12.07.2015 Views

Tender Dossier (PDF) - Eulex

Tender Dossier (PDF) - Eulex

Tender Dossier (PDF) - Eulex

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

EUROPEAN UNION RULE OF LAW MISSION IN KOSOVOEULEX KOSOVONdertesa Farmed“Muharrem Fejza” p.n.Lagja e Spitalit10000 Pristina, Kosovowww.eulex-kosovo.euPristina: 07 September 2010Publication reference: EuropeAid/130242/D/SUP/XK. (PROC/222/10/Medicaments,Comsumables, Reagents FWC ).Dear Madam/Sir,SUBJECT: INVITATION TO TENDER for the:“Supply of Medicaments, Consumables and Reagents under Framework Contract”.<strong>Tender</strong>ers are reminded that they shall also provide evidence of the “financial and economicstanding” and of the “professional and technical capacity” in accordance with the selectioncriteria set in the paragraph 16 of the procurement notice.Please find enclosed the following documents, which constitute the tender dossier.A. INSTRUCTIONS TO TENDERERSB. DRAFT FRAMEWORK CONTRACT AND SPECIAL CONDITIONS, INCLUDINGANNEXESDRAFT FRAMEWORK CONTRACTSPECIAL CONDITIONSANNEX I GENERAL CONDITIONSANNEX II +III TECHNICAL SPECIFICATIONS + TECHNICAL OFFER (TO BETAILORED TO THE SPECIFIC PROJECT)ANNEX IV BUDGET BREAKDOWN (MODEL FINANCIAL OFFER)ANNEX V FORMSC. FURTHER INFORMATIONADMINISTRATIVE COMPLIANCE GRIDEVALUATION GRIDD. TENDER FORM FOR A SUPPLY CONTRACTPROC/222/10/ Medicaments FWC 1


For full information about procurement procedures please consult the Practical Guide to contractprocedures for EC external actions and its annexes, which can be downloaded from the following webpage: http://ec.europa.eu/europeaid/work/procedures/implementation/supplies/index_en.htmWe look forward to receiving your tender and the accompanying tender guarantee, at the addressspecified in the Instructions to <strong>Tender</strong>ers before 24 November 2010 at 15:00 hrs. If you decide notto submit a tender, we would be grateful if you could inform us in writing, stating the reasons for yourdecision.Yours faithfully,Yves de KermabonHead of EULEX KOSOVOPROC/222/10/ Medicaments FWC 2


Unless exceptional circumstances or urgent logistic needs, the contracting authority will make effortsto let 90 days elapse between the issuance of two consecutive Purchase Orders.1.2 The supplies must comply fully with the technical specifications set out in the tender dossier(technical annex) and conform in all respects with the drawings, quantities, models, samples,measurements and other instructions.1.3 <strong>Tender</strong>ers are not authorised to tender for a variant in addition to the present tender.2. TimetableDATETIME*Clarification meeting / site visit (if any) n/a n/aDeadline for request for any clarifications 03 November 2010 18:00 hrsfrom the Contracting AuthorityLast date on which clarifications are issued 12 November 2010 18:00 hrsby the Contracting Authority24 November 2010 15:00 hrsDeadline for submission of tenders24 November 2010 15:30 hrs<strong>Tender</strong> opening sessionNotification of award to the successful February 2011 ✇tendererSignature of the contractMarch 2011 ✇* All times are in the Kosovo time zone.✇Provisional date3. Participation3.1 Participation in tendering is open to all legal persons participating either individually or in agrouping (consortium) of tenderers which are established in a Member State of the EuropeanUnion, in an official candidate country, or a country that is a beneficiary of the Instrument forPre-Accession Assistance, in a Member State of the European Economic Area, a country of theWestern Balkans region or a contributing third State, as authorized by Council Joint Action2008/124/CFSP of 04 February 2008 on EULEX KOSOVO The participation is also open tointernational organisations. Participation of natural persons is directly governed by the specificinstruments applicable to the programme under which the framework contract is financed.3.2 These terms refer to all nationals of the said states and to all legal entities, companies orpartnerships constituted under, and governed by, the civil, commercial or public law of suchPROC/222/10/ Medicaments FWC 4


states and having their statutory office, central administration or principal place of businessthere. A legal entity, company or partnership having only its statutory office there must beengaged in an activity which has an effective and continuous link with the economy of the stateconcerned.3.3 These rules apply to:a) tenderersb) members of a consortiumc) any subcontractors.3.4 Natural persons, companies or undertakings falling into a situation set out in section 2.3.3 ofthe Practical Guide to contract procedures for EC external actions are excluded fromparticipation in and the award of contracts. <strong>Tender</strong>ers must provide declarations to the effectthat they are not in any of these exclusion situations. The declarations must cover all themembers of a joint venture/consortium. <strong>Tender</strong>ers who have been guilty of making falsedeclarations may also incur financial penalties and exclusion in accordance with section 2.3.4of the Practical Guide.The exclusion situation referred to above also applies to any subcontractor. Wheneverrequested by the Contracting Authority, the tenderer/contractor shall submit a declaration fromthe intended subcontractor that it is not in one of the exclusion situations. In case of doubt onthis declaration of honour, the Contracting Authority shall request documentary evidence thatthe sub-contractor is not in a situation of exclusion.3.5 To be eligible for participation in this tender procedure, tenderers must prove to the satisfactionof the Contracting Authority that they comply with the necessary legal, technical and financialrequirements and have the means to carry out the contract effectively.3.6 If the offer includes subcontracting, it is recommended that the contractual arrangementsbetween the tenderer and its subcontractors include mediation, according to national andinternational practices, as a method of dispute resolution.4. Origin4.1 The rule of origin has been derogated.5. Type of contract5.1 Framework contract with unit-price per itemised expenditure.5.2 The quantities estimated and specified in ANNEX II +III are only indicative quantities and doNOT compel the contracting authority to buy any of them. The contracting authority may atits own discretion purchase fewer or more quantities that the estimated quantities per item.The overall financial ceiling of purchase being the maximum budget available for theframework contract.5.3 The contractor shall NOT be entitled to compensation and shall NOT be allowed to claim forchanges of the unit prices, in case the contracting authority decides to purchase fewer or morequantities than the indicative ones specified per item in Annex II + III and/or in case thecontracting authority decides NOT to purchase ANY of these quantities.5.4 Payments and/or pre-financing will only be made by the Contracting Authority on the basisof the actual amount of the Purchase Orders to be issued during the duration of thePROC/222/10/ Medicaments FWC 5


framework contract. Actually, no pre-financing or payment shall be made on the only basis ofthe signature of this framework contract.5.5 The framework contract shall be concluded for a period of two years (2 years), with effect onthe date on which it enters into force, (although the Framework contract may be terminatedat short notice. See article 36 of the special conditions of the draft contract).5.6. <strong>Tender</strong> prices shall be firm and shall not be subject to revision for purchase orders placedduring the first year of implementation of the framework contract. A price revision clausemay be applied for the second year of implementation, see article 15 of the special conditions.5.7 Unless exceptional circumstances or urgent logistic needs, the contracting authority willmake efforts to let 90 days elapse between the issuance of two consecutive Purchase Orders.6. Currency7. Lots<strong>Tender</strong>s must be presented in EUROS.7.1 The tenderer may submit a tender for one lot only, several or all of the lots.7.2 Each lot will form a separate contract and the quantities indicated for different lots will beindivisible. The tenderer must offer the whole of the quantity or quantities indicated for eachlot. Under no circumstances must tenders for part of the quantities required be taken intoconsideration. If the tenderer is awarded more than one lot, a single contract may be concludedcovering all those lots.7.3 A tenderer may include in his tender the overall discount he would grant in the event of someor all of the lots for which he has submitted a tender being awarded. The discount should beclearly indicated for each lot in such a way that it can be announced during the public tenderopening session.7.4 Contracts will be awarded lot by lot, but the Contracting Authority may select the mostfavourable overall solution after taking account of any discounts offered.8. Period of validity8.1 <strong>Tender</strong>ers shall be bound by their tenders for a period of 90 days from the deadline for thesubmission of tenders.8.2 In exceptional cases and prior to the expiry of the original tender validity period, theContracting Authority may ask tenderers in writing to extend this period by 40 days. Suchrequests and the responses to them must be made in writing. <strong>Tender</strong>ers that agree to do so willnot be permitted to modify their tenders and they are bound to extend the validity of theirtender guarantees for the revised period of validity of the tender. If they refuse, withoutforfeiture of their tender guarantees, their participation in the tender procedure will beterminated.8.3 The successful tenderer will be bound by its tender for a further period of 60 days. The furtherperiod is added to the validity period irrespective of the date of notification.9. Language of offersPROC/222/10/ Medicaments FWC 6


The offers, all correspondence and documents related to the tender exchanged by the tendererand the Contracting Authority must be written in the language of the procedure which isEnglish.If the supporting documents are not written in one of the official languages of the EuropeanUnion, a translation into the language of the call for tender must be attached. Where thedocuments are in an official language of the European Union other than the one of theprocedure, it is however strongly recommended to provide a translation into the language of thecall for tenders, in order to facilitate the evaluation of the documents.10. Submission of tenders10.1 <strong>Tender</strong>s must be received before the deadline specified in 10.3. They must include all thedocuments specified in point 11 of these Instructions and be sent to the following address:EULEX KosovoProcurement SectionNdërtesa Farmed“Muharrem Fejza” p.n.Lagja e Spitalit10000 Pristina, Kosovo<strong>Tender</strong>s must comply with the following conditions:10.2 All tenders must be submitted in one original, marked “original”, and three copies signed in thesame way as the original and marked “copy”.10.3 All tenders must be received at EULEX, Procurement Section, Ndërtesa Farmed, “MuharrenFejza” p.n, Lagja e Spitalit, 10000 Pristina, Kosovo before the deadline, 24 November 2010 at15:00 hrs, by registered letter with acknowledgement of receipt or hand-delivered againstreceipt signed by the Contracting Authority or his representative.10.4 All tenders, including annexes and all supporting documents, must be submitted in a sealedenvelope bearing only:a) the above address;b) the reference code of this tender procedure i.e.EuropeAid/130242/D/SUP/XKc) the words “Not to be opened before the tender opening session” in the language of thetender dossier and “Te mos hapet para sesionit te hapjes” and “Ne otvori pre otvarajucesesiju”d) the name of the tenderer.The technical and financial offers must be placed together in a sealed envelope. The envelopeshould then be placed in another single sealed envelope/package, unless their volume requires aseparate submission for each lot.PROC/222/10/ Medicaments FWC 7


11. Content of tendersAll tenders submitted must comply with the requirements in the tender dossier and comprise:Part 1: Technical offer:• a detailed description of the supplies tendered in conformity with the technicalspecifications, including any documentation required;The technical offer should be presented as per template (annex II+III*, the contractor’stechnical offer) completed when and if necessary by separate sheets for details.Part 2: Financial offer:• A financial offer calculated on a basis of DDU 2 > for the supplies tendered;This financial offer should be presented as per template (annex IV*, budget breakdown), and ifnecessary completed by separate sheets for the details, including:• An electronic version of the financial offerPart 3: Documentation:To be supplied following templates in annex*:• The tender guarantee, for: (see below table with the amount per lot)Lot 1 Medicaments Euros 2,100.00Lot 2 Consumables Euros 2,600.00Lot 3 Laboratory Consumables and Reagents Euros 2,600.00• The “<strong>Tender</strong> Form for a Supply Contract”, duly completed, which includes the tenderer’sdeclaration, point 7, (from each member if a consortium):• The details of the bank account into which payments should be made (financialidentification form) (Where the tenderer has already signed another contract with theEuropean Commission, it may provide instead of the financial identification form eitherits financial identification form number or a copy of the financial identification formprovided on that occasion, unless a change occurred in the meantime.)2 DDU (delivered duty unpaid) - Incoterms 2000 International Chamber of Commerce -http://www.iccwbo.org/incoterms/id3040/index.htmlPROC/222/10/ Medicaments FWC 8


• The legal entity file and the supporting documents (Where the tenderer has alreadysigned another contract with the European Commission, it may provide instead of thelegal entity sheet and its supporting documents either its legal entity number or a copy ofthe legal entity sheet provided on that occasion, unless a change in its legal statusoccurred in the meantime.)To be supplied on free formats:• A description of the warranty conditions, which must be in accordance with the conditions laiddown in Article 32 of the General Conditions.• Certificate attesting that the tenderer has a license for sale of pharmaceutical products issued byKosovo Medicine Agency• For Lot 2: A statement attesting that all consumables are CE marked and compliant with ISO9001 standard.• For Lot 3: the tenderer shall have a manufacturer’s authorization form• Duly authorised signature: an official document (statutes, power of attorney, notary statement,etc.) proving that the person who signs on behalf of the company/joint venture/consortium isduly authorised to do so.• Each tenderer is required to submit at no charge to the Contracting Authority at least one photoof each item offered, along with a description of the characteristics of the products as requiredin the technical specifications ( Annex II+III) (e.g. under the form of a catalogue). The photosshall be taken in such a way so as to give a full presentation of each item offered. Photos(and/or catalogues) must be submitted in sealed envelopes indicating the lot and the itemnumber.• Any other requirement stipulated in the Technical Specifications ( Annex II+III)Remarks:<strong>Tender</strong>ers are requested to follow this order of presentation.Annex* refers to templates attached to the tender dossier. These templates are also availableon: http://ec.europa.eu/europeaid/work/procedures/index_en.htm12. Pricing12.1 <strong>Tender</strong>ers will be deemed to have satisfied themselves, before submitting their tender(s), as to(its)(their) correctness and completeness, to have taken account of all that is required for thefull and proper execution of the contract and to have included all costs in their rates and prices.12.2 Depending on whether the supplies proposed are manufactured locally or are to be importedinto the country of the Beneficiary, <strong>Tender</strong>ers must quote, by lot, unit (and overall) prices fortheir tenders on one of the following bases:a) for supplies manufactured locally, unit and overall prices must be quoted for deliveryto the place of destination and in accordance with the above conditions, excluding alldomestic taxation applicable to their manufacture and sale;PROC/222/10/ Medicaments FWC 9


) for supplies to be imported into the country of the Beneficiary, unit and overall pricesmust be quoted for delivery to the place of destination and in accordance with theabove conditions, excluding all duties and taxes applicable to their importation andVAT, from which they are exempt.12.3 Whatever the origin of the supplies, the contract is exempt from stamp and registration duties.12.4. <strong>Tender</strong> prices shall be firm and shall not be subject to revision for purchase orders placedduring the first year of implementation of the framework contract. A price revision clause maybe applied for the second year of implementation, see article 15 of the special conditions.13. Additional information before the deadline for submission of tendersThe tender dossier should be clear enough to preclude the need for tenderers to request additionalinformation during the procedure. If the Contracting Authority, either on its own initiative or inresponse to a request from a prospective tenderer, provides additional information on the tenderdossier, it must send such information in writing to all other prospective tenderers at the same time.<strong>Tender</strong>ers may submit questions in writing to the following address up to 21 days before the deadlinefor submission of tenders, specifying the publication reference and the contract title:EULEX KosovoProcurement SectionNdërtesa Farmed“Muharrem Fejza” p.n.Lagja e Spitalit10000 Pristina, KosovoE-mail: tenders@eulex-kosovo.euThe Contracting Authority has no obligation to provide clarifications after this date.Any clarification of the tender dossier will be published on the EuropeAid website athttps://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome and athttp://www.eulex-kosovo.eu at the latest 11 days before the deadline for submission of tenders.Any prospective tenderers seeking to arrange individual meetings with either the ContractingAuthority and/or the European Commission during the tender period may be excluded from the tenderprocedure.14. Clarification meeting / site visit14.1. No clarification meeting / site visit planned.15. Alteration or withdrawal of tendersPROC/222/10/ Medicaments FWC 10


15.1 <strong>Tender</strong>ers may alter or withdraw their tenders by written notification prior to the deadline forsubmission of tenders referred to in Article 10.1. No tender may be altered after this deadline.Withdrawals must be unconditional and will end all participation in the tender procedure.15.2 Any such notification of alteration or withdrawal must be prepared and submitted inaccordance with Article 10. The outer envelope must be marked 'Alteration' or 'Withdrawal' asappropriate.15.3 No tender may be withdrawn in the interval between the deadline for submission of tendersreferred to in Article 10.1 and the expiry of the tender validity period. Withdrawal of a tenderduring this interval may result in forfeiture of the tender guarantee.16. Costs of preparing tendersNo costs incurred by the tenderer in preparing and submitting the tender are reimbursable. Allsuch costs will be borne by the tenderer.17. Ownership of tendersThe Contracting Authority retains ownership of all tenders received under this tenderprocedure. Consequently, tenderers have no right to have their tenders returned to them.18. Joint venture or consortium18.1 If a tenderer is a joint venture or consortium of two or more persons, the tender must be singlewith the object of securing a single contract, each person must sign the tender and will bejointly and severally liable for the tender and any contract. Those persons must designate oneof their members to act as leader with authority to bind the joint venture or consortium. Thecomposition of the joint venture or consortium must not be altered without the prior consent inwriting of the Contracting Authority.18.2 The tender may be signed by the representative of the joint venture or consortium only if it hasbeen expressly so authorised in writing by the members of the joint venture or consortium, andthe authorising contract, notarial act or deed must be submitted to the Contracting Authority inaccordance with point 11 of these Instructions to <strong>Tender</strong>ers. All signatures to the authorisinginstrument must be certified in accordance with the national laws and regulations of each partycomprising the joint venture or consortium together with the powers of attorney establishing, inwriting, that the signatories to the tender are empowered to enter into commitments on behalfof the members of the joint venture or consortium. Each member of such joint venture orconsortium must provide the proof required under Article 3.5 as if it, itself, were the tenderer.19. Opening of tenders19.1 The opening and examination of tenders is for the purpose of checking whether the tenders arecomplete, whether the requisite tender guarantees have been furnished, whether the requireddocuments have been properly included and whether the tenders are generally in order.19.2 The tenders will be opened in public session on 24 November 2010 at 15:30 hrs, at EULEX,Procurement Section, Ndërtesa Farmed, “Muharrem Fejza” p.n, Lagja e Spitalit, 10000PROC/222/10/ Medicaments FWC 11


Pristina, Kosovo by the committee appointed for the purpose. The committee will draw upminutes of the meeting, which will be available on request.19.3 At the tender opening, the tenderers' names, the tender prices, any discount offered, writtennotifications of alteration and withdrawal, the presence of the requisite tender guarantee (ifrequired) and such other information as the Contracting Authority may consider appropriatemay be announced.19.4 After the public opening of the tenders, no information relating to the examination,clarification, evaluation and comparison of tenders, or recommendations concerning the awardof the contract can be disclosed until after the contract has been awarded.19.5 Any attempt by a tenderer to influence the evaluation committee in the process of examination,clarification, evaluation and comparison of tenders, to obtain information on how the procedureis progressing or to influence the Contracting Authority in its decision concerning the award ofthe contract will result in the immediate rejection of its tender.19.6 All tenders received after the deadline for submission specified in the procurement notice orthese instructions will be kept by the Contracting Authority. The associated guarantees will bereturned to the tenderers. No liability can be accepted for late delivery of tenders. Late tenderswill be rejected and will not be evaluated.20. Evaluation of tenders20.1 Examination of the administrative conformity of tendersThe aim at this stage is to check that tenders comply with the essential requirements of thetender dossier. A tender is deemed to comply if it satisfies all the conditions, procedures andspecifications in the tender dossier without substantially departing from or attachingrestrictions to them.Substantial departures or restrictions are those which affect the scope, quality or execution ofthe contract, differ widely from the terms of the tender dossier, limit the rights of theContracting Authority or the tenderer's obligations under the contract or distort competition fortenderers whose tenders do comply. Decisions to the effect that a tender is not administrativelycompliant must be duly justified in the evaluation minutes.If a tender does not comply with the tender dossier, it will be rejected immediately and may notsubsequently be made to comply by correcting it or withdrawing the departure or restriction.20.2 Technical evaluationAfter analysing the tenders deemed to comply in administrative terms, the evaluationcommittee will rule on the technical admissibility of each tender, classifying it as technicallycompliant or non-compliant.The minimum qualifications required (see selection criteria in Procurement Notice point16) are to be evaluated at the start of this stage.20.3 In the interests of transparency and equal treatment and to facilitate the examination andevaluation of tenders, the evaluation committee may ask each tenderer individually forclarification of its tender including breakdowns of prices, within a reasonable time limit to befixed by the evaluation committee. The request for clarification and the response must be inwriting, but no change in the price or substance of the tender may be sought, offered orpermitted except as required to confirm the correction of arithmetical errors discovered duringthe evaluation of tenders pursuant to Article 20.4. Any such request for clarification must notPROC/222/10/ Medicaments FWC 12


distort competition. Decisions to the effect that a tender is not technically compliant must beduly justified in the evaluation minutes.20.4 Financial evaluationa) <strong>Tender</strong>s found to be technically compliant shall be checked for any arithmetical errorsin computation and summation. Errors will be corrected by the evaluation committee asfollows:- where there is a discrepancy between amounts in figures and in words, the amount inwords will be the amount taken into account;- except for lump-sum contracts, where there is a discrepancy between a unit price andthe total amount derived from the multiplication of the unit price and the quantity, theunit price as quoted will be the price taken into account.b) Amounts corrected in this way will be binding on the tenderer. If the tenderer does notaccept them, its tender will be rejected.20.5 Variant solutionsVariant solutions will not be taken into consideration.20.6 Award criteriaThe sole award criterion will be the price. The contract will be awarded to the lowest complianttender.21. Signature of the contract and performance guarantee21.1 The successful tenderer will be informed in writing that its tender has been accepted(notification of award). Before the Contracting Authority signs the contract with the successfultenderer, the successful tenderer must provide the documentary proof or statements requiredunder the law of the country in which the company (or each of the companies in case of aconsortium) is established, to show that it does not fall into the exclusion situations listed insection 2.3.3 of the Practical Guide to contract procedures for EC external actions. Thisevidence or these documents or statements must carry a date, which cannot be more than 1 yearbefore the date of submission of the tender. In addition, a statement shall be furnished statingthat the situations described in these documents have not changed since then.21.2 The successful tenderer shall also provide evidence of the financial and economic standing andthe technical and professional capacity according to the selection criteria for this call for tenderspecified in the procurement notice, point 16. The documentary proofs required are listed insections 2.4.12.1.3 and 2.4.12.1.4 of the Practical Guide to contract procedures for EC externalactions.21.3 If the successful tenderer fails to provide the documentary proof or statement or the evidence ofthe financial and economic standing and the technical and professional capacity within 15calendar days following the notification of award or if the successful tenderer is found to haveprovided false information, the award will be considered null and void. In such a case, theContracting Authority may award the tender to the next lowest tenderer or cancel the tenderprocedure.PROC/222/10/ Medicaments FWC 13


21.4 Within 30 days of receipt of the contract already signed by the Contracting Authority, theselected tenderer must sign and date the contract and return it, with the performance guarantee(if applicable), to the Contracting Authority. On signing the contract, the successful tendererwill become the Contractor and the contract will enter into force.21.5 If it fails to sign and return the contract and any financial guarantee required within 30 daysafter receipt of notification, the Contracting Authority may consider the acceptance of thetender to be cancelled without prejudice to the Contracting Authority's right to seize theguarantee, claim compensation or pursue any other remedy in respect of such failure, and thesuccessful tenderer will have no claim whatsoever on the Contracting Authority.21.6 The performance guarantee referred to in the General Conditions is set at 5%, of the yearlymaximum amount of the framework contract at the signing of the framework contract.It must be presented in the form specified in the annex to the tender dossier. It will be releasedwithin 45 days of the issue of the final acceptance certificate by the Contracting Authority.22. <strong>Tender</strong> guaranteeThe tender guarantee referred to in Article 11 above is set at (see below table with the amountper lot) and must be presented in the form specified in the annex to the tender dossier. It mustremain valid for 45 days beyond the period of validity of the tender. <strong>Tender</strong> guaranteesprovided by tenderers who have not been selected shall be returned together with theinformation letter that the tenderer has been unsuccessful. The tender guarantee of thesuccessful tenderer shall be released on the signing of the contract, once the performanceguarantee has been submitted.Lot 1 Medicaments Euros 2,100.00Lot 2 Consumables Euros 2,600.00Lot 3 Laboratory Consumables and Reagents Euros 2,600.0023. Ethics clauses23.1 Any attempt by a candidate or tenderer to obtain confidential information, enter into unlawfulagreements with competitors or influence the committee or the Contracting Authority duringthe process of examining, clarifying, evaluating and comparing tenders will lead to therejection of its candidacy or tender and may result in administrative penalties.23.2 Without the Contracting Authority's prior written authorisation, a Contractor and its staff or anyother company with which the Contractor is associated or linked may not, even on an ancillaryor subcontracting basis, supply other services, carry out works or supply equipment for theproject. This prohibition also applies to any other projects that could, owing to the nature of thecontract, give rise to a conflict of interest on the part of the Contractor.23.3. When putting forward a candidacy or tender, the candidate or tenderer shall declare that it isaffected by no conflict of interest and has no equivalent relation in that respect with othertenderers or parties involved in the project. Should such a situation arise during execution ofthe contract, the Contractor must immediately inform the Contracting Authority.23.4 The Contractor must at all times act impartially and as a faithful adviser in accordance with thecode of conduct of its profession. It shall refrain from making public statements about thePROC/222/10/ Medicaments FWC 14


project or services without the Contracting Authority's prior approval. It may not commit theContracting Authority in any way without its prior written consent.23.5 For the duration of the contract the Contractor and its staff shall respect human rights andundertake not to offend the political, cultural and religious mores of the beneficiary state. Inparticular and in accordance with the legal basic act concerned, tenderers who have beenawarded contracts shall respect core labour standards as defined in the relevant InternationalLabour Organisation conventions (such as the Conventions on freedom of association andcollective bargaining; Abolition of forced and compulsory labour; Elimination of forced andcompulsory labour; Abolition of child labour).23.6 The Contractor may accept no payment connected with the contract other than that provided fortherein. The Contractor and its staff must not exercise any activity or receive any advantageinconsistent with their obligations to the Contracting Authority.23.7 The Contractor and its staff shall be obliged to maintain professional secrecy for the entireduration of the contract and after its completion. All reports and documents drawn up orreceived by the Contractor shall be confidential.23.8 The contract shall govern the Contracting Parties' use of all reports and documents drawn up,received or presented by them during the implementation of the contract.23.9 The Contractor shall refrain from any relationship likely to compromise its independence orthat of its staff. If the Contractor ceases to be independent, the Contracting Authority may,regardless of injury, terminate the contract without further notice and without the Contractorhaving any claim to compensation.23.10 The Commission reserves the right to suspend or cancel project financing if corrupt practices ofany kind are discovered at any stage of the award process and if the Contracting Authority failsto take all appropriate measures to remedy the situation. For the purposes of this provision,"corrupt practices" are the offer of a bribe, gift, gratuity or commission to any person as aninducement or reward for performing or refraining from any act relating to the award of acontract or implementation of a contract already concluded with the Contracting Authority.23.11 All tenders will be rejected or contracts terminated if it emerges that the award orimplementation of a contract has given rise to unusual commercial expenses. Such unusualcommercial expenses are commissions not mentioned in the main contract or not stemmingfrom a properly concluded contract referring to the main contract, commissions not paid inreturn for any actual and legitimate service, commissions remitted to a tax haven, commissionspaid to a recipient who is not clearly identified or commissions paid to a company which hasevery appearance of being a front company.23.12 The Contractor undertakes to supply the Commission on request with all supporting documentsrelating to the conditions of the contract's execution. The Commission may carry out whateverdocumentary or on-the-spot checks it deems necessary to find evidence in cases of suspectedunusual commercial expenses.23.13 Contractors found to have paid unusual commercial expenses on projects funded by theCommunity are liable, depending on the seriousness of the facts observed, to have theircontracts terminated or to be permanently excluded from receiving Community funds.23.14 The Contracting Authority reserves the right to suspend or cancel the procedure, where theaward procedure proves to have been subject to substantial errors, irregularities or fraud.Where such substantial errors, irregularities or fraud are discovered after the award of theContract, the Contracting Authority may refrain from concluding the Contract.PROC/222/10/ Medicaments FWC 15


24. Cancellation of the tender procedureIn the event of a tender procedure's cancellation, tenderers will be notified by the ContractingAuthority. If the tender procedure is cancelled before the tender opening session the sealedenvelopes will be returned, unopened, to the tenderers.Cancellation may occur where:• the tender procedure has been unsuccessful, namely where no qualitatively orfinancially worthwhile tender has been received or there has been no response at all;• the economic or technical parameters of the project have been fundamentally altered;• exceptional circumstances or force majeure render normal implementation of theproject impossible;• all technically compliant tenders exceed the financial resources available;• there have been irregularities in the procedure, in particular where these have preventedfair competition.In no event shall the Contracting Authority be liable for any damages whatsoeverincluding, without limitation, damages for loss of profits, in any way connected with thecancellation of a tender procedure even if the Contracting Authority has been advised ofthe possibility of damages. The publication of a procurement notice does not commit theContracting Authority to implement the programme or project announced.25. Appeals<strong>Tender</strong>ers believing that they have been harmed by an error or irregularity during the awardprocess may file a complaint. See further section 2.4.15 of the Practical Guide.PROC/222/10/ Medicaments FWC 16


B. DRAFT FRAMEWORK CONTRACT AND SPECIALCONDITIONS, INCLUDING ANNEXES.SUPPLY FRAMEWORK CONTRACT FOR EUROPEANCOMMUNITY EXTERNAL ACTIONSNo: PROC/222/10/Medicaments, Consumables and Reagents FWCFINANCED FROM THE EC GENERAL BUDGET/EDFYves de Kermabon, Head of EULEX Kosovo, and address at EULEX KOSOVO, Ndërtesa Farmed,“Muharrem Fejza” p.n., 10000 Pristina-Kosovo,("The Contracting Authority"),andof the one part,[Legal status/title] 3[Official registration number] 4[Full official address][VAT number] 5 , (“the Contractor”)of the other part,have agreed as follows:CONTRACT TITLE“Framework Contract for the Supply of Medicaments, Consumables and Reagents”.Identification number: PROC/222/10/ Medicaments, Consumables and Reagents FWC(EuropeAid/130242/D/SUP/XK)Article 1Subject1.1 The subject of this framework contract is to establish the terms (including the unit prices andthe implementing rules) for the delivery of following items, in three lots, as described in3 Where the contracting party is an individual.4 Where applicable. For individuals, mention their ID card or passport or equivalent document - number5 Except where the contracting party is not VAT registered.PROC/222/10/ Medicaments FWC 17


ANNEX II + III; for EULEX Kosovo in Pristina-Kosovo, DDU6, during the period ofimplementation of the framework contract.Lot 1Lot 2Lot 3MedicamentsConsumablesLaboratory Consumables and Reagents1.2 The framework contract will be implemented by “purchase orders”. I.e. whenever theContracting Authority intends to acquire items pursuant to this framework contact, it shallsend a “Purchase Order” to the contractor, specifying the quantities of items to be supplied.Deliveries shall take place in accordance with the terms and conditions of the special andgeneral conditions, supplemented and/or amended by the specific terms for each particulardelivery as set out in the “purchase orders”.1.3 The quantities estimated and specified in ANNEX II +III are only indicative quantities and doNOT compel the contracting authority to buy any of them The contracting authority may atits own discretion purchase fewer or more quantities that those estimated quantities per item.The overall financial ceiling being the maximum budget available for this framework contractas expressed in article 3.1 below.1.4 The contractor shall NOT be entitled to compensation and shall NOT be allowed to claim forchanges of the unit prices, in case the contracting authority decides to purchase fewer or morequantities than the indicative ones specified per item in Annex II + III and/or in case thecontracting authority decides NOT to purchase ANY of these quantities.1.5 The framework contract shall be concluded for a period of two years (2 years) with effect onthe date on which it enters into force, (although the Framework contract may be terminatedat short notice. See article 36 of the special conditions).1.6 The place of acceptance of the supplies shall be EULEX Kosovo Warehouse, Pristina-Kosovo, the time limits for delivery shall be 30 (thirty) calendar days from the reception bythe contractor of a Purchase Order placed by the Contracting Authority and the Incotermapplicable shall be DDU (delivered duty unpaid)7.1.7 In case of emergency situations, duly justified by the Contracting Authority, the Contractormust have in its stock 40% of yearly quantities of each lot, and be able to deliver them within24 hours after written request made by Contracting Authority1.8 The Contractor shall comply strictly with the terms of the Special Conditions and the technicalannex.Article 2Article 3OriginThe rule of origin has been derogated.Price6/DDU (Delivered Duty Unpaid - Incoterms 2000 International Chamber of Commerce -http://www.iccwbo.org/incoterms/id3040/index.html7 7 - Incoterms 2000 International Chamber ofCommerce - http://www.iccwbo.org/incoterms/id3040/index.htmlPROC/222/10/ Medicaments FWC 18


3.1. The price of the supplies shall be that shown on the financial offer (specimen in Annex IV).The sum of all payments shall not exceed the maximum budgetary sum of per annual contract period.3.2. The unit prices referred to in Article 3.1 above shall be the sole remuneration owed by theContracting Authority to the Contractor under the framework contract.3.3. The unit prices shall be firm and shall not be subject to revision for purchase orders placedduring the first year of implementation of the framework contract. A price revision clausemay be applied for the second year of implementation of the Framework Contract, see article15 of the special conditions3.4. Payments shall be made in accordance with the General and/or Special Conditions(Articles 26 to 28). Payments shall be made to the bank account of the contractor,with identification number < ….>.3.5. Tax and customs arrangements.The contract shall be exempt from all duties and taxes, including VAT. 8Article 4Order of precedence of contract documentsThe contract is made up of the following documents, in order of precedence:- the framework contract agreement;- the Special Conditions- the General Conditions (Annex I);- the Technical Specifications (Annex II [including clarifications before the deadline forsubmission of tenders];- the Technical Offer (Annex III [including clarifications from the tenderer providedduring tender evaluation];- the budget breakdown (Annex IV);- (specified forms and other relevant documents (Annex V);- the respective purchase order.The various documents making up the contract shall be deemed to be mutually explanatory; in casesof ambiguity or divergence, they shall prevail in the order in which they appear above.8 EULEX Kosovo is a diplomatic mission and based on UNMIK Executive Decision No 2008/36 of 9December 2008, it is granted exemption from all customs duties, taxes, and related charges other thancharges for storage, cartage and similar services, on articles for its official use.PROC/222/10/ Medicaments FWC 19


Done in English in four originals, three originals being for the Contracting Authority and one originalbeing for the Contractor.For the ContractorName:For the Contracting AuthorityName:Title:Title:Signature:Date:Signature:Date:PROC/222/10/ Medicaments FWC 20


SPECIAL CONDITIONSCONTENTSThese conditions amplify and supplement, if necessary, the General Conditions governing thecontract. Unless the Special Conditions provide otherwise, those General Conditions remain fullyapplicable. The numbering of the Articles of the Special Conditions is not consecutive but follows thenumbering of the Articles of the General Conditions. In exceptional cases, and with the authorisationof the competent Commission departments, other clauses may be introduced to cover specificsituations.Article 2 Law applicable2.1 Belgian law shall apply in all matters not covered by the provisions of the contract.2.2 The language used shall be English.Article 4CommunicationsAny written communication relating to this Contract between the Contracting Authority and/orthe Project Manager, on the one hand, and the Contractor on the other must state the Contracttitle and identification number, and must be sent by post, fax, e-mail or by hand.For the Contracting Authority:Name:Address:EULEX KosovoAttn: Project Manager.EULEX KosovoXXX SectionNdërtesa Farmed“Muharren Fejza” p.n.Lagja e Spitalit10000 Pristina, KosovoTelephone:Fax:For the Contractor:Name:Address:Telephone:Fax:e-mail:Article 10OriginPROC/222/10/ Medicaments FWC 21


10.1 The rule of origin has been derogated.Article 11Article 12Performance guaranteeThe amount of the performance guarantee shall be equivalent to 5% (five %) ofthe yearly maximum amount of the framework contractInsuranceThe contractor shall insure for replacement value of the goods until delivery.Article 15: <strong>Tender</strong> pricesFor the second year of performance of the framework contract, prices may be revisedupwards or downwards, where such revision is requested by one of the contracting parties byregistered letter no later than three months before the anniversary of the date on which it wassigned. Purchase orders shall be placed on the basis of the prices in force on the date onwhich they are signed. Such prices shall not be subject to revision.This revision shall be determined by the trend in the harmonized consumer price index, HICP– all items of the Euro area, as published on Eurostat’s webpage (Euroindicators – HICPPredefined tables.http://epp.eurostat.ec.europa.eu/portal/page/portal/eurostat/homeRevision shall be calculated in accordance with the following formula:IrPr = Po ( ──)IoWhere :Pr = revised price.Po = price in the original tender.Io = index for the month in which the validity of the tender expires.Ir = index for the month corresponding to the date of receipt of the letter requesting arevision of prices.Article 16Tax and customs arrangementsFor supplies manufactured locally, all internal fiscal charges applicable to their manufacture,including VAT, shall be excluded.For supplies to be imported into the country of the Contracting Authority, all duties and taxesapplicable to their importation, including VAT shall be excluded.Whatever the origin of the supplies, the contract shall be exempt from stamp and registrationduties.Article 18Commencement order18.1 The framework contract shall enter into force on the day of its signature by both parties.18.2 The framework contract will be implemented by means of “purchase orders” whichimplementation date (governing the 30 (thirty) calendar days delivery period) will start on thePROC/222/10/ Medicaments FWC 22


date of reception by the Contractor of a “purchase order” placed by the ContractingAuthority.18.3 In case of emergency situations, duly justified by the Contracting Authority, the Contractormust have in its stock 40% of yearly quantities of each lot, and be able to deliver them within24 hours after written request made by Contracting Authority.18.4. Under no circumstances may purchase orders be placed before the date on which theframework contract enters into force and/or after the framework contract expires.Article 22VariationsProvisions of Article 22 of the general conditions related to variations are not applicable tothe present framework contract.Article 25Inspection and testing25.1 Inspection and testing will take place upon delivery and in accordance with Article 25 of theGeneral Conditions at the delivery address specified in Article 1.6 of the framework Contract.Article 26Methods of payment26.1 Payments shall be made in euro.Payments shall be authorised and made by the Contracting Authority.Request for payments or pre-financing shall be made only on the basis of the amount value of avalid Purchase Order issued by the contracting authority.In order to obtain payments, the Contractor must forward to the authority referred to inparagraph 26.1 above:a) For the 60% pre-financing, in addition to the payment request, the performanceguarantee. If a pre-financing is requested, the Contractor must provide a financialguarantee for the full amount of the pre-financing payment.b) For the 40% balance, the invoice(s) in triplicate following provisional acceptance of thesupplies.c) Invoices for delivered items should be calculated at the conclusion of each calendarmonth and the invoice presented to EULEX in the first few days of the followingmonth.Article 29DeliveryPROC/222/10/ Medicaments FWC 23


29.1. The place of acceptance of the supplies shall be EULEX Kosovo Warehouse, Pristina-Kosovo, the time limits for delivery shall be 30 (thirty) calendar days from the reception by thecontractor of a Purchase Order placed by the Contracting Authority and the Incoterm applicableshall be DDU (delivered duty unpaid)9.29.2. In case of emergency situations, duly justified by the Contracting Authority, the Contractormust have in its stock 40% of yearly quantities of each lot, and be able to deliver them within 24hours after written request made by Contracting Authority.29.3 The Contractor shall bear all risks relating to the goods until provisional acceptance atdestination. The supplies shall be packaged so as to prevent their damage or deterioration intransit to their destination.29.4. The delivery shall take place on a working day and during the normal working hours of theContracting Authority’s warehouse; the “working hour schedule” shall be accuratelyspecified at the time of the signature of the contract.29.5. Use of Standard European “Euro-Pallets” and other mandatory requirements.29.4.a.29.4.b.29.4.c.The contractor shall deliver the goods on standard European “Euro-pallets”.The packaging shall become the property of the recipient subject to respectfor the environment.Every ‘Euro-Pallet” has to be labeled with its exact content and total weight.The maximum load per standard “Euro-pallet” (including the pallet) shall beup to 400 kg. For new certified pallets the maximum load (including thepallet) may be up to 1,2 t maximum.29.4.d. Height of packing shall be up to maximum 1.6 m.29.4.e.29.4.f.29.4.g.Items shall be packed into boxes with like items packed together. Every boxshould have individual labeling indicating clearly the content, weight anddimensions, including but not limited to labeling for dangerous goods inaccordance with IATA/ADR dangerous goods labeling and in accordancewith REGULATION (EC) No 1272/2008 of 16 December 2008.Should the nature of the goods make it impossible to meet a requirement setunder this article 29, variations may be authorised by the Project manager,following the receipt, before the actual delivery, of a detailed request letterfrom the Contractor.Unless, duly authorised by the Project manager before the actual delivery,any shipment delivered in violation of the contractual obligations set underthis article 29 will be rejected and remain under the custody and exclusiveresponsibility of the contractor or the carrier appointed by it. The Contractoror carrier shall NOT be entitled to claim for any compensation or indemnity9 9 - Incoterms 2000 International Chamber ofCommerce - http://www.iccwbo.org/incoterms/id3040/index.htmlPROC/222/10/ Medicaments FWC 24


for loss suffered in case the shipment was rejected by the ContractingAuthority due to the violation of a contractual obligation set under article 29of these special conditions.Article 31Provisional acceptanceThe Certificate of Provisional Acceptance must be issued using the template in AnnexC11.Article 32WarrantyThe Contractor shall warrant that the supplies are new, unused, of the most recentmodels and incorporate all recent improvements in design and materials. TheContractor shall further warrant that none of the supplies have any defect arising fromdesign, materials or workmanship. This warranty shall remain valid for one year afterprovisional acceptance.Article 36 - Termination by the Contracting Authority1. The framework contract is of two years duration starting from its signature by both parties. Inaddition to the grounds for termination defined in the General Conditions, the ContractingAuthority may terminate the contract after giving 15 days' notice to the Contractor, in caseEULEX’s mandate was not to be prolonged and/or in case of budgetary issues affecting thefinancing of the project.2. In case of termination of the framework contract on such grounds, the Contractor shall NOTbe entitled to claim any indemnity for loss suffered.3. The Contractor shall only be entitled to claim for sums owing to it for supplies alreadydelivered and/or for supplies pending delivery following the receipt by the Contractor (beforethe date of notification of the termination of the framework contract) of a valid purchaseorder issued by the Contracting Authority.Article 40Settlement of disputes40.1 Any disputes arising out of or relating to this contract which cannot be settledotherwise shall be referred to the exclusive jurisdiction of the Courts of Brussels (Belgium) ,applying the Belgian LawPROC/222/10/ Medicaments FWC 25


ANNEX I: GENERAL CONDITIONSFOR SUPPLY CONTRACTS FINANCED BY THE EUROPEAN COMMUNITY OR BY THEEUROPEAN DEVELOPMENT FUND CONTENTPRELIMINARY PROVISIONSArticle 1 DefinitionArticle 2 Law and language of the contractArticle 3 Order of precedence of contract documentsArticle 4 CommunicationsArticle 5 AssignmentArticle 6 SubcontractingOBLIGATIONS OF THE CONTRACTING AUTHORITYArticle 7 Supply of documentsArticle 8 Assistance with local regulationsOBLIGATIONS OF THE CONTRACTORArticle 9 General ObligationsArticle 10 OriginArticle 11 Performance guaranteeArticle 12 InsuranceArticle 13 Programme of implementation of the tasksArticle 14 Contractor's drawingsArticle 15 Sufficiency of tender pricesArticle 16 Tax and customs arrangementsArticle 17 Patents and licencesCOMMENCEMENT OF IMPLEMENTATION OF THE TASKS AND DELAYSArticle 18 Commencement orderArticle 19 Period of implementation of the tasksArticle 20 Extension of period of implementation of the tasksArticle 21 Delays in implementation of the tasksArticle 22 VariationsMATERIALS AND WORKMANSHIPArticle 24 Quality of suppliesArticle 25 Inspection and testingPAYMENTSArticle 26 General principlesArticle 27 Payment to third partiesArticle 28 Delayed paymentsACCEPTANCE AND MAINTENANCEArticle 29 DeliveryArticle 30 Verification operationsArticle 31 Provisional acceptanceArticle 32 Warranty obligationsArticle 33 After-sales serviceArticle 34 Final acceptanceBREACH OF CONTRACT AND TERMINATIONArticle 35 Breach of contractArticle 36 Termination by the Contracting AuthorityArticle 37 Termination by the ContractorArticle 38 Force majeureArticle 39 DeceaseDISPUTE SETTLEMENTArticle 40 Dispute settlementETHICS CLAUSESArticle 41 Ethics clausesArticle 42 Administrative and financial penaltiesArticle 43 Checks and audits by Community bodiesPROC/222/10/ Medicaments FWC 26


PRELIMINARY PROVISIONSArticle 1 - Definitions1.1. The headings and titles in these General Conditions shall not be taken as part thereof or be takeninto consideration in the interpretation of the contract.1.2. Where the context so permits, words in the singular shall be deemed to include the plural andvice versa, and words in the masculine shall be deemed to include the feminine and vice versa.1.3. Words designating persons or parties shall include firms and companies and any organizationhaving legal capacity.1.4. The definitions of the terms used throughout this General Conditions are laid down in the"Glossary of terms", annex A1 to the Practical Guide to contract procedures for EC external actions,which forms an integral part of this contract.Article 2 - Law and language of the contract2.1. The Special Conditions shall specify the law governing all matters not covered by the contract.2.2. The contract and all written communications between the parties will be drafted in the languageof the procedure.Article 3 - Order of precedence of contract documents3.1. Save where otherwise provided in the special conditions, the contract is made up of the followingdocuments, in order of precedence:a) the contract agreement;b) the Special Conditions;c) the General Conditions (Annex I);d) the Technical Specifications (Annex II) including clarifications before the deadline for submissionof tenders and minutes from the information meeting/site visit;e) the Technical Offer (Annex III), including clarifications from the Contractor provided duringtender evaluation;f) the budget breakdown (Annex IV);g) specified forms and other relevant documents (Annex V)Addenda have the order of precedence of the document they are modifying.3.2. The various documents making up the contract shall be deemed to be mutually explanatory; incases of ambiguity or divergence, they should be read in the order in which they appear above.Article 4 - Communications4.1. Communications between the Contracting Authority and/or the Project Manager on the one hand,and the Contractor on the other, shall be exclusively in writing. Unless otherwise specified in theSpecial Conditions, communications between the Contracting Authority and/or the Project Manageron the one hand, and the Contractor on the other hand, shall be sent by post, cable, telex, faxtransmission, or delivered by hand, to the addresses designated by the Parties for that purpose.PROC/222/10/ Medicaments FWC 27


4.2. If the person sending a communication requires acknowledgement of receipt, he/she shallindicate this in his communication. Whenever there is a deadline for the receipt of a writtencommunication, the sender should ask for an acknowledgement of receipt of his communication. Inany event, the sender shall take all necessary measures to ensure receipt of his communication.4.3. Wherever the contract provides for the giving or issue of any notice, consent, approval, certificateor decision, unless otherwise specified such notice, consent, approval, certificate or decision shall bein writing and the words "notify", "certify", "approve" or "decide" shall be construed accordingly.Any such consent, approval, certificate or decision shall not unreasonably be withheld or delayed.Article 5 - Assignment5.1. An assignment shall be valid only if it is a written agreement by which the Contractor transfershis contract or part thereof to a third party.5.2. The Contractor may not, without the prior written consent of the Contracting Authority, assignthe contract or any part thereof, or any benefit or interest thereunder, except in the following cases:a) a charge, in favour of the Contractor's bankers, of any monies due or to become due under thecontract; orb) the assignment to the Contractor's insurers of the Contractor's right to obtain relief against anyother person liable in cases where the insurers have discharged the Contractor's loss or liability.5.3. For the purpose of Article 5.2, the approval of an assignment by the Contracting Authority shallnot relieve the Contractor of his obligations for the part of the contract already performed or the partnot assigned.5.4. If the Contractor has assigned his contract without authorisation, the Contracting Authority may,without giving formal notice thereof, apply as of right the sanctions for breach of contract providedfor in Article 35 and 36.5.5. Assignees must satisfy the eligibility criteria applicable for the award of the contract and they cannot be in any of the situations excluding them from participating in contracts which are listed inSection 2.3.3 of the Practical Guide to contract procedure for EC external actions.Article 6 - Subcontracting6.1. A subcontract shall be valid only if it is a written agreement by which the Contractor entrustsimplementation of a part of the tasks to a third party.6.2. The Contractor shall not subcontract without the prior written authorisation of the ContractingAuthority. The elements of the contract to be subcontracted and the identity of the subcontractorsshall be notified to the Contracting Authority. The Contracting Authority shall notify the Contractorof its decision within 30 days of receiving the notification, stating its reasons if authorisation iswithheld.6.3. Subcontractors must satisfy the eligibility criteria applicable for the award of the contract andthey can not be in any of the situations excluding them from participating in contracts which are listedin Section 2.3.3 of the Practical Guide to contract procedure for EC external actions.6.4. The Contracting Authority recognises no contractual link between itself and the subcontractors.PROC/222/10/ Medicaments FWC 28


6.5. The Contractor shall be responsible for the acts, defaults and negligence of his subcontractors andtheir agents or employees, as if they were the acts, defaults or negligence of the Contractor, his agentsor employees. The approval by the Contracting Authority of the subcontracting of any part of thecontract or of the subcontractor shall not relieve the Contractor of any of his obligations under thecontract.6.6. If a subcontractor has undertaken any continuing obligation extending for a period exceeding thatof the warranty period under the contract towards the Contractor in respect of the supplies providedby the subcontractor, the Contractor must, at any time after the expiration of the warranty period,transfer immediately to the Contracting Authority, at the Contracting Authority's request and cost, thebenefit of such obligation for the unexpired duration thereof.6.7. If the Contractor enters into a subcontract without approval, the Contracting Authority may,without giving formal notice thereof, apply as of right the sanctions for breach of contract providedfor in Article 35.OBLIGATIONS OF THE CONTRACTING AUTHORITYArticle 7 - Supply of documents7.1. If necessary, within 30 days of the signing of the contract, the Project Manager shall, wherenecessary, provide the Contractor, free of charge, with a copy of the drawings prepared for theimplementation of the tasks and a copy of the specifications and other contract documents. TheContractor may purchase additional copies of these drawings, specifications and other documents, inso far as they are available. Upon the issue of the warranty certificate, or upon final acceptance, theContractor shall return to the Project Manager all drawings, specifications and other contractdocuments.7.2. Unless it is necessary for the purposes of the contract, the drawings, specifications and otherdocuments provided by the Project Manager shall not be used or communicated to a third party by theContractor without the prior consent of the Project Manager.7.3. The Project Manager shall have authority to issue to the Contractor administrative ordersincorporating such supplementary documents and instructions as are necessary for the properexecution of the contract and the remedying of any defects therein.7.4. The special conditions must indicate the procedure used, if necessary, by the ContractingAuthority and the Project Manager to approve drawings and other documents provided by theContractor.Article 8 - Assistance with local regulations8.1. The Contractor may request the assistance of the Contracting Authority in obtaining copies oflaws, regulations and information on local customs, orders or bye-laws of the country where thesupplies are to be delivered which may affect the Contractor in the performance of his obligationsunder the contract. The Contracting Authority may provide the assistance requested to the Contractorat the Contractor's cost.8.2. If necessary, the Contractor shall duly notify the Contracting Authority of details of the suppliesso that the Contracting Authority can obtain the requisite permits or import licences.8.3. If necessary, the Contracting Authority will undertake to obtain, in accordance with theSpecial Conditions, the requisite permits or import licences within a reasonable period, taking accountof the implementation dates for the tasks.PROC/222/10/ Medicaments FWC 29


8.4. Subject to the provisions of the laws and regulations on foreign labour of the states in which thesupplies are to be delivered, the Contracting Authority shall make every effort to help theContractor obtain all the visas and permits required for the personnel whose services theContractor and the Contracting Authority consider necessary and residence permits for their families.OBLIGATIONS OF THE CONTRACTORArticle 9 - General Obligations9.1. The Contractor shall implement the contract with due care and diligence including, wherespecified, the design, manufacture, delivery to site, erecting, testing and commissioning of thesupplies and carrying out of any other work including the remedying of any defects in the supplies.The Contractor shall also provide all necessary equipment, supervision, labour and facilities requiredfor the implementation of the tasks.9.2. Contractor considers that the requirement of an administrative order goes beyond the scope of thecontract, it shall, on pain of breach of contract, notify the Project Manager thereof, giving his reasons,within 30 days of receipt of the order. Execution of the administrative order shall not be suspendedbecause of this notice.9.3. For matters not governed by the contract, the Contractor shall respect and abide by all laws andregulations in force according to article 2 of the Special Conditions and shall ensure that hispersonnel, their dependants, and his local employees also respect and abide by all such laws andregulations. The Contractor shall indemnify the Contracting Authority against any claims andproceedings arising from any infringement by the Contractor, his employees and their dependants ofsuch laws and regulations. The Contractor shall respect internationally agreed core labour standards,e.g. the ILO core labour standards, conventions on freedom of association and collective bargaining,elimination of forced and compulsory labour, elimination of discrimination in respect of employmentand occupation, and the abolition of child labour.9.4. The Contractor shall treat all documents and information received in connection with the contractas private and confidential. He shall not, save in so far as may be necessary for the purposes of thecontract's execution, publish or disclose any particulars of the contract without the prior consent inwriting of the Contracting Authority or the Project Manager. If any disagreement arises as to thenecessity for any publication or disclosure for the purpose of the contract, the decision of theContracting Authority shall be final.9.5. If the Contractor is a joint venture or consortium of two or more persons, all such persons shallbe jointly and severally bound to fulfil the terms of the contract according to the law of the state ofthe Contracting Authority and shall, at the request of the Contracting Authority, designate one of suchpersons to act as leader with authority to bind the joint venture or consortium. The composition of thejoint venture or consortium shall not be altered without the prior consent in writing of the ContractingAuthority.9.6. Save where the European Commission requests or agrees otherwise, the Contractor shall take thenecessary measures to ensure the visibility of the European Union financing or cofinancingThese measures must comply with the rules in the Communication and Visibility Manual for EUExternal Actions published by the European Commission.PROC/222/10/ Medicaments FWC 30


Article 10 - Origin10.1. Save where otherwise provided for in the Special Conditions, supplies must originate in aMember State of the European Union or in an eligible country as stated in the invitation to tender.10.2. The Contractor must certify that the goods tendered comply with this requirement, specifyingtheir countries of origin. He may be required to provide more detailed information in this respect.10.3. The Contractor shall present an official certificate of origin on provisional acceptance.Failure to comply with this obligation shall lead, after formal notice, to termination of the contract.Article 11 - Performance guarantee11.1. The Contractor shall, together with the return of the countersigned contract, furnish theContracting Authority with a guarantee for the full and proper execution of the contract. The amountof the guarantee shall be specified in the Special Conditions. It shall be in the range of 5 and 10% ofthe amount of the contract price, including any amounts stipulated in addenda to the contract.11.2. The performance guarantee shall be held against payment to the Contracting Authority for anyloss resulting from the Contractor's failure to perform his contractual obligations fully and properly.11.3. The performance guarantee shall be in the format given in Annex V and may be provided in theform of a bank guarantee, a banker's draft, a certified cheque, a bond provided by an insurance and/orbonding company or an irrevocable letter of credit.11.4. The performance guarantee shall be denominated in the currency in which the contract ispayable. No payments shall be made in favour of the Contractor prior to the provision of theguarantee. The guarantee shall continue to remain valid until the contract has been fully and properlyperformed.11.5. During the execution of the contract, if the natural or legal person providing the guarantee is notable to abide by his commitments, the guarantee shall cease to be valid. The Contracting Authorityshall give formal notice to the Contractor to provide a new guarantee on the same terms as theprevious one. Should the Contractor fail to provide a new guarantee, the Contracting Authority mayterminate the contract. Before so doing, the Contracting Authority shall send a registered letter withacknowledgement of receipt, which shall set a new deadline of no less than 15 days from the day ofdelivery of the letter.11.6. The Contracting Authority shall demand payment from the guarantee of all sums for which theguarantor is liable under the guarantee due to the Contractor's default under the contract, inaccordance with the terms of the guarantee and up to the value thereof. The guarantor shall, withoutdelay, pay those sums upon demand from the Contracting Authority and may not raise any objectionfor any reason whatsoever. Before making any claim under the performance guarantee, theContracting Authority shall notify the Contractor stating the nature of the default in respect of whichthe claim is to be made.11.7. Except for such part as may be specified in the Special Conditions in respect of after-salesservice, the performance guarantee shall be released within 45 days of the issue of the finalacceptance certificate.Article 12 - Insurance12.1. An insurance policy may be required to cover the carriage of supplies; the conditions of thisinsurance policy may be specified in Article 12 of the Special Conditions, which may also specifyother types of insurance to be taken out by the Contractor.PROC/222/10/ Medicaments FWC 31


12.2. Notwithstanding the Contractor's insurance obligations under Article 12.1, the Contractor shallbear sole liability for, and indemnify the Contracting Authority and the Project Manager against, anyclaims by third parties for damage to property or personal injuries arising from the execution of thecontract by the Contractor, his subcontractors and their employees.Article 13 - Programme of implementation of the tasks13.1. If the Special Conditions so require, the Contractor shall submit a programme ofimplementation of the tasks for the approval of the Project Manager. The programme shall contain atleast the following:a) the order in which the Contractor proposes to perform the contract including design, manufacture,delivery to place of receipt, installation, testing and commissioning;b) the deadlines for submission and approval of the drawings;c) a general description of the methods which the Contractor proposes to adopt for executing thecontract; andd) such further details and information as the Project Manager may reasonably require.13.2. The Special Conditions shall specify the time limit within which the programme ofimplementation of the tasks must be submitted to the Project Manager for approval. They may settime limits within which the Contractor must submit all or part of the detailed drawings, documentsand items. They shall also state the deadline for the Project Manager's approval or acceptance of theprogramme of implementation, detailed drawings, documents and items. The approval of theprogramme by the Project Manager shall not relieve the Contractor of any of his obligations under thecontract.13.3. No material alteration to the programme shall be made without the approval of the ProjectManager. If, however, the progress of the implementation of the tasks does not conform to theprogramme, the Project Manager may instruct the Contractor to revise the programme and submit therevised programme to him/her for approval.Article 14 - Contractor's drawings14.1. If the Special Conditions so provide, the Contractor shall submit to the Project Manager forapproval:a) the drawings, documents, samples and/or models, according to the time limits and procedures laiddown in the Special Conditions;b) such drawings as the Project Manager may reasonably require for the implementation of the tasks.14.2. If the Project Manager fails to notify his decision of approval referred to in Article 14.1 withinthe deadlines referred to in the contract or the approved programme of implementation of the tasks,such drawings, documents, samples or models shall be deemed to be approved on expiry of thedeadlines. If no deadline is specified, they shall be deemed to be approved 30 days after receipt.14.3. Approved drawings, documents, samples and models shall be signed or otherwise identified bythe Project Manager and may only be departed from on the Project Manager's instructions. Any of theContractor's drawings, documents, samples or models which the Project Manager refuses to approveshall immediately be modified to meet the requirements of the Project Manager and resubmitted bythe Contractor for approval.14.4. The Contractor shall supply additional copies of approved drawings in the form and numbersstated in the contract or in subsequent administrative orders.PROC/222/10/ Medicaments FWC 32


14.5. The approval of the drawings, documents, samples or models by the Project Manager shall notrelieve the Contractor from any of his obligations under the contract.14.6. The Project Manager shall have the right to inspect all drawings, documents, samples or modelsrelating to the contract at the Contractor's premises at all reasonable times.14.7. Before provisional acceptance of the supplies, the Contractor shall supply operation andmaintenance manuals together with drawings, which shall be in such detail as will enable the ProjectManager to operate, maintain, adjust and repair all parts of the supplies. Unless otherwise stated in theSpecial Conditions, the manuals and drawings shall be in the language of the contract and in suchforms and numbers as stated in the contract. The supplies shall not be considered completed for thepurpose of provisional acceptance until such manuals and drawings have been supplied to theContracting Authority.Article 15 - Sufficiency of tender prices15.1. Subject to any provisions which may be laid down in the Special Conditions, the Contractorshall be deemed to have satisfied himself before submitting his tender as to the correctness andsufficiency of the tender and to have taken account of all that is required for the full and properimplementation of the tasks and to have included in his rates and prices all costs related to thesupplies, in particular:a) the costs of transport;b) the costs of handling, packing, loading, unloading, transit, delivery, unpacking, checking,insurance and other administrative costs in connection with the supplies. The packaging shall be theproperty of the Contracting Authority unless otherwise provided in theSpecial Conditions;c) the cost of documents relating to the supplies where such documents are required by theContracting Authority;d) execution and supervision of on-site assembly and/or commissioning of the delivered supplies;e) furnishing of tools required for assembly and/or maintenance of the delivered supplies;f) furnishing of detailed operation and maintenance manuals for each unit of the delivered supplies, asspecified in the contract;g) supervision or maintenance and/or repair of the supplies, for a period of time stated in the contract,with the stipulation that this service shall not release the Contractor from any warranty obligationsunder the contract;h) training of the Contracting Authority's personnel, at the Contractor's factory and/or elsewhere asspecified in the contract.15.2. Since the Contractor is deemed to have determined its prices on the basis of its owncalculations, operations and estimates, it shall, at no additional charge, carry out any work that is thesubject of any item in its tender for which its indicates neither a unit price nor a lump sum.Article 16 - Tax and customs arrangementsProvisions regarding tax and customs arrangements are laid down in the Special Conditions.Article 17 - Patents and licencesSave where otherwise provided in the Special Conditions, the Contractor shall indemnify theContracting Authority and the Project Manager against any claim resulting from the use as specifiedin the contract of patents, licences, drawings, models, or brand or trade marks, unless suchinfringement results from compliance with the design or specification provided by the ContractingAuthority and/or the Project Manager.PROC/222/10/ Medicaments FWC 33


COMMENCEMENT OF IMPLEMENTATION OF THE TASKS ANDDELAYSArticle 18 - Commencement order18.1. The Contracting Authority shall fix the date on which implementation of the tasks is tocommence and advise the Contractor thereof either in the notice of award of the contract or byadministrative order issued by the Project Manager.18.2. Save where the Parties agree otherwise, implementation of the tasks shall begin no later than 90days after notification of award of contract. After that date the Contractor shall be entitled not toimplement the contract and to obtain its termination or compensation for the damage it has suffered.The Contractor shall forfeit this right unless it exercises it within 30 days of the expiry of the 90-dayperiod.Article 19 - Period of implementation of the tasks19.1. The period of implementation of tasks shall commence on the date fixed in accordance withArticle 18 and shall be as stated in the contract, without prejudice to extensions of the period whichmay be granted under Article 20.19.2. If provision is made for distinct periods of implementation of the tasks for separate lots, in caseswhere one Contractor is awarded more than one lot per contract, the periods of implementation of thetasks for the separate lots will not be accumulated.Article 20 - Extension of period of implementation of the tasks20.1. The Contractor may request an extension to the period of implementation of the tasks if hisimplementation of the contract is delayed, or expected to be delayed, for any of the following reasons:a) extra or additional supplies ordered by the Contracting Authority;b) exceptional weather conditions in the country of the Contracting Authority which may affectinstallation or erection of the supplies;c) physical obstructions or conditions which may affect delivery of the supplies, which could notreasonably have been foreseen by a competent contractor;d) administrative orders affecting the date of completion other than those arising from theContractor's default;e) failure of the Contracting Authority to fulfil its obligations under the contract;f) any suspension of the delivery and/or installation of the supplies which is not due to theContractor's default;g) force majeure;h) any other causes referred to in these General Conditions which are not due to the Contractor'sdefault.20.2. Within 15 days of realising that a delay might occur, the Contractor shall notify the ProjectManager of his intention to make a request for extension of the period of implementation of the tasksto which it considers himself entitled and, save where otherwise agreed between theContractor and the Project Manager, within 30 days provide the Project Manager with comprehensivedetails so that the request can be examined.20.3. Within 30 days the Project Manager shall, by written notice to the Contractor after dueconsultation with the Contracting Authority and, where appropriate, the Contractor, grant suchextension of the period of implementation of the tasks as may be justified, either prospectively orretrospectively, or inform the Contractor that it is not entitled to an extension.PROC/222/10/ Medicaments FWC 34


Article 21 - Delays in implementation of the tasks21.1. If the Contractor fails under his own responsibility to deliver any or all of the goods or performthe services within the time limit(s) specified in the contract, the Contracting Authority shall, withoutformal notice and without prejudice to its other remedies under the contract, be entitled, for every daywhich shall elapse between the expiry of the implementation period of the tasks and the actual date ofcompletion, to liquidated damages equal to 5/1000 of the value of the undelivered supplies to amaximum of 15% of the total value of the contract.21.2. If the non-delivery of any of the goods prevents the normal use of the supplies as a whole, theliquidated damages provided for in paragraph 21.1 shall be calculated on the basis of the total contractvalue.21.3. If the Contracting Authority has become entitled to claim at least 15% of the contract value itmay, after giving written notice to the Contractor:- seize the performance guarantee;- terminate the contract, in which case the Contractor will have no right to compensation;and- enter into a contract with a third party for the provision of the balance of the supplies. TheContractor shall not be paid for this part of the contract. The Contractor shall also be liable for theadditional costs and damages caused by his failure.Article 22 - Variations22.1. Subject to the limits set in the Practical Guide to contract procedures for EC external actions,the Contracting Authority reserves the right, to vary the quantities as stated in the Special Conditions.The total value of the supplies may not rise or fall as a result of the variation in the quantities by morethan 25% of the tender price. The unit prices used in the tender shall be applicable to the quantitiesprocured under the variation. Substantial modifications to the contract, including modifications to thetotal contract amount, must be made by means of an addendum.22.2. The Project Manager shall have the power to order any variation to any part of the suppliesnecessary for the proper completion and/or functioning of the supplies. Such variations may includeadditions, omissions, substitutions, changes in quality, quantity, form, character, kind, as well asdrawings, designs or specifications where the supplies are to be specifically manufactured for theContracting Authority, method of shipment or packing, place of delivery, and in the specifiedsequence, method or timing of implementation of the tasks. No order for a variation may result in theinvalidation of the contract, but the financial effect of any such variation shall be valued inaccordance with Article 22.6.22.3. No variation shall be made except by administrative order, subject to the following provisions:a) if, for whatever reason, the Project Manager believes it necessary to give an order orally, he/sheshall confirm the order by an administrative order as soon as possible;b) if the Contractor confirms in writing an oral order given for the purpose of Article 22.3.a and theconfirmation is not contradicted in writing forthwith by the Project Manager, an administrative ordershall be deemed to have been issued for the variation;c) an administrative order for a variation shall not be required when increasing or decreasing thequantity of any work because the estimates in the budget breakdown were too high or too low.22.4. Save where Article 22.2 provides otherwise, prior to issuing an administrative order for avariation, the Project Manager shall notify the Contractor of the nature and form of that variation. Assoon as possible, after receiving such notice, the Contractor shall submit to the Project Manager aproposal containing:PROC/222/10/ Medicaments FWC 35


- a description of the tasks, if any, to be performed or the measures to be taken and a programme ofimplementation of the tasks;- any necessary modifications to the programme of implementation of the tasks or to any of theContractor's obligations under the contract;- any adjustment to the contract price in accordance with the rules set out in Article 22.22.5. Following the receipt of the Contractor's submission referred to in Article 22.4, the ProjectManager shall, after due consultation with the Contracting Authority and, where appropriate, theContractor, decide as soon as possible whether or not the variation should be carried out.If the Project Manager decides that the variation is to be carried out, he/she shall issue anadministrative order stating that the variation is to be made at the prices and under the conditionsgiven in the Contractor's submission referred to in Article 22.4 or as modified by the Project Managerin accordance with Article 22.6.22.6. The prices for all variations ordered by the Project Manager in accordance with Articles 22.3and 22.5 shall be ascertained by the Project Manager in accordance with the following principles:- where the task is of similar character and implemented under similar conditions to an item priced inthe budget breakdown, it shall be valued at such rates and prices contained therein;- where the task is not of similar character or is not implemented under similar conditions, the ratesand prices in the contract shall be used as the basis for valuation in so far as is reasonable, failingwhich a fair valuation shall be made by the Project Manager;- if the nature or amount of any variation relative to the nature or amount of the whole of the contractor to any part thereof is such that, in the opinion of the Project Manager, any rate or price contained inthe contract for any item of work is by reason of such variation rendered unreasonable, then theProject Manager shall fix such rate or price as he/she thinks reasonable and proper in thecircumstances;- where a variation is necessitated by a default or breach of contract by the Contractor, any additionalcost attributable to such variation shall be borne by the Contractor.22.7. On receipt of the administrative order requesting the variation, the Contractor shall proceed tocarry out the variation and be bound by that order in so doing as if such variation were stated in thecontract. The supplies shall not be delayed pending the granting of any extension of implementationperiod of tasks or adjustment to the contract price. Where the order for a variation precedes theadjustment to the contract price, the Contractor shall keep records of the costs of undertaking thevariation and of the time expended thereon. Such records shall be open to inspection by the ProjectManager at all reasonable times.22.8. Contractual variations not covered by an administrative order must be formalised through anaddendum to the contract signed by all parties. Changes of address or bank account may simply benotified in writing by the Contractor to the Contracting Authority. Any contractual variations mustrespect the general principles defined in the Practical Guide to contract procedures for EC externalactions.Article 23 - Suspension23.1. The Project Manager may, by administrative order, at any time, instruct the Contractor tosuspend:a) the manufacture of the supplies; orb) the delivery of supplies to the place of acceptance at the time specified for delivery in theprogramme of implementation of the tasks or, if no time specified, at the time appropriate for it to bedelivered; orc) the installation of the supplies which have been delivered to the place of acceptance.PROC/222/10/ Medicaments FWC 36


23.2. The Contractor shall, during suspension, protect and secure the supplies affected at theContractor's warehouse or elsewhere, against any deterioration, loss or damage to the extent possibleand as instructed by the Project Manager, even if supplies have been delivered to the place ofacceptance in accordance with the contract but their installation has been suspended by the ProjectManager.23.3. Additional expenses incurred in connection with such protective measure shall be added to thecontract price. The Contractor shall not be paid any additional expenses if the suspensionis:a) dealt with differently in the contract; orb) necessary by reason of normal climatic conditions at the place of acceptance; orc) necessary owing to some default of the Contractor; ord) necessary for the safety or the proper execution of the contract or any part thereof insofar as suchnecessity does not arise from any act or default by the Project Manager or the Contracting Authority.23.4. The Contractor shall not be entitled to such additions to the contract price unless it notifies theProject Manager, within 30 days of receiving the order to suspend progress of delivery, of hisintention to make a claim for them.23.5. The Project Manager, after consultation with the Contracting Authority and the Contractor, shalldetermine such extra payment and/or extension of the period of implementation of the tasks to bemade to the Contractor in respect of such claim as shall, in the opinion of the Project Manager, be fairand reasonable.23.6. If the period of suspension exceeds 180 days, and the suspension is not due to the Contractor'sdefault, the Contractor may, by notice to the Project Manager, request to proceed with the supplieswithin 30 days, or terminate the contract.23.7. Where the award procedure or implementation of the contract is vitiated by substantial errors orirregularities or by fraud, the Contracting Authority shall suspend execution of the contract. Wheresuch errors, irregularities or fraud are attributable to the Contractor, the Contracting Authority mayalso refuse to make payments or may recover monies already paid, in proportion to the seriousness ofthe errors, irregularities or fraud. The Contracting Authority may also suspend payments in caseswhere there are suspected or established errors, irregularities or fraud committed by the Contractor inthe performance of another contract funded by the general budget of the European Community or bybudgets managed by it or by EDF, which are likely to affect the performance of the present contract.23.8. The purpose of suspending the contract shall be to verify whether presumed substantial errorsand irregularities or fraud have actually occurred. If they are not confirmed, implementation of thecontract shall resume as soon as possible. A substantial error or irregularity shall be any infringementof a contract or regulatory provision resulting from an act or an omission that causes or might cause aloss to the Community budget or EDFMATERIALS AND WORKMANSHIPArticle 24 - Quality of supplies24.1. The supplies must in all respects satisfy the technical specifications laid down in the contractand conform in all respects to the drawings, surveys, models, samples, patterns and otherrequirements in the contract, which must be held at the disposal of the Contracting Authority or theProject Manager for the purposes of identification throughout the period of execution.24.2. Any preliminary technical acceptance stipulated in the Special Conditions should be the subjectof a request sent by the Contractor to the Project Manager. The request shall specify the materials,items and samples submitted for such acceptance according to the contract and indicate the lotPROC/222/10/ Medicaments FWC 37


number and the place where acceptance is to take place, as appropriate. The materials, items andsamples specified in the request must be certified by the Project Manager as meeting the requirementsfor such acceptance prior to their incorporation in the supplies.24.3. Even if materials or items to be incorporated in the supplies or in the manufacture ofcomponents to be supplied have been technically accepted in this way, they may still be rejected if afurther examination reveals defects or faults, in which case they must immediately be replaced by theContractor. The Contractor may be given the opportunity to repair and make good materials and itemswhich have been rejected, but such materials and items will be accepted for incorporation in thesupplies only if they have been repaired and made good to the satisfaction of the Project Manager.Article 25 - Inspection and testing25.1. The Contractor shall ensure that the supplies are delivered to the place of acceptance in time toallow the Project Manager to proceed with acceptance of the supplies. The Contractor is deemed tohave fully appreciated the difficulties which it might encounter in this respect, and it shall not bepermitted to advance any grounds for delay.25.2. The Project Manager shall be entitled, from time to time, to inspect, examine, measure and testthe components, materials and workmanship, and check the progress of preparation, fabrication ormanufacture of anything being prepared, fabricated or manufactured for delivery under the contract,in order to establish whether the components, materials and workmanship are of the requisite qualityand quantity. This shall take place at the place of manufacture, fabrication, preparation or at the placeof acceptance or at such other places as may be specified in the Special Conditions.25.3. For the purposes of such tests and inspections, the Contractor shall:a) provide the Project Manager, temporarily and free of charge, with such assistance, test samples orparts, machines, equipment, tools, labour, materials, drawings and production data as are normallyrequired for inspection and testing;b) agree, with the Project Manager, the time and place for tests;c) give the Project Manager access at all reasonable times to the place where the tests are to be carriedout.25.4. If the Project Manager is not present on the date agreed for tests, the Contractor may, unlessotherwise instructed by the Project Manager, proceed with the tests, which shall be deemed to havebeen made in the Project Manager's presence. The Contractor shall immediately send duly certifiedcopies of the test results to the Project Manager, who shall, if he/she has not attended the test, bebound by the test results.25.5. When components and materials have passed the above-mentioned tests, the Project Managershall notify the Contractor or endorse the Contractor's certificate to that effect.25.6. If the Project Manager and the Contractor disagree on the test results, each shall state his viewsto the other within 15 days of such disagreement. The Project Manager or the Contractor may requiresuch tests to be repeated on the same terms and conditions or, if either Party so requests, by an expertselected by common consent. All test reports shall be submitted to the Project Manager, who shallcommunicate the results of these tests without delay to the Contractor. The results of retesting shall beconclusive. The cost of retesting shall be borne by the Party whose views are proved wrong by theretesting.25.7. In the performance of their duties, the Project Manager and any person authorised by him/hershall not disclose to unauthorised persons information concerning the undertaking's methods ofmanufacture and operation obtained through inspection and testing.PROC/222/10/ Medicaments FWC 38


PAYMENTSArticle 26 - General principles26.1. Payments shall be made in euro or national currency. The Special Conditions shall lay down theadministrative or technical conditions governing payments of pre-financing, interim and/or finalpayments made in accordance with the General Conditions. Where payment is in the nationalcurrency, it shall be converted into euro at the rate published on the Infor-Euro on the first workingday of the month in which the payment is made.26.2. Payments due by the Contracting Authority shall be made to the bank account mentioned on thefinancial identification form completed by the Contractor. The same form, annexed to the paymentrequest, must be used to report changes of bank account.26.3. Sums due shall be paid within no more than 45 days from the date on which an admissiblepayment request is registered by the competent department specified in the Special Conditions. Thedate of payment shall be the date on which the institution's account is debited. The payment requestshall not be admissible if one or more essential requirements are not met.26.4. The 45-day period may be suspended by notifying the Contractor that the payment requestcannot be fulfilled because the sum is not due, because appropriate substantiating documents have notbeen provided or because there is evidence that the expenditure might not be eligible. In the lattercase, an inspection may be carried out on the spot for the purpose of further checks. The Contractorshall provide clarifications, modifications or further information within 30 days of being asked to doso. The payment period shall continue to run from the date on which a properly drawn-up paymentrequest is registered.26.5. The payments shall be made as follows:a) 60% of the contract price after the signing of the contract, against provision of the performanceguarantee. If the pre-financing payment exceeds EUR 150.000, or if no proof documents have beenprovided for the selection criteria, the Contractor must provide a financial guarantee for the fullamount of the pre-financing payment. This financial guarantee must remain valid until it is released45 days at the latest after the provisional acceptance of the goods. Where the contractor is a publicbody the obligation for a financial guarantee may be waived depending on a risk assessment made;b) 40% of the contract price, as payment of the balance outstanding, following provisional acceptanceof the supplies;26.6. Where only part of the supplies have been delivered, the 40% payment due following partialprovisional acceptance shall be calculated on the value of the supplies which have actually beenaccepted and the security shall be released accordingly.26.7. For supplies not covered by a warranty period, the payments listed above shall be aggregated.The conditions to which the payments of pre-financing, interim and/or final payments are subject,shall be as stated in the Special Conditions.26.8. The payment obligations of the EC under this Contract shall cease at most 18 months after theend of the period of implementation of the tasks, unless the Contract is terminated in accordance withthese General Conditions.26.9. Unless otherwise stipulated in the Special Conditions, contracts shall be at fixed prices, whichshall not be revised.PROC/222/10/ Medicaments FWC 39


26.10. The Contractor undertakes to repay any amounts paid in excess of the final amount due to theContracting Authority before the deadline indicated in the debit note which is 45 days from theissuing of that note. Should the Contractor fail to make repayment within the deadline set by theContracting Authority, the Contracting Authority may (unless the Contractor is a governmentdepartment or public body of a Member State of the Community) increase the amounts due by addinginterest:- at the rediscount rate applied by the central bank of the country of the Contracting Authority ifpayments are in the currency of that country;- at the rate applied by the European Central Bank to its main refinancing transactions in euro wherepayments are in euro, on the first day of the month in which the time-limit expired, plus sevenpercentage points.The default interest shall be incurred over the time which elapses between the date of the paymentdeadline set by the Contracting Authority, and the date on which payment is actually made. Anypartial payments shall first cover the interest thus established.Amounts to be repaid to the Contracting Authority may be offset against amounts of any kind due tothe Contractor. This shall not affect the Parties' right to agree on payment in instalments. Bankcharges incurred by the repayment of amounts due to the Contracting Authority shall be borneentirely by the Contractor. Where necessary the European Community may as a donor subrogate itselfto the Contracting Authority.Article 27 - Payment to third parties27.1. Orders for payments to third parties may be carried out only after an assignment made inaccordance with Article 5. The Contracting Authority shall be notified of the assignment.27.2. Notification of beneficiaries of the assignment shall be the sole responsibility of the Contractor.27.3. In the event of a legally binding attachment of the property of the Contractor affecting paymentsdue to it under the contract, and without prejudice to the time limit laid down in the SpecialConditions, the Contracting Authority shall have 30 days, starting from the day on which it receivesnotification of the definitive lifting of the obstacle to payment, to resume payments to the Contractor.Article 28 - Delayed payments28.1. The Contracting Authority shall pay the Contractor sums due within 45 days of the date onwhich an admissible payment is registered, in accordance with Article 26 of these GeneralConditions. This period shall begin to run from the approval of these documents by the competentdepartment referred to in Article 26 of the Special Conditions. These documents shall be approvedeither expressly or tacitly, in the absence of any written reaction in the 45 days following their receiptaccompanied by the requisite documents.28.2. Once the deadline laid down in Article 28.1 has expired, the Contractor may, within two monthsof late payment, claim late-payment interest:- at the rediscount rate applied by the issuing institution of the country of the Contracting Authoritywhere payments are in national currency;- at the rate applied by the European Central Bank to its main refinancing transactions in euro, aspublished in the Official Journal of the European Union, where payments are in euro, on the first dayof the month in which the deadline expired, plus seven percentage points.The late-payment interest shall apply to the time which elapses between the date of the paymentdeadline (exclusive) and the date on which the Contracting Authority's account is debited (inclusive).28.3. Any default in payment of more than 90 days from the expiry of the period laid down in Article28.1 shall entitle the Contractor either not to perform the contract or to terminate it, with 30 days'prior notice to the Contracting Authority and the Project Manager.PROC/222/10/ Medicaments FWC 40


ACCEPTANCE AND MAINTENANCEArticle 29 - Delivery29.1. The Contractor shall deliver the supplies in accordance with the conditions of the contract.The supplies shall be at the risk of the Contractor until their provisional acceptance.29.2. The Contractor shall provide such packaging of supplies as is required to prevent their damageor deterioration in transit to their destination as indicated in the contract. The packaging shall besufficient to withstand, without limitation, rough handling, exposure to extreme temperatures, salt andprecipitation during transit and open storage. Package size and weight shall take into consideration,where appropriate, the remoteness of the final destination of the supplies, and the possible absence ofheavy handling facilities at all points in transit.29.3. The packaging, marking and documentation inside and outside the packages shall comply withsuch requirements as shall be expressly provided for in the Special Conditions, subject to anyvariations subsequently ordered by the Project Manager.29.4. No supplies shall be shipped or delivered to the place of acceptance until the Contractor hasreceived a delivery order from the Project Manager. The Contractor shall be responsible for thedelivery at the place of acceptance of all supplies and supplier's equipment required for the purpose ofthe contract. If the Project Manager fails either to issue the certificate of provisional acceptance or toreject the Contractor's application within the period of 30 days, he/she shall be deemed to have issuedthe certificate on the last day of that period.29.5. Each delivery must be accompanied by a statement drawn up by the Contractor. This statementshall be as specified in the Special Conditions.29.6. Each package shall be clearly marked in accordance with the Special Conditions.29.7. Delivery shall be deemed to have been made when there is written evidence available to bothParties that delivery of the supplies has taken place in accordance with the terms of the contract, andthe invoice(s) and all such other documentation specified in the Special Conditions, have beensubmitted to the Contracting Authority. Where the supplies are delivered to an establishment of theContracting Authority, the latter shall bear the responsibility of bailee, in accordance with therequirements of the law applicable to the contract, during the time which elapses between delivery forstorage and acceptance.Article 30 - Verification operations30.1. The supplies shall not be accepted until the prescribed verifications and tests have been carriedout at the expense of the Contractor. The inspections and tests may be conducted before shipment, atthe point of delivery and/or at the final destination of the goods.30.2. The Project Manager shall, during the progress of the delivery of the supplies and before thesupplies are taken over, have the power to order or decide:a) the removal from the place of acceptance, within such time or times as may be specified in theorder, of any supplies which, in the opinion of the Project Manager, are not in accordance with thecontract;b) their replacement with proper and suitable supplies;c) the removal and proper re-installation, notwithstanding any previous test thereof or interimpayment therefore, of any installation which in respect of materials, workmanship or design for whichthe Contractor is responsible, is not, in the opinion of the Project Manager, in accordance with thecontract;PROC/222/10/ Medicaments FWC 41


d) that any work done or goods supplied or materials used by the Contractor is or are not inaccordance with the contract, or that the supplies or any portion thereof do not fulfil the requirementsof the contract.30.3. The Contractor shall, with all speed and at his own expense, make good the defects so specified.If the Contractor does not comply with such order, the Contracting Authority shall be entitled toemploy other persons to carry out the orders and all expenses consequent thereon or incidental theretoshall be deducted by the Contracting Authority from any monies due or which may become due to theContractor.30.4. Supplies which are not of the required quality shall be rejected. A special mark may be appliedto the rejected supplies. This shall not be such as to alter them or affect their commercial value.Rejected supplies shall be removed by the Contractor from the place of acceptance, if the ProjectManager so requires, within a period which the Project Manager shall specify, failing which theyshall be removed as of right at the expense and risk of the Contractor. Any works incorporatingrejected materials shall be rejected.30.5. The provisions of Article 30 shall not affect the right of the Contracting Authority to claimunder Article 21, nor shall it in any way release the Contractor from any warranty or other obligationsunder the contract.Article 31 - Provisional acceptance31.1. The supplies shall be taken over by the Contracting Authority when they have been delivered inaccordance with the contract, have satisfactorily passed the required tests, or have been commissionedas the case may be, and a certificate of provisional acceptance has been issued or is deemed to havebeen issued.31.2. The Contractor may apply, by notice to the Project Manager, for a certificate of provisionalacceptance when supplies are ready for provisional acceptance. The Project Manager shall within 30days of receipt of the Contractor's application either:- issue the certificate of provisional acceptance to the Contractor with a copy to the ContractingAuthority stating, where appropriate, his reservations, and, inter alia, the date on which, in hisopinion, the supplies were completed in accordance with the contract and ready for provisionalacceptance; or- reject the application, giving his reasons and specifying the action which, in his opinion, is requiredof the Contractor for the certificate to be issued.31.3. Should exceptional circumstances make it impossible to proceed with the acceptance of thesupplies during the period fixed for provisional or final acceptance, a statement certifying suchimpossibility shall be drawn up by the Project Manager after consultation, where possible, with theContractor. The certificate of acceptance or rejection shall be drawn up within 30 days following thedate on which such impossibility ceases to exist. The Contractor shall not invoke these circumstancesin order to avoid the obligation of presenting the supplies in a state suitable for acceptance.31.4. If the Project Manager fails either to issue the certificate of provisional acceptance or to rejectthe supplies within the period of 30 days, he/she shall be deemed to have issued the certificate on thelast day of that period, except where the certificate of provisional acceptance is deemed to constitute acertificate of final acceptance. In this case, Article 34.2 below does not apply. If the supplies aredivided by the contract into lots, the Contractor shall be entitled to apply for a separate certificate foreach lot.31.5. In case of partial delivery, the Contracting Authority reserves the right to give partialprovisional acceptance.PROC/222/10/ Medicaments FWC 42


31.6. Upon provisional acceptance of the supplies, the Contractor shall dismantle and removetemporary structures and materials no longer required for use in connection with the implementationof the contract. He shall also remove any litter or obstruction and redress any change in the conditionof the place of acceptance as required by the contract.Article 32 - Warranty obligations32.1. The Contractor shall warrant that the supplies are new, unused, of the most recent models andincorporate all recent improvements in design and materials, unless otherwise provided in thecontract. The Contractor shall further warrant that all supplies shall have no defect arising fromdesign, materials or workmanship, except insofar as the design or materials are required by thespecifications, or from any act or omission, that may develop under use of the supplies in theconditions obtaining in the country of the Contracting Authority. This warranty shall remain valid asspecified in the Special Conditions.32.2. The Contractor shall be responsible for making good any defect in, or damage to, any part of thesupplies which may appear or occur during the warranty period and which:a) results from the use of defective materials, faulty workmanship or design of the Contractor; orb) results from any act or omission of the Contractor during the warranty period; orc) appears in the course of an inspection made by, or on behalf of, the Contracting Authority.32.3. The Contractor shall at his own cost make good the defect or damage as soon as practicable.The warranty period for all items replaced or repaired shall recommence from the date on which thereplacement or repair was made to the satisfaction of the Project Manager. If the contract provides forpartial acceptance, the warranty period shall be extended only for the part of the supplies affected bythe replacement or repair.32.4. If any such defect appears or such damage occurs during the warranty period, the ContractingAuthority or the Project Manager shall notify the Contractor. If the Contractor fails to remedy a defector damage within the time limit stipulated in the notification, the Contracting Authority may:a) remedy the defect or the damage itself, or employ someone else to carry out the work at theContractor's risk and cost, in which case the costs incurred by the Contracting Authority shall bededucted from monies due to or guarantees held against the Contractor or from both; orb) terminate the contract.32.5. In emergencies, where the Contractor cannot be reached immediately or, having been reached,is unable to take the measures required, the Contracting Authority or the Project Manager may havethe work carried out at the expense of the Contractor. The Contracting Authority or the ProjectManager shall as soon as practicable inform the Contractor of the action taken.32.6. The warranty obligations shall be stipulated in the Special Conditions and technicalspecifications. If the duration of the warranty period is not specified, it shall be 365 days.The warranty period shall commence on the date of provisional acceptance and may recommence inaccordance with Article 32.3.Article 33 - After-sales serviceAn after-sales service, if required by the contract, shall be provided in accordance with the detailsstipulated in the Special Conditions. The Contractor shall undertake to carry out or have carried outthe maintenance and repair of supplies and to provide a rapid supply of spare parts. The SpecialConditions may specify that the Contractor must provide any or all of the following materials,notifications and documents pertaining to spare parts manufactured or distributed by the Contractor:PROC/222/10/ Medicaments FWC 43


a) such spare parts as the Contracting Authority may choose to purchase from the Contractor, it beingunderstood that this choice shall not release the Contractor from any warranty obligations under thecontract;b) in the event of termination of production of the spare parts, advance notification to the ContractingAuthority to allow it to procure the parts required and, following such termination, provision at nocost to the Contracting Authority of the blueprints, drawings and specifications of the spare parts, ifand when requested.Article 34 - Final acceptance34.1. Upon expiry of the warranty period or, where there is more than one such period, upon expiry ofthe latest period, and when all defects or damage have been rectified, the Project Manager shall issuethe Contractor a final acceptance certificate, with a copy to the Contracting Authority, stating the dateon which the Contractor completed his obligations under the contract to the Project Manager'ssatisfaction. The final acceptance certificate shall be issued by the Project Manager within 30 days ofthe expiry of the warranty period or as soon as any repairs ordered under Article 32 have beencompleted to the satisfaction of the Project Manager.34.2. The contract shall not be considered to have been performed in full until the final acceptancecertificate has been signed or is deemed to have been signed by the Project Manager.34.3. Notwithstanding the issue of the final acceptance certificate, the Contractor and the ContractingAuthority shall remain liable for the fulfilment of any obligation incurred under the contract prior tothe issue of the final acceptance certificate which remains unperformed at the time that finalacceptance certificate is issued. The nature and extent of any such obligation shall be determined byreference to the provisions of the contract.BREACH OF CONTRACT AND TERMINATIONArticle 35 - Breach of contract35.1. A Party shall be in a breach of contract if it fails to discharge any of its obligations under thecontract.35.2. Where a breach of contract occurs, the injured Party shall be entitled to the following remedies:a) damages; and/orb) termination of the contract.35.3. In addition to the above-mentioned measures, damages may be awarded. They may be either:a) general damages; orb) liquidated damages.35.4. Recovery of damages, disbursements or expenses resulting from the application of measuresprovided for in this Article shall be effected by deduction from the sums due to the Contractor, fromthe deposit, or by payment under the guarantee.Article 36 - Termination by the Contracting Authority36.1. The Contracting Authority may, after giving the Contractor seven days' notice, terminate thecontract in any of the following cases:a) the Contractor substantially fails to perform his obligations under this contract;PROC/222/10/ Medicaments FWC 44


) the Contractor fails to comply within a reasonable time with a notice given by the Project Managerrequiring it to make good any neglect or failure to perform his obligations under the contract whichseriously affects the proper and timely implementation of the tasks;c) the Contractor refuses or neglects to carry out administrative orders given by the Project Manager;d) the Contractor assigns the contract or subcontracts without the authorisation of the ContractingAuthority;e) the Contractor is bankrupt or being wound up, is having its affairs administered by the courts, hasentered into an arrangement with creditors, has suspended business activities, is the subject ofproceedings concerning those matters, or is in any analogous situation arising from a similarprocedure provided for in national legislation or regulations;f) the Contractor has been convicted of an offence concerning professional conduct by a judgmentwhich has the force of res judicata;g) the Contractor has been guilty of grave professional misconduct proven by any means which theContracting Authority can justify;h) the Contractor has been the subject of a judgment which has the force of res judicata for fraud,corruption, involvement in a criminal organisation or any other illegal activity detrimental to theCommunities' financial interests;i) the Contractor, following another procurement procedure or grant award procedure financed by theCommunity budget or EDF has been declared to be in serious breach of contract for failure to performits contractual obligations;j) any organisational modification occurs involving a change in the legal personality, nature or controlof the Contractor, unless such modification is recorded in an addendum to the contract;k) any other legal disability hindering implementation of the contract occurs;l) the Contractor fails to provide the required guarantee or insurance, or if the person providing theearlier guarantee or insurance required under the present contract is not able to abide by hiscommitments;m) where after the award of the contract, the award procedure or the performance of the contractprove to have been subject to substantial errors, irregularities or fraud.36.2. Termination shall be without prejudice to any other rights or powers of the ContractingAuthority and the Contractor under the contract. The Contracting Authority may, thereafter, concludeany other contract with a third party on behalf of the Contractor. The Contractor's liability for delay incompletion shall immediately cease upon termination without prejudice to any liability thereunderthat may already have occurred.36.3. The Project Manager shall, upon the issue of the notice of termination of the contract, instructthe Contractor to take immediate steps to bring the implementation of the tasks to a close in a promptand orderly manner and to reduce expenditure to a minimum.36.4. In the event of termination, the Project Manager shall, as soon as possible and in the presence ofthe Contractor or his representatives or having duly summoned them, draw up a report on the suppliesdelivered and the work performed and take an inventory of the materials supplied and unused. Astatement shall also be drawn up of monies due to the Contractor and of monies owed by theContractor to the Contracting Authority as at the date of termination of the contract.36.5. The Contracting Authority shall not be obliged to make any further payments to the Contractoruntil the supplies are completed, whereupon the Contracting Authority shall be entitled to recoverfrom the Contractor the extra costs, if any, of providing the supplies or shall pay any balance due tothe Contractor prior to the termination of the contract.36.6. If the Contracting Authority terminates the contract it shall be entitled to recover from theContractor any loss it has suffered under the contractual conditions set out in Article 2 of the SpecialConditions.PROC/222/10/ Medicaments FWC 45


36.7. This contract shall be automatically terminated if it has given risen to no payment in the threeyears following its signing.36.8. The Contracting Authority may, at any time and after giving the Contractor seven days' notice,terminate the contract, in addition to what is already provided for in Article 36.1.36.9. Where the termination is not due to an act or omission of the Contractor, force majeure or othercircumstances beyond the control of the Contracting Authority, the Contractor shall be entitled toclaim in addition to sums owing to it for work already performed, an indemnity for loss suffered.Article 37 - Termination by the Contractor37.1. The Contractor may, after giving 14 days notice to the Contracting Authority, terminate thecontract if the Contracting Authority:- fails to pay the Contractor the amounts due under any certificate issued by the ProjectManager after the expiry of the deadline stated in the Special Conditions;- consistently fails to meet its obligations after repeated reminders; or- suspends the delivery of the supplies, or any part thereof, for more than 180 days, for reasons notspecified in the contract or not attributable to the Contractor.37.2. Termination shall be without prejudice to any other rights or powers under the contract of theContracting Authority and the Contractor.37.3. In the event of such termination, the Contracting Authority shall pay the Contractor for any lossor damage the Contractor may have suffered.Article 38 - Force majeure38.1. Neither Party shall be considered to be in default or in breach of its obligations under thecontract if the performance of such obligations is prevented by any event of force majeure arisingafter the date of notification of award or the date when the contract becomes effective38.2. For the purposes of this Article, the term "force majeure" means acts of God, strikes, lockouts orother industrial disturbances, acts of the public enemy, wars whether declared or not, blockades,insurrection, riots, epidemics, landslides, earthquakes, storms, lightning, floods, washouts, civildisturbances, explosions and any other similar unforeseeable events which are beyond the Parties'control and cannot be overcome by due diligence.38.3. Notwithstanding the provisions of Articles 21 and 36, the Contractor shall not be liable toforfeiture of his performance guarantee, liquidated damages or termination for default if, and to theextent that, his delay in implementation of the tasks or other failure to perform his obligations underthe contract is the result of an event of force majeure. Nor, notwithstanding the provisions of Articles28 and 37, shall the Contracting Authority be liable for the payment of interest on delayed payments,for non-implementation of tasks or for termination by the Contractor for default if, and to the extentthat, the Contracting Authority's delay or other failure to perform its obligations is the result of forcemajeure.38.4. If either Party considers that any circumstances of force majeure have occurred which mayaffect performance of its obligations, it shall promptly notify the other Party and the Project Manager,giving details of the nature, the probable duration and the likely effect of the circumstances. Unlessotherwise directed by the Project Manager in writing, the Contractor shall continue to perform hisobligations under the contract as far as is reasonably practicable, and shall employ every reasonablealternative means to perform any obligations that the event of force majeure does not prevent it fromPROC/222/10/ Medicaments FWC 46


performing. The Contractor shall not employ such alternative means unless directed to do so by theProject Manager.38.5. If the Contractor incurs additional costs in complying with the Project Manager's directions orusing alternative means under Article 38.4, the amount thereof shall be certified by the ProjectManager.38.6. If circumstances of force majeure have occurred and continue for a period of 180 days then,notwithstanding any extension of time for completion of the contract that the Contractor may byreason thereof have been granted, either Party shall be entitled to serve the other with 30 days' noticeto terminate the contract. If, on the expiry of the period of 30 days, the situation of force majeure stillapplies, the contract shall be terminated and, by virtue of the law governing the contract, the Partiesshall be released from further execution of the contract.Article 39 – Decease39.1. Where the Contractor is a natural person, the contract shall be automatically terminated if thatperson dies. However, the Contracting Authority shall examine any proposal ma de by the heirs orbeneficiaries if they have notified their wish to continue the contract. The decision of the ContractingAuthority shall be notified to those concerned within 30 days of receipt of such proposal.39.2. Where the Contractor consists of a number of natural persons and one or more of them die, areport shall be agreed between the Parties on the progress of the contract, and the ContractingAuthority shall decide whether to terminate or continue the contract in accordance with theundertaking given by the survivors and by the heirs or beneficiaries, as the case may be.39.3. In the cases provided for in Articles 39.1 and 39.2, persons offering to continue to perform thecontract shall notify the Contracting Authority thereof within 15 days of the date of decease.39.4. Such persons shall be jointly and severally liable for the proper execution of the contract to thesame extent as the original Contractor. Continuation of the contract shall be subject to the rulesrelating to establishment of the guarantee provided for in Article 11.DISPUTE SETTLEMENTArticle 40 - Dispute settlement40.1. The Parties shall make every effort to settle amicably any dispute relating to the contract whichmay arise between them.40.2. Once a dispute has arisen, a Party shall notify the other Party in writing of the dispute, stating itsposition on the dispute and any solution which it envisages, and requesting an amicable settlement.The other Party shall respond to this request for amicable settlement within 30 days, stating itsposition on the dispute. Unless the Parties agree otherwise, the maximum time period laid down forreaching an amicable settlement shall be 120 days from the date of the notification requesting such aprocedure. Should a Party not agree to the other Party's request for amicable settlement, should aParty not respond in time to that request or should no amicable settlement be reached within themaximum time period, the amicable settlement procedure is considered to have failed.40.3. In the absence of an amicable settlement, a Party may notify the other Party in writingrequesting a settlement through conciliation by a third person. If the European Commission is not aParty to the contract, the Commission can accept to intervene as such a conciliator.PROC/222/10/ Medicaments FWC 47


The other Party shall respond to the request of conciliation within 30 days. Unless the Parties agreeotherwise, the maximum time period laid down for reaching a settlement through conciliation shall be120 days from the notification requesting such a procedure. Should a Party not agree to the otherParty's request for conciliation, should a Party not respond in time to that request or should nosettlement be reached within the maximum time period, the conciliation procedure is considered tohave failed.40.4. If amicable settlement procedure and, if so requested, the conciliation procedure fails, eachparty may refer the dispute to either the decision of a national jurisdiction or arbitration, as specifiedin Article 40 of the Special Conditions.ETHICS CLAUSESArticle 41 - Ethic clauses41.1. Any attempt by a candidate or tenderer to obtain confidential information, enter into unlawfulagreements with competitors or influence the committee or the Contracting Authority during theprocess of examining, clarifying, evaluating and comparing tenders shall lead to the rejection of hiscandidacy or tender.41.2. Without the Contracting Authority's prior written authorisation, a Contractor and his staff or anyother company with which the Contractor is associated or linked may not, even on an ancillary orsubcontracting basis, supply other services, carry out works or supply equipment for the project.41.3. This prohibition also applies to any other programmes or projects that could, owing to the natureof the contract, give rise to a conflict of interest on the part of the Contractor.41.4. When putting forward a candidacy or tender, the candidate or tenderer shall declare that it isaffected by no potential conflict of interest and has no particular link with other tenderers or partiesinvolved in the project. Should such a situation arise during execution of the contract, the Contractormust immediately inform the Contracting Authority.41.5. The Contractor must at all times act impartially and as a faithful adviser in accordance with thecode of conduct of his profession. He shall refrain from making public statements about the project orservices without the Contracting Authority's prior approval. He may not commit the ContractingAuthority in any way without its prior written consent.41.6. For the duration of the contract the Contractor and his staff shall respect human rights andundertake not to offend the political, cultural and religious mores of the beneficiary state.41.7. The Contractor may accept no payment connected with the contract other than that provided fortherein. The Contractor and his staff must not exercise any activity or receive any advantageinconsistent with their obligations to the Contracting Authority.41.8. The Contractor and his staff shall be obliged to maintain professional secrecy for the entireduration of the contract and after its completion. All reports and documents drawn up or received bythe Contractor shall be confidential.41.9. The contract shall govern the Parties' use of all reports and documents drawn up, received orpresented by them during the execution of the contract.41.10. The Contractor shall refrain from any relationship likely to compromise his independence orthat of his staff. If the Contractor ceases to be independent, the Contracting Authority may, regardlessof injury, terminate the contract without further notice and without the Contractor having any claim toPROC/222/10/ Medicaments FWC 48


compensation. The Commission reserves the right to suspend or cancel project financing if corruptpractices of any kind are discovered at any stage of the award process and if the ContractingAuthority fails to take all appropriate measures to remedy the situation. For the purposes of thisprovision, "corrupt practices" are the offer of a bribe, gift, gratuity or commission to any person as aninducement or reward for performing or refraining from any act relating to the award of a contract orimplementation of a contract already concluded with the Contracting Authority.41.11. Such unusual commercial expenses are commissions not mentioned in the main contract or notstemming from a properly concluded contract referring to the main contract, commissions not paid inreturn for any actual and legitimate service, commissions remitted to a tax haven, commissions paidto a recipient who is not clearly identified or commissions paid to a company which has everyappearance of being a front company.41.12. The Contractor undertakes to supply the Commission on request with all supporting documentsrelating to the conditions of the contract's execution. The Commission may carry out whateverdocumentary or on-the-spot checks it deems necessary to find evidence in cases of suspected unusualcommercial expenses.Article 42 - Administrative and financial penalties42.1. Without prejudice to the application of penalties laid down in the contract, a Contractor who hasbeen guilty of making false declarations, has made substantial errors or committed irregularities andfraud, or has been found in serious breach of its contractual obligations, may be excluded from allcontracts and grants financed by the Community budget or EDF for a maximum of five years fromthe time when the infringement is established, as confirmed after an adversarial procedure with theContractor. The Contractor may present his arguments against this penalty within 30 days ofnotification of the penalty by registered letter with acknowledgement of receipt or any equivalentmeans. In the absence of any reaction on the part of the Contractor, or of withdrawal of the penalty bythe Commission within 30 days of receipt of the Contractor's arguments against it, the decisionimposing the penalty shall become enforceable. That period may be increased to ten years in the eventof a repeat offence within five years of the first infringement.42.2. If the Contractor is found to have seriously failed to meet its contractual obligations, it shallincur financial penalties representing 2-10% of the total value of the contract in question.That rate may be increased to 4-20% in the event of a repeat offence within five years of the firstinfringement.42.3. Where, after the award of the contract, the award procedure or the performance of the contractprove to have been subject to substantial errors, irregularities or fraud, and where this is attributableto the Contractor, the Contracting Authority may refuse to make payments, may recover amountsalready paid or may terminate all the contracts concluded with this Contractor, in proportion to theseriousness of the errors, irregularities or fraud.Article 43 - Checks and audits by Community bodies43.1. The Contractor will allow the European Commission, the European Anti-Fraud Office and theEuropean Court of Auditors to verify, by examining the documents or by means of on the- spotchecks, the implementation of the project and conduct a full audit, if necessary, on the basis ofsupporting documents for the accounts, accounting documents and any other document relevant to thefinancing of the project. These inspections may take place up to 7 years after the final payment.PROC/222/10/ Medicaments FWC 49


43.2. Furthermore, the Contractor will allow the European Anti-Fraud Office to carry out checks andverification on the spot in accordance with the procedures set out in the European Communitylegislation for the protection of the financial interests of the European Communities against fraud andother irregularities.43.3. To this end, the Contractor undertakes to give appropriate access to staff or agents of theEuropean Commission, of the European Anti-Fraud Office and of the European Court of Auditors tothe sites and locations at which the Contract is carried out, including its information systems, as wellas all documents and databases concerning the technical and financial management of the project andto take all steps to facilitate their work. Access given to agents of the European Commission,European Anti-Fraud Office and the European Court of Auditors shall be on the basis ofconfidentiality with respect to third parties, without prejudice to the obligations of public law towhich they are subject. Documents must be easily accessible and filed so as to facilitate theirexamination and the Consultant must inform the Contracting Authority of their precise location.43.4. The Contractor guarantees that the rights of the European Commission, of the EuropeanAnti-Fraud Office and of the European Court of Auditors to carry out audits, checks and verificationwill be equally applicable, under the same conditions and according to the same rules those set out inthis Article, to any sub-contractor or any other party benefiting from EC or EDF funds.PROC/222/10/ Medicaments FWC 50


ANNEX II + III: TECHNICAL SPECIFICATIONS + TECHNICAL OFFERContract title: Framework Contract for the Supply of Medicaments, Consumables and Reagents. p 1 /…Publication reference: EuropeAid/130242/D/SUP/XKColumn 1-2 should be completed by the Contracting AuthorityColumn 3-4 should be completed by the tendererColumn 5 is reserved for the evaluation committeeAnnex III - the Contractor's technical offerThe tenderers are requested to complete the template on the next pages:• Column 2 is completed by the Contracting Authority shows the required specifications (not to be modified by the tenderer),• Column 3 is to be filled in by the tenderer and must detail what is offered (for example the words “compliant” or “yes” are not sufficient)• Column 4 allows the tenderer to make comments on his proposed supply and to make eventual references to the documentationThe eventual documentation supplied should clearly indicate (highlight, mark) the models offered and the options included, if any, so that the evaluators can see theexact configuration. Offers that do not permit to identify precisely the models and the specifications may be rejected by the evaluation committee.The offer must be clear enough to allow the evaluators to make an easy comparison between the requested specifications and the offered specifications.PROC/222/10/ Medicaments FWC 51


LOT 1: Medicaments• All the products must have a shell life of at least 15 months from the date of delivery• The packaging of medicaments must as standard as possible of that of manufacturer for commercial market, avoiding the highernumber of units/pieces in one single package. Maximum units/pieces for one package must be 100.ItemNumber1.Specifications *Acetaminophen 500mg; PheniramineMaleate 25mg; Vitamin C (AscorbicAcid) 200mgEstimated Quantity perYearPcs - 7500Specifications Offered(incl. brand/model)Notes, remarks, ref todocumentationEvaluationCommittee’snotes2.Quantity:251 mg paracetamola, 61,2 mgpseudoefedrin hidrohlorida i 2,54klorfenamin maleata.3. Ascorbic acid 500mg4.5.6.7.8.9.10.Pcs – 12000Pcs – 72002,4dichlorobenzyl alkool 1,2mg,Pcs – 12000Hidrobromid dextrometorfan, 0.6 mgAmylmetocresolAcetyl salicylic acid 100mg Pcs – 3600Acetyl salicylic acid 500mg Pcs – 3600Diclofenac 75mg/ml Pcs – 600Ibuprofen 400mg Pcs – 9000Tab Flubiprofen 100mg Pcs – 1000Tab Indometacine 25mg Pcs – 1000PROC/222/10/ Medicaments FWC 52


11.12.13.14.15.16.17.18.19.20.21.22.23.24.25.26.27.28.Paracetamol 500mg Pcs – 30000Paracetamol 0,250 g,propifenazon 0,210, Pcs – 7500kofein 0,050 g, kodein fosfat 0,010 gAmp. Paracetamol 125mg/5ml Pcs – 240Amp Metamizol sodium 16/2ml Pcs – 200Ergotamine tartrate 1 mg, caffeine 100 mg Pcs – 1000Ketoprofen 100mg Pcs – 1014Tramadol 50mg Pcs – 1000Tramadol 50mg Pcs – 120Pentazocinum 30mg/ml Pcs – 120Morphini hidrochloridum 20mg/ml Pcs – 120Diklofenak 100mg retard Pcs – 5000Amoxycillin 500mg Pcs – 7500Amp Ticarcilina+Acid clavulonic 1600mg Pcs – 100Amp Ticarcilina+Acid clavulonic 3200mg Pcs – 100Amp Amoxycillin 500mg Pcs – 120Amp Amoxycillin 1000mg Pcs – 120Amoxycillin/clavulinicacid Pcs – 7200500mg/125mgAmp Amoxycillin/clavulinic acid 600mg Pcs – 120PROC/222/10/ Medicaments FWC 53


29.30.31.32.33.34.35.36.37.38.39.40.41.42.43.44.45.46.Amp Amoxycillin/clavulinic acid 1200mg Pcs – 120Phenoxymethylpenicillin (Penicillin V) Pcs – 24001000000Amp Penicilin G 1 000 000 UI Pcs – 500Amp Oxacilin 500mg Pcs – 100Tab Trimetoprim-Sulfometoxazole Pcs – 1000400/80mgCiprofloxacin 500mg Pcs – 2400Ciprofloxacin 100mg/10ml Pcs – 120Levofloxacinum 1x100mlx500mg Pcs – 50Amp Ceftriaxone 500mg Pcs – 120Amp Ceftriaxone 1g Pcs – 400Doxiciklin 100mg Pcs – 3000Azithromycin 500mg Pcs – 3000Clarithromycin 500mg Pcs – 2400Amp Clindamicin 300mg/2ml Pcs – 100Amikacinum 500mg/2ml Pcs – 120Gentamicinum 80mg/2ml Pcs – 500Amp Cilastatin 500mg+500mg Pcs – 50Amp Piperacilin-Tazobactam 2gr+0.25gr Pcs – 50PROC/222/10/ Medicaments FWC 54


47.48.49.50.51.52.53.54.55.56.57.58.59.60.61.62.63.64.Amp Vancomicin 500mg' Pcs – 50Metronidazole 400mg Pcs – 2400Metrodinazolum 500mg/100ml Pcs – 240Aciklovir 200mg Pcs – 360Aciclovir 500mg Pcs – 60Tab Fluconazole 100 mg Pcs – 200Amp Amfotericin B 50mg/10ml Pcs – 100Erythromycin 500mg Pcs – 3600Carbocistein 375mg Pcs – 2400Acetylcisteinum 100mg/ml Pcs – 500Bromhexin 16mg Pcs – 1200Sol Bromhexin 10mg/5ml Pcs – 60Codeine 15mg/ml Pcs – 3000Salbutamol 4mg Pcs – 100Salbutamol sulfate 100mcg/dose Pcs – 25Inhalation Albuterol 100mcg Pcs – 30Inhalation Salmeterol 25mcg Pcs – 20Sol Oxymetazolinum, 0.05% Pcs – 500PROC/222/10/ Medicaments FWC 55


65.66.67.68.69.70.71.72.73.74.75.76.77.78.79.80.81.82.Aminofilin 250mg/10ml Pcs – 120Tab Teofilin R 350mg Pcs – 500Tab Ferroos Sulfate - Foli acid Pcs – 500150mg+0.5mgAluminium-magnezium hydroxide Pcs – 1800705+350mgRanitidin 50mg/5ml Pcs – 200Ranitidin 150 mg Pcs – 6000N butylbromide 20mg/1ml Pcs – 240N butylbromide 10mg Pcs – 1500Loperamide 2mg Pcs – 1200Lyophilized lactic acid bacteria, Pcs – 4000Bidobakterim infantilis, LactobacilusacidophilusMetoclopramide HCl 10mg/2ml Pcs – 200Metoclopramid 10mg Pcs – 1200Haloperidol 2,5mg/ml Pcs – 30Lansoprazol 30mg Pcs – 6000Pantoprazolum 40mg/1ml Pcs – 120Tab Activated Chorcoal 200mg Pcs – 200Oral rehydration solution Pcs – 1000Amp Ocreotide 20mg powder/sol Pcs – 20PROC/222/10/ Medicaments FWC 56


83.84.85.86.87.88.89.90.91.92.93.94.95.96.97.98.99.Becunis Pcs – 300Laurilsulfoacetat Na 0.045gr, glicerol Pcs – 2400.625gr, solbitol 0.005grCINCHOCAINE and POLICRESULEN Pcs – 1200100mg/2.5mgCINCHOCAINE and POLICRESULEN Pcs – 12010mg+50mgLoratidinum 10mg Pcs – 2000Prometazin 25mg Pcs – 350methylprednisolone sodium succinate Pcs – 60injection, powder, for solution, Strength -125mg/2mlMethylprednisolone, 40mg/1ml Pcs – 60Dexamethazonum 4mg/ml Pcs – 200Methylprednisolone 16mg Pcs – 240HYDROCORTISON, 1 x 250 mg/10 ml Pcs – 60Promethazine HCl, Strength -25mg/1ml Pcs – 100Tab Clopidogrel 75mg Pcs – 200Adenozine 6mg/2ml Pcs – 25Atenolol 50mg Pcs – 1200Adrenalin 1mg/ml Pcs – 60Adrenalin 1mg/ml Pcs – 35PROC/222/10/ Medicaments FWC 57


100.101.102.103.104.105.106.107.108.109.110.111.112.113.114.115.116.117.Atropine sulfate, 50 x 0,5 mg/ml Pcs – 200Tab Amlodipine 10mg Pcs – 500Tab Lizinopril 20mg Pcs – 1000Enalapril / Hydrochlorothiazide Pcs – 1000(10+25mg)Amp Enalaprilat 1,25mg/ml Pcs – 50Verapamil 40mg Pcs – 600Verapamil HCl 5mg/2ml Pcs – 120Nitroglycerinum 25mg patch Pcs – 50Nitroglcerin 50mg/10ml Pcs – 60Nitroglycerin lingual spray 0.4 mg Pcs – 50nitroglicerine per sprayDopamine, amp/ 5 x 200 mg/5 ml Pcs – 50Amp Amrinone 100ng/ml Pcs – 20Digoxine 0,25mg/ml Pcs – 100Amp Methyldopa 50mg/ml Pcs – 10Hydralazine hydrochloride 20mg / ml Pcs – 10Amp Labetolol 100mg/20ml Pcs – 10Amiodarone 5 x 150 mg/3 ml Pcs – 50Metoprolol 5 x 5 mg/5 ml, Pcs – 60PROC/222/10/ Medicaments FWC 58


118.119.120.121.122.123.124.125.126.127.128.129.130.131.132.133.134.135.Amp Ibutilide 1mg/10ml Pcs – 101 амp/10 ml / 35 mg Propafenon Pcs – 10hidrochloridPentoxifyllinum 100mg/5ml Pcs – 30Furosemide 10mg/ml Pcs – 240Tab Hydrochlorthiazide 25mg Pcs – 500Neomycin 3500IU/ml dexamethazon Pcs – 3000.1%.Chlortetracycline HCL, Ointment, 1% Pcs – 50Chloramfenicol 1% Ung 5gr Pcs – 120Naphazoline Hydrochloride 3mg Acidi Pcs – 200Borici 150mg,Hidrokortizonacetata 10mg bacitracina Pcs – 2001000IJ,H2O2 3% (Hydrogen peroxide) Pcs – 50tirotricin & prednizolon & tetrakain Pcs – 200(0,01% + 0,1% + 1%)Canesten ( clotrimazolum) 0,2gr Vag tab Pcs – 180200mgclotrimazolum 2% , 20gr Vag cream Pcs – 120oral contraceptive pill Tableta 21+7 Pcs – 500Metronidazole 500mg; Clotrimazole Pcs – 1050100mg,Pregnency test Pcs – 120Levonorgestret, day after pills 0.75mg Pcs – 50PROC/222/10/ Medicaments FWC 59


136.137.138.139.140.141.142.143.144.145.146.147.148.149.150.151.152.153.Alprazolam 0,5mg Pcs – 1200Lorazepam 2mg/ml amp 2ml Pcs – 120Midazolam 10 x 1 ml 10 x 5 ml (1 mg/ml) Pcs – 30Diazepam 10mg/2ml Pcs – 150Zolpidem 10mg Pcs – 120Aciclovir 5% , 5gr Pcs – 120Diclofenac Sodium 100mg Pcs – 250Heparin, allantion, d-panthenol 100 g (300 Pcs – 120IU + 2,5 mg + 2,5 mg)/g, GelMykonazol, 30gr 1 g cream - Pcs – 100mykonazol-nitrate 20 mgClotrimazolum, 20gr 1gr/10mg Pcs – 150Gentamicin 0.1% , 15 gr ointment Pcs – 120Betametazon 0.5mg, gentamicin 1mg, 15 Pcs – 180grFluocinolonacetamid 0.25%, 15 gr Pcs – 180Promethazine HCl , 20mg/gr Pcs – 180NaCl 0.9% ,100ml Pcs – 60NaCl 0.9% , 500ml Pcs – 180NaCl 10% , 10ml , Pcs – 60NaCl 20% , 10ml Pcs – 10PROC/222/10/ Medicaments FWC 60


154.155.156.157.158.159.160.161.162.163.164.165.166.167.168.169.170.171.Natrii hydrogenocarbonas inf sol 8,4% Pcs – 20N10 100mlCALCIUM CHLORIDE INJECTION, Pcs – 50USP 10% , 10mlGlucose 30 % , Pcs – 60Glucose 10% , 50mg/500ml Pcs – 30Glucose 5% ,25mg/500ml Pcs – 150Manitol 20% , 250ml Pcs – 20Ringer Lactat , 500ml Pcs – 180Tab Potasium Chloride 40mg Pcs – 200Kalii Chloridum 7,46% , 10ml Pcs – 12Dextran 40 , 500ml 10% Pcs – 50Aminosteril KE (Fresenius Kabi), 10% Pcs – 12Albumin Human 20% Pcs – 12Hydroxyethylstarch ( 250ml) Pcs – 12tetanus toxoid 40IU/0.5ml Pcs – 150Purified inactivated rabies vaccine Pcs – 50Hepatitis B Pcs – 100Hepatitis A Pcs – 100Enoxaparinum , 4000ui anti-XA/0,6ml, Pcs – 180PROC/222/10/ Medicaments FWC 61


172.173.174.175.176.177.178.179.180.181.182.183.184.185.186.187.188.189.Enoxaparinum , 6000ui antiXA/0,4ml Pcs – 100Amp Fraxiparine 0.3 ml Pcs – 50Tab Warfarin 2.5mg Pcs – 100Heparinum , 5000u.i/ml ( 5ml) Pcs – 60Propofol ,10mg/ml, 20ml Pcs – 100Ketamine , 50mg/ml ( 10ml) Pcs – 50Thiopentalum sodium , 500mg Pcs – 20Etomidate 2mg/ml, 10ml Pcs – 20Lidocaine 1% , 3.5ml Pcs – 150Lidocaine sprey , 10%) Pcs – 20Lidocaine 2% Pcs – 100Lidocaine 2% Pcs – 15Atracurium Besylat 10mg/ml 5 x 50 mg/5 Pcs – 20mlSuxamethonii Chloridum , 50mg/ml Pcs – 20Pancuronium Bromide 2mg/ml Pcs – 20Rocuronii Bromidum , 12x50 mg/5 ml Pcs – 20Sevofluran Bottle 250ml Pcs – 10Nitrous Oxide, 30 litters Pcs – 2PROC/222/10/ Medicaments FWC 62


190.191.192.193.194.195.196.197.198.199.200.201.202.203.204.205.206.207.Fentanylum 0,05mg/ml ( 10ml) Pcs – 20Fentanylum 0,05mg/ml ( 2ml) Pcs – 10Flumazelinum, 0,1mg/ml, Category-Amp Pcs – 20(5ml)Naloxone HCl Injection, USP, [2 mg/ 2 Pcs – 50mLNeostigmini Methylsulfate, Strength - Pcs – 1000,5mg/ml, Category-Amp (1m)Deferoxaminum, Strength -500mg, Pcs – 10Category-Flacon (powder IM or IV)Obidoxim chloridum, Strength - Pcs – 10250mg/ml, Category-Amp (1ml)CALCIUM EDETATE DE SODIUM %5 Pcs – 10SERB, (calsium sodium EDTA) 10mlProtamin sulfat, Strength -50mg/5ml, Pcs – 10Category-Amp (5ml)Piridoxinum (vit B6), Strength -50mg/ml, Pcs – 20Category-Amp (2ml)Acid Ascorbic (vit C), Strength - Pcs – 20100mg/ml, Category-Amp (5ml)B-Komplex Vit Trade name (milgamma), Pcs – 20Category-Amp (2ml)Magnezium sulfat 15%, Category-Amp 10 Pcs – 30mlGlucose oral gel, Strength - 15GR Pcs – 50Haloperidol, Strength -5mg/1ml Pcs – 50Tab Amitryptiline 25mg Pcs – 200Amp Valproic Acid 400mg/4ml Pcs – 10Amp Phenitoine 50mg/ml Pcs – 300PROC/222/10/ Medicaments FWC 63


208.209.210.211.212.213.214.215.216.Iodine povidone, Strength -10%, Pcs – 100Category-100mg/solAlcohol 70%, 100ml Pcs – 100Condoms Pcs – 8000Sonography gel Pcs – 100Insulinum Humanum, Strength -100iu/ml,Category-Cartrige 1,5mlAnti-tetanus IG, Strength -500IU/2ml,Category-1mlAnti-rabies IG, Strength -1 x 2 ml (150IU), Category-2ml/AmpGlucagonum, Strength: 1mg, Category:(inj powder)Europian viper venom antiserum withneedles and syringes, Strength: 10mg/ml,Category: vial containing 10mlPcs – 15Pcs – 100Pcs – 10Pcs – 10Pcs – 10PROC/222/10/ Medicaments FWC 64


LOT 2: Consumables• All the products must have a shell life of at least 15 months from the date of deliveryItemNumberSpecifications *Bags for Hazard waste, Sterilisation etcEstimatedQuantity perYearSpecifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotes1.2.3.4.5.6.7.8.Item- Bag, laundryType- TextileAddtitonal Information- BagsItem- Urine Bag w/tubing, disposableType- Plastic 2.0 liter 900mm length (tubing)Addtitonal Information- DisposableItem- Vomiting bagType- PlasticAddtitonal Information- Disposable, blackItem- Bag, waste, plasticType- PlasticAdditional Information- Plastic 100 litters, yellowItem- Bag, waste, plasticType- PlasticAdditional Information- Plastic Size: 600x600mm yellowItem- Paper Bag for MedicineType-14 cm X 9 cmAddtitonal Information- BagItem- Steri-Peel paper for packing instrumentsType-400 mm x 200 mAdditional Information- paper/plastic for use in steam sterilizersItem- Steri-Peel paper for packing instrumentsType-200 mm x 200 mAdditional Information- paper/plastic for use in steam sterilizersPcs- 20Pcs- 100Pcs-200Pcs-2000Pcs-300Pcs- 10000Pcs- 5Pcs- 5PROC/222/10/ Medicaments FWC 65


ItemNumber9.Specifications *Item- Steri-Peel paper for packing instrumentsType-150 mm x 200 mAdditional Information- paper/plastic for use in steam sterilizers10. Item- Thermometer, plastic cover, Double protective covers forhygiene use of clinical thermometers.Type- PlasticAddtitonal Information- CoverEstimatedQuantity perYearPcs- 5Pcs- 10000Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotes11.12.13.14.Bowles Paper ,plastic stainless steel Box, Surgical Instruments,Sphygmomanometer, Respiratory exerciser etcItem- Sharp Safe Container, 1.8LType- Especially for: blades, needles, scalpelsAddtitonal Information- MiscellaneousItem- Sharp Safe Container, 7LType- Especially for: blades, needles, scalpelsAddtitonal Information- MiscellaneousItem- Disinfection Baths with cover 10 LType- Plastic Bath, L 390 x W 290 x H 170 mmAdditional Information- Horizontal DishItem- Disinfection Baths with cover 30 LPcs- 100Pcs - 100Pcs- 10Pcs - 5Type- Plastic Bath 30 liter bath (incl. discharge tap)L 615 x W 400 x H 220 mm15.16.Additional Information- Horizontal DishItem- Basin, wash, stainless steelType-4 litresAddtitonal Information- BowlesItem- Bowl, kidney, disposableType- CardboardAddtitonal Information- BowlesPcs- 30Pcs- 800PROC/222/10/ Medicaments FWC 66


ItemNumber17.18.19.20.21.22.23.24.25.26.Specifications *Item- Bowl, kidney, stainless steelType- Size: 170mm lengthAddtitonal Information- BowlesItem- Bowl, kidney, stainless steelType- Size: 200 mm lengthAddtitonal Information- BowlesItem- Bowl, Round, stainless steelType- Size: 80 mm, 150mlAddtitonal Information- BowlesItem- Bowl, round, stainless steelType- Size: 160mm diaAddtitonal Information- BowlesItem – Paper roll holderType – Size is adjustable.Additional Information – Stainless steelItem – Instrument boxe with coverType – 250x125x60 mmAdditional Information – Stainless steelItem – Forcep, Curved, Rochester-Pean HaemostaticType – 14 cmAdditional Information – Stainless steelItem – Forcep, Narrow, Thumb and tissueType – 11,5 cmAdditional Information – Stainless steelItem – Forcep, Thumb and tissueType – 14,5 cmAdditional Information – Stainless steelItem – Forcep, Straight, Foester Sponge holdingType – 18 cmAdditional Information – Stainless steelEstimatedQuantity perYearPcs- 30Pcs- 30Pcs - 2Pcs- 30Pcs - 10Pcs - 2Pcs - 2Pcs - 2Pcs - 2Pcs - 2Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 67


ItemNumber27.28.29.30.31.32.33.34.Specifications *Item – Allis bowel and tissue grasping forcep toothed 4:5Type – 15 cmAdditional Information – Stainless steelItem – Halstead, Mosquito haemostatic forcep straightType – 14 cmAdditional Information – Stainless steelItem – Forcep, Rogge sterilizingType – 23 cmAdditional Information – Stainless steelItem – Rochetser, Ochsner, Haemostatic forceps, curved, toothed1:2Type – 18 cmAdditional Information – Stainless steelItem – Scalpel handel for blades size: 10-15Type – No.: 3Additional Information – Stainless steelItem – Scalpel handel for blades size: 20-24Type – No.: 4Additional Information – Stainless steelItem – Scissors, Curved, Blunt/BluntType – 14.5 cmAdditional Information – Stainless steelItem – Scissors, MetzembaumType – 15 cmAdditional Information – Stainless steelEstimatedQuantity perYearPcs - 2Pcs - 10Pcs - 2Pcs - 2Pcs - 2Pcs - 2Pcs - 2Pcs - 2Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 68


ItemNumber35.36.37.38.39.40.41.42.43.Specifications *Item - Safety Bandage ScissorsBlades is specially treated, and it can cut bandage at the same time.With safe scissors head and very safe use. With big hole and levelbody and the use is comfortable.It is applicable to cutting of bandage, tape and metal piece.Welcome to compare and testing use it.Type - 7-1/2" x 1.5 mmAdditional information: Utility scissorsItem – Mayo Safety NeedleType – 14 cmAdditional Information – Stainless steelItem – Mayo Hegar Needle HolderType – 16 cmAdditional Information – Stainless steelItem – Channeled directorType – 20 cmAdditional Information – Stainless steelItem – CuretteType – No. 1Additional Information – Stainless steelItem – CuretteType – No. 2Additional Information – Stainless steelItem – Weitlaner retractor pointed prongs 3:4Type – 14 cmAdditional Information – Stainless steelItem – Sink hook gilesType –Additional Information – Stainless steelItem – Retractor FarabeufType – 15 cmAdditional Information – Stainless steelEstimatedQuantity perYearPcs - 50Pcs - 4Pcs - 2Pcs - 1Pcs - 2Pcs - 2Pcs - 1Pcs - 2Pcs - 2Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 69


ItemNumber44.45.46.47.48.49.50.51.Specifications *Item – Langenbeck retractor 35x7mmType – 21 cmAddittional information – Stainless steelItem – Forcep, Plastic, DisposableType – PlasticAdditional InformationItem – Scissors, hardened blades and chunky plastic handles toremove clothes from injured patients, angled blades with flattenedbase on lower blade, scissors to cut safely through bandageswithout fear of damaging skinType – Plastic handle, autoclavable,Additional Information – CestainlessItem – Laryngeal Mirror with hexagon handleType – size: 14Additional Information - Chromium platedItem - Tuning Fork,Type – Kammerton a1, 440 HzAddittional information – Stainless steelItem – Neurological HammerType – 18 cm, 100 gAdditional Information – Chromium plated with needle and brushItem- Urinal, femaleType- PlasticAddtitonal Information- UrinalItem- Urinal, maleType- PlasticAddtitonal Information- UrinalEstimatedQuantity perYearPcs - 2Pcs - 200Pcs - 100Pcs - 5Pcs - 5Pcs – 15Pcs- 12Pcs- 12Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 70


ItemNumber52.Specifications *Item – Sphygmomanometer, Scale: Ø 52 mm white with bluepointer or black with red fluorescent pointer, Valve base and airduct with metal precision valve, Two-component ABS casing,Metal threaded tube connection at the top of the casing for fast cuffexchange and ergonomical operation, Maximum error tolerance of+/- 3 mm Hg, Extensive selection of various cuff sizes, Incl. Vinylzippered bag, Weight: 173 gramEstimatedQuantity perYearPcs - 10Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotes53.54.55.56.57.58.59.Type - Aneroid blood pressureAdditionla Information - SPhygmomanometerItem – Finochietto retractorType – LargeAdditional Information – Stainles SteelItem – Vascular RetractorType – Weithlener, MediumAdditional Information – Stainles SteelItem – Russian ForcepsType – 20cmAdditional Information – Stainles SteelItem – Vascular ForcepsType – 20cmAdditional Information – Stainles SteelItem – Toothed ForcepsType – Short sizeAdditional Information – Stainles SteelItem – Satinsky ClampType – 20cmAdditional Information – Stainles SteelItem – Right Angle ClampType – 20cmAdditional Information – Stainles SteelPcs - 1Pcs - 3Pcs - 4Pcs - 4Pcs - 2Pcs - 2Pcs - 2PROC/222/10/ Medicaments FWC 71


ItemNumber60.61.62.63.64.65.66.67.68.69.Specifications *Item – Bulldog (Gregory, Dietrich)Type –Additional Information – Stainles SteelItem – Debakey ClampType –Additional Information – Stainles SteelItem – Sccisor for dissection curvedType – 20cmAdditional Information – Stainles SteelItem – Sccisor for cutting sutureType – 20cmAdditional Information – Stainles SteelItem –Needle HolderType – 20cmAdditional Information –Item – Needle Holder for vascular sutureType – 20cmAdditional Information – Stainles SteelItem – En Couer ClampType – LongAdditional Information – Stainles SteelItem – Manual SawType – Plastic Handle, AutoclavableAdditional Information –Item – Dissecting Forceps Medium 200mmType – Size: 8Additional Information – Stainles SteelItem – Dissecting Forceps Medium 25mmType – Size: 10Additional Information – Stainles SteelEstimatedQuantity perYearPcs - 4Pcs - 2Pcs - 2Pcs - 2Pcs - 2Pcs - 2Pcs - 2Pcs - 1Pcs - 2Pcs - 2Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 72


ItemNumber70.71.72.73.74.75.76.77.78.Specifications *Item – Pean Artery Forceps 195mmType – Size: 7 ¾, curvedAdditional Information – Stainles SteelItem – Pean Artery Forceps 230Type – Size: 9 curvedAdditional Information – Stainles SteelItem – De Bakey Atraumatic vascular clamp, angled 60, 40mm;240mm, 9 1/2Type –Additional Information – Stainles SteelItem – De Bakey Atraumata vascularclamp angled 160mm, 6 1/4Type –Additional Information – Stainles SteelItem – De Bakey atraumata vascular clamp angled 60-65mm;180mm, 7Type –Additional Information – Stainles SteelItem – Dietrich microbulldog clamp, curved, jaw length H10MM;48mm, 1 7/8Type –Additional Information – Stainles SteelItem – Duval lung grasping forceps, 230mm, 9Type –Additional Information – Stainles SteelItem – De Bakey atraumata dissecting forceps, 2.0mm wide,200mm, 8Type –Additional Information – Stainles SteelItem – De Bakey atraumata dissecting forceps, 18mm wide, 240mmType –Additional Information – Stainles SteelEstimatedQuantity perYearPcs - 4Pcs - 6Pcs - 4Pcs - 4Pcs - 4Pcs - 4Pcs - 4Pcs - 2Pcs - 2Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 73


ItemNumber79.80.81.82.83.84.85.86.87.88.Specifications *Item – De Bakey Beck atraumata vascular clamp 205mmType –Additional Information – Stainles SteelItem – Price Thomas bronchus clamp 220mmType –Additional Information – Stainles SteelItem – Satnisky cardiovascular clamp, 270mmType –Additional Information – Stainles SteelItem – Sponge Holding, organ and tissue grasoing forceps, 160mmType –Additional Information – Stainles SteelItem – Dietrich Potts scissors, 60 angled, 180mmType –Additional Information – Stainles SteelItem – Metzembaum dissecting scissors, 180mm, curvedType –Additional Information – Stainles SteelItem – Nelson-Metzembaum dissecting scissors, 230mm, straightType –Additional Information – Stainles SteelItem – Surgical scissors, straight, sharp/blunt, 200mmType –Additional Information – Stainles SteelItem – Mayo Haegar needle holder, medium fine pattern, 185mmType –Additional Information – Stainles SteelItem – Hegar needle holder heavy pattern 175mmType –Additional Information – Stainles SteelEstimatedQuantity perYearPcs - 2Pcs - 2Pcs - 2Pcs - 4Pcs - 1Pcs - 2Pcs - 2Pcs - 2Pcs - 2Pcs - 2Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 74


ItemNumber89.90.91.92.93.94.95.96.97.98.Specifications *Item – Mathieu needle holder 170mmType –Additional Information – Stainles SteelItem – Semb, bone holding forceps, 190mmType –Additional Information – Stainles SteelItem – Doyen right/left for adultType –Additional Information – Stainles SteelItem – Rib shears, 230mmType –Additional Information – Stainles SteelItem – Finochieto rib spreader FB807 RB Blad 36x45MM,200mmx170mmType –Additional Information – Stainles SteelItem – Sternum spreader for adults blades 19x29mmType –Additional Information – Stainles SteelItem – Thoracic retractor 160mmType –Additional Information – Stainles SteelItem – Sauerbruch retractor 130x38MM, 260mmType –Additional Information – Stainles SteelItem – Overholt dissecting forceps, 195mmType –Additional Information – Stainles SteelItem – GILI wire saw 1.4mm wires, fine, 6400mm,Type – 16 twisted, pack of 5 piecesAdditional Information – Stainles SteelEstimatedQuantity perYearPcs - 2Pcs - 2Pcs - 2Pcs - 1Pcs - 1Pcs - 1Pcs - 1Pcs - 1Pcs - 1Pcs - 1Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 75


ItemNumber99.100.101.102.103.104.105.106.107.108.Specifications *Item - GILI handle for wire sawsType-Addtitonal Information- Stainles SteelItem – Periosteal elevator190mmType –Additional Information – Stainles steelItem – Allison lung retractorType –Additional Information – Stainles steelItem – Liston bone cutting forceps, 140mmType –Additional Information – Stainles steelItem – LEBSCHE sternal knive (STERNUM CHISEL), 25cmType –Additional Information – Stainles steelItem – Semb bone holder clamp 20cm without ratchetType –Additional Information – Stainles steelItem – Surgical clips applicatorType –Additional Information –Item – Titanium ligating clips ”Ligaclips” different sizes,Type – cartridge 6 clips (3 cartridges per pack)Additional Information –Item - Respiratory exerciser with flow control, Corrugated tubingwith mouthpiece, Large volume measurement up to 5000mlinspired airAdditional Information – Compact, Ergonomic with build in handleItem- Cup, medicine, plastic, disposable,Type – size: 10mlAdditional Information - PlasticCatheter drains,Tubes,ArwayEstimatedQuantity perYearPcs- 2Pcs - 1Pcs - 1Pcs - 1Pcs - 1Pcs - 1Pcs - 1Pcs - 10Pcs - 30Pcs - 2000Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 76


ItemNumber109.110.111.112.113.114.115.116.117.118.Specifications *Item -Pleural Catheter with Flexible Introducer SOFT, size: 20 CHType – 20CHAdditional Information - EACHItem -Pleural Catheter with Flexible Introducer SOFT, size: 24 CHType – 24HAdditional Information - EACHItem -Pleural Catheter with Flexible Introducer SOFT, size: 28 CHType – 28CHAdditional Information - EACHItem -Pleural Catheter with Flexible Introducer SOFT, size: 32 CHType – 32CHAdditional Information - EACHItem- Catheter drain, latex rubber, 3 eyes, PezzerType- CH 20Addtitonal Information- CatheterItem- Catheter drain, latex rubber, 3 eyes, PezzerType- CH 32Addtitonal Information- CatheterItem- Catheter introducing guide, malleableType- 17”catheterAddtitonal Information- CatheterItem- Catheter, suctionType-8 CHAddtitonal Information- CatheterItem- Catheter, suctionType-10 CHAddtitonal Information- CatheterItem- Catheter, suctionType-12 CHAddtitonal Information- CatheterEstimatedQuantity perYearPcs - 5Pcs - 5Pcs - 5Pcs - 5Pcs- 10Pcs- 10Pcs- 10Pcs- 10Pcs- 100Pcs- 100Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 77


ItemNumber119.120.121.122.123.124.125.126.127.128.Specifications *Item- Catheter, thorax drainageType-24 CH, w/trocarAddtitonal Information- CatheterItem- Catheter, thorax drainageType-32 CH, w/trocarAddtitonal Information- CatheterItem- Catheter, urethra, sterile, disposable, straight patternType-400mm, 14 CH, 2 eyes, w/balloon a. funnelAddtitonal Information- CatheterItem- Catheter, urethra, sterile, disposable, straight patternType-400mm, 16 CH, 2 eyes, w/balloon a. funnelAddtitonal Information- CatheterItem- Catheter, urethra, sterile, disposable, straight patternType-400mm, 18 CH, 2 eyes, w/balloon a. funnelAddtitonal Information- CatheterItem- Catheter, urethra, sterile, disposable, TiemannType-400mm, 14 CH, 1 eye, w/balloon , w/funnelAddtitonal Information- CatheterItem- Catheter, urethra, sterile, disposable, TiemannType-400mm, 16 CH, 1 eye, w/balloon, w/funnelAddtitonal Information- CatheterItem- Catheter, urethra, sterile, disposable, TiemannType-400mm, 18 CH, 1 eye, w/balloon, w/funnelAddtitonal Information- CatheterItem- Catheter, urethra, sterile, disposable, TiemannType-400mm, 12 CH, 1 eye, w/balloon,w/funnelAddtitonal Information- CatheterItem- Tube, endotracheal, disposable, sterileType- No.3, no/cuffAddtitonal Information- TubesEstimatedQuantity perYearPcs- 30Pcs- 30Pcs- 10Pcs- 100Pcs- 100Pcs- 10Pcs- 10Pcs- 10Pcs- 10Pcs- 10Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 78


ItemNumber129.130.131.132.133.134.135.136.137.138.Specifications *Item- Tube, endotracheal, disposable, sterileType- No.4 no/cuffAddtitonal Information- TubesItem- Tube, endotracheal, disposable, sterileType- No.8.5 w/cuffAddtitonal Information- TubesItem- Tube, endotracheal, disposable, sterileType- No:5 w/cuff and no cuffAddtitonal Information- TubesItem- Tube, endotracheal, disposable, sterileType- No:6 W/CuffAddtitonal Information- TubesItem- Tube, endotracheal, disposable, sterileType- No: 7 w/cuffAddtitonal Information- TubesItem- Tube, endotracheal, disposable, sterileType- No:8 w/ cuffAddtitonal Information- TubesItem – Tube, endotracheal, armoured, disposable, sterileType – No.: 6 w/cuffAdditional Information - TubesItem – Tube, endotracheal, armoured, disposable, sterileType – No.: 7 w/cuffAdditional Information - TubesItem – Tube, endotracheal, armoured, disposable, sterileType – No.: 8 w/cuffAdditional Information - TubesItem- Nasogastric tubeType- No.14,Addtitonal Information- TubesEstimatedQuantity perYearPcs- 10Pcs- 30Pcs- 10Pcs- 30Pcs- 70Pcs- 70Pcs - 30Pcs - 40Pcs - 30Pcs- 20Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 79


ItemNumber139.140.141.142.143.144.145.146.147.148.Specifications *Item- Nasogastric tubeType- No.16,Addtitonal Information- TubesItem- Nasogastric tubeType- No.18,Addtitonal Information- TubesItem- Laryngeal Mask Airway AutoclavableType- No. 4Addtitonal Information-Item- Laryngeal Mask Airway AutoclavableType- No. 5Addtitonal Information-Item- Laryngeal Mask Airway DisposableType- No. 4Addtitonal Information- DisposableItem- Laryngeal Mask Airway DisposableType- No. 5Addtitonal Information- DisposableItem – Oxygen mask with tube 2m with the soft and transparentmedical grade PVC face mask, Single peel pack and ready for use,High concentrationType – AdultsAdditional Information - MaskItem – Nasal Cannula, standardType – AdultAdditional Information - CannulaItem- Pleural drainage systemType- Heimlich valveAddtitonal Information-Item- Pleural drainage systemType- One bottle systemAddtitonal Information-EstimatedQuantity perYearPcs- 50Pcs- 50Pcs- 5Pcs- 5Pcs- 10Pcs- 10Pcs - 200Pcs - 200Pcs- 30Pcs- 10Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 80


ItemNumber149.150.151.152.153.154.155.156.157.158.Item- Pleural drainage systemType- Two bottle systemAddtitonal Information-Item- Airway, guideType- Size: 0Addtitonal Information-Item- Airway, guideType- Size: 3Addtitonal Information-Item- Airway, guideType- Size: 4Addtitonal Information-Specifications *Item - Resuscitation Face ShieldClear Instructions Printed On Mask For Ease Of UseItem- Nasopharyngeal tube autoclavable kitType- Nr: 28,30,32,34,36Addtitonal Information- GuideItem- Administration set for infusion sterileType- Luer LockAddtitonal Information- InfusionItem- Irrigator disposable SETType-1000mlAddtitonal Information- InfusionItem- Infusion set w/filter, blood/fluid, sterileType- DisposableAddtitonal Information- InfusionItem- Nozzle, irrigator, plasticType- DisposableAddtitonal Information- MiscellaneousEstimatedQuantity perYearPcs- 5Pcs- 20Pcs- 20Pcs- 20Pcs - 150Pcs- 5 kitsPcs- 500Pcs- 5Pcs- 50Pcs- 10Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 81


ItemNumber159.Item- Three-way stopcock,Specifications *Suitable for all current pressure infusion systemsEstimatedQuantity perYearPcs- 300Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotes-Continuous straight-flow channels for accurate pressuremonitoring-Axially and radially movable swivel lock for secure and speedyconnectionType – Right side160.161.162.163.164.Additional Information- Three-wayItem – Transfer Needle device for transfering sterile liquids in aclosed system.Type - With a short spike. Individually sterile packed.Additional Information -Item- Crystal Tracheostomy SetType- Nr:7.5Addtitonal Information- DisposableItem- Crystal Tracheostomy SetType- Nr: 8Addtitonal Information- DisposableItem- Aspirator Suction tubeType- Suction tubeAddtitonal Information- DisposableCannula ,injection ,syringe , needles, Scalpel, InfusionaccesoriesItem – Extraction and injection spikes for multi-dose containers.Individual sterile packagingType - with particle filter 5 µm, with aeration filter 0,45 µmAdditional Information – Infusion accesoriesPcs - 100Pcs- 10Pcs- 10Pcs- 30Pcs - 100PROC/222/10/ Medicaments FWC 82


ItemNumber165.Specifications *Item – Phial opener, For safer opening of phials. Plasticconstruction with removable catchment trayEstimatedQuantity perYearPcs - 3Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotes166.167.168.169.170.171.Item - Extension Tube for use with syringe pump, 150 cm length ofthe tube-For use with all syringe pumps < 4 bar pressure-Minimized priming volumes-Luer Lock fitting-Type Standard: available in different materials-Type Opaque: black for light sensitive drugs-Type Safsite: with Safsite safety connector-Type Filter: with injection filter 0.22 µm--Type PCA: with back-check valve for parallel infusions-Type MR: with rotating Lock fittingItem - Infusion Filters 0.2 µm- Bacteria/particle retention- Endotoxine retention- Elimination for long-term filtration- Surface area (cm2) - 10- PVC free – YesItem – Blood Lancets, sterileType – Single useAdditional Information – 200 pcs/packItem – Strips for GlucometerType –Additional Information – 50 pcs/packItem- Indwelling cannula VenflonType-24 G- YellowAddtitonal Information- BowlesItem- Indwelling cannula VenflonType-22G BlueAddtitonal Information- CannulaPcs - 200Pcs - 2001520Pcs- 500Pcs- 1000PROC/222/10/ Medicaments FWC 83


ItemNumber172.173.174.175.176.177.178.179.180.181.Specifications *Item- Indwelling cannula VenflonType-20G PinkAddtitonal Information- CannulaItem- Indwelling cannula VenflonType-18G GreenAddtitonal Information- CannulaItem- Indwelling cannula VenflonType-16G GrayAddtitonal Information- CannulaItem- Injection needle disposableType-20G 0,90mmx40mmAddtitonal Information- NeedlesItem- Spinal CannulaType-25 G x 3 ½” 0.5x90 orangeAddtitonal Information- CannulaItem- Spinal CannulaType-27 G x 3 ½” 0.41x90Addtitonal Information- CannulaItem- Epidural SetType-18 GAddtitonal Information- CannulaItem- Central vein set for adultType-Addtitonal Information- CannulaItem- Injection needle disposableType-21G 0,80mmx35mmAddtitonal Information- NeedlesItem- Injection needle disposableType-23G 0,60mmx25mmAddtitonal Information- NeedlesEstimatedQuantity perYearPcs- 1000Pcs- 500Pcs- 100Pcs- 500Pcs- 25Pcs- 25Pcs- 20Pcs- 20Pcs- 2500Pcs- 1500Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 84


ItemNumber182.183.184.185.186.187.188.189.190.191.Specifications *Item- Injection needle disposableType-22G 0,70mmx32mmAddtitonal Information- NeedlesItem- Injection needle disposableType-26G 0,45mmx25mmAddtitonal Information- NeedlesItem- Injection needle disposableType-27G 0,40mmx19mmAddtitonal Information- NeedlesItem- Scalpel w/plastic handle disposable sterileType- Size 11Addtitonal Information- ScalpelItem- Scalpel w/plastic handle disposable sterileType- Size 15Addtitonal Information- ScalpelItem- Scalpel w/plastic handle disposable sterileType- Size 21Addtitonal Information- ScalpelItem- Scalpel w/plastic handle disposable sterileType- Size 22Addtitonal Information- ScalpelItem- Scalpel w/plastic handle disposable sterileType- Size 20Addtitonal Information- ScalpelItem- Blades sterile, carbon steelType- No. 10Addtitonal Information- ScalpelItem- Blades sterile, carbon steelType- No. 11Addtitonal Information- ScalpelEstimatedQuantity perYearPcs- 2000Pcs- 1000Pcs- 1000Pcs- 200Pcs- 200Pcs- 200Pcs- 200Pcs- 200Pcs- 200Pcs- 200Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 85


ItemNumber192.193.194.195.196.197.198.199.200.201.Specifications *Item- Blades sterile, carbon steelType- No. 15Addtitonal Information- ScalpelItem- Blades sterile, carbon steelType- No. 20Addtitonal Information- ScalpelItem- Blades sterile, carbon steelType- No. 23Addtitonal Information- ScalpelItem- Syringe disposable, w/out needleType- 2 mlAddtitonal Information- SyringeItem- Syringe disposable, w/out needleType- 5 mlAddtitonal Information- SyringeItem- Syringe disposable, w/out needleType-10 mlAddtitonal Information- SyringeItem- Syringe disposable, w/out needleType- 20 mlAddtitonal Information- SyringeItem- Syringe disposable, w/out needleType- 50 mlAddtitonal Information- SyringeItem- Evacuating syringe, with catheter tipType- 50 mlAddtitonal Information- SyringeItem - Syringes 50 ml, with a new, large, easy-to-read, Doublegraduatedscale.Type - Original-Perfusor,Addtitonal Information- SyringeEstimatedQuantity perYearPcs- 200Pcs- 200Pcs- 200Pcs- 400Pcs- 1000Pcs- 1000Pcs- 1000Pcs- 100Pcs- 50Pcs - 300Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 86


ItemNumber202.203.204.205.206.207.208.209.210.211.Specifications *Item - Syringe 60 ml, Optimum startup properties■ Extremely high delivery accuracy and consistency up to the endalarm■ Minimal residual volumeType: Omnifix SyringesAddtitonal Information- SyringeItem- Syringe, insulin disposable, w/needleType- 40IE, 1mlAddtitonal Information- SyringeAdhesive TapeItem- I.V FixationType- 8 cm x 6 cmAddtitonal Information- With padItem- Adhesive tape, type LeucoplastType- Zinc oxide, 25mmx5mAddtitonal Information- Tape adhesiveItem- Adhesive tape, type LeucoplastType- Zinc oxide, 12,5mmx5mAdditional Information- Tape adhesiveItem- Adhesive tape, type LeucoplastType- Zinc oxide, 50mmx5mAddtitonal Information- Tape adhesiveItem- Adhesive tape, type LeucosilkType- Hypoallergen, 12,5mmx5mAddtitonal Information- Tape adhesiveItem- Adhesive tape, type LeucosilkType- Hypoallergen, 25mmx5mAddtitonal Information- Tape adhesiveItem- Adhesive tape, type LeucosilkType- Hypoallergen, 50 mmx5mAddtitonal Information- Tape adhesiveItem- Wound Closure, waterproof, sterile, highly adhesive, 30pcs/packType- 2.5xm x 7.2cmAddtitonal Information- StripsEstimatedQuantity perYearPcs - 200Pcs- 200Pcs- 500Pcs- 150Pcs- 150Pcs- 50Pcs- 150Pcs- 150Pcs- 50Pcs - 250Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 87


ItemNumber212.213.214.215.216.217.218.219.Specifications *Item- Wound Strips, sterile, highly adhesive, sterileType-¾” x 3”Addtitonal Information- StripsItem- Autoclave indicator tapeType-0.5” x 60 yds. MiscellaneousAddtitonal Information- MiscellaneousItem- Dressings, hypoallergenic, 2 3/8” x 2 ¾”Type – Transparent DressingsAddtitonal Information- DressingsItem- Dressings, hypoallergenic, 4” x 10”Type- Transparent dressingAddtitonal Information- DressingsItem- Dressings, hypoallergenic, 4” x 4 ¾”Type- Transparent dressingAddtitonal Information- DressingsItem- Dressings, hypoallergenic, 6” x 8”Type- Transparent dressingAddtitonal Information- DressingsItem – Non-medicated tulle dressings made of water-repellentpolyester tulle impregnated wih neutral ointment, the ointments notto contain paraffins, conformable, non adherent.Type – size: 7.5x10cm, 10 pcs/packAddtitonal Information- DressingsItem – Non-medicated tulle dressings made of water-repellentpolyester tulle impregnated wih neutral ointment, the ointments notto contain paraffins, conformable, non adherent.Type – size: 5x5cm, 10 pcs/packAddtitonal Information- DressingsEstimatedQuantity perYearPcs- 200Pcs- 30Pcs- 1500Pcs- 500Pcs- 500Pcs- 500Pcs - 10Pcs - 10Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 88


ItemNumber220.221.222.223.224.225.Specifications *Item – Paraffin-gauze dressing made of an open wave cotton cloth,permeable to air and wound exudate, neutral ointment which i notsensitising or allerising even in prolonged use.Type: size 5x5cm, 10 pcs/packAddtitonal Information- DressingsItem – Paraffin-gauze dressing made of an open wave cotton cloth,permeable to air and wound exudate, neutral ointment which i notsensitising or allerising even in prolonged use.Type: size 10x10cm, 10 pcs/packAddtitonal Information- DressingsItem- Self-adhesive wound dressings made of soft non-wovenfabric coated with a hypoallergenic adhesive, non-adherent pad,good absorptio and cushioning effect, can be removed painlesslyType- 10x8cm, sterileAddtitonal Information- DressingsItem – Absorbent hydrocolloid dressings covered with a semipermeablelayer to prevent bacterial penetration. SterileType – size; 5x5cm, 10 pcs/packAddtitonal Information- DressingsItem – Absorbent hydrocolloid dressings covered with a semipermeablelayer to prevent bacterial penetration. SterileType – size; 10x10cm, 10 pcs/packAddtitonal Information- DressingsItem – Dressing non-medicated made of calcium alginate fibreswhich form a hydrophilic non-adherent gel in contact with thesodium salts contained in blood and wound exudate. IndivduallysealedType – size: 5x5cm, 3 pcs/packAddtitonal Information- DressingsEstimatedQuantity perYearPcs - 10Pcs - 10Pcs- 250Pcs - 10Pcs - 10Pcs - 30Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 89


ItemNumber226.227.228.229.230.231.Specifications *Item – Dressing non-medicated made of calcium alginate fibreswhich form a hydrophilic non-adherent gel in contact with thesodium salts contained in blood and wound exudate. IndivduallysealedType – size: 10x10cm, 10 pcs/packAddtitonal Information- DressingsItem – Superabsorbent wound dressing pads, which must beactivated with Ringers solution, sterile with isotonic solution foractivating the sterile dressing in plastic ampoules 30ml.Type – size: 10x10cm,Addtitonal Information- DressingsItem – Superabsorbent wound dressing pads, which must beactivated with Ringers solution, sterileType – size: 5.5cmAddtitonal Information- DressingsItem – Water Jel Fire Blanket with plastic canister,- 5' X 6' Blanket Stores In Wall-Mountable Canister- Wool Is Soaked In A Water-Based, Water-Soluble Gel That IsBiodegradable- Composed Of A100% Worsted Wool Carrier Capable OfAbsorbing Up To 12x Its Own WeightSutureItem - Semi-disposable skin stapler for wound closure with apatented 'B' shaped staple that reduces tissue damage and scarring.Type – Skin stapler handle should be autoclavableAdditional Information – Skin StaplerItem - Disposable magazine/cartridge containing 20 staples. Thestaples have to be flexible, to adapt to the wound swelling and donot disturb normal blood flowType –Additional Information – Staples for wound closureEstimatedQuantity perYearPcs - 10Pcs - 100Pcs - 100Pcs - 20Pcs - 10Pcs - 20Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 90


ItemNumber232.233.234.235.236.237.238.239.240.241.Specifications *Item- Suture, Plain Gut CT-3Type- 2-0Addtitonal Information- SutureItem- Suture,Plain Gut FS-2(19mm)Type- 3-0Addtitonal Information- SutureItem- Suture, Chromic Gut PS-2(19mm)Type- 2-0Addtitonal Information- SutureItem- Suture, Chromic Gut PS-2Type- 3-0Addtitonal Information- SutureItem- Suture, Chromic Gut CP-2(26mm)Type- 0Addtitonal Information- SuturesItem- Suture,Vicryl CT-3(22mm)Type- 0Addtitonal Information- SuturesItem- Suture, VICRYL CT-2(26mm)Type- 2-0Addtitonal Information- SuturesItem- Suture, Vicryl PSLType- 2-0Addtitonal Information- SuturesItem- Suture, Vicryl rapid P-1(11mm)Type- 4-0Addtitonal Information- SuturesItem- Suture, PDS II PS-2(19mm)Type- 3-0Addtitonal Information-SuturesEstimatedQuantity perYearPcs- 50Pcs- 50Pcs- 50Pcs- 50Pcs- 50Pcs- 50Pcs- 50Pcs- 50Pcs- 50Pcs- 50Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 91


ItemNumber242.243.244.245.246.247.248.249.250.Specifications *Item- Suture,Prolene CC(9mm)Type- 6-0Addtitonal Information- SuturesItem-Suture,Nylon monofilamentType-1Additional Information-Item-Suture,Nylon monofilamentType-0(24mm)Additional Information-Item-Suture,Nylon monofilamentType-2-0(25mm)Additional Information-Item-Suture,Nylon monofilamentType-2-0(round 25mm)Additional Information-Item-Suture,Nylon monofilamentType-3-0(25mm)Additional Information-Item- Suture,NylonType- 3-0(17mm )Addtitonal Information- SuturesItem- SteristripType- 6 mm x 100 mmAddtitonal Information- Adhetsive tape SterileDisposable instruments, Defibrilator batteries & Pads, Ecgpaper and electrodes, condoms etc.Item – Anatomical Charts, Head and Neck, Kidney, Muscoletalsystem, Nervous system, Subluxations & Spinal Nerves, Liver,Digestive system, Disease of Urinary tract infection, Diabetes,Vascular system and VisceraType - size: 70x100cmAdditional Information - printed in glossy paper,EstimatedQuantity perYearPcs- 50Pcs- 50Pcs- 50Pcs- 100Pcs- 50Pcs- 50Pcs- 50Pcs- 1000Pcs - 30Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 92


ItemNumber251.252.253.254.255.256.257.258.259.260.Specifications *Item- Brush, nail sterile disposableType- PlasticAddtitonal Information- MiscellaneousItem- Graves vaginal speculum, medium sterileType-1 3/8” x 4”Plastic disposableAddtitonal Information- Speculum vaginalItem- Graves vaginal speculum, large SterileType-0.75” x 3”Plastic disposableAdditional Information- Speculum vaginalItem- Stiff neck (Extrication collar)Type- different sizeAdditional Information -Item – Lungs for Minni AnneType- CPR Adult ManikinAdditional Information - ManikinItem – Defibrilator batteries for FR2Type – Disposable lithium manganese dioxide battery.Addtional Information - Defibrilator batteriesItem – Defibrilator batteries for ZOLLType – ZOLL AEDPRO, DC 12V, 4.2Ah, LiMnO2, part no.: 1008-1003-01Addtional Information - Defibrilator batteriesItem - Defibrilator Pads, CPR Stat Padz,Type - Ref: 8900-0400, 1 pair.Additonal Information – Defibrilator PadsItem – Defibrilator Pads FR2Type – 1 pairAdditional Information – Defibrilator padsItem – Ecg paper, Schiller AT2Type - high quality, medical grade thermal paper. Z-Fold. For UseWith: Schiller AT2Addtional information: Ecg paperEstimatedQuantity perYearPcs- 100Pcs- 100Pcs- 100Pcs- 50Pcs - 700Pcs - 10Pcs - 12Pcs - 36Pcs - 15Pcs - 100Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 93


ItemNumber261.262.263.264.265.266.267.268.Specifications *Item – Ecg paper, CardiolineType - Z-fold pack of thermalblack paper (210 x 200)Additional information: Ecg paperItem – Ecg Cables 10 leads patient cableType - Cardioline Delta 60plusAdditional Information - EcgItem – Monitoring Electrodes for ECG and Patient monitorsType – Mintoring Electrode with foam tape and sticky gelAdditional Information - ElectrodesItem – Flashlight, diagnostic light ratiomed silver, withexchangeable batteriesType - Reusable, with 2 Micro batteries 1,5 V and push buttonswitchAdditional Information – Mouth and Eye lightItem - Measuring tape 2 mType- To be packed in plastic caseAdditional Information -Item - Ear speculums, Disposable, grey colorComparable with Heine All-Spec disposable -tips and Riester riminiand pen-scope, Not suitable for ri-star and ri-scope) hygienicand save, firm seat on the otoscope, without sharp edges, for all F.OotoscopeType – size: 2.5 and 4.0 mm, 1000 pcs/packAdditional Information – Size: 2.5mm – 1000 pcs and 4.0mm –1000 pcsItem – CondomsType – Lubrificated, electronicly testedAdditional Information - CondomsItem - Razors, Disposable, unsterile Single-edged blade, (100 pcs.)Type – 100 pcs/pcak, for hospital use.Additional Information -EstimatedQuantity perYearPcs - 100Pcs - 3Pcs - 1000Pcs - 50Pcs - 30Pcs - 2Pcs – 10000Pcs - 2Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 94


ItemNumber269.270.271.272.273.274.275.276.Specifications *Item – Paper for ultrasoundType – Printer ”Mitsubishi P93D”Additional Information – Thermal paperItem - Cooling spray CFC-freeType – 300mlAdditional Information -Item - Ultrasound transmission gel, hypoallergenicType – 250mlAdditional Information – Plastic bottleItem- Chest seal AshermanType-Addtitonal Information-Bandage Gauze, SwabsItem –Lemon Sticks- Swabs, for Oral hygieneFlexible mouth care swabs entire length approx. 15 cm length(cotton head): approx. 2,5 cm Ø cotton head: approx. 0,7 cm Øcotton rod: approx. 0,3 cmType – 3 pcs/packAdditional Information - SwabsItem – Disposable toothbrushes with toothpaste ratiomed,Type – individually hygienic packedAdditional Information -Item – Injection Plaster for covering injection punctures whencarrying out mass-inoculations, after venous blood-taking andpunctures.Type – size: 1.9x4cmAdditional Informaion – 100 pc/packItem- Bandage cotton, sterile (Tamponade)Type- Size: 2cm x 5mAddtitonal Information- TamponadeEstimatedQuantity perYearPcs - 50Pcs - 100Pcs - 50Pcs- 10Pcs - 100Pcs - 100Pcs - 100Pcs- 50Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 95


ItemNumber277.278.279.280.281.282.283.284.285.286.Specifications *Item- Bandage cotton, sterile (Tamponade)Type- Size: 4cm x 5mAddtitonal Information-TamponadeItem- Alcohol pads, 100 pcs/packType- W/70% IsopropanolAddtitonal Information- Swab& PadsItem- Gauze swabs, sterile, packs of 5 pcs, X-Ray detectableType- Size: 10 x 10cm, 12ply+C589+C620Addtitonal Information- Swab& PadsItem- Absorbent gauze sterile two layers 1 layers absorbentpolypropylene LayersType- Size: 35cmx45cmAddtitonal Information- GauzeItem- Eye pads, sterileType- Size: 5,3 x 6,25cmAddtitonal Information- Eye padsItem- Eye patch, leatherType- W/bandAddtitonal Information- Eye padsItem- Eye protective cap, black colourType- PlasticAddtitonal Information- Eye padsItem- Gauze compress, sterile Cotton 100%, 25 pcs/packType- Size: 10 x 10cmAdditional Information- CompressesItem- Gauze compress, sterile Cotton 100%, 25 pcs/packType- Size: 7,5 x 7,5cmAdditional Information- CompressesItem- Gauze compress, unsterile Cotton100 %, 50 pcs/packType- Size : 20 x 20cmAdditional Information- CompressesEstimatedQuantity perYearPcs- 50Pcs- 300Pcs- 200Pcs- 1000Pcs- 200Pcs- 50Pcs- 10Pcs- 500Pcs-500Pcs- 250Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 96


ItemNumber287.288.289.290.291.292.293.294.Specifications *Item- Gauze compress, sterile Cotton100 %, 25 pcs/packType- Size: 5 x 5cmAdditional Information- CompressesItem- Surgical absorbable hemostat (cellulose)Type- 2’ x 5” compressesAdditional Information- CompressesItem- Surgical absorbable hemostat (cellulose)Type-4” x 8”Addtitonal Information- CompressesItem- Cotton ballsType- Medium, non-sterileAddtitonal Information- Cotton ballsItem- Bandage, adhesiveType- Size: 5 cm x 5 mAddtitonal Information- BandagesItem- Bandage, adhesive type, cotton, type fixomull stretchType- Size: 10cmx10mAddtitonal Information- BandagesItem- Bandage, adhesive type, cotton, type fixomull stretchType- Size: 15cmx10mAddtitonal Information- BandagesItem - Bandage Elastic tubular-85% cotton-10% viscose-5% polyamideType- size: 6.75cm wide for medium sized hands, arms, feet andlower legs.Additional Informtion - BandagesEstimatedQuantity perYearPcs- 1000Pcs- 30Pcs- 30Pcs- 10000Pcs- 300Pcs- 300Pcs- 100Pcs - 20Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 97


ItemNumber295.296.297.298.Specifications *Item - Bandage Elastic tubular-85% cotton-10% viscose-5% polyamideType- size: 8.75cm wide for medium sized hands, arms, feet andlower legs.Additional Informtion - BandagesItem- Bandage, triangularType- Size:900mm x 900mm x 1,3 mAddtitonal Information- BandagesItem – Bandge, super elastic conforming bandage with a highcontent of natural fibres.-41 % cotton-29 % viscose-30 % polyamideType - Stretched length 4 m compact pack, 100 pcs/packAdditional Information - BandagesItem – Tape, Strong for professional strapping, strong adhesivestrapping tape made of 100% viscose with zincoxide adhesive.EstimatedQuantity perYearPcs - 20Pcs- 50Pcs - 50Pcs - 100Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesType – Individually boxed 10cm x 10 m length, on plastic spool299.300.Additional Information - TapeItem- Crepe bandage cotton, 20 pcs/packType- Size: 4m x 10cmAddtitonal Information- BandagesItem- Crepe bandage cotton, 20 pcs/packType- Size: 4m x 15cmAddtitonal Information- BandagesPcs- 200Pcs- 150PROC/222/10/ Medicaments FWC 98


ItemNumber301.302.303.304.305.306.307.308.Specifications *Item- Elastic bandage 80% cotton ,16 % polyamide ,4%polyurethane, with special latex cottingType- Size: 5m x 6 cmAddtitonal Information- BandagesItem- Elastic Bandage 85% cotton 8 % polyurethane 7% polyamideType- Size: 8 cm x 7 mAddtitonal Information- BandagesItem- Elastic Bandage 100% cottonType- Size; 5m x 10cmAddtitonal Information- BandagesItem- Elastic Bandage 100% cottonType- Size; 4m x 4 cmAddtitonal Information- BandagesItem- Elastic gauze bandage 100% cotton with zinc oxide adhesiveType- Size: 8 cm x 2.5 mAddtitonal Information- BandagesItem- Elastic gauze bandage 66% cotton 32%polyamide2%polyurethane with special latex coating, different colours.Type- Size: 8cm x 4mAddtitonal Information- Bandages SterileItem- Elastic gauze bandage 100% cotton with hypoallergenicpolyacrylate adhesiveType- Size: 12cm x 4mAddtitonal Information- Bandages SterileItem - Bandage to protect the wound,elastic tube gauze is made of 93% natural fibres and 7% ElasthaneType - size: 12.5cmx 10mAdditional Information – Bandage sterile, PACKEstimatedQuantity perYearPcs- 50Pcs- 100Pcs- 1000Pcs- 1000Pcs- 100Pcs- 50Pcs- 50Pcs - 10Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 99


ItemNumber309.310.311.312.313.314.315.316.317.Specifications *Item – Absorbent dressing non-irritant consistibg of 4 layers ofdifferent materials, soft 2-ply non-adherent non-woven covering,highly absorbent fluff filling, fluid dispersing tissue, a hydrophobictissueto protect the wound against contamination.Type – size: 10x10cm, 25 pcs /packAdditional Information: PadsItem- Aqua CellType- Size 5cm x 5cmAddtitonal Information- PadsItem- Aqua CellType- Size 10cm x 10cmAddtitonal Information- PadsItem- Aqua CellType- Size 15cm x 15cmAddtitonal Information- PadsItem- Chlorhexidine Acetate BP, 0.5% Tulle Gras (Bactigras)Type- Size 5 cm x 5 cmAdditional Information- PadsItem- Chlorhexidine Acetate BP, 0.5% Tulle Gras (Bactigras)Type- Size 10cm x 10cmAdditional Information- PadsItem- Stanicid gauze dressingType- Size 10cm x 10cmAddtitonal Information- GauzeItem- Tongue depressor, wooden none sterile,Type- Length 150mmAdditional Information- DepressorItem- Tongue depressor, wooden sterile, individually wrappedType- Length 150x18x1.6mmAdditional Information- DepressorEstimatedQuantity perYearPcs - 20Pcs- 100Pcs- 100Pcs- 50Pcs- 50Pcs- 50Pcs- 100Pcs- 10000Pcs- 500Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 100


ItemNumber318.319.320.321.322.Specifications *Item - Vision Test Charts, for 5m test distance = 0.1 to 0.1 chartplastic covered.Type – size: approx: 290x490mmAdditional Information – Chart plasticItem – Book with 14 colour charts according to Ishihara,forcongenital red/green colour blidness.Type –Additional Information -Item - Human-Skeleton safety-stand with wheelsThe Human skeleton is the perfect reproduction of a humanskeleton cast directly from specially selected natural humanskeleton to insure finest details of bony surface. This plasticskeleton should be made from extremely durable material whichdoes not deteriorate with age and which is unbreakable in normaluse.-Natural movement in the joints.-For easy transportation or individual demonstration we can take offthe arms, legs, skull, mandible and maxillae with removable teeth.-The skeleton should come with a five-legs safety-stand and regulardustcover without zipper. Type - The whole skeleton is approx. 180cm or 6 feet tall (incl. stand)Additional Information – Human SkeletonItem- Cotton stick sterileType- Polypropylene stem, 4mm, single tips, large bud, sealed inpacks.Addtitonal Information- StickDrape, Cover, GlovesItem – Surgeons CapsType – 52cm roundAdditional Information – Green Colour. 100 pcs/packEstimatedQuantity perYearPcs - 10Pcs - 6Pcs - 1Pcs- 1000Pcs - 10Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 101


ItemNumber323.324.325.326.327.328.329.330.331.332.Specifications *Item- Gown, surgeon, disposable, sterileType- Size: StandardAddtitonal Information- ClothesItem- Shirt surgeon, disposable, operating, sterileType- Size: StandardAdditional Information- ClothesItem- Shirt surgeon, disposable, operating, sterileType- Size: SmallAdditional Information- ClothesItem- Shirt surgeon, disposable, operating, sterileType- Size: MediumAdditional Information- ClothesItem- Shirt surgeon, disposable, operating, sterileType- Size: LargeAdditional Information- ClothesItem- Shirt surgeon, disposable, operating, sterileType- Size: Extra-largeAdditional Information- ClothesItem- Surgeon trousers, disposable, operating, sterileType- Size: SmallAdditional Information- ClothesItem- Surgeon trousers, disposable, operating, sterileType- Size: MediumAdditional Information- ClothesItem- Surgeon trousers, disposable, operating, sterileType- Size: LargeAdditional Information- ClothesItem- Surgeon trousers, disposable, operating, sterileType- Size: XLargeAdditional Information- ClothesEstimatedQuantity perYearPcs- 500Pcs- 500Pcs - 500Pcs - 500Pcs- 200Pcs- 200Pcs - 500Pcs - 500Pcs- 200Pcs- 200Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 102


ItemNumber333.334.335.336.337.338.339.340.341.342.Specifications *Item- Blanket ,cottonType- Size: 1,4 x 2,0 mAddtitonal Information- Covers & drapesItem- Cover, quilt, cotton, whiteType- Size: 1,4 x 2,0 mAddtitonal Informacio- Covers & drapesItem- Cover, mattress, cottonType- Size: 750mm x 2,0mAddtitonal Informacio- Covers & drapesItem- Cover, mattress, plasticType- DisposableAddtitonal Informacio- Covers & drapesItem – Pillow OrthopeadicType – size: 50x80cmItem- Cover, pillow cotton whiteType- Size:50x80 cmAddtitonal Informacio- Covers & drapesItem- Cover for pillows, disposable, 100 pcs/packType- Size:50x80 cmItem- Adhesive Drape, surgical Disposable SterileType- Size: 500 x 700mmAdditional Information- Covers drapesItem- Adhesive Drape with adhesive, surgical Disposable SterileType- Size: 1,5 x 2,7m,Addtitonal Informacio- Covers&drapesItem- Covers for equipment, for covering of all kind of medicalequipmentType- Size: 80 x 150cm,Addtitonal Informacio- Covers&drapesEstimatedQuantity perYearPcs- 60Pcs- 60Pcs- 60Pcs- 150Pcs - 20Pcs- 20Pcs - 5Pcs- 200Pcs- 100Pcs- 50Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 103


ItemNumber343.344.345.346.347.Specifications *Item- Universal set, sterile draping set for all types of abdominaland thoracic surgery,Set contains:1 Tabel cover 140x190 cm1Instrument table cover 80x145 cm2 adhesive drape sheets 90x100adhesive drape sheets 170x175 cmadhesive drape sheets 170x300 cm1 adhesive tape 10x50 cm4 cellulose towels 33x33 cmType- SterileAddtitonal Informacio- Covers & drapesItem- Drape, surgical, disposable, sterileType- Size: 700 x 900mm, w/slitAddtitonal Informacio- Covers & drapesItem- Shoe covers plasticType- Non-conductiveAddtitonal Informacio- Covers & drapesItem- Examination gloves disposable, non-sterile. LatexType- Small, 100 pcs/pack, UnpowderedAddtitonal Informacio- GlovesItem- Examination gloves disposable, non-sterile. LatexType- Medium, 100 pcs/pack, UnpowderedAddtitonal Informacio- Gloves348. Item- Examination gloves disposable, non-sterile. LatexType- Large, 100 pcs/pack, UnpowderedAddtitonal Informacio- GlovesEstimatedQuantity perYearPcs- 50Pcs- 100Pcs- 1000 PairPcs - 50Pcs - 150Pcs - 100Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotes349.350.Item- Examination gloves disposable, non-sterile. LatexType- X-Large, 100 pcs/pack, UnpowderedAddtitonal Informacio- GlovesItem - Examination gloves disposable, non-sterile, NITRILEType- Medium, 100 pcs/pack, UnpowderedAddtitonal Informacio- GlovesPcs - 50Pcs - 50PROC/222/10/ Medicaments FWC 104


ItemNumber351.352.353.354.355.356.357.358.Specifications *Item - Examination gloves disposable, non-sterile, NITRILEType- Large, 100 pcs/pack, UnpowderedAddtitonal Informacio- GlovesItem- Surgical gloves, sterile, disposable Latex HypoallergenicType- Size 6 ½Addtitonal Informacio-Item- Surgical gloves, sterile, disposable Latex HypoallergenicType- Size 7Addtitonal Informacio-Item- Surgical gloves, sterile, disposable Latex HypoallergenicType- Size 7 ½Addtitonal Informacio-Item- Surgical gloves, sterile, disposable Latex HypoallergenicType- Size 8Addtitonal Informacio-Item- Surgical gloves, sterile, disposable Latex HypoallergenicType- Size 8 ½Addtitonal Informacio-Item – Cover for examination table, stretcher etc, size; 2.1m x 80cmType – Protective sheet made of highly absorbent tissue withimpermeable plastic underside. EXTRA reinforced with yarnAdditional Information - 25 pcs/boxItem- Cover for examination table paperType- 59cm x 100mAddtitonal Information- Paper RollEstimatedQuantity perYearPcs - 50Pcs- 300 PairPcs- 500 PairPcs - 500 PairPcs- 500 PairPcs- 300 PairPcs - 20Pcs- 150Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 105


ItemNumber359.360.361.362.363.364.365.Specifications *Nonwoven Face Masks (Surgical Face Masks)3-Layers Face Masks, Elastic Ear Loop (Surgical Face Masks)Specifications: 9cm X 17cm,1) Composition: Spun bonded polypropylene2) Variety of weights available: PP 25g/sqm3) Comfortable elastic ear loops4) Colours: Green.Type – 50 pcs/packItem – Underpads with absorbent core of cellulose layers; completenon-woven covering, sealed on all edges; waterproof non-slippolythene backing.Type – 60x60cm, light quality, 8 layers, 100 pcs/boxShoesItem- O.R Shoes green Nr:38Type- PlasticAddtitonal Informacio- ShoesItem- O.R Shoes green Nr:39Type- PlasticAddtitonal Informacio- ShoesItem- O.R Shoes green Nr:40Type- PlasticAddtitonal Informacio- ShoesItem- O.R Shoes green Nr:41Type- PlasticAddtitonal Informacio- ShoesItem- O.R Shoes green Nr:42Type- PlasticAddtitonal Informacio- Shoes366. Shoes, Medical White colorEstimatedQuantity perYearPcs - 30Pcs - 205 Pair5 Pair5 Pair5 Pair5 Pair50 PairSpecifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 106


ItemNumber367.368.369.370.Specifications *Item- O.R Shoes green Nr:44Type- PlasticAddtitonal Informacio- ShoesOrthopedic disposableItem- Splint padded on both sides, 8-ply glassfibre material and apolyurethane resin coatingType- 12.5cm x 115 cmAddtitonal Informacio- CastItem- Splint padded on both sides, 8-ply glassfibre material and apolyurethane resin coatingType- 10.cm x 76cmAddtitonal Informacio- CastItem - Aluminium Splint,• Waterproof• Reusable• Lightweight and compact• Radiolucent• Fastens in place with tape or wrap of choice. No extra equipmentis needed.• Not affected by extreme temperatures or altitudes.• Closed-cell foam allows easy cleaning and disinfection. Materialcompatible with all standard cleaning solutions.• Provides added stability for all limbs including the neckType - Standard: 4.25” x 36”; 4oz; roll and flatfoldEstimatedQuantity perYear5 PairPcs- 60rollPcs- 60rollPcs - 30Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 107


ItemNumber371.372.Specifications *Item - Aluminium Splint,• Waterproof• Reusable• Lightweight and compact• Radiolucent• Fastens in place with tape or wrap of choice. No extra equipmentis needed.• Not affected by extreme temperatures or altitudes.• Closed-cell foam allows easy cleaning and disinfection. Materialcompatible with all standard cleaning solutions.• Provides added stability for all limbs including the neckType - • Wrist: 4.25” x 9”; 1.1oz; flatItem - Aluminium Splint,• Waterproof• Reusable• Lightweight and compact• Radiolucent• Fastens in place with tape or wrap of choice. No extra equipmentis needed.• Not affected by extreme temperatures or altitudes.• Closed-cell foam allows easy cleaning and disinfection. Materialcompatible with all standard cleaning solutions.• Provides added stability for all limbs including the neckType - XL: 5.5” X 36”; 5.9oz; flatfoldEstimatedQuantity perYearPcs - 30Pcs - 30Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotesPROC/222/10/ Medicaments FWC 108


ItemNumber373.374.Specifications *Item - Aluminium Splint,• Waterproof• Reusable• Lightweight and compact• Radiolucent• Fastens in place with tape or wrap of choice. No extra equipmentis needed.• Not affected by extreme temperatures or altitudes.• Closed-cell foam allows easy cleaning and disinfection. Materialcompatible with all standard cleaning solutions.• Provides added stability for all limbs including the neckType - Finger: 1.8” x 3.75”; 0.2oz; flatItem - Ankle Support to stabilize weak and injured ankleEstimatedQuantity perYearPcs - 30Pcs - 30Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotes• Stretch top band keeps support in place comfortablywithout binding.• Contoured shape provides more precise compression andfit.• Heel pocket ensures a comfortable fit.• Knit design uses more stretch yarn where greater flexibilityis desired.Type: Size: MediumAdditional Information - Material Content: 85% nylon, 15%spandexPROC/222/10/ Medicaments FWC 109


ItemNumber375.Specifications *Item - Ankle Support to stabilize weak and injured ankleEstimatedQuantity perYearPcs - 30Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotes• Stretch top band keeps support in place comfortablywithout binding.• Contoured shape provides more precise compression andfit.• Heel pocket ensures a comfortable fit.• Knit design uses more stretch yarn where greater flexibilityis desired.376.Type: Size: LargeAdditional Information - Material Content: 85% nylon, 15%spandexItem - Ankle Support to stabilize weak and injured anklePcs - 30• Stretch top band keeps support in place comfortablywithout binding.• Contoured shape provides more precise compression andfit.• Heel pocket ensures a comfortable fit.• Knit design uses more stretch yarn where greater flexibilityis desired.377.378.Type: Size: X-LargeAdditional Information - Material Content: 85% nylon, 15%spandexItem – Knee Support to stabilize weak and injured kneeType – Size: MediumItem – Knee Support to stabilize weak and injured kneeType – Size: LargePcs - 30Pcs - 30PROC/222/10/ Medicaments FWC 110


ItemNumber379.Specifications *Item – Knee Support to stabilize weak and injured kneeType – Size: X-Large380. Item – Knee Support to stabilize weak and injured kneeType – Size: XX LargeEstimatedQuantity perYearPcs - 30Pcs - 10Specifications Offered(incl. brand/model)Notes,remarks, reftodocumentationEvaluationCommittee’snotes381.382.383.384.385.386.387.388.Item – Knee Splint motion controlType – One size fits allAdditional Information – Length 51 cmItem – Shoulder Support, BiomagneticType – Size: LargeAdditional Information -Item – Back-Support MagneticType – One size fits allAdditional Informationm -Item – Cold, Packs size: 14x13 cmType – Gel, ReusableAdditional InformationItem – Cold, Packs 13x14cmType – DisposableAdditional InformationItem - Hot Pack, , size: 13x14cmType - disposableItem – Hot water bottles, semi-ribbedType – 2 littersAdditional InformationItem – Crutches, PairType – Aluminium LightweightPcs - 5Pcs - 5Pcs - 20Pcs - 200Pcs - 1000Pcs - 500Pcs – 50Pcs - 20PROC/222/10/ Medicaments FWC 111


LOT 3: Laboratory Consumables and ReagentsPlease note the following:• applications for reagents dedicated to the biochemistry equipment ILAB 650 for items: 1-37 and 190-202• items 92 through 99 are dedicated to ABX Pentra 60 haematology analyser.• Items 133 through 136 are dedicated to Quick Read 101 of Orion Diagnostika• Item 137 is dedicated to GEM Premier 3000 Analyzer• Items 81 and 82 are dedicated to Afinion AS 100 Analyzer• Items 180 to189 are replaceable service parts for model ILAB 650 of Instrumentation Laboratory• All the products must have a shell life as following:- Items 69 through 72, 81,82 –minimum 6 months of shelf life.- Items 92, 93 –minimum 1.5 months of shelf life.- Items 133 through 136 –minimum 6 months of shelf life.- Items 137 –minimum 4 months of shelf life.- For other items – minimum 12 months of shelf life(where applicable).ItemNumber1.2.3.Specifications *Item- Glucose (enzymatic GOD-PAP test, To be usedwith IL ILAB 650 Automated Analyzer, Kit Konfig.5x95mlItem- Creatinin -Kinetic (Jaffe) To be used with ILILAB 650 Automated Analyzer, Kit Konfig.10x13+10x24mlItem- HDL-Cholesterol : Direct method To be used withIL ILAB 650 Automated Analyzer, Kit Konfig.2x60+2x20mlEstimatedQuantity perYearPcs – 7Pcs – 15Pcs – 5SpecificationsOffered (incl.brand/model)Notes,remarks, reftodocumentationEvaluation Committee’s notesPROC/222/10/ Medicaments FWC 112


4.5.6.7.8.9.10.11.12.13.14.15.16.17.18.Item- Total Cholesterol (colorimetric enzymatic test) Tobe used with IL ILAB 650 Automated Analyzer KitKonfig. 5x50mlItem- Triglycerides Enzymatique PAP To be used withIL ILAB 650 Automated Analyzer Kit Konfig.5x100mlUrea UV Kinetic,To be used with IL ILAB 650Automated Analyzer, Kit Konfig. 8x100mlUric Acid Enzymatique PAP, To be used with IL ILAB650 Automated Analyzer , Kit Konfig. 5x90mlItem- Bilirubin Direct, To be used with IL ILAB 650Automated Analyzer, Kit Konfig. 4x90+4x75.5mlItem- Bilirubin Total, To be used with IL ILAB 650Automated Analyzer, Kit Konfig. 4x100+4x75.5mlItem- TGP-ALAT single reagent (I.F.C.C.), To be usedwith IL ILAB 650 Automated Analyzer, Kit Konfig.8x48+4x24mlItem- TGO-ASAT single reagent (I.F.C.C.) To be usedwith IL ILAB 650 Automated Analyzer, Kit Konfig.8x48+4x24mlItem- Gamma-GT (carboxy substrate), To be used with ILILAB 650 Automated Analyzer , Kit Konfig.6x40+6x10mlItem- Alkaline Phosphatase (kinetic D.G.K.C.) –Liqui, Tobe used with IL ILAB 650 Automated Analyzer, KitKonfig. 16x7.5mlItem- α-AMILASE LD (kinetic) – Liqui, To be used withIL ILAB 650 Automated Analyzer, Kit Konfig. 12x8mlItem- CK-NAC 3, To be used with IL ILAB 650Automated Analyzer, Kit Konfig. 8x10+4x5mlItem- CK-MB 2, To be used with IL ILAB 650Automated Analyzer, Kit Konfig. 6x10+6x2.5mlItem- Albumin-Kit To be used with IL ILAB 650Automated Analyzer, Kit Konfig. 5x95mlItem- Total Calcium Colorometric CPC method To beused with IL ILAB 650 Automated Analyzer, Kit Konfig.Pcs – 7Pcs – 7Pcs – 7Pcs – 6Pcs – 3Pcs – 6Pcs – 7Pcs – 7Pcs – 7Pcs – 8Pcs - 6Pcs – 3Pcs – 2Pcs – 4Pcs – 4PROC/222/10/ Medicaments FWC 113


19.20.21.22.23.24.25.26.27.28.29.30.31.32.33.34.5x100+5x100mlItem- Magnesium Colorimetric (Xylidil Blue), To be usedwith IL ILAB 650 Automated Analyzer, Kit Konfig.5x20mlItem-Phosphorus colorimetric (AmmoniumPhosphomolibdate), To be used with IL ILAB 650Automated Analyzer, Kit Konfig. 6x10+6x10mlItem- LDL-Cholesterol: Direct, To be used with IL ILAB650 Automated Analyzer, Kit Konfig. 4x18+4x6mlItem- Total Proteins, To be used with IL ILAB 650Automated Analyzer, Kit Konfig. 5x100mlItem- LDH-P, To be used with IL ILAB 650 AutomatedAnalyzer, Kit Konfig. 4x90+4x20mlItem- Cholinesterase, To be used with IL ILAB 650Automated Analyzer, Kit Konfig. 4x90+2x90mlItem- Lipase 2, To be used with IL ILAB 650 AutomatedAnalyzer, Kit Konfig. 6x10+2x10+1x3mlItem- Iron, To be used with IL ILAB 650 AutomatedAnalyzer, Kit Konfig. 4x90+2x15mlItem- QUANTEX IgA, To be used with IL ILAB 650Automated Analyzer, Kit Konfig. 1x19+4x16mlItem- QUANTEX IgM, To be used with IL ILAB 650Automated Analyzer, Kit Konfig. 1x19+4x16mlItem- QUANTEX IgG,To be used with IL ILAB 650Automated Analyzer kit Konfig. 1x19+4x16mlItem- QUANTEX IgE 2 To be used with IL ILAB 650Automated Analyzer Kit Konfig. 2x16+2x5mlItem- QUANTEX RF To be used with IL ILAB 650Automated Analyzer Kit Konfig. 1x75+2x6mlItem- QUANTEX ASO To be used with IL ILAB 650Automated Analyzer Kit Konfig 1x90+2x6mlItem- QUANTEX CRP To be used with IL ILAB 650Automated Analyzer Kit Konfig 1x80+4x10 mLItem- QUANTEX Ferritin To be used with IL ILAB 650Automated Analyzer Kit Konfig. 1x100+3x7mlPcs – 4Pcs -5Pcs – 2Pcs – 6Pcs – 6Pcs – 1Pcs – 2Pcs – 3Pcs – 2Pcs – 2Pcs – 2Pcs – 2Pcs – 3Pcs – 3Pcs – 6Pcs – 2PROC/222/10/ Medicaments FWC 114


35.36.37.38.39.40.41.42.43.44.45.46.47.48.49.50.Item- QUANTEX Lp(a) To be used with IL ILAB 650Automated Analyzer Kit Konfig. 2x11+2x42mlItem- QUANTEX Transferrin To be used with ILILAB 650 Automated Analyzer Kit Konfig.2x100+2x4mlItem- QUANTEX HBA1c To be used with IL ILAB 650Automated Analyzer Kit Konfig.1x50+1x28+1x14+1x14mlItem- Referril G Calibrator Kit Kit Konfig. 10x3 mlItem- Referril G Diluent Kit Kit Konfig. 10x5 mlItem- Serachem Level 1 Control Kit Kit Konfig. 12x5mlItem- Serachem Level 2 Control Kit Kit Konfig. 12x5mlItem- Referril CKMB Calibrator Kit Kit Konfig. 3x1mlItem- Serachem CKMB Control Kit Kit Konfig. 3x1mlItem- ReferrIL HDL Calibrator Kit Konfig. 2x3mlItem- ReferrIL LDL Calibrator Kit Konfig. 3x1mlItem- Quantex Proteins standard multipoint aGPC3,C4,IgA,IgG,IgM,TFR,HPT,ATT Kit Konfig. 5x1mlItem- Quantex IgE standard Kit Konfig. 5x1ml (5 levels)Item- Quantex Proteins control I/II aGPC3,C4,IgA,IgG,IgM,TFR,HPT,ATT,B2Micro Kit Konfig.3x1ml +3x1mlItem- Quantex Ferritine/Myoglobine/IgE control I/II 2Kit Konfig. 3x1ml +3x1mlItem- Quantex CRP standard Kit Konfig. 6x1mlPcs – 2Pcs – 2Pcs -1Pcs -5Pcs -5Pcs – 6Pcs – 6Pcs – 2Pcs – 2Pcs – 3Pcs – 3Pcs – 2Pcs – 2Pcs – 2Pcs – 2Pcs – 2PROC/222/10/ Medicaments FWC 115


51.52.53.54.55.56.57.58.59.60.61.62.63.64.65.66.67.68.Item- Quantex RF standard Kit Konfig. 6x1mlItem- Quantex ASO-CRP-RF control Kit Konfig. 6x1mlItem- Quantex ASO plus standard Kit Konfig. 6x1mlItem- Quantex Ferritine standard Kit Konfig. 5x1ml(5level)Item- quantex Lp(a) standard Kit Konfig. 5x1ml (5level)Item- Quantex Lp(a) control I/II 2 Kit Konfig. 3x1ml+3x1mlItem- Quantex HbA1c standard Kit Konfig. 1x8 mL (level1) + 5x2 mL (levels 2-6)Item- Quantex HbA1c control I/II Kit Konfig. 2 x 0.25mL1 x 2 mLItem- Alcaline Detergent 4 To be used with IL ILAB 650Automated Analyzer Kit Konfig. 1x250mlItem- Acid Detergent To be used with IL ILAB 650Automated Analyzer Kit Konfig. 1x250mlItem- Acid Cuvette Cleaner 4 To be used with IL ILAB650 Automated Analyzer Kit Konfig. 5x1000mlItem- Alcaline Cuvette Cleaner To be used with IL ILAB650 Automated Analyzer Kit Konfig. 5x1000mlItem- Bath Additive To be used with IL ILAB 650Automated Analyzer Kit Konfig. 1x250mlItem- ISE Diluent To be used with IL ILAB 650Automated Analyzer Kit Konfig. 3x2000mlItem- ISE High Calibrator KIT To be used with IL ILAB650 Automated Analyzer Kit Konfig. 3x1000mlItem- ISE Low Calibrator KIT To be used with IL ILAB650 Automated Analyzer Kit Konfig. 3x1000mlItem- ISE Reference KIT To be used with IL ILAB 650Automated Analyzer Kit Konfig. 3x1000mlItem- ISE Activator To be used with IL ILAB 650Automated Analyzer Kit Konfig. 3x50mlPcs – 2Pcs – 2Pcs – 2Pcs – 2Pcs – 2Pcs – 2Pcs – 2Pcs – 2Pcs - 4Pcs -4Pcs -4Pcs -4Pcs -8Pcs – 2Pcs – 2Pcs – 2Pcs – 2Pcs – 2PROC/222/10/ Medicaments FWC 116


69.70.71.72.73.74.75.76.77.78.79.80.81.82.Item- Na+ Electrode To be used with IL ILAB 650Automated Analyzer Kit Konfig. EachItem- K+ Electrode To be used with IL ILAB 650Automated Analyzer Kit Konfig. EachItem- Cl- Electrode To be used with IL ILAB 650Automated Analyzer Kit Konfig. EachItem- Reference Electrode To be used with IL ILAB 650Automated Analyzer Kit Konfig. EachItem- Serum Cups Hitachi Type 3 ml 5000 To be usedwith IL ILAB 650 Automated Analyzer Kit Konfig. EachItem- GAC 10" filter cartridge To be used with IL ILAB650 Automated Analyzer Water Purifier System KitKonfig. EachItem- PP filter cartridge 25µ/10" To be used with IL ILAB650 Automated Analyzer Water Purifier System KitKonfig. EachItem- Sediment pre filter cartridge MERLIN To be usedwith IL ILAB 650 Automated Analyzer WaterPurifier System Kit Konfig. EachItem- Carbon pre filter cartridge MERLIN To be usedwith IL ILAB 650 Automated Analyzer Water PurifierSystem Kit Konfig. EachItem- RO membrane cartridge MERLIN To be used withIL ILAB 650 Automated Analyzer Water Purifier SystemKit Konfig. EachItem- Ion Exchange Resin (with beads of 1-2 mmdiameter) To be used with IL ILAB 650 AutomatedAnalyzer Water Purifier System 25 Kg BAG Kit Konfig.25 Kg BagItem- Hi Grade NaCl in pellets for Water Softener To beused with IL ILAB 650 Automated Analyzer WaterPurifier System 25 Kg BAG Kit Konfig. 25 Kg BagItem- AFINION ACR Test KIT To be used withAFINION AS100 Analyzer System Kit Konfig. 15 testsItem- AFINION HBA1c Test 15 tests /KIT 10 To be usedwith AFINION AS100 Analyzer System Kit Konfig. 15Pcs – 2Pcs – 2Pcs – 2Pcs – 2Pcs – 5000Pcs - 4Pcs -4Pcs – 4Pcs - 4Pcs – 2Pcs – 2Pcs – 10Pcs – 5Pcs – 10PROC/222/10/ Medicaments FWC 117


83.84.85.86.87.88.89.90.91.92.93.94.95.96.97.98.testsItem- Fibrinogen C reagent kit IL or equivalentDetermination of FIB using the Clauss method KitKonfig. 8x2 mLItem- Factor Diluent IL or equivalent For the calibrationof PT and Fibrinogen tests Kit Konfig. 1x100 mlItem- PT reagent kit (PT Recombiplastin) IL or equivalentISI less than 1.2 4 Kit Konfig. 5x8 mlItem- a-PTT reagent kit (Synthasil) IL orequivalentActivator: micronized silica Kit Konfig. 5x10mlItem- D-Dimer reagent kit IL or equivalent Kit Konfig.100 testsItem- Calibration Plasma IL or equivalent Kit Konfig.10x1mlItem- Control Plasma Assayed IL or equivalent KitKonfig. 10x1mLItem- D-Dimer Control levels IL or equivalent Kit Konfig.5x1 mL + 5x1 mLTest tubes for coagulometer CL 2000 kit Konfig. EachItem- ABX Difftrol (control Normal) for ABX Pentra 60Kit Konfig. 2x3mLItem- Blood calibrator for ABX Pentra 60 (originalproduct made by ABX) kit Konfig. 1x2mlItem- ABX Diluent To be used with ABX Pentra 60 KitKonfig. 20L ContainerItem- ABX Eosinofix To be used with ABX Pentra 60Kit Konfig. 1L BottleItem- ABX Alphalyse To be used with ABX Pentra 60 kitKonfig. 400mL BottleItem- ABX BasolyseII To be used with ABX Pentra 60Kit Konfig. 1L BottleItem- ABX Minoclaire To be used with ABX Pentra 60Kit Konfig. 500 ml BottlePcs – 2Pcs – 2Pcs - 4Pcs – 4Pcs – 2Pcs – 2Pcs – 4Pcs -1Pcs - 2000Pcs – 2Pcs – 2Pcs - 8Pcs – 8Pcs – 8Pcs – 8Pcs – 2PROC/222/10/ Medicaments FWC 118


99.100.101.102.103.104.105.106.107.108.109.110.111.112.113.114.115.Item- ABX Cleaner To be used with ABX Pentra 60 KitKonfig. 1L BottleItem- ELISA HIV - 1 + 2 Antibody Human or equivalent96 tests/Kit, Antibody test Kit Konfig. 96 tests/KitItem- ELISA HbsAg Human or equivalent 2 96tests/Kit, Antigen test Kit Konfig. 96 tests/KitItem- ELISA Anti-HBs Human or equivalent 96tests/Kit, Antibody test Kit Konfig. 96 tests/KitItem- ELISA Anti-HBc Human or equivalent 96tests/Kit, Antibody test Kit Konfig. 96 tests/KitItem- ELISA Anti-HCV Human or equivalent 96tests/Kit, Antibody test kit Konfig. 96 tests/KitItem- ELISA T3 Total Human or equivalent 96 tests/KitKit Konfig. 96 tests/Kititem- ELISA T4 Total Human or equivalent 96 tests/Kitkit Konfig. 96 tests/KitItem- ELISA TSH Human or equivalent 96 tests/Kit KitKonfig. 96 tests/KitItem- ELISA PSA Total Human or equivalent 96 tests/KitKit Konfig. 96 tests/KitItem- ELISA Herpes Simplex 2 Human or equivalent 96tests/Kit kit Konfig. 96 tests/KitItem- ELISA VZV IgG Human or equivalent 96tests/Kit Kit Konfig. 96 tests/KitItem- ELISA VZV IgM Human or equivalent 96tests/Kit kit Konfig. 96 tests/KitItem- Rheumatoid Factors –Latex test 100 tests/Kit KitKonfig. 96 tests/KitItem- CRP –Latex test 100 tests/Kit kit Konfig. 96tests/KitItem- ASTO (ASLO) –Latex test 100 tests/Kit KitKonfig. 96 tests/KitItem- Febrile Antigens Agglutination slide and tube testsfor qualitative and semi-quantitative determination ofantibodies against febrile antigens in serum.Multiscreening (6x100 tests) Kit, Kit Konfig. 6x100Pcs – 16Pcs – 2Pcs – 2Pcs – 2Pcs – 1Pcs – 2Pcs – 8Pcs – 8Pcs – 8Pcs – 6Pcs – 3Pcs – 1Pcs – 1Pcs – 6Pcs - 20Pcs - 6Pcs – 4PROC/222/10/ Medicaments FWC 119


116.117.118.119.120.121.122.123.124.125.126.tests/KitItem- Syphilis rapid screening test To be used with wholeblood, serum, plasma results in less than 20 minutes. KitKonfig. 20 tests per kitItem- Chlamydia Ag-rapid screening test For male swabsand urine and female swabs, results in less than 20minutes. Kit must contain collection swabs. Kit Konfig.30 tests per kitItem- Ghonorrhea Ag-rapid screening test For male swabsand urine and female swabs, results in less than 20minutes. Kit must contain collection swabs. Kit Konfig.30 tests per kittem- IgE (screening test) Sensitivity 100IU/mL, thresholdfor normal No cross-reaction with other immunoglobinsResults in less than 15 minutes Kit Konfig. 20 tests/KitItem- Helicobacter Pylori rapid screening test To be usedwith serum, plasma and whole blood. Results in less than10 minutes Kit Konfig. 20 tests /KitItem- Rapid HIV 1-2 To be used with serum, plasma andwhole blood. Results in less than 10 minutes Sensitivity100 % Specificity 99.8 % Kit Konfig. 40 tests / KitItem- Strep A For the fast detection of β-HemolyticStreptococcus Group A in throat swabs Extraction onroom temperature Results in less than 10 minutes KitKonfig. 20 tests /KitItem- HbsAg Sensitive one step dip stick test for HepatitisB Antigen High sensitivity Kit Konfig. 60 tests/KitItem- Anti-HCV Ab Rapid test strip for the qualitativedetection of antibodies to HCV in whole blood, serum orplasma. Kit Konfig. 20 tests/KitItem- HbsAb Rapid test strip for the qualitative detectionof anti-HBs against Hepatitis B in whole blood, serum orplasma Kit Konfig. 20 tests/KitItem- HbcAb Rapid test strip for the qualitative detectionof anti-HBc antibodies against Hepatitis B in whole blood,serum or plasma Kit Konfig. 20 tests/KitPcs – 4Pcs – 5Pcs – 2Pcs – 1Pcs – 15Pcs – 8Pcs - 2Pcs – 6Pcs – 6Pcs – 5Pcs – 2PROC/222/10/ Medicaments FWC 120


127.128.129.130.131.132.133.134.135.136.137.Item- Troponin I Immunochromatographic 1-step test Tobe used with serum or plasma Kit Konfig. 10 tests/KitItem- OBTI No special diet necessary before testingExcellent sensitivity and specificity Detection limit at0.1µg/mL transport medium Dynamic range up to2000µg/mL transport medium Results within 5 minutes.Kit Konfig. 24 tests / KitItem- Rapid pregnancy tests Optimized for urine sampleKit Konfig. 60 tests/KitItem- Tuberculosis test Rapid test kit Specificity of 100%Results in less than 20 minutes Kit Konfig. 20 tests / KitItem- Malaria (OptiMAL® or similar) Must indicatepresence or absence of Plasmodium species Must indicatedifferential diagnosis of Plasmodium species. Sensitivitycorresponding of a parasitemia of 0.002% Kit Konfig. 48tests /KitItem - OptiMAL® Positive control Expiry date should beat least 6 months Kit Konfig. 1x0.2mL kitItem- Kits for QuikRead® CRP (Orion Diagnostica) Tobe used with Quick Read 101 Instrument Must contain:CRP reagent caps, buffer, cuvettes, magnetic card,instruction for use, capillaries, and plungers Kit Konfig.50 tests per kitItem- Kits for QuikRead 101 ® U-ALB (OrionDiagnostica) to be used with Quick Read 101 instrumentMust contain: CRP reagent caps, buffer, cuvettes,magnetic card and instruction for use. Kit Konfig. 25 testsper kitItem- Control for QuikRead 101 ® CRP (OrionDiagnostica) To be used with Quick Read 101 instrumentKit Konfig. Vial of 2 mLItem- Control for QuikRead 101 ® U-ALB (OrionDiagnostica) To be used with Quick Read 101 instrumentKit Konfig. Vial of 2 mLItem- IL GEM Premier 3000 disposable packs IQM To beused with IL GEM Premier 3000 machine determinationPcs – 8Pcs – 2Pcs – 2Pcs – 4Pcs – 1Pcs – 1Pcs – 10Pcs – 4Pcs – 4Pcs – 1Pcs – 16PROC/222/10/ Medicaments FWC 121


138.139.140.141.142.143.144.145.146.147.of pH, pCO2, pO2, Hct, Na, K, Ca Number of samples:75 Kit Konfig. EachItem- Needles for S-Monovette® Sarstedt 0.8mm/38mm –20G x 11/2 no.1 (green color)\ 4000 KitKonfig. EachItem- S-Monovette® Sarstedt Serum clotting activator 7.5mL -with colored paper label Kit Konfig.EachItem- S-Monovette® Sarstedt Hematology PotassiumEDTA 2.6 mL -with colored paper label Kit Konfig.EachItem- Sarstedt Sediplus® ESR Rack with graduated backwall Kit Konfig. EachItem- Sarstedt Sediplus® graduated pipettes(Sedimentation pipettes including assembled piston insert)To work with Sediplus® ESR rack Kit Konfig. EachItem- S-Monovette® Sarstedt Coagulation SodiumCitrate 1 in 10 3.0 mL -with colored paper label KitKonfig. EachItem- S-Monovette® Sarstedt ESR Sodium Citrate 1 in5 2.0 mL Kit Konfig. EachItem- S-Monovette® Blood Gas Sarstedt (CalciumbalancedLithium Heparin) 500 Individually wrapped2.0mL -with colored paper label Kit Konfig. Eachitem- Microvette® 200 for hematology (K-EDTA)Sarstedt Assembled capillary for blood collectionaccording to the end-to-end principle Special twist capdesign is easy to open and minimizes aerosol effect Colorcoded cap and print for easy identification of additivesand volumes 200µL volume Kit Konfig. EachItem- Microvette® 200 for glucose (Fluoride) SarstedtAssembled capillary for blood collection according to theend-to-end principle special twist cap design is easy toopen and minimizes aerosol effect Color coded cap andprint for easy identification of additives and volumes200µL volume Kit Konfig. EachPcs – 4000Pcs – 4000Pcs – 4000Pcs – 1Pcs – 4000Pcs – 500Pcs – 4000Pcs – 500Pcs – 1000Pcs – 500PROC/222/10/ Medicaments FWC 122


148.149.150.151.152.153.154.155.156.157.158.159.160.Item- Microvette® 200 for serum (clotting activator)Sarstedt Assembled capillary for blood collectionaccording to the end-to-end principle Special twist capdesign is easy to open and minimizes aerosol effect Colorcoded cap and print for easy identification of additivesand volumes 200 µL volume Kit Konfig. EachItem- Tips Yellow (5-200µL) on Tip Rack. Kit Konfig.Box of 10x96Item- Tips Blue (50-1000µL) ) on Tip Rack. Kit Konfig.Box of 5x96item- Tips White (1000-5000µL) ) Kit Konfig. Box of 100Item- Eppendorf Variable Pipette 2-20 µl Kit Konfig.EachItem- Eppendorf Variable Pipette 20-200 µl Kit Konfig.Eachitem- Eppendorf Variable Pipette 200-1,000 µl KitKonfig. EachItem- Eppendorf Variable Pipette 1,000-5,000 µl KitKonfig. EachItem- Screw cap micro tubes with separated cap 3000made of polypropylene Dimension: diameter 10.2 mmand height 45.4 mm Cap must be included Kit Konfig.EachItem- Urine test strips Must include the followingparameters: Blood, Glucose, Ketones, Nitrites, pH,Bilirubin, Urobilinogen, Proteins, Specific Gravity,Leukocytes. Kit Konfig. 100 tests per KITItem- Microscope Cover Glass Dust free, clean to bemade of clear optical glass Thickness between 0.13 and0.17 mm, Dimension: 18x18mm Kit Konfig. 100 piecesper kitItem- Microscope Slides Approx. 76x26mm pre-cleaned,ready to use Cut edges Kit Konfig. 50 Pieces per kitItem- Sulphosalycilic acid (C7H6O6S) CAS 97-05-2 Inpowder-P.A Kit Konfig. 250 gr BottlePcs - 200Pcs - 10Pcs – 10Pcs – 10Pcs -1Pcs - 1Pcs- 1Pcs – 1Pcs – 3000Pcs – 45Pcs – 10Pcs – 20Pcs – 1PROC/222/10/ Medicaments FWC 123


161.162.163.164.165.166.167.168.169.170.171.172.173.174.175.176.177.Item- Round bottom polystyrene tubes Dimensions 12 x75 (thick wall -internal diameter 10 mm) Kit Konfig.EachItem- Graduated Cylinder 100 ml Made of glass or hardplastic resistent to solvents Kit Konfig. EachItem- Graduated Cylinder 250 ml Made of glass or hardplastic resistent to solvents Kit Konfig. EachItem- Graduated Cylinder 500 ml Made of glass or hardplastic resistent to solvents Kit Konfig. EachItem- Graduated Cylinder 1000 ml Made of glass or hardplastic resistent to solvents Kit Konfig. Eachitem- Urine Containers 60-100 ml Kit Konfig. 500pcs/boxItem- Urine Containers 60-100 ml – Sterile, Individuallywrapped Kit Konfig. 500pcs/boxItem- Disposable Conical Centrifuge Tubes made ofpolypropylene 12 ml Kit Konfig. EachItem-Glass Volumetric Pipette 1ml mark Kit Konfig. EachItem-Glass Volumetric Pipette 2ml mark Kit Konfig. EachItem-Glass Volumetric Pipette 3ml mark Kit Konfig. EachItem-Glass Volumetric Pipette 5ml mark Kit Konfig. EachItem-Turniqu with one hand lock and release operationKit Konfig. EachItem- Stool Containers with Spoon 30 ml Kit Konfig.400pcs/boxItem- Stool Containers with Spoon 30 ml –Sterile,Individually wrapped Kit Konfig.400pcs/boxItem- Square Semi-micro Cuvettes 1.5 ml kit Konfig. 100pcs/boxItem-Test Tube Rack Autoclavable For tubes 16x100 mmKit Config. EachPcs – 10000Pcs – 1Pcs – 1Pcs – 1Pcs - 1Pcs – 6Pcs – 2Pcs – 5000Pcs – 3Pcs – 3Pcs – 3Pcs – 3Pcs – 10Pcs- 1Pcs – 1Pcs -4Pcs - 6PROC/222/10/ Medicaments FWC 124


178.179.180.181.182.183.184.185.186.187.188.189.190.Item- Universal timer, with digital display and signalalarm with magnet, clip, base and battery. Kit Konfig.EachItem- Non Sterile Single Use Nitrile Gloves Medium SizeKit Konfig. 100 pcs /boxItem- Dryer Tip (Code 0018470810) To be used with ILILAB 650 Automated Analyzer Kit Konfig. EachItem- Reagent syringe sealer 5.05 2 pieces Kit (Code0018275681) To be used with IL ILAB 650 AutomatedAnalyzer Kit Konfig. KitItem- Lamp photometer 1 piece (Code0018471350) To beused with IL ILAB 650 Automated Analyzer Kit Konfig.EachItem- Stirring rod assembly 1 piece (Code 0018470190)To be used with IL ILAB 650 Automated Analyzer KitKonfig. Eachitem- ISE Seal probe 1 piece (Code 0018470220) To beused with IL ILAB 650 Automated Analyzer Kit Konfig.KitItem- ISE syringe sealer 7.28 1 piece (Code 0018271895)To be used with IL ILAB 650 Automated Analyzer KitKonfig. EachItem- ISE syringe sealer 5.05 2 pieces Kit (Code0018275671) To be used with IL ILAB 650 AutomatedAnalyzer Kit Konfig. KitItem- Sample probe assy 1 piece (Code 0018470490) Tobe used with IL ILAB 650 automated Analyzer KitKonfig. EachItem- Packing Syringe 1.6 1 Piece (Code 0018271890)To be used with IL ILAB 650 Automated Analyzer KitKonfig. EachItem- Reagent probe assy 1 piece (Code 0018470500) Tobe used with IL ILAB 650 Automated Analyzer kitKonfig. EachItem- Amphetamines with Calibrator and Control To beused with IL ILAB 650 Automated Analyzer Kit Konfig.Pcs – 1Pcs – 60Pcs – 2Pcs – 4Pcs -2Pcs – 2Pcs – 2Pcs – 2Pcs – 2Pcs – 1Pcs – 1Pcs – 2Pcs - 1PROC/222/10/ Medicaments FWC 125


191.192.193.194.195.196.197.198.199.200.201.202.1x100 +1x100 mlItem- Barbiturate with Calibrator and Control To be usedwith IL ILAB 650 Automated Analyzer Kit Konfig.1x100 +1x100 mlItem- Benzodiazepine with Calibrator and Control To beused with IL ILAB 650 Automated Analyzer Kit Konfig.1x100 +1x100 mlItem- Cannabinoid with Calibrator and Control To be usedwith IL ILAB 650 Automated Analyzer Kit Konfig.1x100 +1x100 mlItem- Cocaine Metabolite with Calibrator and Control Tobe used with IL ILAB 650 Automated Analyzer kitKonfig. 1x100 +1x100 mlItem- Cotinine with Calibrator and Control To be usedwith IL ILAB 650 Automated Analyzer Kit Konfig.1x100 +1x100 mlItem- Ecstasy with Calibrator and Control To be used withIL ILAB 650 Automated Analyzer Kit Konfig. 1x100+1x100 mlItem- Ethyl Alcohol with Calibrator and Control To beused with IL ILAB 650 Automated analyzer Kit Konfig.1x100 +1x100 mlItem- Methadone with Calibrator and Control To be usedwith IL ILAB 650 Automated Analyzer Kit Konfig.1x100 +1x100 mlItem- Methaqualone with Calibrator and Control To beused with IL ILAB 650 Automated Analyzer Kit Konfig.1x100 +1x100 mlItem- Opiate with Calibrator and Control To be used withIL ILAB 650 Automated Analyzer Kit Konfig. 1x100+1x100 mlItem- Phenciclidine with Calibrator and Control To beused with IL ILAB 650 Automated Analyzer Kit Konfig.1x100 +1x100 mlItem- Propoxyphene with Calibrator and Control To beused with IL ILAB 650 Automated Analyzer Kit Konfig.Pcs – 1Pcs – 1Pcs – 1Pcs – 1Pcs – 1Pcs – 1Pcs – 1Pcs – 1Pcs – 1Pcs – 1Pcs – 1Pcs – 1PROC/222/10/ Medicaments FWC 126


203.204.205.206.207.208.1x100 +1x100 mlItem- Microvette® CB 200 ESR Sarstedt Formeasurement of sedimentation rate in capillary blood inonly only 200 µl of whole blood Kit Konfig. EachItem- ESR Rack for Microvette® CB 200 ESR SarstedtSpecially designed for the Microvette® CB 200 ESR kitKonfig. EachItem- S-Monovette Multifly Needle Sarstedt 23 G x 3/4”,Blue color Kit Konfig. EachItem- S-Monovette Luer Multi Adapter Sarstedt Allowsthe S-Monovette® to be used with Luer systems KitKonfig. EachItem- S-Monovette Membrane Adapter Sarstedt Allows adevice with Luer fitting to be used with the S-Monovettesystems Kit Konfig. EachItem- S-Monovette Sarstedt Glucose Fluoride 2.7 mL -with colored paper label Kit Konfig. EachPcs – 500Pcs – 2Pcs – 500Pcs – 1000Pcs – 1000Pcs – 500PROC/222/10/ Medicaments FWC 127


ANNEX IV : Budget breakdown (Model financial offer)PUBLICATION REFERENCE: EuropeAid/130242/D/SUP/XKPage No 1 [of…]NAME OF TENDERER: [……………………………]LOT 1: MedicamentsA B C D EITEMNUMBER1.QUANTITYPcs - 7500SPECIFICATIONS OFFERED(INCL BRAND/MODEL)UNIT COSTS WITHDELIVERY 10TOTAL2.Pcs – 120003.Pcs – 72004.Pcs – 120005.Pcs – 36006.Pcs – 36007.Pcs – 6008.Pcs – 90009.Pcs – 100010 - Incoterms 2000 International Chamber of Commerce -http://www.iccwbo.org/incoterms/id3040/index.html128


10.11.12.13.14.15.16.17.18.19.20.21.22.23.24.25.26.27.28.29.Pcs – 1000Pcs – 30000Pcs – 7500Pcs – 240Pcs – 200Pcs – 1000Pcs – 1014Pcs – 1000Pcs – 120Pcs – 120Pcs – 120Pcs – 5000Pcs – 7500Pcs – 100Pcs – 100Pcs – 120Pcs – 120Pcs – 7200Pcs – 120Pcs – 120129


30.31.32.33.34.35.36.37.38.39.40.41.42.43.44.45.46.47.48.49.Pcs – 2400Pcs – 500Pcs – 100Pcs – 1000Pcs – 2400Pcs – 120Pcs – 50Pcs – 120Pcs – 400Pcs – 3000Pcs – 3000Pcs – 2400Pcs – 100Pcs – 120Pcs – 500Pcs – 50Pcs – 50Pcs – 50Pcs – 2400Pcs – 240130


50.51.52.53.54.55.56.57.58.59.60.61.62.63.64.65.66.67.68.69.Pcs – 360Pcs – 60Pcs – 200Pcs – 100Pcs – 3600Pcs – 2400Pcs – 500Pcs – 1200Pcs – 60Pcs – 3000Pcs – 100Pcs – 25Pcs – 30Pcs – 20Pcs – 500Pcs – 120Pcs – 500Pcs – 500Pcs – 1800Pcs – 200131


70.71.72.73.74.75.76.77.78.79.80.81.82.83.84.85.86.87.88.89.Pcs – 6000Pcs – 240Pcs – 1500Pcs – 1200Pcs – 4000Pcs – 200Pcs – 1200Pcs – 30Pcs – 6000Pcs – 120Pcs – 200Pcs – 1000Pcs – 20Pcs – 300Pcs – 240Pcs – 1200Pcs – 120Pcs – 2000Pcs – 350Pcs – 60132


90.91.92.93.94.95.96.97.98.99.100.101.102.103.104.105.106.107.108.109.Pcs – 60Pcs – 200Pcs – 240Pcs – 60Pcs – 100Pcs – 200Pcs – 25Pcs – 1200Pcs – 60Pcs – 35Pcs – 200Pcs – 500Pcs – 1000Pcs – 1000Pcs – 50Pcs – 600Pcs – 120Pcs – 50Pcs – 60Pcs – 50133


110.111.112.113.114.115.116.117.118.119.120.121.122.123.124.125.126.127.128.129.Pcs – 50Pcs – 20Pcs – 100Pcs – 10Pcs – 10Pcs – 10Pcs – 50Pcs – 60Pcs – 10Pcs – 10Pcs – 30Pcs – 240Pcs – 500Pcs – 300Pcs – 50Pcs – 120Pcs – 200Pcs – 200Pcs – 50Pcs – 200134


130.131.132.133.134.135.136.137.138.139.140.141.142.143.144.145.146.147.148.149.Pcs – 180Pcs – 120Pcs – 500Pcs – 1050Pcs – 120Pcs – 50Pcs – 1200Pcs – 120Pcs – 30Pcs – 150Pcs – 120Pcs – 120Pcs – 250Pcs – 120Pcs – 100Pcs – 150Pcs – 120Pcs – 180Pcs – 180Pcs – 180135


150.151.152.153.154.155.156.157.158.159.160.161.162.163.164.165.166.167.168.169.Pcs – 60Pcs – 180Pcs – 60Pcs – 10Pcs – 20Pcs – 50Pcs – 60Pcs – 30Pcs – 150Pcs – 20Pcs – 180Pcs – 200Pcs – 12Pcs – 50Pcs – 12Pcs – 12Pcs – 12Pcs – 150Pcs – 50Pcs – 100136


170.171.172.173.174.175.176.177.178.179.180.181.182.183.184.185.186.187.188.189.Pcs – 100Pcs – 180Pcs – 100Pcs – 50Pcs – 100Pcs – 60Pcs – 100Pcs – 50Pcs – 20Pcs – 20Pcs – 150Pcs – 20Pcs – 100Pcs – 15Pcs – 20Pcs – 20Pcs – 20Pcs – 20Pcs – 10Pcs – 2137


190.191.192.193.194.195.196.197.198.199.200.201.202.203.204.205.206.207.208.209.Pcs – 20Pcs – 10Pcs – 20Pcs – 50Pcs – 100Pcs – 10Pcs – 10Pcs – 10Pcs – 10Pcs – 20Pcs – 20Pcs – 20Pcs – 30Pcs – 50Pcs – 50Pcs – 200Pcs – 10Pcs – 300Pcs – 100Pcs – 100138


210.211.212.213.214.215.216.Pcs – 8000Pcs – 100Pcs – 15Pcs – 100Pcs – 10Pcs – 10Pcs – 10TOTAL:139


ANNEX IV : Budget breakdown (Model financial offer)PUBLICATION REFERENCE: EuropeAid/130242/D/SUP/XKNAME OF TENDERER: [……………………………]LOT 2: ConsumablesB C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)1. Pcs- 20UNIT COSTS WITHDELIVERY11TOTAL2.3.4.5.6.7.Pcs- 100Pcs-200Pcs-2000Pcs-300Pcs- 10000Pcs- 511 - Incoterms 2000 International Chamber of Commerce -http://www.iccwbo.org/incoterms/id3040/index.html140


B C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)8.Pcs- 5UNIT COSTS WITHDELIVERY11TOTAL9.10.Pcs- 5Pcs- 1000011.12.13.14.15.16.17.18.19.Pcs- 100Pcs - 100Pcs- 10Pcs - 5Pcs- 30Pcs- 800Pcs- 30Pcs- 30Pcs - 2141


B C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)20.Pcs- 30UNIT COSTS WITHDELIVERY11TOTAL21.22.23.24.25.26.27.28.29.30.31.32.Pcs - 10Pcs - 2Pcs - 2Pcs - 2Pcs - 2Pcs - 2Pcs - 2Pcs - 10Pcs - 2Pcs - 2Pcs - 2Pcs - 2142


B C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)33.Pcs - 2UNIT COSTS WITHDELIVERY11TOTAL34.35.36.37.38.39.40.41.42.43.44.45.Pcs - 2Pcs - 50Pcs - 4Pcs - 2Pcs - 1Pcs - 2Pcs - 2Pcs - 1Pcs - 2Pcs - 2Pcs - 2Pcs - 200143


B C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)46.Pcs - 100UNIT COSTS WITHDELIVERY11TOTAL47.48.49.50.51.52.53.54.55.56.57.58.Pcs - 5Pcs - 5Pcs – 15Pcs- 12Pcs- 12Pcs - 10Pcs - 1Pcs - 3Pcs - 4Pcs - 4Pcs - 2Pcs - 2144


B C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)59.Pcs - 2UNIT COSTS WITHDELIVERY11TOTAL60.61.Pcs - 4Pcs - 262.63.64.65.66.67.68.69.70.71.Pcs - 2Pcs - 2Pcs - 2Pcs - 2Pcs - 2Pcs - 1Pcs - 2Pcs - 2Pcs - 4Pcs - 6145


B C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)72.Pcs - 4UNIT COSTS WITHDELIVERY11TOTAL73.74.75.76.77.78.79.80.81.82.83.84.Pcs - 4Pcs - 4Pcs - 4Pcs - 4Pcs - 2Pcs - 2Pcs - 2Pcs - 2Pcs - 2Pcs - 4Pcs - 1Pcs - 2146


B C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)85.Pcs - 2UNIT COSTS WITHDELIVERY11TOTAL86.87.88.89.90.91.92.93.94.95.96.97.Pcs - 2Pcs - 2Pcs - 2Pcs - 2Pcs - 2Pcs - 2Pcs - 1Pcs - 1Pcs - 1Pcs - 1Pcs - 1Pcs - 1147


B C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)98.Pcs - 1UNIT COSTS WITHDELIVERY11TOTAL99.100.101.102.103.104.105.106.107.108.109.110.Pcs- 2Pcs - 1Pcs - 1Pcs - 1Pcs - 1Pcs - 1Pcs - 1Pcs - 10Pcs - 30Pcs - 2000Pcs - 5Pcs - 5148


B C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)111.Pcs - 5UNIT COSTS WITHDELIVERY11TOTAL112.113.114.115.116.117.118.119.120.121.122.123.Pcs - 5Pcs- 10Pcs- 10Pcs- 10Pcs- 10Pcs- 100Pcs- 100Pcs- 30Pcs- 30Pcs- 10Pcs- 100Pcs- 100149


B C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)124.Pcs- 10UNIT COSTS WITHDELIVERY11TOTAL125.126.127.128.129.130.131.132.133.134.135.136.Pcs- 10Pcs- 10Pcs- 10Pcs- 10Pcs- 10Pcs- 30Pcs- 10Pcs- 30Pcs- 70Pcs- 70Pcs - 30Pcs - 40150


B C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)137.Pcs - 30UNIT COSTS WITHDELIVERY11TOTAL138.139.140.141.142.143.144.145.146.147.148.149.Pcs- 20Pcs- 50Pcs- 50Pcs- 5Pcs- 5Pcs- 10Pcs- 10Pcs - 200Pcs - 200Pcs- 30Pcs- 10Pcs- 5151


B C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)150.Pcs- 20UNIT COSTS WITHDELIVERY11TOTAL151.152.153.154.155.156.157.158.159.160.161.162.Pcs- 20Pcs- 20Pcs - 150Pcs- 5 kitsPcs- 500Pcs- 5Pcs- 50Pcs- 10Pcs- 300Pcs - 100Pcs- 10Pcs- 10152


B C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)163.Pcs- 30UNIT COSTS WITHDELIVERY11TOTAL164.165.166.167.168.169.170.171.172.173.174.175.Pcs - 100Pcs - 3Pcs - 200Pcs - 2001520Pcs- 500Pcs- 1000Pcs- 1000Pcs- 500Pcs- 100Pcs- 500153


B C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)176.Pcs- 25UNIT COSTS WITHDELIVERY11TOTAL177.178.179.180.181.182.183.184.185.186.187.188.Pcs- 25Pcs- 20Pcs- 20Pcs- 2500Pcs- 1500Pcs- 2000Pcs- 1000Pcs- 1000Pcs- 200Pcs- 200Pcs- 200Pcs- 200154


B C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)189.Pcs- 200UNIT COSTS WITHDELIVERY11TOTAL190.191.192.193.194.195.196.197.198.199.200.201.Pcs- 200Pcs- 200Pcs- 200Pcs- 200Pcs- 200Pcs- 400Pcs- 1000Pcs- 1000Pcs- 1000Pcs- 100Pcs- 50Pcs - 300155


B C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)202.Pcs - 200UNIT COSTS WITHDELIVERY11TOTAL203.204.205.206.207.208.209.210.211.212.213.214.Pcs- 200Pcs- 500Pcs- 150Pcs- 150Pcs- 50Pcs- 150Pcs- 150Pcs- 50Pcs - 250Pcs- 200Pcs- 30Pcs- 1500156


B C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)215.Pcs- 500UNIT COSTS WITHDELIVERY11TOTAL216.217.218.219.220.221.222.223.224.225.226.227.Pcs- 500Pcs- 500Pcs - 10Pcs - 10Pcs - 10Pcs - 10Pcs- 250Pcs - 10Pcs - 10Pcs - 30Pcs - 10Pcs - 100157


B C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)228.Pcs - 100UNIT COSTS WITHDELIVERY11TOTAL229.230.231.232.233.234.235.236.237.238.239.240.Pcs - 20Pcs - 10Pcs - 20Pcs- 50Pcs- 50Pcs- 50Pcs- 50Pcs- 50Pcs- 50Pcs- 50Pcs- 50Pcs- 50158


B C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)241.Pcs- 50UNIT COSTS WITHDELIVERY11TOTAL242.243.244.245.246.247.248.249.250.251.252.253.Pcs- 50Pcs- 50Pcs- 50Pcs- 100Pcs- 50Pcs- 50Pcs- 50Pcs- 1000Pcs - 30Pcs- 100Pcs- 100Pcs- 100159


B C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)254.Pcs- 50UNIT COSTS WITHDELIVERY11TOTAL255.256.257.258.259.260.261.262.263.264.265.266.Pcs - 700Pcs - 10Pcs - 12Pcs - 36Pcs - 15Pcs - 100Pcs - 100Pcs - 3Pcs - 1000Pcs - 50Pcs - 30Pcs - 2160


B C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)267.Pcs – 10000UNIT COSTS WITHDELIVERY11TOTAL268.269.270.271.272.273.274.275.276.277.278.279.Pcs - 2Pcs - 50Pcs - 100Pcs - 50Pcs- 10Pcs - 100Pcs - 100Pcs - 100Pcs- 50Pcs- 50Pcs- 300Pcs- 200161


B C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)280.Pcs- 1000UNIT COSTS WITHDELIVERY11TOTAL281.282.283.284.285.286.287.288.289.290.291.292.Pcs- 200Pcs- 50Pcs- 10Pcs- 500Pcs-500Pcs- 250Pcs- 1000Pcs- 30Pcs- 30Pcs- 10000Pcs- 300Pcs- 300162


B C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)293.Pcs- 100UNIT COSTS WITHDELIVERY11TOTAL294.295.296.297.298.299.300.301.302.303.304.305.Pcs - 20Pcs - 20Pcs- 50Pcs - 50Pcs - 100Pcs- 200Pcs- 150Pcs- 50Pcs- 100Pcs- 1000Pcs- 1000Pcs- 100163


B C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)306.Pcs- 50UNIT COSTS WITHDELIVERY11TOTAL307.308.309.310.311.312.313.314.315.316.317.318.Pcs- 50Pcs - 10Pcs - 20Pcs- 100Pcs- 100Pcs- 50Pcs- 50Pcs- 50Pcs- 100Pcs- 10000Pcs- 500Pcs - 10164


B C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)319.Pcs - 6UNIT COSTS WITHDELIVERY11TOTAL320.321.322.323.324.325.326.327.328.329.330.331.Pcs - 1Pcs- 1000Pcs - 10Pcs- 500Pcs- 500Pcs - 500Pcs - 500Pcs- 200Pcs- 200Pcs - 500Pcs - 500Pcs- 200165


B C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)332.Pcs- 200UNIT COSTS WITHDELIVERY11TOTAL333.334.335.336.337.338.339.340.341.342.343.344.Pcs- 60Pcs- 60Pcs- 60Pcs- 150Pcs - 20Pcs- 20Pcs - 5Pcs- 200Pcs- 100Pcs- 50Pcs- 50Pcs- 100166


B C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)345.Pcs- 1000 PairUNIT COSTS WITHDELIVERY11TOTAL346.347.348.Pcs - 50Pcs - 150Pcs - 100349.350.351.352.353.354.355.356.Pcs - 50Pcs - 50Pcs - 50Pcs- 300 PairPcs- 500 PairPcs - 500 PairPcs- 500 PairPcs- 300 Pair167


B C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)357.358.Pcs - 20Pcs- 150UNIT COSTS WITHDELIVERY11TOTAL359.360.361.362.363.364.365.366.367.368.369.Pcs - 30Pcs - 205 Pair5 Pair5 Pair5 Pair5 Pair50 Pair5 PairPcs- 60rollPcs- 60roll168


B C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)370.Pcs - 30UNIT COSTS WITHDELIVERY11TOTAL371.372.373.374.375.376.377.378.379.380.Pcs - 30Pcs - 30Pcs - 30Pcs - 30Pcs - 30Pcs - 30Pcs - 30Pcs - 30Pcs - 30Pcs - 10381.382.Pcs - 5Pcs - 5169


B C D E BItem Number QUANTITY SPECIFICATIONS OFFERED (INCLBRAND/MODEL)383.Pcs - 20UNIT COSTS WITHDELIVERY11TOTAL384.385.386.387.388.Pcs - 200Pcs - 1000Pcs - 500Pcs – 50Pcs - 20TOTAL:170


ANNEX IV : Budget breakdown (Model financial offer)PUBLICATION REFERENCE: EuropeAid/130242/D/SUP/XKPage No 1 [of…]NAME OF TENDERER: [……………………………]LOT 3: Laboratory Consumables and ReagentsA B C D EItem Number QUANTITY SPECIFICATIONS1.2.3.4.5.6.7.8.Pcs – 7Pcs – 15Pcs – 5Pcs – 7Pcs – 7Pcs – 7Pcs – 6Pcs – 3OFFERED (INCLBRAND/MODEL)UNIT COSTS WITHDELIVERY 12TOTAL12 - Incoterms 2000 International Chamber of Commerce -http://www.iccwbo.org/incoterms/id3040/index.html171


9.10.11.12.13.14.15.16.17.18.19.20.21.22.23.24.25.26.27.28.Pcs – 6Pcs – 7Pcs – 7Pcs – 7Pcs – 8Pcs - 6Pcs – 3Pcs – 2Pcs – 4Pcs – 4Pcs – 4Pcs -5Pcs – 2Pcs – 6Pcs – 6Pcs – 1Pcs – 2Pcs – 3Pcs – 2Pcs – 2172


29.30.31.32.33.34.35.36.37.38.39.40.41.42.43.44.45.46.47.48.Pcs – 2Pcs – 2Pcs – 3Pcs – 3Pcs – 6Pcs – 2Pcs – 2Pcs – 2Pcs -1Pcs -5Pcs -5Pcs – 6Pcs – 6Pcs – 2Pcs – 2Pcs – 3Pcs – 3Pcs – 2Pcs – 2Pcs – 2173


49.50.51.52.53.54.55.56.57.58.59.60.61.62.63.64.65.66.67.68.Pcs – 2Pcs – 2Pcs – 2Pcs – 2Pcs – 2Pcs – 2Pcs – 2Pcs – 2Pcs – 2Pcs – 2Pcs - 4Pcs -4Pcs -4Pcs -4Pcs -8Pcs – 2Pcs – 2Pcs – 2Pcs – 2Pcs – 2174


69.70.71.72.73.74.75.76.77.78.79.80.81.82.83.84.85.86.87.88.Pcs – 2Pcs – 2Pcs – 2Pcs – 2Pcs – 5000Pcs - 4Pcs -4Pcs – 4Pcs - 4Pcs – 2Pcs – 2Pcs – 10Pcs – 5Pcs – 10Pcs – 2Pcs – 2Pcs - 4Pcs – 4Pcs – 2Pcs – 2175


89.90.91.92.93.94.95.96.97.98.99.100.101.102.103.104.105.106.107.108.Pcs – 4Pcs -1Pcs - 2000Pcs – 2Pcs – 2Pcs - 8Pcs – 8Pcs – 8Pcs – 8Pcs – 2Pcs – 16Pcs – 2Pcs – 2Pcs – 2Pcs – 1Pcs – 2Pcs – 8Pcs – 8Pcs – 8Pcs – 6176


109.110.111.112.113.114.115.116.117.118.119.120.121.122.123.124.125.126.127.128.Pcs – 3Pcs – 1Pcs – 1Pcs – 6Pcs - 20Pcs - 6Pcs – 4Pcs – 4Pcs – 5Pcs – 2Pcs – 1Pcs – 15Pcs – 8Pcs - 2Pcs – 6Pcs – 6Pcs – 5Pcs – 2Pcs – 8Pcs – 2177


129.130.131.132.133.134.135.136.137.138.139.140.141.142.143.144.145.146.147.148.Pcs – 2Pcs – 4Pcs – 1Pcs – 1Pcs – 10Pcs – 4Pcs – 4Pcs – 1Pcs – 16Pcs – 4000Pcs – 4000Pcs – 4000Pcs – 1Pcs – 4000Pcs – 500Pcs – 4000Pcs – 500Pcs – 1000Pcs – 500Pcs - 200178


149.150.151.152.153.154.155.156.157.158.159.160.161.162.163.164.165.166.167.168.Pcs - 10Pcs – 10Pcs – 10Pcs -1Pcs - 1Pcs- 1Pcs – 1Pcs – 3000Pcs – 45Pcs – 10Pcs – 20Pcs – 1Pcs – 10000Pcs – 1Pcs – 1Pcs – 1Pcs - 1Pcs – 6Pcs – 2Pcs – 5000179


169.170.171.172.173.174.175.176.177.178.179.180.181.182.183.184.185.186.187.188.Pcs – 3Pcs – 3Pcs – 3Pcs – 3Pcs – 10Pcs- 1Pcs – 1Pcs -4Pcs - 6Pcs – 1Pcs – 60Pcs – 2Pcs – 4Pcs -2Pcs – 2Pcs – 2Pcs – 2Pcs – 2Pcs – 1Pcs – 1180


189.190.191.192.193.194.195.196.197.198.199.200.201.202.203.204.205.206.207.208.Pcs – 2Pcs - 1Pcs – 1Pcs – 1Pcs – 1Pcs – 1Pcs – 1Pcs – 1Pcs – 1Pcs – 1Pcs – 1Pcs – 1Pcs – 1Pcs – 1Pcs – 500Pcs – 2Pcs – 500Pcs – 1000Pcs – 1000Pcs – 500181


TOTAL:182


TENDER GUARANTEE FORMSpecimen tender guarantee< To be completed on paper bearing the letterhead of the financial institution >For the attention of Yves De Kermabon, Head of EULEX Kosovo, referred to below as the“Contracting Authority”Title of contract: Framework Contract for the Medicaments, Consumables andReagents.Identification number: PROC/222/10/Medicaments, Consumables and Reagents FWCWe, the undersigned, , hereby irrevocably declare thatwe will guarantee as primary obligor, and not merely as a surety on behalf of


ANNEX V: MODEL PERFORMANCE GUARANTEEFor the attention ofrefered to below as the “Contracting Authority”Subject: Guarantee No…Performance Guarantee for the full and proper execution of contract PROC/222/10/Medicaments, Consumables and Reagents FWC (please quote number and title in allcorrespondence)We the undersigned, , hereby irrevocably declare thatwe guarantee as primary obligor, and not merely as a surety on behalf of


ANNEX V: PRE-FINANCING GUARANTEE FORMFor the attention ofreferred to below as the “Contracting Authority”Subject: Guarantee No…Financing Guarantee for the repayment of pre-financing payable under contract PROC/222/10/Medicaments, Consumables and Reagents FWC (please quote number and title in allcorrespondence)We, the undersigned, , hereby irrevocably declare thatwe guarantee as primary obligor, and not merely as surety on behalf of


ADMINISTRATIVE COMPLIANCE GRIDContract title :Framework Contract for the Supply ofMedicaments, Consumables and ReagentsPublication reference :EuropeAid/130242/D/SUP/XK<strong>Tender</strong>envelopenumberName of <strong>Tender</strong>erIs tenderer(consortium)nationality 1eligible?(Y/N)Isdocumentationcomplete?(Y/N)Is languageasrequired?(Y/N)Is tendersubmissionformcomplete?(Y/N)Is tenderer'sdeclarationsigned (by allconsortiummembers if aconsortium)?(Yes/No/ NotApplicable)Otheradministrativerequirements ofthe tenderdossier?(Yes/No/Notapplicable)Overalldecision?(Accept /Reject)12345Chairperson's nameChairperson's signatureDate1 If the tender has been submitted by a consortium, the nationalities of all the consortium members must be eligible186


EVALUATION GRIDContract title :Framework Contract for the Supply of Medicaments,Consumables and ReagentsPublication reference :EuropeAid/130242/D/SUP/XK<strong>Tender</strong> envelope NoName of <strong>Tender</strong>erRules oforiginrespected?(Y/N)Economic & financialcapacity? (OK/a/b/…)Professional capacity?(OK/a/b/…)Technical capacity?(OK/a/b/…)Compliance with technicalspecifications? (OK/a/b/…)Ancillary services asrequired? (OK/a/b/…/NA)Subcontractingstatement inaccordance withart 6 of theGeneralConditions?(Y/N)Other technicalrequirements intender dossier?(Yes/No/Notapplicable)Technically compliant?Y/N)Notes:1234Evaluator's name & signatureEvaluator's name & signatureEvaluator's name & signatureDate187


D. TENDER FORM FOR A SUPPLY CONTRACTPublication reference: EuropeAid/130242/D/SUP/XKTitle of contract: Framework Contract for the Supply of Medicaments, Consumablesand Reagents.A: Yves de Kermabon, Head of EULEX Kosovo, and address at EULEX KOSOVO, NdërtesaFarmed, “Muharrem Fejza” p.n.,Lagja e Spitalit , 10000 Pristina-KosovoOne signed form must be supplied (for each lot, if the tender procedure is divided into lots),together with the number of copies specified in the Instruction to <strong>Tender</strong>ers. The form must includea signed declaration using the annexed format from each legal entity making the application. Anyadditional documentation (brochure, letter, etc) sent with the form will not be taken intoconsideration. Applications being submitted by a consortium (ie, either a permanent, legallyestablishedgrouping or a grouping which has been constituted informally for a specific tenderprocedure) must follow the instructions applicable to the consortium leader and its members. Theattachments to this submission form (i.e. declarations, statements, proofs) may be in original orcopy. If copies are submitted, the originals must be dispatched to the Contracting Authority uponrequest. For economical and ecological reasons, we strongly recommend that you submit your fileson paper-based materials (no plastic folder or divider). We also suggest you use double-sided printoutsas much as possible.An economic operator may, where appropriate and for a particular contract, rely on the capacitiesof other entities, regardless of the legal nature of the links which it has with them. It must in thatcase prove to the contracting authority that it will have at its disposal the resources necessary forperformance of the contract, for example by producing an undertaking on the part of those entitiesto place those resources at its disposal. Such entities, for instance the parent company of theeconomic operator, must respect the same rules of eligibility and notably that of nationality, as theeconomic operator.1 SUBMITTED BYLeader 2Name(s) of tenderer(s) Nationality 1MemberEtc …1 Country in which the legal entity is registered2 add/delete additional lines for members as appropriate. Note that a subcontractor is notconsidered to be a member for the purposes of this tender procedure. Subsequently, thedata of the subcontractor must not appear in the data related to the economic, financial andprofessional capacity. If this tender is being submitted by an individual tenderer, the nameof the tenderer should be entered as 'leader' (and all other lines should be deleted)Page 188 of 204


2 CONTACT PERSON (for this tender)NameAddressTelephoneFaxE-mail3 ECONOMIC AND FINANCIAL CAPACITY 1Please complete the following table of financial data 2 based on your annual accounts and yourlatest projections. If annual accounts are not yet available for this year or last year, please provideyour latest estimates, clearly identifying estimated figures in italics. Figures in all columns must beon the same basis to allow a direct, year-on-year comparison to be made (or, if the basis haschanged, an explanation of the change must be provided as a footnote to the table). Anyclarification or explanation which is judged necessary may also be provided.Financial dataAnnual turnover 5 , excluding thiscontractCash and cash equivalents 6 atbeginning of year2 yearsbeforelastyear 3€Yearbeforelast year€Lastyear€Average 4€Thisyear€1 Natural persons have to prove their capacity in accordance with the selection criteria andby the appropriate means.2 if this application is being submitted by a consortium, the data in the table above must bethe sum of the data in the corresponding tables in the declarations provided by theconsortium members – see point 7 of this tender form for a supply contract.3 Last year=last accounting year for entity.4 Amounts entered in the 'Average' column must be the mathematical average of theamounts entered in the four preceding columns of the same row.5 The gross inflow of economic benefits (cash, receivables, other assets) arising from theordinary operating activities of the enterprise (such as sales of goods, sales of services,interest, royalties, and dividends) during the year.6 Cash and cash equivalents comprise cash on hand and demand deposits, together withshort-term, highly liquid investments that are readily convertible to a known amount ofcash, and that are subject to an insignificant risk of changes in value. An investmentnormally meets the definition of a cash equivalent when it has a maturity of three monthsor less from the date of acquisition. Equity investments are normally excluded, unless theyare in substance a cash equivalent (e.g. preferred shares acquired within three months oftheir specified redemption date). Bank overdrafts which are repayable on demand andwhich form an integral part of an enterprise's cash management are also included as acomponent of cash and cash equivalents.Page 189 of 204


Net cash from / (used in) operating,investing & financing activities 1excluding future contractsNet forecast cash from/ (used in)future contracts, excluding thiscontractCash and cash equivalents 6 at endof year [ie, the sum of theabove three rows]1 Operating activities are the main revenue-producing activities of the enterprise that arenot investing or financing activities, so operating cash flows include cash received fromcustomers and cash paid to suppliers and employees. Investing activities are the acquisitionand disposal of long-term assets and other investments that are not considered to be cashequivalents. Financing activities are activities that alter the equity capital and borrowingstructure of the enterprise. Interest and dividends received and paid may be classified asoperating, investing, or financing cash flows, provided that they are classified consistentlyfrom period to period. Cash flows arising from taxes on income are normally classified asoperating, unless they can be specifically identified with financing or investing activities.Page 190 of 204


4 STAFF RESOURCESPlease provide the following personnel statistics for the current year and the two previous years 1 .AveragemanpowerPermanent staff3Other staff 4TotalPermanent staff as aproportion of totalstaff (%)Year before last Last year This yearOverallTotal forfieldsrelatedto thiscontract2OverallTotal forfieldsrelatedto thiscontract2OverallTotal forfieldsrelatedto thiscontract2% % % % % %1 if this tender is being submitted by a consortium, the data in the table above must be thesum of the data in the corresponding tables in the declarations provided by the consortiummembers – see point 7 of this tender form for a supply contract.2 Corresponding to the relevant specialisms identified in point 5 below.3 staff directly employed by the <strong>Tender</strong>er on a permanent basis (ie, under indefinitecontracts)4 other staff not directly employed by the <strong>Tender</strong>er on a permanent basis (ie, under fixedtermcontracts)Page 191 of 204


5 FIELDS OF SPECIALISATIONPlease use the table below whose objective is to indicate the relevant specialisms related to this contract of each legal entity making this tender, by using thenames of these specialisms as the row headings and the name of the legal entity as the column headings. Show the relevant specialism(s) of each legal entity byplacing a tick () in the box corresponding to those specialisms in which the legal entity has significant experience. [Maximum 10 specialisms]Relevant specialism 1Relevant specialism 2Etc … 1Leader Member 2 Member 3 Etc …1 add / delete additional lines and/or rows as appropriate. If this tender is being submitted by an individual legal entity, the name of the legal entityshould be entered as 'Leader' (and all other columns should be deleted)Page 192 of 204


6 EXPERIENCEPlease complete a table using the format below to summarise the major relevant supplies carried out in the course of the past 3 years 1 by the legal entity or entitiesmaking this tender. The number of references to be provided must not exceed 15 for the entire tenderRef # (maximum 15) Project title …Name of legal entity Country Overallsupplyvalue(EUR) 2Proportionsupplied bylegal entity(%)No ofstaffprovidedName ofclientOrigin offunding… … … … … … … … …Detailed description of supplyRelated services provided…DatesName ofmembers if any1 In the case of framework contracts (without contractual value), only specific contracts corresponding to assignments implemented under suchframework contracts shall be considered.2 Amounts actually paid, without the effect of inflation.…2008 Page 193 of 204


7 TENDERER'S DECLARATION(S)As part of their tender, each legal entity identified under point 1 of this form, includingevery consortium member, must submit a signed declaration using this format. Thedeclaration may be in original or in copy. If copies are submitted the originals must bedispatched to the Contracting Authority upon request.In response to your letter of invitation to tender for the above contract,we, the undersigned, hereby declare that:1 We have examined and accept in full the content of the dossier for invitation to tender NoEuropeAid/130242/D/SUP/XK of 07 th of September 2010. We hereby accept its provisionsin their entirety, without reservation or restriction.2 We offer to deliver, in accordance with the terms of the tender dossier and the conditions andtime limits laid down, without reserve or restriction:Lot No 1: [description of supplies with indication of quantities]Lot No 2: [description of supplies with indication of quantities]Etc…3 The price of our tender excluding spareparts and consumables, if applicable [excluding thediscounts described under point 4] is:Lot No 1: [……………………………………………..]Lot No 2: [……………………………………………..]Lot No 3: [……………………………………………..]Etc …4 We will grant a discount of [%], or […………..] [in the event of our being awarded Lot No…and Lot No… ………].5 This tender is valid for a period of 90 days from the final date for submission of tenders.6 If our tender is accepted, we undertake to provide a performance guarantee as required byArticle 11 of the Special Conditions.7 Our firm/company [and our subcontractors] has/have the following nationality:8 We are making this tender in our own right [as member in the consortium led by < name of theleader / ourselves > ]*. We confirm that we are not tendering for the same contract in any otherform. [We confirm, as a member in the consortium, that all members are jointly and severallyliable by law for the execution of the contract, that the lead member is authorised to bind, andreceive instructions for and on behalf of, each member, that the execution of the contract,including payments, is the responsibility of the lead member, and that all members in the jointventure/consortium are bound to remain in the joint venture/consortium for the entire period ofthe contract's execution].


9 We are not in any of the situations excluding us from participating in contracts which are listedsection 2.3.3 of the Practical Guide to contract procedure for EC external actions. In the eventthat our tender is successful, we undertake, if required, to provide the proof usual under the lawof the country in which we are established that we do not fall into these exclusion situations.The date on the evidence or documents provided will be no earlier than 1 year before the dateof submission of the tender and, in addition, we will provide a statement that our situation hasnot altered in the period which has elapsed since the evidence in question was drawn up.We also undertake, if required, to provide evidence of the financial and economic standing andthe technical and professional capacity according to the selection criteria for this call for tenderspecified in the procurement notice, point 16. The documentary proofs required are listed insection 2.4.12.1.3 and 2.4.12.1.4 of the Practical Guide.We also understand that if we fail to provide the proof/evidence required, within 15 calendardays after receiving the notification of award, or if the information provided is proved false, theaward may be considered null and void.10 We agree to abide by the ethics clauses in Clause 23 of the instructions to tenderers and, inparticular, have no conflict of interests or any equivalent relation in that respect with othertenderers or other parties in the tender procedure at the time of the submission of thisapplication.11 We will inform the Contracting Authority immediately if there is any change in the abovecircumstances at any stage during the implementation of the tasks. We also fully recognise andaccept that any inaccurate or incomplete information deliberately provided in this applicationmay result in our exclusion from this and other contracts funded by the EC/EDF.12 We note that the Contracting Authority is not bound to proceed with this invitation to tenderand that it reserves the right to award only part of the contract. It will incur no liability towardsus should it do so.13 We fully recognise and accept that we may be excluded from tender procedures and contract, inaccordance with the Section 2.3.5 of the Practical Guide to contract procedures for EC externalactions, for a maximum period of 5 years from the date on which the infringement isestablished and up to 10 years in the event of a repeated offence within the 5 years of theabove-mentioned date. Furthermore, we acknowledge that, should we made false declarations,committed substantial errors, irregularities or fraud, we shall also be subject to financialpenalties representing 2 % to 10 % of the total estimated value of the contract being awarded.This rate may be increased to 4% to 20% in the event of a repeat offence within 5 years of thefirst infringement.14 We are aware that, for the purposes of safeguarding the financial interests of the Communities,our personal data may be transferred to internal audit services, to the European Court ofAuditors, to the Financial Irregularities Panel or to the European Anti-Fraud Office.[* Delete as applicable]


If this declaration is being completed by a consortium member:The following table contains our financial data as included in the consortium’s tender form.These data are based on our annual audited accounts and our latest projections. Estimatedfigures (ie, those not included in annual audited accounts) are given in italics. Figures in allcolumns have been provided on the same basis to allow a direct, year-on-year comparison to bemade .Financial data2 yearsbefore last 1€Yearbefore lastyearLast year€Average 2€This year€Annual turnover 3 , excluding thiscontractCash and cash equivalents 4 atbeginning of yearNet cash from / (used in) operating,investing & financing activities 5excluding future contractsNet forecast cash from/ (used in) futurecontracts, excluding this contractCash and cash equivalents 4 at end ofyear (ie, the sum of the above threerows)€1 Last year=last accounting year for entity.2 Amounts entered in the 'Average' column must be the mathematical average of the amounts enteredin the four preceding columns of the same row.3 The gross inflow of economic benefits (cash, receivables, other assets) arising from the ordinaryoperating activities of the enterprise (such as sales of goods, sales of services, interest, royalties, anddividends) during the year.4 Cash and cash equivalents comprise cash on hand and demand deposits, together with short-term,highly liquid investments that are readily convertible to a known amount of cash, and that are subject toan insignificant risk of changes in value. An investment normally meets the definition of a cashequivalent when it has a maturity of three months or less from the date of acquisition. Equityinvestments are normally excluded, unless they are in substance a cash equivalent (e.g. preferredshares acquired within three months of their specified redemption date). Bank overdrafts which arerepayable on demand and which form an integral part of an enterprise's cash management are alsoincluded as a component of cash and cash equivalents.5 Operating activities are the main revenue-producing activities of the enterprise that are not investingor financing activities, so operating cash flows include cash received from customers and cash paid tosuppliers and employees. Investing activities are the acquisition and disposal of long-term assets andother investments that are not considered to be cash equivalents. Financing activities are activities thatalter the equity capital and borrowing structure of the enterprise. Interest and dividends received andpaid may be classified as operating, investing, or financing cash flows, provided that they are classifiedconsistently from period to period. Cash flows arising from taxes on income are normally classified asoperating, unless they can be specifically identified with financing or investing activities.


The following table contains our personnel statistics as included in the consortium’s tender form:AveragemanpowerPermanent staff 2Other staff 3Previous year Last year This yearOverallTotal forfieldsrelated tothiscontract 1 Overall Total forfieldsrelated tothiscontract 1 Overall Total forfieldsrelated tothiscontract 1Yours faithfullyName and first name: Duly authorised to sign this tender on behalf of:Place and date: ]Stamp of the firm/company:This tender includes the following annexes:[Numbered list of annexes with titles]1 Corresponding to the relevant specialisms identified in point 5 below.2 staff directly employed by the <strong>Tender</strong>er on a permanent basis (ie, under indefinite contracts)3 other staff not directly employed by the <strong>Tender</strong>er on a permanent basis (ie, under fixed-termcontracts)


C. GLOSSARYAdministrative order: Any instruction or order issued by the Project Manager to theContractor in writing regarding the provision of the supplies.Breakdown of the overall price: A heading-by-heading list of the rates and costsmaking up the price for a lump-sum contract.Commercial warranty: The warranty the manufacturer provides for a defined periodthat the supply will be free from structural defects due to substandard material orworkmanship, under conditions of normal commercial use and service. The Commercialwarranty should not be confused with - and might go beyond - the warranty period ofthe contract.Conflict of interest: Any event influencing the capacity of a candidate, tenderer orcontractor to give an objective and impartial professional opinion, or preventing him, atany moment, from giving priority to the interests of the Contracting Authority. Anyconsideration relating to possible contracts in the future or conflict with othercommitments, past or present, of a candidate, tenderer or contractor, or any conflict withhis own interests. These restrictions also apply to subcontractors and employees of thecandidate, tenderer or contractor.There is a conflict of interests within the meaning of Article 52 of the FinancialRegulation where the impartial and objective exercise of the functions of a player in theimplementation of the budget or an internal auditor is compromised for reasonsinvolving family, emotional life, political or national affinity, economic interest or anyother shared interest with the beneficiary.Contract value: The sum stated in the contract representing the initial estimate payablefor carrying out the supplies, or such other sum as ascertained at the end of the contractas due under the contract.Contracting Authority: The party which concludes the contract as provided in theFinancing Agreement, be it the Commission for and on behalf of the beneficiary, acountry or a legal person governed by public or private law, as mentioned in thefinancing agreement.Day: Calendar dayEvaluation committee: A committee made up of an odd number of voting members (atleast three) appointed by the Contracting Authority and possessing the technical,linguistic and administrative capacities necessary to give an informed opinion ontenders.Execution period. The period from contract signature until 18 months after theprovisional acceptance of the supply. This period includes the warranty and the finalacceptance of the supply.Foreign currency: Any currency, other than the euro, which is permissible under theapplicable provisions and regulations and has been indicated in the tender.Framework Contract: agreement concluded between the parties to establish theessential terms governing a series of specific “purchase orders” to be concluded within aspecific period for the supply of similar items.


General conditions: The general contractual provisions setting out the administrative,financial, legal and technical clauses governing the execution of contracts.General damages: The sum not stated beforehand in the contract, which is awarded bya court or an arbitration tribunal, or agreed between the parties, as compensation payableto an injured party for a breach of the contract by the other party.Implementation period. The period from contract signature, or alternative date ifspecified in the Special Conditions, until the provisional acceptance of the supply.In writing: This includes any hand-written, typed or printed communication, includingtelex, cable, e-mail and fax transmissions.Liquidated damages: The sum stated in the contract as compensation payable by theContractor to the Contracting Authority for failure to complete the contract or partthereof within the periods under the contract, or as payable by either party to the otherfor any specific breach identified in the contract.Most economically advantageous tender: The tender deemed to be best in terms of thespecific criteria laid down for the contract in question, e.g. quality, technical properties,aesthetic and functional qualities, after-sales service and technical assistance and theprice or lowest price. These criteria must be published in the procurement notice orstated in the tender dossier.Open procedure: Calls for tender are open where all interested economic operatorsmay submit a tender.Period: A period begins the day after the act or event chosen as its starting point. Wherethe last day of a period is not a working day in the country of the Contracting Authority,the period expires at the end of the next working day.Project Manager: The legal or natural person responsible for monitoring the executionof the contract on behalf of the Contracting Authority and/or the Commission, where thelatter is not the Contracting Authority.Purchase orders: document issued by the contracting authority in accordance with theestablished terms of the framework contract and determining the types of items andrespective quantities to be provided by the contractor, (along with any relevantderogation to the delivery conditions set in the framework contract e.g. place and timeof delivery)Special conditions: The special conditions laid down by the Contracting Authority asan integral part of the tender dossier, including modifications to the general conditions,clauses specific to the contract and the terms of reference (for a service contract) ortechnical specifications (for a supply or works contract).Successful tenderer: The tenderer selected at the end of the procedure for the award ofthe contract.Supplies: All items which the Contractor is required to supply to the ContractingAuthority, including, where necessary, services such as installation, testing,commissioning, provision of expertise, supervision, maintenance, repair, training andother such obligations connected with the items to be provided under the contract.Supply contract: Supply contracts cover the purchase, leasing, rental or hire purchase,with or without option to buy, of products. A contract for the supply of products and,incidentally, for siting and installation shall be considered a supply contract.


<strong>Tender</strong> price: The sum stated by the tenderer in its tender for carrying out the contract.<strong>Tender</strong>er: Any natural or legal person or consortium thereof submitting a tender with aview to concluding a contract. The terms "supplier", "contractor" and "service provider"refer to three categories of economic operators, natural or legal persons, who supplyproducts, execute works and provide services respectively.Warranty obligations: The warranty of the Contractor that the supplies are new,unused, without defects, of the most recent models and incorporate all recentimprovements in design and materials. This warranty must remain valid for a maximumof 1 year after provisional acceptance. See article 32 of the General Conditions.Written communications: Certificates, notices, orders and instructions issued inwriting under the contract.


PO No. __________Date:____________To:From:Subject:PurchaseEULEX KosovoSt. Muharrem Fejza,Farmed BuildingP.O. Box 268, 10000Pristina, KosovoAnnex VI - Purchase OrderBRN No. ……….Order No. ___Reference: ________________________________Dear Sir/Madam,In accordance with article 1.2 of the Framework Contract, the Contracting Authority is requesting thesupply and delivery of the following items from your company:Item Description Qty Unit PriceAmount €1. ……………………………. …….. …….. ………..2. ……………………………. …….. …….. ………..3. ……………………………. …….. …….. ………..4. ……………………………. …….. …….. ………..5. ……………………………. …….. …….. ………..6. ……………………………. …….. …….. ………..7. ……………………………. …….. …….. ………..8. ……………………………. …….. …….. ………..9. ……………………………. …….. …….. ………..10. ……………………………. …….. …….. ……….._________________________________________________________________________________Total: ……........ €Please be reminded that the applicable Incoterm is DDU and that the contract shall be exempt from allduties and taxes, including VAT.In accordance with UNMIK Executive Decision No 2008/36 of 9 December 2008, EULEX is grantedexemption from all customs duties, taxes, and related charges other than charges for storage, cartageand similar services, on articles for its official use.The person in charge for executing the purchase order is Project Manager with ID Number_____________. He is authorized to certify that no VAT was charged and collected with this invoiceand to put his signature on it.Thank you for your cooperationProject Manager(Name, Signature and Seal)

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!