Skip to main content

Request for Proposal for Maintenance of Medical Equipment for Health Posts in Rwanda

Society for Family Health(SFH)

Society for Family Health (SFH), Rwanda is a non-profit organization in Rwanda. It is the largest social marketing organization in Rwanda, with five regional offices across the country. Working in partnership with the public and private sectors, and harnessing the power of the markets, SFH provides life-saving products, clinical services and social and behavior change communications (SBCC) that empower the world's most vulnerable populations to lead healthier lives. SFH’s core values include a belief in markets and market mechanisms to contribute to sustained improvements in the lives of the poor; results and a strong focus on measurement; speed and efficiency with a predisposition to action and an aversion to bureaucracy; decentralization and empowering our staff at the national and district level; and a long-term commitment to the people we serve. SFH implements diverse public health interventions in HIV/AIDS, reproductive health, malaria, and maternal and child health including nutrition as well as Health Systems Strengthening. SFH’s activities ranges from product sales and distribution to social and behavior change communication, advocacy, reproductive health research, and community mobilization.

Rate this employer
Average: 3.9 (22 votes)

TENDER: REQUEST FOR PROPOSAL FOR MAINTENANCE OF MEDICAL EQUIPMENT FOR HEALTH POSTS IN RWANDA

Tender Reference Number: 003/ MAINTENANCE OF HP MEDICAL EQUIPMENT /SFH/2025

Procurement Method: National Open Competitive Tender

May 2025

REQUEST FOR PROPOSAL FOR MAINTENANCE OF MEDICAL EQUIPMENT FOR HEALTH POSTS IN RWANDA

Introduction:

SFH Rwanda is a healthcare-oriented organization dedicated to providing quality primary healthcare services, among its mandates. One of the programs it implements is health posts construction, upgrade, and their operationalization. In this endeavor, we equip these health facilities with state-of-art medical equipment to ensure an optimal performance of these Health Posts.

To ensure this equipment stays functional and in good condition, we need to maintain them, both preventively and curatively. To achieve this, we are seeking a qualified and experienced company to carry out annual maintenance of Health Posts’ medical equipment and provide detailed invoices at the end of each maintenance session for the work performed to be paid.

SFH Rwanda invites you to bid through a competitive tender process on equal ground; for a frame work contract based on demand, please read the tender package carefully and comply with all submission guidelines using the tender reference number above for all correspondences and hand deliver the copies (1 ORIGINAL AND 1 PHOTOCOPY) at SFH Reception Kacyiru.

Failure to comply with submission guidelines may prompt SFH Rwanda to disqualify your submission.

TENDER SUMMARY

Supply being tendered

REQUEST FOR PROPOSAL FOR MAINTENANCE OF MEDICAL EQUIPMENT FOR HEALTH POSTS IN RWANDA

Type of contract planned

One year supply contract, renewable

Date tender launched

8th May 2025

Submission deadline

JUNE 11th 2025 at 14H00 local time

Public opening date

JUNE 11th 2025 at 14H30 local time

Public opening location

SFH Rwanda conference room of submitted Signed and stamped copies (1 ORIGINAL AND 1 PHOTOCOPY) in English

Inquiry contact email

procurement@sfhrwanda.org 

Deadline for Inquiries

2 days before submission deadline

Objectives:

The main objectives of this engagement are:

  • To ensure the continuous and efficient operation of all medical equipment in SFH Rwanda-supported Health Posts.
  • To reduce downtime and extend the lifespan of Health Posts medical equipment through regular preventive and/or curative maintenance.
  • To receive accurate and detailed monthly invoices for maintenance services rendered.
  • To provide a list of Medical Equipment needed for the repair when damaged.

Scope of Work for the Service Provider as the company will be responsible for:

Elaboration of an Annual Maintenance Plan

Conducting a thorough assessment of all medical equipment. The costing should be based on The List of equipment concerned or to be maintained are:

  • Dental chairs
  • Infant radiant warmers
  • Ultrasound Machines
  • Delivery beds
  • Autoclaves
  • Microscopes
  • Centrifuges
  • Gynecologic lamp
  • Anesthesia Machine
  • Oxygen Concentrator
  • CPAP Unit
  • Hematology Machine
  • Biochemistry Machine
  • Fridge
  • Slit Lamp Biomicroscope Machine + Tonometer
  • Autorefractor machine with Keratometry
  • Developing and implementing a comprehensive annual preventive maintenance schedule.
  • Providing a list of Medical Equipment to replace if deemed irreparable, or spare parts needed for the repair of the damaged ones.

Preventive Maintenance

  • Performing regular preventive maintenance as per the manufacturer's guidelines.
  • Replacing worn-out parts and ensuring calibration of equipment.

Curative Maintenance

  • Diagnosing and repairing equipment breakdowns.
  • Providing technical support and troubleshooting for urgent issues.

Documentation and Reporting

  • Maintaining detailed records of all maintenance activities.
  • Submitting monthly maintenance reports to SFH Rwanda.

Invoicing

  • Preparing detailed invoices at the end of each service period based on the Purchase Service Order, specifying the equipment serviced, location of HP, parts replaced, labor costs, and any additional expenses.

Eligibility and Evaluation Criteria: Proposals will be evaluated based on:

  • Administrative Criteria; Prequalifying Criteria.
  • Technical Expertise, Experience, References and Track Record (40%).
  • Financial proposal (60%).

Companies submitting proposals must meet the following criteria:

ADMINISTRATIVE CRITERIA

The bidders must provide the following administrative documents:

  • Copy of Business Registration certificateor Certificate of domestic Company Registration from RDB
  • Valid Original tax clearance certificate(attestation de non-creance) From RRA
  • The Company must have at least 2 years of experienceoperating in Rwanda
  • Valid Original Contribution Clearance Certificate from RSSB
  • Proof of payment of a non-refundable fee of Fifty thousand Rwandan francs (50,000Rwf)paid into:

Bank Name: Access Bank (Rwanda) Ltd

Account Name: SOCIETY FOR FAMILY HEALTH RWANDA

Account Number: 1002190101953001

Currency: RWF

The Company that will not have filled any of aforesaid conditions will be eliminated and their bids will not be considered for the next evaluation stage.

TECHNICAL CRITERIA 40%

  1. The firm should have at least three (3) years’ experience in maintenance of the medical equipment for the health facilities and hospitals, scored at 5%
  2. The firm should have Executed at least two (2)similar assignments in the past four (4) years (attach the Good Completion Reference Certificates / Recommendations letters and related contracts from former/current clients with full contact names and addresses as proof)scored at 20%
  3. Provide at least TWO (2) Biomedical Engineersthat will oversee the entire annual maintenance plan. Bidder should provide Curriculum Vitae of the biomedical engineers who will be responsible for installation with copies of all academic and experience certificates duly signed by the engineer with At least (7) years of experience in medical equipment supervision, maintenance or associated disciplines, scored at 15%

FINANCIAL CRITERIA 60%

The financial cost will be based on the unit cost of the maintenance raised based on the issued Purchase order for the service.

The financial criteria to be followed will be based on the lowest price that will be most preferred after the technical criteria score. The overall winner will be determined after combining both Technical and Financial Scores for companies that have been pre-qualified.

S/N

EQUIPMENT

TECHNICAL SPECIFICATIONS

UNIT PRICE IN RWF VAT 18% INCLUSIVE

1

Dental chairs

y

TECHNICAL SPECIFICATIONS FOR DENTAL UNIT

Description of Function

  • The dental chair and unit is required for dental examination, repairs and surgery.
  • Operational Requirements
  • The complete unit with dental chair and hand-pieces is required.
  • Complete unit with Micro motor, Air Rotor, Air motor, Ultrasonic Scaler, Micro motor (3000 to 40,000 rpm range) and Motorized suction.
  • System Configuration
  • Dental Chair complete unit and with complete accessories.

 Dental Chair:

  • Fully motorized self-adjusting Chair with lifting capability of minimum 150Kg patient
  • Corrosion free construction and durable scratch resistant paint finish
  • Must have seamless ultra-thin upholstery to facilitate easy cleaning/disinfecting
  • Double articulating headrest for comfortable support. Must have flip head rest to be used on patients on wheelchairs.
  • Foot switch with multifunction. It must provide all chair movements, adjustable and programmable position, movement of return to zero and emergency stop.
  • The hand-rests must be fully adjustable and must rotate out of the way of the patient when he steps off.

 Dental Unit:

  • Must be attached to the chair with overhead delivery system to accommodate up to following 4 modules:
  • One Turbine connections with hand-piece
  • One air-motor connection with air-motor and hand-pieces (straight & contra)
  • One fibre optic air rotor connection with quick disconnect coupling and light cure unit to be attached to the same coupling
  •  Minimum One 3 way-syringe with removable tip for sterilization.
  • All the controls of the chair must be touch pad .
  • The design must be such that it can be simply cleaned and disinfected to reduce the possibility of cross infection. Autoclaveable pad must be provided on the Unit where the hand pieces are placed.
  • Must have one reservoirs of water and disinfectant
  • Must have a non-retraction valve to avoid the reflux of contaminated materials
  • Automatic hand pieces selection through sensitive pneumatic valves
  • Must have warm water syringe.
  • Integrated 17 inches LCD/TFT Monitor must be provided for radiovisiography ( RVG)

 Spittoon/Water Unit Specifications:

  • Removable porcelain bowl, cup filler and spittoon nozzles which can be cleaned easily.
  • Water must get ON in the spittoon Manually or automatically
  • Adjustable Timer up-to 15 seconds must be there to adjust timings of the water flow in the spittoon
  • One 3 way syringe must be there on the assistant side
  • Must have Hi/Lo suctions with easy reach filters. The high suction must be powered through a motorized unit.
  • Swivel spittoon must be provided.

 Dental operating Light:

  • With luminosity of minimum 20000 lux with 620 degrees of rotation of light arm movements.
  • Must be turn ON and OFF easily ,and easy to be cleaned and disnfection
  • Colour temperature of the light must be around 5000 Angstroms.
  • Light must allow Vertical, Horizontal, and Axial & Diagonal Movements for proper focusing.
  • Oil Free Dental Air Compressor (Medical Grade) in-built or external with sound proof enclosure
  • It must have Air moisture filter
  • It must have Non-retraction valve
  • It must have Pressure gage
  • It must have Air tank (capacity of 30-40 Lt.)
  • It must have Auto cut-off switch
  • It must give medical grade Air which is absolutely oil free
  • Noise level in the room from compressor should be less than 50dB
  • LED Light Cure Unit / Modular Light Cure Unit Specifications:
  • Light curing unit wih light emitting diodes (LEDS) having an 8 mm diameter light guide tip to achieve a similar depth of cure in a camphorquinone photo initiated composite.

 Foot Control: Single foot control for all instruments with variable speed   control

Accessories, spares and consumables

 Accessories:

 Dental Stool: Stable with 5-castor base, with load stabilizing gas spring.

Backrest tilt must be adjustable - 2 Nos. (one for Dental surgeon and one for Assistant)

All standard accessories, consumables and parts required to operate the equipment, including all standard tools and cleaning and lubrication materials, to be included in the offer. Bidders must specify the quantity of every item included in their offer (including items not specified above).

Available Power supply : Single phase 220-240 volts AC @ 50 Hz (P+N+E) Mains connection cable minimum 2.5 meter length with termination in type E electrical plug

Standards and Safety Requirements (May provide its equivalent)

Must submit to ISO13485:2003/AC:2007 for Medical Devices

CE (93/42 EEC Directives) or USFDA approved product certificate.

Electrical safety conforms to standards for electrical safety IEC-60601.

EXTRACTION KITS- for Dental units:

 Expected technical specification

 Stainless Ditto kit containing :

  • 2 Chompret curate. Safico N°1
  • 2 Chompret curate. Safico N°2
  • 2 Chompret curate. Safico N°3
  • 2 Elevator, safico no 51
  • 2 Elevator, safico no 53
  • 2 Elevator, safico no 57
  • 2 dental Forceps, Med 17
  • 2 Dental Forceps, Med 18
  • 2 Dental Forceps, Med 2
  • 2 Dental Forceps, Med 51A
  • 2 Dental Forceps, Med 73
  • 2 Martin’s Forceps No 74
  • 2 Precelle forceps, 13 cm,angled, smooth
  • 2 Shaft mirror, right
  • 100 dental needles
  • 2 dental syringe, No 3811
  • 2« Syndemostome » No 3
  • 2 tube, safico, No 17

 MANAGEMENT PART

Compulsory documents to be submitted along with the offer for each equipment in the lot.

Documents to be submitted by the manufacturer through the bidder with seal and signature

Name and address, contact details (Physical address, Postal address, E mail, telephone No:) of owner or authorized staff working in the manufacturing company where applicable.

Warranty certificate of the offered equipment where applicable

Certificate stating that spare parts will be available for minimum 10 years from the date of installation of equipment where applicable

Authorization certificate stating the name of authorized distributor/ agent representing the manufacturer if the manufacturer is not the bidder. (Where applicable)

Name and address of after sales service provider with contact details (Physical address, Postal address, E mail, telephone No:) of owner or staff working with the service provide. ( authorized distributor/ agent representing the manufacturer) where applicable

Catalogue/ Brochure/ data sheet of the offered equipment clearly marked with the specifications and features requested by the procuring entity. (Items offered must be clearly marked/ highlighted in the relevant brochure. State the page and where applicable with the catalogue code, for ease of reference. Failure to mark the item in the brochure will result in disqualification for that particular product/ item.) If additional information is to be submitted it shall be done in the manufacturer’s letter head with signature and seal of the manufacturer.

List of spare parts with part numbers ,which are likely to be replaced in the first five years with the price as of the day of offer where applicable, duly certified by manufacturer’s authorized person.

Reference list and address of health facilities /users who are using the equipment offered duly certified by manufacturer’s authorized staff working in manufacturing company.

Commitment letter from the manufacturer concerning availability of spare parts for 10 years from the date of installation where applicable.

Documents to be submitted from the authorized distributor/ agent representing the manufacturer. With seal and signature

Curriculum Vitae of the engineer / technician, who is appointed by the manufacturer/ the authorized distributor/ agent for looking after the after sales service with copies of all academic and experience certificates duly signed by the engineer / technician and certified by authorized distributor/ agent representing the manufacturer where applicable.

Proof that the engineer/ technician is locally based in Rwanda. Provide copy of social security insurance ( RSSB) and taxes (RRA TPR) of engineer / technician who will perform the installation, after sales service and maintenance where applicable

Copy of the manufacturer’s training certificate stating that the engineer / technician employed by manufacturer/ the authorized distributor/ agent mentioning that he is fully trained to look after the offered medical equipment where applicable.

Physically verifiable list of tools, testing measuring instruments, and quality assurance instruments available with the local office of manufacturer/ distributor/ agent. To install and maintain the offered equipment where applicable

One commitment letter to be submitted by the ( authorized distributor/ agent representing the manufacturer covering a) to j) where applicable

a) Commitment to train 2 engineers and 2 technicians on each site on the first line maintenance, training shall be for 5 days. It shall be done by the manufacturer’s engineer or a certified engineer. All engineers and user trained should be issued training certificate

b) Commitment to train 2 engineers and 2 technicians by involving them in installation as well as post installation work like commissioning and hand over.

c) Commitment to train 4 users on site for two days on the equipment shall be done by the manufacturer’s application specialist or a certified engineer.,

d) Commitment stating that all consumables needed for user and technician training and demonstration of the equipment will be provided by the bidder without any cost.

e) Commitment stating that offered equipment will be stored till installation and commissioning and all risks are covered by the bidder. (Manufacturer or agent or distributor as the case may be)

f) Commitment stating that there will be minimum two preventive maintenance done during the warranty period and all cost of consumables and spares shall be borne by the manufacturer/ distributor/ agent.

g) Commitment stating that at the time of final handover the following will also be given to the users/ technicians i) operating manual/ instructions, ii) user and technical maintenance manual, technical documents - service manual, circuit diagram , parts list with part numbers.

h) Commitment stating that supplied and installed equipment will meet all electrical, environment, and safety requirement of Rwanda Standards Board.

i) Commitment stating that all software and hardware modifications will be done according to manufacturer’s requirement without any cost. Any defective part or software return to manufacturer shall be done by the bidder without any cost.

 Special instructions for completing the bid

Give complete answers to the specification in the bidder’s response column provided. Where ever the bidder response needs technical explanations as well as commitment, the bidder shall respond in writing with seal and signature in the company letter head. The use of the following words or statements in answering the specifications will instantly disqualify you for 

 further evaluation for that particular item:

i) Tick ( √)

ii) Yes

iii) As per specifications.

iv) Complies

v) Compliant

vi) As specified

vii) Better than specified.

viii) leaving a blank space in the response column

ix) Copy and paste technical specifications of this document

The following quotation are to be submitted for information along with the offer

a)Price List of spare parts and accessories with part number

b) Comprehensive service contract with labor, transport, and spare parts for three years

2

Infant radiant warmers

yrree

Infant care system for post-natal care, resuscitation, and warming care of babies up to 12 kg weight. Open intensive care system, mobile with a ceramic or quartz heating element, tiltable lying surface with 4 plexiglass walls.

Patient area shall be 600 x 750 mm(± 10mm),

Raised sides 4 perspex walls prevent the infant from trundling out of the bassinet,

Head up/feet down position: 0 - 10° or 0- 12°

Feet up/head down position: 0 - 10° or 0- 12°

High-grade steel assembly and coating: RAL 9002, 9010

Ceramic/ Quartz heating element, minimum capacity 500W each, non-visible infra-red radiation

Heat control with skin sensor

Compartment with two drawers

Monitor tray

Infusion rod in stainless steel

Electric requirements

Power Supply: AC 220 V-250V/ 50 Hz (confirm that monitor will be supplied with minimum 3 meter long power cable)

LCD/LED display for the temperature

Integrated manual and skin temperature control

Distance lying surface to radiant lamp 80cm

Swiveling observation lamp using LED technology.

Controls:

It shall have soft water proof control panel

Setting range for skin temperature 34ºC – 37ºC

Setting range for manual heating 0 - 100%

Display range for the LCD/LED display 0 - 99.9°C

It shall have separate displays for set temperature and actual temperature

Alarms:

Alarms shall be audio and visual

Power failure

Skin temperature deviation ± 0,8°C

Over temperature 39 – 39,5°C

Skin sensor defective, interrupted or unplugged

Operating Environment

The system offered shall be designed to operate normally under the conditions of Rwanda. The condition including Power supply, Climate, Temperature, Humidity, etc.

Accessories and spare parts

1 Skin temperature probes for each unit

Roll stand with Castors: 4 swivel, antistatic 100-125 mm diameter, thermoplastic rubber castors, 2 with brakes

3

Ultrasound Machines

4

Delivery beds

Main structure: stainless steel 304#.

Length/Width/Height: 1900mm/500mm/750mm

Back Section Up/ Down: ≥60°/≥10°

Leg Section Down: 75°

Three separate pieces mattress of mode H-3 , black color

Two support handles shall be positioned on each side of the rising backrest

Leg support stands with waterproof and washable protection.

Birth permitted in at least the following positions:

Classic Lithotomic.

Sitting and/or semi-sitting.

·Knee-elbow.

·Vertical.

·Squatting.

 fetus extraction.

Liquid collection pan made in AISI 304 of at least 2L.

5

Autoclaves

we      gtfd 

 

q     ju  o

Horizontal tabletop autoclave

Manufacturer:

Model:

Address and contact details of the manufacturer Email, Tel No and/or Fax No

Country of origin

Expected technical specification

It shall be Horizontal tabletop 30-40 Liters,

It shall be automatic Single door, self-sealing

It shall have high-quality silicone gasket

Sterilization Temperature: 105-138 °C

Chamber diameter ca 25 cm, depth ca 45 cm minimum

The autoclave should have double wall sheet metal with suitable insulation in between walls.

It shall be able to use clean water (Not mandatory distilled water)

Slow exhaust and drying cycles

It shall have automatic pressure control switch / automatic water control device to ensure that the equipment does not run dry

It shall have the following protection requirements :

Panel reports temperature

pressure and time monitoring

Water level indicator

Door system error

Safety feature protection against over-pressure and over-temperature

Audible and visual alert upon cycle interruption or completion

Power shut-off upon completion of cycle

Control panel with alpha-numerical display and cycle indicators

Temperature display shall be digital

Pressure display shall be analogue

Fit with 5 L water reservoir with manual filling, Autonomy 10 cycles minimum

It shave have 2 removable shelves made in AISI 304 Stainless steel

Double safety door locking device

Program or sterilization method

Pre-set automatic cycles for unwrapped instruments, wrapped instruments/packs;

Two automatic programs, approx. : 2,2 bar at 134 degree C and 1,1 bar at 121 degree C

Unwrapped cycle time: cold 30 min, hot 20 min

Power requirements

220-250 V/50 Hz single phase

Power consumption: 3000 W maximum

Accessories for each machine

Each equipment shall be supplied with 2 instruments trays made in AISI 304 stainless steel

set of 4 matching instrument baskets

set of 4 matching sterilizing drums/container made in 304 AISI Stainless steel

roll of sterilization indicator TST control spots

box paper sheets, crepe, for sterilization pack

Autoclave Biobase Vertical, capacity of 18L-20Litre with Timer and Sensor,

Energy efficiency Autoclave for Health Post powered by solar energy

6

Microscopes

 

uytgfd   

 

 

 

 

 

 

 

 

 

 

 

 

 

jhgf

a. Microscope -Mixed optic microscope (electricity and daylight):

Expected technical specification

Precision binocular optical instrument with incorporated illumination

It shall be robust design contains an excellent optical system and allow the inspection of larges samples, in bright field with LED technology which allow an inspection with different illumination angles

Microscope for current hematology and parasitology analysis to be used on electric system or with daylight

Foot and base

Binocular head

4 objectives

Illumination system with bulb and adaptor

Mirror

Stand with stage, condenser and filter

20 mm displacement macro-metric and micrometric screw

micrometric adjustment with 2,5 µm graduation

Binocular head: 10 x

4 positions revolver delivered with 4 objectives:

1 achromatic objective 4x or 5x

1 achromatic objective 10x

1 achromatic objective 40x

1 achromatic objective 100x/1,25 with immersion oil

Anti-mold treated objective

Anti-mold treated ocular

Kohler Illumination system

Lighting with direct connection incorporated into the foot of the microscope, adjustable luminosity

Power supply AC 220-240 V, 50HZ controlled electronically.

concave mirror Ǿ 50 mm minimum

Commanded coaxial stand (displacement 76 x 40 mm)

graduated condenser with aperture diaphragm

blue filter Ǿ 32.5 mm minimum

Lens cleaning tissue (100 sheets) for each microscope

Optical lens cleaner liquid (100ml) for each microscope

Device comes complete with all accessories in a suitable wood box and dusters.

Supplied with a complete set of spare parts (dozen bulb, an additional AC/DC adapter if applicable, 5 filters and concave mirror, 5 fuses,)

B. Microscopes Olympus CX23 Product description:

The CX23 series of microscopes from Olympus have become our customers’ most popular educational microscopes over the past 2 years! Olympus offers these microscopes with economical LED lighting technology!

User-friendly Microscope for the Classroom

Focused on improving workflow for educational microscopy, the CX23 upright microscope requires minimal setup

Upright microscope set for transmitted light observation equipped with 4x, 10x, 40x objectives

integrated LED illumination

quadruple nosepiece,

fixed mechanical stage (120 x 132 mm, travelling range 76 x 30 mm)

right hand low drive control

specimen holder for one slide

Abbe condenser, NA 1.25

Coaxial/fine focus, complete stroke 15 mm, fine stroke 300 μm/rotation

binocular tube with two widefield eyepieces for FN20 and 30° inclination

interpupillary distance adjustment 48-75 mm

Plan 4x, NA = 0.1, WD = 27.8 mm, CC= -

Plan 10x, NA = 0.25, WD = 8 mm, CC = -

Plan 40x, NA = 0.65, WD = 0.60mm, CC = 0.17

All optics feature antifungus treatment

Included components:

Tripod CX23LEDRFS2-1-3 with integrated LED light (N5731100)

Dust cover (038159)

Power cable (035425)

7

Centrifuges

 

luy        jhgf    iuytr

Electrical Best quality Labo Centrifuge Machine (Centrifugal) with six place reserved for tubes including 12 conical tubes of 20ml

Cardinal Health™ Benchtop Centrifuge 6F

Rotor Capacity: Six-place horizontal rotor

Maximum Speed: 3,380 ± 100 rpm

Maximum RCF: 1,600 ± 90 x g

Maximum Capacity: 60 mL (6 x 10 mL)

Dimensions (W×D×H): 8.75 x 11.75 x 14 inches (222 x 298 x 356 mm)

Features: Electronically controlled with a lid safety interlock system, push-button timer preset to 10 minutes, Cool–Flow airflow design to prevent overheating, and a brushless permanent split capacitor AC motor.

cardinalhealth.com

Labnet Spectrafuge™ 6C Centrifuge

Rotor Capacity: Fixed angle rotor for 6 x 15 mL tubes

Maximum Speed: 6,200 rpm

Maximum RCF: 4,000 x g

Maximum Volume: 6 x 15 mL

Dimensions (W×D×H): 10.6 x 12.0 x 8.3 inches (26.9 x 30.4 x 21.1 cm)

Features: Designed for quick production of platelet-poor plasma (PPP) and platelet-rich plasma (PRP), digital display for time and speed, and a timer ranging from 30 seconds to 30 minutes.

labnetinternational.com

UNICO PowerSpin™ HX Centrifuge (Model C8306)

Rotor Capacity: 6-place horizontal rotor

Speed Range: 500–3,500 rpm

Maximum RCF: 1,777 x g

Nominal Capacity: 6 x 15 mL

Features: Variable speed control, digital timer up to 99 minutes, and a ZERO RPM digital lock for safety.

unicosci.com ,

8

Gynecologic lamp

 

a.Mobile surgical light

It will use LED technology

Examination light (on mobile stand) with emergency power battery

Description: the light must be cold, white and shadow-free with optimum contrast and with an optimized color rendition.

The surgeon can adjust the merging of light fields and the focusing with the sterilizable handle. The light intensity and the focusing can be adjusted step-less on the key pad at the cardanic bow.

To be stable and precise positioning in any desired position with 360 degrees rotation.

Light head: can be positioned with the handle sleeve or the outer handle bar.

Light intensity: 70 000 lux minimum at 1m

Light field size: 14 – 25 cm

Working distance: 70 – 140 cm

Height adjustment of +/- 150 to 200 cm

Color temperature: 4300-5000 Kelvin

Color rendering index Ra: 95

Color rendering index R9: 90

Arm extension (operating range) to the middle of the light head: 80-95 cm

Input voltage:220-250V

Output Voltage: 24 V DC

Coating: RAL 9010

Emergency power unit: the emergency power unit will be mounted on the mobile stand and enables continuous operation of the light in case of mains power failure.

Input voltage: 220-250V

Battery running time: 4h minimum

The light, will consisting of 4-foot mobile stand with spring arm, light head and emergency power unit, including all mounting accessories must be delivered and mounted.

Quality certificates test to be attached to this bid

Life time of LEDs 40000 hours minimum

Light head: can be positioned with the handle sleeve or the outer handle bar.

Environment condition

b. Obstetric examination light

Expected technical specification

It shall use LED technology

It shall be mounted on mobile stand in a base with 4 or 5 castors, 2 with brake

4or 5 swiveling metallic rubber castors with 75mm minimum diameter

Light specification

It shall have color temperature :4300-5000 Kelvin

Light intensity working distance minimum 40 000 Lux at 1 m

Spot size working Distance at least 10-25cm

Power Supply:

Power supply 200-250v,50Hz

It shall have on/off control function

On/Off control Functions

9

Hematology Machine

uyt     qwert

Auto Hematology Analyzer

Principles

Impedance method for WBC, RBC and PLT counting Cyanide free reagent for hemoglobin test

Parameters

20 parameters: WBC, Lymph#, Mid#, Gran#, Lymph%, Mid%, Gran%, RBC, HGB, HCT, MCV, MCH, MCHC, RDW-CV, RDW-SD, PLT, MPV, PDW, PCT, P-LCR

3 histograms for WBC, RBC and PLT 2 research parameters: NLR, PLR

Sample Volume

Prediluted mode ≤20µL

Whole blood mode ≤9 µL

Data Storage Capacity

Up to 50,000 results including numeric and graphical information

Display

8.4 inch TFT Touch Screen

Interface

4 USB ports (for external printer, software upgrade, barcode reader, external WIFI, keyboard and mouse), LAN port (1)

Display

8.4 inch TFT Touch Screen

rintout

Thermal recorder, 50 mm wide paper, various printouts formats

Power Requirement Temperature: 15°C~30°C Humidity: 10%~90%

Air pressure: 70kPa~106kPa

Dimension and Weight

Dimension: Depth (410 mm) x width (300 mm) x height (400 mm)

Weight: ≤20Kg

10

Biochemistry Machine

11

Fridge

iuytd

 

Lab Refrigerator 92L with specific thermometer: This basic laboratory refrigerator has a 92-liter capacity and operates within a temperature range of +2°C to +10°C. It features an automatic defrost system and includes an interior light. The unit comes with two non-adjustable shelves and a polycarbonate drawer at the bottom. While it provides reliable storage, it may not offer advanced temperature monitoring features found in other models.

Vaccination refrigerator supplied by RBC in the Health Post:

Images

12

Slit Lamp Biomicroscope Machine + Tonometer

uytr    97

13

Autorefractor machine with Keratometry

jhgytre

14

Cost of training session based on request (one trainer) in Frw

TOTAL COST FOR THE MAINTENANCE SERVICE PER MONTH IN RWF

Company Deliverables during the Contractual period:

  • Comprehensive annual maintenance plan within one month of contract signing.
  • Monthly maintenance activity reports.
  • Detailed invoices submitted by the 5th of each subsequent month.

Type and Duration of Contract:

The contract will be a framework contract in nature, especially for the curative component, where SFH will be placing a purchase order detailing where and which equipment to maintain/repair, and the contractor will be invoicing depending on the Unit Costs he quoted in the price list. The contract will be valid for one year, with the possibility of renewal based on performance and in agreement between both parties.

EXTENSION OF BID VALIDITY DATES

When necessary and appropriate under the circumstances, SFH Rwanda may request bidders, in writing, to extend the validity period of their bids and Bid Securities (if any). A bidder may refuse to extend its bid; however, its bid will be disqualified. A bidder agreeing to extend will not generally be permitted or required to modify their bid in any manner other than to extend it.

REJECTION OF TENDERS

(a) SFH Rwanda is not bound to accept the lowest bid and reserves the right to reject any tender in whole or in part and to reject any or all tenders without assigning any reason. Circumstances in which rejection of all bids may occur include, without limitation, the following:

  • none of the bids is adequately responsive to the specifications,
  • there is evidence of insufficient competition,
  • the lowest bid exceeds the estimated value or funds available and cannot be reduced by negotiation,
  • the quality of the tender is deemed insufficient
  • Technical/ financial bases of procurement have changed materially prior to the award, or
  • The prices of the bid are obviously and clearly high.

TERMS OF AWARDS

(a) All awards are subject to the availability of adequate funds from SFH Rwanda and the receipt of all required approval from SFH Rwanda and the donors.

(b) Upon receipt of SFH Rwanda and/or the indenter’s approval of the recommended award, to the extent required, SFH Rwanda will send a Notice of Award to the winning bidder and will inform unsuccessful bidders that they have not been selected.

Notification of Tender Award

The bidder whose proposal attains the highest score, in accordance with the evaluation criteria in the present request for proposals shall be selected for award, subject to satisfactory conclusion of negotiations if deemed necessary.

The procuring entity shall notify the successful bidder of its selection results and at the same time inform other unsuccessful bidders of the decision. In the absence of a challenge by any other bidders within seven (7) days of the notice, the contract shall be signed by both parties.

PAYMENT TERMS

SFH Rwanda undertakes to pay 100% of invoice after Completion of work order based on the Purchase Order with submission of Service Report, EBM invoice and with your Bank account details to its satisfaction and this will be paid within 15 working days upon reception of an invoice.

SFH Rwanda welcomes your bid in this competitive process.

Sincerely,

Janepher TURATSINZE

CHIEF OPERATING OFFICER

Click on the APPLY button to send your application documents:
  • Your application will be sent to the employer immediately (Allowed formats: .doc .pdf .txt .docx)
  • A confirmation email will be sent to you few minutes afterwards
  • You can request any documents archived from our website (ex: a job description, a CV, a cover letter...)