REPUBLIC OF KENYA
MINISTRY OF HEALTH
HEALTH SECTOR EQUALIZATION FUND PROJECT
P.O. BOX 30016 – 00100
NAIROBI
TENDER NO.MOH/ HSEFP/02/2017-2018
FOR SUPPLY, INSTALLATION, TESTING AND
COMMISSIONING OF MEDICAL EQUIPMENTSAND
INSTRUMENTS
FOR
TAITA TAVETA COUNTY
CLOSING/OPENING DATE: FRIDAY, 15TH SEPTEMBER, 2017
TIME: AT 10.00 A.M.
Serial No
Receipt No
2
TABLE OF CONTENTS
PAGE
INTRODUCTION ……………………… 3
SECTION I INVITATION TO TENDER ……………………………. 4
SECTION II INSTRUCTIONS TO TENDERERS ……………………. 5
Appendix to Instructions to tenderers ……….. 23
SECTION III GENERAL CONDITIONS OF CONTRACT……………. 33
SECTION IV SPECIAL CONDITIONS OF CONTRACT …….............. 41
SECTION V SCHEDULE OF REQUIREMENTS AND PRICE………. 47
SECTION VI TECHNICAL SPECIFICATION ……………………….... 53
SECTION VII STANDARD FORMS …………………………………..... 129
7.1 FORM OF TENDER …………………………………………….. 131
7.2 CONFIDENTIAL BUSINESS &QUESTIONNAIRE FORM…… 132
7.3 TENDER SECURITY FORM …………………………………… 133
7.4 CONTRACT FORM …………………………………………….. 134
7.5 PERFORMANCE SECURITY FORM…………………………... 135
7.6 BANK QUARANTEE FOR ADVANCE PAYMENT ………… 136
7.7 MANUFACTURER’S AUTHORIZATION FORM ……………… 137
3
INTRODUCTION 1.1This standard tender document for supply, installation and
commissioning of plant and equipment has been prepared for use by
public entities in Kenya.
1.2The following general conditions should be observed when using the
document.
a) Specific details should be furnished in the tender notice and in
the special conditions of contract. The final document to be
provided to the tenderers should not have blank spaces or give
options.
b) The instructions to the tenderers and the general conditions of
contract should remain unchanged. Any necessary amendments
to these parts should be made through the special conditions of
contracts and the appendix to instructions to the tenderers.
1.3 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 in the tender and
shall indicate any important tender requirements.
1.4 The invitation to tender shall be issued as an advertisement in
accordance with the regulations as a letter of invitation addressed to
tenderers who have expressed interest following an advertisement of
a prequalification tender.
1.5 The cover of the tender document shall be modified to include:
i.Tender number.
ii.Tender name.
iii.Name of procuring entity.
iv.Delete name and address of PPOA.
4
SECTION I INVITATION TO TENDER
TENDER REF NO. MOH/ HSEFP/02/2017-2018
TENDER NAME FOR SUPPLY, INSTALLATION, TESTING AND
COMMISSIONING OF MEDICAL EQUIPMENTS AND
INSTRUMENTS
1.1 The Ministry of Health, Health Sector Equalization Fund Projectinvites
sealed tenders from eligible candidates for supply, Installation, Testing and
Commissioning of Medical Equipments and Instruments.
1.2 Interested eligible candidates may obtain further information from and
inspect the tender documents at Ministry of Health Headquarters, P.O
Box 30016 – 00100 Nairobi, located in Afya House, Cathedral Road
off Ngong Road, Supply Chain Management office, 5th Floor, Room
No.510B during normal working hours.
1.3 A complete set of tender documents may be obtained by interested
candidates upon payment of non-refundable fees of Kshs. 1,000 in
cash or Bankers cheque payable toPrincipal Secretary, Ministry of
Health.
1.4 Prices quoted should be net inclusive of all taxes, must be in Kenya
Shillings and shall remain valid for 150 days from the closing date of
the tender.
1.5 Completed tender documents are to be enclosed in plain sealed
envelopes marked with tender reference number and be deposited in
the Tender Box at Ministry of Health Headquarters, located in Afya
House, Cathedral Road off Ngong Road, 1st Floor or be addressed to
the Principal Secretary, Ministry of Health P.O Box P.O Box 30016 –
00100 Nairobi so as to be received on or before Friday, 15th,
September, 2017 at 10.00am.
1.6 Tenders will be opened immediately thereafter in the presence of the
Candidates or their representatives who choose to attend GTZ
Boardroom, Ground floor, Afya house, Cathedral Road Off Ngong
Road.
Head, Supply Chain Management Services
For Principal Secretary, Ministry of Health
5
SECTION II - INSTRUCTIONS TO TENDERERS
Table of Clauses Page
2.1Eligible Tenderers…………………………………. 6
2.2Eligible Equipment………………………………….. 6
2.3Cost of Tendering…………………………………. 7
2.4Contents of Tender Document……………………….. 7
2.5Clarification of Tender Documents…………………. 8
2.6Amendment of Tender Document……………………. 8
2.7Language of Tender…………………………………. 8
2.8Documents Comprising the Tender………………… 9
2.9Tender Forms……………………………………….. 9
2.10Tender Prices……………………………………….. 9
2.11Tender Currencies………………………………….. 10
2.12Tenderers Eligibility and Qualifications……………. 10
2.13Goods’ Eligibility and Conformity to Tender Document. 11
2.14Tender Security…………………………………….. 12
2.15Validity of Tenders…………………………………. 13
2.16Format and Signing of Tenders………………………. 13
2.17Sealing and Marking of Tenders…………………… 14
2.18Deadline for Submission of Tender ……………….. 14
2.19Modification and Withdrawal of Tenders………….. 15
2.20Opening of Tenders………………………………… 15
2.21Clarification of Tenders……………………………. 16
2.22Preliminary Examination……………………………16
2.23Conversion to Single Currency……………………… 17
2.24Evaluation and Comparison of Tenders…………….. 17
2.25Contacting the Procuring Entity……………………… 19
2.26Award of Contract……………………………………. 19
(a) Post Qualification………………………………… 19
(b) Award criteria …………………………………… 19
(c) Procuring Entity’s Right to Accept or Reject any
or all Tenders ………………………………….. 20
2.27 Notification of Award…………………………… 20 2.28
Signing of Contract………………………………….. 21 2.29
Performance Security ………………………………….. 21
2.30 Corrupt or Fraudulent Practices………………….. 22
6
SECTION II – INSTRUCTIONS TO TENDERERS
2.1 Eligible Tenderers
2.1.1This Invitation for Tenders is open to all tenderers eligible as described
in the Appendix to Instructions to Tenderers. Successful tenderers
shall complete the supply, install and commissioning of the equipment
by the intended completion date specified in the tender documents.
2.1.2The procuring entity’s employees, committee members, board members
and their relative (spouse and children) are not eligible to participate
in the tender unless where specially allowed under section 131 of the
Act.
2.1.3Tenderers 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.
2.1.4Tenderers involved in corrupt or fraudulent practices or debarred from
participating in public procurement shall not be eligible.
2.2 Eligible Equipment
2.2.1All equipment to be supplied and installed under the contract shall have
their origin in eligible source countries.
2.2.2For 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
2.2.3The origin of equipment is distinct from the nationality of the tenderer
and shall be treated thus in the evaluation of the tender.
7
2.3 Cost of Tendering
2.3.1 The Tenderer shall bear all costs associated with the preparation and
submission of its tender, and the procuring entity, will in no case be
responsible or liable for those costs, regardless of the conduct or
outcome of the tendering process.
2.3.2 The price to be charged for the tender document shall not exceed Ksh
5000.00
2.3.3 The procuring entity shall allow the tenderer to review the tender
document free of charge before purchase.
2.4. Contents of Tender Document
2.4.1The tender document comprises the documents listed below and
addenda issued in accordance with clause 2.6 of these instructions to
tenderers
(i) Invitation to Tender
(ii) Instructions to Tenderers
(iii) General Conditions of Contract
(iv) Special Conditions of Contract
(v) Schedule of requirements
(vi) Technical Specifications
(vii) Tender Form and Price Schedules
(viii) Tender Security Form
(ix) Contract Form
(x) Performance Security Form
(xi) Bank Guarantee for Advance Payment Form
(xii) Manufacturer’s Authorization Form
(xiii) Confidential Business Questionnaire Form
(xiv) Declaration form
(xv) Request for Review Form
2.4.2The 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
8
not substantially responsive to the tender documents in every respect
will be at the tenderers risk and may result in the rejection of its
tender.
2.5 Clarification of Tender Documents
2.5.1 A prospective tenderer making inquiries of the tender documents may
notify the Procuring entity in writing or by post at the entity’s address
indicated in the invitation for tenders. The Procuring entity will
respond in writing to any request for clarification of the tender
documents, which it receives notlater than seven (7) days prior to the
deadline for the submission of tenders, prescribed by the procuring
entity. Written copies of the Procuring entities response (including an
explanation of the query but without identifying the source of inquiry)
will be sent to all prospective tenderers that have received the tender
document.
2.5.2 The procuring entity shall reply to any clarifications sought by the
tenderer within 3 days of receiving the request to enable the tenderer
to make timely submission of its tender.
2.6 Amendment of Tender Documents
2.6.1At any time prior to the deadline for submission of tender, the procuring
entity, for any reason, whether at its own initiative or in response to a
clarification requested by a prospective tenderer, may modify the
tender documents by issuing an addendum.
2.6.2All prospective tenderers that have obtained the tender documents will
be notified of the amendment in writing or by post and will be binding
on them.
2.6.3In 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
2.7.1The tender prepared by the tenderer, as well as all correspondence and
documents relating to the tender exchange by the tenderer and the
9
Procuring entity, shall be written in English language, provided that
any printed literature furnished by the tenderer may be written in
another language provided they are accompanied by an accurate
English translation of the relevant passages in which case, for
purposes of interpretation of the tender, the English translation shall
govern.
2.8 Documents Comprising the Tender
2.8.1The tender prepared by the tenderers shall comprise the following
components.
(a) a Tender Form and a Price Schedule completed in
accordance with paragraph 2.9, 2.10 and 2.11 below
(b) documentary evidence established in accordance with
paragraph 2.12 that the tenderer is eligible to tender and
is qualified to perform the contract if its tender is
accepted;
(c) documentary evidence established in accordance with
paragraph 2.13 that the goods and ancillary services to be
supplied by the tenderer are eligible goods and services
and conform to the tender documents; and
(d) tender security furnished in accordance with paragraph
2.14
(e) Confidential Business Questionnaire
2.9 Tender Form
2.9.1The tenderer shall complete the Form of Tender and the appropriate
Price Schedule furnished in the tender documents, indicating the
equipment to be supplied, installed and commissioned and a brief
description of the equipment, their country of origin, quantity, and
prices.
2.10 Tender Prices
2.10.1The tenderer shall indicate on the appropriate Price Schedule the unit
prices where applicable and total tender price of the equipment and
installation it proposes to supply under the contract.
10
2.10.2Prices 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
2.10.3Prices 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
2.11.1Prices shall be quoted in the following currencies:
(a) For equipment that the tenderer will supply from within
Kenya, the prices shall be quoted in Kenya Shillings; and
(b) For equipment that the tenderer will supply from outside
Kenya, the prices may be quoted in US Dollars or in another
freely convertible currency.
(c) Cost of installation and commissioning will be in Kenya
Shillings.
2.12 Tenderers Eligibility and Qualifications
2.12.1Pursuant to paragraph 2.1. the tenderers shall furnish, as part of its
tender, documents establishing the tenderers eligibility to tender and
its qualifications to perform the contract if its tender is accepted.
2.12.1The 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
11
2.12.2The documentary evidence of the tenderes qualifications to perform
the contract if its tender is accepted shall establish to the Procuring
entity’s satisfaction;
(a) that, in the case of a tenderer offering to supply equipment
under the contract which the tenderer did not manufacture or
otherwise produce, the tenderer has been duly authorized by the
equipment, Manufacturer or producer to supply the equipment
(b) that the tenderer has the financial, technical, and production
capability necessary to perform the contract;
(c) that, in the case of a tenderer not doing business within Kenya,
the tenderer is or will be (if awarded the contract) represented
by an Agent in Kenya equipped, and able to carry out the
Tenderer’s maintenance, repair, and spare parts-stocking
obligations prescribed in the Conditions of Contract and/or
Technical Specifications.
2.13Goods Eligibility and Conformity to Tender Document
2.13.1Pursuant paragraph 2.2 of this section, the tenderer shall furnish, as
part of its tender documents establishing the eligibility and conformity
to the tender documents of all equipment which the tenderer proposes
to supply under the contract
2.13.2The documentary evidence of the eligibility of the goods shall consist
of statement in the Price Schedule of the country of origin of the
goods and services offered which shall be confirmed by a certificate of
origin issued at the time of shipment.
2.13.3The documentary evidence of conformity of the equipment to the
tender documents may be in the form of literature, drawings, and data,
and shall consist of:
a) a detailed description of the essential technical and performance
characteristic of the equipment
b) a list giving full particulars, including available source and
current prices of spare parts, special tools, etc., necessary for the
proper and continuing functioning of the equipment for a period
of two (2) years, following commencement of the use of the
equipment by the Procuring entity; and
c) a clause-by-clause commentary on the Procuring entity’s
Technical Specifications demonstrating substantial
responsiveness of the goods and service to those specifications,
12
or a statement of deviations and exceptions to the provisions of
the Technical Specifications.
2.13.4For purposes of the commentary to be furnished pursuant to paragraph
2.13.3(c) above, the tenderer shall note that standards for
workmanship, material, and equipment, as well as references to brand
names or catalogue numbers designated by the Procurement entity in
its Technical Specifications, are intended to be descriptive only and
not restrictive. The tenderer may substitute alternative standards,
brand names, and/or catalogue numbers in its tender, provided that it
demonstrates to the Procurement entity’s satisfaction that the
substitutions ensure substantial equivalence to those designated in the
Technical Specifications.
2.14Tender Security
2.14.1The tenderer shall furnish, as part of its tender, a tender security for the
amount and form specified in the Appendix to Instructions to
Tenderers.
2.14.2The tender security shall be in the amount not exceeding 2 percent of
the tender price.
2.14.3The 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
2.14.4The tender security shall be denominated in Kenya Shillings or in
another freely convertible currency, and shall be in the form of
a) Cash
b) A bank guarantee
c) Such insurance guarantee approved by the Authority
d) Letter of credit.
2.14.5Any 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
2.14.6Unsuccessful Tenderer’s tender security will be discharged or returned
as promptly as possible but not later than thirty (30) days after the
13
expiration of the period of tender validity prescribed by the Procuring
entity.
2.14.7The 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
2.14.8The tender security may be forfeited:
a) if a tenderer withdraws its tender during the period of tender validity
specified by the procuring entity on the Tender Form; or
b) in the case of a successful tenderer, if the tenderer fails:
i)to sign the contract in accordance with paragraph 2.27
1.or
ii)to furnish performance security in accordance with paragraph
2.28
c)If the tenderer rejects correction of an arithmetic error in the tender.
2.15 Validity of Tenders
2.15.1Tenderers shall remain valid for 60 days or as specified in the tender
documents after date of tender opening prescribed by the Procuring
entity, pursuant to paragraph 2.20. A tender valid for a shorter period
shall be rejected by the Procuring entity as non responsive.
2.15.2In exceptional circumstances, the Procuring entity may solicit the
Tenderer’s consent to an extension of the period of validity. The
request and the responses thereto shall be made in writing. The
tender security provided under paragraph 2.14 shall also be suitably
extended. A tenderer may refuse the request without forfeiting its
tender security. A tenderer granting the request will not be required
nor permitted to modify its tender.
2.16 Format and Signing of Tender
2.16.1 The Procuring entity shall prepare two copies of the tender, clearly
marking each “ORIGINAL TENDER” and “COPY OF TENDER,” as
appropriate. In the event of any discrepancy between them, the
original shall govern.
14
2.16.2 The original and all copies of the tender shall be typed or written in
indelible ink and shall be signed by the tenderer or a person or persons
duly authorized to bind the tenderer to the contract. All pages of the
tender, except for unamended printed literature, shall be initialed by
the person or persons signing the tender.
2.16.3 The tender shall have no interlineations, erasures, or overwriting
except as necessary to correct errors made by the tenderer, in which
case such corrections shall be initialed by the person or persons
signing the tender.
2.17Sealing and Marking of Tenders
2.17.1The 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.
2.17.2The inner and outer envelopes shall:
(a) be addressed to the Procuring entity at the address given on
he Invitation to Tender.
(b) bear the tender number and name in the Invitation to Tender
and the words “DO NOT OPEN BEFORE Friday, 15th, September,
2017 at 10.00am.
2.17.3The inner envelopes shall also indicate the name and address of the
tenderer to enable the tender to be returned unopened in case it is
declared “late”.
2.17.4If 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.
2.18Deadline 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 Friday, 15th,
September, 2017 at 10.00am.
15
2.18.2 The Procuring entity may, at its discretion, extend this deadline for
the submission of tenders by amending the tender documents in
accordance with paragraph 2.6, in which case all rights and
obligations of the Procuring entity and candidates previously subject
to the deadline will therefore be subject to the deadline as extended.
2.18.3 Bulky tenders which will not fit in the tender box shall be received by
the procuring entity as provided for in the Appendix.
2.19 Modification and Withdrawal of Tenders
2.19.1The 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.
2.19.2The 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.
2.19.3No tender may be modified after the deadline for submission of
tenders.
2.19.4No tender may be withdrawn in the interval between the deadline for
submission of tenders and the expiration of the period of tender
validity specified by the tenderer on the Tender Form. Withdrawal of
a tender during this interval may result in the Tenderer’s forfeiture of
its tender security, pursuant to paragraph 2.14.7
2.20 Opening of Tenders
2.20.1The Procuring entity will open all tenders in the presence of tenderers’
representatives who choose to attend, onFriday, 15th, September,
2017 at 10.00am in GTZ Boardroom, Ground floor, Afya house,
Cathedral Road Off Ngong Road.
16
The tenderers’ representatives who are present shall sign a tender
opening register evidencing their attendance.
2.20.2The 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.
2.20.3The Procuring entity will prepare minutes of the tender opening.
2.21Clarification of Tenders
2.21.1To 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.
2.21.2Any 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.
2.22Preliminary Examination and Responsiveness
2.22.1The Procuring entity will examine the tenders to determine whether
they are complete, whether any computational errors have been made,
whether required sureties have been furnished, whether the documents
have been properly signed, and whether the tenders are generally in
order.
2.22.2Arithmetical errors will be rectified on the following basis. If there is
a discrepancy between the unit price and the total price that is
obtained by multiplying the unit price and quantity, the unit price shall
prevail, and the total price shall be corrected. If the candidate does not
accept the correction of the errors, its tender will be rejected, and
its tender security may be forfeited. If there is a discrepancy between
words and figures the amount in words will prevail
2.22.3The Procuring entity may waive any minor informality or
nonconformity or irregularity in a tender which does not constitute a
17
material deviation, provided such waiver does not prejudice or effect
the relative ranking of any tenderer.
2.22.4Prior 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.
2.22.5If 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.
2.23Conversion to Single Currency
2.23.1 Where other currencies are used, the Procuring Entity will convert
those currencies to Kenya Shillings using the selling exchange rate on
the date of tender closing provided by the Central Bank of Kenya.
2.24Evaluation and Comparison of Tenders
2.24.1The Procuring entity will evaluate and compare the tenders which
have been determined to be substantially responsive, pursuant to
paragraph 2.22
2.24.2The Procuring entity’s evaluation of a tender will exclude and not take
into account
(a) in the case of equipment manufactured in Kenya or equipment
of foreign origin already located in Kenya, sales and other
similar taxes, which will be payable on the goods if a contract is
awarded to the tenderer; and
(b) any allowance for price adjustment during the period of
execution of the contract, if provided in the tender.
2.24.3 The comparison shall be of the ex-factory/ex-warehouse/off-the-shelf
price of the goods offered from within Kenya, such price to include all
18
costs, as well as duties and taxes paid or payable on components and
raw material incorporated or to be incorporated in the goods.
2.24.4 The Procuring entity’s evaluation of a tender will take into account, in
addition to the tender price and the price of incidental services, the
following factors, in the manner and to the extent indicated in
paragraph 2.23.5 and in the technical specifications:
(a) delivery and installation schedule offered in the tender;
(b) deviations in payment schedule from the specifications in the
Special Conditions of Contract;
(c) the cost of components, mandatory spare parts and service;
(d) the availability in Kenya of spare parts and after-sales service for
the equipment offered in the tender;
2.24.5 Pursuant to paragraph 2.24.4 the following evaluation methods will
be applied
(a) Delivery schedule
(i)The Procuring entity requires that the equipment under the
Invitation for Tenders shall be delivered at the time specified in
the Schedule of Requirements. Tenders offering deliveries
longer than the procuring entity’s required delivery time will be
treated as non-responsive and rejected.
(b) Deviation in payment schedule
Tenderers shall state their tender price for the payment of schedule
outlined in the special conditions of contract. Tenders will be
evaluated on the basis of this base price. Tenderers are, however,
permitted to state an alternative payment schedule and indicate the
reduction in tender price they wish to offer for such alternative
payment schedule. The Procuring entity may consider the alternative
payment schedule offered by the selected tenderer.
(c ) Spare parts and after sales service facilities
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.
19
2.24.6The tender evaluation committee shall evaluate the tender within 30
days of the validity period from the date of opening the tender.
2.24.7Preference where allowed in the evaluation of tenders shall not exceed
15%
2.25Contacting 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.
2.25.2Any 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.
2.26Award of Contract
(a) Post-Qualification
2.26.1In 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.
2.26.2The 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.
2.26.3An 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
20
will proceed to the next lowest evaluated tender to make a similar
determination of that Tenderer’s capabilities to perform satisfactorily.
(b) Award Criteria
2.26.4The 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.
2.26.5To 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
2.26.7The procuring entity may at any time terminate procurement
proceedings before contract award and shall not be liable to any
person for the termination
2.26.8The 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.
2.26.9A tenderer who gives false information in the tender document about
is qualification or who refuses to enter into a contract after notification
21
of contract award shall be considered for debarment from participating
in future public procurement.
2.27Notification of Award
2.27.1Prior to the expiration of the period of tender validity, the Procuring
entity will notify the successful tenderer in writing that its tender has
been accepted.
2.27.2 The notification of award will signify the formation of the Contract
but will have to wait until the contract is finally signed by both parties.
Simultaneous other tenderers shall be notified that their tenders have
not been successful.
2.27.3Upon the successful Tenderer’s furnishing of the performance security
pursuant to paragraph 2.29, the Procuring entity will simultaneously
inform the other tenderers that this tenders have not been successful
2.28Signing of Contract
2.28.1At 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.
2.28.2Within 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.
2.28.3The 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.
2.29Performance Security
2.29.1Within 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
22
Performance Security Form provided in the tender documents, or in
another form acceptable to the Procuring entity.
2.29.2Failure 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.
2.30Corrupt or Fraudulent Practices
2.30.1The procuring entity requires that tenderers observe the highest
standard of ethics during the procurement process and execution of
contracts. A tenderer shall sign a declaration that he has and will not
be involved in corrupt or fraudulent practices.
3.30.2The Procuring entity will reject a proposal for award if it determines
that the tenderer recommended for award has engaged in corrupt or
fraudulent practices in competing for the contract in question.
3.30.3Further a tenderer who is found to have indulged in corrupt or
fraudulent practices risks being debarred from participating in public
Procurement in Kenya.
23
Appendix to Instructions to Tenderers
Notes on the Appendix to the Instructions to Tenderers
1. The Appendix to instructions to the tenderers is intended to assist the
procuring entity in providing specific information in relation to
corresponding clause in the instructions to Tenderers including in Section II
and has to be prepared for each specific procurement.
2. The procuring entity should specify in the appendix information and
requirement specific to the circumstances of the procuring entity, the goods
to be procured and the tender evaluation criteria that will apply to the
tenders.
3. In preparing the Appendix the following aspects should be taken into
consideration;
(a) The information that specifies and complements provisions of
Section II to be incorporated
(b) Amendments and/or supplements if any, to provisions of Section II
as necessitated by the circumstances of the goods to be procured to be also
incorporated
4. Section II should remain un changed and can only be amended through
the Appendix.
5. Clauses to be included in this part must be consistent with the public
procurement law and the regulations.
24
APPENDIX TO INSTRUCTIONS TO TENDERERS
The following information regarding the particulars of the tender shall
complement supplement or amend the provisions of the instructions to
tenderers. Wherever there is a conflict between the provision of the
instructions to tenderers and the provisions of the appendix, the provisions of
the appendix herein shall prevail over those of the instructions to tenderers.
INSTRUCTIONS TO
TENDERERS REFERENCE
PARTICULARS OF APPENDIX
TO INSTRUCTIONS TO
TENDERS
2.1.1 Eligible Tenderers This Invitation for Tenders is open to
all tenderers eligible as described in
the Invitation to Tender and
advertisement notice.
The procuring entity’s employees,
committee members, board members
and their relative (spouse and
children) are not eligible to
participate in the tender.
Tenderers shall not be under a
declaration of ineligibility for
corrupt and fraudulent practices.
2.3.2 Cost of Tendering Kshs. 3,000 which is non-refundable
.
2.14.1 Tender Security Tender security of Kshs. 500,000 valid for a period of 180 days from the date of Tender opening. The tender security shall be denominated in Kenya Shillings or in another freely convertible currency, and shall be in the form of a) Cash b) A bank guarantee c) Such insurance guarantee
25
approved by the Authority d) Letter of credit.
2.15.1 Validity of Tenders Tenderers shall remain valid for 150
days after date of tender opening
A tender valid for a shorter period
shall be rejected by the Procuring
entity as non responsive.
2.16 Format and Signing of Tender The original and all copies of the tender shall be typed or written in indelible ink and shall be signed by the tenderer or a person or persons duly authorized to bind the tenderer to the contract. All pages of the tender, except for unamended printed literature, shall be initialed by the person or persons signing the tender. 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
The number of copies of tender to be completed and returned shall be: One(1) original and One(1) copy.
2.18.1 Deadline for Submission of
Tenders
Friday, 15th, September, 2017
at 10.00am.
2.20.1 Opening of Tenders Friday, 15th, September,
2017 at 10.00am in GTZ
Boardroom, Ground floor,
Afya house, Cathedral Road
Off Ngong Road.
2.22 Preliminary Examination and The preliminary evaluation shall be
26
Responsiveness mandatory:
The evaluation shall adopt YES/NO
approach. The non-responsive
submissions will be eliminated from
the entire preliminary evaluation
process and will not be considered
further.
Bidders must submit the following
documents:
•A copy of certified certificate of
registration/incorporation.
• A copy of certified PIN and VAT
Certificates
•A copy of certified Valid tax
compliance certificate
A copy of certified Valid Business
Permit for relevant Local
Authority
• Duly Filled, Signed and Stamped/
sealed form of tender
• Duly Completed, Signed and
Stamped Confidential Business
Questionnaire (S33)
• Duly filled, signed and stamped
Price schedule form
• Certified Copy of Certificate Of
Confirmation Of Directors And
Shareholding (CR 12) where
applicable (Limited/Private
Companies).
Bid Security from Reputable Bank
or insurance Company
Shortlisted by PPOA in the
prescribed format.
At this stage, the tenderer's
submission will either be responsive
27
or non-responsive. the non-
responsive submission will be
eliminated from the entire
evaluation process and will not be
considered further.
2.24.7 Evaluation and
Comparison of Tenders
Preference is not applicable for this
tender
The Procuring entity will evaluate
and compare the tenders which have
been determined to be substantially
responsive, pursuant to paragraph
2.22
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;
Pursuant to the above paragraph the
following evaluation methods will be
applied:
(a) Delivery schedule
(i) The Procuring entity requires that
28
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
Deviation in payment schedule is not
applicable in this Tender
(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.
Preference is not applicable in
thisTender
2.26. (a) Award of Contract - Post-
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.
The determination will take into
account the tenderer financial,
technical, and production
capabilities.
29
It will be based upon an examination
of the documentary evidence of the
tenderers qualifications submitted by
the tenderer, pursuant to the above
paragraph as well as such other
information as the Procuring entity
deems necessary and appropriate.
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.
2.26. (b) Award of Contract -
Award Criteria
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. (provide
Documentary Evidence)
b) Legal capacity to enter into a
contract for procurement (provide
Documentary Evidence)
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. (provide
30
Documentary Evidence)
d) Shall not be debarred from
participating in public
procurement.(provide Documentary
Evidence)
2.26. (c) Award Criteria -
Procuring Entity’s Right to Accept
or Reject Any or All Tenders
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.
The procuring entity may at any time
terminate procurement proceedings
before contract award and shall not
be liable to any person for the
termination
2.29 Performance Security Performance security: 5% of
Contract Sum
2.30 Corrupt or Fraudulent
Practices
A tenderer should provide a signed
declaration stipulating that that he she has and will not be involved in
corrupt or fraudulent practices.
31
EVALUATION CRITERIA
TENDER EVALUATION CRITERIA
After tender opening, the tenders will be evaluated in 5 stages, namely:
1. Preliminary Examination
2. Detailed Technical Examination.
3. Financial Evaluation.
4. Post qualification: Due diligence.
STAGE 1-PRELIMINARY EXAMINATION
This stage of evaluation shall involve examination of the pre-qualification conditions as
set out in the Tender Advertisement Notice or Letter of Invitation to Tender and any
other conditions stated in the bid document.
These conditions shall include, among other things, the following:
i) Certificate of Registration/Incorporation.
ii) Valid Tax Compliance Certificate.
iii) Certificate of Confirmation of Directors and Shareholding (CR 12) for
Limited company (where applicable).
iv) Certificate of Registration with National Construction Authority in the
relevant category.
v) Class of Licenses with the relevant statutory bodies e.g. Energy Regulatory
Commission, Local Authorities, Water Management Boards etc.
vi) Proof of payment for tender document.
vii) Provision of Bid Security.
viii) Dully filled, signed and stamped/sealed Form of Tender.
ix) Dully filled, signed and stamped/sealed Confidential Business
Questionnaire (S33).
x) Any other conditions included in the advertisement notice/Invitation letter.
The employer may seek further clarification/confirmation if necessary to confirm
authenticity/compliance of any condition of the tender.
The tenderers who do not satisfy any of the above requirements shall be considered
Non-Responsive and their tenders will not be evaluated further.
TEC/1
32
STAGE 2 – TECHNICAL EVALUATION
Checking technical submitted brochure and compliance sheet against the specification.
STAGE 3 – FINANCIAL EVALUATION
Checking prices of technically evaluated bidders
STAGE 6 - POST-QUALIFICATION
An evaluation committee may, after tender evaluation, but prior to the award of the
tender, conduct due diligence and present the report in writing to confirm and verify the
qualifications of the tenderer who submitted the lowest evaluated responsive tender to
be awarded the contract in accordance with this Act.
The conduct of due diligence may include obtaining confidential references from persons with whom the tenderer has had prior engagement.
To acknowledge that the report is a true reflection of the proceedings held, each member
who was part of the due diligence by the evaluation committee shall-
(a) initial each page of the report; and
(b) append his or her signature as well as their full name and
designation.
33
SECTION III: GENERAL CONDITIONS OF CONTRACT
Table of Clauses
Page
3.1 Definitions…………………………………………….. 34
3.2 Application……………………………………………. 34
3.3 Country of Origin…………………………………….. 34
3.4 Standards……………………………………………… 35
3.5 Use of Contract Documents and Information…………… 35
3.6 Patent Rights……………………………………………. 35
3.7 Performance Security…………………………………… 35
3.8 Inspection and Tests……………………………………. 36
3.9 Packing…………………………………………………. 37
3.10Delivery and Documents……………………………… 37
3.11Insurance ………………………………………………… 37
3.12Payment…………………………………………………. 37
3.13Price…………………………………………………….. 37
3.14Assignments……………………………………………. 38
3.15Sub contracts………………………………………….. 38
3.16Termination for Default………………………………….. 38
3.17 Termination for Convinience …………………………… 39
3.17Liquidated Damages…………………………………….. 39
3.18Resolution of Disputes………………………………….. 39
3.19Language and law………………………………………. 39
3.20Force Majeure ………………………………………….. 39
3.21Notices ………………………………………………… 40
34
SECTION III - GENERAL CONDITIONS OF CONTRACT
3.1 Definitions
3.1.1In 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
3.2.1These General Conditions shall apply in all Contracts made by the
Procuring entity for the procurement installation and commissioning
of equipment to the extent that they are not superceded by provisions
of other part of contract.
3.3 Country of Origin
3.3.1For purposes of this clause, “Origin” means the place where the Goods
were mined, grown or produced.
3.3.2The origin of Goods and Services is distinct from the nationality of the
tenderer and will be treated thus in the evaluation of the tender.
35
3.4 Standards
3.4.1The Goods supplied under this Contract shall conform to the standards
mentioned in the Technical Specifications.
3.5 Use of Contract Documents and Information
3.5.1The Candidate shall not, without the Procuring entity’s prior written
consent, disclose the Contract, or any provision therefore, or any
specification, plan, drawing, pattern, sample, or information furnished
by or on behalf of the Procuring entity in connection therewith, to any
person other than a person employed by the tenderer in the
performance of the Contract.
3.5.2The 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
3.5.3Any 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
3.6.1The tenderer shall indemnify the Procuring entity against all thirdparty
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
3.7.1Within twenty eight (28) days of receipt of the notification of Contract
award, the successful tenderer shall furnish to the Procuring entity the
performance security where applicable in the amount specified in
Special Conditions of Contract.
3.7.2The 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.
36
3.7.3The 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
3.7.4The performance security will be discharged by the Procuring entity
and returned t the Candidate not late than thirty (30) days following
the date of completion of the Tenderer’s performance obligations
under the Contract, including any warranty obligations, under the
Contract
3.8 Inspection and Tests
3.8.1The 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.
3.8.2The 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.
3.8.3Should 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.
3.8.4The 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 inspected, tested and passed by the Procuring entity or
its representative prior to the equipment delivery.
37
3.8.5Nothing in paragraph 3.8 shall in any way release the tenderer from any
warranty or other obligations under this Contract.
3.9 Packing
3.9.1The 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.
3.9.2The 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
3.10Delivery and Documents
3.10.1Delivery 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
3.11Insurance
3.11.1The 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
3.12.1The method and conditions of payment to be made to the tenderer
under this Contract shall be specified in Special Conditions of
Contract
3.12.2Payments shall be made promptly by the Procuring entity as specified
in the contract
3.13Prices
3.13.1Prices charged by the tenderer for equipment delivered and installation
performed under the Contract shall not, with the exception of any
38
price adjustments authorized in Special Conditions of Contract, vary
from the prices by the tenderer in its tender.
3.13.2Contract price variations shall not be allowed for contracts not
exceeding one year (12 months)
3.13.3Where contract price variation is allowed, the variation shall not
exceed 10% of the original contract price.
3.13.4Price variation requests shall be processed by the procuring entity
within 30 days of receiving the request.
3.14.Assignment
The tenderer shall not assign, in whole or in part, its obligations to perform
under this Contract, except with the Procuring entity’s prior written
consent
3.15. Subcontracts
3.15.1 The tenderer shall notify the Procuring entity in writing of all
subcontracts awarded under this Contract if not already specified in
the tender. Such notification, in the original tender or later, shall not
relieve the tenderer from any liability or obligation under the Contract
3.16. Termination for Default
3.16.1 The Procuring entity may, without prejudice to any other remedy for
breach of Contract, by written notice of default sent to the tenderer,
terminate this Contract in whole or in part
(a) if the tenderer fails to deliver any or all of the equipment
within the period9s) specified in the Contract, or within any
extension thereof granted by the Procuring entity
(b) if the tenderer fails to perform any other obligation(s) under
the Contract
(c) if the tenderer, in the judgment of the Procuring entity has
engaged in corrupt or fraudulent practices in competing for
or in executing the Contract
3.16.2 In the event the Procuring entity terminates the Contract in whole or
in part, it may procure, upon such terms and in such manner as it
39
deems appropriate, equipment similar to those undelivered, and the
tenderer shall be liable to the Procuring entity for any excess costs for
such similar equipment.
3.17. Termination for convenience
3.18. Liquidated Damages
3.18.1 If the tenderer fails to deliver and/or install any or all of the items
within the period(s) specified in the contract, the procuring entity
shall, without prejudice to its other remedies under the contract,
deduct from the contract prices liquidated damages sum equivalent to
0.5% of the delivered price of the delayed items up to a maximum
deduction of 10% of the delayed goods. After this the tenderer may
consider termination of the contract.
3.19. Resolution of Disputes
3.19.1 The procuring entity and the tenderer shall make every effort to
resolve amicably by direct informal negotiation any disagreement or
dispute arising between them under or in connection with the contract
3.19.2 If, after thirty (30) days from the commencement of such informal
negotiations both parties have been unable to resolve amicably a
contract dispute, either party may require that the dispute be referred
for resolution to the formal mechanisms specified in the SCC.
3.20. Language and Law
3.20.1 The language of the contract and the law governing the contract shall
be English language and the Laws of Kenya respectively unless
otherwise specified in the SCC
3.21. Force Majeure
3.21.1 The Tenderer shall not be liable for forfeiture of its performance
security or termination for default if and to the extent that it’s delay in
performance or other failure to perform its obligations under the
Contract is the result of an event of Force Majeure.
40
3.22 Notices
3.22.1 Any notice given by one party to the other pursuant to this contract
shall be sent to other party by post or by fax or Email and confirmed in
writing to the other party’s address specified.
3.22.2 A notice shall be effective when delivered or on the notices effective
date, whichever is later.
41
SPECIAL IV - SPECIAL CONDITIONS OF CONTRACT
Notes on Special Conditions of Contract
4.1 The clauses in this section are intended to assist the procuring entity in
providing contract-specific information in relation to corresponding
clauses in the General Conditions of Contract
4.2 The provisions of Section IV complement the General Conditions of
Contract included in Section III, specifying contractual requirements
linked to the special circumstances of the procuring entity and the
goods being procured. In preparing Section IV, the following aspects
should be taken into consideration.
(a) Information that complement provisions of Section III must be
incorporated and
(b) Amendments and/or supplements to provisions of Section III, as
necessitated by the circumstances of the goods being procured must
also be incorporated.
42
SECTION IV - SPECIAL CONDITIONS OF CONTRACT
4.1 Special Conditions of Contract shall supplement the General
Conditions of Contract. Whenever there is a conflict, between the
GCC and the SCC, the provisions of the SCC herein shall prevail over
these in the GCC.
4.2 Special conditions of contract as relates to the GCC
REFERENCE OF GCC SPECIAL CONDITIONS OF
CONTRACT
3.7.1 5% of Contract Sum
3.12.1 Payments shall be made promptly by
the Procuring entity through RTGS
after delivery, installation, testing
and commissioning of goods.
Advance payment is not applicable
in this Tender and hence Bank
Guarantee for Advance Payment is
not applicable.
3.18.1 Direct informal negotiation will be
used to resolve any disagreement or
dispute arising under or in
connection with the contract.
If, after thirty (30) days from the
commencement of such informal
negotiations both parties have been
unable to resolve amicably a
contract dispute, either party may
require that the dispute be referred
for resolution to the formal
mechanisms specified in the SCC.
43
4.3 Special conditions of contract as relates to supply, delivery testing and
commissioning of orthopeadic machines and equipment at Moi-Voi referral
hospital- TaitaTaveta county
1. ORIGINAL MAUFACTURER BROCHURE
a) Tenderers are required to submit with their offer an original manufacturer’s brochure for
each product/item offered. Failure to submit an original manufacturer brochure will lead to
disqualification of the product/item offered.
b) For the purpose of this tender an original manufacturer brochure shall contain the following
information;
i) Name and physical address of the product manufacturer, including the phone
number, fax number, e-mail address , website (URL) and country.
ii) The product model name/number assigned by the manufacturer
iii) Colour picture of the product which must be clear and reasonably sized.
iv) Description of the product and its features
v) Performance and technical specification of the product including any other technical
data
vi) Dimensions of the product
c) A brochure shall not be considered an original manufacturer brochure if ;
i) It does not contain any of the requirements in section 1 (b) from (i) to (vi)
ii) Contains superimposed images of the product
iii) Is a photocopy or a scanned copy
d) A soft copy shall be acceptable so long as it is in a manufacturer PDF format and meets all
the requirements stipulated in section 1 (b) and 1(c)
2 MANUFACTURER AUTHORIZATION
a) The tenderer shall provide a Manufacturer Authorization as stipulated in the tender
documents for all products tendered for. The Manufacturer Authorization shall specify the
product offered in terms of name, model number and country of origin.
b) Any alteration whatsoever on the Manufacturer Authorization will lead to automatic
disqualification of the product.
3 QUALITY CERTIFICATION
44
Three international quality standards bodies used in this tender are;
i) ISO 13485-2003- Medical Device quality management system
ii) IEC 60601- Requirement for safety of medical electrical equipment
iii) Council Directive 93/42/EEC- Medical devices and Vitro Diagnostic medical
Devices
iv) ISO-9001- Quality management systems
v) WHO approved products/standards
a) The tenderer shall be required to submit a certificate of conformity to any of the above
standards for each of the product offered as specified in the technical specifications.
b) For the certificate of conformity to be valid it shall comply with the following;
i) Issued by recognized and certified independent certification body to
the manufacturer
ii) It shall not have expired
iii) Clearly specify the product(s) being manufactured or designed
iv) State the location of the manufacturing plant
v) Must not contain any alterations whosoever
4. COMPLIANCE SHEET
a) Tenderer will be required to submit, in additional to original manufacture brochure, a
compliance sheet for each of the product offered. The tenderer must indicate on the
compliance sheet whether the product offered comply with each item of the technical
specification in the tender document.
b) All the dimensions, capacities and performances of the product to be supplied shall not be
less than those required in the tender technical specifications. Deviations from the basic
requirements, if any shall be explained in detail in writing in the compliance sheet, with
supporting data such as calculation, 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.
e) The tenderer shall be required to commit in writing and present supporting data for
compliance with items in the tender technical specification which are not supported by
original manufacturer’s brochure.
f) In case of conflict between information /data presented in the original manufacturer
brochure and the tenderer’s compliance sheet, the information /data in the original
manufacture brochure shall prevail.
5. DELIVERY PERIOD
The tenderer shall be required to indicate the shortest possible delivery period for each
product
45
6. LOCAL BACK UP
a). The tenderer shall indicate the name and address of authorized local representative (Agent) who
shall provide local support to the product in terms of installation and commissioning,
preventive maintenance, repairs, spare parts availability, training, and consumables throughout
the life span of the product
b) The tenderer shall provide information on the capacity of the local representative or agent to
support the product offered in terms of workshop facilities, tools and measuring equipment,
spare parts, and qualified and skilled technical staff employed.
7. FALFICATION OF DOCUMENTS
Any document or information submitted e.g Manufacturer Authorization, Quality Certificate,
Brochures etc may be subjected to verification on authenticity. In case of any falsification the item
shall not be acceptable and the procurement entity shall recommend appropriate action to the
tenderer.
8. OPERATING ENVIRONMENT
a. All electro medical equipment should comply with the following operating conditions
where applicable;
i) Operating Voltage: Three phase 415 V a.c, 50Hz,
Single-phase 240 V a.c, 50Hz
ii) Operating Temperatures: 150 C to 360 C
iii) HumidityRange: 20% to 95%
iv) Altitude 0 to 3000m
v) Environment: Dusty environment
b. All electrical wiring where applicable must comply with current I.E.E or IEC wiring
regulation currently in force.
9. PRODUCT AND ACCESSORIES
a) All electro- medical equipment must be model on current production, new and unused.
b) The tenderer shall supply all necessary accessories as part of the components which
guarantee normal function of the equipment in accordance with the specifications.
c) All spare parts itemized in the specifications shall be supplied.
d) When the spare parts are available from the manufacturer in packages whose quantity and
contents differ from the specifications, the tenderer shall provide the spare parts in amount
equivalent to the requirements of the specifications
46
c) All consumables itemized in the specifications shall be supplied
d) When the consumables are available from the manufacturer in packages whose quantity and
contents differ from the specifications, the tenderer shall provide the consumables in amount
equivalent to the requirements of the specifications. The supplier shall provide sufficient
quantities of consumables necessary for testing and commissioning of the equipment even
though such consumables may not have been stated in the specifications.
e) Any references to manufacturer’s product or article number in the technical specification are for
purpose of description only. An equal and equivalent product shall be acceptable.
f) Prices quoted shall include all costs of shipment and handling, delivery, pre-installation,
installation, testing and commissioning of the products/services at MOI- VOI REFERRAL
HOSPITAL- TAITA TAVETA COUNTY
g) All items to be supplied must be properly marked as indicated in the schedule of requirement
“item code no.” and corresponding technical specifications.
h) For equipment that require installation and commissioning , payment will be made after
successful installation and commissioning and singing of the INSTALLATION AND
COMMISIONING CERTIFICATE issued from the office of The Project Manager,
equalization fund, Ministry of Health and countersigned by the Medical Superintendent, Moi-
Voi referral hospital, TaitaTaveta county
10. TECHNICAL EVALUATION
a) The Tender shall be evaluated on item code by item code basis. A physical/actual sample or
brochure must be submitted whenever requested in the technical specification.
b) In case the tenderer products is rejected in any item code such that the percentage of rejected
products to the total number of items in the item code is more than or equal to 20 %, then the
tenderer bid for the entire item code shall be rejected.
47
SECTION V- SCHEDULE OF REQUIREMENTS AND PRICES
Notes on Schedule of Requirements and Prices
5.1 The Procuring entity must state whether the contract is for
procurement, installation and commissioning OR whether it is for
installation and commissioning only, in which case, the equipment will
have been procured separately.
5.2 The tenderers may use additional paper as will be necessary to
indicate the details of their costing.
48
SECTION V - SCHEDULE OF REQUIREMENTS AND PRICES
No. Item Description Quantity Unit
Price
Kshs
Installation
Period
Installation
Price
Total Price
Kshs.
Total
Price Kshs.
MINISTRY OF HEALTH
EQUALIZATION FUND - REQUISITION LIST OF MEDICAL EQUIPMENT
Lot
No.
Item Description Technical
Specifications
Code
Total
Request
(QTY)
Unit Price
(KSHS) Installation
Period
Inspection,
distributing&
installation Cost
Total cost per LOT
(Kshs.)
1 Infrared plate heating cabinet ORTHO-01 1
2 Socket router machine ORTHO-02 1
3 Vacuum pump ORTHO-03 1
4 Air compressor ORTHO-04 1
5 Mobile Dust collection ORTHO-05 1
6 Laser beam line ORTHO-06 1
7 Prosthetic alignment jig ORTHO-07 1
8 Electric Cast Cutter* ORTHO-08 1
9 Hand sealing iron ORTHO-09 1
10 Electric heater ORTHO-10 1
11 Electronic reversible hand drill ORTHO-11 1
12 Cordless hand drill ORTHO-12 1
13 Right angle grinder ORTHO-13 1
14 Electric jig saw ORTHO-14 1
50
15 Electric scissors ORTHO-15 1
16 Milling set ORTHO-16 1
17 Vacuum cleaner ORTHO-17 1
18 Pneumatic stapler ORTHO-18 1
19 Electric arc welder ORTHO-19 1
20 Brazing kit ORTHO-20 1
21 Two speed belt sander ORTHO-21 1
22 Flow model drill press ORTHO-22 1
23 Engine lathe ORTHO-23 1
24 Zigzag sawing machine ORTHO-24 1
25 Tools for Measuring ORTHO-25 1
26 Compass and Scribing Tools ORTHO-26 1
27 Squiring jigs and bending irons ORTHO-27 1
28 Screw drivers ORTHO-28 1
29 Wrenches ORTHO-29 1
30 Hammers ORTHO-30 1
31 Pliers ORTHO-31 1
32 Scissors ORTHO-32 1
51
33 Knives ORTHO-33 1
34 Files ORTHO-34 1
35 Rasps ORTHO-35 1
36 Surforms/Hoders ORTHO-36 1
37 Punches ORTHO-37 1
38 Chisel ORTHO-38 1
39 Drill Bit ORTHO-39 1
40 Countersink ORTHO-40 1
41 Special Cutting Tools ORTHO-41 1
42 Clamping Tools ORTHO-42 1
43 Brushes and Small Containers ORTHO-43 1
44 Tools for Resin Work ORTHO-44 1
45 Lamination tools ORTHO-45 1
46 Tools for Thermoplastic Work ORTHO-46 1
47 Tools for Leather Work ORTHO-47 1
48 Safety Equipment ORTHO-48 1
49 Furniture ORTHO-49 1
52
Authorized Official:
Name Signature
Date
SECTION VI - TECHNICAL SPECIFICATIONS
6.1 GENERAL
6.1.1. These specifications describe the basic requirements for equipment.
Tenderers are requested to submit with their offers the detailed
specifications, drawings, catalogues, etc for the products they intend
to supply.
6.1.2Tenderers must indicate on the specifications sheets whether the
equipment offered comply with each specific requirement.
6.1.3All the dimensions and capacities of the equipment to be supplied shall
not be less than those required in these specifications. Deviations
from the basic requirements, if any, shall be explained in detail in
writing with the offer, with supporting data such as calculation sheets,
etc. The procuring entity reserves the right to reject the products, if
such deviations shall be found critical to the use and operation of the
products
6.1.4 The tenderers are requested to present information along with their
offers as follows;-
(i) Shortest possible delivery period of each product
(ii) Information on proper representative and/or workshop for back-up
service/repair and maintenance including their names and
addresses
54
SECTION VI – TECHNICAL SPECIFICATIONS
6.2 PARTICULARS
COUNTY GOVERNMENT OF TAITA TAVETA
TECHNICAL SPECIFICATIONS FOR MEDICAL EQUIPMENT
ORTHOPAEDIC UNIT – MOI REFERRAL
HOSPITAL,VOI
Department
Orthopedic technology Room no. workshop
Item code ORTHO-01 Item Description Infrared plate heating
cabinet Description
For proper heating of large plastic sheet materials. Also suitable for deep vacuum technique as
well as drying plaster models and for sintering technique.
Accompanied with:
1. Microprocessesor temperature control with digital display
2. Inner lining and outside casing of stainless steel.
3. The upper frame of trolley is of stainless steel and features four cross beams, which can
be installed variably to allow attachment of deep drawing frames.
4. Removable aluminum plate with a replaceable air permeable Teflon fort
5. Interior light 2×25Watt
6. Large three plane window 970×100mm
7. Inflamed lamps protected on the bottom by grill
8. Bearing mounted casters with rubber fires of which 2are lockable
9. Steel tube support frame height 510mm
10. Lower infrared lamp can be switched off
55
Complete with;
Exterior Dimension W×D×H: 1545×1180×1400
Power requirement:415V/50 Hz
Interior dimension W×D×H: 1300×1090×500
Temperature range: 30°C - 250°C
Working surface: W×D×H: 1245×1045
Heating: 18×450 Watt quartz infrared tubes with individual reflectors.
2-stage switchable (6/18)
Quality standards
Manufacturing standards: from orthopedic technology manufacturers
Conformity to standards: CE marked.
56
Department Orthopedic technology Room no. workshop
Item code ORTHO-02 Item Description Socket router machine
Description:
Socket router for use with integrated Dust collection system
Heavy, sold construction, two speed router motor with ectro-magnatic brake.
Filter cartridge with filter cleaner, dust extractor and container, dust extraction shroud with adjustable
mount and flexible hose,Ø125mm,removable protective shaft, housing two lengths, shaft thread 5/8’’.
Electrical Equipment:
Main safety switch, separate on/off switches, speed selection switch, has emergency shut-off.
Approx.2m power cord with CEE plug5×16A and
CEE wall socket 516A
Standard equipments:
Filter cartridge
Filtter cleaner
Dust container
One way dust bag
Dust Extraction shroud
Protective shaft housing, long
Protective shaft housing, short
Wrentch, 27mm
Floor fastening set
Threaded stud, for tools with 5/8’’
Protective nut, Inner 5/8
Technical data:
Height Mm 1950
Space requirement Mm 1600×800
Power requirement V/Hz/kW 415V/50 Hz three-phase
RPM router motor kW/1/min 1.5/1500/3000
RPM suction motor kW/1/min 1.1/3000
Collection capacity M cubed/h 950
Filtering surface M squired 6.7
Noise level dB(A) 75/80
Shaft length Mm 460
Working height Mm Approx.1000
Weight net/gross kg 295/395
Color Light gray(RAL7035)
57
2.1.Cutting tools for routers
2.1.1. Ball cutter
HSS Dish knife replaceable
Article no. thread Diameter(mm) Weight(kg)
M16*38 M16 38 0.330
M16*50 M16 50 0.480
2.1.1.1.replacement head
Article no. thread Diameter(mm) Weight(kg)
1 M16 37.5 0.270
2.1.2. Dish knife blade
HSS,
Article no. For Ø Weight(kg)
1 38 0.037
2 50 0.097
2.1.2.1.Knife blades
HSS, 2 piece set
2.1.3. High quality knife cutter:
Includes HSS knife blades
Article no. Thread height diameter Weight(kg)
M16 M16 50 50 0.620
2.1.3.1.Knife blades:
HSS, 2piece set, weight0.050kg
Knife blade cutter:
HSS knife blade replaceable
Article no. Thread height diameter Weight(kg)
M16 M16 50 30 0.260
2.1.3.2.KNIFE BLADES
High quality knife blade, 2piece set, weight 0.029kg
2.1.4. Knife blade cutter (cone shaped):
Article no. Thread height diameter Weight(kg)
M16 M16 123 37 0.590
2.1.4.1.Knife blade
HSS, 2 piece set, weight 0.073kg
2.1.5. Knife blade cutter (oval shape)
Article no. Thread height diameter Weight(kg)
M16 M16 35 45 0.350
2.1.5.1.Knife blades
HSS, weight 0.040kg
2.1.6. Head rasp:
Article no. Thread height diameter Weight(kg)
1 M16 85 50 0.900
2 M16 60 50 0.700
3 M16 70 30 0.260
58
4 M16 40 36 0.260
5 M16 50 40 0.690
11 ½’’-13 85 50 0.900
12 ½’’-13 60 50 0.700
13 ½’’-13 70 30 0.260
14 ½’’-13 40 36 0.260
2.1.7. Conical cutter:
Description;
HSS, fine cut, length 75mm, largest diameter 28mm,
Article no. Thread weight
1 M16 0.200
2.1.8. Groove cutter:
Steel diameter 70mm,width25mm,with stop approx. 3mm,weitght 0.700kg
2.1.9. Router cutter:
Steel includes four chipping hard metal blades and four rough cutting metal
blades. Outside diameter 80mm, width4mm, center hole22mm.
2.1.10. Accessories and service parts
2.2.Chipping blade, 18b×18b×2
2.3.Rough cutting blade, 14×14×1.2
2.4.Torx-wrench
2.5.Torx –nut for chipper
2.6.Torx-nut rough cutter
2.7.Torx-screw
2.1.12. Edge cutter:
HSS, with light metal and plastic center hole 16mm
Article no. Outside diameter size Weight
1 70 To 1.50 0.170
2 70 To 22.5 0.190
2.1.13. Arbor tool steel
Article no. Thread weight
1 M16 0.290
2.1.14. Cylindrical rasp: HSS
Article no. Thread height diameter Weight(kg)
1 M16 50 50 0.750
2.1.15. Conical cutter:
Hardened stainless steel, conical cut, length75mm, largest diameter28mm.
Article no. Thread Weight(kg)
1 M16 0.170
2.2. Sanding tools
59
2.2.1. Sanding drum:
Conical hole, shaft fits on shaft of socket routers
Outside diameter-72.5mm
With one sanding sleeve, grit 80, weight 0.230kg
2.2.2. Sanding drum:
Conical hole, shaft fits on shaft of the trautmann router
Outside diameter-72.5mm
With one sanding sleeve, grit 80, weight0.250kg
2.2.3 Sanding sleeve (25pieces)
With width 190mm-diameter73mm
Article no. Grit Weight(kg)
1 40 0.100
2 60 0.080
3 80 0.070
4 100 0.070
2.2.4. Sanding drum
Tool mandrel, rubber core, width70mm with one sanding sleeve grit80
Article no. Thread Outside
diameter(mm)
Weight
1 M16 45 0.160
2 M16 60 0.250
5 ½”-13” 45 0. 180
6 ½”-13” 60 0. 270
2.2.5. Arbor: tool steel with clamping screwM16×25
Article no. Thread weight
1 M16 0.065
3 1/2”-13” 0.065
2.2.6. Clampingscrew M8×16
2.2.7. Rubber Corer for sanding drum width70mm
Article no. Outside
diameter(mm)
weight
1 45 0.075
2 60 0.160
2.2.8. Sanding sleeve
For sanding drum width 70mm
60
Article no. Outside
diameter(mm)
Grit Weight
1 45 40 0.020
2 45 80 0. 015
3 45 120 0. 013
4 60 40 0.030
5 60 80 0.025
6 60 120 0.025
2.2.9. Habermann sanding drum, small size
With sanding belt grit 100
Article no. thread Outside
diameter(mm
width Weight(kg)
1 M16 45 58 0.260
2.2.9.1 Sanding belt
outside diameter 45,width58mm
Article no. grit weight
1 60 0.015
2 100 0.010
3 150 0.009
2.2.10 Habermann sanding drum normal size
Article no. thread Outside
diameter(mm
width Weight(kg)
1 M16 60 58 0.366
2.2.10.1. Sanding belt outside diameter diameter60mm, width58mm.
Article no. grit weight
1 60 0.017
2 100 0.012
3 150 0.011
2.2.11. habermann Sanding drum, long size
Article no. thread Outside
diameter(mm
width Weight(kg)
1 M16 60 100 0.570
2.2.11.1. Sanding belt with outside diameter 60mm,width100mm
Article no. grit weight
1 60 0.030
2 100 0.020
3 150 0.018
2.2.12. habermann Sanding drum, Large size
Article no. thread Outside
diameter(mm
width Weight(kg)
1 M16 85 58 0.650
2.2.12.1. Sanding belt with outside diameter 85mm,width 58mm
Article no. grit weight
61
1 60 0.021
2 100 0.019
3 150 0.013
2.2.13. Adjustable wrenchpin diameter 3mm and wt 0.120kg
2.2.14.Sanding drum with rubber sleeve, length 45, diameter 25mm, with sanding sleeve, grit150
Article no. thread weight
1 M16 0.150
3 ½-13 0.150
2.2.1.14.1Rubber core, with weight 0.025kg
2.2.1.14.2. Sanding sleeve
Article no. grit weight
1 50(course) 0.008
2 150(fine) 0.008
2.2.1.15. Conical sanding drum
With rubber core,length60mm,diameter 36/22mm,with 1 sanding sleeve, grit 80
Article no. thread weight
1 M16 0.230
3 ½-13 0.230
2.2.1.15.1. Sanding sleeve (packet of 100)
Article no. grit weight
1 50(course) 0.006
2 80(medium) 0.006
3 150(fine) 0.006
2.2.1.16. Sanding drum
With filler sleeve with sanding sleeve, grit 40.
Article no. thread Outside
diameter(mm)
Weight(kg)
1 M16 22 0.160
2 M16 30 0.180
5 ½-13 22 0.160
6 ½-13 30 0.180
2.2.1.16.1. Rubber core.
Article no. Outer
diameter
weight
1 22 0.030
2 30 0.080
2.2.1.16.2. Sanding sleeve (pack 100)
Article no. Outside
diameter(mm
grit Weight(kg)
1 22 40 0.002
2 22 120 0.002
3 30 40 0.004
62
4 30 120 0.003
2.2.1.17.1. Sanding drum, filler sleeve, with 1 sanding sleeve, grit 80
Article no. thread Outside
diameter(mm
length Weight(kg)
1 M16 11 25 0.140
3 M16 16 32 0.140
5 M16 21 40 0.140
2.2.1.17.2. Sanding sleeve
Article no. For 17(a)above grit Weight(kg)
1 1 80 0.002
2 2 150 0.002
3 5 80 0.002
4 6 150 0.002
5 3 80 0.002
6 4 150 0.002
2.2.1.18.1. Round end sanding drum
of flexible foam, with sanding sleeve,grit40
Article no. thread Outside
diameter(mm)
Weight(kg)
1 M16 45 0.330
2 M16 65 0.500
5 ½-13 45 0.330
6 ½-13 65 0.500
2.2.1.18.2. Sanding sleeve
Article no. Outside
diameter(mm
grit Weight(kg)
1 45 25 0.180
2 45 25 0.160
3 65 32 0.360
4 65 32 0.335
2.2.1.19. Felt cone
Threaded fiber bushing but without abrasive surface
Article no. Outside
diameter(mm
width thread Weight(kg)
1 48 60 M16 0.055
2 50 75 M16 0.070
3 65 105 M16 0.200
4 80 125 M16 0.320
9 48 60 ½-13 0.055
10 50 75 ½-13 0.070
11 65 105 ½-13 0.200
12 80 125 ½-13 0.320
63
NB. Flint and polishing Grit according to materials used in orthopedic workshop.
2.2.1.20.1. Foam finishing drum, complete
Consisting of six drums and one threaded plastic bushing
Article no. Thread Outside
diameter(mm
Weight(kg)
2 M16 160 0.450
3 ½-13 160 0.450
2.2.1.20.2. Threaded plastic bushing
Article no. Thread length Weight(kg)
2 M16 95mm 0.030
3 ½-13 95mm 0.030
2.2.1.21.1. Foam grinding drum
Semi-rigid, melloprren foam with threaded fiber bushing.
Article no. Thread Outside
diameter(mm
Width Weight(kg)
2 M16 120 80mm 0.080
3 ½-13 120 80mm 0.080
2.2.1.21.2. Foam grinding drum
Made of mellopren without threaded fiber bushing, dimensions as 21(a) and weight
0.020kg
Article no. Thread Outside
diameter(mm
Width Weight(kg)
2 M16 120 80mm 0.080
3 ½-13 120 80mm 0.080
2.2.1.22.1. Abrasive buffing tool
Article no. Thread Outside
diameter(mm
Length Weight(kg)
2 M16 55 58mm 0.360
2.2.1.22.2. Rubber tabs.
2.2.1.23. Wire wheel
16mm hole, fits mounting arbor, outside diameter 150mm, width30mm, weight 0.890kg.
2.2.1.24. Polishing wheel (work polishing)
Cotton 16mm hole fits mounting arbor
Article no. Outside
diameter(mm
width Weight(kg)
1 100 25 0.110
64
2 150 25 0.260
2.2.1.25. Polishing wheel (surface polishing)
Cotton, 16mm hole fits arbor outside diameter180mm, width20mm, weight 0.210kg
2.2.1.26. Sanding brush
With16 mm hole fits mounting arbor, outer diameter 160mm, width50mm.weight 0.425kg
2.2.1.27. Polishing sanding brush
Outside diameter100mm, width 100mm, grit180, weight0.800kg
2.2.1.28. Arbor
Article no. Thread diameter Weight(kg)
2 M16 0.480
2.2.1.29. Mounting Abor
Article no. Thread diameter Weight(kg)
1 M16 0.310
65
Department Orthopedic technology Room no. Workshop
Item code ORTHO-03 Item Description Vacuum pump
Description
Fully automatic through two contact pressure gauges, two separately adjustable banks, each with three
connections, water trap with visual and audio control, and replaceable filter.
Electrical equipment:
2m power cord with grounded plug
Basic accessories
17mm spanner
10m pvc-horse
Technical data
Pressure, adjustable mbar 220(=78%) Suction capacity l/min 25 Dimension (D×H×D) mm 440*230*450 Weight(net/gross) kg 17/19 Color(fine detail lacquer) grey beige
Power requirements
110 110V/60 Hz/0.11 kW A.C
220 220V/50 Hz/0.22 kW A.C
Repair parts
3(a) Motor with pump
Power requirements weight
110 110V/60 Hz/0.11 kW A.C 3.440
220 220V/50 Hz/0.22 kW A.C 3.440
3(b) contact pressure gauge
Adjustable range from 1 to 80%
Weight 0.625kg
3(c)main switch with control pump weight 0.015kg
3(d)valve set Weight0.135kg
3(e) back flow seal diameter28mm,weight0.001kg
3(f) Filter
Article no. size Weight(kg)
1 Large 0.100
2 small 0.015
3(g)Water trap: Glass bottle with rubber stopper and two hose connection points diameter 6mm, weight0.550kg
66
3(h) PVC suction tubing: transparent inside diameter 6mm, outside diameter 10mm weight 0.060kg
Department Orthopedic technology Room no. Workshop
67
Item code ORTHO-04 Item Description Air compressor
Description
One stage Piston compressor with two cylinder, fully automatic operational via pressure switch with neutral safety
starter switch and circuit breaker as well as on/off switch with noise reduction hood.
Intake filters with noise dumper, vibration isolation compressor/motor and pressure tanker with rubber to metal
elements.
Pressure tanker should be approved and certified by TUV. Automatic hose coupling shut-off with male connector,
6mm diameter,: condensation drain.
Electrical equipment: 3m power cord with CEEplug5×16A and CEE socket5×16A.
Technical data
Dimension (l×W×H) mm 1190×470×1100 Intake volume l/min 440 Effective delivery volume (6bar operating pressure) L/min 300 Maximum rated operating pressure bar 10 Pressure tank volume L 90 Power requirement (three phase) V/Hz/kW 400/50/2.4 Noise level lβ(A) 67 Weight(net/gross) kg 145/170 Color orange
Note: approved by TUV.
Accessories for air compressor
4.1. Quick change coupling:
Brass, for pressure (1-25bar), resistant against oil, gasoline, and temperatures up to 120°C
Article no. Thread Weight(kg)
1 ½’’ 0.110
2 ½’’ 0.100
3 ¼’’ 0.110
4 ¼’’ 0.100
5 3/8’’ 0.110
6 3/8” 0.100
4.2.Quick change coupling:
brass, resistant to oil, gasoline, and temperatures up to 120°C
Article no. For hose diameter Weight(kg)
1 6mm 0.120
2 9mm 0.120
4.3. Y-coupling: brass,
Resistant to oil, gasoline, and temperatures up to 120°C
Article no. thread Branches Weight(kg)
1 R3/8’’ outer 2 0.320
68
2 R3/8’’ outer 3 0.485
4.4. Male connector:
Brass
Article no. For hose diameter Weight(kg)
1 6mm 0.015
`2 9mm 0.020
4.5. Threaded hose nozzle
Article no. thread For hose diameter Wrench size Weight(kg)
1 R1/8’’ 6mm 14 0.025
2 R1/8’’ 9mm 14 0.029
3 R1/4’’ 6 17 0.021
4 R1/4’’ 9 17 0.025
5 R3/8’’ 6 19 0.026
6 R3/8’’ 9 19 0.032
7 R1/2’’ 6 24 0.041
8 R1/2’’ 9 24 0.045
9 R1 25 38 0.060
4.6. Male connector:
Brass,
Article no. Thread Weight(kg)
1 ½’’outer 0.100
2 ½’’inner 0.110
3 ¼’’outer 0.100
4 ¼’’inner 0.110
5 3/8’’outer 0.100
6 3/8”inner 0.110
4.7. Sealing ring,
PVC
Article no. For hose diameter Weight(kg)
1 1/8’’outer 0.001
2 ¼’’outer 0.001
3 3/8’’outer 0.001
4 ½’’outer 0.001
4.8. Bushing:
Brass
Article no. Thread Weight(kg)
1 3/8’’inner 0.170
2 1’’inner 0.210
4.9. Reducing nipple
Article no. Thread Weight(kg)
1 3/8’’to 1/8 0.020
2 ½’’to 1/8 0.042
3 ½’’to ¼’ 0.041
69
4 ½’’to3/8’’ 0.040
5 1’’to1/2’’ 0.116
4.10. Teflon sealing tape
Width12mm.10m length, thickness 0.1mm weight 0.05kg
4.11. Air filter/pressure regulator:
Article no. Connection flange Weight(kg)
1 ½’’inner 1.650
2 1/4’’inner 0.450
3 3/8’’inner 0.900
4.12. Service unit:
brass, clear plastic housing, consisting of air filter/pressure regulator with pressure gauge and mist type oiler
Article no. Connection flange Weight(kg)
1 ½’’inner 2.300
2 1/4’’inner 1.350
3 3/8’’inner 1.400
4.13. special oil:
lubricant
4.14. PVC compressed Air Pressure Hose
with webbing reinforcement for pressure upto15 bar
Article no. Inner diameter × wall thickness Weight(kg)
1 6×3mm 0.100
2 9×3mm 0.150
4.15. screw clumps:
galvanized with slotted head screw
Article no. For hose diameter Clump width Quantity per pack Weight(kg)/pack
1 6×3mm From11-16mm 10 0.100
2 9×3mm From12-20mm 10 0.150
4.16. Spiral Air pressure hose:
On polyamide, with connection pieces mounted on both ends and protection against crimping.
Allowable pressure:12bar.outer hose diameter 8mm,inner hose diameter 6mm,connection thread(outside)R1/4’’
Article no. Working length Weight(kg)
1 2.50m 0.210
2 5.00m 0.400
Department Orthopedic technology Room no. workshop
70
Item code ORTHO-05 Item Description Mobile Dust
collector Description
Mobile exhaust system that captures, transports, and separates dry materials. Should attach to multiple machines, with
electronically controlled pneumatic stop valve.
Features:
Compact design
High efficiency in dust collection through effective pre-separation and highly effective filtering.
High efficient apparatus using ventilator attached on the clean gas side,
High vacuum efficiency
Long life filter even with heavy use
Easy to use and easy to service
Electrical equipment:
Switch box with motor starter and main switch, built in volume flow monitor with indicator light
3m power cord with CEE plug 5×16A and CEE socket 5×16A
Technical data unit range
Volume flow Meter cubed per hour Min.1832/max 2200
Normal pressure Meter cubed per hour 220
Nominal pressure Pascal 2300
Minimum volume flow Meter cubed per hour 1832
Pressure at minimal volume flow Pascal 3000
Filter area Meter squired 12
Filter material Category G
Residue dust content Milligram per meter cubed H2-0.2 securely captured
Collection volume Liters 150
Electrical connection three phase current Volts/Hertz/kilowatt 400/50/3
Weight kilograms Approx210
Dimension D×W×H Millimeters 1050×813×1965
Exhaust connection piece diameter Millimeters 180
Sound level ɖβ(A) 71
Sound int nsity ɖβ(A) 87
5.1.1. Electrical switchboard plant:
should be able to run five machines, and will weigh 50 kg
5.1.2. One way dust bag plastic
weight 0.200kg
Duct work parts
71
5.2.1. Tube galvanized, male and female mount
Article no. diameter length Weigh (kg)
1 100 500 0.800
2 100 1000 1.700
3 125 500 1.000
4 125 1000 2.000
5 140 500 1.500
6 140 1000 3.000
7 160 500 1.600
8 160 1000 3.000
9 180 500 1.750
10 180 1000 3.600
5.2.2. Elbow segment:
galvanized steel, male
Article no. diameter Angle˂ Weight(kg)
1 100 45 0.300
2 100 90 0.400
3 125 45 0.500
4 125 90 0.600
5 140 45 0.700
6 140 90 0.800
7 160 45 1.500
8 160 90 2.200
9 180 45 1.700
10 180 90 2.750
5.2.3. Branch connector pipe
Article no. Diameter1 Diameter 2 Diameter 3 Weight(kg)
1 180 160 125 2.700
2 180 160 100 2.600
3 160 140 100 2.300
4 160 140 125 2.400
5 140 140 100 2.200
6 140 125 125 1.800
7 140 100 125 1.800
8 140 100 100 3.000
9 125 125 100 1.750
10 125 100 100 1.700
5.2.4. Shut-off valve:
Galvanized steel, male/female ends
Article no. diameter Weight(kg)
1 80 0.650
2 100 0.700
3 125 0.900
4 140 0.950
72
5.2.5. Sleeve galvanized steel, male/female ends
Article no. diameter Weight(kg)
1 80 0.150
2 100 0.200
3 125 0.300
5.2.6. Tension clip
With two Allen head screwsM6×40 and M6, nuts ,
Article no. diameter Weight(kg)
1 80 0.120
2 100 0.180
3 125 0.270
4 140 0.280
5 160 0.300
6 180 0.320
5.2.6. Transition piece
With quick disconnect
73
Department Orthopedic technology Room no. workshop
Item code ORTHO-06 Item Description Laser beam line
Functional description
Laserbeam line used for prosthesis alignment. Has adjustable housing and rotateablelaserbeam
(with angle scale) in horizontal plane. Laserbeam is visible even in day light. A second vertical
laserbeam line can be directed to form a perpendicular line. The laser can be charged using a
battery charger. Can also be mounted on to stand.
Description of application
The laser is mounted on to a stand or used with an alignment apparatus. An angle measurement
system serves to direct the laserbeam.
Application possibilities
Projection of the plumb line during cluster casting and prosthetic alignment
Measurement of abduction and adduction positions (angles in relation to the plumb line)
Water level function for knee joint axes
Visualization of the instantaneous centre of rotation
Measurement of lateral shifting of the foot in relation to the hip joint and of the lower leg
angle in relation to the plumb line in the case of varus/valgus (upto 10cm) documentation
before – after
Measurement of the lateral shifting of the spinal column in the neck area in relation to the
anal fold (upto 10 cm)
Range of application
Prosthetics
Project plumb line during prosthetic alignment
Detect C.O.R for polycentric knee joint axes
Check the level position of the pelvic
Prosthetics/orthotics
Determining of flexion/extension as well as abduction/adduction angles
Diagnosis
Determining and demonstration of body positions and posture problems (lateral deviation
in the case of scoliosis, knock knee positions.
Documentation
Technical data
Length× width× height mm 100×110×115
Power requirements V/H/z 230/50 or 110/60
Weight net g 1400
Gross g 2000
Color blue (anodized)
74
Upper laser rotatable by 225˚ (+45˚, -180˚) with angle scale for the control of the rotation
angle, 2˚ graduation
Lower laser beam with vertical projected line, can be horizontally turned by approx ±9˚
Opening angle of the laserbeam: 100˚
Power supply: 4.8V accumulator pack
Connection thread: W ¼”
Charger: 230V/50-60Hz or 110 V/60Hz
Red light of light emitting diodes (635nm,laser class 2)
Projected laser lines are visible even in day light
6.1. Basic equipment
One laserline apparatus, one 230 or 110 V charger, one transport box, instructions for use
6.2. Accessories and service parts
6.2.1. battery pack (4pcs/package)
743X30 stand
Provides adjustment for the laser line apparatus in the vertical and horizontal planes. Height:
1850mm
6.2.2. charger for laser line
75
Department
Orthopedic technology Room no. workshop
Item code ORTHO-07 Item Description Prosthetic Alignment
Apparatus
For measuring and reproducing the alignment of the lower extremity modular and conventional
prosthesis
Technical data
Dimensions H×W×D Mm 1480×750×650
Space required Mm Approx. 2000×1500
Weight net/gross Kg 112/195
Color Light grey(Ral 7035)
The basic set consists of
7.1. Heel blocks
Wood, set=12, 18, 25, 28, 35, and 45 mm high
Weight 0.265kg
7.2. Foot patterns
Set= 14, 16, 18, 20, 22, 23, 24, 25, 26, 27, 28, 29, and 30 cm,
Weight 0.040kg
7.3. Adapter fittings
Steel set=2 pieces
Weight 0.040 kg
7.4. Accessories for alignment apparatus
7.4.1. Guide Base
The guide base enables accurate right angle cross cuts to be made in wood or rigid foam
components on a band saw while mounted in the foot, knee or socket support brackets of the
Alignment Apparatus, wood construction, base weight 0.340 kg
7.4.2. Clamp
For holding modular tube adapters, wood, weigh 0.300 kg
7.4.3. Coordination cross
76
Aids in aligning his disarticulation prostheses, weigh 0.045 kg
7.4.4. Special Leveling Device
For accurate A-P horizontal positioning of modular four-bar linkage knee disarticulation knee
joints, weight 0.390 kg
7.4.5. Foot stabilizer
Plastic, for feet with flat-convex soles, weight 0.020 kg
77
Department
Orthopedic technology Room no. workshop
Item code ORTHO-08 Item Description Electric Cast Cutter,
Straight (oscillating
saw)
Features overload protection for motor and manual override. 3 m powder cord with grounded
plug. Two stainless steel saw blades: Ǿ 50 and 65mm.
Two wrenches
Technical Data
Oscillation frequency 1/min 1500
Weigh net/gross kg 1.5/2.3
Article no. Unit Quantity
1 V/Hz/kW 220/50-60/0.125 AC
8.1. Saw Blades
Electric Cast Cutter
Article no. Ǿ weight
1 50mm 0.005kg
2 65mm 0.010 kg
8.2.Segmented Saw Blade
Electric Cast Cutter
Article no Ǿ weight
756Y30 60mm 0.008kg
8.3. Diamond Saw Blade, serrated
For cutting plastic, Ǿ 63.5 mm, blade thickness 1.2 mm, weight 0.014 kg
8.4. Saw Blade
Article no Ǿ weight
1 50mm 0.006 kg
2 60 0.010kg
78
Department
Orthopedic technology Room no. workshop
Item code ORTHO-09 Item Description Hand Sealing Iron
For sealing PVC- and PVA sheeting, temperature control, heating surface Teflon coated,
including stand and 1.60 m power cord with grounded plug
Technical Data 756E1=220V 756E1=110V
Temperature range ̊C 100-80 100-80
Heating surface mm 38×110 38×110
Power requirement V/Hz/Kw 220/50-60/0.2 AC 110/50-60/0.2 AC
Weight kg 0.685 0.685
9.1. Accessories
9.1.1. Teflon Sheet
85mm wide, minimum quality 1 m, weight 0.11 kg/m
79
Department
Orthopedic technology Room no. workshop
Item code ORTHO-10 Item Description Electric Heater
With temperature control, 1.40 m power cord with grounded plug
Technical Data
Temperature ̊C up to 900
Power requirement V/Hz/Kw 220/50/0.58 AC
Dimension Ǿ×H mm 125×180
Weight kg 0.8
80
Department
Orthopedic technology Room no. workshop
Item code ORTHO-11 Item Description Electronic
Reversible Hand
Drill
Fatigue reducing anti-vibration-system and soft grip, full wave electronics with infinitely
adjustable rotation speed using the set wheel, synchronised two gear drive in stable plastic
housing, safety coupling in both gears, reversible and bit-direct retainer, quick change box,
multifunctional accessory handgrip with holder for bits, drill and key
include:
Quick-acting drill chuck, multifunctional accessory grip with bit stop and holder for bits, drill
key, transport case, 3 m power cord with ground plug
Technical Data
Idling speed 1/min 0-1450/0-3400
Drilling capacity steel/wood mm 10.000
Drill chuck – span width mm 1.5 – 13
Power requirement V/Hz/Kw 230/50/1.01 AC
Weight kg 2.7
11.1. Drill stand
For electric hand drills with 43 mm collar Ǿ. Working range 140 mm, length of stroke 70 mm,
column -Ǿ 25 mm, total length 550 mm, base plate 160×160 mm, weight 6.8 kg
11.2. Flexible Shaft
For all tools with drill chucks. Cylindrical plug on a connection end, Ǿ 6×30 mm, ball bearing on
both ends
Technical Data
Span range mm 0.5 – 8
Maximum RPM’s 1/min 10.000
Length mm 1250
Connection Hand piece m8×0.75
Maximum Torque Moment Nm 0.6
Minimum Bending Radius mm 100
Weight kg 2.7
11.3. HSS – Cutter
Ten pieces, in plastic case with clear top, shaft -Ǿ 6 mm, weight 0.415 kg.
11.4. Grinding Tool Set
Ten pieces, in plastic case with clear top, shaft -Ǿ 6 mm, hardness M, grade rough, weight 0.375
kg.
81
Department
Orthopedic technology Room no. workshop
Item code ORTHO-12 Item Description Cordless Hand Drill
Features continuously-adjustable rotation speed via gas switch, reversible drilling directions, and
quickstop. Two-speed synchromesh drive. Direct bit insertion, 19 torque setting. Battery pack
can be inserted turned by 180̊ to obtain a better balance. Includes 7.2 V battery charger, and
transport case.
Technical Data
Battery pack voltage/capacity V/Ah 7.2/1.4
Idling speed 1st speed 1/min 0-290
2nd speed 1/min 0-800
Drilling capacity steel/wood mm 10/20
Wood screws mm 6
Max. torque soft/hard Nm 6.9/21.1
Keyless drill chuck mm 1-10
Power pack V/Hz/W 230/50/40 AC
Weight with battery pack kg 1.1
82
Department
Orthopedic technology Room no. workshop
Item code ORTHO-13 Item Description Right Angle Grinder
Universal (left-hand or right hand) single handed grinder with powerful 710-watt motor and light
weight; low profile metal gear head, especially useful for getting into tight areas; safety spindle
lock and protective cover-quick adjustment with safety guide slot; large surface safety switch
and noise reducing roughing disk (125 mm -Ǿ) includes:
Roughing disk, protective cover, additional hand grip, clamping flange, flange nut, key
Technical Data
Idle rotation 1/min 10 000
Roughing disk - Ǿ mm 125
Spindle thread M14
Power requirement V/Hz/kW 220/50/0.710 AC
Weight kg 1.6
13.1. Parting Disk
Ǿ 125 mm, for steel, thickness approx. 3 mm , weight 0.070 kg
13.2. Roughing Disk
Ǿ 125 mm, for steel, thickness approx. 6 mm, weight 0.180 kg
13.3. Quick Chuck
For inserting the flexible shaft, with M14 inner thread, for 756W1 right Angle Grinder, Weight
0.150 kg
83
Department
Orthopedic technology Room no. workshop
Item code ORTHO-14 Item Description Electrical Jig Saw
Keyless chuck system , four stroke setting and material determined stepless electronics, dust
blowing device and exhaust channel, protection by removable plastic guide shoes, support roller
with lateral ceramic guide for optimal saw blade guidance, cutting angle lock up to 45̊, 4 m
power cord with grounded plug include:
Technical Data
Idling speed 1/min 450 – 3100
Cutting depth in - wood mm 83
-Nonferrous metal mm 20
- steel mm 10
Stroke mm 26
Power requirement V/Hz/kW 220/50/06 AC
Weight kg 2.3
14.1. Electrical Jig Saw Blades
Package contains 5 pieces
Article no. for length teeth weigh/pack
1 wood 75 mm 3.0 mm 0.040 kg
2 plastic / 50 mm 2.0 mm 0.030 kg
Nonferrous metal*
3 steel sheet 50 mm 1.2 mm 0.030 kg
*hardened blade
84
Department
Orthopedic technology Room no. workshop
Item code ORTHO-15 Item Description Electric Scissors
Electric Scissors with flat foot, to cut fabric, sheet and soft leather. Maximum cutting height of 8
mm, built-in knife sharpener, fully insulated and interference free in accordance with VDE, with
two six edged blades, 2.80, powder cord with grounded plug
Technical Data
Knife RPM during rated load 1/min 2400
Housing Diameter mm 50
Total Length mm 230
Power requirement V/Hz/kW 220/50/0.56 AC
Weight kg 1.2
15.1.Six Edged Blades
For Electric Scissors, weight 0.015 kg
85
Department
Orthopedic technology Room no. workshop
Item code ORTHO-16 Item Description Milling Set for
Processing Seat
Cushions
Consists of a hand-held milling machine with specially-designed rasp head for dust collection.
complete with two lever tools for tightening the rasp head. Set is suitable for on-site processing
of seat cushions. In addition, the hand-held milling machine is fully compatible with the portable
vacuum cleaner.
Electric equipment:
2 m power cord with grounded plug
Technical Data
Maximum RPM’s 1/min 4500
Weight kg 1.4
Article no
1 110V/50-60Hz/ 0.23 kW A.C
2 230V/50-60 Hz/ 0.23 kW A.C
86
Department
Orthopedic technology Room no. workshop
Item code ORTHO-17 Item Description Portable Vacuum
cleaner
Powerful vacuum cleaner with convenient on-handle switch to regulate suction power. Large
plastic dust container. Automatic switch makes it compatible with electric tools with up to 1100
watts of power. Can be connected to the hand-held milling machine included in the Milling Set.
Technical Data
Height × Ǿ mm 633×350
Volume of Dust Container mm 33
Power Requirement V/Hz/kW 230/50/1.2
Weight kg 9.2
87
Department
Orthopedic technology Room no. workshop
Item code ORTHO-18 Item Description Pneumatic Stapler
For upholstering, tacking etc. uses 4-16 mm long × 12.8 mm wide staples. Includes male
connector for quick change coupling
Technical Data
Operating pressure bar 4-7
Air consumption 1 0.6 per push
Case capacity pc 100 staples
Weight kg 0.9
Staples
For pneumatic stapler, 12.8 mm wide
Article no length Qty./Pack weight/Qty.
1 6 mm 3000 pcs. 0.300 kg
2 8 mm 3000 pcs. 0.360 kg
3 10 mm 3000 pcs. 0.390 kg
4 12 mm 3000 pcs. 0.440 kg
5 14 mm 10000 pcs. 1.650 kg
Spray Gun
High power spray gun with plastic paint container, holds 0.6 litres, with screw on-lid, fully
adjustable round and flat spray patterns, with male connector for quick change coupling.
Technical Data
Nozzle -Ǿ mm 1.5
Air consumption l/min 130 – 180
Weight kg 0.770
Air Gun
Aluminum, designed for easy use, with male connector for quick change, coupling, weighing
0.260 kg
Tire Pressure Gauge
Aluminum, pressure gauge with rubber cover, with valve stem lock lever for vehicles and
adapter nipple for wheelchairs as well as male connector for quick change coupling, weight
1.000 kg
88
Department
Orthopedic technology Room no. workshop
Item code ORTHO-19 Item Description Electric Arc Welder
Portable primary cycle rectifier welding unit, inverter design, for manual electrowelding D.C,
complete with 3 mm grounding cable, 16 mm with plug (SKM 25) and ground terminal as well
as 4 mm electrode hand cable, 16 mm with plug (SKM 25) and electrode holder 200A.
Power cord with grounding plug for connection to A. C. Protection system IP 23
Technical Data
Dimension L×B×H mm 315×110×199
Main fuse A 16(delayed action)
Welding current A 10-140
Electrode -Ǿ mm 1.5-3.2
Power requirement V/Hz 230/50-60 AC
100٪ ED kVA 3.6
Weight kg 4.7
89
Department
Orthopedic technology Room no. workshop
Item code ORTHO-20 Item Description Brazing Kit
For acetylene with a flame temperature up to 2350 ̊C, considering of:
- Safety handle
- Hard-Brazing Apparatus size 2, size 3, size 4
- Acetylene hose, 2.5 m
- Acetylene tank pressure reduction valve
- Burner igniter, replacement flints
- Sheet steel case
Weight 4.5 kg
20.1. Acetylene steel Tank, filled
Content 10 litre, filling pressure 18 bar
Dimensions Ǿ × Height 145×980 mm
Weight 23 kg
20.2. Welding and Cutting Torch
For oxyacetylene, consists of one handle, three welding nozzles, metal case
Technical Data
Welding range mm 1-6
Cutting range mm 3-40
Weight kg 1.850
20.3. Pressure Regulator Set
For oxyacetylene welding apparatus, consists of one acetylene pressure regulator with tension
connector, one oxygen pressure regulator with right hand R3/4” thread connection, for each tank
side, 5 m twin autogenous hoses, each with flashback arresters, to add to the pressure regulator
and 4 clamp screws weight 4.060 kg
20.4. Welding Table
Steel and angle iron construction with shelf, flat bar steel grill, steel sheet insert, removable fire
clay plate and straightening plate, dimension L×B×H 900×600×800 mm, color clay (RAL 7011)
weight approx. 83kg
20.5. Pick Hammer (for Arc Welding)
With handle, weigh 0.330 kg
20.6. Welding Apron
90
Split chrome leather, with two adjustable straps size approx. 800×100 mm, weigh 1.200 kg
20.7. Fume Exhaust Arm
Effective range 2.0 m, for standard work areas, on work tables or machines, interior aluminum
profile construction with three joints, aluminum flange with approx. 360̊ rotation. PVC hose DN
160, polycarbonate exhaust hood, heat resistant to 90 ̊C weight 11 kg
20.8. Ventilator
For direct combination with 760R1 Fume Exhaust Arm, simple assembly, with wall bracket
Technical data
Air volume m³/h 1900
Connection -Ǿ mm 160
Power requirement V/Hz/kW 380/50/0.75
(three-phase current)
Weight kg 15
20.9. Motor Protection Switch
For Ventilator
Article no for Voltage
1 3×380 V/50Hz
2 3×220 V/50Hz
20.10. Structural Housing
For Motor Protection Switch
20.11. Wall Bracket
For direct mounting of Ventilator and Fume Exhaust Arm, weight 1 kg
20.12. Pipe
Galvanized steel sheet, narrow/wide plug-in
Article no Ǿ length weight
702Y18=160×500 160 mm 500 mm 1.3 kg
702Y18=160×90 160 mm 1000 mm 2.7 kg
20.13. Segmented Elbow
Galvanized steel sheet, narrow/wide plug-in R=1×D
Article no Ǿ junction< weight
702Y19=160×45 160 mm 45̊ 0.50 kg
702Y16=160×90 160 mm 90̊ 0.64 kg
91
20.14. Clamp
Galvanized steel sheet, with double flange with two M6×40 hex head screw and two M6 nuts, for
connecting pipes, Ǿ 160 mm weight 0.290 kg
20.15. Exhaust connection
Galvanized steel sheet, 45̊ bevel cut, with protective grate, Ǿ 160 mm, length 850 mm, weight
2.300 kg
20.16. Sealing Tape
Foam, self-adhering, 35×5 mm, for sealing pipes connections, approx. 15 m long
92
Department
Orthopedic technology Room no. workshop
Item code ORTHO-21 Item Description Two Speed Belt
Sander
Description
For accurate sanding of right angle, flat surface, floor model. Guide rails to accommodate the
socket, knee and foot supports of the Alignment Apparatus, support Table with guide rails,
adjustable slope angle.
Ǿ of collection system mount 100 mm, for use with central dust collection system with a
minimum air velocity of 20 m/s.
Electrical Equipment:
Motor protection switch, speed selection switch, 2 m power cord with CEE plug 5x16 A and
CEE socket 5x16 A
Standard Equipment:
pcs. 200x25x40 linen sanding belts, LxW 2000x250 mm, grit 40
1 pc. Allen Head Wrench
1 pc. Allen Head Wrench
1 pc. Floor Fastening Set
Technical Data
Dimensions WxDxH mm 800x850x1520
Space Requirement LxW mm approx. 1400x1800
Belt Width mm 250
Belt Speed m/sec 15/30
Power Requirement
Three-Phase Current V/Hz/kW 400/50/3
RPM 1/min 1500/3000
Weight, net/gross kg 107/155
Color light gray (RAL 7035)
93
Department
Orthopedic technology Room no. workshop
Item code ORTHO-22 Item Description Floor Model Drill
Press
Description
Features infinitely adjustable RPMs and 420x340 mm work surface. Table height is adjustable
on geared steering rack. Drill depth is indicated on mm scale. Drill depth adjustable spindle stop.
Include reduction sleeves. Available without chuck and withoutmorse taper.
Electrical Equipment:
Motor protection switch and non-voltage release, lockable main switch, emergency power shut-
off and light with two bulbs, 2 m power cord with CEE plug 5x16 A and CEE socket 5x16 A
Technical Data
Continuous/Normal drilling Capacity mm 25/30
Spindle MK 3
Drilling Depth mm 125
Working Radius mm 260
Column Ǿ mm 110
Distance Spindle To Table mm 240-790
Spindle RPM
With reduction gear in 2 levels 1/min 125-4000
1st level 1/min 125-2000
2nd level 1/min 250-4000
Levels can be changed by
changing the belt
Power Requirement V/Hz/kW 400/50/0.90/1.45
Three-Phase Current
Weight, net/gross kg 275/325
Color light gray (7035)
94
Department
Orthopedic technology Room no. workshop
Item code ORTHO-23 Item Description Engine Lathe
Bench model, prism type lathe bed,
Standard Equipment:
Lathe driving dog, lathe center MK3, lathe center Mk2, tool holder, set of service tools, grease
gun without chucks
Electrical Equipment:
Complete installation, emergency power shut-off, 2.40 m power cord with grounded plug
Technical Data
Spindle Height and Width mm 105/450
Rotation Ǿ above Head mm 118
Headstock Spindle Shaft mm 20
Spindle Head with centering cone Norm like DIN 55021
Spindle inner Cone MK3
RPM 1/min 100, 200, 350, 500, 850, 1700
Dimensions WxDxH mm 950x500x400
Power Requirement V/Hz/kW 220/50/0.35 A.C.
Weight, net/gross kg 58/120
Color Orange
Accessory for Lathe
23.1. Machine Base
With removable dust collector and enclosed tool drawer, dimensions WxDxH 1070x430x810
mm, weight 56 kg, color anthracite
23.2.For Head Stock
23.2.1. Three-Jaw Chucks
Span range up to Ǿ 110 mm, weight 3.600 kg
23.2.2. Gear Wheel Set
For screw cutting, includes 8 gear wheels and 1 washer, weight 0.935 kg
23.3. For Tailstock
23.3.1. Revolving Lathe center MK2
60̊ point, weight 0.360 kg
23.3.2. Key Type Drill Chuck
95
Span range 1-13 mm, weight 0.740 kg
23.3.3. Quick Chuck
Span range 1-13 mm, weight 0.800 kg
23.3.4. Morse Taper
For adapting drill chucks to the tailstock, weight 0.165
23.4.For Tool Rest
23.4.1. Quick Change Tool Holder
For square bar steel up to max. 8x8 mm, with 1 steel tool post, 3standard steel tool holders, 1
lock key, weight 0.735 kg
96
Department
Orthopedic technology Room no. Workshop
Item code ORTHO-24 Item Description Zigzag Sewing
Machine
For general use on light to medium-weight materials, bottom feed of sewing material by means
of a horizontal rotary hook, zigzag stitch adjustment left, middle and right, pressure foot lifted by
knee lever, operation through motor stand.
Electrical Equipment:
Alternating current motor starter, appox. 2 m power cord with grounded plug
Standard Equipment:
1 roll Serafil sewing Thread
Technical Data
Sewing Speed, Max.
5 mm zigzag stitch 1/mm 2500
Zigzag Width, max mm 9
Stitch Length, max mm 5.1
Max. Height below
Pressure foot mm 6
Dimensions of Upper Part
Of Machine WxDxH mm 450x210x AC
Space Requirement WxD mm 1060x500
Height including
Motor stand mm 220/50/0.25 AC
Power Requirement V/Hz/kW 220/50/0.25 A.C.
Weight, net/gross kg 80/94
Accessories for Zigzag Sewing Machine
24.1.Sewing Machine Needle
Article No. Gauge Package Weight/Pkg
1 0.9 mm 100 pieces 0.050 kg
2 1.0 mm 100 pieces 0.050 kg
3 1.1 mm 100 pieces 0.050 kg
24.2. Serafil Sewing Thread
Polyester endless, high tensile strength, highly stretchable, good strength when wet, Z-twist,
97
triple strand
Article No. Color Strength Length on spool Weight
1 White 30/triple 300 m 0.030 kg
2 Beige 30/triple 300 m 0.030 kg
3 White 40/triple 400 m 0.030 kg
4 Beige 40/triple 400 m 0.030 kg
5 White 60/triple 600 m 0.035 kg
6 Beige 60/triple 600 m 0.035 kg
24.3. Sewing Machine Oil
Acid and resin free, contents 100 cm³
98
2. TOOLS
Department
Orthopedic technology Room no. workshop
Item code ORTHO-25 Item Description Measurement
instruments
1. Tread Marker
This flat case includes two plastic trays. The interior includes a reversible rubber plate in a metal
frame.
used to create tracing of patients footprints in a clean and uncomplicated manner.
available in two versions.
Preferred one with rubber plate with coarse indexed/textured screen.
1.1. Tread Marker
Rubber plate with linen structured. Complete with paint roller, stamping ink, contour marker and
50 sheet of two sided tracing paper.
1.2. Tread Marker
Rubber plate with coarse structured. Complete with paint roller, stamping ink, contour marker
and 50 sheet of two sided tracing paper
1.3.Tracing Paper (Sheet)
Two-sided
1.4.Paint Roller
1.5.Stamping Ink
Oil-free, Colour: Blue
Content: 28 ml
1.6.Contour Marker
For tread tracer
“Heider” Foot Measuring Device
Plastic
Used for determined shoe size
Length: 335 mm
99
Weight: 0.100 kg
2. Metric Folding Ruler
Graduated in millimeters, length 2000 mm
Article number material Width Weight
2 Light metal 14 mm 0.160 kg
3. Tape Measure
Steel, push button return, graduated in millimeters, length 2000 mm, width 15 mm, weight 0.090
kg
4. Tailors Measuring Tape
Graduated in millimeters, length 1500 mm, width 20 mm, weight 0.016 kg
5. Shoe Measuring Tape
Cm and Engl. Size, length 60 cm, width 12 mm, weight 0.007 kg
6. Flexible Ruler
Spring steel, graduated in millimeters
Article number Length Width Weight
2 200 mm 13 mm 0.010 kg
4 500 mm 18 mm 0.025 kg
7. Ruler
Stainless steel, graduated in millimeters, width 30 mm, thickness 2 mm
Article number Length Weight
2 1000 mm 0.980 kg
8. Steel Square, 90˚
Bright zinc coated
Article number Leg Length Shoulder Weight
1 150x100 mm Without 0.170 kg
3 150x 100 mm With 0.375 kg
9. Caliper
Stainless steel, scale and vernier matte chrome finish. Measurement range 150 mm, milimetre
100
and inch scales, vernier scale 1/20 mm, weight 0.137 kg
10. Workshop Calipers
Special steel, chrome-plated, with points and offset jaw ends, measurement range 250 mm,
milimetre and inch scales, vernier scale combined 1/10 and 1/20 mm weight 0.330 kg
11. Micrometer
Carbide tipped measuring surface, with lock lever, adjustment nut and ratchet, in wood case
Article number Scale range Weight
1
2
0-25 mm
25-50 mm
0.240 kg
0.320 kg
12. Thickness Gauge (Decimal)
Steel with brass scale, 1/10 mm graduation, scale range 0-15 mm, weight 0.060 kg
13. Inside Circumference Gauge
Article number For Scale Weight
1 AK Socket 23-67 cm 1.035 kg
2 BK Socket 13-36 cm 0.950
13.1. Measuring Band
Steel, for inside circumference gauge
Article number For Weight
1
2
AK sockets
BK sockets
0.020 kg
0.010 kg
14. Body Calipers
For measuring body segment
Article number Scale range Weight
1
2
3
400 mm
600 mm
600 mm(for SIT-Cast)
0.450 kg
0.500 kg
0.530 kg
15. Goniometer
Plastic, leg length 150 mm, weight 0.020 kg
16. Goniometer
Chrome-pla3te, for measuring range of motion of various body segments, with dial gauge,
101
weight 0.330 kg
17. Hip Compass
Stainless steel length 340mm, measurement range 500 mm weight 0.280 kg
18. Hip Leveling Guide
Aluminum, with plastic side extensions, for measuring lateral pelvic tilt, length 330 mm, weight
0.260 kg
19. Level
Light metal, with plexiglass horizontal and vertical bubble levels, length 400 mm, weight 0.400
kg
20. Compensation Board Set
Plywood, to compensate for leg length, 6 boards = 5 10 15 20 25 and 30 mm thick, dimensions
320x150 mm, weight 3.435 kg
21. Special Socket Protractor
Plastic, Technical Schools Seven-Angle System, two sided. Length 400 mm, weight 0.100kg
22. Tracing Wheel
Has wooden handle. Weight 0.030 kg
102
Department
Orthopedic technology Room no. workshop
Item code ORTHO-26 Item Description Compass and
Scribing Tools
1. Precision Spring Compass
With hardened points
Article number length Weight
1
2
150 mm
175 mm
0.060 kg
0.80
2. Compass
Forged steel, hardened points
Article number length Weight
1
2
150 mm
200 mm
0.080 kg
0.120
3. Bow Compass
Forged steel, hardened points, without scale, with lock
Article number length Weight
1
2
150 mm
200 mm
0.100 kg
0.150
4. Calipers
Features adjustment bow and easy-to-read measurements. Measuring range 120 mm, length
200mm, weight 0.190 kg
5. Scriber
Hardened steel, straight, length 175 mm, weight 0.040 kg
6. Scriber
Hardened steel, one point straight, the other with 90˚ angle, length 250 mm, weight 0.060 kg
7. Contour Tracer
Plastic, for vertical tracing of various body contours, with guide for drawing pencil, dimension
LxWxD : 180x45x56 mm, weight 0.062 kg
103
8. Parallel Scriber
Steel, without scale, rotates and pivots, scribing height up to 300 mm, weight 1.400 kg
9. Height Scriber
Wood maximum scribing height 1000 mm, graduated in centimeters, weight 0.650 kg
104
Department
Orthopedic technology Room no. workshop
Item code ORTHO-27 Item Description Squiring jigs and
bending irons
1. Joint Alignment Fixture for Orthotic Joints
includes:
a) Aluminum Plaster Impression Adjustment
b) Aluminum Schema/Dileneation Alignment Tube
Article number Width
1
2
80 mm Standard
50 mm Accessories
c) Size 1 Stainless steel Alignment Adapter, for joining with Gear Drive
d) Size 2 Stainless steel Alignment Adapter, for joining with 12.7x7.6 Brushing Flanges and
501A1=12x7xM4 Binding Head Screw
e) Size 3 Stainless steel Alignment Adapter, for joining with with14x9.6 Brushing Flanges
and501A1=12x7xM6 Binding Head Screw
f) Stainless Steel Alignment Adapter with M4 and M6 Thread Retainer and 501A12=3
Binding Head Screw
g) Allen Screw with Collar
h) Size 2 Shoulder Screw for Alignment Adapter
i) Size 3 Shoulder Screw for Alignment Adapter
j) Allen Wrench
2. Nickel-plated Joint Squaring Jig For Transtibial Joints
For transtibial prosthetic joints with 4 or 5 mm slot widths
3. Nickel-plated Joint Squaring Jig for Polycentric Joints
For polycentric joints with 5 mm slot width
4. Drilling fixture
Tool steel, for exact positioning of the holes for 501T7=7, 5×9×M5 Philips Head Screws in the side bars
of all Otto Bock System Orthotic Joints, weight 0.210 kg
5. Bending Iron
Chrome vanadium steel, with flat tines, should be in pairs
105
Article number Mouth opening length Weight
1 4 und 6 mm 245 mm 0.350 kg
2 6 und 8 mm 245 mm 0.330 kg
3 7 und 9 mm 245 mm 0.325
6. 1. Bending Iron
Chrome vanadium steel, with rounded tines
Article number Mouth opening length Weight
1 4 und 6 mm 245 mm 0.350 kg
2 6 und 8 mm 245 mm 0.350 kg
6.2. Bending Iron
Chrome vanadium steel, with round tines, mouth opening 4 and 6 mm, length 310 mm, weight 0.550 kg
6.3. Bending Iron
Tool steel, for shaping the side bars in the sagittal plane, semicircular, tines for 16 and 20 mm side bars
widths, length 500 mm, weight 1.420 kg
7. Bending Fixture
Steel, for use in a vise,
1 set = 3 pieces, weight 0.245 kg
106
Department
Orthopedic technology Room no. workshop
Item code ORTHO-28 Item Description Screw drivers
1. 1. Screwdriver
Blade of height- alloy vanadium steel, with plastic handle,
Article number Blade width Blade length Weight
1 3 mm 80 mm 0.020 kg
2 4 mm 100 mm 0.030 kg
3 5 mm 100 mm 0.040 kg
4 6 mm 125 mm 0.060 kg
5 7 mm 150 mm 0.080 kg
6 8 mm 175 mm 0.110 kg
7 10 mm 200 mm 0.130 kg
1.2. Screwdriver
Full length blade of chrome vanadium steel, 5.5 mm and larger provided with hex shaft, lacquered
handle of hardwood with leather top
Article number Blade width Blade length Weight
1 3.5 mm 75 mm 0.040 kg
2 4.5 mm 90 mm 0.050 kg
3 5.5 mm 100 mm 0.080 kg
4 7.0 mm 125 mm 0.090 kg
5 9.0 mm 150 mm 0.140 kg
6 10.0 mm 175 mm 0.170 kg
7 12.0 mm 200 mm 0.220 kg
8 14.0 mm 250 mm 0.250 kg
1.3. Screwdriver
6 parts in wooden stand, screwdriver design is same as blade widths 4.5/5.5/7/9/10/12 mm, weight
1.390 kg
1.4. Screwdriver
Blade of chrome vanadium steel, with hex shaft, plastic power grid handle
Article number Blade width Blade length Weight
1 3.5 mm 75 mm 0.060 kg
2 4.5 mm 90 mm 0.070 kg
3 5.5 mm 100 mm 0.080 kg
4 7.0 mm 125 mm 0.130 kg
5 9.0 mm 150 mm 0.240 kg
6 10.0 mm 175 mm 0.250 kg
7 12.0 mm 200 mm 0.280 kg
107
1.5. Phillips Head Screwdriver
Short, stout form, blade of vanadium molybdenum steel, Phillips recess, shiny nickel-plated, entire
length 75 mm, with impact resistant plastic grip, size 1, weight 0.040 kg
1.6. Phillips Head Angled Screwdriver
Blades of vanadium molybdenum steel, sizes 1 and 2, Phillips recess, shiny nickel-plated, entire length
100 mm, blade length 25 mm, weight 0.025 kg
1.7. Phillips Head Screwdriver
Blade of chrome vanadium Phillips Recess, with plastic handle
Article number Size Blade width Weight
1 0 60 mm 0.030 kg
2 1 80 mm 0.040 kg
3 2 100 mm 0.085 kg
1.8. Ball Hex Head Screwdriver
Blade of chrome vanadium steel with ball hex head, with plastic handle
Article number Ø Blade length Weight
1 3 mm 175 mm 0.030 kg
2 4 mm 180 mm 0.045 kg
3 5 mm 195 mm 0.065 kg
4 6 mm 220 mm 0.100 kg
5 8 mm 250 mm 0.140 kg
108
Department
Orthopedic technology Room no. workshop
Item code ORTHO-29 Item Description wrenches
1. T-Handled Hex Wrench
Chrome vanadium steel blade, nickel plated, with plastic handle
Artcle number Ø Blade length Weight
1 2 mm 100 mm 0.020 kg
2 3 mm 100 mm 0.025 kg
3 4 mm 100 mm 0.030 kg
4 5 mm 100 mm 0.055 kg
5 6 mm 100 mm 0.065 kg
6 8 mm 100 mm 0.090 kg
7 10 mm 100 mm 0.150 kg
2. Allen Wrench
Chrome vanadium steel, nickel-plated, for SACH feet
Article number Ø Side length Weight
1 5 mm 87 mm 0.027 kg
2 6 mm 88 mm 0.040 kg
3 8 mm 90 mm 0.070 kg
3. Allen Wrench, DIN 911
Chrome vanadium steel, nickel-plated
Article number Ø Side lengths Weight
1 1.5 mm 46×17 mm 0.002 kg
2 2.0 mm 52×19 mm 0.002 kg
3 2.5 mm 57×20 mm 0.003 kg
4 3.0 mm 65×24 mm 0.005 kg
5 4.0 mm 70×28 mm 0.010 kg
6 5.0 mm 84×32 mm 0.020 kg
7 6.0 mm 100×40 mm 0.030 kg
8 8.0 mm 105×45 mm 0.060 kg
10 12.0 mm 135×60 mm 0.170 kg
4. Ball Hex Head Allen Wrench
Chrome vanadium steel, nickel-plated, with ball head
Article number Ø Side length Weight
1 3 mm 75×23 mm 0.005 kg
2 4 mm 88×30 mm 0.011 kg
109
3 5 mm 95×34 mm 0.019 kg
5. Allen Wrench Set
Chrome vanadium steel, nickel-plated, in holder
Article number Ø Weight
2 2.5/3/4/5/6/8/10 mm 0.019 kg
6. Allen Wrench Set
Chrome vanadium steel, black, one end with ball head, 9 pieces, in plastic holder, Ø 1.5 2 2.5 3 4 5
6 8 10 mm, weight 0.380 kg
7. Pin wrench
For hole screws, hardened tips, with wooden handle
Article number Pin width For 2 hole Screw Weight
1 7 mm 501S34=M4 0.065 kg
2 8 mm 501S34=M6 0.083 kg
8. Adjustable Pin Wrench
Hardened tips, adjustment by conical screw, for two hole nuts, with wooden handle, length 220 mm,
weight 0.160 kg
8.1. Tip for pin wrench
Weight 0.009 kg
9. Adjustable Pin Wrench
Forged, adjustable, for two nuts, with wooden handle, length 240 mm, weight 0.205 kg
10. Tack Remover
Chrome-plated with wooden handle. Length: 170 mm. Weight: 0.080 kg
11. Torque wrench
Span 1-12 Nm (10-100 lbf. In.), square drive for bit holder with 1/4” hexagon drive. Torque value set on
end of grip and visible on the scale, with bits total wrench length 185 mm, weight 0.255 kg
12. Torque Wrench
Span 4-30 Nm (35.4-265.4 lbf. In.), square drive for bit holder with 1/4” hexagon drive. Torque value set
on end of grip and visible on the scale, with bits total wrench length 245 mm, weight 0.560 kg
12.1. Bit
110
For 11 and 12Torque Wrenches, chrome vanadium, 1/4" hexagon drive
Article number Ø Shaft length Weight
1 3 mm 30 mm 0.010 kg
2 4 mm 45 mm 0.015 kg
3 5 mm 45 mm 0.020 kg
4 6 mm 45 mm 0.025 kg
5 8 mm 45 mm 0.030 kg
6 10 mm 45 mm 0.033 kg
13. Square End Knee Bolt Wrench
Adjustable crank
14. T-Handled Square Socket Wrench
For Otto Bock Single Axis Ankle Joints (old style),size 12 mm, length 125 mm, weight 0.150 kg
15. Square socket Wrench
Round steel shaft, black lacquered,
Size 12 mm, length 120 mm, weight 0.077 kg
16. Hex Socket Wrench
Chromium plated, with mandril Ø 10 ×200 mm, for Greissinger feet, size 14 × 17 mm, length 150 mm,
weight 0.255 kg
16.1. T-Handled Hex Socket Wrench
Chrome vanadium steel, nickel-plated, with plastic handle
Article number Size Length Weight
1 6 mm 150 mm 0.070 kg
2 7 mm 150 mm 0.075 kg
3 8 mm 150 mm 0.075 kg
4 10 mm 150 mm 0.105 kg
5 11 mm 150 mm 0.110 kg
6 12 mm 150 mm 0.110 kg
7 13 mm 150 mm 0.120 kg
8 14 mm 150 mm 0.125 kg
9 17 mm 150 mm 0.140
17. Open End Wrench Set
Chrome vanadium steel, chrome- plated, 8 pieces in holder, sizes
6×7/8×9/10×11/12×13/14×15/16×17/18×19/20×22 mm, weight 0.825 kg
111
18. Box End Wrench Set
Chrome vanadium steel, chrome-plated, deep-offset at both ends, 8 pieces in carton, sizes
6×7/8×9/10×11/12×13/14×15/16×17/18×19/20×22 mm weight 1.360 kg
19. Combination Box and Open End Wrench Set
Chrome vanadium steel, chrome-plated, short design, box head offset 15 ̊, 17 pieces in transparent pocket holder, sizes from 6 to 22 mm in 1 mm increments, weight 1.565 kg
112
Department
Orthopedic technology Room no. workshop
Item code ORTHO-30 Item Description HAMMERS
1. Ball Pein Hammer
Single sided, semi- spherical, handle included, head weight 375 g. total weight 0.430 kg
2. Ball Pein Hammer
Double sided, semi-spherical, handle included
Article number Head weight Total weight
1 250 g 0.335 kg
2 375 g 0.415 kg
3 500 g 0.555 kg
4 1000 g 1.310 kg
3. Ball Pein Hammer
Double sided, semi-spherical/flat-round, handle included
Article number Head weight Total weight
1 250 g 0.295 kg
2 375 g 0.490 kg
3 500 g 0.555 kg
4. Shaping Hammer
Double sided, wide half-round/flat convex, handle included
5. Hammerhead
Nickel-plated. Length: 120 mm. Weight: 0.350 kg
6. Lead Block
To clamp in vise, length 130 mm, width 65 mm, height 65 mm, weight 5.000 kg
7. Locksmith’s Hammer
All surfaces smooth, handle included
Article number Head weight Total weight
1 100 g 0.150 kg
2 200 g 0.255 kg
113
3 300 g 0.380 kg
4 400 g 0.500 kg
5 500 g 0.600 kg
6 600 g 0.760 kg
7 800 g 0.980 kg
8 1000 g 1.200 kg
300g and 500g hammers provided with head securing device are available on request.(Striking edges are
annealed to prevent chipping.)
8. Riveting bar
Forged steel, length approx. 675 mm
Article number Model Weight approx.
1 Without riveting hole 3.6 kg
2 With riveting hole 3.6 kg
9. Small Anvils
Forged steel, for Riveting Bar ,1 set =1 each flat, concave and convex, weight 0.060 kg
10. Mallet
With annealed cast iron housing for heads one rubber and one plastic head, handle included
Article number Striking surface Ø Total weight
1 30 mm 0.330 kg
2 40 mm 0.660 kg
3 50 mm 1.130 kg
11. Rubber Mallet
Handle included, Ø striking surfaces 55 mm, total weight 0.300 kg
12. Shoemaker’s Hammer
Handle included, head weight 350 g, total weight 0.390 kg
13. Magnetic Hammer
Chromed, with permanent magnetic head, oak handle, head weight 130 g, total weight 130 g, total weight 0.180 kg
114
Department
Orthopedic technology Room no. workshop
Item code ORTHO-31 Item Description PLIERS
1. Nippers
Special steel, oil-hardened, heavy-duty
Article number Length Weight
1 180 mm 0.310 kg
2 210 mm 0.410 kg
3 230 mm 0.440 kg
2. Wire cutter
Special tool steel, PVC coated handles, polished head
Article number Length Weight
1 220 mm 0.360 kg
2 280 mm 0.450 kg
3. Wire cutter
Special steel, oil-hardened, cutting edges inductively hardened, lacquered handles, for hard wire
Article number Length Max. wire Ø Weight
1 180 mm 2.50 mm 0.400 kg
2 210 mm 2.75 mm 0.560 kg
3 235 mm 3.00 mm 0.740 kg
4. High Leverage Wire Cutter
Special tool steel, cutting edges inductively hardened, PVC coated handles, for hard wire
Article number Length Max. Wire Ø Weight
1 160 mm 2.3 mm 0.170 kg
2 180 mm 2.8 mm 0.290 kg
5. High leverage side cutting pliers
Special tool steel, PVC coated handles , for hard wire
Article number Length Max. Wire Ø Weight
1 160 mm 1.6 mm 0.170 kg
2 200 mm 2.0 mm 0.290 kg
6. Combination Pliers
Special tool steel, PVC coated handles
Article number Length Weight
115
1 140 mm 0.120 kg
2 160 mm 0.180 kg
3 180 mm 0.120 kg
7. Flat Nosed Pliers
Special tool steel, PVC coated handles
Article number Length Weight
1 140 mm 0.120 kg
2 160 mm 0.140 kg
8. Long Nose Pliers
Chrome vanadium electro-steel, oil-hardened, PVC coated handles, polished head
Article number Length Weight
1 140 mm 0.140 kg
2 160 mm 0.160 kg
9. Round Nose Pliers
Special tool steel, PVC coated handles
Article number Length Weight
1 140 mm 0.110 kg
2 160 mm 0.120 kg
10. Long- Reach Round Nose Pliers
Chrome vanadium electro-steel, PVC coated handles, polished head
Article number Length Weight
1 140 mm 0.130 kg
2 160 mm 0.140 kg
11. Vise Grip Pliers
Jaws of chrome vanadium steel, total length 250 mm, weight 0.560
12. Universal Pliers
Chrome vanadium steel, PVC coated handles, with slotted joint, polished head, length 250 mm, weight
0.320 kg
13. Revolving Hole Punch
116
Forged,
With 6 hole sizes, Ø 2/2.5/3/3.5/4 and 5 mm,
Length 225 mm, weight 0.485 kg
13.1. Punch Set
For 706L1 revolving Hole Punch
Set = 6 pieces, Ø 2/2.5/3/3.5/4 and 5 mm,
Length 227 mm, weight 0.260 kg
14. Manchester Pliers
Forged steel, PVC coated handles,
Length 227 mm, weight 0.570 kg
15. Curved Seaming Pliers
Forged steel
Article number Jaw width Length Weight
1 17.0 mm 200 mm 0.405 kg
2 6.5 mm 200 mm 0.300 kg
16. Forged steel, PVC coated handles,
Length 330 mm, weight 0.570 kg
17. Curved Seaming Pliers
Forged steel
18. Hammer Seaming Pliers
“Tuttlingen” type,
Forged steel, jaw width 9.5 mm,
Length 200 mm, weight 0.415 kg
117
19. Shoemaker’s Nippers
Forged steel, PVC coated handles,
Length 190 mm, weight 0.352 kg
20. Cutting Pliers
Length: 210 mm. Weight: 0.270 kg
21. Wire Netting Pliers
Chrome- plated. For cutting wire netting in plaster constructions
Lengths: 200 mm. Weight: 0.300 kg
22. Shoe Stretcher, Locking
Lacquered. Length: 400 mm. Weight 0.930 kg
118
Department
Orthopedic technology Room no. workshop
Item code ORTHO-32 Item Description SCISSORS
1. Plaster Cast Scissors
Stainless steel, length 220 mm, weight 0.200 kg
2. Plaster Cast Scissors
Stainless steel, smooth cutting edges, length 210 mm, weight 0.230 kg
3. Plaster Cast Cutter
Stainless steel
Article number Length Weight
1 260 mm 0.460 kg
2 370 mm 1.065 kg
4. Leather Scissors
Forged steel, curved, with serrated cutting edges, lacquered handles, length 230 mm, weight 0.340 kg
5. Leather Scissors
Forged steel, straight, with serrated cutting edges, lacquered handles, length 230 mm, weight 0.340 kg
6. Leather Upper Scissors
Forged, nickel plated steel, with smooth cutting edges,
Length approx. 180 mm, weight 0.130 kg
7. Paper Scissors
Nickel-plated
Article number Length Weight
1 200 mm 0.110 kg
2 250 mm 0.150 kg
8. Tailors’s Scissors
119
Crucible cast steel, heavy-duty, lacquered handles
Article number Length Weight
1 210 mm 0.180 kg
2 235 mm 0.240 kg
3 260 mm 0.340 kg
9. Pinking Shears
Forged, with nickel-plated cutting edges, length 220 mm, weight 0.150 kg
10. Bandage shears
Article number Length Model Weight
1 130 mm Straight 0.035 kg
2 130 mm Angled 0.037 kg
3 130 mm Curved 0.039 kg
11. Surgical Scissors
Stainless steel, with eccentric closure, serrated lower cutting edge, length 160 mm, weight 0.065 kg
12. Sewing Scissors
Nickel-plated. Straight.
Length: 115 mm. Weight 0.050 kg
12. Wave Edge Scissors
For cutting Silicone Liners
13. Cutting Tools
Suitable for cutting silicone or polyurethane liners. A unique feature of this tool is that the cut edges are
rounded to prevent the linear from tearing along the edges. The tool is mounted to a workbench using a
T-screw with up to 50□ mm thickness. Cutting width up to 50 mm.
Technical data
Cutting width mm 50 Cutting height mm 6 Weight kg 1.56
120
13.1. Replacement Blade (not illustrated)
For cutting tool
14. “Ideal” Sheet Metal Shears – Linkage Driven
HSS- cutting edges, tungsten alloy, PVC coated handles, for stainless steel sheets, length 260 mm, weight
0.520 kg.
15. Sheet Metal Shears with Handle Lever
Steel body, with one blade each steel sheet and steel rods, cutting capacity: steel sheets up to 5 mm
thick, steel bars up to 70x6 mm, steel rod up to 11 mm Ø, blade length 160 mm, handles length 1000
mm, weight 12.500 kg.
16. Sheet Metal Shears with Handle Lever
Steel body, with one blade each steel sheet and steel rods, cutting capacity: steel sheets up to 6 mm
thick, steel bars up to 70x7 mm, steel rod up to 13 mm Ø, blade length 200 mm, handles length 1190
mm, weight 24.500 kg.
Mobile Frame Stand for Sheet Metal Shears
Steel, with no mounting holes, height 670 mm, weight 45.00 kg
16.1. Replacement Blade (Upper and lower blades)
For cutting steel sheets, for sheet metal shears
Article number Blade length For Weight
1 160 mm 719B5 0.900 kg
2 200 mm 719B6 2.100 kg
16.2. Replacement Blade
For cutting steel sheets, for sheet metal shears
Article number For Weight
719B5 0.100 kg
719B6 0.100 kg
121
Department
Orthopedic technology Room no. workshop
Item code ORTHO-33 Item Description KNIVES
NO ITEMS description
KNIVES Stainless steel Size(length × width) Weighty(kg)
1 Drawing knife Steel blade with wooden handles
150mm x 25mm
0.500
2 Debarring knife Movable replaceable blade
100mm 0.080
3 PLASTER KNIFE Stainless steel 180mm 0.115
4 CUTTING KNIFE stainless steel, wooden handle
170mm (adjustable from 45-120mm)
0.070
5 HALFROUND leather knife Stainless steel, brass ferrule,
160 0.125
6 Quarter-round leather knife
Stainless steel wooden handle
100mm 0.100
7 Leather knife tapered Stainless steel tapered point, wooden handle with brass ferrule
125 0.07
8 Leather knife skewed Stainless steel skewed blade, wooden handle, with brass ferrule
125 0.080
9 Shoemakers knife curved Stainless steel curved blade tapered to a round tip, plastic coated handle
230 0.050
10 Shoemakers knife triangular
Stainless steel, triangular shaped blade, plastic coated handle
230 0.060
11 Sharpening stone Carborundum, one side coarse the other fine used withoil,petroleum or water
L×W×H(150×50×25) 0.480
12 Sharpening steel mgnetic 320mm 0.165
13 Edge knife wooden handle Stainless steel, curved blade, with wooden handle(pair right/left handed)
160 0.060
14 Felt knife Stainless steel, wooden handle, blade
120 .870
15 Strip cutter brass, with replaceable knife
Cutting width 150
122
16 Pipe cutter Cut metal pipes Ø3mm to 35mm,with replaceable cutting blade, with deburring fixture
175mm 0.400
Accessories (replaceable blade) 0.010
Pipe reamer Ø40 0.028
123
Department
Orthopedic technology Room no. workshop
Item code ORTHO-34 Item Description FILES
2 Cross-section and cut High carbon steel(1-1.25%carbon)and water hardened chrome alloy steel
length(mm)
Flat file coarse ‘’ 160 0.070
200 0.150
250 0.285
300 0.450
Flat file medium ‘’ 160 0.070
200 0.150
250 0.285
300 0.450
Flat file fine ‘’ 160 0.070
200 0.150
250 0.285
300 0.450
Half round file coarse ‘’ 160 0.065
200 0.130
250 0.240
300 0.430
Half round file medium ‘’ 160 0.065
200 0.130
250 0.240
300 0.430
Half round file ‘’ 160 0.065
200 0.130
250 0.240
300 0.430
Half round file ‘’ 160 0.065
200 0.130
250 0.240
300 0.430
Round file coarse ‘’ 160 .035
200 .080
250 0.125
300 0.230
Round file medium ‘’ 160 0.035
200 0.080
250 0.125
124
300 0.230
Round file fine ‘’ 160 0.035
200 0.080
250 0.125
300 0.230
Triangular file (coarse /) ‘’ 160 0.040
200 0.080
250 0.160
300
Triangular file /medium ‘’ 160 0.040
200 0.080
250 0.160
300
Triangular file fine ‘’ 160 0.040
200 0.080
250 0.160
300
Squire file (coarse/ /) ‘’ 160 0.035
200 0.070
250 0.140
300 0.250
Squire file medium ‘’ 160 0.035
200 0.070
250 0.140
300 0.250
Squire file fine ‘’ 160 0.035
200 0.070
250 0.140
300 0.250
free end triangular ‘’ 160 0.035
200 0.070
250 0.140
300 0.250
free end Flat ‘’ 160 0.035
200 0.070
250 0.140
300 0.250
125
free end squire ‘’ 160 0.035
200 0.070
250 0.140
300 0.250
File for shoe heels ‘’ 220 0.065
Warding file(6 pc set) ‘’ 0.130
Precisions needle file, flat ‘’ 200 0.020
‘’ 200 0.015
‘’ 160 0.o19
Plaster smoothing tool flat Plaster smoothing blade bracket with plastic handle
280 0.235
Plaster smoothing tool round
Plaster smoothing blade wire with handle
280 0.150
Plaster smoothing blade flat Wire mesh 250 0.023
Plaster smoothing blade round
Wire mesh 250 0.023
126
Department
Orthopedic technology Room no. workshop
Item code ORTHO-35 Item Description RASPS
Shoemakers rasps normal cut High carbon steel(1-1.25%carbon)and water hardened chrome alloy steel
226 0.195
Wood rasps flat ‘’ 200 0.190
250 0.320
300 0.630
wood rasps round ;; 200 0.080
250 0.125
300 0.230
wood rasps half round ‘’ 200 0.130
200 0.130
250 0.240
250 0.240
300 0.430
300 0.430
cabinet rasps flat ‘’ 200 0.120
200 0.120
250 0.220
250 0.220
300 0.430
300 0.430
File handles Beech wood, round shaped with ferrule
length
80 0.015
100 0.025
110 0.035
120 0.045
130 0.055
140 0.065
127
Department
Orthopedic technology Room no. workshop
Item code ORTHO-36 Item Description SURFORMS/holders
SURFORM BLADES. High carbon steel(1-1.25%carbon)and water hardened chrome alloy steel
(a) Standard 250 0.040
(b) fine 250 0.040
(c ) flat round 250 0.040
SURFORM Holders Tungsten with plastic handle
Round 250 0.150
Flat 250 0.270
128
Department
Orthopedic technology Room no. workshop
Item code ORTHO-37 Item Description PUNCHES
3 Chrome vanadium Diameter weight
Pin punch(150mm) Octagonal shaft lacquered
2 0.55
3 0.06
4 0.065
5 0.07
6 0.075
8 0.085
Drift punch(120mm) Octagonal shaft,lacquered
1 0.060
2 0.060
3 0.060
4 0.060
5 0.060
6 0.060
Centre punches(120mm) Octagonal shaft lacquered
10 0.080
Automatic centre punch(120mm)
With replaceable special steel point
13 0.080
Accessory(replaceable punch point)58mm
0.005
129
Department
Orthopedic technology Room no. workshop
Item code ORTHO-38 Item Description Chisel
Chrome vanadium steel,6peaces in wooden stand, octagonal shaft , Set consists 2flatchisels,length125mm,and 150mm 1 cape chisel,length125 1 center punch, length 120 2 drift punchesØ2 and 4mm Weight 0.620
Pin punch set
Chrome vanadium steel, 6peaces in wooden stand, octagonal shaft
Length 150mm
Diameter 2, 3, 4, 5, 6, and 8mm
Weight 0.540
Flat chisel
Chrome vanadium, flat-oval shaft,lacquered
Consists of
Article no length weght
1 125 0.105
2 250 0.170
3 200 0.285
Cape chisel Chrome vanadium steel, flat oval shaft ,tapered, lacquered
Article no. length weight
1 125 0.095
2 150 0.160
3 200 0.285
Hole punches
Tool steel, round shaft, enameled, with polished flute
Article n0. length diameter
1 100 1
2 100 2
3 100 3
4 105 4
5 105 5
6 105 6
130
7 110 7
8 110 8
9 115 9
10 115 10
11 120 11
12 125 12
13 125 13
14 130 `14
15 135 15
16 140 16
17 145 17
18 145 18
19 145 19
20 150 20
20 145 21
22 150 22
23 160 23
24 160 24
25 165 25
Cape chisel Tool steel, squire shaft, enameled, with polished flute
article length Diameter in mm
1 100 1
2 100 2
3 100 3
4 105 4
5 105 5
6 105 6
7 115 7
8 115 8
9 115 9
10 125 10
11 125 11
12 125 12
13 130 13
14 135 14
15 135 15
16 135 16
17 140 17
18 145 18
19 145 19
20 145 20
21 150 21
22 150 22
23 160 23
24 160 24
25 165 25
131
Slot punch Punching width Punching length Length
1 2 10 110
2 3 12 110
3 3 15 120
4 4 20 130
5 4 22 130
Bottom hole punch Slot length Ø of hole length
10 2 125
12 3 125
12 4 125
12 5 125
Rivet header Chrome vanadium steel, octagonal shaft, lacquered ,flat head
Rivet header length Rivet Ø weight
100 3 0.060
100 4 0.090
110 5 0.100
Rivet setter
Article no. length rivetØ weigth
100 2 0.060
100 3 0.060
100 4 0.090
110 5 0.135
Number stamp set
Hardened steel, squires haft 9pieces in plastic casing
Number height length weight
3 75 0.250
4 75 0.250
5 75 0.250
8 75 0.250
Letter stump set
Hardened steel, squire shaft,27pieces
Letter height length weight
3 75 0.250
4 75 0.250
5 75 0.250
8 75 0.250
132
Department
Orthopedic technology Room no. workshop
Item code ORTHO-39 Item Description DRILL BIT
HSS,DIN 338, one clockwise another anticlockwise, cylindrical shaft Ø 1.0-10 increasing by 0.1mm Weight 0.001-0.055kg
Special twist drill HSCO,DIN338,clockwise cutting with cylindrical shaft. Ø 1.0-10mm Weight 0.001-0.060kg
Drill bit set HSS,DIN338 clockwise cutting ,with cylindrical shaft,50 pieces ,in steel case. Ø 1.00-5.9mm Weight o.850 kkg Drill bit set HSS,DIN338 clockwise cutting ,with cylindrical shaft,19 pieces ,in steel case. Ø1.0-10mm Weight 0.750kg Drill bit set HSS, DIN338 clockwise cutting, with cylindrical shaft, 19 pieces, in steel case. Ø1.0-10mm Weight 1.50kg Centre drill HHSS,DIN338,clockwise cutting, relief ground, countersinking angle 60° , shaft Ø8mm,Ø3.15mm Weight 0.020kg Forstner bit Tool steel, clockwise- cutting
Article no. diameter Shaft Ø Weight
1 10 13mm 0.080
2 12 13mm 0.082
3 14 13mm 0.083
4 15 13mm 0.084
5 16 13mm 0.085
6 18 13mm 0.092
7 20 13mm 0.107
8 22 13mm 0.108
9 24 13mm 0.114
10 25 13mm 0.115
11 26 13mm 0.115
12 27 13mm 0.120
13 28 13mm 0.120
133
14 30 13mm 0.125
15 32 13mm 0.150
16 34 13mm 0.175
17 35 13mm 0.175
18 40 13mm 0.230
Valve cutter HSS,Ø valve seat27mm,Ø 40mm,shaft Ø10mm Weight 0.134
Tapered cutter HSS
Article no Ø Shaft Ø weight
1 14 6 0.021
2 20 8 0.052
3 30 9 0.109
Tap set HSS,DIN13 consisting of pre-,middle and fining taps
Article number thread Shaft squire Weight(kg)
1 M2.6 2.1mm 0.010
2 M3 2.7mm 0.010
3 M3.5 3.0mm 0.015
4 M4 4.9mm 0.020
5 M4.5 4.9mm 0.025
6 M5 4.9mm 0.030
7 M6 4.9mm 0.035
8 M7 4.9mm 0.035
9 M8 4.9mm 0.040
10 M10 5.5mm 0.055
Tap with short shaft HSS,DIN13 short shaft
Article no. thread Shaft squire weight
1 M3 2.7 0.002
2 M3.5 3.0 0.003
3 M4 3.4 0.004
4 M4.5 3.4 0.004
5 M5 4.5 0.009
6 M6 5.0 0.009
7 M7 5.0 0.009
8 M8 5.0 0.013
9 M9 5.2 0.016
10 M10 5.2 0.020
Tap left hand thread Tap left hand thread
Tap left hand thread Tap left hand thread
134
HSS,DIN13
Article no thread Shaft squire weight
1 M3 2.7 0.002
2 M4 3.4 0.004
M10×1L Tap -left hand thread(16×64) HSS, shaft squire5.1mm,weight0.128kg M13.5×1L Tap -left hand thread(16×86) HSSE, shaft squire 9.0mm,weight0.068kg M18×1Tap HSSM, squire shaft11.0mm,weght0.128kg M10×1 Tap HSSGE,DIN13,shaft squire5.1mm,weight 0.180kg Adjustable tap holder M2.5-
Article no size Clamping width weight
1 1 M1-10 0.095
2 1 1/2 M1-12 0.095
3 2 M4-12 0.260
4 3 M5-20 0.670
Tap and Die set HSS,DIN standards,27piece,from M3-M10,with tap wrench and Die holder, in steel case dimention255×105×30mm, weight1.300kg
Die HSS,DIN13
Article no. thread Outside Ø(mm) Height(mm) Weight(kg)
1 M2.6 16 5 0.006
2 M3 20 5 0.010
3 M3.5 20 5 0.010
4 M4 20 5 0.010
5 M4.5 20 7 0.015
6 M5 20 7 0.015
7 M6 20 7 0.015
8 M7 25 9 0.025
9 M8 25 9 0.025
10 M10 30 11 0.040
Die with fine threads
1 M10×1 30 11 0.040
2 M13.5×1L 38 10 0.060
3 M18×1 45 14 0.110
M10×1L Die with fine threads HSS, outside diameter 30mm,height11mm,weight 0.040kg
Die holder DIN223
Article no. length for weight
1 125 M2.1-2.6 0.040
2 200 M3.0-4.0 0.065
3 200 M4.5-6.0 0.065
4 220 M7.0-9.0 0.120
5 270 M10-11 0.250
135
6 330 M12-14 0.350
7 520 M16-20 0.850
Hand reamer HSS,DIN206,right-hand cutting, spiral shaped
Article no Ø mm Cutting length Shaft squire weight
1 3.0 31 2.24
2 3.5 35 2.80
3 4.0 38 3.15
4 4.5 41 3.55
5 5.0 44 4.00
6 6.0 47 4.50
7 7.0 54 5.60
8 8.0 58 6.30
9 9.0 62 7,10
10 10.0 66 8.00
11 11.0 71 9.00
12 12.0 76 10.0
13 13.0 76 10.0
14 13.5 81 11.20
15 14.0 81 11.20
16 15.0 81 11.20
17 16.0 87 12.50
18 17.0 87 12.50
19 18.0 93 14.00
20 19.0 93 14.00
21 20.0 100 16.00
Tepered reamer SS,with interchangeable guide pinØ13.8,15.8, and 19.8mm,shaftØ13mm, weight 0.0256kg
136
Department
Orthopedic technology Room no. workshop
Item code ORTHO- 40 Item Description COUNTERSINK
1.Countersink 90° HSSshaftØ8mm,outsideØ12.5mm, weight0.026 2.Countersink 90° HSS shaftØ9mm,outsideØ12.5, Weight 0.021kg
137
DEPARTMENT
ORTHOPEDIC TECHNOLOGY
ROOM NO. WORKSHOP
ITEM CODE ORTHO-41 ITEM DESCRIPTION
SPECIAL CUTTING TOOLS
CUTTER FOR HEEL BUMPER HOLE SS, with two blades, with cylindrical shaft, shaftØ13mm,weight0.200kg Cutter with guide pin Tool steel, with four blades, with cylindrical shaft, with two interchangeable taps shaftØ10mm,weight 0.200kg cutter with four blades,ith cylindrical shaft , shaftØ10mm,weight0.140kg cutter HSS, with three blades, cylindrical shaft
Outside Ø Shaft Ø Guide pin Ø weight
1 8 8 3 0.015
2 9 10 3 0.020
3 10 10 3 0.025
4 11 10 4 0.030
5 12 10 4 0.030
6 13 10 4 0.035
7 13.5 10 4 0.035
8 14 10 4 0.040
9 15 13 4 0.050
10 16 13 4 0.060
11 17 13 4 0.060
12 18 13 4 0.065
13 19 16 5 0.070
14 20 16 5 0.080
15 21 16 5 0.085
16 22 16 5 0.090
17 23 16 5 0.100
18 24 16 5 0.110
19 25 16 5 0.115
20 26 16 5 0.120
21 27 16 5 0.130
22 28 16 5 0.140
23 29 16 5 0.145
24 30 16 5 0.150
Internal cutter SS,shaftØ3mm,headØ12mm,weight0.012kg Cylindrical cutter with injection pin,
Ømm Shaft Ømm Weight kg
20.0 10 0.072
24.0 10 0.102
26.0 10 0.122
138
28.0 10 0.135
28.5 10 0.135
30.0 10 0.145
139
Department
Orthopedic technology Room no. workshop
Item code ORTHO-42 Item Description CLAMPING TOOLS
Spring clamp Stamped sheet steel
article no length weight
1 110 0.050
2 155 0.155
Spring clamp Stamped sheet steel, with protective ends
Article no length weight
1 110 0.050
2 155 0.060
3 225 0.250
Spring clamp Stamped sheet steel, wide mouth
Article no. Clamping width weight
1 75 0.030
2 95 0.040
3 125 0.060
Screw clamp Annealed cast iron arms,withccontoured steel sliding guide and wooden handle
Article no. Clamping width throat weight
1 160 80 0.730 1
1 300 140 2.100 4
2 500 120 2.900 1
Hand vice Forged steel, length 120mm,mouth opening 22mm,jaw width40mm,weight 0.520kg Vice clamp Forge steel ,mouth inclined45°,length150mm,mouth opening25mm,jawwidth 38mm,weight1.250kg Staple gun Metal housing with compartment for 100staples
Article no. Type For staple sizes weight
1 heavy 6to14 0.800
Flat wire staples Spine with 10mm
Article no. Staple length Park age Weight /pkg
1 6 5000 0.400
2 8 5000 0.400
3 10 5000 0.400
4 12 5000 0.400
5 14 5000 0.400
Staple remover Weithy0.100kg Replacement blade Weight 0.020kg
140
Department
Orthopedic technology Room no. workshop
Item code ORTHO-43 Item Description Brushes and small containers
Wire hand brush 4rows,length300mm,weight0.145kg Wire card Width 40mm, length 250mm, weight 0.085kg. Leather file with wooden handle Length200mm,weighto.140 Replacement file Length 100mm,weight 0.015kg Flat brush Light natural bristle in metal case
Article no. width weight
1 16 0.010
2 20 0.015
Pencil brush Light natural bristles in a plastic case
Article no. Ø Weight
1 25 0.050
2 40 0.105
Squirrel wire brush Width ¾’’ weight0.010kg Storage container Plastic, with flat brush Volume 0.450l,weight0.180kg Talcum container Plastic,vol.200ml,emptyweight 0.035kg Oil can. Plastic, with-in pump,vol.250ml,weight0.160kg
141
Department
Orthopedic technology Room no. workshop
Item code TTCG-2.24 Item Description Tools for plaster worker
Stockinet holder Elastic strap with clip closure, weight 0.100kg Plaster Mixing bowl Rubber,500g capacity,weight0.145kg Plaster Spatula One end flat, the other oval, plastic coated handle blade width 16mm and 0.030kg Plastic spatula With wooden handle, blade width40mm, weight0.140kg Plaster scoop Steel galvanized, length with handle270mm,Ø90mm Weight 0.305kg Plaster stirrer Stainless steel ,length 500mm,largest Ø60mm Weight0.235kg. plaster smoothing tool Flat, work surface length 280mm, with replaceable blade, weight 0.235kg. Replacement blade Weight 0.150kg Plaster smoothing tool Round, work surface length300mm, with replaceable blade. Replaceable blade Round, mesh weight 0.023kg.
142
Department
Orthopedic technology Room no. workshop
Item code ORTHO-44 Item Description Tools for resin work
Single channel vacuum pipe, Straight,Ø34mm,galvanized, with seal ring,weight0.900kg Two channel vacuum pipe Ø25mm,galvanized,with seal ring, weight 0.654kg Two channel vacuum pipe,straight,Ø34mm Galvanized with seal ring, weight 1.100kg Two channel vacuum pipe,straight,Ø88mm Galvanized with seal rings, weight1.900kg Vacuum pipe vice Includes workbench holder. rotates and telescopes.jaw span 20to70mm,weight7kg, Pattern board for pva/pvc bags Wood, 1 set of different sizes.
143
Department
Orthopedic technology Room no. workshop
Item code ORTHO-45 Item Description Lamination tools
Lamination accessory and tool kit Individual parts Cutter Tool steel,4cutting blades,shaftØ12mm,with replaceable pinsØs15.8 and19.8mm,outsideØ34,weight0.125kg Cutter HSS, with3 cutting blades, shaft Ø10mm,Ø guide pin 5.5mm,outside Ø13.5mm,weight0.023kg Cutter HSS, with 3 cutting blades, shaft Ø15.8mm, guide pin Ø 5mm.outside Ø 20mm,weight 0.083kg Plug for knee bolt Plastic, length 79.5mm, outside Ø19.5mm, inside Ø 5.5mm, weight0.027kg. Plug for swing bolt hole Plastic, length 79.5mm, outside Ø19.5mm, inside Ø 4.5mm, weight0.016kg. Plastic cup for knee bolt bushing Set=2 pieces, outsideØ32mm,weight 0.008kg. spring steel bow weight0.030kg rubber plug For V-groove weight 0.028kg Rubber plug Weithg0.146kg Rawhiding aid 2plastic cups with 16mm axis Ø,weight 0.065kg
144
Department
Orthopedic technology Room no. workshop
Item code ORTHO-46 Item Description Tools for thermoplastic work
1. Forming tool Consists of
(a) Vacuum unit (b) Bracket (c) Two-way vacuum tube (d) Y tube connection piece (e) PVC suction tubing.length:5m 2. Vacuum deep draw tools (a) Stand, W×H×D 490×320×300 (b) Circumferential frame,aluminium,innerØ360mm (c) Bracket (d) Vacuum tube with sealing disk (e) Two-way vacuum tube 3. Accessories 3.1. Vacuum frame plate
Aluminium,inner-Ø260mm 3.2. Vacuum tube
Sealing disk Pedilan
Article no Ø
1 180
2 260
3 360
145
Department
Orthopedic technology Room no. workshop
Item code ORTHO-47 Item Description Tools for leather work
1. Edge cutter Changeable blade, wooden handle
Article no. Cutting width length weight
1 1 and 3mm 200 0.065
2 2 and 4mm 200 0.065
2. Grooving tool
Article no model length weight
1 With bone plate 205mm 0.070
2 Without bone plate 205mm 0.055
3. Folding stick Bone, straight, length170mm, weight0.030kg.
4. Piercing awl Chrome vanadium steel, with round blade and plastic handle, blade length85mm,Ø6mm,0.080kg
5. Sawing clump Wood, with two extension pieces,length1200mm,weight 1.820kg
6. Awl handle With brass insert, Wasse Patent, length 105mm,weight0.030kg
7. Peg awl handle Includes rivet screw and leather ring, length110mm,weight0.070kg.
8. Wood buffer Length 175mm, weight 0.050kg.
9. Saddle Awl(sword awl) Squire
Article no. length weight
1 40 0.001
2 50 0.002
3 60 0.003
10. Round awl(stitching awl) Chrome vanadium
Article no length Weight
1 50 0.001
2 60 0.002
3 70 0.003
11. Saddlers needle, round
Article no, length Packet contents weight
1 54 25 0.007
2 60 25 0.010
3 70 25 0.020
146
Department
Orthopedic technology Room no. workshop
Item code ORTHO-48 Item Description Safety equipment
1. GLOVES 1.1. Work gloves
Leather and fabric, with elastic band on the back, weight (pair)0.110kg 1.2. Welding gloves
Split chrome leather with long sleeves,length350mm,weight(pair)0.180kg 1.3. Thermal gloves with cuff
Natural terry white cloth cotton fabric.length280mm,weight(pair)0.170kg 1.4. Heat protective gloves
Jersey cotton gloves, napped inside, fluffy heavy duty, Color sand/beige,length240mm,weight(pair)0.110kg
2. APRON 2.1. Plaster apron
With woven lining, resistant to most acids Size800×1000mm,color white, weight 0.750kg
2.2. Welding apron Split chrome leather, with two adjustable straps, Size800×1000mm,weight 1.200kg FACE PROTECTIVE GEAR
3. Welding face shield Synthetic fiber, with replaceable athermal glass lens,(protective class 9DIN) and clear front glass lens,with handle,weight0.390kg
3.1. Replaceable glasses
Article no model
1 Clear face shied
2 9ADINathermal glass
4. Safety glasses Nylon, with movable side shields and adjustable bows
Article no. type Weight
1 Clear plastic lenses 0.030
2 Athermal lens (class 5A DIN)
0.060
5. Face shield Plastic with 1mm thickness non-forging plastic pane540×195mm, adjustable to different head sizes with closure,weight0.250kg. Replacement pane Face shield weight0.125kg
6. GUARDS 6.1. Ear protection
ABS, wide soft padded liner, simple adjustment, no pieces protruding on the side, excellent noise reduction. Color green, weight 0.210kg
6.2. Particle filter mask Particle classP1 Weight 0.004kg
6.3. Respiratory protection half-mask Used with particle filters and combination filters with Rd91 round thread.nonirretativeframe.heeadspideredslip resistant band allows pressure free application under helmet.
147
Accessories (a) Large particle filter
withRd91 connection, package content 50pieces,pckage weight0.0150kg
(b) Combination filter Screw filter with Rd91connection, particle filtrclassA1-P2 tested according to EN141 with CE marking, package content
5pieces weight 0.550kg.
(c) Carrying case Durable case with shoulder strap, weight 0.384kg
(d) First Aid kit DIN13157C,with wall mount, for commercial use and air raid shelters
D×W×D:225×166×80mm
Weight 1.8kg
(e) Eye wash station, empty Station wall cabinet, steel sheeting, with special holders,sizeH×W×D350×260×100mm,weight2.3kg,color traffic white.
(f) Eye wash bottle set Include 2 eye wash bottle filled with1000ml aseptic, physiological, isotonic salt solution0.9%, according to DIN129930,
CE0562.usable up to 3years if unopened.
sizeØ80mm×H305mm,weight.2.3kg
(g) Fire Blanket Woven glass, white pile, size 2000×1600mm,weight 1.7kg.
(h) Fire blanket chest Galvanized steel sheet, color RAL3000red,lacquired,sizeW×H×D200×290×290mm,weight 4.4kg
(i) Air quality measurement set A carrying bag, with gas detector pump, with test tube opener, and all replaceable parts needed for maintenance.
Test tubes
Article no for Measuring range package weight
1 Methyl acrylate 5/a 5-200ppm 10pieces 0.085
2 Determination of flow 10pieces 0.085
3 Acetone 100/b 100-12000ppm 10pieces 0.085
4 Toluol 100/a 100-1,800ppm 10pieces 0.085
5 Ethyl acetate 200/a 200-3000ppm 10pieces 0.085
148
FURNITURE
Department Orthopedic technology
Room no. workshop
Item code ORTHO-49 Item Description
Safety equipment
no item length width Height quantity
1 Store shelves 270cm 100cm 240cm 3
2 Workbenches with polyethylene top, tool holder and tool cabinets
160cm 67cm 87cm (2pairs)
3 Plaster room shelf unit 150cm 40cm 210cm 1
4 Vice assist 76cm 4
5 Plaster workbench with aluminium top and a separate wall attached pipe vice
100cm 60cm 87cm 1
6 Welding table 80cm 60cm 80cm 1
7 Office shelf cabinet 200cm 100cm 210cm 1
8 Computer 120 GB and field labtop 500GB 3
Building accessories
1 Burglar proofing
indoors 34’ 80’ 5
backdoor 37’ 103’ 1
Main doors 62’ 102’ 1
windows 58’ 58’ 7
Toilet windows 22’ 22’ 2
2 Air condition 24000BTU refrigerant R404 with inbuilt AVS
2
3 Computer memory 120GB 1
labtop Memory 50GB 1
149
SECTION VII - STANDARD FORMS
Notes on the Standard Forms:
7.1 Form of Tender
This form must be completed by the tenderer and submitted with the tender
documents. It must also be duly signed by duly authorized representative of
the tenderer.
7.2 Confidential Business Questionnaire Form
This form must be completed by the tenderer and submitted with tender
documents
7.3 Tender Security Form
When required by the tender document the tenderer shall provide the tender
security either in the form included therein after or in another format
acceptable to the procuring entity.
7.4 Contract Form
The Contract form shall not be completed by the tenderer at the time of
submitting the tenderer at the time of submitting the tender. The contract
form shall be completed after contract award.
7.5 Performance Security form
The performance security form should not be completed by the tenderer at
the time of tender preparation. Only the successful tenderer will be required
to provide performance security in the sum provided herein or in another
form acceptable to the procuring entity.
7.6 Bank Guarantee for Advance Payment.
When there is an agreement to have Advance payment, this form must be
duly completed.
150
7.7 Manufacturer’s Authorization Form
When required by the tender document, this form must be completed and
submitted with the tender document. This form will be completed by the
manufacturer of the goods where the tender is an agent.
151
7.1 FORM OF TENDER
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 abide 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 that you may receive.
Dated this day of 20
[signature] [in the capacity of]
Duly authorized to sign tender for an on behalf of
Tender No.
152
7.2 CONFIDENTIAL BUSINESS QUESTIONNAIRE FORM
You are requested to give the particulars indicated in Part 1 and either Part
2(a), 2(b) or 2 (c ) whichever applied to your type of business
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 ………………………………………………………….. Seal/Signature of Candidate ………………………………..
153
7.3 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)
154
7.4 CONTRACT FORM
THIS AGREEMENT made the day of 20 between ……………… [name of Procurement entity) of ……….. [country of Procurement entity] (hereinafter called “the Procuring entity) of the one part and …………………….. [name of tenderer] of ………….. [city and country of tenderer] (hereinafter called “the tenderer”) of the other part;
WHEREAS the Procuring entity invited tenders for [certain goods ] and has accepted a
tender by the tenderer for the supply of those goods in the sum of
…………………………… [contract price in words and figures] (hereinafter called “the Contract Price).
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract referred to:
2. The following documents shall be deemed to form and be read and construed as part of
this Agreement viz: (a) the Tender Form and the Price Schedule submitted by the tenderer (b) the Schedule of Requirements
(c ) the Technical Specifications (d) the General Conditions of Contract (e) the Special Conditions of contract; and (f) the Procuring entity’s Notification of Award
3. In consideration of the payments to be made by the Procuring entity to the tenderer as
hereinafter mentioned, the tenderer hereby covenants with the Procuring entity to provide
the goods and to remedy the defects therein in conformity in all respects with the
provisions of this Contract
4. The Procuring entity hereby covenants to pay the tenderer in consideration of the
provisions of the goods and the remedying of defects therein, the Contract Price or such
other sum as may become payable under the provisions of the Contract at the times and in
the manner prescribed by the contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with their respective laws the day and year first above written.
Signed, sealed, delivered by the (for the Procuring entity)
(for the tenderer in the
presence of Signed, sealed, delivered by the
155
7.5 PERFORMANCE SECURITY FORM
To ………………………………………….
[name of Procuring entity]
WHEREAS …………………………………… [name of tenderer]
(hereinafter called “the tenderer”) has undertaken , in pursuance of Contract
No. [reference number of the contract] dated
20 ……. to supply ………………………………………
[description of goods] (hereinafter called “the Contract”).
AND WHEREAS it has been stipulated by you in the said Contract that the
tenderer shall furnish you with a bank guarantee by a reputable bank for the
sum specified therein as security for compliance with the Tenderer’s
performance obligations in accordance with the Contract.
AND WHEREAS we have agreed to give the tenderer a guarantee:
THEREFORE WE hereby affirm that we are Guarantors and responsible to
you, on behalf of the tenderer, up to a total of ……………………….
[amount of the guarantee in words and figure] and we undertake to pay you,
upon your first written demand declaring the tenderer to be in default under
the Contract and without cavil or argument, any sum or sums within the
limits of …………………….. [amount of guarantee] as aforesaid, without
you needing to prove or to show grounds or reasons for your demand or the
sum specified therein.
This guarantee is valid until the day of 20
Signed and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
(Amend accordingly if provided by Insurance Company)
156
7.6 BANK GUARANTEE FOR ADVANCE PAYMENT
To ……………………………… [name of Procuring entity]
[name of tender] …………………..
Gentlemen and/or Ladies:
In accordance with the payment provision included in the Special Conditions of Contract,
which amends the General Conditions of Contract to provide for advance payment, …………………………………………………. [name and address of
tenderer](hereinafter called “the tenderer”) shall deposit with the Procuring entity a bank
guarantee to guarantee its proper and faithful performance under the said Clause of the Contract
an amount of …… …………………. [amount of guarantee in figures and words]. We, the ……………………………. [bank or financial institutions], as instructed by the
tenderer, agree unconditionally and irrevocably to guarantee as primary obligator and not
as surety merely, the payment to the Procuring entity on its first demand without
whatsoever right of objection on our part and without its first claim to the tenderer, in the
amount not exceeding …………………… [amount of guarantee in figures and words]
We further agree that no change or addition to or other modification of the terms of the
Contract to be performed there-under or of any of the Contract documents which may be
made between the Procuring entity and the tenderer, shall in any way release us from any
liability under this guarantee, and we hereby waive notice of any such change, addition,
or modification.
This guarantee shall remain valid in full effect from the date of the advance payment
received by the tenderer under the Contract until ………… [date].
Yours truly,
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
157
7.7 MANUFACTURER’S AUTHORIZATION FORM
To [name of the Procuring entity] ………………….
WHEREAS …………………………………………………………[ name of
the manufacturer] who are established and reputable manufacturers of
………………….. [name and/or description of the goods] having factories
at ………………………………… [address of factory] do hereby authorize
………………………… [name and address of Agent] to submit a tender,
and subsequently negotiate and sign the Contract with you against tender No.
………………………. [reference of the Tender] for the above goods
manufactured by us.
We hereby extend our full guarantee and warranty as per the General
Conditions of Contract for the goods offered for supply by the above firm
against this Invitation for Tenders.
[signature for and on behalf of manufacturer]
Note: This letter of authority should be on the letterhead of the Manufacturer
and should be signed by an authorized person.
158
7.8. LETTER OF NOTIFICATION OF AWARD
Address of Procuring Entity
_____________________ _____________________ To:
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
RE: Tender No. Tender Name
159
7.9. 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
Top Related