit (Muguga FCRC)
Bidder’s response column must be filled either yes or no.
Bidders must attach technical literature for item quoted
Specification Required Bidders
Response
Maximum Low Condenser Temperature (°C) 50Hz -85C Yes
10kg/batch freeze dryer Yes
220-480V, 3 phase 50/60Hz Yes
ISO, CE, UL conductive freeze drying machine freeze in place Yes
2 to 5 shelves Yes
Shelf temp -25 to 70 (option: -45 to 70) Yes
Process animal feed material Yes
Power rating 240V 50Hz Yes
One year’s warranty Yes
Supporting Document
Technical literature
Yes
Page 54 of 91
19. SPECIFICATIONS FOR FREEZER (Delivery Location – KALRO Kitale and
Katumani) Qty 4
Bidder’s response column must be filled either yes or no.
Bidders must attach technical literature for item quoted
Specification Required Bidders
Response
Supply install and commission at clients site Yes
Train four users and two maintenance staff Yes
Details: Yes
Freezer cabinet temperature range: -12° to -30°C (factory setpoint -
30°C)
Yes
Digital temperature controller with intuitive interface
Excellent temperature stability of ±3°C Yes
High-density, fluorine free insulation Yes
Automatic defrost Yes
Security: Yes
Keyed on/off switch Yes
High/Low Temperature, Visual/Audio alarms
Easily accessible contacts for backup monitoring Yes
Door ajar alarm (except sliding glass doors) Yes
Control panel with key lock Yes
Quality: Yes
Painted, high-quality steel exterior Yes
Casters for easy mobility with leveling for better stability Yes
Power: 220-240V 50Hz Yes
3 years warranty Yes
Supporting Document
Technical literature
Yes
Page 55 of 91
20. SPECIFICATIONS FOR GAS PRODUCTION EQUIPMENT (Kakamega) Qty 1
Bidder’s response column must be filled either yes or no.
Bidders must attach technical literature for item quoted
Specification Required Bidders
Response
1. Pressure Transducer
Type: Strain Gauge Yes
Range: 0-15 psi Yes
Connection: 318” BSP male, Taper, 17I4P stainless s Yes
Housing: 316 Stlst Yes
Output: 4 to 20mA (2 wire current loop. Max load: Vs – 7 x 50 ohms Yes
Supply: 7 to 35V DC Yes
Electrical Connection: Cable fitted 1 metre to IP65 Yes
Accuracy: ± 0.25% FSD Yes
CE marked Yes
2. Needle Adaptor Yes
Connection: 318" BSP Female, Taper, 316 Stainless Steel. For use
with above transducer
Yes
3. Tracker 221Digital Panel Meter
Range: 0 to 15 psi Yes
Input: 4 to 20mA from above transducer. Yes
4 x Software alarms Yes
Contains DC power supply for transducer Yes
Serial Interface R5422 I 485 Yes
Mains supply: 90 to 265Y ac 5A16A Hz Yes
Case size: 96 x 48mm Yes
4. Data Logger
Record: 32000-64000 Yes
Page 56 of 91
Sample rate: 1 every 2 seconds - 1 every 24 hours Yes
USB connection: Yes Yes
2 user programmed alarms high or low Yes
Software Track-it software program device view data (historic or real
time, export to excel
Yes
Battery: Lithium 1/2AA 1.2Ah material stainless steel Yes
Pressure ranges: 0-35 psi Yes
Accuracy: ± 0.25% Yes
Resolution: 0.01% Yes
Overpressure rating: 1.5 times max Yes
Temperature range: -20 to 85oC Yes
Accuracy: ± 2oC Yes
Resolution: 0.06oC Yes
5. Universal Isolated Interface Converter
Ports: Two asynchronous ports, TX & RX signals only. XON/XOFF
selectable.
Yes
Port parameters: KD485-STD: 0 to 115200 baud, all character
formats.
Yes
KD485-ADE/PROG: 30-115200 baud, n/e/o parity, 7/8 data bits, 1/2
stop bits.
Yes
20mA Loop ports: 30-19200 baud Yes
Interface Options: Standard product: port 1 is RS232; port 2 is
RS422/485. Any combination of RS232, RS422/485 or 20mA loop
Yes
RS232: Receiver threshold +1.5V typ. Receiver Rin 5kΩ typ. TX o/p
±8V typ (3k load)
Yes
RS422/485: Receiver threshold 200mV typ (differential). Receiver
Rin 12kΩ min. TX o/p 0 to +5V (no DC load); +2 to +3V (120Ω
ohm load)
Yes
20mA loop: Input: LED, nominal drop 2V Yes
Output: o/coll. transistor, Vce(sat) < 2V Yes
Page 57 of 91
20mA current source: accuracy±20% Yes
Power supply: +7V to +35V DC. +12V DC +7V to +26V DC if two
20mA Loop ports are fitted. Input power approx. constant at 1-2
watts (startup current 300-600mA)
Yes
supply voltage must reach 7V in <1 sec Yes
Isolation: 64V PK, tested at >1000V AC RMS, 1 second Yes
Environmental: Operating temperature 0 to +50C Yes
Storage temperature -25C to +70C Yes
Relative humidity (operating and storage) 0 to 90%, non-condensing Yes
Ventilation: Rail-mounted KD485 must have a 50mm gap above and
below
Yes
EMC compliance: Emissions EN50081-2 (94), immunity EN50082-2
(95)
Yes
6. Ankom RF Gas Start Kit Specifications
i. Gas Production sensor modules (RF1) with researchable
batteries and 25o ml sample bottles– 5 No.
Yes
ii. A remote zero (to measure ambient temperature) Yes
iii. Operational system software using a Window XP/Vista or
higher
Yes
iv. A computer interface base Coordinator with USB cable Yes
v. Ten station battery charger Yes
vi. Valve cleaning kit Yes
Measuring Principle: Manometric Yes
Cumulative Pressure Range:-10.0 to 500.0 psi (bar equivalent
included)
Yes
Accuracy: ± 1% of measured value Yes
Resolution: ± 0.04 Yes
Module Height: w/250ml bottle 20.3 cm Diameter (without bottle):
7.2 cm
Yes
Jar Capacity: 250ml Yes
Page 58 of 91
Temperature Sensor: ± 2° C Yes
Supporting Document
Technical literature
Yes
21. SPECIFICATIONS FOR DAIRY EQUIPMENT UNDER USAID FTF PROJECT
DIGITAL SOMATIC CELL COUNTER (Muguga Vet) Qty 1
Bidder’s response column must be filled either yes or no.
Bidders must attach technical literature for item quoted
Specification Required Bidders
Response
Measuring Range expressed as somatic cells count per ml = 90,000
– 1,500,000
Yes
Accuracy = -+ 5% Yes
Average time per one measurement = 4 minutes Yes
Size = 200x260x290 mm Yes
Weight = <4.5 Kg Yes
Power consumption = <30W Yes
AC 220-240V, 50-60Hz power supply Yes
DC power supply voltage = 12V – 14.2V Yes
Warranty: One year Yes
Supporting Document
Technical literature
Yes
Page 59 of 91
22. SPECIFICATIONS FOR VERSATILE FEED PELLETER – (Muguga FCRC &
Naivasha) Qty= 2 units
Bidder’s response column must be filled either yes or no.
Bidders must attach technical literature for item quoted
Specification Required Bidders
Response
Capacity (through put) 0.4 to 1 t/h Yes
Adjustable speed Yes
Double motor with triangle belt driving system Yes
Minimal effect on power grid on starting the motor Yes
Support bar and main shaft forged together to ensure uniform gap
between roller and ring die
Yes
Versatile pelleter for livestock, poultry, ruminant and aquatic feed Yes
Power rating 240V 50Hz Yes
Supply spares for two years servicing Yes
One year’s warranty Yes
Supporting Document Technical literature Yes
Page 60 of 91
23. SPECIFICATIONS FOR VERTICAL FEED MIXER – (Muguga FCRC & DRI -
Naivasha) Qty 2 Units
Bidder’s response column must be filled either yes or no.
Bidders must attach technical literature for item quoted
Specification Required Bidders
Response
Top loading feed hopper Yes
One tonne capacity Yes
Three phase powered 415V 5oHz Yes
Removal sprout Yes
Spades Yes
Wheel barrows (4) Yes
Supporting Document
Technical literature
Yes
Page 61 of 91
24. SPECIFICATIONS FOR % ERH PORTABLE ANALYZER (Delivery Location –
KALRO Genetic Research Resource Centre) Qty 1
Bidder’s response column must be filled either yes or no.
Bidders must attach technical literature for item quoted
Specification Required Bidders
Response
Supply install and commission at clients site Yes
Train four users and two maintenance staff Yes
Range of application -10…60 °C (14…140 °F) / 0…1 Aw / 0…100 %RH Yes
All psychometric calculations available Yes
probe inputs 1 Yes
Probe connections 2HygroClip2 or analog input 0…3.2 VDC (power supply
for analog probe: 5 VDC)
Yes
Start-up time 3 s Yes
Measurement interval 1 s, 10 s, 1 min, 10 min Yes
Parameters shown Aw, % RH, °C, °F Yes
LCD 3-line alphanumeric with trend indicators Yes
Acoustical alarm (Beeper) No
Battery indicator Yes
Clock Real time clock provides a time stamp for every measurement Yes
Audible alarm to indicate completed measurement Yes
Memory size Capture mode: 8 x 250 values / Logging mode: 10,000 values Yes
Probe adjustment Single or multiple point for relative humidity &
temperature.
One or two point temperature
Yes
One or two point temperature Yes
Aw-quick mode Yes
Aw Quick function Integrated and via HW4 software HW4-P-QUICK-Vx Yes
Firmware update With internet and HW4 software Yes
Page 62 of 91
Communication interfaces Mini USB Yes
Service Interface Mini USB Yes
Enclosure material ABS Yes
IP protection rating IP30 Yes
FDA / GAMP FDA 21 CFR part 11 / GAMP5 Yes
CE / EMC conform EMC 2008/108/EG Yes
Power supply 9V power supply via mini USB, Yes
3 years warranty Yes
Supporting Document
Technical literature
Yes
25. SPECIFICATIONS FOR SEED CLEANER AND SEED GRADER
(Delivery Location – KALRO Genetic Research Resource Centre) QTY 1
Bidder’s response column must be filled either yes or no.
Bidders must attach technical literature for item quoted
Specification Required Bidders
Response
Supply install and commission at clients site Yes
Train four users and two maintenance staff Yes
Hopper Capacity: 6 litres Yes
With Electromagnetic feeder and controls Yes
Hopper can be bypassed for bulk applications Yes
With 3 x Collection Hoppers 15 litres Yes
4 x areas for product to collect Yes
a. Heavy Yes
b. Medium. Yes
c. Light Yes
Page 63 of 91
d. Very Light weight into dust bag under filter Yes
2 x Adjustable air vents for separation at 2 levels
Powder Coated Smooth air chamber Yes
Depth of air channel 125 mm Yes
Meshed air filter before fan Yes
High efficiency Pleated dust filter easy clean handle Yes
Clear acrylic front panel Yes
Adjustable stepless airflow control with digital air speed indicator. Yes
Free standing unit on wheels with polyurethane tyres Yes
Step up platform Yes
Capable of sorting a huge range of seed types from grains to native species Yes
Process volume of up to 300-500kg/hr of material based on wheat. Yes
Supply with 3 x Collection Bins , 2 dust bags, 1 pleated filter Yes
Power: 220-240V 50- 60 Hz Yes
3 years warranty Yes
Supporting Document
Technical literature
Yes
Page 64 of 91
26. SPECIFICATIONS FOR SEED COUNTER (Delivery Location – KALRO Genetic
Research Resource Centre) Qty 1
Bidder’s response column must be filled either yes or no.
Bidders must attach technical literature for item quoted
Specification Required Bidders
Response
Supply install and commission at clients site Yes
Train four users and two maintenance staff Yes
Counts up to 5000 seeds/min Yes
Compact Design Yes
Removable Hopper Yes
Accommodates Small to Large seeds Yes
Compatible with Contafill 2 Yes
Remote Control Capability Yes
Accurate -Precise Count Yes
seed sizes from 0.3 to 15 mm Yes
adjustable size and speed Yes
RS232 interface Yes
include packaging unit Yes
selects its counting speed automatically dependent on the
size of the material to be counted
Yes
recognize when the receptacle or the feed container is absent Yes
Power: 220-240V 50- 60 Hz Yes
3 years warranty Yes
Supporting Document
Technical literature
Yes
Page 65 of 91
27. SPECIFICATIONS FOR SEGMENTED FLOW ANALYZER (Delivery Location –
KALRO Kabete) Qty 1
Bidder’s response column must be filled either yes or no.
Bidders must attach technical literature for item quoted
Specification Required Bidders
Response
CONTINUOUS FLOW ANALYZER
Supply install and commission at clients site Yes
Train four users and two maintenance staff four two days Yes
Up to 5 chemistry channels Yes
Proportioning pump 2x 16 channel with dual pump deck. Yes
Built-in 10 channel high precision air injector. Yes
Build-in air supply pump Yes
Separated compartments for electronics, chemistry and
detector
Yes
SAMPLER Yes
Computer controlled XYZ sampler series
Random Access, Computer Controlled, 300 sample positions. Yes
5 removable racks with 60 sample positions each Yes
4 channel build-in rinsing pump. Yes
Automatic pre and post dilutions of samples (include Diluter
Station).
Yes
Automatic preparation of working standard solutions for
chemistry calibration
Yes
DATA ACQUISITION SOFTWARE Yes
To Controls up to 16 analysis channels simultaneously Yes
graphics display of detailed analyzer hardware configuration
Automatic preparation of working standards Yes
Page 66 of 91
Multiple stock standard solutions for automatic makeup of
independent working standards series
Random access sampling
Automatic pre- and post- dilutions of samples Yes
Multiple sample post dilutions in case of over range after 1st
post dilution (cascading)
Yes
Automatic and unattended start of analysis run at user
programmed time
Yes
Dilution volumes up to 25 ml Yes
Automatic selection of optimal calibration order (ISO 8466) Yes
Automatic dilution and resampling of carry over samples Yes
Compliant to 21 CFR Part 11 for data integrity and data safety Yes
Compliant to CLP (Contract Laboratory Program) Yes
On-line help. Yes
Compatible with Windows 7™ professional and Windows 8.1
professional
Yes
Free updates for 5 years. Yes
Applications Yes
Aluminums Yes
Ammonia Yes
Calcium Yes
Carbon Yes
Iron Yes
Nitrogen (TKN) Yes
Total UV digestible Phosphate Yes
Phosphate (ortho/total) Yes
Potassium Yes
Sulphate Yes
Urea Yes
Page 67 of 91
Zinc Yes
Sodium Yes
Cobalt Yes
Copper Yes
Nitrate Yes
Nitrite Yes
Instrument to be supplied complete with its computer Yes
Warranty 1 year
Supporting Document
Technical literature
Yes
28. SPECIFICATIONS FOR BLOCK DIGESTER (Delivery Location- KALRO Kabete)
Qty 1
Bidder’s response column must be filled either yes or no.
Bidders must attach technical literature for item quoted
Specification Required Bidders Response
Includes tube rack and 42 tubes of 100ml Yes
Block; cast Aluminium insulated enamelled steel housing Yes
Power consumption; 2500 VA Yes
Time settings; 0 - 999 min., steps of 1 minute Yes
4 independent temp. settings ambient to 460 °C Yes
Warm up time; approx. 50 min. from 17 ° to 400 °C Yes
Stability; ±1 ° C. at 200° C Yes
Display for continuous temp. control Yes
1 Year Warranty Year
Supporting Document
Technical literature
Yes
Page 68 of 91
29. SPECIFICATIONS FOR REAL TIME PCR (Delivery Location – KALRO Kabete)
Qty 1
Bidder’s response column must be filled either yes or no.
Bidders must attach technical literature for item quoted
Specification Required BIDDERS
RESPONSE
Supply install and commission at clients site Yes
Train four users and two maintenance staff Yes
Maximum ramp rate 5oC/sec Yes
Average ramp rate 3.3oC/sec Yes
Peltier heating and cooling method Yes
Maximum lid temperatures 105oC Yes
Temperature ranges 1- 100oC Yes
Temperature accuracy ±0.2oCof programmed target at 90oC Yes
Temperature uniformity ±0.4oC well- to- well within 10 secs arrival at
90oC
Yes
Gradient operation range 30 – 100o C Yes
Gradient programmable span 1 – 24o C Yes
Excitation 6 filtered LEDs Yes
Detection 6 filtered photodiodes Yes
Range of excitation and emission 450nM to 730nM wavelengths Yes
Detects one copy of target sequence human genomics DNA Yes
Ten orders of magnitude Dynamic range Yes
Scan time for all channels 12 sec Yes
Scan time for FAM /SYBR green only 3sec Yes
Windows xp, windows vista or better operating software Yes
At least 1GB memory space Yes
Multiplex analysis up to 5 targets per well Yes
Data analysis mode: PCR quantitation with std curves Yes
With melt curve analysis Yes
Gene expression by relative quantity Yes
Allelic discrimination Yes
End point analysis Yes
Data export facilities Yes
Must be licensed as real time PCR Yes
96 wells sample capacity Yes
Sample size 1- 50µL Yes
With communications USB 2.0 Yes
Power supply to based on 240V 50Hz
Spares Yes
Supply spares for the first service Yes
Unlimited Warranty 2 Years
Supporting Document
Technical literature
Yes
Page 69 of 91
30. SPECIFICATIONS FOR Quantitative Real Time PCR Machine (Delivery
Location – KALRO Biotechnology, Muguga) Qty 1 Bidder’s response column must be filled either yes or no. Bidders must attach technical literature for item quoted
Specification Required Bidders
Response
Supply install and commission at clients site Yes
Train users Yes
Sample capacity (wells); 96 or 384 Yes
Reaction volume; 10–30 μL 0.2 mL block: 10–100 μL 384-well: 5–20 μL Yes
Footprint (W x D x H) 27 cm x 50 cm x 40 cm Yes
Excitation source; Bright white LED Yes
Optical detection; 96 wells: 6 decoupled filters, 384 wells: 5 coupled filters Yes
Excitation/detection range 96 wells: 450–680 nm/500–730 nm 384 wells:
450–650 nm/500–700 nm
Yes
Multiplexing 96-well: up to 6 targets, 384-well: up to 5 targets Yes
2D barcode reading; Optional Yes
Heating/cooling method; 96 wells: 6 VeriFlex zones, 384 wells: NA Yes
Max block ramp rate; 6.5°C/sec Yes
Average sample ramp rate; 3.66°C/sec Yes
Temperature uniformity 0.4°C Yes
Temperature accuracy 0.25°C Yes
Run time; <30-minute runs Yes
Dye compatibility (name); FAM/SYBR Green, VIC/JOE/HEX/TET, ABY/
NED/TAMRA/Cy3, JUN, ROX/Texas Red, MUSTANG PURPLE, Cy®
5/LIZ™ , Cy® 5.5
Yes
Chemistry capabilities; Fast/standard Yes
Features to assist with 21 CFR Part 11 compliance; Yes, with no additional
fees
Yes
Sensitivity; Detect differences as small as 1.5-fold in target quantities in
singleplex reaction
Yes
Touch screen; Yes, interactive Yes
Key applications; Gene expression, miRNA profiling, SNP genotyping, Copy
number variation, High resolution melt, Pathogen detection
Yes
Real-Time PCR System (96-well, 0.1 mL block) Yes
Accessories Yes
Real-Time PCR System Assurance Service Plan Yes
Limited lifetime warranty Yes
Laptop or desk top computer Yes
Compatibility with MIQE guidelines Yes
Two qPCR kits Yes
Unlimited Warranty 2 Years
Supporting Document
Technical literature
Yes
Page 70 of 91
31. SPECIFICATIONS FOR MULTI BLOCK THERMO CYCLER MACHINE
(Delivery Location – KALRO Kabete and Biotechnology Kabete) Qty 2
Bidder’s response column must be filled either yes or no. Bidders must attach technical literature for item quoted
Specification Required Bidders
Response
Supply install and commission at clients site Yes
Train four users and two maintenance staff Yes
Sample capacity 96 x 0.2 ml tubes, 0.2 ml tube strips, or 1 x 96-well plate Yes
Maximum ramp rate, °C/sec 4 Yes
Average ramp rate, °C/sec 2.5 Yes
Temperature range 4–100°C Yes
Temperature accuracy ±0.5°C of programmed target Yes
Temperature uniformity ±0.5°C well-to-well within 30 sec of arrival at target
temperature
Yes
Input power 220–240 VAC, 50–60 Hz Yes
Display 5.7'' VGA color touch screen Yes
Port 1 USB A Yes
Memory 500 typical programs; unlimited with USB flash drive expansion Yes
Gradient range 30–100°C Yes
Temperature differential range 1–25°C Yes
Spares
Supply spares for the first service Yes
2 Year Unlimited warranty Yes
Supporting Document
Technical literature
Yes
32. SPECIFICATIONS FOR ULTRA-LOW FREEZER (-800C) (Delivery
Location –KALRO Kabete) Qty 1
Bidder’s response column must be filled either yes or no. Bidders must attach technical literature for item quoted
Specification Required Bidders
Response
Supply install and commission at clients site Yes
Train four users and two maintenance staff four two days Yes
Temperature Range: -40°C to -80°C Yes
Capacity: 31 Cubic ft. / 877 Liters Yes
Page 71 of 91
Shelving: 4 Adjustable Shelves (5 Compartments) Yes
Inventory Rack Capacity: 35 Yes
Exterior w x d x h (inches): 59.5'' x 36.25'' x 79.5'' Yes
Exterior w x d x h (cm): 151.1 x 92 x 201.9 Yes
Interior w x d x h (inches): 42'' x 25'' x 51.25'' Yes
Interior w x d x h (cm): 106.7 x 63.5 x 130 Yes
Temperature Control; Touch Screen control
Displays set point and chamber temperature
Hi/Low Alarm W/ Email and SMS notification
Alarm Relay Dry Contacts
Power Failure Dry Contacts
Battery Back-up
Viewable Temperature graph
Data logging downloadable via USB or FTP
Multi-Level Security
VNC Remote Access via PC / smart devices
Yes
Alarm System; Battery operated alarm system will emit an audible and
visual signal when there is a mechanical or electrical failure. The alarm
has an over and under temperature setting, alarm silencing switch
Yes
Remote Alarm Relay; A relay for a remote alarm hook-up is also
provided
Yes
Access Port; Mounted in left hand side of the cabinet will be a 1/2"
porthole leading into the chilling chamber, complete with plugs
Yes
Refrigeration System; So-Low cascade type. Two hermetic
compressors. CFC & HCFC free refrigerants.
Yes
Construction; Chamber is 14-ga. zinc coated galvanized steel. Exterior
is 16-ga. steel. Powder coated cool gray finish.
Yes
Voltages Available; 220/260 Volts Yes
Accessories Yes
35 inventory racks Yes
Unlimited Warranty
Yes
Supporting Document
Technical literature
Yes
Page 72 of 91
33. SPECIFICATIONS FOR INCUBATOR WITH SHAKER (Delivery
Location –KALRO Kabete and Biotechnology Kabete) Qty 2
Bidder’s response column must be filled either yes or no. Bidders must attach technical literature for item quoted
Specification Required Bidders
Response
Supply install and commission at clients site Yes
Train users and maintenance staff Yes
External height (with lid/door open); 101.6 cm (40 in) Yes
Timer; 0.01 – 99.59 h, continuous Yes
Power supply; 120 V, 50 – 60 Hz Yes
Dimensions; (W × D × H), 55.9 × 76.2 × 61 cm / 22 × 30 × 24 in Yes
Weight w/o accessories; 60.3 kg / 133 lb Yes
Temperature range; ambient +5 °C to 80 °C Yes
Audible and visual alarms; yes Yes
Temperature uniformity; ±0.25 °C at 37 °C Yes
Available program modes; Constant speed and temperature;
Programmable multi-steps, RS-232 communication port
Yes
Balanced drive mechanism; Triple-eccentric with permanently
lubricated ball bearings2
Yes
Benchtop (B), Under Bench (U), Floor (F) or Stackable (S); B Yes
Memory; Nonvolatile with automatic power failure restart Yes
Motor type; Solid state, DC brushless motor Yes
Stored programs Yes
Platform size; 46 × 46 cm (18 × 18 in) Yes
Refrigerated; – Yes
Speed range; 25 – 500 rpm Yes
Multi-step programming; yes Yes
Steps per program; 15 Yes
Stored programs; 4 Yes
Accessories
Page 73 of 91
Drip pan, for universal platform Yes
Platform for Innova® 2100/40/40R/42/42R, Excella® E24/E24R, 45.7
× 45.7 cm, phenolic resin, 1 L Erlenmeyer flask dedicated platform
Yes
Platform for Innova® 2100/40/40R/42/42R, Excella® E24/E24R, 45.7
× 45.7 cm, phenolic resin, 125 mL Erlenmeyer flask dedicated platform
Yes
Platform for Innova® 2100/40/40R/42/42R, Excella® E24/E24R, 45.7
× 45.7 cm, phenolic resin, 250 mL Erlenmeyer flask dedicated platform
Yes
Platform for Innova® 2100/40/40R/42/42R, Excella® E24/E24R, 45.7
× 45.7 cm, phenolic resin, 50 mL Erlenmeyer flask dedicated platform
Yes
Warranty
2 Years
unlimited
Manufacturer Letters of Authorization Must be
provided
Supporting Document
Technical literature
Yes
34. SPECIFICATIONS FOR LAB FREEZER 48 CU FT 230V (Delivery
Location-KALRO Kabete and Biotechnology Kabete) Qty 2
Bidder’s response column must be filled either yes or no. Bidders must attach technical literature for item quoted
Specification Required Bidders
Response
Supply install and commission at clients site Yes
Train four users and two maintenance staff Yes
Details: Yes
Freezer cabinet temperature range: -12° to -30°C (factory setpoint -
30°C)
Yes
Digital temperature controller with intuitive interface Yes
Excellent temperature stability of ±3°C Yes
High-density, fluorine free insulation Yes
Automatic defrost Yes
Security: Yes
Keyed on/off switch Yes
High/Low Temperature, Visual/Audio alarms
Easily accessible contacts for backup monitoring Yes
Page 74 of 91
Door ajar alarm (except sliding glass doors) Yes
Control panel with key lock Yes
Quality: Yes
Painted, high-quality steel exterior Yes
Casters for easy mobility with leveling for better stability Yes
Quiet refrigeration system Yes
1 in. rear access port Yes
Certifications: UL listed Yes
Refrigerant R-404A Yes
Condenser Type Fin and Tube Yes
Interior Finish Anodized aluminum
Casters Yes Yes
Insulation Polyurethane foa Yes
Style Upright Yes
Spares Yes
Supply spares for the first service Yes
Unlimited Warranty 2 Years
Supporting Document
Technical literature
Yes
35. SPECIFICATIONS FOR LABORATORY MILL - 2 UNITS (Muguga FCRC & Naivasha)
Bidder’s response column must be filled either yes or no. Bidders must attach technical literature for item quoted
Specification Required Bidders Response
Rotor Speed 800 rpm at 60 Hz or 667 rpm at 50 Hz Yes
Sample Volume 50 to 1,000 g Yes
Milling Chamber Diameter 7 3/4 in, 141 cu. In Yes
Sample Input 2 1/4 in Yes
Hopper Dimensions 4 1/2 top Yes
internal diameter 2 1/4 throat Yes
internal diameter 8 1/2 depth Yes
Clearance Below Chute 140 mm Yes
Jar Chute Capacity Up to 1.8 L Yes
standard Mason glass jars Yes
Page 75 of 91
Beaker Chute Dimensions 105 mm depth 146 mm deep Yes
Beaker Chute Capacity 1,200 mL Yes
stainless steel beakers Overall Width 15 inch Yes
Overall Diameter 24 inch Yes
Overall Height 28 inch Yes
Power rating 240V 50Hz Yes
Usable interchangeably sieves including sizes 1/2, 1 and 2 mm Yes
Replacement parts:
fuses and brushes, Mill 4 Knife set stainless, adjustment screw,
lock nut, motor 230 V, 50/60 Hz, 1 phase, Replacement hopper
Yes
After sales services Yes
One year’s warranty Yes
Supporting Document
Technical literature
Yes
36. SPECIFICATIONS FOR AUTOMATED ETHER EXTRACTOR - (Muguga FCRC) 1 unit
Bidder’s response column must be filled either yes or no.
Bidders must attach technical literature for item quoted
Specification Required Bidders
Response
Official Crude Fat Procedure - AOCS Am 5-04 Yes
Low Cost & Easy-to-use Yes
Up to 100 Extractions per day Yes
Solvent Recovery at a rate of ~90% Yes
Microprocessor Controlled with LCD Readout Yes
Filter Bag Technology Yes
Small Footprint Yes
Diethylether seal upgrades Yes
220V-240 V, 60-50Hz Yes
Up to 100 Extractions per day Yes
Filter Bag Technology Yes
One year’s warranty Yes
Supporting Document
Technical literature
Yes
Page 76 of 91
SECTION VI - SCHEDULE OF REQUIREMENTS SUPPLY, DELIVERY, TRAINING, INSTALLATION AND COMMISSIONING OF
LABORATORY EQUIPMENTS TO KALRO INSTITUTES
Name of tenderer…………………………………………………………………
Tender Number ……………………………………………………………………..
Item
No.
Item Description Unit
of
Issue
Quantity Delivery Point Unit
Price
(Kshs.)
Installation
period
Installation
price
Total
Price
(Kshs.)
1.
Cold bench
Centrifuges No
2 1) KALRO
Kabete
2) KALRO
Biotechnol
ogy-
Kabete
2. Thermo Gradient
Plate Table
No. 1 KALRO Genetic
Research
Resource Centre
3. Automated Fiber
Analyzer And
Accessories
No. 1 Muguga FCRC
4. Refrigerator No 1 Muguga Vet
5. Deep chest freezer No 1 Muguga Vet
6. Incubator (1 M3)
laboratory upright No
1 Muguga FCRC
7. Low noise fume
hood No
1 KALRO
Biotechnology
Kabete
8. Hydroponic Fodder
Sprouting Machine No
1 KALRO
Kakamega
9. Multi-Function
Packaging Machine No
4 KALRO Kitale
and Katumani
10. Multiple fruit juice
extractor No
4 KALRO Kitale
and Katumani
11. Ripe Mango Driers No
4 KALRO Kitale
and Katumani
12. Ripe Mango Pulper No
4 KALRO Kitale
and Katumani
Page 77 of 91
Item
No.
Item Description Unit
of
Issue
Quantity Delivery Point Unit
Price
(Kshs.)
Installation
period
Installation
price
Total
Price
(Kshs.)
13. Mango juice
Pasteurizer No
1 KALRO Genetic
Research
Resource Centre
14. Cooler boxes No 20 KALRO Kitale
15. ECF vaccine
automatic straw
filling machine and
accessories
No
1 Muguga Vet
16.
Analytical
Weighing Balance
No 2 1) KALRO
Kabete
2) KALRO
Biotechnol
ogy-
Kabete
17.
Water bath No
2 KALRO
Biotechnology-
Kabete
18. Freeze drier No 1 Muguga FCRC
19. Freezer No
4 KALRO Kitale
and Katumani
20. Gas production
equipment No
1 KALRO-
Kakamega
21. Digital Somatic
Cell Counter No
1 Muguga Vet
22. Versitile Feed
Pelleter No
2 Muguga FCRC &
Naivasha
23. Vertical Feed
Mixer No
2 Muguga FCRC &
DRI -Naivasha
24. % ERH portable
analyzer No
1 KALRO Genetic
Research
Resource Centre
25. Seed cleaner and
seed grader No
1 KALRO Genetic
Research
Resource Centre
26.
Seed Counter No
1 KALRO Genetic
Research
Resource Centre
27. Segmented Flow
Analyzer No
1 KALRO Kabete
28. Block Digester No
1 KALRO Kabete
Page 78 of 91
Item
No.
Item Description Unit
of
Issue
Quantity Delivery Point Unit
Price
(Kshs.)
Installation
period
Installation
price
Total
Price
(Kshs.)
29. Real time PCR No
1 KALRO Kabete
30. Quantitative real
time PRC machine No
1 KALRO
Biotechnology,
Muguga
31.
Multi block thermo
cycler machine No
2 1) KALRO
Kabete
2) KALRO
Biotechnol
ogy-
Kabete
32. Ultra-Low Freezer
(-800C) No
1 KALRO Kabete
33.
Incubator with
shaker No
2 1) KALRO
Kabete
2) KALRO
Biotechnol
ogy-
Kabete
34.
Lab Freezer 48 Cu
Ft 230V No
2 1) KALRO
Kabete
2) KALRO
Biotechnol
ogy-
Kabete
35. Laboratory mill No
2 Muguga FCRC &
Naivasha
36. Automated Ether
Extractor No
1 Muguga FCRC
GRAND TOTAL
……………………………………… ……………………… ………………………
Name (Authorized Official): Signature Date
Page 79 of 91
SECTION VII - PRICE SCHEDULE FOR GOODS
Name of tenderer: ________________________________________________ Tender Number _______________________________ Page ___ of
1 2 3 4 5 6 7
8
Item Description Country
of origin
Quantity Unit
price
Total Price EXW per
item
(cols.
4x5)
Unit price of
other
incidental
services
payable
Delivery
Period
(Maximum
45 Days)
1. Cold bench
Centrifuges
2
2. Thermo Gradient
Plate Table 1
3. Automated Fiber
Analyzer And
Accessories
1
4. Refrigerator 1
5. Deep chest
freezer 1
6. Incubator (1 M3)
laboratory
upright
1
7. Low noise fume
hood 1
8. Hydroponic
Fodder Sprouting
Machine
1
9. Multi-Function
Packaging
Machine
4
10. Multiple fruit
juice extractor 4
11. Ripe Mango
Driers 4
12. Ripe Mango
Pulper 4
13. Mango juice
Pasteurizer 1
Page 80 of 91
1 2 3 4 5 6 7
8
Item Description Country
of origin
Quantity Unit
price
Total Price EXW per
item
(cols.
4x5)
Unit price of
other
incidental
services
payable
Delivery
Period
(Maximum
45 Days)
14. Cooler boxes 20
15. ECF vaccine
automatic straw
filling machine
and accessories
1
16. Analytical
Weighing
Balance
2
17. Water bath 2
18. Freeze drier 1
19. Freezer 4
20. Gas production
equipment 1
21. Digital Somatic
Cell Counter 1
22. Versitile Feed
Pelleter 2
23. Vertical Feed
Mixer 2
24. % ERH portable
analyzer 1
25. Seed cleaner and
seed grader 1
26. Seed Counter 1
27. Segmented Flow
Analyzer 1
28. Block Digester 1
29. Real time PCR 1
30. Quantitative real
time PRC
machine
1
Page 81 of 91
1 2 3 4 5 6 7
8
Item Description Country
of origin
Quantity Unit
price
Total Price EXW per
item
(cols.
4x5)
Unit price of
other
incidental
services
payable
Delivery
Period
(Maximum
45 Days)
31. Multi block
thermo cycler
machine
2
32. Ultra-Low
Freezer (-800C)
1
33. Incubator with
shaker
2
34. Lab Freezer 48
Cu Ft 230V
2
35. Laboratory mill 2
36. Automated Ether
Extractor
1
TOTAL
Signature and Stamp of tenderer _____________________
Note: In case of discrepancy between unit price and total, the unit price shall prevail.
Page 82 of 91
SECTION VIII - STANDARD FORMS
8.1 FORM OF TENDER
Tender No. Date To:
[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
Page 83 of 91
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 ………………. E mail …………….
Nature of Business ……………………………………………………………………………………………..
Registration Certificate No. …………………………………………………………………………………
Maximum value of business which you can handle at any one time – Kshs. …………………………………
Name of your bankers ……………………………………….. Branch ………………………………………
Part 2 (a) – Sole 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. ………………………………………………………………………………………
3. ………………………………………………………………………………………..
4. ………………………………………………………………………………………..
Part 2 (c ) – Registered Company
Private or Public ……………………………………………………………………………………….
State the nominal and issued capital of company-
Nominal Kshs. ………………………………
Issued Kshs. …………………………………
Given details of all directors as follows
Name Nationality Citizenship Details Shares
1…………………………………………………………………………………………………………
2. ………………………………………………………………………………………………………..
3. ………………………………………………………………………………………………………
4. ………………………………………………………………………………………………………
5 ……………………………………………………………………………………………………….
Date ………………………………………………….. Signature of Candidate
………………………………..
If a Kenya Citizen, indicate under “Citizenship Details” whether by Birth, Naturalization or
registration.
Page 84 of 91
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)
Page 85 of 91
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)
Page 86 of 91
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]
Page 87 of 91
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]
Page 88 of 91
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.
Page 89 of 91
8.8 Tender Securing Declaration Form (To be filled only by Disadvantaged groups; women, youth and Persons with disability)
(The Bidder shall complete this Form in accordance with the instructions indicated)
Date of Bid submission: ……………………………………
Tender No: ………………………………………………………
To: ……………………………………………………………………………
………………………………………….. (Employer).
We, the undersigned, declare that:
1. We understand that according to your conditions, bids must be supported by a Bid –Securing Declaration.
2. We accept that we will be suspended from being eligible for bidding in any contract with the Employer for the period of time of ……….. starting on ……………, if we are in breach of our obligation(s) under the bid conditions, because we;
a. Have withdrawn our Bid during the period of bid validity specified in the
Bidding data sheet; or
b. Having been notified of the acceptance of our Bid by the Employer during the period of bid validity;
i. Fail or refuse to execute the contract, if required, or
ii. Fail or refuse to furnish the performance security, in accordance with the ITT.
3. We understand that this Bid Securing Declaration shall expire if we are not the successful Bidder, upon the earlier of
i. Our receipt of a copy of your notification of the name of the successful Bidder; or ii. Twenty-eight days after the expiration of the Tender.
4. We understand that if we are a joint Venture, the Bid Securing Declaration must be in the name of the Joint Venture that submits the bid and if the joint venture has not been legally constituted at the time of bidding, the Bid-Securing Declaration shall be in the names of all future partners as named in the letter of intent.
Signed: ………………in the capacity of………………………………
Name: ……………………… (Complete name of person signing this form)
Duly authorized to sign the bid for and on behalf of
…………………………………………… (Complete name of Bidder)
Dated……………on…………day of………………
Page 90 of 91
8.9 LETTER OF NOTIFICATION OF AWARD
Address of Procuring Entity
_____________________ _____________________
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 OFFICER
Page 91 of 91
8.10 FORM RB 1
REPUBLIC OF KENYA
PUBLIC PROCUREMENT ADMINISTRATIVE REVIEW BOARD
APPLICATION NO…………….OF……….….20……...
BETWEEN
…………………………………………….APPLICANT
AND
…………………………………RESPONDENT (Procuring Entity)
Request for review of the decision of the…………… (Name of the Procuring Entity) of
……………dated the…day of ………….20……….in the matter of Tender No………..…of
…………..20…
REQUEST FOR REVIEW
I/We……………………………,the above named Applicant(s), of address: Physical
address…………….Fax No……Tel. No……..Email ……………, hereby request the Public Procurement
Administrative Review Board to review the whole/part of the above mentioned decision on the following grounds
, namely:-
1.
2.
etc.
By this memorandum, the Applicant requests the Board for an order/orders that: -
1.
2.
etc
SIGNED ……………….(Applicant)
Dated on…………….day of ……………/…20…
FOR OFFICIAL USE ONLY
Lodged with the Secretary Public Procurement Administrative Review Board on ………… day of
………....20….………
SIGNED
Board Secretary
Recommended