Covid 19 Tenders
GOVERNOR CELESTINO GALLARES MULTI SPECIALTY MEDICAL CENTER Tender
Healthcare and Medicine
Philippines
Details: Description Gov. Celestino Gallares Multi-specialty Medical Center Invitation To Bid For Supply And Delivery Of Various Medical And Surgical Supplies For Gov. Celestino Gallares Multi-specialty Medical Center The Gov. Celestino Gallares Multi-specialty Medical Center (gcgmsmc) , Through General Appropriations Act (gaa) - Maintenance And Other Operating Expenses (mooe) 2025 Intends To Apply The Sum Of Nine Million Nine Hundred Ninety-nine Thousand Sixty-nine Pesos And Seventy Centavos Only ( Php 9,999,069.70) Being The Abc To Payments Under The Contract For Cb# 2025-02-0001. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Gcgmsmc, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Ten (10) Calendar Days After Issuance Of Notice To Proceed . Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “ Pass/fail ” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. 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 No. 5183. Prospective Bidders May Obtain Further Information From Gcgmsmc Through Electronic Mail Via Bacgcgmsmc @cpspecialtycenter.org Or Through The Cellular Number 09209437250. Bidders A Complete Set Of Bidding Documents May Be Acquired And Downloaded By Interested From Gcgmsmc Google Drive From ( Bacgcgmsmc @cpspecialtycenter.org ) On February 06, 2025 - February 26, 2025 And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Indicated Below In Accordance With The Following Schedule: No. Of Item Item/description Total Cost 185 Supply And Delivery Of Various Medical And Surgical Supplies 9,999,069.70 Bidding Documents Fee (in Philippine Peso) ₱10,000.00 8 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Bank Deposit With The Following Bank Details: Bank Name: Development Bank Of The Philippines Account Name: Gcg Multi-specialty Medical Complex Account Number: 00-0-15490-780-5 "for Bidders Choosing To Pay Via Bank Deposit, Please Ensure That Proof Of Your Successful Transaction Is Promptly Sent To The Procurement Email Address: Bacgcgmsmc @cpspecialtycenter.org . In Compliance With Coa Circular Number 2021-014, Clause 5.2, An Acknowledgement Receipt Will Be Issued As Proof Of Verified And Received Payment. Access To Bidding Documents Will Be Granted Only Upon Presentation Of This Acknowledgement Receipt. 6. The Gcgmsmc Will Hold A Pre-bid Conference On The 14 Th Day Of February 2025 At 0900h At Room 3c-e310 Located At The 3rd Floor Of Gcgmsmc Building C, Malayo Sur Cortes , Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On Or Before The 26 Th Day Of February 2025 At 0900h At Gcgmsmc Procurement Office Room 3c-w327 Located At The 3 Rd Floor Of Gcgmsmc Building C , Malayo Sur, Cortes, Bohol . Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On The 26 Th Day Of February 2025 At 0900h At Room 3c-e310 Located At The 3rd Floor Of Gcgmsmc Building C, Malayo Sur Cortes . Bids Will Be Opened In The Presence Of The Bidders’ Authorized Representatives Together With Their Company Id. 10. The Gcgmsmc 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 Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. Submission Of Hardcopies: Bidders Shall Submit Their Original Eligibility And Technical Documents Described In Itb Clause 10 In One Sealed Envelope Marked "original - Technical Component" , And The Original Of Their Financial Component In Another Sealed Envelope Marked "original Financial Component" , Sealing Them All In An Outer Envelope Marked "original Bid" . Each Copy Of The First And Second Envelopes Shall Have 2 Copies And Similarly Sealed Duly Marking The Inner Envelopes As "copy No. 1 Technical Component" And " Copy No. 1- Financial Component” And "copy No. 2- Technical Component" And "copy No. 2- Financial Component" And The Outer Envelope As "copy No. 1" And "copy No. 2" Respectively. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. 9 Please Take Note That All Notarized Documents Must Be Treated As Original Copies For All The Submitted Documents (original, Copy 1, And Copy 2). It Is Imperative That Each Copy Retains Its Original Notarization To Ensure Legal Validity And Compliance. The Original And The Number Of Copies Of The Bid As Indicated In The Itb Clause 15 Shall Be Typed Or Written In Ink And Shall Be Signed By The Bidder Or Its Duly Authorized Representative/s. All Envelopes Shall: A. Contain The Name Of The Contract To Be Bid In Capital Letters; B. Bear The Name And Address Of The Bidder In Capital Letters; C. Be Addressed To The Procuring Entity's Bac In Accordance With Itb Clause1; D. Bear The Specific Identification Of This Bidding Process Indicated In The Itb Clause 1. 10 12. For Further Information, Please Refer To: Mary Grace L. Simbajon Jessa O. Quiñal Procurement Office Procurement Office Malayo Sur, Cortes, Bohol Malayo Sur, Cortes, Bohol Bacgcgmsmc@cpspecialtycenter.org Bacgcgmsmc@cpspecialtycenter.org +639209437250 +639452478632 February 04, 2025 Approved By, (signed) Doreen A. Lugo, Lpt Bac Chairperson Noted By, (signed) Laurence Elliot R. Tirol, Md, Fpcp Medical Center Chief I Head Of Procuring Entity -------------------------------------------------------------------------------------------------------------- Various Surgical And Medical Supplies 1 100 Box Vented Dispensing Pin 2 300 Box Alcohol Prep Pad 70% Isopropyl Alcohol 3 50 Pcs Arm Sling - Adult, Adult 51 4 50 Pcs Arm Sling - Pedia, 5 20 Pcs Bandage Scissor (small) 7 1/2 6 5 Pcs Kidney Basin 7 25 Box Bouffant Cap 8 25 Pcs Cadaver Bag (adult) 230x90cm 9 100 Pack Cotton Balls 10 100 Pack Cotton Pledgets (sterile) 11 10 Box Double Lumen-(bi Extension) 12 8 Set Ears, Eyes, Nose And Throat Diagnostic Set 13 10 Box Endotracheal Tube, Size 3 14 10 Box Endotracheal Tube, Size 3.5 15 25 Box Endotracheal Tube, Size 5 16 25 Box Endotracheal Tube, Size 5.5 17 100 Box Endotracheal Tube, Size 6 (cuffed) 18 150 Box Endotracheal Tube, Size 6.5 (cuffed) 19 150 Box Endotracheal Tube, Size 7.0 (cuffed) 20 100 Box Endotracheal Tube, Size 7.5 (cuffed) 21 25 Box Endotracheal Tube, Size 8 (cuffed) 22 10 Set Fiber Optic Laryngoscope, Adult 23 300 Pack Gauze Pads 2x2 Sterile 24 300 Pack Gauze Pads 4x4 Sterile 25 5 Pieces Immobilizer Splint (knee) L 26 1000 Pack Gauze Surgical 4x4 (5’s), Sterile Pre-cut, 8ply 28x24 Mesh 27 5 Pieces Immobilizer Splint (knee) M 28 5 Pieces Immobilizer Splint (knee) S 29 500 Pieces Incontinence Pad 30 500 Pieces Iv Administration Set, Blood Transfusion Set, 20ggt/min Drop Factor 31 500 Pieces Iv Administration Set, Macroset, 20 Gtts/min Drop Factor 32 500 Pieces Iv Administration Set, Microset, 60 Ugtts/min Drop Factor 33 25 Box Iv Catheter G-18 X 1.1, With Vialon Material, With Wings 34 25 Box Iv Catheter G-20 X 1.1, With Vialon Material, With Wings 35 25 Box Iv Catheter G-22 X 1.1, With Vialon Material, With Wings 36 15 Box Iv Catheter G-24 X 1.1, With Vialon Material, With Wings 37 10 Box Iv Catheter G-26 X 1.1, With Vialon Material, With Wings 38 5 Pieces Kick About Bucket W/ Pail 39 5 Pieces Stethoscope For Cardiology 40 30 Pieces Stethoscope Classic Iii 41 1000 Pieces Lubricating Jelly, Sachet 52 42 250 Box N95 Mask - Adult 43 250 Box N95 Mask - Pedia 44 200 Pieces Plastic Apron 45 140 Box Pre-filled Syringe Nss 10 Ml 46 200 Box Pre-filled Syringe Nss 5 Ml 47 120 Box Pre-filled Syringe Nss 3 Ml 48 100 Pieces Suction Connector Tubing 49 20 Pieces Surgical Scissors 50 50 Pieces Sutures Silk/cutting 3-0, 22-26mm 1/2c. 51 50 Pieces Sutures Silk/cutting 4-0, 22-26mm 1/2c.v 52 10 Pieces Tape Measure 53 1 Box Triple Lumen Connectors 54 50 Box Vicryl (synthetic Absorbable Polyglycolic/polyglactin) Cutting 4-0,37mm 55 50 Box Vicryl (synthetic Absorbable,polyglycolic/polyglactin 2-0,37mm 1/2c. Atraumatic 56 50 Box Vicryl Cutting (synthetic Absorbable,polyglycolic/polyglactin 3-0,37mm 1/2c. 57 100 Pieces Yankauer Suction Tip 58 5 Box Needle-free Connector 59 8 Pieces Sphygmo Aneroid With Stand 60 7 Pieces Hammer Neurological 61 10 Pieces Clinical Weighing Scale 62 10 Pieces Incise Drape 40cm X 42cm #4995 63 10 Pieces Incise Drape 45cm X 55cm 64 10 Pieces Drainage Bag (jackson Pratt) 65 225 Pieces Asepto Syringe, 50ml 66 50 Pieces Bed Pan Plastic 67 3 Box Bracelet Id Band (white) 68 3 Box Bracelet Id Band (yellow) 69 3 Box Bracelet Id Band (red) 70 5 Pieces Colostomy Bag 45mm 71 5 Pieces Colostomy Bag 57mm 72 5 Pieces Colostomy Bag 60mm 73 5 Pieces Colostomy Bag 70mm 74 50 Pieces Condom Catheter L 75 50 Pieces Condom Catheter M 76 50 Pieces Condom Catheter S 77 30 Packs Disposable Waterproof Gown 78 45 Pieces Face Shield 79 50 Pieces Goggles Shield 80 50 Box Insulin Syringe 0.5cc/ml G25x 5/8 53 81 300 Pieces Manual Resuscitator Pvc- Adult 82 50 Pieces Manual Resuscitator Pvc- Pedia 83 50 Pieces Nelaton Catheter Fr.12 84 100 Pieces Nelaton Catheter Fr.14 85 100 Pieces Nelaton Catheter Fr.16 86 50 Pieces Nelaton Catheter Fr.18 87 14 Pieces Pen Light 88 20 Box Povidone Swab Stick 3s 89 5 Pieces Sphygmomanometer Non-mercurial Pedia 90 50 Box Suction Catheter Fr. 10 91 50 Box Suction Catheter Fr. 12 92 100 Box Suction Catheter Fr. 14 93 100 Box Suction Catheter Fr. 16 94 50 Box Suction Catheter Fr. 8 95 250 Box Syringe, 10cc, G 23x 1”, Disposable 96 250 Box Syringe, 1cc, Disposable 97 250 Box Syringe, 20 Cc G 23 X 1", Disposable 98 250 Box Syringe, 3cc, G 23x 1”, Disposable 99 250 Box Syringe, 50 Cc G 23 X 1", Disposable 100 250 Box Syringe, 5cc, G 23x 1”, Disposable 101 15 Pieces Thermometer Infrared Ear 102 15 Pieces Thermometer Non-mercurial (forehead) 103 200 Pieces Urine Bag Adult With Hanger 104 50 Pieces Urine Collector 105 20 Pc Foley Bag Catheter,2-way,silicon Coated, ,fr.8 106 50 Pc Foley Bag Catheter, 2-way,silicon Coated, Fr.10 107 50 Pc Foley Bag Catheter,2-way,silicon Coated, Fr.12 108 100 Pc Foley Bag Catheter,2-way,silicon Coated, Fr.14 109 200 Pc Foley Bag Catheter,2-way,silicon Coated, Fr.16 110 100 Pc Foley Bag Catheter,2-way,silicon Coated, Fr.18 111 20 Box Wooden Tongue Depressor 112 50 Box Gloves , Non-sterile, N Itrile, Large 113 50 Box Gloves , Non-sterile, Nitrile, Medium 114 50 Box Gloves , Non-sterile, Nitrile, Small 115 50 Box Gloves Surgical Sterile, 6.5 116 50 Box Gloves Surgical Sterile, 7.0 117 50 Box Gloves Surgical Sterile, 7.5 118 50 Box Gloves Surgical Sterile, 8.0 119 20 Pieces Hot Water Bag 500ml 120 10 Pieces Ice Bag 9 Inch 121 5 Pieces Central Venous Pressure Manometer Set 122 30 Pc Chest Drainage 2300 Ml 54 123 150 Pieces Extension Tubing (for Iv) 100cm 124 5 Box Intubating Stylets #10 125 5 Box Intubating Stylets #14 126 5 Box Intubating Stylets #6 127 340 Set Iv Starter Kit Pack 128 65 Pieces Laryngeal Mask Airway S. 3 129 65 Pieces Laryngeal Mask Airway S. 4 130 200 Pieces Mucous Extractor 131 50 Pieces Oropharyngeal / Guedel Airways 2 132 30 Pieces Oropharyngeal / Guedel Airways 3 133 30 Pieces Oropharyngeal / Guedel Airways 4 134 40 Pieces Nasopharyngeal Airway, Fr. 26, I.d 6.5mm 135 40 Pieces Nasopharyngeal Airway, Fr. 28, I.d. 7.0mm 136 40 Pieces Nasopharyngeal Airway, Fr. 30, I.d. 7.5mm 137 700 Pieces Oxygen Face Mask Set-adult 138 300 Pieces Oxygen Face Mask Set-pedia 139 50 Pack Penrose Drain Tubing, 1" Diameter 140 10 Box Pressure Infusion Bag 1000ml, 25's 141 50 Pieces Thoracic Catheter ,f20 142 50 Pieces Thoracic Catheter F32 143 50 Pieces Thoracic Catheter F24 144 50 Pieces Thoracic Catheter F28 145 150 Pieces Thoracic Catheter F36 146 50 Pieces Tracheostomy Care Kit 147 1 Roll Tubular Net Size 4 148 1 Roll Tubular Net Size 6 149 1 Roll Tubular Net Size 8 150 50 Pieces Uro Leg Bag 151 500 Pieces Urobag With Needle Free Sample Port, 2000ml 152 30 Pieces Venturi Mask 153 300 Bottle Hand Disinfectant, 1000ml 154 5 Pack Adult Diaper (large) 155 5 Pack Adult Diaper (medium) 156 5 Pack Adult Diaper (x-large) 157 20 Pieces Cervical Collar-adult 158 10 Pieces Cervical Collar-pedia 159 1 Pack Elastic Bandage 2x5' 160 2 Pack Elastic Bandage 3x5' 161 2 Pack Elastic Bandage 4x5' 162 1 Pack Elastic Bandage 6x5' 163 600 Box Face Mask, Surgical, Earloop 164 10 Box Filter Needle, G- 19x 1 ½ “ 165 20 Box Filter Needle, G-20 X 1 ½” 55 166 2 Gal Glutaraldehyde 2.45% 167 100 Bot Isopropanol+benzalkonium Chloride 50ml 168 200 Pieces Male Urinal With Calibrator 1000ml 169 3 Pack Nasal Cannula - Adult 170 1 Pack Nasal Cannula - Pedia 171 200 Pieces Nasogastric Tube Fr. 12 172 200 Pieces Nasogastric Tube Fr. 14 173 200 Pieces Nasogastric Tube Fr. 16 174 200 Pieces Nasogastric Tube Fr. 18 175 100 Pieces Non-rebreather Mask (adult) 176 25 Pieces Non-rebreather Mask (pedia) 177 2 Box Nylon Cutting 4-0, 178 15 Canister Non-woven Disposable Towelettes, Disinfectant Wipes 179 20 Box Plaster, Silk Tape, 2 Inches X 10 Yards, 180 20 Box Plaster, Plastic Tape, 1/2inch X 10 Yards, 181 20 Box Plaster, Plastic Tape, 1inch X 10 Yards, 182 10 Box Plaster, Blended Plastic And Paper Tape, 1/2inch X 10 Yards, 183 10 Box Plaster, Blended Plastic And Paper Tape, 1inch X 10 Yards, 184 5 Box Transparent Dressing, 5cm X 7cm, 185 10 Box Infusion Pump Tubing Minimum Technical Specifications Vented Dispensing Pin, 100 Pieces Per Box With Swabable Multi-access Valve Needle-free Access Valve Compatible With Luer-lock And Luer-slip Alcohol Prep Pad 70% Isopropyl Alcohol, 300 Pieces Per Box 2x2 Sterile Gauze With 70% Isopropyl Alcohol Single Layer Thick 2cm- 4cm Wrapper Diameter With Tight Seal Arm Sling - Adult,50 Pieces 70% Polyester Latex Free Sizes : Length 13-15 Inches X Height 6.5-8 Inches Adjustable Shoulder Straps Color: Blue Arm Sling - Pedia, 50 Pieces 70% Polyester Latex Free Sizes : Length 18-20 Cm Adjustable Shoulder Straps Color: Blue Bandage Scissor (small) 7 ½, 20 Pieces Tip Configuration: Blunt 56 Handle: Finger Rings Material : Stainless Steel Weight : Approximately 0.1-0.3 Lbs. Length : Approximately 7 - 8 Cm Kidney Basin, 5 Pieces Size : 6 Inches Reusable Stainless Steel Bouffant Cap 100 Pieces Per Box, 25 Boxes Spun Bonded Polypropylene, Latex Free Round Piece Of Non-woven Material Closed With An Elastic Band Disposable And Non-sterile Color: Blue Size: 20-22 Inches Cadaver Bag (adult), 20 Pieces Material: Polyethylene Vinyl Acetate Size: Length 230-235 Cm X Width 90-92 Cm Can Hold Weight Up To 120kgs Straight Or Curved U Shape Zipper With 1 Leaflet + 3 Id Tags Cotton Balls 250 Pieces Per Pack, 100 Packs Highly Absorbent Cotton Non-sterile Latex-free 100% Cotton Cotton Pledgets (sterile), 100 Pieces Per Pack , 100 Packs Hard Sticks 6 Inches Cotton At The Tip For Cushioning Tip Applicator Is Made Of 100% Natural Cotton Sterile Double Lumen-(bi Extension), 50 Pieces Per Box, 10 Boxes At Least 15cm Macrobore Tri-extension Set With Luer-lock Needleless Split Septum Adapter Priming Volume 2-2.5ml With Flow Rate 440-450 Ml/min Sliding Clamp Clear Housing With Straight Fluid Pathway Lipid Compatibility Latex And Di(2- Ethylhexyl) Phthalate (dehp) Free Tubings Ear, Eyes, Nose, Throat Diagnostic Set, 8 Sets Halogen Opthalmoscope : Halogen Bulb Six Apertures 28 Lenses With – 25 To 40 Diopters For Better Resolution Lens Dial Illumination Rubber Brow Rest 57 Halogen Otoscope : Hpx Bulb Fiber Optic Wide Angle Viewing Lens Sealed System For Pneumatic Otoscopy Round Tip Plastic Ear Speculum With Sizes 2,3,4,5 Mm Handle : Rheostat Control 2 X Ea ‘c’ Size Batteries Knurled Chrome Finish Positive On/off Switch With Audible “click” Endotracheal Tube, Size 3, (cuffed), 10 Pieces Per Box, 10 Boxes Made Of Soft Polyvinyl Chloride (pvc) Material Soft And Rounded Tip Non-latex Sterile Endotracheal Tube, Size 3.5, (cuffed), 10 Pieces Per Box , 10 Boxes Made Of Soft Polyvinyl Chloride (pvc) Material Soft And Rounded Tip Non-latex Sterile Endotracheal Tube, Size 5 (cuffed), 10 Pieces Per Box, 10 Boxes Made Of Soft Polyvinyl Chloride (pvc) Material Soft And Rounded Tip Non-latex Sterile Endotracheal Tube, Size 5.5 (cuffed), 10 Pieces Per Box, 25 Boxes Made Of Soft Polyvinyl Chloride (pvc) Material Soft And Rounded Tip Non-latex Sterile Endotracheal Tube, Size 6 (cuffed), 10 Pieces Per Box, 100 Boxes Made Of Soft Polyvinyl Chloride (pvc) Material Soft And Rounded Tip Non-latex Sterile Endotracheal Tube, Size 6.5 (cuffed), 10 Pieces Per Box,150 Boxes Made Of Soft Polyvinyl Chloride (pvc) Material Soft And Rounded Tip Non-latex Sterile Endotracheal Tube, Size 7 (cuffed), 10 Pieces Per Box, 150 Boxes Made Of Soft Polyvinyl Chloride (pvc) Material Soft And Rounded Tip Non-latex 58 Sterile Endotracheal Tube, Size 7.5 (cuffed), 10 Pieces Per Box, 100 Boxes Made Of Soft Polyvinyl Chloride (pvc) Material Soft And Rounded Tip Non-latex Sterile Endotracheal Tube, Size 8 (cuffed), 10 Pieces Per Box, 25 Boxes Made Of Soft Polyvinyl Chloride (pvc) Material Soft And Rounded Tip Non-latex Sterile Fiber Optic Laryngoscope, Adult, 10 Sets Fiber Optic Handle Medium C Blade Handle With Built In Light-emitting Diode (led) Lamp Adult With Carrying Case Battery : 2 Type C Batteries Blade Size And Type: Macintosh 3: Overall Length 124-127 Mm Length Inside Base To Tip 100-102 Mm Macintosh 4: Overall Length 159-161mm Length Inside Base To Tip 134-136 Mm Miller 3 : Inside Vertical Measure 10-12 Mm Length Inside Base To Tip 171-173 Mm 4 : Inside Vertical Measure 12-14 Mm Length Inside Base To Tip 181-183 Mm Gauze Pads 2x2 Sterile, 300 Packs 100% Cotton Gauze Latex Free Pre-cut, Sterile Individually Packaged Gauze Pads 4x4 Sterile, 300 Packs 100% Cotton Gauze Latex Free Pre-cut, Sterile Individually Packaged Gauze Surgical 4x4, 5 Pieces Per Pack, 1000 Packs 8ply (28x24 Mesh) Lint-free Pre-cut Sterile Fine Mesh 100% Cotton Gauze Immobilizer Splint (knee) Large, 5 Pieces With Adjustable Loop-lock Pressure Sensitive Closure Size: Large – At Least 18 Inches - 20 Inches Immobilizer Splint (knee) Medium, 5 Pieces 59 With Adjustable Loop-lock Pressure Sensitive Closure Size: Medium – At Least 14 Inches - 16 Inches Immobilizer Splint (knee) Small, 5 Pieces With Adjustable Loop-lock Pressure Sensitive Closure Size: Small – At Least 14 Inches - 16 Inches Incontinence Pad, 500 Pieces Absorbent Cellulose-fiber Core Super Absorbent Polymer Back Sheet Is Made Of Polyethylene Material Size: At Least 36x23 Cm - 90x60 Cm Iv Administration Set, Blood Transfusion Set, 20 Gtts/min Drop Factor, 500 Pieces Vented Spike With Protector Blood Drip Chamber Blood Filter Luer Slip Connector Needle 18g Atleast 150cm Tubing Iv Administration Set, Macroset, 20 Gtts/min Drop Factor, 500 Pieces Vented Macro-infusion Set Anti-run Dry And Auto Prime Mechanism Luer Slip Connector Needle 18g Atleast 150cm Tubing Iv Administration Set, Macroset, 60 Ugtts/min Drop Factor, 500 Pieces Vented Macro-infusion Set Anti-run Dry And Auto Prime Mechanism Luer Lock Connection Latex Free , Di(2- Ethylhexyl) Phthalate (dehp) Free Iv Catheter G-18 X 1.1, With Wings, 50 Pieces Per Box, 25 Boxes Vialon Catheter Material With Radiopaque Stripes With Emergency Access Port, Snap Cap And Passive Safety Needle Shield Enclosed In Smooth Edge Plastic With Wings Needle Size ; At Least 1.3x32 Mm Color : Green Sterile Iv Catheter G-20 X 1.1, With Wings, 50 Pieces Per Box, 25 Boxes Vialon Catheter Material With Radiopaque Stripes With Emergency Access Port, Snap Cap And Passive Safety Needle Shield Enclosed In Smooth Edge Plastic With Wings Needle Size : At Least 1.1x32 Mm Color : Pink Sterile 60 Iv Catheter G-22 X 1.1, With Wings, 50 Pieces Per Box, 25 Boxes Vialon Catheter Material With Radiopaque Stripes With Emergency Access Port, Snap Cap And Passive Safety Needle Shield Enclosed In Smooth Edge Plastic With Wings Needle Size : At Least 0.9x25 Mm Color : Blue Sterile Iv Catheter G-24 X 1.1, With Wings, 50 Pieces Per Box, 15 Boxes Vialon Material Straight Iv Cannula For Pediatric Patients Non- Traumatic Needle Visible Primary Back Flow On The Cannula Needle Size : At Least 0.7x19mm Flow Rate : At Least 19ml/min Color : Yellow Sterile Iv Catheter G-26 X 1.1, With Wings, 50 Pieces Per Box, 10 Boxes Vialon Material Straight Iv Cannula For Pediatric Patients Non- Traumatic Needle Visible Primary Back Flow On The Cannula Needle Size : At Least 0.6x19mm Flow Rate 14ml/min Color : Purple Sterile Kick About Bucket W/ Pail, 5 Pieces Stainless Steel Material Tubular Pipe Frame All Metal Parts Pre-treated And Epoxy Powder Coated Dimensions: Approx. 300x300mm (h*xd) Stethoscope (cardiology) , 5 Pieces Chestpiece : Stainless Steel Dual-lumen Tubing Adjustable Headsets With Soft-sealing Eartips Double-side Diaphragm : Adult - At Least 1.5 - 1.8 Inches Pediatric (convertible Open Bell) - At Least 1.2 - 1.5 Inches Latex Free Weight : Approximately 175 -180 Grams Length : At Least 65-70 Cm Classic Stethoscope, 30 Pieces Chestpiece : Stainless Steel Single Lumen Tubing Adjustable Headsets With Soft-sealing Eartips Double-side Diaphragm : Adult - At Least 1.5 - 1.8 Inches 61 Pediatric - At Least 1.2 - 1.5 Inches Latex Free Length : At Least 68 - 70 Cm Weight : Approximately 146 - 152 Grams Lubricating Jelly, 5g Sachet, 1000 Pieces Greaseless Water-soluble Jelly Alcohol Free Sterile National Institute Of Occupational Safety And Health (niosh) Standard : Filters ≥95% Of Non-oil-based Airborne Particles ≥0.3 Microns Bacterial & Viral Filtration Efficiency (bfe & Vfe): ≥99% For Particles ≥0.1 Microns Intended Protection: Protects Against Airborne Viruses, Bacteria, And Other Bioaerosols, Including Covid-19, Tuberculosis, And Influenza Fluid Resistant Adjustable Nose Clip Two-strap, Headband-style Design Latex-free And Hypoallergenic Fda Surgical Mask Standards Approved Size : Approximately 13-14cm X 11.5-12.5cm X 4.5-5.5cm (wxhxd) N95 Mask - Pedia, 250 Pieces National Institute Of Occupational Safety And Health (niosh) Standard : Filters ≥95% Of Non-oil-based Airborne Particles ≥0.3 Microns Bacterial & Viral Filtration Efficiency (bfe & Vfe): ≥99% For Particles ≥0.1 Microns Intended Protection: Protects Against Airborne Viruses, Bacteria, And Other Bioaerosols, Including Covid-19, Tuberculosis, And Influenza Fluid Resistant Adjustable Nose Clip Cushioning Nosefoam, Comfort Strap Two-strap, Headband-style Design Latex-free And Hypoallergenic Fda Surgical Mask Standards Approved Size : Approximately 11.5-12.5cm X 10-11cm X 4-5cm (wxhxd) Plastic Apron, 200 Pieces Straight, Sleeveless Style Round Neck, Two Waist Ties Liquid Proof And Stain Resistant Size : Approximately 115-119cm X 69-72cm (lxw) Pre-filled Syringe Nss 10 Ml, 30 Pieces Per Box, 100 Boxes 10ml Prefilled Preservative-free Latex-free Moist Heat Sterilized 0.9% Nacl Iv Flush Syringe With Serrated Thumb Press And Plunger Retainer/retention Ring, 62 Stubby 10ml Diameter Syringe Profile Clear Labeling Luer Lock Tip With Injection Pressure 10-20 Pound Per Square Inch Pre-filled Syringe Nss 5 Ml, 30 Pieces Per Box, 100 Boxes 5ml Prefilled Preservative-free Latex-free Moist Heat Sterilized 0.9% Nacl Iv Flush Syringe With Serrated Thumb Press And Plunger Retainer/retention Ring Stubby 3ml Diameter Syringe Profile Clear Labeling Luer Lock Tip With Injection Pressure 10-20 Pound Per Square Inch Pre-filled Syringe Nss 3 Ml, 30 Pieces Per Box, 100 Boxes 3ml Prefilled Preservative-free Latex-free Moist Heat Sterilized 0.9% Nacl Iv Flush Syringe With Serrated Thumb Press And Plunger Retainer/retention Ring Stubby 3ml Diameter Syringe Profile Clear Labeling Luer Lock Tip With Injection Pressure 10-20 Pound Per Square Inch Suction Connector Tubing, 100 Pieces Made Of Medical Grade Polyvinyl Chloride (pvc) Material Sterile With Integral Connectors At Both Ends Sturdy Shutter-resistant Construction Transparent Tubing Length : Approximately 1.8 - 3m Surgical Scissors, 20 Pieces Tip Configuration: Blunt Material: Stainless Steel Curvature: Straight Non-sterile Dimensions : Approximately 0.2-0.3cm X 4-6cm X 17-19cm Surgical Scissors, 5 Pieces Tip Configuration: Blunt Material: Stainless Steel Curvature: Curved Non-sterile Dimensions : Approximately 0.2-0.3cm X 6-7cm X 17-19cm Suture, Silk 3-0, 22-26mm, ½ Circle, Cutting, 50 Pieces Material : Natural Braided Silk (non-absorbable, Wax-coated) Sterile Color : Black Suture Length : Approximately 17 - 20 Inches 63 Needle : 26 Mm P, Reverse Cutting Sutures - Silk,cutting 4-0, 22-26mm, ½ Circle, 50 Pieces Material : Natural Braided Silk (non-absorbable, Wax-coated) Sterile Color : Black Suture Length : Approximately 17 - 20 Inches Needle : 19 Mm P, ⅜ Circle, Reverse Cutting Tape Measure, 10 Pieces Material : Soft Plastic Measuring Range : 0 - 60 Inches And 0 - 150 Cm On The Back Color : White Length : 60 Inches/150 Cm/1.5m Triple Lumen Connectors, 100 Pieces Per Box, 1 Box Single Lumen Extension Triple Access Device Needle Free Closed System Adapter With Needle Free Calve Luer And Slip Compatible Size : Approximately 12- 13 Cm Microbore Tubing Priming Volume : Approximately 0-2 - 0.5ml Vicryl (synthetic Absorbable Polyglycolic/polyglactin) Cutting 4-0, 37mm, 50 Pieces Material : Synthetic, Absorbable, Coated Vicryl Plus Sterile Color : Undyed Suture Length : Approximately 26 - 29 Inches Needle : 19 Mm Fs-2, ⅜ Circle, Reverse Cutting Vicryl (synthetic Absorbable,polyglycolic/polyglactin) 2-0, 37mm ½ C. Atraumatic, 50 Pieces Material : Synthetic, Absorbable, Coated Vicryl Plus Sterile Color : Violet Suture Length : Approximately 36 - 37 Inches Needle : 36mm Mh Plus, ½ Taper Point Vicryl Cutting (synthetic Absorbable,polyglycolic/polyglactin) 3-0, 37mm ½ C. 50 Pieces Material : Synthetic, Absorbable, Coated Vicryl Plus Sterile Color : Violet Suture Length : Approximately 35 - 37 Inches Needle : 36mm Ct-1, ½ Circle Taper Point Yankauer Suction Tip, 100 Pieces Made Of Medical Grade Polyvinyl Chloride (pvc) Material 64 Bulb-type, Clear Tip, Ribbed At The Proximal End Smooth And Clean Edges Sterile Needle-free Connector, 50 Pieces Per Box, 5 Boxes Transparent Split Septum Needleless Port With 0.10 Ml Priming Volume Length : Approximately 1.9 - 2.2 Cm Luer Lock Sterile Sphygmo Aneroid Stand, 8 Pieces Mobile Unit : 5 Legs Base Unit With Caster Weight : 5kg Neurologic Hammer With Stainless Steel Handle With Pin And Brush Clinical Weighing Scale, 10 Pieces Heavy-duty Solid Stable At Least 10.5 X 14.5 Inch 9 (27 X 37) Platform Durable Steel Construction With An Electrostatic Powder Paint Finish Scale Is At Least 59 Inch (150cm) High Height Rod, Wheels And Hand Post Features Available Capacity : At Least 200kg Incise Drape, 40cm X 42cm, 10 Pieces Material : Transparent, Adhesive Polyurethane Film Conformable And Elastic Sterile Incise Drape, 45cm X 55cm, 10 Pieces Material : Transparent, Adhesive Polyurethane Film Conformable And Elastic Sterile Drainage Bag (jackson Pratt) 200ml Capacity With Flexible Tubing Silicone Asepto Syringe 50ml, 200 Pieces Smooth Tip Bulb Syringe Sterile Bed Pan Plastic, 500 Pieces Plastic, With Capacity Of At Least 2500ml Sloping Front Without Cover- Bracelet Id Band White 100s’ Per Box, 3 Boxes Snap- On Lock Security Tamper Proof, Write On Identification 65 Bracelet Id Band Yellow 100s’ Per Box, 3 Boxes Snap- On Lock Security Tamper Proof, Write On Identification Bracelet Id Band Red 100s’ Per Box, 3 Boxes Snap- On Lock Security Tamper Proof, Write On Identification Colostomy Bag 45mm, 5pieces Color:beige Waterproof Pouch Set Inclusions:1 Pouch, 1 Wafer,1 Clip Colostomy Bag 57mm, 5pieces Color:beige Waterproof Pouch Set Inclusions:1 Pouch, 1 Wafer,1 Clip Colostomy Bag 60mm, 5pieces Color:beige Waterproof Pouch Set Inclusions:1 Pouch, 1 Wafer,1 Clip Colostomy Bag 70mm, 5pieces Color:beige Waterproof Pouch Set Inclusions:1 Pouch, 1 Wafer,1 Clip Condom Catheter Large, 50 Pieces Sterile,diameter Of At Least 35-36mm Hypoallergenic Latex Material Condom Catheter Medium, 50 Pieces Sterile, Diameter Of At Least 28-29mm Hypoallergenic Latex Material Condom Catheter Small, 50 Pieces Sterile, Diameter Of At Least 24-25mm Hypoallergenic Latex Material Disposable Waterproof Gown,30 Pieces Non- Woven Material Built-in Waist Tie Water Proof Face Shield, 45 Pieces Fog-resistant Full Face Googles, 50 Pieces. Easier Lens Attachment Lightweight Insulin Syringe 0.5cc/ml G.25 5x8,50 Boxes Barrel Size 0.5cc/ml Needle Gauge 25 Manual Resuscitator Polyvinyl Chloride,adult, 300 Pieces 66 Silicone Rubber: Inner And Outer Bag Valve Disc Override Cap Ambient Occlusion Mask+ Attached Oxygen Reservoir Manual Resuscitator Polyvinyl Chloride, Pedia, 50 Pieces Silicone Rubber:inner And Outer Bag Valve Disc Override Cap Ambient Occlusion Mask Attached Oxygen Reservoir Nelaton Catheter Fr.12,50 Pieces Frosted Surface Kink Resistant Soft,rounded Close Tip Frosted Surface Kink Resistant Soft,rounded Close Tip Nelaton Catheter Fr.16,100 Pieces Frosted Surface Kink Resistant Soft,rounded Close Tip Nelaton Catheter Fr.18,50 Pieces Frosted Surface Kink Resistant Soft,rounded Close Tip Pen Light,14 Pieces Handheld, Portable Push Button : On And Off Led Light Battery Operated, Double “aa” Battery Povidone Swab Stick 3s, 20 Boxes Pre-moistened Pad Saturated In 10% Povidone Iodine With 3 Swab Sticks Sphygmomanometer Non-mercurial, Pedia, 5 Pieces Material Tube: Rubber Clothed Cuff Suction Catheter Fr. 10, 50 Pieces Sterile Non-toxic Non- Irritant Medical Grade Polyvinyl Chloride Suction Catheter Fr. 12, 50 Pieces Sterile Non-toxic Non- Irritant Medical Grade Polyvinyl Chloride Suction Catheter Fr. 14, 100 Pieces Sterile 67 Non-toxic Non- Irritant Medical Grade Polyvinyl Chloride Suction Catheter Fr. 16, 100 Pieces Sterile Non-toxic Non- Irritant Medical Grade Polyvinyl Chloride Suction Catheter Fr. 8, 50 Pieces Sterile Non-toxic Non- Irritant Medical Grade Polyvinyl Chloride Syringe, 10cc, G 23x 1”, Disposable, 100 Pieces Per Box, 250 Boxes With Sharp Needles Clear Barrel Luer Lock Tip Bold Precise Scale Syringe, 1cc, Disposable, 100 Pieces Per Box, 250 Boxes With Sharp Needles Clear Barrel Luer Lock Tip Bold Precise Scale Syringe, 20 Cc G 23 X 1", Disposable , 48 Pieces Per Box, 250 Boxes With Sharp Needles Clear Barre L Luer Lock Tip Bold Precise Scale Syringe, 3cc, G 23x 1”, Disposable, 100’s, 250 Boxes With Sharp Needles Clear Barrel Luer Lock Tip Bold Precise Scale Syringe, 5cc, G 23x 1”, Disposable, 100’s, 250 Boxes With Sharp Needles Clear Barrel Luer Lock Tip Bold Precise Scale Thermometer Infrared Ear,15 Pieces Iinfrared Sensor With Ear Probe Thermometer Non-mercurial (forehead),15 Pieces With Start Button Measurement Result Display Within 1 Second Automatically Power Off In 10 Seconds Distance Coverage 1 To 5 Cm Battery Triple A Urine Bag Adult With Hanger, 200 Pieces 2000ml Capacity 68 Front And Back Polyvinyl Chloride With Calibration Marking Urine Collector, 50 Pieces Front And Back Clear Polyvinyl Chloride With Calibration Marking 100ml Capacity With Adhesive Patch Foley Bag Catheter, 2-way, Silicon-coated Fr.8, 20 Pieces With Balloon Capacity At Least 10ml Foley Bag Catheter, 2-way, Silicon-coated Fr.10, 50 Pieces With Balloon Capacity At Least 10ml Foley Bag Catheter, 2-way, Silicon-coated Fr.12, 50 Pieces With Balloon Capacity At Least 10ml Foley Bag Catheter, 2-way, Silicon-coated Fr.14, 100 Pieces With Balloon Capacity At Least 10ml Foley Bag Catheter, 2-way, Silicon-coated Fr.16, 200 Pieces With Balloon Capacity At Least 10ml Foley Bag Catheter, 2-way, Silicon-coated Fr.18, 100 Pieces With Balloon Capacity At Least 10ml Wooden Tongue Depressor 100’s, 20 Boxes Wooden Type Sterile, Individually Packed Clean Gloves, Large 100 Pieces, 50 Boxes Powder-free Non-sterile, Single Use Only Nitrile + Polyvinyl Chloride Clean Gloves, Medium 100 Pieces, 50 Boxes Powder-free Non-sterile, Single Use Only Nitrile + Polyvinyl Chloride Clean Gloves, Small 100 Pieces, 50 Boxes Non-sterile, Single Use Only Nitrile + Polyvinyl Chloride Surgical Gloves, Size 6.5, 50’s, 50 Boxes Sterile Powder-free Material: Natural Latex Rubber Hypoallergenic Size: 6.5 Surgical Gloves, Size 7.0, 50’s, 50 Boxes Sterile Powder-free Material: Natural Latex Rubber Hypoallergenic Size: 7.0 69 Surgical Gloves, Size 7.5, 50’s, 50 Boxes Sterile Powder-free Material: Natural Latex Rubber Hypoallergenic Size: 7.5 Surgical Gloves, Size 8.0, 50’s, 50 Boxes Sterile Powder-free Material: Natural Latex Rubber Hypoallergenic Size: 8.0 Hot Water Bag 500ml, 20 Pieces Rubber Made With Plastic Lid As Cover Ice Bag 9 Inch , 10 Pieces Leak Resistant Cap At Least 9 Inch Central Venous Pressure Manometer Set, 5pieces Crystal Clear Manometer Tube Calibrated For Accurate Pressure Readings And Attached To A 3-way Connector With Red Floatation Ball At Least 1” And 3/4” Iv Holder At Least 120 Cm Long Extension Tubing. Chest Drainage 2300 Ml, 30pieces Disposable Water Seal Operating System For Thoracic Drainage Clear Chambers And Tubing For Visual Drainage Observation With Distinct Graduation Markings For Easy Measurement Reading With High Negativity Alarm Allows Connection Of Two Drainage Tube Tubing Is Large Bore And Kink- Resistant At Least 2,300ml Capacity Extension Tubing (for Iv) 100cm, 150pieces Clear, Non- Toxic Polyvinyl Chloride Luer Lock With Cap Non- Pyrogenic Fits To All Connectors Individually Packed Intubating Stylets #10, 5 Boxes Made Of Malleable Aluminum Covered With A Plastic Sheath With A Lubricated Silk-slip Surface. Rounded Sheath Tip, Fr.10 Intubating Stylet #14, 5 Boxes Made Of Malleable Aluminum Covered With A Plastic Sheath With A Lubricated Silk-slip Surface. Rounded Sheath Tip, Fr.14 70 Intubating Stylet #6, 5 Boxes Made Of Malleable Aluminum Covered With A Plastic Sheath With A Lubricated Silk-slip Surface. Rounded Sheath Tip, Fr.6 I.v. Starter Kit Pack 25’s, 340 Pieces Contents Are Labeled For Easy Identification Each Content Is Individually Packed For Contamination Prevention Inclusions: 1 Pc. Iv Dressing 1 Roll Tourniquet 1 Pack 2x2 Gauze 2’ 1 Roll Tape ¾ X 36 Inches 2 Pack Alcohol Wipes 1 Pack Povidone Iodine 1 Pc. Id Label Sticker Laryngeal Mask Airway Size 3, 65 Pieces Made From Medical Grade Silicone Soft Cuff With Responsive Pilot Balloon For Easy Cuff Inflation With Gastric Access Laryngeal Mask Airway Size 4, 65 Pieces Made From Medical Grade Silicone Soft Cuff With Responsive Pilot Balloon For Easy Cuff Inflation With Gastric Access Mucus Extractor, 200 Pieces Clear And Transparent Container 25ml With Clear Markings For Quick Volume Detection. Made From Soft, Kink-resistant Material Universal Connectors For Easy Connection. With Extra Lid Oropharyngeal / Guedel Airway 2, 50 Pieces Made From Medical Grade Polypropylene & Polyethylene Material. Bite Block Soft Rounded Edges To Minimize Trauma From The Patient’s Tissue. Color Coded For Easy Identification Of Size Size 2 Green , At Least 80mm Oropharyngeal/ Guedel Airway 3, 30 Pieces Made From Medical Grade Polypropylene & Polyethylene Material. Bite Block Soft Rounded Edges To Minimize Trauma From The Patient’s Tissue. Color Coded For Easy Identification Of Size Size 3 Yellow, At Least 90mm Oropharyngeal/ Guedel Airway 4, 30 Pieces 71 Made From Medical Grade Polypropylene & Polyethylene Material. Bite Block Soft Rounded Edges To Minimize Trauma From The Patient’s Tissue. Color Coded For Easy Identification Of Size Size 4 Red , Atleast 100mm Nasopharyngeal Airway, Fr. 26, I.d 6.5mm, 40 Pieces Made From Soft Pvc Material, Allows Gentle Insertion. Flexible For Maximum Patient Comfort. Trumpet Design For Secure Placement Rounded Edge Tip Atleast 6.5 Mm Fr- 26 Nasopharyngeal Airway, Fr. 28, I.d 7.0mm, 40 Pieces Made From Soft Pvc Material, Allows Gentle Insertion. Flexible For Maximum Patient Comfort. Trumpet Design For Secure Placement Rounded Edge Tip Atleast 7.0 Mm Fr- 28 Nasopharyngeal Airway, Fr. 30, I.d 7.5mm, 40 Pieces Made From Soft Pvc Material, Allows Gentle Insertion Flexible For Maximum Patient Comfort. Trumpet Design For Secure Placement Rounded Edge Tip At Least 7.5 Mm Fr- 30 Oxygen Face Mask Set-adult, 700 Pieces Made Of High Quality Medical Grade Pvc Odorless 7ft Tubing W/ Inner Lumen Soft And Pliable Nose Clip To Ensure Comfortable Fit With Good Seal Oxygen Face Mask Set-pedia, 300 Pieces Made Of High Quality Medical Grade Pvc Odorless 7ft Tubing W/ Inner Lumen Soft And Pliable Nose Clip To Ensure Comfortable Fit With Good Seal Penrose Drain Tubing, 1 Inch Diameter, 10 Packs At Least 18 Inches Of Length. Smooth Tubing Wall Both Inside And Out Soft And Flexible Pure Latex Rubber Material. X -ray Opaque At Least 1" Diameter 72 Pressure Infusion Bag 1000ml, 25 Pieces Per Box, 10 Boxes Large Squeeze Bulb Loads Quickly And Easily Single Patient Use Highly-visible Pressure Gauge Facilitates Fast Setup And Easy Maintenance. 1000 Ml Thoracic Catheter , Fr.20, 50 Pieces Smooth And Rounded Distal Tip. With A Large Smooth Catheter Eye For Maximum Drainage Reduces The Chance Of Tissue Debris Build-up. Graduated Markings Every 2cm Tapered Proximal End Thermosensitive Tube Thoracic Catheter , Fr.32, 500 Pieces Smooth And Rounded Distal Tip. Equipped With A Large Smooth Catheter Eye For Maximum Drainage Reduces The Chance Of Tissue Debris Build-up. Graduated Markings Every 2cm Tapered Proximal End Thermosensitive Tube Thoracic Catheter , Fr.24, 50 Pieces Smooth And Rounded Distal Tip. Equipped With A Large Smooth Catheter Eye For Maximum Drainage Reduces The Chance Of Tissue Debris Build-up. Graduated Markings Every 2cm Tapered Proximal End Thermosensitive Tube Thoracic Catheter , Fr.28, 50 Pieces Smooth And Rounded Distal Tip. Equipped With A Large Smooth Catheter Eye For Maximum Drainage Reduces The Chance Of Tissue Debris Build-up. Graduated Markings Every 2cm Tapered Proximal End Thermosensitive Tube Thoracic Catheter , Fr.36, 150 Pieces Smooth And Rounded Distal Tip. Equipped With A Large Smooth Catheter Eye For Maximum Drainage Reduces The Chance Of Tissue Debris Build-up. Graduated Markings Every 2cm Tapered Proximal End Thermosensitive Tube Tracheostomy Care Kit, 50 Pieces Assembled In A Compact Kit Peel-down Tyvek Lid Protects Sterile Contents During Storage And Handling. 73 Tubular Net Size 4, 1 Roll 100% Latex-free Elastic And Polyester. Easily Cut To Desired Length Skin-friendly Alternative To Tapes And Adhesives. At Least 25m Tubular Net Size 6, 1 Roll 100% Latex-free Elastic And Polyester. Easily Cut To Desired Length Skin-friendly Alternative To Tapes And Adhesives. At Least 25m Tubular Net Size 8, 1 Roll 100% Latex-free Elastic And Polyester. Easily Cut To Desired Length Skin-friendly Alternative To Tapes And Adhesives. At Least 25m Uro Leg Bag, 50 Pieces Pre-attached 10 Cm Tubing With Universal Connector That Fits All Sizes Of Foley Catheters. Kink-resistant Tubing Flexible Garter Strap With Perforations And Buttons That Holds Leg Bag In Place. Latex-free Bag With At Least 800ml Capacity Made From Transparent Pvc Material One-way Valve Urobag With Needle Free Sample Port, 2000ml, 500 Pieces Needle-free Sample Port Built-in Non-return Valves 2000ml Drainage Bag With Anti-reflux Chamber Drainage Port Designed For Easy Draining Of The Urine Urine Chamber With Large Scale And Easy To Read Digits Provides An Accurate Monitoring Of The Urine Output Of The Patient Venturi Mask, 30 Pieces Made Of High Quality Medical Grade Pvc 7 Feet Tubing With Inner Lumen Hypoallergenic With Air-entrainment / Jet Nozzle With Adjustable Setting Clear And Soft Mask W/ Pliable Nose Clip Hand Disinfectant, 1000ml, 300 Bottles Alcohol Hand Disinfectant With 45g Ethanol, 18g N-propanol, Allantoin, Bisabolol And Dexpanthenol Application Time For Hand Disinfection: 30 Seconds For Hygienic And 60 Seconds For Surgical Adult Diaper (large) 10 Pieces Per Pack, 5 Packs Unisex 74 Super Absorbent Pad Adult Diaper (medium) 10 Pieces Per Pack, 5 Packs Unisex Super Absorbent Pad Adult Diaper (extra Large) 10 Pieces Per Pack, 5 Packs Unisex Super Absorbent Pad Cervical Collar-adult, 20 Pieces Non-latex, Non-toxic, Hypoallergenic Firm Foam Material Covered With Cotton Allows X-ray, Cat And Mri Scan Size : 55-57cm X 18-20cm X 0.5-1.5cm Cervical Collar-pedia, 10 Pieces Non-latex, Non-toxic, Hypoallergenic Firm Foam Material Covered With Cotton Allows X-ray, Cat And Mri Scan Size : 445-448mm X 187-190mm X 13-15mm Elastic Bandage 2 Inches X 5 Yards , 720 Pieces Per Pack, 1 Pack Stretch Bandage Roll With Clips Non- Adhesive, Unbleached Colour, Non- Detectable By X-ray Elastic Bandage 3 Inches X 5 Yards, 480 Pieces Per Pack, 2 Packs Crepe Bandage Stretch Bandage Roll With Clips Non- Adhesive, Unbleached Colour, Non- Detectable By X-ray Elastic Bandage 4 Inches X 5 Yards, 360 Pieces Per Pack, 2 Packs Crepe Bandage Stretch Bandage Roll With Clips Non- Adhesive, Unbleached Colour, Non- Detectable By X-ray Elastic Bandage 6 Inches X 5 Yards, 240 Pieces Per Pack, 1 Pack Crepe Bandage Stretch Bandage Roll With Clips Non- Adhesive, Unbleached Colour, Non- Detectable By X-ray Face Mask, Surgical, Earloop, 50 Pieces Per Box, 600 Boxes Disposable Facemask, 3-ply May Or May Not Meet Any Fluid Barrier Or Filtration Efficiency Levels Filter Needle, G- 19x 1 ½ “, 100 Pieces Per Box, 10 Boxes Guard- Polypropylene Filter- 5 Micron Stainless Steel Cannula 75 Filter Needle, G-20 X 1 ½” 100 Pieces Per Box, 20 Boxes Guard- Polypropylene Filter- 5 Micron Stainless Steel Cannula Glutaraldehyde 2.45%, 5 Liters Per Gallon, 2 Gallons Glutaraldehyde Solution With Liquid Activator Isopropanol+benzalkonium Chloride, 50ml Per Bottle, 100 Bottles Isopropanol+benzalkonium Chloride 50ml 50ml Per Bottle Male Urinal With Calibrator 1000ml, 200 Pieces 1000ml Capacity Plastic Nasal Cannula - Adult, 250 Pieces Per Pack, 3 Packs Oxygen Cannula, Adult Non-toxic, Non-pyrogenic Nasal Cannula - Pedia, 250 Pieces Per Pack, 1 Packs Oxygen Cannula, Pedia Non-toxic, Non-pyrogenic Nasogastric Tube Fr. 12, 200 Pieces Nasogastric Tube Fr.12 Silicone Nasogastric Tube Fr. 14, 200 Pieces Nasogastric Tube Fr. 14 Silicone Nasogastric Tube Fr. 16, 200 Pieces Nasogastric Tube Fr. 14 Silicone Nasogastric Tube Fr. 18, 200 Pieces Nasogastric Tube Fr. 18 Silicone Non-rebreather Mask (adult), 100 Pieces Material : Mask And Tubing Polyvinyl Chloride Tubing Length At Least 2 Meters Non-sterile Single Use Non-rebreather Mask (pedia), 25 Pieces Material : Mask And Tubing Polyvinyl Chloride Tubing Length At Least 2 Meters Non-sterile Single Use Nylon Cutting 4-0, 12 Pieces Per Box, 2 Boxes Nylon Cutting 4/0 (1.5metric) 26mm 1/2c Curved Cutting 75cm Non-absorbable 76 Non-woven Disposable Towelettes, Disinfectant Wipes, 15 Canisters Non Woven Disposable Towelettes Size: At Least 6 Inches X 6.75 Inches Active Ingredients: Diisobutylphenoexyethoxyethyl Dimethyl Benzyl Ammonium Chloride 0.28% And Isopropanol 17.20% Plaster, Silk Tape, 2 Inches X 10 Yards, 6pieces Per Box, 20 Boxes Silk Acetate Type Tape (rayon Taffeta Backing) Hypoallergenic, Water Resistant, Adhere On Damp Skin, High Strength And Adhesion Durable, Thick And With Bi-directional Tear Ideal For Secular Of Heavy Tubings Plaster, Plastic Tape, 1/2inch X 10 Yards, 24 Pieces Per Box, 20 Boxes Good Adhesion To Skin And Tubing, Perforated Transparent, Hypoallergenic, Acrylate Adhesive Plaster, Plastic Tape, 1inch X 10 Yards, 12 Pieces Per Box, 20 Boxes Good Adhesion To Skin And Tubing, Perforated Transparent, Hypoallergenic, Acrylate Adhesive Plaster, Blended Plastic And Paper Tape, 1/2inch X 10 Yards, 24 Pieces Per Box, 10 Boxes Good Initial And Long Term Adhesion (for As Long As 72hours) Easy To Handle With Gloves; Perforated; Bi-directional Tear; Non-latex (acrylate); Hypoallergenic; Ideal For High-risk Patients Plaster, Blended Plastic And Paper Tape, 1inch X 10 Yards, 24 Pieces Per Box, 10 Boxes Good Initial And Long Term Adhesion (for As Long As 72hours) Easy To Handle With Gloves; Perforated; Bi-directional Tear; Non-latex (acrylate); Hypoallergenic; Ideal For High-risk Patients Transparent Dressing, 5cm X 7cm, 50 Pieces Per Box, 5 Boxes Sterile, Waterproof Breathable Transparent Dressing With Non Absorbent; Non Adherent Pad, With Viral And Bacterial Barrier Dressing Infusion Pump Tubing, 300 Pieces Per Box, 10 Boxes Vented, Upstream Drip Chamber 15 Micro Drop Filter, With Roller Clamp Anti- Free Flow Clamp Luer Lock, Priming Volume At Least 22ml Length At Least 235-245 Cm 77 Particulars Vendor Shall Warrant That The Medical And Surgical Supplies Supplied Shall Meet The Published Specifications. Vendor Shall Deliver Supplies With A Minimum Shelf Life Of 2 To 3 Years From The Delivery Date And Vendor Shall Submit A Letter Of Guarantee, Ensuring Replacement Of Any Delivered Supplies That Remain Unused 6 Months Prior To Expiry Date. Vendor Shall Agree To Replace Any Supply/ies And Or Parts To Be Found Defective In Material Or Workmanship Upon Usage. Supplies Shall Be Delivered Complete And All Other Accessories Necessary For Full Use Of The Supply, Where Applicable. Vendor Must Certify That All Products Quoted Must Be In Current Production And Publicly Available As Of The Date Of This Tender. Unproven Future Products Shall Not Be Accepted. All Desired Features Listed Must Be In Current Production And In Use At The Time Of Quote/bid. Vendors Must Respond With Customer Support Staff Or Product Specialists, Either Remotely Or In-person Where Applicable, Within At Least Two (2) Hours Upon Notification Of The End-user. Supplies Must Meet All Currently Applicable Safety Standards, Local Or International, Where Applicable. A Certificate Of Product Registration (cpr) Issued By The Food And Drug Administration Confirming Compliance With Relevant Standards For Safety, Quality And Efficacy Must Be Provided Specifically To Products That Includes But Not Limited To Products That Intrudes The Skin. Principal's/manufacturer's Product Portfolio Must Have Been Present In The Local Market For The Past Five (5) Years. Completion Period For Delivery Must Not Exceed A Minimum Of 10 Calendar Days . Any Deviation From This Limit Requires Prior Approval By The Head Of The Procuring Entity (hope) And Only Applies During Extenuating Circumstances. Vendors May Have An Existing/active Quality Management System: Iso Certification Or Its Equivalent.
Closing Date26 Feb 2025
Tender AmountPHP 9.9 Million (USD 172.8 K)
Caraga Regional Hospital Tender
Others
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. 2025-04-08 (23) Supply And Delivery Of Various Fully Automated Machines Analyzer And Equipment For Pathology Department Approved Budget For The Contract: Php 3,600,000.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy 2025 Raf / Gaa Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Three Million Six Hundred Thousand Pesos Only ( ₱ 3,600,000.00 ) As To Payment Under The Contract For Supply And Delivery Of Various Fully Automated Machines Analyzer And Equipment For Pathology Department. 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 No. Description Qty Unit Of Measurement Unit Cost Total Cost 1 Complete Crossmatching Equipment 1 Unit ₱ 900,000.00 ₱ 900,000.00 2 Fully Automated Blood Coagulation Analyzer 1 Unit ₱ 1,200,000.00 ₱ 1,200,000.00 3 Fully Automated Electrolytes Analyzer 1 Unit ₱ 500,000.00 ₱ 500,000.00 4 Fully Automated Glycoslated Hemoglobin Analyzer 1 Unit ₱ 1,000,000.00 ₱ 1,000,000.00 Grand Total ₱ 3,600,000.00 Technical Specification 1. Complete Crossmatching Equipment Description The Card Crossmatch, Also Known As The Column Agglutination Technology, Is A Test That Detects And Identifies Blood Group Antigens And Antibodies. The Test Involves: 1. Adding Red Blood Cells And Plasma To The Card's Microtubes 2. Spinning The Card In A Centrifuge 3. Observing Whether The Red Blood Cells Clump Together Or Remain Separate Purpose Of Use Clinical Or Other Purpose The Purpose Of Card Crossmatching Is To Determine If A Donor's Blood Is Compatible With A Recipient's Blood, And To Detect Antibodies That May Not Have Been Detected By Other Tests: 1. Compatibility: Cards Are Used To Determine If A Donor's Red Blood Cells (rbcs) Are Compatible With A Recipient's Plasma Or Serum. This Is Done By Detecting Blood Group Antigens And Antibodies. 2. Antibody Detection: Cards Can Detect Antibodies That May Have Been Missed By Other Tests. 3. Safety: Crossmatching Is A Final Check To Ensure That A Transfusion Will Be Safe And Won't Cause An Adverse Reaction. Clinical Department/ward Department Of Pathology -anatomic And Clinical Laboratory- Overview Of Functional Requirements The Equipment Must Be A Semi-automated System Of Centrifuge And Incubator. This Should Support The Column Agglutination Technology (cat). This Must Perform Biphasic Centrifugation To Ensure Efficient And Reliable Testing While Maintaining Consistent Accuracy And Minimizing Processing Time. Cycle Timing Of 5 Minutes ± 10 Seconds For The Centrifuge And Must Feature A Speed And Timing Indicator. Complete Crossmatching Testing Should Be < 20 Minutes Of Turnaround Time. • To Ensure Improved Patient Flow And Efficiency In Hospital Operations, Reducing Delays In Patient Care. • Enhanced Patient Safety, As The Rapid Availability Of Compatible Blood Can Prevent Delays That May Otherwise Compromise Patient Health. Technical Characteristics Sample Type Blood Principle Column Agglutination Technology (cat) Test Items Coomb’s Test (direct And Indirect), Major And Minor Crossmatching, Forward And Reverse Abo Typing Throughput Communication Memory Capacity User Adjustable/other Technical Specs The Incubator Must Maintain A Temperature Of 37°c ± 2°c And Must Include The Following Controls: A. Incubator Temperature Monitoring With Visual Indicator. B. A Unique Beeping Pattern To Indicate Cycle Completion. C. Enhanced Error Code Intelligence For Troubleshooting. D. A Quiet Centrifuge With Translucent Panels For Visual Monitoring. Physical/chemical Characteristics Components To Be Protected Against Fluid Ingress From Above Source. Machine Cover Can Be Opened For Repair And Maintenance Raw Materials High Standard Quality Materials. Utility Requirements Power Supply • Electrical Source Requirements = Voltage: 110 – 240v; 1 Phase • Protections Against Overvoltage And Overcurrent Line Conditions. • Ups Input Capacity: 1000va Input Voltage: 220/230/240v 1 Phase 50hz/60hz Output Socket: 4pcs With Back Up+ 4pcs Surge Only Transfer Time: Typical 2-6ms Waveform (batt. Mode) Simulated Sine Wave Battery Type: Sealed, Maintenance-free Lead Acid Typical Recharge Time: 6-8 Hours Protection: Automatic Self-test & Discharge Protection, Replace Battery Indicator • Backup Time: 6-30minutes (depending On Computer Load) Accessories, Consumables, Spare Parts, Other Components Accessories • 3 N 1 Printer • Heavy Duty Online Ups (for The Machine) That Can Stand 5 - 15 Minutes For Continuous Processing In Case Of Power Interruption And, Extension Wires (if Necessary) Consumables / Reagents • Reagents, Controls And Calibrators Must Come From The Same Manufacturer As The Instrument. • Starter Kits Equivalent 2,000 Test Training, Installation And Utilization Pre-installation Requirements ● Supplier To Perform Installation, Safety And Operation Checks Before Handover. Requirements For Commissioning Engineer And/or Representative From Biomed Of Caraga Regional Hospital And Medical Technologists To Affirm Completion Of Installation. Training Of User/s ● Training Of Medical Technologists In Operation And Basic Maintenance Shall Be Provided. ● Must Train Personnel Particularly From Biomed Of Caraga Regional Hospital For The Troubleshooting, Basic Maintenance And Repair Of The Machine. ● Training Must Be Conducted By The Company Employed Technician And Must Ensure That Transfer Of Learning On The Technicalities Of Their Equipment Is Effectively Done Before Leaving It To The End User. 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. ● 5 Years For Preventive Maintenance And Calibration. ● Machine Calibration Must Be Performed Every 6 Months And Provides Certificate Of Calibration And Traceability Within The Warranty Period. ● Preventive Maintenance Visits By The Engineer/product Specialist Be Made Quarterly And As The News Arises. ● Technical Support Should Be Easily Accessed. ● The Winning Bidder Is Required To Promptly Address The End User’s News, Namely Regarding The Machine Condition To Maintain Uninterrupted Laboratory Operations. Documentation Documentation Requirements ● User, Technical And Maintenance Manuals To Be Supplied In English Language. (hard And Soft Copy) ● Provide Certificate Of Calibration Upon Delivery/installation. ● List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance ● List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. Certificate Of Calibration And Inspection To Be Provided. ● Certificate Of Product Registration And/or Its Equivalent ● Operator’s Manual, Work Instructions And Other Reference/s (hard And Soft Copy) Safety And Standards Risk Classification Environmental-friendly With Proper Waste Management International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada And Eu) Iso 14971:2007 Medical Devices -- Application Of Risk Management To Medical Devices Iec 60601-1:2012 Medical Electrical Equipment - Part 1: General Requirements For Basic Safety And Essential Performance Iec 60601-1-1:2000 Medical Electrical Equipment - Part 1-1: General Requirements For Safety - Collateral Standard: Safety Requirements For Medical Electrical Systems Iec 60601-1-2:2007 Medical Electrical Equipment - Part 1-2: General Requirements For Basic Safety And Essential Performance - Collateral Standard: Electromagnetic Compatibility - Requirements And Tests Regional / Local Standards ● Pass Fda Regulatory Requirement, Product Registration Certified ● Certificate Of Exclusive Distributorship Or Its Equivalent Delivery Period 90 Calendar Days Upon Receipt Of The Notice To Proceed Terms Of Payment Payment Upon Full Delivery, Installed, Tested, And Commissioned. Other Requirements Technician/engineer Assigned Must Be Employed By The Company For At Least 1 Year. Suppliers Must Have A Technical Support / Service Center Within The Caraga Region, Cebu City, Cdo Or Davao City Area With Support Facilities And Trained Personnel. Suppliers Must Ensure That The Transfer Of Learning On The Technicalities Of Their Equipment Is Effectively Done Before Leaving It To The End User. Post Qualification Must Be Willing To Send Demo Unit To Caraga Regional Hospital And/or Site Visit To 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.) 2. Fully Automated Blood Coagulation Analyzer Description A Coagulation Analyzer, Also Known As A Coagulometer, Blood Coagulation Meter, Or Hemostasis Analyzer, Is A Laboratory Device That Measures Blood Coagulation Factors. Purpose Of Use Clinical Or Other Purpose It Can Be Used To: Determine The Speed Of A Coagulation Pathway, Measure Levels Of Thrombolin And Thromboplastin, Diagnose Coagulation Abnormalities, And Monitor Anticoagulant Therapy. Clinical Department/ward Department Of Pathology -anatomic And Clinical Laboratory- Overview Of Functional Requirements Blood Coagulation Analyzer With An Integrated System Of Mechanical And Optical Analysis. This Shall Include Both Transmission Method And Viscosity - Based (mechanical) Detection Method To Ensure Comprehensive And Reliable Analysis. A Fully Automated Analyzer That Includes Dilution Measurement, Multi-dilution Analysis And Automated Process As Reruns, Re-dilution And Reflex Testing To Ensure Accurate And Reliable Results. Technical Characteristics Sample Type Blood Principle Transmission Method And Viscosity-based (mechanical) Detection Method Test Items Includes: Activated Partial Thromboplastin Time, Prothrombin Time, Thrombin Time, And Fibrinogen Throughput ≥ 400 Tests Per Hour For Protime And ≥200 Test Per Hour For Aptt Communication Connected To Lis/his Of The Laboratory (the Winning Supplier Will Shoulder The Connectivity Cost For The Laboratory Information System) Internal & External Barcode Scanner (with Built-in Barcode Read Manual Operation And Barcode Identification For Reagents And Sample, Rfid For Reagents.er) Memory Capacity At Least 800 Samples User Adjustable/other Technical Specs ● With At Least 80 Sample Holders Which Allow Any Routine Sample Position To Stat Position Anytime ● Capacity To Hold At Least 1000 Optical Cuvettes And At Least 20 To 30 Of Mechanical Cuvettes For Efficient Sample Analysis ● Touch Panel Display - Simple Touch Operation ● Utilizes Westgard Rules And Levy - Jennings Control Charts For Quality Control And Performance Monitoring. ● With Built - In Computer Monitor Running Windows 10 Operating System For User Interface And Control. ● Must Have Internal Barcode Reader And Lis Connectivity Ready. ● Internal Printer: Prints Patient Results, Calibration Value, Quality Control Data And Flagging Abnormal Results. ● Easy Maintenance. Physical/chemical Characteristics Components To Be Protected Against Fluid Ingress From Above Source. Machine Cover Can Be Opened For Repair And Maintenance Raw Materials High Standard Quality Materials. Utility Requirements Power Supply • Electrical Source Requirements: Voltage: 110 – 240v; 1 Phase • Protections Against Overvoltage And Overcurrent Line Conditions. • Ups Input Capacity: 1000va Input Voltage: 220/230/240v 1 Phase 50hz/60hz Output Socket: 4pcs With Back Up+ 4pcs Surge Only Transfer Time: Typical 2-6ms Waveform (batt. Mode) Simulated Sine Wave Battery Type: Sealed, Maintenance-free Lead Acid Typical Recharge Time: 6-8 Hours Protection: Automatic Self-test & Discharge Protection, Replace Battery Indicator • Backup Time: 6-30minutes (depending On Computer Load) Accessories, Consumables, Spare Parts, Other Components Accessories • 3 N 1 Printer • Heavy Duty Online Ups(for The Machine) That Can Stand 5 - 15 Minutes For Continuous Processing In Case Of Power Interruption And, Extension Wires (if Necessary) • Barcode Scanner Consumables / Reagents • Liquid Reagents For No Reconstitution • Reagents, Controls And Calibrators Must Come From The Same Manufacturer As The Instrument. • Starter Kits Equivalent 2,000 Test Protime • Starter Kits Equivalent 1,000 Test Aptt Training, Installation And Utilization Pre-installation Requirements ● Supplier To Perform Installation, Safety And Operation Checks Before Handover. Requirements For Commissioning Engineer And/or Representative From Biomed Of Caraga Regional Hospital And Medical Technologists To Affirm Completion Of Installation. Training Of User/s • Training Of Medical Technologists In Operation And Basic Maintenance Shall Be Provided. • Must Train Personnel Particularly From Biomed Of Caraga Regional Hospital For The Troubleshooting, Basic Maintenance And Repair Of The Machine. • Training Must Be Conducted By The Company Employed Technician And Must Ensure That Transfer Of Learning On The Technicalities Of Their Equipment Is Effectively Done Before Leaving It To The End User. 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. ● 5 Years For Preventive Maintenance And Calibration. ● Machine Calibration Must Be Performed Every 6 Months And Provides Certificate Of Calibration And Traceability Within The Warranty Period. ● Preventive Maintenance Visits By The Engineer/product Specialist Be Made Quarterly And As The News Arises. ● Technical Support Should Be Easily Accessed. ● The Winning Bidder Is Required To Promptly Address The End User’s News, Namely Regarding The Machine Condition To Maintain Uninterrupted Laboratory Operations. Documentation Documentation Requirements • User, Technical And Maintenance Manuals To Be Supplied In English Language. (hard And Soft Copy) • Provide Certificate Of Calibration Upon Delivery/installation. • List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance • List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. Certificate Of Calibration And Inspection To Be Provided. • Certificate Of Product Registration And/or Its Equivalent • Operator’s Manual, Work Instructions And Other Reference/s (hard And Soft Copy) Safety And Standards Risk Classification Environmental-friendly With Proper Waste Management International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada And Eu) Iso 14971:2007 Medical Devices -- Application Of Risk Management To Medical Devices Iec 60601-1:2012 Medical Electrical Equipment - Part 1: General Requirements For Basic Safety And Essential Performance Iec 60601-1-1:2000 Medical Electrical Equipment - Part 1-1: General Requirements For Safety - Collateral Standard: Safety Requirements For Medical Electrical Systems Iec 60601-1-2:2007 Medical Electrical Equipment - Part 1-2: General Requirements For Basic Safety And Essential Performance - Collateral Standard: Electromagnetic Compatibility - Requirements And Tests Regional / Local Standards Pass Fda Regulatory Requirement, Product Registration Certified Certificate Of Exclusive Distributorship Or Its Equivalent Delivery Period 90 Calendar Days Upon Receipt Of The Notice To Proceed Terms Of Payment Payment Upon Full Delivery, Installed, Tested, And Commissioned. Other Requirements Technician/engineer Assigned Must Be Employed By The Company For At Least 1 Year. Suppliers Must Have A Technical Support / Service Center Within The Caraga Region, Cebu City, Cdo Or Davao City Area With Support Facilities And Trained Personnel. Suppliers Must Ensure That The Transfer Of Learning On The Technicalities Of Their Equipment Is Effectively Done Before Leaving It To The End User. Post Qualification 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. Fully Automated Electrolytes Analyzer Description A Fully Automated Electrolyte Analyser Is A Device For Measuring The Electrolytes In The Human Body. They Are Primarily Used In The Quantitative Measurement Of Sodium, Potassium, And Chloride In Whole Blood, Serum, Plasma And Urine. Purpose Of Use Clinical Or Other Purpose An Electrolyte Panel Is Often Part Of A Routine Blood Screening Or A Comprehensive Metabolic Panel. The Test May Also Be Used To Find Out If Your Body Has A Fluid Imbalance Or An Imbalance In Acid And Base Levels. Clinical Department/ward Department Of Pathology -anatomic And Clinical Laboratory- Overview Of Functional Requirements Electrolyte Analyzer With Maintenance Free Electrode Which Reduces The Need For Routine Maintenance And Is More Cost Efficient. An Analyzer That Can Run 5 Or More Parameters In One Sample Running. Fully Automated Electrolyte Analyzer Which Analyzes Samples In Less Than Two (2) Minutes. It Is Able To Release Sodium, Potassium, Chloride, Calcium (specifically Ionized, Total And Normalized Calcium). Technical Characteristics Sample Type Sample Volume Whole Blood / Serum / Plasma / Urine ≤ 10 Ul Principle Electrolyte Analyzer With Maintenance Free Electrode. Test Items Ph, Potassium, Sodium, Chloride, Calcium (total, Ionized And Normalized) Throughput ≥ 100 Tests Per Hour Communication Connected To Lis/his Of The Laboratory (the Winning Supplier Will Shoulder The Connectivity Cost For The Laboratory Information System And Including Wiring ) Internal & External Barcode Scanner (with Built-in Barcode Reader) Memory Capacity At Least 5000 Samples User Adjustable/other Technical Specs ● With At Least 20 Sample Holders For Batch Running ● Easy To Use, Simple And Menu Driven ● Touch Panel Display - Simple Touch Operation ● Capable Of Running Urine Electrolytes ● Must Be A Closed System And/or Rfid Capable ● Must Have Internal Barcode Reader And Lis Connectivity Ready. ● Barcode Sample Id Recognition ● Three (3) Point Calibration By Calibrators ● Internal Printer: Prints Patient Results, Calibration Value, Quality Control Data And Flagging Abnormal Results. ● Easy Maintenance. Electrode Free Technology. Physical/chemical Characteristics Components To Be Protected Against Fluid Ingress From Above Source. Machine Cover Can Be Opened For Repair And Maintenance Raw Materials The Minimum High Standard Stainless Or Abc Plastic Materials To Be Use. Utility Requirements Power Supply • Electrical Source Requirements: Voltage: 110 – 240v; 1 Phase • Protections Against Overvoltage And Overcurrent Line Conditions. • Ups Input Capacity: 1000va Input Voltage: 220/230/240v 1 Phase 50hz/60hz Output Socket: 4pcs With Back Up+ 4pcs Surge Only Transfer Time: Typical 2-6ms Waveform (batt. Mode) Simulated Sine Wave Battery Type: Sealed, Maintenance-free Lead Acid Typical Recharge Time: 6-8 Hours Protection: Automatic Self-test & Discharge Protection, Replace Battery Indicator • Backup Time: 6-30minutes (depending On Computer Load) Accessories, Consumables, Spare Parts, Other Components Accessories • 3 N 1 Printer • Heavy Duty Online Ups(for The Machine) That Can Stand 5 - 15 Minutes For Continuous Processing In Case Of Power Interruption And, Extension Wires (if Necessary) • Barcode Scanner Consumables / Reagents • Single Pack Container For Reagent And Its Waste • Three (3) Point Calibrators • Three (3) Levels Control ( Low, Normal, High) • Starter Kits Equivalent 2,000 Test Training, Installation And Utilization Pre-installation Requirements ● Supplier To Perform Installation, Safety And Operation Checks Before Handover. Requirements For Commissioning Engineer And/or Representative From Biomed Of Caraga Regional Hospital And Medical Technologists To Affirm Completion Of Installation. Training Of User/s • Training Of Medical Technologists In Operation And Basic Maintenance Shall Be Provided. • Must Train Personnel Particularly From Biomed Of Caraga Regional Hospital For The Troubleshooting, Basic Maintenance And Repair Of The Machine. • Training Must Be Conducted By The Company Employed Technician And Must Ensure That Transfer Of Learning On The Technicalities Of Their Equipment Is Effectively Done Before Leaving It To The End User. 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. ● 5 Years For Preventive Maintenance And Calibration. ● Machine Calibration Must Be Performed Every 6 Months And Provides Certificate Of Calibration And Traceability Within The Warranty Period. ● Preventive Maintenance Visits By The Engineer/product Specialist Be Made Quarterly And As The News Arises. ● Technical Support Should Be Easily Accessed. ● The Winning Bidder Is Required To Promptly Address The End User’s News, Namely Regarding The Machine Condition To Maintain Uninterrupted Laboratory Operations. Documentation Documentation Requirements • User, Technical And Maintenance Manuals To Be Supplied In English Language. (hard And Soft Copy) • Provide Certificate Of Calibration Upon Delivery/installation. • List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance • List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. Certificate Of Calibration And Inspection To Be Provided. • Certificate Of Product Registration And/or Its Equivalent • Operator’s Manual, Work Instructions And Other Reference/s (hard And Soft Copy) Safety And Standards Risk Classification Environmental-friendly With Proper Waste Management International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada And Eu) Iso 14971:2007 Medical Devices -- Application Of Risk Management To Medical Devices Iec 60601-1:2012 Medical Electrical Equipment - Part 1: General Requirements For Basic Safety And Essential Performance Iec 60601-1-1:2000 Medical Electrical Equipment - Part 1-1: General Requirements For Safety - Collateral Standard: Safety Requirements For Medical Electrical Systems Iec 60601-1-2:2007 Medical Electrical Equipment - Part 1-2: General Requirements For Basic Safety And Essential Performance - Collateral Standard: Electromagnetic Compatibility - Requirements And Tests Regional / Local Standards Pass Fda Regulatory Requirement, Product Registration Certified Certificate Of Exclusive Distributorship Or Its Equivalent Delivery Period 90 Calendar Days Upon Receipt Of The Notice To Proceed Terms Of Payment Payment Upon Full Delivery, Installed, Tested, And Commissioned. Other Requirements Technician/engineer Assigned Must Be Employed By The Company For At Least 1 Year. Suppliers Must Have A Technical Support / Service Center Within The Caraga Region, Cebu City, Cdo Or Davao City Area With Support Facilities And Trained Personnel. Suppliers Must Ensure That The Transfer Of Learning On The Technicalities Of Their Equipment Is Effectively Done Before Leaving It To The End User. Post Qualification Must Be Willing To Send Demo Unit To Caraga Regional Hospital And/or Site Visit To 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.) 4. Fully Automated Glycosylated Hemoglobin Analyzer Description A Fully Automated Glycosylated Hemoglobin Analyzer That Is Intended For Measuring The Amount Of Glycated Hemoglobin (hba1c) In A Blood Sample. This Test Can Help Determine How Well A Person's Diabetes Is Being Controlled. Purpose Of Use Clinical Or Other Purpose The Analyzer Can Analyze The Whole Blood/diluted Sample, Display The Peak Map Of Glycated And Non-glycated Hemoglobins In The Sample, And Figure Out %a1ab, %f, %la1c, %a1c And %a0 By The Area Ratio Of Peak Shape. Clinical Department/ward Department Of Pathology -anatomic And Clinical Laboratory- Overview Of Functional Requirements Hba1c Machine Uses Ion Exchange High Performance Liquid Chromatography (hplc) And Ion Exchange To Separate Hemoglobin A1c (hba1c) From Other Hemoglobin Fractions. The Machine Measures The Percentage Of (hba1c) In A Person's Blood, Which Is An Indicator Of Their Average Blood Glucose Levels Over Time. Fully Automated Glycosylated Hemoglobin Analyzer Which Is Capable Of Providing Accurate And Reliable Results In Less Than 3 Minutes. It Must Be Capable Of Batch Running, At Least 10 Samples Per Batch. Able To Pierce The Tube Caps Automatically. Error Flag Functions For Abnormal Results. Technical Characteristics Sample Type Sample Volume Whole Blood ≤ 10 Ul Principle Ion Exchange High Performance Liquid Chromatography Test Items Glycated And Non-glycated Hemoglobins In The Sample, And Figure Out %a1ab, %f, %la1c, %a1c And %a0 By The Area Ratio Of Peak Shape. Throughput At Least 25 Samples Per Hour Communication Connected To Lis/his Of The Laboratory (the Winning Supplier Will Shoulder The Connectivity Cost For The Laboratory Information System) Internal & External Barcode Scanner (with Built-in Barcode Reader) Memory Capacity At Least 800 Samples User Adjustable/other Technical Specs ● With At Least 10 Sample Holders For Batch Running ● Easy To Use, Simple And Menu Driven ● Touch Panel Display - Simple Touch Operation ● Barcodesample Id Recognition ● Two (2) Point Calibration By Calibrators ● Internal Printer: Prints Patient Results, Calibration Value And Quality Control Data ● Easy Maintenance. No Tool Required For Column And Filter Replacement. ● No. Of Test Done Before Column And Filter Replacement: A. Column - Not Less Than 1500 Test B. Filter - Not Less Than 400 Tests Physical/chemical Characteristics Components To Be Protected Against Fluid Ingress From Above Source. Machine Cover Can Be Opened For Repair And Maintenance Raw Materials High Standard Quality Materials. Utility Requirements Power Supply • Electrical Source Requirements: Voltage: 110 – 240v; 1 Phase • Protections Against Over-voltage And Over-current Line Conditions. • Ups Input Capacity: 1000va Input Voltage: 220/230/240v 1 Phase 50hz/60hz Output Socket: 4pcs With Back Up+ 4pcs Surge Only Transfer Time: Typical 2-6ms Waveform (batt. Mode) Simulated Sine Wave Battery Type: Sealed, Maintenance-free Lead Acid Typical Recharge Time: 6-8 Hours Protection: Automatic Self-test & Discharge Protection, Replace Battery Indicator • Backup Time: 6-30minutes (depending On Computer Load) Accessories, Consumables, Spare Parts, Other Components Accessories • 3 N 1 Printer • At Least 10 Sample Racks (as Applicable) Consumables / Reagents • Not More Than 4 Types Of Reagents • Two (2) Point Calibrators • Control (normal & Pathologic) • Starter Kits Equivalent 1,000 Test Training, Installation And Utilization Pre-installation Requirements Supplier To Perform Installation, Safety And Operation Checks Before Handover. Requirements For Commissioning Engineer And/or Representative From Biomed Of Caraga Regional Hospital And Medical Technologists To Affirm Completion Of Installation. Training Of User/s • Training Of Medical Technologists In Operation And Basic Maintenance Shall Be Provided. • Must Train Personnel Particularly From Biomed Of Caraga Regional Hospital For The Troubleshooting, Basic Maintenance And Repair Of The Machine. • Training Must Be Conducted By The Company Employed Technician And Must Ensure That Transfer Of Learning On The Technicalities Of Their Equipment Is Effectively Done Before Leaving It To The End User. 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. ● 5 Years For Preventive Maintenance And Calibration. ● Machine Calibration Must Be Perform Every 6 Months And Provides Certificate Of Calibration And Traceability Within The Warranty Period. ● Preventive Maintenance Visits By The Engineer/product Specialist Be Made Quarterly And As The News Arises. ● Technical Support Should Be Easily Accessed. ● The Winning Bidder Is Required To Promptly Address The End User’s News, Namely Regarding The Machine Condition To Maintain Uninterrupted Laboratory Operations. Documentation Documentation Requirements • User, Technical And Maintenance Manuals To Be Supplied In English Language. (hard And Soft Copy) • Provide Certificate Of Calibration Upon Delivery/installation. • List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance • List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. Certificate Of Calibration And Inspection To Be Provided. • Certificate Of Product Registration And/or Its Equivalent • Operator’s Manual, Work Instructions And Other Reference/s (hard And Soft Copy) Safety And Standards Risk Classification Environmental-friendly With Proper Waste Management International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada And Eu) Iso 14971:2007 Medical Devices -- Application Of Risk Management To Medical Devices Iec 60601-1:2012 Medical Electrical Equipment - Part 1: General Requirements For Basic Safety And Essential Performance Iec 60601-1-1:2000 Medical Electrical Equipment - Part 1-1: General Requirements For Safety - Collateral Standard: Safety Requirements For Medical Electrical Systems Iec 60601-1-2:2007 Medical Electrical Equipment - Part 1-2: General Requirements For Basic Safety And Essential Performance - Collateral Standard: Electromagnetic Compatibility - Requirements And Tests Regional / Local Standards Pass Fda Regulatory Requirement, Product Registration Certified Certificate Of Exclusive Distributorship Or Its Equivalent Delivery Period 90 Calendar Days Upon Receipt Of The Notice To Proceed Terms Of Payment Payment Upon Full Delivery, Installed, Tested, And Commissioned. Other Requirements Technician/engineer Assigned Must Be Employed By The Company For At Least 1 Year. Suppliers Must Have A Technical Support / Service Center Within The Caraga Region, Cebu City, Cdo Or Davao City Area With Support Facilities And Trained Personnel. Suppliers Must Ensure That The Transfer Of Learning On The Technicalities Of Their Equipment Is Effectively Done Before Leaving It To The End User. Post Qualification Must Be Willing To Send Demo Unit To Caraga Regional Hospital And/or Site Visit To 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.) 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 Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50% ) Of The Abc To Be Bid. Slcc Must Be Within 5 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 Implementing Rules And Regulations (irr) Of Republic Act (ra) 12009, Otherwise Known As The “new Government Procurement 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 March 11, 2025 To April 08, 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 March 20, 2025 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/84409545172?pwd=jchc4m6emnao75wuzx9mndxgegchpm.1 Meeting Id: 844 0954 5172 Passcode: 029432 Deadline Of Submission Of Bids April 08, 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 April 08, 2025 At 3:30 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/81703047451?pwd=0tl3vxlry5cbymeheqxl0zdcrxanyx.1 Meeting Id: 817 0304 7451 Passcode: 159331 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1nfdwwrv69cregrgaikquafwr-xy6en4c?usp=drive_link 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 Philippine 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 E. Other Documents Essential Documents Required By This Procuring Entity And Ra 9184 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 April 08, 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 April 08, 2025 At 3:30 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 Date8 Apr 2025
Tender AmountPHP 3.6 Million (USD 63.1 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. 2024-02-12 (01) Supply And Delivery Of Various Sutures Under Single-year Framework Agreement Approved Budget For The Contract: Php 18,993,947.40 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy2025 Raf / Gaa Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Eighteen Million Nine Hundred Ninety Three Nine Hundred Forty Seven Pesos And 40/100 Only As To Payment Under The Contract For Supply And Delivery Of Various Sutures Under Single-year Framework Agreement (early Procurement Activity). 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 Partial Bid Or Line Item Bid. Sequence No. Description Qty Unit Of Measurement Unit Cost Total Cost 1 Suture Silk 3.0 Braided, No Needle, Length 35cm, Ties, Braided, Non-absorbable, Radiation,long-term Wound Support ; Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 5 Doz 2,400.00 12,000.00 2 Suture Polypropylene 2-0 Round;1/20, Length70cm, Monofilament,ultra Sharp Non-absorbable,gas Eo(s), Needle Lenght 45mm,ss420,rc,long-term Wound Support ;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 41 Doz 5,500.00 225,500.00 3 Suture Polypropylene 4-0 With Cutting Needle,lenght 70cm, Monofilament, Ultra Sharp With Smooth Strand,non-absorbable,gas Eo(s) 17mm, Ss4310, Tc, Long-term Wound Support;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 9 Doz 2,800.00 25,200.00 4 Suture Chromic 3.0 Round Needle For Circumcision, Length75cm,seromucosa,absorbable,radiation,needle Length30mm,ultra Sharp With Smooth Strand,ss420,rb,long-term Wound Support; Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 60 Doz 6,000.00 360,000.00 5 Suture Polyglactin 0 Round, Length70cm, Braided, Absorbable, Eto-t.s.cycle,needle Length 40mm, Ss40,rb,ultra Sharp With Smooth Strand,outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 40 Doz 3,000.00 120,000.00 6 Suture Polyglactin 2.0 Cutting ,coated ; Ultra Sharp With Smooth Strand, 36mm 1/2c Tapercut Polyglactin 910 Rapide;undyed Braided Absorbable Suture;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 10 Doz 4,500.00 45,000.00 7 Suture Silk 0 Without Needle,length 35cm,ultra Sharp With Smooth Strand,ties,braided,non-absorbable,radiation,long-term Wound Support;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 5 Doz 2,400.00 12,000.00 8 Polypropylene Knitted Non-absorbable Mesh Undyed, Size 7.6cm X15xm, Ultra Sharp With Smooth Strand,category Hernia Mesh & Fixation, Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 5 Pcs 3,550.00 17,750.00 9 Suture Polyglactin 1 W/ Cutting Needle,length 90cm,dyed,braided,absorbable,eto-t.s,needle Length40mm, Ultrasharp,ss420, Rc,outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 10 Doz 4,368.00 43,680.00 10 Suture Polyprolene 0 Nylon W/round Needle/dozen, Ultra Sharp With Smooth Strand, Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 9 Doz 3,853.20 34,678.80 11 Suture Polypropylene 3-0 Reverse Cutting Suture 75cm Lenght,ultra Sharp With Smooth Strand, 30mm Needle Lenght; 3/8 Circle Reverse Cut; Blue Thread Color ,long-term Wound Support ; Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 90 Doz 5,555.55 499,999.50 12 Suture Polypropylene 3 With Cutting Needle,26 Mm 3/8c,reverse Cutting, 18"(45cm),monofilament,ultra Sharp With Smooth Strand,non-absorbable ,blue,long-term Wound Support ; Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 57 Box 5,120.00 291,840.00 13 Suture Nylon 10-0 Round, Monofilament, Ultra Sharp With Smooth Strand,non-absorbable,3/8 Circlemicropoint Spatula,needle Size 6.5mm Suture Length, Ultra Sharp,30cm,double-ended/suture Nylon10-0 Round,spatulated Micropoint, Double Armed Needle; Nylon Black Monofilament 10-0, 12inch/30cm, 1x12" Tg140-6 Double Armed, 12/box; Polyamide 6; Cutting Edge Spatula Reverse; Non-absorbable, Silver Color, Needle Length 6.5mm; 1 Strand Per Pack ; Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 60 Pcs 620 37,200.00 14 Suture Nylon 10-0 Cutting,spatulatedmicropoint,double Armed Needle; Ultra Sharp With Smooth Strand,nylon Black Monofilament10-0,12inch/30cm, 1x12"tg140-6doublearmed,12/box;polyamide 6;cutting Edge Spatula Reverse;non-absorbable, Silver Color, Needle Length 6.5mm; 1 Strand Per Pack ; Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 60 Pcs 620 37,200.00 15 Suture Polyglactin 2.0 Round,braided,absorbable,round 1/2 Circle Taper Point,needle Size 26mm,suture Length75cm,ultra Sharp,smooth Strand,antibacterial-coated;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 250 Doz 4,500.00 1,125,000.00 16 Suture Polyglactin 2.0 Cutting ,coated ; Ultra Sharp With Smooth Strand, 36mm 1/2c Tapercut Polyglactin 910 Rapide;undyed Braided Absorbable Suture;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 550 Doz 4,500.00 2,475,000.00 17 Suture Polyglactin 3.0 Cutting,braided,absorbable,cutting 1/2 Circle Taper Point,needle Size 26mm,suture Length 75mm, Ultra Sharp,smooth Strand Antibacterial-coated;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 20 Doz 4,500.00 90,000.00 18 Suture Polyglactin 3.0 Round,braided, Absorbable, Round 1/2 Circle Taper Point,needle Size 26mm,suture Length75mm,ultra Sharp, Smooth Strand,antibacterial-coated;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 16 Doz 4,500.00 72,000.00 19 Suture Polyglactin 4.0 Cutting, Braided, Absorbable, Cutting 3/8 Circle Reverse Cutting, Needle Size 19mm, Suture Length 45cm; Ultra Sharp,smooth Strand,outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 20 Doz 4,170.00 83,400.00 20 Suture Polyglactin 5.0 Cutting, 1/2 Circle Taper Point,needle Size 13mm, Suture Length 45mm; Ultra Sharp; Smooth Strand Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 3 Doz 4,500.00 13,500.00 21 Suture Polyglactin 5.0 Round,1/2 Circle Taper Point,needle Size 13mm,suture Length 45mm; Ultra Sharp; Smooth Strand,outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 3 Doz 4,500.00 13,500.00 22 Suture Polypropylene 4-0 Round;ps-2 19mm (45cm 45cm); Blue; 8682h W8015t;suture Monofilament, Ultra Sharp, Smooth Strand,non-absorbable;long-term Wound Support ; Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 18 Box 6,500.00 117,000.00 23 Suture Monofilament Polypropylene 6-0 With Round Body Needle, Double-armed;needle Curvature 1/2 Circle, Ultra Sharp,smooth Strand,sterilized By Ethylene Oxide Gas;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 28 Doz 13,000.00 364,000.00 24 Suture Chromic 2.0 Cutting Needle;suture,surgical Gut-chromic,reverse Cutting,cp-2 26mm 1/2c,27inch (70cm),size2-0.mfid:887h;blue Or Undyed,natural And Collagen, Ultra Sharp, Smooth Strand,suture Monofilament,absorbable; Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 30 Doz 3,800.00 114,000.00 25 Suture Polypropylene 0 Roundlength90cm,mitral Valve Annulas,monofilament,non-absorbable,gas Eo(s), Needlelength30mm,ss420,tc,long-term Wound Support,ultra Sharp,smoothstrand,outstanding Product Quality Assurance Evaluation By End User 50 Doz 5,500.00 275,000.00 26 Suture Polyglecaprone 1 Synthetic Monofilament Absorbable Suture, 90cm Suture Length 40mm Ct Needle, Ultra Sharp, Smooth Strand ;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 10 Doz 5,940.00 59,400.00 27 Suture Polyglecaprone 3.0 Synthetic Monofilament Absorbable Suture, 70cm Suture Length 26mm Sh Needle , Dyed, Ultra Sharp, Smooth Strand;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 10 Doz 5,746.80 57,468.00 28 Suture Polyprolene 5-0 Nylon W/ Cutting Needle/dozen, Length 70cm,dyed,monofilament, Non-absorbable,gas Eo(s),needle Length20mm, Ultra Sharp, Smooth Strand,ethalloy, Rb, Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 9 Doz 7,140.00 64,260.00 29 Suture Polypropylene 2-0 Cutting Suture 45cm Lenght;26mm Needle Lenght; 3/8 Circle Reverse Cut,ultra Sharp,smooth Strand,long-term Wound Support;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 31 Doz 5,500.00 170,500.00 30 Suture Silk 1.0 Without Needle,length 75cm, Ultra Sharp, Smooth Strand,rectraction, Braided, Non-absorbable,radiation,long-term Wound Support,outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 5 Doz 2,400.00 12,000.00 31 Suture Polypropylene 1 Round,length 100cm,mas Closure(muscle/sheath), Monofilament,non-absorbable,gas Eo (s), Needle Length 45mm, Ultra Sharp, Smooth Strand,ss420, Rc,long-term Wound Support;outstanding Product Quality Assuranceevaluation 30 Doz 5,500.00 165,000.00 32 Polypropylene, Monofilament Non-absorbable Needle Type Round 1/2 Circle Taper Point Needle Size 31mm Suture Size 2-0 Suture Length 75mm; Excellent Product Quality And Must Be Sharp, Smooth Strand 60 Box 500 30,000.00 33 Suture Polypropylene1cutting;length100cm,mas Closure(muscle / Sheath), Monofilament,non-absorbable,gaseo(s),needle Length 45mm,ss420,rc,long-term Wound Support; Ultra Sharp,smooth Strand Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 180 Doz 5,500.00 990,000.00 34 Polypropylene, Monofilament Non-absorbable Needle Type Round 1/2 Circle Taper Point Needle Size 13mm Suture Size 5-0 Suture Length 75mm Double-ended; Must Be Sharp,smooth Strand And Excellent Product Quality 60 Box 1,500.00 90,000.00 35 Polypropylene, Monofilament Non-absorbable Needle Type Round 1/2 Circle Taper Point Needle Size 22mm Suture Size 3-0 Suture Length 75mm; Excellent Product Quality; Must Be Sharp; Smooth Strand 180 Box 4,500.00 810,000.00 36 Suture Polypropylene 5-0 With Cutting Needle, Length 70cm, Monofilament, Ultra Sharp With Smooth Strand, Non-absorbable, Gas Eo(s), Ethiprime, Needle Lenght 12mm, Ethalloy, Rc, Long-term Wound Support;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 3 Doz 8,450.00 25,350.00 37 Poliglecaprone Monofilament Absorbable Needle Type Round 1/2 Circle Taper Point, Must Be Ultra Sharp With Smooth Strand, Needle Size 26mm Suture Size 2-0 Suture Length 90cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 5 Doz 5,000.00 25,000.00 38 Suture Polyglactin 1 W/ Round Needle , Ultra Sharp With Smooth Strand, 1/2 Circle Tapered Point, 70 Cm, Dyed, Braided, Absorbable, Eto-t.s. Cycle, Needle Length 40mm, Ss420, Rb, Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 10 Doz 4,368.00 43,680.00 39 Catgut Absorbable Needle Type Round 1/2 Ultra Sharp With Smooth Strand, Circle Taper Point Needle Size 37mm Suture Size 2-0 Suture Length 30cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 10 Doz 6,000.00 60,000.00 40 Poliglecaprone Monofilament Absorbable Ultra Sharp With Smooth Strand, Needle Type Cutting 3/8 Circle Reverse Cutting Needle Size 19mm Suture Size 4-0 Suture Length 45cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 5 Doz 5,000.00 25,000.00 41 Catgut Absorbable Needle Type Round 1/2 Ultra Sharp With Smooth Strand, Circle Taper Point Needle Size 37mm Suture Size 2-0 Suture Length 30cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 10 Doz 6,000.00 60,000.00 42 Nylon, Monofilament, Non-absorbable Needle Type Cutting 3/8 Circle Reverse Cutting Needle Size 26mm Must Be Ultra Sharp With Smooth Strand Suture Size 2-0 Suture Length 75cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 9 Box 7,440.00 66,960.00 43 Nylon, Monofilament, Non-absorbable Needle Type Cutting 3/8 Circle Reverse Cutting Needle Size 19mm Must Be Ultra Sharp With Smooth Strand Suture Size 3-0 Suture Length 75cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 9 Box 7,440.00 66,960.00 44 Nylon, Monofilament, Non-absorbable Needle Type Cutting 3/8 Circle Reverse Cutting Ultra Sharp With Smooth Strand Needle Size 16mm Suture Size 4-0 Suture Length 45cm ;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 9 Box 7,440.00 66,960.00 45 Nylon, Monofilament, Non-absorbable Needle Type Cutting 3/8 Circle Reverse Cutting, Ultra Sharp With Smooth Strand, Needle Size 13mm Suture Size 5-0 Suture Length 45cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 9 Box 7,440.00 66,960.00 46 Nylon, Monofilament, Non-absorbable Needle Type 3/8 Circle Micropoint Spatula Ultra Sharp With Smooth Strand Needle Size 6.5mm Suture Size 10-0 Suture Length 30cm Double-ended, Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 9 Box 7,440.00 66,960.00 47 Polyglactin, Braided, Absorbable Needle Type Round 1/2 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 36mm Suture Size1-0 Suture Length 90cm Brand Name Vicryl 1-0 Ct;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 48 Polyglactin, Braided, Absorbable Needle Type Round 1/2 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 36mm Suture Size 0 Suture Length 75-90cm Antibacterial-coated;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 49 Polyglactin, Braided, Absorbable Needle Type Round 5/8 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 26mm Suture Size 2-0 Suture Length 75cm Antibacterial-coated;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 50 Polyglactin, Braided, Absorbable Needle Type Round 1/2 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 17mm Suture Size 4-0 Suture Length 75cm Antibacterial-coated;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 51 Polyglactin, Braided, Absorbable Needle Type Round 5/8 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 26mm Suture Size 2-0 Suture Length 75cm Antibacterial-coated;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 52 Polyglactin, Braided, Absorbable Needle Type Round 1/2 Circle Taper Point Needle Size 22mm Suture Size 4-0 Suture Length 45cm Antibacterial-coated Ultra Sharp With Smooth Strand;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 53 Polyglactin, Braided, Absorbable Needle Type Cutting 3/8 Circle Reverse Cutting Ultra Sharp With Smooth Strand Needle Size 19mm Suture Size 4-0 Suture Length 45cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 54 Polyglactin, Braided, Absorbable Needle Type Round 1/2 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 13mm Suture Size 5-0 Suture Length 45cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 55 Polyglactin, Braided, Absorbable Needle Type 3/8 Circle Spatulated Ultra Sharp With Smooth Strand Needle Size 11mm Suture Size 6-0 Suture Length 45cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 56 Polyglactin, Braided, Absorbable Needle Type 3/8 Circle Micro-point Spatula Ultra Sharp With Smooth Strand Needle Size 6.5mm Suture Size 10-0 Suture Length 10cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 57 Polypropylene, Monofilament Non-absorbable Needle Type Round 1/2 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 20mm Suture Size 4-0 Suture Length 90cm Double-ended 180 Box 2,000.00 360,000.00 58 Silk, Braided, Non-absorbable Needle Type Round 1/2 Circle Taper Point Needle Size 31mm Suture Size 0 Suture Length 75cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 30 Box 9,000.00 270,000.00 59 Silk, Braided, Non-absorbable Needle Type Round 1/2 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 26mm Suture Size 2-0 Suture Length 75cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 60 Box 18,000.00 1,080,000.00 60 Silk, Braided, Non-absorbable Needle Type Cutting 3/8 Circle Reverse Cutting Ultra Sharp With Smooth Strand Needle Size 26mm Suture Size 2-0 Suture Length 45cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 60 Box 2,400.00 144,000.00 61 Silk, Braided, Non-absorbable Needle Type Round 1/2 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 26mm Suture Size 3-0 Suture Length 75cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 60 Box 18,000.00 1,080,000.00 62 Silk, Braided, Non-absorbable Needle Type Cutting 3/8 Circle Reverse Cutting Ultra Sharp With Smooth Strand Needle Size 19mm Suture Size 3-0 Suture Length 45cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 60 Box 2,400.00 144,000.00 63 Silk, Braided, Non-absorbable Needle Type Round 1/2 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 20mm Suture Size 4-0 Suture Length 75cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 30 Box 2,400.00 72,000.00 64 Silk, Braided, Non-absorbable Needle Type Cutting 3/8 Circle Reverse Cutting Ultra Sharp With Smooth Strand Needle Size 16mm Suture Size 6-0 Suture Length 45cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 240 Box 2,400.00 576,000.00 65 Polyglactin, Braided, Absorbable Needle Type Round 5/8 Circle Taper Point Needle Size 40mm Suture Size 0 Suture Length 75cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 66 Suture Silk 4-0 Without Needle, Length 75cm, Ultra Sharp With Smooth Strand,ties, Braided, Non-absorbbable, Radiation, Long-term Wound Support ; Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 5 Doz 2,400.00 12,000.00 67 Suture Polypropylene 3-0 With Round Needle,ultra Sharp With Smooth Strand, Length 70cm,monofilament, Non -absorbable, Gas Eo (s), Needle Lenght 22 Mm, Ss 420, Ct, Long-term Wound Support; Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 23 Doz 8,480.00 195,040.00 68 Nylon 6,0 Suture Usp, Length 45cm, Undyed, Braided, Absorbable, Eto-t.s. Cycle, Ethiprime, Needle Length 13mm, Ethalloy, Ct, Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality ; Made In Usa/china 10 Pcs 3,400.16 34,001.60 Terms Of Reference Terms Of Delivery: 15-20 Calendar Days Upon Receipt Of Call-off Delivery Schedule: End-user’s Demand Through Call-off This Procurement Is Under Framework Agreement -single Year Framework Agreement Expiration: Minimum Of Two (2) Years Expiry Upon Delivery Terms Of Payment. Payment Shall Be Made Upon Complete Delivery Per Call – Off. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. This Procurement Is A Partial Bid Or Line Item Bid. Bid Evaluation/post-qualification During The Evaluation And Post – Qualification Stage, The Twg And Bac Shall Consider The Previous Findings From The Product Quality Assurance Evaluation Report. This Includes Incorporating Assessments Of Product Quality, Performance And Suitability. During The Actual Product Sampling Evaluation, The Bidder’s Representative Shall Be Present. The Product Presented Should Demonstrate “excellent” Performance, As Defined By The Twg And The End-user Based On The Pqae. This “excellent” Mark Signifies That The Product Meets The Needs And Expectations Of Both Medical Experts And The End-user, As Determined Through The Actual Product Samples And Previous Performance Evaluation. In Addition To The Evaluation Process, A Product Demo Or Sample Is Strongly Recommended Particularly For Products That Are New, Unfamiliar To The Twg And End-user. The Bidder Shall Comply The Post-qualification Requirements Set By The Procuring Entity Especially During Product Demonstration Or Requiring For A Product Sample On A Given Schedule. Failure To Comply Shall Be Ground For Post-disqualification. The Procuring Entity Shall Require The Bidder To Deliver A Product Sample Or Demo To Caraga Regional Hospital Vicinity. Additionally, The Procuring Entity May Have Preferences Regarding How This Hospital Can Find Reliable And Easily Accessible Procedures During The Post-qualification Phase. Consequently, During This Phase, The Bidder Must Always Be Ready To Comply With Any Requirements Or Standards Made By The Procuring Entity. Validity Of The Contract / Contract Termination 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. Repeat Order: 1. No Repeat Order For An Item In Contract Being Awarded Shall Be Allowed Until After The Procuring Entity Has Exhausted The Estimated Quantity For The Same Item Specified Therein Or After The Contract Has Expired, Whichever Comes First, And Subject To The Conditions Provided In Section 51 Of Ra 9184 And Its Irr. For This Purpose, The Repeat Order Shall Be Availed Of Only Within Six (6) Months From The Date Of The Last Of Final Call-off. 2. In Case Repeat Order Is Allowed And Resorted To, The Twenty-five (25%) Maximum Allowable Quantity Shall Be Based On The Total Quantity Of Awarded Item. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. 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 Twenty Five Percent ( 25% ) 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 January 16, 2025 To February 12, 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 28, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/85094859247?pwd=dbihhx3ubayttyantc7eaez081wofi.1 Meeting Id: 850 9485 9247 Passcode: 513324 Deadline Of Submission Of Bids February 12, 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 12, 2025 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/88103458254?pwd=omscssurlykg9nnlrphc5371vpndn8.1 Meeting Id: 881 0345 8254 Passcode: 061156 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: 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 E. Framework Agreement Guidelines F. Framework Agreement Lists G. Other Documents Essential Documents Required By This Procuring Entity And Ra 9184 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 12, 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 12, 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 Date12 Feb 2025
Tender AmountPHP 18.9 Million (USD 327.3 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. This Solicitation 36c25925q0227 Is Issued As A Request For Quote (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Fy25.05a 02/28/2025, Fac 2025-03 01/17/2025. No Telephone Requests Will Be Accepted. Only Written Requests Received Directly From The Offeror Are Acceptable. The Associated North American Industry Classification System (naics) Code For This Procurement Is 811210, With A Small Business Size Standard Of $34 Million.
this Solicitation Is 100% Set-aside For Service-disabled Veteran-owned Small Businesses (sdvosbs). If Offeror Is A Gsa Schedule Holder, All Information Requested In This Notice Must Be Provided, Not Just The Offeror S Schedule Number.
the Following Is A List Of The Contract Line-item Numbers, Quantities And Units Of Measure.
clin
description
qty
unit
unit
cost
total Cost
0001
base Yr: 03/03/2025 - 03/02/2026
intellispace Essential Software Maint & Hardware Support - Cardiology Hemo Xper
1
year
$__________
$__________
0002
oy1: 03/03/2026 - 03/02/2027
intellispace Essential Software Maint & Hardware Support - Cardiology Hemo Xper
1
year
$__________
$__________
0003
oy2: 03/03/2027 - 03/02/2028
intellispace Essential Software Maint & Hardware Support - Cardiology Hemo Xper
1
year
$__________
$__________
0004
oy3: 03/03/2028 - 03/02/2029
intellispace Essential Software Maint & Hardware Support - Cardiology Hemo Xper
1
year
$__________
$__________
0005
oy4: 03/03/2029 - 03/02/2030
intellispace Essential Software Maint & Hardware Support - Cardiology Hemo Xper
1
year
$__________
$__________
total Cost All Clins: $___________________
statement Of Work (sow)
preventive Maintenance And Repair On
xper Software Maintenance
department Of Veterans Affairs (va)
veterans Health Administration (vha)
purpose:
veterans Affairs Requires A Contractor To Provide Software Maintenance With Hardware Support For Cardiology Intellispace Systems At The Oklahoma Va Health Care System. Services Are To Be Performed In Accordance With This Sow And To Oem Standards, With The Intent Of Ensuring The Equipment Operates As The Original Manufacturer Intended, Uninterrupted (95% Uptime), In A Cost-effective, Efficient Manner, Contributing To The Va Mission.
services Are Required On The Government-owned Systems Listed In This Sow For The Period Of Performance And At The Location Outlined In This Sow.
this Contract Will Be A Non-personal Services Contract. The Contractor, Its Employees, Agents And Subcontractors Shall Not Be Considered Government Employees For Any Purpose. Contractor Shall Furnish All Labor, Materials, Parts, Equipment, Tools, Transportation, And Supervision To Provide Services In Accordance With This Performance Work Statement (sow).
the C&a Requirements Do Not Apply, And A Security Accreditation Package Is Not Required.
period Of Performance: Refer To The Price/schedule Page Of This Document
location Of Performance: Refer To Page 1 Of This Document
background:
equipment: The Following Systems Of Equipment Will Require Services Under This Contract. This Includes Sub-systems, Components, Software, Hardware, And Parts.
equipment
description
brand & Model
original Equipment Manufacturer (oem)
serial Number
va
pmi Number
cardiology Software
intellispace Hemo Xper Software
philips
-
-
summary Of Requirements
contractor Shall Provide Oem-trained Technicians To Perform Oem-standard Services On Equipment In This Sow. Services On The Equipment Include Maintenance Support, Corrective Maintenance Repair, 24x7 Emergency Phone Support, Provision Of Parts, And Service And Modification As Required Due To Safety Or Reliability. All Oem Software Updates Shall Be Included.
tasks And Requirements
performance And Repairs: All Work Performed Shall Be In Accordance With Manufacturer S Specifications To Keep The Equipment In Operating Condition. Contractor Must Guarantee 95% Up Time For The Equipment. Contractor Shall Guarantee That All Equipment Covered By This Contract Shall Be In Optimum Working Condition At The Completion Of Each Contracted Period Of Performance. Contractor Will Make Every Attempt To Maintain And Repair Equipment On-site Within A Reasonable Time, Unless Local Environment Prohibits On-site Attendance. Failing This, Contractor Will Provide Substitute Equipment In The Event A Repair Continues Beyond The Reasonable Time Frame.
a Reasonable Time Frame Ensures The Va Mission Continues Uninterrupted With No Loss, Damage Or Suffering To Va Patients And Resources.
preventive Maintenance: Contractor Shall Provide Periodic Preventive Maintenance Service On Equipment Within The Interval(s) Set By The Oem (ie, Annual, Semi-annual, Quarterly), In Scheduled Month Of Each Contracted Period Of Performance, Including All Work Between Standard Business Hours, Weekend Hours, And Non-standard Hours, And Arranged Through The Cor. The Contractor Shall Work With The Cor, Surgery Service And Sterile Processing Service To Not Disrupt Patient Care By Scheduling Pm Visits In Advance. The Visits Will Include Equipment Verification By An Oem-trained Technician. Before The Expiration Of Each Period Of Performance, The Contractor Shall Provide The Cor With A Report Certifying The Equipment Listed In This Sow Has Been Calibrated To O.e.m. Standards Not Less Than Oem Recommended Interval(s) During The Contract Period. All Parts Shall Be O.e.m. Standard Or Certified.
service Call: Unscheduled Service Should Be Conducted At No Additional Cost During Standard Business Hours, Monday Through Friday, 8:00 Am 5:00 Pm. Non-emergency Service (machine Still Able To Run With No Increased Patient Risk) Should Be Available, With A Technician Onsite At Location, Within 48 Hours Notice From The Cor. If Support Call For Repair Service Is Deemed Mission-critical, Contractor Will Be On-site Performing Corrective Action Response To Service Calls Within 24 Hours Of Notice From Cor, Barring Special Circumstances. 24 Hour Service Call Center Support Should Be Available To Schedule Corrective Service Calls.
technical Phone Support Shall Be Available Weekdays From 7:00 Am 7:00 Pm At No Additional Charge.
software Updates: Contractor Shall Provide Any Software Updates, As They Become Available, For All Equipment, At No Additional Cost. All Software Changes Made Become The Property Of The Va.
help Desk Support: Contractor Shall Provide Emergency Telephone Support During Standard Business Hours, As A Minimum At No Additional Charge, With Phone Calls Returned No Later Than 2 Hours After A Voice Message Has Been Left By The Cor.
modifications: If Contractor Or External Hazard Assessment/notification By The Fda, Ncps, Or Ceosh Determines That A Modification Is Necessary To Address Safety Concerns Or Reliability, Installation And Modification Will Be Performed At No Additional Charge.
parts: As Part Of The Oem-standard Of Service Required On This Contract, Contractor Must Provide Unique And/or High Mortality Replacement Parts. All Parts Will Be O.e.m. Recommended Parts. Contractor Must Provide Repair Services On Batteries And Handpieces, At No Additional Cost To The Government. This Includes Provision Of Replacement/loaner Parts And Shipment Costs, Such As Loaner Handpieces. To Maintain Continuity Of Patient Care, Contractor Must Ship Replacement/loaner Handpieces Overnight To The Va Within 48 Hours Of Receipt Of Notice By The Va That A Hand Piece Needs To Be Repaired Due To Normal Wear And Tear. Once The Loaner Is Received By The Va, The Va Will Ship The Government-owned Hand Piece To The Contractor.
if The Government-owned Hand Piece Is Not Able To Be Repaired The Contractor Must Return The Broken Handpiece To The Va With Written Notification Of What Prevented The Repair And The Issues Causing The Part Not To Function The Way The Oem Intended.
if Any Contractor Personnel Performing Service On Site At The Va Brings Parts, Devices, Or Equipment That Have Serial Numbers And Will Be Used In Patient Care, These Items Must Be Checked In Upon Entry And Checked Out Upon Exiting The Va With Both Logistics And Biomed Departments.
shipment: Contractor Shall Be Responsible For Shipment Of Repair Parts And Substitute Equipment At No Expense To The Government, With Fob Destination Terms Applicable In These Circumstances, And In Favor Of The Va Medical Center At This Location. All Shipments, Labels, Invoices And Correspondence Related To This Contract Must Include The Contract Number And Marked Attn: Cor/local Va Poc [insert Individual Name] . Contractor Must Email The Local Va Poc Or Cor With Carrier And Tracking Information In Advance Of All Shipment Of Parts And Equipment So The Va May Be Prepared To Receive The Items And Track Them To Avoid Loss.
government Furnished Equipment / Property (gfe / Gfp)
government Property Is Any Real Property At The Vamc Accessed By The Contractor In The Performance Of Services In Accordance With The Sow.
condition Of Equipment
the Contractor Shall Accept Responsibility For The Equipment In "as Is" Condition. Failure To Inspect The Equipment Prior To Contract Award Shall Not Relieve The Contractor From Performance Of The Requirements Of This Contract.
storage
storage For Contractor Equipment Is Not Provided At The Vamc. The Contractor Is Responsible For The Security Of Its Equipment. The Government Is Not Responsible For The Security Of Contractor Equipment.
contractor Furnished Equipment / Property (cfe / Cfp)
service Manuals/tools/equipment
the Vamc Shall Not Provide Tools, (test) Equipment, Service Manuals Or Service Diagnostic Software To The Contractor. The Contractor Shall Obtain, Have On File, And Make Available To Its Fse's All Operational And Technical Documentation (such As; Operational And Service Manuals, Schematics, And Parts List) Which Are Necessary To Meet The Performance Requirements Of This Contract. The Location And Listing Of The Service Data Manuals, By Name And/or The Manuals Themselves Shall Be Provided To The Co Upon Request.
quality
conformance Standards
contractor Shall Ensure That Their Services, Staff And Equipment Used In The Performance Of This Contract Conform And Comply With The Latest Industry Service Standards, Information, Guidance, Regulations And Publications Of The Following:
aami-ansi St-79:2010 Part 7.7 Standards (servicing And Repairs Of Devices In The Health Care Facility). This Can Be Obtained At Http://www.aami.org/publications/standards/st79.html
iahcsmm - International Association Of Healthcare Central Service Materiel Management
us Fda Us Food And Drug Administration
cdc Centers For Disease Control And Prevention
cdrh Center For Devices And Radiological Health
iso (as A Minimum: Iso 9001:2008 Certification And Iso 13485:2003 Certification (medical Devices))
asq American Society For Quality
ul Underwriters Laboratories
osha Occupational Safety And Health Administration
safety
the Contractor Must Perform Services In Accordance With:
local, State And Federal Occupational Safety And Health Guidelines And Legislation, To Include Occupational Safety And Health Administration (osha), The American National Standards Institute (ansi) Safety Guidelines, And Any Va Medical Center Directives;
local, State And Federal Fire And Safety Legislation And Guidelines, To Include Va Medical Center Directives And Legislation On Fire And Safety;
all Other Conformance Standards Identified In This Sow
medical Center Policies
each Va Medical Center Has Policies That Are Updated From Time To Time. The Cor Can Provide More Detailed Information To The Contractor Of These Upon Commencement Of The Contract And Throughout The Term Of The Contract, As Needed, Especially Policies Regarding, Parking, Possession Of Weapons, Cell Phone Use And Photography As Well As Smoking On Va Property. Violations Of Such Policies May Result In Individual Fines Or Citation Answerable In The United States (federal) District Court.
remedy Or Rework
rework Or Remedy Is Defined As Performing The Service Again Until The Purpose Of This Sow Is Achieved In Full. This Involves Less Than Satisfactory Service By The Contractor And As Noted By The Cor.
rework Or Remedy Must Occur Within 3 Business Days Of The Notice Of The Rework Or Remedy Requirement From The Cor And At No Additional Cost To The Government.
inspection And Acceptance Of Services: The Government Reserves The Right To Inspect And Test Services In Accordance With This Sow And The Contract. The Only Individual Authorized To Officially Accept Services Is The Cor. While Inspection Of Services May Be Delegated By The Cor And A Shared Responsibility With Departmental Management Staff, The Cor Is Ultimately The Only Authorized Individual To Approve And Accept Services On Behalf Of The Va.
deliverables (refer Also To Technical Qualification And Contact Points For Additional Deliverables)
service Report (sr)
contractor Is Responsible For Providing Service Reports For Every Service. A Service Report Is Required For All:
outgoing Serviced Equipment With An Inventory Of All Equipment Collected By The Contractor,
And
incoming Serviced Equipment With An Inventory Of All Equipment Completely Serviced And Delivered By The Contractor And With The Service Report Provided To The Cor At The Time Of Delivery Of Serviced Equipment.
such Documentation Shall Meet The Guidelines As Set Forth In The Conformance Standards.
in Addition, Each Service Report Shall, At A Minimum, Document The Following Data Legibly And In Complete Detail:
name Of Contractor And Contract Number.
name Of Field Technician Who Performed Services.
contractor S Service Report Number/log Number.
date And Time (arrival And Departure) Of Field Technician On-site At Va Collecting And Delivering Equipment
va Purchase Order Number
description Of Problem Reported By Cor.
details Of Equipment Serviced:
equipment Set Numbers
device Name, Instrument Type
serial Number
any Other Manufacturer's Identification Numbers.
pmr And Service Description
total Itemized Cost Of All Parts And/or Services Provided
signatures:
field Technician Performing Services Described.
cor Acceptance Signature
invoices: The Contractor Must Include The Service Report Number On The Associated Invoice.
service Reports (engineers Service Report (esr) Or Service Report)
when The Service Is Completed, The Field Technician Shall Document Services Rendered On A Legible Service Report(s). During Check In/check Out Procedures With The Cor, The Field Technician Must Provide The Cor With The Service Report(s) For That Service Visit. Esr Can Be Submitted Electronically To The Cor, Not Exceeding 5mb In Size, Following Service Completion Yet Before The Technician Departs The Location To Ensure The Cor Has An Opportunity To Review And Provide An Acceptance Signature. All Service Reports Shall Be Submitted To The Cor For An "acceptance Signature". If The Cor Is Unavailable, A Signed Copy Of The Service Report Shall Be Sent To The Contractor After The Work Can Be Reviewed (if Requested Or Noted On The Service Report).
the Contractor Shall Immediately, But No Later Than 24 (twenty-four) Consecutive Hours After Discovery, Notify The Cor (in Writing) Of The Existence Or The Development Of Any Defects In The Equipment Submitted For Service Which The Contractor Considers He/she Is Not Responsible For Under The Terms Of The Contract And Where Replacement Is Recommended.
technical Qualifications And Personnel Standards
calibration Of Vendor S Equipment: Contractor Must Provide The Cor With Certification Attesting That All Gauging And Measurement Equipment Used To Check And Calibrate The Subject Items Of Equipment Has Been Calibrated Either According To The Manufacturer S Specifications Or Within The Last Twelve Months Against A Standard That Is Traceable To The National Bureau Of Standards.
contractor Must Provide The Cor And Contracting Office With Such Documentation, As A Minimum:
within 5 Business Days Of Contract Award,
within 5 Business Days After Renewal Or Extension Of Services In Accordance With, And If Permitted By Applicable Far Clause, And
In Advance Of Commencing Services On Equipment Identified In This Sow.
qualifications Of Contractor Oem-trained Technicians: Contractor Shall Document, In Writing, Their Experience In Working On The Identical Make And Model Equipment Listed In This Sow As Well As The Qualifications Of Individuals Who Will Work On The Equipment. Where The Sow Requires Oem-trained Technicians, Demonstration Of This Will Also Be Required In The Documentation.
contractor Must Provide The Cor And Contracting Office With Such Documentation, As A Minimum:
within 5 Business Days Of Contract Award,
within 5 Business Days After Renewal Or Extension Of Services In Accordance With, And If Permitted By Applicable Far Clause, And
immediately, When Previously Assigned Oem-trained Technicians Have Been Replaced,
And In Advance Of Commencing Services On Equipment Identified In This Sow.
the Contractor Shall Have Sufficient Staff To Satisfactorily Support This Contract, Including The Sow And Its Purpose. Contractor Staff Providing Services On This Contract Must Include A "fully Qualified" Filed Service Engineer (fse) And A "fully Qualified" Fse Who Shall Serve As The Backup.
"fully Qualified" Is Based Upon Training And On Experience In The Field. For Training, The Fse(s) Has Successfully Completed A Formalized Training Program, For The Equipment. For Field Experience, The Fse(s) Has A Minimum Of Two Years Of Experience (except For Equipment Newly On The Market) With Respect To Scheduled And Unscheduled Preventive And Remedial Maintenance Of The Equipment In This Contract
the Fses Shall Be Authorized By The Contractor To Perform The Maintenance Services. All Work Shall Be Performed By "fully Qualified" Competent Fses. The Contractor Shall Provide Written Assurance Of The Competency Of Their Personnel And A List Of Credentials Of Approved Fses For Each Make And Model The Contractor Services At The Vamc. The Co May Authenticate The Training Requirements, Request Training Certificates Or Credentials From The Contractor At Any Time For Any Personnel Who Are Servicing Or Installing Any Vamc Equipment. The Co And/or Cor Specifically Reserve The Right To Reject Any Of The Contractor's Personnel And Refuse Them Permission To Work On The Vamc Equipment.
if Subcontractor(s) Are Used, They Shall Be Approved By The Co Prior To Commencement Of Services. The Contractor Shall Submit Any Proposed Change In Subcontractor(s) To The Co For Approval/disapproval.
contractor Employee S On-site At Location: At All Times During Performance Of Services, In Accordance With This Sow, The Contractor Must Ensure Contractor Personnel:
be Able To Function Professionally Amongst The General Public In A Hospital And Health Care Environment. Where Possible, A Warm-natured And Humane Approach Is Preferred.
be Able To Read, Understand And Apply Printed Rules, Detailed Orders, And Instructions
be Familiar With And Compliant With This Sow And Contractual Requirements.
be Displaying Va Identification Badges And Contractor-issued Name Tags, Clearly Visible To The General Public
be Directly And Personally Escorted By The Contractor S On-site Supervisor When Contractor Personnel Are Not Displaying Va Identification Badges And Contractor-issued Name Tags
maintain A Neat, Clean, Professional Appearance
be Properly Attired In Contractor-issued Uniforms Which Clearly Display Contractor Branding, Keeping In Accordance With Vha Dress Policies.
compliant With Va Safety And Osha Regulations Throughout The Va Medical Center, As Well As Va Medical Center Policies.
compliant With Parking Requirements At The Vamc And Park Only In The Designated Parking Areas As Assigned By The Cor.
maintain Decorum At All Times. During The Performance Of Services Care And Consideration Must Be Given To Va Visitors And Staff. All Services Must Be Performed With Minimal Disturbance Or Hindrance To Va Medical Center Visitors And Staff, Specifically Maintaining The Requirements Identified In The Overview Of This Sow.
contractor Shall Not Be Considered Government Employees For Any Purpose.
Security Procedures And Operating Hours
check In/out Procedures
prior To Commencement Of Services, And When Visiting The Va Medical Center, The Contractor Or Contractor S Authorized Field Technician, Must Check In And Out With The Biomed Administrative Officer Located In The Basement At The Va Location, Room Be-100. Only Individual Va Biomedical Management Staff, As Delegated By The Cor, Can Coordinate Check In And Check Out Procedures For The Contractor In The Absence Of The Cor. Due To Heightened Security Requirements, The Contractor Or Their Authorized Service Representative Will Be Required To Wear An Id Badge Which Will Be Signed For Upon Arrival And Turned In When Leaving. All Badges Must Be Worn At Or Above The Waist And Facing Forward. This Badge Must Be Turned In Before Leaving The Premises; Otherwise The Person Signing For It Will Be Required To Pay For The Unreturned Id Badge.
standard Business Hours And Federal Holidays: Contract Performance Shall Occur During Standard Business Hours Unless Approved And Arranged Through The Cor. Standard Hospital Hours Are 8 Am To 5 Pm. Contractor Must Coordinate All Services With The Cor.
the Federal Government Observes The Following Days As Holidays.
new Year S Day
january 1st *
martin Luther King S Birthday
third Monday In January
presidents Day
third Monday In February
memorial Day
last Monday In May
juneteenth
june 19th *
independence Day
july 4th *
labor Day
first Monday In September
columbus Day
second Monday In October
veterans Day
november 11th *
thanksgiving Day
fourth Thursday In November
christmas Day
december 25th *
*holidays That Fall On Saturday Are Observed On The Preceding Friday. Holidays That Fall On Sunday Are Observed On The Following Monday.
in Addition To The Days Designated As Holidays, The Government Observes The Following Days:
any Other Day Designated By Federal Statute
any Other Day Designated By Executive Order
any Other Day Designated By The President Of The United States To Be A Federal Holiday
contractor Holidays Not Included In The Table Of Government Holidays Or Other Observation Days Listed Above Shall Not Be Considered Official Holidays And Shall Be Included In The Contract Performance As Standard Business Days For The Purposes Of Repairs And Maintenance.
contact Points
contractor Point Of Contact (poc)
the Contractor Shall Specify An Individual Who Shall Serve As A Single Point Of Contact For All Contract Issues (poc). Contractor Must Provide The Cor And Contracting Office With The Poc Contact Details, To Include Business Phone Number Or Cell Phone Number And Email, As A Minimum:
within 5 Business Days Of Contract Award,
within 5 Business Days After Renewal Or Extension Of Services In Accordance With, And If Permitted By Applicable Far Clause, And
within 5 Business Days Prior To A Change In The Poc By The Contractor.
the Poc Must Be Easily Accessible By Phone And Return Cor Calls Within 48 Hours Of A Voice Message Left By The Cor.
contracting Officer S Representative (cor)
upon Contract Commencement, The Contracting Officer Will Notify The Contractor In Writing As To The Cor Assigned To This Contract, And Upon Reassignment Of A New Cor, As Applicable. Contractor Shall Only Respond To Requests For Service From The Cor Or The Co. If Service Is Requested From Any Source, Other Than The Cor Or The Co, The Contractor Is To Advise The Individual Of This Requirement And Refuse To Respond. Any Billing Resulting From Unauthorized Service Will Not Be Paid By The Government. The Cor Will Evaluate The Contractor S Performance Through Review Of The Contractor S Quality Control Procedures In Accordance With This Contract And Sow.
authority Of The Cor
the Contracting Officer Is The Only Person Authorized To Approve Changes In Any Of The Requirements Of This Contract. In The Event The Contractor Affects Any Changes At The Direction Of Any Person Other Than The Contracting Officer, The Changes Will Be Considered To Have Been Made Without Authority And No Adjustment Will Be Made In The Contract Price Or Schedule To Cover Any Increase In Costs Incurred As A Result Thereof. The Contracting Officer Shall Be The Only Individual Authorized To Accept Nonconforming Work, Waive Any Requirement Of The Contract, And/or Modify Any Term Or Condition Of The Contract. The Contracting Officer Is The Only Individual Who Can Legally Obligate Government Funds. No Costs Chargeable To The Proposed Contract Can Be Incurred Before Receipt Of A Fully Executed Contract Or Specific Authorization From The Contracting Officer. Any Invoicing Or Charges Resulting From Unauthorized Service Will Not Be Paid By The Government.
government Alternate Points Of Contact (poc) Emergencies Only
the Cor Will Identify Alternate Points Of Contact (poc) To Be Used Only For Instances Of Emergencies When The Cor Is Not Easily Contactable. These Will Be Individuals In Supervisory Or Managerial Roles Within The Biomed Department. The Contractor Will Be Provided This Information Within 5 Days After Contract Award And Within 48 Hours Of A Change To This Information. An Alternate Poc Does Not Replace The Cor Nor Do They Replace The Contracting Officer During The Performance And Administration Of This Contract, Nor Does It Relinquish Or Diminish The Contractor S Requirements In Relation To The Performance Of This Contract.
liabilities And Insurances
protection From Damage
contractor Shall Provide All Labor, Materials, And Equipment Necessary For Protection Of Vamc Personnel, Furnishings, Equipment, And Buildings From Damage, And Shall Replace Or Repair Any Damage Due To Work Performed Under This Contract Equal To Its Original Construction And Finish.
liability Insurance
contractor Must Provide The Cor And The Co With Written Confirmation That Contractor Has Adequate Insurance Protection Against Negligent Work And Other Forms Of Liability.
definitions
acceptance Signature - Cor's Signature; Indicates Cor Accepts Work Status As Stated In Service Report.
contractor Employees Has The Same Meaning As Contractor Personnel
contractor Personnel - Has The Same Meaning As Contractor Employees
cor Contracting Officer S Representative
fda - Food And Drug Administration (u.s. Department Of Health And Human Services)
field Technician Or Field Service Engineer (fse) - A Person Who Is Authorized By The Contractor To Perform Pmr Services On Va Premises. Also Known As Technically Trained Personnel.
iso - International Organization For Standardization
labor Refer To Technically Trained Personnel, Also Field Technician
o.e.m. Or Oem Original Equipment Manufacturer. The Actual Manufacturer And Point Of Origin Of The Equipment. The Oem Provides Schematics And Standards For Maintenance And Repair Of The Equipment And Equipment Shall Be Maintained In Accordance With These Practices. The Oem Is Identified In The Background Section Of This Sow.
oem-trained Technicians Means Contractor Technicians (technically Trained Personnel, Fse, Field Technicians), Be They Oem Or Third Party Provided, Who Are Formally Trained To Oem Standards To Satisfactorily Perform Services On Equipment In This Sow. Where Oem-trained Technicians Are Required In The Sow It Means That Services Are To Be Performed At No Less Than This Criteria, For The Period Of Performance At The Location, To Ensure The Sow Purpose Is Met In Order To Avoid Future Equipment Breakdowns Or Malfunctions Which Could Lead To The Va Being Accused Of Malpractice Or Negligence. This Assists The Va In Meeting Its Mission.
original Equipment Manufacturer - Oem
osha Occupational Safety And Health Administration
pmi - Preventive Maintenance Inspection
service Report - A Documentation Of The Services Rendered For Each Incidence Of Work Performance Under The Terms And Conditions Of The Contract.
services Includes Preventive Maintenance And Repair For Equipment And Components Listed In This Sow And In Accordance With This Sow
sr Service Report
technically Trained Personnel Are Personnel And/or Employees Who Shall Be Suitably Knowledgeable In The Field Related To The Services In This Sow In Order To Satisfactorily Perform Services In Accordance With The Sow. The Contractor Shall Provide Personnel Experienced And Qualified To Perform The Required Services In Accordance With Industry Practices And Standards. Also Known As Field Technician Or Field Service Engineer (fse). For Example, This Could Mean German-trained Technicians, Certified Technicians Etc. Technically Trained Personnel Are Also Known As Contractor Personnel Or Contractor Employees Or Technicians.
vamc Veterans Affairs Medical Center
the Provision At Far 52.212-1, Instruction To Offerors -- Commercial Products And Commercial Services (sep 2023), Applies To This Acquisition With The Following Addendum:
far 52.204-7, System For Award Management (oct 2018);
far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020);
far 52.216-1, Type Of Contract (apr 1984): The Government Anticipates The Awarding Of A Single Firm-fixed Price Definitized Contract To Fulfill This Requirement.
the Provision At Far 52.212-2, Evaluation -- Commercial Items (nov 2021), Applies To This Acquisition. (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:
contract Award Will Be Made Based On The Solicitation Response That Represents The Best Value To The Government Using A Contracting Officer S Comparative Analysis. Since The Contracting Officer Is Considering Price And Other Factors, The Co May Award To Other Than The Lowest-priced Offer. The Information Below Explains The Evaluation Approach:
the Contracting Officer Will Make A Comparative Analysis Of All Offers Against The Solicitation, Using The Following Factors To Decide Which Offer(s) Represent The Best Value To The Government:
factor 1: Technical Ability
the Offer Shall Be Evaluated On The Conformance To The Requirements Listed In The Statement Of Work. The Offeror Shall Submit A Technical Narrative, That Describes The Means And Methods Of Successfully Performing All Work Detailed In The Sow, To Include The Personnel Being Proposed To Perform The Work. Narrative Should Demonstrate That Offeror Possesses A Clear Understanding Of The Requirements In The Sow. Any Training Certifications For The Repair Of Said Equipment Should Be Provided With Quote.
factor 2: Past Performance
offeror Shall Provide No More Than Three References Of Relatively The Same Size And Complexity. Include The Following Information For Each Contract: Name And Address Of Contracting Activity (company Name), Contract Number, Type Of Contract, Total Contract Amount, And Status, Date Of Award And Completion, Description And Location Of Contract Work, List Of Major Subcontractors If Any, Contracting Officer Or Individual Responsible For Signing The Contract, And Their Telephone And Fax Number, And The Cor S/administrator S Name, Telephone And Fax Numbers. Offerors May Provide Information On Problems Encountered On Identified Contracts And The Offeror S Corrective Action. Searches In Cpars (contractor Performance Assessment Reporting System), As Well As Past Performance Questionnaires May Be Utilized.
factor 3: Price Offerors Shall Provide One Copy Of The Fully Completed Price Schedule In The Format Listed Above. Proposed Prices Will Be Evaluated For Realism And Reasonableness.
the Comparative Analysis Method Will Be Used To Evaluate Offers. Offers Will Be Evaluated To Determine Which Offer Provides The Overall Best Value To The Government, All Factors Considered.
(b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).
(c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer S Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. (end Of Provision)
a Completed Copy Of The Provision At Far 52.212-3, Offeror Representations And Certifications Commercial Products And Commercial Services (may 2024) Shall Be Submitted With The Offer.
the Clause At Far 52.212-4 Contract Terms And Conditions-commercial Products And Services (nov 2023), Applies To This Acquisition, With The Following Addendum:
far 52.204-9, Personal Identity Verification Of Contractor Personnel (jan 2011);
far 52.204-13, System For Award Management Maintenance (oct 2018);
far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020);
far 52.217-8 Option To Extend Services (nov 1999) The Government May Require Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Rates May Be Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. The Option Provision May Be Exercised More Than Once, But The Total Extension Of Performance Hereunder Shall Not Exceed 6â months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within Fifteen (15) Days Of The Expiration Date Of The Current Contract Period.
for The Purposes Of The Award Of This Contract, The Government Intends To Evaluate The Option To Extend Services Under Far 52.217-8 As Follows:
the Evaluation Will Consider The Possibility That The Option Can Be Exercised At Any Time, And Can Be Exercised In Increments Of One To Six Months, But Not For More Than A Total Of Six Months During The Life Of The Contract.â The Evaluation Will Assume That The Prices For Any Option Exercised Under Far 52.217-8 Will Be At The Same Rates As Those In Effect Under The Contract At The Time The Option Is Exercised.â The Evaluation Will Therefore Assume That The Addition Of The Price Or Prices Of Any Possible Extension Or Extensions Under Far 52.217-8 To The Total Price For The Basic Requirement And The Total Price For The Priced Options Has The Same Effect On The Total Price Of All Quotes Relative To Each Other, And Will Not Affect The Ranking Of Quotes Based On Price, Unless, After Reviewing The Quotes, The Government Determines That There Is A Basis For Finding Otherwise.â This Evaluation Will Not Obligate The Government To Exercise Any Option Under Far 52.217-8. The `specified' Rates Under This Clause Will Be Those Rates In Effect Under The Contract Each Time An Option Is Exercised Under This Clause. (end Of Clause)
far 52.223-6 Drug-free Workplace (may 2001);
far 52.223-99 Ensuring Adequate Covid-19 Safety Protocols For Federal Contractors (deviation)
far 52.228-5 Insurance Work On A Government Installation (jan 1997);
cl 120 - Supplemental Insurance Requirements: In Accordance With Far 28.307-2 And Far 52.228-5, The Following Minimum Coverage Shall Apply To This Contract:
(a) Workers' Compensation And Employers Liability: Contractors Are Required To Comply With Applicable Federal And State Workers' Compensation And Occupational Disease Statutes. If Occupational Diseases Are Not Compensable Under Those Statutes, They Shall Be Covered Under The Employer's Liability Section Of The Insurance Policy, Except When Contract Operations Are So Commingled With A Contractor's Commercial Operations That It Would Not Be Practical To Require This Coverage. Employer's Liability Coverage Of At Least $100,000 Is Required, Except In States With Exclusive Or Monopolistic Funds That Do Not Permit Workers' Compensation To Be Written By Private Carriers.
(b) General Liability: $500,000.00 Per Occurrences.
(c) Automobile Liability: $200,000.00 Per Person; $500,000.00 Per Occurrence And $20,000.00 Property Damage.
(d) The Successful Bidder Must Present To The Contracting Officer, Prior To Award, Evidence Of General Liability Insurance Without Any Exclusionary Clauses For Asbestos That Would Void The General Liability Coverage. (end Of Clause)
far 52.237-2, Protection Of Government Buildings, Equipment, And Vegetation (apr 1984);
far 52.237-3, Continuity Of Services (jan 1991);
vaar 852.203-70, Commercial Advertising (may 2008);
vaar 852.219-10 Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside. (nov 2020) (deviation);
vaar 852.204-70 Personal Identity Verification Of Contractor Personnel (may 2020)
vaar 852.219-74, Limitations On Subcontracting Monitoring And Compliance (jul 2018) (deviation)
(a) This Solicitation Includes Vaar 852.219-10, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside.
(b) Accordingly, This Contract Is Subject To The Limitation On Subcontracting Requirements In 13 Cfr 125.6, Or The Limitations On Subcontracting Requirements In The Far Clause, As Applicable. The Contractor Is Advised That In Performing Contract Administration Functions, The Contracting Officer May Use The Services Of A Support Contractor(s) Retained By Va To Assist In Assessing The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirements Specified In The Clause. To That End, The Support Contractor(s) May Require Access To Contractor's Offices Where The Contractor's Business Records Or Other Proprietary Data Are Retained And To Review Such Business Records Regarding The Contractor's Compliance With This Requirement.
(c) All Support Contractors Conducting This Review On Behalf Of Va Will Be Required To Sign An Information Protection And Non-disclosure And Disclosure Of Conflicts Of Interest Agreement To Ensure The Contractor's Business Records Or Other Proprietary Data Reviewed Or Obtained In The Course Of Assisting The Contracting Officer In Assessing The Contractor For Compliance Are Protected To Ensure Information Or Data Is Not Improperly Disclosed Or Other Impropriety Occurs.
(d) Furthermore, If Va Determines Any Services The Support Contractor(s) Will Perform In Assessing Compliance Are Advisory And Assistance Services As Defined In Far 2.101, Definitions, The Support Contractor(s) Must Also Enter Into An Agreement With The Contractor To Protect Proprietary Information As Required By Far 9.505-4, Obtaining Access To Proprietary Information, Paragraph (b). The Contractor Is Required To Cooperate Fully And Make Available Any Records As May Be Required To Enable The Contracting Officer To Assess The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirement. (end Of Clause)
vaar 852.219-77 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction.
as Prescribed In 819.7009(c) Insert The Following Clause:
va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (sep 2021) (deviation)
(a) Pursuant To 38 U.s.c. 8127(k)(2), The Offeror Certifies That
(1) If Awarded A Contract (see Far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows: [contracting Officer Check The Appropriate Box Below Based On The Predominant Naics Code Assigned To The Instant Acquisition As Set Forth In Far 19.102.]
(i) [ ] Services. In The Case Of A Contract For Services (except Construction), The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-10 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Other Direct Costs May Be Excluded To The Extent They Are Not The Principal Purpose Of The Acquisition And Small Business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6.
(ii) [ ] General Construction. In The Case Of A Contract For General Construction, The Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-10 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 85% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted.
(iii) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, The Contractor Will Not Pay More Than 75% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-10 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Subcontractor Further Subcontracts Will Count Towards The 75% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted.
(2) The Offeror Acknowledges That This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States. The Offeror Further Acknowledges That This Certification Is Subject To Title 18, United States Code, Section 1001, And, As Such, A False, Fictitious, Or Fraudulent Certification May Render The Offeror Subject To Criminal, Civil, Or Administrative Penalties, Including Prosecution.
(3) If Va Determines That An Sdvosb/vosb Awarded A Contract Pursuant To 38 U.s.c. 8127 Did Not Act In Good Faith, Such Sdvosb/vosb Shall Be Subject To Any Or All Of The Following:
(i) Referral To The Va Suspension And Debarment Committee;
(ii) A Fine Under Section 16(g)(1) Of The Small Business Act (15 U.s.c. 645(g)(1)); And
(iii) Prosecution For Violating Section 1001 Of Title 18.
(b) The Offeror Represents And Understands That By Submission Of Its Offer And Award Of A Contract It May Be Required To Provide Copies Of Documents Or Records To Va That Va May Review To Determine Whether The Offeror Complied With The Limitations On Subcontracting Requirement Specified In The Contract. The Contracting Officer May, At Their Discretion, Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During Performance And Upon Completion Of A Contract If The Information Regarding Such Compliance Is Not Already Available To The Contracting Officer. Evidence Of Compliance Includes, But Is Not Limited To, Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed.
(c) The Offeror Further Agrees To Cooperate Fully And Make Available Any Documents Or Records As May Be Required To Enable Va To Determine Compliance With The Limitations On Subcontracting Requirement. The Offeror Understands That Failure To Provide Documents As Requested By Va May Result In Remedial Action As The Government Deems Appropriate.
(d) Offeror Completed Certification/fill-in Required. The Formal Certification Must Be Completed, Signed, And Returned With The Offeror S Bid, Quotation, Or Quote. The Government Will Not Consider Offers For Award From Offerors That Do Not Provide The Certification, And All Such Responses Will Be Deemed Ineligible For Evaluation And Award.
certification:
i Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Specified In This Clause And In The Resultant Contract. I Further Certify That I Am Authorized To Execute This Certification On Behalf Of [insert Name Of Offeror].
printed Name Of Signee: _________________________________
printed Title Of Signee: ________________________________
signature: ______________________________________________
date: ___________________________________________________
company Name And Address: _______________________________
(end Of Clause)
vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018);
vaar, 852.270-1 Representatives Of Contracting Officers (jan 2008).
the Clause At Far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (may 2022) Applies To This Acquisition Including The Following Clauses:
far 52.204-10 Reporting Executive Compensation & First-tier Subcontract Awards (jun 2020);
far 52.209-6 Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 2021);
far 52.219-28, Post Award Small Business Program Rerepresentation (sep 2021);
far 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020);
far 52.222-3, Convict Labor (august 2003);
far 52.222-21, Prohibition Of Segregated Facilities (apr 2015);
far 52.222-26, Equal Opportunity (sep 2016);
far 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020);
far 52.222-40, Notice Of Employees Rights Under The National Labor Relations Act (dec 2010);
far 52.222-50, Combating Trafficking In Persons (nov 2021);
far 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020);
far 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021);
far 52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018);
afar 52.222-41 Service Contract Labor Standards (aug 2018);
far 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014);
far 52.222-55 Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022);
far 52.222-62 Paid Sick Leave Under Executive Order 13706 (jan 2022)
any Questions Regarding This Solicitation Must Be Submitted In Writing To The Contracting Officer No Later Than 12:00 P.m. Mt, Wednesday, February 19, 2025. All Responses To Questions Received Will Be Posted To The Contracting Opportunities Website Via An Amendment.
Closing Date14 Apr 2025
Tender AmountRefer Documents
NATIONAL HIGHWAY TRAFFIC SAFETY ADMINISTRATION USA Tender
Civil And Construction...+1Others
Corrigendum : Closing Date Modified
United States
Details: *** Amendment 1, Extension Of Solicitation ***
*provide Responses To Questions And Supporting Documents Concerning This Project Prior To Close Of Solicitation This Evening!
this Solicitation Is Hereby Extended To Provide Responses To Technical Questions Received For Which The Gov't Response Will Be Provided By C.o.b. (tomorrow) January 14, 2025; Proposals Will Then Be Due By 4:00p.m. Est On Tuesday, January 21st, 2025.
**please Read This Notice Carefully As It Constitutes The Only Notice That Will Be Issued**
a. Far 12.603 Streamlined Solicitation For Commercial Products Or Commercial Services
this Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued.
the Request For Proposal (rfp) Number For This Project Is 693jj925r000012. The Resultant Contract Award Will Be Performed At The Office Of Vehicle Safety Compliance’s (ovsc’s) San Angelo Test Facility (satf) Located On The Grounds Of Goodfellow Air Force Base (gafb) In San Angelo, Tx. The Contract Type Will Be Firm Fixed-price.
the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Fac Number 2025-01 With The Effective Date Of 11/12/2024.
the North American Industrial Classification System (naics) Code For This Procurement Is 237310 “highway, Street, And Bridge Construction” -, With A Small Business Size Standard Of $45,000,000.00. The Product Service Code For This Procurement Is Y1lb “construction Of Highways, Roads, Streets, Bridges, And Railways”. This Solicitation Is Not Set-aside For Small Businesses.
contract Price.
b. Price Schedule
b.1 Base Period Of Performance:
total Price Shall Cover The Performance Period From The Effective Date Of Award Through Twenty-four (24) Months Thereafter.
from: 01/xx/2025 To: 01/xx/2026
base Period, Contract Price: $tbd
line Item Number
item Description
qty
unit
unit
price
total Extended Price
0001
resurface Utqg Standards Traction Asphalt Test Surface
1
lot
-
$tbd
total Contract Firm Fixed-price
$tbd
statement Of Work (sow)
c. Description/specifications/ Statement Of Work
c.1 Background
the National Highway Traffic Safety Administration (nhtsa) Has A Need To Resurface The Asphalt Test Surface Portion Of The Traction Grading Test Track Used To Perform Testing In Accordance With The Uniform Tire Quality Grading System (utqgs) At The Office Of Vehicle Safety Compliance’s (ovsc’s) San Angelo Test Facility (satf) Located On The Grounds Of Goodfellow Air Force Base (gafb) In San Angelo, Texas (tx). The Asphalt Test Surface Was Last Resurfaced In September 2013. The Test Surface Is Used By Ovsc To Perform Traction Testing For Enforcement Of The Utqg Consumer Information Program. The Test Surface Is Also Used By Outside Entities To Perform Traction Testing.
the Utqg Traction Test Measures The Slide Friction Coefficient Of Tires Using A Tire Traction Skid Trailer At A Test Speed Of 40 Miles Per Hour (mph). The Allowable Surface Coefficient Range Per 49 C.f.r. § 575.104 Is 0.50 ± 0.10. This Value Is Measured Using The American Society For Testing And Materials (astm) E 501 Tire With A Test Load Of 1,085lbs And An Onboard Watering System With An Output Of Approximately 4.0 Gpm Per Wetted Inch Of Nozzle Width.
c.2 Contract Objectives
the Objective Of This Contract Is To Replace The Asphalt Utqg Traction Test Surface Located At The Satf Located On Gafb In San Angelo, Tx With A Durable Surface That Meets The Tire Test Surfaces Specified In 49 C.f.r. § 575.104.
this May Include, But Is Not Limited To, Identifying A Suitable Replacement Asphalt Mix With Test Strips, Removing The Existing Surface, Placing A New Asphalt Surface, And Re-painting The Required Lines.
the Purpose Of The New Test Surface Is To Satisfy The Government’s Need To Have A Nhtsa Traction Asphalt Test Surface Located At Its San Angelo Test Facility (satf) Located On The Grounds Of Goodfellow Air Force Base (gafb) In San Angelo, Texas (tx).
the Intended Use Of The Test Surface That Is To Be Provided To The Government Is To Conduct Compliance Testing For Tire Traction Ratings, Which Require A Surface That Is Within The Uniform Tire Quality Grading System (utqgs) Allowable Surface Friction Range And Possesses The Quality, Durability, And Smoothness Needed For Traction Testing.
all Work Completed Must Be In Compliance With All Applicable Rules And Regulations Of Gafb.
c.3 General Requirements
phase One (1) Test Stripe Surface Application
the Contractor Shall Schedule All Work Under This Contract With The Contracting Officer’s Representative (cor).
the Contractor Shall Identify A Suitable Asphalt Mix Design Through The Placement And Evaluation Of A Test Strip, Removing The Existing Test Surface (if Required), Replacing The Test Surface, And Ensuring Smooth Transitions To And From The Test Surface, To Include Painting Of The Completed Test Surface. The Contractor Shall Meet All Work Requirements For Gafb Including Certain Requirements And Approvals That Must Be Met And/or Obtained Prior To The Start Of Work By The Contractor.
the Contractor Shall Be Responsible For The Following:
c.3.1 The Contractor, Inclusive Of Contractor Personnel And Subcontractors Supporting This Project On-site At The Satf, Must Meet All Air Force Base (afb) Security Requirements. This Will Include Background And Verification Checks Required Prior To Base Access. The General Requirements May Be Found At: Https://www.goodfellow.af.mil/home/visitor-control-center-gate-information/
the Contractor Must Provide A List Of All Personnel Who Will Be Accessing The Base And All Required Information To Include The Following: (full Name, Date Of Birth, Driver’s License No. W/state Of Issuance, And Last Four (4) Of Ssn) To The Cor For The Contractor Personnel To Gain Approval To Access The Base. This Process Can Take Between 2-4 Weeks To Complete From The Time The List Is Submitted. This List Must Be Provided To The Cor Via Email Within 1 Month Of The Completion Of The Kick-off Meeting.
c.3.2 The Contractor Must Meet All Other Afb Requirements That Are In Effect At And During Time Of Project, Including But Not Limited To, Obtaining Environmental Approval For All Materials Required To Complete The Project.
c.3.3 The Contractor Shall Ensure That Its Equipment And Operations Does Not Interfere With Afb Operations At Any Time During Project.
c.3.4 Parking On Turf Or Base Roads Is Not Permitted Without Prior Approval From The Cor.
c.3.5 All Equipment, (e.g., Vehicles) Shall Pass Through An Inspection Station When Accessing The Afb Or Whenever Entering The Afb Located At:
4368 S Chadbourne St.
san Angelo, Tx
76905
note: The Inspection Station Is Located At The South Gate, Near The Visitor’s Center Entrance To The Base.
c.3.6 Upon Completion Of The Project The Contractor Shall Perform Cleanup Of Debris From All Work Areas. The Contractor Shall Collect All Trash, Debris, Refuse, Garbage, Etc., That Is Generated, And Place It In Appropriate Containers Or Vehicles As Directed By The Cor. The Contractor Shall Haul Materials From The Site By Appropriate Means As Needed. The Contractor Shall Ensure Proper Disposal Of Materials Outside The Limits Of Government Property. The Contractor Shall Ensure That Disposal By Recycling, Sanitary Landfill Or Other Approved Methods Conforms To All Local, State, And Federal Guidelines, Criteria, And Regulations. Upon Completion Of The Work, The Contractor Shall Leave The Work Site And Any Storage Area(s) In A Clean, Neat, And Orderly Condition As Determined By The Cor. The Cor Will Inspect The Work Site, Prior To The Contractor’s Final Departure From The Site, To Confirm That The Work Site Is In A Satisfactory Condition.
c.3.7 The Contractor Shall Comply With All Occupational Safety And Health Administration (osha) Regulations While Executing Contract Activities.
c.3.8 The Contractor Shall Comply And Ensure That All Subcontractors, If Any, Comply With All Applicable Federal, State, And Local Laws, Regulations, Ordinances, And Standards Related To Any Environmental Matters. The Contractor Shall Also Comply And Ensure That All Subcontractors, If Any, Comply With All Specific Instructions Or Directions Provided To The Contractor By Goodfellow Afb Regarding Any Environmental Or Safety Matters.
c.3.9 The Contractor Shall Execute The Work For This Project In The Best And Most Competent Manner, By Qualified And Efficient Contractor Personnel, Skilled In Their Respective Trades. The Contractor Shall Coordinate And Perform All Operations In A Manner That Will Result In A Professional And Expeditiously Completed Project. The Contractor Shall Conduct The Work In Strict Accordance With Prevailing Industry Standards And Manufacturer’s Instructions. The Contractor Shall Ensure That The Work And Materials Comply With Industry Best Practices For Quality And Technical/performance Requirements For This Project As Described Herein And (the Resultant Contract Award) For All Applicable Criteria, Regulations, Guidelines, And Codes, All Of Which Are Made A Part Thereof.
c.3.10 Normal Working Hours For Satf Personnel Are Monday Through Friday Between The Hours Of 7:00 A.m. And 4:00 P.m. Excluding Saturdays, Sundays, And Federal Holidays. If Noncontractor Personnel (e.g. Federal Or Nhtsa Contractor Personnel) Are Reasonably Available, The Contracting Officer May Authorize The Contractor To Perform Work During Periods Other Than The Normal Tour Of Duty For Work Hours/days.
c.4 Test Surface Specific Requirements
c.4.1 Kick-off Meeting
within Two (2) Weeks Of The Effective Date Of The Contract, The Contractor Shall Participate In A Kick-off Meeting With The Contracting Officer’s Representative (cor), Contracting Officer (co), And Other Nhtsa Staff. The Kickoff Meeting Will Take Place Via Teleconference And Will Be Approximately Two Hours In Length. The Contractor Shall Make A Brief Presentation Of Their Understanding Of The Contract Requirements. After The Presentation, The Parties Shall Discuss Basic Contract Requirements, Including The Schedule For Evaluations And Operational Procedures. Washington, Dc, Based Nhtsa Staff May Join Via Teleconference For These Discussions.
c.4.2 The Contractor Shall Clean And Remove All Grass, Weeds, Debris, And Soil From Cracks In The Asphalt Test Surface Prior To Beginning Paving.
c.4.3 The Contractor Shall Remove The Existing Surface; Or Subject To Cor Approval Repair The Existing Asphalt Test Surface With A Suitable Crack Sealant.
c.4.4 The Contractor Shall Design An Asphalt Mix That They Believe Is Capable Of Meeting The Required Performance Characteristics Detailed In Section C.4.6 Prior To Applying The Test Strip.
the Contractor Shall Prepare And Install An Initial Test Strip Before Installing The Full Asphalt Test Surface. The Contractor Shall Place A Test Strip That Is 10 Feet Wide And 150 Feet Long In The Shoulder Area Adjacent To The Asphalt Test Surface. The Purpose Of The Test Strip Is To Demonstrate The Wet Traction Coefficient Of Friction And Durability Of The Asphalt Mix Design. Alternatively, The Contractor May Place A Test Strip Of The Proposed Asphalt Mix Design At Satf Or Another Location (upon Approval By The Government And Within A 150-mile Radius Of Satf), So That Satf Personnel Can Access And Evaluate The Test Strip In A Manner Consistent With The Location At Satf.
the Government Will Burnish And Test The Surface For Wet Traction Coefficient Of Friction And Durability.
2) The Government Will Discuss The Results Of The Testing With The Contractor.
if An Additional Test Strip Is Required; The Following Procedure Will Be Followed:
the Contractor Shall Then Adjust The Asphalt Mix Design As Required To Meet The Friction Coefficient And Durability Requirements And Install Another Complete Asphalt Test Strip In The Same General Area As The Previous One; As Described In Paragraph (c.4.4.a, Above). The Contract Will Require Successful Paving Of At Least One Test Strip That Meets The Required Wet Traction Coefficient Of Friction And Desired Durability Prior To Receipt Of Approval By The Co In Order To Move Onto Phase 2 For Paving Of The Full Asphalt Test Surface.
once The Government Determines That The Test Strip Meets Durability And Skid Coefficient Requirements, The Contractor Will Be Notified By The Co That It May Proceed To The Task Detailed At C.4.5 Below.
phase Two (2) Full Asphalt Test Surface Application
c.4.5 The Contractor Shall Provide A Surface Within The Target Range For The Wet Slide Coefficient Of Friction Of 0.55µ To 0.62µ After Curing And The Government Has Burnished The Surface. The Coefficient Of Friction Will Be Measure By The Government Using The Utqg Traction Test Procedure And An Astm E 501 Tire.
c.4.6 Additional Construction Requirements
a. The Contractor Shall Prepare And Install An Asphalt And Aggregate Seal Coat Overlay On The Entire Test Surface And Shoulders, 1000 Feet Long And 104 Feet Wide, That Will Serve In Part As A Moisture Barrier.
b. The Test Procedure Requires A Traction Testing Apparatus Consisting Of A Pickup Truck And Instrumented Trailer To Travel At A Steady Speed Of 40 Mph. The Contractor Shall Construct The New Asphalt Test Surface In A Way That Allows For A Very Smooth Transition From The Oval Track Road To The Test Surface With No Perceptible Impact To The Driver And Enough Distance For The Vertical Loads To Settle Out Of The Suspension Prior To Reaching The First Test Location. The Contractor Shall Ensure The Exit Ramp Of The Test Surface Meets The Same Requirements. The Contractor Shall Ensure That The Surface Transition Is Smooth From Both Directions In The Event That Traffic Flow Is Reversed.
c. The Contractor Shall Ensure That The Final Test Surface Is Smooth And Free Of Bumps, Divots, Or Any Other Surface Disturbances. These Things Will Cause Transient Disturbances In Traction Testing Data Which Will Increase Test Variability And Produce Bad Data.
d. The Contractor Shall Ensure That There Are No Foreign Objects Purposefully Or Accidentally Left In The Test Surface. The Contractor Shall Ensure That The Surface Is A Smooth, Finished, Homogenous, Asphalt Surface.
e. The Contractor Shall Ensure That There Are No Longitudinal Or Horizontal Cracks In The Final Test Surface. The Contractor Shall Ensure That The Construction Seams Between Asphalt Lays Are Minimal With No Vertical Difference Between Lays.
f. The Contractor Shall Ensure That The Final Density Is Such That The Surface Can Support The Static And Dynamic Loads Of The Trailer Traction Testing Apparatus For The Extent Of The Test Surface Life Without Rutting.
c.4.7 At Transition Areas Between The Test Surface And The Non-test Surface, The Contractor Must Provide:
a. Butt Joints To Transition To And From Asphalt Test Areas To Ensure Structural Integrity And Smooth Transition To The Asphalt Roadway Surface.
b. Provide A Smooth Transition Between The Test Surface And The Non-test Surface, Such That, The Driver Of An Instrumented Skid Trailer Driving Over The Transition Area Will Not Feel A Bump And The Data Acquisition System Will Not Be Affected As The Various Axles Pass Over The Transition Area.
c. Two Full-width, Ramp-like Surface Grades Of 100 Feet Length Each. The Contractor Shall Ensure That Each Grading Has A Gradual Height Transition From The Original Non-test Asphalt Surface With Overlay To The Existing Concrete Test Surface.
c.4.8 The Contractor Shall Paint New Lane Stripes On The New Test Surface That Duplicate The Color, Width And Length Of The Old Lane Stripes, I.e., Alternating Yellow And White Stripes, 10 Feet Long, Beginning 10 Feet Prior To Entering Skid Pad Test Surface From Both Directions And A Lateral Midpoint Stripe.
c.4.9 The Government Will Evaluate The Completed Test Surface And Provide Final Acceptance To The Contractor. The Government Will Provide Final Acceptance Within Two (2) Months Of The Completion Of The Lane Stripes Being Completed.
c.4.10 The Contractor Shall Provide All Quality Assurance Or Quality Control Data And Documentation For Any Of The Materials And Test Surface Along With The Final Mix Design To The Cor. These Documents Must Be Provided Within 3 Weeks Of The Government’s Final Acceptance Of The Completed Test Surface.
c.5 Proprietary Or Confidential Information
consistent With The Data Rights Clause In Section (viii) Below Of This Agreement, The Contractor May Identify Any Proprietary Or Any Confidential Data Or Information Needed In The Performance Of The Contract. The Contractor Must Comply With The Data Rights Clause In This Agreement To Notify And Identify The Data Or Information With Limited Rights. The Government Can Assist The Contractor To Identify Limited Rights Data Consistent With The Data Rights Clause.
delivery Date, Acceptance (f.o.b. Destination)
date Of Delivery
the Period Of Performance For This Contract Shall Be Twelve (12) Months From Date Of Award. (dates Tbd)
place Of Delivery
department Of Transportation
national Highway Traffic Safety Administration
office Of Vehicle Safety (nef-220)
131 Comanche Trail Building 3527
goodfellow Afb, Texas 76908
contracting Officer’s Representative (cor) – Tbd
alternate Contracting Officer’s Representative (acor) – Tbd
inspection:
inspection And Acceptance
far 52.252-2 Clauses Incorporated By Reference (feb 1998)
this Solicitation Incorporates One Or More Clauses By Reference, With The Same Force And
effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make
their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At
this/these Address(es): Www.acquisition.gov/far
note: Those Clauses Marked With An “x” Are Hereby Incorporated By Reference.
applicable
“x”
far Clause Number
far Clause Title
(thru Fac 2005-99)
x
52.246-4
inspection Of Services—fixed-price (aug 1996)
inspection And/or Acceptance
the Cor As Designated In This Effort Shall Be Responsible For Performing The Inspection Of All Services Rendered Under This Award And For Recommending Acceptance Of Replacement/correction Of Services Or Materials That Fail To Meet The Requirements To The Contracting Officer.
the Cor Will Also Be Responsible To The Contracting Officer For Recommending Acceptance Or Replacement/correction Of Nonconforming Supplies Or Services That Fail To Meet The Requirements.
rejection Of A Final Report Will Delay Final Payment Of Costs Due Under The Effort. The Most Common Causes For Rejecting Final Reports Are:
incomplete Description Of The Work Objective And Its Relationship To Other Work Performed In The Area.
inadequate Description Of Methodology
insufficient Or Inconsistent Technical Information To Support The Findings Or Conclusions.
poorly Conceived Graphs, Charts, And Displays.
incorrect Spelling And Grammar
agency Personnel Responsible For Inspection
the Contracting Officer’s Representative (cor) As Designated In This Effort, Will Be Responsible For Performing The Inspection Of All Services Rendered Under This Award And For Recommending Acceptance Or Replacement/correction Of Services Or Materials That Fail To Meet The Requirements To The Contracting Officer.
milestones And Deliverables:
deliverables/milestones
the Following Milestones And Deliverables Apply To This Contract And Are Considered Critical To The Successful Completion Of The Project.
item No.
section
deliverable (d) /milestone (m)
estimated Timeline
1
c.4.1
(phase 1)
kickoff Meeting (m)
within Two (2) Weeks After Contract Award (aca)
2
c.3.1
contractor Submits Personnel List With Required Information For Base Security Checks (d)
within One (1) Month Of Item 1
3
c.3.1
personnel List Is Approved (m)
typically 2-4 Weeks From Item 2 Completion
4
c.4.4
contractor And Cor Determine Test Strip Start Date (m)
tbd
5
c.4.4
contractor Places Test Strip (d)
tbd
6
c.4.4.a.1
satf Completes Evaluation Of Test Strip (m)
within 2 Months Of Item 5 Completion
7
c.4.4.a.2
satf Discusses Test Strip Results With Contractor (m)
within 1 Week Of Item 6 Completion
8
c.4.4.b.1
(retest; If Required)
contractor Places Additional Test Strip (d)
if Applicable
9
c.4.4.a.1
(retest; If Required) Satf Completes Evaluation Of Additional Test Strip (m)
within 2 Months Of Item 8 Completion
10
c.4.4.b.2
satf Approves Mix Design (m)
within One (1) Week Of Identifying A Test Strip That Meets The Performance Criteria
11
c.4.5
(phase 2 Begins) Upon Approval
contractor Places Full Test Surface (d)
tbd
12
c.4.8
contractor Paints Test Surface (d)
tbd
13
c.4.9
satf Accepts Final Test Surface (m)
within Two (2) Months Of Item 12 Completion
14
c.4.10
contractor Provides Satf With All Qa/qc Data And Final Mix Design (d)
within Three (3) Weeks Of Item 13 Completion
payment Schedule:
Contract Payment Schedule
the Following Payment Schedule Is Hereby Incorporated And Applicable To All Payments To Be Made Under This Contract.
payment Schedule
task #
task Order Payment Schedule Milestones
percentage Of Total Price
c.4.1
kickoff Meeting
1%
c.4.4.b.2
test Strip Meets Skid Coefficient Requirements
20%
c.4.7
full Asphalt Test Surface
45%
c.4.7 & C.4.8
non-test Surface & Painting
24%
c.4.10
qa/qc Data And Final Mix Design
10%
100%
total Firm Fixed-price Amount
$tbd
far 52.212-1 -- Instructions To Offerors-commercial Products And Commercial Services (sep 2023) Is Applicable To This Solicitation.
Additional Clauses Incorporated By Reference (feb 1998)
Far Clauses Incorporated By Reference
this Solicitation And Any Resulting Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officerwill Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This Address: Www.acquisition.gov/far
fac Number: 2025-01
effective Date: 11-12-2024
52.202-1 Definitions (jun 2020)
52.203-3 Gratuities (apr 1984)
52.203-5 Covenant Against Contingent Fees (may 2014)
52.203-6 Restrictions Of Subcontractor Sales To The Government (jun 2020)
52.203-7 Anti-kickback Procedures (jun 2020)
52.203-8 Cancellation, Recission, And Recovery Of Funds For Illegal Or Improper Activity (may 2014)
52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity (may 2014)
52.203-12 Limitation On Payments To Influence Certain Federal Transactions (jun 2020)
52.204-4 Printed Or Copied Double-sided On Postconsumer Fiber Content Paper (may 2011)
52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020)
52.204-18 Commercial And Government Entity Code Maintenance (aug 2020)
52-209-6 Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 2021)
52.209-9 Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018)
52.213-1 Fast Payment Procedure (may 2006)
52.215-2 Audit And Records-negotiation (jun 2020)
52.215-8 Order Of Precedence-uniform Contract Format (oct 1997)
52.215-11 Price Reductions For Defective Certified Cost Or Pricing Data-modifications (jun 2020)
52.215-13 Subcontractor Certified Cost Or Pricing Data-modifications (jun 2020)
52.215-14 Integrity Of Unit Prices (nov 2021)
52.215-23 Limitations On Pass-through Charges (jun 2020)
52.216-7 Allowable Cost And Payment (aug 2018)
52.222-2 Payment For Overtime Premiums (july 1990)
52.222-3 Convict Labor (jun 2003)
52.222-21 Prohibition Of Segregated Facilities (apr 2015)
52.222-26 Equal Opportunity (sept 2016)
52.222-35 Equal Opportunity For Veterans (jun 2020)
52.222-36 Equal Opportunity For Workers With Disabilities (jun 2020)
52.222-37 Employment Reports On Veterans (jun 2020)
52.222-38 Compliance With Veterans’ Employment Reporting Requirements (feb 2016)
52.222-40 Notification Of Employee Rights Under The National Labor Relations Act (dec 2010)
52.222-50 Combating Trafficking In Persons (nov 2021)
52.222-54 Employment Eligibility Verification (may 2022)
52.223-6 Drug-free Workplace (may 2001)
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020)
52.225-1 Buy American-supplies (oct 2022)
52.225-3 Buy American-free Trade Agreements-israeli Trade Act (nov 2023)
52.225-13 Restrictions On Certain Foreign Purchases (feb 2021)
52.227-1 Authorization And Consent (jun 2020)
52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement (jun 2020)
52.227-3 Patent Indemnity (apr 1984)
52.227-14 Rights In Data-general (may 2014), (alternate I) (dec 2007), And (alternate Ii) (dec 2007)
52.227-16 Additional Data Requirements (june 1987)
52.227-17 Rights In Date-special Works (dec 2007)
52.228-7 Insurance-liability To Third Persons (mar 1996)
52.230-2 Cost Accounting Standards (jun 2020)
52.230-3 Disclosure And Consistency Of Cost Accounting Practices (jun 2020)
52.230-6 Administration Of Cost Accounting Standards (june 2010)
52.232-17 Interest (may 2014)
52.232-20 Limitation Of Cost (apr 1984)
52.232-22 Limitation Of Funds (apr 1984)
52.232-23 Assignment Of Claims (may 2014)
52.232-25 Prompt Payment (jan 2017) Alternate I (feb 2002)
52.232-33 Payment By Electronic Funds Transfer-system For Award Management (oct 2018)
52.232-34 Payment By Electronic Funds Transfer-other Than System For Award Management (jul 2013)
52.232-39 Unenforceability Of Unauthorized Obligations (jun 2013)
52.232-40 Providing Accelerated Payments To Small Business Subcontractors (mar 2023)
52.233-1 Disputes (may 2014) Alternate I (dec 1991)
52.233-3 Protest After Award (aug 1996) Alternate I (jun 1985)
52.233-4 Applicable Law For Breach Of Contract Claim (oct 2004)
52.237-3 Continuity Of Services (jan 1991)
52.242-1 Notice Of Intent To Disallow Costs (apr 1984)
52.242-3 Penalties For Unallowable Costs (dec 2022)
52.242-4 Certification Of Final Indirect Costs (jan 1997)
52.242-13 Bankruptcy (july 1995)
52.243-2 Changes-cost-reimbursement (aug 1987) Alternate Ii (apr 1984)
52.244-2 Subcontracts (jun 2020) Alternate I (jun 2020)
52.244-5 Competition In Subcontracting (aug 2024)
52.245-1 Government Property (sep 2021) Alternate I (apr 2012)
52.245-2 Government Property Installation Operation Services (apr 2012)
52.245-9 Use And Charges (apr 2012)
52.246-1 Contractor Inspection Requirements (apr 1984)
52.246-25 Limitation Of Liability-services (feb 1997)
52.247-29 F.o.b. Origin (feb 2006)
52.247-34 F.o.b. Destination (jan 1991)
52.249-6 Termination (cost-reimbursement) (may 2004)
52.249-14 Excusable Delays (apr 1984)
52.251-1 Government Supply Sources (apr 2012)
52.253-1 Computer Generated Forms (jan 1991)
Federal Acquisition Regulation (far) Clauses Provided In Full Text
this Contract Incorporates The Following Federal Acquisition Regulation Clauses Provided In Full Text:
Far 52.204-27 - Prohibition On A Bytedance Covered Application (jun 2023)
(a) Definitions. As Used In This Clause—
covered Application Means The Social Networking Service Tiktok Or Any Successor Application Or Service Developed Or Provided By Bytedance Limited Or An Entity Owned By Bytedance Limited.
information Technology, As Defined In 40 U.s.c. 11101(6)—
(1) Means Any Equipment Or Interconnected System Or Subsystem Of Equipment, Used In The Automatic Acquisition, Storage, Analysis, Evaluation, Manipulation, Management, Movement, Control, Display, Switching, Interchange, Transmission, Or Reception Of Data Or Information By The Executive Agency, If The Equipment Is Used By The Executive Agency Directly Or Is Used By A Contractor Under A Contract With The Executive Agency That Requires The Use—
(i) Of That Equipment; Or
(ii) Of That Equipment To A Significant Extent In The Performance Of A Service Or The Furnishing Of A Product;
(2) Includes Computers, Ancillary Equipment (including Imaging Peripherals, Input, Output, And Storage Devices Necessary For Security And Surveillance), Peripheral Equipment Designed To Be Controlled By The Central Processing Unit Of A Computer, Software, Firmware And Similar Procedures, Services (including Support Services), And Related Resources; But
(3) Does Not Include Any Equipment Acquired By A Federal Contractor Incidental To A Federal Contract.
(b) Prohibition. Section 102 Of Division R Of The Consolidated Appropriations Act, 2023 (pub. L. 117-328), The No Tiktok On Government Devices Act, And Its Implementing Guidance Under Office Of Management And Budget (omb) Memorandum M-23-13, Dated February 27, 2023, “no Tiktok On Government Devices” Implementation Guidance, Collectively Prohibit The Presence Or Use Of A Covered Application On Executive Agency Information Technology, Including Certain Equipment Used By Federal Contractors. The Contractor Is Prohibited From Having Or Using A Covered Application On Any Information Technology Owned Or Managed By The Government, Or On Any Information Technology Used Or Provided By The Contractor Under This Contract, Including Equipment Provided By The Contractor’s Employees; However, This Prohibition Does Not Apply If The Contracting Officer Provides Written Notification To The Contractor That An Exception Has Been Granted In Accordance With Omb Memorandum M-23-13.
(c) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (c), In All Subcontracts, Including Subcontracts For The Acquisition Of Commercial Products Or Commercial Services.
(end Of Clause)
far 52.223-99 – Ensuring Adequate Covid-19 Safety Protocols For Federal Contractors (oct 2021) (deviation 2022-01)
(a) Definition. As Used In This Clause -
united States Or Its Outlying Areas Means—
(1) The Fifty States;
(2) The District Of Columbia;
(3) The Commonwealths Of Puerto Rico And The Northern Mariana Islands;
(4) The Territories Of American Samoa, Guam, And The United States Virgin Islands; And
(5) The Minor Outlying Islands Of Baker Island, Howland Island, Jarvis Island, Johnston Atoll, Kingman Reef, Midway Islands, Navassa Island, Palmyra Atoll, And Wake Atoll.
(b) Authority. This Clause Implements Executive Order 14042, Ensuring Adequate Covid Safety Protocols For Federal Contractors, Dated September 9, 2021 (published In The Federal Register On September 14, 2021, 86 Fr 50985).
(c) Compliance. The Contractor Shall Comply With All Guidance, Including Guidance Conveyed Through Frequently Asked Questions, As Amended During The Performance Of This Contract, For Contractor Or Subcontractor Workplace Locations Published By The Safer Federal Workforce Task Force (task Force Guidance) At Https:/www.saferfederalworkforce.gov/contractors/.
(d) Subcontracts. The Contractor Shall Include The Substance Of This Clause, Including This Paragraph (d), In Subcontracts At Any Tier That Exceed The Simplified Acquisition Threshold, As Defined In Federal Acquisition Regulation 2.101 On The Date Of Subcontract Award, And Are For Services, Including Construction, Performed In Whole Or In Part Within The United States Or Its Outlying Areas.
(end Of Clause)
the Government Will Take No Action To Enforce The Clause Implementing Requirements Of Executive Order 14042, Absent Further Written Notice From The Agency, Where The Place Of Performance Identified In The Contract Is In A U.s. State Or Outlying Area Subject To A Court Order Prohibiting The Application Of Requirements Pursuant To The Executive Order (hereinafter, “excluded State Or Outlying Area”). In All Other Circumstances, The Government Will Enforce The Clause, Except For Contractor Employees Who Perform Substantial Work On Or In Connection With A Covered Contract In An Excluded State Or Outlying Area, Or In A Covered Contractor Workplace Located In An Excluded State Or Outlying Area. A Current List Of Such Excluded States And Outlying Areas Is Maintained At Https://www.saferfederalworkforce.gov/contractors/.
department Of Transportation Acquisition Regulation (tar) Clauses Incorporated By Reference
this Contract Incorporates The Following Transportation Acquisition Regulation Clauses (tar) By Reference (with The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make The Full Text Available.
1252.237-70 Qualifications Of Contractor Employees (nov 2022)
1252.237-72 Prohibition On Advertising (nov 2022)
1252.239-70 Security Requirements For Unclassified Information Technology Resources (nov 2022)
1252.239-71 Information Technology Security Plan And Accreditation (nov 2022)
1252.239-72 Compliance With Safeguarding Dot Sensitive Data Controls (nov 2022)
1252.239-73 Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information (nov 2022)
1252.239-74 Safeguarding Dot Sensitive Data And Cyber Incident Reporting
(nov 2022)
1252.239-75 Dot Protection Of Information About Individuals, Pii, And Privacy Risk Management Requirements (nov 2022)
1252.239-91 Records Management (nov 2022)
1252.239-92 Information And Communication Technology Accessibility Notice
(nov 2022)
1252.239-93 Information And Communication Technology Accessibility (nov 2022)
1252.242-71 Contractor Testimony (nov 2022)
1252.242-72 Dissemination Of Information (nov 2022)
1252.242-74 Contract Audit Support (nov 2022)
department Of Transportation Acquisition Regulation (tar) Clauses Incorporated In Full Text
tar 1252.223-73 Seat Belt Use Policies And Programs (nov 2022)
in Accordance With Executive Order 13043, Increasing Seat Belt Use In The United States, Dated April 16, 1997, The Contractor Is Encouraged To Adopt And Enforce On-the-job Seat Belt Use Policies And Programs For Its Employees When Operating Company-owned, Rented, Or Personally-owned Vehicles. The National Highway Traffic Safety Administration (nhtsa) Is Responsible For Providing Leadership And Guidance In Support Of This Presidential Initiative. For Information On How To Implement Such A Program Or For Statistics On The Potential Benefits And Cost-savings To Your Company Or Organization, Please Visit The Click It Or Ticket Seat Belt Safety Section Of Nhtsa’s Website Athttps://www.nhtsa.gov/campaign/click-it-or-ticke And Https://www.nhtsa.gov/risky-driving/seat-belts.
(end Of Clause)
far 52.212-2 - Evaluation-commercial Products And Commercial Services (nov 2021)
Section L - Notice To Offerors
1) The Government Intends To Award A Firm Fixed-price Contract To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:
evaluation Factors Listed In Descending Order Of Importance:
factor 1 Technical Approach And Project Planning
factor 2 Corporate Experience And Past Performance
factor 3 Personnel Qualifications
factor 4 Price
evaluation Factors 1-3, When Combined, Are More Important Than Price.
2) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
l.1- Technical Approach And Project Planning
the Proposed Technical Approach Shall Demonstrate The Objectives, Methods, Services, And Products Associated With Completing The Work Requirements Stated In This Solicitation. This Should Also Include An Explanation Of The Processes In Place For Monitoring The Quality Of Work And Materials Used For The Asphalt Test Surface Project.
additionally, The Offeror Shall Provide A Written Plan For The Proposed Project Schedule To Include The Anticipated Number Of Days After Contract Award To Begin Preparatory Work, Which Includes A Visit By The Project Manager/construction Supervisor To Goodfellow Air Force Base (gafb) To Obtain Approvals From Different Gafb Departments. The Offeror Shall Include The Estimated Amount Of Time For Preparatory Work, To Include, But Not Limited To; An Estimate Of Time After Security Vetting To Begin Work; An Estimate Of Time For The Placement Of A Test Strip; And An Estimate Of Time For The Placement Of The Full Test Surface And Painting Once The Mix Has Been Approved.
offerors Shall Develop The Performance Work Statement/statement Of Work (i.e. Offeror’s Solution) For Accomplishing The Objectives Of The Solicitation. Offerors Shall Develop The Performance Metrics And A Measurement Plan, And A Quality Assurance Plan For Accomplishing The Objectives Of The Solicitation.
l.2- Corporate Experience And Past Performance
the Offeror Shall Provide A List Of Past Projects That It Has Completed That Are Similar To The Project Described In This Solicitation. In Doing So, The Offeror Shall Provide:
customer Name
customer Contact Information
description Of The Project Requirements
contract Timeline And Schedule Variance
total Contract Value.
contract Number (if Federal Government Entity)
the Offeror Shall Also Provide Information On Any Contracts That Have Been Terminated For Default Or Convenience And Explain The Circumstances That Resulted In Those Decisions.
l.3- Personnel Qualifications
the Offeror Shall Provide Resumes For Personnel Proposed To Support This Project. Resumes Are Limited To 1 Page. At A Minimum, The Offeror Shall Provide Resumes For The Management Team, Project Manager, Project Engineer, And Construction Supervisor (or Similar Categories). The Resumes Shall Discuss Personnel Experience Related To Performing The Following Work:
asphalt Mix Design;
construction Of Traction Test Surfaces In General;
utqg Traction Test Surfaces Specifically; And
construction On Gafb Or Experience With Work On Military Bases.
l.4- Price/cost Proposal
the Price/cost Proposal Shall Be Inclusive Of All Prices/costs Necessary To Complete All Aspects Of The Statement Of Work.
**note**
a Site Visit To The Satf May Be Required After Contract Award For Afb Coordination Purposes. Site Visits Will Be Made Through Appointment Only With The Facility Manager/cor And The Contracting Officer.
Section M - Evlaution Factors For Award
m.1 Technical Approach And Project Planning (see L.1 For Instructions)
offerors Will Be Evaluated To Determine The Reasonableness, Completeness, Clarity, And Feasibility Of Their Approach To Carrying Out The Work Described In The Solicitation Regarding:
meeting The Required Traction Coefficient Target;
meeting The Test Surface Durability Requirements;
constructing The Surface To Meet The Ride And Smoothness Requirements;
executing A Quality Assurance/quality Control Program To Ensure The Surface Meets All Of The Requirements In The Statement Of Work; And
plan And Execute The Project Schedule.
m.2 Corporate Experience And Past Performance (see L.2 For Instructions)
offerors Will Be Evaluated To Determine:
the Ability Of The Offeror To Complete Projects Of Similar Technical Complexity.
the Offeror’s Ability To Meet Project Schedules, Milestones, And Deliverables.
the Ability Offeror To Complete Work On An Us Air Force Base.
in Addition, The Amount Of Experience Conducting Similar Work Will Be Considered.
m.3 Personnel Qualifications (see L.3 For Instructions)
offerors Will Be Evaluated On The Experience And Abilities Of The Proposed Professional And Technical Personnel. Offerors Will Be Evaluated On The Sufficiency Of The Experience And Technical Background Of The Proposed Staff To Ensure The Successful Completion Of Project.
m.4 Cost Evaluation Calculation
the Cost Proposal Will Be Evaluated For Reasonableness. Reasonableness Determinations May Be Made By Comparing Proposed Prices With The Independent Government Cost Estimate (igce), And By Comparing Proposed Prices With Prices Obtained Through Market Research For The Same Or Similar Items And Services.
for The Purpose Of Evaluating The Estimated Total Cost Proposed By Each Offeror, And For Establishing The Ceiling Amounts Of This Contract, Offerors Shall Complete Section (v) Contract Price, B.1 And Provide Supporting Documentation For All Proposed Costs.
m.4.1 Price Realism
offerors Are Placed On Notice That Any Proposal That Is Unrealistic In Terms Of Technical Commitment Or Unrealistically Low In Cost And/or Price Will Be Deemed Reflective Of An Inherent Lack Of Technical Competence Or Indicative Of Failure To Comprehend The Complexity And Risk Of Contract Requirements, And May Be Grounds For Rejection Of The Proposal.
m.4.2 Price Reasonableness
reasonableness Determinations Will Be Made By Comparing Proposed Prices Received In Response To The Solicitation, By Comparing Proposed Prices With The Independent Government Cost Estimate (igce), By Comparing Proposed Prices To Historical Prices Paid, And By Comparing Proposed Prices With Prices Obtained Through Market Research For The Same Or Similar Items.
far 52.212-3 -- Offeror Representations And Certifications-commercial Items (may 2024) (incorporated By Reference)
far 52.212-4 -- Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023) (incorporated By Reference)
far 52.212-5 - Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Items (nov 2024) (by Reference)
special Contract Clauses And Provisions
the Successful Offeror Will Need To Provide The Following To Good Fellow Base Personnel: (provide Names, Dl #, Last 4 Of Ssn, Etc. At Least 4 Weeks Prior To Entry For Background Checks); See Specific Base Guidance Below To Make The Entry Process As Quick As Possible:
contact The Law Enforcement Desk ((325) 654-3504 Or 3505), To Let Them Know The Trucks Are On Their Way. That Way The Desk Can Contact The Inspection Facility To Let Them Know To Be On The Lookout For The Trucks.
(xiv) Defense Priorities And Allocations System (dpas)
not Applicable
(xv) Date, Time And Place Offers Are Due:
all Proposals Are Due On 4:00p.m. Est, January 13, 2025.
submit Proposals By Email To:
nhtsaoam@dot.gov, And Cc: Thomas.bub@dot.gov
the Subject Line Must Reference Rfp Number 693jj925r000012
attention: Thomas J. Bub
(xvi) Additional Information:
an Hour Long (i.e. 1 - Hour) Pre-proposal Conference Will Be Held On Thursday, December 19th, 2024 At 10:00a.m. Est. All Interested Potential Offerors Must Click The Link Below In Order To Register For This Virtual Call. (see Below)
pre-proposal Conference Registration Here * Note: (link Is Only Active On Attached Pdf Document)
following The Pre-proposal Conference Nhtsa Will Post All Responses To Questions Received In The Form Of An Amendment To This Solicitation Notice For The Public. All Solicitation Questions Are Due By 4:00p.m. On December 19th, 2024 To The Following Addresses At: Nhtsaoam@dot.gov, And Cc: Thomas.bub@dot.gov.
all Correspondence Must Reference Rfp Number 693jj925r000012 In The Subject Line.
Closing Date21 Jan 2025
Tender AmountRefer Documents
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)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. This Solicitation 36c25925q0227 Is Issued As A Request For Quote (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Fy25.03a 12/27/2024, Fac 2025-02 01/03/2025. No Telephone Requests Will Be Accepted. Only Written Requests Received Directly From The Offeror Are Acceptable. The Associated North American Industry Classification System (naics) Code For This Procurement Is 811210, With A Small Business Size Standard Of $34 Million.
this Solicitation Is 100% Set-aside For Service-disabled Veteran-owned Small Businesses (sdvosbs). If Offeror Is A Gsa Schedule Holder, All Information Requested In This Notice Must Be Provided, Not Just The Offeror S Schedule Number.
the Following Is A List Of The Contract Line-item Numbers, Quantities And Units Of Measure.
clin
description
qty
unit
unit
cost
total Cost
0001
base Yr: 03/03/2025 - 03/02/2026
intellispace Essential Software Maint & Hardware Support - Cardiology Hemo Xper
1
year
$__________
$__________
0002
oy1: 03/03/2026 - 03/02/2027
intellispace Essential Software Maint & Hardware Support - Cardiology Hemo Xper
1
year
$__________
$__________
0003
oy2: 03/03/2027 - 03/02/2028
intellispace Essential Software Maint & Hardware Support - Cardiology Hemo Xper
1
year
$__________
$__________
0004
oy3: 03/03/2028 - 03/02/2029
intellispace Essential Software Maint & Hardware Support - Cardiology Hemo Xper
1
year
$__________
$__________
0005
oy4: 03/03/2029 - 03/02/2030
intellispace Essential Software Maint & Hardware Support - Cardiology Hemo Xper
1
year
$__________
$__________
total Cost All Clins: $___________________
statement Of Work (sow)
preventive Maintenance And Repair On
xper Software Maintenance
department Of Veterans Affairs (va)
veterans Health Administration (vha)
purpose:
veterans Affairs Requires A Contractor To Provide Software Maintenance With Hardware Support For Cardiology Intellispace Systems At The Oklahoma Va Health Care System. Services Are To Be Performed In Accordance With This Sow And To Oem Standards, With The Intent Of Ensuring The Equipment Operates As The Original Manufacturer Intended, Uninterrupted (95% Uptime), In A Cost-effective, Efficient Manner, Contributing To The Va Mission.
services Are Required On The Government-owned Systems Listed In This Sow For The Period Of Performance And At The Location Outlined In This Sow.
this Contract Will Be A Non-personal Services Contract. The Contractor, Its Employees, Agents And Subcontractors Shall Not Be Considered Government Employees For Any Purpose. Contractor Shall Furnish All Labor, Materials, Parts, Equipment, Tools, Transportation, And Supervision To Provide Services In Accordance With This Performance Work Statement (sow).
the C&a Requirements Do Not Apply, And A Security Accreditation Package Is Not Required.
period Of Performance: Refer To The Price/schedule Page Of This Document
location Of Performance: Refer To Page 1 Of This Document
background:
equipment: The Following Systems Of Equipment Will Require Services Under This Contract. This Includes Sub-systems, Components, Software, Hardware, And Parts.
equipment
description
brand & Model
original Equipment Manufacturer (oem)
serial Number
va
pmi Number
cardiology Software
intellispace Hemo Xper Software
philips
-
-
summary Of Requirements
contractor Shall Provide Oem-trained Technicians To Perform Oem-standard Services On Equipment In This Sow. Services On The Equipment Include Maintenance Support, Corrective Maintenance Repair, 24x7 Emergency Phone Support, Provision Of Parts, And Service And Modification As Required Due To Safety Or Reliability. All Oem Software Updates Shall Be Included.
tasks And Requirements
performance And Repairs: All Work Performed Shall Be In Accordance With Manufacturer S Specifications To Keep The Equipment In Operating Condition. Contractor Must Guarantee 95% Up Time For The Equipment. Contractor Shall Guarantee That All Equipment Covered By This Contract Shall Be In Optimum Working Condition At The Completion Of Each Contracted Period Of Performance. Contractor Will Make Every Attempt To Maintain And Repair Equipment On-site Within A Reasonable Time, Unless Local Environment Prohibits On-site Attendance. Failing This, Contractor Will Provide Substitute Equipment In The Event A Repair Continues Beyond The Reasonable Time Frame.
a Reasonable Time Frame Ensures The Va Mission Continues Uninterrupted With No Loss, Damage Or Suffering To Va Patients And Resources.
preventive Maintenance: Contractor Shall Provide Periodic Preventive Maintenance Service On Equipment Within The Interval(s) Set By The Oem (ie, Annual, Semi-annual, Quarterly), In Scheduled Month Of Each Contracted Period Of Performance, Including All Work Between Standard Business Hours, Weekend Hours, And Non-standard Hours, And Arranged Through The Cor. The Contractor Shall Work With The Cor, Surgery Service And Sterile Processing Service To Not Disrupt Patient Care By Scheduling Pm Visits In Advance. The Visits Will Include Equipment Verification By An Oem-trained Technician. Before The Expiration Of Each Period Of Performance, The Contractor Shall Provide The Cor With A Report Certifying The Equipment Listed In This Sow Has Been Calibrated To O.e.m. Standards Not Less Than Oem Recommended Interval(s) During The Contract Period. All Parts Shall Be O.e.m. Standard Or Certified.
service Call: Unscheduled Service Should Be Conducted At No Additional Cost During Standard Business Hours, Monday Through Friday, 8:00 Am 5:00 Pm. Non-emergency Service (machine Still Able To Run With No Increased Patient Risk) Should Be Available, With A Technician Onsite At Location, Within 48 Hours Notice From The Cor. If Support Call For Repair Service Is Deemed Mission-critical, Contractor Will Be On-site Performing Corrective Action Response To Service Calls Within 24 Hours Of Notice From Cor, Barring Special Circumstances. 24 Hour Service Call Center Support Should Be Available To Schedule Corrective Service Calls.
technical Phone Support Shall Be Available Weekdays From 7:00 Am 7:00 Pm At No Additional Charge.
software Updates: Contractor Shall Provide Any Software Updates, As They Become Available, For All Equipment, At No Additional Cost. All Software Changes Made Become The Property Of The Va.
help Desk Support: Contractor Shall Provide Emergency Telephone Support During Standard Business Hours, As A Minimum At No Additional Charge, With Phone Calls Returned No Later Than 2 Hours After A Voice Message Has Been Left By The Cor.
modifications: If Contractor Or External Hazard Assessment/notification By The Fda, Ncps, Or Ceosh Determines That A Modification Is Necessary To Address Safety Concerns Or Reliability, Installation And Modification Will Be Performed At No Additional Charge.
parts: As Part Of The Oem-standard Of Service Required On This Contract, Contractor Must Provide Unique And/or High Mortality Replacement Parts. All Parts Will Be O.e.m. Recommended Parts. Contractor Must Provide Repair Services On Batteries And Handpieces, At No Additional Cost To The Government. This Includes Provision Of Replacement/loaner Parts And Shipment Costs, Such As Loaner Handpieces. To Maintain Continuity Of Patient Care, Contractor Must Ship Replacement/loaner Handpieces Overnight To The Va Within 48 Hours Of Receipt Of Notice By The Va That A Hand Piece Needs To Be Repaired Due To Normal Wear And Tear. Once The Loaner Is Received By The Va, The Va Will Ship The Government-owned Hand Piece To The Contractor.
if The Government-owned Hand Piece Is Not Able To Be Repaired The Contractor Must Return The Broken Handpiece To The Va With Written Notification Of What Prevented The Repair And The Issues Causing The Part Not To Function The Way The Oem Intended.
if Any Contractor Personnel Performing Service On Site At The Va Brings Parts, Devices, Or Equipment That Have Serial Numbers And Will Be Used In Patient Care, These Items Must Be Checked In Upon Entry And Checked Out Upon Exiting The Va With Both Logistics And Biomed Departments.
shipment: Contractor Shall Be Responsible For Shipment Of Repair Parts And Substitute Equipment At No Expense To The Government, With Fob Destination Terms Applicable In These Circumstances, And In Favor Of The Va Medical Center At This Location. All Shipments, Labels, Invoices And Correspondence Related To This Contract Must Include The Contract Number And Marked Attn: Cor/local Va Poc [insert Individual Name] . Contractor Must Email The Local Va Poc Or Cor With Carrier And Tracking Information In Advance Of All Shipment Of Parts And Equipment So The Va May Be Prepared To Receive The Items And Track Them To Avoid Loss.
government Furnished Equipment / Property (gfe / Gfp)
government Property Is Any Real Property At The Vamc Accessed By The Contractor In The Performance Of Services In Accordance With The Sow.
condition Of Equipment
the Contractor Shall Accept Responsibility For The Equipment In "as Is" Condition. Failure To Inspect The Equipment Prior To Contract Award Shall Not Relieve The Contractor From Performance Of The Requirements Of This Contract.
storage
storage For Contractor Equipment Is Not Provided At The Vamc. The Contractor Is Responsible For The Security Of Its Equipment. The Government Is Not Responsible For The Security Of Contractor Equipment.
contractor Furnished Equipment / Property (cfe / Cfp)
service Manuals/tools/equipment
the Vamc Shall Not Provide Tools, (test) Equipment, Service Manuals Or Service Diagnostic Software To The Contractor. The Contractor Shall Obtain, Have On File, And Make Available To Its Fse's All Operational And Technical Documentation (such As; Operational And Service Manuals, Schematics, And Parts List) Which Are Necessary To Meet The Performance Requirements Of This Contract. The Location And Listing Of The Service Data Manuals, By Name And/or The Manuals Themselves Shall Be Provided To The Co Upon Request.
quality
conformance Standards
contractor Shall Ensure That Their Services, Staff And Equipment Used In The Performance Of This Contract Conform And Comply With The Latest Industry Service Standards, Information, Guidance, Regulations And Publications Of The Following:
aami-ansi St-79:2010 Part 7.7 Standards (servicing And Repairs Of Devices In The Health Care Facility). This Can Be Obtained At Http://www.aami.org/publications/standards/st79.html
iahcsmm - International Association Of Healthcare Central Service Materiel Management
us Fda Us Food And Drug Administration
cdc Centers For Disease Control And Prevention
cdrh Center For Devices And Radiological Health
iso (as A Minimum: Iso 9001:2008 Certification And Iso 13485:2003 Certification (medical Devices))
asq American Society For Quality
ul Underwriters Laboratories
osha Occupational Safety And Health Administration
safety
the Contractor Must Perform Services In Accordance With:
local, State And Federal Occupational Safety And Health Guidelines And Legislation, To Include Occupational Safety And Health Administration (osha), The American National Standards Institute (ansi) Safety Guidelines, And Any Va Medical Center Directives;
local, State And Federal Fire And Safety Legislation And Guidelines, To Include Va Medical Center Directives And Legislation On Fire And Safety;
all Other Conformance Standards Identified In This Sow
medical Center Policies
each Va Medical Center Has Policies That Are Updated From Time To Time. The Cor Can Provide More Detailed Information To The Contractor Of These Upon Commencement Of The Contract And Throughout The Term Of The Contract, As Needed, Especially Policies Regarding, Parking, Possession Of Weapons, Cell Phone Use And Photography As Well As Smoking On Va Property. Violations Of Such Policies May Result In Individual Fines Or Citation Answerable In The United States (federal) District Court.
remedy Or Rework
rework Or Remedy Is Defined As Performing The Service Again Until The Purpose Of This Sow Is Achieved In Full. This Involves Less Than Satisfactory Service By The Contractor And As Noted By The Cor.
rework Or Remedy Must Occur Within 3 Business Days Of The Notice Of The Rework Or Remedy Requirement From The Cor And At No Additional Cost To The Government.
inspection And Acceptance Of Services: The Government Reserves The Right To Inspect And Test Services In Accordance With This Sow And The Contract. The Only Individual Authorized To Officially Accept Services Is The Cor. While Inspection Of Services May Be Delegated By The Cor And A Shared Responsibility With Departmental Management Staff, The Cor Is Ultimately The Only Authorized Individual To Approve And Accept Services On Behalf Of The Va.
deliverables (refer Also To Technical Qualification And Contact Points For Additional Deliverables)
service Report (sr)
contractor Is Responsible For Providing Service Reports For Every Service. A Service Report Is Required For All:
outgoing Serviced Equipment With An Inventory Of All Equipment Collected By The Contractor,
And
incoming Serviced Equipment With An Inventory Of All Equipment Completely Serviced And Delivered By The Contractor And With The Service Report Provided To The Cor At The Time Of Delivery Of Serviced Equipment.
such Documentation Shall Meet The Guidelines As Set Forth In The Conformance Standards.
in Addition, Each Service Report Shall, At A Minimum, Document The Following Data Legibly And In Complete Detail:
name Of Contractor And Contract Number.
name Of Field Technician Who Performed Services.
contractor S Service Report Number/log Number.
date And Time (arrival And Departure) Of Field Technician On-site At Va Collecting And Delivering Equipment
va Purchase Order Number
description Of Problem Reported By Cor.
details Of Equipment Serviced:
equipment Set Numbers
device Name, Instrument Type
serial Number
any Other Manufacturer's Identification Numbers.
pmr And Service Description
total Itemized Cost Of All Parts And/or Services Provided
signatures:
field Technician Performing Services Described.
cor Acceptance Signature
invoices: The Contractor Must Include The Service Report Number On The Associated Invoice.
service Reports (engineers Service Report (esr) Or Service Report)
when The Service Is Completed, The Field Technician Shall Document Services Rendered On A Legible Service Report(s). During Check In/check Out Procedures With The Cor, The Field Technician Must Provide The Cor With The Service Report(s) For That Service Visit. Esr Can Be Submitted Electronically To The Cor, Not Exceeding 5mb In Size, Following Service Completion Yet Before The Technician Departs The Location To Ensure The Cor Has An Opportunity To Review And Provide An Acceptance Signature. All Service Reports Shall Be Submitted To The Cor For An "acceptance Signature". If The Cor Is Unavailable, A Signed Copy Of The Service Report Shall Be Sent To The Contractor After The Work Can Be Reviewed (if Requested Or Noted On The Service Report).
the Contractor Shall Immediately, But No Later Than 24 (twenty-four) Consecutive Hours After Discovery, Notify The Cor (in Writing) Of The Existence Or The Development Of Any Defects In The Equipment Submitted For Service Which The Contractor Considers He/she Is Not Responsible For Under The Terms Of The Contract And Where Replacement Is Recommended.
technical Qualifications And Personnel Standards
calibration Of Vendor S Equipment: Contractor Must Provide The Cor With Certification Attesting That All Gauging And Measurement Equipment Used To Check And Calibrate The Subject Items Of Equipment Has Been Calibrated Either According To The Manufacturer S Specifications Or Within The Last Twelve Months Against A Standard That Is Traceable To The National Bureau Of Standards.
contractor Must Provide The Cor And Contracting Office With Such Documentation, As A Minimum:
within 5 Business Days Of Contract Award,
within 5 Business Days After Renewal Or Extension Of Services In Accordance With, And If Permitted By Applicable Far Clause, And
In Advance Of Commencing Services On Equipment Identified In This Sow.
qualifications Of Contractor Oem-trained Technicians: Contractor Shall Document, In Writing, Their Experience In Working On The Identical Make And Model Equipment Listed In This Sow As Well As The Qualifications Of Individuals Who Will Work On The Equipment. Where The Sow Requires Oem-trained Technicians, Demonstration Of This Will Also Be Required In The Documentation.
contractor Must Provide The Cor And Contracting Office With Such Documentation, As A Minimum:
within 5 Business Days Of Contract Award,
within 5 Business Days After Renewal Or Extension Of Services In Accordance With, And If Permitted By Applicable Far Clause, And
immediately, When Previously Assigned Oem-trained Technicians Have Been Replaced,
And In Advance Of Commencing Services On Equipment Identified In This Sow.
the Contractor Shall Have Sufficient Staff To Satisfactorily Support This Contract, Including The Sow And Its Purpose. Contractor Staff Providing Services On This Contract Must Include A "fully Qualified" Filed Service Engineer (fse) And A "fully Qualified" Fse Who Shall Serve As The Backup.
"fully Qualified" Is Based Upon Training And On Experience In The Field. For Training, The Fse(s) Has Successfully Completed A Formalized Training Program, For The Equipment. For Field Experience, The Fse(s) Has A Minimum Of Two Years Of Experience (except For Equipment Newly On The Market) With Respect To Scheduled And Unscheduled Preventive And Remedial Maintenance Of The Equipment In This Contract
the Fses Shall Be Authorized By The Contractor To Perform The Maintenance Services. All Work Shall Be Performed By "fully Qualified" Competent Fses. The Contractor Shall Provide Written Assurance Of The Competency Of Their Personnel And A List Of Credentials Of Approved Fses For Each Make And Model The Contractor Services At The Vamc. The Co May Authenticate The Training Requirements, Request Training Certificates Or Credentials From The Contractor At Any Time For Any Personnel Who Are Servicing Or Installing Any Vamc Equipment. The Co And/or Cor Specifically Reserve The Right To Reject Any Of The Contractor's Personnel And Refuse Them Permission To Work On The Vamc Equipment.
if Subcontractor(s) Are Used, They Shall Be Approved By The Co Prior To Commencement Of Services. The Contractor Shall Submit Any Proposed Change In Subcontractor(s) To The Co For Approval/disapproval.
contractor Employee S On-site At Location: At All Times During Performance Of Services, In Accordance With This Sow, The Contractor Must Ensure Contractor Personnel:
be Able To Function Professionally Amongst The General Public In A Hospital And Health Care Environment. Where Possible, A Warm-natured And Humane Approach Is Preferred.
be Able To Read, Understand And Apply Printed Rules, Detailed Orders, And Instructions
be Familiar With And Compliant With This Sow And Contractual Requirements.
be Displaying Va Identification Badges And Contractor-issued Name Tags, Clearly Visible To The General Public
be Directly And Personally Escorted By The Contractor S On-site Supervisor When Contractor Personnel Are Not Displaying Va Identification Badges And Contractor-issued Name Tags
maintain A Neat, Clean, Professional Appearance
be Properly Attired In Contractor-issued Uniforms Which Clearly Display Contractor Branding, Keeping In Accordance With Vha Dress Policies.
compliant With Va Safety And Osha Regulations Throughout The Va Medical Center, As Well As Va Medical Center Policies.
compliant With Parking Requirements At The Vamc And Park Only In The Designated Parking Areas As Assigned By The Cor.
maintain Decorum At All Times. During The Performance Of Services Care And Consideration Must Be Given To Va Visitors And Staff. All Services Must Be Performed With Minimal Disturbance Or Hindrance To Va Medical Center Visitors And Staff, Specifically Maintaining The Requirements Identified In The Overview Of This Sow.
contractor Shall Not Be Considered Government Employees For Any Purpose.
Security Procedures And Operating Hours
check In/out Procedures
prior To Commencement Of Services, And When Visiting The Va Medical Center, The Contractor Or Contractor S Authorized Field Technician, Must Check In And Out With The Biomed Administrative Officer Located In The Basement At The Va Location, Room Be-100. Only Individual Va Biomedical Management Staff, As Delegated By The Cor, Can Coordinate Check In And Check Out Procedures For The Contractor In The Absence Of The Cor. Due To Heightened Security Requirements, The Contractor Or Their Authorized Service Representative Will Be Required To Wear An Id Badge Which Will Be Signed For Upon Arrival And Turned In When Leaving. All Badges Must Be Worn At Or Above The Waist And Facing Forward. This Badge Must Be Turned In Before Leaving The Premises; Otherwise The Person Signing For It Will Be Required To Pay For The Unreturned Id Badge.
standard Business Hours And Federal Holidays: Contract Performance Shall Occur During Standard Business Hours Unless Approved And Arranged Through The Cor. Standard Hospital Hours Are 8 Am To 5 Pm. Contractor Must Coordinate All Services With The Cor.
the Federal Government Observes The Following Days As Holidays.
new Year S Day
january 1st *
martin Luther King S Birthday
third Monday In January
presidents Day
third Monday In February
memorial Day
last Monday In May
juneteenth
june 19th *
independence Day
july 4th *
labor Day
first Monday In September
columbus Day
second Monday In October
veterans Day
november 11th *
thanksgiving Day
fourth Thursday In November
christmas Day
december 25th *
*holidays That Fall On Saturday Are Observed On The Preceding Friday. Holidays That Fall On Sunday Are Observed On The Following Monday.
in Addition To The Days Designated As Holidays, The Government Observes The Following Days:
any Other Day Designated By Federal Statute
any Other Day Designated By Executive Order
any Other Day Designated By The President Of The United States To Be A Federal Holiday
contractor Holidays Not Included In The Table Of Government Holidays Or Other Observation Days Listed Above Shall Not Be Considered Official Holidays And Shall Be Included In The Contract Performance As Standard Business Days For The Purposes Of Repairs And Maintenance.
contact Points
contractor Point Of Contact (poc)
the Contractor Shall Specify An Individual Who Shall Serve As A Single Point Of Contact For All Contract Issues (poc). Contractor Must Provide The Cor And Contracting Office With The Poc Contact Details, To Include Business Phone Number Or Cell Phone Number And Email, As A Minimum:
within 5 Business Days Of Contract Award,
within 5 Business Days After Renewal Or Extension Of Services In Accordance With, And If Permitted By Applicable Far Clause, And
within 5 Business Days Prior To A Change In The Poc By The Contractor.
the Poc Must Be Easily Accessible By Phone And Return Cor Calls Within 48 Hours Of A Voice Message Left By The Cor.
contracting Officer S Representative (cor)
upon Contract Commencement, The Contracting Officer Will Notify The Contractor In Writing As To The Cor Assigned To This Contract, And Upon Reassignment Of A New Cor, As Applicable. Contractor Shall Only Respond To Requests For Service From The Cor Or The Co. If Service Is Requested From Any Source, Other Than The Cor Or The Co, The Contractor Is To Advise The Individual Of This Requirement And Refuse To Respond. Any Billing Resulting From Unauthorized Service Will Not Be Paid By The Government. The Cor Will Evaluate The Contractor S Performance Through Review Of The Contractor S Quality Control Procedures In Accordance With This Contract And Sow.
authority Of The Cor
the Contracting Officer Is The Only Person Authorized To Approve Changes In Any Of The Requirements Of This Contract. In The Event The Contractor Affects Any Changes At The Direction Of Any Person Other Than The Contracting Officer, The Changes Will Be Considered To Have Been Made Without Authority And No Adjustment Will Be Made In The Contract Price Or Schedule To Cover Any Increase In Costs Incurred As A Result Thereof. The Contracting Officer Shall Be The Only Individual Authorized To Accept Nonconforming Work, Waive Any Requirement Of The Contract, And/or Modify Any Term Or Condition Of The Contract. The Contracting Officer Is The Only Individual Who Can Legally Obligate Government Funds. No Costs Chargeable To The Proposed Contract Can Be Incurred Before Receipt Of A Fully Executed Contract Or Specific Authorization From The Contracting Officer. Any Invoicing Or Charges Resulting From Unauthorized Service Will Not Be Paid By The Government.
government Alternate Points Of Contact (poc) Emergencies Only
the Cor Will Identify Alternate Points Of Contact (poc) To Be Used Only For Instances Of Emergencies When The Cor Is Not Easily Contactable. These Will Be Individuals In Supervisory Or Managerial Roles Within The Biomed Department. The Contractor Will Be Provided This Information Within 5 Days After Contract Award And Within 48 Hours Of A Change To This Information. An Alternate Poc Does Not Replace The Cor Nor Do They Replace The Contracting Officer During The Performance And Administration Of This Contract, Nor Does It Relinquish Or Diminish The Contractor S Requirements In Relation To The Performance Of This Contract.
liabilities And Insurances
protection From Damage
contractor Shall Provide All Labor, Materials, And Equipment Necessary For Protection Of Vamc Personnel, Furnishings, Equipment, And Buildings From Damage, And Shall Replace Or Repair Any Damage Due To Work Performed Under This Contract Equal To Its Original Construction And Finish.
liability Insurance
contractor Must Provide The Cor And The Co With Written Confirmation That Contractor Has Adequate Insurance Protection Against Negligent Work And Other Forms Of Liability.
definitions
acceptance Signature - Cor's Signature; Indicates Cor Accepts Work Status As Stated In Service Report.
contractor Employees Has The Same Meaning As Contractor Personnel
contractor Personnel - Has The Same Meaning As Contractor Employees
cor Contracting Officer S Representative
fda - Food And Drug Administration (u.s. Department Of Health And Human Services)
field Technician Or Field Service Engineer (fse) - A Person Who Is Authorized By The Contractor To Perform Pmr Services On Va Premises. Also Known As Technically Trained Personnel.
iso - International Organization For Standardization
labor Refer To Technically Trained Personnel, Also Field Technician
o.e.m. Or Oem Original Equipment Manufacturer. The Actual Manufacturer And Point Of Origin Of The Equipment. The Oem Provides Schematics And Standards For Maintenance And Repair Of The Equipment And Equipment Shall Be Maintained In Accordance With These Practices. The Oem Is Identified In The Background Section Of This Sow.
oem-trained Technicians Means Contractor Technicians (technically Trained Personnel, Fse, Field Technicians), Be They Oem Or Third Party Provided, Who Are Formally Trained To Oem Standards To Satisfactorily Perform Services On Equipment In This Sow. Where Oem-trained Technicians Are Required In The Sow It Means That Services Are To Be Performed At No Less Than This Criteria, For The Period Of Performance At The Location, To Ensure The Sow Purpose Is Met In Order To Avoid Future Equipment Breakdowns Or Malfunctions Which Could Lead To The Va Being Accused Of Malpractice Or Negligence. This Assists The Va In Meeting Its Mission.
original Equipment Manufacturer - Oem
osha Occupational Safety And Health Administration
pmi - Preventive Maintenance Inspection
service Report - A Documentation Of The Services Rendered For Each Incidence Of Work Performance Under The Terms And Conditions Of The Contract.
services Includes Preventive Maintenance And Repair For Equipment And Components Listed In This Sow And In Accordance With This Sow
sr Service Report
technically Trained Personnel Are Personnel And/or Employees Who Shall Be Suitably Knowledgeable In The Field Related To The Services In This Sow In Order To Satisfactorily Perform Services In Accordance With The Sow. The Contractor Shall Provide Personnel Experienced And Qualified To Perform The Required Services In Accordance With Industry Practices And Standards. Also Known As Field Technician Or Field Service Engineer (fse). For Example, This Could Mean German-trained Technicians, Certified Technicians Etc. Technically Trained Personnel Are Also Known As Contractor Personnel Or Contractor Employees Or Technicians.
vamc Veterans Affairs Medical Center
the Provision At Far 52.212-1, Instruction To Offerors -- Commercial Products And Commercial Services (sep 2023), Applies To This Acquisition With The Following Addendum:
far 52.204-7, System For Award Management (oct 2018);
far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020);
far 52.216-1, Type Of Contract (apr 1984): The Government Anticipates The Awarding Of A Single Firm-fixed Price Definitized Contract To Fulfill This Requirement.
the Provision At Far 52.212-2, Evaluation -- Commercial Items (nov 2021), Applies To This Acquisition. (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:
contract Award Will Be Made Based On The Solicitation Response That Represents The Best Value To The Government Using A Contracting Officer S Comparative Analysis. Since The Contracting Officer Is Considering Price And Other Factors, The Co May Award To Other Than The Lowest-priced Offer. The Information Below Explains The Evaluation Approach:
the Contracting Officer Will Make A Comparative Analysis Of All Offers Against The Solicitation, Using The Following Factors To Decide Which Offer(s) Represent The Best Value To The Government:
factor 1: Technical Ability
the Offer Shall Be Evaluated On The Conformance To The Requirements Listed In The Statement Of Work. The Offeror Shall Submit A Technical Narrative, That Describes The Means And Methods Of Successfully Performing All Work Detailed In The Sow, To Include The Personnel Being Proposed To Perform The Work. Narrative Should Demonstrate That Offeror Possesses A Clear Understanding Of The Requirements In The Sow. Any Training Certifications For The Repair Of Said Equipment Should Be Provided With Quote.
factor 2: Past Performance
offeror Shall Provide No More Than Three References Of Relatively The Same Size And Complexity. Include The Following Information For Each Contract: Name And Address Of Contracting Activity (company Name), Contract Number, Type Of Contract, Total Contract Amount, And Status, Date Of Award And Completion, Description And Location Of Contract Work, List Of Major Subcontractors If Any, Contracting Officer Or Individual Responsible For Signing The Contract, And Their Telephone And Fax Number, And The Cor S/administrator S Name, Telephone And Fax Numbers. Offerors May Provide Information On Problems Encountered On Identified Contracts And The Offeror S Corrective Action. Searches In Cpars (contractor Performance Assessment Reporting System), As Well As Past Performance Questionnaires May Be Utilized.
factor 3: Price Offerors Shall Provide One Copy Of The Fully Completed Price Schedule In The Format Listed Above. Proposed Prices Will Be Evaluated For Realism And Reasonableness.
the Comparative Analysis Method Will Be Used To Evaluate Offers. Offers Will Be Evaluated To Determine Which Offer Provides The Overall Best Value To The Government, All Factors Considered.
(b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).
(c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer S Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. (end Of Provision)
a Completed Copy Of The Provision At Far 52.212-3, Offeror Representations And Certifications Commercial Products And Commercial Services (may 2024) Shall Be Submitted With The Offer.
the Clause At Far 52.212-4 Contract Terms And Conditions-commercial Products And Services (nov 2023), Applies To This Acquisition, With The Following Addendum:
far 52.204-9, Personal Identity Verification Of Contractor Personnel (jan 2011);
far 52.204-13, System For Award Management Maintenance (oct 2018);
far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020);
far 52.217-8 Option To Extend Services (nov 1999) The Government May Require Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Rates May Be Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. The Option Provision May Be Exercised More Than Once, But The Total Extension Of Performance Hereunder Shall Not Exceed 6â months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within Fifteen (15) Days Of The Expiration Date Of The Current Contract Period.
for The Purposes Of The Award Of This Contract, The Government Intends To Evaluate The Option To Extend Services Under Far 52.217-8 As Follows:
the Evaluation Will Consider The Possibility That The Option Can Be Exercised At Any Time, And Can Be Exercised In Increments Of One To Six Months, But Not For More Than A Total Of Six Months During The Life Of The Contract.â The Evaluation Will Assume That The Prices For Any Option Exercised Under Far 52.217-8 Will Be At The Same Rates As Those In Effect Under The Contract At The Time The Option Is Exercised.â The Evaluation Will Therefore Assume That The Addition Of The Price Or Prices Of Any Possible Extension Or Extensions Under Far 52.217-8 To The Total Price For The Basic Requirement And The Total Price For The Priced Options Has The Same Effect On The Total Price Of All Quotes Relative To Each Other, And Will Not Affect The Ranking Of Quotes Based On Price, Unless, After Reviewing The Quotes, The Government Determines That There Is A Basis For Finding Otherwise.â This Evaluation Will Not Obligate The Government To Exercise Any Option Under Far 52.217-8. The `specified' Rates Under This Clause Will Be Those Rates In Effect Under The Contract Each Time An Option Is Exercised Under This Clause. (end Of Clause)
far 52.217-9 Option To Extend The Term Of The Contract (mar 2000)
(a) The Government May Extend The Term Of This Contract By Written Notice To The Contractor Within 30 Days; Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 30 Days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension. (b) If The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause. (c) The Total Duration Of This Contract, Including The Exercise Of Any Options Under This Clause, Shall Not Exceed Five (5) Years. (end Of Clause)
far 52.223-6 Drug-free Workplace (may 2001);
far 52.223-99 Ensuring Adequate Covid-19 Safety Protocols For Federal Contractors (deviation)
far 52.228-5 Insurance Work On A Government Installation (jan 1997);
cl 120 - Supplemental Insurance Requirements: In Accordance With Far 28.307-2 And Far 52.228-5, The Following Minimum Coverage Shall Apply To This Contract:
(a) Workers' Compensation And Employers Liability: Contractors Are Required To Comply With Applicable Federal And State Workers' Compensation And Occupational Disease Statutes. If Occupational Diseases Are Not Compensable Under Those Statutes, They Shall Be Covered Under The Employer's Liability Section Of The Insurance Policy, Except When Contract Operations Are So Commingled With A Contractor's Commercial Operations That It Would Not Be Practical To Require This Coverage. Employer's Liability Coverage Of At Least $100,000 Is Required, Except In States With Exclusive Or Monopolistic Funds That Do Not Permit Workers' Compensation To Be Written By Private Carriers.
(b) General Liability: $500,000.00 Per Occurrences.
(c) Automobile Liability: $200,000.00 Per Person; $500,000.00 Per Occurrence And $20,000.00 Property Damage.
(d) The Successful Bidder Must Present To The Contracting Officer, Prior To Award, Evidence Of General Liability Insurance Without Any Exclusionary Clauses For Asbestos That Would Void The General Liability Coverage. (end Of Clause)
52.232-19â Availability Of Funds For The Next Fiscal Yearâ (apr 1984) Funds Are Not Presently Available For Performance Under This Contract Beyond September 30th Of Any Fiscal Year. The Government S Obligation For Performance Of This Contract Beyond That Date Is Contingent Upon The Availability Of Appropriated Funds From Which Payment For Contract Purposes Can Be Made. No Legal Liability On The Part Of The Government For Any Payment May Arise For Performance Under This Contract Beyond September 30th Of Any Fiscal Year, Until Funds Are Made Available To The Contracting Officer For Performance And Until The Contractor Receives Notice Of Availability, To Be Confirmed In Writing By The Contracting Officer. (end Of Clause)
far 52.237-2, Protection Of Government Buildings, Equipment, And Vegetation (apr 1984);
far 52.237-3, Continuity Of Services (jan 1991);
vaar 852.203-70, Commercial Advertising (may 2008);
vaar 852.219-10 Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside. (nov 2020) (deviation);
vaar 852.204-70 Personal Identity Verification Of Contractor Personnel (may 2020)
vaar 852.219-74, Limitations On Subcontracting Monitoring And Compliance (jul 2018) (deviation)
(a) This Solicitation Includes Vaar 852.219-10, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside.
(b) Accordingly, This Contract Is Subject To The Limitation On Subcontracting Requirements In 13 Cfr 125.6, Or The Limitations On Subcontracting Requirements In The Far Clause, As Applicable. The Contractor Is Advised That In Performing Contract Administration Functions, The Contracting Officer May Use The Services Of A Support Contractor(s) Retained By Va To Assist In Assessing The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirements Specified In The Clause. To That End, The Support Contractor(s) May Require Access To Contractor's Offices Where The Contractor's Business Records Or Other Proprietary Data Are Retained And To Review Such Business Records Regarding The Contractor's Compliance With This Requirement.
(c) All Support Contractors Conducting This Review On Behalf Of Va Will Be Required To Sign An Information Protection And Non-disclosure And Disclosure Of Conflicts Of Interest Agreement To Ensure The Contractor's Business Records Or Other Proprietary Data Reviewed Or Obtained In The Course Of Assisting The Contracting Officer In Assessing The Contractor For Compliance Are Protected To Ensure Information Or Data Is Not Improperly Disclosed Or Other Impropriety Occurs.
(d) Furthermore, If Va Determines Any Services The Support Contractor(s) Will Perform In Assessing Compliance Are Advisory And Assistance Services As Defined In Far 2.101, Definitions, The Support Contractor(s) Must Also Enter Into An Agreement With The Contractor To Protect Proprietary Information As Required By Far 9.505-4, Obtaining Access To Proprietary Information, Paragraph (b). The Contractor Is Required To Cooperate Fully And Make Available Any Records As May Be Required To Enable The Contracting Officer To Assess The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirement. (end Of Clause)
vaar 852.219-77 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction.
as Prescribed In 819.7009(c) Insert The Following Clause:
va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (sep 2021) (deviation)
(a) Pursuant To 38 U.s.c. 8127(k)(2), The Offeror Certifies That
(1) If Awarded A Contract (see Far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows: [contracting Officer Check The Appropriate Box Below Based On The Predominant Naics Code Assigned To The Instant Acquisition As Set Forth In Far 19.102.]
(i) [ ] Services. In The Case Of A Contract For Services (except Construction), The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-10 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Other Direct Costs May Be Excluded To The Extent They Are Not The Principal Purpose Of The Acquisition And Small Business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6.
(ii) [ ] General Construction. In The Case Of A Contract For General Construction, The Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-10 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 85% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted.
(iii) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, The Contractor Will Not Pay More Than 75% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-10 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Subcontractor Further Subcontracts Will Count Towards The 75% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted.
(2) The Offeror Acknowledges That This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States. The Offeror Further Acknowledges That This Certification Is Subject To Title 18, United States Code, Section 1001, And, As Such, A False, Fictitious, Or Fraudulent Certification May Render The Offeror Subject To Criminal, Civil, Or Administrative Penalties, Including Prosecution.
(3) If Va Determines That An Sdvosb/vosb Awarded A Contract Pursuant To 38 U.s.c. 8127 Did Not Act In Good Faith, Such Sdvosb/vosb Shall Be Subject To Any Or All Of The Following:
(i) Referral To The Va Suspension And Debarment Committee;
(ii) A Fine Under Section 16(g)(1) Of The Small Business Act (15 U.s.c. 645(g)(1)); And
(iii) Prosecution For Violating Section 1001 Of Title 18.
(b) The Offeror Represents And Understands That By Submission Of Its Offer And Award Of A Contract It May Be Required To Provide Copies Of Documents Or Records To Va That Va May Review To Determine Whether The Offeror Complied With The Limitations On Subcontracting Requirement Specified In The Contract. The Contracting Officer May, At Their Discretion, Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During Performance And Upon Completion Of A Contract If The Information Regarding Such Compliance Is Not Already Available To The Contracting Officer. Evidence Of Compliance Includes, But Is Not Limited To, Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed.
(c) The Offeror Further Agrees To Cooperate Fully And Make Available Any Documents Or Records As May Be Required To Enable Va To Determine Compliance With The Limitations On Subcontracting Requirement. The Offeror Understands That Failure To Provide Documents As Requested By Va May Result In Remedial Action As The Government Deems Appropriate.
(d) Offeror Completed Certification/fill-in Required. The Formal Certification Must Be Completed, Signed, And Returned With The Offeror S Bid, Quotation, Or Quote. The Government Will Not Consider Offers For Award From Offerors That Do Not Provide The Certification, And All Such Responses Will Be Deemed Ineligible For Evaluation And Award.
certification:
i Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Specified In This Clause And In The Resultant Contract. I Further Certify That I Am Authorized To Execute This Certification On Behalf Of [insert Name Of Offeror].
printed Name Of Signee: _________________________________
printed Title Of Signee: ________________________________
signature: ______________________________________________
date: ___________________________________________________
company Name And Address: _______________________________
(end Of Clause)
vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018);
vaar, 852.270-1 Representatives Of Contracting Officers (jan 2008).
the Clause At Far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (may 2022) Applies To This Acquisition Including The Following Clauses:
far 52.204-10 Reporting Executive Compensation & First-tier Subcontract Awards (jun 2020);
far 52.209-6 Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 2021);
far 52.219-28, Post Award Small Business Program Rerepresentation (sep 2021);
far 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020);
far 52.222-3, Convict Labor (august 2003);
far 52.222-21, Prohibition Of Segregated Facilities (apr 2015);
far 52.222-26, Equal Opportunity (sep 2016);
far 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020);
far 52.222-40, Notice Of Employees Rights Under The National Labor Relations Act (dec 2010);
far 52.222-50, Combating Trafficking In Persons (nov 2021);
far 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020);
far 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021);
far 52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018);
afar 52.222-41 Service Contract Labor Standards (aug 2018);
far 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014);
far 52.222-55 Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022);
far 52.222-62 Paid Sick Leave Under Executive Order 13706 (jan 2022)
department Of Labor Wage Determinations: Department Of Labor Wage Determination 2015-5319 Revision Number 25 Dated December 23, 2024 Applies To This Acquisition.
quotes Shall Include The Rfq Number (36c25925q0227), The Proposed Unit Price, The Proposed Extended Price (for The Base And All Option Years,) Any Prompt Payment Discount Terms, Company Name, The Company Point Of Contact, Address, Phone Number, Fax Number, E-mail Address, Tax Identification Number, Unique Entity Identifier (uei) Number, And Business Size Status.
the Full Text Of A Solicitation Provision Or Contract Clause May Be Accessed Electronically At The Address(es) Below:
â Â â â â â â â â â http://www.acquisition.gov/far/index.html
â â â â â â â â â â Http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm
all Information Has Been Posted And There Are No Other Documents Available. Offers Are To Be Submitted Electronically To The Department Of Veterans Affairs, Network Contracting Office 19 (nco 19) Rocky Mountain Acquisition Center, 6162 South Willow Drive, Suite 300, Greenwood Village, Co 80111 Attn: Shanta Harrison, Contract Specialist At Shanta.harrison@va.gov No Later Than 4:00 P.m. Mountain Time On Wednesday, February 26, 2025. Quotes Submitted By Fascimile (fax Machine) Will Not Be Accepted. Please Include The Solicitation Number In The Subject Line Of Emails Submitted.
any Questions Regarding This Solicitation Must Be Submitted In Writing To The Contracting Officer No Later Than 12:00 P.m. Mt, Wednesday, February 19, 2025. All Responses To Questions Received Will Be Posted To The Contracting Opportunities Website Via An Amendment.
Closing Date26 Feb 2025
Tender AmountRefer Documents
Western Visayas Sanitarium Doh Tender
Laboratory Equipment and Services
Philippines
Details: Description Republic Of The Philippines Department Of Health Western Visayas Sanitarium And General Hospital Santa Barbara, Iloilo Invitation To Bid For Procurement Of Various Laboratory Reagents And Supplies Ib No. 2025-04-007-g The Western Visayas Sanitarium And General Hospital, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Procurement Of Various Laboratory Reagents And Supplies Lot 1: Reagents Compatible With Sysmex Xn-550 Lot 2: Reagents Compatible With I-chroma Ii Analyser Lot 3: Reagents And Supply Compatible With Matrix Gel System Cr 6800 Crossmatching Machine Lot 4: Urine Strips And Reagents Compatible With Fully Automated, Hybrid Urine Analyzer Lot 5: Reagents Compatible With Spectrophotometry, Liquid/wet Chemistry Analyzer Rayto Chemray 240 Lot 6: Reagents Compatible With Electrolyte Analyzer Horron H900 Lot 7: Reagents With Free Use Of Immunology Machine Line Items Location : Western Visayas Sanitarium And General Hospital Approved Budget For : Php 13,433,409.50 The Contract (abc) Lot 1: Php 1,879,400.00 Lot 2: Php 924,875.00 Lot 3: Php 151,000.00 Lot 4: Php 2,225,154.00 Lot 5: Php 418,557.50 Lot 6: Php 850,600.00 Lot 7: Php 1,621,000.00 Line Items: Php 5,362,823.00 Fund Source : Caf No. 2025-024-gf Delivery Period : Initial/partial Delivery Twenty (20) Working Days After Receipt Of Notice To Proceed (ntp) Succeeding Deliveries Are Stipulated Within The Product Description. Lot 1: Reagents Compatible With Sysmex Xn-550 Abc: Php 1,879,400.00 Item No. Qty. Unit Of Issue Description 1 70 Box Cellpack Dcl 20l, 25 Boxes On First And Second Delivery With 3 Months Interval, Remaining 20 Boxes On The Last Delivery, Expiry Date Must Not Be Less Than 12 Months Upon Delivery 2 50 Box Wdf-lysercell (2l), 25 Boxes On First And Last Delivery, Expiry Date Must Not Be Less Than 12 Months Upon Delivery 3 20 Box Wdf-fluorocell (2x42ml), Expiry Date Should Not Be Less Than 12 Months. 4 15 Box Sls-sulfolyser (2x1.5l), Expiry Date Should Not Be Less Than 12 Months. 5 10 Set Tri-level Control 3x3 Ml, 1 Set Every Month, Expiry Date Must Not Be Less Than 1 Month Upon Delivery 6 12 Bot Washing Solution 120 Ml Compatible W/ Hematology Analyzer, 6 Bottles On First Delivery And Remaining 6 Bottles After 4 Months, Expiry Date Must Not Be Less Than 12 Months Upon Delivery Reagents Compatible With Sysmex Xn-550 With Free Preventive Maintenance, Calibration With Certificate, Troubleshooting And Part/s Replacement. Lot 2: Reagents Compatible With I-chroma Ii Analyzer Abc: Php 924,875.00 Item No. Qty. Unit Of Issue Description 1 7 Box Anti-streptolysin O, Quantitative, 25's, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 2 65 Box Crp, Quantitative, 25's, 25 Boxes On The First And Second Delivery With 4 Months Interval, Remaining 15 Boxes On The Last Delivery, Expiry Date Must Not Be Less Than 18 Months Upon Delivery 3 2 Box D-dimer, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 4 5 Box Hba1c, Quantitative, 25's, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 5 30 Box Troponin I, Quantitative, 25's, 20 Boxes On First Delivery And 10 Boxes On Last Delivery After 4 Months. Expiry Date Should Not Be Less Than 18 Months. 6 6 Box Ferritin, Quantitative, 25's, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 7 11 Box Procalcitonin, Quantitative, 25's, 6 Boxes On The First Delivery And Remaining 5 Boxes After 4 Months, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 8 6 Box Rheumatoid Factor, Quantitative, 25's, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 9 1 Box Immunoassay Tri-level Control For T3, T4, Ft3, Ft4, Tsh, Ferritin, Tumor Markers, 3 Levels X 4 Sets X 3-5ml, With 18 Months Expiry From Delivery Date. Reagents Compatible With I-chroma Ii Analyser. Expiry Date Should Not Be Less Than 18 Months Upon Delivery. Lot 3: Reagents And Supply Compatible With Matrix Gel System Cr 6800 Crossmatching Machine Abc: Php 151,000.00 Item No. Qty. Unit Of Issue Description 1 10 Box Ahg (coomb's) Gel Card, 6x24's Compatible With Matrix Gel System Cr-6800, 7 Boxes On The First Delivery And Remaining 3 On The Last Delivery, Expiry Date Must Not Be Less Than 18 Months. 2 6 Bot Diluent Liss, 250ml, 4 Bottles On The First Delivery And Remaining 2 Bottles On Last Delivery, Expiry Date Must Not Be Less Than 12 Months. 3 40 Bot Plain Nss, 1l, 20 Bottles On The First Delivery And 20 Bottles On Last Delivery After 4 Months, Expiry Date Must Not Be Less Than 18 Months Upon Delivery Reagents And Supply Compatible With Matrix Gel System Cr 6800 Crossmatching Machine. Expiry Date Should Not Be Less Than 18 Months Lot 4: Urine Strips And Reagents Compatible With Fully Automated, Hybrid Urine Analyzer Abc: Php 2,225,154.00 Item No. Qty. Unit Of Issue Description 1 12 Pack Sheath Fluid, 20-25l, 1 Pack Per Month 2 45 Bot Cleaning Solution, 500-600ml, 2 Bottles Per Month 3 6 Bot Detergent, 500-600 Ml, 1 Bottle Every 3 Months 4 6 Bot Calibrator, 125-130 Ml, 1 Bottle Per Month 5 48 Bot Focus B, 125-130 Ml, 3 Bottles Per Month 6 144 Bot Urine Strips, 14parameters, 100's, 12 Bottles Per Month 7 15 Kit Dry Chemistry Control, Negative, 4x8-10ml, 3 Bottles On First Delivery, 2 Bottle Per Month For Successive Months 8 15 Kit Dry Chemistry Control, Positive, 4x8-10ml, 3 Bottles On First Delivery, 2 Bottle Per Month For Successive Months 9 15 Bot Sediment Qc Control, Negative, 125-130ml, 3 Bottles On First Delivery, 2 Bottle Per Month For Successive Months 10 15 Bot Sediment Qc Control, Positive Level 3, 125-130ml, 3 Bottles On First Delivery, 2 Bottle Per Month For Successive Months Urine Strips And Reagents Compatible With Fully Automated, Hybrid Urine Analyzer (sediment And Strip Reader Fused In 1) Using The Flow Cytometry Technology. Strips And Reagents Must Have 12 Months Expiry From The Delivery Date With Free Use Of A Functional Analyzer Which Has A Throughput Of 100 - 120 Test/hour Or 30-35 Seconds Testing Time, No Need For Centrifugation And Cuvettes, High Speed Digital Imaging (up To 3000 Digital Images/sample), Identification Of 24-25 Formed Elements; With Free 3 Bottles Of 10l Distilled Water Every Month; With Free Provision Of Quarterly Preventive Maintenance, Calibration, Troubleshooting And Parts Replacement Until Reagents Are Fully Consumed; With Provision Of Certificate Of Calibration. (timeline Of Repair).expiry Date Should Not Be Less Than 18 Months. Lot 5: Reagents Compatible With Spectrophotometry, Liquid/wet Chemistry Analyzer Rayto Chemray 240 Abc: Php 418,557.50 Item No. Qty. Unit Of Issue Description 1 700 Ml Alt/ Sgpt 2 480 Ml Albumin 3 700 Ml Ast/sgot 4 250 Ml Bilirubin,direct 5 250 Ml Bilirubin, Total 6 500 Ml Cholesterol, Total 7 700 Ml Creatinine 8 500 Ml Glucose 9 250 Ml Total Protein 10 500 Ml Triglycerides 11 500 Ml Uric Acid 12 1200 Ml Urea Nitrogen 13 600 Ml Hdl Direct 14 250 Ml Ldh 15 55 Bot Control, Normal, First Delivery Of 30 Bottles, Then Remaining 25 Bottles For The Last Delivery After 3 Months 16 48 Bot Control, Pathologic, First Delivery Of 30 Bottles, Then Remaining 18 Bottles For The Last Delivery After 3 Months 17 3 Bot Auto Control 5 Ml Bottle (multicalibrator For Chemistry Tests) 18 1 Pack Reagent Bottle, Brown, 40 Ml (50 Bot/pack), Compatible With Chemray 240 19 1 Pack Reagent Bottle, Brown, 20 Ml (50 Bot/pack), Compatible With Chemray 240 20 1 Pack Reagent Bottle Cap White For Chemray 240 Reagent Bottle 21 1 Pack Reagent Bottle Cap Blue For Chemray 240 Reagent Bottle Reagents Compatible With Spectrophotometry, Liquid/wet Chemistry Analyser (rayto Chemray 240) With Free Calibration And Programming Upon Initial Delivery Of Reagents. Reagent Kits Should Include Synthetic Standard For Calibration Purposes. Expiry Date Should Not Be Less Than 18 Months. First Delivery Should Be On The Third Quarter Of The Year. Lot 6: Reagents Compatible With Electrolyte Analyzer Horron H900 Abc: Php 850,600.00 Item No. Qty. Unit Of Issue Description 1 67 Pack Electrolyte Solution Pack, First Delivery Of 40 Packs, Then 20 And 7 Packs For Each Succeeding 3 Months Interval, Expiry Date Not Less Than 18 Months Upon Delivery 2 5 Box Electrode Deproteinization Solution With Diluent 5 Ml 3 2 Bot Activating Solution 110 Ml 4 3 Bot Qc Cleaning Solution 110 Ml 5 3 Bot Electrode Refill Solution 6 3 Bot Reference Electrode Refill Solution 7 3 Pc Na Electrode 8 3 Pc K Electrode 9 3 Pc Ca Electrode 10 3 Pc Ph Electrode 11 3 Pc Cl Electrode 12 2 Pc Reference Electrode 13 1 Set Tubing Kits Reagents Compatible With Electrolyte Analyzer Horron H900. Expiry Date Should Not Be Less Than 18 Months. Lot 7: Reagents With Free Use Of Immunology Machine Abc: Php 1,621,000.00 Item No. Qty. Unit Of Issue Description 1 600 Test T3, Quantitative, 200 Test For The First, Second And Last Delivery, With 3 Months Interval In Between, Expiry Of Not Less Than 18 Months. 2 600 Test T4, Quantitative, 200 Test For The First, Second And Last Delivery, With 3 Months Interval In Between, Expiry Of Not Less Than 18 Months. 3 1000 Test Tsh, Quantitative, 200 Test For The First, 300 For The Second And 500 For The Last Delivery, With 3 Months Interval In Between, Expiry Of Not Less Than 18 Months. 4 240 Test Tpsa, Quantitative, 100 Tests On The First Delivery, 140 Tests On The Last Delivery, Expiry Of Not Less Than 18 Months 5 150 Test Hepa B Quantitative, 50 On The First Delivery And Remaining 100 On The Last Delivery, 3months In Between, With Not Less Than 18 Months Expiry Upon Delivery 6 120 Test Antihbs Quantitative, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery 7 120 Test Hbeag Quantitative, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery 8 90 Test Anti Hav Igg Igm Quantitative, With Not Less Than 18 Months Expiry Upon Delivery 9 90 Test Anti Hbeag Quantitative, With Not Less Than 18 Months Expiry Upon Delivery 10 60 Test Anti Hbc Quantitative, With Not Less Than 18 Months Expiry Upon Delivery 11 120 Test Anti Hcv Quantitative, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery 12 120 Test Free T3, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery 13 120 Test Free T4, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery 14 120 Test Afp, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery 15 120 Test Ca 125, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery 16 120 Test Cea, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery Reagents With Required Cpr Available Upon Delivery Compatible With Free Use Of Immunology Machine Which Uses Enhanced Chemiluminescence Principle, Has Up To 90 Reportable Patient Test Results/hour, Microwell Technology With Dispense Verification, Only Requires 10 - 80 Ul Of Sample For Testing, Up To 2000 Assays On Board Capacity, Up To 20 Different Integrated Reagent Packs With No Reagent Preparation/mixing Or Reconstitution Needed, Automatic, Self-contained, Temperature And Humidity Controlled Reagent Supply, No Prime, Purges, Washes Or Tubing Maintenance For System Start Up, Random Access Calibration, With Clot, Bubble, Low And High Viscosity Detection, Liquid Level Sensing, Reflex Dilution, Reagent Aspirations And Dispense Verifications, And Is Provided With Free Annual Calibration And Certificate, Free Quarterly Preventive Maintenance, Repair, And Parts Replacements (trouble Shooting And Repair Should Be Acted By Provider For Not More Than 24 Hours Upon Notification By End User And In Case Of Actual Breakdown, Machine Should Be Replaced With A Working Unit In Maximum Of 48 Hours After Notification By End User). Line Items Abc: Php 5,362,823.00 Item No. Qty. Unit Of Issue Description 1 2 Bot 10 % Koh Solution, 500 Ml, Expiry Not Less Than 18 Months Upon Delivery 2 29 Pack 3.2 % Na Citrate Tube In A Tube, Screw Cap, 1.8 Ml, 15 Packs For The First Delivery, 7 Packs On The Second And Last Delivery In 3 Months Interval, Expiry Date Should Not Be Less Than 18 Months Upon Delivery * 3 2 Bot Acetone 2.5 L, Analytical, High Grade (histopath Use), Expiry Not Less Than 18 Months Upon Delivery 4 4 Set Acid Fast Stain 3x500, Cold Method, Expiry Not Less Than 18 Months Upon Delivery 5 16 Bot Absolute Ethanol, Ar, 2.5 Liters Per Bottle, Expiry Not Less Than 18 Months Upon Delivery 6 6 Bot Acid Alcohol, 1% Ar, 3.8 Liters Per Bottle, Expiry Not Less Than 18 Months Upon Delivery 7 10 Tube Alkaline Peptone Water, 10ml, Screw Cap, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: Upon Request Of End-user 8 90 Set Anti-a, Anti-b & Anti-d Typing Sera, 10ml/vial, 30 Sets Every 3 Months, Expiry Should Not Be Less Than 18 Months Upon Delivery 9 6 Bot Anti-human Igg, Polyspecific, 10ml, Expiry Not Less Than 18 Months Upon Delivery 10 2 Box Anti-hbs, 40's, Immunochromatography, Expiry Not Less Than 18 Months Upon Delivery 11 2 Box Anti-hcv, 40's, Immunochromatography, Expiry Not Less Than 18 Months Upon Delivery 12 1 Bot Acetic Acid, 10%, 1l, Expiry Not Less Than 18 Months Upon Delivery 13 20 Box Anti-treponema, 30's, 10 Box On The First And Last Delivery With 3 Months In Between, Expiry Not Less Than 18 Months Upon Delivery 14 15 Box Aptt With Calcium Chloride (5x3ml), Expiry Not Less Than 18 Months Upon Delivery 15 480 Test Blood Typing Card For Abo And Rh With Negative Auto Controls, With Single Use 5ul Microdropper Per Test, Provision Of End User's Orientation Upon Delivery, 280 On The First Delivery And 200 On The Last, 3 Months Interval, Expiry Not Less Than 18 Months Upon Delivery 16 20 Bot Brain Heart Infusion Broth, 10 Ml, With 3 Months Expiry From Delivery Date 17 1 Bot Benedict's Solution, 250 Ml, Expiry Not Less Than 18 Months Upon Delivery 18 6 Pad Cellophane, Green 19 56 Box Cotton Swab, Individually Wrap, 100s 20 90 Pack Cotton Balls, Absorbent, 400g 21 5 Box Complement-3 (c3) Determination Kit, Gel Elusion,15's, Expiry Not Less Than 18 Months Upon Delivery 22 12 Box Control For Coagulation (6x1ml) Normal, 8 Box On The First Delivery And Remaining 4 Box On The Last Delivery With 4 Months In Between, Expiry Should Not Be Less Than 18 Months Upon Delivery 23 60 Box Cover Slips, 24 X 60mm, 100's/box, Clear, Transparent 24 21 Pack Coverslip, 24x24mm, 100's/box, Clear, Transparent 25 110 Box Covid 19 Rapid Antigen, 20's, Qualitative ( Must Be Read Visually), With Deactivating Agent, At Least 80% Sensitivity And 97% Specificity, With Cpr Or Emergency Authorization From Fda Philippines, And Must Be Validated By Ritm Or Any Doh-designated Independent Or A Third Party, Government, Or Private Research Institution. Must Adhere To The Specification Stipulated In Htac Guidance. 60 Boxes On The First Delivery And 50 Boxes On The Last Delivery With 4 Months Interval. Expiry Should Not Be Less Than 18 Months Upon Delivery 26 20 Pack Cuvettes/cups, 100s Compatible With Rayto (rt-2204c) Coagulation Machine 27 155 Pc Cover All, Breathable, Impervious, Water Repellant, Elastic Wrist And Ankle, With Tape, Large 28 48 Pc Container, For Sharps/ Needles, Portable 29 25 Box Dengue Ns1 Ag+ Igg, Igm, 25's, 15 Boxes On The Initial And Remaining 10 Boxes On The Last Delivery, With 4 Months In Between, Expiry Should Not Be Less Than 18 Months Upon Delivery 30 5 Box Dengue Ns1 Ag, 25's With 18 Months From Delivery Date 31 10 Box Disposable Plastic Pipette/ Pipettor, 1000's 32 180 Pack Dry Clot Activator Test Tube W/ Gel Separator, Gold Top, Plastic, 5ml, 100's, 100 Packs On First, 50 On The Second, And 30 Packs On The Last Delivery With 3 Months Interval In Between, Expiry Not Less Than 12 Months Upon Delivery* 33 200 Pack Edta, K2 Test Tube, Spray Dry, Screw Cap, 2 Ml, Plastic 100's, 100 Packs On The First Delivery, 50 On The Second And On The Last Delivery In 3 Months Interval, Expiry Not Less Than 12 Months Upon Delivery* 34 120 Pack Edta, K2 Test Tube, Spray Dry, 0.5 Ml, 50's, Plastic, 60 On The First Delivery, 30 On The Second And On The Last Delivery In 3 Months Interval, Expiry Not Less Than 12 Months Upon Delivery* 35 2 Pack Embedding Tissue Cassettes With Lid, 250's 36 4 Pc Embedding Bottom Mold, 30x 24x7 Cm, Stainless Steel 37 2 Pack Esr Tube, Black Top, 0.5- 2 Ml, Plastic, With Plastic Pipette, Expiry Not Less Than 18 Months Upon Delivery* 38 4 Bot Eosin Powder, Yellowish, 25 Gms 39 12 Box Fecal Occult Blood Test Kits, Lateral Flow, 25's, 6 Box On The First Delivery, 3 Boxes On The Second And The Last Delivery With 3 Months Interval, 18 Months Of Expiry From Delivery Date 40 23 Sheet Filter Paper, Lab, 610mm X610 Mm 41 16 Bot Formalin, 10% Neutral Buffered, Ar, 1 Gallon, Expiry Not Less Than 18 Months Upon Delivery 42 10 Bot Formalin, 37% , Ar, 1 Gallon, Expiry Not Less Than 18 Months Upon Delivery 43 10 Plate Gentamicin Blood Agar/bacitracin Chocolate Agar, 90-100 Mm Bi-plate, With Qc Report, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: Upon Request Of End-user 44 250 Box Glass Slides, Clear, Ground Frosted, Plain, 72's 45 4 Set Gram Stain 4x500, Expiry Not Less Than 18 Months Upon Delivery 46 1 Pc Graduated Cylinder, Tall Form, 500ml 47 120 Bot Glucose Strips Control Material, Normal, 3 - 5 Ml Bottle, 50 Bottles On The First Delivery, 30 On The Second And The Last Delivery In 3 Months Interval, Should Not Be Less Than 18 Months Upon Delivery 48 120 Bot Glucose Strips Control Material, Pathologic, 3 - 5 Ml Bottle, 50 Bottles On The First Delivery, 30 On The Second And The Last Delivery In 3 Months Interval, Should Not Be Less Than 18 Months Upon Delivery 49 3 Box Hav Igm Rapid/qualitative Test, 25's With 18 Months Of Expiry From Delivery Date 50 85 Box Hepatitis B Surface Ag, Qualitative,25's, 40 Boxes On The First Delivery, 25 Boxes On The Second And 20 Boxes On The Last Delivery, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 51 4 Bot Harris Hematoxylin (hand E Staining), Rapid Staining (not More Than 3 Minutes, Dip Method), 1 Liter, Expiry Not Less Than 18 Months Upon Delivery 52 120 Vial Hematocrit Tubes, Sodium Heparinized, Soda Lime Glass, 80iu/ml, 100's/vial, 60 Vial On The First Delivery, 30 Vials On The Second And On The Last Delivery With 3 Months In Between, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 53 20 Box H. Pylori Ab Rapid Test, 25's, 15 Box Initial Delivery And 10 On The Last, With 3 Months In Between, 18 Months Before Upon Delivery Date 54 1 Set Hematology Stain Set (3x500 Ml) For Rapid Staining Of Blood Smears Which Corresponds To The Pappenheim Stain With Processing Time Of Only 2 Minutes, Contains A Fixing Solution Methanol (sol'n.1), One Red (eosin) Solution (sol'n. 2), One Blue (azur) Staining Solution (sol'n. 3), And 3 Phosphate Buffer Tablets Ph 7.2 Acc. To Weise Which Will Be Prepared As Solution 4, Expiry Not Less Than 18 Months Upon Delivery 55 1 Bot India Ink/china Ink 10 Ml, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 56 30 Bot Isopropanol , 100%, 2.5 L For Automated Tissue Processor, 24 Months Before Expiry Upon Delivery 57 4 Roll Laboratory Sealing Film 58 1 Bot Lugol's Iodine, 250 Ml, Expiry Date Should Not Be Less Than 12 Months Upon Delivery 59 400 Pc Macconkey Agar, 90-100 Mm Plate, With Qc Report, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: 30 Plates Monthly Or Upon Request Of End-user 60 24 Pack Matchsticks, 10's 61 8 Pc Microscope Bulb, Halogen Display/optic Lamp, 20w 6v 62 12 Pc Microscope Fuse A1, 250v, Anti-surge, Pcb Mount 63 3 Pc Microtome Blade , High Profile, 50s 64 3 Pc Microtome Blade , Low Profile, 50s 65 300 Set Microbial Id And Ast Kit, Format Includes Esbl Detection Panel, Fda Clearance For Testing Streptococcus Spp. Haemophilus Influenzae, Candida Spp, Clsi Recommended, Free Use Of Tabletop And Compact Semi-automated Or Fully Automated Reader/s With Maximum Dimension Of 60cm X 60cm X 30cm Lxwxh, With Possible Set Options For Gram Negative And Gram Positive Organism. 150 On The First Delivery And The Next 150 On The Last Delivery, With 3 Months In Between, Expiry Not Less Than 12 Months Upon Delivery 66 7 Bot Mounting Medium, 500 Ml, Expiry Not Less Than 12 Month 67 20 Pc Mueller-hinton With 5% Sheep's Blood Agar, 90-100 Mm Plate, With Qc Report, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: Upon Request Of End-user 68 400 Pc Mueller-hinton Agar, 90-100 Mm Plate, With Qc Report, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: 30 Plates Monthly Or Upon Request Of End-user 69 4 Bot Non-drying Oil Immersion, Type A, 30 Ml 70 6 Set Pap's Smear Stain, 6x500 Ml 71 12 Pack Paraffin Wax, Pellets, With Added Polymer, 1 Kg 72 24 Pack Pipette Tips, 100-1000 Ul, 1000's 73 24 Pack Pipette Tips, 10-100 Ul, 1000's 74 4 Pack Pipette Tips, 0.5- 10 Ul, 1000's 75 3 Box Plastic Storage Box, With Lid, 95 Liters Capacity 76 40 Box Pregnancy Test Kits For Serum, Plasma And Urine, 40's, 20 Boxes On The First, 10 Boxes On The Second And On The Last Delivery With 3 Months Interval In Between, Expiry Should Not Be Less Than 18 Months Upon Delivery 77 15 Box Prothrombin Reagent (5x5ml), Lyophilized With Diluent , 5 X3-5 Ml/bot, 8 Boxes On The First Delivery And 7 Boxes On The Last With 3 Months Interval, Expiry Should Not Be Less Than 12 Months 78 2 Bottle Pure Glycerin, Usp Grade, 500 Ml 79 1 Bot Rabbit Plasma 100 Ml 80 1 Set Reticulocyte Stain 250ml 81 5 Box Rpr, 500 Tests, 3 Boxes On The First And 2 Boxes On The Last Delivery With 3 Months In Between, Expiry Not Less Than 18 Months Upon Delivery 82 960 Bot Ready To Drink Ogtt, 75 Gms, Orange Flavor, First Delivery Of 300 Bottles, 300 Bottles On The Second Delivery And Remaining 360 Bottles On The Last Delivery, 3 Months In Between Each Delivery, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 83 9 Box Salmonella Typhi Igg, Igm, 25's, 5 Boxes On The First Delivery And 4 On The Last, With 3 Months In Between, Expiry Should Not Be Less Than 18 Months From Delivery Date 84 4 Pc Slide Box For Glass Slide, 20s Capacity 85 2 Pc Staining Rack,/bridge, Stainless 86 20 Bot Selenite-f Broth, 10ml, Screw Cap, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: Upon Request Of End-user 87 15 Box Surgical Blade 10, Stainless Steel, Sterile, Single Use, 100 Pcs/box 88 350 Plate Sheep Blood Agar/chocolate Agar, 90-100 Mm Bi-plate, With Qc Report, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: 30 Plates Monthly Or Upon Request Of End-user 89 20 Plate Salmonella-shigella Agar/tcbs Agar, 90-100 Mm Bi-plate, With Qc Report, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: Upon Request Of End-user 90 36 Pc Test Tube Brush 91 2000 Pc Test Tubes, Glass, Autoclavable, Heat Resistant, 5 Ml Capacity 92 1000 Pc Test Tube, Plain, Glass, Autoclavable, Heat Resistant, 7-10 Ml 93 9 Pc Thermometer, For Refrigerator, Mechanical, Dial Design, Durable Stainless Steel, Shatter-proof Screen, 2-way Bracelet Hangs, Os Stand, Safe Temperature Zone Indicator, Reads Accurate Range 130-300c, 7.5x6.2x4.2cm 94 375 Bot Thermo Scientific (aerobic) Culture Bottle 40-80 Ml For Versatrek Redox Ez Draw 1. 200 Bottles On First Delivery And Remaining 175 Bottles On The Last, 3 Months In Between, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 95 10 Tube Thioglycollate Fluid, 10ml, Screw Cap, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: Upon Request Of End-user 96 4 Pc Thermometer, Room Thermometer, Wooden Frame, Alcohol Based 97 16 Pc Timer, Digital W/ Up To 99 Minutes Timing, Aaa Battery 98 1 Bot Tryptic Soy Agar, Dehydrated Culture Media 250 Grams, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 99 16 Tube Tryptic Soy Broth, 10ml, Screw Cap, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: Upon Request Of End-user 100 120 Bot Triple Distilled Water, 80 Bottles On The First Delivery And 40 Bottles On The Last Delivery, 3 Months In Between, Expiry Should Not Be Less Than 18 Months Upon Delivery 101 30 Bot Urine Strips, 4 Parameters, Expiry Date Should Not Be Less Than 12 Months Upon Delivery 102 1 Bot Urine Strips, 10 Parameters, Expiry Date Should Not Be Less Than 12 Months Upon Delivery 103 8 Pack Wooden Applicator Stick, 6 In., 500's, 104 12 Bot Xylene, Ar, 2.5 Liters, Expiry Date Should Not Be Less Than 12 Months Upon Delivery 105 120 Bot Alcohol, 70%,ethyl With Moisturizer, 500ml, 50 Bottles On First Delivery, 50 On The Second And 20 Bottles For The Second And Last Delivery, With 3 Months Interval, Expiry Must Not Be Less Than 18 Months 106 25 Box Alcohol Pads, 100's 107 2 Roll Autoclave Tape, Lead Free , 18 Mm, Pressure Sensitive, 54 Meters In 1 Roll, 18 Months Service Life 108 100 Box Blood Lancet, Plastic Twist,fine Gauge, Tri-bevel Tip, 200's, G21 With Cpr, 40 Boxes On The First Delivery, 30 Boxes For The Second And In The Last Delivery, Expiry Must Not Be Less Than 18 Months Upon Delivery 109 10 Box Blood Lancet, Plastic Twist,fine Gauge, Tri-bevel Tip, 200's, G23 With Cpr, Expiry Must Not Be Less Than 18 Months Upon Delivery 110 120 Pc Cover All, Breathable, Impervious, Water Repellant, Elastic Wrist And Ankle, With Tape, Medium 111 240 Box Face Mask, Ultra Fluid And Splash Resistant, Inner And Outer Layer, Easy Breathability, Full Width Adjustable Nose Piece, Particle Filtration Efficiency >99%, Ear Loop, 3 Ply, 50s 112 5 Pc Forcep , Surgical 113 5 Pc Gauze Roll (24x28, 2ply, 100 Yards) 114 60 Pack Gauze Pad, 24x20 Mesh, 4x4x8 Ply, 40's 115 10 Roll Gauze, Big, Rolled, 24x28x36 Mesh 116 125 Box Gloves, Clean, Medium, Latex Examination, Powder-free, Ambidextrous, Non-sterile, Thick, Single Use Only, 100s, 50 Boxes On The First Delivery, 50 Boxes On The Second And 25 Boxes For The Last Delivery, With 3 Months In Between, Expiry Must Not Be Less Than 12 Months Upon Delivery 117 275 Box Gloves, Clean, Small, Latex Examination, Powder-free, Ambidextrous, Non-sterile, Thick, Single Use Only, 100s, 100 Boxes On The First Delivery, 100 Boxes On The Second And 75 Boxes For The Last Delivery, With 3 Months In Between, Expiry Must Not Be Less Than 12 Months Upon Delivery 118 20 Box Gloves, Clean, Large, Latex Examination, Powder-free, Ambidextrous, Non-sterile, Thick, Single Use Only, 100s, 10 Boxes On The First The Last Delivery, With 3 Months In Between, Expiry Must Not Be Less Than 12 Months Upon Delivery 119 50 Packs Head Caps, Surgical, 100s 120 4 Bot Hydrogen Peroxide 500 Ml 121 100 Piece Isolation Gown, 100% Polyester Woven Fabric With Pu Coating, Water Repellant, Tie At The Neck And Waist, Breathable, Medium/ Large/ Small 122 20 Box Needle, Disposable, Non-toxic, Non-pyrogenic, Single Use, Sterilized By Gamma Radiation, Blister Packed Individually, Gauge 24x1/2 In (14x13mm), 100s, Expiry Must Not Be Less Than 18 Months Upon Delivery 123 12 Box Needle, Disposable, Non-toxic, Non-pyrogenic, Single Use, Sterilized By Gamma Radiation, Blister Packed Individually, Gauge 25x1/2 In (14x13mm), 100s, Expiry Must Not Be Less Than 18 Months Upon Delivery 124 500 Pc N95 Respirator, Self-inhalation, Filter Type, Particles Respirator With Official Niosh Approved Certification, Not Less Than 18 Months Upon Delivery, 200 On The First Delivery, 300 On The Last, With 3 Months Of Interval Between Deliveries, Expiry Not Less Than 18 Months Upon Delivery* 125 5 Box Povidone Iodine Pads, 100's 126 90 Box Plaster, Hypoallergenic, Transparent And Adhesive Plastic Tape, Waterproof, 1", 12's 127 12 Pack Safety Blood Collection Set (butterfly) W/ Luer Lock Adopter, G23/34" With Transparent Plastic Hub, Double Bevel, 50's 128 12 Pack Safety Blood Collection Set (butterfly) W/ Luer Lock Adopter, G25/34" With Transparent Plastic Hub, Double Bevel, 50's 129 60 Pack Shoe Cover, Non-wove, Disposable, 100's 130 250 Box Syringe 3cc, With Needle, Luer Lock, Plastic, Disposable, Non-toxic, Non-pyrogenic, Non-bacteria, Siliconized Plunger, Sterilized By Electron Beam, Latex Free, Single Use, Plastic Blister Packed Individually, With Backflow, Double Stop Gasket, Gauge 23x1in (0.65x25mm), 100s, 100 Box On First And Second Delivery, And Remaining 50 On The Last Delivery, 2 Months In Between, Expiry Not Less Than 18 Months Upon Delivery* 131 200 Box Syringe 5cc, With Needle, Luer Lock, Plastic, Disposable, Non-toxic, Non-pyrogenic, Non-bacteria, Siliconized Plunger, Sterilized By Electron Beam, Latex Free, Single Use, Plastic Blister Packed Individually, With Backflow, Double Stop Gasket, Gauge 23x1in (0.65x25mm), 100s, 100 Box On First And Last Delivery, 3 Months In Between, Expiry Not Less Than 18 Months.* 132 20 Box Syringe 10cc, With Needle, Luer Lock, Plastic, Disposable, Non-toxic, Non-pyrogenic, Non-bacteria, Siliconized Plunger, Sterilized By Electron Beam, Latex Free, Single Use, Plastic Blister Packed Individually, With Backflow,double Stop Gasket, Gauge 23x1in (0.65x25mm), 100s, 10 Boxes And First And Last Delivery, With 3 Months In Between, Expiry Not Less Than 18 Months Upon Delivery.* 133 35 Box Syringe 1cc, With Needle, Luer Lock, Plastic, Disposable, Non-toxic, Non-pyrogenic, Non-bacteria, Siliconized Plunger, Sterilized By Electron Beam, Latex Free, Single Use, Plastic Blister Packed Individually, With Backflow, Double Stop Gasket,gauge 23x1in (0.65x25mm), 100s, 20 Boxes And First And 15 On The Last Delivery, With 3 Months In Between, Expiry Not Less Than 18 Months Upon Delivery.* 134 200 Roll Tissue Paper, 3-ply, Individually Wrapped 135 12 Roll Torniquet,, Latex Free, Rubber, Stretchable, 1inch Wide, 25's Expiry Should Not Be Less Than 18 Months On Applicable Reagents/supply. The Bidder’s Single Largest Completed Contract Similar To The Contract To Be Bid Should Have Been Completed Within 3 Years From The Date Of The Deadline Of Submission And Receipt Of Bids, Award For This Contract Should Have Been Awarded By A Hospital Or Health Facility And Not By Another Supplier. Likewise, The Contract Price Of The Slcc Should Be At Least 50% Of The Sum Of The Abc Of The Lot(s)/lines Joined. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. The Complete Schedule Of Activities Is As Follows: Bac Activities Schedule Availability Of Bidding Documents April 11, 2025 At 8:00 Am To 4:00 Pm And Up To Before 9:00 Am Of May 5, 2025, At The Procurement/bac Office, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Pre-bid Conference April 23, 2025 (wednesday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Opening Of Bids May 5, 2025 (monday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Bid Documents May Be Acquired By Interested Bidders On The Dates And Address Above And Upon Payment Of Applicable Fee For The Bidding Documents In The Amount Of: Lot 1: Php 1,500.00 Lot 2: Php 1,000.00 Lot 3: Php 500.00 Lot 4: Php 2,000.00 Lot 5: Php 500.00 Lot 6: Php 1,000.00 Lot 7: Php 1,500.00 Line Items: Php 5,000.00 Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac/procurement Office On Or Before 9:00 Am Of May 5, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 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, Wvs.doh.gov.ph, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Meeting Link 1: Meet.google.com/nwr-hssm-oqt Meeting Link 2: Meet.google.com/rhr-uzut-xip Meeting Link 3: Meet.google.com/wvk-cxrt-iqb The Western Visayas Sanitarium And General Hospital 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 Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Noriel H. Gumban/jessie Jarbadan Bac Secretariat Western Visayas Sanitarium And General Hospital Sta. Barbara, Iloilo Tel. No.: (033) 332-4778 Loc. 119 Email: Wvsbac.procurement@gmail.com Website: Wvs.doh.gov.ph Renia Grace G. Salapare, Md, Fpafp, Mpa Medical Specialist Iii/bac Chairperson
Closing Date5 May 2025
Tender AmountPHP 13.4 Million (USD 240.4 K)
Municipality Of Tuba, Benguet Tender
Others
Philippines
Details: Description Republic Of The Philippines Province Of Benguet Municipality Of Tuba Office Of The Municipal Mayor Bids And Awards Committee (bac) Invitation To Bid For Supply & Delivery Of Other Supplies And Materials Project Id No. 2025-01-010 1. The Municipality Of Tuba, Through The Budget For The Contract Approved By The Sangguniang Bayan Under Annual Budget Cy 2025 Intends To Apply The Sum Of Nine Hundred Fifty-three Thousand Sixty-six Pesos (php953,066.00) For Supply & Delivery Of Other Supplies & Materials Project Identification Number 2025-01-010 (goods) Being The Abc To Payments Under The Contract For One Lot. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. Specifications: Item No. Unit Description/specification Qty Unit Cost Total Cost Item No. Unit Office/description Qty Unit Cost Total Cost Pr No. 2024-1-1236 (mo) 1 Set Easy Squeeze Mop, Heavy Duty 8 750.00 6,000.00 2 Set Tornado Mop 360 With 3 Extra Mop Head, Heavy Duty 10 550.00 5,500.00 3 Pack Detergent Powder, Active Clean,1.1kg Per Pouch, Cherry Blossom 30 160.00 4,800.00 4 Pc Dishwashing Paste Kalamansi, Anti-bacterial, At Least 400g 30 75.00 2,250.00 5 Pc Dishwashing Liquid Kalamansi, 375ml 20 120.00 2,400.00 6 Pc Bathroom Deodorizer, 100g 200 80.00 16,000.00 7 Pc Anti-bacterial, Hand Soap, Pure White, 60g/sachet 30 30.00 900.00 8 Pc Anti-bacterial Liquid Hand Soap, Pure White, 420ml, Refill 40 175.00 7,000.00 9 Pack Trash Bag, Gusseted, Thick, Large, 10 Pcs Per Pack 80 80.00 6,400.00 10 Pack Trash Bag, Gusseted, Thick, Medium, 10pcs Per Pack 40 75.00 3,000.00 11 Pcs Empty Sacks, 50kls 20 30.00 600.00 12 Pc Braided Doormat, Rectangle 80 55.00 4,400.00 13 Bot Bleach Color Safe, 3600ml 40 180.00 7,200.00 14 Can Floorwax, Water Proof, 4l/ Can 10 500.00 5,000.00 15 Bot Ethyl Alcohol Spray With Moisturizer, Antiseptic 500ml 20 120.00 2,400.00 16 Pack Green Tea Scented Bathroom Tissue Rolls, 10 Pcs/pack, 180g 175 380.00 66,500.00 17 Pc Fabcon, Antibac Refill, 740ml 20 180.00 3,600.00 18 Bot Multi Purpose Stain Removal, Thick Bleach Cleaner, 750ml 35 180.00 6,300.00 19 Pc Sponge Scrub With Foam (green & Yellow), Lasts 2x Longer, Durable Twin Pack 10 130.00 1,300.00 20 Pack Rags, 6", Assorted Colors, 10pcs/pack 10 80.00 800.00 21 Pc Doorway Footmat / Entrance Outdoor Mats, 6ft X 3ft 2 2,700.00 5,400.00 22 Pack Black Rippled Cup, 8oz, 25 Pcs Per Pack 40 340.00 13,600.00 23 Pack Barako W/ Hazelnut, 1 Kg Per Pack In Ziplock 35 650.00 22,750.00 24 Can Evaporated Filled Milk In Can, 360ml, Expiry Date: At Least December 2025 30 80.00 2,400.00 25 Pc Brown Sugar, 1kg Per Pack 25 110.00 2,750.00 26 Bot Cooking Oil, 1l, Canola In Bottle 5 260.00 1,300.00 27 Pack Milk Powder For Adult, 1kg 5 350.00 1,750.00 28 Pack Disposable Silver Paper Plates, 9" Square, 100 Pcs/pack 2 350.00 700.00 29 Pack Disposable Silver Paper Plates, 5" X 5" Round/square, 100 Pcs/pack 2 250.00 500.00 30 Pc Multipurpose Rectangular Food Serving Tray, Dark Brown In Color, Durable, Size: At Least 41cm X 30cm 10 244.00 2,440.00 30 Pack Wooden Stirrer, Individually Wrapped, 100 Pcs Per Pack 3 120.00 360.00 31 Pack Sfork, Plastic, 25 Pcs Per Pack 10 70.00 700.00 Sub Total 207,000.00 Pr No. 2024-11-1237 (mo-it) 1 Can Insecticide Spray, Multi-insect Killer, 600 Ml 2 500.00 1,000.00 2 Pack Toilet Paper With Tea Extract, 10s/pack, 180g/roll/3ply, White 20 380.00 7,600.00 3 Set Rotary Mop Bucket Set 360˚ Stainless Steel Fiber Mop Floor 1 400.00 400.00 Sub Total 9,000.00 Pr No. 2024-11-1240 (mo-cas) 1 Pcs Alcohol Spray, Ethyl,w/ Moisturizer, 70%, 500ml 24 110.00 2,640.00 2 Pack Tissue Paper, W/ Tea Extract, 10s/pack, 180g/roll, 3 Ply 12 360.00 4,320.00 3 Pcs Lei With Lgu Tuba Logo 15 450.00 6,750.00 4 Pack Milk And Cereal Drink, Vanilla Flavor, 30 Grams/sachet, 10 Sachet/pack 6 150.00 900.00 5 Box Mangosteen Coffee Mix Low Acid Coffee, With Mangosteen Exocarp, With High Source Of Vitamin C And Calcium, Sugar Free, 10 Sachets (10 Grams/sachet) Box 6 250.00 1,500.00 6 Pcs Rechargeable Mosquito Swatter 2 450.00 900.00 Sub Total 17,010.00 Pr No. 2024-11-1250 (mo-peso) 1 Packs Tissue Paper, With Tea Extract, 180 Grams Per Roll, 3 Ply, 10 Rolls Per Pack 6 380.00 2,280.00 2 Pieces 30 X 50 Inches, Clear, Multipurpose Plastic Bag, Thick, 4xl 50 26.00 1,300.00 3 Pieces 20 X 30 Inches, Clear, Multipurpose Plastic Bag, Thick, Xl 59 15.00 885.00 4 Bottle Alcohol, Ethyl, 70% Solution, Antiseptic With Moisturizer 500 Ml, Spray 5 120.00 600.00 Sub Total 5,065.00 Pr No. 2024-11-1251 (meo) 1 Pc Alcohol, Isopropyl W/ Moisturizer, 70%, 500ml 15 120.00 1,800.00 2 Pack Garbage Bag, Large, Black, Plastic, Gusseted Type, 10 Pcs/pack 10 60.00 600.00 3 Pcs Multi Insect Killer, Spray, Anti-dengue, 500ml 3 450.00 1,350.00 4 Pc Plastic Vacuum Flask Thermos, 2.2 L 1 650.00 650.00 5 Pcs Powdered Milk Drink, Fortified,680 Grams 2 300.00 600.00 6 Pack Toilet Tissue W/ Tea Extract, White, 3 Ply, 10 Rolls/pack, 180 G Per Roll 40 360.00 14,400.00 Sub Total 19,400.00 Pr No. 202-11-1256 (masso) 1 Pack Bathroom Tissue W/ Tea Extract, White, 3 Ply, 10s/pack, 180g/roll 26 360.00 9,360.00 2 Sachet Milk Drink, 33 Grams, Powder 55 18.00 990.00 3 Pairs Latex Coated Cotton Hand Gloves, Durable, Washable, Medium Size 100 85.00 8,500.00 4 Bottle Dishwashing Soap, Liquid, Calamansi Or Lemon, 250ml 5 80.00 400.00 Sub Total 19,250.00 Pr No. 2024-11-1257 (mbo) 1 Bottle Alcohol, Ethyl, 70% Solution, Disinfectant, Antiseptic, 500 Ml 15 120.00 1,800.00 2 Pc Dishwashing Liquid, Concentrate, 250g, Antibacterial 7 120.00 840.00 3 Can Disinfectant Spray, 510g 5 600.00 3,000.00 4 Pc Hand Liquid Soap, Antibacterial, 225ml/bottle 15 120.00 1,800.00 5 Pc Insect Repellant Spray, Water Base, Odorless, 500ml 15 480.00 7,200.00 6 Box Instant Coffee, With Moringa And Mangosteen Sweetened By Stevia, 12 Sachet/box 20 200.00 4,000.00 7 Can Milk Evaporated, In Can, 370 Ml 20 90.00 1,800.00 8 Pack Tissue Paper, With Tea Extract, 180 Grams Per Roll, 3 Ply, White, 10 Rolls Per Pack 30 360.00 10,800.00 Sub Total 31,240.00 Pr No. 2024-11-1263 (mo-hrmo) 1 Bot Alcohol, Spray With Moisturizer, 70%, 300ml 12 120.00 1,440.00 2 Pack Tissue Paper W/ Tea Extract, 180 Grams Per Roll, Soft And Fit, 3 Ply 105mm X 140 Mm/sheet, 10’s Per Pack 24 380.00 9,120.00 3 Pc Paper Cup 12 Oz (rippled) 500 6.00 3,000.00 4 Kg Coffee, Ground, A Mixture Of Half Barako & Half Arabica), Medium Roasted 12 552.00 6,624.00 5 Can Milk, Evaporated For Coffee 375 Ml, Expiry Date 2026 100 98.00 9,800.00 6 Kg Sugar, Unrefined, Muscovado 12 480.00 5,760.00 7 Box Gloves, Disposable, Nitrile, Xl Size, 100 Pcs Per Box 4 345.00 1,380.00 Sub Total 37,124.00 Pr No. 2024-11-1272 (sbo) 1 Bottle Bleach, Multi-purpose, Lemon, 500 Ml/bottle 10 70.00 700.00 2 Pc Broom, Plastic, Broomstick W/ Soft Brush Bristles 10 250.00 2,500.00 3 Galloon Car Shampoo, Per Gallon 10 350.00 3,500.00 4 Roll Cling Wrap, Food Wrap, 12 Inches X 300m 3 550.00 1,650.00 5 Kg Coffee, Ground, Per Kg, (mix Of Arabica & Barako) 15 500.00 7,500.00 6 Kg Coffee, Ground, Per Kg, (mix Arabica & Hazelnut) 10 600.00 6,000.00 7 Box Coffee, Instant, Moringa Mangosteen Stevia Coffee, 12 Sachet/box, Expiry Date Cy 2026 6 250.00 1,500.00 8 Bottle Cooking Oil, Special Pure Palm Oil, 4l/bottle 4 650.00 2,600.00 9 Pack Detergent Powder, Anti Bac, 500g/pack 35 80.00 2,800.00 10 Bottle Dishwashing Liquid, Concentrate, 240ml, Antibacterial, Removes, 99.9% Germs 25 90.00 2,250.00 11 Bottle Dishwashing Liquid, Concentrate, 790ml, Antibacterial, Removes 99.9% Germs 3 400.00 1,200.00 12 Pc Dust Pan, Quality Plastic Made, Big Size 4 120.00 480.00 13 Pc Duster, Cotton,durable 20 45.00 900.00 14 Can Floor Wax, Red Dye Wax, Long-lasting, 900g/can 6 300.00 1,800.00 15 Floor Map, With Spinner/tornado, Stainless Steel Handle, 360 Rotating Mophead 2 700.00 1,400.00 16 Pc Fly Catcher Paper, Per Sheet 15 35.00 525.00 17 Pc Foot Rug, Oblong Shape, Per Piece 60 40.00 2,400.00 18 Bottle Furniture Enhancing Polish, 330ml, Shines And Protects Wood And More, Rain Shower 6 220.00 1,320.00 19 Bottle Hand Soap, Liquid, 225ml., Antibacterial, Lemon Fresh 10 130.00 1,300.00 20 Bottle Hand Towels, Cotton, Good Quality 40 40.00 1,600.00 21 Pc Kitchen Gloves, Medium, Rubberized, Heavy Duty, Set 12 140.00 1,680.00 22 Pc Kitchen Table Cover, Oval Shape, 60”x120”, Printed, Vinyl, Thick With Plastic Cover On Top 1 1,100.00 1,100.00 23 Pc Kitchen Table Napkins, 27cm X 16cm, 100 Pulls Per Roll, White 15 90.00 1,350.00 24 Can Milk, Evaporated Filled, Color Red, Can, Big, For Coffee, Expiry Date Cy 2025-2026 60 70.00 4,200.00 25 Can Multi-insect Killer, Odorless, 500ml/can 10 450.00 4,500.00 26 Multi-purpose Cleaner, Classic, For Toilet & Stain, Anti-microbial System, Sodium Hypochlorite, Kill Germ & Viruses, Lemon Fresh, 500ml/bottle 20 170.00 3,400.00 27 Can Pail, Stainless Steel, 16 Quarts, Plain 2 600.00 1,200.00 28 Pack Paper Cups, Disposable, 8oz, 50s/pack, Plain White 25 90.00 2,250.00 29 Pot Cleaner, Stainless Steel, Regular, 30g 12 130.00 1,560.00 30 Pc Rags, Cotton, Round, Per Kilo 10 90.00 900.00 31 Pair Rainboots, Black Color, Size 7, No Heels, Pair, For Men 1 550.00 550.00 32 Rice Cooker, 2.2 Liters, Heavy Duty 2 2,400.00 4,800.00 33 Pc Scrub Sponge Mini, Heavy Duty, 75 Mm X 75mm X 30mm 15 45.00 675.00 34 Kilo Sugar, Light Brown, Per Kilo 25 90.00 2,250.00 35 Box Tea, Black Tea, 50 Pcs/box, Yellow Label, Expiry Date Cy 2026 3 250.00 750.00 36 Packs Tissue Paper,w/ Green Tea Extract, White, 180g/roll, 105mmx140mm/sheet,3 Ply, 10 Roll/bag 69 380.00 26,220.00 37 Bottle Bathroom Deodorizer, Lemon & Strawberry Scent, 100g, With Holer 6 60.00 360.00 38 Bottle Bathroom Deodorizer, 10 Lemons, 5 Strawberry & 5 Sampaguita Scent, 100g, Without Holder/refill 20 55.00 1,100.00 39 Pc Mouse./ Rat Trap, Sticky 8 60.00 480.00 40 Pack Trash Bag, Plastic, Black (11”x11”x24), 10pcs/pack 60 40.00 2,400.00 41 Pc Walis Tingting, Regular Size 5 60.00 300.00 42 Pc Adaptor, Universal 20 60.00 1,200.00 Sub Total 107,150.00 Pr No. 2024-11-1280 (menro) 1 Gal Rubbing Alcohol, 70% Solution, Antiseptic, Disinfectant With Moisturizer, Scented, By Gallon 5 600.00 3,000.00 2 Bot Alcohol Spray Bottle/container Can Refill At Least 500ml 10 75.00 750.00 3 Roll Toilet Tissue Paper, 3 Ply, 10 Rolls/pack, Soft, White With Green Tea Scent, At Least 180g 18 380.00 6,840.00 4 Box Mangosteen Coffee, Sugarfree, 1 Dozen/box, At Least 180g/box 15 350.00 5,250.00 5 Pack Milk Powdered, Fortified 5 250.00 1,250.00 6 Bot Dishwashing Liquid, Lemon Scent, At Least 475ml, Antibacterial 4 200.00 800.00 7 Pc Wall Clock, 10” L X 40” W 1 500.00 500.00 8 Doz. Plate, Melamine, Round Type, 9”, 1 Doz./set, Durable 1 750.00 750.00 9 Doz. Bowl, Melamine, Round Type, 5” 1 Doz./set Durable 1 1,000.00 1,000.00 10 Doz. Spoon, Stainless Steel, 1 Doz./set, Thick 1 250.00 250.00 11 Doz Fork, Stainless Steel, 1 Doz./set, Thick 1 250.00 250.00 Sub Total 20,640.00 Pr No. 2024-11-1283 (pnp) 1 Can Air Freshner, Lemon Scent, Can 6 89.00 534.00 2 Bottle Toilet Bowl And Urinal Cleaner, Anti-microbial System 5 50.00 250.00 3 Pack Trash Bag, Plastic, Black 940mmx1016mm 20 130.00 2,600.00 4 Pack Bathroom Tissue, With Green Tea Extract, White Ply 10 345.00 3,450.00 5 Bottle Bleach 900ml 6 65.00 390.00 6 Gallon Alcohol, Gallon 6 364.00 2,184.00 7 Pcs Measuring Tape Heavy Duty 30m X 12.5mm 2 715.50 1,431.00 8 Pcs Police Line 3 200.00 600.00 9 Pcs Dishwashing Liquid/paste 15 100.00 1,500.00 10 Pcs Disinfectant Spray 10 145.00 1,450.00 Sub Total 14,389.00 Pr No. 2024-11-1292 (mo-osca) 1 Pack Adult Plus Powdered Milk, 15 Packs, 8 Pcs Per Pack 24 130.00 3,120.00 2 Pack Tissue Paper W/ Tea Extract, 180 Grams Per Roll, 3 Ply 10 Rolls Per Pack 3 380.00 1,140.00 3 Pc Ethyl Alcohol W/ Moisturizer, 70% Solution, 500 Ml 6 120.00 720.00 Sub Total 4,980.00 Pr No. 2024-11-1294 (mto) 1 Can Disinfectant Spray, Anti-dengue Mosquito Killer 34 400.00 13,600.00 2 Box Coffee 8 In 1 15 500.00 7,500.00 3 Pc Crates, Blue, Heavy-duty Length: 52cm/20.5 Inches Width: 36.5cm/14.5 Inches Height: 32 Cm/12.5 Inches 4 700.00 2,800.00 4 Pc Dishwashing Paste, 400 Grams 10 60.00 600.00 5 Can Evaporated Milk Per Can, 370 Ml, Red 20 80.00 1,600.00 6 Bottle Floor Cleaner Antibacterial Multi-purpose, 500 Ml 5 70.00 350.00 7 Box Gloves, Disposable, 100 Pcs Per Box, Standard Size 17 500.00 8,500.00 8 Box Incense Sticks, Citronella, 20 Sticks/box 34 70.00 2,380.00 9 Pc Kitchen Towel, Microfiber 24 30.00 720.00 10 Bottle Liquid Hand Soap, Lemon, 225 Ml 51 120.00 6,120.00 11 Pc Mugs, Ceramic, Pink 17 200.00 3,400.00 12 Pack Paper Cups, 50 Pcs/pack 25 85.00 2,125.00 13 Pc Plates, Melamine, 8 Inches, Round, Blue 24 30.00 720.00 14 Pack Sugar Brown, Refined, ½ Kilo/pack 25 100.00 2,500.00 15 Pack Toilet Paper W/ Tea Extract, 10s/pack, 180g/roll, 3 Ply, White 51 380.00 19,380.00 16 Pcs Traps, Glue Board Dual Sticky 27 35.00 945.00 17 Pack Trashbag, Plastic, Black, Large, 10pcs/pack 15 50.00 750.00 18 Pack Trashbag, Plastic,black, Xl 10 Pcs/pack 15 55.00 825.00 19 Pack Trashbag, Plastic, Black, Medium, 10pcs/pack 17 45.00 765.00 20 Pack Trashbag, Plastic, Black, Small, 10 Pcs/pack 34 40.00 1,360.00 21 Pack Brush, Paint, 4” 17 150.00 2,550.00 Sub Total 79,490.00 Pr No. 2024-11-1295 (mhso) 1 Pc Absorbent Cleaning/wash Cloth, 43x33 Cm 30 60.00 1,800.00 2 Pc Bathroom Deodorizer With Holder, 100 Grams, Lemon And Apple Flavor 200 100.00 20,000.00 3 Set Bed Sheet With Pillow Case, Fitted, Double Size, Plain Color/design Cotton 10 400.00 4,000.00 4 Bottle Declogging Solution For Sink Drain & Toilet Bowl, 500 Ml 20 150.00 3,000.00 5 Pc Detergent Bar Soap, Single Pack, 138 Grams 50 25.00 1,250.00 6 Pack Detergent Powder For Washing Machine, 2 Kg/pack, With Fabric Conditioner 15 350.00 5,250.00 7 Pc Dishwashing Foam, Heavy Duty Scrub Sponge 50 25.00 1,250.00 8 Cont. Dishwashing Liquid 475ml, Lemon Concentrate 20 150.00 3,000.00 9 Can Insecticide Spray For Mosquitoes And Other Insects, Odorless, 600ml/spray Can With Nozzle 10 500.00 5,000.00 10 Pc Floor Mop, Tornado Mop With Bucket/mop Stick Inclusion: 1 Pc Pole, 1 Pc 3 800.00 2,400.00 11 Unit Floor Sweeper, Hand Push, 60 Degrees Rotating Brush Spin, Stainless Steel Handle 4 500.00 2,000.00 12 Pc Heavy Duty Plastic Drum For Infectious Waste, With Airtight Cover, 45-60l Capacity 50 500.00 25,000.00 13 Can Disinfectant Spray, 500ml/container 30 600.00 18,000.00 14 Bottle Multipurpose Cleaner, 1l, Ceramic, Marble And Tiles, Lemon & Ocean Escape 10 190.00 1,900.00 15 Pc Multi-function Cleaning Trolley Linen Cart, Can Place Mops, Buckets, Detergents, Large Capacity/layered Tool Racks 2 3,000.00 6,000.00 16 Pc Plunger, High Pressure For Drain, Sink Or Toilet Bowl 4 180.00 720.00 17 Bot Toilet Bowl Cleaner Foaming Bleach Gel 500ml-citrus 30 150.00 4,500.00 18 Pack Toilet Tissue Paper,10 Rolls W/ Board Center Spoon Pack, 3 Ply 1000 Sheets, 105mmx140mm/sheet White, 180g/roll, Individually Packed Per Roll 20 450.00 9,000.00 19 Pack Trashbag, Plastic, Black, (m), 10 Rolls/pack 200 45.00 9,000.00 20 Pc Window Cleaner With 4 In 1 With Extension Telescopic Pole, Glass Wiper, Window Cleaning Scraper, Glass Brush 5 800.00 4,000.00 21 Pc 20l Foot Pedal Pressed Trash Can Wastebasket Garbage Container Side To Side 10 350.00 3,500.00 22 Pc Floor Polisher With Hard Brush, Heavy Duty 2 2,500.00 5,000.00 23 Pc High Quality Pillow Fiber Pillow 10 200.00 2,000.00 24 Pc Toilet Bowl Brush With Holder Hard Bristles Cleaning Bathroom Scrub With Handle 5 300.00 1,500.00 Sub Total 139,070.00 Pr No. 2024-11-1303 (macco) 1 Pack Bathroom Tissue, W/ Tea Extract, 180 Grams Per Roll, 3 Ply, 10 Rolls Per Pack 33 360.00 11,880.00 2 Set Electric Mosquito Swatter (heavy Duty, Good Quality) 2 430.00 860.00 3 Bottle Multi-insect Killer Spray-500ml, Odorless Spray, Water Based, Aqua-base Technology 1 335.00 335.00 4 Bottle Insect Repellant Lotion 100ml; Dermatologically Teste; Tropical Fresh Fragrance; Provides Continuous Protection Against Dengue- Carrying Mosquitoes 15 180.00 2,700.00 Sub Total 15,775.00 Pr No. 2024-11-1306 (mo-mdrrmo) 1 Pack Paper Cups (25pcs), 12oz 52 60.00 3,120.00 2 Pack Plastic Cups (12oz) 27 30.00 810.00 3 Pack Powdered Milk, 1 Kg 20 380.00 7,600.00 4 Pack Barako Coffee, 1 Kg 15 400.00 6,000.00 5 Pack Brown Sugar, 1 Kg 15 150.00 2,250.00 6 Pack Tissue Paper W/ Tea Extract, 180 Grams Per Roll, 3 Ply, 10 Rolls Per Pack 10 380.00 3,800.00 7 Roll Trashbag, Black, 940mmx1016mm 20 140.00 2,800.00 Sub Total 26,380.00 Pr No. 2024-11-1308 (bjmp- Tuba) 1 Bottle Toilet Bowl, Cleaner, 500 Ml 2 85.00 170.00 2 Piece Bathroom Soap 30 38.00 1,140.00 3 Cont. Dishwashing Paste, 400 Grams/container 12 48.00 576.00 4 Pouch Detergent Powder, 500g/pack 4 50.00 200.00 5 Piece Led Bulb (14watts) 10 170.00 1,700.00 6 Pack Bathroom Tissue Roll (10s Per Pack) 2 170.00 340.00 7 Kilo Brown Sugar 3 60.00 180.00 8 Kilo Barako W/ Hazelnut 3 400.00 1,200.00 9 Pack Trashbag, Black, (medium/large)10 Pcs/roll/pack 25 85.00 2,125.00 10 Box Mosquito Coil 12s 10 30.00 300.00 11 Gallon Bleach 4 200.00 800.00 12 Piece Toothpaste, 22g, Twin Pack Sachet 35 10.00 350.00 13 Piece Stan Fan, (standard) 1 1,600.00 1,600.00 14 Piece Led Sensor Lamp Mosquito Insect Killer Bt-10w 1 1,350.00 1,350.00 15 Piece Kitchen Exhaust Fan, 12 Inches 1 1,416.00 1,416.00 Sub Total 13,447.00 Pr No. 2024-11-1319 (mo-bac) 1 Bottle Alcohol, 70% Isopropyl, 500ml, Antiseptic With Moisturizer, Spray Type 30 130.00 3,900.00 2 Piece Dishwashing Paste, Anti-bacterial, With Sponge, 400 Grams 4 70.50 282.00 3 Bottle Disinfectant Spray Aerosol Type, 500 Grams 4 600.00 2,400.00 4 Can Insecticide Spray, Multi-insect Killer, 600ml 5 550.00 2,750.00 5 Pack Tissue, 10 Rolls/pack, With Green Tea Extract 6 380.00 2,280.00 6 Pack Trash Bag, Medium Size, 10pcs/pack 6 100.00 600.00 7 Pack Trash Bag, Large Size, 10pcs/pack 5 132.00 660.00 8 Bottle Liquid, Hand Soap, Antibacterial, 500ml/bottle 7 304.00 2,128.00 Sub Total 15,000.00 Pr No. 2024-11-1332 (mpdo) 1 Pieces Extension Cord, 6 Gang With Individual Switch, 5m Wire, Max. Capacity 2500w, With Voltage Surge Protector, 1 Circuit Breaker 4 1,500.00 6,000.00 2 Bottles Alcohol, Ethyl, 70%, Scented, 500ml, Antiseptic Ab Disinfectant, Sanitizing, With Moisturizer And Floral Scent, 300 Ml With Spray Bottle 33 110.00 3,630.00 3 Packs Bathroom Tissue, Green Tea,white, 3 Ply, 10s/pack, 180grams/roll 33 374.00 12,342.00 4 Pcs Brush, Soft Brush Multi-functional Soft Bristle Brush With Long Handle For Efficient Dusting Of Sofa, Furniture 3 250.00 750.00 5 Pcs Computer Cleaning Kit,multi-functional Cleaning Kit For Keyboard 7 350.00 2,450.00 6 Kg Coffee Grounds, Mixture Of Arabica And Hazelnut 5 650.00 3,250.00 7 Pcs Dishwashing Liquid, Concentrate, 250g, Antibacterial 3 120.00 360.00 8 Pcs Dishwashing Scrub With Foam, Sponge, Heavy Duty Sponge 3pcs/pack 2 150.00 300.00 9 Pcs Door Pvc Mat Rubberized, Non-skid, Non- Slip 5 100.00 500.00 10 Bottles Hand Soap, Liquid, Antibacterial, 250ml/bottle, Lavender Scented 3 120.00 360.00 11 Packs Garbage Bags- Medium/pack 5 120.00 600.00 12 Pieces Garbage Bins With Revolving/swing Top Lid 5 300.00 1,500.00 13 Boxes Instant Coffee, Moringa Mangosteen Stevia Coffee Sugar Free, (15g X 10 Sachets/box) 5 180.00 900.00 14 Boxes Instant Coffee,cafe Arabica, 12.1g, 100% Arabica, (12.1g X 10 Packet/box) 5 200.00 1,000.00 15 Packs Powdered Milk-33g Fortified Flavored Powdered Milk Drink, 10 Sachets/pack 5 150.00 750.00 16 Packs Kitchen Paper Towels, 2 Ply, 2 Rolls/pack 10 150.00 1,500.00 17 Pcs Broom And Dustpan 1 500.00 500.00 18 Bottles Multi Insect Killer/mosquito Repellant Spray 500ml 2 440.00 880.00 19 Pcs Background Cloth/bac Drop, Polyester Cloth 50ft X 10ft/piece: Colors: Black, Light Gray, Rust/beige 3 1,000.00 3,000.00 20 Pcs Artificial Flowers For Wal;l Decorations – Rose Vein Flowers With Green Leaves Hanging. Materials: Silk Flowers, Leaves, Plastic Vine, Approx. 27.5” Length With Flowers Diameter Of 2.1”. With Flowers Colors: Pink, Red, White 20 100.00 2,000.00 Sub Total 42,572.00 Pr No. 2024-11-1335 (comelec) 1 Bottle Alcohol, Isopropyl, 70% Solution, Scented, 500 Ml 8 95.00 760.00 2 Pack Tissue, Toilet Paper With Tea Extract 3 Ply 10 Rolls/pack, 180g/roll 8 380.00 3,040.00 3 Pc Aerosol, Air Freshener, Spray, 320ml 2 300.00 600.00 4 Pack Trashbag, Gpp Specs, Black, 10 Pcs. Per Roll/pack, Large 5 145.00 725.00 5 Bottle Dishwashing Liquid, 250ml, With Anti-bac 4 165.00 660.00 Sub Total 5,785.00 Pr No. 2024-11-1338 (bplo) 1 Alcohol, Ethyl, 70% Solution, Disinfectant, Antiseptic, 500ml, Spray 40 150.00 6,000.00 2 Tissue, Bathroom, W/ Tea Extract, White, 3 Ply, 10s/pack 12 360.00 4,320.00 3 Garbage Bag, Large, 50pcs/pack, Durable And Safe, High Density Polyethylene, Harmless, Heavy Duty, No Smell, Tear Resistant, Extra Thick, Leak-proof, Puncture Resistant 5 400.00 2,000.00 4 Garbage Bag, X-large, 50pcs/pack, Durable And Safe, High Density Polyethylene, Harmless, Heavy Duty, No Smell, Tear Resistant, Extra Thick, Leak-proof, Puncture 5 400.00 2,000.00 5 Doormat, Outdoor, Durable, Non-slip Rubber, 55x35cm 6 200.00 1,200.00 6 Disinfectant Spray, Kills Over 100-illness Causing Germ, Kills 99.9 Of Fungi, Viruses, And Bacteria Including Viruses That Cause Cold And Flu & Covid-19 Virus In 10 Minutes, Kills & Control The Growth Of Mold & Mildew For Up To A Week, Eliminates Odors At The Source, 170g, Early Morning Breeze, Fresh Blossom, Circuit Meadows) 6 250.00 1,500.00 7 Insecticide Spray, Multi Insect Killer, Fragrance Free, Fast Acting Formula, Indoor And Outdoor Use, 700ml 6 496.50 2,979.00 Sub Total 19,999.00 Pr No. 2024-11-1343 (mcr) 1 Floor Mop With Squeezer And Water Bucket, Heavy Duty 1 1,800.00 1,800.00 2 5 In 1 Coffee, 12 Sachet/box 8 450.00 3,600.00 3 Alcohol, Ethyl, 70%, 500ml W/ Moisturizer 5 120.00 600.00 4 Garbage Bag, Xl, Black, 10 Per Pack/roll 1 116.00 116.00 5 Multi-insect Spray Killer, Water Based, 500ml 1 665.00 665.00 6 Toilet Tissue, Green Tea Bathroom Tissue, 3 Ply, 10 Roll/pack 105mm X 140mm/sheet/roll; Wt. 180g 18 380.00 6,840.00 Sub Total 13,621.00 Pr No. 2024-11-1347 (mo-tourism) 1 Bottles Alcohol, Ethyl With Moisturizer, 70% Spray Bottle, 500ml 6 145.00 870.00 2 Packs Tissue Paper W/ Tea Extract, 180g/roll, 3 Ply, 10s/pack 3 360.00 1,080.00 3 Pieces Milk Powdered Drink, Fortified, 33 Grams 75 15.00 1,125.00 4 Packs Cups, Paper, 8 Oz., 50pcs/pack 6 65.00 390.00 5 Packs Stirrer, Wooden Stirrer, Individually Wrapped, 5.5 Inches Deep, 100pcs/pack 2 55.00 110.00 Sub Total 3,575.00 Pr No. 2024-11-1350 (mo-ias) 1 Bottle Alcohol, 70% Solution, Spray Bottle, 500 Ml/bottle, With Moisturizer 10 120.00 1,200.00 2 Can Multi-insect Killer, Long Lasting Protection, 500 Ml Per Can 5 517.00 2,585.00 3 Pack Tissue Paper, With Tea Extract, At Least 180g Per Roll, 3 Ply, 10 Rolls Per Pack 6 380.00 2,280.00 Sub Total 6,065.00 Pr No. 2024-11-1358 (mo-vet) 1 Pc Alcohol Spray, 70% Ethyl, 500ml Bottle 40 120.00 4,800.00 2 Pack Tissue Paper, With Tea Extract, 180g, 3 Ply, 10rolls/pack 18 380.00 6,840.00 3 Pair Rubber Boot/rainboot, White, Size 8 7 490.00 3,430.00 4 Can Disinfectant Spray 12 700.00 8,400.00 Sub Total 23,470.00 Pr No. 2024-12-1374 (dilg) 1 Pack Tissue (toilet Paper With Tea Extract, 10s/pack, 180 G/roll, 3 Ply, White) 10 360.00 3,600.00 2 Bottles Alcohol 10 120.00 1,200.00 3 Can Insect Killer (500ml, Water-based, Fast Killing Power, Odorless) 3 400.00 1,200.00 Sub Total 6,000.00 Pr No. 2024-12-1379 (mswdo) 1 Packs Bathroom Tissue, W/ Tea Extract, White, 3 Ply, 10s/pack 24 380.00 9,120.00 2 Pieces Ethyl Alcohol With Moisturizer, 70% Solution, 500 Ml 12 120.00 1,440.00 3 Kg Brewed Coffee 1 600.00 600.00 4 Cans Evaporated Milk, 360g. 4 50.00 200.00 5 Packs Powdered Creamer 400g 2 200.00 400.00 6 Packs Drip Coffee, 10 Flavors In 1 Pack, Net Weight 150 Grams 2 250.00 500.00 7 Pieces Powdered Malt Drink 24g 30 14.00 420.00 8 Pieces Powdered Milk Drink, 33grams, Swack Pack 35 17.00 595.00 9 Pieces Disposable Paper Cup 10 Oz. 62 2.00 124.00 10 Bottles Dishwashing Liquid 2 150.00 300.00 11 Pieces Lotion Effective Protection From Dengue Mosquitoes 100 Ml. (expiration Of 2 Years) 9 230.00 2,070.00 12 Pieces Mosquito Mat Starter Pack (1 Heater + 5 Mats) Original 4 200.00 800.00 13 Pieces Black Plastic Garbage Bag, Large 50 4.60 230.00 14 Sets 10 Meter Extension Cord With Wheel, Max Load: 2,500 Watts, Voltage: 250v 2 2,590.00 5,180.00 15 Pieces Heavy Duty Stock Box With Wheels, Green Cover Extended Handle, Ergonomic Handles, 70 Liters 2 2,000.00 4,000.00 Sub Total 25,979.00 Pr No. 2025-01-026 (mago) 1 Packs Tissue Paper W/ Tea Extract, 180g/roll, 3 Ply, 10s/pack 27 380.00 10,260.00 2 Bots Soluble Coffee In Bottle, 50g 3 250.00 750.00 3 Packs Ground Coffee For Brewing, 1 Kilo/pack 3 600.00 1,800.00 4 Kgs Sugar, Brown, 1 Kilo 3 110.00 330.00 5 Pack Wooden Coffee Stirrer, 1000pcs/pack 1 250.00 250.00 6 Packs Milk Powder Drink, Fortified, 33gms, 10 Pieces/pack 10 150.00 1,500.00 7 Packs Coffee Creamer, Original, 5g, 12 Pcs/pack 10 80.00 800.00 8 Bags Ldpe Bag Transparent, 19x31 Inchers, .001 Thickness, 100pcs/bag 2 1,855.00 3,710.00 9 Packs Cups, Paper, 8oz., 25 Pcs/pack 30 65.00 1,950.00 10 Pcs Isopropyl Alcohol Scented, 70% With Moisturizer, With Sprayer, 500 Ml 27 120.00 3,240.00 Sub Total 24,590.00 Delivery: Should Be At Least 50% Within 15 Days & 100% Within 30 Days Grand Total 953,066.00 Note: Supplier Should Package And Label The Items To Be Delivered By Office Or As Grouped In The Specifications. 2. The Municipality Of Tuba Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Thirty (30) Calendar Days Upon Receipt Of The Notice To Proceed ( At Least 50% Within 15 Days & 100% Within 30 Days). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “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”. A. 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 No. 5183. 4. Prospective Bidders May Obtain Further Information From The Municipality Of Tuba And Inspect The Bidding Documents At The Address Given Below During Office Hours (8:00 Am To 5:00 Pm, Monday To Friday Except Holidays). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025, At The Bac Office, Municipal Hall, Poblacion, Tuba, Benguet From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (php 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees [official Receipt And Order Payment). 6. The Municipality Of Tuba Through Bac Will Hold A Pre-bid Conference On February 5, 2025 At The Bac Office, Municipal Hall, Poblacion, Tuba, Benguet. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On Or Before February 19, 2025 At 8:30 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 19, 2025 At 9:00 A.m. At The Bac Office, Municipal Hall, Poblacion, Tuba, Benguet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. In Case There Will Be A Tie Between Bidders, All Those Who Have Passed Post-qualification And Offered The Same Financial Bid Price, A Tie-breaking Method Through “draw Lots” Will Be Used To Determine The Winning Bidder. 11. The Municipality Of Tuba 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 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Failure To Sign Each Page Of The Bid Form, Including The Attached Schedule Of Prices Shall Be A Ground For The Rejection Of The Bid. 13. For Further Information, Please Refer To: Arlene D. Bangit, Edith G. Labbot, Venus P. Rimando, Jennylyn T. Wakat , Helen M. Kimpa-oy And Kevin B. Yaris At The Municipal Hall, Poblacion, Tuba, Benguet From 8:00 Am To 5:00 Pm Only, Mondays To Fridays At Tel No. (074) 442-1267 And E-mail At Bac_lgutuba2020@yahoo.com. However, Any Queries Relative To The Contents Of The Bid Documents And The Project Requirements Can Only Be Made By Bidders Who Purchased The Bid Documents Not Later Than Ten (10) Days Prior To The Submission And Opening Of Bids And Have Viewed And Ordered Through Our Posting At Philgeps. 14. You May Visit The Following Website For Downloading Of Bidding Documents: Tuba.gov.ph Date Of Posting: January 27, 2025 Janet V. Mariano Bac Chairperson
Closing Date19 Feb 2025
Tender AmountPHP 953 K (USD 16.4 K)
Municipality Of Tuba, Benguet Tender
Others
Philippines
Details: Description Republic Of The Philippines Province Of Benguet Municipality Of Tuba Office Of The Municipal Mayor Bids And Awards Committee (bac) Invitation To Bid For Supply & Delivery Of Other Supplies And Materials Project Id No. 2025-01-010 1. The Municipality Of Tuba, Through The Budget For The Contract Approved By The Sangguniang Bayan Under Annual Budget Cy 2025 Intends To Apply The Sum Of Eight Hundred Thirty-nine Thousand One Hundred Sixty-six Pesos (php839,166.00) For Supply & Delivery Of Other Supplies & Materials Project Identification Number 2025-01-010 (goods) Being The Abc To Payments Under The Contract For One Lot. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. Specifications: Item No. Unit Description/specification Qty Unit Cost Total Cost Item No. Unit Office/description Qty Unit Cost Total Cost Pr No. 2024-1-1236 (mo) 1 Set Easy Squeeze Mop, Heavy Duty 8 750.00 6,000.00 2 Set Tornado Mop 360 With 3 Extra Mop Head, Heavy Duty 10 550.00 5,500.00 3 Pack Detergent Powder, Active Clean,1.1kg Per Pouch, Cherry Blossom 30 160.00 4,800.00 4 Pc Dishwashing Paste Kalamansi, Anti-bacterial, At Least 400g 30 75.00 2,250.00 5 Pc Dishwashing Liquid Kalamansi, 375ml 20 120.00 2,400.00 6 Pc Bathroom Deodorizer, 100g 200 80.00 16,000.00 7 Pc Anti-bacterial, Hand Soap, Pure White, 60g/sachet 30 30.00 900.00 8 Pc Anti-bacterial Liquid Hand Soap, Pure White, 420ml, Refill 40 175.00 7,000.00 9 Pack Trash Bag, Gusseted, Thick, Large, 10 Pcs Per Pack 80 80.00 6,400.00 10 Pack Trash Bag, Gusseted, Thick, Medium, 10pcs Per Pack 40 75.00 3,000.00 11 Pcs Empty Sacks, 50kls 20 30.00 600.00 12 Pc Braided Doormat, Rectangle 80 55.00 4,400.00 13 Bot Bleach Color Safe, 3600ml 40 180.00 7,200.00 14 Can Floorwax, Water Proof, 4l/ Can 10 500.00 5,000.00 15 Bot Ethyl Alcohol Spray With Moisturizer, Antiseptic 500ml 20 120.00 2,400.00 16 Pack Green Tea Scented Bathroom Tissue Rolls, 10 Pcs/pack, 180g 175 380.00 66,500.00 17 Pc Fabcon, Antibac Refill, 740ml 20 180.00 3,600.00 18 Bot Multi Purpose Stain Removal, Thick Bleach Cleaner, 750ml 35 180.00 6,300.00 19 Pc Sponge Scrub With Foam (green & Yellow), Lasts 2x Longer, Durable Twin Pack 10 130.00 1,300.00 20 Pack Rags, 6", Assorted Colors, 10pcs/pack 10 80.00 800.00 21 Pc Doorway Footmat / Entrance Outdoor Mats, 6ft X 3ft 2 2,700.00 5,400.00 22 Pack Black Rippled Cup, 8oz, 25 Pcs Per Pack 40 340.00 13,600.00 23 Pack Barako W/ Hazelnut, 1 Kg Per Pack In Ziplock 35 650.00 22,750.00 24 Can Evaporated Filled Milk In Can, 360ml, Expiry Date: At Least December 2025 30 80.00 2,400.00 25 Pc Brown Sugar, 1kg Per Pack 25 110.00 2,750.00 26 Bot Cooking Oil, 1l, Canola In Bottle 5 260.00 1,300.00 27 Pack Milk Powder For Adult, 1kg 5 350.00 1,750.00 28 Pack Disposable Silver Paper Plates, 9" Square, 100 Pcs/pack 2 350.00 700.00 29 Pack Disposable Silver Paper Plates, 5" X 5" Round/square, 100 Pcs/pack 2 250.00 500.00 30 Pc Multipurpose Rectangular Food Serving Tray, Dark Brown In Color, Durable, Size: At Least 41cm X 30cm 10 244.00 2,440.00 30 Pack Wooden Stirrer, Individually Wrapped, 100 Pcs Per Pack 3 120.00 360.00 31 Pack Sfork, Plastic, 25 Pcs Per Pack 10 70.00 700.00 Sub Total 207,000.00 Pr No. 2024-11-1237 (mo-it) 1 Can Insecticide Spray, Multi-insect Killer, 600 Ml 2 500.00 1,000.00 2 Pack Toilet Paper With Tea Extract, 10s/pack, 180g/roll/3ply, White 20 380.00 7,600.00 3 Set Rotary Mop Bucket Set 360˚ Stainless Steel Fiber Mop Floor 1 400.00 400.00 Sub Total 9,000.00 Pr No. 2024-11-1240 (mo-cas) 1 Pcs Alcohol Spray, Ethyl,w/ Moisturizer, 70%, 500ml 24 110.00 2,640.00 2 Pack Tissue Paper, W/ Tea Extract, 10s/pack, 180g/roll, 3 Ply 12 360.00 4,320.00 3 Pack Milk And Cereal Drink, Vanilla Flavor, 30 Grams/sachet, 10 Sachet/pack 6 150.00 900.00 4 Box Mangosteen Coffee Mix Low Acid Coffee, With Mangosteen Exocarp, With High Source Of Vitamin C And Calcium, Sugar Free, 10 Sachets (10 Grams/sachet) Box 6 250.00 1,500.00 5 Pcs Rechargeable Mosquito Swatter 2 450.00 900.00 Sub Total 10,260.00 Pr No. 2024-11-1250 (mo-peso) 1 Packs Tissue Paper, With Tea Extract, 180 Grams Per Roll, 3 Ply, 10 Rolls Per Pack 6 380.00 2,280.00 2 Pieces 30 X 50 Inches, Clear, Multipurpose Plastic Bag, Thick, 4xl 50 26.00 1,300.00 3 Pieces 20 X 30 Inches, Clear, Multipurpose Plastic Bag, Thick, Xl 59 15.00 885.00 4 Bottle Alcohol, Ethyl, 70% Solution, Antiseptic With Moisturizer 500 Ml, Spray 5 120.00 600.00 Sub Total 5,065.00 Pr No. 2024-11-1251 (meo) 1 Pc Alcohol, Isopropyl W/ Moisturizer, 70%, 500ml 15 120.00 1,800.00 2 Pack Garbage Bag, Large, Black, Plastic, Gusseted Type, 10 Pcs/pack 10 60.00 600.00 3 Pcs Multi Insect Killer, Spray, Anti-dengue, 500ml 3 450.00 1,350.00 4 Pc Plastic Vacuum Flask Thermos, 2.2 L 1 650.00 650.00 5 Pcs Powdered Milk Drink, Fortified,680 Grams 2 300.00 600.00 6 Pack Toilet Tissue W/ Tea Extract, White, 3 Ply, 10 Rolls/pack, 180 G Per Roll 40 360.00 14,400.00 Sub Total 19,400.00 Pr No. 202-11-1256 (masso) 1 Pack Bathroom Tissue W/ Tea Extract, White, 3 Ply, 10s/pack, 180g/roll 26 360.00 9,360.00 2 Sachet Milk Drink, 33 Grams, Powder 55 18.00 990.00 3 Pairs Latex Coated Cotton Hand Gloves, Durable, Washable, Medium Size 100 85.00 8,500.00 4 Bottle Dishwashing Soap, Liquid, Calamansi Or Lemon, 250ml 5 80.00 400.00 Sub Total 19,250.00 Pr No. 2024-11-1257 (mbo) 1 Bottle Alcohol, Ethyl, 70% Solution, Disinfectant, Antiseptic, 500 Ml 15 120.00 1,800.00 2 Pc Dishwashing Liquid, Concentrate, 250g, Antibacterial 7 120.00 840.00 3 Can Disinfectant Spray, 510g 5 600.00 3,000.00 4 Pc Hand Liquid Soap, Antibacterial, 225ml/bottle 15 120.00 1,800.00 5 Pc Insect Repellant Spray, Water Base, Odorless, 500ml 15 480.00 7,200.00 6 Box Instant Coffee, With Moringa And Mangosteen Sweetened By Stevia, 12 Sachet/box 20 200.00 4,000.00 7 Can Milk Evaporated, In Can, 370 Ml 20 90.00 1,800.00 8 Pack Tissue Paper, With Tea Extract, 180 Grams Per Roll, 3 Ply, White, 10 Rolls Per Pack 30 360.00 10,800.00 Sub Total 31,240.00 Pr No. 2024-11-1263 (mo-hrmo) 1 Bot Alcohol, Spray With Moisturizer, 70%, 300ml 12 120.00 1,440.00 2 Pack Tissue Paper W/ Tea Extract, 180 Grams Per Roll, Soft And Fit, 3 Ply 105mm X 140 Mm/sheet, 10’s Per Pack 24 380.00 9,120.00 3 Pc Paper Cup 12 Oz (rippled) 500 6.00 3,000.00 4 Kg Coffee, Ground, A Mixture Of Half Barako & Half Arabica), Medium Roasted 12 552.00 6,624.00 5 Can Milk, Evaporated For Coffee 375 Ml, Expiry Date 2026 100 98.00 9,800.00 6 Kg Sugar, Unrefined, Muscovado 12 480.00 5,760.00 7 Box Gloves, Disposable, Nitrile, Xl Size, 100 Pcs Per Box 4 345.00 1,380.00 Sub Total 37,124.00 Pr No. 2024-11-1272 (sbo) 1 Bottle Bleach, Multi-purpose, Lemon, 500 Ml/bottle 10 70.00 700.00 2 Pc Broom, Plastic, Broomstick W/ Soft Brush Bristles 10 250.00 2,500.00 3 Galloon Car Shampoo, Per Gallon 10 350.00 3,500.00 4 Roll Cling Wrap, Food Wrap, 12 Inches X 300m 3 550.00 1,650.00 5 Kg Coffee, Ground, Per Kg, (mix Of Arabica & Barako) 15 500.00 7,500.00 6 Kg Coffee, Ground, Per Kg, (mix Arabica & Hazelnut) 10 600.00 6,000.00 7 Box Coffee, Instant, Moringa Mangosteen Stevia Coffee, 12 Sachet/box, Expiry Date Cy 2026 6 250.00 1,500.00 8 Bottle Cooking Oil, Special Pure Palm Oil, 4l/bottle 4 650.00 2,600.00 9 Pack Detergent Powder, Anti Bac, 500g/pack 35 80.00 2,800.00 10 Bottle Dishwashing Liquid, Concentrate, 240ml, Antibacterial, Removes, 99.9% Germs 25 90.00 2,250.00 11 Bottle Dishwashing Liquid, Concentrate, 790ml, Antibacterial, Removes 99.9% Germs 3 400.00 1,200.00 12 Pc Dust Pan, Quality Plastic Made, Big Size 4 120.00 480.00 13 Pc Duster, Cotton,durable 20 45.00 900.00 14 Can Floor Wax, Red Dye Wax, Long-lasting, 900g/can 6 300.00 1,800.00 15 Floor Map, With Spinner/tornado, Stainless Steel Handle, 360 Rotating Mophead 2 700.00 1,400.00 16 Pc Fly Catcher Paper, Per Sheet 15 35.00 525.00 17 Pc Foot Rug, Oblong Shape, Per Piece 60 40.00 2,400.00 18 Bottle Furniture Enhancing Polish, 330ml, Shines And Protects Wood And More, Rain Shower 6 220.00 1,320.00 19 Bottle Hand Soap, Liquid, 225ml., Antibacterial, Lemon Fresh 10 130.00 1,300.00 20 Bottle Hand Towels, Cotton, Good Quality 40 40.00 1,600.00 21 Pc Kitchen Gloves, Medium, Rubberized, Heavy Duty, Set 12 140.00 1,680.00 22 Pc Kitchen Table Cover, Oval Shape, 60”x120”, Printed, Vinyl, Thick With Plastic Cover On Top 1 1,100.00 1,100.00 23 Pc Kitchen Table Napkins, 27cm X 16cm, 100 Pulls Per Roll, White 15 90.00 1,350.00 24 Can Milk, Evaporated Filled, Color Red, Can, Big, For Coffee, Expiry Date Cy 2025-2026 60 70.00 4,200.00 25 Can Multi-insect Killer, Odorless, 500ml/can 10 450.00 4,500.00 26 Multi-purpose Cleaner, Classic, For Toilet & Stain, Anti-microbial System, Sodium Hypochlorite, Kill Germ & Viruses, Lemon Fresh, 500ml/bottle 20 170.00 3,400.00 27 Can Pail, Stainless Steel, 16 Quarts, Plain 2 600.00 1,200.00 28 Pack Paper Cups, Disposable, 8oz, 50s/pack, Plain White 25 90.00 2,250.00 29 Pot Cleaner, Stainless Steel, Regular, 30g 12 130.00 1,560.00 30 Pc Rags, Cotton, Round, Per Kilo 10 90.00 900.00 31 Pair Rainboots, Black Color, Size 7, No Heels, Pair, For Men 1 550.00 550.00 32 Rice Cooker, 2.2 Liters, Heavy Duty 2 2,400.00 4,800.00 33 Pc Scrub Sponge Mini, Heavy Duty, 75 Mm X 75mm X 30mm 15 45.00 675.00 34 Kilo Sugar, Light Brown, Per Kilo 25 90.00 2,250.00 35 Box Tea, Black Tea, 50 Pcs/box, Yellow Label, Expiry Date Cy 2026 3 250.00 750.00 36 Packs Tissue Paper,w/ Green Tea Extract, White, 180g/roll, 105mmx140mm/sheet,3 Ply, 10 Roll/bag 69 380.00 26,220.00 37 Bottle Bathroom Deodorizer, Lemon & Strawberry Scent, 100g, With Holer 6 60.00 360.00 38 Bottle Bathroom Deodorizer, 10 Lemons, 5 Strawberry & 5 Sampaguita Scent, 100g, Without Holder/refill 20 55.00 1,100.00 39 Pc Mouse./ Rat Trap, Sticky 8 60.00 480.00 40 Pack Trash Bag, Plastic, Black (11”x11”x24), 10pcs/pack 60 40.00 2,400.00 41 Pc Walis Tingting, Regular Size 5 60.00 300.00 42 Pc Adaptor, Universal 20 60.00 1,200.00 Sub Total 107,150.00 Pr No. 2024-11-1280 (menro) 1 Gal Rubbing Alcohol, 70% Solution, Antiseptic, Disinfectant With Moisturizer, Scented, By Gallon 5 600.00 3,000.00 2 Bot Alcohol Spray Bottle/container Can Refill At Least 500ml 10 75.00 750.00 3 Roll Toilet Tissue Paper, 3 Ply, 10 Rolls/pack, Soft, White With Green Tea Scent, At Least 180g 18 380.00 6,840.00 4 Box Mangosteen Coffee, Sugarfree, 1 Dozen/box, At Least 180g/box 15 350.00 5,250.00 5 Pack Milk Powdered, Fortified 5 250.00 1,250.00 6 Bot Dishwashing Liquid, Lemon Scent, At Least 475ml, Antibacterial 4 200.00 800.00 7 Pc Wall Clock, 10” L X 40” W 1 500.00 500.00 8 Doz. Plate, Melamine, Round Type, 9”, 1 Doz./set, Durable 1 750.00 750.00 9 Doz. Bowl, Melamine, Round Type, 5” 1 Doz./set Durable 1 1,000.00 1,000.00 10 Doz. Spoon, Stainless Steel, 1 Doz./set, Thick 1 250.00 250.00 11 Doz Fork, Stainless Steel, 1 Doz./set, Thick 1 250.00 250.00 Sub Total 20,640.00 Pr No. 2024-11-1283 (pnp) 1 Can Air Freshner, Lemon Scent, Can 6 89.00 534.00 2 Bottle Toilet Bowl And Urinal Cleaner, Anti-microbial System 5 50.00 250.00 3 Pack Trash Bag, Plastic, Black 940mmx1016mm 20 130.00 2,600.00 4 Pack Bathroom Tissue, With Green Tea Extract, White Ply 10 345.00 3,450.00 5 Bottle Bleach 900ml 6 65.00 390.00 6 Gallon Alcohol, Gallon 6 364.00 2,184.00 7 Pcs Measuring Tape Heavy Duty 30m X 12.5mm 2 715.50 1,431.00 8 Pcs Police Line 3 200.00 600.00 9 Pcs Dishwashing Liquid/paste 15 100.00 1,500.00 10 Pcs Disinfectant Spray 10 145.00 1,450.00 Sub Total 14,389.00 Pr No. 2024-11-1292 (mo-osca) 1 Pack Adult Plus Powdered Milk, 15 Packs, 8 Pcs Per Pack 24 130.00 3,120.00 2 Pack Tissue Paper W/ Tea Extract, 180 Grams Per Roll, 3 Ply 10 Rolls Per Pack 3 380.00 1,140.00 3 Pc Ethyl Alcohol W/ Moisturizer, 70% Solution, 500 Ml 6 120.00 720.00 Sub Total 4,980.00 Pr No. 2024-11-1294 (mto) 1 Can Disinfectant Spray, Anti-dengue Mosquito Killer 34 400.00 13,600.00 2 Box Coffee 8 In 1 15 500.00 7,500.00 3 Pc Crates, Blue, Heavy-duty Length: 52cm/20.5 Inches Width: 36.5cm/14.5 Inches Height: 32 Cm/12.5 Inches 4 700.00 2,800.00 4 Pc Dishwashing Paste, 400 Grams 10 60.00 600.00 5 Can Evaporated Milk Per Can, 370 Ml, Red 20 80.00 1,600.00 6 Bottle Floor Cleaner Antibacterial Multi-purpose, 500 Ml 5 70.00 350.00 7 Box Gloves, Disposable, 100 Pcs Per Box, Standard Size 17 500.00 8,500.00 8 Box Incense Sticks, Citronella, 20 Sticks/box 34 70.00 2,380.00 9 Pc Kitchen Towel, Microfiber 24 30.00 720.00 10 Bottle Liquid Hand Soap, Lemon, 225 Ml 51 120.00 6,120.00 11 Pc Mugs, Ceramic, Pink 17 200.00 3,400.00 12 Pack Paper Cups, 50 Pcs/pack 25 85.00 2,125.00 13 Pc Plates, Melamine, 8 Inches, Round, Blue 24 30.00 720.00 14 Pack Sugar Brown, Refined, ½ Kilo/pack 25 100.00 2,500.00 15 Pack Toilet Paper W/ Tea Extract, 10s/pack, 180g/roll, 3 Ply, White 51 380.00 19,380.00 16 Pcs Traps, Glue Board Dual Sticky 27 35.00 945.00 17 Pack Trashbag, Plastic, Black, Large, 10pcs/pack 15 50.00 750.00 18 Pack Trashbag, Plastic,black, Xl 10 Pcs/pack 15 55.00 825.00 19 Pack Trashbag, Plastic, Black, Medium, 10pcs/pack 17 45.00 765.00 20 Pack Trashbag, Plastic, Black, Small, 10 Pcs/pack 34 40.00 1,360.00 21 Pack Brush, Paint, 4” 17 150.00 2,550.00 Sub Total 79,490.00 Pr No. 2024-11-1295 (mhso) 1 Pc Absorbent Cleaning/wash Cloth, 43x33 Cm 30 60.00 1,800.00 2 Pc Bathroom Deodorizer With Holder, 100 Grams, Lemon And Apple Flavor 200 100.00 20,000.00 3 Set Bed Sheet With Pillow Case, Fitted, Double Size, Plain Color/design Cotton 10 400.00 4,000.00 4 Bottle Declogging Solution For Sink Drain & Toilet Bowl, 500 Ml 20 150.00 3,000.00 5 Pc Detergent Bar Soap, Single Pack, 138 Grams 50 25.00 1,250.00 6 Pack Detergent Powder For Washing Machine, 2 Kg/pack, With Fabric Conditioner 15 350.00 5,250.00 7 Pc Dishwashing Foam, Heavy Duty Scrub Sponge 50 25.00 1,250.00 8 Cont. Dishwashing Liquid 475ml, Lemon Concentrate 20 150.00 3,000.00 9 Can Insecticide Spray For Mosquitoes And Other Insects, Odorless, 600ml/spray Can With Nozzle 10 500.00 5,000.00 10 Pc Floor Mop, Tornado Mop With Bucket/mop Stick Inclusion: 1 Pc Pole, 1 Pc 3 800.00 2,400.00 11 Unit Floor Sweeper, Hand Push, 60 Degrees Rotating Brush Spin, Stainless Steel Handle 4 500.00 2,000.00 12 Pc Heavy Duty Plastic Drum For Infectious Waste, With Airtight Cover, 45-60l Capacity 50 500.00 25,000.00 13 Can Disinfectant Spray, 500ml/container 30 600.00 18,000.00 14 Bottle Multipurpose Cleaner, 1l, Ceramic, Marble And Tiles, Lemon & Ocean Escape 10 190.00 1,900.00 15 Pc Multi-function Cleaning Trolley Linen Cart, Can Place Mops, Buckets, Detergents, Large Capacity/layered Tool Racks 2 3,000.00 6,000.00 16 Pc Plunger, High Pressure For Drain, Sink Or Toilet Bowl 4 180.00 720.00 17 Bot Toilet Bowl Cleaner Foaming Bleach Gel 500ml-citrus 30 150.00 4,500.00 18 Pack Toilet Tissue Paper,10 Rolls W/ Board Center Spoon Pack, 3 Ply 1000 Sheets, 105mmx140mm/sheet White, 180g/roll, Individually Packed Per Roll 20 450.00 9,000.00 19 Pack Trashbag, Plastic, Black, (m), 10 Rolls/pack 200 45.00 9,000.00 20 Pc Window Cleaner With 4 In 1 With Extension Telescopic Pole, Glass Wiper, Window Cleaning Scraper, Glass Brush 5 800.00 4,000.00 21 Pc 20l Foot Pedal Pressed Trash Can Wastebasket Garbage Container Side To Side 10 350.00 3,500.00 22 Pc Floor Polisher With Hard Brush, Heavy Duty 2 2,500.00 5,000.00 23 Pc High Quality Pillow Fiber Pillow 10 200.00 2,000.00 24 Pc Toilet Bowl Brush With Holder Hard Bristles Cleaning Bathroom Scrub With Handle 5 300.00 1,500.00 Sub Total 139,070.00 Pr No. 2024-11-1303 (macco) 1 Pack Bathroom Tissue, W/ Tea Extract, 180 Grams Per Roll, 3 Ply, 10 Rolls Per Pack 33 360.00 11,880.00 2 Set Electric Mosquito Swatter (heavy Duty, Good Quality) 2 430.00 860.00 3 Bottle Multi-insect Killer Spray-500ml, Odorless Spray, Water Based, Aqua-base Technology 1 335.00 335.00 4 Bottle Insect Repellant Lotion 100ml; Dermatologically Teste; Tropical Fresh Fragrance; Provides Continuous Protection Against Dengue- Carrying Mosquitoes 15 180.00 2,700.00 Sub Total 15,775.00 Pr No. 2024-11-1306 (mo-mdrrmo) 1 Pack Paper Cups (25pcs), 12oz 52 60.00 3,120.00 2 Pack Plastic Cups (12oz) 27 30.00 810.00 3 Pack Powdered Milk, 1 Kg 20 380.00 7,600.00 4 Pack Barako Coffee, 1 Kg 15 400.00 6,000.00 5 Pack Brown Sugar, 1 Kg 15 150.00 2,250.00 6 Pack Tissue Paper W/ Tea Extract, 180 Grams Per Roll, 3 Ply, 10 Rolls Per Pack 10 380.00 3,800.00 7 Roll Trashbag, Black, 940mmx1016mm 20 140.00 2,800.00 Sub Total 26,380.00 Pr No. 2024-11-1308 (bjmp- Tuba) 1 Bottle Toilet Bowl, Cleaner, 500 Ml 2 85.00 170.00 2 Piece Bathroom Soap 30 38.00 1,140.00 3 Cont. Dishwashing Paste, 400 Grams/container 12 48.00 576.00 4 Pouch Detergent Powder, 500g/pack 4 50.00 200.00 5 Piece Led Bulb (14watts) 10 170.00 1,700.00 6 Pack Bathroom Tissue Roll (10s Per Pack) 2 170.00 340.00 7 Kilo Brown Sugar 3 60.00 180.00 8 Kilo Barako W/ Hazelnut 3 400.00 1,200.00 9 Pack Trashbag, Black, (medium/large)10 Pcs/roll/pack 25 85.00 2,125.00 10 Box Mosquito Coil 12s 10 30.00 300.00 11 Gallon Bleach 4 200.00 800.00 12 Piece Toothpaste, 22g, Twin Pack Sachet 35 10.00 350.00 13 Piece Stan Fan, (standard) 1 1,600.00 1,600.00 14 Piece Led Sensor Lamp Mosquito Insect Killer Bt-10w 1 1,350.00 1,350.00 15 Piece Kitchen Exhaust Fan, 12 Inches 1 1,416.00 1,416.00 Sub Total 13,447.00 Pr No. 2024-11-1319 (mo-bac) 1 Bottle Alcohol, 70% Isopropyl, 500ml, Antiseptic With Moisturizer, Spray Type 30 130.00 3,900.00 2 Piece Dishwashing Paste, Anti-bacterial, With Sponge, 400 Grams 4 70.50 282.00 3 Bottle Disinfectant Spray Aerosol Type, 500 Grams 4 600.00 2,400.00 4 Can Insecticide Spray, Multi-insect Killer, 600ml 5 550.00 2,750.00 5 Pack Tissue, 10 Rolls/pack, With Green Tea Extract 6 380.00 2,280.00 6 Pack Trash Bag, Medium Size, 10pcs/pack 6 100.00 600.00 7 Pack Trash Bag, Large Size, 10pcs/pack 5 132.00 660.00 8 Bottle Liquid, Hand Soap, Antibacterial, 500ml/bottle 7 304.00 2,128.00 Sub Total 15,000.00 Pr No. 2024-11-1332 (mpdo) 1 Pieces Extension Cord, 6 Gang With Individual Switch, 5m Wire, Max. Capacity 2500w, With Voltage Surge Protector, 1 Circuit Breaker 4 1,500.00 6,000.00 2 Bottles Alcohol, Ethyl, 70%, Scented, 500ml, Antiseptic Ab Disinfectant, Sanitizing, With Moisturizer And Floral Scent, 300 Ml With Spray Bottle 33 110.00 3,630.00 3 Packs Bathroom Tissue, Green Tea,white, 3 Ply, 10s/pack, 180grams/roll 33 374.00 12,342.00 4 Pcs Brush, Soft Brush Multi-functional Soft Bristle Brush With Long Handle For Efficient Dusting Of Sofa, Furniture 3 250.00 750.00 5 Pcs Computer Cleaning Kit,multi-functional Cleaning Kit For Keyboard 7 350.00 2,450.00 6 Kg Coffee Grounds, Mixture Of Arabica And Hazelnut 5 650.00 3,250.00 7 Pcs Dishwashing Liquid, Concentrate, 250g, Antibacterial 3 120.00 360.00 8 Pcs Dishwashing Scrub With Foam, Sponge, Heavy Duty Sponge 3pcs/pack 2 150.00 300.00 9 Pcs Door Pvc Mat Rubberized, Non-skid, Non- Slip 5 100.00 500.00 10 Bottles Hand Soap, Liquid, Antibacterial, 250ml/bottle, Lavender Scented 3 120.00 360.00 11 Packs Garbage Bags- Medium/pack 5 120.00 600.00 12 Pieces Garbage Bins With Revolving/swing Top Lid 5 300.00 1,500.00 13 Boxes Instant Coffee, Moringa Mangosteen Stevia Coffee Sugar Free, (15g X 10 Sachets/box) 5 180.00 900.00 14 Boxes Instant Coffee,cafe Arabica, 12.1g, 100% Arabica, (12.1g X 10 Packet/box) 5 200.00 1,000.00 15 Packs Powdered Milk-33g Fortified Flavored Powdered Milk Drink, 10 Sachets/pack 5 150.00 750.00 16 Packs Kitchen Paper Towels, 2 Ply, 2 Rolls/pack 10 150.00 1,500.00 17 Pcs Broom And Dustpan 1 500.00 500.00 18 Bottles Multi Insect Killer/mosquito Repellant Spray 500ml 2 440.00 880.00 19 Pcs Background Cloth/bac Drop, Polyester Cloth 50ft X 10ft/piece: Colors: Black, Light Gray, Rust/beige 3 1,000.00 3,000.00 20 Pcs Artificial Flowers For Wal;l Decorations – Rose Vein Flowers With Green Leaves Hanging. Materials: Silk Flowers, Leaves, Plastic Vine, Approx. 27.5” Length With Flowers Diameter Of 2.1”. With Flowers Colors: Pink, Red, White 20 100.00 2,000.00 Sub Total 42,572.00 Pr No. 2024-11-1335 (comelec) 1 Bottle Alcohol, Isopropyl, 70% Solution, Scented, 500 Ml 8 95.00 760.00 2 Pack Tissue, Toilet Paper With Tea Extract 3 Ply 10 Rolls/pack, 180g/roll 8 380.00 3,040.00 3 Pc Aerosol, Air Freshener, Spray, 320ml 2 300.00 600.00 4 Pack Trashbag, Gpp Specs, Black, 10 Pcs. Per Roll/pack, Large 5 145.00 725.00 5 Bottle Dishwashing Liquid, 250ml, With Anti-bac 4 165.00 660.00 Sub Total 5,785.00 Pr No. 2024-11-1338 (bplo) 1 Bottle Alcohol, Ethyl, 70% Solution, Disinfectant, Antiseptic, 500ml, Spray 40 150.00 6,000.00 2 Pack Tissue, Bathroom, W/ Tea Extract, White, 3 Ply, 10s/pack 12 360.00 4,320.00 3 Pack Garbage Bag, Large, 50pcs/pack, Durable And Safe, High Density Polyethylene, Harmless, Heavy Duty, No Smell, Tear Resistant, Extra Thick, Leak-proof, Puncture Resistant 5 400.00 2,000.00 4 Pack Garbage Bag, X-large, 50pcs/pack, Durable And Safe, High Density Polyethylene, Harmless, Heavy Duty, No Smell, Tear Resistant, Extra Thick, Leak-proof, Puncture 5 400.00 2,000.00 5 Pcs Doormat, Outdoor, Durable, Non-slip Rubber, 55x35cm 6 200.00 1,200.00 6 Bottle Disinfectant Spray, Kills Over 100-illness Causing Germ, Kills 99.9 Of Fungi, Viruses, And Bacteria Including Viruses That Cause Cold And Flu & Covid-19 Virus In 10 Minutes, Kills & Control The Growth Of Mold & Mildew For Up To A Week, Eliminates Odors At The Source, 170g, Early Morning Breeze, Fresh Blossom, Circuit Meadows) 6 250.00 1,500.00 7 Bottle Insecticide Spray, Multi Insect Killer, Fragrance Free, Fast Acting Formula, Indoor And Outdoor Use, 700ml 6 496.50 2,979.00 Sub Total 19,999.00 Pr No. 2024-11-1343 (mcr) 1 Pcs Floor Mop With Squeezer And Water Bucket, Heavy Duty 1 1,800.00 1,800.00 2 Box 5 In 1 Coffee, 12 Sachet/box 8 450.00 3,600.00 3 Bottle Alcohol, Ethyl, 70%, 500ml W/ Moisturizer 5 120.00 600.00 4 Pack Garbage Bag, Xl, Black, 10 Per Pack/roll 1 116.00 116.00 5 Bottle Multi-insect Spray Killer, Water Based, 500ml 1 665.00 665.00 6 Pack Toilet Tissue, Green Tea Bathroom Tissue, 3 Ply, 10 Roll/pack 105mm X 140mm/sheet/roll; Wt. 180g 18 380.00 6,840.00 Sub Total 13,621.00 Pr No. 2024-11-1347 (mo-tourism) 1 Bottles Alcohol, Ethyl With Moisturizer, 70% Spray Bottle, 500ml 6 145.00 870.00 2 Packs Tissue Paper W/ Tea Extract, 180g/roll, 3 Ply, 10s/pack 3 360.00 1,080.00 3 Pieces Milk Powdered Drink, Fortified, 33 Grams 75 15.00 1,125.00 4 Packs Cups, Paper, 8 Oz., 50pcs/pack 6 65.00 390.00 5 Packs Stirrer, Wooden Stirrer, Individually Wrapped, 5.5 Inches Deep, 100pcs/pack 2 55.00 110.00 Sub Total 3,575.00 Pr No. 2024-11-1350 (mo-ias) 1 Bottle Alcohol, 70% Solution, Spray Bottle, 500 Ml/bottle, With Moisturizer 10 120.00 1,200.00 2 Can Multi-insect Killer, Long Lasting Protection, 500 Ml Per Can 5 517.00 2,585.00 3 Pack Tissue Paper, With Tea Extract, At Least 180g Per Roll, 3 Ply, 10 Rolls Per Pack 6 380.00 2,280.00 Sub Total 6,065.00 Pr No. 2024-11-1358 (mo-vet) 1 Pc Alcohol Spray, 70% Ethyl, 500ml Bottle 40 120.00 4,800.00 2 Pack Tissue Paper, With Tea Extract, 180g, 3 Ply, 10rolls/pack 18 380.00 6,840.00 3 Pair Rubber Boot/rainboot, White, Size 8 7 490.00 3,430.00 4 Can Disinfectant Spray 12 700.00 8,400.00 Sub Total 23,470.00 Pr No. 2024-12-1374 (dilg) 1 Pack Tissue (toilet Paper With Tea Extract, 10s/pack, 180 G/roll, 3 Ply, White) 10 360.00 3,600.00 2 Bottles Alcohol 10 120.00 1,200.00 3 Can Insect Killer (500ml, Water-based, Fast Killing Power, Odorless) 3 400.00 1,200.00 Sub Total 6,000.00 Pr No. 2024-12-1379 (mswdo) 1 Packs Bathroom Tissue, W/ Tea Extract, White, 3 Ply, 10s/pack 24 380.00 9,120.00 2 Pieces Ethyl Alcohol With Moisturizer, 70% Solution, 500 Ml 12 120.00 1,440.00 3 Kg Brewed Coffee 1 600.00 600.00 4 Cans Evaporated Milk, 360g. 4 50.00 200.00 5 Packs Powdered Creamer 400g 2 200.00 400.00 6 Packs Drip Coffee, 10 Flavors In 1 Pack, Net Weight 150 Grams 2 250.00 500.00 7 Pieces Powdered Malt Drink 24g 30 14.00 420.00 8 Pieces Powdered Milk Drink, 33grams, Swack Pack 35 17.00 595.00 9 Pieces Disposable Paper Cup 10 Oz. 62 2.00 124.00 10 Bottles Dishwashing Liquid 2 150.00 300.00 11 Pieces Lotion Effective Protection From Dengue Mosquitoes 100 Ml. (expiration Of 2 Years) 9 230.00 2,070.00 12 Pieces Mosquito Mat Starter Pack (1 Heater + 5 Mats) Original 4 200.00 800.00 13 Pieces Black Plastic Garbage Bag, Large 50 4.60 230.00 14 Sets 10 Meter Extension Cord With Wheel, Max Load: 2,500 Watts, Voltage: 250v 2 2,590.00 5,180.00 15 Pieces Heavy Duty Stock Box With Wheels, Green Cover Extended Handle, Ergonomic Handles, 70 Liters 2 2,000.00 4,000.00 Sub Total 25,979.00 Pr No. 2025-01-026 (mago) 1 Packs Tissue Paper W/ Tea Extract, 180g/roll, 3 Ply, 10s/pack 27 380.00 10,260.00 2 Bots Soluble Coffee In Bottle, 50g 3 250.00 750.00 3 Packs Ground Coffee For Brewing, 1 Kilo/pack 3 600.00 1,800.00 4 Kgs Sugar, Brown, 1 Kilo 3 110.00 330.00 5 Pack Wooden Coffee Stirrer, 1000pcs/pack 1 250.00 250.00 6 Packs Milk Powder Drink, Fortified, 33gms, 10 Pieces/pack 10 150.00 1,500.00 7 Packs Coffee Creamer, Original, 5g, 12 Pcs/pack 10 80.00 800.00 8 Bags Ldpe Bag Transparent, 19x31 Inchers, .001 Thickness, 100pcs/bag 2 1,855.00 3,710.00 9 Packs Cups, Paper, 8oz., 25 Pcs/pack 30 65.00 1,950.00 10 Pcs Isopropyl Alcohol Scented, 70% With Moisturizer, With Sprayer, 500 Ml 27 120.00 3,240.00 Sub Total 24,590.00 Delivery: Should Be At Least 50% Within 15 Days & 100% Within 30 Days Grand Total 839,166.00 Note: Supplier Should Package And Label The Items To Be Delivered By Office Or As Grouped In The Specifications. 2. The Municipality Of Tuba Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Thirty (30) Calendar Days Upon Receipt Of The Notice To Proceed ( At Least 50% Within 15 Days & 100% Within 30 Days). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “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”. A. 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 No. 5183. 4. Prospective Bidders May Obtain Further Information From The Municipality Of Tuba And Inspect The Bidding Documents At The Address Given Below During Office Hours (8:00 Am To 5:00 Pm, Monday To Friday Except Holidays). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025, At The Bac Office, Municipal Hall, Poblacion, Tuba, Benguet From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (php 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees [official Receipt And Order Payment). 6. The Municipality Of Tuba Through Bac Will Hold A Pre-bid Conference On February 5, 2025 At The Bac Office, Municipal Hall, Poblacion, Tuba, Benguet. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On Or Before February 19, 2025 At 8:30 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 19, 2025 At 9:00 A.m. At The Bac Office, Municipal Hall, Poblacion, Tuba, Benguet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. In Case There Will Be A Tie Between Bidders, All Those Who Have Passed Post-qualification And Offered The Same Financial Bid Price, A Tie-breaking Method Through “draw Lots” Will Be Used To Determine The Winning Bidder. 11. The Municipality Of Tuba 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 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Failure To Sign Each Page Of The Bid Form, Including The Attached Schedule Of Prices Shall Be A Ground For The Rejection Of The Bid. 13. For Further Information, Please Refer To: Arlene D. Bangit, Edith G. Labbot, Venus P. Rimando, Jennylyn T. Wakat , Helen M. Kimpa-oy And Kevin B. Yaris At The Municipal Hall, Poblacion, Tuba, Benguet From 8:00 Am To 5:00 Pm Only, Mondays To Fridays At Tel No. (074) 442-1267 And E-mail At Bac_lgutuba2020@yahoo.com. However, Any Queries Relative To The Contents Of The Bid Documents And The Project Requirements Can Only Be Made By Bidders Who Purchased The Bid Documents Not Later Than Ten (10) Days Prior To The Submission And Opening Of Bids And Have Viewed And Ordered Through Our Posting At Philgeps. 14. You May Visit The Following Website For Downloading Of Bidding Documents: Tuba.gov.ph Date Of Posting: January 28, 2025 Janet V. Mariano Bac Chairperson
Closing Date19 Feb 2025
Tender AmountPHP 839.1 K (USD 14.5 K)
1331-1340 of 1345 archived Tenders