Copy of ITB for Purchase of Construction Material for Local Procurement-Establishing Polio Modular Laboratory Muscat/Oman

This tender is from the country of Oman in Middle East region. The tender was published by WHO on 06 Sep 2023 for Dear Prospective Bidder, Invitation to bid for Purchase of Construction Material for Local Procurement-Establishing Polio Modular Laboratory Muscat/Oman You are invited to submit your offer for the above-mentioned Invitation to bid for the World Health Organization (WHO), Iraq. Please note that this ITB will be submitted through the In- tend/UNGM portal. Submission of Offers: Incoterms 2010: FCA nearest seaport.: Port Sultan Qaboos “FCA nearest seaport or DAP, Port Sultan Qaboos” The supplier to deliver the shipment at Royal Hospital from the Port Sultan Qaboos. Offers should be submitted in Pdf and Excel format on the company’s headed paper, signed and stamped. Please fill in all information in Annex 2. Please submit quality certificates of each item with your offer. Any request for clarification must be submitted no later than 12/SEP/2023. CLOSING DATE: 20 September 2023, at 23:00 (Muscat/Oman time) ITEMS NEEDED: • As per the attached (ANNEX 2). INCOTERMS: Inco Term: FCA nearest seaport.: Port Sultan Qaboos “FCA nearest seaport or DAP, Port Sultan Qaboos” The supplier to deliver the shipment at Royal Hospital from the Port Sultan Qaboos OFFERS: • Must comply with the requirements stated in the attached ITB. All Technical details and the financial requirements should be completed as per the annexes 1 and 2, as well as 4, 5, 6, and 7. • Queries are welcome to be received exclusively through the United Nations Global Marketplace (UNGM) correspondence before 12/SEP/2023 • The Financial and technical offer should be submitted in the attached excel bidding sheets format and in PDF form as well. DELIVERY: • Delivery more than 6 months will not be considered”. EVALUATION OF OFFERS: • Evaluation will be evaluated technically first, in compliance with the requirements under the annex of the attached ITB. WHO will examine the bids to determine whether they are complete, properly signed and whether they satisfy the requirements as per section 2.2: Requirements. If WHO determines that the bid is not technically responsive, the bid shall be rejected Technical evaluation: Compliance with the requested specifications requested by WHO Commercial evaluation: The Financial proposal should be submitted by using the financial proposal sheet (Annex 2). Bids with a different pricing format may be rejected. The currency of the proposal shall preferably be US Dollars, but any other United Nations convertible currency will be acceptable. Prices should not include VAT. Price should be indicated for Enter text Any quantity or other discounts (e.g.: volume discounts) shall be clearly indicated. Bidders shall submit their proposal • Inco Term: FCA nearest seaport.: Port Sultan Qaboos “ FCA nearest seaport or DAP, Port Sultan Qaboos” The supplier to deliver the shipment at Royal Hospital from the Port Sultan Qaboos. (INCOTERMS 2010). Bidders shall explicitly indicate the following: - the guaranteed lead time for the first batch following receipt of an approved Purchase Order - the average lead time to FCA Named International Airport and FOB Named Port (INCOTERMS 2010). The prices offered by the prospective suppliers are subject to revision annually, including any extension period. Any adjustment or revision to the prices shall only be made effective upon agreement based on written amendment signed by both parties EXCLUSION CRITERIA • Offers that are received after the specified deadline will not be considered. • Offers that are matching the requested specifications and delivery, will not be considered. • Offers that are not placed in the excel sheet format, supported with details and photos, and responding to all required details, may not be considered. • Offers that are not confirming quality certification, will not be considered. • Offers that are missing the below, will not be considered: o Company registration o A minimum of 2 years’ experience with producing similar products In case of award, the suppliers should provide: • Certificate of Origin. • Shipping documents, Packing list and invoice. Requirements for the Technical proposal of the Bid The Technical proposal must be submitted using the Technical proposal sheet (Annex 1). Bidders are expected to submit the following documents as part of the Technical part of their bid: • Cover letter in the letter head of the company for submission the offer for the ITB and confirmation that KIMADIA and, or KMCA required document will be provided upon delivery (Refer to Annex 1 ). • Annex 2 in PDF completed by the company by entering the detailed specifications, brand, model, country of Origin of the offered items and delivery time. The Annex 1 must be signed and stamped by the company • Catalogues/Data sheets/quality assurance certificates (FDA, CE, and ISO ...Etc.) of the offered equipment. • The Annex must not include any prices at all otherwise offer will be excluded • Soft copy in Excel format for Annex 2 • Self-Declaration form signed and stamped by the company Bidders are expected to submit the following documents: Provision and deployment of Specialized controlled environment and high containment with the client/end user properly design and space plan Modular BSL-2 laboratory. Modern modular laboratories utilize sophisticated components and containment systems, all of which must work seamlessly and often within demanding environments. The BSL-2 Lab will provide a safe and secure work environment meeting the appropriate Biosafety guidelines (Biosafety in Microbiological and Biomedical Laboratories (BMBL), constructed using the highest standards of workmanship using quality nonporous surface materials and components ensuring delivery of a world class. The laboratory interior shall be constructed of laboratory grade materials including non-adsorptive building materials suitable for frequent cleaning, sanitizing and gas decontamination. Flooring shall be monolithic, slip resistant and resistant to corrosives (such as bleach). Interior wall framing is all metal frames/studs. Acroplast (www.arcoplast.com) or equivalent wall and ceiling panels to provide seamless interior. . Panels provide long service life with consistent sealed and coved corner. Flooring must be suitable for frequent cleaning and decontamination with consistent sealing and coved up the wall 125mm. Flooring material needs to be seamless Armstrong Medintech vinyl or with equivalent specification. The laboratory will be supplied with 90cm and 120cm stainless steel workbenches, integrated with adjustable shelving that allow frequent cleaning and sanitizing. The doors have access control. Main entry door will have an exterior dead bolt lock. The design addresses efficient workflow and allows for future upgrades to analytical instrumentation. The laboratory will be engineered to meet the typical climate conditions of Muscat, Oman. The heating, ventilation, and air conditioning (HVAC) system is designed to recirculate cool air through the three rooms.The modular laboratory shall be divided into following three segregated areas• Reception, Sample Receiving Room – serves as main entry to laboratory and as Sample receiving room with a bench for changing shoes, locker for storage of personal items and provide workspace for sample logging, sink and storing.• Laboratory 1, Sample processing Room – provides workspace for sample processing (1.2m Class II Type BSC, Swing bucket centrifuge, refrigerator, working benches) for further analysis. An emergency eyewash / drench hose, 1.2m Class II Type Bio Safety Cabinet (BSC), working benches, two laboratory refrigerator (572L) and static pass box for passage of material from Lab1 to Lab2 will be provided. • Laboratory 2. Virus isolation and Microscopy room - provides workspace for sample inoculation and microscopy (1.2m Class II Type BSC, Incubator (560 mm x 720 mm x 400 mm), Microscope, working benches) for further analysis. Laboratory will be supplied with 1.2m Class II Type Bio Safety Cabinet (BSC), working benches and laboratory refrigerator (572L), upright laboratory freezer -30oC (572L) and top-load autoclave (63L).The laboratory will be equipped with the following Electrical and plumbing requirementsElectrical• Fluorescent lights are provided in sealed, vapor-proof housings.• Battery powered emergency light ballast is provided in each room of the laboratory.• Exterior lights on all four sides of the laboratory which are removed for transportation purposes.• Electrical outlets will all be Schuko receptacles.• Electrical distribution system (230 Volt, 50 Hertz):o Main distribution panel o Electrical main connection will be located based on an agreed utility entry pointo Electrical receptacles rated at a minimum of 13 Ampso Light fixtures will be provided along the ceiling/center of the workspaces• Electrical, communication, and data:o Wires and cables run in surface mount chases minimizes penetrations of the walls• Data Systemo Rooms 1 and 2 will have Qty. 2 RJ45 data connections per roomo Room 3 will have Qty. 4 RJ45 data connectionso These connections will be run back to a solitary point for connection to an existing internet/data hook-up.Plumbing• Stainless steel sinks are provided in rooms 2 and 3 of the modular lab. • Supply lines will be routed with PEX tubing.• Drain lines will be routed with black ABS piping.• All sinks are designed and plumbed with the intent of the lab being installed on a pillar foundation.• Supply and waste connections and locations are provided to the site development contractor for coordination.• All plumbing at the site shall be provided by the site development contractor.The modular lab will also be equipped with the following equipmentItem Description QuantityClass II Type A Biological Safety Cabinet 02Static Pass box for passage of materials b/w Labs 02Top-load laboratory Autoclave 63L 01Upright laboratory refrigerator 572L 02Upright laboratory freezer -30C 572L 01Supplier will be responsible for preparing the containers for transportation, shipment, providing mechanical fastening brackets to the foundation and installation of the container laboratory. Detailed expected deliverables / outputs:Design phase: The lab design is finalized, and the necessary equipment and materials are identified.Manufacturing phase: The modular lab is manufactured off-site in a controlled environment.Site preparation: The site is prepared for the installation of the modular lab.Installation phase: The modular lab is installed on-site and connected to the necessary utilities, such as electricity, water, and ventilation.Testing and commissioning: The modular lab is tested to ensure it meets the necessary safety and functionality requirements.Certification and validation: The modular lab is inspected and certified by relevant regulatory agencies to ensure compliance with Biosafety Level 2 requirements Availability of the catalogue/Data sheets for the exact model/brand offered by the bidder Availably of the quality assurance certificate for the offered models Confirmation that MOH importation approval ( KMCA/Kemadia) will be provided upon delivery Requirements for the Commercial part of the Bid The Commercial proposal should be submitted by using the Commercial proposal sheet (Annex 2). Bids with a different pricing format may be rejected. The currency of the proposal shall preferably be US Dollars, but any other United Nations convertible currency will be acceptable. Prices should not include VAT. Bidder must consider in their offers that cost of equipment will be for direct delivery to different locations inside Iraq identified in the purchase orders which may include Baghdad, Kurdistan, Mousl , Basra and other Governorates. Annex 2 must be submitted in PDF format having prices clearly indicated for each item separately and the Annex must be signed and stamped by the company. Soft copy in Excel for Annex 2 must be provided having exactly the same information in the signed PDF version Any quantity or other discounts (e.g.: volume discounts) shall be clearly indicated. Bidders shall submit their proposal door to door delivery to the locations identified by WHO in the purchase order. The Awarded bidder shall be responsible to obtain the required government approvals that are related to in country movement. (INCOTERMS 2020). Bidders shall explicitly indicate the following:  the guaranteed lead time for the first batch following receipt of an approved Purchase Order.  the average lead time to FCA Named International Airport and FOB Named Port (INCOTERMS 2020). The prices offered by the prospective suppliers may be subject to revision in case of extension of contract. Any adjustment or revision to the prices shall only be made effective upon agreement based on written amendment signed by both parties. The supplier should accept, sign and comply to the following attached documents: 1. UN Code of Conduct. 2. Self-Declaration Form. Orders resulting from this Invitation to Bid will fall under WHO’s General Terms and Conditions as per Annex 3 in the ITB document. The supplier should accept, sign and comply with Annex 5 and Annex 6. The last date to submit your bid for this tender was 20 Sep 2023. This tender is for the companies specializing in Construction materials and similar sectors.

*The deadline for this tender has passed.

Tender Organisation:

WHO

Tender Service:

Worldwide

Tender Region:

Tender Country:

Tender CPV:

44110000 : Construction materials

Tender Document Type:

Tender Notice

Tender Description:

Dear Prospective Bidder, Invitation to bid for Purchase of Construction Material for Local Procurement-Establishing Polio Modular Laboratory Muscat/Oman You are invited to submit your offer for the above-mentioned Invitation to bid for the World Health Organization (WHO), Iraq. Please note that this ITB will be submitted through the In- tend/UNGM portal. Submission of Offers: Incoterms 2010: FCA nearest seaport.: Port Sultan Qaboos “FCA nearest seaport or DAP, Port Sultan Qaboos” The supplier to deliver the shipment at Royal Hospital from the Port Sultan Qaboos. Offers should be submitted in Pdf and Excel format on the company’s headed paper, signed and stamped. Please fill in all information in Annex 2. Please submit quality certificates of each item with your offer. Any request for clarification must be submitted no later than 12/SEP/2023. CLOSING DATE: 20 September 2023, at 23:00 (Muscat/Oman time) ITEMS NEEDED: • As per the attached (ANNEX 2). INCOTERMS: Inco Term: FCA nearest seaport.: Port Sultan Qaboos “FCA nearest seaport or DAP, Port Sultan Qaboos” The supplier to deliver the shipment at Royal Hospital from the Port Sultan Qaboos OFFERS: • Must comply with the requirements stated in the attached ITB. All Technical details and the financial requirements should be completed as per the annexes 1 and 2, as well as 4, 5, 6, and 7. • Queries are welcome to be received exclusively through the United Nations Global Marketplace (UNGM) correspondence before 12/SEP/2023 • The Financial and technical offer should be submitted in the attached excel bidding sheets format and in PDF form as well. DELIVERY: • Delivery more than 6 months will not be considered”. EVALUATION OF OFFERS: • Evaluation will be evaluated technically first, in compliance with the requirements under the annex of the attached ITB. WHO will examine the bids to determine whether they are complete, properly signed and whether they satisfy the requirements as per section 2.2: Requirements. If WHO determines that the bid is not technically responsive, the bid shall be rejected Technical evaluation: Compliance with the requested specifications requested by WHO Commercial evaluation: The Financial proposal should be submitted by using the financial proposal sheet (Annex 2). Bids with a different pricing format may be rejected. The currency of the proposal shall preferably be US Dollars, but any other United Nations convertible currency will be acceptable. Prices should not include VAT. Price should be indicated for Enter text Any quantity or other discounts (e.g.: volume discounts) shall be clearly indicated. Bidders shall submit their proposal • Inco Term: FCA nearest seaport.: Port Sultan Qaboos “ FCA nearest seaport or DAP, Port Sultan Qaboos” The supplier to deliver the shipment at Royal Hospital from the Port Sultan Qaboos. (INCOTERMS 2010). Bidders shall explicitly indicate the following: - the guaranteed lead time for the first batch following receipt of an approved Purchase Order - the average lead time to FCA Named International Airport and FOB Named Port (INCOTERMS 2010). The prices offered by the prospective suppliers are subject to revision annually, including any extension period. Any adjustment or revision to the prices shall only be made effective upon agreement based on written amendment signed by both parties EXCLUSION CRITERIA • Offers that are received after the specified deadline will not be considered. • Offers that are matching the requested specifications and delivery, will not be considered. • Offers that are not placed in the excel sheet format, supported with details and photos, and responding to all required details, may not be considered. • Offers that are not confirming quality certification, will not be considered. • Offers that are missing the below, will not be considered: o Company registration o A minimum of 2 years’ experience with producing similar products In case of award, the suppliers should provide: • Certificate of Origin. • Shipping documents, Packing list and invoice. Requirements for the Technical proposal of the Bid The Technical proposal must be submitted using the Technical proposal sheet (Annex 1). Bidders are expected to submit the following documents as part of the Technical part of their bid: • Cover letter in the letter head of the company for submission the offer for the ITB and confirmation that KIMADIA and, or KMCA required document will be provided upon delivery (Refer to Annex 1 ). • Annex 2 in PDF completed by the company by entering the detailed specifications, brand, model, country of Origin of the offered items and delivery time. The Annex 1 must be signed and stamped by the company • Catalogues/Data sheets/quality assurance certificates (FDA, CE, and ISO ...Etc.) of the offered equipment. • The Annex must not include any prices at all otherwise offer will be excluded • Soft copy in Excel format for Annex 2 • Self-Declaration form signed and stamped by the company Bidders are expected to submit the following documents: Provision and deployment of Specialized controlled environment and high containment with the client/end user properly design and space plan Modular BSL-2 laboratory. Modern modular laboratories utilize sophisticated components and containment systems, all of which must work seamlessly and often within demanding environments. The BSL-2 Lab will provide a safe and secure work environment meeting the appropriate Biosafety guidelines (Biosafety in Microbiological and Biomedical Laboratories (BMBL), constructed using the highest standards of workmanship using quality nonporous surface materials and components ensuring delivery of a world class. The laboratory interior shall be constructed of laboratory grade materials including non-adsorptive building materials suitable for frequent cleaning, sanitizing and gas decontamination. Flooring shall be monolithic, slip resistant and resistant to corrosives (such as bleach). Interior wall framing is all metal frames/studs. Acroplast (www.arcoplast.com) or equivalent wall and ceiling panels to provide seamless interior. . Panels provide long service life with consistent sealed and coved corner. Flooring must be suitable for frequent cleaning and decontamination with consistent sealing and coved up the wall 125mm. Flooring material needs to be seamless Armstrong Medintech vinyl or with equivalent specification. The laboratory will be supplied with 90cm and 120cm stainless steel workbenches, integrated with adjustable shelving that allow frequent cleaning and sanitizing. The doors have access control. Main entry door will have an exterior dead bolt lock. The design addresses efficient workflow and allows for future upgrades to analytical instrumentation. The laboratory will be engineered to meet the typical climate conditions of Muscat, Oman. The heating, ventilation, and air conditioning (HVAC) system is designed to recirculate cool air through the three rooms.The modular laboratory shall be divided into following three segregated areas• Reception, Sample Receiving Room – serves as main entry to laboratory and as Sample receiving room with a bench for changing shoes, locker for storage of personal items and provide workspace for sample logging, sink and storing.• Laboratory 1, Sample processing Room – provides workspace for sample processing (1.2m Class II Type BSC, Swing bucket centrifuge, refrigerator, working benches) for further analysis. An emergency eyewash / drench hose, 1.2m Class II Type Bio Safety Cabinet (BSC), working benches, two laboratory refrigerator (572L) and static pass box for passage of material from Lab1 to Lab2 will be provided. • Laboratory 2. Virus isolation and Microscopy room - provides workspace for sample inoculation and microscopy (1.2m Class II Type BSC, Incubator (560 mm x 720 mm x 400 mm), Microscope, working benches) for further analysis. Laboratory will be supplied with 1.2m Class II Type Bio Safety Cabinet (BSC), working benches and laboratory refrigerator (572L), upright laboratory freezer -30oC (572L) and top-load autoclave (63L).The laboratory will be equipped with the following Electrical and plumbing requirementsElectrical• Fluorescent lights are provided in sealed, vapor-proof housings.• Battery powered emergency light ballast is provided in each room of the laboratory.• Exterior lights on all four sides of the laboratory which are removed for transportation purposes.• Electrical outlets will all be Schuko receptacles.• Electrical distribution system (230 Volt, 50 Hertz):o Main distribution panel o Electrical main connection will be located based on an agreed utility entry pointo Electrical receptacles rated at a minimum of 13 Ampso Light fixtures will be provided along the ceiling/center of the workspaces• Electrical, communication, and data:o Wires and cables run in surface mount chases minimizes penetrations of the walls• Data Systemo Rooms 1 and 2 will have Qty. 2 RJ45 data connections per roomo Room 3 will have Qty. 4 RJ45 data connectionso These connections will be run back to a solitary point for connection to an existing internet/data hook-up.Plumbing• Stainless steel sinks are provided in rooms 2 and 3 of the modular lab. • Supply lines will be routed with PEX tubing.• Drain lines will be routed with black ABS piping.• All sinks are designed and plumbed with the intent of the lab being installed on a pillar foundation.• Supply and waste connections and locations are provided to the site development contractor for coordination.• All plumbing at the site shall be provided by the site development contractor.The modular lab will also be equipped with the following equipmentItem Description QuantityClass II Type A Biological Safety Cabinet 02Static Pass box for passage of materials b/w Labs 02Top-load laboratory Autoclave 63L 01Upright laboratory refrigerator 572L 02Upright laboratory freezer -30C 572L 01Supplier will be responsible for preparing the containers for transportation, shipment, providing mechanical fastening brackets to the foundation and installation of the container laboratory. Detailed expected deliverables / outputs:Design phase: The lab design is finalized, and the necessary equipment and materials are identified.Manufacturing phase: The modular lab is manufactured off-site in a controlled environment.Site preparation: The site is prepared for the installation of the modular lab.Installation phase: The modular lab is installed on-site and connected to the necessary utilities, such as electricity, water, and ventilation.Testing and commissioning: The modular lab is tested to ensure it meets the necessary safety and functionality requirements.Certification and validation: The modular lab is inspected and certified by relevant regulatory agencies to ensure compliance with Biosafety Level 2 requirements Availability of the catalogue/Data sheets for the exact model/brand offered by the bidder Availably of the quality assurance certificate for the offered models Confirmation that MOH importation approval ( KMCA/Kemadia) will be provided upon delivery Requirements for the Commercial part of the Bid The Commercial proposal should be submitted by using the Commercial proposal sheet (Annex 2). Bids with a different pricing format may be rejected. The currency of the proposal shall preferably be US Dollars, but any other United Nations convertible currency will be acceptable. Prices should not include VAT. Bidder must consider in their offers that cost of equipment will be for direct delivery to different locations inside Iraq identified in the purchase orders which may include Baghdad, Kurdistan, Mousl , Basra and other Governorates. Annex 2 must be submitted in PDF format having prices clearly indicated for each item separately and the Annex must be signed and stamped by the company. Soft copy in Excel for Annex 2 must be provided having exactly the same information in the signed PDF version Any quantity or other discounts (e.g.: volume discounts) shall be clearly indicated. Bidders shall submit their proposal door to door delivery to the locations identified by WHO in the purchase order. The Awarded bidder shall be responsible to obtain the required government approvals that are related to in country movement. (INCOTERMS 2020). Bidders shall explicitly indicate the following:  the guaranteed lead time for the first batch following receipt of an approved Purchase Order.  the average lead time to FCA Named International Airport and FOB Named Port (INCOTERMS 2020). The prices offered by the prospective suppliers may be subject to revision in case of extension of contract. Any adjustment or revision to the prices shall only be made effective upon agreement based on written amendment signed by both parties. The supplier should accept, sign and comply to the following attached documents: 1. UN Code of Conduct. 2. Self-Declaration Form. Orders resulting from this Invitation to Bid will fall under WHO’s General Terms and Conditions as per Annex 3 in the ITB document. The supplier should accept, sign and comply with Annex 5 and Annex 6

Tender Bidding Type:

Publish Date: 06 Sep 2023

Deadline Date: 20 Sep 2023

  • 1 week to go
  • 15 Days to go
  • More than 15 days to go

Get A Callback Within 24 Hours

Fill form below to get callback from Tender Experts.

975368

Explore More Construction materials Tenders in Oman, Middle East, and Worldwide

Looking for more tenders like this one in Construction materials? With over 70 million global procurement opportunities and new tenders added daily, Tender Impulse is your gateway to international and local contracting success. Whether you're targeting the Infrastructure and construction sector in Oman, or expanding across regions, we provide live, accurate, and relevant updates every day.

Our platform sources tenders from:

  • National and local government portals
  • International development and funding agencies
  • Municipal corporations and state authorities
  • NGOs, education ministries, and public-private partnerships

Daily Tender Updates Across 200+ Countries

Every day, we add hundreds of new RFPs, RFQs, EOIs, and contract awards across multiple sectors and geographies. This tender from Oman is just a sample of what's available right now.

Tender Impulse covers:

  • Public procurement tenders
  • International development projects
  • Local municipal bids
  • Private and PPP contracts
  • Framework agreements and supply tenders

Search Smarter with CPV and Industry Matching

Each listing is categorized using CPV codes like 44110000, enabling precise filtering. Search by:

  • Tender type: RFP, RFQ, EOI, GPN, Contract Awards
  • Location: Oman, Middle East, or global
  • Industry: Infrastructure and construction
  • Deadline and issue date
  • Issuing organization or funding agency

Opportunities in Every Industry and Region

While you're viewing a tender in Oman, Tender Impulse offers access to tenders across:

  • Asia, Europe, Africa, the Americas, and Oceania
  • Defence, Energy, Healthcare, Construction, Education, IT, Agriculture, and more
  • All CPV categories—from consultancy to infrastructure

Tools to Help You Succeed

Tender Impulse provides more than listings:

  • Custom email alerts by CPV and location
  • Downloadable bid documents and submission support
  • Registration guidance and compliance tools
  • Translation support for non-English tenders
  • Proposal writing tips and examples

Stay Ahead with Real-Time Updates

Thousands of new tenders are added daily-across countries, sectors, and CPV codes. With Tender Impulse, you gain strategic insight, timely alerts, and a competitive edge.

Start your free trial to unlock tenders customized to your Infrastructure and construction, Oman, and Construction materials categories.

Tender by Region

Tender by Sector

Tender by Country