supply of fortified blended flour tender number: usaid ... · page 6 of 118 usaid/ kemsa mcp oit...
TRANSCRIPT
Page 1 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Supply of Fortified Blended Flour
Tender Number: USAID KEMSA MCP OIT 001/2019-2020
Release Date: December 10, 2019
Submission Date: January 7, 2020
Project: USAID KEMSA Medical Commodities Project
Contracting Entity: Kenya Medical Supplies Authority
Funded by: United States Agency for International
Development
Contract No:. AID-615-C-15-00003
Page 2 of 118 USAID/ KEMSA MCP OIT 001/2019-20
INVITATION TO TENDER (ITT)
Open International Tender (OIT)
IFT No.: USAID KEMSA MCP OIT 001/2019-20
Supply of Fortified Blended Flour
Date: 10th December, 2019
1. The Kenya Medical Supplies Authority (KEMSA), on behalf of the United States Agency
for International Development (USAID) herewith invites sealed tender(s) for Supply of
Fortified Blended Flour
2. This Tender will be conducted through Open International Tender in line with Federal
Acquisition Regulations (FAR) System ; FAC Number/Effective Date:2005-94,2005-95 /
01-19-2017.
3. Interested eligible bidders may obtain further information from KEMSA Office and inspect
the bidding documents at the address given below, Mondays to Fridays between 0900hrs
to 1600hrs except on public Holidays or download at the PPIP Supplier portal
http://supplier.treasury.go.ke. and http://www.kemsa.co.ke/tenders/. Documents
downloaded are free of charge and bidders are advised to register their bid documents at the
procurement office or via email at [email protected] (Refer to
registration form in the tender document).
4. A complete set of bidding documents in English (hardcopy) may be purchased by eligible
bidders on the submission of a written application on company letterhead to the address
below and upon payment of a non-refundable/non-transferable fee of 13 US Dollars or 1,000
Kenya Shillings. The method of payment will be by Cash, Bankers cheque or direct deposit
to the specified account no 01141217405100 for KES or 02120217405100 for USD to Co-
operative Bank, Enterprise Road Branch, Nairobi, Kenya, Swift: KCOOKENA.
5. Completed paginated and serialized bidding documents one original and a copy in plain
sealed envelopes clearly marked on top with the Tender Number and description must be
accompanied by a tender security of USD 10,000 or KES1,000,000.00 or equivalent in a
freely convertible currency and must be delivered to the address below on or before 10:00
Page 3 of 118 USAID/ KEMSA MCP OIT 001/2019-20
AM on January 7th , 2020. Tenders must be deposited at KEMSA Tender Box 2 for
Global Fund Tenders at KEMSA, Main Reception. Bulky tenders can be handed over to
KEMSA Procurement Director’s Office for registration and safe keeping till the tender
opening date. Tenders will be opened promptly in public and in the presence of the
Tenderers’ representatives who choose to attend.
6. Late bids, portion of bids, electronic bids, bids not received, bids not opened and not readout
in public at bid opening ceremony shall not be accepted for evaluation irrespective of
circumstances.
Address for information on/collection of the Tender Document and Tender Opening
venue.
Kenya Medical Supplies Authority (KEMSA) 13 Commercial Street, Industrial Area
P. O. Box 47715-00100 Nairobi, Kenya; Tel: (+254) 20-392 20 00
E-mail: [email protected]
Kenya Medical Supplies Authority reserves the right to accept or reject any or all bids
without incurring liability to the affected tenderers
Page 4 of 118 USAID/ KEMSA MCP OIT 001/2019-20
REGISTRATION FORM FOR ONLINE TENDERERS/BIDDERS
IFT No.: USAID KEMSA MCP OIT 001/2019-2020 FOR SUPPLY OF FORTIFIED
BLENDED FLOUR
NOTE: Please provide your details below for purposes of communication in case you download
this tender document from PPIP or KEMSA website.
Name of the firm:…………………………………………………………………………..
Postal Address:……………………………………………………………………………..
Telephone Contacts:…………………………………………………………...…………
Company email address:………………………………………………………………..
Contact Person:……………………………………………………………………………
Once completed please submit this form to the email;[email protected]
Page 5 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Contents of Bidding Document: Section 1: Instructions to Tenderers
Section 2: Draft Order Terms and Conditions
Annex A: Product Specification, Pricing & Delivery
Schedule
Annex B: Branding and Marking Requirement
Annex C: Invoicing and Shipping Instructions
Annex D: Letter of Undertaking Template
Annex E: Subcontractor Evaluation Template
**PLEASE READ INSTRUCTIONS CAREFULLY FOR THIS TENDER. IF YOU DO
NOT ADHERE TO THE SPECIFIC INSTRUCTIONS OF THIS TENDER YOU MAY BE
EXCLUDED FROM CONSIDERATION.**
Page 6 of 118 USAID/ KEMSA MCP OIT 001/2019-20
1.0 INSTRUCTIONS TO BIDDERS
1.1 Acronyms and Definitions
ADS USAID Automated Directives System
Agent Kenya Medical Supplies Authority.
CIF Cost, Insurance and Freight
Cooperating Country Kenya
CFR United States Code of Federal Regulations
COO Certificate of Origin
DDU Delivered Duty Unpaid
FAR United States Federal Acquisition Regulation
FOB Free On Board
FCA Free Carrier
KPPB Kenya Pharmacy and Poisons Board
RFQ Request for Quotation
US United States
USAID United States Agency for International Development
USFDA United States Food and Drug Administration
USG United States Government
VAT Value Added Tax
The delivery terms shall be DDU, named place of destination.
DDU is the INCOTERM (delivery term) under which the seller is responsible for arranging and
paying for both the transportation of the goods and shipping insurance through to a named place
of destination typically in the destination country. The seller has fulfilled his obligation when he
has properly insured the goods and bided them to the transportation carrier who, under the contract
of carriage, will accomplish this transporation to the named place of destination.
Under DDU delivery terms the Supplier shall:
1. Pack and mark the shipment to comply with contract specifications, provide commercial
invoice or electronic message, and other documentation as required by the contract agreement.
2. Obtain at own risk and cost any export licenses and authorizations and carry out all export
formalities and procedures.
3. Notify the buyer of readiness to ship and provide the documents listed below at least 7 (seven)
working day before shipment.
Page 7 of 118 USAID/ KEMSA MCP OIT 001/2019-20
a. Commercial invoice
b. Certificate of Analysis
c. Certificate of Origin
d. Packing list
e. Letter of undertaking
f. Airway Bill/ Bill of Lading
g. Confirmation on booking with US flag carrier/statement of non availability of US flag
carrier (Refer to www.marad.dot.gov/documents/MAR730.US.Flag.Vessel.pdf)
4. Contract for and pay all costs of carriage and insurance to the named place of destination.
5. Deliver the goods to the named place of destination within the time period stipulated in the
sales contract.
6. Assume all risks of loss or damage to the goods until they have been delivered to the named
place of destination and handed over to the buyer.
1.2 Introduction
The Agent, acting for the USAID KEMSA MC Project is soliciting proposals from eligible and
responsible firms for the supply of commodities as described in Section 1.4 (Product Specification,
Pricing and Delivery Schedule). The KEMSA MC Project is an official program of the United
States Agency for International Development (USAID), Contract No. AID-615-C-15-00003 and
is being carried out in Kenya.
The overall objective of the USAID KEMSA MC Project is to establish and operate a safe, secure,
reliable and sustainable supply chain management system for pharmaceuticals and related supplies
and equipment (commodities) needed to provide care and treatment of persons with HIV/AIDS in
Kenya.
Tenderers are responsible for ensuring that their offers are received in accordance with the
instructions stated herein. Failure to adhere to instructions described herein may lead to
disqualification of a proposal from consideration.
1.3 Source/Origin/Nationality
All tenderers and the goods and services supplied under this order must meet USAID Geographic
Code 935 (Special Free World) in accordance with the US Code of Federal Regulations (CFR),
22 CFR §228. Tenderers must provide a Certificate of Origin (COO) for products awarded
to them. The cooperating country for this tender is Kenya.
Source: “Source” means the country from which a commodity is shipped to the
cooperating country (Kenya) or the cooperating country itself if the commodity is
located therein at the time of purchase. However, where a commodity is shipped from
Page 8 of 118 USAID/ KEMSA MCP OIT 001/2019-20
a free port or bonded warehouse in the form received therein, “source” means the
country from which the commodity was shipped to that free port or bonded warehouse.
Origin: The “origin” of a commodity is the country or area in which a commodity is
mined, grown, or produced. A commodity is produced when, through manufacturing,
processing, or substantial and major assembling of components, a commercially
recognized new commodity results that is substantially different in basic characteristics
or in purpose or utility from its components.
Nationality: “Nationality” refers to the place of incorporation, ownership, citizenship,
residence, etc. of suppliers of the goods and services.
1.4 Product Specifications
As provided for under technical specifications section.
1.5 Delivery
Delivery terms are DDU Named Final Destination. The delivery estimates presented in an offer in
response to this tender must be upheld in the performance of any resulting contract.
1.6 Transportation
U.S.-flag requirement. Any international transportation carried out under this subcontract shall
take place on US-flag vessels/carriers. Any international air transportation shall be in accordance
with FAR 52.247-63 (“Preference for U.S.-Flag Air Carriers”), FAR 47.403 (“Guidelines for
Implementation of the Fly America Act”) and 22 CFR 228.22.
While the Comptroller General's memorandum does not establish specific criteria for determining
when freight service is unavailable, it is USAID's policy that such service is not available when
the following criteria are met:
(1) When no U.S. flag air carrier provides scheduled air freight service from the airport serving
the shipment's point of origin and a non-U.S. flag carrier does;
(2) When the U.S. flag air carrier(s) serving the shipment's point of origin decline to issue a
through air waybill for transportation at the shipment's final destination airport;
(3) When use of a U.S.-flag air carrier would result in delivery to final destination at least seven
days later than delivery by means of a non-U.S. carrier;
(4) When the total weight of the consignment exceeds the maximum weight per shipment which the
U.S. flag air carrier will accept and transport as a single shipment and a non-U.S. flag air carrier
will accept and transport the entire consignment as a single shipment;
Page 9 of 118 USAID/ KEMSA MCP OIT 001/2019-20
(5) When the dimensions (length, width, or height) of one or more of the items of a consignment
exceed the limitations of the U.S. flag aircraft's cargo door opening, but do not exceed the
acceptable dimensions for shipment on an available non-U.S. flag scheduled air carrier.
The US-flag requirement must be taken into account when providing CIF Proposals. If U.S.
carriers are not available to Nairobi and/or Mombasa please indicate in your Proposal.
Regulations call for an official “Statement of Unavailability of U.S.-Flag Air Carriers,” which
would be requested of the supplier and further explained should a contract be awarded.
1.7 Proposals
Prices must be quoted on a lump-sum, all-inclusive basis, including packing, insurance,
inspections, taxes, etc. Offers must remain valid for not less than ninety (90) calendar days after
the offer deadline. All prices must be expressed in US Dollars unless otherwise instructed.
1.8 Negotiations
Best-value Proposals are requested, consistent with the evaluation criteria set forth in Section 1.9
below. It is anticipated that awards will be made solely on the basis of these original Proposals.
However, KEMSA reserves the right to conduct negotiations and/or request clarifications
prior to awarding a contract. KEMSA also reserves the right to make no award, a single
award, or multiple awards ( including sharing of quantities to more than one bidder) in
response to this tender.
1.9 Evaluation and Award
The award(s) will be made on a best-value basis to a responsive offeror(s) whose offer meets ALL
tender instructions, source/origin/nationality requirements, registration requirements.
A) PRELIMINARY EXAMINATION
Required documents
1. Bidding documents must be paginated/serialized. All bidders are required to submit their
documents paginated in a continuous ascending order from the first page to the last in this
format; (i.e. 1,2,3…….. n where n is the last page) (MANDATORY).
2. Copy of Certificate of incorporation/registration (MANDATORY).
3. Copy of current Tax Compliance Certificate (For local bidders only) (MANDATORY).
Page 10 of 118 USAID/ KEMSA MCP OIT 001/2019-20
4. Tender form duly completed and signed by the tenderer or his authorized agent
(MANDATORY).
5. Original Bid Bond provided and valid for 120 days from date of tender opening. Value of
bid bond should be USD 10,000.00 or KES 1,000,000.00 equivalent in a freely convertible
currency (MANDATORY).
6. Duly Completed Business Questionnaire and evidence supporting full compliance with the
requirements of business questionnaire (MANDATORY).
7. DUNS (Data Universal Numbering System) Number - Application procedure
detailed below.
NOTE: Failure to comply with Mandatory requirements will lead to disqualification. Only bidders who are successful at this stage will proceed to the next stage of evaluation.
STAGE 2: DOCUMENTARY COMPLIANCE/EVALUATION.
The following documents are mandatory and MUST be submitted together with the bid.
i) Provide dully signed Manufacturer's Authorization letter (if Tenderer is not a
Manufacturer) (MANDATORY).
ii) USAID/USFDA approval
iii) Current quality certificate as specified in the technical specifications (MANDATORY).
iv) Current and valid Product listing with QR codes from the Kenya Pharmacy and Poisons
Board (MANDATORY).
v) Submit Sample for Evaluation – 5 Satchets for each product. (MANDATORY).
NOTE: Failure to comply with Mandatory requirements will lead to disqualification. Only bidders who are successful at this stage will proceed to the next stage of evaluation.
STAGE 3: FINANCIAL EVALUATION
Bidders who are successful at preceding stages of evaluation ad offer acceptable delivery
Page 11 of 118 USAID/ KEMSA MCP OIT 001/2019-20
schedules will have their prices compared and award recommended to the lowest
evaluated responsive bid.
Price Schedule:
Bidders should provide a unit price for each item they wish to bid, based on the individual line items. The applicable incorterm is DDU KEMSA Warehouse, Nairobi.
MONTHLY DELIVERY STATUS REPORT FORMAT (For awarded bidders)
Contract
Number
LPO
No.
Item
Description
Unit of
Issue Qty
Total
Value
Planned
Delivery
Dates as per
Contract/L
PO)
Actual
Deliver
y Date
Remarks
NOTE: The supplier will be required to issue monthly delivery status reports (by 5th day of
every month) during the life of the contract which will be used to assess his overall performance
and consideration for subsequent tenders.
REQUIREMENT FOR DUNS (DATA UNIVERSAL NUMBERING SYSTEM) NUMBER
"In accordance with the U.S Federal rules, all firms or individuals doing business with the U.S.
Government must have a DUNS number (Data Universal Numbering System).
A Data Universal Numbering System (DUNS) number, is the nine-digit number assigned by
Dun and Bradstreet Information Services to an establishment, and is the Identification Number
for U.S. Federal Awardees.
Vendors must obtain their own DUNS numbers. At the D&B
websitehttp://fedgov.dnb.com/webform , fill in your company information and click “submit” to
search for your company records. If your records do not exist, the site will direct you to another
window where you will click on “Get a DUNS Number”. You will then click in the box
entitled For U.S. Government Contractors, Vendors and Grant Recipients. You will then click
under web registration. Find your country in the country drop down list and proceed. You will
have your DUNS within 48 hours.
Page 12 of 118 USAID/ KEMSA MCP OIT 001/2019-20
The following information is required:
1. Company legal business.
2. Tradestyle, doing business, or other name by which your entity is commonly recognized.
3. Company Physical Street Address, City, State, and ZIP Code.
4. Company Mailing Address, City, State and ZIP Code (if separate from physical).
5. Company Telephone Number.
6. Date the company was started.
7. Number of employees at your location.
8. Chief executive officer/key manager.
9. Line of business (industry).
10. Company Headquarters name and address (reporting relationship within your entity).
After you obtained your DUNS number, you must register in sam.gov (please
seehttps://www.sam.gov/portal/public/SAM/ ). Vendors’ registrations in sam.gov are important
for USAID to fulfill the validation of mandatory procurement reports.
In order to register, please find the detailed steps below:
1. Go to https://www.sam.gov/portal/public/SAM/
2. Click on create an account
3. Choose an individual account
4. Once you complete creating an individual account, a link will be sent to the email address you
will provide during registration. Click on that link and log in to activate your account.
5. Once you log in, agree to usage agreement
6. Click on manage entity and then click on register new entity
7. Follow each of the listed steps and click on submit
Page 13 of 118 USAID/ KEMSA MCP OIT 001/2019-20
The above steps will enable you to obtain your DUNS number, and to help you register
in sam.gov.
When you get registered, please provide us with your DUNS number, and the SAM Cage Code
Number; and record such numbers for reference in any future award(s) with the U.S.
Government.
Prospective bidders are required to provide details as below:
DUNS NO._____________________________________
SAM CAGE CODE NUMBER _____________________
Responsiveness to the Tender instructions and product specifications
Unless otherwise stated, partial bids may be submitted by bidders. Bidders must present
their proposal for each commodity specified in Annex A that they wish to bid upon. If
an offeror declines to bid on a specific item, for the sake of clarity the offeror should
indicate their preference by stating “DECLINE TO BID” on a particular line item rather
than leaving it blank.
Additionally, it is required that each commodity the offeror proposes to furnish be
accompanied by the above listed documents. Proposals that do not meet the basic
responsiveness and registration criteria will not be given further consideration.
the final column on the right. See Section 1.3 for definitions.
1.10 General Conditions:
The products offered must have a minimum shelf-life of 75% at the time of arrival at the
port of entry. Please note that sea shipments require at least 30 days to arrive at the port
Products will be subject to Quality Assurance (QA) inspection and sampling prior to
distribution.
Products should be packed in properly sealed and tamper-proof packaging. Each outer
case or carton shall be five-ply and strapped.
No carton shall contain Nutraceuticals products from more than one batch.
Page 14 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Each unit pack/bottle must be packaged in its individual pack with the literature insert
(patient insert) inside the pack.
Each unit pack/bottle must be marked with the following black and white text:
USAID | KEMSA- Not for Resale (no logos/emblem will be required) – See Annex B for
details.
Consignments must be palletized and shrink wrapped, properly labeled with the following information:
- Origin point (address where the shipment begins)
- Ship To Address, Ship To Attention
- Carton number (1 of ____)
- KEMSA Order number
- Item name, Batch number and expiry
- Pallet number ( 1 of ____)
- Weights (Gross and Net)
- Dimensions (Length, Width, and Height)
No pallet should contain Nutraceuticals products from more than one batch unless authorized by KEMSA
KEMSA cargo is to be put on a standard pallet size of 120 by 100 cm. Any
deviation from this standard size must be approved by KEMSA
Each pallet should be numbered serially for easy identification and that same
number should be included on the packing list
The supplier should provide container load information for a 20ft or 40ft
container
Price shall be expressed in US Dollars unless otherwise instructed.
Proposed Delivery shall be expressed in weeks.
For each line item, Bidders are also required to indicate the country of “origin”
and the “source” of each line item in the final column on the right. See Section
1.3 for definitions.
1.11 Other Terms and Conditions
Page 15 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Issuance of this TENDER does not in any way obligate the Agent to award a purchase
order or subcontract, nor does it commit the Agent to pay for costs incurred in the
preparation and submission of a proposal.
This solicitation is subject to the Draft Order Terms and Conditions detailed in Section 2.
Any resultant award will be governed by these terms and conditions. The Agent reserves
the right to make revisions to the content, order, and numbering of the provisions in the
actual subcontract document prior to execution by The Agent and the selected
awardee(s). Issuance of a subcontract award is subject to availability of sufficient funds
and applicable approvals from USAID.
2.0 DRAFT ORDER TERMS AND CONDITIONS 2.1 Acronyms and Definitions
Please see as referenced in Section 1 of the TENDER document.
2.2 Subcontract Price Funding Type USAID and in cooperation with the Government of Kenya, is authorized to award contracts under the authority of USAID Contract No. AID-615-C-15-00003 funded by
the US Government.
This is a fixed-price subcontract payable entirely in the currency indicated in the cover page.
The subcontractor shall be paid a fixed price for successfully supplying the commodities at the prices proposed in their bid.
The fixed price of this subcontract is $................................
No additional sums will be payable for any escalation in the cost of materials, equipment or labor, or because of the Subcontractor's failure to properly estimate or accurately
predict the cost or difficulty of achieving the results required. The Agent will not adjust the subcontract price due to fluctuations in currency exchange rates. The Agent will only
make changes in the subcontract price or time to complete due to changes made by The Agent in the work to be performed, or by delays caused by The Agent.
Page 16 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Page 17 of 118 USAID/ KEMSA MCP OIT 001/2019-20
2.3 Source and Origin
The source and origin for all commodities and services supplied under this Subcontract must meet USAID Geographic Code 935 (Free World). Products must be freshly
manufactured and, if applicable, shipped on US vessels, carriers, or vehicles unless not available and otherwise authorized by The Agent.
2.4 Host Country Consular Fees, Duties, & Tariffs
This Subcontract is being awarded on behalf of the USAID, an official project of the Government of the United States in Kenya, and as such, it is free and exempt from any consular or legalization fees, inspection or validation charges, and any taxes, tariffs,
duties or other levies imposed by laws in effect in Kenya. No such fees, charges, tariffs, duties or levies will be paid under this Subcontract.
Page 18 of 118 USAID/ KEMSA MCP OIT 001/2019-20
TAX EXEMPTION PROCESS
All procurements under USAID are exempt from Duty and Taxes.
All documentation for goods must be consigned to KEMSA because tax waiver is
granted to KEMSA. Delivery address should be Kenya Medical Supplies Authority,
P.O. Box 47715-00100 Nairobi. Notified party is the supplier or KEMSA.
The current KRA system for application of Import Declaration Forms (IDFs) and
lodging of tax exemption codes is the Integrated Customs Management System
(ICMS). Currently, only clearing agents have rights to make applications through the
ICMS system
The incoterms are DDU/DAP, KEMSA Embakasi Warehouse. Application of IDFs by
clearing agents – forwarded to KEMSA for application of Import permits (approval
by PPB) – IP forwarded to clearing agents to link with IDFs for generation of approved
IDF with UCR number.
Documents required for IDF:
a. Proforma/Commercial Invoice
b. Current Retention/Product listing by Pharmacy & Poisons Board (PPB)
Shipping Documents required for application of Tax waiver: To be submitted
Fourteen (14) working days before shipment
a. Air Waybill/Bill of Lading,
b. Commercial Invoice,
c. Packing List,
d. Copy of marine Insurance to KEMSA
e. Certificate of Analysis
f. Certificate of Origin
The process takes approximately 2-3 weeks for a tax waiver to be issued through the
Ministry of Health (MOH) and the National Treasury. MOH confirms to the National
Treasury that goods are eligible for exemption and National Treasury issues the Tax
exemption letter addressed to KRA and collected by KEMSA.
The supplier/supplier’s agent should collect copy of the letter from KEMSA and
follow up with Kenya Revenue Authority for issuing of exemption code.
The supplier/Clearing agent is required to clear consignments within the stipulated
days as provided for by the Container/Cargo Freight Station (CFS) or SHED
For Air shipments, they must be cleared within 48 hours on notification by the CFS.
Page 19 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Sea shipment must be cleared within 4 days or within the negotiated days between
the shipper and the CFS. Suppliers should note that there is mandatory haulage of all
imports through Mombasa by SGR to the Inland Container Depot (ICD) Nairobi. If all
the goods are meant to be distributed within Coast region, suppliers should consign
their goods to Kenya Medical Supplies Authority (KEMSA), Mombasa.
If the named place of destination is KEMSA warehouse, supplier must arrange for
clearing and forwarding through their clearing agent.
If named place of destination is CIP, JKIA/Port of Mombasa/FOB, country of origin
(as clearly spelt out in contract) KEMSA’s clearing agent clears the consignment and
delivers to KEMSA.
The supplier representative/appointed agent should arrange with KEMSA
Warehouse for delivery date and be present to confirm that goods are received in
good order and condition.
It is the supplier’s/customs agent responsibility to arrange for offloading process.
The requirements for submitting a pre-delivery sample;
1. Have a signed contract
2. Copy of Purchase Order
3. Copy of Delivery Note and product/brochure to be evaluated.
4. Certificate of Analysis
5. Delivery Address is KEMSA, Embakasi Warehouse.
Pre-delivery samples form part of the consignment.
2.5 Packing All goods supplied under this contract must be packed according to the highest
international packing standards for Nutraceuticalss, suitable to prevent theft, loss or damage, including water damage, to cargo during transit and until safe arrival at the delivery point. The Goods should conform to standards specified in the following
compendia: the British Pharmacopoeia, the United States Pharmacopoeia, the French
Page 20 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Pharmacopoeia, the International Pharmacopoeia, or the European Pharmacopoeia, the
latter particularly for raw materials. The standards shall be the each latest edition at the time of bid submission unless
otherwise stated by the Purchaser. In case the Nutraceuticals product is not included in the specified compendium, but included in the Purchaser’s national essential drug list,
the Purchaser should clearly indicate acceptable limits and the Supplier, upon award of the Contract, must provide the reference standards and testing protocols to allow for
quality control testing. Specific packing instructions include:
Properly sealed and designed in a manner so as to prevent tampering or provide evidence of tampering
Each outer case or carton shall be five ply cardboard and strapped
No carton should contain Nutraceuticals nutritionalproducts from more than one batch
Each unit pack/bottle must be packaged in its individual pack with the literature insert (patient insert) inside the pack.
Not only the Nutraceuticalsnutritional item, but also the packaging components (e.g bottles and closures) must meet specifications suitable for use.
Each case must be palletized and shrink wrapped, and no pallet should contain Nutraceuticalsnutritional products from more than one batch unless prior
approval has been received for more efficient packaging depending on batch size. Each pallet should be numbered serially for easy identification and that same
number shall be included on the packing list.
2.6 Product Specification, Pricing & Delivery Schedule
See Annex A
2.7 Delivery Terms The applicable incorterm for this TENDER is DDU KEMSA Warehouse, Nairobi. 2.8 Packing Lists A complete, itemized packing list shall be carried in a clearly marked "packing list" envelope affixed to the outside of each shipping container used to deliver the goods. Each packing list must show complete narrative descriptions of the goods, and all catalog
numbers, if applicable.
Page 21 of 118 USAID/ KEMSA MCP OIT 001/2019-20
2.9 Payment Terms The method and conditions of payment to be made to the Supplier under this Contract shall be as follows:
100% On Delivery & Acceptance: shall be paid within 60 days of delivery to Named place of delivery, and submission of documents specified in GCC Clause 11 including an
invoice (showing Purchaser’s name; the Contract number, loan number; description of payment and total amount, signed in original, stamped or sealed with the company
stamp/seal) supported by the Acceptance Certificate issued by the Purchaser, by direct bank transfer to the Supplier’s nominated bank account.
The fixed price of this sub contract shall include delivery of the deliverables as per Section 2.6, which is inclusive of all costs associated with the manufacturer producing the
products according to the specifications.
To facilitate the above payment, the supplier should provide four duly signed and stamped original invoices per consignment.
SPECIAL NOTE: In the event some items have are damaged KEMSA will make a
determination as to the quantities not available for distribution, deduct the value of the
items unavailable for distribution and authorize payment minus the value of this
quantity. KEMSA will require the supplier to provide a credit note for the value of the
quantity deducted. The supplier may also arrange for shipment of this quantity along
with quality, and packing certification from the independent laboratory, and payment
will be authorized for this quantity by, KEMSA, only on receipt, subject to quality
confirmation and goods being in good order in The Agent’s warehouse.
Instructions on the invoicing requirement can be found in Annex C.
2.10 Undertaking The subcontractor shall provide the commodities proposed in Section 1.6 once the
commodities are complete following manufacture and inspection but prior to completion of an independent quality assurance analysis. The subcontractor shall notify KEMSA that the commodities are ready for shipment and shall also provide a Letter of Undertaking
Page 22 of 118 USAID/ KEMSA MCP OIT 001/2019-20
to KEMSA. KEMSA will then authorize shipment to Embakasi warehouse in Nairobi
where they will be held until QA testing is complete and acceptance is provided. 2.11 Inspection
The Agent reserves the right to inspect or test any commodities delivered by the Supplier
as a result of this purchase order. The Supplier is responsible for providing the minimum
required samples for testing. The Agent will facilitate the inspection and testing processes
and shall bear the cost of these processes.
When commodities are not ready at the time specified by the supplier for inspection or
test, the Agent may charge the supplier the additional cost of inspection or test. The Agent
may also charge the supplier for any additional cost of inspection or test when prior
rejection makes reinspection or retest necessary.
The Agent may require repair or replacement of nonconforming commodities or re-
performance of nonconforming services at no increase in purchase order price. The
Agent must exercise its post-acceptance rights within a reasonable time after the defect
was discovered or should have been discovered.
2.12 Acceptance
Acceptance of the commodities is a contract requirement. Acceptance shall be in the form
of written acknowledgement from KEMSA, either by email or hard copy, stating that all
terms and conditions of the subcontract have been met, including verification that the
commodities have been passed by Quality Assurance testing. Payment shall not be made
to the subcontractor without written acceptance by KEMSA as stated in section 2.9.
Please note, that to qualify for acceptance, all products supplied under this contract must
have a remaining shelf life of at least 75% of the stipulated shelf life at the time of arrival
at port of entry.
2.13 Warranty
If applicable, all materials supplied under this Subcontract must be covered by the
manufacturer's standard export/international warranty which shall, at a minimum,
protect The Agent from any loss due to defective workmanship, material, packing and
parts, for 18 (eighteen) months after the delivery of commodities is completed. In the
Page 23 of 118 USAID/ KEMSA MCP OIT 001/2019-20
event that the warranty is breached, The Agent may require, and the Subcontractor is
bound, to remedy all defects and faults, including both workmanship and materials
within a reasonable time of notification. The Subcontractor would be responsible for all
necessary transportation charges required to ship the defective commodities to the
manufacturer and return to the customer.
In the event of the Subcontractor’s refusal, failure, or inability to remedy such
discrepancies within a reasonable time of notification, The Agent may remedy such
defects on his own and claim the reasonable cost of such remedial action from the
Subcontractor. The warranty shall be transferable without need for consent of the
Subcontractor in the event The Agent elects to fully transfer all of its ownership rights in
the commodity to any other entity at any time during the warranty period.
2.14 Eligibility of Subcontractors A. No equipment, materials or services shall be eligible for USAID financing if offered by
a Subcontractor included on the list of suspended, debarred, or ineligible bidders as defined by USAID.
B. The Subcontractor must be:
1. An individual who is a citizen or legal resident of a country or area included in the
authorized geographic code, except as stated in subparagraph (C) (1);
2. A corporation or partnership organized under the laws of a country or area
included in the authorized geographic code; 3. A controlled foreign corporation, i.e. any foreign corporation of which more than
50 percent of the total voting power of all classes of stock is owned by United States shareholders within the meaning of Section 957 et seq. of the Internal Revenue
Code (26 U.S.C. 957); or
4. A joint venture or unincorporated association consisting entirely of individuals, corporations, or partnerships which fit any of the foregoing categories.
C. Citizens of any country or area or firms or organizations located in or organized under the laws of any country or areas not included in USAID Geographic Code 935, or firms
Page 24 of 118 USAID/ KEMSA MCP OIT 001/2019-20
or organizations owned in any part by citizens or organizations of any country or areas
not included in USAID Geographic Code 935, are ineligible for financing by USAID as Subcontractors of commodities or sales agents in connection with the supply of commodities. There are limited exceptions to this policy:
1. Non-U.S. citizens lawfully admitted for permanent residence in the United States
are eligible as individuals or owners, regardless of their citizenship.
2.15 Eligibility of Commodities/Source, Origin The following definitions shall be applicable to this Subcontract and all related correspondence.
A. Source
"Source" means the country from which a commodity is shipped to the cooperating country or the cooperating country itself if the commodity is located therein at the time of purchase. However, where a commodity is shipped from a free port or bonded
warehouse in the form in which received therein, "source" means the country from which the commodity was shipped to the free port or bonded warehouse.
B. Origin
The "origin" of a commodity is the country or area in which a commodity is mined, grown, or produced. A commodity is produced when, through manufacturing, processing, or substantial and major assembling of components, a commercially
recognized new commodity results that is substantially different in basic characteristics or in purpose or utility from its components.
C. Authorized Geographic Code
Except as may be specifically approved by the Cognizant USAID Subcontracting Officer, all commodities and services will be procured in accordance with the requirements in 22 CFR Part 228, “Rules on Source, Origin and Nationality for Commodities and Services
Financed by USAID”. The authorized source for this procurement is Geographic Code
935 (Free World).
2.16 Modifications Modifications to the terms and conditions of this subcontract, including any modification
to the scope of work, may only be made by written agreement between authorized personnel of both Parties. Each Party shall give due notice and consideration to any
Page 25 of 118 USAID/ KEMSA MCP OIT 001/2019-20
proposals for modification made by the other Party. The responsible parties to this
subcontract shall be: On behalf of KEMSA Title: On behalf of the Subcontractor:
Title: 2.17 Changes
A. In addition to changes in unit quantities, the agent may, at any time, by written order, and without notice to the sureties, make changes within the general scope of the Subcontract, in any one or more of the following:
1. Specifications, where supplies to be furnished under this Subcontract or are to be specially arranged or packed for KEMSA;
2. Method of shipment or packing; 3. Place of delivery
B. If any such change(s) causes an increase or a decrease in the cost, or the time required for the performance, or any part of the work under the Subcontract, an equitable
adjustment shall be made in the Subcontract price or delivery schedule, or both, and the subcontract shall be modified in writing accordingly. Any claim by the Subcontractor for
adjustment under this Subcontract must be asserted within 30 (thirty) days from the date of receipt by the Subcontractor of the modification or change.
2.18 Legal Effect of USAID Approval and Decisions
The parties hereto understand that the Subcontract has reserved to USAID certain rights such as, but not limited to, the right to approve the terms and conditions of this Subcontract, the Subcontractor, and any or all plans, reports, specifications, Subcontracts,
bid documents, drawings, or any other documents related to this Subcontract and the project of which it is a part. The parties hereto further understand and agree that USAID,
in reserving any or all of the foregoing approval rights, has acted solely as a financing entity to assure the proper use of United States Government funds, and that any decision by USAID to exercise or refrain from exercising these approval rights shall be made as a
financier in the course of financing this project and shall not be construed as making USAID a party to the Subcontract.
The parties hereto understand and agree that USAID may, from time to time, exercise the
foregoing approval rights, or discuss matters related to these rights and the project with
Page 26 of 118 USAID/ KEMSA MCP OIT 001/2019-20
the parties jointly or separately, without thereby incurring any responsibility or liability
to the parties jointly or to any of them. Any approval (or failure to approve) by USAID shall not bar The Agent or Owner from asserting any right, or relieve the Subcontractor from any liability which the Subcontractor might otherwise have to Agent or USAID.
2.19a Penalties
KEMSA reserves the right to apply penalties where the supplier has not adhered to
agreed delivery timelines. The penalties applied will be as follows; Two weeks delay – warning letter issued Three weeks delay – 0.5% of contract value 0.5% surcharge on contract value will be applied for every week of delay upto maximum of 10% of the contract value where upon the contract will be terminated.
KEMSA further reserves the right to terminate the contract at any time as per clause 2.19b indicated below.
2.19b Termination The agent reserves the unilateral right to terminate this fixed price subcontract at any
time, paying for all deliverables completed at the time of termination and a pro-rata share of any deliverable in progress, in accordance with FAR Clause 52.249-1, Termination for
Convenience of the Government (Fixed Price) (Short Form) (April 1984), which is incorporated by reference herein.
In the event that the Subcontractor fails to make progress so as to endanger performance of this fixed price subcontract, or is unable to fulfill the terms of this fixed price
subcontract by the completion date, the Subcontractor shall notify The Agent forthwith and The Agent shall have the right to summary termination of this fixed price subcontract
upon written notice to the Subcontractor in accordance with the incorporated FAR Clause 52.249-8, Default (Fixed-Price Supply and Service).
Page 27 of 118 USAID/ KEMSA MCP OIT 001/2019-20
2.20 Force Majeure
Except with respect to default of second tier subcontractors, the Subcontractor shall not be liable for any excess costs if the failure to perform the subcontract arises out of causes
beyond the control and without the fault or negligence of the Subcontractor (Force Majeure) and if the Subcontractor, within ten (10) days from the beginning of any such Force Majeure notifies the agent of such prevention of performance and the cause thereof.
Such causes may include, but are not restricted to, acts of The Agent in its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight
embargoes, and unusually severe weather, but in every case the failure to perform must be beyond the control and without the fault or negligence of the Subcontractor. If the
failure to perform is caused by the fault of a second tier subcontractor and if such default arises out of causes beyond the control of both the Subcontractor and the second tier subcontractor and without the fault or negligence of either of them (Force Majeure), and
the Subcontractor, within ten (10) days from the beginning of any such Force Majeure, notifies the agent of such prevention of performance and the cause thereof, the
Subcontractor shall not be liable for any excess costs due to the failure to perform, unless the supplies or services to be furnished by the second tier subcontractor were obtainable
from other sources in sufficient time to permit the Subcontractor to meet the required delivery schedule.
2.21 Disputes, Appeals and Arbitration Every effort will be made to resolve amicably through mutual agreement any dispute
which may arise between the Parties under this agreement. In the event that such good faith efforts are unsuccessful in resolving the dispute, the Parties shall escalate the dispute to higher management levels. Failing an amicable settlement at the management level,
both Parties shall agree in writing to proceed with a claim and shall be settled in accordance with Rules of Commercial Arbitration of the American Arbitration
Association that are in force on the date of this agreement. The arbitration shall take place in Washington, D.C., unless otherwise agreed to by the Parties. The number of arbitrators
shall be three and they will be appointed in accordance with the Association’s procedures. The decision of the arbitrators will be governed by and will not rewrite, invalidate or expand upon the terms and conditions of this Agreement. The resulting
award shall be final and binding on the Parties and shall be in lieu of any other remedy. Judgment upon any award rendered by the arbitrators may be entered in any court
having jurisdiction thereof. Each party will bear its own costs of arbitration.
Page 28 of 118 USAID/ KEMSA MCP OIT 001/2019-20
2.22 Assignment
The Subcontractor may not assign its obligation to perform under the Subcontract except with the prior written consent of USAID. The Subcontractor may not assign its rights to
receive payment under the Subcontract except with the prior written consent of USAID. 2.23 Vesting of Title and Diversion Rights USAID reserves the right to vest in itself title to the goods financed under this
Subcontract, provided that such goods are in a deliverable state and have not yet been off loaded in ports of entry in the cooperating country. KEMSA, acting on behalf of USAID, may direct the carriers to divert these goods to alternative destinations.
2.24 Terrorist Financing
The Subcontractor (including its employees, consultants and agents) by entering into this Subcontract certifies that it does not engage, support or finance individuals and/or
organizations associated with terrorism. The Subcontractor is reminded that U.S. Executive Orders and U.S. law prohibit transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. It is the legal
responsibility of the Subcontractor to ensure compliance with these Executive Orders and laws. The Agent reserves the right to terminate the Subcontract if the Agent determines
that the Subcontractor is involved in or advocates terrorist activity or has failed to comply with any of the requirements of this provision.
2.25 Indemnity and Waiver of Benefits
The Subcontractor waives any additional benefits and agrees to indemnify and hold harmless The Agent, its officers, agents, and employees for all negligent acts, criminal
acts, errors and omissions as well as any claims of loss, damage, or injury sustained as a result of, or arising from, services rendered and duties performed in connection with the
performance of the Subcontract, including, but not limited to, any claim for damages, restitution, loss, injury or specific performance instituted by any third party as the result of, or arising from, the services rendered or duties performed under this Subcontract, or
any failure of the Subcontractor, its officers, or employees to observe the Applicable Laws, or incidental thereto.
Page 29 of 118 USAID/ KEMSA MCP OIT 001/2019-20
2.26 Conditions of Subcontract for the Supply of Goods
a) Standards. (1) The Goods shall be supplied in accordance with the specifications set out in the order issued by The Agent. (2) All materials used and Goods provided from
Manufacturer, shall be new and of satisfactory quality. Where no specification or standard is stated, then all Goods shall be supplied in accordance with the relevant ISO Standard, or to a recognized national standard in the country of manufacture
acceptable to the Agent.
(b) Alteration of Specification of Plans, Drawings, Patterns and Samples. (1) The Manufacturer shall not alter the specifications, plans or drawings of any part of the Goods
unless requested in writing by, or with the prior written agreement of The Agent. (2) In the event that any such alteration requested by The Agent involves an alteration in the cost of production, and/or in the period required for delivery, such revision of the order
price, and/or of the time of delivery, shall be made in relation to the Goods which are subject to the alteration, as shall be agreed in writing between The Agent and
Manufacturer. In all other aspects the order shall remain unaltered. (3) Where the order is for the supply of Goods described in the order by reference to the Manufacturer’s proprietary specification and the Manufacturer varies that specification, the
Manufacturer may vary that specification in respect of the Goods, provided that such variation does not affect the price, size, accuracy, quality, function, performance or
interchangeability of the Goods. Full particulars of the Manufacturer variation must be provided in writing to The Agent.
(c) Guarantee. The Manufacturer shall guarantee to The Agent that (1) the Goods shall be new, of satisfactory quality, fit for the purposes for which the Goods are ordinarily
used, and for any purposes expressly made known in writing to the Supplier, and suitable for use in Kenya. The Goods shall have no defect arising from design, materials or workmanship, or from any act or omission of Manufacturer, or his sub suppliers and
which may develop under proper use of the Goods in the conditions in Kenya. (2) That the Goods shall remain free of any defect (other than those arising from reasonable wear
and tear or improper use, for which the Manufacturer is not responsible) for a period of 12 (twelve) months after the Goods or any portion thereof have been delivered to the final
destination indicated in the order, or 18 (eighteen) months after the date of shipment, whichever is shorter. (2) The Agent shall notify the manufacturer of any claims under this clause (3) Upon receipt of notification of a claim, The Agent shall promptly direct
Manufacturer to repair or replace any defect in or damage to the Goods (or any part thereof) free of charge including transport charges to The Agents’ facilities. If it is
reasonably practicable or necessary for a defective part to be returned to the Manufacturer, The Agent shall arrange for it to be returned to the Manufacturer at
Page 30 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Manufacturer’s cost. Where Manufacturer supplies a part in replacement of a defective
part, and does not at that time request the return of the defective part, no responsibility for the defective part shall rest with The Agent. (4) If the Manufacturer fails to remedy the defect or damage within a reasonable time, The Agent, after giving notice to the
Manufacturer, take such remedial action as may be necessary, at the Manufacturer’s risk and expense, without prejudice to any other rights which they may have against the
Manufacturer. (5) The Manufacturer of the Goods or such part thereof shall be under the same liability to the Manufacturer as the Manufacturer’s liability to The Agent. (6) No
claim shall be made against the Manufacturer by The Agent in respect of damage to property not the subject matter of the order or for loss of profit.
(d) Packing. (1) The Manufacturer shall provide such packing as is required to prevent damage to or deterioration of the Goods during transit to and storage at The Agent’s
warehouse, and as may reasonably be anticipated and prudent, bearing in mind the destination of the Goods and their mode of transport. The packing shall be sufficient,
without limitation, to withstand rough handling and exposure to extreme temperatures. The cost of such packing shall be included as part of the Manufacturer’s price. (2) The packing, marking and documentation within and outside the packages shall (without
limitation to clause (d)(1) above) comply strictly with such special requirements as provided for in the orders issued hereunder, or any subsequent instructions and, where
appropriate, with any relevant regulations governing the dispatch of Nutraceuticals cargo by sea, air or overland. (3) If compliance with an instruction concerning packing that is issued subsequent to the establishment of an order involves an addition or
reduction in the Manufacturer’s price, and/or in the period required for delivery, such deviation of the manufacturer’s price and/or time for delivery shall be agreed in writing
between the Agent and the Manufacturer. In all other respects the order shall remain unaltered.
(e)Delivery. (1) Delivery of the Goods shall be made by the Manufacturer in the manner and at the time specified in the order. (2) The Manufacturer shall provide reports on the
progress of the order in such form as may be required by The Agent. If, at any time during the performance of the order, the Manufacturer is unable to deliver the Goods within the
time or times specified in the order, the Manufacturer shall immediately give notice of the delay in writing to The Agent with and explanation of the cause. The submission and
acceptance of these reports and/or notices shall not prejudice the rights of The Agent under the Subcontract and orders issued hereunder. (3) For the purposes of the order, trade terms used to describe the obligations of the parties shall have the meanings
assigned to them set out in the ICC official rules for the interpretation of trade terms (Incoterms2011) except to the extent that they are inconsistent with these Conditions or
Page 31 of 118 USAID/ KEMSA MCP OIT 001/2019-20
any provisions of the order, in which case the provision of the Subcontract and order shall
prevail. (4) Delivery of the Goods, or any installment thereof, shall be considered complete only when all the conditions of the order have been completed, including when all
documentation required to be provided by the Manufacturer has been delivered to The Agent.
(5) If the Goods are not delivered in accordance with the order and the terms of this Subcontract, the Manufacturer shall be liable for any loss or expense, arising as a result.
Goods shall remain at the risk and expense of the Supplier until delivery has been completed in accordance with the order.
(f)Documentation. (1) Unless otherwise specified by The Agent, documentation shall be provided at the time and in such manner as specified in section G of the Subcontract. (2)
If an export license is required from the country of manufacture or export, the Manufacturer shall be required to provide the license and the provision and cost of such
license shall be the responsibility of the Manufacturer. (g)Payment. Unless otherwise specified by The Agent in the order, payments shall be made in accordance with section 3.9 of this Subcontract.
(h)Variation. No variation in or modification of the terms of the order shall be made except by written amendment signed by both The Agent and Manufacturer.
(i)Government Regulations. (1) The Manufacturer shall be responsible for complying with the enactments, orders, regulations or other instruments issued by the government or other competent authority in the country of manufacture. (2) The Manufacturer shall
indemnify The Agent for any loss or expenses incurred as a result of the Manufacturer’s failure to comply with any of the said enactments, orders, regulations or other
instruments. (j)Inspection. (1) The Manufacturer shall arrange for inspection of Goods at the
Manufacturer’s facility by an Inspector, appointed by The Agent, prior to shipment. Details of the scope of inspection shall be set out in the orders and the following provisions shall apply. (2) The Goods shall be inspected at the Manufacturer’s works, or
any other place that the Inspector may reasonably require or approve, and if found defective or inferior in quality to, or differing in form or material from the requirement
of the order, may be rejected. The whole of any consignment may be rejected if any proportion, percentage or samples of the Goods or material comprised therein or samples
taken from bulk, are found not to conform in every respect to the requirements of the order. The Manufacturer shall, at his own expense and within the time for delivery specified in the order, replace or make good to the satisfaction of the Inspector any Goods
so rejected. (3) The Manufacturer shall, if called upon to do so, obtain the Inspector’s approval of the manner in which the Manufacturer proposes to supply or to perform
Page 32 of 118 USAID/ KEMSA MCP OIT 001/2019-20
services in relation to each portion of the Goods and shall furnish such drawings and
information as the Inspector may require. Where the order is for the supply of Goods described in the Manufacturer’s proprietary specification, then the Manufacturer’s liability shall be restricted to providing the Inspector with information concerning the
material used, the method of manufacture, details of production line test and inspection procedures.
(4) The Manufacturer shall notify The Agent at least seven days in advance of the date on
which any of the Manufacturer’s Goods will be ready for inspection. Without limiting the provisions of clause – (j)(1) of these conditions, the Inspector may inspect and reject any of the Goods at any earlier stage in course of manufacture or production. (5) Where
inspection of any of the Goods, whether completed or in course of manufacture or production, is carried out at the Manufacturer’s work (or, where applicable, at lower tier
manufacturers’ works), the Manufacturer shall ensure that the Inspector has full and free access to the said works as and when required for that purpose, and shall ensure that
Manufacturer provides the Inspector with reasonable accommodations and facilities as may be required. (6) The Inspector shall not be required to sign any form of waiver or indemnity concerning his presence or actions at the place of inspection. (7) If any of the
Goods, whether completed or in course of manufacture or production, are rejected by the Inspector, they shall be marked or segregated in such manner satisfactory to the Inspector
as to ensure their subsequent identification as rejected work. (8) When independent tests and analyses, in addition to those made by the Inspector on the Manufacturer’s premises are considered necessary, such tests or analyses will be made by persons appointed by
The Agent. The Manufacturer to bear the cost of supply and transport of samples. The costs of such additional tests and analyses will be borne by Manufacturer. (9) The
Manufacturer shall not send any of the Goods forward for shipment or report the Goods ready for dispatch for shipment until The Agent shall have given its consent to the
Manufacturer to release the order. Such consent shall not release the Manufacturer from any of his liabilities under this subcontract.
2.27 Clauses Incorporated by Reference
This subcontract incorporates the following clauses of the Federal Acquisition Regulation (48 Code of Federal Regulations, Chapter 1) and USAID Acquisition Regulation (48 Code
of Federal Regulations, Chapter 7) by reference, with the same force and effect as if they were given in full text. It is understood and agreed that the Supplier may be obligated by and to the Agent for any specifications or documentation required of KEMSA under
these clauses, and that references to the Contractor may also refer to the Supplier. The Supplier hereby agrees to abide by the terms and conditions imposed by these clauses.
Page 33 of 118 USAID/ KEMSA MCP OIT 001/2019-20
With respect to documentation and approvals required under these clauses, all such
documentation and approvals shall be submitted to or requested from KEMSA. References in the text of incorporated clauses to "the Government," "USAID," or "Contracting Officer" may, depending on their context, refer to "Kenya Medical Supplies
Authority” and references to “the Contractor" may refer to "NAME OF SUPPLIER." Federal Acquisition Regulation (FAR) Clauses:
FAR CLAUSE NUMBER
TITLE AND YEAR
52.202-1 Definitions (JUL 2004)
52.203-3 Gratuities (APR 1984)
52.203-6 Restriction on Subcontractor Sales to the Government (SEP 2006)
52.203-7 Anti-Kickback Procedures (JUL 1995)
52.209-6 Protecting the Government’s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for
Debarment (SEP 2006)
52.215-14 Integrity of Unit Prices (OCT 1997)
52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006)
52.227-1 Authorization and Consent (JUL 1995)
52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement (AUG 1996)
52.229-6 Taxes—Foreign Fixed-Price Contracts (JUN 2003)
52.242-15 Stop-Work Order (AUG 1989)
52.243-1 (Alt I) Changes—Fixed Price (AUG 1987) (Alt I) (APR 1984)
52.246-2 Inspection of Supplies—Fixed-Price (AUG 1996)
52.246-23 Limitation of Liability (FEB 1997)
52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) (APR 1984)
52.249-8 Default (Fixed-Price Supply and Service) (APR 1984)
52.247-63 Preference for U.S. Flag Air Carriers (JUN 2003)
United States Agency for International Development Acquisition Regulation (AIDAR) Clauses:
AIDAR Title
752.202 Alt.70 and Alt.72 Definitions Alt. 70 (JAN 1990)/Alt.72 (JAN 1990)
752.211-70 Language and Measurement (JUN 1992) [especially provision in (a)]
Page 34 of 118 USAID/ KEMSA MCP OIT 001/2019-20
752.225-70 Source, Origin and Nationality Requirements (FEB 1997)
752.7009 Marking (JAN 1993)
PRODUCT SPECIFICATION, PRICING AND DELIVERY SCHEDULE TECHNICAL SPECIFICATIONS
1.1. Lot I: Fortified Blended Food (FBF) for Adolescents and Adults (10 years above)
1.1.1. Scope
This technical specification covers Fortified Blended food (FBF) for adults (18 years and above)
and adolescents (10 – 17 years), packaged in flexible packaging, suitable for use by Government,
humanitarian agencies, and non- governmental organizations for the treatment and prevention of
moderate acute malnutrition (MAM) in any cultural setting. The FBF – Adults is expected to be
used as part of a Nutrition Assessment Counselling and Support (NACS) intervention program
for targeted children between the 6 to 59 months diagnosed with MAM in accordance with
Integrated Management of Acute Malnutrition guidelines for the management of MAM and
NASCOP Food by Prescription protocol.
The FBF Adults may be used as the sole source of food, except water and breast milk, during the
period of use and to provide adequate energy, protein, fat, vitamins, and minerals to effectively
resolve MAM and meets the specifications of the WHO. Technical note: supplementary foods
for the management of moderate acute malnutrition in infants and children 6–59 months of age.
Geneva, 2012.
The FBF Adults shall conform to the following list which shall be specified in the contract, or
purchase order. The FBF – Adults will be used by multiple ethnic and cultural groups. No
alcohol, animal products other than dairy products, nor any known allergens except, soy, and
dairy products shall be used in the manufacture of these items. According to guidance from
WHO the FBF Adults “These foods are usually solid or semi-solid foods with low water content,
which can be cooked every day at home in the form of porridge or soups.”
1.1.2. Salient characteristics
1.1.2.1. Processing
The FBF Adults must be processed in accordance with applicable Codex Alimentarius guidelines
i.e. General Principles of food hygiene (CAC/RCP 1-1969) and Code of Hygienic practice for
powdered formulae for infants and young children (CAC/RCP 66 – 2008)
The FBF Adults may be processed under HACCP (Hazard Analysis of Critical Control Points),
International Organization for Standardization (ISO) Standard 22000, or other standards that
assure the safety and quality of the product.
Page 35 of 118 USAID/ KEMSA MCP OIT 001/2019-20
The dry ingredients shall be Food Chemicals Codex (FCC) purity as appropriate, and free from
foreign materials.
Additives shall not exceed levels allowable by the Codex Alimentarius.
1.1.2.2. Ingredients
The ingredients for the FBF Adults shall comply with the requirements cited below. Any stabilizers
or emulsifiers used must be specifically identified, and the product will contain no animal products
other than dairy products.
The suggested concentrations for nutrients in the FBF Adults are calculated as an example when
supplementary foods provide 70% of energy. This does not constitute a recommendation that
supplementary foods should provide 70% of the energy intake of moderately malnourished
children. The formulation is such that it would be safe and effective if the quantity taken by
moderately malnourished children represented 100% of the energy needs and that it would also
provide benefit, although of a lesser order of magnitude, if taken in lower quantities. There is no
evidence to determine maximum levels for some nutrients. (WHO, 2012)
The Type I, Extruded FBF Adults shall have an energy content of 420 to 480 kilocalories (kcal)
per 100 grams;
The energy density of FBF Adults when they are ready to be consumed should be not less than 0.8
kcal/g. The Type I, Extruded FBF Adults shall have a protein content of between 10.0 to 12.0
percent of kcal and shall have a Protein digestibility-corrected amino acid score >70%.
Corresponds to cereal/legume mixtures, milk and animal proteins. The sources of protein may be
dairy, protein concentrates, vegetable proteins or protein isolates.
The Type I, Extruded FBF Adults shall have a lipid content between 8 and 9 percent of the kcal.
The only added oils allowed will be canola oil or soybean oil. Partially hydrogenated (Trans) fatty
acids shall not be used in Extruded FBF Adults (CODEX STAN 074-1981, Revised 1-2006).
The FBF Adults shall include omega-6 fatty acid series and should comprise at least 4.5% of
energy (5 g/1,000 kcal), the omega-3 fatty acid series should comprise at least 0.5% of energy
(0.85 g/1,000 kcal), and the total fat content of the diet used to treat moderately malnourished
children should provide 35% to 45% of the dietary energy.
The FBF Adults shall not contain artificial antioxidants and artificial flavorings.
1.1.2.3. Water Activity
The Aw of the packaged product shall not be more than 0.60
1.1.2.4. Grains, and legume ingredients
When grain and/or legume products, are used as an ingredient, the manufacturer shall provide a
Certificate of Analysis (COA) as verification of aflatoxin testing.
Permitted cereal flours are wheat, oats, rice, millet, barley, and sorghum; and manufacturers shall
present a COA as verification of applicable mycotoxin testing.
Page 36 of 118 USAID/ KEMSA MCP OIT 001/2019-20
1.1.2.5. Sweeteners
The Type I – Extruded FBF Adults may contain natural sweeteners, except honey. Honey is not
permitted due to potential toxicity from Clostridium botulinum.
1.1.2.6. Stability
The Type I, Extruded, shall be stable at temperatures ranging from -15 to 49°C. There shall be no
more than slight oil separation throughout the shelf life of the product.
1.1.3. Fortification.
The FBF Adults shall be fortified with a vitamin and mineral premix, meeting the requirements in
Table I, which is in accordance WHO. Technical note: supplementary foods for the management
of moderate acute malnutrition in infants and children 6–59 months of age.
Unless otherwise required in the solicitation, contract, or purchase order, the manufacturer will
provide a COA stating that the vitamin and mineral premix meets the requirement listed in the
table below.
Table 1: Nutrient requirements of FBF Adults premix
Nutrient per 1000 kcal Unit Minimum Maximum
Proteinc g 20 43
Fat g 25 65
Minerals
Sodium (Na) mg — 500
Potassium (K) mg 1500 2200
Magnesium (Mg) mg 280 420
Phosphorus (P)d mg 850 1400
Zinc (Zn) mg 20 35
Calcium (Ca) mg 1000 1400
Copper (Cu) mg 1 3.5
Iron (Fe)e mg 18 30
Iodine (I) µg 150 350
Selenium (Se)f µg 35 90
Manganese (Mn) mg 1 2g
Vitamins, water soluble
Thiamin (B1) mg > 1 —
Riboflavin (B2) mg > 4 —
Pyridoxine (B6) mg > 2 —
Cobalamine (B12) µg > 5 —
Folate (dietary folate equivalent) µg > 400h —
Niacin mg > 25 —
Ascorbate (vitamin C) mg > 150 —
Pantothenic acid mg > 5 —
Biotin µg > 20 —
Vitamins, fat soluble
Retinol (vitamin A) µg 2000 3000
Page 37 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Cholecalciferol (vitamin D) µg 20 60
Vitamin E (dl-α tocopherol acetate) mg >30 —
Phytomenadione (vitamin K) µg >50 —
Fatty acids
ω-6 fatty acid % energy >4.5 <10
ω-3 fatty acid % energy >0.5 <3
Trans-fatty acids % total fat 3
Ratios of nutrients (based on weight)
Ca/P ratio 1.0 1.5
Zn/Cu ratio 5 20
Zn/Fe ratio 0.8 3.5
Vitamin C/Fe 3 16
Table 2 Mineral and vitamin compounds currently used in supplementary foods available on the
market for the dietary management of moderate acute malnutrition in children
Minerals Chemical form Lipid-based
nutrient
supplements
Fortified
blended foods
Iron Ferrous sulfate x –
Ferrous fumarateb x x
Coated ferrous fumarate x x
Coated ferrous sulfate x x
Ferrous gluconate x x
NaFeEDTAa x x
Zinc Zinc sulfateb x x
Zinc oxide (x) (x)
Copperc Copper sulfated x —
Encapsulated copper sulfatee — (x)
Copper gluconatee — (x)
Iodine Potassium iodidef x x
Potassium Potassium chlorideg x x
Magnesium Magnesium sulfate x x
Magnesium oxideb — x
Magnesium citrate x x
Magnesium gluconate x x
Calcium and phosphateh Dicalcium phosphate x x
Tricalcium phosphate x x
Seleniumi Sodium selenite x x
Sodium selenate x x
Manganese Manganese sulfate x x
Manganese gluconate x x
Page 38 of 118 USAID/ KEMSA MCP OIT 001/2019-20
The intake of ethylenediaminetetraacetic acid (EDTA) (including other dietary sources) should
not exceed 1.9 mg EDTA/kg of body weight/day (15, 16).
Bioavailability with low stomach acidity is questioned.
Addition of copper is recommended, unless it negatively affects product stability, such as in
blended flours. The total amount of zinc in the product should respect the limits of the Zn/Cu
ratio and thus depends on whether copper is added to the product.
Most soluble form.
Stability of fortified blended foods when adding copper needs to be tested.
A formulation is needed that avoids caking/lumping.
The amount needs to be limited because of taste impact and formulation with anti-caking
compound is needed.
Best calcium/phosphate ratio.
Ensure homogeneity in food because of the low toxicity limit for selenium
Vitamins
Chemical form
Lipid-based nutrient
supplements
Fortified blended
foods
Vitamin A Dry vitamin A acetate x –
Dry vitamin A palmitate x –
Dry vitamin A palmitate beadlet – x
Dry vitamin A palmitate spray
dried
– x
Vitamin D Dry vitamin D3 spray dried x x
Dry vitamin D3 beadlet – x
Dry vitamin E acetate 50% x x
Vitamin K Dry vitamin K 5% x x
Vitamin B1j Thiamine hydrochloride x —
Thiamine mononitrate x x
Vitamin B2k Riboflavin x —
Riboflavin fine powder — x
Vitamin B6 Pyridoxine hydrochloride x x
Niacin Niacin amide x x
Folic acid Folic acid x x
Vitamin B12 Vitamin B12 0.1% spray dried or
1% spray dried
x x
Vitamin C Ascorbic acidm x x
Ascorbic acid fine powdern x x
Sodium ascorbateo x x
Sodium selenate x x
Pantothenic
acid
Calcium p-panthothenate x x
Biotin Biotin 1% x x j Cannot be used in flour because of ability to absorb water. k Shows as yellow spots, but not visible in lipid-based nutrient supplements
Page 39 of 118 USAID/ KEMSA MCP OIT 001/2019-20
l Fine powder does not show as yellow spots. m Sour taste, disappears after cooking. n Less acid taste. oLess acid taste, but more costly
1.1.4. Finished product.
1.1.4.1. Appearance and texture The Type I, FBF Adults shall be free flowing and homogeneous when reconstituted and cooked
into porridge; shall be free of lumps; the porridge shall not separate and be free of a gritty,
grainy, and sandy texture.
1.1.4.2. Flavour and odour. The Type I, FBF Adults shall be free from foreign odours and flavours such as, but not limited to
burnt, scorched, rancid, malted, sour, or stale. The FBF Adults shall not contain any artificial
flavouring.
1.1.4.3. Colour The Type I, FBF Adults shall have a cream to light brown colour. The Type I, FBF Adults shall
not have a dull, grey tinge, or other abnormal cast. The FBF Adults shall show no evidence of
over cooking during extrusion (materially darkened or scorched).
1.1.4.4. Foreign material. The FBF Adults shall be clean, sound, wholesome, and free from evidence of rodent or insect
infestation.
1.1.4.5. Age requirement (Shelf Life) Unless otherwise specified in the solicitation, contract, or purchase order the FBF Adults shall
not be more than 90 days old when it leaves the manufacturer’s plant for delivery to purchaser.
The FBF Adults shall have a shelf life of at least 12 months when stored at 25°C.
1.1.5. Product standard Unless otherwise specified in the solicitation, contract, or purchase order, a sample of the FBF
Adults shall be subjected to product demonstration model (PDM) inspection as applicable, in
accordance with the requirements of this technical specifications
The approved sample shall serve as the product standard when evaluating each production lot
Any failure to conform to the finished product requirements or any appearance or palatability
failure shall be cause for rejection of the lot
Should the manufacturer at any time plan to, or actually produce the product using different
formulation or process methodologies from the approved product standard, which result in a
Page 40 of 118 USAID/ KEMSA MCP OIT 001/2019-20
product non comparable to the product standard, the manufacturer shall arrange for a replacement
PDM approval
In any event, all product produced must meet all requirements of this technical specifications
including product standard comparability.
1.1.6. ANALYTICAL REQUIREMENTS.
1.1.6.1. Proximate and microbiological testing requirements. Unless otherwise specified in the solicitation, contract, or purchase order the proximate and
microbiological testing requirements for the FBF ADULTS shall be as follows:
Test Tolerance
Energy 420 - 480kcal/100g
Protein 10-12 percent of kcal
Total Fat 9 – 10 percent of kcal
Water Activity(Aw) Less than 0.60
Crude fibre 3.0% max
Standard plate count Not more than 10,000 Colony Forming
Units(CFU)/g
Aflatoxin Less than 5 parts per billion (ppb) total
Alfatoxin
Melamine/ Cyanuric acid Less than 25 ppb
Coliform Less than 10 CFU/g or less than 3 Most
Probable Number (MPN)/g
Yeast Not more than 10 in 1g
Mould Not more than 50 in 1g
Clostridium perfrigens Negative
Salmonella Negative
E.coli Negative
Listeria monocytogenes Negative
Staphylococcus aureus Negative (coagulase positive)
Cronobacter sakazakii Negative in 10g
Vitamin A 0.8 - 1.1 mg/100 g
Vitamin B1 Minimum 0.5 mg/100 g
Vitamin C Minimum 50 mg/100 g
Iron 10 - 14 mg/100 g
Page 41 of 118 USAID/ KEMSA MCP OIT 001/2019-20
1.1.6.2. Product verification When verification of the proximate, chemical, and microbiological testing requirements is
specified in the solicitation, contract, or purchase order, analytical testing shall be performed on
composite samples.
For proximate tests the composite sample shall be 500 g (0.5kg).
For the Aflatoxin test a single composite sample shall be produced from 60 randomly drawn
sachets
For microbiological tests five homogenized composite samples shall be produced from a total of
60 randomly drawn sachets (12 per composite) per production lot / batch
1.1.6.3. Test portion size for microbiological tests. The test portions for microbiological tests shall be derived from each of the five composite
samples specified.
The test portion size for testing aerobic plate count, coliform, and yeast and mould shall be 25 g
(0.025kg); Salmonella shall be 125 g (0.125kg); Staphylococcus aureus (coagulase positive),
Clostridium perfringens, E.coli, and Listeria monocytogenes shall be 25 g (0.025kg) each and
Cronobacter sakazakii shall be 10 g (0.01kg) each.
1.1.6.4. Proximate and microbiological testing When specified in the solicitation, contract, or purchase order, the analysis shall be performed in
accordance with the following methods from the AOAC International Official Methods of
Analysis (OMA), the FDA Bacteriological Analytical Manual (BAM), or as specified below:
Test Method
Protein 988.05, 992.15
Total Fat 991.36, 2007.04, 2008.06
Water Activity(Aw) 978.18
Standard plate count 966.23, 990.12, 2008.10, or BAM, Chapter 3
Aflatoxin 990.33, 991.31, 998.03, or 999.07
Melamine/ Cyanuric acid FDA LIB 4421, FDA LIB 4422, FDA LIB
4423
Coliform 966.24, 986.33, 989.19, 991.14, 2000.15,
2008.10, or BAM, Ch. 4
Yeast 997.02, 995.21
Mould 997.02, 995.21
Clostridium perfrigens 976.30 or BAM, Ch. 16
Salmonella 2004.03, 2003.09, 2011.03, or BAM, Ch. 5
E.coli 966.24, 986.33, 989.19, 991.14, 2000.15,
2009.02, or BAM, Ch.4
Listeria monocytogenes 992.18, 2003.12, 2004.02, or 2010.02
Staphylococcus aureus 2003.07, 2003.08, or 2003.11
Page 42 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Cronobacter sakazakii ISO 22964 or BAM ucm289378
Vitamin A 2001.13, 2011.11, or 2011.13
Vitamin B1 986.27, 957.17
Vitamin C 967.21, 985.33, or 985.33
Iron 985.35, 984.27, or 999.10
1.1.7. Test results The test results for protein shall be reported to the nearest 0.1 percent.
The test results for aflatoxin shall be reported as negative when the results are not greater than 5
ppb.
The test results for melamine/cyanuric acid shall be reported as negative when the results are not
greater than 25 ppb.
The test results for Aw shall be reported to the nearest 0.01 value. No individual sample shall
have an Aw value exceeding 0.60.
The test results for standard plate count and yeast and mould shall be reported to the nearest 10
CFU per g.
The test results for coliform and E. coli shall be reported to the nearest 10 CFU per g or to the
nearest MPN per g.
The test results for Clostridium perfringens, Salmonella, Listeria monocytogenes,
Staphylococcus aureus (coagulase positive), and Cronobacter sakazakii shall be reported as
negative or positive.
Test results for Vitamin A, Vitamin B1 (Thiamin), Vitamin C, iron, and fat shall be reported with
units and precision as specified or as described in the test method.
Any result not conforming to the analytical testing shall be cause for rejection of the lot/batch
1.2. PACKAGING REQUIREMENTS AND EXAMINATIONS.
1.2.1. Sachet requirements
1.2.1.1. Sachet material The sachet material shall be capable of being fabricated into sachets.
The material used for the sachet shall be generally recognized as safe (GRAS) for use with food
in accordance with accepted standards and regulations.
Recycled, recovered, or environmentally preferable materials should be used to the maximum
extent possible, provided that the material meets or exceed the material requirements cited
herein.
The size of the sachet shall be 185mm in length and 150mm in width
Page 43 of 118 USAID/ KEMSA MCP OIT 001/2019-20
1.2.1.2. Oxygen transmission rate The oxygen transmission rate (O2TR) of the material shall not exceed 0.06 cc/m2/24 hrs/atm.
The O2TR of the material shall be determined in accordance with ASTM D 3985, at 23°C and 50
percent relative humidity (RH).
Any O2TR exceeding 0.06 cc/m2/24 hrs/atm shall be considered a test failure and shall be cause
for rejection of the lot.
Compliance to the O2TR requirement may be verified by COA from the packaging manufacturer.
1.2.1.3. Water vapour transmission rate. The water vapor transmission rate (WVTR) of the material shall not exceed 0.01 gm/m2/24 hrs.
The WVTR of the material shall be determined in accordance with ASTM F 372, at 38°C and 90
percent RH.
Any WVTR exceeding 0.01 gm/m2/24 hrs shall be considered a test failure and shall be cause
for rejection of the lot.
Compliance to the WVTR requirement may be verified by COA from the packaging
manufacturer.
1.2.1.4. Filled and sealed sachets. Filled and sealed sachets shall be free of damage (such as, but not limited to: tears, cuts, holes,
or if a multi-layer laminate is used, abrasions through one or more layers in the sachet material,
or leakage through any seal).
The sachet material shall not transfer any foreign flavour or odour to the product being packaged.
1.2.1.5. Closure seal The closure seal width shall be a minimum 2.5 mm.
The closure seal shall be free of impression or design on the seal surface that would conceal or
impair visual detection of seal defects.
The closure seal shall be free of wrinkles, occluded matter, or evidence of entrapped moisture or
grease that reduces the closure seal width to less than 1.6 mm at any location along its
continuous path.
1.2.1.6. Internal pressure The sachets shall be filled and hermetically sealed such that they shall withstand the applicable
pressure for 30 seconds.
1.2.1.7. Filled and sealed sachet examination The filled and sealed sachets shall be examined for the defects listed in Table 3 utilizing
ANSI/ASQC Z1.4, Sampling Procedures and Tables for Inspection by Attributes, in effect on the
date of the solicitation. The lot size shall be expressed in sachets. The sample unit shall be one
filled and sealed sachet. The inspection level shall be 1 and the acceptable quality level (AQL),
expressed in terms of defects per hundred units shall be1.5 for major defects and 4.0 for minor
Page 44 of 118 USAID/ KEMSA MCP OIT 001/2019-20
defects. A minimum of 200 samples shall be examined for critical defects. The finding of any
critical defect shall be cause for rejection of the lot
Notes
Any evidence of insect or rodent infestation shall be cause for rejection of the lot.
A critical defect is a defect that judgment and experience indicate would result in hazardous or
unsafe conditions for individuals using the item.
A major defect is a defect, other than critical, that is likely to result in failure, or to reduce
materially the usability of the unit of product for its intended purpose.
A minor defect is a defect that is not likely to reduce materially the usability of the unit of
product for its intended purpose, or is a departure from established standards having little bearing
on the effective use or operation of the unit.
Aberrations in sachet material or heat seals include:
o Major fold-over wrinkles or severe wrinkles, that extend into heat seal area and
reduce effective seal width to less than 1.6 mm or
o Severe wrinkles in the body of the sachet along the inside edges of the heat seals.
o Sachets exhibiting one or more of these aberrations shall be tested in accordance
with internal pressure testing procedures
Table 3 Filled and Sealed sachets defects
Category Defect
Critical Major Minor Both sachets 1 Tear, hole, or open seal
2 Aberrations in sachet material or heat seals resulting from heat
sealing, sachet fabrication, hot filling or heat processing that
reduce the effective closure seal width to less than 1.6 mm (1/16
in)
101 Seal width not as specified
102 Not heat sealed as specified
103 Inside sachet dimensions not as specified
104 Closure seal not located as specified
105 Closure or top seal extends into or below tear notch location
106 Not clean
107 Required labeling or marking missing, incorrect, illegible or that
smudges
108 Embossed code marking not located as specified
109 Distance between inside edge of tear notch or serrations and
inside edge of seal is less than 4.7625 mm (3/16 in)
110 Presence of entrapped matter (for example, product residue) that
reduces the effective closure seal to less than 1.6 mm (1/16 in)
wide
201 Tear notch or serrations missing
202 Tear notch or serrations not located as specified
Page 45 of 118 USAID/ KEMSA MCP OIT 001/2019-20
203 Depth of tear notch or serrations not as specified
204 Excess sachet material at edges exceeds 4.7625 mm (3/16in)
3 Swollen sachet
111 Sachet has foreign odour
112 Evidence of loss of vacuum
1.2.2. Sachet leakage and delamination examination All exterior surfaces and edges of the filled and sealed sachet shall be examined visually for
product leakage while applying a manual kneading action which forces the product against the
interior sachet surface in the area being observed.
After leakage testing, the sachet shall be examined for evidence of delamination.
Any product leakage from the sachet or evidence of delamination of the sachet shall be classified
as a major defect, except delamination of outer ply when located in the seal area 1.6 mm or
further from the food product edge of seal.
Sachets exhibiting this type of delamination shall be tested by manually flexing the delaminated
area 10 times. The area of delamination shall be held between the thumb and forefinger of each
hand with both thumbs and forefingers touching each other.
The delamination area shall then be rapidly flexed by rotating both hands in alternating
clockwise - counter clockwise directions.
Care shall be exercised when flexing delaminated area near the tear notches to avoid tearing the
sachet material. After flexing, the separated outer ply shall be grasped between the thumb and
forefinger and gently lifted toward the food product edge of the seal.
If the separated area is too small to be held between thumb and forefinger, a number two stylus
shall be inserted into the delaminated area and a gentle lifting force applied against the outer ply.
If separation of the outer ply can be made to extend to less than 1.6 mm (1/16 in) from the
product edge of the seal with no discernible resistance to the gentle lifting, the sachet shall be
rejected.
The lot size shall be expressed in sachets.
The sample unit shall be one filled and sealed sachet.
The inspection level shall be 1 and the AQL, expressed in terms of defects per hundred units,
shall be 0.65 for major defects
1.2.3. Internal pressure test Internal pressure resistance shall be determined by pressurizing the sachets while they are
restrained between two rigid plates.
The plates shall be 12.7 + 1.6 mm (1/2 + 1/16 in) apart or 25.4 + 1.6 mm (1 + 1/16 in) apart. If a
three-seal tester (one that pressurizes the sachet through an open end) is used, the closure seal
shall be cut off for testing the side and bottom seals of the sachet; for testing of the closure seal,
the bottom seal shall be cut off.
Page 46 of 118 USAID/ KEMSA MCP OIT 001/2019-20
The sachets shall be emptied prior to testing. If a four-seal tester (designed to pressurize filled
sachets by use of a hypodermic needle through the sachet wall) is used, all four seals can be
tested simultaneously.
Pressure shall be applied gradually until 17 psig pressure is reached. The 17 psig pressure shall
be held constant for 30 seconds and then released.
The sachets shall then be examined for separation or yield of the seals.
Any rupture of the sachet or evidence of seal separation greater than 1.6 mm in the sachet
manufacturer's seal shall be considered a test failure.
Any seal separation that reduces the effective closure seal width to less than 1.6 mm shall be
considered a test failure and shall be cause for rejection of the lot.
1.2.4. Net weight examination The net weight of the filled and sealed sachets shall be determined by weighing each sample unit
on a suitable scale tared with a representative empty sachet.
Any individual net weight of less than 300 g shall be classified as a minor defect.
The lot size shall be expressed in sachets. The sample unit shall be one filled and sealed sachet
The inspection level shall be S-3 and the AQL, expressed in terms of defects per hundred units,
shall be 2.5
The results shall be reported to the nearest 0.1 g. In addition, the lot shall be rejected if the
sample average net weight is less than 200 g.
1.3. Packaging and Labelling specifications The material used for packaging shall be generally recognized as safe (GRAS) for use with food
in accordance in accordance with good manufacturing practices (see attached)or other standards
and regulations with accepted standards and regulations.
Recycled, recovered, or environmentally preferable materials should be used to the maximum
extent possible, provided that the material meets or exceed the material requirements cited herein
All labelling, package inserts and specifications shall be in English
Each Secondary package should have a Product information insert in English containing:
o Product Name (both International Non-proprietary Name)
o Nutritional information
o Composition / ingredients
o Indications
o Dosage and administration
o Contraindications
o Precautions
o Adverse effects
All branding and marking for the primary secondary and tertiary packages shall comply to the
KEMSA MCP Branding and Marking plan requirements
Page 47 of 118 USAID/ KEMSA MCP OIT 001/2019-20
1.3.1. Primary package labelling requirements The primary package is a sachet of 300g; 185mm length by 150mm width
Product Name (International Non-proprietary Name)
Nutritional information
Composition / ingredients
Batch number
Manufacturing date
Best before date
Directions for use: Should indicate “For single use only”
Dosage
Should have a label “USAID/KEMSA MCP - Not for sale” clearly labelled in a place
where it is visible.
1.3.2. Secondary package requirements and labelling The secondary package for FBF Adults is a transparent low density polyethylene (LDPE) bag
300mm length x 480 mm width)
The LDPE bag contain 15 sachets of 300g each of FBF Adults and each bag shall meet the
following labelling requirements
o minimum gross weight of a bag should be 4500g or 4.5 kg
o Product Name (International Non-proprietary Name)
o Batch number
o Manufacturing date
o Best before date
o Storage instructions
o Manufacturers contact information and physical address
o Should have a label “USAID/KEMSA MCP - Not for sale” clearly labelled in a
place where it is visible
o Specified branding requirements for USAID
1.3.3. Tertiary package requirements and labelling Corrugated Fibreboard Shipping boxes (Shipping Container) – Shall contain 4 bags of 4.5kg of
FBF Adults. The shipping container will be a regular slotted container constructed of a minimum
450lb (204kg) burst test, corrugated fibreboard.
The outside dimensions of each shipping container will be no less than 280mm in height, and
cases should be designed to the optimal dimensions to fill at least 80% of the cubic capacity of a
20 foot intermodal when stacked two pallets high.
Cases of dimensions shall be no less 280mm. height x 460mm. length x 275 mm. width and will
have been found to comply with this requirement (when stacked 6 cases per layer and five tiers
high on a standard pallet).
Page 48 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Other case dimensions will be considered providing the height of the case does not exceed
300mm and the pallets, when double stacked, can fill at least 80% of the cubic capacity of a 20
foot intermodal
The corrugated fibreboard will meet the following labelling specifications:
o Product Name (both International Non-proprietary Name)
o Batch number
o Manufacturing date
o Best before date
o Quantity of the tertiary package will be determined by weight and should contain
4 bags of 4.5kg each of FBF Adults, the carton should have a minimum gross
weight of 18 kg
o Storage instructions
o Manufacturers contact information and physical address
o Should have a label “GOK - Not for sale” clearly labelled in a place where it is
visible.
o Should fulfil brand and marking plan of NHPplus
1.4. MANUFACTURER’S PRODUCT ASSURANCE The manufacturer shall certify that the FBF Adults provided, meets the requirements of this
technical specifications
The purchaser or procuring entity shall require proof of conformance
1.5. REGULATORY REQUIREMENTS The delivered FBF Adults shall comply with all applicable Government , County, and local by-
laws and regulations relating to the manufacturing, storage, and distribution of packaged foods
for human consumption, including all applicable provisions of Food, Drugs and Chemical
Substances Act Chapter 254 (2012), Public Health Act Cap 242 (2012) and regulations
promulgated thereunder
All certificates of analysis for both raw materials and delivered FBF Adults will be from a Kenya
National Accreditation Services (KENAS) accredited laboratories or from labs with valid ISO
17025:2005 certification.
1.6. QUALITY ASSURANCE PROVISIONS The product manufacturer shall be required to provide evidence, by certificate, that the
manufacturing plant has undertaken one of the following quality assurance measures within 12
months prior to providing a bid, or no later than 10 business days from the date of awarding of
the contract.
Failure to provide this documentation within the proper time frame may result in the contract
being terminated for cause
Page 49 of 118 USAID/ KEMSA MCP OIT 001/2019-20
1.6.1. ISO 22000 Assessment A supplier quality assessment (SQA) verifies the manufacturer's capability to produce products
in a clean sanitary environment in accordance with ISO 22002-1:2009 – Prerequisite
programmes on food safety part 1 : Food Manufacturing and verifies that the manufacturer has
in place an internal quality assurance and food safety program
A supplier quality audit (SQA) based on ISO 22000:2005 by a third party auditing service is
required within 12 months prior to the date of the awarding of the contract. The food
manufacturer must have attained an SQA score of 75% or above
The food manufacturer must be ISO 22000 certified
The relevant certificate/letter bearing the name of any of the above bodies must be submitted for
scrutiny
1.6.2. Kenya Bureau of Standards (KEBS) certification KEBS is the standards authority in Kenya and therefore all food must be approved as safe for
human consumption
The locally produced FBF Adults must have the Standardization mark as this is a mandatory
product certification scheme for locally manufactured products provided for under section 10 of
the Standards Act Cap 496, Laws of Kenya
The Ministry of Health, through legal notice 62 of 15th June 2012 introduced the food
fortification logo which is administered by KEBS; manufacturers are encouraged to apply for
fortification mark for FBF Adults products
9.1 LOT II: FORTIFIED BLENDED FOOD (FBF) Pregnant or Postpartum Mothers
9.1.1 Scope
This technical specification covers Fortified Blended food (FBF) for Pregnant or Postpartum
mothers , packaged in flexible packaging, suitable for use by Government, humanitarian
agencies, and non- governmental organizations for the treatment and prevention of moderate
acute malnutrition (MAM) in any cultural setting. The FBF – Pregnant or Postpartum is expected
to be used as part of a Nutrition Assessment Counselling and Support (NACS) intervention
program for targeted pregnant or postpartum mothers diagnosed with MAM in accordance with
Integrated Management of Acute Malnutrition guidelines for the management of MAM and
NASCOP Food by Prescription protocol.
The FBF Pregnant or Postpartum may be used as the sole source of food, except water and breast
milk, during the period of use and to provide adequate energy, protein, fat, vitamins, and
minerals to effectively resolve MAM and meets the specifications of the WHO. Technical note:
supplementary foods for the management of moderate acute malnutrition in infants and children
6–59 months of age. Geneva, 2012.
Page 50 of 118 USAID/ KEMSA MCP OIT 001/2019-20
The FBF Pregnant or Postpartum mothers shall conform to the following list which shall be
specified in the contract, or purchase order. The FBF – Adults will be used by multiple ethnic
and cultural groups. No alcohol, animal products other than dairy products, nor any known
allergens except, soy, and dairy products shall be used in the manufacture of these items.
According to guidance from WHO “These foods are usually solid or semi-solid foods with low
water content, which can be cooked every day at home in the form of porridge or soups.” 9.1.2 Salient characteristics
9.1.2.1 Processing
The FBF Pregnant or Postpartum mothers must be processed in accordance with
applicable Codex Alimentarius guidelines i.e. General Principles of food hygiene
(CAC/RCP 1-1969) and Code of Hygienic practice for powdered formulae for infants and
young children (CAC/RCP 66 – 2008)
The FBF Pregnant or Postpartum mothers may be processed under HACCP (Hazard
Analysis of Critical Control Points), International Organization for Standardization (ISO)
Standard 22000, or other standards that assure the safety and quality of the product.
The dry ingredients shall be Food Chemicals Codex (FCC) purity as appropriate, and free
from foreign materials.
Additives shall not exceed levels allowable by the Codex Alimentarius.
9.1.2.2 Ingredients
The ingredients for the FBF Pregnant or Postpartum mothers shall comply with the
requirements cited below. Any stabilizers or emulsifiers used must be specifically
identified, and the product will contain no animal products other than dairy products. .
The suggested concentrations for nutrients in the FBF Pregnant or Postpartum mothers
are calculated as an example when supplementary foods provide 70% of energy. This
does not constitute a recommendation that supplementary foods should provide 70% of
the energy intake of moderately malnourished children. The formulation is such that it
would be safe and effective if the quantity taken by moderately malnourished children
represented 100% of the energy needs and that it would also provide benefit, although of
a lesser order of magnitude, if taken in lower quantities. There is no evidence to
determine maximum levels for some nutrients. (WHO, 2012)
The Type I, Extruded FBF Pregnant or Postpartum mothers shall have an energy content
of 420 to 480 kilocalories (kcal) per 100 grams;
The energy density of FBF Pregnant or Postpartum mothers when they are ready to be
consumed should be not less than 0.8 kcal/g.
The Type I, Extruded FBF Pregnant or Postpartum mothers shall have a protein content
of between 10.0 to 12.0 percent of kcal and shall have a Protein digestibility-corrected
amino acid score >70%. Corresponds to cereal/legume mixtures, milk and animal
Page 51 of 118 USAID/ KEMSA MCP OIT 001/2019-20
proteins. The sources of protein may be dairy, protein concentrates, vegetable proteins or
protein isolates.
The Type I, Extruded FBF Pregnant or Postpartum mother shall have a lipid content
between 8 and 9 percent of the kcal. The only added oils allowed will be canola oil or
soybean oil. Partially hydrogenated (Trans) fatty acids shall not be used in Extruded FBF
Pregnant or Postpartum mothers (CODEX STAN 074-1981, Revised 1-2006).
The FBF Pregnant or Postpartum mothers shall include omega-6 fatty acid series and
should comprise at least 4.5% of energy (5 g/1,000 kcal), the omega-3 fatty acid series
should comprise at least 0.5% of energy (0.85 g/1,000 kcal), and the total fat content of
the diet used to treat moderately malnourished children should provide 35% to 45% of
the dietary energy.
The FBF Pregnant or Postpartum mothers shall not contain artificial antioxidants and
artificial flavourings
9.1.2.3 Water Activity
The Aw of the packaged product shall not be more than 0.60 9.1.2.4 Grains, and legume ingredients
When grain and/or legume products, are used as an ingredient, the manufacturer shall
provide a Certificate of Analysis (COA) as verification of aflatoxin testing.
Permitted cereal flours are wheat, oats, rice, millet, barley, and sorghum; and
manufacturers shall present a COA as verification of applicable mycotoxin testing.
9.1.2.5 Sweeteners
The Type I – Extruded FBF Pregnant or Postpartum mothers may contain natural sweeteners,
except honey.
Honey is not permitted due to potential toxicity from Clostridium botulinum.
9.1.2.6 Stability
The Type I, Extruded, shall be stable at temperatures ranging from -15 to 49°C. There
shall be no more than slight oil separation throughout the shelf life of the product. 9.1.2.7 Fortification.
o The FBF Pregnant or Postpartum mothers shall be fortified with a vitamin and
mineral premix, meeting the requirements in Table I, which is in accordance
WHO. Technical note: supplementary foods for the management of moderate
acute malnutrition in infants and children 6–59 months of age.
Unless otherwise required in the solicitation, contract, or purchase order, the
manufacturer will provide a COA stating that the vitamin and mineral premix meets the
requirement listed in Table I.
Table 1: Nutrient requirements of FBF Pregnant or Postpartum mothers premix
Page 52 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Nutrient per 1000
kcal
Unit Minimum Maximum
Proteinc g 20 43
Fat g 25 65
Minerals
Sodium (Na) mg — 500
Potassium (K) mg 1500 2200
Magnesium (Mg) mg 280 420
Phosphorus (P)d mg 850 1400
Zinc (Zn) mg 20 35
Calcium (Ca) mg 1000 1400
Copper (Cu) mg 1 3.5
Iron (Fe)e mg 18 30
Iodine (I) µg 150 350
Selenium (Se)f µg 35 90
Manganese (Mn) mg 1 2g
Vitamins, water
soluble
Thiamin (B1) mg > 1 —
Riboflavin (B2) mg > 4 —
Pyridoxine (B6) mg > 2 —
Cobalamine (B12) µg > 5 —
Folate (dietary folate
equivalent)
µg > 400h —
Niacin mg > 25 —
Ascorbate (vitamin
C)
mg > 150 —
Pantothenic acid mg > 5 —
Biotin µg > 20 —
Vitamins, fat soluble
Retinol (vitamin A) µg 2000 3000
Cholecalciferol
(vitamin D)
µg 20 60
Vitamin E (dl-α
tocopherol acetate)
mg >30 —
Phytomenadione
(vitamin K)
µg >50 —
Fatty acids
ω-6 fatty acid % energy >4.5 <10
ω-3 fatty acid % energy >0.5 <3
Trans-fatty acids % total fat 3
Page 53 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Ratios of nutrients
(based on weight)
Ca/P ratio 1.0 1.5
Zn/Cu ratio 5 20
Zn/Fe ratio 0.8 3.5
Vitamin C/Fe 3 16
Table 2: Mineral and vitamin compounds currently used in supplementary foods available on the
market for the dietary management of moderate acute malnutrition in children
Minerals Chemical form Lipid-based nutrient
supplements
Fortified blended
foods
Iron Ferrous sulfate x –
Ferrous fumarateb x x
Coated ferrous
fumarate
x x
Coated ferrous sulfate x x
Ferrous gluconate x x
NaFeEDTAa x x
Zinc Zinc sulfateb x x
Zinc oxide (x) (x)
Copperc Copper sulfated x —
Encapsulated copper
sulfatee
— (x)
Copper gluconatee — (x)
Iodine Potassium iodidef x x
Potassium Potassium chlorideg x x
Magnesium Magnesium sulfate x x
Magnesium oxideb — x
Magnesium citrate x x
Magnesium
gluconate
x x
Calcium and
phosphateh
Dicalcium phosphate x x
Tricalcium phosphate x x
Seleniumi Sodium selenite x x
Sodium selenate x x
Manganese Manganese sulfate x x
Manganese gluconate x x
2. The intake of ethylenediaminetetraacetic acid (EDTA) (including other dietary sources)
should not exceed 1.9 mg EDTA/kg of body weight/day (15, 16).
Page 54 of 118 USAID/ KEMSA MCP OIT 001/2019-20
3. Bioavailability with low stomach acidity is questioned.
4. Addition of copper is recommended, unless it negatively affects product stability, such as in
blended flours. The total amount of zinc in the product should respect the limits of the Zn/Cu
ratio and thus depends on whether copper is added to the product.
5. Most soluble form.
6. Stability of fortified blended foods when adding copper needs to be tested.
7. A formulation is needed that avoids caking/lumping.
8. The amount needs to be limited because of taste impact and formulation with anti-caking
compound is needed.
9. Best calcium/phosphate ratio.
10. Ensure homogeneity in food because of the low toxicity limit for selenium
Vitamins
Chemical form
Lipid-based nutrient
supplements
Fortified blended
foods
Vitamin A Dry vitamin A
acetate
x –
Dry vitamin A
palmitate
x –
Dry vitamin A
palmitate beadlet
– x
Dry vitamin A
palmitate spray dried
– x
Vitamin D Dry vitamin D3 spray
dried
x x
Dry vitamin D3
beadlet
– x
Dry vitamin E acetate
50%
x x
Vitamin K Dry vitamin K 5% x x
Vitamin B1j Thiamine
hydrochloride
x —
Thiamine
mononitrate
x x
Vitamin B2k Riboflavin x —
Riboflavin fine
powder
— x
Vitamin B6 Pyridoxine
hydrochloride
x x
Niacin Niacin amide x x
Folic acid Folic acid x x
Page 55 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Vitamin B12 Vitamin B12 0.1%
spray dried or 1%
spray dried
x x
Vitamin C Ascorbic acidm x x
Ascorbic acid fine
powdern
x x
Sodium ascorbateo x x
Sodium selenate x x
Pantothenic acid Calcium p-
panthothenate
x x
Biotin Biotin 1% x x j Cannot be used in flour because of ability to absorb water. k Shows as yellow spots, but not visible in lipid-based nutrient supplements l Fine powder does not show as yellow spots. m Sour taste, disappears after cooking. n Less acid taste. oLess acid taste, but more costly
9.2 Finished product.
9.2.1 Appearance and texture
The Type I, FBF Pregnant or Postpartum mothers shall be free flowing and homogeneous when
reconstituted and cooked into porridge; shall be free of lumps; the porridge shall not separate and
be free of a gritty, grainy, and sandy texture. 9.2.2 Flavour and odour.
The Type I, FBF Pregnant or Postpartum mothers shall be free from foreign odours and flavours
such as, but not limited to burnt, scorched, rancid, malted, sour, or stale. The FBF Pregnant or
Postpartum mothers shall not contain any artificial flavouring. 9.2.3 Colour
The Type I, FBF Pregnant or Postpartum mothers shall have a cream to light brown colour. The
Type I, FBF Pregnant or Postpartum mothers shall not have a dull, grey tinge, or other abnormal
cast. The FBF Pregnant or Postpartum mothers shall show no evidence of over cooking during
extrusion (materially darkened or scorched). 9.3 Foreign material.
The FBF Pregnant or Postpartum mothers shall be clean, sound, wholesome, and free from
evidence of rodent or insect infestation. 9.4 Age requirement (Shelf Life)
Unless otherwise specified in the solicitation, contract, or purchase order the FBF
Pregnant or Postpartum mothers shall not be more than 90 days old when it leaves
the manufacturer’s plant for delivery to purchaser.
The FBF Pregnant or Postpartum mothers shall have a shelf life of at least 12 months
when stored at 25°C.
Page 56 of 118 USAID/ KEMSA MCP OIT 001/2019-20
9.5 Product standard
Unless otherwise specified in the solicitation, contract, or purchase order, a sample of the
FBF Pregnant or Postpartum mothers shall be subjected to product demonstration model
(PDM) inspection as applicable, in accordance with the requirements of this technical
specifications
The approved sample shall serve as the product standard when evaluating each
production lot
Any failure to conform to the finished product requirements or any appearance or
palatability failure shall be cause for rejection of the lot
Should the manufacturer at any time plan to, or actually produce the product using
different formulation or process methodologies from the approved product standard,
which result in a product non comparable to the product standard, the manufacturer shall
arrange for a replacement PDM approval
In any event, all product produced must meet all requirements of this technical
specifications including product standard comparability.
9.6 Analytical Requirements
9.6.1 Proximate and microbiological requirements
Unless otherwise specified in the solicitation, contract, or purchase order the proximate and
microbiological testing requirements for the FBF Pregnant or Postpartum Mothers shall be as
follows:
Test Tolerance
Energy 420 - 480kcal/100g
Protein 10-12 percent of kcal
Total Fat 9 – 10 percent of kcal
Water Activity(Aw) Less than 0.60
Crude fibre 3.0% max
Standard plate count Not more than 10,000 Colony Forming
Units(CFU)/g
Aflatoxin Less than 5 parts per billion (ppb) total
Alfatoxin
Melamine/ Cyanuric acid Less than 25 ppb
Coliform Less than 10 CFU/g or less than 3 Most
Probable Number (MPN)/g
Yeast Not more than 10 in 1g
Mould Not more than 50 in 1g
Clostridium perfrigens Negative
Salmonella Negative
E.coli Negative
Listeria monocytogenes Negative
Page 57 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Staphylococcus aureus Negative (coagulase positive)
Cronobacter sakazakii Negative in 10g
Vitamin A 0.8 - 1.1 mg/100 g
Vitamin B1 Minimum 0.5 mg/100 g
Vitamin C Minimum 50 mg/100 g
Iron 10 - 14 mg/100 g
9.6.2 Product verification
When verification of the proximate, chemical, and microbiological testing requirements is
specified in the solicitation, contract, or purchase order, analytical testing shall be performed
on composite samples.
o For proximate tests the composite sample shall be 500 g (0.5kg).
o For the Aflatoxin test a single composite sample shall be produced from 60
randomly drawn sachets
o For microbiological tests five homogenized composite samples shall be produced
from a total of 60 randomly drawn sachets (12 per composite) per production lot /
batch
9.6.3 Test portion size for microbiological tests
The test portions for microbiological tests shall be derived from each of the five composite
samples specified in Sec. 5.1.
o The test portion size for testing aerobic plate count, coliform, and yeast and
mould shall be 25 g (0.025kg);
o Salmonella shall be 125 g (0.125kg);
o Staphylococcus aureus (coagulase positive), Clostridium perfringens, E.coli, and
Listeria monocytogenes shall be 25 g (0.025kg) each.
o Cronobacter sakazakii shall be 10 g (0.01kg) each.
9.6.4 Proximate and microbiological testing
When specified in the solicitation, contract, or purchase order, the analysis shall be performed in
accordance with the following methods from the AOAC International Official Methods of
Analysis (OMA), the FDA Bacteriological Analytical Manual (BAM), or as specified below:
Test Method
Protein 988.05, 992.15
Total Fat 991.36, 2007.04, 2008.06
Water Activity(Aw) 978.18
Standard plate count 966.23, 990.12, 2008.10, or BAM, Chapter 3
Aflatoxin 990.33, 991.31, 998.03, or 999.07
Melamine/ Cyanuric acid FDA LIB 4421, FDA LIB 4422, FDA LIB
4423
Page 58 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Coliform 966.24, 986.33, 989.19, 991.14, 2000.15,
2008.10, or BAM, Ch. 4
Yeast 997.02, 995.21
Mould 997.02, 995.21
Clostridium perfrigens 976.30 or BAM, Ch. 16
Salmonella 2004.03, 2003.09, 2011.03, or BAM, Ch. 5
E.coli 966.24, 986.33, 989.19, 991.14, 2000.15,
2009.02, or BAM, Ch.4
Listeria monocytogenes 992.18, 2003.12, 2004.02, or 2010.02
Staphylococcus aureus 2003.07, 2003.08, or 2003.11
Cronobacter sakazakii ISO 22964 or BAM ucm289378
Vitamin A 2001.13, 2011.11, or 2011.13
Vitamin B1 986.27, 957.17
Vitamin C 967.21, 985.33, or 985.33
Iron 985.35, 984.27, or 999.10
9.6.5 Test results
The test results for protein shall be reported to the nearest 0.1 percent.
o The test results for aflatoxin shall be reported as negative when the results are not
greater than 5 ppb.
o The test results for melamine/cyanuric acid shall be reported as negative when the
results are not greater than 25 ppb.
o The test results for Aw shall be reported to the nearest 0.01 value. No individual
sample shall have an Aw value exceeding 0.60.
o The test results for standard plate count and yeast and mould shall be reported to
the nearest 10 CFU per g.
o The test results for coliform and E. coli shall be reported to the nearest 10 CFU
per g or to the nearest MPN per g.
o The test results for Clostridium perfringens, Salmonella, Listeria monocytogenes,
Staphylococcus aureus (coagulase positive), and Cronobacter sakazakii shall be
reported as negative or positive.
o Test results for Vitamin A, Vitamin B1 (Thiamin), Vitamin C, iron, and fat shall
be reported with units and precision as specified or as described in the test
method.
o Any result not conforming to the analytical testing shall be cause for rejection of
the lot/batch
9.7 Packaging Requirements and Examinations
9.7.1 Sachet material
The sachet material shall be capable of being fabricated into sachets.
Page 59 of 118 USAID/ KEMSA MCP OIT 001/2019-20
o The material used for the sachet shall be generally recognized as safe (GRAS) for
use with food in accordance with accepted standards and regulations.
o Recycled, recovered, or environmentally preferable materials should be used to
the maximum extent possible, provided that the material meets or exceed the
material requirements cited herein.
o The size of the sachet shall be 185mm in length and 150mm in width
9.7.2 Oxygen transmission rate
o The oxygen transmission rate (O2TR) of the material shall not exceed 0.06
cc/m2/24 hrs/atm. The O2TR of the material shall be determined in accordance
with ASTM D 3985, at 23°C and 50 percent relative humidity (RH).
o Any O2TR exceeding 0.06 cc/m2/24 hrs/atm shall be considered a test failure and
shall be cause for rejection of the lot.
o Compliance to the O2TR requirement may be verified by COA from the
packaging manufacturer.
9.7.3 Water vapour transmission rate.
o The water vapor transmission rate (WVTR) of the material shall not exceed 0.01
gm/m2/24 hrs.
o The WVTR of the material shall be determined in accordance with ASTM F 372,
at 38°C and 90 percent RH.
o Any WVTR exceeding 0.01 gm/m2/24 hrs shall be considered a test failure and
shall be cause for rejection of the lot.
o Compliance to the WVTR requirement may be verified by COA from the
packaging manufacturer.
9.7.4 Filled and sealed sachets.
o Filled and sealed sachets shall be free of damage (such as, but not limited to:
tears, cuts, holes, or if a multi-layer laminate is used, abrasions through one or
more layers in the sachet material, or leakage through any seal).
o The sachet material shall not transfer any foreign flavour or odour to the product
being packaged.
9.7.4.1 Closure seal
o The closure seal width shall be a minimum 2.5 mm.
o The closure seal shall be free of impression or design on the seal surface that
would conceal or impair visual detection of seal defects.
o The closure seal shall be free of wrinkles, occluded matter, or evidence of
entrapped moisture or grease that reduces the closure seal width to less than 1.6
mm at any location along its continuous path.
Page 60 of 118 USAID/ KEMSA MCP OIT 001/2019-20
9.7.4.2 Internal pressure
The sachets shall be filled and hermetically sealed such that they shall withstand the
applicable pressure for 30 seconds.
9.7.5 Filled and sealed sachet examination
The filled and sealed sachets shall be examined for the defects listed in Table 3 utilizing
ANSI/ASQC Z1.4, Sampling Procedures and Tables for Inspection by Attributes, in effect
on the date of the solicitation. The lot size shall be expressed in sachets. The sample unit
shall be one filled and sealed sachet. The inspection level shall be 1 and the acceptable
quality level (AQL), expressed in terms of defects per hundred units shall be1.5 for major
defects and 4.0 for minor defects. A minimum of 200 samples shall be examined for critical
defects. The finding of any critical defect shall be cause for rejection of the lot
Notes
o Any evidence of insect or rodent infestation shall be cause for rejection of the lot.
o A critical defect is a defect that judgment and experience indicate would result in
hazardous or unsafe conditions for individuals using the item.
o A major defect is a defect, other than critical, that is likely to result in failure, or
to reduce materially the usability of the unit of product for its intended purpose.
o A minor defect is a defect that is not likely to reduce materially the usability of
the unit of product for its intended purpose, or is a departure from established
standards having little bearing on the effective use or operation of the unit.
o Aberrations in sachet material or heat seals include:
o Major fold-over wrinkles or severe wrinkles, that extend into heat seal area and
reduce effective seal width to less than 1.6 mm or
o Severe wrinkles in the body of the sachet along the inside edges of the heat seals.
o Sachets exhibiting one or more of these aberrations shall be tested in accordance
with internal pressure testing procedures
Table 3 Filled and Sealed sachets defects
Category Defect
Critical Major Minor Both sachets 1 Tear, hole, or open seal
2 Aberrations in sachet material or heat seals resulting from
heat sealing, sachet fabrication, hot filling or heat
processing that reduce the effective closure seal width to
less than 1.6 mm (1/16 in)
101 Seal width not as specified
102 Not heat sealed as specified
103 Inside sachet dimensions not as specified
104 Closure seal not located as specified
Page 61 of 118 USAID/ KEMSA MCP OIT 001/2019-20
105 Closure or top seal extends into or below tear notch location
106 Not clean
107 Required labeling or marking missing, incorrect, illegible or
that smudges
108 Embossed code marking not located as specified
109 Distance between inside edge of tear notch or serrations and
inside edge of seal is less than 4.7625 mm (3/16 in)
110 Presence of entrapped matter (for example, product residue)
that reduces the effective closure seal to less than 1.6 mm
(1/16 in) wide
201 Tear notch or serrations missing
202 Tear notch or serrations not located as specified
203 Depth of tear notch or serrations not as specified
204 Excess sachet material at edges exceeds 4.7625 mm
(3/16in)
3 Swollen sachet
111 Sachet has foreign odour
112 Evidence of loss of vacuum
9.7.6 Sachet leakage and delamination examination
o All exterior surfaces and edges of the filled and sealed sachet shall be examined
visually for product leakage while applying a manual kneading action which
forces the product against the interior sachet surface in the area being observed.
o After leakage testing, the sachet shall be examined for evidence of delamination.
o Any product leakage from the sachet or evidence of delamination of the sachet
shall be classified as a major defect, except delamination of outer ply when
located in the seal area 1.6 mm or further from the food product edge of seal.
o Sachets exhibiting this type of delamination shall be tested by manually flexing
the delaminated area 10 times. The area of delamination shall be held between the
thumb and forefinger of each hand with both thumbs and forefingers touching
each other.
o The delamination area shall then be rapidly flexed by rotating both hands in
alternating clockwise - counter clockwise directions.
o Care shall be exercised when flexing delaminated area near the tear notches to
avoid tearing the sachet material. After flexing, the separated outer ply shall be
grasped between the thumb and forefinger and gently lifted toward the food
product edge of the seal.
o If the separated area is too small to be held between thumb and forefinger, a
number two stylus shall be inserted into the delaminated area and a gentle lifting
force applied against the outer ply.
Page 62 of 118 USAID/ KEMSA MCP OIT 001/2019-20
o If separation of the outer ply can be made to extend to less than 1.6 mm (1/16 in)
from the product edge of the seal with no discernible resistance to the gentle
lifting, the sachet shall be rejected.
o The lot size shall be expressed in sachets.
o The sample unit shall be one filled and sealed sachet.
o The inspection level shall be 1 and the AQL, expressed in terms of defects per
hundred units, shall be 0.65 for major defects
9.7.7 Internal pressure test
o Internal pressure resistance shall be determined by pressurizing the sachets while
they are restrained between two rigid plates.
o The plates shall be 12.7 + 1.6 mm (1/2 + 1/16 in) apart or 25.4 + 1.6 mm (1 +
1/16 in) apart. If a three-seal tester (one that pressurizes the sachet through an
open end) is used, the closure seal shall be cut off for testing the side and bottom
seals of the sachet; for testing of the closure seal, the bottom seal shall be cut off.
o The sachets shall be emptied prior to testing. If a four-seal tester (designed to
pressurize filled sachets by use of a hypodermic needle through the sachet wall) is
used, all four seals can be tested simultaneously.
o Pressure shall be applied gradually until 17 psig pressure is reached. The 17 psig
pressure shall be held constant for 30 seconds and then released.
o The sachets shall then be examined for separation or yield of the seals.
o Any rupture of the sachet or evidence of seal separation greater than 1.6 mm in
the sachet manufacturer's seal shall be considered a test failure.
o Any seal separation that reduces the effective closure seal width to less than 1.6
mm shall be considered a test failure and shall be cause for rejection of the lot.
9.7.8 Net weight examination
o The net weight of the filled and sealed sachets shall be determined by weighing
each sample unit on a suitable scale tared with a representative empty sachet.
o Any individual net weight of less than 300 g shall be classified as a minor defect.
o The lot size shall be expressed in sachets. The sample unit shall be one filled and
sealed sachet
o The inspection level shall be S-3 and the AQL, expressed in terms of defects per
hundred units, shall be 2.5
o The results shall be reported to the nearest 0.1 g. In addition, the lot shall be
rejected if the sample average net weight is less than 200 g.
Page 63 of 118 USAID/ KEMSA MCP OIT 001/2019-20
9.8 Packaging and Labelling specifications
9.8.1 General Requirements
o The material used for packaging shall be generally recognized as safe (GRAS) for
use with food in accordance in accordance with good manufacturing practices
(see attached)or other standards and regulations with accepted standards and
regulations.
o Recycled, recovered, or environmentally preferable materials should be used to
the maximum extent possible, provided that the material meets or exceed the
material requirements cited herein
o All labelling, package inserts and specifications shall be in English
o Each Secondary package should have a Product information insert in English
containing:
o Product Name (both International Non-proprietary Name)
o Nutritional information
o Composition / ingredients
o Indications
o Dosage and administration
o Contraindications
Precautions
Adverse effects
o ll branding and marking for the primary secondary and tertiary packages shall
comply to the NHPplus Branding and Marking plan requirements
9.8.2 Primary package labelling requirements
The primary package is a sachet of 300g; 185mm length by 150mm width
o Product Name (International Non-proprietary Name)
o Nutritional information
o Composition / ingredients
o Batch number
o Manufacturing date
o Best before date
o Directions for use: Should indicate “For single use only”
o Dosage
o Should have a label “USAID/KEMSA MCP- Not for sale” clearly labelled in a
place where it is visible.
9.8.3 Secondary package requirements and labelling
o The secondary package for FBF Pregnant or Postpartum mothers is a transparent
low density polyethylene (LDPE) bag 300mm length x 480 mm width)
Page 64 of 118 USAID/ KEMSA MCP OIT 001/2019-20
o The LDPE bag contain 15 sachets of 300g each of FBF Pregnant or Postpartum
mothers and each bag shall meet the following labelling requirements
minimum gross weight of a bag should be 4500g or 4.5 kg
Product Name (International Non-proprietary Name)
Batch number
Manufacturing date
Best before date
Storage instructions
Manufacturers contact information and physical address
Should have a label “USAID/KEMSA MCP - Not for sale” clearly
labelled in a place where it is visible
Specified branding requirements for USAID
9.8.4 Tertiary package requirements and labelling
o Corrugated Fibreboard Shipping boxes (Shipping Container) – Shall contain 4
bags of 4.5kg of FBF Pregnant or Postpartum mothers. The shipping container
will be a regular slotted container constructed of a minimum 450lb (204kg) burst
test, corrugated fibreboard.
o The outside dimensions of each shipping container will be no less than 280mm in
height, and cases should be designed to the optimal dimensions to fill at least 80%
of the cubic capacity of a 20 foot intermodal when stacked two pallets high.
o Cases of dimensions shall be no less 280mm. height x 460mm. length x 275 mm.
width and will have been found to comply with this requirement (when stacked 6
cases per layer and five tiers high on a standard pallet).
o Other case dimensions will be considered providing the height of the case does
not exceed 300mm and the pallets, when double stacked, can fill at least 80% of
the cubic capacity of a 20 foot intermodal
o The corrugated fibreboard will meet the following labelling specifications:
Product Name (both International Non-proprietary Name)
Batch number
Manufacturing date
Best before date
Quantity of the tertiary package will be determined by weight and should
contain 4 bags of 4.5kg each of FBF Pregnant or Postpartum mothers , the
carton should have a minimum gross weight of 18 kg
Storage instructions
Manufacturers contact information and physical address
Should have a label “USAID/KEMSA MCP - Not for sale” clearly
labelled in a place where it is visible.
Page 65 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Should fulfil brand and marking plan of NHPplus
9.9 Manufacturer’s Product Assurance
o The manufacturer shall certify that the FBF Pregnant or Postpartum mothers
provided, meets the requirements of this technical specifications
o The purchaser or procuring entity shall require proof of conformance
9.10 Regulatory Requirements
o The delivered FBF Pregnant or Postpartum mothers shall comply with all
applicable Government , County, and local by-laws and regulations relating to the
manufacturing, storage, and distribution of packaged foods for human
consumption, including all applicable provisions of Food, Drugs and Chemical
Substances Act Chapter 254 (2012), Public Health Act Cap 242 (2012) and
regulations promulgated thereunder
o All certificates of analysis for both raw materials and delivered FBF Pregnant or
Postpartum mothers will be from a Kenya National Accreditation Services
(KENAS) accredited laboratories or from labs with valid ISO 17025:2005
certification.
9.11 Quality Assurance Provisions
The product manufacturer shall be required to provide evidence, by certificate, that the
manufacturing plant has undertaken one of the following quality assurance measures within 12
months prior to providing a bid, or no later than 10 business days from the date of awarding of
the contract.
Failure to provide this documentation within the proper time frame may result in the contract
being terminated for cause
9.11.1 ISO 22000 Assessment
o A supplier quality assessment (SQA) verifies the manufacturer's capability to
produce products in a clean sanitary environment in accordance with ISO 22002-
1:2009 – Prerequisite programmes on food safety part 1: Food Manufacturing
and verifies that the manufacturer has in place an internal quality assurance and
food safety program
o A supplier quality audit (SQA) based on ISO 22000:2005 by a third party auditing
service is required within 12 months prior to the date of the awarding of the
contract.
o The food manufacturer must have attained an SQA score of 75% or above
o The food manufacturer must be ISO 22000 certified
o The relevant certificate/letter bearing the name of any of the above bodies must be
submitted for scrutiny
Page 66 of 118 USAID/ KEMSA MCP OIT 001/2019-20
9.11.2 Kenya Bureau of Standards (KEBS) certification
o KEBS is the standards authority in Kenya and therefore all food must be approved
as safe for human consumption
o The locally produced FBF Pregnant or Postpartum mothers must have the
Standardization mark as this is a mandatory product certification scheme for
locally manufactured products provided for under section 10 of the Standards Act
Cap 496, Laws of Kenya
o The Ministry of Health, through legal notice 62 of 15th June 2012 introduced the
food fortification logo which is administered by KEBS; manufacturers are
encouraged to apply for fortification mark for FBF Pregnant or Postpartum
mothers’ products.
10.0 LOT III: FORTIFIED BLENDED FOOD (FBF) Children 6 – 59 months
10.1 Scope
This technical specification covers Fortified Blended food (FBF) for children aged 6 months
to 59 months, packaged in flexible packaging, suitable for use by Government, humanitarian
agencies, and non- governmental organizations for the treatment and prevention of moderate
acute malnutrition (MAM) in any cultural setting. The FBF – Children is expected to be
used as part of a Nutrition Assessment Counselling and Support (NACS) intervention
program for targeted children between the 6 to 59 months diagnosed with MAM in
accordance with Integrated Management of Acute Malnutrition guidelines for the
management of MAM and NASCOP Food by Prescription protocol.
The FBF Children may be used as the sole source of food, except water and breast milk,
during the period of use and to provide adequate energy, protein, fat, vitamins, and minerals
to effectively resolve MAM and meets the specifications of the WHO. Technical note:
supplementary foods for the management of moderate acute malnutrition in infants and
children 6–59 months of age. Geneva, 2012.
The FBF Children shall conform to the following list which shall be specified in the
contract, or purchase order. The FBF – Children will be used by multiple ethnic and cultural
groups. No alcohol, animal products other than dairy products, nor any known allergens
except, soy, and dairy products shall be used in the manufacture of these items. According
to guidance from WHO the FBF Children “These foods are usually solid or semi-solid foods
with low water content, which can be cooked every day at home in the form of porridge or
soups for children.” 10.2 Salient characteristics
10.2.1 Processing
o The FBF Children must be processed in accordance with applicable Codex
Alimentarius guidelines i.e. General Principles of food hygiene (CAC/RCP 1-
Page 67 of 118 USAID/ KEMSA MCP OIT 001/2019-20
1969) and Code of Hygienic practice for powdered formulae for infants and
young children (CAC/RCP 66 – 2008)
o The FBF Children may be processed under HACCP (Hazard Analysis of Critical
Control Points), International Organization for Standardization (ISO) Standard
22000, or other standards that assure the safety and quality of the product.
o The dry ingredients shall be Food Chemicals Codex (FCC) purity or U.S.
Pharmacopeia (USP) - National Formulary quality, as appropriate, and free from
foreign materials.
o Additives shall not exceed levels allowable by the Codex Alimentarius.
10.2.2 Ingredients
o The ingredients for the FBF Children shall comply with the requirements cited
below. Any stabilizers or emulsifiers used must be specifically identified, and the
product will contain no animal products other than dairy products. .
o An energy intake of 25 kcal/kg/day in addition to the requirements of non-
malnourished children is likely to support a weight gain of 5 g/kg/day, based on
average tissue composition.
o The suggested concentrations for nutrients in the FBF Children are calculated as
an example when supplementary foods provide 70% of energy. This does not
constitute a recommendation that supplementary foods should provide 70% of the
energy intake of moderately malnourished children. The formulation is such that
it would be safe and effective if the quantity taken by moderately malnourished
children represented 100% of the energy needs and that it would also provide
benefit, although of a lesser order of magnitude, if taken in lower quantities.
There is no evidence to determine maximum levels for some nutrients. (WHO,
2012)
o The Type I, Extruded FBF children shall have an energy content of 420 to 480
kilocalories (kcal) per 100 grams;
o The energy density of FBF children when they are ready to be consumed should
be not less than 0.8 kcal/g.
o The Type I, Extruded FBF Children shall have a protein content of between 10.0
to 12.0 percent of kcal and shall have a Protein digestibility-corrected amino acid
score >70%. Corresponds to cereal/legume mixtures, milk and animal proteins.
The sources of protein may be dairy, protein concentrates, vegetable proteins or
protein isolates.
o The Type I, Extruded FBF Children shall have a lipid content between 8 and 9
percent of the kcal. The only added oils allowed will be canola oil or soybean oil.
Partially hydrogenated (Trans) fatty acids shall not be used in Extruded FBF
Children (CODEX STAN 074-1981, Revised 1-2006).
Page 68 of 118 USAID/ KEMSA MCP OIT 001/2019-20
o The FBF Children shall include omega-6 fatty acid series and should comprise at
least 4.5% of energy (5 g/1,000 kcal), the omega-3 fatty acid series should
comprise at least 0.5% of energy (0.85 g/1,000 kcal), and the total fat content of
the diet used to treat moderately malnourished children should provide 35% to
45% of the dietary energy.
o When dairy ingredients are used, at least 8 percent of the protein shall be derived
from milk products; such as, but not limited to whole whey protein, dry whole
milk, whole fat milk, or non-fat dry milk.
o The FBF Children shall not contain artificial antioxidants and artificial
flavourings
10.2.3 Water Activity
The Aw of the packaged product shall not be more than 0.60 10.2.4 Grains and legume ingredients
o When grain and/or legume products, are used as an ingredient, the manufacturer
shall provide a Certificate of Analysis (COA) as verification of aflatoxin testing.
o Permitted cereal flours are wheat, oats, rice, millet, barley, and sorghum; and
manufacturers shall present a COA as verification of applicable mycotoxin
testing.
10.2.5 Dairy ingredients
The inclusion of dairy ingredients is not mandatory for FBF Children, however, it should
be noted that the inclusion of milk powder as an ingredient improves the amino acid
profile (has a high Protein Digestibility Corrected Amino Acid Score) and it is a good
contributor of bioavailable calcium and potassium. In addition, it has a specific
stimulating effect on linear growth and insulin growth factor 1 (IGF-1) levels in the child
and does not contain anti-nutrients. (WHO, 2012)
The dairy ingredients shall be derived from milk products such as, but not limited to:
o Whole whey protein;
o Dry whole milk (Codex Standard for Milk Powders and Cream Powder [CODEX
STAN 207-1999] 8, non-fat dry milk (Codex Standard for Milk Powders and
Cream Powder, [CODEX STAN 207-1999];
o The dry whey and dry whole milk ingredients shall be no more than 9 months old
at the time of FBF Children production.
o Dairy ingredient manufacturers must certify that the dairy ingredients provided
are melamine free and the manufacturer shall provide a COA to the purchaser.
10.2.6 Sweeteners
The Type I – Extruded FBF Children may contain natural sweeteners, except honey.
Honey is not permitted due to potential toxicity from Clostridium botulinum.
Page 69 of 118 USAID/ KEMSA MCP OIT 001/2019-20
10.2.7 Stability
The Type I, Extruded, shall be stable at temperatures ranging from -15 to 49°C. There
shall be no more than slight oil separation throughout the shelf life of the product. 10.2.8 Fortification.
o The FBF Children shall be fortified with a vitamin and mineral premix, meeting
the requirements in Table I, which is in accordance WHO. Technical note:
supplementary foods for the management of moderate acute malnutrition in
infants and children 6–59 months of age.
o Unless otherwise required in the solicitation, contract, or purchase order, the
manufacturer will provide a COA stating that the vitamin and mineral premix
meets the requirement listed in Table I.
Table 1: Nutrient requirements of FBF Children premix
Nutrient per 1000 kcal Unit Minimum Maximum
Proteinc g 20 43
Fat g 25 65
Minerals
Sodium (Na) mg — 500
Potassium (K) mg 1500 2200
Magnesium (Mg) mg 280 420
Phosphorus (P)d mg 850 1400
Zinc (Zn) mg 20 35
Calcium (Ca) mg 1000 1400
Copper (Cu) mg 1 3.5
Iron (Fe)e mg 18 30
Iodine (I) µg 150 350
Selenium (Se)f µg 35 90
Manganese (Mn) mg 1 2g
Vitamins, water soluble
Thiamin (B1) mg > 1 —
Riboflavin (B2) mg > 4 —
Pyridoxine (B6) mg > 2 —
Cobalamine (B12) µg > 5 —
Folate (dietary folate
equivalent)
µg > 400h —
Niacin mg > 25 —
Ascorbate (vitamin C) mg > 150 —
Pantothenic acid mg > 5 —
Biotin µg > 20 —
Vitamins, fat soluble
Retinol (vitamin A) µg 2000 3000
Cholecalciferol (vitamin D) µg 20 60
Page 70 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Vitamin E (dl-α tocopherol
acetate)
mg >30 —
Phytomenadione (vitamin K) µg >50 —
Fatty acids
ω-6 fatty acid % energy >4.5 <10
ω-3 fatty acid % energy >0.5 <3
Trans-fatty acids % total fat 3
Ratios of nutrients (based on
weight)
Ca/P ratio 1.0 1.5
Zn/Cu ratio 5 20
Zn/Fe ratio 0.8 3.5
Vitamin C/Fe 3 16
Table 2: Mineral and vitamin compounds currently used in supplementary foods available on the
market for the dietary management of moderate acute malnutrition in children
Minerals Chemical form Lipid-based nutrient
supplements
Fortified blended
foods
Iron Ferrous sulfate x –
Ferrous fumarateb x x
Coated ferrous
fumarate
x x
Coated ferrous sulfate x x
Ferrous gluconate x x
NaFeEDTAa x x
Zinc Zinc sulfateb x x
Zinc oxide (x) (x)
Copperc Copper sulfated x —
Encapsulated copper
sulfatee
— (x)
Copper gluconatee — (x)
Iodine Potassium iodidef x x
Potassium Potassium chlorideg x x
Magnesium Magnesium sulfate x x
Magnesium oxideb — x
Magnesium citrate x x
Magnesium
gluconate
x x
Calcium and
phosphateh
Dicalcium phosphate x x
Tricalcium phosphate x x
Page 71 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Seleniumi Sodium selenite x x
Sodium selenate x x
Manganese Manganese sulfate x x
Manganese gluconate x x
a) The intake of ethylenediaminetetraacetic acid (EDTA) (including other dietary sources)
should not exceed 1.9 mg EDTA/kg of body weight/day (15, 16).
b) Bioavailability with low stomach acidity is questioned.
c) Addition of copper is recommended, unless it negatively affects product stability, such as
in blended flours. The total amount of zinc in the product should respect the limits of the
Zn/Cu ratio and thus depends on whether copper is added to the product.
d) Most soluble form.
e) Stability of fortified blended foods when adding copper needs to be tested.
f) A formulation is needed that avoids caking/lumping.
g) The amount needs to be limited because of taste impact and formulation with anti-caking
compound is needed.
h) Best calcium/phosphate ratio.
i) Ensure homogeneity in food because of the low toxicity limit for selenium
Vitamins
Chemical form
Lipid-based nutrient
supplements
Fortified blended
foods
Vitamin A Dry vitamin A
acetate
x –
Dry vitamin A
palmitate
x –
Dry vitamin A
palmitate beadlet
– x
Dry vitamin A
palmitate spray dried
– x
Vitamin D Dry vitamin D3 spray
dried
x x
Dry vitamin D3
beadlet
– x
Dry vitamin E acetate
50%
x x
Vitamin K Dry vitamin K 5% x x
Vitamin B1j Thiamine
hydrochloride
x —
Thiamine
mononitrate
x x
Page 72 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Vitamin B2k Riboflavin x —
Riboflavin fine
powder
— x
Vitamin B6 Pyridoxine
hydrochloride
x x
Niacin Niacin amide x x
Folic acid Folic acid x x
Vitamin B12 Vitamin B12 0.1%
spray dried or 1%
spray dried
x x
Vitamin C Ascorbic acidm x x
Ascorbic acid fine
powdern
x x
Sodium ascorbateo x x
Sodium selenate x x
Pantothenic
acid
Calcium p-
panthothenate
x x
Biotin Biotin 1% x x j Cannot be used in flour because of ability to absorb water. k Shows as yellow spots, but not visible in lipid-based nutrient supplements l Fine powder does not show as yellow spots. m Sour taste, disappears after cooking. n Less acid taste. oLess acid taste, but more costly
10.3 Finished Product
10.3.1 Appearance and texture
The Type I, FBF Children shall be free flowing and homogeneous when reconstituted and
cooked into porridge; shall be free of lumps; the porridge shall not separate and be free of a
gritty, grainy, and sandy texture 10.3.2 Flavour and odour.
The Type I, FBF Children shall be free from foreign odours and flavours such as, but not
limited to burnt, scorched, rancid, malted, sour, or stale. The FBF CHILDREN shall not
contain any artificial flavouring. 10.3.3 Colour
The Type I, FBF Children shall have a cream to light brown colour. The Type I, FBF
Children shall not have a dull, grey tinge, or other abnormal cast. The FBF children shall
show no evidence of over cooking during extrusion (materially darkened or scorched). 10.3.4 Foreign material.
The FBF Children shall be clean, sound, wholesome, and free from evidence of rodent or
insect infestation.
Page 73 of 118 USAID/ KEMSA MCP OIT 001/2019-20
10.3.5 Age requirement (Shelf Life)
o Unless otherwise specified in the solicitation, contract, or purchase order the FBF
Children shall not be more than 90 days old when it leaves the manufacturer’s
plant for delivery to purchaser.
o The FBF Children shall have a shelf life of at least 12 months when stored at
25°C.
10.3.6 Product standard
o Unless otherwise specified in the solicitation, contract, or purchase order, a
sample of the FBF Children shall be subjected to product demonstration model
(PDM) inspection as applicable, in accordance with the requirements of this
technical specifications
o The approved sample shall serve as the product standard when evaluating each
production lot
o Any failure to conform to the finished product requirements or any appearance or
palatability failure shall be cause for rejection of the lot
o Should the manufacturer at any time plan to, or actually produce the product using
different formulation or process methodologies from the approved product
standard, which result in a product non comparable to the product standard, the
manufacturer shall arrange for a replacement PDM approval
o In any event, all product produced must meet all requirements of this technical
specifications including product standard comparability.
10.4 Analytical Requirements
10.4.1 Proximate and microbiological requirements
Unless otherwise specified in the solicitation, contract, or purchase order the proximate and
microbiological testing requirements for the FBF CHILDREN shall be as follows:
Test Tolerance
Energy 420 - 480kcal/100g
Protein 10-12 percent of kcal
Total Fat 9 – 10 percent of kcal
Water Activity(Aw) Less than 0.60
Crude fibre 3.0%
Standard plate count Not more than 10,000 Colony Forming
Units(CFU)/g
Aflatoxin Less than 5 parts per billion (ppb) total
Alfatoxin
Melamine/ Cyanuric acid Less than 25 ppb
Coliform Less than 10 CFU/g or less than 3 Most
Probable Number (MPN)/g
Page 74 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Yeast Not more than 10 in 1g
Mould Not more than 50 in 1g
Clostridium perfrigens Negative
Salmonella Negative
E.coli Negative
Listeria monocytogenes Negative
Staphylococcus aureus Negative (coagulase positive)
Cronobacter sakazakii Negative in 10g
Vitamin A 0.8 - 1.1 mg/100 g
Vitamin B1 Minimum 0.5 mg/100 g
Vitamin C Minimum 50 mg/100 g
Iron 10 - 14 mg/100 g
10.4.2 Product verification
When verification of the proximate, chemical, and microbiological testing requirements is
specified in the solicitation, contract, or purchase order, analytical testing shall be performed
on composite samples.
o For proximate tests the composite sample shall be 500 g (0.5kg).
o For the Aflatoxin test a single composite sample shall be produced from 60
randomly drawn sachets
o For microbiological tests five homogenized composite samples shall be produced
from a total of 60 randomly drawn sachets (12 per composite) per production lot /
batch
10.4.3 Test portion size for microbiological tests
The test portions for microbiological tests shall be derived from each of the five composite
samples specified in Sec. 5.1.
o The test portion size for testing aerobic plate count, coliform, and yeast and
mould shall be 25 g (0.025kg);
o Salmonella shall be 125 g (0.125kg);
o Staphylococcus aureus (coagulase positive), Clostridium perfringens, E.coli, and
Listeria monocytogenes shall be 25 g (0.025kg) each.
o Cronobacter sakazakii shall be 10 g (0.01kg) each.
10.4.4 Proximate and microbiological testing
When specified in the solicitation, contract, or purchase order, the analysis shall be
performed in accordance with the following methods from the AOAC International Official
Methods of Analysis (OMA), the FDA Bacteriological Analytical Manual (BAM), or as
specified below:
Test Method
Page 75 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Protein 988.05, 992.15
Total Fat 991.36, 2007.04, 2008.06
Water Activity(Aw) 978.18
Standard plate count 966.23, 990.12, 2008.10, or BAM, Ch 3
Aflatoxin 990.33, 991.31, 998.03, or 999.07
Melamine/ Cyanuric acid FDA LIB 4421, FDA LIB 4422, FDA LIB
4423
Coliform 966.24, 986.33, 989.19, 991.14, 2000.15,
2008.10, or BAM, Ch. 4
Yeast 997.02, 995.21
Mould 997.02, 995.21
Clostridium perfrigens 976.30 or BAM, Ch. 16
Salmonella 2004.03, 2003.09, 2011.03, or BAM, Ch. 5
E.coli 966.24, 986.33, 989.19, 991.14, 2000.15,
2009.02, or BAM, Ch.4
Listeria monocytogenes 992.18, 2003.12, 2004.02, or 2010.02
Staphylococcus aureus 2003.07, 2003.08, or 2003.11
Cronobacter sakazakii ISO 22964 or BAM ucm289378
Vitamin A 2001.13, 2011.11, or 2011.13
Vitamin B1 986.27, 957.17
Vitamin C 967.21, 985.33, or 985.33
Iron 985.35, 984.27, or 999.10 10.4.5 Test results
o The test results for protein shall be reported to the nearest 0.1 percent.
o The test results for aflatoxin shall be reported as negative when the results are not
greater than 5 ppb.
o The test results for melamine/cyanuric acid shall be reported as negative when the
results are not greater than 25 ppb.
o The test results for Aw shall be reported to the nearest 0.01 value. No individual
sample shall have an Aw value exceeding 0.60.
o The test results for standard plate count and yeast and mould shall be reported to
the nearest 10 CFU per g.
o The test results for coliform and E. coli shall be reported to the nearest 10 CFU
per g or to the nearest MPN per g.
o The test results for Clostridium perfringens, Salmonella, Listeria monocytogenes,
Staphylococcus aureus (coagulase positive), and Cronobacter sakazakii shall be
reported as negative or positive.
o Test results for Vitamin A, Vitamin B1 (Thiamin), Vitamin C, iron, and fat shall
be reported with units and precision as specified or as described in the test
method.
Page 76 of 118 USAID/ KEMSA MCP OIT 001/2019-20
o Any result not conforming to the analytical testing shall be cause for rejection of
the lot/batch
10.5 Packaging Requirements and Examinations
10.5.1 Sachet material
o The sachet material shall be capable of being fabricated into sachets.
o The material used for the sachet shall be generally recognized as safe (GRAS) for
use with food in accordance with accepted standards and regulations.
o Recycled, recovered, or environmentally preferable materials should be used to
the maximum extent possible, provided that the material meets or exceed the
material requirements cited herein.
o The size of the sachet shall be 185mm in length and 150mm in width
10.5.2 Oxygen transmission rate
o The oxygen transmission rate (O2TR) of the material shall not exceed 0.06
cc/m2/24 hrs/atm. The O2TR of the material shall be determined in accordance
with ASTM D 3985, at 23°C and 50 percent relative humidity (RH).
o Any O2TR exceeding 0.06 cc/m2/24 hrs/atm shall be considered a test failure and
shall be cause for rejection of the lot.
o Compliance to the O2TR requirement may be verified by COA from the
packaging manufacturer.
10.5.3 Water vapour transmission rate.
o The water vapor transmission rate (WVTR) of the material shall not exceed 0.01
gm/m2/24 hrs.
o The WVTR of the material shall be determined in accordance with ASTM F 372,
at 38°C and 90 percent RH.
o Any WVTR exceeding 0.01 gm/m2/24 hrs shall be considered a test failure and
shall be cause for rejection of the lot.
o Compliance to the WVTR requirement may be verified by COA from the
packaging manufacturer.
10.5.4 Filled and sealed sachets.
o Filled and sealed sachets shall be free of damage (such as, but not limited to:
tears, cuts, holes, or if a multi-layer laminate is used, abrasions through one or
more layers in the sachet material, or leakage through any seal).
o The sachet material shall not transfer any foreign flavour or odour to the product
being packaged.
10.5.4.1 Closure seal
o The closure seal width shall be a minimum 2.5 mm.
Page 77 of 118 USAID/ KEMSA MCP OIT 001/2019-20
o The closure seal shall be free of impression or design on the seal surface that
would conceal or impair visual detection of seal defects.
o The closure seal shall be free of wrinkles, occluded matter, or evidence of
entrapped moisture or grease that reduces the closure seal width to less than 1.6
mm at any location along its continuous path.
10.5.4.2 Internal pressure
The sachets shall be filled and hermetically sealed such that they shall withstand the
applicable pressure for 30 seconds. 10.5.5 Filled and sealed sachet examination
The filled and sealed sachets shall be examined for the defects listed in Table 3 utilizing
ANSI/ASQC Z1.4, Sampling Procedures and Tables for Inspection by Attributes, in effect
on the date of the solicitation. The lot size shall be expressed in sachets. The sample unit
shall be one filled and sealed sachet. The inspection level shall be 1 and the acceptable
quality level (AQL), expressed in terms of defects per hundred units shall be1.5 for major
defects and 4.0 for minor defects. A minimum of 200 samples shall be examined for critical
defects. The finding of any critical defect shall be cause for rejection of the lot
Notes
o Any evidence of insect or rodent infestation shall be cause for rejection of the lot.
o A critical defect is a defect that judgment and experience indicate would result in
hazardous or unsafe conditions for individuals using the item.
o A major defect is a defect, other than critical, that is likely to result in failure, or
to reduce materially the usability of the unit of product for its intended purpose.
o A minor defect is a defect that is not likely to reduce materially the usability of
the unit of product for its intended purpose, or is a departure from established
standards having little bearing on the effective use or operation of the unit.
o Aberrations in sachet material or heat seals include:
Major fold-over wrinkles or severe wrinkles, that extend into heat seal
area and reduce effective seal width to less than 1.6 mm or
Severe wrinkles in the body of the sachet along the inside edges of the
heat seals.
Sachets exhibiting one or more of these aberrations shall be tested in
accordance with internal pressure testing procedures
Table 3: Filled and Sealed sachets defects
Category Defect
Critical Major Minor Both sachets 1 Tear, hole, or open seal
2 Aberrations in sachet material or heat seals resulting from
heat sealing, sachet fabrication, hot filling or heat
Page 78 of 118 USAID/ KEMSA MCP OIT 001/2019-20
processing that reduce the effective closure seal width to
less than 1.6 mm (1/16 in)
101 Seal width not as specified
102 Not heat sealed as specified
103 Inside sachet dimensions not as specified
104 Closure seal not located as specified
105 Closure or top seal extends into or below tear notch
location
106 Not clean
107 Required labeling or marking missing, incorrect, illegible
or that smudges
108 Embossed code marking not located as specified
109 Distance between inside edge of tear notch or serrations
and inside edge of seal is less than 4.7625 mm (3/16 in)
110 Presence of entrapped matter (for example, product
residue) that reduces the effective closure seal to less than
1.6 mm (1/16 in) wide
201 Tear notch or serrations missing
202 Tear notch or serrations not located as specified
203 Depth of tear notch or serrations not as specified
204 Excess sachet material at edges exceeds 4.7625 mm
(3/16in)
3 Swollen sachet
111 Sachet has foreign odour
112 Evidence of loss of vacuum
10.5.6 Sachet leakage and delamination examination
o All exterior surfaces and edges of the filled and sealed sachet shall be examined
visually for product leakage while applying a manual kneading action which
forces the product against the interior sachet surface in the area being observed.
o After leakage testing, the sachet shall be examined for evidence of delamination.
o Any product leakage from the sachet or evidence of delamination of the sachet
shall be classified as a major defect, except delamination of outer ply when
located in the seal area 1.6 mm or further from the food product edge of seal.
o Sachets exhibiting this type of delamination shall be tested by manually flexing
the delaminated area 10 times. The area of delamination shall be held between the
thumb and forefinger of each hand with both thumbs and forefingers touching
each other.
o The delamination area shall then be rapidly flexed by rotating both hands in
alternating clockwise - counter clockwise directions.
Page 79 of 118 USAID/ KEMSA MCP OIT 001/2019-20
o Care shall be exercised when flexing delaminated area near the tear notches to
avoid tearing the sachet material. After flexing, the separated outer ply shall be
grasped between the thumb and forefinger and gently lifted toward the food
product edge of the seal.
o If the separated area is too small to be held between thumb and forefinger, a
number two stylus shall be inserted into the delaminated area and a gentle lifting
force applied against the outer ply.
o If separation of the outer ply can be made to extend to less than 1.6 mm (1/16 in)
from the product edge of the seal with no discernible resistance to the gentle
lifting, the sachet shall be rejected.
o The lot size shall be expressed in sachets.
o The sample unit shall be one filled and sealed sachet.
o The inspection level shall be 1 and the AQL, expressed in terms of defects per
hundred units, shall be 0.65 for major defects
10.5.7 Internal pressure test
o Internal pressure resistance shall be determined by pressurizing the sachets while
they are restrained between two rigid plates.
o The plates shall be 12.7 + 1.6 mm (1/2 + 1/16 in) apart or 25.4 + 1.6 mm (1 +
1/16 in) apart. If a three-seal tester (one that pressurizes the sachet through an
open end) is used, the closure seal shall be cut off for testing the side and bottom
seals of the sachet; for testing of the closure seal, the bottom seal shall be cut off.
o The sachets shall be emptied prior to testing. If a four-seal tester (designed to
pressurize filled sachets by use of a hypodermic needle through the sachet wall) is
used, all four seals can be tested simultaneously.
o Pressure shall be applied gradually until 17 psig pressure is reached. The 17 psig
pressure shall be held constant for 30 seconds and then released.
o The sachets shall then be examined for separation or yield of the seals.
o Any rupture of the sachet or evidence of seal separation greater than 1.6 mm in
the sachet manufacturer's seal shall be considered a test failure.
o Any seal separation that reduces the effective closure seal width to less than 1.6
mm shall be considered a test failure and shall be cause for rejection of the lot.
10.5.8 Net weight examination
o The net weight of the filled and sealed sachets shall be determined by weighing
each sample unit on a suitable scale tared with a representative empty sachet.
o Any individual net weight of less than 200 g shall be classified as a minor defect.
o The lot size shall be expressed in sachets. The sample unit shall be one filled and
sealed sachet
Page 80 of 118 USAID/ KEMSA MCP OIT 001/2019-20
o The inspection level shall be S-3 and the AQL, expressed in terms of defects per
hundred units, shall be 2.5
o The results shall be reported to the nearest 0.1 g. In addition, the lot shall be
rejected if the sample average net weight is less than 200 g
10.6 Packaging and Labelling specifications
10.6.1 General Requirements
o The material used for packaging shall be generally recognized as safe (GRAS) for
use with food in accordance in accordance with good manufacturing practices
(see attached)or other standards and regulations with accepted standards and
regulations.
o Recycled, recovered, or environmentally preferable materials should be used to
the maximum extent possible, provided that the material meets or exceed the
material requirements cited herein
o All labelling, package inserts and specifications shall be in English
o Each Secondary package should have a Product information insert in English
containing:
Product Name (both International Non-proprietary Name)
Nutritional information
Composition / ingredients
Indications
Dosage and administration
Contraindications
Precautions
Adverse effects
All branding and marking for the primary secondary and tertiary packages shall comply to
the NHPplus Branding and Marking plan requirement
10.6.2 Primary package labelling requirements
The primary package is a sachet of 200g ; 185mm length by 150mm width
o Product Name (International Non-proprietary Name)
o Nutritional information
o Composition / ingredients
o Batch number
o Manufacturing date
o Best before date
o Directions for use: Should indicate “For single use only”
o Dosage
Page 81 of 118 USAID/ KEMSA MCP OIT 001/2019-20
o Should have a label “USAID/KEMSA MCP - Not for sale” clearly labelled in a
place where it is visible.
10.6.3 Secondary package requirements and labelling
o The secondary package for FBF Children is a transparent low density
polyethylene (LDPE) bag 300mm length x 480 mm width)
o The LDPE bag contain 15 sachets of 200g each of FBF Children and each bag
shall meet the following labelling requirements
minimum gross weight of a bag should be 3000g or 3 kg
Product Name (International Non-proprietary Name)
Batch number
Manufacturing date
Best before date
Storage instructions
Manufacturers contact information and physical address
Should have a label “GOK - Not for sale” clearly labelled in a place where
it is visible
Specified branding requirements for USAID
10.6.4 Tertiary package requirements and labelling
o Corrugated Fibreboard Shipping boxes (Shipping Container) – Shall contain 5
bags of 3kg of FBF Children. The shipping container will be a regular slotted
container constructed of a minimum 450lb (204kg) burst test, corrugated
fibreboard.
o The outside dimensions of each shipping container will be no less than 280mm in
height, and cases should be designed to the optimal dimensions to fill at least 80%
of the cubic capacity of a 20 foot intermodal when stacked two pallets high.
o Cases of dimensions shall be no less 280mm. height x 460mm. length x 275 mm.
width and will have been found to comply with this requirement (when stacked 6
cases per layer and five tiers high on a standard pallet).
o Other case dimensions will be considered providing the height of the case does
not exceed 300mm and the pallets, when double stacked, can fill at least 80% of
the cubic capacity of a 20 foot intermodal
o The corrugated fibreboard will meet the following labelling specifications:
Product Name (both International Non-proprietary Name)
Batch number
Manufacturing date
Best before date
Page 82 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Quantity of the tertiary package will be determined by weight and should
contain 5 bags of 3kg each of FBF Children, the carton should have a
minimum gross weight of 15kg
Storage instructions
Manufacturers contact information and physical address
Should have a label “GOK - Not for sale” clearly labelled in a place where
it is visible.
Should fulfil brand and marking plan of NHPplus
10.7 Manufacturer’s Product Assurance
The manufacturer shall certify that the FBF Children provided, meets the requirements of
this technical specifications
The purchaser or procuring entity shall require proof of conformance
10.8 Regulatory Requirements
The delivered FBF Children shall comply with all applicable Government , County, and
local by-laws and regulations relating to the manufacturing, storage, and distribution of
packaged foods for human consumption, including all applicable provisions of Food,
Drugs and Chemical Substances Act Chapter 254 (2012), Public Health Act Cap 242
(2012) and regulations promulgated thereunder
All certificates of analysis for both raw materials and delivered FBF Children will be
from a Kenya National Accreditation Services (KENAS) accredited laboratories or from
labs with valid ISO 17025:2005 certification.
10.9 Quality Assurance Provisions
The product manufacturer shall be required to provide evidence, by certificate, that the
manufacturing plant has undertaken one of the following quality assurance measures within 12
months prior to providing a bid, or no later than 10 business days from the date of awarding of
the contract.
Failure to provide this documentation within the proper time frame may result in the contract
being terminated for cause 10.9.1 ISO 22000 Assessment
o A supplier quality assessment (SQA) verifies the manufacturer's capability to
produce products in a clean sanitary environment in accordance with ISO 22002-
1:2009 – Prerequisite programmes on food safety part 1 : Food Manufacturing
and verifies that the manufacturer has in place an internal quality assurance and
food safety program
o A supplier quality audit (SQA) based on ISO 22000:2005 by a third party auditing
service is required within 12 months prior to the date of the awarding of the
contract.
Page 83 of 118 USAID/ KEMSA MCP OIT 001/2019-20
o The food manufacturer must have attained an SQA score of 75% or above
o The food manufacturer must be ISO 22000 certified
o The relevant certificate/letter bearing the name of any of the above bodies must be
submitted for scrutiny
10.9.2 Kenya Bureau of Standards (KEBS) certification
o KEBS is the standards authority in Kenya and therefore all food must be approved
as safe for human consumption
o The locally produced FBF Children must have the Standardization mark as this is
a mandatory product certification scheme for locally manufactured products
provided for under section 10 of the Standards Act Cap 496, Laws of Kenya
o The Ministry of Health, through legal notice 62 of 15th June 2012 introduced the
food fortification logo which is administered by KEBS; manufacturers are
encouraged to apply for fortification mark for FBF Children products
Page 84 of 118 USAID/ KEMSA MCP OIT 001/2019-20
1. Annual Production Plan /Schedule
The annual production plan will cover the period of one calendar year and will determine type and
quantity of products that will be processed during the period including the amount of goods in the inventory, and the rate at which goods are being distributed out of the inventory to determine the materials required to process the planned quantities of the nutrition commodities. The annual production plan will help to ensure that commodities processed are the right quantity of each type and delivered on time and will assist the subcontractor in raw material planning and continuous improvement on efficiency of its production processes.
2. ISO 22000 certificate
The ISO 22000 family of International Standards addresses food safety management. The consequences of unsafe food can be serious and ISO’s food safety management standards help organizations identify and control food safety hazards. International Standards are needed to ensure the safety of the global food supply chain. The ISO 22000 family contains a number of standards each focusing on different aspects of food safety management.
ISO 22000:2005 contains the overall guidelines for food safety
management.
ISO 22004:2014 provides generic advice on the application of ISO 22000
ISO 22005:2007 focuses on traceability in the feed and food chain
ISO/TS 22002-1:2009 contains specific prerequisites for food
manufacturing
ISO/TS 22002-2:2013 contains specific prerequisites for catering
ISO/TS 22002-3:2011 contains specific prerequisites for farming
ISO/TS 22002-4:2013 contains specific prerequisites for food packaging manufacturing
ISO/TS 22003:2013 provides guidelines for audit and certification bodies
3. KEBS Standardization Mark Certificate
This is a mandatory product certification scheme for locally manufactured products provided for under section 10 of the Standards Act Cap 496, Laws of Kenya.
4. KEBS Diamond Mark Certificate
The Diamond Mark of Quality (also referred to as D-Mark) is a voluntary product certification scheme operated by Kenya Bureau of Standards (KEBS). It is a mark of excellence awarded to manufacturers which have demonstrated high degree of excellence in product manufacturing and
quality. D-Mark permit holders thus qualify automatically for the standardization mark (SM) without any additional payments. The permit to use the mark is valid for period of three years subject to satisfactory quality performance and full compliance to other contractual obligations signed between KEBS and the permit holder.
5. Supplier Quality Audit Score of 75% or above
The supplier quality audit is an assessment of the five fundamental aspects of a food safety system
i.e. good manufacturing practices, regulatory compliance, HACCP, sanitation and quality control. The overall assessment is scored and this indicates the relative effectiveness of the food
Page 85 of 118 USAID/ KEMSA MCP OIT 001/2019-20
manufacturer’s ability to contain food safety risk. Kenya Nutrition and Health Program plus requires a score of 75% and above which indicates that the food manufacturer has a good food safety program which is fully executable for both risk identification and management. Hence low
associated risk of system failure.
6. Laboratory Analysis plan
The subcontractor shall provide FBF products that meet all required national standards of Food quality and safety. To provide assurance and verification of the proximate, chemical, and microbiological levels of the processed, the subcontractor will require to submit Food Analysis plan using accredited Food Analysis laboratory.
7. Conformity to Packaging and Labelling Requirements
The material used for packaging shall be generally recognized as safe (GRAS) for use with food in accordance in accordance with good manufacturing practices or other standards and regulations with accepted standards and regulations. Recycled, recovered, or environmentally preferable materials shall be used to the maximum extent possible, provided that the material meets or exceed the material requirements cited herein. All labelling, package inserts and specifications shall be in English (or Kiswahili where applicable) as defined in the technical specification for each product.
Shelf Life
The subcontractor guarantees a 75% shelf life on all its blended food products delivered to the designated warehouse.
I/We agree to abide with the above conditions.
Name of Applicant (Officer).......................................................................
Authorised Signature...............................................................................
Position in the Company/Title................................................... Date ---------------
1.12 OTHER TERMS AND CONDITIONS:
Issuance of this bidding document does not in any way obligate the Agent to award a purchase
order or subcontract, nor does it commit the Agent to pay for costs incurred in the preparation
and submission of a proposal.
This solicitation is subject to the Draft Order Terms and Conditions detailed in Section 2. Any
resultant award will be governed by these terms and conditions. The Agent reserves the right
to make revisions to the content, order, and numbering of the provisions in the actual
subcontract document prior to execution by The Agent and the selected awardee(s). Issuance
of a subcontract award is subject to availability of sufficient funds and applicable approvals
from USAID.
Page 86 of 118 USAID/ KEMSA MCP OIT 001/2019-20
2.0 DRAFT ORDER TERMS AND CONDITIONS
2.1 Acronyms and Definitions
Please see as referenced in Section 1 of the bidding document.
2.2 Subcontract Price Funding Type
USAID and in cooperation with the Government of Kenya, is authorized to award contracts under
the authority of USAID Contract No. AID-615-C-15-00003 funded by the US Government.
This is a fixed-price subcontract payable entirely in the currency indicated in the cover page.
The subcontractor shall be paid a fixed price for successfully supplying the commodities at the
prices proposed in their bid. The fixed price of this subcontract is $................................
No additional sums will be payable for any escalation in the cost of materials, equipment or labor,
or because of the Subcontractor's failure to properly estimate or accurately predict the cost or
difficulty of achieving the results required. The Agent will not adjust the subcontract price due to
fluctuations in currency exchange rates. The Agent will only make changes in the subcontract
price or time to complete due to changes made by The Agent in the work to be performed, or by
delays caused by The Agent.
2.3 Source and Origin The source and origin for all commodities and services supplied under this Subcontract must meet
USAID Geographic Code 935 (Free World). Products must be freshly manufactured and, if
applicable, shipped on US vessels, carriers, or vehicles unless not available and otherwise
authorized by The Agent.
2.4 Host Country Consular Fees, Duties, & Tariffs
This Subcontract is being awarded on behalf of the USAID, an official project of the Government
of the United States in Kenya, and as such, it is free and exempt from any consular or legalization
fees, inspection or validation charges, and any taxes, tariffs, duties or other levies imposed by laws
in effect in Kenya. No such fees, charges, tariffs, duties or levies will be paid under this
Subcontract.
2.5 Packing
All goods supplied under this contract must be packed according to the highest international
packing standards suitable to prevent theft, loss or damage, including water damage, to cargo
during transit and until safe arrival at the delivery point. The Goods should conform to standards
Page 87 of 118 USAID/ KEMSA MCP OIT 001/2019-20
specified in the following compendia: the British Pharmacopoeia, the United States
Pharmacopoeia, the French Pharmacopoeia, the International Pharmacopoeia, or the European
Pharmacopoeia, the latter particularly for raw materials. The standards shall be the each latest
edition at the time of bid submission unless otherwise stated by the Purchaser. In case the
pharmaceutical product is not included in the specified compendium, but included in the
Purchaser’s national essential drug list, the Purchaser should clearly indicate acceptable limits and
the Supplier, upon award of the Contract, must provide the reference standards and testing
protocols to allow for quality control testing.
Specific packing instructions include:
Properly sealed and designed in a manner so as to prevent tampering or provide evidence
of tampering
Each outer case or carton shall be five ply cardboard and strapped
No carton should contain Nutraceuticals products from more than one batch
Each unit pack/bottle must be packaged in its individual pack with the literature insert
(patient insert) inside the pack.
Not only the Nutraceuticals item, but also the packaging components (e.g bottles and
closures) must meet specifications suitable for use.
Each case must be palletized and shrink wrapped, and no pallet should contain
Nutraceuticals products from more than one batch unless prior approval has been received
for more efficient packaging depending on batch size. Each pallet should be numbered
serially for easy identification and that same number shall be included on the packing list.
2.6 Price Schedule
PRICE SCHEDULE A- SEA FREIGHT
PRICE SCHEDULE For each line item. Bidders are also required to indicate the country
of “origin” and the “source” of each line item in the final column on the right. See
Section 1.3 for definitions. Case packing, weight & volume per case should also be
provided for each product.
Page 88 of 118 USAID/ KEMSA MCP OIT 001/2019-20
No. Item Description
Unit of Measure
Quantity Unit Price
(USD)
Total Price
(USD)
Proposed Delivery schedule (effective date of contract signing)
Bidders Delivery schedule
Source and
Origin
Quantity in container e.g XX of 40ft + XX of 20ft
1 FBF for Children 6mths - <10 years Sachets 555,872
8-12 weeks (Indicate availability
of ex-stock quantities)
2 FBF for Pregnant and Lactating Women Sachets 169,837
8-12 weeks (Indicate availability of ex-stock quantities)
3 FBF for Adult Patients (including Children > age 10 years) Sachets 2,324,381
8-12 weeks (Indicate availability of ex-stock quantities)
Applicable incorterm for this Tender is DDU KEMSA Warehouse, Nairobi.
PRICE SCHEDULE B- AIR FREIGHT
PRICE SCHEDULE For each line item. Bidders are also required to indicate the country of “origin” and the “source” of each line item in the final column on the right. See Section 1.3 for definitions. Case packing, weight & volume per case
should also be provided for each product.
Page 89 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Item No.
Item Description
Unit of Measure
Quantity Unit Price (USD)
Total Price
(USD)
Proposed Delivery schedule
(effective date of contract signing)
Bidders Delivery schedule
Source and
Origin
Quantity in container e.g XX of 40ft + XX of 20ft
1 FBF for Children 6mths - <10 years Sachets 555,872
8-12 weeks (Indicate
availability of ex-stock
quantities)
2 FBF for Pregnant and Lactating Women Sachets 169,837
8-12 weeks (Indicate
availability of ex-stock
quantities)
3 FBF for Adult Patients (including Children > age 10 years) Sachets 2,324,381
8-12weeks (Indicate
availability of ex-stock
quantities)
Applicable incorterm for this Tender is DDU KEMSA Warehouse, Nairobi.
Page 90 of 118 USAID/ KEMSA MCP OIT 001/2019-20
1.11 SUBMISSION OF SAMPLES
The Supplier is responsible for providing the minimum required samples for quality evalaution
prior to delivery as shown in the table below:
# Item Description MINIMUM NO. OF
SAMPLES REQUIRED
1 FBF for Children 6mths - <10 years
1 Carton
2 FBF for Pregnant and Lactating Women
1 Carton
3 FBF for Adult Patients (including Children > age 10 years)
1Carton
BIDDERS SHOULD PROVIDE QUOTES FOR BOTH SEA AND AIR FREIGHT ANNEX B MARKING AND BRANDING REQUIREMENT
To promote and communicate to Kenyan beneficiaries that this USAID-funded activity is from the American People and to reduce the chances of commodities leaking into the
private market, USAID marking requirements will apply as hereunder: Each unit pack/Satchet must be marked with the black and white text only that reads
USAID | KEMSA - Not for Resale
(no logos/emblem will be required)
KEMSA has been in discussion with the Pharmacy and Poisons Board on the above issue
and wish to advise manufacturers that upon award of any commodity, the successful bidders will be required to undertake an amendment with the Pharmacy and Poisons
Board of Kenya to obtain approval for the above marking for supply of the awarded commodity to KEMSA.
The steps that will be required are:
Page 91 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Manufacturers through their local agents will need to submit a notification letter to Pharmacy and Poisons Board of Kenya to inform on the additional text on the
labels/packaging as indicated above.
This letter needs to include the reasoning for the change, clarify the text that will be included, attach a design of the old and new labels/packaging to demonstrate the difference.
Upon submission of the notification letter and payment of the required fees, copies of the same should be sent to KEMSA.
The Pharmacy and Poisons Board of Kenya has indicated that the lead time for approval
for the above is estimated to be seven (7) working days. The manufacturers will be required to inform KEMSA in the event of a delay of more than 15 days from submission
of documentation to the Pharmacy and Poisons Board of Kenya. ANNEX C
Invoicing and Shipping Instructions
INVOICE TO: USAID Kenya C/o American Embassy
UN Avenue, Gigiri Nairobi, Kenya.
CONSIGNED TO: Kenya Medical Supplies Authority (KEMSA)
Commercial Street, Industrial Area Nairobi/Kenya
SHIPPING MARKS: Kenya Medical Supplies Authority (KEMSA)
Commercial Street, Industrial Area Nairobi/Kenya
BY E-MAIL: Copy of Invoice
Copy of Packing list Copy of Certificate of Origin Copy of Airway Bill
Page 92 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Copy Certificate of Analysis for each
batch WITH THE GOODS OR TO DHL 3 Original invoices signed in ink
3 Original Packing lists 1 Original Certificate of Origin
1 Original Airway Bill 1 Original set of Certificate of Analysis
for each batch BY COURIER (FOR PAYMENT): Original Invoice
Original Packing list Original Certificate of Origin
Original Airway Bill Original Certificate of Analysis for each
batch Copy of certificate of receipt duly stamped by DHL
Complete bank details
2.7 Delivery Terms
Delivery terms are: DDU, named place of destination.
2.8 Packing Lists
A complete, itemized packing list shall be carried in a clearly marked "packing list" envelope
affixed to the outside of each shipping container used to deliver the goods. Each packing list must
show complete narrative descriptions of the goods, and all catalog numbers, if applicable.
2.9 Payment Terms
The method and conditions of payment to be made to the Supplier under this Contract shall be as
follows:
100% On Delivery & Acceptance: shall be paid within 60 days of delivery to Named place of
delivery, and submission of documents specified in GCC Clause 11 including an invoice (showing
Purchaser’s name; the Contract number, loan number; description of payment and total amount,
signed in original, stamped or sealed with the company stamp/seal) supported by the Acceptance
Certificate issued by the Purchaser, by direct bank transfer to the Supplier’s nominated bank
account.
Page 93 of 118 USAID/ KEMSA MCP OIT 001/2019-20
The fixed price of this sub contract shall include delivery of the deliverables as per Section 2.6,
which is inclusive of all costs associated with the manufacturer producing the products according
to the specifications. To facilitate the above payment, the supplier should provide four duly signed
and stamped original invoices per consignment.
SPECIAL NOTE: In the event some items have not been received or have been short packed or
are damaged or appear to be unusable, KEMSA will make a determination as to the quantities not
available for distribution, deduct the value of the items unavailable for distribution and authorize
payment minus the value of this quantity. KEMSA will require the supplier to provide a credit
note for the value of the quantity deducted. The supplier may also arrange for shipment of this
quantity along with quality, and packing certification from the independent laboratory, and
payment will be authorized for this quantity by, KEMSA, only on receipt, subject to quality
confirmation and goods being in good order in The Agent’s warehouse.
Instructions on the invoicing requirement can be found in Annex C.
2.10 Undertaking
The subcontractor shall provide the commodities proposed in Section 1.6 once the commodities
are complete following manufacture and inspection but prior to completion of an independent
quality assurance analysis. The subcontractor shall notify KEMSA that the commodities are ready
for shipment and shall also provide a Letter of Undertaking to KEMSA.
KEMSA will then authorize shipment to named place of destination where supplier will install,
training and commission equipment before clearance by KEMSA QA department.
ANNEX D
Letter of Undertaking Template
<INSERT LETTERHEAD OF MANUFACTURER HERE>
Kenya Medical Supplies Authority (KEMSA)
Commercial Street, Industrial Area
Nairobi/Kenya.
Attention: Procurement Manager
Dear Sir/Madam,
Page 94 of 118 USAID/ KEMSA MCP OIT 001/2019-20
RE: LETTER OF UNDERTAKING FOR CONTRACT NO: …………& INVOICE NO:
…………….
We are supplying the product …… (name of product) bearing batch numbers …………. (attach
packing list) per the contract number and invoice number referenced above.
This letter confirms KEMSA shall accept from our warehouse and take possession (“undertake”)
the products listed above after completion of quality assurance procedures which confirm the
quality standards and parameters stipulated by the above-listed contract. If quality assurance
procedures confirm the product does not comply with the quality standards and parameters
stipulated by this contract we, the manufacturer, will be responsible for all the costs incurred in
the shipment of the goods and its subsequent destruction at a place of KEMSA choosing. We also
affirm that we, the manufacturer, shall replace the product within the same time period as stipulated
in the contract at no extra cost.
If you have any questions please contact me at insert email or insert phone number.
Sincerely,
NAME, POSITION & COMPANY
1.Manufacturer’s Authorization Form
Manufacturer’s or Producer’s letterhead
Kenya Medical Supplies Authority (KEMSA), Nairobi/Kenya
WHEREAS [ insert: name of the manufacturer or producer ] (hereinafter, “we” or “us”) who
are established and reputable manufacturers or producers of [ insert: name and/or description of
the Goods requiring this authorization ] (hereinafter, “Goods”) having production facilities at
[ insert: address of factory ] do hereby authorize [ insert: name and address of Bider ]
(hereinafter, the “Bider”) to submit a bid, and subsequently negotiate and sign the Contract with
you against IFT [ insert: title and reference number of the Invitation for Bids ] including the
above Goods produced by us.
We hereby extend our full guarantee and warranty for the above specified Goods against these bid
documents.
For and on behalf of the Manufacturer or Producer
Page 95 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Signed: ___________________________________________________________
Date: ______________________________________
In the capacity of [ insert: title, position, or other appropriate designation ] and duly authorize to
sign this Authorization on behalf of [ insert: name of manufacturer or producer ]
Page 96 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Page 97 of 118 USAID/ KEMSA MCP OIT 001/2019-20
2. Tender Security Form
ITT No USAID/KEMSA/MCP OIT 001/2019-2020
Supply of Fortified Blended Flour
To: Kenya Medical Supplies Authority (KEMSA)
13 Commercial Street, Industrial Area
P.O. Box 47715-00100
Nairobi, Kenya;
WHEREAS [insert: name of Tenderer] (hereinafter called “the Tenderer”) has submitted its
tender dated [insert: date of tender] for the performance of the above-named Contract (hereinafter
called “the Tender”)
KNOW ALL PERSONS by these present that WE [insert: name of bank] of [insert: address of
bank ] (hereinafter called “the Bank”) are bound unto [ insert: name of Purchaser ] (hereinafter
called “the Purchaser”) in the sum of: [ insert: amount ], for which payment well and truly to be
made to the said Purchaser, the Bank binds itself, its successors and assigns by these presents.
Sealed with the Common Seal of the said Guarantor this [insert: number] day of [insert: month],
[insert: year].
THE CONDITIONS of this obligation are:
1. If after tender opening the tenderer withdraws his tender during the period of tender validity
specified in the instructions to tenderers or
2. If the tenderer rejects the correction of an error upon prompt notice by the procuring
entity and
3. If the tenderer, having been notified of the acceptance of his tender by the employer
during the period of tender validity:
a) Fails or refuses to execute the form of agreement in accordance with the
instructions to tenderers if required or
b) Fails or refuses to furnish the Performance Security, in accordance with
instructions to tenderers
We undertake to pay to the Procuring Entity up to the above amount upon receipt of its first written
demand, without the Procuring Entity having to substantiate its demand, provided that in its
Page 98 of 118 USAID/ KEMSA MCP OIT 001/2019-20
demand the Procuring Entity will note that the amount claimed by it is due to it, owing to the
occurrence of one or both of the two conditions specifying the occurred condition or conditions.
This guarantee will remain in full force up to and including thirty (30) days after the period of
tender validity and any demand in respect thereof should reach the Guarantor not later than the
above date.
Signature of the Guarantor……………………………………..
Date:………………………………
(Witness) …………………………………….. Date:………………………………
Common Seal of the Bank
Page 99 of 118 USAID/ KEMSA MCP OIT 001/2019-20
3. Form of Tender
ITT No USAID/KEMSA/MCP OIT 001/2019-2020
Supply of Fortified Blended Flour
To:
Kenya Medical Supplies Authority (KEMSA)
13 Commercial Street, Industrial Area
P.O. Box 47715-00100
Nairobi, Kenya;
Dear Sir or Madam,
1. Having examined the tender documents including Addenda Nos.……………………[Insert
numbers] the receipt of which is hereby duly acknowledged, we, the undersigned, offer to
Supply of Fortified Blended Flour in conformity with the said tender documents for the sum
of [Insert: Total tender amount in words and figures]
…………………………………………………………………………………………………
…………………………………………………………………………………………………
………………………..
or such other sums as may be ascertained in accordance with the Schedule of Prices attached
herewith and made part of this Tender.
2. We undertake, if our Tender is accepted, to deliver the goods in accordance with the delivery
schedule specified in the Schedule of Requirements.
3. If our Tender is accepted, we will obtain the guarantee of a bank in a sum equivalent to 10%
Percent of the Contract Price for the due performance of the Contract, in the form prescribed
by Kenya Medical Supplies Authority (KEMSA).
4. We agree to abide by this Tender for a period of 90 days from the date fixed for tender opening
of the Instructions to Bidders, and it shall remain binding upon us and may be accepted at any
time before the expiration of that period.
Page 100 of 118 USAID/ KEMSA MCP OIT 001/2019-20
5. Until a formal Contract is prepared and executed, this Tender, together with your written
acceptance thereof and your notification of award, shall constitute a binding Contract between
us.
6. We understand that you are not bound to accept the lowest or any tender you may receive.
Dated this …………………… day of …………………. 20………………………
Signed………………………………………….
In the capacity of [insert: title or position]…………………………………………………..
Duly authorized to sign tender for and on behalf of [insert: name of tenderer]
Page 101 of 118 USAID/ KEMSA MCP OIT 001/2019-20
4.Declaration of Undertaking (Integrity Statement)
Ethics and Anti – Corruption Policy in the Procurement Process
Undertaking by Bidder on Anti – Corruption Policy / Code of Conduct and Compliance
Programme
The governments of Kenya is committed to fighting corruption in all its forms and in all its
institutions to ensure that all the government earned revenues are utilized prudently and for the
purpose intended with a view to promoting economic development as the country work towards
actualizing Vision 2030.
Kenya Medical Supplies Authority (KEMSA) is a state corporation under the Ministry of Health
established under the KEMSA Act 2013 to procure, warehouse and distribute drugs and medical
supplies for prescribed public health programs, the national strategic stock reserve, prescribed
essential health packages and national referral hospitals in Kenya, on behalf of the government,
we are highly committed to fighting any form of corruption in our organization to ensure that all
the monies that the government entrust with us, is optimally and prudently utilized for the benefits
of all the people we serve.
The following is a requirement that every Bidder wishing to do business with KEMSA
must comply with:
(1) Each bidder must submit a statement, as part of the tender documents, in the format given
and which must be signed personally by the Chief Executive Officer or other appropriate
senior corporate officer of the bidding company and, where relevant, of its subsidiary in
Kenya. If a tender is submitted by a subsidiary, a statement to this effect will also be
required of the parent company, signed by its Chief Executive Officer or other appropriate
senior corporate officer.
(2) Bidders will also be required to submit similar No-bribery commitments from their
subcontractors and consortium partners; the bidder may cover the subcontractors and
consortium partners in its own statement, provided the bidder assumes full responsibility.
(3) a) Payment to agents and other third parties shall be limited to appropriate compensation for
legitimate services.
b) Each bidder will make full disclosure in the tender documentation of the beneficiaries and
amounts of all payments made, or intended to be made, to agents or other third parties
(including political parties or electoral candidates) relating to the tender and, if successful,
the implementation of the contract.
Page 102 of 118 USAID/ KEMSA MCP OIT 001/2019-20
c) The successful bidder will also make full disclosure [quarterly or semi- annually] of all
payments to agents and other third parties during the execution of the contract.
d) Within six months of the completion of the performance of the contract, the successful
bidder will formally certify that no bribes or other illicit commissions have been paid. The
final accounting shall include brief details of the goods and services provided that are
sufficient to establish the legitimacy of the payments made.
e) Statements required according to subparagraphs (b) and (d) of this paragraph will have to
be certified by the company's Chief Executive Officer, or other appropriate senior corporate
officer.
(4) Tenders which do not conform to these requirements shall not be considered.
(5) If the successful bidder fails to comply with its No-bribery commitment, significant
sanctions will apply. The sanctions may include all or any of the following:
a) Cancellation of the contract;
b) Liability for damages to the public authority and/or the unsuccessful
competitors in the bidding possibly in the form of a lump sum
representing a pre-set percentage of the contract value (liquidated).
(6) Bidders shall make available, as part of their tender, copies of their anti-Bribery
Policy/Code of Conduct, if any, and of their-general or project - specific - Compliance
Program.
(7) The Government of Kenya through Ethics and Anti-Corruption Commission has made
special arrangements for adequate oversight of the procurement process and the execution
of the contract. Those charged with the oversight responsibility will have full access if need
be to all documentation submitted by Bidders for this contract, and to which in turn all
Bidders and other parties involved or affected by the project shall have full access (provided,
however, that no proprietary information concerning a bidder may be disclosed to another
bidder or to the public).
MEMORANDUM (FORMAT)
(Clause 41, 62 and 66 of Kenya Public Procurement and Asset Disposal Act 2015)
This company ____________________________(name of company) has issued, for the purposes
of this tender, a Compliance Program copy attached -which includes all reasonable steps necessary
to assure that the No-bribery commitment given in this statement will be complied with by its
Page 103 of 118 USAID/ KEMSA MCP OIT 001/2019-20
managers and employees, as well as by all third parties working with this company on the public
sector projects or contract including agents, consultants, consortium partners, subcontractors and
suppliers')"
Authorized Signature:
Name and Title of Signatory:
Name of Bidder:
Address:
Page 104 of 118 USAID/ KEMSA MCP OIT 001/2019-20
5. Supplier Data Record
SUPPLIER BUSINESS DETAILS (fill in Block letters)
Company Name:
Company Post Office Address:
Telephone Nos:
Office No. ----------------
---
Mobile No. ---------------
___________________
Fax No.
(with entering your fax no.
here you consent that this
means of communication will
be used for any
communication during the
tender process and that you
will ensure that notice will be
taken):
________________________
e-Mail Address
(with entering your e-Mail address here
you consent that this means of
communication will be used for any
communication during the tender
process and that you will ensure that
notice will be taken):
_____________________________
Company Registration Number:
1. Location of business premises ------------------------
2. Building name and number -------------------------------
3. Floor Number -----------------------------------
4. Room number ------------------------------------
5. Plot Number -------------------------------------
6. VAT Certificate Number ----------------------------------
7. Local Authority License Number ------------------------------------ Expiry Date -------------------------
---
8. PIN certificate Number --------------------------------------------------
9. Website if any ----------------------------------------------------------
When submitting your bid, please ensure that you submit copies of the following documents;
1. Copy of Certificate of incorporation
2. Copy of current Tax Compliance Certificate
Contact Name: Job Title:
Page 105 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Telephone No.
___________________
Fax No.
(with entering your fax no.
here you consent that this
means of communication will
be used for any
communication during the
tender process and that you
will ensure that notice will be
taken):
________________________
e-Mail Address
(with entering your e-Mail address here
you consent that this means of
communication will be used for any
communication during the tender
process and that you will ensure that
notice will be taken):
_____________________________
Main business activity
Please NOTE giving false information in this section will lead to outright Disqualification from
tendering process.
Type of organization (please tick as necessary)
1. Partnership
2. Co-operative
3. Private Ltd.
4. Public Company
5. Other.
Type of premises (tick as necessary)
1. Factory
2. Warehouse
3. Other.
Freehold
Leasehold
Page 106 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Names of executives
Chairman ------------------------------ ---------Nationality ---------------------------------Shares held --------
Managing Director ------------------------------Nationality --------------------------------Shares held -------
Company Secretary ---------------------------Nationality ----------------------------------Shares held --------
Name of Directors
1. --------------------------- ------------Nationality ----------------------------------- Shares held -------
2. ------------------------------ --------Nationality ----------------------------------- Shares held -------
3. ---------------------------------------Nationality ----------------------------------- Shares held -------
4. ----------------------------------------Nationality ----------------------------------- Shares held --------
5. --------------------------------- -----Nationality ----------------------------------- Shares held --------
Name and address of ultimate holding company and any subsidiary companies
Total no. of employees in group No. of locations/premises in group
Member of a Trade Association?
Details of any Certification e.g. ISO 9000 (attach copies of valid certificates)
Name product(s) for which you act as an Authorized Dealer / Distributor and attach copies of
valid certificates of authority.
1. 5.
2. 6.
3. 7.
4. 8.
Bidders should only provide documentation for products they are offering to supply in the tender
Bank References and other details
Page 107 of 118 USAID/ KEMSA MCP OIT 001/2019-20
A) Primary Bank (The Main Bank)
1) Name: ----------------------------------------------------------------------------------
2) Postal Address:---------------------------------------------------------------------
3) Telephone Land line number:-------------------------------------------------------
4) Fax Number: ------------------------------------------------------------------------------
5) Email Address:----------------------------------------------------------------------------
Name of the account: ----------------------------------------------------------------------------------
Account number: -----------------------------------
Number of years operated:----------------------------
SECONDARY BANKERS (if applicable)
Bank name and address: ---------------------------------------------------------------------
Name of the account: ----------------------------------------------------------------------------
Account number: -----------------------------------
Years of operation ---------------------------------------
Commercial References
Provide names and contact details of four customers that have done business with you in the last three
years.
A) Trade References - customer 1
Page 108 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Activity: ----------------------------------------
Period of relationship: (Year) -------------------------------
Contact name: ---------------------------------
---------------------------------------------------
Fax no. ----------------------------------------------------------
Email address: -------------------------------------------------
Value of contract orders in USD-----------------------------------------------------------------------
Telephone No. -------------------------------------------------------------------
Physical address; -----------------------------------------------------------------------------------------------------
B) Trade References - Customer 2
Activity: ----------------------------------------
Period of relationship: (Year) -------------------------------
Contact name: ---------------------------------
---------------------------------------------------
Fax no. ----------------------------------------------------------
Email address: -------------------------------------------------
Value of contract orders in USD-----------------------------------------------------------------------
Page 109 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Telephone No. -------------------------------------------------------------------
Physical address; -----------------------------------------------------------------------------------------------------
Trade References - customer 3
Business Activity: ----------------------------
---------------------------------------------------
Period of relationship (year) ---------------------------------
Contact name: ---------------------------------
---------------------------------------------------
Fax no.-----------------------------------------------
Email address: --------------------------------------------
Value of contract orders in Kenya Shillings KSHS -------------------------------------------------------------
Telephone No. Mobile ---------------------------------------------------------------------------------------------
Telephone Number Land line --------------------------------------------------------------------------------------
Physical address: -----------------------------------------------------------------------------------------------------
Trade References - customer 4
Business Activity: ----------------------------
Period of relationship (year) ---------------------------------
Contact name: ---------------------------------
---------------------------------------------------
Fax no.-----------------------------------------------
Email address: --------------------------------------------
Page 110 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Value of contract orders in Kenya Shillings KSHS -------------------------------------------------------------
Telephone No. Mobile ---------------------------------------------------------------------------------------------
Telephone Number Land line --------------------------------------------------------------------------------------
Physical address: -----------------------------------------------------------------------------------------------------
SUPPORT SERVICES AVAILABLE
What after sales / warranty / spare parts / support services / local agent / repair are available?
(Please feel free to attach any further supporting information with this form)
DECLARATION BY THE APPLICANT
Full names: ---------------------------------------
Telephone Number mobile --------------------
Telephone No. Land Line -----------------------
Job title of signatory:---------------------------------------
Signature of the
applicant……………………
Date of application: ----------------------------------------
Please affix company rubber stamp or seal
Page 111 of 118 USAID/ KEMSA MCP OIT 001/2019-20
6.Performance Security Bank Guarantee (Unconditional)
Date:………………………………………………………………….
Tender Number: USAID/KEMSA MCP OIT 001/2016-17
Supply of Fortified Blended Flour
To: Kenya Medical Supplies Authority, Nairobi/Kenya acting for an on behalf of the United
States Agency for International Development (USAID).
Dear Sir or Madam:
We refer to the Contract Agreement (“the Contract”) signed on [ insert: date ] between you and
[ insert: name of Supplier ] (“the Supplier”) concerning the provision of [ insert: a brief
description of the Goods]. By this letter we, the undersigned, [ insert: name of bank], a bank (or
company) organized under the laws of [insert: country of bank ] and having its
registered/principal office at [insert: address of bank ], (hereinafter, “the Bank”) do hereby jointly
and severally with the Supplier irrevocably guarantee payment owed to you by the Supplier,
pursuant to the Contract, up to the sum of [ insert: amount in numbers and words ]. This
guarantee shall be reduced or expire as provided for by GCC Sub-Clause 8.4.
We undertake to make payment under this Letter of Guarantee upon receipt by us of your
first written demand signed by your duly authorized officer declaring the Supplier to be in default
under the Contract and without cavil or argument any sum or sums within the above-named limits,
without your need to prove or show grounds or reasons for your demand and without the right of
the Supplier to dispute or question such demand. Our liability under this Letter of Guarantee shall
be to pay to you whichever is the lesser of the sum so requested or the amount then guaranteed
under this Letter in respect of any demand duly made under this Letter prior to expiry of this Letter
of Guarantee, without being entitled to inquire whether or not this payment is lawfully demanded.
This Letter of Guarantee shall be valid from the date of issue until the date of expiration of the
guarantee, as governed by the Contract. Except for the documents herein specified, no other
Page 112 of 118 USAID/ KEMSA MCP OIT 001/2019-20
documents or other action shall be required, notwithstanding any applicable law or regulation. Our
liability under this Letter of Guarantee shall become null and void immediately upon its expiry,
whether it is returned or not, and no claim may be made under this Letter after such expiry or after
the aggregate of the sums paid by us to you shall equal the sums guaranteed under this Letter,
whichever is the earlier. All notices to be given under this Letter shall be given by registered
(airmail) post to the addressee at the address herein set out or as otherwise advised by and between
the parties hereto.
We hereby agree that any part of the Contract may be amended, renewed, extended,
modified, compromised, released, or discharged by mutual agreement between you and the
Supplier, and this security may be exchanged or surrendered without in any way impairing or
affecting our liabilities hereunder without notice to us and without the necessity for any additional
endorsement, consent, or guarantee by us, provided, however, that the sum guaranteed shall not be
increased or decreased.
No action, event, or condition that by any applicable law should operate to discharge us
from liability hereunder shall have any effect, and we hereby waive any right we may have to
apply such law, so that in all respects our liability hereunder shall be irrevocable and, except as
stated herein, unconditional in all respects.
For and on behalf of the Bank
Signed:
Date:
in the capacity of: [ insert: title or other appropriate designation ]
Common Seal of the Bank
Page 113 of 118 USAID/ KEMSA MCP OIT 001/2019-20
SUPPLIER PERFORMANCE APPRAISAL
ANNEX E
Subcontractor Evaluation Template
Evaluation Date:
Period of Evaluation:
Prime Contract Number:
KEMSA Member Name/Title:
Subcontractor Name:
Subcontract Number:
Subcontract Value:
Subcontract Period of Performance:
Type of Business (check all that apply)
Local
Foreign
Description of Subcontract and Principle Elements: (Including details on
deliverables/services)
5. PERFORMANCE INDICATORS FOR GOODS SUPPLIERS
The performance of suppliers for goods are monitored at contract level to ensure all the terms and
conditions of the contract are met. The extent of performance monitoring applied to a supplier
shall be determined by the level of risk and the nature of the goods. Good monitoring of suppliers
anticipates, identifies and facilitates correction of shortcomings before the relationship with the
supplier is adversely affected and before compromising value for money.
5.1. Time
The time measures the duration in days for the supplier to deliver as specified in the contract. The
required data will be captured from the source document and into the tool and shall include the
following: Item code, item description, contract number, purchase order(s) supplier name, contract
Page 114 of 118 USAID/ KEMSA MCP OIT 001/2019-20
signing date, contract effective date, contractual delivery date, earliest delivery date, extended
delivery date, actual delivery date supplier offered delivery date and latest delivery date. The
earliest delivery date and the latest delivery date are derived from the issued tender document. The
supplier offered delivery date is derived from the bid.
Contract Delivery Period: The number of calendar days from the date of signing the contract to
the date the delivery is required per the contract. If a contract is extended, the additional days are
confirmed by way of an addendum (letter) and the duration added to the Contract Delivery Period.
In call-off orders under framework agreements, Contract Delivery Period is the number of calendar
days from the date of the call off order to the required delivery date in the purchase order.
Actual Delivery Period: The number of calendar days from contract effective date to the actual
delivery date. In call-off orders under framework agreement, the Actual Delivery Period is the
number of calendar days from the date of call off order to actual delivery date.
Delivery on Time: Delivery of goods on or within the Contract Delivery Period yields a Delivery
on Time indicator score of 100%. Delivery after the Contract Delivery Period yields a Delivery on
Time indicator score of less than 100%, as prorated. Example: If the Contract Delivery Period is
90 days but Actual Delivery Period is 120 days, the Delivery on Time indicator is 90*100/120 =
75%.
5.2. Quantity
The supplier is required to deliver the ordered quantity in full. Due to warehouse capacity and
other factors, a supplier may be requested in writing to deliver a portion of the order. The quantity
indicator measures delivery in full; the difference between the quantity in the purchase order or
contract and the quantity received. The required data are: order quantity, delivered quantity, and
deferred quantity.
Delivery in Full: The indicator is measured by the percentage of the ordered quantity which is
actually received into the warehouse. Example: If the purchase order quantity was 200,000 units.
Of this, quantity received was 190,000 units. The indicator of Delivery in Full is
(190,000/200,000)*100=90%. Delivery of quantities above the ordered quantities does not earn
points. The target performance score for Delivery in Full indicator is 100%.
5.3. Cost
The historical unit prices for each item are captured in the ERP system. The Award Price arise
from recommendation for award and signed supplier contract. The Final Price is the award price
plus the price variation that arise during contract implementation, excluding those from application
of a price adjustment formula if provided for in the signed contract.
The Price Ratio is defined as [Award Price x 100/Final Price]; which should be 100% where
the Final Price is equal to the Award Price or where the Final Price is less than the Award Price.
Page 115 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Where the Final Price is higher that the Award Price, the performance score is prorated. Example:
Final Price is KES2,700, Award Price is KES2,400, then the Price Ratio is [2,400*100/2700 =
89%].
Data: The data to be captured in the ERP system include the following: Item code, item
description, contract number, order number, supplier name, Plan Price, Award Price, Price
Variation, Final Price;
5.4. Quality
The contract provides the technical specifications for the goods being delivered. At the delivery
point, the goods are inspected and tested to ensure they comply with the quality specifications. An
assessment shall be made to check if seven quality parameters have been met as shown in
Table 1. The performance score are on a pass (100%) or fail (0).
Table 1. Quality measures (Yes=100%; No=0). Example below:
# Indicator Description of measure Score %)
1 Fit to Specification The goods as delivered comply with contract specifications. 100
2 Damage Goods are delivered without damages. 100
3 Packaging The supplier did suitable packaging and labelling. 0
4 Shelf life The product shelf life is at least 75 percent. 100
5 Surveillance There have not been recalls on surveillance. 100
Quality Index 80
Data: The required data and records are the specifications, inspection test certificates, damage
reports, visual inspection of packaging and labelling, check of the shelf life, certificate of analysis,
product surveillance reports.
5.5. Service
The service of the supplier shall be measured through a structured and continuous online survey
carried out by the staff in procurement, finance, warehousing and other departments. The service
survey shall be done soon after delivery of each contract consignment. Table 2 shows the questions
to be assessed for each supplier. The rating and scores: 1(1) Poor, (2) Fair, (3) Good, and (4)
Page 116 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Excellent. The service indexes from each of the survey participants shall be averaged to derive the
overall service index for a supplier.
Table 2. Service survey (Example below)
# Service
Factor
Description of measure Poor
(1)
Fair
(2)
Good
(3)
Excellent
(4)
Score
1 Responsive The order was attended to within expectations
X 1
2 Complaint The complaints or queries were resolved within reasonable time.
X 3
3 Innovation The supplier provided market insights, innovation, and solutions
X 2
4 Risk The supplier managed risks to minimise the exposure.
X 1
5 Pro-active Delivery was made without expediting or prompting.
X 4
6 Feedback Provided regular updates on progress of the contract.
X 2
7 Conforms
to
Requireme
nts
Adhered to the agreed requirements and quality systems
X 1
8 Documents All documents were accurate on
first submission as per the contract X 4
Total Score (Max 32) 18
Service Index (Max 100%) 56.3
5.6. Ratings and Scores
Page 117 of 118 USAID/ KEMSA MCP OIT 001/2019-20
The supplier contract performance scores provides a structured way of rating suppliers with an
aim of identifying areas of improvement and a basis for future engagement depending on
historical performance. The scorecard will be used to measure, rate, or rank suppliers on a
continuous basis with the aim of ensuring suppliers consistently meet and surpass their
contractual obligations. Table 3 summarises the ratings and scores.
Table 3. Ratings and scores measurement system
Rating Score (%) Performance Description Performance
1 0-20 Falls far below expectations: Performance
jeopardised the achievement of contract
requirements, despite additional oversight.
Very Poor
2 21-40 Missed expectations: There are a number of
performance issues that required KEMSA to provide
an additional oversight to ensure that contract
requirements are met.
Poor
3 41-60 Mostly meets expectations: There are minor
performance issues but supplier has otherwise met
the contract requirements.
Fair
4 61-80 Consistently meets expectations: There are few
performance issues but the supplier has largely met
the contract requirements
Good
5 81-100 Exceeds Expectations: Supplier has demonstrated a
performance level in measurable excess of contract
requirements.
Very Good
5.7. Supplier Performance Index
The Supplier Performance Index combines the indices for (a) Delivery time, (b) quantity, (c) cost,
(d) quality, and (e) service as shown in Table X.
Table 4. Supplier performance index
# Indicator Score (%) Rating
1 Delivery Time 70 Good
2 Quantity 60 Fair
3 Cost 55 Fair
Page 118 of 118 USAID/ KEMSA MCP OIT 001/2019-20
Table 4. Supplier performance index
4 Quality 40 Poor
5 Service 25 Poor
Supplier Performance Index 50 Fair
5.8 Performance Decision – by KEMSA
A supplier with a performance index score of less than 50% shall be not be eligible to supply goods
to KEMSA for a period of one year from the date of publication of the Supplier Performance Index.
After the end of one year, the supplier shall receive debriefing and shall be eligible for award of
contracts.
Evaluating
officer
Signature Date
Please indicate any suggestions for improvement or comment on any topics not covered above (For Official Use only)