Covid Tenders

City Of Bais Tender

Software and IT Solutions
Philippines
Closing Date4 Mar 2025
Tender AmountPHP 5 Million (USD 87 K)
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Use In The Office Of The Sangguniang Panlungsod, This City, Viz: Item Approved Budget For The Contract (abc) Pr No. 05-25 Php 5,050,000.00 1 1 Set Branded Server Specifications: • Processor: Xeon E-2314 (4core,2.8 Ghz, 65w) • No. Of Processor: One • Memory:16gb Udimm Ddr4 3200 Mt/s (1x16gb) • Hard Drive: 1tb Sata 7.2k Lff Rw Hdd • Network Controller: Embedded 1gb 2-port Ethernet Adapter • Storage Controller: Embedded Sata Software Raid • Pci-express Slots: 1pcle 3.0 Slots • Power Supply: 350w Atx Power Supply • Fan: Non-hot Plug, Non-redundant System Fan • Warranty: 1-year Parts • Keyboard/mouse And Led Monitor • Ups: Uninterruptible Power Supply 650va • Server 2022 Operating System License 2 1 Lot Electronic Record Archive And Legislative Tracking System Descriptions: • Designed To Electronically Archive, Preserve And Organize Huge Amount Of Documents (pdf, Microsoft Word, Scanned Documents, Picture, Audio, Video, Etc.) • Pdf Files, Ms Word And Other Files Are Converted To Binary When Uploaded And Saved In The Database (not Stored On The Local Folder Or Directory. • With More Than 15,000 Preloaded Electronic References (accessible By Paperless App):(dilg Legal Opinions (electronically Updatable By Clicking The Menu), Local Government Code, Irr Of The Local Government Code, 1987 Philippine Constitution, Guide For Local Legislations, Executive Orders From The President (electronically Updatable By Clicking The Menu), Dilg Circulars (electronically Updatable By Clicking The Menu), Coa Circulars, Dbm Circulars, The Philippines Legal Codes, Laws (electronically Updatable By Clicking The Menu), Jurisprudence (electronically Updatable By Clicking The Menu), Ordinances Of Other Lgus, Etc.). These References Are Accessible By Paperless Native Ios, Mac Os, Windows And Android Based Applications For Paperless Esession Setup. • System Can Access The Dilg Website And Download The Dilg Legal Opinions And Dilg Memorandum Circularsusing Internet. All Downloaded Files Will Be Automatically Included In The System’s Library Or Electronic References Under The Classification Of Dilg Legal Opinions And Circulars. • Upload And Search Menu: Ordinances, Resolutions, Minutes Of The Session, Agenda, Committee Reports, Journal, Privilege Speeches, Moa, List Of Standing Committees And Their Officers, Past & Present Sp/sb Officials, Local Chief Executive Order, Session Files (provision For Session’s Agenda/calendar Of Business Including Drafts And Attachments) (accessible By Paperless App). • Regulatory (vehicle Franchise, Ngos Accreditation, Subdivision Clearance And Other Issuances), In & Out Communications (received, Sent Out), Travel Order, Notice Of Meetings, Certifications, References, Attendance Of Sanggunian Members With Attachment • Easy And Quick Retrieval Menu: By Author, By Title, By Year, By Classification, By Date Approved • Legislative Tracking Or Status Of Proposed Measures With Attachments And Brief Remarks (from First Reading Up To Their Final Approval And Lce Action With Attachment) • Generate Printable Reports: Inventory Of Ordinances, Resolutions (by Inclusive Date/by Classification/by Author), Minutes And Journals • Generate Printable Report Of Sb Attendance (by Inclusive Date) • Session Done And Provision For Crawling Text Features For Paperless Esession Setup • Menu With Icons(all Menu And Icons Must Be Displayed Horizontally On The Top Part Of The Desktop Screen With The Following Arrangement Of The Icons From Left To Right: Ordinances, Resolutions, Committee Report, Privilege Speech, Minutes Of The Session, Journals, Agenda, Regulatory, In & Out Communications, Attendance, Referrals, Scheduler, View Files, Clear List, Delete, Session Files) • Preview Document • Print Document • Add And Delete Document • Compatible With Old And Latest Hardware And Programs (core I3, I5, I7) (windows 7, 8, 10, 11 And Windows Server) • Dual Connectivity: (local Signal Or Internet Exposure) • Main System’s Login Page Requires User Name And Password • Paperless Clients Logs (records Type Of Documents Searched And Documents Opened By Client With Date And Time) • Sb Employees Leave Credits Recording *register/edit/delete Employees, View All Employees, Computes Vacation Leave/sick Leave Credits Based On Start Of Employment, Setup Daily And Monthly Credit Values, View Credits By Year • Customize Communication Received With Document Tracking Up To Action Taken By Sp Secretary With The Following Features: Encode New Received Documents With Date Receive, Code Number, Source, Type Of Communication, Attached Files, Particulars And Action Taken By Sec/sp *printout Barcode Sticker *tracking Of Every Communication/letter From Date Of Received, Update Of Status, Up To Filling/archiving *auto Generate Code Number *open Attached Files *edit Details Of Encoded Communication *deleted Encoded Communications *refresh Option To Retrieve Newly Encoded Received Communications By Other Users *print, Options To Add Type Of Source, Type Of Communications, Action Taken By Sec/sp For Easy Selection *update And Tracking Of Documents Can Be Viewed On Paperless Application *the Administrator Of The System Can Assign User Rights To The Encoder Such As Add New Edit Details, Attach File, Open File And Delete Document Tracking Search And Retrieval Menu *check And View Status Of Specific Document *retrievals Or Search Options A. By Barcode Scanner B. By Code Number C. Data Inclusive D. Communication Type E. Source Of Documents F. Particulars G. Action Taken By Sp Secretary H. By Remarks / Status • No Monthly Subscription Fee • System Is Managed And Operated By The User • One Time Purchase And Software License Has No Expiration • Back Up & Restore Option • Agency’s Logo And Names Of Incumbent Officials And Sb Secretary Text Blasting For Information Dissemination • Capable To Send Thousands Of Text Messages (single Composed Message) From Server To Celfones Of Constituents With Just A Click • Capable To Receive And Store Thousands Of Replied Text Messages From Celfones • 8 Sims Ready: Each Sim Processes Two (2) Messages At A Time In Totality The System Is Processing 16 Messages At Time In Sending Messages • It Does Not Rely On Internet. But It Can Be Shifted To Internet When Sending Brand Text Messages. • Text Message Has Header And Footer • Sending Option: By Barangay Or All Barangay, Sector Or Ngos, Barangay Officials, Business Owners, Real Property Owners, 4ps Members, Tricycle Drivers Association • Sending: 1,400 Characters Icons And Settings Are Displayed Horizontally On The Top Part Of The Laptop/desktop Screen With Following Arrangements Of The Icons: Profile, Messages (inbox Or Sent Items Box), Contacts By, Search Contacts, Remove Selected, Clear Contacts. 3 17 Copies Paperless Electronic Session Application To Be Installed On Laptops (windows Based Application) Descriptions: • This Windows Based Application Is Electronically Connected To Electronic Archive And Legislative Tracking System. • This Is A Windows-based Application (not Web-based) • View Sp Documents,all Session’s Files Or Calendar Of Business Including Drafts And Attachments (scheduled To Be Tackled In The Sessions) Are Uploaded On The Main System (server) But Electronically Viewed/accessed By The Sp/sb Members, Sp/sb Secretary & The Vice Mayor/vice Governor Through Their Laptops/desktops Using The Application. • The Paperless Application Has An Archive And Elecronic References Menu Where Sp Members Can Electronically Search And Retrieve, Even During The Session, Through Application, The Approved Measures (archived Ordinances, Resolutions, Committee Reports, Minutes, Journals, Internal Rules, Approved Moa, List Of Standing Committees And Their Officers Including Executive Orders Issued By The Lce) And More Than Fifteen Thousands (15,000) Preloaded References(dilg Legal Opinions, Local Government Code, Irr Of Thelocal Government Code,1987 Philippine Constitution, Guide For Local Legislations, Executive Orders From The President, Dilg Circulars, Coa Circulars, Dbm Circulars, The Philippines Legal Codes, Laws, Ordinances Of Other Lgus, Etc.). • Paperless Penless Application Does Not Rely On Internet, No Need Of Lan Wires As Long As Within The Range. But Its Connection Can Be Shifted Or Exposed On The Internet For Outdoor Usage. • Notepad Feature (to Take Down Notes With Easy And Quick Retrieval Options) (no Pen Or Pencil Needed). • Crawler • Session History • Refresh Option • Paperless Application’s Login Page Requires User Name And Password • Search Engine • Printout Document Feature. • Electronic Voting • Chatroom (receiving In Real Time), Create/delete/rename Group, Add And Delete Members In A Group • Files Electronic Submission • Login Page Requires Username And Password For Easy And Quick Retrieval, The Current Session Files, Documents And Attachment Are In Rectangular Blue Boxes Displayed Vertically On The Left Side Of The Laptop Or Desktop Screen With The Arrangement That Comforms With The Actual Order Of Business.. Every Rectagular Blue Box Contains One Separate File Where It Can Be Quickly Opened By The End-user By Clicking It. 4 17 Copies Paperless Electronic Session Application To Be Installed On Smartphones (native Android Or Ios Application) Descriptions: • Native Android Or Iphone Paperless Esession Application (to Be Installed On Android Cellphone Or Iphone Ios Version 15.3 Or Higher). • These Are Native Android And Ios Applications. • This Application Will Be Electronically Connected To The Data Management System (server) Of The Sanggunian. • View Sp Documents, All Session’s Files Or Calendar Of Business Including Drafts And Attachments (scheduled To Be Tackled In The Sessions) Are Uploaded On The Main System (server) But Electronically Viewed/accessed By The Sp Members, Sp Secretary & The Vice Mayor Through Their Android Phone Or Iphone Using The Application. • This Application Has An Archive And Elecronic References Menu Where Sp Members Can Electronically Search And Retrieve, Even During The Session, Through Application, The Approved Measures (archived Ordinances, Resolutions, Committee Reports, Minutes, Journals, Internal Rules, Approved Moa, List Of Standing Committees And Their Officers Including Executive Orders Issued By The Lce) And More Than Fifteen Thousands (15,000) Preloaded References (dilg Legal Opinions, Local Government Code, Irr Of The Local Government Code,1987 Philippine Constitution, Guide For Local Legislations, Executive Orders From The President, Dilg Circulars, Coa Circulars, Dbm Circulars, The Philippines Legal Codes, Laws, Ordinances Of Other Lgus, Etc.). • Android Or Iphone Paperless Application Does Not Rely On Internet, As Long As Within The Range. But Its Connection Can Be Shifted Or Exposed On The Internet For Outdoor Usage. • Notes Feature (to Take Down Notes With Easy And Quick Retrieval Options) (no Pen Or Pencil Needed). • Session History • Paperless Application’s Login Page Requires User Name And Password • Chatroom: Create Group Chat, Edit/delete Group Chat, Add And Remove Members • Electronic Voting • For Easy And Quick Retrieval, The Current Session Files, Documents And Attachment Are In Rectangular Blue Boxes Displayed Vertically On Smartphone Or Tablet’s Screen With The Arrangement That Conforms With The Actual Order Of Business. Every Rectagular Blue Box Contains One Separate File Where It Can Be Quickly Opened By The End-user By Clicking It. 5 15 Units Laptop Computer (for Paperless Application) • Core I3 Processor • Windows 10 Or Windows 11 64 Bit (license) • Display Hd (1366 X 768 Resolution) • Graphics: Hd Graphics Processor • Memory: 4gb Memory • Webcam: 720p With Microphone • 240 Gb Ssd • Battery: 2-cell • Touchpad One-piece Multi-touch Touchpad • Audio Support Hd Audio • Wireless Lan 802.11n • Wifi + Bluetooth 6 5 Copies Replicate Of Record Management System (for Windows 10 Or Windows 11 Workstations Of Encoder) 7 5 Units Access Point Wall Mount Dual Band 2.4ghz/5ghz • Poe Port • 450 Mbps Speed • Mimo Antenna 8 1 Unit Wireless Router Dual Band 2.4 Ghz/5ghz 9 1 Box Cat6 Utp Cable 10 1 Unit 16 Port Gigabit Switch 11 1 Unit Printer 3 In 1 • Printer/scanner/copier • With Document Feeder • Capable To Scan Long Size Bond Paper 8.5” X 13 “ 12 1 Unit 2tb Usb External Hardisk 13 1 Lot 200ah 12 Volts Battery & 1kw Inverter/charger For Power Backup Terms And Conditions: • Delivery Period – 30 Calendar Days Upon Receipt Of Purchase Order • Place Of Delivery – Sangguniangpanlungsod Office • The Lead System/application Trainer Must Have At Least 10 Years Of Experience In Local Legislation (as Either A Sangguniang Bayan Member, Sangguniangpanlalawigan Member, Or Sangguniangpanlungsod Member). A Certificate Of Service, Duly Signed By The Secretary To The Sanggunian, Must Be Submitted Together With The Bid Documents. • The System (software) Must Have The Certificate Of Copy Right Recordation And Deposit From Intellectual Office Of The Philippines And National Library Of The Philippines. The Software Has Been Recorded And Deposited With The Said Agencies For Not Less Than Six (6) Years. • 1 Year Warranty. • Supplier Has Experience In Installing And Delivering Similar Legislative System To At Least Ten (10) Sanggunians (either Sangguniang Bayan Or Panlungsod Or Panlalawigan). (with Attached Delivery Receipts, Certificate Of Completion And Certificate Of Acceptance Duly Signed By The End-user Or Auhorized Representative). • Single Largest Completed Contract (slcc) Must Be Similar To The Legislative System Installed At The Sanggunian. • Cabling, Networking, Configuration And Activation Of The Entire System Are Included. • Unlimited Online Technical Support From The Supplier. • Free Training Of End-users The Approved Budget For The Contract Is To Be Taken From Info. And Comm. Technology Equipment (1-07-05-030). Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On February 18, 2025, 2:00 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On March 4, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 2:00 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee

Caraga Regional Hospital Tender

Healthcare and Medicine
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 3.5 Million (USD 60.4 K)
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2024-01-30 (121) Supply And Delivery Of Various Medical Supplies For Csss Under Single-year Framework Agreement ( Early Procurement Activity ) Approved Budget For The Contract: Php 3,546,508.00 ========================================================= 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 Three Million Five Hundred Forty Six Thousand Five Hundred Eight Pesos Only ( Php 3,546,508.00 ) As To Payment Under The Contract For Supply And Delivery Of Various Medical Supplies For Csss 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. Item No. Description Qty Unit Of Measure Unit Cost Total Cost 1 Diaper Adult 10 Pc Per Pack; Size Xl; Length 1000 Mmxwidth 800mm; Top Sheet -non Woven Fiber;absorbent Layer Tissue; Fluff Pulp And Polymer ;back Sheet-polyethylene Sheet, Tape-re Fastening Tape Hip Size 28inchesto 5 Inches; Hypo Allergenic; With Anti Leak Barrier 1,340 Packs 300.00 402,000.00 2 Underpads Adult, Size Extra Large/pack Of 10's 60x90cm ;back Sheet -polyethylene Sheet;absorbent Layer Tissue; Fluff -pulp And Polymer;top Sheet-non Wooven 4,000 Packs 175.00 700,000.00 3 Syringe Oral/enteral 5cc 5 Box 300.00 1,500.00 4 Sterile Non Pyrogenic 5ml Syringe For Anesthesiologist Luer Lock Tip With Precision Glide Needle; 23 G (0.6mm X 25mm) 100pcs Per Box 5 Box 1,200.00 6,000.00 5 Syringe Oral/enteral 10cc 10 Box 300.00 3,000.00 6 Syringe Disposable 20 Cc W/ G21/g23 Needle, Sharpest Needle, Polyprolene Barrel, Non-toxic Double Plunger, Smooth Movement Of Plunger, Thermoplastic Elastomer Gasket, Clear Prints On The Syringe, Luer Lock, Undergone High Intensity Sterilization Process X 50's/box; With Number Lines For Each 0.1 Up To 0.9ml 170 Box 750.00 127,500.00 7 Syringe Disposable 60 Cc, Polyprolene Barrel, Non-toxic Double Plunger, Smooth Movement Of Plunger, Thermoplastic Elastomer Gasket, Clear Prints On The Syringe, Luer Lock, Undergone High Intensity Sterilization Process X >20's/box; With Number Lines For Each 0.1 Up To 0.9ml 50 Box 900.00 45,000.00 8 Ecg Paper 80 Mm X 20-60mm / Roll Compatible With Sinohero Se 508 And Edan Se 508 Machine 1,296 Roll 114.00 147,744.00 9 Disposable Needle G 23, (1 " Length), Stainless Steel, Ultra Sharp,silicone Coated Needles, Polypropelene Color Coded Base , Sterile, Individually Peel-packed In Paper And/or Plastic. 100pcs/box 50 Box 250.00 12,500.00 10 Disposable Needle G 24 , (1/2" Length)stainless Steel, Ultra Sharp,silicone Coated Needles, Polypropelene Color Coded Base , Sterile, Individually Peel-packed In Paper And/or Plastic. 100pcs/box 30 Box 250.00 7,500.00 11 Disposable Needle G 25 , (1/2" Length)stainless Steel, Ultra Sharp,silicone Coated Needles, Polypropelene Color Coded Base , Sterile, Individually Peel-packed In Paper And/or Plastic. 100pcs/box 20 Box 250.00 5,000.00 12 Disposable Needle G 26 , (1/2" Length)stainless Steel, Ultra Sharp, Silicone Coated Needles, Polypropelene Color Coded Base , Sterile, Individually Peel-packed In Paper And/or Plastic. 100pcs/box 55 Box 250.00 13,750.00 13 Disposable Needle G 18 (1 1/2" Length), Stainless Steel, Ultra Sharp, Silicone Coated Needles, Polypropelene Made With Color Coded Base , Sterile, Individually Peel-packed In Paper And/or Plastic. 100pcs/box 220 Box 250.00 55,000.00 14 Disposable Needle G 27 , (1/2" Length)stainless Steel, Ultra Sharp, Silicone Coated Needles, Polypropelene Color Coded Base , Sterile, Individually Peel-packed In Paper And/or Plastic. 100pcs/box 125 Box 250.00 31,250.00 15 Disposable Needle G 20, (1" Length), Stainless Steel, Ultra Sharp, Silicone Coated Needles, Polypropelene Color Coded Base , Sterile, Individually Peel-packed In Paper And/or Plastic. 100pcs/box 110 Box 250.00 27,500.00 16 Ecg Electrodes, Neonate,50 100 Packs 336.00 33,600.00 17 Ecg Electrodes, Pedia ,50 250 Packs 336.00 84,000.00 18 Pericardiocentesis Kit French Size 6f (2.0mm;)cath Length 60cm (23.6'') Distal Lumen Id 0.035"(0.89mm);cath Tip Config :straight 1 Kit 6,000.00 6,000.00 19 Pericardiocentesis Kit French Size 6f (2.0mm;)cath Length 60cm (23.6'') Distal Lumen Id 0.035"(0.89mm);cath Tip Config :pig Tail 1 Kit 6,000.00 6,000.00 20 Pericardiocentesis Kit French Size 8.3f (2.77mm;)cath Length 40cm (15.7'') Distal Lumen Id 0.035"(0.89mm);cath Tip Config :straight 1 Kit 6,000.00 6,000.00 21 Pericardiocentesis Kit French Size 8.3f (2.77mm;)cath Length 40cm (15.7'') Distal Lumen Id 0.035"(0.89mm);cath Tip Config :pig Tail 1 Kit 6,000.00 6,000.00 22 Spinal Needle G20 For Neuro, Ultra Sharp, Non-toxic, Latex-free, Non-pyrogenic Material 30 Pcs 2,500.00 75,000.00 23 Spinal Needle G21 For Neuro, Ultra Sharp, Non-toxic, Latex-free, Non-pyrogenic Material 30 Pcs 2,500.00 75,000.00 24 Spinal Needle G 23x3.50 In;0.64mmx90mm; Ultra Sharp, Non-toxic, Latex-free, Non-pyrogenic Material, Ocean Green Color 15 Pcs 350.00 5,250.00 25 Cardiotocography Paper, Compatible With Existing Machine (edan) 30 Roll 670.00 20,100.00 26 Defibrillator Conductive Paste Gel/ionic Gel Or Ecg Conductive Paste 250g Per Tube 50 Tube 5,000.00 250,000.00 27 Ecg Paper 50 Mm X 30-60mm / Roll Compatible With Sinohero Se 508 And Edan Se 508 Machine 28 Roll 114.00 3,192.00 28 Cartridge/cassette For Sterrad Gas Sterilizer, 25-30cycles 15 Unit 36,000.00 540,000.00 29 Steam Integrator, Class 4 Type5 Integrating Indicator That Complies With Ansi/aami/iso11140-1:2014; It Integrates The 3critical Variables Required For Steam Sterilization; With A Margin Of Safety; 5years Expiry(250pcs/pack)for Autoclave 50 Packs 3,000.00 150,000.00 30 Autoclave Equipment Control:bowie Dick Type Test Card Kit Includes Bowie & Dick Test Card Chemical Indicator And Holder ;consist Of A Type 2 , Metals Free Chemical Indicator.cycle Information Can Be Recorded On The Back If The Indicator,allows Permanent Record Of The Process; Changes Color From Purple (indicates Airpocket During Sterilization Cycle)to Green When Processed,can Create Heterogenous Color Change Pack;complies To Ansi/aami/iso 11140-5:2007 Class 2.;lead Free Ink Chemistry; Test Sheet Clearly Identifies Failures And Can Be Filed For Record Keeping (120 Test Card Per Pack); With Tie Up Calibrated Interpreting Machine 2 Packs 40,000.00 80,000.00 31 Autoclave Internal Pack Control:steam Chemical Integrator 250 Pcs Cd20/box; Strips Printed With Reactive Ink For Steam Sterilization Processes; React To Steam Sterilization Processes Within Loads; Initial Color Purple Turns To Final Color: Green ;easy Interpretation Within Seconds Using Moving Front Ink Technology ;complies Iso 11140-1:2014 Type 5 Integrating Indicator;for Use In All 121-135°c (250-275°f) Steam Sterilization Cycles; Easy To Read Color Coded Results 4 Box 5,000.00 20,000.00 32 Sterilization Pouch, Gusetted Roll, 20 Cm X 328 Feet With Portable Sealer 56 Roll 3,012.00 168,672.00 33 Sterilization Pouch, Gusetted Roll, 15cm X 328 Feet With Portable Sealer 55 Roll 4,450.00 244,750.00 34 Sterilization Pouch, Gusetted Roll, 7.5 Cm X 328 Feet With Portable Sealer 5 Roll 4,450.00 22,250.00 35 Sterilization Paper, Crepe, 90x90cm (approx 36"x36") 250pcs/box 2 Box 10,800.00 21,600.00 36 Sterilization Wrapping Sheet Light Blue 75cm X75cm, 200pcs/box 5 Doz 7,920.00 39,600.00 37 Sterilization Pouch 7.5; Suitable For The Use In Autoclave And Sealingdevice; W/ Steam Eo Indicator; Safelyandeffective Sterilize Precision Equipment; Flexibility Of Length Cutting Is Making A Dedicatedpackaging Of Individual Instruments 5 Roll 4,450.00 22,250.00 38 Non Woven Sterilization Blue Wrap For Surgical Instruments 100 X120cm 250 Pcs Per Box 2 Box 14,000.00 28,000.00 39 Non Woven Sterilization Blue Wrap For Surgical Instruments 120 X120 Cm 200 Pcs Per Box 1 Box 16,000.00 16,000.00 40 Non Woven Sterilization Blue Wrap For Surgical Instruments 150 X 150cm 200 Pcs Per Box 2 Box 19,000.00 38,000.00 Grand Total ₱ 3,546,508.00 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 December 28, 2024 To January 30, 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 09, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/87168238276?pwd=vw8yzi1yubpp39jhbk5n9zmypxx2iw.1 Meeting Id: 871 6823 8276 Passcode: 004066 Deadline Of Submission Of Bids January 30, 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 30, 2025 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/83901594969?pwd=gpjrac7cna7xm5oamltnvufkfrcacv.1 Meeting Id: 839 0159 4969 Passcode: 182787 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/13-w0tedkdcpp7blo2kqp1zhqhpkenw9v?usp=sharing 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 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 January 30, 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 30, 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

Caraga Regional Hospital Tender

Healthcare and Medicine
Philippines
Closing Date6 May 2025
Tender AmountPHP 5 Million (USD 91.1 K)
Details: Description Bids And Awards Committee Invitation To Bid Ib No. 2025-05-06 (29) Two-failed Negotiated Bidding Supply And Delivery Of Various Drugs And Medicines Under Negotiated Procurement-two Failed Bidding Abc: Php 5,094,814.96 ========================================================= 1. The Caraga Regional Hospital (crh), Through Internal Generated Fund (igf) 2025 The Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Five Million Ninety Four Thousand Eight Hundred Fourteen Pesos And 96/100 ( Php 5,094,814.96 ) Only As To Payment Under The Contract For Supply And Delivery Of Various Drugs And Medicines Under Negotiated Two Failed Bidding. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. This Is A Line Item Bid. Line Item No. Description Qty Unit Of Measure Unit Cost Total Cost 1 Acetazolamide 250mg 200 Tab 17.91 3,582.00 2 Aciclovir 200mg 100 Tab 6.03 603.00 3 Aciclovir 400mg. 100 Tab 12.76 1,276.00 4 Aciclovir 800mg. 500 Tab 33.00 16,500.00 5 Activated Charcoal 50gms Powder 6 Packs 600.00 3,600.00 6 Albendazole 400mg 100 Tab 7.20 720.00 7 Alprazolam 250mcg. 100 Tab 4.59 459.00 8 Aluminum Hydroxide + Magnesium Hydroxide 225mg+200mg/5ml 120ml Susp. 250 Bottle 42.57 10,642.50 9 Amino Acid 8% 500ml. Branched Chain 630 Bottle 667.92 420,789.60 10 Amoxicillin 100mg/ml, 15ml Drops 50 Bottle 32.40 1,620.00 11 Amoxicillin 250mg. (as Trihydrate) 2,000 Cap 2.72 5,440.00 12 Amoxicillin 250mg/5ml., 60ml. Susp. 400 Bottle 42.00 16,800.00 13 Anastrozole 1mg 200 Tab 22.80 4,560.00 14 Biperiden Hcl 2mg. (as Hydrochloride) 400 Tab 6.30 2,520.00 15 Bisacodyl 5mg Supp. 800 Supp 71.40 57,120.00 16 Bisoprolol 2.5mg 600 Tab 16.20 9,720.00 17 Brimonidine 0.15%, 5ml, Eye Drops 20 Bottle 850.17 17,003.40 18 Bumetanide 1 Mg. 50 Tab 17.46 873.00 19 Bumetanide 500mcg/ml, 4ml (iv,im) 50 Ampule 491.04 24,552.00 20 Bumetanide 50mg Mr (as Citrate) 6,300 Tab 11.52 72,576.00 21 Butamirate 7.5mg/5ml. Syr. (as Citrate) 120ml. 20 Bottle 216.81 4,336.20 22 Calcium Sennosides (standard Senna Concentrate) 500 Tab 9.06 4,530.00 23 Capecitabine 500mg 600 Tab 30.00 18,000.00 24 Carbetocin 100mcg/ml, 1ml 200 Ampule 1,279.74 255,948.00 25 Castor Oil 60ml, Oral 20 Bottle 45.72 914.40 26 Cefalexin 100mg./ml; 10ml. Drops 9as Monohydrate) 30 Bottle 29.22 876.60 27 Cefalexin 250mg/5ml 60ml Susp (as Monohydrate) 144 Bottle 42.00 6,048.00 28 Cefalexin 500mg. (as Monohydrate) 7,000 Cap 4.21 29,470.00 29 Cefixime 20mg/ml. 10ml. Drops 100 Bottle 183.30 18,330.00 30 Cefuroxime 125mg/5ml., Granules For Susp. 70ml 220 Bottle 186.00 40,920.00 31 Cefuroxime 250mg/5ml., Granules For Susp. 50ml 100 Bottle 168.00 16,800.00 32 Chlorpheniramine 10mg/ml. 1ml 50 Ampule 18.90 945.00 33 Cilostazol 100 Mg. 2200 Tab 19.20 42,240.00 34 Cilostazol 50mg 500 Tab 11.86 5,930.00 35 Cisplatin 50mg 12 Vial 352.80 4,233.60 36 Clarithromycin 250mg/5ml., 50ml. 60ml. Susp 220 Bottle 495.60 109,032.00 37 Clonazepam 2mg. 400 Tab 9.33 3,732.00 38 Cloxacillin (as Sodium) 250mg./5ml. 60ml. Susp 30 Bottle 45.60 1,368.00 39 Cloxacillin 500mg 1,000 Cap 4.68 4,680.00 40 Co-amoxiclav 1g. 1,200 Tab 28.83 34,596.00 41 Co-amoxiclav 228.5mg./5ml. 70ml. Susp 50 Bottle 161.54 8,077.00 42 Contrimozole (sulfamethoxazole + Trimethoprim) 40 0/80mg Tab 460 Tab 1.16 533.60 43 Contrimozole 200mg. 70ml Susp 30 Bottle 63.60 1,908.00 44 Cyclphosphamide 500mg 12 Vial 156.00 1,872.00 45 D5 0.45 Nacl 500 Ml 100 Bottle 206.91 20,691.00 46 Dabigatran 110mg 200 Cap 97.50 19,500.00 47 Dabigatran 150mg 200 Cap 94.50 18,900.00 48 Dexamethasone 4mg Tab. 300 Tab 24.00 7,200.00 49 Diazepam 5mg. Tab 100 Tab 9.94 994.00 50 Dicycloverine (as Hydrochloride) 10mg./5ml., Syrup 60ml 30 Bottle 45.60 1,368.00 51 Digoxin 50mcg/ml., 60ml. Elixir 40 Bottle 881.76 35,270.40 52 Diltiazem 60 Mg. 200 Tab 14.40 2,880.00 53 Diphenhydramine (as Hcl) 12.5ml., 60ml. Syrup 100 Bottle 37.20 3,720.00 54 Dydrogesterone 10mg. 300 Tab 78.70 23,610.00 55 Enalapril 20mg Tab 400 Tab 9.12 3,648.00 56 Felodipine 5mg. Mr 300 Tab 9.78 2,934.00 57 Ferrous Salt 60mg. Elemental Iron (as Sulfate) 1,000 Tab 1.44 1,440.00 58 Ferrous Sulfate 15mg/0.6ml, 15ml Drops 30 Bottle 23.22 696.60 59 Ferrous Sulfate 30mg/5ml, 60ml Syrup 60 Bottle 27.22 1,633.20 60 Fluconazo 50mg. 600 Cap 81.60 48,960.00 61 Fluorpuracil 500mg/10ml 42 Vial 73.93 3,105.06 62 Folic Acid 2.5mg/ml Pediatric Drops 50 Bottle 140.40 7,020.00 63 Folic Acid 5mg/5ml Syrup 50 Bottle 139.80 6,990.00 64 Fosfomycin 3g Oral Granules 200 Sachet 494.70 98,940.00 65 Glyceryl Rectal Suppository 48 Supp 12.36 593.28 66 Glyceryl Trinitrate (nitroglycerine) 1mg/ml, 5ml) 40 Ampule 468.00 18,720.00 67 Heparin (as Sodium) 1000 Iu/ml, 5ml) 520 Vial 74.88 38,937.60 68 Hepatitis B Vaccine 20mcg/ml, 1ml (adult) 60 Vial 373.20 22,392.00 69 Human Recombinant Tissue Type Plasminogen Activator (alteplase) 50mg 40 Vial 36,643.22 1,465,728.80 70 Hydrochlorothizide 25mg Tab 200 Tab 3.88 776.00 71 Hyrogen Peroxide 3% 120ml. 80 Bottle 24.00 1,920.00 72 Hyroxyurea 500mg 200 Tab 26.73 5,346.00 73 Immunoglobulin, Tetanus (human) 250 Iu/1ml. Vl. Pre0filled Syringe 1,000 Pcs 870.48 870,480.00 74 Isosorbide Dinitrate 5mg. (sublingual) 1,000 Tab 10.80 10,800.00 75 Lagundi 600mg. 100 Tab 3.36 336.00 76 Lamotrigine 50mg. 50 Tab 8.00 400.00 77 Levodopa/carbipoda 200mg/25mg. 300 Tab 16.56 4,968.00 78 Levofloxacin 500mg. 2,000 Tab 6.75 13,500.00 79 Levofloxacin 750mg. 700 Tab 17.73 12,411.00 80 Levothyroxine 150mcg.(as Anhydrous) 100 Tab 12.96 1,296.00 81 Lidocaine Dental 10% Spray 50ml 5 Bottle 2,953.94 14,769.70 82 Mebendazole 100mg./5ml.,60ml Suspension 30 Bottle 32.40 972.00 83 Mebendazole 500 Mg. 50 Tab 2.64 132.00 84 Mecobalamine 500mcg. Tab 100 Tab 14.40 1,440.00 85 Mecobalamine 500mcg./ml. 1ml. 30 Ampule 384.00 11,520.00 86 Metformin Hcl 850mg. 200 Tab 5.52 1,104.00 87 Methotrexate 2.5mg 100 Tab 5.55 555.00 88 Methotrexate 25mg/ml., 2ml. (as Base) 50 Vial 220.20 11,010.00 89 Methylprednisolone 4mg 100 Tab 7.20 720.00 90 Metoprolol Tartrate 100mg. 1,100 Tab 2.37 2,607.00 91 Metronidazole 125mg./5mg. 60ml. Susp 250 Bottle 29.85 7,462.50 92 Miconazole 1.2g Vaginal Supp. 30 Suoo 156.00 4,680.00 93 Morhine (as Sulfate) 10mg/ml., 1ml 100 Ampule 70.50 7,050.00 94 Morhine (as Sulfate) 30 Mg Mr 100 Tab 35.18 3,518.00 95 Morphine (as Sulfate) 10 Mg Mr 100 Tab 13.54 1,354.00 96 Moxifloxacin (as Hydrocloride) 400mg Film Coated 500 Tab 96.00 48,000.00 97 Naloxone 400mcg/ml. 1ml 10 Ampule 293.32 2,933.20 98 Nifedipine 30mg. Mr 100 Tab 49.50 4,950.00 99 Nimodipine 30mg Tabs 300 Tab 33.02 9,906.00 100 Nitrofurantoin 100mg. 800 Tab 4.80 3,840.00 101 Nystatin 100,000 Units/ml. 30ml. Oral Susp. 200 Bottle 150.00 30,000.00 102 Ofloxacin 200mg. 100 Cap 4.80 480.00 103 Ondansetron 2mg/ml, 2ml (as Hydrochloride) 600 Ampule 113.67 68,202.00 104 Pantoprazole 20mg 2,000 Tab 24.87 49,740.00 105 Phenobarbital 30mg.tabs 500 Tab 7.48 3,740.00 106 Phenobarbital 90mg. Tabs 500 Tab 10.99 5,495.00 107 Phenobarbital, 60mg Tabs 500 Tab 6.28 3,140.00 108 Phenoxymethyl Penicillin (penicillin V) 250mg (as Potassium Salt) 200 Cap 21.60 4,320.00 109 Povidone Iodine, 1 % Oral Antiseptic 60ml 80 Bottle 115.80 9,264.00 110 Propylthiuracil 50mg. Tab 300 Tab 15.08 4,524.00 111 Refaximin 200 Mg. 500 Tab 75.84 37,920.00 112 Sertraline 50mg. 100 Tab 8.89 889.00 113 Sodium Sulfate, Usp 15gms Powder, Oral 6 Packs 154.87 929.22 114 Spironolactone 100mg. 200 Tab 33.45 6,690.00 115 Streptokinase 1,500,000 I.u 5 Vial 4,330.80 21,654.00 116 Tamoxifen 20mg. 200 Tab 9.00 1,800.00 117 Tamsulosin 400mcg, Mr Film Coated 1,500 Tab 9.57 14,355.00 118 Terazosin 2mg 100 Tab 27.00 2,700.00 119 Thiamazole 5mg. 300 Tab 5.67 1,701.00 120 Thiamine Hcl 100mg/ml 10ml Vials 10 Vial 300.00 3,000.00 121 Tiotropium Bromide 18mcg/dose Dpi 30 Cap 77.05 2,311.50 122 Tobramycin + Dexamethasone Eye Drops 0.3% + 0.1%, 5ml 200 Bottle 571.56 114,312.00 123 Tobramycin +dexamethasone Eye Ointment 50 Bottle 249.00 12,450.00 124 Tropicamide 0.5% Eye Drops, 5ml 100 Bottle 625.76 62,576.00 125 Tropicamide 5mg + Phenylephrine Hci 5mg/ml, Eye Drops 50 Bottle 625.75 31,288.00 126 Valproic Acid 250mg/5ml., 120ml Syrup 20 Bottle 414.55 8,291.00 127 Valproic Acid 500mg, 5ml Iv Infusion 20 Vial 1,440.00 28,800.00 128 Vasopressin 20 Iu/ml 100 Vial 2,006.40 200,640.00 129 Verapamil 5mg/2ml 100 Ampule 153.52 15,352.00 130 Verapamil 80mg 100 Tab 22.50 2,250.00 131 Voriconazole 200mg Film-coated Tablet 100 Tab 1,308.00 130,800.00 132 Warfarin 2.5 800 Tab 15.37 12,296.00 Terms Of Reference Terms Of Delivery: 20 Calendar Days Upon Receipt Of Notice To Proceed Delivery Schedule: End-user’s Request Expiration: Minimum Of Two (2) Years Expiry Upon Delivery Terms Of Payment. Payment Shall Be Made Upon Complete Delivery . Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. This Procurement Is A Partial Bid Or Line Item Bid. 2. Section 23.4.2.4 Of Irr Of Ra 9184. The Bidder Must Have Completed An Slcc That Is “similar” To The Contract To Be Bid, And Whose Value, Adjusted To Current Prices Using The Psa Consumer Price Indices, Must Be At Least Twenty Five Percent ( 25% ) Of The Abc To Be Bid: Provided, However, That Contractors Under Small A And Small B Categories Without Similar Experience On The Contract To Be Bid May Be Allowed To Bid If The Cost Of Such Contract Is Not More Than The Allowable Range Of Contract Cost (arcc) Of Their Registration Based On The Guidelines As Prescribed By The Pcab. Slcc Shall Be 5 Years From The Opening Of Bids. (based On Completed Date) 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 April 9, 2025 To May 06, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Negotiated Pre-bidding Conference April 22, 2025 At 9:00 A.m. Via Zoom Platform Join Zoom Meeting Https://us06web.zoom.us/j/83757477383?pwd=7huvixp13nel7s9sardnhew8irymgr.1 Meeting Id: 837 5747 7383 Passcode: 977815 Deadline Of Submission Of Bids May 06, At 10:00 A.m. Via Online To This Email Address: Crhbac2020@gmail.com Link For The Complete Philippine Bidding Documents : Https://drive.google.com/drive/folders/1b39w-7sqv70bsddvqv4zjkvfi9kbrtf9?usp=sharing Opening Of Bids May 06, 2025 At 2:00 P.m. Via Zoom Platform (participating Bidders May Given The Link ) Bidding Documents Php 10,000.00 6. It May Also Be Downloaded For 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) 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 7. The Crh Will Hold A Negotiated 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. 8. Prospective Bidders Must Submit Counter-offers At Least Three (3) Days Prior To The Negotiated Conference. These Counter-offers Should Detail Proposed Technical Specifications, Terms Of Reference, And Unit Pricing. All Offers Will Be Reviewed And Discussed During The Negotiated Conference. 9. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before May 06, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On May 06, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend In An Online Bidding. Late Bids Shall Not Be Accepted. 10. 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. 11. 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. 12. 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 13. Furthermore Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 14. 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. 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: Smart: 0985-0508-783 E-mail Address: Crhprocurement.bac@gmail.com Fb Page: Caraga Regional Hospital – Bids And Awards Committee Approved By: (sgd) Atty. Ma. Flordelin T. Ensomo, Cpa Attorney Iv Chairman, Bids And Awards Committee

Caraga Regional Hospital Tender

Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Closing Soon2 Jul 2025
Tender AmountPHP 25 Million (USD 441.7 K)
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2025-05-20 (30) Supply And Delivery Of Adult Bronchoscopy For Rcu Use Approved Budget For The Contract: Php 25,000,000.00 ========================================================= 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 Twenty-five Million Pesos Only ( ₱ 25,000,000.00 ) As To Payment Under The Contract For Supply And Delivery Of Adult Bronchoscopy For Rcu Use. 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 Adult Bronchoscopy 1 Unit ₱ 25,000,000.00 ₱ 25,000,000.00 Grand Total ₱ 25,000,000.00 Terms Of Reference Description Adult Bronchoscopy Is A Minimally Invasive Procedure Used To Diagnose And Treat Conditions Affecting The Airways, Lungs, And Surrounding Structures. It Involves The Use Of A Bronchoscope—a Thin, Flexible Or Rigid Tube Equipped With A Light Source And Camera—inserted Through The Nose Or Mouth Into The Trachea And Bronchial Tubes. Purpose Of Use Clinical Department/ward Respiratory Care Unit Technical Specifications Technical Characteristics Lcd Panel: • Screen Size: 24 – 26 Inches • Aspect Ratio: At Least 16.9 • Viewing Angle: 178˚ (horizontal & Vertical) • Dimension: 630 - 637 (w) X 390 - 396 (h) X 78 - 80 (d)mm 78kg • Lcd Monitor: Ac In:100-240v, 50/60 Hz, 0.9600.47 A • Hd15: D-sub15-pin With Active-through Output • Dvi (1): Dv-1 Connector • Dvi (2): With Active Through Output • Clone Out (3g/hd-sdi) Bnc Connector Video System Center Power Supply: • Voltage:100-240 V Ac 220-240 V, Within ±10% • Frequency: 50/60 Hz Ac Within ±1 Hz • Consumption Electric Power: At Least 150 Va • Dimensions (w X H X D): At Least 365-375 X 89 – 90 X 445 - 460 Mm; 380-383 X 90-92 X 480-490 (maximum) • Weight: At Least 9 – 11 Kg. Observation Analog Hdtv Signal Output: • Either Rgb (1080/60i: Ntsc)/(1080/50i: Pal) Or • Ypbpr (1080/60i:ntsc)/(1080/50i: Pal) Output Can Be Selected. Analog Sdtv Signal Output: • Vbs Composite (480/60i: Ntsc)/(576/50i: Pal) • Y/c (480/60i: Ntsc)/(576/50i: Pal), • Rgb (480/60i: Ntsc)/(576/50i: Pal); Simultaneous Outputs Possible Digital Signal Output: • Hd-sdi (smtpe 292m) • Sd-sdi (smpte 259m) • Dv (ieee 1394) • Dvi (wuxga, 1080p Or Sxga) Can Be Selected. • White Balance Adjustment: • White Balance Adjustment Is Possible Using The White Balance Button On The Front Panel. Automatic Gain Control (agc): • The Image Can Be Electronically Amplified When The Light Is Inadequate Due To The Distal End Of The Endoscope Being Too Far From The Object. Contrast: • N (normal): Normal Image • H (high): The Dark Areas Are Darker And The Bright Areas Are Brighter Than In The Normal Image. • L (low): The Dark Areas Are Brighter And Bright Areas Are Darker Than In The Normal Image Switching The Enhancement Modes: • The Enhancement Level Can Be Selected From 4 Levels (off, 1, 2, And 3) Using The Image Enhancement Mode Button On The Front Panel. • Image Size Selection: The Size Of The Endoscopic Image Can Be Changed Using The “image Size” Key On The Keyboard. Freeze: • An Endoscopic Image Is Frozen Using A "freeze" Key On The Endoscope Or On The System Keyboard. • Switching The Method Of Freezing The Endoscopic Image: Pre-freezing: • The Image With The Least Blur Is Selected And Displayed From The Images Captured In The Set Time Period Before The Freeze Operation. Fog-free Function: • When A Compatible Endoscope Is Connected To The Video System Center, The Fog-free Function Can Be Used. Endoscope’s Remote Switch’s Function: • The Functions Of The Remote Switches On The Endoscope Can Be Set In The User Settings. Documentation Patient Data: The Following Data Can Be Displayed On The Monitor Using The Keyboard: • Patient Id • Patient Name • Sex • Age • Date Of Birth • Date Of Recording (time, Stopwatch) Comments Displaying The Record State: The Recording State Of The Following Ancillary Equipment Can Be Displayed On The Monitor: • Portable Memory And Internal Buffer • Dvr • Video Printer • Image Filing System Displaying The Image Information: The Following Data Can Be Displayed On The Monitor: • Structure Enhancement Level • Edge-enhancement Level • Zoom Ratio • Color Mode Focus 1 Advance Registration Of Patient Data: Data For Up To 50 Patients Can Be Registered, Such As • Patient Id • Patient Name • Sex And Age • Date Of Birth Portable Memory • Media: Maj-1925 Recording Format: • Tiff: No Compression • Jpeg (1/5): Approx. 1/5 Compression • Jpeg (1/10): Approx. 1/10 Compression Number Of Recorded Images: • Tiff: Approx. 227 Images • Jpeg (1/5): Approx. 1024 Images • Jpeg (1/10): Approx. 2048 Images Memory Backup • User Settings: Up To 20 User Settings Can Be Registered. Memorization Of Selected Setting: The Following Settings Are Held In Memory Even After The Video System Center Is Turned Off: • Color Tone Iris Mode Lithium Battery Life: 5 Years Light Source Power Supply: • Voltage: 100–240 V Ac; Within ±10% • Frequency: 50/60 Hz; Within ±3 Hz • Consumption Electric Power: 600 Va Size Dimensions (w X H X D): • At Least (standard) 365-371 X 145-155 X 470-477 Mm • At Least (maximum) 385-395 X 160-165 X 550-560mm Weight: 18 - 20 Kg Illumination: • Examination Lamp: Xenon Short-arc Lamp (ozone-free) • 300 W Average Lamp Life: Approximately 500 Hours Of Continuous Use (with Intermittent Use, The Lamp Life May Vary Slightly.) • Ignition Method: Switching Regulator • Brightness Adjustment: Light-path Diaphragm Control • Cooling: Forced-air Cooling • Intensity Mode: Normal Or High Intensity • Nbi (narrow Band Imaging) Observation: Available • Color Conversion: Possible Using Special-purpose Filter. • Emergency Lamp: Halogen Lamp (within Mirror) 12 V -35 W Average Emergency Lamp Life: Approximately 500 Hours Automatic Brightness Adjustment: • Automatic Brightness Adjustment Method: Servo-diaphragm Method • Automatic Exposure: 17 Steps • Air Feeding Pump: Diaphragm Type Pump • Pressure Switching: 4-level Available (off, Low, Medium, High) • Water Feeding Method: Feeds Water By Pressurizing The Detachable Water Container With Air. • Indicators On Front Panel Emergency Lamp: • Indicates Absence Of Emergency Lamp, Disconnection And Use Of Emergency Lamp. • Nbi: When The Nbi Observation Is Enabled, The Nbi Indicator Lights Up. Setting Memory: • Settings (except Filter Setting) Are Stored Even When The Light Source Is Off. • Classification (medical Electrical Equipment) • Type Of Protection Against Electric Shock: Class I • Degree Of Protection Against Electric Shock Of Applied Part: Depend On Applied Part. • See Also Applied Part (camera Head Or Videoscope). Adult Bronchoscope: • Field Of View: 120˚ • Direction Of View: Forward Viewing • Depth Of Field: 3 -100 Mm • Image Quality: Hdtv • Distal End Outer Diameter: 5.5mm • Insertion Tube Outer Diameter: 5.1 Mm • Working Length: 600 Mm • Insertion Tube Rotation Function: Yes • Channel Inner Diameter: 2.0 Mm • Minimum Visible Distance: 3.0 Mm From The Distal End • Angulation Range: Up 210˚ Down 130˚ • Video System Center Or Processor Must Be Compatible With Gastroscope And Colonoscope • Video System Center Or Processor Must Be Compatible Or Ready For Upgrade Into Radial And Linear Endobronchial Ultrasound And Trans Bronchial Biopsy Physical Characteristics Configuration: 1) Compatible Hanged Arm For Holding The Circuit; 2) Should Have Caster With Braking System Operating Characteristics (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, Spare Parts Accessories • One (1) Unit Endoscopy Trolley • One (1) Unit Cardiac Monitor • One (1) Set Pc Computer Image And Video Recorder With Printer • One (1) Pc Water Leakage Tester • One (1) Box Biopsy Forceps • One (1) Box Cytology Brush • One (1) Box Electrosogical Snare • One (1) Pc Grasping Forceps Environmental Factors Context-dependent Requirements Temperature Operating: 0 To 40 °c (without Ag And Co2 Module) 10 To 40 °c (with Ag And Co2 Module) Storage: -20 To 60 °c Humidity Operating: 15 To 95 % (noncondensing) Storage: 10 To 95 % (noncondensing) Barometric Operating: 427.5 To 805.5 Mmhg (57.0 To 107.4 Kpa Without Ag And Co2 Module) Storage: 120 To 805.5 Mmhg (16.0 To 107.4 Kpa Without Ag And Co2 Module) Terms Of Reference • Experience Requirements: It Is Essential That The Selected Supplier Must Have One (1) Completed Contract Similar To Our Project. The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Approve Budget Of The Contract, Statement Of Single Largest Completed Contract Must Be Within 2 Years From The Submission Of Bids. With A Preference Installation At The Tertiary Hospital A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Of Which Should Be Equivalent To At Least Fifty Percent (50%). • Performance Certification: It Is Essential That The Machines Offered Must Be Existing In The Philippines For At Least 10 Years And Selected Supplier Possesses An Updated Certification Of Satisfactory Performance For The Mechanical Ventilator Machine. This Certification Ensures That The Equipment Meets The Required Standards For The Patient Safety And Efficacy. • Validity Of 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. • Similar Nature Under Various Medical Equipment • General Conditions: All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Iir, And Relevant Procurement Policies Shall Be Applicable. Training, Installation And Utilization Pre-installation Requirements Supplier To Provide Product Demonstration And Perform Safety And Operation Checks Prior To Hand-over. Requirements For Commissioning Clinical Staff To Affirm Completion Of Installation Training Of User/s Training Of Users And Biomed Staff In Operation And Basic Maintenance 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. ● 5 Years For Preventive Maintenance And Calibration. ● Machine Calibration Must Be Performed Annual And Provides Certification And Traceability. ● After Sales Must Provide A Certificate Of Exclusivity. 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. Safety And Standards Risk Classification Environmental L 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 Regional / Local Standards Pass Fda Regulatory Requirement (certificate Of Product Registration) Other Requirements Supplier Must Have Technical Support In Mindanao Area With Support Facilities And Trained Personnel. Delivery Period 90 Calendar Days Upon Receipt Of The Notice To Proceed Terms Of Payment Upon Full Delivery, Installed, Tested And Commissioned. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. Service Center Must Have Service Center Within Caraga Region, Cebu City, Cdo Or Davao City. 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 Twenty Five 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 April 26, 2025 To May 06, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference May 06, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/81097623823?pwd=lx2sup1ub55c0e1b9olpvqxjhyaes9.1 Meeting Id: 810 9762 3823 Passcode: 901027 Deadline Of Submission Of Bids May 20, 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 May 20, 2025 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/83181454287?pwd=auwh1zan6j7qdgkynoixxt8c2qcx9o.1 Meeting Id: 831 8145 4287 Passcode: 301150 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/115mlajoqm9up99mfwsy9jouu1qzelvxa?usp=drive_link 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 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 12009 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 May 20, 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 May 20, 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 12009 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 12009 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: 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 Chairperson, Bids And Awards Committee

Caraga Regional Hospital Tender

Healthcare and Medicine
Philippines
Closing Date22 Apr 2025
Tender AmountPHP 12 Million (USD 211.6 K)
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2025-04-22 (26) Supply And Delivery Of Portable X-ray Machine Approved Budget For The Contract: Php 12,000,000.00 ========================================================= 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 Twelve Million Pesos Only ( ₱ 12,000,000.00 ) As To Payment Under The Contract For Supply And Delivery Of Portable X-ray Machine. 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 Portable X-ray Machine 1 Unit ₱ 12,000,000.00 ₱ 12,000,000.00 Grand Total ₱ 12,000,000.00 Terms Of Reference Description Patient Category These Are Powered By An Electric Motor Supplied By A Battery That Assists The Movement When The Radiographer Drives The Mobile Unit With Less Effort. Mobile X-ray Systems Are Often Used To Perform Chest Radiography To Patients Who Cannot Be Moved To The Radiology Department. Purpose Of Use Clinical Department /ward Medical Imaging Department Technical Specifications Detailed Requirements 1 - One Time Service Breakdown Compatible: Mobile X-ray Drx-revolution Sn: 10361 A. General Features 1. Motorized Driven 2. Maneuverability – Complete With Handrails And Positive Foot Or Hand-operated Breaks With Anti-collision Sensor And Anti-bumper Design Equipped With Soft-touch Bumper To Prevent Damage From Hitting Objects When Moving Around Or Transporting. 3. Electrically Grounded – A Dedicated Grounding System For The Machine Be Provided By The Bidder. 4. Radiographic Examinations Can Be Performed With The Mains Power Even When System Batteries Are Depleted And Capable Of At Least 1000 Exposures During Battery Utilization. The On-board Battery Charging And Grid Storage Should Be Present. B. Physical And Mechanical Characteristics 1. Maximum Inclination Of Sloped Surfaces For Travel: Not More Than 12° 2. Maximum Height: Not More Than 2 Meters At Transport Position 3. Maximum Length: Not More Than 1.3 Meters At Transport Position 4. Maximum System Width: Not More Than 0.6 Meters 5. The Machine's Overall Weight Should Not Exceed 500 Kilograms. 6. Continuous Equipment Storage Is Possible At Ambient Temperatures Between 0 And 50° Celsius And Relative Humidity Levels Between 15% And 90%. 7. The X-ray Tube Stand Must Be Fully Counterbalanced For Rotation In All Directions. 8. The Machine Must Have An Articulated Arm For Imaging With Any Patient Position. All Cables Should Be Concealed In The Arm System And Cable Connections Between Units Are Removable But Locked When Connected. C. Power And Generator Requirements 1. Single Phase 2. 220v-240v Ac, 50/60 Hz As Applicable To The Power Supply Of The Hospital 3. High-frequency Generator: Inverter Type 4. Maximum Power Output: At Least 30 Kw D. X-ray Tube Assembly 1. Tube Voltage Setting Range: Minimum Setting Of 40 Kv And Maximum Setting Of ≥ 150 Kv 2. Maximum Tube Current: At Least 400 Ma 3. Tube Current Time Product Setting: 320 Mas Or Higher 4. X-ray Tube Anode: Rotating 5. X-ray Tube Anode Heat Capacity: At Least 210 Kj (300 Khu) 6. X-ray Tube Assembly Maximum Heat Content: At Least 750 Kj (1060 Khu) 7. Nominal Focal Spot Size: Small Focus ≤ 0.8 Mm, Large Focus > 0.8 Mm But ≤ 1.5 Mm. 8. Total Filtration: ≥ 2.5 Mm Al Equivalent 9. Tube Head Movement: Tube Rotation Of ±180° Or Better And Tube Tilt Of -15° To +90° Or Wider 10. Tube Arm Movement: Lateral, Horizontal, And Vertical 11. Tube Arm Support: Collapsible And Telescopic 12. Tube Arm Reach/length: 0.6 To 1.3 Meters 13. Column Rotation Range: ±315° 14. Locking Mechanism: Electromagnetic Or Manual E. Collimation System Requirements 1. Multi-leaf Collimator – Manually And Electronically Controlled 2. Collimator Rotation: ±90 Degrees Or Wider 3. Collimator Lcd Display: Must Have A Display Screen Size Of At Least 10 Inches, Must Display The Source-to-image Distance (sid) And The Angulation Of The Collimator 4. Sid Method: Laser Automatic Measurement With Lcd Digital Reading Display 5. The Led Light Source Must Have A Cross-hair Centering, An Average Illumination Of 160 Lux Or Greater At Sid Of 100 Cm, And An Illumination Period Of At Least 30 Seconds With Automatic Shut Off. F. X-ray Detector And Image Receptor Requirements 1. Wireless Flat Panel Detector: With An Ip68 Rating Or Better And A Maximum Load Capacity Of 300 Kg. 2. Detector Technology: Cesium Iodide (csi) Scintillator Coupled To A Tft Matrix With Either An Amorphous Silicon (a-si) Or A Complementary Metal-oxide-semiconductor (cmos) Detector. 3. Image Size: 35×43 Cm (14×17 Inches) 4. Pixel Matrix: 2560 × 3072 5. Pixel Pitch: 99 Μm Or Less 6. Digitization Depth: 12 Bits Or Higher 7. Image Acquisition Time: 2 Seconds Or Faster 8. Image Processing Time: 3 Seconds Or Faster 9. Exchangeable Lithium-ion Battery 10. Battery Charging Time: At Least 4 Hours For A 100% Charge. G. Control Unit 1. Dead-man Switch Should Be Available. 2. The Overload Protection Indicator Must Be Visual And Audible. 3. Must Have Indicators For Unit Fully Charged, Unit Is Being Charged, And Unit Needs To Be Charged. 4. Exposure Switch – Both Wired And Wireless, With An Extension Cable Of At Least 5 Meters, A Wireless Bluetooth Remote Control Exposure Switch Should Be Available, And The Exposure Status Indicators Must Be Audible And Visible. 5. The Dose Area Product (dap) Must Be Displayed On The Control Panel. 6. The Automatic Exposure Control (aec) Must Be Available/built-in. 7. A Colored Lcd Touchscreen Control Panel Monitor With A Display Screen Size Of At Least 19 Inches Or Bigger And With An Output Resolution Of 1280 X 1024 Pixels Or Better. 8. Technique Selector For Kilovoltage (kv), Milliamperage (ma), Time (sec Or Msec And/or Pulse), And/or Milliampere (mas) Must Be Displayed On The Control Unit. H. Workstation And Imaging System 1. The Exposure Parameters Are Selected Via The Organ/anatomical Programs. 2. Capable Of Image Rotation At Any Degree/angle, Image Zoom, And Vertical And Horizontal Image Flip. 3. Windowing For Contrast/brightness Must Be Available. 4. Capable Of Black/white Image Inversion. 5. Capable Of Image Stitching (at Least 2 Images). 6. Image Capacity: At Least 10,000 Images 7. Image Capture Memory: At Least 4gb 8. Hard Drive Storage: At Least 500gb 9. Dicom Interfaces Available In The System: Dicom 3.0 10. Dicom Print/send 11. Dicom Storage (mwm)-jpeg/bmp Export 12. Modality Performed Procedure Steps (mpps) Capable 13. The Equipment Must Have A Built-in Wireless Data Transfer Capability/connectivity (for Sending Of Patient Data Entries And Digital Radiographic Images). 14. The Equipment Must Be Compatible And Connected To The Hospital’s Existing And/or Future Pacs-ris, And Hospital Information System At No Extra Or Additional Cost To The Hospital/end-users. Technical Services As Follows: • 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. • The Supplier Shall Process The Performance Testing Request And Must Shoulder The Total Cost/expenses Of The Machine Performance Testing, Transportation Expenses, And Per Diem Of The Food And Drug Administration (fda) Common Services Laboratory (csl) – Physics Laboratory Support Division (plsd) Health Physics Team At No Extra Cost To The Hospital/end Users. Physical/chemical Characteristics • Size Mobile X-ray Machines Are Compact And Can Fit Through Doors And Elevators. They Are Larger And Heavier Than Portable X-ray Machines, And Can Only Be Moved On Flat Surfaces. • Wheels Mobile X-ray Machines Are Maneuverable And Can Be Moved On Wheels To Patient Locations. • Motorized Drive Mobile X-ray Machines Have A Motorized Drive And Compact Wheelbase. • Components Mobile X-ray Machines Have An X-ray Tube, Positioning Column, Exposure Control Panel, And Image Receptor. • Power Mobile X-ray Machines Can Have A Powerful Battery That Can Provide Enough Power For Up To 8 Hours Of Operation. • Safety Features Mobile X-ray Machines Can Have Safety Features Such As Audible And Visual Alerts, Tube Filtration, And Shielding. Accessories, Consumables, Spare Parts, Other Components • The Supplier Must Submit In Both Hard And Soft Copy The Original Brochure With Technical Specifications, And The Operation And Safety Manuals And Guides In The English Language. • The Supplier Must Provide Both Hard And Soft Copies Of The Certificate Of Calibration, Warranty Certificate, And Inspection Certificate. • Service Kits And Consumables Shall Be Included For One Year Of Use. • Two (2) Extra Flat Panel Detector Batteries Including Chargers • Waterproof Machine Cover • Radiological Protection Accessories Shall Be Provided: 1 Caliper, 1 Set Of Contact Gonadal Shields, 1 Upright Gonadal Shield, And 1 Movable Barrier • Two (2) Units Of Computer Desktops With The Following Specifications And Peripherals: O Processor: Core I7 Or Equivalent In Other Brands. O Ram: At Least 8 Gb O Hard Drive: At Least 1 Tb Ssd O Connectivity: With Wi-fi And Bluetooth Available O Ports: Usb, Usb-c, Hdmi, Network Extension For Ethernet Port, Headphone/microphone O At Least 24 Inches High Resolution Colored Lcd Monitor Display O Must Include At Least A 1 Mp Web Camera, A Microphone/headphone, And A Speaker O Should Be Installed With The Latest Licensed Os O Should Be Installed With Licensed Applications/programs For Data Processing In Spreadsheet And Report/document Generation. O To Include A Wired Heavy Duty Optical Mouse And Keyboard O To Include A 3 In 1 Heavy Duty Colored Printer (long-size Scanner Must Be Available) For Each Computer Unit O To Include A Ups For Each Computer Unit O Warranty On Parts And Service For At Least One (1) Year • The Supplier Must Provide The Following Qa/qc Testing Phantom Set For Verification And Physics Measurement Of The Patient Entrance Surface Dose, The Reference Air Kerma Rate, And Stray Radiation: O 30 Pieces Of A 1 Cm Thick Pmma (polymethyl Methacrylate) Phantom Slab With Field Size Of 40 Cm X 40 Cm O 30 Pieces Of A 1 Cm Thick Pmma (polymethyl Methacrylate) Phantom Slab With Field Size Of 30 Cm X 30 Cm 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 Training Of User/s 1. Training Of End-users And Biomed Engineer Must Be Done On-site With Minimum Of 4 Days Period. 2. The Supplier Must Provide A Certification Type Of Training On The Applications, Operations, And Basic Maintenance For The End-users And The Biomedical/maintenance Personnel Of The Hospital. 3. The Supplier Must Provide Full Support To The Medical Imaging Department Staff For Their Annual Continuing Medical/professional And Educational/learning Development While The Machine Is Under Warranty. 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 • The Bidder Shall Provide A Certification From The Manufacturer Guaranteeing The Availability Of All Spare Parts For The Next Ten (10) Years And Is Duly Authenticated By The Philippine Embassy In The Country Of Origin. • The Bidder Shall Specify Post-warranty Comprehensive Preventive Maintenance Costs Including List And Price Of Major Spare Parts For The Next Three Years After The Warranty. The Supplier Shall Provide The Hard And Soft Copies Of The Complete List Of Important Spares And Accessories, With Their Part Numbers And Costs. This Inventory List Of Spare Parts For The Unit Offered Must Be Duly Signed Or Certified By The Manufacturer. • The Certificate Of Exclusive Distributorship From The Unit Manufacturer Must Mention The Name Of The Philippine Representative. The Terms And Conditions Stated In The Contract Shall Be Honored By The Manufacturer If A Change Of Exclusive Distributorship Occurs During The Duration Of The Said Contract. • The Equipment Must Be A Brand-new Unit And Not A Discontinued Model. • Cleaning And Maintenance Of Machine • Shall Have Spare Parts Availability Once The End User Needs It. • Certification From The Bidder Of A 95% Uptime Guarantee For The Equipment Offered Within The Warranty Period And The Accumulated Downtime In Excess Of 5% Shall Be Added To The Warranty Period. 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 Fda Approved. 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 Iec/ts 61223-2-1 :1993 Evaluation And Routing Testing In Medical Imaging Departments - Part 2-1: Constancy Tests - Film Processors Iso 4090:2001 Photography -- Medical Radiographic Cassettes/screens/films And Hard-copy Imaging Films -- Dimensions And Specifications Delivery Period 90 Calendar Days From Receipt Of The Notice To Proceed Terms Of Payment Upon Full Delivery, Installed, Tested And Commissioned. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. Post Qualification 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.) Service Center Must Have Service Center Within Caraga Region, Cebu City, Cagayan De Oro Or Davao City. 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. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 12009 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 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 Twenty Five Percent (25% ) 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 (like Rental Of Equipment, Medical Equipment), 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 21, 2025 To April 22, 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 April 2, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/88675193274?pwd=gui7bc87we7mklqaldvn0rsdjjae14.1 Meeting Id: 886 7519 3274 Passcode: 509651 Deadline Of Submission Of Bids April 22, 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 22, 2025 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/84925045187?pwd=ufrtoze8af6jquk40tzawvwnsfoqpq.1 Meeting Id: 849 2504 5187 Passcode: 895575 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1soiw5bgpy88jqjodbts4jx8qbzwhdhci?usp=sharing Bidding Documents Php 25,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following 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 12009 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 22, 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 22, 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 12009 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 12009 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

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Environmental Service
United States
Closing Date4 Apr 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Notice Only. This Is Not A Request For Quotes And No Contract Will Be Awarded From This Announcement. The Government Will Not Provide Any Reimbursement For Responses Submitted In Response To This Source Sought Notice. Respondents Will Not Be Notified Of The Results Of The Evaluation. if A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interest Parties Must Response To That Solicitation Announcement Separately. Responses To This Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation. the Purpose Of This Announcement Is To Perform Market Research To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 541380, (testing Laboratories And Services) With A Size Standard $19 Million. The Department Of Veterans Affairs (va), Network Contracting Office 1 (nco 1) Is Seeking To Identify Any Vendor Capable Of Providing Water Sampling & Monitoring Services For Togus Va Medical Centerâ per The Performance Work Statementâ below. this Sources Sought Notice Provides An Opportunity For Respondents To Submit Their Capability And Availability To Provide The Requirement Described Below. Vendors Are Encouraged To Submit Information Relative To Their Capabilities To Fulfill This Requirement, In The Form Of A Statement That Addresses The Specific Requirement Identified In This Sources Sought. Information Received From This Sources Sought Shall Be Utilized To Facilitate The Contracting Officer S Review Of The Market Base, For Acquisition Planning, Size Determination, And Procurement Strategy. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Services Are Invited To Submit A Response To This Sources Sought Notice By 5:00 Pm Est, 04 April 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Kenya Mitchell At Kenya.mitchell1@va.gov And David Valenzuela At David.valenzuela2@va.gov With Rfi # 36c24125q0336 In The Subject Line. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. interested Parties Should Complete The Attached Sources Sought Worksheet. Parties May Submit Additional Information Related To Their Capabilities, Provided It Contains All The Requirements Contained In The Sources Sought Worksheet. Responses To This Sources Sought Shall Not Exceed 8 Pages. In Addition, All Submissions Should Be Provided Electronically In A Microsoft Word Or Adobe Pdf Format. attachment 1 sources Sought Worksheet qualification Information: company / Institute Name: _______________________________________________________ address: ______________________________________________________________________ phone Number: ________________________________________________________________ point Of Contact: _______________________________________________________________ e-mail Address: ________________________________________________________________ unique Entity Identifier (uei) #:â ___________________________________________________ cage Code: __________________________________________________________________ sam Registered: (y / N) other Available Contract Vehicles Applicable To This Sources Sought (gsa/fss/nasa Sewp/etc): __________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ socio-economic Status: vip Verified Sdvosb: (y / N) vip Verified Vosb: (y / N) 8(a): (y / N) hubzone: (y / N) economically Disadvantaged Women-owned Small Business: (y / N) women-owned Small Business: (y / N) small Business: (y / N) note: Respondent Claiming Sdvosb And Vosb Status Shall Be Registered, And Center For Veterans Enterprise (cve) Verified In Vetbiz Registry Www.vetbiz.gov. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Sdvosb, Vosb, Small Businesses Or Procured Through Full And Open Competition. capability Statement: provide A Brief Capability And Interest In Providing The Products As Listed In Attachment 2 Performance Work Statement With Enough Information To Determine If Your Company Can Meet The Requirement. The Capabilities Statement For This Sources Sought Is Not A Request For Quotation, Request For Proposal, Or Invitation For Bid, Nor Does It Restrict The Government To An Ultimate Acquisition Approach, But Rather The Government Is Requesting A Short Statement Regarding The Company S Ability To Provide The Services Outlined In The Pws. Any Commercial Brochures Or Currently Existing Marketing Material May Also Be Submitted With The Capabilities Statement. This Synopsis Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government. The Government Will Not Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ attachment 2 performance Work Statement general Information: title Of Project: Aami St108 Testing (fy25-30) background: Aami St 108 Was Published In August 2023 And Supersedes Aami Tir 34 As The Governing Document For Water Used To Process Medical Equipment. Aami St 108 Introduces Several New Concepts That Change How Facilitates Operate Their System And Manage Their Critical Water Program Including Water Testing Types, Locations And Frequency. The Aami St108 Applies To All Vha Owned Or Operated Facilities Or Leased Facilities On Property Providing Services To Vha. dialysis Testing Must Be In Compliance With Aami St108, Aami Iso23500 And Va Dir 1042. scope Of Work: Overview: Water Sampling Will Be Gathered From Dialysis, Sps, And Endoscopy Throughout The Year At Numerous Locations From Utility Water, Critical Water, And Steam Sampling Locations To Monitor Water System Health. Frequency And Quantity Will Vary Based On Requirements In Aami St108, Aami Iso23500 And Va Dir 1042 And Activities In The Spaces. estimated Sample Volume: The Estimated Annual Volume Of Water Samples To Be Tested Is Up To 1,931 Samples As An Aggregate From All Water Sources And All Departments. The Total Estimated Sample Volume Over Five Years Is Approximately 9,655 Tests For All Water Sources. of The Estimated +/-1,931 Annual Samples Collected Va Maine Will Provide The Labor To Collect Approximately 864 Dialysis And As Needed Samples, The Successful Bidder Will Be Responsible For Collection Of The Remaining +/-1,067 Samples To Be Collected Each Year. The Vendor Will Be Responsible For Providing All Materials, Testing Services Etc. For Processing And Resulting All +/-1,931 Samples. there Are Approximately 30 Different Sample Locations And Dialysis That May Be Tested At Vame Over The Year. The Contractor Shall Provide Staffing To Collect Monthly, Quarterly, Semi-annual And Annual Samples In Compliance With The Requirements Of Aami St108, Aami Iso23500 And Va Dir 1042. Water Samples Shall Be Submitted To A Single Water Testing Agency Capable Of Performing All The Tests Required Under This Contract To Meet The Standards And Directives. Results Shall Be Provided Via E-mail And Accessible On-line. (vame Has Historically Sent Their Sps, Endo And Dialysis Water Samples To D&d Laboratory, Www.danddlab.com ). required Water Analysis Tests: Contractor Shall Provide The Following Water Tests In Compliance With The Testing Standards Of Aami St108: Table 1 test Type yearly Estimated Test Amount vendor Sampled va Sampled ph 87 70 total Alkalinity 87 70 total Hardness 87 72 bacteria 188 128 endotoxin 122 100 toc 16 28 aluminum 48 24 chloride 48 24 copper 48 24 iron 48 24 manganese 48 24 nitrate 48 24 phosphate 48 24 sulfate 48 24 silicate 48 24 zinc 48 24 dialysis 156 general Locations Of Test Ports: utility Water Generation: Entrance/exit From Sps; 2nd Floor Mech Room B200 utility Water Points Of Use: 4 Sterilizers (sps) 1 Ultrasonic (sps) 2 Washers (sps) 4 Hand Sinks (sps) 1 - Cart Washer (sps) 1 Medivator (endo) critical Water Generation: Entrance/exit (sps) critical Water Points Of Use: 2 Washers (sps) 1 Cart Washer (sps) 1 Ultrasonic (sps) 3 Sinks (sps) steam (as Condensate) Points Of Use: 4 Steam Sterilizers (sps) 1 Steam Sterilizer (or) & 1 Cart Washer (sps) On House Steam dialysis Water Testing Per Aami St108, Aami 23500-1, 2019 And Va Directive 1042: provide Sample Collection Kits And Supplies For Vame Staff To Collect Dialysis Water Testing As Follows: shipping Box freezer Pack requisition test Tubes And Bottles shipment Of Supplies To Togus restock Kits And Re-send To Togus After Use va To Collect Samples For Testing Per Aami St108, Aami 23500-1, 2019 And Va Directive 1042, Per Tablo Machine (typical Of Three): Table 2 lal product Water monthly colony Count product Water monthly lal dialysate monthly colony Count dialysate monthly aami Panel quarterly vendor Will Provide Shipping Of Kits/supplies To Togus Upon Award Of Contract report Results Immediately Upon Completion Of Testing By Email And Via Website To Karen Ainsworth Karen.ainsworth@va.gov; Mark Audet Mark.audet@va.gov; Mark Roberts Mark.roberts6@va.gov; Daniele Fraser Daniele.fraser@va.gov And Barbara Oberg-higgins Barbara.oberg-higgins@va.gov phone Support And Email Communications To Discuss Failures Or Other Testing Issues specific Tasks/deliverables: Table 3 description requirements delivery Date task 1: Water Sample Collection, Schedules/recurring Testing Utility Water the Contractor Will Collect Utility Water Samples From The Locations Outlined In Table 4 On The Frequency Indicated. Contractor Shall Ship The Specimen Bottles To The Lab For Analysis. The Contractor Will Provide A Final Report Of The Results For All Samples Analyzed (i.e. Including Negative And Positive Results) To The Cor In Specified Format Within 5 Business Of Sample Receipt. At The Time Of Sampling, Temperature, Color, Turbidity, And Conductivity, Will Be Taken, Recorded And Provided With The Report On Each Sample. A Copy Of The Field Data Will Be Provided To The Facility At The Time Of Sample Collection. results Within 5 Business Days Of Initial Receipt Of Water Samples. task 1a: Water Sample Collection, Event/incident Testing Utility Water the Contractor Will Collect Utility Water Samples From The Indicated Location A Time Of Incident As Outlined In Table 7 For Day One. Contractor Shall Ship The Specimen Bottles To The Lab For Analysis. Va Will Collect Samples On Day 2 And 3 Utilizing Materials And Shipping Good Provided By Vendor For These Types Of Events. The Contractor Will Provide A Final Report Of The Results Including All Three Days Of Samples For All Samples Analyzed (i.e. Including Negative And Positive Results) To The Cor In Specified Format Within 5 Business Of Sample Receipt. At The Time Of Contractor Sampling, Temperature, Color, Turbidity, And Conductivity, Will Be Taken, Recorded And Provided With The Report On Each Sample. A Copy Of The Field Data Will Be Provided To The Facility At The Time Of Sample Collection. results Within 5 Business Days Of Initial Receipt Of Water task 1b: Water Sample Collection, A-la-cart Testing Utility Water va Will Collect Utility Water Samples From The Indicated Location A Time Of Incident As Outlined In Table 10 Utilizing Materials And Shipping Good Provided By Vendor For These Types Of Events. The Contractor Will Provide A Final Report Of The Results For All Samples Analyzed (i.e. Including Negative And Positive Results) To The Cor In Specified Format Within 5 Business Of Sample Receipt. results Within 5 Business Days Of Initial Receipt Of Water task 2: Water Sample Collection, Schedules/recurring Testing Critical Water the Contractor Will Collect Critical Water Samples From The Locations Outlined In Table 5 On The Frequency Indicated. Contractor Shall Ship The Specimen Bottles To The Lab For Analysis. The Contractor Will Provide A Final Report Of The Results For All Samples Analyzed (i.e. Including Negative And Positive Results) To The Cor In Specified Format Within 5 Business Of Sample Receipt. At The Time Of Sampling, Temperature, Color, Turbidity, And Conductivity, Will Be Taken, Recorded And Provided With The Report On Each Sample. A Copy Of The Field Data Will Be Provided To The Facility At The Time Of Sample Collection. results Within 5 Business Days Of Initial Receipt Of Water Samples. task 2a: Water Sample Collection, Event/incident Testing Critical Water the Contractor Will Collect Critical Water Samples From The Indicated Location At Time Of Incident As Outlined In Table 8 For Day One. Contractor Shall Ship The Specimen Bottles To The Lab For Analysis. Va Will Collect Samples On Day 2 And 3 Utilizing Materials And Shipping Goods Provided By Vendor For These Types Of Events. The Contractor Will Provide A Final Report Of The Results Including All Three Days Of Samples For All Samples Analyzed (i.e. Including Negative And Positive Results) To The Cor In Specified Format Within 5 Business Days Of Sample Receipt. At The Time Of Contractor Sampling, Temperature, Color, Turbidity, And Conductivity, Will Be Taken, Recorded And Provided With The Report On Each Sample. A Copy Of The Field Data Will Be Provided To The Facility At The Time Of Sample Collection. results Within 5 Business Days Of Initial Receipt Of Water task 2b: Water Sample Collection, A-la-cart Testing Critical Water va Will Collect Critical Water Samples From The Indicated Location At Time Of Incident As Outlined In Table 11 Utilizing Materials And Shipping Good Provided By Vendor For These Types Of Events. The Contractor Will Provide A Final Report Of The Results For All Samples Analyzed (i.e. Including Negative And Positive Results) To The Cor In Specified Format Within 5 Business Of Sample Receipt. results Within 5 Business Days Of Initial Receipt Of Water task 3: Water Sample Collection, Schedules/recurring Testing Steam (as Condensate) the Contractor Will Collect Steam Samples From The Locations Outlined In Table 6 On The Frequency Indicated. Contractor Shall Ship The Specimen Bottles To The Lab For Analysis. The Contractor Will Provide A Final Report Of The Results For All Samples Analyzed (i.e. Including Negative And Positive Results) To The Cor In Specified Format Within 5 Business Of Sample Receipt. At The Time Of Sampling, Temperature, Color, Turbidity, And Conductivity, Will Be Taken, Recorded And Provided With The Report On Each Sample. A Copy Of The Field Data Will Be Provided To The Facility At The Time Of Sample Collection. results Within 5 Business Days Of Initial Receipt Of Water Samples. task 3a: Water Sample Collection, Event/incident Testing Steam (as Condensate) the Contractor Will Collect Steam Samples From The Indicated Location At Time Of Incident As Outlined In Table 9 For Day One. Contractor Shall Ship The Specimen Bottles To The Lab For Analysis. Va Will Collect Samples On Day 2 And 3 Utilizing Materials And Shipping Goods Provided By Vendor For These Types Of Events. The Contractor Will Provide A Final Report Of The Results Including All Three Days Of Samples For All Samples Analyzed (i.e. Including Negative And Positive Results) To The Cor In Specified Format Within 5 Business Days Of Sample Receipt. At The Time Of Contractor Sampling, Temperature, Color, Turbidity, And Conductivity, Will Be Taken, Recorded And Provided With The Report On Each Sample. A Copy Of The Field Data Will Be Provided To The Facility At The Time Of Sample Collection. results Within 5 Business Days Of Initial Receipt Of Water task 4: Sample Results Reporting sample Results, Signed By The Laboratory Manager Or Director And Qa/qc Manager, Shall Be Reported To The Facility Electronically From Each Discrete Sampling Event In An Excel Spreadsheet Template (e-mailed), And Made Available Through A Secure Online Access Site At No Additional Cost. within 3 Business Days Of Receiving The Results From The Laboratory task 5: Responding To Technical Question Pertaining To Water Sampling Results contracted Lab Will Respond To Basic Inquiries And Clarifications Of Sample Results Within 24 Hours Of Inquiry From The Cor, Or Fms Chief. This Does Not Include Extensive Consulting Engagements, Or In-depth Discussions With Committees Such As Water Safety. within 24 Hours Of Inquiry task 6: Water Sample Testing - Dialysis va Will Collect Dialysis Water Samples As Outlined In Table 2 Utilizing Materials And Shipping Goods Provided By Vendor For These Tests. The Contractor Will Provide A Final Report Of The Results For All Samples Analyzed (i.e. Including Negative And Positive Results) To The Cor And Distribution Outlined In The Sow In Specified Format Within 5 Business Of Sample Receipt. points Of Contact: va Maine Healthcare System 1 Va Center, Augusta, Me 04330 Pocs: karen Ainsworth, Assistant Chief Of Fms 207-623-8411 Ext. 5156 Karen.ainsworth@va.gov mark Roberts, Chief Of Fms, 207-623-8411 Ext. 5151 Mark.roberts6@va.gov chris Curtis, Maintenance Shop Supervisor, Fms, 207-623-8411 Ext. 5842 Christopher.curtis2@va.gov general Requirements: the Contractor Shall Ensure That Services Provided To The Government Comply With All Applicable Federal, State And Local Laws, Statutes, Regulations, And Guidelines. The Contractor Shall Also Ensure That All Services Provided To The Government Comply With All Va- And Vha- Mandated Policies, Procedures, Standards, And Requirements. for Water Samples, Contractor Will Email Results In Pdf Signed By The Laboratory Director/manager And Qa/qc Manager, And Summary Results In A Microsoft Excel Spreadsheet Provided By The Cor. A Link Shall Be Included With Each Results Report For Accessing The Online Results Database. the Contracted Laboratory Testing Shall Be Certified, And Shall Maintain All Licenses, Permits, Accreditation And Certifications Required By Law Aami And Vha Directive, Throughout The Entire Period Of Performance the Contractor Has An Ongoing Obligation Throughout The Period Of Performance To Timely Notify The Contracting Officer Immediately, In Writing, Upon Its Loss (or Any Of Its Subcontractors) Of Any Required Certification, Accreditation, Or Licensure. contractor Shall Follow Va Requirements For Physical And Information Security. Contractor S Assigned Employees Will Be Subject To Background Investigation And Shall Obtain Temporary Contractor Badging For All Employees Servicing The Contract Prior To Performing Site Work. for All Types Of Water Tests/samples The Contractor Will Provide One Price Of Each Test That Is Sampled By The Contractor At The Vha Facility And Then Tested By The Laboratory And One Price For Each Test That Is Sampled By The Facility And Directly Sent To The Laboratory. should A Sample Leak, Become Damaged Or Get Lost In Transit To The Laboratory, The Contractor Will, At No Cost To The Government, Conduct A Resample And Submit For Analysis. all Communication Will Include 402-25-203sc In The Subject/header. any/all Service Providers Reporting To Station Shall First Report To B202 (engineering) And Sign In Documenting Arrival On Station; Check In With One Of The Pocs Listed On This Contract. Once Provider Effort Has Concluded Provider Will Return To B202 To Sign Out And Speak With The Poc Prior To Departing The Station. all Vendors Shall Obtain A Security Badge And Display The Badge While Working On Station. Service Provider S Employees Shall Not Enter The Facilities Without Appropriate Badge. They May Also Be Subject To Inspection Of Their Personal Effects When Entering Or Leaving The Facilities. service Providers Are Required To Have A Badge Request Form Filled Out For All Personnel (employees, Sub-service Providers, Consultants, Inspectors, Etc.) Who Will Be On-station. Service Provider Will Bring Completed Request Forms To The Project Cor For Signature. Service Provider Will Then Take Signed Badge Requests To The Vame Police Department For Processing At Least One (1) Week Prior To Arrival Of Personnel On Station. Service Provider Shall Arrange With The Police Department For A Time To Return To Pick Up Temporary Badges. Any Employee Who Will Perform Work On Station For Longer Than Six Months Is Required To Be Issued A Flash Badge. For Any Employee Requiring A Flash Badge, The Service Provider Will Need To Bring The Badge Request Form (with Police Department Approval) Back To The Cor. The Cor Will Arrange To Have Employee Sponsored In The System. Employee Will Be Notified Via E-mail Once They Are In The System. Employee Will Then Need To Arrange A Time To Complete Finger Printing And Visit The Vame Piv Office To Be Issued Their Flash Badge. No Personnel Are Allowed To Perform Any Work On Station Before Being Issued A Badge. No Personnel Are Allowed To Perform Work On Station If Their Badge Is Expired. no Photography Of Va Premises Is Allowed Without Written Permission Of The Contracting Officer. Patients And Staff Are Not To Be Photographed At Any Time. sampling Will Be Performed During The Hospital S Regular Administrative Working Hours, 7:00 Am 3:30 Pm, Monday Through Friday Observing All Federal Holidays. per Va Directive 1085, Smoking, Vaping And Smokeless Tobacco Are Prohibited On The Grounds Of Va Facilities, Including In Vehicles. This Directive Applies To All Service Provider And Their Employees. all Employees Of The Service Provider Shall Comply With Va Security Management Program And Obtain Permission Of The Va Police, Be Identified By Service And Employer, And Restricted From Unauthorized Access. va Reserves The Right To Close Down Or Shut Down The Facilities And Order Service Provider S Employees Off The Premises In The Event Of A National Emergency. The Service Provider May Return To The Site Only With The Written Approval Of The Contracting Officer. prior To Commencing Work Onsite, And Each Year Thereafter, All Service Providers And Their Provider Personnel Shall Provide Proof Of Receipt Of Seasonal Influenza Vaccination In Compliance With Vha Direction 1013. prior To Commencing Work Onsite, All Service Providers And Provider Personnel Shall Provide Proof Of Receipt Of Required Covid Vaccinations And Boosters In Compliance With Current Vha Directives. prior To Commencing Work Onsite, All Service Providers And Provider Personal Shall Provide Proof Of Receipt Of Required Tuberculosis Testing In Compliance With Vha Directive 1131(5), Dated June 4th, 2021 parking For Service Provider And Its Employees Shall Be In Designated Areas Only. Service Provider To Coordinate With Contracting Officer S Representative. Parking Shall Be First-come First-serve. the Service Provider Shall Confine All Operations (including Storage Of Materials) On Government Premises To Areas Authorized Or Approved By The Contracting Officer. The Service Provider Shall Hold And Save The Government, Its Officers, And Agents, Free And Harmless From Liability Of Any Nature Occasioned By The Service Provider's Performance. working Space And Space Available For Storing Materials Shall Be As Determined By The Cor. workers Are Subject To Rules Of Medical Center Applicable To Their Conduct. Execute Work In Such A Manner As To Interfere As Little As Possible With Work Being Done By Others. provide Cor With A Report Or Statement Of Work Completed Monthly And Include Statements With Requests For Payment. Statement Should Include Service Completed And The Date Each Service Items Was Completed. period Of Performance: The Testing Start Date Shall Be Within 30 Days After A Signed Contract Authorizes The Service. The Period Of Performance Is A Base Year, With Up To Four (4), One-year Option Years, Based On Satisfactory Prior Performance. cor Authority: In No Event Is The Cor Empowered To Change Any Of The Terms And Conditions Of The Contract. All Changes, To Any Section Of This Contract, Shall Be Made Only By The Contracting Officer Pursuant To A Properly Executed Written Modification. The Types Of Actions Within The Purview Of The Cor S Authority Are To Ensure That The Contractor Performs The Technical Requirements Of The Contract, And To Notify The Contracting Officer Of Any Deficiencies Observed. A Letter Of Designation Shall Be Issued To The Cor And A Copy Shall Be Sent To The Contractor At The Time Of Award Setting Forth In Full The Responsibilities And Limitations Of The Cor. confidentiality And Nondisclosure: Acceptance Of Contract Award Shall Constitute Agreement By The Contractor And Any Of Its Subcontractors Authorized Under This Contract That: the Preliminary And Final Deliverables And All Associated Papers, Results, Electronic Files, And Other Material Deemed Relevant By The Government Which Have Been Generated By The Contractor In The Performance Of This Contract Are The Exclusive Property Of The U.s. Government And Shall Be Submitted To The Contracting Officer At The Conclusion Of The Contract. the Contracting Officer Will Be The Sole Authorized Official To Release Verbally Or In Writing, Any Data, The Draft Deliverables, The Final Deliverables, Or Any Other Written Or Printed Materials Pertaining To This Contract. There Shall Be No Information Released By The Contractor. Any Request For Information Relating To This Contract Presented To The Contractor Or Any Of Its Subcontractors Shall Be Submitted To The Contracting Officer For Response. press Releases, Marketing Material Or Any Other Printed Or Electronic Documentation Related To This Project, Shall Not Be Publicized Without The Written Approval Of The Contracting Officer. all Selected Contractor Personnel Assigned To Work On This Project Shall Be Required To Sign A Non- Disclosure Statement Regarding Key Aspects Of The Project And Project Content. quality Control And Assurance: qasp: After Contract Award, The Contractor Shall Implement And Follow The Quality Control Plan Or Quality Assurance And Surveillance Plan (qasp) That Is Submitted As Part Of This Proposal And Accepted By The Government. Using The Quality Control Plan Or Qasp With Performance Goals And Acceptable Quality Levels Is Necessary To Ensure Quality For This Project. The Contractor Shall Address Any Issues Meeting Established Government Performance Goals As Needed. The Government Shall Evaluate The Contractor S Performance Under This Agreement. Government Surveillance Of Tasks Not Listed In The Quality Control Plan/qasp Or By Methods Other Than Those Listed In The Quality Control Plan/qasp May Occur During The Performance Period Of This Agreement. performance Evaluation Meetings: The Contracting Officer May Require The Contractor To Meet With The Co And Cor On At Least A Quarterly Basis As Needed. The Contractor May Request Additional Meetings With The Contracting Officer Or Cor When Contractor Believes Such A Meeting Is Necessary For The Efficient Administration Of This Contract. table 4 table 5 table 6 table 7 Table 8 Table 9 Table 10 Table 11

Caraga Regional Hospital Tender

Healthcare and Medicine
Philippines
Closing Date15 Apr 2025
Tender AmountPHP 5.7 Million (USD 99.3 K)
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2025-04-15 (27) Supply And Delivery Of Various Medical Equipment For Pediatric Department Approved Budget For The Contract: Php 5,700,000.00 ========================================================= 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 Five Million Seven Hundred Thousand Pesos Only ( ₱ 5,700,000.00 ) As To Payment Under The Contract For Supply And Delivery Of Various Medical Equipment For Pediatric 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 Radiant Warmer With Resuscitaire 1 Unit ₱ 3,200,000.00 ₱ 3,200,000.00 2 Transport Incubator 1 Unit ₱ 2,500,000.00 ₱ 2,500,000.00 Grand Total ₱ 5,700,000.00 Terms Of Reference For Radiant Warmer With Resuscitaire Description Patient Category Resuscitaire Is A Radiant Warmer With Resuscitation Components That Can Be Used In Labor And Delivery, The Nursery, And Surgical Settings. It's Designed To Help Caregivers Focus On Their Patients By Providing Warming Therapy And Emergency Resuscitation Equipment. Purpose Of Use Clinical Department /ward Pediatrics Department Technical Charateristics General Requirements Radiant Warmer With Dual Heating Elements Two Heat Sources - Radiant And Conductive Integrated Resuscitation Module Integrated Spo2 Integrated Weighing Scale Variable Height Adjustment Bed Tilt-continuous Up To 15° In Both Direction Bed Tilt Indicator On Screen Must Have An Integrated Weighing Scale With At Least 8 Tubing Grommets For Guiding Cables And Hoses To Patient Trolley With Four Double Castors With Locking Breaks With Integrated Work Light Dimmable To Three Intensity Levels Operating Volume At The Center Of The Mattress < 40db (a) Kangaroo Mode To Monitor The Patient's Temperature Outside The Radiant Warmer, Timer, Alarm Suppression Dimension Of Soft Bed Mattress Area 470 Mm X 750 Mm X-ray Tray Option With Soft Bed Mattress Integrated X-ray Tray, Operable From Both Sides Maximum Size For X-ray Cassette Or Detector 526 Mm X 511 Mm In X-ray Tray Operation 1. Radiant Warmer A. Radiant Warmer With Two Heating Elements For An Optimal And Even Heat Distribution On The Mattress B. Automatic Adaption Of The Radiant Warmer When The Mattress Is Tilted C. Radiant Warmer Setting: Off, 10% To 100% D. With Automatic Pre-warm Function E. With Skin Temperature Control In Radiant Warmer Operation 2. Skin Temperature Control A. Skin Temperature Measurement Ranges From 13 To 43°c B. Skin Temperature Setting: 34 To 38°c C. Can Connect And Display Second Skin Temperature Sensor For Thermo Monitoring Of Patient D. Can Set Alarm Limit For The Deviation Between The Central And Peripheral Skin Temperature Deviation 3. Resuscitation A. With Integrated Resuscitation Module With Gas Mixer For Blended O2 And Air B. Low Air Or O2 Alarm And Acoustic Signal C. Manual Bag Or T-piece Resuscitation Available D. Smooth Transition From T-piece To Automatic Ventilation Using Single Circuit E. 12 O'clock Setting Concept To Meet Recommended Guidelines F. With Automatic Ventilation To Free Up One Hand And Reduces Inconsistency During Resuscitation G. With Adjustable Respiratory Rate H. With Fixed I:e Ration Of 1:2 I. With Built-in Suction System J. Peep Setting: 0 To 15 Mmhg K. Pip Override: Above 30 Cmh2o L. Flow Control: 0 To 15 L/min M. Fixed Airway Pressure Limit 50 ± 5 Cmh2o N. Operating Noise During T-piece Resuscitation ≤ 40 Db Display 1. At Least 10" Colour Touchscreen Display 2. Different Views Available: Main View, L & D View Thermo Monitoring View, Family View 3. Graphical And Tabular Trend Display From 2 Hrs To 7 Days For Temperatures, Heating, Spo2, Patient's Weight Events 4. Display Configurable For Day And Night 5. Personalization Of User Interface With Configurable Patient Name, Id, Sex, Date Of Birth, Gestational Age And Personal Icon 6. Apgar Timer Integrated 7. Stopwatch Integrated With Time Stamps Apgar And Spo2 Pre-ductal Target Table 8. Import And Export Of Patient Data And Device Configuration To Other Devices Physical/chemical Characteristics Configuration: 1. Compatible Hanged Arm For Holding The Circuit 2. Should Have Caster With Braking System Operating Characteristics (ups) Input Capacity: 1000va/600w Input Voltage: 220/230/240v 1 Phase 50hz/60hz Output Socket: 4pcs With Back Up + 4 Pcs 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 Back-up Time: 6-30 Minutes (depending On Computer Load) Accessories, Consumables, Spare Parts, Other Components Accessories Grommets: 4 Pcs Drawer: Large Drawer (two-way Opening) Iv Pole & Monitor Table Environmental Factors Context Dependent Requirements Temperature Operating: 0 To 40°c (without Ag And Co2 Module) 10 To 40°c (with Ag And Co2 Module) Storage: -20 To 60°c Humidity Operating: 15 To 95% (non-condensing) Storage: 10 To 95% (non-condensing) Barometric Operating: 427.5 To 805.5 Mmhg (57.0 To 107.4 Kpa Without Ag And Co2 Module) Storage: 120 To 805.5 Mmhg (16.0 To 107.4 Kpa Without Ag And Co2 Module) Training, Installation And Utilization Pre-installation Requirements Supplier To Perform Installation, Safety And Operation Checks Before Handover Requirements For Commissioning Local Clinical Staff To Affirm Completion Of Installation Training Of User/s Training Of Users And Biomed Staff In Operation And Basic Maintenance 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 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. 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 Iec 60601-2-21:2009 Specifies The Safety Requirements For Infant Radiant Warmers. This Particular Standard Amends And Supplements Iec 60601-1-:2005 Medical Electrical Equipment - Part 1: General Requirements For Basic Safety And Essential Performance. This Second Edition Cancels And Replaces The First Edition Published In 1994 And Its Amendment 1 (1996). This Edition Constitutes A Technical Revision. This Edition Of Iec 60601-2-21 Was Revised To Structurally Align With The 2005 Edition Of Iec 60601-1. Regional/local Standards Pass Fda Regulatory Requirement (certificate Of Product Registration) Other Requirements Supplier Must Have Technical Support In Mindanao Area With Support Facilities And Trained Personnel Delivery Period 90 Calendar Days From Receipt Of Notice To Proceed Terms Of Payment Upon Full Delivery, Installed, Tested And Commissioned. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. Service Center Must Have Service Center Within Caraga Region, Cebu City, Cagayan De Oro Or Davao City 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) Terms Of Reference For Transport Incubator Description Patient Category The Purpose Of Transport Incubator Is Same To An Incubator Used In Intensive Care Unit. It Is Used To Provide A Desired Warm Environment To A Neonate To Reduce In Heat Loss To The Environment. There Is Situation When A Neonate Or Baby Has To Be Transferred Via Air Or Road From One Place To Other, Either In Search Of An Intensive Care Unit Or To A Different Hospital For A Different Therapy Itself. As These Neonates Or Baby Are Already Weak By Nature, And When They Are Ill, Their Condition Becomes Even More Delicate. Under These Circumstances, The Most Challenging Part Of Critical Care Is To Transfer The Baby Without Exposing Them To Temperature Gradient Of The Environment. This Is Achieved By Transferring The Baby In A Transport Incubator Which Maintains A Small Environment Or Required Temperature. Purpose Of Use Clinical Department /ward Pediatrics Department Features Main Features: With Head Access/slide Out Mattress Feature To Allow Quick And Easy Access To Baby For Intubation Or Cpr Hand-made Acrylic Hood Should Be Scratch Resistant To Maintain Transparency Over Time With Integrated Led Examination Light, That Gives High Quality Illumination For Visual Evaluation The High Hood Option Further Facilitates Access To Baby And Provides More Room For Larger Babies, Clinical Disposables (diapers, Blankets, Etc.) And Even More Uniform Air Flow And Temperature Distribution. Technical Specifications Dimensions And Weight Device Width Should Be No More Than 21 Inches Height At Least 20 Inches Weight Should Be Less Than 110 Lbs With Battery Included The Distance From Vertical Hood To Mattress Should Be Not Less Than 21 Cm Or 9 Inches (high Hood Option) Thermoregulation Double Walled Hood Permits Full Visibility And Provides An Effective Thermal And Sound Barrier From The Environment Warm-up Time <30min With Humidity Pad Added To Increase The Relative Humidity Within The Incubator Hood That Can Last Up To 10 To 12 Hours The Device Is Designed For Use With Patients Weighing Up To A Maximum Of 10 Kg (22 Lb) Air Temperature Setting Ranges From 22.0 °c - 38 °c (71 °f - 100 °f) Display, Alarm And Safety Features Visual And Audible Alarm If Temperature Alarm Limits Are Violated With 4 Led Indication Of Heater Power; At Least 25-100% Heater Power 4 Led Indication Of Heater Power; At Least 25-100% Displays Infant Temperature Illuminates Ac, Dc, Or External Dc With Alarm Indicators For High Temp, Power Fail, Sensor Fault, Heater Temp, Air Flow, Low Dc High Temperature Alarm If Incubator Air Temp. Is >39 ± 0.5° C The Sensor (temperature) Alarm Actuates If Sensor Fails The Heater Temperature Alarm Actuates If Heater Temp >77° C (170° F) The Power Fail Alarm Actuates If Ac Fails And No Dc Power Present, Activates If Unit Switches Ac To Dc The Air Flow Alarm Actuates During Fan Failure The Low Dc Alarm Actuates If Dc<10.5 Vdc, Or External 28 Vdc Falls Below 25.5 Vdc Nominal Silence/reset Button Must Silence The Audible Portion Of Alarms For 5 Minutes, Except Power Fail The Machine Automatically Resets Sensor & High Temp Alarms After 100% Conditions Corrected The Machine Must Reset Intermittent Power Alert If Unit Switches From Ac To Dc Current Ergonomics Port Doors The Tank Mount Permits Mounting Gas Cylinders With A Diameter At Least Up To 4.5 In (11.6 Cm) And Up To 34 In (85 Cm) In Length With Air Filter That Removes >99% Of Airborne Particles Greater Than 0.5 Micron Diameter Electrical Ac Power Requirements 220/240 V, 50/60/ Hz, Dc Power Requirements 26-30 V, 200 W (max) Battery Rechargeable Battery, 12 Vdc, 24 Ah Gel-type Battery (lead Acid) Battery Condition Status 4 Led Indication Of Battery Charge Condition At Least 25-100% Incubator Maintains A Differential Of 25 °c (77 °f) Between Ambient And Set Point For 90 Minutes On 1 Battery With Available 2nd Battery For Extended Hours Ups Input Capacity: 1000va Input Voltage: 220/230/240v 1 Phase 50hz/60hz Output Socket: 4 Pcs 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) Technical Services As Follows: • 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 Physical/chemical Characteristics • Easy And Safe Transport To Be Possible By Hand. Crash Resistant, Dust Proof. Accessories, Consumables, Spare Parts, Other Components • Double Wall • Skin Temperature Probe • Examination Lamp • 2 Access Doors, 2 Port Doors And 1 Iris Port • 6 Tubing Ports/grommets • 2 Infant Restraint Straps • Heavy Duty Oxygen Tank • Dc Cable • Humidity Pad 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 Training Of User/s Training Of End-users And Biomed Engineer Must Be Done On-site With Minimum Of 1 Day Period 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 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 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 Iso 10993-10 Test For Skin Sensitization, Iso 10993-5 Test For In Vitro Cytotoxicity Delivery Period 90 Calendar Days From Receipt Of Notice To Proceed Terms Of Payment Upon Full Delivery, Installed, Tested And Commissioned. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. Service Center Must Have Service Center Within Caraga Region, Cebu City, Cagayan De Oro Or Davao City. 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) 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. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 12009 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 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 Twenty Five 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 (like Rental Of Equipment, Medical Equipment), 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 25, 2025 To April 15, 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 April 3, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/86142998199?pwd=wora2hc5ksfjutxhjatxmjwvf4zbor.1 Meeting Id: 861 4299 8199 Passcode: 611465 Deadline Of Submission Of Bids April 15, 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 15, 2025 At 3:30 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/82249032996?pwd=2zkmgaxrhrb2ekthfzue2e0a04icbd.1 Meeting Id: 822 4903 2996 Passcode: 174719 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1uh89tkucb6lsfgjhf9i5kbgp6aguzgfy?usp=sharing Bidding Documents Php 10,000.00 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 12009 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 15, 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 15, 2025 At 3:30 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 12009 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 12009 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

Caraga Regional Hospital Tender

Healthcare and Medicine
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 21.5 Million (USD 367.7 K)
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2024-02-06 (124) Supply And Delivery Of One (1) Lot Of One (1) Unit Console-type Ultrasound Machine And One (1) Unit Of Portable Ultrasound Machine Approved Budget For The Contract: Php 21,500,000.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy2024 Internally Generated Fund (igf) Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Twenty One Million Five Hundred Thousand Pesos Only ( Php 21,500,000.00 ) As To Payment Under The Contract For Supply And Delivery Of One (1) Lot Of One (1) Unit Console-type Ultrasound Machine And One (1) Unit Of Portable Ultrasound Machine. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding As Framework Agreement List. This Is A Lot Bid. Item No. Description Qty Unit Of Measure Unit Cost Total Cost 1 One (1) Lot Of One (1) Unit Console-type Ultrasound Machine And One (1) Unit Of Portable Ultrasound Machine 1 Lot 21,500,000.00 21,500,000.00 Technical Specifications Of One (1) Unit Of Console-type Ultrasound Machine A. Main Equipment 1. Top-of-the-line 2. Capable Of Multi-line Signal, And Massive Parallel Image Processing With The Latest Software Of Receive Beam Former Technology 3. The System Should Be A Shared Service Ultrasound System With Built-in Multidisciplinary Applications And Also Equipped With The Following Key Technologies: A. Display Depth Of Up To 40 Cm B. 2d Shear Wave Elastography C. Fusion Imaging Capability D. Advanced Needle Visualization Enhancement With Needle Trajectory Display E. Fat Quantification F. 3d/4d Capable G. Color Doppler And Power Doppler Capable H. With Ai (artificial Intelligence) Technology Integration 4. Compact And Weighs No More Than 135 Kg Without Peripherals 5. Power Supply: 220v-240v Ac, 50/60 Hz As Applicable To The Mains Power Supply Of The Hospital 6. With Built-in Battery Backup 7. No Separate Volt Conversion 8. Power Consumption Must Be Clearly Stipulated 9. Mechanical Parts Should Be Heavy-duty Type 10. Equipment Should Be Maintainable And Serviceable With 24/7 Support, Preferably A Service Support Center Within The Visayas And Mindanao Areas. B. Ultrasound System Structure 1. Led Monitor Display Specifications: A. Display Size Of At Least 15 Inches B. Monitor Resolution Of At Least Full Hd (1920 X 1080) C. The Monitor Can Be Folded Down For Transport 2. Control Panel Specifications: A. Display Size At Least 15 Inches B. Aspect Ratio Must Be 16:9 C. Tilt Angle At Least 30 Degrees Up To 50 Degrees D. Left And Right Swivel At Least ± 45 Degrees Or Better E. Height Ranges From At Least 53 Inches To 67 Inches F. Adjustable Arms For A 180-degree Panel Rotation G. Emergency Central Brake And Swivel Lock H. Full-sized Backlit Keyboard I. Customizable Annotation J. Programmable Keys K. Segment Tg Control 3. Touch Screen Panel Specifications: A. At Least 13.3 Inches High Sensitivity Color Touch Screen B. A Resolution Of 1920 X 1080 C. Customizable/editable Buttons D. Tilt Angle At Least 30 To 60 Degrees E. Support Touchscreen Gestures 4. Transducer Management: A. Up To 6 Transducer Cup Holders Support Both Probes And Gel Bottle B. Connectors Must Be Compact-pin Less C. Must Have An Integral Gel Warmer With Temperature Control D. The Audio Speaker Must Be Integrated With The Control Panel E. Active Ports (4 Active And 1 Parking) 5. Transducers Specifications: A. Curved/convex Transducer I. Frequency Bandwidth At Least 1.0 Mhz Up To 6.0 Mhz (with Biopsy Needle Guide Attachments) Ii. Field Of View (fov) Of At Least 50 To 80 Degrees Iii. Maximum Depth Of At Least 40 Cm Iv. Application: Obstetrics, Gynecology, Abdomen, Small Parts, Musculoskeletal, Vascular, Urology, Nerve, Elastography, And Fat Quantification B. Linear Transducer I. Frequency Bandwidth At Least 4.0 Mhz Up To 14.0 Mhz Ii. Field Of View (fov) Of At Least 3.8 Cm To 6.0 Cm Iii. Application: Small Parts, Musculoskeletal, Vascular, Abdomen, Pediatric, Thoracic, & Elastography C. Micro-convex Transducer I. Frequency Bandwidth Of At Least 2.6 Mhz Up To 12.8 Mhz Ii. Field Of View (fov) Of 90 Degrees Iii. Application: Abdomen, Peripheral Vascular, Neonatal, Small Parts, And Urology D. Linear Transducer For Pediatric Applications I. Frequency Bandwidth Within The Range Of At Least 7.6 Mhz To 20.0 Mhz Ii. Field Of View (fov) At Least 2.86 Cm Iii. Application: Cranial, Musculoskeletal, Nerve, Small Anatomical Parts, And Vascular Applications E. Endo-cavity Transducer I. Frequency Bandwidth Within The Range Of At Least 2.9 Mhz To 8.1 Mhz Ii. Field Of View (fov) Of 176 Degrees Or More Iii. Application: Obstetrics, Gynecology, And Urology F. 3d/4d Transducer I. Frequency Bandwidth Of 3.0 Mhz To 11 Mhz Ii. Field Of View (fov) Of 170 Degrees Or More Iii. Application: Obstetrics, Gynecology, And General Abdomen 6. Imaging Parameters: A. B Mode B. M Mode C. Cine Captures Up To 300 Seconds D. Tissue Harmonic Imaging E. Color Doppler Imaging F. Power Doppler Imaging G. Anatomical M Mode H. Curved Anatomical M Mode 7. Advanced Features: A. Fusion Imaging B. Contrast Agent Imaging Or Contrast-enhanced Ultrasound (ceus) C. Color And Power Mode D. Automatic Tissue Equalizations E. Artifact Reduction Technology F. Real-time Panoramic Imaging G. Shear Wave Elastography (swe) H. Point Shear Wave Elastography I. Strain Elastography J. Fat Quantification Assessment 8. Data Storage And Transfer: A. Must Have A Separate Cpu (central Processing Unit) And Gpu (graphics Processing Unit) Processor. B. Dicom (digital Imaging And Communications In Medicine) Compatibility: Dicom 3.0 Standard, Connectivity Should Be Compatible With The Existing Pacs (picture Archiving And Communication System) Of The Hospital At No Extra Cost To The Purchaser In The Process Of Installation, Connection, And Integration Of The Equipment. C. A Storage Of At Least 120 Gigabytes Ssd (solid State Drive) For The Software Program And 1 Terabyte Hdd (hard Disk Drive) For The Dicom Data. D. Usb Ports Must Have At Least 2 To 5 Ports (at Least Two Ports Are Usb 3.0 And At Least One Is A Usb Type-c Port) For Importing And Exporting Protocols And Exams, Archiving, And Servicing. C. Accessories 1. One (1) Unit Of Uninterruptible Power Supply (ups) Of At Least A 3-hour Standby Power With Trolley/drawer And Caster Lock, Compatible With The Equipment Power Requirement And With Proper Grounding When Needed. Biopsy Needle Guide Attachments 2. At Least Two 32 Gb Storage Usb 3.0 Flash Drives For Exporting Images 3. One (1) Unit Computer Desktop Workstation With Medical Grade Monitor And One (1) Unit Heavy-duty Printer D. Consumables 1. At Least 10 Rolls Of Thermal Paper For Printing 2. Black And White (b/w) Digital Terminal Thermal Printer And Colored Printer For 3d/4d Images. 3. At Least 3 Gallons Of Ultrasonic Gel 4. At Least 5 Bottles Of A Cleansing Solution Cleaner For The Probes And The Cleansing Solution Should Not Cause Damage Or Membrane Swelling Of Transducer Probes When Used. 5. At Least 10 Pieces Of Skin Marking Pen Or Surgical Marking Pen For Interventional Studies Technical Specifications Of One (1) Unit Of Portable-type Or Lighweight Ultrasound Machine A. Main Equipment 1. Led Display Monitor Of At Least 15 Inches Or Better 2. Full Hd Or High-resolution Display Monitor Of At Least 1920 X 1080 Or Better 3. Preferably Lightweight Less Than 70 Kg With Cart And Other Peripherals 4. The Operating Console Can Be Detachable Or Non-detachable (fixed) From The Mobile Trolley Or Cart. 5. One (1) Pencil Probe Port Connected To A Transducer With A Probe Extend Module To Provide Three (3) Active Probe Ports At A Time 6. Programmable Keys For User-defined Functions 7. With 8-segment Time Gain Compensation (tgc) Control 8. Equipment Should Be Maintainable And Serviceable With 24/7 Support, Preferably A Service Support Center Within The Visayas And Mindanao Areas. B. Power Supply And Battery 1. Built-in Battery Of At Least 90 Minutes Or Higher When Used Continuously 2. Full Battery Should Last More Than 24 Hours When In Standby Mode 3. Power Supply: 220v-240v Ac, 50/60 Hz As Applicable To The Mains Power Supply Of The Hospital 4. No Separate Volt Conversion 5. Power Consumption Must Be Clearly Stipulated C. Applications And Software 1. Total Recall Imaging For Multi-modal Post-processing Capabilities On Archived Images Such As Measurements And Calculations 2. Needle Visualization Enhancement 3. Real-time Panoramic Imaging D. Mobile Cart 1. Material Type Of Mobile Cart: Magnesium Alloy With Locking Wheel 2. Gel Warmer And Probe Holder With At Least 5 Holders 3. Height Adjustment Up To 25 Cm 4. Maximum Weight With Peripherals At Least 40 Kg 5. Mechanical Parts Should Be Heavy-duty Type E. Transducers 1. Curvilinear Transducer A. Frequency Bandwidth: 1.4 Mhz To 5.0 Mhz B. Field Of View (fov) At Least 61 Degrees C. Depth Of At Least 40 Cm D. Application: Obstetrics, Gynecology, Abdomen, Small Parts, Musculoskeletal, Vascular, Urology, Nerve, Elastography, And Fat Quantification 2. Linear Transducer A. Frequency Bandwidth: 2.7 Mhz To 10.5 Mhz B. Field Of View (fov) Of At Least 3.4 Cm C. Depth Of At Least 35 Cm D. Application: Small Parts, Musculoskeletal, Vascular, Abdomen, Pediatric And Thoracic 3. Endo-cavity Transducer A. Frequency Bandwidth: 3.0 Mhz To 11.0 Mhz B. Radius: 1.1 Cm C. Application: Obstetrics, Gynecology, And Urology 4. Micro-convex Transducer A. Frequency Bandwidth Of At Least 2.6 Mhz Up To 12.8 Mhz B. Field Of View (fov) Of 90 Degrees C. Application: Abdomen, Peripheral Vascular, Neonatal, Small Parts, And Urology F. Imaging Features 1. High-resolution Color Doppler Imaging 2. Spatial Compound Imaging 3. Auto Optimization Button 4. Trapezoid Imaging And Extended Field Of View (fov) 5. Speckle Suppression Imaging 6. Supports Measurements And Calculations On Archived Exams And Images 7. Workstation Dedicated To Patient Exam Management G. Imaging Modes 1. B-mode 2. Tissue Harmonic Imaging 3. M-mode / Color M-mode 4. Anatomical M-mode 5. Curved Anatomical M-mode 6. Color Doppler Imaging 7. Power Doppler Imaging 8. Pulsed Wave Doppler 9. Continuous Wave Doppler 10. Panoramic Imaging H. Data Storage And Transfer 1. Storage Of At Least 240 Gigabytes Ssd (solid State Drive) Or Higher 2. Boot-up Time Must Be Less Than 30 Seconds 3. Boot-up Time From Standby Must Be Less Than 10 Seconds 4. Dicom (digital Imaging And Communications In Medicine) Compatibility: Dicom 3.0 Standard, Connectivity Should Be Compatible With The Existing Pacs (picture Archiving And Communication System) Of The Hospital At No Extra Cost To The Purchaser In The Process Of Installation, Connection, And Integration Of The Equipment. I. Accessories 1. One (1) Unit Of Uninterruptible Power Supply (ups) Of At Least A 3-hour Standby Power With Trolley/drawer And Caster Lock, Compatible With The Equipment Power Requirement And With Proper Grounding When Needed. 2. Must Have Three (3) Active Extended Probe Ports 3. Must Have One (1) Mobile Trolley With Drawer And One (1) Hard Case Luggage Bag 4. One (1) Unit Military Grade Laptop Computer Must Include One (1) Unit Of Host Military Laptop With The Following Specifications: A. Processor: Core I7 Or Equivalent In Other Brands. B. Ram: At Least 8 Gb C. Hard Drive: At Least 1 Tb Ssd D. Connectivity: Wi-fi, Bluetooth E. Ports: Usb, Usb-c, Hdmi, Network Extension For Ethernet/side Mechanical Docking, Headphone/microphone F. Durability: Mil-std 810g Tested G. At Least 14 Inches Monitor Display H. At Least 1 Mp Web Camera I. Battery Life Average Of At Least 13 Hours On Common (document/report Generation) Use, Should Include Adapter For Rapid Charging Up To 80% In 1 Hour. J. Should Be Installed With The Latest Licensed Os Compatible With The Base Unit To Ensure Communication. K. Should Be Installed With Licensed Applications/programs For Data Processing In Spreadsheet And Report Generation. L. To Include Optical Mouse (bluetooth And Rechargeable) M. Warranty On Parts And Service For At Least One (1) Year N. Laptop Should Include Carrying Bag. J. Consumables 1. At Least 10 Rolls Of Thermal Paper For Printing 2. B/w Digital Terminal Thermal Printer 3. At Least 3 Gallons Of Ultrasonic Gel 4. At Least 5 Bottles Of A Cleansing Solution Cleaner For The Probes And The Cleansing Solution Should Not Cause Damage Or Membrane Swelling Of Transducer Probes When Used. 5. At Least 10 Pieces Of Skin Marking Pen Or Surgical Marking Pen For Interventional Studies Other Terms Of Reference And Conditions 1. The Console-type And Portable-type Ultrasound Machines Should Be Of The Same Brand Or Manufacturer To Have The Same Service Maintenance Provider. 2. Must Have Three (3) Years Warranty For Parts And Services. 3. Certification From The Manufacturer A. That The Bidder Has The Capability For Corrective And Preventive Maintenance Of The Unit B. That The Bidder Has The Service Engineer(s) Trained And Capable Of Corrective And Preventive Maintenance For The Equipment Model. Service Engineer Should Be Presently Employed By The Bidder/supplier Or Authorized By The Manufacturer. C. Guaranteeing Delivery Of Equipment And All Accessories Within The Time Period Set By The Bids And Awards Committee (bac). D. Guaranteeing Of All Spare Parts For The Next Ten (10) Years Duly Authenticated By The Philippine Embassy In The Country Of Origin. E. That The Equipment Is A Brand-new Unit And Not A Discontinued Model. F. That The Terms And Conditions Stated In The Contract Shall Be Honored By The Manufacturer If A Change Of Exclusive Distributorship Will Occur During The Duration Of The Said Contract. 4. The Supplier’s Engineer Shall Perform Preventive Maintenance On The Machine During The Warranty Period Of At Least Quarterly. 5. The Supplier’s Engineer Must Provide The Complete Calibration Report Containing The Testing Parameters And Data Of Measurements Of The Ultrasound Machines To The Hospital’s Health/medical Physicist Before Clinical Acceptance. 6. The Bidder Must Provide A Certification Type Of Training On The Applications/operations, And Basic Maintenance For Users And Maintenance Personnel Of The Hospital. 7. Certificate Of Exclusive Distributorship From The Unit Manufacturer Mentioning The Name Of The Philippine Representative. 8. Certification From The Bidder Of 95% Uptime Guarantee For The Equipment Offered Within The Warranty Period. Accumulated Downtime In Excess Of 5% Shall Be Added To The Warranty Period. 9. The Bidder Must Submit The Original Brochure With Technical Specifications In English Language Both Hard And Soft Copy. 10. The Machine Should Conform To The International Electrotechnical Commission (iec) Standards Or Its Equivalent National Standard. The Bidder Must Provide Certificate Of Declaration Of Conformity. 11. Manufacturer/supplier Should Have Iso Certification For Quality Standards. 12. The Equipment Should Be A Us-fda Or Ce-approved Product. 13. Inventory Of Spare Parts For The Unit/model Offered Duly Signed By The Manufacturer. 14. Certification From The Foreign Ministry Of Health That The Company Can Sell The Product/model In That Country Of Origin. 15. The Bidder Shall Specify Post-warranty Comprehensive Preventive Maintenance Costs Including List And Price Of Major Spare Parts For The Next Three Years After Warranty. 16. Training Of End-users In Operation And Basic Maintenance Shall Be Provided 17. User, Technical, Operational, And Maintenance Manuals Are To Be Supplied In English Language. 18. All Services For Installation, Connection, And Integration Of The Machines To The Existing Pacs/ris Of The Hospital Shall Be Shouldered By The Bidder At No Additional Cost To The End Users. 19. Full Support To The Mid Staff Requiring Attendance To Technical, In-depth, Hands-on, And Extensive Face-to-face Training Programs Or Courses (such As But Not Limited To Elastography, Fat Quantification, And 3d/4d) Outside Of The Hospital Shall Be Made Available To The End User. 20. Full Support To The Mid Staff For Their Annual Continuing Medical/professional And Educational/learning Development While The Machines Are Under Warranty. 21. Must Have A Service Center Within The Caraga Region, Cebu City, Cagayan De Oro City, Or Davao City. 22. The Conduct Of Post-qualification Activity Shall Be At The Cost Of The Supplier And The Site Visit Shall Be Held At The Nearest Hospital. Failure To Comply With The Preferred Schedule Of The Procuring Entity For The Post Qualification Can Be A Ground For Disqualification. (no Extensions Allowed.) 23. The Delivery Of The Equipment Shall Commence Within Ninety (90) Calendar Days From Receipt Of The Notice To Proceed. To Be Delivered At Caraga Regional Hospital, Rizal Street, Brgy. Washington, Surigao City, Surigao Del Norte. Technical Specification And Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Section 23.4.1.3.(ra 9184). The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. Slcc Must Be Within 2 Years From The Submission Of Bids. (based On The Completion Date). The Single Largest Completed Contract (slcc) Shall Be The Same Or Similar In Nature, As Determined And Defined By The Bids And Awards Committee ( Bac ). For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 28, 2024 To February 06, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference January 16, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/84427775771?pwd=3ljykccird98psr6rpzotkfaaug2il.1 Meeting Id: 844 2777 5771 Passcode: 947752 Deadline Of Submission Of Bids February 06, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids February 06, 2025 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/89960742667?pwd=szuuabrns2l0zbey780rlzpinl9ynw.1 Meeting Id: 899 6074 2667 Passcode: 984011 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1-bugnrw-ewejdoqlxztwwuw89zqwnt3x?usp=sharing Bidding Documents Php 25,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Phlippine Bidding Documents Can Be Accessed In The Philgeps And All Form And Part Of This Invitation To Bid, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before February 06, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On February 06, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 9. The Crh Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link : Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 (086) 826-9058 Mobile Nos: Globe: 0953-9212-832 / Smart: 0985-0508-783 E-mail Address: Crhprocurement.bac@gmail.com Fb Page: Caraga Regional Hospital – Bids And Awards Committee Approved By: (sgd) Fermarie C. Dulpina, Rmt, Mpa, Jd Chief Health Program Officer Chairman, Bids And Awards Committee

Caraga Regional Hospital Tender

Healthcare and Medicine
Philippines
Closing Date26 Feb 2025
Tender AmountPHP 4.7 Million (USD 81.7 K)
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2025-02-26 (03) Supply And Delivery Of Various Medical Supplies For Surgery Use Under Single-year Framework Agreement Approved Budget For The Contract: Php 4,728,750.00 ========================================================= 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 Four Million Seven Hundred Twenty Eight Thousand Seven Hundred Fifty Pesos Only ( Php 4,728,750.00 ) As To Payment Under The Contract For Supply And Delivery Of Various Medical Supplies For Surgery Use 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. Line Item No. Description Qty Unit Of Measure Unit Cost Total Cost 1 Cautery Pencil Disposable/pc With Color Code Switch 1,800 Pcs 150.00 270,000.00 2 Water Proof Transparent Dressing With Absorbent Pad Post Operative, With A High Moisture Vapor Transmission Rate Film, 20cm X10 Cm 100 Pcs 300.00 30,000.00 3 Skin Stapler With Skin Remover (sterile) 800 Pcs 400.00 320,000.00 4 Surgical Scrub Brush With 4%chlorhexidine Solution Per Piece 2,200 Pcs 120.00 264,000.00 5 T-tube, Surgical Drain, Sterile Latex Fr14, 10's/box, Sterile With Ethylene Oxide;individually Blister Packed;smooth And Strong Wall 15 Box 2,750.00 41,250.00 6 T-tube, Surgical Drain, Sterile Latex Fr16, 10's/box Sterile With Ethylene Oxide;individually Blister Packed;smooth And Strong Wall 10 Pcs 2,750.00 27,500.00 7 Transparent Surgical Incise Drape 10.2 Cm X 25.4 Cm 100 Pcs 250.00 25,000.00 8 Transparent Surgical Incise Drape 28 Cm X 45 Cm 100 Pcs 250.00 25,000.00 9 Transparent Surgical Incise Drape 40cm X 42 Cm 100 Pcs 250 25,000.00 10 Water Proof Transparent Dressing With Absorbent Pad Post Operative 15.5cm X8.5 Cm, Sterile 26 Pcs 300 7,800.00 11 Water Proof Transparent Dressing With Absorbent Pad Post Operative 20cm X 10 Cm, Sterile 55 Pcs 300 16,500.00 12 Water Proof Transparent Dressing With Absorbent Pad Post Operative 25cm X 10 Cm, Sterile 150 Pcs 300 45,000.00 13 Water Proof Transparent Dressing With Absorbent Pad Post Operative 45cm X 28cm, Sterile 50 Pcs 300 15,000.00 14 Absorbable Hemostat (oxidized Regenerated Cellulose) 3 Inches X 4 Inches, Box Of 12 1 Doz 55,000.00 55,000.00 15 Water Sealed Drainage, 1600ml - 2000ml, Sterile With Connecting Tube 190 Bottle 1,400.00 266,000.00 16 Electrosurgical Grounding Pad Adult Made Of Polyhesive 2.3 To 2.8metre Cable, Disposable 80 Pcs 480 38,400.00 17 Electrosurgical Grounding Pad Pedia Made Of Polyhesive 2.3 To 2.8metre Cable, Disposable 10 Pcs 480 4,800.00 18 Wound Drainage Jp 200ml - 250ml 200 Pcs 1,600.00 320,000.00 19 Abdominal Binder, 10-15 Inches Width, Assorted Length, 5 Medium, 10 Large, 15 Extra Large 30 Pcs 300 9,000.00 20 Bag, Colostomy W/ 56-57mm Base Plate Hydrocolloid Adhesive Skin Protector & Locking System, Leak Proof, With Closed Drainable Integrated Laminar Filter Bag, Sterile; Visually Transparent Bag 132 Pcs 288 38,016.00 21 Lapsponge Surgical 12 X 12x12 Ply, 28x24 Mesh Latex Free ,pre Washed And De-linted For Problem Free Use, X Ray Detectable Absorbent 100% Cotton ;1 Pc/pack 2,000 Pcs 150 300,000.00 22 Lapsponge Surgical 8 X 36''x12plyx24 Mesh Latex Free ,pre Washed And De-linted For Problem Free Use, X Ray Detectable Absorbent 100% Cotton; 1 Pc /pack 500 Pcs 250 125,000.00 23 T-tube, Surgical Drain, Sterile Latex Fr18, 10's/box;sterile With Ethylene Oxide;individually Blister Packed;smooth And Strong Wall 20 Box 2,750.00 55,000.00 24 Surgical Blade No. 15;box Of 100 Pcs;sterilized By Gamma Radiation 2.5m Rads; Surgical Blade Stainless Steel ; Excellent Cutting Quality, Strength And Corrosion Resistant, Disposable Blades ; Individually Wrapped And Sealed In Aluminum Foil And Long Shelf-life ; With Edge’s Micron Sharpness. They Are The Finest Blades Available;excellent Quality Based On The Sample Evaluation Conducted By The End User 10 Box 500 5,000.00 25 Penrose Drain 1/2 Inch; Sterile Penrose Drain Individually Pack Per Piece ; With Lot Number, Manufacturing Date And Expiry Date Label 20 Pcs 95 1,900.00 26 Penrose Drain 1/4 Inch; Sterile Penrose Drain Individually Pack Per Piece ; With Lot Number, Manufacturing Date And Expiry Date Label 300 Pcs 95 28,500.00 27 Penrose Drain 3/4 Inch; Sterile Penrose Drain Individually Pack Per Piece ; With Lot Number, Manufacturing Date And Expiry Date Label 10 Pcs 95 950.00 28 Surgical Blade No. 12 Box Of 100 Pcs;sterilized By Gamma Radiation 2.5m Rads; Surgical Blade Stainless Steel ; Excellent Cutting Quality, Strength And Corrosion Resistant, Disposable Blades ; Individually Wrapped And Sealed In Aluminum Foil And Long Shelf-life ; With Edge’s Micron Sharpness. They Are The Finest Blades Available;excellent Quality Based On The Sample Evaluation Conducted By The End User 5 Box 500.00 2,500.00 29 Surgical Blade No.21 Box Of 100 Pcs;sterilized By Gamma Radiation 2.5m Rads; Surgical Blade Stainless Steel ; Excellent Cutting Quality, Strength And Corrosion Resistant, Disposable Blades ; Individually Wrapped And Sealed In Aluminum Foil And Long Shelf-life ; With Edge’s Micron Sharpness. They Are The Finest Blades Available;excellent Quality Based On The Sample Eval By End User;excellent Quality Based On The Sample Eval By End User 10 Box 500.00 5,000.00 30 Reinforced Adhesive Skin Closure Strips, 1/4" X 2", 10sheets/pack 200 Packs 80.00 16,000.00 31 Reinforced Adhesive Skin Closure Strips, 1/2" X 2" 200 Packs 80.00 16,000.00 32 Tourniquet Quick Slow Release ;plastic Buckle 50 Pcs 65.00 3,250.00 33 Wound Dressing Sterile Medicated Tulle-gras With White Soft Paraffin 10cm X 10cm 50 Pcs 200 10,000.00 34 Structural Aluminum Malleable Non- Toxic Medical Polymer Rolling First Aid Splint For Wrist Arm Thumb Fracture 3.33x35.4 Inch 250 Set 230 57,500.00 35 Surgical Scrub Brush Plain Sterile 1,089 Pcs 28 30,492.00 36 Cotton Gauze Impregnated With White Soft Paraffin Containing 0.5% Chlorhexidine Acetate 10cmx 10cm;10 Pcs/per Box 540 Box 350 189,000.00 37 Surgery Pack (4 Pcs Or Gown Large With Cotton Ribbings;1 Large Sheet 121"x 83 "with 16"x 16 "hole;2 Half Sheet 59"x86 "inches;5 Hand Towel 21"x 26 ";22mayo Cover Pillow Case Size;1 Leggings ,autoclavable Cloth- Does Not Shrink When Exposed To Heat;washable Reusable 100 Pcs 7,000.00 700,000.00 38 Surgical Blade No. 10 ;box Of 100 Pcs; Sterilized By Gamma Radiation 2.5m Rads; Surgical Blade Stainless Steel ; Excellent Cutting Quality, Strength And Corrosion Resistant, Disposable Blades ; Individually Wrapped And Sealed In Aluminum Foil And Long Shelf-life ; With Edge’s Micron Sharpness. They Are The Finest Blades Available ;excellent Quality Based On The Sample Evaluation Conducted By The End User 25 Box 500 12,500.00 39 Surgical Blade No. 11; Box Of 100 Pcs;sterilized By Gamma Radiation 2.5m Rads; Surgical Blade Stainless Steel ; Excellent Cutting Quality, Strength And Corrosion Resistant, Disposable Blades ; Individually Wrapped And Sealed In Aluminum Foil And Long Shelf-life ; With Edge’s Micron Sharpness. They Are The Finest Blades Available;excellent Quality Based On The Sample Evaluation Conducted By The End User 25 Box 500 12,500.00 40 Surgical Blade No.20 Box Of 100 Pcs;sterilized By Gamma Radiation 2.5m Rads; Surgical Blade Stainless Steel ; Excellent Cutting Quality, Strength And Corrosion Resistant, Disposable Blades ; Individually Wrapped And Sealed In Aluminum Foil And Long Shelf-life ; With Edge’s Micron Sharpness. They Are The Finest Blades Available;excellent Quality Based On The Sample Eval By End User;excellent Quality Based On The Sample Evaluation Conducted By The End User 25 Box 500 12,500.00 41 Surgical Blade No.22 Box Of 100 Pcs;sterilized By Gamma Radiation 2.5m Rads; Surgical Blade Stainless Steel ; Excellent Cutting Quality, Strength And Corrosion Resistant, Disposable Blades ; Individually Wrapped And Sealed In Aluminum Foil And Long Shelf-life ; With Edge’s Micron Sharpness. They Are The Finest Blades Available;excellent Quality Based On The Sample Evaluation Conducted By The End User 10 Box 500 5,000.00 42 Lapsheet For Or Use Cloth, Width 70 Inches X Length 125 Inches 150 Roll 420 63,000.00 43 Water Proof Transparent Dressing With Absorbent Pad Post Operative 10cm X10 Cm 100 Pcs 240 24,000.00 44 Water Proof Transparent Dressing With Absorbent Pad Post Operative 5cm X 5cm 100 Pcs 240 24,000.00 45 Absorbable Hemostat, Oxidized Regenerated Cellulose, Size 4inches X 4inches, 12 Pieces Per Box 1 Box 72,000.00 72,000.00 46 Bag, Colostomy W/ 32mm - 40mm Base Plate Hydrocolloid Adhesive Skin Protector & Locking System, Leak Proof, With Closed Drainable Integrated Laminar Filter Bag, Sterile; Visually Transparent Bag 70 Pcs 288 20,160.00 47 Water Proof Transparent Dressing With Absorbent Pad Post Operative 8cm X 8cm 100 Pcs 360 36,000.00 48 Transparent Dressing For I.v. 2 Inches X 2 1/4 Inches ( 1610) 100pcs Per Box;with Waterproof Film Coating;has A Stabilisation Border, Transparent Window, Pattern-coated Adhesive, Deep Notch And Tape Strip To Provide A Secure Hold, Site Visibility And Moisture Management For Central Line 1 Box 5,482.00 5,482.00 49 Trauma Pelvic Orthotic Devices,dimensions: 8.2"h X 9.1"" W X 0.8'', Weight: 12 Oz 5 Pcs 5,000.00 25,000.00 50 Tongue Depressor, Wooden, Sterile, 6", Non- Pyrogenic, Non- Toxic ,100/box 500 Box 360 180,000.00 51 Absorbable Hemostatic Gelatine Sponge Size 3 Inches X 4 Inches 110 Pcs 472 51,920.00 52 Sterile Rolled Gauze 2 X 10 Inches; Individually Pack 100 Roll 25 2,500.00 53 Sterile Rolled Gauze 4x10 Inches ; Individually Pack 100 Roll 40 4,000.00 54 Sterile Rolled Gauze 6x10 Inches; Individually Pack 300 Roll 50 15,000.00 55 Sterile Rolled Gauze 8x8 Inches; Individually Pack 50 Roll 65 3,250.00 56 Absorbable Hemostatic Gelatine Sponge Size 3 Inches X 4 Inches 110 Pcs 2,278.00 250,580.00 57 Universal Or Pack : Consist Of 1 Table Cover 140cm X 190 Cm (60x190cm); 1 Pc Mayo Stand Cover 76cm X 145cm ;4 Pcs Smms Reinforced Surgical Gown Xl Size 130cmx75cm With Adhesive; Side Drape , Absorbent Pp+pe+pp240x 150 Cm With Adhesive; 1 Pc Bottom Drape Absorbent Pp+pe+pp 180 X 150 Cm With Adhesive; 1 Pc Suture Bag 16x 28 Cm ; Tape Strip (op-tape) 10x50cm ;4 Pcs Hand Towel 30x 40cm 20 Packs 2,500.00 50,000.00 58 Laparotomy Pack ,eo Sterilized :1 Pc Table Cover 140 X 190 Cm (60x190cm); 2 Pcs Mayo Stand Cover 76x 145cm; 5 Pcs Reinforced Surgical Gowns Xl; 8 Pcs Hand Towels 30x 40cm; 1 Pcs Laparotmy Drape 200x 250 Cm; 4 Pcs Utility Drape With Adhesive 38x 66cm; 1 Suture Bag16x 28 Cm; 1 Protective Bottom Drape Layer For Lapsheet Support; With Certificate Of Medical Device Notification 20 Unit 3,500.00 70,000.00 59 Surgical Scrub Brush With Povidone 7.5% Solution Per Piece;excellent Quality Based On The Sample Evaluation Conducted By The End User 10,000 Pcs 40 400,000.00 Grand Total 4,728,750.00 Terms Of Reference Terms Of Delivery: 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 21, 2025 To February 26, 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 February 11, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/89018652406?pwd=rxrgx2unbw6b0zobo2lmolkmfzfre5.1 Meeting Id: 890 1865 2406 Passcode: 142810 Deadline Of Submission Of Bids February 26, 2024 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 26, 2025 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/81348230327?pwd=bfkzeodym0i8lapw8jsen9ug0tbsee.1 Meeting Id: 813 4823 0327 Passcode: 491644 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1ttqwf5rpbxvamwrzfeowz1mofaqzpssh?usp=sharing 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 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 26, 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 26, 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

City Of Bais Tender

Security and Emergency Services
Philippines
Closing Date4 Mar 2025
Tender AmountPHP 10 Million (USD 172.3 K)
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Law Enforcement & Operational Support And Surveillance Against Illegal Activities (cy 2025), City Mayor’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 142-25 Php 10,000,000.00 1 1 Lot Purchase, Installation And Commissioning Of Smart Ip-cctv Surveillance System With Plate & Facial Recognition Includes Installation Of Network Structural Cabling At Different Intersections Of The City And Installation Of Ip Based Emergency Phone With Public Address Speaker System Connected Through Fiber Optic Cable To The Command Center With Terms Of Reference - Phase Iv. Command Center Equipment As Follows: 1. 1 Unit Ippbx For Public Address System 2. 1 Unit Ip Operator's Phone With Microphone 3. 1 Unit 16 Bay Embedded Video Storage 4. 4 Units Computer Desktop, With Complete Accessories 5. 7 Reels Cat 5e Utp Lan Cable 305 Meters 6. 1 Lot Integration With The Existing Video Wall And Existing Command Center Different Intersections Of The City - Cameras & Equipment As Follows: 7. 21 Units Outdoor Weather Proof Pole Mount Box 8. 9 Units Concrete Pedestal 9. 20 Sets Cctv Alley Arm For Ptz Camera 10. 21 Sets Cctv Alley Arm For Bullet Type Camera 11. 21 Units Smart Online Ups 1,000va, Lcd 230v 12. 21 Units Epon Onu With 8 Poe Manageable Ports Can Set Vlan In Each Port 13. 21 Units Ptz Ip Camera 1920x1080p 4mp, 25x Zoom 14. 50 Units Outdoor Bullet Type Ip Camera 15. 1 Lot Electrical Materials & Connections To Each Of The Camera Locations 16. 4 Kms. G.652 Fiber Optic 12 Core 17. 20 Sets Ip Based All Weather Outdoor Emergency Phone With Public Address Speaker System 18. 19 Units Inline Fiber Closure 96f For Cdrrmo, Police & Fire Station Connectivity: 19. 3 Units Ip Phone Hd Poe 20. 3 Units Epon Onu With 8 Poe Manageable Ports Can Set Vlan In Each Port 21. 3 Units 12ru Data Cabinet With Complete Accessories 22. 3 Units Smart Online Ups 1,000va, Lcd 230v Replacement For Defective Equipments: 23. 11 Units Smart Online Ups 1,000va, Lcd 230v 24. 2 Units Epon Onu With 8 Poe Manageable Ports Can Set Vlan In Each Port 25. 2 Units Outdoor Bullet Type Ip Camera Terms Of Reference Project Title: Purchase, Installation And Commissioning Of Smart Ip-cctv Surveillance System With Plate & Facial Recognition Includes Installation Of Network Structural Cabling At Different Intersections Of The City And Installation Of Ip Based Emergency Phone With Public Address Speaker System Connected Through Fiber Optic Cable To The Command Center (phase Iv). I. Rationale The Local Government Of Bais Intends To Install The Phase Iv Of The Scalable Smart Ip-cctv Surveillance System With A Centralized Recording And Management System. The Centralized Recording And Management System Is Capable To Be Integrated With Advanced Features Like Face Recognition, Vehicle Plate Number Recognition And Other Smart Features (please Note That The Face Recognition Feature Needs A Back-end Hardware/software Which Is Not Included In This Project). There Are Two Hundred Forty Seven (309) Existing Cameras All Over The City Referred To As The Phase I, Phase Ii And Phase Iii Implementation Of This Project. There Are Four (4) Traffic Ip Cameras Installed. One Was Installed At The Border Between Tanjay City And Bais City Near Central Azucarera De Bais. Another One Was Installed At Crossing Tamisu Which Supports Vehicle Plate Number Recognition Feature. The Remaining Two (2) Traffic Ip Cameras Were Installed At The City Proper. There Are Also Thirty Eight (56) Ptz Cameras And Two Hundred Five (249) Bullet Network Cameras That Were Installed On Strategic Locations On The Streets Of Bais City For Phase 1, 2 And 3. All Cameras Are Powered By An Uninterruptible Power Supply (which Were Installed On Outdoor Weather-proof Boxes) And Connected Using Fiber Optic Cables To The Centralized Recording And Management System Located At The Command Center. These Cameras Were Installed Around The City On A Dedicated Cctv Post. Fiber Optic Cables Between Cctv Posts And The Command Center Traversed To The Existing Noreco1 Electric Posts Which The Bais -lgu Has Already Been Given A Notice To Proceed By Noreco1. Active Monitoring Of Live Cctv Video Feeds Are Displayed On A Video Wall System Installed At The Command Center. However, Collaborations Made With Philippine National Police And The Bureau Of Jail Management And Penology Reveals That, The Existing Cameras Are Not Enough To Cover Important Areas In The City. Thus, Phase Iv Is Very Necessary In Order To Make Our City Safer By Providing Law Enforcement With The Information They Need To Investigate And Deter Crimes, Including The Implementation Of The Environmental And Health Related Ordinances Of The City. Phase Iv Covers The Rest Of The Intersections Of The City And Most Areas Along The National Hi-way From Bais City (bais City Bridge) To The Cab Of Brgy. Calasga-an(bais South-bound Boundary), This Will Allow Us To Monitor The National Hi-way 24/7. In Addition, Ip Based All Weather Outdoor Emergency Phones Will Be Installed On 20 Selected Locations (existing Cctv) Posts That Can Call The Command Center And 20 Public Address Speaker Systems Will Be Installed On Selected Locations For Public Announcements And Early Warning. Ii. Objective 1. Install The Cctv Posts, Outdoor Weather-proof Boxes, Fiber Optic Cables And Network Equipment. 2. Install Other Ptz And Bullet Cameras At Strategic Locations Within Bais City. Please Refer To The Attached Camera Location Plan. 3. Install The Centralized Recording And Management System And The Video Wall System At The Command Center. 4. Install The Ip Based All-weather Outdoor Emergency Phones At Strategic Locations Within Bais City. Please Refer To The Attached Ip Emergency Phone Location Plan. 5. Install The Public Address Speaker System At Strategic Locations Within Bais City. Please Refer To The Attached Public Address Speaker System Location Plan. Iii. Scope Of Work 1. Supply, Installation, Testing And Commissioning Of Ip Cameras, Fiber Optic Network, Uninterruptible Power Supply And Other Accessories At Designated Cctv Posts Needed For The Operation Of The Ip-cctv Surveillance System. 2. Supply, Installation, Testing And Commissioning Of The Centralized Recording And Management System And The Network Equipment Located At The Command Center. 3. Supply, Installation, Testing And Commissioning Of The Ip Emergency Phones And Public Address Speaker Systems At Designated Cctv Posts. 4. Training For At Least Twenty Four (24) Hours On Video Wall Management System, Ip-cctv Recording And Management System, Optical Distribution Network And Active Monitoring Of Ip-cctv Video Live Feeds. Iv. Project Cost Estimate The Estimated Project Cost Is Ten Million Pesos (php 10,000,000.00). This Includes The Supply, Delivery, Installation, Configuration, Testing, Commissioning, Training, And Warranty Services. V. Project Deliverables The Following Are The Minimum Performance Standard Required And Specifications For The Deliverables. A. Command Center Equipment Item Qty. Uom Description 1. 1 Unit Ipbbx For Public Address System  More In One System: Unify Pbx  Flexible Deployment Options  Leading Interoperability: Support Auto-provisioning 300+ Popular Phone Models And Sip Trunks From Telco  Easy Administration: Panel Based Administration, Granular Permissions  Peace Of Mind: Highly Reliable And Secure, Reduces Security Threats 2. 1 Unit Ip Operator's Phone With Microphone 3. 1 Unit 16 Bay Embedded Video Storage  Loaded With 96tb Hdd  Max 320 - Ch Ip Camera Inputs  Supports Raid 0/1/5/6/10/50/60, Hot Spare  Supports Video Stream Storage Mode And Ipsan  Storage, Supports N+m Cluster  Supports Automatic Network Replenishment (anr)  Modular And Drawer-like Design 4. 4 Units Computer Desktop, With Complete Accessories  Form Factor : Tower Type  Processor: Core I5 (at Least 12th Generation) Or Its Equivalent  Memory (ram): At Least 32 Gb Ddr4  Storage: 1 Tb Ssd  Video: 4gb Dedicated  Connectivity: Lan Gigabit Ethernet  Software: Camera Software  Accessories: Optical Mouse, Usb Keyboard  Monitor: At Least 32" Hd  Warranty: Minimum Of 2 Year And Parts At Least 1 Year Protection  Ups: 650va  With Camera Software 5. 7 Reels Cat 5e Utp Lan Cable 305 Meters 6. 1 Lot Integration With The Existing Video Wall And Existing Command Center B. Different Intersections Of The City – Camera & Equipment Item Qty. Uom Description 7. 21 Units Outdoor Weather Proof Pole Mount Box 8. 9 Sets Concrete Pedestal 9. 20 Sets Cctv Alley Arm For Ptz Camera 10. 21 Set Cctv Alley Arm For Bullet Type Camera 11. 21 Units Smart Online Ups 1,000va, Lcd 230v  Output Power Capacity 700watts/1.0kva  Nominal Output Voltage 230v  Output Voltage Note Configurable For 220 : 230 Or 240 Nominal Output Voltage  Output Voltage Distortion Less Than 5% At Full Load  Output Voltage Note: Configurable For 220 Or 240 Nominal  Other Output Voltages 220, 240 Topology Line Interactive  Waveform Type Sine Wave 12. 21 Units Epon Onu With 8 Poe Manageable Ports, Can Set Vlan In Each Port 13. 21 Units Ptz Ip Camera 1920x1080p 4mp, 25x Zoom  1/2.8" Megapixel Starvis Cmos, Starlight Technology  H.265 & H.265+ Encoding  Max. 50/60fps@1080p  Auto-tracking & Intelligent Video System(ivs)  Support Poe+, Ir Distance Up To 100meters  Progressive, Streaming Method Is Unicast & Multicast, With Face Detection Scanning System Is Progressive  Ip66 Bit Rate Control: Cbr/vbr Protocol: Ipv4/ipv6, Http, Https, Ssl, Tcp/ip, Udp, Upnp, Icmp, Igmp, Snmp, Rtsp, Rtp, Smtp, Ntp, Dgcp, Dns, Pppoe, Ddns, Ftp, Ip Filter, Qos. 14. 50 Units Outdoor Bullet Type Ip Camera Hd, 1920x1080p, 4mp Full Color  1/2.8” 2megapixel Progressive Scan Starvis™ Cmos  H.265 & H.264 Triple-stream Encoding  25/30 Fps@1080p (1920 × 1080)  Wdr (120 Db), Day/night (icr), 3d Dnr, Awb, Agc, Blc  Multiple Network Monitoring: Web Viewer, Cms (dss/pss) & Dmss  2.7 Mm–13.5 Mm Motorized Lens  2/1 Alarm In/out, 1/1 Audio In/out  Max. Ir Leds Length 50 M  Micro Sd Memory, Ip67, Ik10 With Epoe Technology, Realizes Full Duplex Transmission Over 800 Meters At The Speed Of 10mbps Or 300 Meters At The Speed Of 100mbps Via Cat5 Or Coaxial Cable Media  It Supports Poe And Poc Power Supply Technology, Has Greatly Simplified Construction & Wiring.  Pro Ai Series Contains Face Capture, Perimeter Protection & People Counting Functions. Powered By Deep-learning Artificial Intelligence Algorithms.  Starlight & Smart Ir Technology. Fully Protected From Dust & Water, Certified Ip67 And Vandal Resistant To Ik10 Standard. 15. 1 Lot Electrical Materials & Connections To Each Of The Camera Locations 16. 4 Kms. G.652 Fiber Optic 12 Core With Messenger, Armour, For Aerial Installation As Jumper From The Existing Fiber To All New Cctv Locations 17. 20 Sets Ip Based All Weather Outdoor Emergency Phone That Can Call The Command Center With Public Address Speaker System 18. 19 Units Inline Fiber Closure 96f C. For Cdrrmo, Police And Fire Station Connectivity Item Qty. Uom Description 19. 3 Units Ip Phone Hd Poe 20. 3 Units Epon Onu With 8 Poe Manageable Ports, Can Set Vlan In Each Port 21. 3 Units 12ru Data Cabinet With Complete Accessories 22. 3 Units Smart Online Ups 1,000va, Lcd 230v  Output Power Capacity 700watts/1.0kva  Nominal Output Voltage 230v  Output Voltage Note Configurable For 220 : 230 Or 240 Nominal Output Voltage  Output Voltage Distortion Less Than 5% At Full Load  Output Voltage Note: Configurable For 220 Or 240 Nominal  Other Output Voltages 220, 240 Topology Line Interactive  Waveform Type Sine Wave D. Replacement For Defective Equipments Item Qty. Uom Description 23. 11 Units Smart Online Ups 1,000va, Lcd 230v  Output Power Capacity 700watts/1.0kva  Nominal Output Voltage 230v  Output Voltage Note Configurable For 220 : 230 Or 240 Nominal Output Voltage  Output Voltage Distortion Less Than 5% At Full Load  Output Voltage Note: Configurable For 220 Or 240 Nominal  Other Output Voltages 220, 240 Topology Line Interactive  Waveform Type Sine Wave 24. 2 Units Epon Onu With 8 Poe Manageable Ports, Can Set Vlan In Each Port 25. 2 Units Outdoor Bullet Type Ip Camera Hd, 1920x1080p, 4mp Full Color  1/2.8” 2megapixel Progressive Scan Starvis™ Cmos  H.265 & H.264 Triple-stream Encoding  25/30 Fps@1080p (1920 × 1080)  Wdr (120 Db), Day/night (icr), 3d Dnr, Awb, Agc, Blc  Multiple Network Monitoring: Web Viewer, Cms (dss/pss) & Dmss  2.7 Mm–13.5 Mm Motorized Lens  2/1 Alarm In/out, 1/1 Audio In/out  Max. Ir Leds Length 50 M  Micro Sd Memory, Ip67, Ik10 With Epoe Technology, Realizes Full Duplex Transmission Over 800 Meters At The Speed Of 10mbps Or 300 Meters At The Speed Of 100mbps Via Cat5 Or Coaxial Cable Media  It Supports Poe And Poc Power Supply Technology, Has Greatly Simplified Construction & Wiring.  Pro Ai Series Contains Face Capture, Perimeter Protection & People Counting Functions. Powered By Deep-learning Artificial Intelligence Algorithms.  Starlight & Smart Ir Technology. Fully Protected From Dust & Water, Certified Ip67 And Vandal Resistant To Ik10 Standard Door Bullet Type Ip Camera Vi. Other Components 1. The Prospective Bidder Must Conduct A Site Inspection Survey Regarding The Placement And Location Of Cctv Posts, Cameras, Outdoor Equipment, Cabling Route And Command Center Equipment. Prospective Bidder Must Execute An Affidavit That The Site Inspection Survey Has Been Done. 2. The Prospective Bidder Must Have At Least Four (4) Fiber Optic Technicians Certified By The Fiber Optic Association (foa) To Undertake The Installation Of Fiber Cabling, Aside From The Manager, Safety Officer And Electrician. The Prospective Bidder Must Submit The Certifications Of Their Technicians To Be Attached With The Bid Documents. Proof Of Employment With The Prospective Bidder Will Be Verified During Post Qualification. Position Required Personnel Manager 1 Safety Officer 1 Fiber Optic Technician 4 Electrician 1 3. The Prospective Bidder Must Submit A Detailed Design Attached With Their Bid Documents. The Twg Will Review, Evaluate And Compare The Submitted Detailed Designs Of The Prospective Bidders. 4. The Prospective Bidder Must Have A Pcab Sp-cf License. 5. The Prospective Bidder Must Attach The Following Camera Manufacturer's Certificate: 5.1 The Prospective Bidder Must Submit Cctv Camera Manufacturer's Certification For Full Technical And Warranty Support Of The Project. 5.2 Iso 45001 - Occupational Health & Safety Management Related To Design, Development, Manufacture, Sales & Maintenance Service. 5.3 Iso 14001 – International Standard For Environmental Management Systems (ems). 5.4 Iso 9001 – Internationally Recognized Standard For Quality Management Systems (qms). *** Note: These Certificates Should Come From The Camera Manufacturer 6. The Prospective Bidder Must Have A Technical Support Group And Network Operations Center (noc) That Operates 24/7 Based In The Province Of Negros Oriental. After Sales Service Target Response Time Should Be 2-3 Hours After A Technical Issue Has Been Reported. 7. The Prospective Bidder Must Have A Previous Outdoor Fiber Optic Cabling Project Worth At Least 50% Of The Abc In The Last 2 Years And Submit A Copy Of The Project Po Or Contract Or Project Completion Certificate As Proof And To Be Attached With The Bid Documents. 8. The Winning Bidder Must Be Able To Complete The Entire Project Within 120 Days After The Notice To Proceed (ntp). 9. The Winning Bidder Should Shoulder The Labor Cost On The Installation Of Kwhr Meters And The Application Of Electrical Permit For The Kwhr Meters. The Winning Bidder Must Be Able To Integrate This Project To The Existing Cctv Fiber Optic Network And Equipment At The Bais Cctv Command Center, 2nd Floor, New Public Market, Barangay Hangyad, Bais City. The Approved Budget For The Contract Is To Be Taken From 20% Edf 2024. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On February 18, 2025, 2:00 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On March 4, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 2:00 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
1571-1580 of 1612 archived Tenders