Sie sind auf Seite 1von 81

Lebanese Red Cross Society

National tender application pack V0.1


Tender reference: 2016 - 010

Invitation to bid
The Lebanese Red Cross Society (LRCS) hereby invites sealed bids from
manufacturers/reputed firms/ registered suppliers for the supply of the following
supplies/ services:
N
o.

Item description

Number of
items in lot

Delivery
Site

1
2

Bedding Linen & Textiles


2
Diagnostic Imaging & Radiotherapy
1
Consumables
3
Sanitary & Hygiene Consumables
7
4
Staff Protective Clothing
14
5
Dressings
25
6
Laboratory & Pathology Consumables &
22
Equipment
7
Haematological Cells & Reagents
11
Within
8
Analytical Kits
8
Beirut
Area
9
Defibrillators consumables & Electrodes
6
(Spears or
10 Gloves
11
11 Oxygen Masks & Nasal Cannula
6
Hazmeih)
12 Oropharyngeal Airway
9
13 Containers
2
14 Medical & Surgical Equipment
6
15 Examination tools
6
16 First Aid Kits
3
17 Waste Bags
1
18 Blood Bags
2
19 Vomiting Bags
1
20 Body Bags
1
Note: Detailed specifications and packaging requirement are defined in Annex
3 - Detailed Specifications to tender
INCOTERMS
DDP Delivery Duty Paid
Delivery address
LRCS Spears Centre
All documents can be downloaded from http://www.redcross.org.lb/ (Please select
Tender from the menu at the top right of the page). Tenderers are advised to
check the website regularly as any changes or additional information related to
this tender will be updated via the website.
Tenders must be submitted either by email or sealed envelope and may be
required to submit by pre-supply samples to:
Mailing address
Email address
Contact person
Tender deadline
Bids to be marked

Lebanese Red Cross Society Head Quarters,


Spears Street, Kantari, Beirut, Lebanon
tenders@redcross.org.lb
Daniel Bettega
Date: Friday 24, June, 2016 - Time: 5:00:00 PM
Tender reference: 2016 - 010. Do not open before Friday
Page 1 of 81

Lebanese Red Cross Society

Deadline for
questions

National tender application pack V0.1


Tender reference: 2016 - 010

24, June, 2016


Date: Friday 17, June, 2016 - Time: 5:00:00 PM

Page 2 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

Bidders checklist
Description

To be
filled
by
bidder
Includ
ed?

Step/ document to be submitted with


tender
Complete tender package delivered
before the deadline specified in the
Addendum - Compulsory
Addendum - Signed and stamped
Compulsory
Annex 1 - Supplier registration form
completed, signed & stamped
Compulsory
Annex 2 - Bid offer form completed,
signed & stamped Compulsory
Annex 3 - Detailed Specifications signed & stamped Compulsory
Annex 4 - Schedule of delivery
completed, signed & stamped
Compulsory
Annex 5 - Proof of past performance
completed, signed & stamped
Annex 6 - Letter of authorisation &
acceptance statement signed &
stamped Compulsory
Specific Conditions Signed &
stamped Compulsory (if present)

Ye
s

N
o

To be filled by LRCS
committee
Present
&
complet
e?
Ye
No
s

Comments

Supporting documents
Copy of company registration
Compulsory
Copy of tax registration Compulsory
Copies of past contracts/ POs as proof
of experience

To be filled in by LRCS committee only

Eligibl
e

Ineligi
ble

Outcome of administrative check.

Page 3 of 81

Lebanese Red Cross Society

National tender application pack V0.1


Tender reference: 2016 - 010

Instructions to bidders
Tenderers must meet all the requirements specified in the tender documents and
therefore advised to go through the tender documents carefully before
submission and be certain that they are able to comply with the specified terms
& conditions.

Contents
Invitation to bid..................................................................................................... 1
Bidders checklist................................................................................................... 2
Instructions to bidders........................................................................................... 2
General conditions................................................................................................. 2
Specific Conditions................................................................................................ 2
Addendum............................................................................................................. 2
Tender forms.......................................................................................................... 2
Annex 1 - Supplier registration form...................................................................2
Annex 2 - Bid offer form..................................................................................... 2
Annex 3 - Detailed Specifications.......................................................................2
Annex 4 - Schedule of delivery...........................................................................2
Annex 5 - Proof of past performance..................................................................2
Annex 6 - Letter of authorisation & acceptance statement................................2

Article 1. Bidding in lots: If the tender is divided into lots bidders should
make every effort to bids for all items within the lot they are interested in. If
bidders fail to complete all items within the lot LRCS reserves the right not to
award the lot to the bidder. Bidders must complete at least one lot to be
considered eligible. Bidders can bid for as many lots as they wish.
Article 2. Items and Quantity: These quantities are for information
purposes only and are under no circumstances a guaranteed level of
purchase by LRCS under this contract. It should also be noted that LRCS
regularly procure goods and services at a local or regional level to fulfil their
needs; any contract offered subsequent to this tender should therefore not be
considered as an exclusive supply agreement. LRCS reserves the right to split
up the order between suppliers.

Page 4 of 81

Lebanese Red Cross Society

National tender application pack V0.1


Tender reference: 2016 - 010

Article 3. Specifications: The detailed specification in respect of each item


with packing, marking/ labelling instructions etc. are given in Annex 3 Detailed Specifications which Tenderers must adhere to.
Article 4. Eligibility:
4.1.
Bidders must sign on a bid submission register when
delivering their bids any bids that are not listed on the register
will not be considered.
4.2.
Tender Submissions not addressed and or marked as specified in the
Addendum or sent by other means may not be accepted. Address for
delivery of offers is listed in the Addendum.
4.3.
Tenderer(s) must be Manufacturers, accredited Wholesalers, Traders
/ Suppliers, Agents in their registered country.
4.4.
Any unsealed tenders and tenders received after the submission
deadline will not be accepted.
4.5.
Tenderer(s) should have the capacity and capability to supply the
items in accordance with the specifications within the prescribed delivery
time and the terms & conditions mentioned herein.
4.6.
Contracts can be awarded individually or jointly.
Article 5. Price:
5.1.
Price should be best and final offer
5.2.
Include discounts for early payment, if any
5.3.
All prices should be denominated in the currency that is specified in
the Addendum attached.
5.4.
Applicable VAT/duty rates should be clearly stated per item in the
offer as to facilitate any tax/ duty exemptions/ reimbursement
Article 6. INCOTERMS:
6.1.
INCOTERMS2010 as defined by the International Chamber of
Commerce will be used to govern the terms of delivery/ contract.
Article 7. Delivery Destinations:
7.1.
Details of the consignee and necessary details for the paperwork
will be agreed at the time of signing contract with successful Tenderer/s.
Tenderer(s) shall be responsible for all costs arising from packing,
forwarding and delivering of goods to actual points of delivery including
loading, unloading, transport and insurance and clearance costs as per
the stated INCOTERMS.
Article 8. Delivery/Readiness Period:
8.1.
The delivery/readiness must be within the agreed timeframe after
the of signing the contract by both parties and all the items/quantities
must be delivered at the delivery destinations within a maximum period
as agreed on the signing of the contract. The successful Tenderer will be
required to agree to the Delivery Schedule (as stated, in tranches so they
meet the requirements of our consignee) as per Annex 4 - Schedule of
delivery
Article 9. Packaging: All goods must be appropriately packed (if applicable
refer Annex 3 - Detailed Specifications) suitable for sea/road
transportation and loading/unloading including rough handling to final
destinations.
Article 10. Marking/Labelling: Marking / Labelling instructions are provided in
Annex 3 - Detailed Specifications

Page 5 of 81

Lebanese Red Cross Society

National tender application pack V0.1


Tender reference: 2016 - 010

Article 11. Required documents/certificates: The supporting


documents/certificates required are:
11.1.
With the Tender:
11.1.1.
Completed, signed and stamped copies of
11.1.1.1.
Specific Conditions (if present)
11.1.1.2.
Addendum
11.1.1.3.
Annex 1 - Supplier registration form
11.1.1.4.
Annex 2 - Bid offer form
11.1.1.5.
Annex 3 - Detailed Specifications
11.1.1.6.
Annex 4 - Schedule of delivery
11.1.1.7.
Annex 5 - Proof of past performance
11.1.1.8.
Annex 6 - Letter of authorisation & acceptance
statement
11.1.2.
Documents in support of Tenderer(s) profile (such as copies of
Tax/VAT Registration certificate, Trading Licence copy, etc.).
11.1.3.
Letters/certificates of performance in previous 3 years.
11.1.4.
At least 2 most recent references with their contact details.
11.1.5.
Confirmation / Certificate of weight, quality and origin of
country of goods.
11.2.
With delivery of material (if successful):
11.2.1.
Delivery Notes with packing details (weight, volume etc.)
11.2.2.
Commercial invoice - 2 copies (on delivery)
Article 12. Language: The documents submitted will be accepted in English
language only. The certificate, etc. from local government or local authorities
(if applicable) could be provided in actual language but a copy of translation
in English language duly notarised should be provided as well. All markings
and labelling should appear in English only.
Article 13. Samples: Please refer to the Addendum is samples are required
with the bid submission or not. If required - samples of all the items must be
submitted together with your Tender documents. Samples must meet the
required specifications as per Annex 3 - Detailed Specifications. Each
sample must be clearly labelled. LRCS reserves the right to reject bids where
Tender documents are not accompanied by the samples.
Article 14. Bid Validity: Your offer must remain valid for the period specified
in the Addendum after of Tender submission deadline. If the bid is successful
and contracted the bid will remain valid for the duration of the contract.
Article 15. Your offer should clearly state the following:
15.1.
Country of origin of the goods
15.2.
Place of manufacture and place of despatch
15.3.
Unit prices / Total prices, etc. as per Annex 2 - Bid offer form
15.4.
Price should be net after deduction of any discount and should be
compatible with the appropriate INCOTERMS specified in the Addendum
and conform to price elements specified in Article 5
15.5.
Firm dates for starting and completion of delivery at delivery points.
15.6.
Confirmation to comply with the specifications as per Annex 3 Detailed Specifications, if you can meet the specifications. If not, state
clearly.
15.7.
Confirmation to agree to accept the terms and condition as per this
tender document and the general terms and conditions attached at
Annex 6 - Letter of authorisation & acceptance statement.
15.8.
Full packing details (contents, weight and volume)

Page 6 of 81

Lebanese Red Cross Society

National tender application pack V0.1


Tender reference: 2016 - 010

Article 16. All or None Clause: The LRCS reserves the right to accept or
reject any or all the offers and decrease or increase the quantity of items or
reduce the quantity of any item/s and the lowest tender need not be
accepted. Failure to comply with any of the above requirements will justify
rejection of the offer. Successful Tenderers will be required to sign, stamp and
return one copy of the Contract confirming your acceptance of the
specification and agreed terms and conditions.
Article 17. Conditions for submitting offers: Tenderers are responsible for
the submission of their tender on time and in accordance with the instruction
within the tender documents.
17.1.
LRCS will not be responsible for any failure or delay in collection or
submission of tender documents before the given deadlines.
17.2.
Expenditure on preparation & delivery of tender submissions shall
be borne by the Tenderer.
17.3.
All requests for information, queries / questions should be requested
through the details provided in the Addendum.

Page 7 of 81

Lebanese Red Cross Society

National tender application pack V0.1


Tender reference: 2016 - 010

General conditions
Article 1. Terms & conditions on purchasing
1.1.
Acceptance: No purchase order shall become effective and no
contract shall exist until the LRCS has received from the Supplier their
written acceptance of the conditions which govern the PO or contract.
This can be accomplished by return of the signed Letter of Authorisation
and Acknowledgment Form attached.
1.2.
Tax Exemption: The Suppliers price shall reflect any tax
exemption to which the LRCS is entitled by reason of any immunities
which it enjoys. If it is subsequently determined that any taxes which
have been included in the price are not required to be paid, the LRCS shall
deduct the amount from the contract price or, if it has paid any such
taxes, it shall be refunded.
1.3.
Discount: Time in connection with any discounts offered will be
computed from the date of receipt by the LRCS of full documentation as
specified by the Purchase Order, contract or Annex thereto.
1.4.
Warranty: The Supplier warrants the goods or services furnished
under this Purchase Order / Contract to be fit for their intended use, free
from defects in workmanship or materials, and indemnifies the LRCS
against any claims resulting there from. This warranty is without
prejudice to any further guarantees that the Supplier provides to the
Purchaser; such guarantees shall apply to the subject goods of this
Purchase Order / Contract.
1.5.
Inspection: The duly accredited representatives of the LRCS shall
have the right to inspect the goods or services called for under this
Purchase Order / Contract at the Suppliers stores, during manufacture, in
the ports or at places of shipment, and the Supplier shall cooperate and
provide all facilities for such an inspection. The LRCS may issue a written
waiver of inspection at its discretion. Any inspection carried out by
representatives of the LRCS or any waiver thereof shall not prejudice the
implementation of any other relevant provisions of this Purchase Order /
Contract concerning obligations subscribed by the Supplier, such as
warranty or specifications.
1.6.
Packing: The Supplier shall pack all goods with new sound
materials and with every care in accordance with normal commercial
standards of export packing for the type of goods specified herein. Such
packing materials used must be adequate to safeguard the goods while in
transit. The Supplier shall be responsible for any damage or loss which
can be shown to have resulted from faulty or inadequate packing.
1.7.
Export License: The Purchase Order / Contract is subject to the
obtaining of any export license or other governmental authorisation which
may be required. It shall be the responsibility of the Supplier to inform
the LRCS beforehand of such restrictions and obtain such license or
authorisation, but the LRCS will use its best endeavours to assist. In the
event of refusal thereof, the Purchase Order / Contract will be annulled
and all claims between the parties automatically waived.

Page 8 of 81

Lebanese Red Cross Society

National tender application pack V0.1


Tender reference: 2016 - 010

1.8.
Force Majeure: Force majeure, as used herein, shall mean acts of
God, laws or regulations, industrial disturbances, acts of the public
enemy, civil disturbances, explosions and any other similar cause of
equivalent force not caused by, nor within the control of either party, and
which neither party is able to overcome. As soon as possible after the
occurrence of the force majeure and within not more than 15 days, the
supplier shall give notice and full particulars in writing to the LRCS of such
force majeure if the Supplier is thereby rendered unable, wholly or in part,
to perform his obligations and meet his responsibilities under this
Purchase Order / Contract. The LRCS shall then have the right to
terminate the Purchase Order / Contract by giving in writing seven-daysnotice of termination to the Supplier, and the Supplier shall return any
deposit paid by the LRCS.
1.9.
Default: In case of default by the Supplier, including but not
limited to failure or refusal to make deliveries within the time limit
specified, the LRCS may procure the goods or services from other sources
and hold the Supplier responsible for any excess costs occasioned
thereby. Furthermore, the LRCS may by written notice terminate the right
of the Supplier to proceed with the deliveries, or such parts thereof as to
which there has been default.
1.10.
Conformity with Specifications: In the case of goods purchased
on the basis of specifications the Supplier warrants their conformity. The
LRCS shall have the right to reject the goods or any part thereof if they do
not conform to specifications. Any supplies not found to be in accordance
with the specification and requirements will not be accepted and in that
eventuality the supplier shall replace the goods and bear the inspection
cost and/or other losses caused to LRCS, if any, by replacement of the
items nonconforming to the requirements/specification.
1.11.
Liquidated Damages: Arrival of goods/ completion of services
after agreed delivery schedule will be subject to deduction of damages
1.12.
Disputes-Arbitration: Any claim or controversy arriving out of
this Purchase Order / Contract, or to the breach, termination or invalidity
thereof shall be settled by arbitration to the exclusion of national
jurisdiction in accordance with the rules governing arbitration as set out
by the United Nations Commission on International Trade Law as at
present in force, subject to such modification as the parties may agree in
writing. The parties agree to be bound by any arbitration award rendered
in accordance with this paragraph as final adjudication of any such claim
or controversy.
1.13.
Privileges and Immunities: Nothing contained in this Purchase
Order / Contract shall be deemed a waiver, express or implied, of any
privilege or immunity which the LRCS may enjoy, whether pursuant to
existing conventions or agreements.
1.14.
Assignment: The Supplier shall not assign, transfer, pledge or
make other disposition of this Purchase Order / Contract or any part
thereof or of any of the Suppliers rights, claims or obligations under this
Purchase Order / Contract except with the prior written consent of the
LRCS.

Page 9 of 81

Lebanese Red Cross Society

National tender application pack V0.1


Tender reference: 2016 - 010

1.15.
Bankruptcy: Should the Supplier file any petition for bankruptcy,
or should the Supplier make a general assignment for the benefit of its
creditors, or should a receiver be appointed on account of the Suppliers
insolvency, the LRCS may under the terms of this Purchase Order /
Contract, terminate the same forthwith by giving the Supplier written
notice of such termination.
1.16.
Advertising: Unless authorised in advance in writing by the LRCS,
the Supplier shall not advertise or otherwise make public the fact that he
is a Supplier to the LRCS and / or any National Red Cross or Red Crescent
Society, or use the name, emblem or official seal of the LRCS and / or any
National Red Cross or Red Crescent Society, or any abbreviation of the
name of the LRCS and / or any National Red Cross or Red Crescent Society
for advertising purposes or any other purposes.
1.17.
Officials Not to Benefit: The contractor represents and warrants
that no official of the LRCS has been, or shall be, admitted by the
contractor to any direct or indirect benefit arising from this contract or the
award thereof. The contractor agrees that breach of this provision is a
breach of an essential term of this contract.
1.18.
Amendments: No changes I or modifications to this Purchase
Order / Contract shall be valid unless mutually agreed between both
parties and confirmed by an official amendment.
1.19.
Notice: Service of any notice shall be deemed to be good if sent by
registered mail, telex, fax or cable to the addresses of both parties, set
out in the heading of this Purchase Order / Contract.
1.20.
Jurisdiction: This Contract is considered to be concluded as
defined in the attached Addendum.
Article 2. Labour standards
2.1.
Employment is freely chosen: There is no forced, bonded or
involuntary prison labour. Workers are not required to lodge `deposits or
their identity papers with the employer and are free to leave their
employer after reasonable notice.
2.2.
Freedom of association and the right to collective
bargaining are respected: Workers, without distinction, have the right
to join or form trade unions of their own choosing and to bargain
collectively. The employer adopts an open attitude towards the legitimate
activities of trade unions. Workers representatives are not discriminated
against and have access to carry out their representative functions in the
workplace. Where the right to freedom of association and collective
bargaining is restricted under law, the employer facilitates, and does not
hinder, the development of parallel means for independent and free
association and bargaining.
2.3.
Working conditions are safe and hygienic: A safe and hygienic
working environment shall be provided, bearing in mind the prevailing
knowledge of the industry and of any specific hazards. Adequate steps
shall be taken to prevent accidents and injury to health arising out of,
associated with, or occurring in the course of work, by minimising, so far
as is reasonably practicable, the causes of hazards inherent in the
working environment. Workers shall receive regular and recorded health

Page 10 of 81

Lebanese Red Cross Society

National tender application pack V0.1


Tender reference: 2016 - 010

and safety training, and such training shall be repeated for new or
reassigned workers. Access to clean toilet facilities and potable water
and, if appropriate, sanitary facilities for food storage shall be provided.
Accommodation, where provided, shall be clean, safe, and meet the basic
needs of the workers. The company observing the standards shall assign
responsibility for health and safety to a senior management
representative.
2.4.
Child Labour shall not be used: There shall be no new
recruitment of child labour. Companies shall develop or participate in and
contribute to policies and programmes, which provide for the transition of
any child found to be performing child labour to enable her/him to attend
and remain in quality education until no longer a child. Children and
young people under 18 years of age shall not be employed at night or in
hazardous conditions. These policies and procedures shall conform to the
provisions of the relevant International Labour Organisation (ILO)
standards.
2.5.
Living wages are paid: Wages and benefits paid for a standard
working week meet, at a minimum, national legal standards or industry
benchmarks. In any event wages should always be high enough to meet
basic needs and to provide some discretionary income. All workers shall
be provided with written and understandable information about their
employment conditions in respect to wages before they enter
employment, and about the particulars of their wages for the pay period
concerned each time that they are paid. Deductions from wages as a
disciplinary measure shall not be permitted nor shall any deductions from
wages not provided for by national law be permitted without the express
and informed permission of the worker concerned. All disciplinary
measures should be recorded.
2.6.
Working hours are not excessive: Working hours comply with
national laws and benchmark industry standards, whichever affords
greater protection. In any event, workers shall not on a regular basis be
required to work in excess of the local legal working hours. Overtime shall
be voluntary, shall not exceed local legal limits, shall not be demanded on
a regular basis and shall always be compensated at a premium rate.
2.7.
No discrimination is practised: There is no discrimination in
hiring, compensation, access to training, promotion, termination or
retirement based on race, caste, national origin, religion, age, disability,
gender, marital status, sexual orientation, union membership or political
affiliation.
2.8.
Regular employment is provided: To every extent possible work
performed must be on the basis of a recognised employment relationship
established through national law and practice. Obligations to employees
under labour or social security laws and regulations arising from the
regular employment relationship shall not be avoided through the use of
labour-only contracting, sub-contracting or home-working arrangements,
or through apprenticeship schemes where there is no real intent to impart
skills or provide regular employment, nor shall any such obligations be

Page 11 of 81

Lebanese Red Cross Society

National tender application pack V0.1


Tender reference: 2016 - 010

avoided through the excessive use of fixed-term contracts of


employment.
2.9.
No harsh or inhumane treatment is allowed: Physical abuse or
discipline, the threat of physical abuse, sexual or other harassment and
verbal abuse or other forms of intimidation shall be prohibited.
Article 3. Corporate social responsibility & other requirements
3.1.
Business ethics: Suppliers are expected to maintain the highest
degree of business ethics when working or seeking to work with the LRCS.
3.2.
Transparency of information provision: Suppliers shall not be
involved in any fraudulent activities, misrepresent information or facts for
the purpose of influencing the selection and contract-awarding process in
their favour.
3.3.
Fair competition: Suppliers shall not be involved in any corrupt,
collusive or coercive practices.
3.4.
Conflict of interest: The supplier shall represent and warrants
that no official of the LRCS has been, or shall be, admitted by the supplier
to any direct or indirect benefit arising from the award of the contract.
3.5.
Adherence to IFRC principles: When performing on behalf of or
at any time representing the LRCS, the supplier and all individuals
assigned by it to perform works or services, shall act in a manner
consistent with the fundamental principles of the International Red Cross
and Red Crescent Movement.
3.6.
Misrepresentation: By participating in the tender, submitting the
bid and having being selected as a Supplier, the supplier acknowledges
their acceptance of the above stated requirements and shall be held
responsible and liable for the consequences of any false or
misrepresented information provided.
Article 4. Environmental and carbon reduction policy
4.1.
Suppliers should as a minimum comply with all statutory and other
legal requirements relating to the environmental impacts of their
business. Detailed performance standards are a matter for suppliers, but
should address at least the following:
4.1.1.Waste Management: Waste is minimised and items recycled
whenever this is practicable. Effective controls of waste in respect of
ground, air, and water pollution are adopted. In the case of hazardous
materials, emergency response plans are in place.
4.1.2.Packaging and Paper: Undue and unnecessary use of materials is
avoided, and recycled materials used whenever appropriate.
4.1.3.Conservation: Processes and activities are monitored and modified
as necessary to ensure that conservation of scarce resources,
including water, flora and fauna and productive land in certain
situations.
4.1.4.Energy Use: All production and delivery processes, including the
use of heating, ventilation, lighting, IT systems and transportation, are
based on the need to maximise efficient energy use and to minimise
harmful emissions.
4.1.5.Safety precautions for transport and cargo handling: All
transport and cargo handling processes are based on the need to
maximise safety precautions and to minimise potential injuries to the

Page 12 of 81

Lebanese Red Cross Society

National tender application pack V0.1


Tender reference: 2016 - 010

environment, beneficiaries and staff as well as the suppliers


employees or those of its subcontractors.
Article 5. Ethical procurement
5.1.
Suppliers core business (over 20% turnover) should not:
5.1.1.Manufacture or sell arms.
5.1.2.Manufacture or sell tobacco
5.1.3.Damage the reputation of the Red Cross name and/or emblem
5.2.
Legal requirements: Suppliers should always work within the laws of
their country

Page 13 of 81

Lebanese Red Cross Society

National tender application pack V0.1


Tender reference: 2016 - 010

Specific Conditions
None

Page 14 of 81

Lebanese Red Cross Society

National tender application pack V0.1


Tender reference: 2016 - 010

Addendum
Section in
instructions to
bidders:
Price
INCOTERMS
Tender delivery
Goods/ services
delivery period
Marking/ labelling
Language
Samples
Bid validity
Liquidated damages

Payment

Item:

Specification:

Currency
Exchange rate @
Terms of delivery
Delivery address
Delivery contact
Delivery email
Start period

USD
1USD = LBP1,500
DDP Delivery Duty Paid
Within Beirut Area
Daniel Bettega
tenders@redcross.org.lb
ASAP

Delivery deadline

None
2016 - 010
English
No

Tender document language


Samples to be delivered
with bids?
Offer to be valid for
Damages per calendar day
of delay
Maximum delay damages
Invoice to be raised on
delivery of
Payment terms

Tender deadline

Bids to be marked

Deadline for questions


General
Conditions
Article 1

Warranty period
Dispute Adjudication Rules
defined by
Contract jurisdiction

90 calendar days
0.5% of contract value
5% of contract value
Each batch/ final delivery
45 calendar days after
submission of all required
documentation
Date: Friday 24, June,
2016
Time: 5:00:00 PM
Tender reference: 2016 010. Do not open before
6/24/2016
Date: Friday 17, June, 2016
Time: 5:00:00 PM

1 Year minimum
Lebanese
Lebanon

Page 15 of 81

Lebanese Red Cross Society

National tender application pack V0.1


Tender reference: 2016 - 010

Tender forms
Annex 1 - Supplier registration form
Please fill in this questionnaire in order to register. Information given in this
questionnaire will be handled confidentially. Please attach all other documents
requested in the questionnaire. All bidders should completely fill up this form. If
found blank then the bidder's tender shall not be included in the Final Evaluation
1. NAME OF COMPANY:
Mailing Address

Country:

Contact Person (s)


Telephone No

Fax:

Email
Website
Owner(s) Name(s):
Nationality:
VAT Number
Date of Registration of
VAT
2. ORGANISATION
REGISTRATION:

Year Established:

Under the laws of:

No. of Employees:

No. of Branches:

No. of International Offices:


3. SIZE OF BUSINESS

Location of Factories:
No. of Plants:
No. of Warehouses

8. AFFILIATED/HOLDIN
G/ SUBSIDIARY
COMPANIES:

Name
Nature of Affiliation

Address

Page 16 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

Annex 2 - Bid offer form

Lo
t
1:

N
o

Bedding Linen & Textiles

Item Description

Brand/Mo
del

Orig
in
Of
Goo
ds

Quant
ity

Unit

Curre
ncy

1 Draw sheet / Alaise

20,000

USD

2 Survival Blanket

1,700

USD

Packing & Delivery

Delive
ry

Unit
Price
Exclus
ive of
all
taxes

Unit
Price
VA inclus
T
ive of
rat all
e
taxes

Total
Includ
ing all
taxes

Lead
time
(wee
ks)

Unit
Price
Exclus

VA Unit
T
Price
rat inclus

Total
Includ
ing all

Lead
time
(wee

USD

GRAND TOTAL

Lo
t
2:
N
o

Diagnostic Imaging &


Radiotherapy Consumables
Item Description

Brand/Mo
del

Orig
in
Of

Unit
Quant
ity

Curre
ncy

Page 17 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

ive of
all
taxes

Goo
ds
1 Ultrasound Gel

70

Packing & Delivery

ive of
all
taxes

taxes

ks)

USD
Delive
ry

USD

GRAND TOTAL

Lo
t
3:

N
o

Sanitary & Hygiene


Consumables

Item Description

Brand/Mo
del

Orig
in
Of
Goo
ds

Quant
ity

Unit

Curre
ncy

Disinfectant for
1 Surface/Equipment

3,100

USD

2 Detergent for Surfaces

244

USD

3 Detergent of Floor

144

USD

Disinfectant
4 Surfaces/Equipment

1,500

USD

Unit
Price
Exclus
ive of
all
taxes

VA
T
rat
e

Unit
Price
inclus
ive of
all
taxes

Total
Includ
ing all
taxes

Lead
time
(week
s)

Page 18 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

5 Portable Hand gel sanitizer

400

USD

Refill for Skin


6 Disinfectant Machine*

Purell

3,120

USD

Skin Disinfectant
7 Machine*

Purell

220

USD

Packing and Delivery

Delive
ry

USD

GRAND TOTAL
* Alternatives will not be accepted - offers must be of this brand(s)

Lo
t
4:

N
o

Staff Protective Clothing

Item Description

1 Disposable Face Shield

Brand/Mo
del

Orig
in
Of
Goo
ds

Quant
ity
2,000

Unit

Curre
ncy

Unit
Price
Exclus
ive of
all
taxes

Unit
Price
VA inclus
T
ive of
rat all
e
taxes

Total
Includ
ing all
taxes

Lead
time
(wee
ks)

USD

Page 19 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

2 Impermeable Apron

500

USD

3 Mask FFP3

10,000

USD

Pair of Nitrile Sole Rubber Boot


4 ( All sizes between 38 - 47)

500

USD

5 Pair of Shoe Cover

500

USD

Protective Cover all with Hood


6 L

200

USD

Protective Cover all with Hood


7 M

500

USD

Protective Cover all with Hood


8 S

500

USD

Protective Cover all with Hood


9 XL

500

USD

1 Protective Cover all with Hood


0 XXL

500

USD

1 Protective Cover all with Hood


1 XXXL

500

USD

1
2 Protective glasses

1,100

USD

1 Protective overall with Hood


3 (All sizes between S - XXXL)

150

USD

Page 20 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

1
4 Surgical Mask (box of 50 pcs)

2,600

Packing & Delivery

USD
Delive
ry

USD

GRAND TOTAL
* Alternatives will not be accepted - offers must be of this brand(s)

Lo
t
5:

N
o

Dressings

Item Description

Brand/Mo
del

Orig
in
Of
Goo
ds

Quant
ity

Unit

Curre
ncy

Abdominal Bandages
(Identical or similar to OLAES
1 modular bandage)

5,000

USD

2 Absorbent Gauze roll

2,000

USD

3 Absorbent Medical cotton

50

USD

4 Band aid Plaster

Unit
Price
Exclus
ive of
all
taxes

Unit
Price
VA inclus
T
ive of
rat all
e
taxes

Total
Includ
ing all
taxes

Lead
time
(week
s)

USD

Page 21 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

34,000
5 Chest Seal

SAM or
FOX

1,500

USD

6 Compressive bandage

56,000

USD

7 Cotton Swab

24

USD

8 Elastic roll - Large

3,600

USD

9 Elastic roll - Small

3,600

USD

1
0 Elastic roll - Medium

3,600

USD

1 Hypoallergenic Adhesive Tape


1 - Medium

10,470

USD

1 Hypoallergenic Adhesive Tape


2 - Small

14,590

USD

1
3 Plaster - Small

2,600

USD

1
4 Prep pads - Alcohol

3,300

USD

1
5 Prep pads - Providence iodine

300

USD

1 Self-Adhering Elastic Bandage

USD

Page 22 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

5,000

1 Sterilization Paper for Sterile


7 Gauze

300

USD

1
8 Paraffin Gauze

Brand:
JeloNet

1,220

USD

1
9 Paraffin Gauze with antibiotic

Brand:
Sofratulle

1,500

USD

400

USD

600

USD

2
2 Gauze Band - Large

2,000

USD

2
3 Gauze Band - Medium

2,400

USD

2
4 Gauze Band - Small

2,000

USD

2 Swabs Gauze - Non X-ray


5 Detectable - Wide

87,900

USD

2 Swabs Gauze - Non X-ray


0 Detectable
Swabs Gauze - Non X-ray
2 Detectable - Antibiotics
1 Impregnated

Packing & Delivery

Brand:
Sofratulle

Delive
ry

USD

GRAND TOTAL
* Alternatives will not be accepted - offers must be of this brand(s)

Page 23 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

Lo
t
6:

N
o

Laboratory & Pathology


Consumables & Equipment

Item Description

Brand/Mo
del

Orig
in
Of
Goo
ds

Quant
ity

Unit

Curre
ncy

1 Blue Tips 100-1000ul

30,000

USD

2 EDTA tube 3 ml

26,000

USD

3 Hem cue micro-cuvettes for Hb

30,000

USD

4 Metal Clips ring

180

USD

5 Micro Hematocrit Tube plain

204,00
0

USD

6 Parafilms

12

USD

Pasteur transfer Pipette up to


7 1ml

31,000

USD

8 Plastic Test Tube 5ml

60,000

USD

Unit
Price
Exclus
ive of
all
taxes

Unit
Price
VA inclus
T
ive of
rat all
e
taxes

Total
Includ
ing all
taxes

Lead
time
(wee
ks)

Page 24 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

9 serum tube vacutainer

26,000

USD

1
0 Sterile Blood Lancets

150

USD

1
1 Wax Plates

USD

1
2 Yellow tips 20-200 ul

30,000

USD

1
3 Alcool de menthe

24

USD

1
4 coverslip

12

USD

1
5 Slides 25*75 mm ,clear glass

100

USD

1
6 Wooden Applicator 6"

100

USD

1
7 Ice Pack

15,000

USD

1
8 Quality Control Kit

72

USD

1
9 Radiation Tag

4,800

USD

Packing & Delivery

Delive
ry

Page 25 of 81

Lebanese Red Cross Society

National tender application pack V0.1


Tender reference: 2016 - 010

GRAND TOTAL

Page 26 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

Lo
t
7:

N
o

Haematological Cells &


Reagents

Item Description

Brand/Mo
del

Orig
in
Of
Goo
ds

Quant
ity

Unit

Curre
ncy

1 A1 ,B Cells

216

USD

Anti A1 (different reagent)


2 monoclonal antibody

300

USD

Anti B (different reagent)


3 monoclonal antibody

300

USD

4 Anti Human Globulin IgG+C3d

12

USD

5 ANTI-A 1 monoclonal antibody

300

USD

6 ANTI-A,B monoclonal antibody

300

USD

ANTI-A,B monoclonal antibody


7 (dIfferent reagent)

300

USD

8 ANTI-B monoclonal antibody

300

USD

Unit
Price
Exclus
ive of
all
taxes

Unit
Price
VA inclus
T
ive of
rat all
e
taxes

Total
Includ
ing all
taxes

Lead
time
(wee
ks)

Page 27 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

9 ANTI-D (RHI) TOTEM

300

USD

1 ANTI-D (RHI) TOTEM (different


0 reagent)

300

USD

1
1 RPR

444

USD

Packing & Delivery

Delive
ry

USD

GRAND TOTAL

Lo
t
8:

N
o

Analytical Kits

Item Description

Brand/Mo
del

Orig
in
Of
Goo
ds

Quant
ity

Unit

Curre
ncy

Accu-check Safe T-Pro


1 Uno*

Roche

2,400

USD

2 Accutrend Cholesterol*

Roche

2,400

USD

3 Accutrend Glucose II*

Roche

2,400

USD

Unit
Price
Exclus
ive of
all
taxes

VA
T
rat
e

Unit
Price
inclus
ive of
all
taxes

Total
Includ
ing all
taxes

Lead
time
(week
s)

Page 28 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

4 Accutrend Triglyceride*

Roche

2,400

USD

5 Cobas b HBA1C test*

Roche

3,500

USD

6 Cobas b Lipid Panel*

Roche

3,000

USD

Glucometer Needles (box


7 of 100)*

OneTouch

1,000

USD

Glucometer Strips (box


8 of 50 )*

OneTouch

2,000

USD

Packing & Delivery

Delive
ry

USD

GRAND TOTAL
* Alternatives will not be accepted - offers must be of this brand(s)

Lo
t
9:

Defibrillators
consumables &
Electrodes

N
o

Item Description

Brand/Model

Orig
in
Of
Goo

Unit
Quant
ity

Curre
ncy

Unit
Price
Exclus
ive of

VA
T
rat
e

Unit
Price
inclus
ive of

Total
Includ
ing all
taxes

Lead
time
(week
s)

Page 29 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

all
taxes

ds
1 AED patches CU*

CU-ER1

10,000

USD

AED patches
2 Quick Combo*

LifePak 500/1000

16,000

USD

AED Training
3 electrodes*

LifePak 500/1000
Product code:
11101-000004

20

USD

AED training
4 patches *

LifePak 500/1000

40

USD

Replacement AED
Training
5 electrode*

LifePak 500/1000
Product code:
11101-000003

40

USD

6 ECG Electrodes*

LifePak 500/1000

150

USD

Packing & Delivery

Delive
ry

all
taxes

USD

GRAND TOTAL
* Alternatives will not be accepted - offers must be of this brand(s)

Page 30 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

Lo
t
1
0:

N
o

Gloves

Item Description

Brand/Mo
del

Orig
in
Of
Goo
ds

Quant
ity

Unit

Curre
ncy

1 Latex Gloves Large

100

USD

2 Latex Gloves Medium

100

USD

3 Latex Gloves Small

100

USD

4 High Risk Nitrile Gloves L

200

USD

5 High Risk Nitrile Gloves M

200

USD

6 High Risk Nitrile Gloves S

100

USD

7 High Risk Nitrile Gloves XL

100

USD

8 Nitril Gloves L

8,000

USD

Unit
Price
Exclus
ive of
all
taxes

Unit
Price
VA inclus
T
ive of
rat all
e
taxes

Total
Includ
ing all
taxes

Lead
time
(wee
ks)

Page 31 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

9 Nitril Gloves M

8,000

USD

1
0 Nitril Gloves S

6,000

USD

1
1 Nitril Gloves XL

6,000

USD

Packing & Delivery

Delive
ry

USD

GRAND TOTAL
Lo
t
1
1:

N
o

Oxygen Masks & Nasal Cannula

Item Description

Brand/Mo
del

Orig
in
Of
Goo
ds

Quant
ity

Unit

Curre
ncy

1 Adult Simple Oxygen Mask

41,000

USD

Oxygen Mask Adult - with


2 oxygen reservoire

25,000

USD

3 Oxygen Tubing / Rallonge

7,100

USD

Unit
Price
Exclus
ive of
all
taxes

Unit
Price
VA inclus
T
ive of
rat all
e
taxes

Total
Includ
ing all
taxes

Lead
time
(wee
ks)

Page 32 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

4 Pediatric Simple Oxygen Mask

15,100

USD

5 Nasal Cannula Adult

20,200

USD

6 Nasal Cannula Child

8,000

USD

Packing & Delivery

Delive
ry

USD

GRAND TOTAL

Lo
t
1
2:
N
o

Oropharyngeal Airway
Item Description

Brand/Mo
del

Orig
in
Of

Unit
Quant
ity

Curre
ncy

Unit
Price
Exclus

VA
T
rat

Unit
Price
inclus

Total
Includ
ing all

Lead
time
(week

Page 33 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

ive of
all
taxes

Goo
ds
1 Airway Cannula 100 mm

1,500

USD

2 Airway Cannula 110 mm

1,000

USD

3 Airway Cannula 40 mm

500

USD

4 Airway Cannula 50 mm

500

USD

5 Airway Cannula 60 mm

750

USD

6 Airway Cannula 70 mm

750

USD

7 Airway Cannula 80 mm

1,000

USD

8 Airway Cannula 90 mm

1,500

USD

Set of 7 Colored Cannula


9 with Carrying Case

250

USD

Packing & Delivery

Delive
ry

ive of
all
taxes

taxes

s)

USD

GRAND TOTAL

Page 34 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

Lo
t
1
3:

N
o

Containers

Item Description

Brand/Mo
del

Orig
in
Of
Goo
ds

Quant
ity

Unit

Curre
ncy

1 Sharps Container 22 Litre

300

USD

2 Sharps Container 7 Litre

300

USD

Packing & Delivery

Delive
ry

Unit
Price
Exclus
ive of
all
taxes

Unit
Price
VA inclus
T
ive of
rat all
e
taxes

Total
Includ
ing all
taxes

Lead
time
(wee
ks)

USD

GRAND TOTAL

Lo
t
1
4:

Medical & Surgical


Equipment

Page 35 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

N
o

Item Description

Brand/Mo
del

1 Oral Suction probe

2 Suction Bottle*

Spener:
Model
RV1150

3 Obstetrics Kit
Manikin Face shields (6
4 rolls of 36 sheets)*

Laerdal

5 Tourniquet
Tourniquet - military
6 grade*

Packing & Delivery

CAT or
Soft TW

Orig
in
Of
Goo
ds

Quant
ity

Unit

Curre
ncy

800

USD

800

USD

150

USD

417

USD

540

USD

500

USD

Delive
ry

Unit
Price
Exclus
ive of
all
taxes

VA
T
rat
e

Unit
Price
inclus
ive of
all
taxes

Total
Includ
ing all
taxes

Lead
time
(week
s)

USD

GRAND TOTAL
* Alternatives will not be accepted - offers must be of this brand(s)
Lo
t

Examination tools

Page 36 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

1
5:

N
o

Item Description

Brand/Mo
del

Orig
in
Of
Goo
ds

Quant
ity

Unit

Curre
ncy

1 Vaginal speculum large

1,500

USD

2 Vaginal speculum medium

2,500

USD

3 Vaginal speculum small

2,000

USD

2
0 Syringe 1ml

1,000

USD

2
1 Syringe 3ml

500

USD

2
2 Syringe 5 ml

18,500

USD

4 Exam paper roll

700

USD

5 Disposable Thermometer

10,900

USD

6 Tongue Depressors

Unit
Price
Exclus
ive of
all
taxes

Unit
Price
VA inclus
T
ive of
rat all
e
taxes

Total
Includ
ing all
taxes

Lead
time
(wee
ks)

USD
100,00
Page 37 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

0
Packing & Delivery

Delive
ry

USD

GRAND TOTAL

Lo
t
1
6:

N
o

First Aid Kits

Item Description

Brand/Mo
del

Orig
in
Of
Goo
ds

Quant
ity

Unit

Curre
ncy

1 First Aid Kit - Small

50

USD

2 First Aid Kit - Medium

50

USD

3 First Aid Kit - Large

50

USD

Packing & Delivery

Delive
ry

Unit
Price
Exclus
ive of
all
taxes

Unit
Price
VA inclus
T
ive of
rat all
e
taxes

Total
Includ
ing all
taxes

Lead
time
(wee
ks)

USD

GRAND TOTAL

Page 38 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

Lo
t
1
7:

N
o

Waste Bags

Item Description

Brand/Mo
del

Orig
in
Of
Goo
ds

Quant
ity

Unit

Curre
ncy

Waste bags yellow - Large


1 (20L)

1,500

USD

Waste bags yellow - Medium


2 (7L)

4,000

USD

Packing & Delivery

Unit
Price
Exclus
ive of
all
taxes

Unit
Price
VA inclus
T
ive of
rat all
e
taxes

Total
Includ
ing all
taxes

Lead
time
(wee
ks)

Delive
ry

GRAND TOTAL

Lo

Blood Bags

Page 39 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

t
1
8:

N
o

Item Description

Brand/Mo
del

Orig
in
Of
Goo
ds

Quant
ity

Unit

Curre
ncy

Blood Bag Quadruple (with


1 filter)

22,268

USD

2 Blood Bag Triple (without filter)

10,080

USD

Packing & Delivery

Delive
ry

Unit
Price
Exclus
ive of
all
taxes

Unit
Price
VA inclus
T
ive of
rat all
e
taxes

Total
Includ
ing all
taxes

Lead
time
(wee
ks)

USD

GRAND TOTAL

Lo
t
1
9:

N
o

Vomiting Bags

Item Description

Brand/Mo
del

Orig
in
Of
Goo
ds

Quant
ity

Unit

Curre
ncy

Unit
Price
Exclus
ive of
all
taxes

Unit
Price
VA inclus
T
ive of
rat all
e
taxes

Total
Includ
ing all
taxes

Lead
time
(week
s)

Page 40 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

1 Vomiting Bag

21,000

Packing & Delivery

USD
Delive
ry

USD

GRAND TOTAL

Lo
t
2
0:

N
o

Body Bags

Item Description

1 Body Bag
Packing & Delivery

Brand/Mo
del

Orig
in
Of
Goo
ds

Quant
ity

Unit

1,500
1

Curre
ncy

Unit
Price
Exclus
ive of
all
taxes

Unit
Price
VA inclus
T
ive of
rat all
e
taxes

Total
Includ
ing all
taxes

Lead
time
(wee
ks)

USD
Delive
ry

USD

GRAND TOTAL

Page 41 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

Annex 3 - Detailed Specifications


Lot 1:

Bedding Linen & Textiles

No

Item Description

Detailed specifications

Unit

Draw sheet / Alaise

Size: 40cm(W)x60cm(L)

Piece

Survival Blanket

Radiant heat reflectance over 90% | Made of Foil | Size: 1.5m(W)x2.1m(L)

Piece
Deliver
y

Packing & Delivery

Lot 2:

Diagnostic Imaging &


Radiotherapy
Consumables

No

Item Description

Detailed specifications

Ultrasound Gel

Hypoallergenic - Water soluble - for Professional Use only

Sanitary & Hygiene


Consumables

No

Item Description

250ml
Bottle
Deliver
y

Packing & Delivery

Lot
3:

Unit

Detailed specifications

Unit

Page 42 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

Disinfectant for
Surface/Equipment

EPA-registered hospital disinfectants with label claims against non-enveloped


viruses
(e.g., norovirus, rotavirus, adenovirus, poliovirus) are broadly antiviral and
capable of inactivating both enveloped and non-enveloped viruses.
Product should be mentioned on this list: http://www.epa.gov/oppad001/list-lebola-virus.html

Bottle
- 1Litre

Detergent for Surfaces

Detergent disinfectant foam for cleaning and disinfecting surfaces and


external structures for equipment(respirators)
and non submersible and non invasive medical devices(probes, blood
pressure) composition: Didecyldimethlammonium chloride,excipients.

Bottle
750ml

Detergent of Floor

Detergent disinfection of floors and surfaces medical equipment and non


invasive medical devices bactericidal
in 30 mn,composition:N-(3aminopropy)-N-dodecylpropane-1.3diamine,didecyldimethlammonium chloride ,excipients.

5L
Bottle

Disinfectant
Surfaces/Equipment

EPA-registered hospital disinfectants with label claims against non-enveloped


viruses (e.g., norovirus, rotavirus, adenovirus, poliovirus)
are broadly antiviral and capable of inactivating both enveloped and nonenveloped viruses.
Product should be mentioned on this list: http://www.epa.gov/oppad001/list-lebola-virus.html

5L
bottle

Portable Hand gel sanitizer

Anti-Bacterial - Hand sanitizer - Moisturizer

Bottle
236ml

Refill for Skin Disinfectant


Machine

Advanced Instant Hand Sanitizer with Moisturizers. Bag of 1 L suitable with the
Purell Machines Purell Original I.H.S Refill for NXT 1000 ML

1L
Bag

Skin Disinfectant Machine

Hand Sanitizer Machine that could fit 1L of sanitizer Bag Purell

Piece

Packing and Delivery


Deliver

Page 43 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

Lot
4:

Staff Protective Clothing

No

Item Description

Detailed specifications

Unit

Disposable Face Shield

Made of clear plastic and provides good visibility to both the EMT and the
patient | Adjustable band to attach firmly around the head and fit snuggly
against the forehead |
Fog resistant | Completely covers the sides and length of the face | Quality
compliant with standards: EU standard directive 86/686/EEC, EN 166/2002
ANSI/ISEA Z87.1-2010

Piece

Impermeable Apron

Disposable | Made of polyester with PVC-coated, or other impermeable


material | Straight apron with bib |
Minimum basis weight: 250g/m2 | Waterproof | Covering size :
approximately 70-90cm width x 120-150cm height, or standard adult size |
Option 1: Adjustable neck strap with back fastening at the waist | Option 2:
Neck strap allowing for tear-off with back fastening at the waist

Piece

Mask FFP3

N95 standard | Clear Vision | Lightweight | M+C38aintenance free |


Contour Fit | Easy Breathing/Speaking | Single Use | Dust & Filter Mask |
Shape that will not collapse easily

Piece

Pair of Nitrile Sole Rubber


Boot ( All sizes between 38 47)

Nonslip PVC sole which is completely sealed | Knee-high, in order be higher


than the bottom edge of the gown
Light colours | A variety of sizes to improve comfort and avoid trauma to
the feet

Pair

Pair of Shoe Cover

Singe use | Fluid resistant

Piece

Protective Coverall with

Single use | Fluid resistant | Adjustable and immovable once adjusted |

Piece

Page 44 of 81

Lebanese Red Cross Society

National tender application pack V0.1


Tender reference: 2016 - 010

Hood L
8

Protective Coverall with


Hood M

Protective Coverall with


Hood S

10

Protective Coverall with


Hood XL

11

Protective Coverall with


Hood XXL

Piece

12

Protective Coverall with


Hood XXXL

Piece

13

14

Piece
Facial opening constructed without elastic, reaching the upper part of the
gown or coverall

Piece
Piece

Protective glasses

Single use
Light clours
Thumb/ finger loops to anchor sleeves in place
Quality compliant with:
Tested for resistance to blood and body fluid penetration
Meets or exceeds ISO 16603 class 3 exposure pressure, or equivalent

Piece

Protective overall with Hood


(All sizes between S - XXXL)

Single use
Light clours
Thumb/ finger loops to anchor sleeves in place
Quality compliant with:
Tested for resistance to blood and body fluid penetration
Meets or exceeds ISO 16603 class 3 exposure pressure, or equivalent

Piece

Page 45 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

16

Surgical Mask (box of 50


pcs)

Minimum 95% filtration rate | Differential pressure less than 4.0


Fluid resistance to synthetic blood 80mmHg | Flammability Class 1
Elastic tie, fixed behind ears | Good breathability
Internal and external faces should be clearly identified
Structured design that does not collapse against the mouth (e.g. duckbill,
cup shape)
Quality compliant with standards: EN 14683 Type IIR performance | ASTM
F2100 level 2 or level 3

Packing & Delivery

Piece
Delivery

Lot
5:

Dressings

No

Item Description

Detailed specifications

Unit

Abdominal Bandages
(Identical or similar to
OLAES modular
bandage)

Key Features: Large non-adherent wound pad and integral elastic bandage.
Quick and simple. Large, removable occlusive dressing.Multipurpose e.g. to
cover eviscerated bowel;
as a robust burns dressing; as an occlusive dressing for multi-penetrating
chest wounds.
Brakes to help prevent accidental unrolling of the elastic wrap during
application,
especially helpful during the dressing of amputations. Dimensions: 47.00cm
x 47.00cm Weight 100g

Piece

Absorbent Gauze roll

Size: 91.44cm(W)x91.44m(L)
Non-sterile

91.44m roll

Absorbent Medical
cotton

Size: 500g | Absorbent - Cotton Wool with paper interleaved | Non-sterile

500g roll

Band aid Plaster

Non-Waterproof | Hypoallergenic | Antiseptic | Breathe freely adhesive

Piece

Page 46 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

plaster | Sterile | Size:1 inch

Chest Seal

Key Features: Fast, easy and intuitive to apply. Patented hydrogel base
Sticks and Stays Stuck! 4 large peripheral apertures allow drainage of air
and blood.
Large central hole in base material allows quick accurate placement with
reduced risk of obstructing the wound opening.
Low profile and highly flexible. Compact: easy to pack into medical kit.
Dimensions: 20.00cm x 15.00cm Weight 20.50g

Piece

Compressive bandage

Viscose non-woven bandage | High absorbency of 2,000 g/m | Hydrophilic


PP anti-adhesive non-woven fabric on both sides. | Bandage 4 m x 8 cm |
Compress 8 x 10 cm.

Piece

Cotton Swab

Cotton Swab used in weekly maintenance for Lab equipment

Piece

Elastic roll - Large

Size: 10.16cm(W)x4.5m(L)
With elastic clips

4.5meter
roll

Elastic roll - Small

Size: 5.8cm(W)x4.5m(L)
With elastic clips

4.5meter
roll

10

Elastic roll - Medium

Size: 7.62cm(W)x4.5m(L)
With elastic clips

4.5meter
roll

11

Hypoallergenic Adhesive
Tape - Medium

Size: 5cm(W)x 9.14m(L) | Hypoallergenic

9.14meter
roll

12

Hypoallergenic Adhesive
Tape - Small

Size: 2.5cm(W)x 9.14m(L) | Hypoallergenic

9.14meter
roll

13

Plaster - Small

Waterproof | Hypoallergenic | Antiseptic | Breathe freely adhesive plaster |


Sterile | Size:1 inch

Piece

14

Prep pads - Alcohol

Antiseptic | Single pad saturated with 70% isopropyl alcohol | For skin
preparation prior to injection | 1-ply | Size: 6cm(L)x3cm(W)

Piece

Page 47 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

Prep pads - Povidone


iodine

Size: 3cm(W)x6cm(L) | Antiseptic | Single pad saturated with 1% titratable


iodine | For skin preparation prior to injection | Latex free

Piece

16

Self Adhering Elastic


Bandage

Provides support and compression. Won't loosen or slip. Thin, lightweight,


breathable material.
Supports, secures and protects sprains, strains, splints and compresses.
Secures dressings, catheters and cold or heat therapy products. Helps
protect sensitive skin.
Can be cut to desired length. Dimensions: 7.5 CM

Piece

17

Steriliziation Paper for


Sterile Gauze

Size: 60cm(W)x60cm(L) | Blue sterilization paper | Pack of 500 sheet

Piece

Paraffin Gauze

Soothes and protects the wound and allows free passage of viscous
exudate.
Paraffin is soothing and low-adherent and allows the wound to drain freely
into an absorbent secondary dressing.
It is a sterile paraffin tulle gras dressing made from open weave gauze.
The gauze has interlocking threads which minimise fraying when the
dressing is cut to shape.
Can be combined with topical medication of choice .
It is not medicated and so is ideal for use with the topical antiseptic or
antibiotic of choice. 10cm x 10cm

Piece

19

Paraffin Gauze with


antibiotic

Sofra-Tulle consists of a cotton leno-weave fabric, impregnated with a base


composed of white soft paraffin,
anhydrous lanolin, and 1.0% w/w framycetin sulphate. 10 cm x 10 cm or 10
cm x 30 cm

Piece

20

Swabs Gauzee - Non Xray Detectable

Size: 5.08cm(W)x5.08cm(L)
16 ply
Sterile

Piece

15

18

Page 48 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

21

Swabs Gauzee - Non Xray Detectable Antibiotics Impegrated

Size: 10cm(W)x10cm(L)
Sterile
Parafin impregrated
Antibiotics impregrated

Piece

22

Gauze Band - Large

Size: 10.16cm(W)x4m(L)

4m roll

23

Gauze Band - Medium

Size: 7.62cm(W)x4m(L)

4m roll

24

Gauze Band - Small

Size: 5.08cm(W)x4m(L)

4m roll

25

Swabs Gauzee - Non Xray Detectable - Wide

Size: 10cm(W)x10cm(L)
16 ply
Sterile

Piece

Packing & Delivery

Lot
6:
No
1
2

Laboratory & Pathology


Consumables & Equipment
Item Description
Blue Tips 100-1000ul
EDTA tube 3 ml

Hemocue micro-cuvettes for Hb

4
5
6

Metal Clips ring


MicroHematocrit Tube plain
Parafilms

Delivery

Detailed specifications
100-1000 ul ,Blue color
Vacutainer EDTA Tube 3ml, 13x75mm, K2EDTA with translucent
lavender hemogard closure non-ridged
Hemocue micro-cuvettes for Hemoglobin,closed system compatibe with
hemocue
Metal Clips ring
Soda lime glass
Size: 10.16cm(W)x38.1m(L)
Flexible/ moldable

Unit
Piece
3ml tube
Piece
Piece
Piece
38.1m
roll
Page 49 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

7
8

Pasteur transfer Pipette up to


1ml
Plastic Test Tube 5ml

serum tube vacutainer

10
11
12

Sterile Blood Lancets


Wax Plates
Yellow tips 20-200 ul

13

Alcool de menthe

14

coverslip

15

Slides 25*75 mm ,clear glass

16
17

Wooden Applicator 6"


Ice Pack

Self sealing
Odorless
Moisture resistant
Thermoplastic
Length 145mm
1ml transfer pipette
Volume: 5ml
Dimensions: 0.12cm(W)x075cm(L)
Material: PS
Vacutainer Serum tube 5ml
Dimensions:0.13(W)x1cm(L)
With Clot Activator
Red hemogard closure
Non-ridged
Sterile Blood Lancets
Wax Plates used to close tubes
Yellow tips 20-200ul
Rnase and Dnase free
Polypropylene
Autoclavable
Graduated
For laboratory use
80% vol for diziness
Coverslip used to do the DU test during reading the slide under the
microscope
Size: 0.25cm(W)x0.75cm(L)
Clear glass slides
wooden stick without head DIA 2.5x150mm
Double wall plastic bag that measures 15cm(W)x15cm(L)
Comprised of sodium nitrate and water

Piece
Piece

5ml Tube

Piece
Piece
Piece

50ml
Bottle
Piece
Piece
Piece
Piece

Page 50 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

18
19

Quality Control Kit


Radiation Tag

20

Syringe 1ml

21

Syringe 3ml

22

Syringe 5 ml

Remain cold for a minimum of 30 minutes at 2oC


Internal quality control for determination of blood group
Blood irradiation indicator type 25Gy ,indicators show whether the
blood products have been irradiated.
Single use
ETO gas sterilisation
Non-Toxic/Non-Pyrogenic
Latex free
Individual packed in blister pocked
Extremely fine graduation
Smoothly sliding plunger for critical injection
High precision grinded needle for safe puncture
Double plunger-stop

Hematological Cells &


Reagents

No

Item Description

Piece
Piece
Piece

Delivery

Packing & Delivery

Lot
7:

Kit
Tag

Detailed specifications

Unit

A1 ,B Cells

Test cells for reverse grouping ,used in blood serelogy to detect the presence
or absence of AntiA and AntiB isoagglutinins ( in reverse grouping ) 2*10ml

Set
2x10ml
Vial

Anti A1 (different
reagent) monoclonal
antibody

Anti A1 (different reagent) monoclonal antibody 10ml

10ml
Vial

Anti B (different reagent)


monoclonal antibody

Anti B (different reagent) monoclonal antibody 10ml

10ml
Vial

Anti Human Globulin

Anti Human Globulin IgG+C3d 10 ml

10ml
Page 51 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

IgG+C3d

Vial

ANTI-A 1 monoclonal
antibody

ANTI-A,B monoclonal
antibody

ANTI-A,B monoclonal
antibody (dIfferent
reagent)

ANTI-A,B monoclonal antibody 10ml

10ml
Vial

ANTI-B monoclonal
antibody

ANTI-B monoclonal antibody 10ml

10ml
Vial

ANTI-D (RHI) TOTEM

10

ANTI-D (RHI) TOTEM


(different reagent)

ANTI-D (RHI) TOTEM 10ml

11

RPR

Immutrep RPR 100t,rapid plasma reagin card test for the serodiagnosis of
syphilis.

ANTI-A 1 monoclonal antibody 10ml

10ml
Vial

10ml
Vial

Packing & Delivery

Lot
8:

Analytical Kits

No

Item Description

10ml
Vial

10ml
Vial
Piece
Delivery

Detailed specifications

Unit

Page 52 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

Accu-check Safe T-Pro Uno

Specific lancing device for one sample of blood


single use
sterile
Brand: "Roche"

Piece

Accutrend Cholesterol

Specific strips for one drop of blood containing chemicals that react with
cholesterol
single use
sterile
Brand: "Roche"

Strip

Accutrend Glucose II

Specific strips for one drop of blood containing chemicals that react with
glucose
single use
sterile
Brand: "Roche"

Strip

Accutrend Triglyceride

Specific strips for one drop of blood containing chemicals that react with
triglyceride
single use
sterile
Brand: "Roche"

Strip

Cobas b HBA1C test

Disc color/coded - one finger stick- for the measurements of the sugar
stored in blood
single use
sterile
Brand: "Roche"

Disc

Cobas b Lipid Panel

Disc color/coded- one finger stick for the measurements of Chol - TG HDL - LDL
single use
sterile
Brand: "Roche"

Disc

Page 53 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

Glucometer Needles (box


of 100)

Compatible with the one touch Glucometers

Box

Glucometer Strips (box of


50 )

Compatible with the one touch Glucometers

Box

Packing & Delivery

Delivery

Lot
9:

Defibrillators consumables
& Electrodes

No

Item Description

Detailed specifications

Unit

AED patches CU

AED Patches for CU (brand) AEDs

Piece

AED patches Quick Combo

AED Patches for LifePack 500/1000 AEDs, Patches model: Quick Combo AED Patches Compatible Lifepack 500/1000 AEDs

Piece

AED Training electrodes

Consists of five pairs of reusable automated external defibrillator training


electrodes for adults, (with cable)
cable connector assembly, and reusable foil pouch for lifepack 500
and1000
Product code: 11101-000004

AED training patches

Consists of one pair of reusable training electrodes. For CU-ER1

Replacement AED Training


electrode

Consists of five pairs of reusable training electrodes. (without cable)


Adhesive electrode portion only for lifepack 500 or 1000
Product code: 11101-000003

ECG Electrodes

Disposable ECG Electrode, used for monitoring of cardiac rhythm.


Tape electrode with conductive adhesive gel.

Packing & Delivery

Set of 5
pairs
Piece
Set of 5
pairs
Piece
Delivery

Page 54 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

Lot
10:

Gloves

No

Item Description

Detailed specifications

Unit

Latex Gloves Large

Natural Rubber Latex,


Ambidextrous,
Powdered,
Non-Sterile,
Single use only.

Pack

Latex Gloves Medium

Natural Rubber Latex,


Ambidextrous,
Powdered,
Non-Sterile,
Single use only.

Pack

Latex Gloves Small

Natural Rubber Latex,


Ambidextrous,
Powdered,
Non-Sterile,
Single use only.

Pack

High Risk Nitrile Gloves L


(Box of 50 PCS)

Natural Rubber Latex,


Ambidextrous,
Powdered,
Non-Sterile,
Single use only.

Pack

Page 55 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

High Risk Nitrile Gloves M


(Box of 50 PCS)

Natural Rubber Latex,


Ambidextrous,
Powdered,
Non-Sterile,
Single use only.

Pack

High Risk Nitrile Gloves S


(Box of 50 PCS)

Natural Rubber Latex,


Ambidextrous,
Powdered,
Non-Sterile,
Single use only.

Pack

High Risk Nitrile Gloves XL


(Box of 50 PCS)

High Risk Nitrile Gloves -Powder Free -Extra- Thick -Extra Long -Single Use
Only -Ambidextrous -Non Sterile -Natural Rubber -50/box -

Pack

Nitril Gloves L (box of 100)

Hypoallergenic | Premium quality | Resist Fuel & Solvant | Powder free.


NFPA certified | Medical grade (not industrial) | Superior strength with
better puncture resistance.
Single use / Non-sterile | Extended cuffs | Thickness 11mm | Min. 280 mm
total length
Quality compliant with standards: EU standard directive 93/42/EEC Class I,
EN 455
ANSI/ISEA 105-2011 | EU standard directive 89/686/EEC Category III, EN
374
ASTM D6319-10

Pack

Nitril Gloves M (box of


100)

Hypoallergenic | Premium quality | Resist Fuel & Solvant | Powder free.


NFPA certified | Medical grade (not industrial) | Superior strength with
better puncture resistance.
Single use / Non-sterile | Extended cuffs | Thickness 11mm | Min. 280 mm
total length
Quality compliant with standards: EU standard directive 93/42/EEC Class I,
EN 455
ANSI/ISEA 105-2011 | EU standard directive 89/686/EEC Category III, EN
374

Pack

Page 56 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

ASTM D6319-10

10

11

Nitril Gloves S (box of 100)

Hypoallergenic | Premium quality | Resist Fuel & Solvant | Powder free.


NFPA certified | Medical grade (not industrial) | Superior strength with
better puncture resistance.
Single use / Non-sterile | Extended cuffs | Thickness 11mm | Min. 280 mm
total length
Quality compliant with standards: EU standard directive 93/42/EEC Class I,
EN 455
ANSI/ISEA 105-2011 | EU standard directive 89/686/EEC Category III, EN
374
ASTM D6319-10

Pack

Nitril Gloves XL (box of


100)

Hypoallergenic | Premium quality | Resist Fuel & Solvant | Powder free.


NFPA certified | Medical grade (not industrial) | Superior strength with
better puncture resistance.
Single use / Non-sterile | Extended cuffs | Thickness 11mm | Min. 280 mm
total length
Quality compliant with standards: EU standard directive 93/42/EEC Class I,
EN 455
ANSI/ISEA 105-2011 | EU standard directive 89/686/EEC Category III, EN
374
ASTM D6319-10

Pack

Packing & Delivery

Lot
11:

Delivery

Oxygen Masks & Nasal


Cannula
Page 57 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

No

Item Description

Detailed specifications

Unit

Adult Simple Oxygen Mask

Adjustable nose clip assures comfortable fit, 100% latex free , include
oxygen tubing that meets the standard, Sterile by EO, single use.
Provide medium oxygen concentrations of 40-60%, with between 8-10
litres per minute flow of oxygen.
Disposable and individually wrapped. Constructed of transparent medical
grade material.
Adult standard size (more than 14cm length)

Piece

Oxygen Mask Adult - with


oxygen reservoire

Adult elongated size (10 cm or 11 cm length) with adjustable nose clip


-Constructed of transparent medical grade material (100% latex free) Include oxygen tubing & Reservoir - Sterile by EO - Single use (Disposable
and individually wrapped) Provide High oxygen concentrations of 90%, with between 8-10 litres per
minute flow of Oxygen

Piece

Oxygen Tubing / Rallonge

7 feet tube constructed of crush resistant, kink-free plastic, disposable,


outside diameter of tube is 5mm,
Vinyl tipped to facilitate connection with oxygen delivery supply and
delivery device adult standard size,
Able to ensure unimpeded oxygen flow to the patient

Piece

Pediatric Simple Oxygen


Mask

Adjustable nose clip assures comfortable fit, 100% latex free , include
oxygen tubing that meets the standard,
Sterile by EO, single use.Provide medium oxygen concentrations of 4060%, with between 8-10 litres per minute flow of oxygen.
Disposable and individually wrapped. Constructed of transparent medical
grade material.
Peditric elongated size ( 10cm or 11cm length)

Piece

Nasal Cannula Adult

7 feet tube constructed of crush resistant, kink-free plastic, disposable,


outside diameter of tube is 5mm,
Vinyl tipped to facilitate connection with oxygen delivery supply and
delivery device adult standard size, Able to ensure unimpeded oxygen flow

Piece

Page 58 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

to the patient
Adult standard size

Nasal Cannula Child

7 feet tube constructed of crush resistant, kink-free plastic, disposable,


outside diameter of tube is 5mm,
Vinyl tipped to facilitate connection with oxygen delivery supply and
delivery device adult standard size, Able to ensure unimpeded oxygen flow
to the patient
Child's standard size

Packing & Delivery

Piece
Delivery

Lot
12:

Oropharyngeal Airway

No

Item Description

Detailed specifications

Unit

Airway Cannula 100 mm

Piece

Airway Cannula 110 mm

Airway Cannula 40 mm

Airway Cannula 50 mm

Constructed of pliable, transparent non-latex medical grade material


with a buccal end (flanged end) the end of the airway that is flanged
and is expected to fit between the teeth or gums.
The pharyngeal end the end of the airway that is intended to be
inserted into the patients pharynx;
The oropharyngeal airways should have sufficient rigidity to keep the
base of the tongue in a forward position while the airway is in use;

Piece
Piece
Piece

Page 59 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

Airway Cannula 60 mm

Piece

Airway Cannula 70 mm

Piece

Airway Cannula 80 mm

Piece

Airway Cannula 90 mm

Piece

Set of 7 Colored Cannula


with Carrying Case

Set of 12
Pieces

Packing & Delivery

Delivery

Lot
13:

Containers

No

Item Description

Detailed specifications

Unit

Sharps Container 22 Litre

Contaminated sharps container for clinical waste


Yellow color with biohazard/ clinical waste warnings printed on container

Piece

Sharps Container 7 Litre

Contaminated sharps container for clinical waste


Yellow color with biohazard/ clinical waste warnings printed on container

Piece

Packing & Delivery

Lot
14:

Delivery

Medical & Surgical


Equipment

Page 60 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

No

Item Description

Detailed specifications

Unit

Oral Suction probe

50mm
Universal Use
Disposable Sterile

Piece

Suction Bottle

Suction container compatible with the Spencer (brand) Manual Aspirator BVac (model) RV1150

Piece

Obstetrics Kit

Minimum content in sealed bag: 2 x Pair of sterile exam gloves, 1 x Sterile


disposable scissor,
1 x Sterile disposable scalpel, 1 x sterile obstetric pad,
1 x plastic lined underpad, 2 x obstetrics towels,
3 x disposable towels, 1 x receiving blanket,
4 x sterile gauze pads,1 x sterile bulb syringe,
4 x sterile plastic umbilical clamps,1 x disposable plastic apron,
1 x plastic bag for placenta, 1 x infant bvm with mask.

Kit

Manikin Face shields (6


rolls of 36 sheets)

Used to put on the maniking mouth to protect the users during the mouth
to mouth breathing in cardio pulmonary rescuscitation training
Model: Manikin Face shields | Product code: 15120103

Tourniquet

Individual packed in blister pocked

Piece

Tourniquet - military grade

Extremely fine graduation, : Either CAT Tourniquet or Soft TW will be


accepted - no other alternatives

Piece

Packing & Delivery

Lot
15:

Roll of 36
sheets

Delivery

Examination tools

Page 61 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

No

Item Description

Detailed specifications

Unit

Vaginal speculum large

Smoothly sliding plunger for critical injection

Piece

Vaginal speculum medium

High precision grinded needle for safe puncture

Piece

Vaginal speculum small

Double plunger-stop

Piece

Exam paper roll

Size: 50cm(W)x80m(L)
Material: Paper
Color: White
Non-sterile

Roll

Disposable Thermometer

Non-Toxic/Non-Pyrogenic

Piece

Tongue Depressors

Latex free

Piece

Packing & Delivery

Delivery

Lot
16:

First Aid Kits

No

Item Description

Detailed specifications

Unit

First Aid Kit - Small

Suggested Contents: First Aid Guidance Leaflet | First Aid Dressings,


12x12cm | First Aid Dressings, 18x18cm | Triangular Bandages
Safety Pins | Eye Dressings | Plasters | Microporous Tape, 2.5cm
Nitrile Gloves (Pair) | Finger Dressings | Face Shields | Foil Blankets
Clothing Cutters | Conforming Bandages, 7.5cm

Set

First Aid Kit - Medium

Suggested Contents: First Aid Guidance Leaflet | First Aid Dressings,


12x12cm | First Aid Dressings, 18x18cm | Triangular Bandages
Safety Pins | Eye Dressings | Plasters | Microporous Tape, 2.5cm
Nitrile Gloves (Pair) | Finger Dressings | Face Shields | Foil Blankets

Set

Page 62 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

Clothing Cutters | Conforming Bandages, 7.5cm

First Aid Kit - Large

Suggested Contents: First Aid Guidance Leaflet | First Aid Dressings,


12x12cm | First Aid Dressings, 18x18cm | Triangular Bandages
Safety Pins | Eye Dressings | Plasters | Microporous Tape, 2.5cm
Nitrile Gloves (Pair) | Finger Dressings | Face Shields | Foil Blankets
Clothing Cutters | Conforming Bandages, 7.5cm

Packing & Delivery

Set
Delivery

Lot
17:

Waste Bags

No

Item Description

Detailed specifications

Unit

Waste bags yellow - Large


(20L)

waste bags ,yellow color ,25*35 inch ,logo of clinical waste on the bag
Marked biohazard/ clinical waste

Piece

Waste bags yellow Medium (7L)

waste bags ,yellow color ,19*24 inch ,logo of clinical waste on the bag
Marked biohazard/ clinical waste

Piece

Lot
18:

Blood Bags

No

Item
Descripti
on

Detailed specifications

Unit

Page 63 of 81

Lebanese Red Cross Society

Blood Bag
Quadruple
(with filter)

National tender application pack V0.1


Tender reference: 2016 - 010

Design Specifications for Whole Blood Collection Systems Including Leuco-depletion


Filters (from European blood alliance)
The basic standards for conformance are the ISO Standards and European Directives.
Manufacturers will be required to provide LRC with a minimum documentation set that
comprises a detailed specification of the product offered and recommended instructions
for use
This Technical Specification must be retained by Suppliers as a controlled document to
ensure that any proposed changes to their product can be identified and notified to the
Customer in advance of making the change.
Closed system for the collection and pre-storage leuko-reduction of one unit of whole
blood and the subsequent storage of the red blood cell and plasma components. It
should be a high Efficiency Filter that reduces the levels of leukocytes and microaggregates from a single unit of whole blood.

Piece

1. GENERAL REQUIREMENTS:
1.1.When used in accordance with the manufacturers instructions, filters must reduce the
leucocyte content of the final product in accordance with the current EU Blood Safety
Directive and Council of Europe guide to the preparation, use and quality assurance of
blood components.
1.2.Following filtration, blood components must comply with the EU Blood Safety Directive
and EDQM (CoE) guide to the preparation, use and quality assurance of blood
components. This is particularly important with regard to final Hb content of red cell
components.
1.3.In order for the LRC to manage batch acceptance more easily, it is required that a batch
of blood collection systems should contain no more than one batch of filters. When this
is not practical, the Supplier may alternatively provide filter traceability by ensuring
that the filter batch number is visible on each filter housing. Note. It is acceptable
however for one batch of filters to be used over several batches of blood collection
systems.

Page 64 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

1.4.Filters for the leuco-depletion of whole blood must be usable with blood of core
temperatures in the range 4C - 30C
1.5.Filtration capacity: one unit of whole blood.
1.6.Filtration efficiency: White cell residuals consistently averaging less than 1x106
1.7.Filtration time: averaging less than 15 minutes.
1.8.RBC recovery greater or equal to 88%.
1.9.Filter housing hold-up volume less than 35ml.
1.10.

Free of latex

1.11.

Permits storage of blood cells to the allowable outdate of the unit.

2. DESIGN
2.1.Needle and needle guard
2.1.1. Needle sheath (cover) - Present and tamper evident attachment to the needle
hub prior to use.
2.1.2. Bevel indicator on hub - resent and detectable visually or by touch
2.1.3. Needle guard
2.1.3.1.

Present and interlocking with needle.

2.1.3.2. The needle must lock efficiently into the protector after removing the
needle sheath.
2.1.3.3. The needle assembly should not be capable of locking into the protector
before the needle cover is removed.

Page 65 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

2.1.4. Interlock indicator - Sensory indicator when locking occurs e.g. a click that may
be felt or heard
2.1.5. Needle guard action - Capable of single step withdrawal of needle from vein and
directly into needle guard.
2.1.6. There must be a visible or tactile means of indicating the position of the needle
bevel
2.1.7. The needle shall not be fitted with a stylet (an opening/hole in the back of the
needle)
2.1.8. Design of the donor line and integral needle must incorporate a needle guard
which can be permanently sleeved over the needle once removed from the
venepuncture site and prior to disposal
2.1.9. The design of the needle and the needle guard assembly must not significantly
interfere with the venipuncture process
2.1.10.
On completion of venepuncture and during the collection episode, the
needle must be capable of being fixed in position and unable to rotate except
when manual adjustment is required.
2.1.11.
In operation, the needle assembly should be designed to be capable of
lying flat against the arm without affecting the lie of the needle in the vein.
2.1.12.
The design of the needle and guard must be such that it is capable of being
withdrawn from the venepuncture site smoothly, in a single step, directly into the
needle guard. Engagement of the guard should require minimal force and should
preferably be signaled to the operator by an audible click or tactile indication.
2.1.13.

The donor needle sheath should be rigid and designed to prevent bending

Page 66 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

of the needle during removal.


2.2. Sample Coupler and Diversion Pouch
2.2.1. Sampling systems must incorporate a sample diversion pouch and sample site
coupler for the aseptic collection of blood samples during the donation process.
These items shall be an integral part of the blood collection system, obviating the
need for collection staff to assemble components prior to use. The sampling system
must be linked to the bleed line by a sterile fluid pathway.
2.2.2. The sampling system, must allow the pre-donation collection of venous blood
samples direct from the vein. The sample diversion pouch must be suitable for the
collection of 35 ml of whole blood.
2.2.3. The design must incorporate an appropriately positioned integral break cannula.
The sample line must incorporate a non-re-openable clamp to close the line
permanently after diversion of the requisite amount of blood into the sample pouch.
2.2.4. The design must incorporate a temporary closure device on the line to the
primary collection pack in order to allow control of the filling of donation and
sample tubes as two distinct phases in the collection of the donation.
2.2.5. Closure devices on the lines to the sample pouch and to the primary collection
pack should be colour coded.
2.2.6. Sample site couplers must be compatible with the dimensions of vacuum sample
tubes
2.2.7. When used in conjunction with Customer sample tubes, the sampling system
must not result in visible hemolysis (< 2g/L of free hemoglobin in supernatant
plasma of freshly collected samples.

Page 67 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

2.2.8. Blood diverted for sample tube filling must not be contaminated with
anticoagulant (from the primary pack) to a concentration that prevents clotting in a
non-anticoagulated sample i.e. not greater than 1 ml of anticoagulant may gain
entry to the sample pouch .
2.2.9. The sample site coupler must be fitted with a safety cap in situ to be removed
prior to sample collection and which may be refitted following sample collection. An
acceptable alternative will be a needle and needle guard assembly which can be
fitted into the sample site coupler to provide a closed system against needle-stick
injury.
2.2.9.1. Nominal fill volume of diversion pouch - Must have a nominal fill capacity of
35 ml with a maximum fill volume of 40ml.
2.2.9.2. Protective cap on sample coupler - Must be present and fitted in place by
manufacturer
2.2.9.3.

Opacity of sample coupler - Transparent

2.2.9.4. Length of sample coupler - The barrel of the sample site coupler must
extend at least 20 mm beyond the tip of the needle.
2.2.9.5. Use of sample coupler - Suitable for the sequential collection of a minimum
of 3 samples, without leakage, when used with standard evacuated blood
collection tubes.
2.3.Primary collection pack
2.3.1. Nominal pack volume - 600 ml
2.3.2. Anticoagulant - CPD based
2.3.3. Target collection volume (range) - 475 ml (427.5 - 522.5 ml)

Page 68 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

2.3.4. Base label text


2.3.4.1.

Manufacturers name and address

2.3.4.2.

Blood bag reference and batch number

2.4.Red cell storage pack


2.4.1. Nominal pack volume - 600 ml
2.4.2. Spike entry ports - Two
2.4.3. Base label text
2.4.3.1.

Manufacturers name and address

2.4.3.2.

Blood bag reference and batch number

2.5.Optimal Additive Pack


2.5.1. Nominal pack volume - 600 ml
2.5.2. SAG-M / OAS volume - 100-105 ml
2.5.3. Spike entry ports - None
2.5.4. Base label text
2.5.4.1.

Manufacturers name and address

2.5.4.2.

Blood bag reference and batch number

2.6.Plasma Storage Pack


2.6.1. Nominal pack volume - 600 ml

Page 69 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

2.6.2. Spike entry ports - Two


2.6.3. Base label text
2.6.3.1.

Manufacturers name and address

2.6.3.2.

Blood bag reference and batch number

2.7.Collection and transfer tubes


2.7.1. Collection and transfer tube internal and external diameters and wall thickness
must enable to make sterile connections.
2.7.2. To enable LRC to make an assessment of compatibility with processing equipment
(including sterile tube welders), Suppliers must provide information accurately
stating the internal and external tube diameter and wall thickness of all transfer
tubes.
2.7.3. Tubes designated for red cell compatibility testing should be a minimum of 500
mm and have a unique number repeated at 40 +/- 5 mm intervals along the entire
length
Note. The unique number repeat interval is to accommodate a range of current
automated practices in preparing cross-match line segments (70 and 80 mm
length) and will ensure that each segment has at least one readable number per
segment.
3. LABELLING (including general label on plastic container)
3.1.Blood collection systems shall be provided in bulk container boxes. These boxes must
be of a size that is suitable for safe lifting by one person and must comply with the EC
Directive on Manual Handling: Council Directive of 29th May 1990 on the minimum
health and safety requirements for the manual handling of loads where there is a risk
particularly of back injury to workers.

Page 70 of 81

Lebanese Red Cross Society

National tender application pack V0.1


Tender reference: 2016 - 010

3.2.Boxes shall carry Lot / Batch number in eye readable and internationally accepted
barcode format. Note. ISBT 128 is acceptable.
3.3.The following information must be included in this section using symbols taken from
recognized medical device standards (ISO 15223-1, ISO 3826-2 and EN 980)
3.3.1. The anticoagulant or additive solution chemical formulation and its volume
3.3.2. Do not reuse this container (single use only)
3.3.3. Do not vent
3.3.4. Sterile fluid pathway
3.3.5. Pyrogenic free fluid pathway
3.3.6. Do not use if there is any visible sign of deterioration
3.3.7. Contains phthalate (DEHP)
4. ANTICOAGULANT AND ADDITIVE SOLUTIONS
4.1.Anticoagulants will be CPD based and must be approved for a minimum of 21 day
storage of red cells at 2 6oC.
4.2.Collection system configurations containing an optimal additive solution must be
approved for red cell storage for a minimum period of 42 days at 2 6oC
5. INSTRUCTIONS FOR USE
5.1.Detailed directions for use of blood collection systems must be included with each box
of blood collection systems either as information on the label affixed to the overpackage or provided on a separate sheet. Instructions for all integrated features such
as needle guards and sample site couplers must also be included.

Page 71 of 81

Lebanese Red Cross Society

National tender application pack V0.1


Tender reference: 2016 - 010

5.2.Instructions for leuco-depletion must also be supplied and include the following
information:
5.2.1. Recommended hold period and temperature prior to filtration.
5.2.2. Acceptable filtration temperature range.
5.2.3. Recommended filtration (gravity) height or pressure
5.3.Instructions for use must be version controlled and changes notified by an appropriate
means.

Blood Bag
Triple
(without
filter)

Design Specifications for Whole Blood Collection Systems

Piece

The basic standards for conformance are the ISO Standards and European Directives.
Manufacturers will be required to provide LRC with a minimum documentation set that
comprises a detailed specification of the product offered and recommended instructions
for use
This Technical Specification must be retained by Suppliers as a controlled document to
ensure that any proposed changes to their product can be identified and notified to the
Customer in advance of making the change.
Closed system for the collection of one unit of whole blood and the subsequent storage
of the red blood cell and plasma components
1. GENERAL REQUIREMENTS:
1.1.Free of latex
1.2.Permits storage of blood cells to the allowable outdate of the unit.
1.3.Units can be stored for 42 days post collection
2. DESIGN
2.1.Needle and needle guard
2.1.1. Needle sheath (cover) - Present and tamper evident attachment to the needle
hub prior to use.

Page 72 of 81

Lebanese Red Cross Society

National tender application pack V0.1


Tender reference: 2016 - 010

2.1.2. Bevel indicator on hub - Present and detectable visually or by touch


2.1.3. Needle guard
2.1.3.1. Present and interlocking with needle.
2.1.3.2. The needle must lock efficiently into the protector after removing the
needle sheath.
2.1.3.3. The needle assembly should not be capable of locking into the protector
before the needle cover is removed.
2.1.4. Interlock indicator - Sensory indicator when locking occurs e.g. a click that may
be felt or heard
2.1.5. Needle guard action - Capable of single step withdrawal of needle from vein and
directly into needle guard.

2.1.6. There must be a visible or tactile means of indicating the position of the needle
bevel
2.1.7. The needle shall not be fitted with a stylet (an opening/hole in the back of the
needle)
2.1.8. Design of the donor line and integral needle must incorporate a needle guard
which can be permanently sleeved over the needle once removed from the
venepuncture site and prior to disposal
2.1.9. The design of the needle and the needle guard assembly must not significantly
interfere with the venepuncture process
2.1.10.
On completion of venepuncture and during the collection episode, the
needle must be capable of being fixed in position and unable to rotate except when
manual adjustment is required.
2.1.11.
In operation, the needle assembly should be designed to be capable of
lying flat against the arm without affecting the lie of the needle in the vein.
2.1.12.
The design of the needle and guard must be such that it is capable of being
withdrawn from the venepuncture site smoothly, in a single step, directly into the
needle guard. Engagement of the guard should require minimal force and should
preferably be signalled to the operator by an audible click or tactile indication.
2.1.13.
The donor needle sheath should be rigid and designed to prevent bending
Page 73 of 81

Lebanese Red Cross Society

National tender application pack V0.1


Tender reference: 2016 - 010

of the needle during removal.


2.2.Sample Coupler and Diversion Pouch
2.2.1. Sampling systems must incorporate a sample diversion pouch and sample site
coupler for the aseptic collection of blood samples during the donation process.
These items shall be an integral part of the blood collection system, obviating the
need for collection staff to assemble components prior to use. The sampling system
must be linked to the bleed line by a sterile fluid pathway.
2.2.2. The sampling system, must allow the pre-donation collection of venous blood
samples direct from the vein. The sample diversion pouch must be suitable for the
collection of 35 ml of whole blood.
2.2.3. The design must incorporate an appropriately positioned integral break cannula.
The sample line must incorporate a non-re-openable clamp to close the line
permanently after diversion of the requisite amount of blood into the sample pouch.
2.2.4. The design must incorporate a temporary closure device on the line to the
primary collection pack in order to allow control of the filling of donation and
sample tubes as two distinct phases in the collection of the donation.
2.2.5. Closure devices on the lines to the sample pouch and to the primary collection
pack should be colour coded.
2.2.6. Sample site couplers must be compatible with the dimensions of vacuum sample
tubes
2.2.7. When used in conjunction with Customer sample tubes, the sampling system
must not result in visible haemolysis (< 2g/L of free haemoglobin in supernatant
plasma of freshly collected samples.
2.2.8. Blood diverted for sample tube filling must not be contaminated with
anticoagulant (from the primary pack) to a concentration that prevents clotting in a
non-anticoagulated sample i.e. not greater than 1 ml of anticoagulant may gain
entry to the sample pouch .
2.2.9. The sample site coupler must be fitted with a safety cap in situ to be removed
prior to sample collection and which may be refitted following sample collection. An
acceptable alternative will be a needle and needle guard assembly which can be
fitted into the sample site coupler to provide a closed system against needle-stick
Page 74 of 81

Lebanese Red Cross Society

National tender application pack V0.1


Tender reference: 2016 - 010

injury.
2.2.9.1. Nominal fill volume of diversion pouch - Must have a nominal fill capacity of
35 ml with a maximum fill volume of 40ml.
2.2.9.2. Protective cap on sample coupler - Must be present and fitted in place by
manufacturer
2.2.9.3. Opacity of sample coupler - Transparent
2.2.9.4. Length of sample coupler - The barrel of the sample site coupler must
extend at least 20 mm beyond the tip of the needle.
2.2.9.5. Use of sample coupler - Suitable for the sequential collection of a minimum
of 3 samples, without leakage, when used with standard evacuated blood
collection tubes.
2.3.Primary collection pack
2.3.1. Nominal pack volume - 600 ml
2.3.2. Anticoagulant - CPD based
2.3.3. Target collection volume (range) - 475 ml (427.5 - 522.5 ml)
2.3.4. Base label text
2.3.4.1. Manufacturers name and address
2.3.4.2. Blood bag reference and batch number
2.4.Optimal Additive Pack
2.4.1. Nominal pack volume - 600 ml
2.4.2. SAG-M / OAS volume - 100-105 ml
2.4.3. Spike entry ports - None
2.4.4. Base label text
2.4.4.1. Manufacturers name and address
2.4.4.2. Blood bag reference and batch number
2.5.Plasma Storage Pack
2.5.1. Nominal pack volume - 600 ml
2.5.2. Spike entry ports - Two
2.5.3. Base label text
2.5.3.1. Manufacturers name and address
2.5.3.2. Blood bag reference and batch number
2.6. Collection and transfer tubes
2.6.1. Collection and transfer tube internal and external diameters and wall thickness

Page 75 of 81

Lebanese Red Cross Society

National tender application pack V0.1


Tender reference: 2016 - 010

must enable to make sterile connections.


2.6.2. To enable LRC to make an assessment of compatibility with processing equipment
(including sterile tube welders), Suppliers must provide information accurately
stating the internal and external tube diameter and wall thickness of all transfer
tubes.
2.6.3. Tubes designated for red cell compatibility testing should be a minimum of 500
mm and have a unique number repeated at 40 +/- 5 mm intervals along the entire
length
Note. The unique number repeat interval is to accommodate a range of current
automated practices in preparing cross-match line segments (70 and 80 mm
length) and will ensure that each segment has at least one readable number per
segment.
3. LABELLING (including general label on plastic container)
3.1.Blood collection systems shall be provided in bulk container boxes. These boxes must
be of a size that is suitable for safe lifting by one person and must comply with the EC
Directive on Manual Handling: Council Directive of 29th May 1990 on the minimum
health and safety requirements for the manual handling of loads where there is a risk
particularly of back injury to workers.
3.2.Boxes shall carry Lot / Batch number in eye readable and internationally accepted
barcode format. Note. ISBT 128 is acceptable.
3.3.The following information must be included in this section using symbols taken from
recognised medical device standards (ISO 15223-1, ISO 3826-2 and EN 980)
3.3.1. The anticoagulant or additive solution chemical formulation and its volume
3.3.2. Do not reuse this container (single use only)
3.3.3. Do not vent
3.3.4. Sterile fluid pathway
3.3.5. Pyrogenic free fluid pathway
3.3.6. Do not use if there is any visible sign of deterioration
3.3.7. Contains phthalate (DEHP)
4. ANTICOAGULANT AND ADDITIVE SOLUTIONS
4.1.Anticoagulants will be CPD based and must be approved for a minimum of 21 day
storage of red cells at 2 6oC.

Page 76 of 81

Lebanese Red Cross Society

National tender application pack V0.1


Tender reference: 2016 - 010

4.2.Collection system configurations containing an optimal additive solution must be


approved for red cell storage for a minimum period of 42 days at 2 6oC
5. INSTRUCTIONS FOR USE
5.1.Detailed directions for use of blood collection systems must be included with each box
of blood collection systems either as information on the label affixed to the overpackage or provided on a separate sheet. Instructions for all integrated features such
as needle guards and sample site couplers must also be included.
5.2.Instructions for use must be version controlled and changes notified by an appropriate
means.

Page 77 of 81

National tender application pack V0.1


Tender reference: 2016 - 010

Lebanese Red Cross Society

Lot
19:

Vomiting Bags

No

Item Description

Detailed specifications

Unit

Vomiting Bag

Nylon transparent bags | Volume: 1Litre

Piece

Packing & Delivery

Delivery

Lot
20:

Body Bags

No

Item Description

Detailed specifications

Unit

Body Bag

Adult size body bag | Size: 91.44cm(W) x 228.6cm(L) x 0.12cm(T) | At least


6 x carrying handles 3 x toe tags |
Leak resistant | Individually bagged in clear poly bags | Envelope style
easy zipper opening |
Comply with OSHA regulation 3130

Piece

Packing & Delivery

Delivery

Page 78 of 81

Lebanese Red Cross Society

National tender application pack V0.1


Tender reference: 2016 - 010

Annex 4 - Schedule of delivery


Please be sure to complete the lead time in Annex2 - bid offer form. Please note that should be specified in weeks from
receipt of PO to delivery

Annex 5 - Proof of past performance


No Description
Customer
Unit
Quantity
Contract
Contract
.
date
value (USD)
1
2
3
4
5
6
Please provide the details of two companies for your reference check. For these companies it is compulsory to attach a scan/
photo copy of the Contract/ Purchase order/ Completion certificate/ Reference letters as proof.
Reference 1
Company name
Mailing address
Contact person
Contact title
Phone number
Email address
Reference 2
Company name
Mailing address
Contact person
Contact title
Phone number
Email address

Page 79 of 81

Lebanese Red Cross Society

National tender application pack V0.1


Tender reference: 2016 - 010

Page 80 of 81

Lebanese Red Cross Society

National tender application pack V0.1


Tender reference: 2016 - 010

Annex 6 - Letter of authorisation & acceptance statement


Dear Sir/Madam
We, M/S _____________________________________________________________________
Hereby authorize Mr / Ms ________________________________________________________
To represent, deal, negotiate and sign the contract on our behalf for the above
referenced tender. His/her details and specimen of signature are as below.
Furthermore, we hereby declare our acceptance of the LRCS:
General conditions
Specific Conditions (if present)
Addendum
Annex 1 - Supplier registration form
Annex 2 - Bid offer form
Annex 3 - Detailed Specifications
Annex 4 - Schedule of delivery
And confirm that the details provided in the supplier registration form are
accurate and representative of our company. For the purposes of validating our
past performance we hereby give our permission to LRCS to contact our given
references.
We acknowledge and accept that any misrepresentation in this regard will lead to
our bid being excluded from the current tender and/ or the cancellation of any
subsequent contract/ purchase order without compensation.

On behalf of

Authorized Person (if different)

Name:

Name:

Designation:

Designation:

Cell / Tel No:

Cell / Tel No:

Email:

Email:

Dated:

Dated:

Signature &
Stamp:

Signature

Page 81 of 81

Das könnte Ihnen auch gefallen