Battery Tenders
Battery Tenders
TECHNICAL EDUCATION & SKILLS DEVELOPMENT AUTHORITY TAYTAY, Tender
Electrical Goods and Equipments...+2Publishing and Printing, Electrical and Electronics
Corrigendum : Tender Amount Updated
Philippines
Details: Description 25 Pcs A4 Picture/certificate Wooden Frame 1 Pack Acetate Clear A4 Size 33 Box Backfold Clip 25 Mm 33 Box Backfold Clip 32 Mm 48 Box Backfold Clip 51 Mm 9 Box Ballpen Black 0.5mm 12pcs/box 10 Pcs Balikbayan Boxes (travel Boxes) Small 12x12x7.87 Inches 8 Packs Battery Aa 4s 130 Reams Bond Paper, Multi-purpose, A4, 70 Gsm 500sheets Per Ream 15 Reams Bond Paper, Multi-purpose, Legal, 70 Gsm 500sheets Per Ream 5 Reams Bond Paper, Multi-purpose, Short 8.5 Inches By 11 Inches, 70 Gsm 500sheets Per Ream 2 Packs Carbon Paper A4 10s Blue 9 Rolls Cartolina Assorted Color (neon Colors) 12s 3 Pcs Clipboard Long With Cover Wire Clip Pvc Material Vertical 2 Reams Colored Paper 80gsm Light Blue Legal Size 500sheets Per Ream 2 Reams Colored Paper 80gsm Light Blue A4 Size 500sheets Per Ream 50 Packs Colored Paper 80gsm Assorted Color A4 Size 10s 62 Pcs Correction Tape 50 Pcs Data File Folder, With Taglia Lock (blue) Horizontal 3'' 100 Pcs Data File Folder, With Taglia Lock (red) Horizontal 3'' 95 Pcs Data File Folder, With Taglia Lock (blue) Vertical 3'' 16 Rolls Double Sided Adhesive Tape Paper 1'' 6 Rolls Duck Tape Cloth Silver 48mm X 10m 65 Pcs Expanding Folder Long Color Green 5 Box Expanding Envelope Blue Legal Size, Color Royal Blue 100pcs/box 5 Pcs Expanded Plastic Envelope Long With Handle 1 Pc "extension Cord Set With Individual Switch 6-gang •surge (lightning) Protection • Built In Safety Breaker • Safe For General Use • Impact Resistant • Flame Retardant • 93% Copper • Universal Socket • 1.83 Meters Cord Length" 1 Pc "extension Wheel 15-meter Cord Length 2500w • Universal Heavy Duty Outlets • 10 Meters Cord Length • With Overheating Protection Button • Power Leakage/surge Protector Safety Breaker • Rapid Flame Retardant" 35 Packs File Dividers / Index Tabs Colorful A4 Size 200 Pcs Folder Long White (ordinary) 100 Pcs Folder A4 White (ordinary) 6 Pcs Glue 100g White Liquid Glue 13 Bot Hp Gt 53xl Black 9 Bot Hp Gt 52 Cyan 9 Bot Hp Gt 52 Yellow 9 Bot Hp Gt 52 Magenta 3 Cart Hp 955xl Black 1 Cart Hp 955xl Cyan 3 Pcs Hdmi 5 Meters 3 Pcs Hdmi 15meters 14 Bot Ink Cart, Epson 003, Black 14 Bot Ink Cart, Epson 003, Cyan 14 Bot Ink Cart, Epson 003, Yellow 14 Bot Ink Cart, Epson 003, Magengta 315 Pcs Magazine File Box Double, Without Divider And Color Blue (l- 15.5 Inches, W - 9.5 Inches) 15 Pcs Magazine File Box Small And Color Blue 10 Rolls Masking Tape 1" 10 Rolls Packaging Tape Brown 2" (48mmx50mm) 21 Box Paper Fastener, Plastic Coated 6 Box Pencil 5 Pcs Pencil Eraser 10 Pcs Point Permanent Marker Ultra Fine, Blue 3 Pcs Puncher, Heavy Duty 6 Pcs Record Book, 500 Pages 3 Box Rubber Band Big #18 350 Gms 7 Pcs Scissors 18 Rolls Scotch Tape Clear 1 Inch 15 Box Signpen 0.7mm Black Metal Point, 12pcs/box 17 Box Signpen 0.7mm Blue Metal Point, 12pcs/box 3 Pcs Stamp Pad Ink Black 30ml 5 Pcs Stamp Pad Ink Blue 30ml 9 Pcs Stapler Heavy Duty Flat Clinch (w X H X L) 7.4in X 1.13in X 2.7in 15 Box Staple Wire #35 3 Pcs Staple Wire Remover Plier Type 40 Packs Sticker Paper 50 Pads Sticky Notes Colorful 3x3 41 Pads Sticky Tabs 5 Reams Vellum Board White 180gsm A4 Size 100 Per Ream
Closing Date17 Feb 2025
Tender AmountPHP 247 K (USD 4.2 K)
City Of Mati Tender
Automobiles and Auto Parts
Corrigendum : Closing Date Modified
Philippines
Details: Description Rfq-tfb-02-2025 Republic Of The Philippines Province Of Davao Oriental City Of Mati Bids And Awards Committee Request For Quotation (negotiated Procurement – Two Failed Biddings) Name Of Company: Address: Telephone No.: Please Quote Your Best Offer For The Item/s Described Below, Subject To The Terms And Conditions Provided At The Dorsal Portion Of This Request For Quotation And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 At 2:00pm In A Sealed Envelope. (1 Original & 2 Photocopies) Payment Of A Non-refundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (p1,000.00). Atty. Kareen Silver Marzan-manluyang City Gov’t. Dep’t. Head (city Legal Officer) Bac Chairman Acquisition Of Two (2) Units Tri-wheeler Motor Vehicle Abc – Php570,000.00 Item No. Item & Description Unit Qty. Unit Price Total 1. Tri-wheeler Vehicle Engine Type: Four Stroke, Spark Ignition Engine Bore X Stroke (mm): 67x67 Engine Displacement (cc): 236.2 Cc Max. Net Power: 8.00 Kw @4500 Max. Net Torque: 20.1 N-m @3500 Lubrication: Pressurized Lubrication By Separate Oil Pump Transmission: 4 Forward + 1 Reverse Max. Speed: 60kmph Front Tire Size: 4.5 X 10” Rear Tire Size: 4.5 X 10” Front/rear Brake: Drum / Drum (200) System: 12v Dc Battery: 12v, 32ah Length: 3230mm Width: 1493mm Height: 1818mm Wheel Base: 2125mm Ground Clearance: 180mm Vehicle Kerb Weight: 503kg Gross Vehicle Weight: 990kg Fuel Tank Capacity: 12l Inclusion: Water Pressure Machine Water Square Tank Free 3yrs Lto Registration Free Tpl Insurance Free 1-year Gsis Insurance Units 3.00 Total _____________________ Printed Name / Signature ______________________ Date Checklist Of Technical And Financial Documents I. Technical Component Envelope (original, Copy 1, & Copy 2) Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages); And ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (e) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (j) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (l) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (m) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable)
Closing Date20 Feb 2025
Tender AmountPHP 570 K (USD 9.8 K)
City Government Of Davao Tender
Automobiles and Auto Parts
Corrigendum : Closing Date Modified
Philippines
Details: Description Brand New Crawler Type Excavator Specification: Operating Weight: More Or Less 6010kg Ground Pressure: 32.5kpa Bucket Digging Force: 48.3kn Arm Digging Force: 32.5kn Maximum Tractive Force: 50.5kn Engine Power: 36.2kw/ 2000rpm Fuel Tank: 110l Displacement: 3.054l Hydraulic Tank: 77l Engine Fuel Tank: 12l Standard: Length Of Boom - More Or Less 3000mm Length Of Arm - More Or Less 1600mm Bucket Capacity: 0.23 M3 A\c: Equipped The End User Or Its Authorized Representative And The Gso Inspector Shall Have The Right To Inspect And/or Test Vehicles To Confirm Their Conformity To The Specifications Required In This Procurement. - The Winning Supplier/s Must Fuel The Vehicle For Road Test Purposes (free Of Charge). - As Part Of The Post-qualification Evaluation, The Winning Bidder/s Must Conduct A Product Demonstration 11. Bid Tender - The Winning Bidder/s Must Indicate Or Specify The Brand Name, Model, And Place Of Origin Of The Products/items They Offered (vehicle, Tires, Batteries, Etc.) 12. Single Largest Completed Contract (slcc) - The Slcc Of The Winning Bidder/s Must Be Similar To The Items They Offered Or Tendered. 13. Authenticity Of Documents - The City Government Of Davao Reserves The Right To Verify The Authenticity And Viability Of The Documents Presented/submitted By The Bidder/s. The Bidder Shall Ensure That All Documents Submitted Are Readily Available And Verifiable, They Must Be Properly Subscribed And Notarized Through Internationally Accepted Means Terms And Condition: 1. Must Have A Service Center In Davao City 2. Deliver Period: 120 Days Upon Receipt Of Approved Po 3. After Sales Services - The Winning Bidder/s Must Facilitate The Processing And Claiming Of The After-sales Within The Warranty Period. - The Winning Bidder/shall Guarantee A Period Check After 1 Year Or 2,000 Working Hours Of The Equipment. 4. (irr-a Section 68, Annex "d" And The Civil Code Of The Philippines Art. 2226). If Delays Are Likely To Be Incurred, The Bidder/s Must Notify The Procuring Entity In Writing. It Must State Therein The Cause/s And Duration Of The Expected Delay; Subject To The Approval Of The End User & Head Of The Procuring Entity, Based On Meritorious Grounds, With Or Without Liquidated Damages. - In All Cases, The Request For An Extension Should Be Submitted Before The Lapse Of The Original Delivery Date. The Maximum Allowable Extension Shall Not Be Longer Than The Initial Delivery Period As Stated In The Original Contract. - Delivery Place: Barangay Hall Marapangi - Delivery Period Of 120 Calendar Days Upon Receipt Of Approved P.o. 5. Transfer Of Knowledge Technology - The Bidder Must Conduct A1 Test 1-day Orientation/training To At Least Two (2) Authorized Representatives Of The Procuring Entity Before Or On The Day Of Releasing Of The Unit.
Closing Date8 Jan 2025
Tender AmountPHP 2.7 Million (USD 46.5 K)
Offizielle Bezeichnung Landesbetrieb Bau Und Immobilien Hessen Niederlassung Mitte Zentrale Vergabe Tender
Civil And Construction...+1Others
Germany
Description: Public tender Vob/a Demolition and dismantling work (din 18 459); Floor covering work (din 18 365); Screed work (din 18 353); Tiling and panel work (din 18 352); Scaffolding work (din 18 451); Painting and varnishing work - coatings (din 18 363); Bricklaying (din 18 330); Plastering and stucco work (din 18 350); Wallpapering (din 18 366); Drywall work (din 18 340); Carpentry and timber construction work (DIN 18 334); Demolition and dismantling work (DIN 18 459); Construction site equipment: Construction site equipment including mobile crane 1 piece; Construction fence, wire mesh with privacy net 250 m; Construction road + container parking areas, mineral mixture 200 m²; Lawn finishing care 350 m²; Work protection: 1-chamber lock 12 pieces; Partitioning, fiber-tight and stable 250 m²; Material airlock and personnel airlock; Scaffolding work: Facade/roof scaffolding, 2 kN/m², W06 2300 m²; Provision for scaffolding 78200 m²wo; Dismantling of contaminated building materials: Demolition of asbestos cement ventilation ducts 12 pieces; Demolition of asbestos-containing flexible panels + adhesive 215 m²; Demolition of KMF impact sound insulation, D=15mm 1250 m²; Demolition of PK-containing release paper 1100 m²; Demolition work: Demolition of tiles 750 m²; Demolition of PVC floor covering 900 m²; Demolition of cement screed 360 m²; Demolition of interior wall plaster 4200 m²; Demolition of ceiling plaster + reed mats 1590 m²; Demolition of interior doors + frames 95 pcs.; Shell work: Making / widening door openings 31 pcs.; Making masonry pillars 19 pcs.; Making foundations for external staircase 1 m³; Core drilling 138 pcs.; Roofing work: Installing line ventilators in interlocking tile roof 15 pcs.; Sun protection: Venetian blinds for windows 98 pcs.; Locksmith: External staircase 1 pc.; Adjusting balcony railings 15 pcs.; plastering work: lime cement ceiling plaster 462 m²; gypsum ceiling plaster 1250 m²; lime cement wall plaster 152 m²; gypsum wall plaster 1670 m²; screed work: quick cement screed, D= 40-45 mm 1230 m²; floor covering work: linoleum covering 1160 m²; drywall work: dry screed/rock wool insulation panels D= 100 mm 609 m²; plasterboard assembly walls 469 m²; plasterboard installation walls 116 m²; plasterboard sub-ceiling 832 m²; plasterboard suspended ceiling 340 m²; tiling and natural stone work: floor tiles 84 m²; wall tiles 53 m²; carpentry work: tea kitchens 2 pcs.; interior doors office doors 23 pcs.; Damp room doors 14 pieces; metalwork: aluminum frame doors 16 pieces; sheet steel doors including frames 11 pieces; painting work: glass fabric wallpaper + emulsion paint walls 2800 m²; coating suspended plasterboard ceilings 1171 m²; coating steel perimeter frames 44 pieces; coating sheet steel doors with frames 10 pieces; overhaul coatings walls + ceilings 940 m²; industrial floor coating epoxy resin 290 m²; building cleaning work: intermediate and final cleaning 1600 m²; locking system: BKS profile double cylinder 49 pieces; digital double knob cylinder 27 pieces; transponder 100 pieces; panic lock 34 pieces; access control smart relay 11 pieces, programming device + locking plan creation HLS + building automation: -1. And 2nd floor (the ground floor was already prepared in 2018): Dismantling of the complete sanitary installation from the equipment standard for apartments and equipping the building with sanitary facilities for an office building, consisting of dismantling 31 hand basins, 21 toilets/urinals, 12 shower trays and 6 bathtubs with vanity units, shower partitions and small parts, equipping the new toilet areas with 9 hand basins, 11 toilets, 2 urinals, 1 shower tray, 2 sinks, each with support frames, instantaneous water heaters and sanitary accessories and installations for two kitchen sinks, 150 m of PP+SML waste water pipes, 200 m of stainless steel drinking water pipes with press connections and thermal insulation, 16 fire extinguishers with wall boxes, dry riser with three feed-in and 15 extraction points with pipes. -approx. 40 new radiators with approx. 180 m of C-steel pipes. -12 fans for toilet exhaust air in accordance with DIN 18017-3 and one for battery room exhaust air with PPS pipes, four split air conditioning units. -Approx. 350 sprinkler heads, approx. 500 m of sprinkler pipes for a wet and a dry system, sprinkler distributor, a sprinkler station, nitrogen generator. -Building automation with simple monitoring tasks. Electrics: Installation cable NYM-J 3x2.5 mm² various. Installation types approx. 6,000 m, installation cable Nym-j 3x1.5 mm² approx. 3,500 m, cable halogen-free Nhxhx-j-fe180 up to 3x2.5 mm² approx. 2,000 m, installation cable E 30 up to 4x2x0.8 mm approx. 2,300 m, installation distributor 230 VI 250 A indoor installation wall mounting 8 pieces, circuit breaker 1-pole character b 16a 250 pieces, cable tray perforated steel strip galvanized H 60mm W up to 600 mm approx. 300 m, electrical installation duct device installation H/w 60/130mm plastic approx. 650 m, Bap-LED surface-mounted light 35W approx. 154 pieces, LED recessed downlight D=235mm, 16 W approx. 65 pcs., LED safety lights approx. 65 pcs., LED escape sign lights approx. 40 pcs., BMA signal generator optical flashing light approx. 100 pcs., loudspeaker for wall and ceiling mounting up to 2x6 W approx. 110 pcs., data cable Cat. 6a various installation types approx. 12,000 m, data connection box sym. Cat. 6a 2 ports approx. 170 pcs.
Closing Date31 Jan 2025
Tender AmountRefer Documents
Department Of Education Division Of Surigao Del Sur Tender
Food Products
Philippines
Details: Description Item/lot No. Item & Description/technical Specification Approved Budget The Contract (abc) In Php Quantity Unit Of Measure Brand And Model No. Unit Cost 1 Meals & Snacks Day 1- January 24, 2025 Am Snack: Burger, Cucumber Juice 100 40 Pax Lunch: Pancit Guisado, Chicken Sweet And Sour, Cream Crab In Corn Soup , Pineapple 350 40 Pax Pm Snack: Pizza, Ice Tea 100 40 Pax Dinner: Chopsuey, Fish Tinola, Pork Humba, Pineapple, Rice, Coke 350 40 Pax Accommodation 800 40 Pax Day 2- January 25, 2025 Breakfast: Sunny Side-up , Ampalaya With Egg, Longanisa , Rice, Cucumber Juice 200 40 Pax Am Snack: Kakanin , Cucumber Juice 100 40 Pax Lunch: Pork Caldereta , Kinilaw, Mushroom Soup, Banana, Rice, Softdrinks 350 40 Pax Pm Snack: Tuna Sandwich, Ice Tea 100 40 Pax Dinner: Grilled Fish, Shell Soup, Pancit Canton , Water Melon, Moringa Citrus 350 40 Pax Accommodation 800 40 Pax Day 3- January 26, 2025 "breakfast: Boiled Egg, Boiled Vegies, Fried Fish , Rice, Juice " 200 40 Pax Am Snack: Binignit , Ice Tea 100 40 Pax Lunch: Pinakbet, Tinolang Isda, Camaron Rebosado, Pineapple 350 40 Pax Pm Snack: Juice, Egg Sandwich 100 40 Pax Dinner: Buttered Chicken, Chopsuey, Cream Crab In Corn Soup, Water Melon, Rice, Coke 350 40 Pax Accommodation 800 40 Pax Day 4- January 27, 2025 "breakfast: Sunny Side-up, Corned Beef, Rice Cucumber Juice " 200 40 Pax Am Snack: Kakanin, Ice Tea 100 40 Pax Lunch: Pork Caldereta, Kinilaw, Mushroom Soup, Banana, Rice, Softdrinks 350 40 Pax Pm Snack: Burger, Water 100 40 Pax Venue Minimum Requirements: Available Genset Incase Of Power Outage, Wifi, Projector Screen, Sound System With Bluetooth Or Cabled Cennectivity, 2 Functional Wireless Microphone With Reserve Batteries, Emergency Lights, Standby Technical Staff, Air Conditioned, Trashbins, Philiphine Flag Podium Food Minimum Requirements: Food Server, Food Station 1 Station For Every Expected Participants And 2 Snacks Will Be Delivered In Designated Contest Venues, Water Station, Coffee Station Accommodation Minimum Requirements: Complete Toiletries: Shampoo, Soap, Tissue, Towel, Air-conditioned Room, Well-lighted Xxxxxxnothing Followsxxxxxx For Revisiting And Recalibrating The Division Education Development Plan 2023-2028 And Comprehensive Strategic Planning And Direction Setting For Calendar Year 2025 Delivery Period: 5 Days From Suppliers Receipt Of Purchase (po) Delivered To: Within Surigao Del Sur This Is To Submit Our Price Quotations As Indicated Above Subject To The Terms And Conditions Of This Rfq
Closing Date24 Jan 2025
Tender AmountPHP 250 K (USD 4.2 K)
Caraga Regional Hospital Tender
Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2024-02-06 (124) Supply And Delivery Of One (1) Lot Of One (1) Unit Console-type Ultrasound Machine And One (1) Unit Of Portable Ultrasound Machine Approved Budget For The Contract: Php 21,500,000.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy2024 Internally Generated Fund (igf) Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Twenty One Million Five Hundred Thousand Pesos Only ( Php 21,500,000.00 ) As To Payment Under The Contract For Supply And Delivery Of One (1) Lot Of One (1) Unit Console-type Ultrasound Machine And One (1) Unit Of Portable Ultrasound Machine. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding As Framework Agreement List. This Is A Lot Bid. Item No. Description Qty Unit Of Measure Unit Cost Total Cost 1 One (1) Lot Of One (1) Unit Console-type Ultrasound Machine And One (1) Unit Of Portable Ultrasound Machine 1 Lot 21,500,000.00 21,500,000.00 Technical Specifications Of One (1) Unit Of Console-type Ultrasound Machine A. Main Equipment 1. Top-of-the-line 2. Capable Of Multi-line Signal, And Massive Parallel Image Processing With The Latest Software Of Receive Beam Former Technology 3. The System Should Be A Shared Service Ultrasound System With Built-in Multidisciplinary Applications And Also Equipped With The Following Key Technologies: A. Display Depth Of Up To 40 Cm B. 2d Shear Wave Elastography C. Fusion Imaging Capability D. Advanced Needle Visualization Enhancement With Needle Trajectory Display E. Fat Quantification F. 3d/4d Capable G. Color Doppler And Power Doppler Capable H. With Ai (artificial Intelligence) Technology Integration 4. Compact And Weighs No More Than 135 Kg Without Peripherals 5. Power Supply: 220v-240v Ac, 50/60 Hz As Applicable To The Mains Power Supply Of The Hospital 6. With Built-in Battery Backup 7. No Separate Volt Conversion 8. Power Consumption Must Be Clearly Stipulated 9. Mechanical Parts Should Be Heavy-duty Type 10. Equipment Should Be Maintainable And Serviceable With 24/7 Support, Preferably A Service Support Center Within The Visayas And Mindanao Areas. B. Ultrasound System Structure 1. Led Monitor Display Specifications: A. Display Size Of At Least 15 Inches B. Monitor Resolution Of At Least Full Hd (1920 X 1080) C. The Monitor Can Be Folded Down For Transport 2. Control Panel Specifications: A. Display Size At Least 15 Inches B. Aspect Ratio Must Be 16:9 C. Tilt Angle At Least 30 Degrees Up To 50 Degrees D. Left And Right Swivel At Least ± 45 Degrees Or Better E. Height Ranges From At Least 53 Inches To 67 Inches F. Adjustable Arms For A 180-degree Panel Rotation G. Emergency Central Brake And Swivel Lock H. Full-sized Backlit Keyboard I. Customizable Annotation J. Programmable Keys K. Segment Tg Control 3. Touch Screen Panel Specifications: A. At Least 13.3 Inches High Sensitivity Color Touch Screen B. A Resolution Of 1920 X 1080 C. Customizable/editable Buttons D. Tilt Angle At Least 30 To 60 Degrees E. Support Touchscreen Gestures 4. Transducer Management: A. Up To 6 Transducer Cup Holders Support Both Probes And Gel Bottle B. Connectors Must Be Compact-pin Less C. Must Have An Integral Gel Warmer With Temperature Control D. The Audio Speaker Must Be Integrated With The Control Panel E. Active Ports (4 Active And 1 Parking) 5. Transducers Specifications: A. Curved/convex Transducer I. Frequency Bandwidth At Least 1.0 Mhz Up To 6.0 Mhz (with Biopsy Needle Guide Attachments) Ii. Field Of View (fov) Of At Least 50 To 80 Degrees Iii. Maximum Depth Of At Least 40 Cm Iv. Application: Obstetrics, Gynecology, Abdomen, Small Parts, Musculoskeletal, Vascular, Urology, Nerve, Elastography, And Fat Quantification B. Linear Transducer I. Frequency Bandwidth At Least 4.0 Mhz Up To 14.0 Mhz Ii. Field Of View (fov) Of At Least 3.8 Cm To 6.0 Cm Iii. Application: Small Parts, Musculoskeletal, Vascular, Abdomen, Pediatric, Thoracic, & Elastography C. Micro-convex Transducer I. Frequency Bandwidth Of At Least 2.6 Mhz Up To 12.8 Mhz Ii. Field Of View (fov) Of 90 Degrees Iii. Application: Abdomen, Peripheral Vascular, Neonatal, Small Parts, And Urology D. Linear Transducer For Pediatric Applications I. Frequency Bandwidth Within The Range Of At Least 7.6 Mhz To 20.0 Mhz Ii. Field Of View (fov) At Least 2.86 Cm Iii. Application: Cranial, Musculoskeletal, Nerve, Small Anatomical Parts, And Vascular Applications E. Endo-cavity Transducer I. Frequency Bandwidth Within The Range Of At Least 2.9 Mhz To 8.1 Mhz Ii. Field Of View (fov) Of 176 Degrees Or More Iii. Application: Obstetrics, Gynecology, And Urology F. 3d/4d Transducer I. Frequency Bandwidth Of 3.0 Mhz To 11 Mhz Ii. Field Of View (fov) Of 170 Degrees Or More Iii. Application: Obstetrics, Gynecology, And General Abdomen 6. Imaging Parameters: A. B Mode B. M Mode C. Cine Captures Up To 300 Seconds D. Tissue Harmonic Imaging E. Color Doppler Imaging F. Power Doppler Imaging G. Anatomical M Mode H. Curved Anatomical M Mode 7. Advanced Features: A. Fusion Imaging B. Contrast Agent Imaging Or Contrast-enhanced Ultrasound (ceus) C. Color And Power Mode D. Automatic Tissue Equalizations E. Artifact Reduction Technology F. Real-time Panoramic Imaging G. Shear Wave Elastography (swe) H. Point Shear Wave Elastography I. Strain Elastography J. Fat Quantification Assessment 8. Data Storage And Transfer: A. Must Have A Separate Cpu (central Processing Unit) And Gpu (graphics Processing Unit) Processor. B. Dicom (digital Imaging And Communications In Medicine) Compatibility: Dicom 3.0 Standard, Connectivity Should Be Compatible With The Existing Pacs (picture Archiving And Communication System) Of The Hospital At No Extra Cost To The Purchaser In The Process Of Installation, Connection, And Integration Of The Equipment. C. A Storage Of At Least 120 Gigabytes Ssd (solid State Drive) For The Software Program And 1 Terabyte Hdd (hard Disk Drive) For The Dicom Data. D. Usb Ports Must Have At Least 2 To 5 Ports (at Least Two Ports Are Usb 3.0 And At Least One Is A Usb Type-c Port) For Importing And Exporting Protocols And Exams, Archiving, And Servicing. C. Accessories 1. One (1) Unit Of Uninterruptible Power Supply (ups) Of At Least A 3-hour Standby Power With Trolley/drawer And Caster Lock, Compatible With The Equipment Power Requirement And With Proper Grounding When Needed. Biopsy Needle Guide Attachments 2. At Least Two 32 Gb Storage Usb 3.0 Flash Drives For Exporting Images 3. One (1) Unit Computer Desktop Workstation With Medical Grade Monitor And One (1) Unit Heavy-duty Printer D. Consumables 1. At Least 10 Rolls Of Thermal Paper For Printing 2. Black And White (b/w) Digital Terminal Thermal Printer And Colored Printer For 3d/4d Images. 3. At Least 3 Gallons Of Ultrasonic Gel 4. At Least 5 Bottles Of A Cleansing Solution Cleaner For The Probes And The Cleansing Solution Should Not Cause Damage Or Membrane Swelling Of Transducer Probes When Used. 5. At Least 10 Pieces Of Skin Marking Pen Or Surgical Marking Pen For Interventional Studies Technical Specifications Of One (1) Unit Of Portable-type Or Lighweight Ultrasound Machine A. Main Equipment 1. Led Display Monitor Of At Least 15 Inches Or Better 2. Full Hd Or High-resolution Display Monitor Of At Least 1920 X 1080 Or Better 3. Preferably Lightweight Less Than 70 Kg With Cart And Other Peripherals 4. The Operating Console Can Be Detachable Or Non-detachable (fixed) From The Mobile Trolley Or Cart. 5. One (1) Pencil Probe Port Connected To A Transducer With A Probe Extend Module To Provide Three (3) Active Probe Ports At A Time 6. Programmable Keys For User-defined Functions 7. With 8-segment Time Gain Compensation (tgc) Control 8. Equipment Should Be Maintainable And Serviceable With 24/7 Support, Preferably A Service Support Center Within The Visayas And Mindanao Areas. B. Power Supply And Battery 1. Built-in Battery Of At Least 90 Minutes Or Higher When Used Continuously 2. Full Battery Should Last More Than 24 Hours When In Standby Mode 3. Power Supply: 220v-240v Ac, 50/60 Hz As Applicable To The Mains Power Supply Of The Hospital 4. No Separate Volt Conversion 5. Power Consumption Must Be Clearly Stipulated C. Applications And Software 1. Total Recall Imaging For Multi-modal Post-processing Capabilities On Archived Images Such As Measurements And Calculations 2. Needle Visualization Enhancement 3. Real-time Panoramic Imaging D. Mobile Cart 1. Material Type Of Mobile Cart: Magnesium Alloy With Locking Wheel 2. Gel Warmer And Probe Holder With At Least 5 Holders 3. Height Adjustment Up To 25 Cm 4. Maximum Weight With Peripherals At Least 40 Kg 5. Mechanical Parts Should Be Heavy-duty Type E. Transducers 1. Curvilinear Transducer A. Frequency Bandwidth: 1.4 Mhz To 5.0 Mhz B. Field Of View (fov) At Least 61 Degrees C. Depth Of At Least 40 Cm D. Application: Obstetrics, Gynecology, Abdomen, Small Parts, Musculoskeletal, Vascular, Urology, Nerve, Elastography, And Fat Quantification 2. Linear Transducer A. Frequency Bandwidth: 2.7 Mhz To 10.5 Mhz B. Field Of View (fov) Of At Least 3.4 Cm C. Depth Of At Least 35 Cm D. Application: Small Parts, Musculoskeletal, Vascular, Abdomen, Pediatric And Thoracic 3. Endo-cavity Transducer A. Frequency Bandwidth: 3.0 Mhz To 11.0 Mhz B. Radius: 1.1 Cm C. Application: Obstetrics, Gynecology, And Urology 4. Micro-convex Transducer A. Frequency Bandwidth Of At Least 2.6 Mhz Up To 12.8 Mhz B. Field Of View (fov) Of 90 Degrees C. Application: Abdomen, Peripheral Vascular, Neonatal, Small Parts, And Urology F. Imaging Features 1. High-resolution Color Doppler Imaging 2. Spatial Compound Imaging 3. Auto Optimization Button 4. Trapezoid Imaging And Extended Field Of View (fov) 5. Speckle Suppression Imaging 6. Supports Measurements And Calculations On Archived Exams And Images 7. Workstation Dedicated To Patient Exam Management G. Imaging Modes 1. B-mode 2. Tissue Harmonic Imaging 3. M-mode / Color M-mode 4. Anatomical M-mode 5. Curved Anatomical M-mode 6. Color Doppler Imaging 7. Power Doppler Imaging 8. Pulsed Wave Doppler 9. Continuous Wave Doppler 10. Panoramic Imaging H. Data Storage And Transfer 1. Storage Of At Least 240 Gigabytes Ssd (solid State Drive) Or Higher 2. Boot-up Time Must Be Less Than 30 Seconds 3. Boot-up Time From Standby Must Be Less Than 10 Seconds 4. Dicom (digital Imaging And Communications In Medicine) Compatibility: Dicom 3.0 Standard, Connectivity Should Be Compatible With The Existing Pacs (picture Archiving And Communication System) Of The Hospital At No Extra Cost To The Purchaser In The Process Of Installation, Connection, And Integration Of The Equipment. I. Accessories 1. One (1) Unit Of Uninterruptible Power Supply (ups) Of At Least A 3-hour Standby Power With Trolley/drawer And Caster Lock, Compatible With The Equipment Power Requirement And With Proper Grounding When Needed. 2. Must Have Three (3) Active Extended Probe Ports 3. Must Have One (1) Mobile Trolley With Drawer And One (1) Hard Case Luggage Bag 4. One (1) Unit Military Grade Laptop Computer Must Include One (1) Unit Of Host Military Laptop With The Following Specifications: A. Processor: Core I7 Or Equivalent In Other Brands. B. Ram: At Least 8 Gb C. Hard Drive: At Least 1 Tb Ssd D. Connectivity: Wi-fi, Bluetooth E. Ports: Usb, Usb-c, Hdmi, Network Extension For Ethernet/side Mechanical Docking, Headphone/microphone F. Durability: Mil-std 810g Tested G. At Least 14 Inches Monitor Display H. At Least 1 Mp Web Camera I. Battery Life Average Of At Least 13 Hours On Common (document/report Generation) Use, Should Include Adapter For Rapid Charging Up To 80% In 1 Hour. J. Should Be Installed With The Latest Licensed Os Compatible With The Base Unit To Ensure Communication. K. Should Be Installed With Licensed Applications/programs For Data Processing In Spreadsheet And Report Generation. L. To Include Optical Mouse (bluetooth And Rechargeable) M. Warranty On Parts And Service For At Least One (1) Year N. Laptop Should Include Carrying Bag. J. Consumables 1. At Least 10 Rolls Of Thermal Paper For Printing 2. B/w Digital Terminal Thermal Printer 3. At Least 3 Gallons Of Ultrasonic Gel 4. At Least 5 Bottles Of A Cleansing Solution Cleaner For The Probes And The Cleansing Solution Should Not Cause Damage Or Membrane Swelling Of Transducer Probes When Used. 5. At Least 10 Pieces Of Skin Marking Pen Or Surgical Marking Pen For Interventional Studies Other Terms Of Reference And Conditions 1. The Console-type And Portable-type Ultrasound Machines Should Be Of The Same Brand Or Manufacturer To Have The Same Service Maintenance Provider. 2. Must Have Three (3) Years Warranty For Parts And Services. 3. Certification From The Manufacturer A. That The Bidder Has The Capability For Corrective And Preventive Maintenance Of The Unit B. That The Bidder Has The Service Engineer(s) Trained And Capable Of Corrective And Preventive Maintenance For The Equipment Model. Service Engineer Should Be Presently Employed By The Bidder/supplier Or Authorized By The Manufacturer. C. Guaranteeing Delivery Of Equipment And All Accessories Within The Time Period Set By The Bids And Awards Committee (bac). D. Guaranteeing Of All Spare Parts For The Next Ten (10) Years Duly Authenticated By The Philippine Embassy In The Country Of Origin. E. That The Equipment Is A Brand-new Unit And Not A Discontinued Model. F. That The Terms And Conditions Stated In The Contract Shall Be Honored By The Manufacturer If A Change Of Exclusive Distributorship Will Occur During The Duration Of The Said Contract. 4. The Supplier’s Engineer Shall Perform Preventive Maintenance On The Machine During The Warranty Period Of At Least Quarterly. 5. The Supplier’s Engineer Must Provide The Complete Calibration Report Containing The Testing Parameters And Data Of Measurements Of The Ultrasound Machines To The Hospital’s Health/medical Physicist Before Clinical Acceptance. 6. The Bidder Must Provide A Certification Type Of Training On The Applications/operations, And Basic Maintenance For Users And Maintenance Personnel Of The Hospital. 7. Certificate Of Exclusive Distributorship From The Unit Manufacturer Mentioning The Name Of The Philippine Representative. 8. Certification From The Bidder Of 95% Uptime Guarantee For The Equipment Offered Within The Warranty Period. Accumulated Downtime In Excess Of 5% Shall Be Added To The Warranty Period. 9. The Bidder Must Submit The Original Brochure With Technical Specifications In English Language Both Hard And Soft Copy. 10. The Machine Should Conform To The International Electrotechnical Commission (iec) Standards Or Its Equivalent National Standard. The Bidder Must Provide Certificate Of Declaration Of Conformity. 11. Manufacturer/supplier Should Have Iso Certification For Quality Standards. 12. The Equipment Should Be A Us-fda Or Ce-approved Product. 13. Inventory Of Spare Parts For The Unit/model Offered Duly Signed By The Manufacturer. 14. Certification From The Foreign Ministry Of Health That The Company Can Sell The Product/model In That Country Of Origin. 15. The Bidder Shall Specify Post-warranty Comprehensive Preventive Maintenance Costs Including List And Price Of Major Spare Parts For The Next Three Years After Warranty. 16. Training Of End-users In Operation And Basic Maintenance Shall Be Provided 17. User, Technical, Operational, And Maintenance Manuals Are To Be Supplied In English Language. 18. All Services For Installation, Connection, And Integration Of The Machines To The Existing Pacs/ris Of The Hospital Shall Be Shouldered By The Bidder At No Additional Cost To The End Users. 19. Full Support To The Mid Staff Requiring Attendance To Technical, In-depth, Hands-on, And Extensive Face-to-face Training Programs Or Courses (such As But Not Limited To Elastography, Fat Quantification, And 3d/4d) Outside Of The Hospital Shall Be Made Available To The End User. 20. Full Support To The Mid Staff For Their Annual Continuing Medical/professional And Educational/learning Development While The Machines Are Under Warranty. 21. Must Have A Service Center Within The Caraga Region, Cebu City, Cagayan De Oro City, Or Davao City. 22. The Conduct Of Post-qualification Activity Shall Be At The Cost Of The Supplier And The Site Visit Shall Be Held At The Nearest Hospital. Failure To Comply With The Preferred Schedule Of The Procuring Entity For The Post Qualification Can Be A Ground For Disqualification. (no Extensions Allowed.) 23. The Delivery Of The Equipment Shall Commence Within Ninety (90) Calendar Days From Receipt Of The Notice To Proceed. To Be Delivered At Caraga Regional Hospital, Rizal Street, Brgy. Washington, Surigao City, Surigao Del Norte. Technical Specification And Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Section 23.4.1.3.(ra 9184). The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. Slcc Must Be Within 2 Years From The Submission Of Bids. (based On The Completion Date). The Single Largest Completed Contract (slcc) Shall Be The Same Or Similar In Nature, As Determined And Defined By The Bids And Awards Committee ( Bac ). For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 28, 2024 To February 06, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference January 16, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/84427775771?pwd=3ljykccird98psr6rpzotkfaaug2il.1 Meeting Id: 844 2777 5771 Passcode: 947752 Deadline Of Submission Of Bids February 06, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids February 06, 2025 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/89960742667?pwd=szuuabrns2l0zbey780rlzpinl9ynw.1 Meeting Id: 899 6074 2667 Passcode: 984011 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1-bugnrw-ewejdoqlxztwwuw89zqwnt3x?usp=sharing Bidding Documents Php 25,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Phlippine Bidding Documents Can Be Accessed In The Philgeps And All Form And Part Of This Invitation To Bid, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before February 06, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On February 06, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 9. The Crh Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link : Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 (086) 826-9058 Mobile Nos: Globe: 0953-9212-832 / Smart: 0985-0508-783 E-mail Address: Crhprocurement.bac@gmail.com Fb Page: Caraga Regional Hospital – Bids And Awards Committee Approved By: (sgd) Fermarie C. Dulpina, Rmt, Mpa, Jd Chief Health Program Officer Chairman, Bids And Awards Committee
Closing Date6 Feb 2025
Tender AmountPHP 21.5 Million (USD 367.7 K)
City Of Danao Tender
Automobiles and Auto Parts
Philippines
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of One (1) Unit Emergency Transport Bus For The City Disaster Risk Reduction And Management Office Of The City Government Of Danao The Local Government Of Danao City, Through The City Disaster Risk Reduction And Management Office Intends To Apply The Sum Of Php13,000,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply And Delivery Of One (1) Unit Emergency Transport Bus For The City Disaster Risk Reduction And Management Office Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Of One (1) Unit Emergency Transport Bus For The City Disaster Risk Reduction And Management Office, As Follows; Seq. Item Description Qty 1. Emergency Transport Bus (52) Seaters Bus Euro 6 1 Unit Overall Length: 10,990mm Overall Width: 2,500mm Overall Height: 3,450mm Gvw: 16,600kg Axle Load:550/11,100kg Wheelbase: 5,500mm Curb Weight: 10,500,11,000,11,600kg Max. Speed: 100km/h Rated Passenger Capacity: 24-52 Front / Rear Overhang: 2,290/3,200mm Approach / Departure Angle: 9/9˚ Front/rear Tread: 2,080/1,870mm Fuel Type: Diesel Power: 206kw/280hp Displacement: 7,700cc Clutch: F450 Coil Spring Clutch Clutch Master & Slave Cylinder: Equipped Transmission: Equipped, Manual Speed Shift Control: Two Flexible Shaft Control Front Axle: 505t Rear Axle: 11t Brake: Front Disc, Rear Drum Abs: Equipped Suspension System: Leaf Spring, With Double Action Shock Absorber And Front Stabilizer Tyre: 11r22.5 With Spare Tire Rim: 22.5x8.25 Centralized Lubrication: N/a Steering Gear: Integral Power Steering Auxiliary Braking: Eddy Current Retarder Dryer: Equipped Braking System Valve: Equipped Expansion Tank: Stainless Steel Cooling System: Huanghai Stand Fuel Tank Capacity: 200l Body Structure: Semi-monocoque Air Conditioning: Equipped Front & Middle Passenger Doors: Single Pneumatic Aluminum Alloy Outward Swing Door Windshield Front/rear: Full View Laminated Glass/ Tempered Glass, F Green Driver Window: Sliding Window With Aluminum Track, F Green Side Window: Sliding Window With Aluminum Track, F Green Front Curtain: Single Manual Type Seat Layout: 2+2, 51+1 Driver Set: Sj-jzp-3a-bj Passenger Seat: Ly-pbt-01 (unadjustable) Guide Seat: N/a Step Number: Front 4 Rear 4 Floor: Bamboo Floor Floor Covering: Wear Resistant Floor Covering Instrument Panel: Softened Type Interior Mirror: Huanghai Standard Rear View Mirror: Manual Electric Defrosting Heating: No Heating, With Defroster Ventilation: 2 Hatches Without Ventilation Fan Roof Lamp: Two Light Strips Electronic Clock: Equipped Audio-visual System: Mp3 Player Wiper: Horizontal Wiper Battery: 2 Units 6qa-195 Batteries Camera: Driving Recorder With 2 Cameras Fire Extinguisher: 2 Units 4kg Fire Extinguishers In Passenger Cabin; 2 Automatic Fire Extinguisher In Engine Cabin, In Total 1.5kg Safety Belt: Safety Belt For Whole Vehicle Safety Hammer: 5 Pcs With Alarm Function Painting: Solid Color Paint Php13,000,000.00 Delivery Of The Goods Is Thirty (30) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On February 05-17, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Pre-bid Conference On February 05, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Submission And Receipts Of Bids On February 18, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman
Closing Date18 Feb 2025
Tender AmountPHP 13 Million (USD 224.7 K)
Šebířov village Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Czech Republic
Details: • Photovoltaic System: Vyšetice Building (Roof of the Pub) - The Photovoltaic System Will Be Made Up of PV Panels with a Total Number of Max. 27 Pieces, with a Nominal Output of One Panel of Min. 450 Wp, the Total PV Output Will Be Min. 12.15 Kwp, with a Module Efficiency of Min. 20%. - Battery Storage with a Usable Capacity of Min. 10.40 Kwh - Nominal Capacity of Min. 11.6 Kw • Photovoltaic System: Šebířov Building (Roof of the Community Center) - The Photovoltaic System Will Be Made Up of PV Panels with a Total Number of Max. 64 Pieces, with a Nominal Output of One Panel of Min. 450 Wp, the Total PV Output Will Be Min. 28.80 Kwp, with a Module Efficiency of Min. 20%. - Battery Storage with a Usable Capacity of Min. 20.80 Kwh – Nominal Capacity Min. 23.2 Kwh
Closing Date30 Jan 2025
Tender AmountCZK 1.9 Million (USD 78.8 K)
Caraga Regional Hospital Tender
Others
Philippines
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Bids And Awards Committee Ooooooo --------------------------------------------------------------------------------------------------------------- @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Invitation To Bid Ib No. 2024-01-21 (115) Supply And Delivery Of Various Equipment For Calibration Services - Rebid Abc: ₱ 4,800,000.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy2024 Internally Generated Fund (igf) Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Four Million Eight Hundred Thousand Pesos Only ( Php 4,800,000.00 ) Under The Contract For The Supply And Delivery Of Various Equipment For Calibration Services - Rebid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding, To Wit: Line Item Code Description Qty Unit Of Measure Unit Cost Total Cost 1 Defibrilator Measurement Analyzer 1 Unit 1,600,000.00 1,600,000.00 2 Electrosurgical Devices Analyzer 1 Unit 1,700,000.00 1,700,000.00 3 6 In 1 Patient Vital Signs Simulation/nibp, Spo2, Ecg, Temp, Ibp & Respiration Functionality Test 1 Unit 1,000,000.00 1,000,000.00 4 Gas Flow Equipment Analyzer 1 Unit 500,000.00 500,000.00 Grand Total ₱ 4,800,000.00 1. Defibrilator Measurement Analyzer Description Patient Category Defibrillators Analyzer Automates The Inspection And Preventive Maintenance Testing Of Defibrillators. They Need To Be Able To Test At Least Four Basic Defibrillator Performance Characteristics: Discharge Energy, Synchronized-mode Operation, Automated External Defibrillation, And Ecg Monitoring. Purpose Of Use Clinical Or Other Purpose Calibration Of Your Measuring Instruments Has Two Objectives. It Checks The Accuracy Of The Instrument And It Determines The Traceability Of The Measurement. In Practice, Calibration Also Includes Repair Of The Device If It Is Out Of Calibration. Clinical Department /ward Biomedical Department Technical Specifications Defib Measurement; Load Resistance; 45 -50ω +/- 1% No-inductive Range: 0-200 Joules Accuracy: ±1% Of Reading ±1 Joule Range (high): 200-600 Joules Accuracy: ±1% Of Reading ± 1 Joule Resolution: 0 - 0.1 Joule Voltage: 0 – 1000 To 5000 Volts Current: 0 – 50 To 100 Amps Sampling Rate: 200-250 Khz Sampling Frequency Maximum Pulse Width (capture Time): 5us – 100 To 120 Ms Clock Accuracy; 0.10s To 100+/_ 0.05s Aed Pulse Mode Waveforms; Normal Sinus Rhythm (nsr): 20 -300 Bpm, Amplitude 1.00mv (± 2%) Asystole (asys) Ventricular Fibrillation - Coarse (vfbc) 230-240 Bpm Amplitude) 1.00mv (± 2%) Ventricular Fibrillation – Fine (vfbf) 230-240 Bpm Amplitude) 1.00mv (± 2%) Monomorphic Ventricular Tachycardia(mvt0: 210 Bpm, 1.00mv (±2%) 200-210 Bpm, 1.00mv (±2% Atrial Fibrillation (afb): 20-300 Bpm, Amplitude 1.00mv (± 2%) Ecg Simulator: Ecg Simulation With High Level Output. Ecg Waveforms – Sinus: Normal Sinus Rhythm (nsr): 20 – 300 Bpm, Amplitude 0.50 – 5.00mv (± 2%) St Elevation (ste): 20 -300 Bpm, Amplitude 0.50 – 5.00mv (± 2%) St Depression (std): 20 -300 Bpm, Amplitude 0.50 – 5.00 Mv (±2%) Myocardial Infarction (mi): 20 – 300 Bpm, Amplitude 0.50 – 5.00mv (±2%) Tall T (tt): 20 300 Bpm, Amplitude 0.50 -5.00mv (±2%) Ecg Waveforms – Ventricular Arrhythmias: Premature Ventricular Contraction: 75-80 Bpm Intermittent (pvci): Amplitude 0.50 -5.00 – 5.00 Mv (±2%) Bigeminy (big): 75-80 Bpm, Amplitude 0.50 – 5.00mv (± 2%) Trigeminy (trig): 75-80 Bpm, Amplitude 0.50 – 5.00mv (± 2%) Ventricular Flutter (vflt): 230-240 Bpm, Amplitude 0.50 -5.00mv (± 2%)) Ventricular Fibrillation – Coarse (vfbc); 23-=240 Bpm, Amplitude 0.50 -5.00mv) Ventricular Fibrillation – Fine (vfbf): 230-240 Bpm, Amplitude 0.50 – 5.00mv (± 2%)) Monomorphic Ventricular Tachycardia (mvt): 200-210 Amplitude 0.50 – 5.00mv (±2% Right-focal Premature Ventricular Contraction (rfpvc) : 70-80 Bpm, Amplitude 0.50 -5.00mv (±2%)) Ecg Waveforms – Atrial Conduction Arrhymias: First Degree Av Block (favb): 70-80 Bpm, Amplitude 0.50 – 5.00mv (± 2%) Second Degree Av Block : 70-80 Bpm - Mobitz I (sav_ Mi): Amplitude 0.50 -5.00 Mv (± 2%) Second Degree Av Block: 70-80 Bpm) - Mobitz Ii (savb_mii): Amplitude 0.50 -5.00mv (±2%) Third Degree Av Block (tavb): 45-50 Bpm, Amplitude 0.50 -5.00mv (±2%)) Ecg Waveforms – Atrial Arrhythmias: Sinus Arrhythmias (sar): 20 -300 Bpm, Amplitude 0.50 -5.00 Mv (±2%) Missing Beat (mb): 20 - 300 Bpm, Amplitude 0.50 -5.00mv (±2%) Atrial Flutter (aflt): 250-300 Bpm, Amplitude 0.50 -5.00 Mv (±2%) Atrial Fibrillation (afb); 20 - 300 Bpm, Amplitude 0.50 -5.00 Mv (±2%) Paroxysmal Atrial Tachycardia (pat): 170-180 Bpm, Amplitude 0.50 -5.00mv (±2%) Premature Junctional Contraction (pjc): 20 - 300 Bpm, Amplitude 0.50 -5.00mv (±2%) Ecg Pacer Waveforms: Synchronous Atrial (aai): 20 - 300 Bpm, Pulse Amplitude 0.50 5.00mv Pulse Width 0.1 – 2.0ms Asynchronous Astrial (aoo): 20 - 300bpm Pulse Amplitude 0.50 – 5.00mv Pulse Width 0.1 - 2.0ms Pacer (pcr); 20 – 300 Bpm Pulse Amplitude 0.50 – 5.00mv. Pulse Width 0.1 – 2.0ms Ventricular Pacer (vvi); 20 300 Bpm Pulse Amplitude 0.50 – 5.00mv Pulse Width 0.1 – 2.0ms Atrial & Ventricular Pacer (ddd): 20 - 300 Bpm Pulse Amplitude 0.50 – 5.00mv Pulse Width 0.1 – 2.0ms R-wave Detection (rwd): 20 -300 Bpm Pulse Amplitude 0.50 -5.00mv Ecg Performance Wave Forms: Sine (sine): 0.1 – 300hz 1.00 – 10.00 Mv Square (sq): 0.1 – 300hz 1.00 – 10.00 Mv Triangle (tri): 0.1 – 300hz 1.00 – 10.00 Mv Sawtooth (saw): 0.1 – 300hz 1.00 – 10.00 Mv Inverse Sawtooth (invsaw): 0.1 – 300hz 1.00 – 10.00 Mv Pulse (pulse): 0.1 – 300hz 0.50 – 5.00 Mv Ecg Noise Selection: Amplitude 0 – 10.00mv Frequency 50 - 60 Hz Ecg Accuracy: Rate: ± 1% Bpm Amplitude: ± 2% (la-ll). ± 10% (paddles) Lead Ii: 1 – 10 Mv (in Steps Of 0.5 Mv). Other Leads Are Proportional To Lead Ii By The Following Percentages; Lead I: 60% Lead Ii 100% Lead Iii: 40% Pacer Input: Fix Load: 40-50ω Accuracy: 1 % , Non-inductive Over Voltage Protection: 5000 Va (4500-5000) Variable Load: 50 -1600ω In 50ω Steps Accuracy: 1 % Non Inductive Pulse Rate: 5.0 – 800ppm Accuracy: +/- (0.5% Rdg + 0.1ppm) Heart Rate Selection: 20 - 300 Bpm Under And Overdrive: 85% (20 Bpm Min) And 115% (300bpm Max) Wave Form Selection: Nsr, Vfibc, Vfibf, Mvt, Afib, Missing Beat, R-wave Detection Pulse Current Amplitude: 5.00 – 200ma Accuracy: +/- (1% Rdg + 0.02ma) Current Measurement: Average (rms) Leading Edge, Trailing Edge, Peak ( The Highest During The Pulse ) Pulse Width: 1.00 – 100ms Accuracy: +/- (0.5% Rdg + 0.01ms) Pulse Energy: 1µj – 2.00j Accuracy: +/- 4% + 10µj Pacer Manufacturer Algorithms: Cu Medical, Ge, Hp,laerdal, Mindray, Philips, Physiocontrol, Schiller, Welchallyn, Zoll Pacer Refractory Periods: Refractory Period Test: 15 – 500ms (paced And Sensed) Accuracy; +/- 1ms Pacer Sensitivity Test: Wave Form, R Wave: Polarity Normal And Reversed Selectable Dynamic Sensitivity: 0.05mv -5.00mv In 50µv Steps Pacer Interference Test (immunity): Heart Rate: 20 -300 Bpm Frequency: 50 Or 60 Hz Noise Level In Mv: 0-15.0mv Operation: 9.2-9.6v/2300-2400mah Nickel Metal Hydride Battery Pack Battery Charge Time: 2-2.5 Hours Battery Capacity (fully Charged): 10-12 Hours Mains Supply: 110/230v Ac.: 50 To 60hz 35va Power Supply Storage Environment: - 15°c To 60°c Operating Condition: 0°c To 40°c Environment Protection: Ip 40 Communication: Usb Display: Lcd Colour Graphic Display ¼ Vga Memory: 80-100 Test Results Including Graphs) Impact Rating: 5j Technical Services As Follows: • System Warranty Must Be Five (5) Years • Calibration Of The Unit Must Be Performed After Installation With Certificate • Service Call Within 24 Hours Maximum And Must Have Repair Facility In Mindanao Area. • Preventive Maintenance For Every Quarter Until Warranty Expires. • Service Kits And Consumables To Be Included For One Year Use. • Supplier Must Deliver And Install The Unit Without Cost To The Owner Accessories, Consumables, Spare Parts, Other Components Accessories: • Aed Lead • Ecg Snap Adapter 10 Pack • Usb Cable • Test N Tag 2 Bluetooth Printer • Thermal Labels Rolls 5 Pack • Paddle Adaptor Box • Paddle Adaptor Box Lead (red) • Paddle Adaptor Box Lead (black) • Applied Part Adaptor 10 Pack • Carrying Bag • Manual Guide Training, Installation And Utilisation Pre-installation Requirements Supplier To Perform Installation, Safety And Operation Checks Before Handover. Requirements For Commissioning 1.local Clinical Staff To Affirm Completion Of Installation, 2. Calibration Certificate And Warranty Certificate 3. The Supplier Must Have A Track Record/history/experience For Having A Calibration Center Within The Philippines For Assurance Of Being A Biomedical Company. 4. The Supplier Must Have A Certificate Of Being An Authorized Service Partner. 5. The Supplier Must Have A Branch Office In The Mindanao For Technical Support Purposes. 6. The Supplier Must Have A Local Business Permit For Services In The Mindanao Area. Training Of User/s 5 Days Training And Of User Biomed Engineer & Staff In Operation, Basic Maintenance And Documentation , Shall Be Provided User Care To Demonstrate The Proper Cleaning And Disinfection With Provision Of Printed Cards Or Tags Beside The Unit. Warranty And Maintenance Warranty • 5 Years For Parts And Labor • Cleaning And Maintenance Of Machine • Shall Have Spare Parts Availability Once The End User Needs It. Environmental Factors • Capable Of Being Stored Continuously In Ambient Temperature Of 0 To 50 Deg C And Relative Humidity Of 15 To 90%. • Capable Of Operating Continuously In Ambient Temperature Of 10 To 40 Deg C And Relative Humidity Of 15 To 90% Documentation Documentation Requirements User, Technical And Maintenance Manuals To Be Supplied In English Language. Service Manual In English. List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. Certificate Of Calibration, Warranty And Inspection To Be Provided. Safety And Standards International Standards Risk Classification - Class B (ghtf Rule 11);class Ii (usa); Class Ii (eu, Japan, Canada And Australia) International Standards - Iso 13485, Fda, Ce. Delivery Period 90 Calendar Days From Receipt Of The Notice To Proceed Terms Of Payment Upon Full Delivery, Installed, Tested And Commissioned Service Center Must Have Service Center Within Caraga Regional, Cebu City, Cdo Or Davao City Post Qualification The Bidder Is Required To Send A Demo Unit To Caraga Regional Hospital. Failure To Comply With The Preferred Schedule Of The Procuring Entity For The Post Qualification Can Be A Ground For Disqualification. (no Extensions Allowed) 2. Electrosurgical Devices Analyzer Description Patient Category Electrosurgical Unit (esu) Analyzers Automate The Testing And Inspection Of The Output Circuits And Safety Feature Of Esus. They Perform Testing That Would Otherwise Require Several Other Pieces Of Equipment, As Well As Considerably More Time And Greater Technician Expertise. Purpose Of Use Clinical Or Other Purpose Calibration Of Your Measuring Instruments Has Two Objectives. It Checks The Accuracy Of The Instrument And It Determines The Traceability Of The Measurement. In Practice, Calibration Also Includes Repair Of The Device If It Is Out Of Calibration. Clinical Department /ward Biomedical Department Technical Specifications Power Measurement: True Rms Value Of Applied Waveform Power Rating: 0 – 800w (rms) Accuracy: ± ( 1w + 5% Of Reading) Duty Cycle: 80 – 100% Up To 60 Seconds Load Bank: 0 - 5115ω Resolution: 5 -7ω Voltage (peak): 5– 10kv (peak) - Closed Load Only Accuracy: ± (10% Of Reading + 15v) Voltage: 5 – 700v Rms Accuracy: ± (10% Of Reading + 5v) Current (rms): 0 – 6000 Ma With Load Banks 0 -8000ma External Load Test Accuracy: ± (2% Of Reading + 10ma) Crest Factor: 1.4 – 20 (vpeak / V Rms) Rms Bandwidth; Instrumentation Only: 30 Hz To 10mhz (-3 Db) With Loads: 30 Hz To 2.5 Mhz (-3 Db) Variable Loads: 5 - 5115ω Steps @ 5ω (1023 Steps) Accuracy: ± (1% + 0.5, 0.0ω Of Set Of Load) Load Array: Ceramic Resistors (non-inductive) Measurement Delay: Foot Switch Delay Selectable Between 300-5000ms (8-10m Seconds Resolution) Rf Leakage (high Frequency Leakage): Active: From Active Part To Earth Passive: From Plate – Receptacle – Earth Load: Variable See Power Measurement Fixed 2 X 200ω Accuracy: ± 1%, + 0.5, - 0.0 Ω Contact Quality Monitoring (cqm): Range: 0 -475ω Steps @ 1 Ω Steps Motor Driven Potentiometer Accuracy: ± 5-7% ± 1-2ω Alarm Register: High And Low Manual Confirmation Ranging: Manual Or Automatic Output Connectors: Remote Foot Switch Control (cut): Yellow, Single Relay Contact Remote Foot Switch Control (coag): Blue, Single Relay Contact High Frequency Leakage: Through 4mm Sockets And Power Measurements Usb: Pc Download Oscilloscope Output: 0.5v/a, 100ma, Rf Current Minimum Input, Un-calibrated, Indication Only Isolation: 10kv Isolation Between Measurement Device And Enclosure Low Frequency Filter: 100hz Filter To Avoid Low-frequency Disturbance Or Interference General: Memory: 4000- 5000 Records (4mb) Output: Csv And Sss Format Dimensions: Not More Than 373mm X310mm X210mm Weight: 10-12kg / 22 Lbs Operating Temperature: 10°c - 40°c / 50°c / 32°f -122°f Main’s Power: 115/230v Ac + 10%; 48 To 66 Hz, 35 Va Fuses: 2x 1.6 A (t) Ceramic Standard Accessories: Mains Lead, Usb Lead, Calibration Certification Technical Services As Follows: • System Warranty Must Be Five (5) Years • Calibration Of The Unit Must Be Performed After Installation With Certificate • Service Call Within 24 Hours Maximum And Must Have Repair Facility In Mindanao Area. • Preventive Maintenance For Every Quarter Until Warranty Expires. • Service Kits And Consumables To Be Included For One Year Use. • Supplier Must Deliver And Install The Unit Without Cost To The Owner Accessories, Consumables, Spare Parts, Other Components Accessories: • Test Lead, Usb Lead • Cut/coag Control Interface Cables • Power Cord • Colored Sheathed Banana Set • Operator Cd • Manual • Carrying Bag Training, Installation And Utilisation Pre-installation Requirements • Supplier To Perform Installation, Safety And Operation Checks Before Handover. Requirements For Commissioning • Local Clinical Staff To Affirm Completion Of Installation, Calibration Certificate And Warranty Certificate • The Supplier Must Have A Track Record/history/experience For Having A Calibration Center Within The Philippines For Assurance Of Being A Biomedical Company. • The Supplier Must Have A Certificate Of Being An Authorized Service Partner. • The Supplier Must Have A Branch Office In The Mindanao For Technical Support Purposes. • The Supplier Must Have A Local Business Permit For Services In The Mindanao Area. Training Of User/s 5 Days Training Of User Biomed Engineer & Staff In Operation, Basic Maintenance And Documentation , Shall Be Provided User Care To Demonstrate The Proper Cleaning And Disinfection With Provision Of Printed Cards Or Tags Beside The Unit. Warranty And Maintenance Warranty • 5 Years For Parts And Labor • Cleaning And Maintenance Of Machine • Shall Have Spare Parts Availability Once The End User Needs It. Environmental Factors • Capable Of Being Stored Continuously In Ambient Temperature Of 0 To 50 Deg C And Relative Humidity Of 15 To 90%. • Capable Of Operating Continuously In Ambient Temperature Of 10 To 40 Deg C And Relative Humidity Of 15 To 90% Documentation Documentation Requirements User, Technical And Maintenance Manuals To Be Supplied In English Language. Service Manual In English. List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. Certificate Of Calibration, Warranty And Inspection To Be Provided. Safety And Standards International Standards Risk Classification - Class B (ghtf Rule 11);class Ii (usa); Class Ii (eu, Japan, Canada And Australia) International Standards - Iso 13485, Fda, Ce. Delivery Period 90 Calendar Days From Receipt Of The Notice To Proceed Terms Of Payment Upon Full Delivery, Installed, Tested And Commissioned Service Center Must Have Service Center Within Caraga Regional, Cebu City, Cdo Or Davao City Post Qualification The Bidder Is Required To Send A Demo Unit To Caraga Regional Hospital. Failure To Comply With The Preferred Schedule Of The Procuring Entity For The Post Qualification Can Be A Ground For Disqualification. (no Extensions Allowed) 3. 6 In 1 Patient Vital Signs Simulation / Nibp, Spo2, Ecg, Temperature, Ibp, And Respiration Functionality Test. Description Patient Category A Medical Device Tester Is Responsible For Ensuring That Medical Devices Meet Quality And Safety Standards. They May Work With A Variety Of Devices, From Blood Pressure Monitors To Pacemakers Purpose Of Use Clinical Or Other Purpose Calibration Of Your Measuring Instruments Has Two Objectives. It Checks The Accuracy Of The Instrument And It Determines The Traceability Of The Measurement. In Practice, Calibration Also Includes Repair Of The Device If It Is Out Of Calibration. 6 In 1 Patient Vital Signs Simulation: • Nibp, Spo2, Ecg, Temperature, Ibp, And Respiration Functionality Test. Clinical Department /ward Biomedical Department Technical Specifications Detailed Requirements Displayed Parameters User Adjustable Settings Non-invasive Blood Pressure Simulation: Waveform: Oscillometric Pulse Volume: High, Medeum,low, Pediatric Heart Rate; 20-300bpm Integrated Pump; 0 To 350mmhg User Configuration Leak Test: User Configurable Between 0-350mmhg Chronometer; Configurable Up To 999 – 1100 Secs) Digital Manometer: 0-410mmhg Pressure Accuracy: +/- 0.5% Fs Pressure Unit: Mmhg, Inhg, Kg/cm2. Cmh20, Mbar, Psi, In H20 And Kpa Oxygen Saturation Simulation(puls-r): Range: 30 To 100% Repeatability; Positive/negative 5% Of Reading Between 30-59% Spo2 Positive/negative 3% Of Reading Between 60-89% Spo2 Positive/negative 1% Of Reading Between 90-100% Spo2 ( Accuracy Of Simulation When Used With The Corresponding R-curves Based In Using The Same Probe And Monitor Set Up . Note That Some Montor Type Might Not Be Able To Display Low Range Sats) Heart Rate: 30-300bpm Accuracy: Positive/negative 1bpm Compatibility: Beijing Choice, Criticare, Ge Tuffsat, Masimo, Mindray, Nellcor, Nellcor Oximas, Nihon Kohden, Nonin, Novametrix, Philips,/hp Ecg Arrhythmia Simulator: Simulation: 5 Lead Simulation Including High Level Output On Normal Sinus Rhythm (nsr), St Elevation, St Depression, Myocardial, Infarction, Tall T Heart Rate: 20-300bpm Accuracy: Positive/negative 1 Bpm Amplitudes; Lead Ii: 0.5 -5 Mv (in Steps Of 0.5 Mv). Other Leads Are Proportional To Lead Ii By The Following Percentage: Lead I : 60% Lead Ii : 100% Lead Iii : 40% Accuracy: Positive/negative 2% Connection High Level Ecg 3.5mm Jack Plug St Elevation /depression: Heart Rate: 20-300bpm Elevation %: 7%, 13%, 20% Elevation Slope: Positive, Negative, Flat Myocardial Infarction: Type: Ischemia, Injury, Infarction, Inferior Infarction Heart Rate: 20-300bpm Tall T: Heart Rate: 80 Bpm (ranges 75-80) T Wave Amplitude: 0-1.2mv (steps Of 0.1mv) Arrhythmia Waveforms (atrial); Simulation: 5 Lead Simulation Amplitudes: 0.5 / 1 / 1.5 / 2 / 2.5 / 3 / 3.5 / 4 / 4.5 / 5 Mv. Heart Rate ( When Applicable ) 20 – 300bpm Atrial: Sinus Arrhythmia (sa), Missing Beat, Atrial Flutter (aflt), Atrial Fibrillation (afb), Paroxysmal Atrial Tachycardia (pat), Junctional Premature Contraction. Atrial Conduction: First Degree Av Block, Second Degree Av Block – Mobitz I, Second Degree Av Block – Mobitz Ii, Third Degree Av Block, Right Bundle Branch Block (rbb), Left Bundle Branch Block (lbb), Left Anterior Hemiblock. Ventricular: Premature Ventricular Contraction – Intermittent Premature Ventricular Contraction – Continuous Bigeminy, Trigeminy, Ventricular Flutter (vflt), Ventricular Fibrillation Fine (vfbf), Ventricular Fibrillation Coarse ( Vfbc), Monomorphic Ventricular Tachycardia (mvt), Polymorphic Ventricular Tachycardia (pvt) Right Focal (pvc). Performance Waveforms: Shape: Sine, Square, Triangle Rate: 0.1 To 0.9hz (in Steps Of O.1hz) 1 To 100hz (in Steps Of 1hz) Amplitude: Lead Ii : 0.5-5 Mv (in Steps Of 0.5 Mv) Other Leads As Above Accuracy: 2% Shape: Pulse Rate: 20 Ms Pulse Duration, 4 Second Delay Amplitude: Lead Ii : 1 Mv. Other Leads As Above Accuracy: 2% Pacer Waveforms: Available: Synchronous Atrial, Asynchronous Atrial, Paver Only, Ventricular Pacer, Atrial & Ventricular Pacer. Qrs: 1mv Pacer Pulse Amplitude: 0.1-2mv Pacer Pulse Polarity: Positive/negative Pacer Pulse Width: 0.1-2ms R Wave Detection: Heart Rate: 70 Bpm R Wave Width; 10-120ms (steps Of 10ms) Temperature Simulation: Simulation; Ysi 400 / 700 Static Range; Preset At 25, 23, 37, And 41c Accuracy: ± 0.1c Default Setting: Ysi 400 37c Respiration Simulation: Rates; 5, 10, 15, 30, 60, 120, 180 Breaths Per Minute Base Resistance: 250, 500, 750, 1000 Ohms Accuracy: ± 10% Resistance Variation: 0.1, 0.5, 1.0, 1.5 Ohms Accuracy: ± 10% Default Setting: 15bpm / 250ω / 0.1ω Apnoea Simulation: 0-60 Seconds Duration 0-300seconds Interval Invasive Blood Pressure Simulation; Channels: 2 Channels Static: 0 To 300mmhg Dynamic: 0-300mmhg For Systolic 6 Diastolic Accuracy: ±1mmhg Excitation Voltage: 2 – 16v Impedance: 350ω Nominal Simulated Sensitivity: 5µv / V /mmhg Basic Specification: Operation; Battery Cell, In-site Charge Battery Charger: 100-240vac, 50/60hz Supply; 12 Vdc Centre Positive Battery Life: 8 Hours Standby Or A Maximum Of 200 Nibp Simulations Memory Capacity; Approx. 5, 000 Records Communication: Bluetooth Display: Monochrome, ¼ Vga Full Graphics Keypad: Alpha Numeric Weight: < 1.5 Kg, <3.5lbs Size (lxwxd): 250-270 X 100 To 110 Mm / 10.5 X 4 X3 Operating Environment: - 15° - + 60°c Environmental Protection: Ip 40 Puls-r: Compatibility Beijing Choice, Ge Tuffsat, Mindray, Nellcor Oximax, Nonin, Philips / Hp, Criticare, Masimo, Nellcor, Nihon Kohden, Novametrix Supported Default R-curves Heart Rating: 30 – 300bpm Accuracy Of Simulation When Used With The Corresponding R Curves: Resolution 1% Steps - Range 30-59% - Repeatability ± 5% 1% Steps -range 60 – 89% - Repeatability ±3 % 1% Steps -range 90 – 100% - Repeatability ±1% Technical Services As Follows: • System Warranty Must Be Five (5) Years • Calibration Of The Unit Must Be Performed After Installation With Certificate • Service Call Within 24 Hours Maximum And Must Have Repair Facility In Mindanao Area. • Preventive Maintenance For Every Quarter Until Warranty Expires. • Service Kits And Consumables To Be Included For One Year Use. • Supplier Must Deliver And Install The Unit Without Cost To The Owner Accessories, Consumables, Spare Parts, Other Components Accessories: • Ibp Connection Cable • Nibp Accessories • Temperature Connect Cables • Ecg Cables And Leads • Puls-r Universal Spo2 Simulation Finger Standard Accessories: • Carry Case • Nibp Tubing Kit • Ecg Adaptor Module And Snap-on Adaptors • Quick Start Guide • Power Supply Training, Installation And Utilisation Pre-installation Requirements Supplier To Perform Installation, Safety And Operation Checks Before Handover. Requirements For Commissioning 1. Local Clinical Staff To Affirm Completion Of Installation, 2. Calibration Certificate And Warranty Certificate 3. The Supplier Must Have A Track Record/history/experience For Having A Calibration Center Within The Philippines For Assurance Of Being A Biomedical Company. 4. The Supplier Must Have A Certificate Of Being An Authorized Service Partner. 5. The Supplier Must Have A Branch Office In The Mindanao For Technical Support Purposes. 6. The Supplier Must Have A Local Business Permit For Services In The Mindanao Area. Training Of User/s 5 Days Training Of User Biomed Engineer & Staff In Operation, Basic Maintenance And Documentation , Shall Be Provided User Care To Demonstrate The Proper Cleaning And Disinfection With Provision Of Printed Cards Or Tags Beside The Unit. Warranty And Maintenance Warranty • 5 Years For Parts And Labor • Cleaning And Maintenance Of Machine • Shall Have Spare Parts Availability Once The End User Needs It. Environmental Factors • Capable Of Being Stored Continuously In Ambient Temperature Of 0 To 50 Deg C And Relative Humidity Of 15 To 90%. • Capable Of Operating Continuously In Ambient Temperature Of 10 To 40 Deg C And Relative Humidity Of 15 To 90% Documentation Documentation Requirements User, Technical And Maintenance Manuals To Be Supplied In English Language. Service Manual In English. List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. Certificate Of Calibration, Warranty And Inspection To Be Provided. Safety And Standards International Standards Risk Classification - Class B (ghtf Rule 11);class Ii (usa); Class Ii (eu, Japan, Canada And Australia) International Standards - Iso 13485, Fda, Ce. Delivery Period 90 Calendar Days From Receipt Of The Notice To Proceed Terms Of Payment Upon Full Delivery, Installed, Tested And Commissioned Service Center Must Have Service Center Within Caraga Regional, Cebu City, Cdo Or Davao City Post Qualification The Bidder Is Required To Send A Demo Unit To Caraga Regional Hospital. Failure To Comply With The Preferred Schedule Of The Procuring Entity For The Post Qualification Can Be A Ground For Disqualification. (no Extensions Allowed) 4. Gas Flow Equipment Analyzer Description Patient Category Test Gas Flow And Respiratory Medical Equipment Accurately, Including Ventilators, Flow Meters, Edoscopic Insufflators, Suction Devices, Pressure Gauge And Anaesthesia Machine, Especially When Accuracy Of Low Volume And Pressure Is Crucial. Purpose Of Use Clinical Or Other Purpose Calibration Of Your Measuring Instruments Has Two Objectives. It Checks The Accuracy Of The Instrument And It Determines The Traceability Of The Measurement. In Practice, Calibration Also Includes Repair Of The Device If It Is Out Of Calibration. 5 In 1 Gas Flow Equipment Analyzer • Ventilators, Flow Meters, Pressure Gauge, Suction Machine And Anesthesia Machine Clinical Department /ward Biomedical Department Technical Specifications Flow And Pressure Measurements: Flow: Range: Accuracy: Measuring Direction * Bidirectional Temperature Compensated * Automatic Or Manual Pressure Compensated *automatic Humidity Compensated *- Manually High Flow * ±300 L/min , * ±1.9% Or 0.1 L/min (for 10..40°c) Pressure: High Pressure (p High) * -1 – 9 Bar * ±0.5-1% °or ±6-7 Mbar Differential Pressure (p High): * ±180-200mbar * ±.05-0.75% Or ±0.5-0.1mbar Pressure In High Flow Channel: * - 55-150mbar * ±0.75% Or 0.1mbar Atmospheric Pressure: * 550-1150mbar * ±1% Or ± 5mbar Units: Flow: * L/min, L/s, Cfm, Ml/min, Ml/s Pressure: * Bar, Mbar, Cmh20, Inh20, Torr, Inhg, Hpa, Kpa, Mmhg, Psi Other Measurement: Oxygen; Concentration; * 0-50% * ±15 O2 Pressure Compensated; * ≤100-150mbar Temperature: In High Flow Channel: * 0-55°c * ±1.75% Or ±0.5% °c Co2: Concentration * 0-16 Vol% * ±(0.2vol% + 2% Of Reading) N2o: Concentration * 0-90 Vol% * ±(2% Vol% + 2% Of Reading) Hal, Iso,enf: Concentration * 0-8% Vol% * ±(0.15% + 5% Of Reading) Sev Concentration *1-10% Vol% * ±(0.15% Vol% +5% Of Reading) Des Concentration * 0-20 Vol% * ±(0.15 Vol% +55 Of Reading) Gas Type: * Air,o2, Air/o2, N2o, N2o/o2, He/o2, N2,c02, Gas Standards: * Atp, Atpd, Atps, Ap21, Stp, Stph, Btps, Btps-a, Btpd, Btpd-a, 0/1013, 20/981, 15/1013, 25/991, 20/1013, Ntpd, Ntps Ventilation Parameters: Breath Rate: Rate: * 1-980 Bpm * ±0.5 Bpm Or ±0.5-5% Or 2.0 Time Ti Te * 0.04 – 60 S * ±0.01-0.02 S Ratio I:e * 1:300-300:1 * ±2.5% * 0-90% * ±3-5% Breath Volumes V: * * ±2% Or 0.20ml (> 6 Sl/min) Vti,vte: * ±10l * ±2% Or ±2.20ml (>6 Sl/min) Minute Volume Vi, Ve: * 0-299sl/min * ±2.5% Pressure P Peak, P Mean, Peep, P Plateau, Ipap: * 2-150 Mbar * ±0.75% Or ±0.1mbar Peakflow Pf Insp1, Pf Xp : * ±300 Sl/min * ±1.9% Or ±0.1% Sl/min Compliance C Stat * 1-1000 Ml/mbar * ±3% Or ±1ml/mbar Trigger Adult, Pediatric, Hfo Ext. Trigger * Adult, Pediatric Hfo, Adjustable On Flow Or Pressure Curves With User Defined Limits General Information; Power: * 100-240vac, 50/60hz Battery * 3-5 Hours Power Consumption * 3-6 W Weight * 0.52-1kg Dimension ( W X D Xh) * 11.4x 7x 7.3cm Depends Of The Manufacturer) Data Storage * Internal And Micro Sd Display * Multi Touch (color) , Realtime Curves Interfaces * Rs-232, Usb , Ethernet, Can, Analog Out, Ttl, Wlan, Tsi4000 And Prima Protocool Calibration * Annually Condition Ambient Temperature * 20-40°c (*59-104°f) Condition Humidity * 20-90% R,h Technical Services As Follows: • System Warranty Must Be Five (5) Years • Calibration Of The Unit Must Be Performed After Installation With Certificate • Service Call Within 24 Hours Maximum And Must Have Repair Facility In Mindanao Area. • Preventive Maintenance For Every Quarter Until Warranty Expires. • Service Kits And Consumables To Be Included For One Year Use. • Supplier Must Deliver And Install The Unit Without Cost To The Owner Accessories, Consumables, Spare Parts, Other Components Accessories: • Stand • Smartlung Adult (1l) • Webserver Configurator And Monitoring • Flow Lab Software • Oxygen Sensor • Adapter Set • Laminar Flow Tube • Car Adapter • Micro Sd Memory Card • Protection Filter • Usb Cable • Ethernet Cable • Power Supply • Battery Pack • Usb Adapter • Manual • Protector • Carrying Bag Training, Installation And Utilisation Pre-installation Requirements Supplier To Perform Installation, Safety And Operation Checks Before Handover. Requirements For Commissioning 1. Local Clinical Staff To Affirm Completion Of Installation, Calibration Certificate And Warranty Certificate 2. The Supplier Must Have A Track Record/history/experienced For Having A Calibration Center Within The Philippines For Assurance Of Being A Biomedical Company. 3. The Supplier Must Have A Certificate Of Being An Authorized Service Partner. 4. The Supplier Must Have A Branch Office In The Mindanao For Technical Support Purposes. 5. The Supplier Must Have A Local Business Permit For Services In The Mindanao Area. Training Of User/s 5 Days Training Of User Biomed Engineer & Staff In Operation, Basic Maintenance And Documentation , Shall Be Provided User Care To Demonstrate The Proper Cleaning And Disinfection With Provision Of Printed Cards Or Tags Beside The Unit. Warranty And Maintenance Warranty • 5 Years For Parts And Labor • Cleaning And Maintenance Of Machine • Shall Have Spare Parts Availability Once The End User Needs It. Environmental Factors • Capable Of Being Stored Continuously In Ambient Temperature Of 0 To 50 Deg C And Relative Humidity Of 15 To 90%. • Capable Of Operating Continuously In Ambient Temperature Of 10 To 40 Deg C And Relative Humidity Of 15 To 90% Documentation Documentation Requirements User, Technical And Maintenance Manuals To Be Supplied In English Language. Service Manual In English. List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. Certificate Of Calibration, Warranty And Inspection To Be Provided. Safety And Standards International Standards Risk Classification - Class B (ghtf Rule 11);class Ii (usa); Class Ii (eu, Japan, Canada And Australia) International Standards - Iso 13485, Fda, Ce. Delivery Period 90 Calendar Days From Receipt Of The Notice To Proceed Terms Of Payment Upon Full Delivery, Installed, Tested And Commissioned Service Center Must Have Service Center Within Caraga Regional, Cebu City, Cdo Or Davao City Post Qualification The Bidder Is Required To Send A Demo Unit To Caraga Regional Hospital. Failure To Comply With The Preferred Schedule Of The Procuring Entity For The Post Qualification Can Be A Ground For Disqualification. (no Extensions Allowed) This Procurement Is A Partial Bid Or Line Item Bid. Validity Of The Contract Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: A. When The Total Quantity Specified In The Contract Has Been Exhausted; Or B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specifications And Terms Of Reference Is Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Section 23.4.1.3. (ra 9184) The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. Slcc Must Be Within 2 Years From The Submission Of Bids. (based On The Completion Date). Slcc Shall Be The Same Or Similar In Nature, Which Shall Be Determined By The Bids And Awards Committee. For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, At Procurement Section, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 10, 2024 – January 21, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference December 18, 2024 At 9:00 O’clock In The Morning Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/83066464127?pwd=umvcd4lcmrkaz6ldz2qhqbhw76cdzk.1 Meeting Id: 830 6646 4127 Passcode: 528376 Deadline Of Submission Of Bids January 21, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com . Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids January 21, 2025 At 2:00 P.m. Via Zoom Platform. Join Zoom Meeting Https://us06web.zoom.us/j/85126317644?pwd=pqhrftd91zoxlr4ufcctyy7gtdz5qj.1 Meeting Id: 851 2631 7644 Passcode: 872092 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1enb1ofcvp2zs4qembcxjjpeilwkths5c?usp=sharing Payment Of Bidding Documents Php 5,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Phlippine Bidding Documents Can Be Accessed In The Philgeps, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before January 21, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 21, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 9. The Crh Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link : Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 Direct Line: (086) 826-9058 Mobile Nos. 09850508783 (smart/tnt) 09539212832 (globe/tm) E-mail Address: Crhprocurement.bac@gmail.com Approved By: (sgd) Fermarie C. Dulpina, Rmt, Mpa, Jd Chief Health Program Officer Chairman, Bids And Awards Committee
Closing Date21 Jan 2025
Tender AmountPHP 4.8 Million (USD 81.9 K)
Philippine Health Insurance Corporation Tender
Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Philippines
Details: Description 12 Roll Adhesive Tape Size 0.5" Double Sided Without Foam 30.25 363.00 41 Roll Adhesive Tape Size: 1" Double Sided Without Foam 34.44 34.44 1,412.04 52 Roll Adhesive Tape Size: 2" Double Sided Without Foam 52.83 52.83 2,747.16 30 Pack Art Paper Assorted Color, 10 Pcs/pack 19.47 19.47 584.10 40 Pack Battery Dry Cell, Size Aa, 1.5 Volts, Alkaline, No Mercury And Cadmium Added, 2 Pcs/blister Pack 49.55 49.55 1,982.00 44 Pack Battery Dry Cell, Size Aaa, 1.5 Volts, Alkaline, No Mercury And Cadmium Added, 2 Pcs/blister Pack 18.34 18.34 806.96 6 Packet Battery Nimh Rechargeable Aa, 2000-2450mah, 2 Pcs/pack 544.50 544.50 3,267.00 4 Packet Battery Nimh Rechargeable Aaa, 1000mah, 2 Pcs/pack 633.75 633.75 2,535.00 8 Box Carbon Film Polyethylene Film, Black, 210mm X 297mm, A4, 100 Pcs / Box 243.10 243.10 1,944.80 50 Piece Cartolina White, 572mm X 724mm (22-1/2" X 28-1/2"), Min. Of 100 Gsm. 5.57 5.57 278.50 8 Piece Cash Book General Form 104 64.65 64.65 517.18 4 Book Cash Book For Regular Disbursement Officer (gen. Form No.103) 64.65 64.65 258.59 16 Piece Cd Adhesive Label Pre-cut, 2 Cd Label/sheet 18.15 18.15 290.40 1 Piece Cd Storage Cd File Case, 12 Cd 181.50 181.50 181.50 168 Piece Certificate Holder A4 Size 40.90 40.90 6,871.20 130 Piece Certificate Holder 9"x12" 58.08 58.08 7,550.40 155 Box Clip Backfold, 32mm, All Metal, Clamping Length: 32mm(-1mm), Clamping Depth: 14mm(-1mm), Thickness Of Metal: 0.30mm(min.), 12 Pcs/box 25.56 25.56 3,961.80 43 Box Clip Bulldog, All Metal, Clamping Length: 70mm (min.) 13.33 13.33 573.19 11 Piece Clipboard For A4 Size Document 58.30 58.30 641.30 13 Piece Clipboard For Legal Size Document 68.20 68.20 886.60 3 Box Continuous Form 11 X 10-5/8, 2 Ply, Plain, 70 Gsm With Side Perforation, 1000 Sets/box 2,420.00 2,420.00 7,260.00 279 Piece Correction Tape Disposable, Dispensing Mechanism: Gear Type, Dispensing System: Single Line Tape, With Mechanism For Adjustment/rewinding, Color: White Opaque, With Protective Cap 14.80 14.80 4,129.20 5 Piece Cutter/utility Knife General Purpose Snap Off Blade Cutter/utility Knife, With Anti-slip Grip Plastic Molded Body, With Built-in Blade Snapper 60.00 60.00 300.00 66 Piece Data File Box Closed Ends With Finger Ring And Pocket For Label Insert, Material: Chipboard (3mm Thick), Leatherette Paper For Outside Cover, Coated Paper For Inside Cover; Size: 125mm X 230mm X 400mm (5" X 9" X 15-3/4"), Assorted Colors: Red, Green, Blue And Maroon 132.00 132.00 8,712.00 18 Piece Data File Box Made Of Chipboard With Cover 308.00 308.00 5,544.00 25 Box Envelope Documentary, A4 Size, Kraft, 229mm X 324mm (-2mm), Basis Weight: 150gsm (-5%), 500 Pcs/box 869.00 869.00 21,725.00 25 Box Envelope Documentary, Legal Size, Kraft,254mm X 381mm (-2mm), Basis Weight: 150gsm (-5%), 500 Pcs/box 970.82 970.82 24,270.50 200 Piece Envelope Expanding, Without Cover, Custom Made 44.77 44.77 8,954.00 150 Piece Envelope Expanding Garterized, Short 21.18 21.18 3,177.00 138 Box Envelope "expanding Kraft Board, With Smooth Surface, Size: 380mm X 250mm Min. Of 285gsm For Legal Size Papers/documents, With String And Eyelet, 100 Pcs/box " 1,251.14 1,251.14 172,657.32 200 Piece Envelope Mailing, Brown, 4 1/8" X 9 1/2" 18.06 18.06 3,612.00 100 Piece Envelope Mailing, White, Ordinary, 105mm X 241mm (4 1/8" X 9 1/2") 500pcs/box 432.52 432.52 43,252.00 7 Box Envelope Mailing, White, Ordinary, With Phic Logo, 90gsm, 500pcs/box, Legal 1,082.76 1,082.76 7,579.32 6 Box Envelope Mailing, White, Window Type With Tint And Phic Logo, 90 Gsm, 500 Pcs/box, Legal 488.44 488.44 2,930.64 4 Piece Eraser Felt, For Blackboard / Whiteboard, Overall Size (l X W X T)(min): 125mm X 45mm X 19mm 14.48 14.48 57.92 21 Box Fastener Long Stem 154.28 154.28 3,239.88 25 Box Fastener Metal, Non-corroding, 70mm Between Prongs, Able To Hold 25mm Thick Of Multipurpose Paper (70gsm), 50 Sets/box 45.00 45.00 1,125.00 60 Box Fastener Plastic Coated, 2 Pc-clip, 70mm, 50 Sets/box 37.31 37.31 2,238.60 10 Piece Felt Paper Assorted Color 25.30 25.30 253.00 1 Piece Flag Material: Polyester Size: 10.5"x8" 90.75 90.75 90.75 50 Piece Flag Size: 6"x4" 27.50 27.50 1,375.00 200 Bundle Folder Fancy With Slide, For Legal Documents, Folder Thickness (min.) 0.24mm, 225mm X 345mm (±1mm), 50 Pcs/pack, Colors: Blue, Maroon, Red, Green, Orange, Yellow, Peach And Violet 357.50 357.50 71,500.00 284 Piece Folder Looseleaf 32.74 32.74 9,298.16 10 Piece Folder Plastic With Side Fastener And Transparent Cover, A4 11.00 11.00 110.00 10 Piece Folder Plastic With Side Fastener And Transparent Cover, Legal 13.20 13.20 132.00 56 Box Folder Pressboard, Plain, For Legal Size Papers/documents, 242mm X 369mm, Color: Cream, Green, Or Maroon, Etc., 100 Pcs/box 1,668.75 1,668.75 93,450.00 50 Piece Folder Slide In, Transparent, A4 7.70 7.70 385.00 18 Piece Folder Slide In, Transparent, Legal 9.90 9.90 178.20 16 Pack Folder Tagboard For A4 Size Papers/documents, 0.342mm Thickness, 240mm X 320mm, Smooth Finish And Non-blot On Both Sides, 100 Pcs/pack 395.00 395.00 6,320.00 14 Pack Folder With Tab, Legal, Material: Tagboard/carrier/foldcote/cupstock Board For Legal Size Documents, Smooth Finished And Non-blot On Both Sides Using A Permanent Marker, 100 Pcs/pack 413.92 413.92 5,794.88 25 Piece Folder For Certificate, A4 Size, Colors Specified 461.20 461.20 11,529.93 25 Piece Folder For Certificate, Legal Size, Colors Specified 586.85 586.85 14,671.25 3 Bottle Glue 130 Grams 52.25 52.25 156.75 13 Jar Glue "all Purpose, 200 Grams (min.), With Tapered Applicator Attached To The Cap " 77.79 77.79 1,011.30 2 Bottle Glue White, 473ml 369.00 369.00 738.00 9 Piece Glue Gun Big, Heavy Duty 362.73 362.73 3,264.53 7 Piece Glue Gun Small 175.73 175.73 1,230.08 32 Piece Glue Stick For Big Glue Gun 11.55 11.55 369.60 90 Piece Glue Stick For Small Glue Gun 11.00 11.00 990.00 20 Piece Glue Stick All-purpose, Safe And Non-toxic, 15g 47.03 47.03 940.50 50 Piece Id Cord/lace "green & Yellow Combination W/logo Pin, Metal Rounded Hook And Plastic Protector " 90.75 90.75 4,537.50 5 Piece Illustration Board Double-face, 762mm X 1016mm (30" X 40"), 2 Ply 84.70 84.70 423.50 2 Pack Index Card Plain, 5"x8" (127mm X 203mm), Plain, 500s/bundle 242.00 242.00 484.00 95 Box Index Tab Transparent, Self-adhesive, Assorted Colors, 5 Sets Per Box 67.60 67.60 6,422.00 7 Piece Ink Pad For Self-inking Stamps (various Size) 477.95 477.95 3,345.65 10 Bottle Ink For Numbering Machine 75.50 75.50 755.04 3 Bottle Ink For Stamp Pad With Applicator, Color: Black 71.64 71.64 214.93 16 Bottle Ink For Stamp Pad With Applicator, Color: Blue 56.57 56.57 905.17 10 Bottle Ink For Stamp Pad With Applicator, Color: Red, 50ml 81.13 81.13 811.30 2 Roll Laminating Film 250 Micron, 12 X 100 Meter 2,200.00 2,200.00 4,400.00 63 Pack Laminating Film Size: A4, 10s 361.35 361.35 22,765.05 3 Piece Ledger Equipment Ledger Card, A4 Size 31.46 31.46 94.38 5 Piece Marker 2-sided, Medium Tip Color Combination, Black-blue 44.59 44.59 222.97 327 Piece Marker Permanent Pen, Black, Felt, Bullet Type 8.27 8.27 2,704.29 22 Piece Marker Permanent, Refill, Black 66.55 66.55 1,464.10 182 Piece Marker Whiteboard, Black, Tip: Felt, Bullet Type 22.00 22.00 4,004.00 28 Set Marking Pen For Transparency Film, Fine Point, 6 Colors/set 261.25 261.25 7,315.00 8 Pad Memo Pad 8.5" X 5.5", 50 Lbs., 100 Sheets/pad 368.95 368.95 2,951.61 40 Piece Name Holder Acrylic Stand 150.70 150.70 6,028.00 13 Piece Notebook Steno Notebook, 60 Leaves, Ruled Both Sides, Spiral, 55 Gsm, Bond 14.04 14.04 182.52 133 Box Paper Clip 33mm (min), Vinyl/plastic Coated, Assorted Colors, 100s/box Or 53g (min) (net Of Box) 31.50 31.50 4,189.50 6 Pack Paper Board, A4, Green Color, 10 Pcs/pack 86.52 86.52 519.09 18 Pack Paper Card Board, A4, 10 Pcs/pack 78.65 78.65 1,415.70 1 Ream Paper Colored, A4, Blue 296.45 296.45 296.45 2 Ream Paper Colored, A4, Cyber Red 586.85 586.85 1,173.70 2 Ream Paper Colored, A4 ,green 320.65 320.65 641.30 2 Ream Paper Colored, A4, Yellow 441.65 883.30 5 Pack Paper Neon, Colored, A4, 210mm X 297mm, 10 Pcs/pack 30.28 30.28 151.42 20 Pack Paper Onionskin, A4, 210mm X 297mm, Superfine 223.85 223.85 4,477.00 3 Ream Paper Parchment, Multi-purpose, Legal Size, 100 Sheets Per Ream 338.88 338.88 1,016.63 4 Ream Paper Short, Premium Digital Inkjet & Laser Paper, 100gsm, Size: 216 X 279mm, 500 Sheets For Coa Use Only 211.20 211.20 844.80 26 Piece Paper Special Board, 8-1/2" X 11" 60.50 60.50 1,573.00 20 Pack Paper Special, Color Specified, 10s, Short 31.00 31.00 620.00 10 Pack Paper Vellum Board, 8.5"x13", 10 Pcs/pack 175.45 175.45 1,754.50 227 Jar Paste Solid, With Water Well And Applicator, 200gms 50.60 50.60 11,486.20 391 Piece Pen Ball Point Pen, Black, Fine Point 16.50 16.50 6,451.50 416 Piece Pen Ball Point Pen, Blue, Fine Point 16.50 16.50 6,864.00 5 Piece Pen Ball Point Pen, Green, Fine Point 13.20 13.20 66.00 5 Piece Pen Ball Point Pen, Red, Fine Point 22.00 22.00 110.00 5 Piece Pen Ball Point Pen, Violet, Fine Point 28.57 28.57 142.84 386 Piece Pen Ball Point Pen, Frontline Ballpen With String And Stand 87.60 87.60 33,813.60 346 Piece Pen Sign Pen, Black, Gel Type, 0.7mm 23.18 23.18 8,020.28 757 Piece Pen Sign Pen, Blue, Gel Type, 0.7mm 24.67 24.67 18,675.19 520 Piece Pen Sign Pen, Blue, Liquid Or Gel, 0.5mm, Needle Type 23.93 23.93 12,443.60 32 Piece Pen Sign Pen, Red, Gel Type, 0.7mm 23.21 23.21 742.72 100 Piece Pen Sign Pen, Red, Liquid Or Gel, 0.5mm, Needle Type 44.88 44.88 4,488.00 119 Piece Pencil 0.7mm Lead Point 26.40 26.40 3,141.60 107 Pack Photo Paper Glossy A4, 10s/pack 138.38 138.38 14,806.66 11 Pack Photo Paper Premium Grade A4, 15s/pack 372.68 372.68 4,099.48 34 Piece Puncher Heavy Duty, With Two Hole Guide, Punching Capacity: 30 Sheets Of 70 Gsm Multipurpose Paper, Diameter Of Hole 7mm (approx) 280.50 280.50 9,537.00 25 Box Push Pin Hammer Head Type, Assorted Colors, 100's/box 26.00 26.00 650.00 15 Spool Ribbon For Comix Bundy Clock 605.00 605.00 9,075.00 3 Piece Ring Binder Size: 12mm 1/2", Plastic, Assorted Colors 12.10 12.10 36.30 17 Piece Ring Binder Size: 20mm 3/4", Plastic Assorted Colors 78.82 78.82 1,339.86 17 Piece Ring Binder Size: 25mm 1", Plastic, Assorted Colors 35.75 35.75 607.75 3 Piece Ring Binder Three (3) Hole Binder, A4, 3" Capacity 254.10 254.10 762.30 50 Piece Ring Binder Three (3) Hole Binder, A4, 7" Capacity With Plastic Lamination, White 199.86 199.86 9,992.95 52 Piece Ring Binder Three (3) Hole Binder, Legal With Plastic Lamination 230.00 230.00 11,960.00 44 Box Rubber Band No. 18, 350 Grams (min) (net Weight) 186.43 186.43 8,202.92 48 Box Rubber Band Small, Weight Approx. 30grams 32.00 32.00 1,536.00 6 Piece Rubber Stamp Date Stamp With Received 199.65 199.65 1,197.90 13 Piece Rubber Stamp Machine-made, Big 847.00 847.00 11,011.00 43 Piece Ruler Plastic, 12" (300mm), Width: 28mm Min, Flexible, Transparent/clear, Ruler Scale: Millimeters, Centimeters, Inches, Thickness: 0.80mm Min 58.00 58.00 2,494.00 33 Piece Stamp Pad Felt, Made Of Metal, Plastic Or Combination Of Plastic And Metal, 60 Mm X 100 Mm 39.92 39.92 1,317.36 30 Piece Staple Wire Remover Jaw Type 60.50 60.50 1,815.00 7 Piece Staple Wire Remover Plier Type, Metal Or Combination Of Plastic And Metal 56.45 56.45 395.12 11 Box Staple Wire #10 7.26 7.26 79.86 21 Piece Staple Wire For Industrial Stapler, Model: 23/10 34.10 34.10 716.10 21 Piece Staple Wire For Heavy Duty, Binder Type, 23/13, Metal, Non-rust, Chisel Point 41.25 41.25 866.25 10 Piece Staple Wire Heavy Duty, Model: 23/17, For Use With Heavy Duty Stapler, Metal, Non-rust 52.80 52.80 528.00 239 Box Staple Wire For Standard Stapler, 26/6, No.35, Made Of Steel Wire Coated With Zinc, Copper Or Any Equivalent Anti-corrosion Material, 5000s/box 45.10 45.10 10,778.90 134 Pack Sticker Paper A4, 10 Pcs/pack 38.50 38.50 5,159.00 10 Pad Sticky Note Small Flags (eartag) 110.00 110.00 1,100.00 219 Pad Sticky Note Small Flags (sign Here), 1"x1.7" 45.00 45.00 9,855.00 17 Piece Tape Dispenser Table Top, Heavy Duty, For 24mm Width Adhesive Tape, Body Made Of Plastic, Smooth Finish 121.00 121.00 2,057.00 94 Roll Tape Masking, Size 1" (24mm) 61.88 61.88 5,816.72 194 Roll Tape Masking, Size 2" (48mm) 121.16 121.16 23,505.04 123 Roll Tape Transparent, Size: 3"(76mm) 57.25 57.25 7,041.75 9 Pack Time Card For Amano/iwata Bundy Clock, 190mm X 85mm Imported Tagboard: 0.36mm (14 Pts.), Offset Process, Two Side Printing, 100 Pcs/pack 232.38 232.38 2,091.42
Closing Date11 Feb 2025
Tender AmountPHP 938.6 K (USD 16.1 K)
9721-9730 of 10000 archived Tenders