Procurement of GOODS

120
1 PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of GOODS Government of the Republic of the Philippines Sixth Edition January 2022

Transcript of Procurement of GOODS

1

PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners)

Procurement of

GOODS

Government of the Republic of the Philippines

Sixth Edition

January 2022

2

Table of Contents

Glossary of Acronyms, Terms, and Abbreviations ………………………….3

Section I. Invitation to Bid……………………………………………………..6

Section II. Instructions to Bidders…………………………………………...9

1. Scope of Bid ………………………………………………………………………. 10 2. Funding Information………………………………………………………………. 10 3. Bidding Requirements ……………………………………………………………. 10 4. Corrupt, Fraudulent, Collusive, and Coercive Practices 10

5. Eligible Bidders…………………………………………………………………… 11

6. Origin of Goods ………………………………………………………………….. 12 7. Subcontracts ……………………………………………………………………… 12

8. Pre-Bid Conference ………………………………………………………………. 13 9. Clarification and Amendment of Bidding Documents …………………………… 13 10. Documents comprising the Bid: Eligibility and Technical Components …………. 13 11. Documents comprising the Bid: Financial Component …………………………... 13 12. Bid Prices …………………………………………………………………………. 14

13. Bid and Payment Currencies ……………………………………………………… 14

14. Bid Security ………………………………………………………………………. 15 15. Sealing and Marking of Bids ……………………………………………………… 15 16. Deadline for Submission of Bids …………………………………………………. 15

17. Opening and Preliminary Examination of Bids ………………………………….. 15

18. Domestic Preference ……………………………………………………………… 16 19. Detailed Evaluation and Comparison of Bids ……………………………………. 16 20. Post-Qualification ………………………………………………………………… 16

21. Signing of the Contract …………………………………………………………… 17

Section III. Bid Data Sheet …………………………………………………..18

Section IV. General Conditions of Contract……………………...………..22

1. Scope of Contract ………………………………………………………………… 23 2. Advance Payment and Terms of Payment ……………………………………….. 23

3. Performance Security ……………………………………………………………. 23 4. Inspection and Tests ……………………………………………………………… 23

5. Warranty …………………………………………………………………………. 24

6. Liability of the Supplier ………………………………………………………….. 24

Section V. Special Conditions of Contract ……………………………… . .26

Section VI. Schedule of Requirements ……………………………………....30

Section VII. Technical Specifications …………………………………………32

Section VIII. Checklist of Technical and Financial Documents …………..33

3

Glossary of Acronyms, Terms, and

Abbreviations

ABC –Approved Budget for the Contract.

BAC – Bids and Awards Committee.

Bid – A signed offer or proposal to undertake a contract submitted by a bidder in response to

and in consonance with the requirements of the bidding documents. Also referred to as

Proposal and Tender. (2016 revised IRR, Section 5[c])

Bidder – Refers to a contractor, manufacturer, supplier, distributor and/or consultant who

submits a bid in response to the requirements of the Bidding Documents. (2016 revised IRR,

Section 5[d])

Bidding Documents – The documents issued by the Procuring Entity as the bases for bids,

furnishing all information necessary for a prospective bidder to prepare a bid for the Goods,

Infrastructure Projects, and/or Consulting Services required by the Procuring Entity. (2016

revised IRR, Section 5[e])

BIR – Bureau of Internal Revenue.

BSP – Bangko Sentral ng Pilipinas.

Consulting Services – Refer to services for Infrastructure Projects and other types of projects

or activities of the GOP requiring adequate external technical and professional expertise that

are beyond the capability and/or capacity of the GOP to undertake such as, but not limited to:

(i) advisory and review services; (ii) pre-investment or feasibility studies; (iii) design; (iv)

construction supervision; (v) management and related services; and (vi) other technical services

or special studies. (2016 revised IRR, Section 5[i])

CDA - Cooperative Development Authority.

Contract – Refers to the agreement entered into between the Procuring Entity and the Supplier

or Manufacturer or Distributor or Service Provider for procurement of Goods and Services;

Contractor for Procurement of Infrastructure Projects; or Consultant or Consulting Firm for

Procurement of Consulting Services; as the case may be, as recorded in the Contract Form

signed by the parties, including all attachments and appendices thereto and all documents

incorporated by reference therein.

CIF – Cost Insurance and Freight.

CIP – Carriage and Insurance Paid.

CPI – Consumer Price Index.

DDP – Refers to the quoted price of the Goods, which means “delivered duty paid.”

4

DTI – Department of Trade and Industry.

EXW – Ex works.

FCA – “Free Carrier” shipping point.

FOB – “Free on Board” shipping point.

Foreign-funded Procurement or Foreign-Assisted Project–Refers to procurement whose

funding source is from a foreign government, foreign or international financing institution as

specified in the Treaty or International or Executive Agreement. (2016 revised IRR, Section

5[b]).

Framework Agreement – Refers to a written agreement between a procuring entity and a

supplier or service provider that identifies the terms and conditions, under which specific

purchases, otherwise known as “Call-Offs,” are made for the duration of the agreement. It is in

the nature of an option contract between the procuring entity and the bidder(s) granting the

procuring entity the option to either place an order for any of the goods or services identified

in the Framework Agreement List or not buy at all, within a minimum period of one (1) year

to a maximum period of three (3) years. (GPPB Resolution No. 27-2019)

GFI – Government Financial Institution.

GOCC –Government-owned and/or –controlled corporation.

Goods – Refer to all items, supplies, materials and general support services, except Consulting

Services and Infrastructure Projects, which may be needed in the transaction of public

businesses or in the pursuit of any government undertaking, project or activity, whether in the

nature of equipment, furniture, stationery, materials for construction, or personal property of

any kind, including non-personal or contractual services such as the repair and maintenance of

equipment and furniture, as well as trucking, hauling, janitorial, security, and related or

analogous services, as well as procurement of materials and supplies provided by the Procuring

Entity for such services. The term “related” or “analogous services” shall include, but is not

limited to, lease or purchase of office space, media advertisements, health maintenance

services, and other services essential to the operation of the Procuring Entity. (2016 revised

IRR, Section 5[r])

GOP – Government of the Philippines.

COB – Corporate Operating Budget

GPPB – Government Procurement Policy Board.

INCOTERMS – International Commercial Terms.

Infrastructure Projects –

Include the construction, improvement, rehabilitation, demolition, repair, restoration or

maintenance of roads and bridges, railways, airports, seaports, communication facilities, civil

works components of information technology projects, irrigation, flood control and drainage,

water supply, sanitation, sewerage and solid waste management systems, shore protection,

5

energy/power and electrification facilities, national buildings, school buildings, hospital

buildings, and other related construction projects of the government. Also referred to as civil

works or works. (2016 revised IRR, Section 5[u])

LGUs – Local Government Units.

NFCC – Net Financial Contracting Capacity.

NGA – National Government Agency.

PhilGEPS - Philippine Government Electronic Procurement System.

Procurement Project – refers to a specific or identified procurement covering goods,

infrastructure project or consulting services. A Procurement Project shall be described,

detailed, and scheduled in the Project Procurement Management Plan prepared by the agency

which shall be consolidated in the procuring entity's Annual Procurement Plan. (GPPB Circular

No. 06-2019 dated 17 July 2019)

PSA – Philippine Statistics Authority.

SEC – Securities and Exchange Commission.

SLCC – Single Largest Completed Contract.

Supplier – refers to a citizen, or any corporate body or commercial company duly organized

and registered under the laws where it is established, habitually established in business and

engaged in the manufacture or sale of the merchandise or performance of the general services

covered by his bid. (Item 3.8 of GPPB Resolution No. 13-2019, dated 23 May 2019). Supplier

as used in these Bidding Documents may likewise refer to a distributor, manufacturer,

contractor, or consultant.

UN – United Nations.

DOH – Department of Health

NKTI – National Kidney and Transplant Institute

FDA – Food and Drug Administration

CGMP – Certificate of Good Manufacturing Practice

CPR - Certificate of Product Registration

6

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

Section I.

Invitation to Bid

NKTI Reference No. IB 22-070

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

7

INVITATION TO BID

FOR THE

Procurement of NKTI Hemodialysis Center Project on a

Lease Fee per Treatment for Five (5) Years Contract

Reference No. IB No. 22-070

1. The National Kidney and Transplant Institute, through the 2022 Corporate Operating

Budget intends to apply the sum of Four Hundred Sixty-Two Million Twenty-Four

Thousand Pesos only (Php 462,024,000.00) being the ABC to payments under the

contract for IB No. 22-070. Bids received in excess of the ABC shall be automatically

rejected at bid opening.

2. The National Kidney and Transplant Institute now invites bids for the above

Procurement Project. Delivery of the Goods is within five (5) years Contract as stated

in Section VI Schedule of Requirements. Bidders should have completed, within the

past three (3) years from the date of submission and receipt of bids, a contract similar

to the Project. The description of an eligible bidder is contained in the Bidding

Documents, particularly, in Section II (Instructions to Bidders).

3. Bidding will be conducted through open competitive bidding procedures using a non-

discretionary “pass/fail” criterion as specified in the 2016 revised Implementing Rules

and Regulations (IRR) of Republic Act (RA) No. 9184.

a. Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or

organizations with at least sixty percent (60%) interest or outstanding capital stock

belonging to citizens of the Philippines, and to citizens or organizations of a country

the laws or regulations of which grant similar rights or privileges to Filipino

citizens, pursuant to RA No. 5183.

4. Prospective Bidders may obtain further information from BAC Secretariat Office and

inspect the Bidding Documents at the address given below during office hours.

5. A complete set of Bidding Documents may be acquired by interested Bidders on

January 17, 2022 from the given address and website(s) below and upon payment of

the applicable fee for the Bidding Documents, pursuant to the latest Guidelines issued

by the GPPB, in the amount of Fifty Thousand Pesos only (Php 50,000.00). The

Procuring Entity shall allow the bidder to present its proof of payment for the fees.

6. The National Kidney and Transplant Institute bidding activities shall be held at the

BAC Conference Room, Ground Floor NKTI Main Building, East Avenue, Diliman,

Quezon City. The schedule of bidding activities is as follows:

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

8

ACTIVITIES SCHEDULE

Advertisement / Posting of Invitation to Bid January 17, 2022

Issuance and Availability of Bid Documents January 17, 2022 onwards, 8:0 0 am to 12:00 noon

Pre-Bid Conference January 24, 2022 (Wednesday) 2:00 PM

Issuance of Supplemental Bid Bulletin (if any) January 31, 2022

Opening of Bids February 7, 2022 (Monday) 2:00 PM

7. Bids must be duly received by the BAC Secretariat through manual submission at the

office address indicated below, Late bids shall not be accepted.

8. All Bids must be accompanied by a bid security in any of the acceptable forms and in

the amount stated in ITB Clause 14.

9. Bid opening shall be on February 7, 2022 at the given address below. Bids will be

opened in the presence of the bidders’ representatives who choose to attend the activity.

10. The National Kidney and Transplant Institute 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 Sections35.6 and 41 of the 2016 revised IRR of RA No.

9184, without thereby incurring any liability to the affected bidder or bidders.

11. For further information, please refer to:

BAC Secretariat Office

Ground Floor NKTI Main Building

East Avenue, Quezon City

Email Address: [email protected]

Tel No. 8981-0300 local 1177

12. You may visit the following websites for downloading of Bidding Documents:

nkti.gov.ph

(SGD)GERARDO M. SILVA, MD

BAC Chairperson

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

9

Section II.

Instructions to Bidders

NKTI Reference No. IB 22-070

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

10

1. Scope of Bid

The Procuring Entity, National Kidney and Transplant Institute wishes to receive Bids

for the Procurement of NKTI Hemodialysis Center Project on a Lease Fee per

Treatment for Five (5) Years with identification number IB No. 22-070.

The Procurement Project (referred to herein as “Project”) is composed of one (1) lot,

the details of which are described in Section VII (Technical Specifications).

2. Funding Information

2.1. The GOP through the source of funding as indicated below for 2022 Corporate

Operating Budget in the amount of Four Hundred Sixty-Two Million Twenty

Four Thousand Pesos only (Php 462,024,000.00).

a. First Year: 92,404,800.00

b. Second Year 92,404,800.00

c. Third Year 92,404,800.00

d. Fourth Year 92,404,800.00

e. Fifth Year 92,404,800.00

Php 462,024,000.00

2.2. The source of funding is:

a. The proposed Corporate Operating Budget.

3. Bidding Requirements

The Bidding for the Project shall be governed by all the provisions of RA No. 9184 and

its 2016 revised IRR, including its Generic Procurement Manuals and associated

policies, rules and regulations as the primary source thereof, while the herein clauses

shall serve as the secondary source thereof.

Any amendments made to the IRR and other GPPB issuances shall be applicable only

to the ongoing posting, advertisement, or IB by the BAC through the issuance of a

supplemental or bid bulletin.

The Bidder, by the act of submitting its Bid, shall be deemed to have verified and

accepted the general requirements of this Project, including other factors that may affect

the cost, duration and execution or implementation of the contract, project, or work and

examine all instructions, forms, terms, and project requirements in the Bidding

Documents.

4. Corrupt, Fraudulent, Collusive, and Coercive Practices

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

11

The Procuring Entity, as well as the Bidders and Suppliers, shall observe the highest

standard of ethics during the procurement and execution of the contract. They or

through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and

obstructive practices defined under Annex “I” of the 2016 revised IRR of RA No. 9184

or other integrity violations in competing for the Project.

5. Eligible Bidders

5.1. Only Bids of Bidders found to be legally, technically, and financially capable

will be evaluated.

5.2. Foreign ownership exceeding those allowed under the rules may participate

pursuant to:

i. When a Treaty or International or Executive Agreement as

provided in Section 4 of the RA No. 9184 and its 2016 revised IRR

allow foreign bidders to participate;

ii. Citizens, corporations, or associations of a country, included in the

list issued by the GPPB, the laws or regulations of which grant

reciprocal rights or privileges to citizens, corporations, or

associations of the Philippines;

iii. When the Goods sought to be procured are not available from local

suppliers; or

iv. When there is a need to prevent situations that defeat competition

or restrain trade.

a. Foreign ownership limited to those allowed under the rules may participate

in this Project.

5.3. Pursuant to Section 23.4.1.3 of the 2016 revised IRR of RA No.9184, the Bidder

shall have an SLCC that is at least one (1) contract similar to the Project the

value of which, adjusted to current prices using the PSA’s CPI, must be at least

equivalent to:

a. For the procurement of Expendable Supplies: 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.

b. For the procurement of Expendable Supplies: 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.

c. For procurement where the Procuring Entity has determined, after the

conduct of market research, that imposition of either (a) or (b) will likely

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

12

result to failure of bidding or monopoly that will defeat the purpose of

public bidding: the Bidder should comply with the following requirements:

i. 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

ii. The largest of these similar contracts must be equivalent to at least half

of the percentage of the ABC as required above.

5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.1 of the

2016 IRR of RA No. 9184.

6. Origin of Goods

There is no restriction on the origin of goods other than those prohibited by a decision

of the UN Security Council taken under Chapter VII of the Charter of the UN, subject

to Domestic Preference requirements under ITB Clause 18.

7. Subcontracts

7.1. The Bidder may subcontract portions of the Project to the extent allowed by the

Procuring Entity as stated herein, but in no case more than twenty percent (20%)

of the Project.

The Procuring Entity has prescribed that:

a. Subcontracting is not allowed.

7.2. The Bidder must submit together with its Bid the documentary requirements of

the subcontractor(s) complying with the eligibility criteria stated in ITB Clause

5 in accordance with Section 23.4 of the 2016 revised IRR of RA No. 9184

pursuant to Section 23.1 thereof.

7.3. The Supplier may identify its subcontractor during the contract implementation

stage. Subcontractors identified during the bidding may be changed during the

implementation of this Contract. Subcontractors must submit the documentary

requirements under Section 23.1 of the 2016 revised IRR of RA No. 9184 and

comply with the eligibility criteria specified in ITB Clause 5 to the

implementing or end-user unit.

7.4. Subcontracting of any portion of the Project does not relieve the Supplier of any

liability or obligation under the Contract. The Supplier will be responsible for

the acts, defaults, and negligence of any subcontractor, its agents, servants, or

workmen as fully as if these were the Supplier’s own acts, defaults, or

negligence, or those of its agents, servants, or workmen.

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

13

8. Pre-Bid Conference

The Procuring Entity will hold a pre-bid conference for this Project on the specified

date and time and either at its physical address and/or through

videoconferencing/webcasting} as indicated in paragraph 6 of the IB.

9. Clarification and Amendment of Bidding Documents

Prospective bidders may request for clarification on and/or interpretation of any part of

the Bidding Documents. Such requests must be in writing and received by the

Procuring Entity, either at its given address or through electronic mail indicated in the

IB, at least ten (10) calendar days before the deadline set for the submission and receipt

of Bids.

10. Documents comprising the Bid: Eligibility and Technical Components

10.1. The first envelope shall contain the eligibility and technical documents of the

Bid as specified in Section VIII (Checklist of Technical and Financial

Documents).

10.2. The Bidder’s SLCC as indicated in ITB Clause5.3 should have been completed

within the past three (3) years prior to the deadline for the submission and

receipt of bids.

10.3. If the eligibility requirements or statements, the bids, and all other documents

for submission to the BAC are in foreign language other than English, it must

be accompanied by a translation in English, which shall be authenticated by the

appropriate Philippine foreign service establishment, post, or the equivalent

office having jurisdiction over the foreign bidder’s affairs in the Philippines.

Similar to the required authentication above, for Contracting Parties to the

Apostille Convention, only the translated documents shall be authenticated

through an apostille pursuant to GPPB Resolution No. 13-2019 dated 23 May

2019. The English translation shall govern, for purposes of interpretation of the

bid.

11. Documents comprising the Bid: Financial Component

11.1. The second bid envelope shall contain the financial documents for the Bid as

specified in Section VIII (Checklist of Technical and Financial Documents).

11.2. If the Bidder claims preference as a Domestic Bidder or Domestic Entity, a

certification issued by DTI shall be provided by the Bidder in accordance with

Section 43.1.3 of the 2016 revised IRR of RA No. 9184.

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

14

11.3. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be

accepted.

11.4. For Foreign-funded Procurement, a ceiling may be applied to bid prices

provided the conditions are met under Section 31.2 of the 2016 revised IRR of

RA No. 9184.

12. Bid Prices

12.1. Prices indicated on the Price Schedule shall be entered separately in the

following manner:

a. For Goods offered from within the Procuring Entity’s country:

i. The price of the Goods quoted EXW (ex-works, ex-factory, ex-

warehouse, ex-showroom, or off-the-shelf, as applicable);

ii. The cost of all customs duties and sales and other taxes already

paid or payable;

iii. The cost of transportation, insurance, and other costs incidental to

delivery of the Goods to their final destination; and

iv. The price of other (incidental) services, if any, listed in e.

b. For Goods offered from abroad:

i. Unless otherwise stated in the BDS, the price of the Goods shall

be quoted delivered duty paid (DDP) with the place of destination

in the Philippines as specified in the BDS. In quoting the price,

the Bidder shall be free to use transportation through carriers

registered in any eligible country. Similarly, the Bidder may

obtain insurance services from any eligible source country.

ii. The price of other (incidental) services, if any, as listed in Section

VII (Technical Specifications).

13. Bid and Payment Currencies

13.1. For Goods that the Bidder will supply from outside the Philippines, the bid

prices may be quoted in the local currency or tradeable currency accepted by the

BSP at the discretion of the Bidder. However, for purposes of bid evaluation,

Bids denominated in foreign currencies, shall be converted to Philippine

currency based on the exchange rate as published in the BSP reference rate

bulletin on the day of the bid opening.

13.2. Payment of the contract price shall be made in:

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

15

a. Philippine Pesos.

14. Bid Security

14.1. The Bidder shall submit a Bid Securing Declaration or any form of Bid Security

in the amount indicated in the BDS, which shall be not less than the percentage

of the ABC in accordance with the schedule in the BDS.

14.2. The Bid and bid security shall be valid until [indicate date]. Any Bid not

accompanied by an acceptable bid security shall be rejected by the Procuring

Entity as non-responsive.

15. Sealing and Marking of Bids

Each Bidder shall submit ONE ORIGINAL COPY and COPY 1of the first and second

components of its Bid.

The Procuring Entity may request additional hard copies and/or electronic copies of the

Bid. However, failure of the Bidders to comply with the said request shall not be a

ground for disqualification.

If the Procuring Entity allows the submission of bids through online submission or any

other electronic means, the Bidder shall submit an electronic copy of its Bid, which

must be digitally signed. An electronic copy that cannot be opened or is corrupted shall

be considered non-responsive and, thus, automatically disqualified.

16. Deadline for Submission of Bids

16.1. The Bidders shall submit on the specified date and time and either at its physical

address or through online submission as indicated in paragraph 7 of the IB.

17. Opening and Preliminary Examination of Bids

17.1. The BAC shall open the Bids in public at the time, on the date, and at the place

specified in paragraph 9 of the IB. The Bidders’ representatives who are present

shall sign a register evidencing their attendance. In case videoconferencing,

webcasting or other similar technologies will be used, attendance of participants

shall likewise be recorded by the BAC Secretariat.

In case the Bids cannot be opened as scheduled due to justifiable reasons, the

rescheduling requirements under Section 29 of the 2016 revised IRR of RA No.

9184 shall prevail.

17.2. The preliminary examination of bids shall be governed by Section 30 of the

2016 revised IRR of RA No. 9184.

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

16

18. Domestic Preference

18.1. The Procuring Entity will grant a margin of preference for the purpose of

comparison of Bids in accordance with Section 43.1.2 of the 2016 revised IRR

of RA No. 9184.

19. Detailed Evaluation and Comparison of Bids

19.1. The Procuring BAC shall immediately conduct a detailed evaluation of all Bids

rated “passed,” using non-discretionary pass/fail criteria. The BAC shall

consider the conditions in the evaluation of Bids under Section 32.2 of the 2016

revised IRR of RA No. 9184.

19.2. If the Project allows partial bids, bidders may submit a proposal on any of the

lots or items, and evaluation will be undertaken on a per lot or item basis, as the

case maybe. In this case, the Bid Security as required by ITB Clause 15 shall be

submitted for each lot or item separately.

19.3. The descriptions of the lots or items shall be indicated in Section VII (Technical

Specifications), although the ABCs of these lots or items are indicated in the

BDS for purposes of the NFCC computation pursuant to Section 23.4.2.6 of the

2016 revised IRR of RA No. 9184. The NFCC must be sufficient for the total

of the ABCs for all the lots or items participated in by the prospective Bidder.

19.4. The Project shall be awarded as follows:

Option 1 – One Project having several items that shall be awarded as one

contract.

Option 2 – One Project having several items grouped into several lots, which

shall be awarded as separate contracts per lot.

Option 3 - One Project having several items, which shall be awarded as separate

contracts per item.

19.5. Except for bidders submitting a committed Line of Credit from a Universal or

Commercial Bank in lieu of its NFCC computation, all Bids must include the

NFCC computation pursuant to Section 23.4.1.4 of the 2016 revised IRR of RA

No. 9184, which must be sufficient for the total of the ABCs for all the lots or

items participated in by the prospective Bidder. For bidders submitting the

committed Line of Credit, it must be at least equal to ten percent (10%) of the

ABCs for all the lots or items participated in by the prospective Bidder.

20. Post-Qualification

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

17

20.1. For multi-year Framework Agreement, all bidders initially determined to be

eligible and financially compliant shall be subject to initial post-qualification.

The BAC shall then recommend the execution of a Framework Agreement

among all eligible, technically and financially compliant bidders and the

Procuring Entity and shall be issued by HoPE a Notice to Execute Framework

Agreement. The determination of the Lowest Calculated Bid (LCB) shall not

be performed by the BAC until a Mini-Competition is conducted among the

bidders who executed a Framework Agreement. When a Call for Mini-

Competition is made, the BAC shall allow the bidders to submit their best

financial proposals on such pre-scheduled date, time and place to determine the

bidder with the LCB.

20.2. Within a non-extendible period of five (5) calendar days from receipt by the

Bidder of the notice from the BAC that it submitted the Lowest Calculated Bid.

21. Signing of the Contract

21.1. The documents required in Section 37.2 of the 2016 revised IRR of RA No.

9184 shall form part of the Contract. Additional Contract documents are

indicated in the BDS.

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

18

Section III.

Bid Data Sheet

NKTI Reference No. IB 22-070

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

19

Bid Data Sheet ITB

Clause

5.3 For this purpose, contracts similar to the Project shall be:

a. Operation of Hemodialysis Center / Provision of Hemodialysis

Machines.

The prospective bidder should have completed within THE PAST THREE (3)

YEARS:

a. At least two (2) similar contracts, local or international contracts, and the

aggregate contract amounts should be equivalent to at least fifty (50%) of

the Approved Budget for the Contract (ABC); and

b. The largest of these similar contracts must be equivalent to at least

TWENTY FIVE percent (25%) of the (ABC).

7.1 Subcontracting is not allowed.

14.1

The bid security shall be in the form of a Bid Securing Declaration, or any of the

following forms and amounts:

Form of Bid Security Amount of Bid Security

(Not less than the required

percentage of the ABC)

a. Payment in Cash or

cashier’s/manager’s check

issued by a Universal or

Commercial Bank issued to

National Kidney and

Transplant Institute.

Two percent (2%)

b. Bank draft/guarantee or

irrevocable letter of credit

issued to National Kidney and

Transplant Institute by a

Universal or Commercial Bank

; Provided, however, That it

shall be confirmed or

authenticated by a Universal or

Commercial Bank, if issued by

a foreign bank.

c. Surety bond for and under the

name of National Kidney and

Transplant Institute callable

upon demand issued by a surety

Five percent (5%)

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

20

or insurance company duly

certified by the Insurance

Commission as authorized to

issue such security

15 Each Bidder shall submit one original copy and copy 1 of the first and second

components of its Bid arranged, numbered, tabbed in a soft book binded folders.

Copy 1 shall be submitted upon receipt of notice from the BAC.

16 The Procuring Entity date and address for the submission and opening of bids:

February 7, 2022 (Monday) 2:00 PM BAC Conference Room G/F NKTI Main Building East Avenue, Diliman Quezon City

19.3 All items to be grouped together to form one complete Lot that will be awarded

to one bidder to form one complete contract

20.2 The LCB shall submit the following documentary requirements within a non-

extendible period of five (5) calendar days from receipt of the notification.

(a) Original/Certified true copy of Latest income and business tax returns;

(b) Original/Certified true copy of other appropriate licenses and permits

required by law and stated in the Bidding Documents. (If Applicable);

(c) Original/Certified true copy of Bureau of Internal Revenue (BIR)

Registration Certificate or equivalent for foreign bidder;

(d) Certified True Copy of the latest General Information Sheet (GIS) duly

filed and received by SEC, or equivalent for foreign bidder;

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

21

(e) Certificate of PhilGEPS Registration (Platinum Member).

21.1

The LCB shall submit the following additional documents in two (2) sets within

a non-extendible period of five (5) calendar days from receipt of the notification.

(a) Contracting Company’s Profile (using NKTI Template);

(b) Certificate of Site Inspection issued by NKTI-Hemodialysis Unit;

(c) A detailed plan to include dates of delivery and installation of HD

machines, water treatment facility, water distribution loop and others

as specified in the terms of reference.

(d) Sequence of timing for inspection and testing as well as dates of

chemical analysis of water, microbiologic testing of water, dialysate

of HD machines and other testing as specified in the terms of

reference.

(e) List of equipment required on site for each stage of work.

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

22

Section IV.

General Conditions of Contract

NKTI Reference No. IB 22-070

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

23

1. Scope of Contract

This Contract shall include all such items, although not specifically mentioned, that can

be reasonably inferred as being required for its completion as if such items were

expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revised

IRR, including the Generic Procurement Manual, and associated issuances, constitute

the primary source for the terms and conditions of the Contract, and thus, applicable in

contract implementation. Herein clauses shall serve as the secondary source for the

terms and conditions of the Contract.

This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA No.

9184 allowing the GPPB to amend the IRR, which shall be applied to all procurement

activities, the advertisement, posting, or invitation of which were issued after the

effectivity of the said amendment.

Additional requirements for the completion of this Contract shall be provided in the

Special Conditions of Contract (SCC).

2. Advance Payment and Terms of Payment

2.1. Advance payment of the contract amount is provided under Annex “D” of the

revised 2016 IRR of RA No. 9184.

2.2. The Procuring Entity is allowed to determine the terms of payment on the partial

or staggered delivery of the Goods procured, provided such partial payment

shall correspond to the value of the goods delivered and accepted in accordance

with prevailing accounting and auditing rules and regulations. The terms of

payment are indicated in the SCC.

3. Performance Security

Within ten (10) calendar days from receipt of the Notice of Award by the Bidder from

the Procuring Entity but in no case later than prior to the signing of the Contract by

both parties, the successful Bidder shall furnish the performance security in any of the

forms prescribed in Section 39 of the 2016 revised IRR of RA No. 9184.

4. Inspection and Tests

The Procuring Entity or its representative shall have the right to inspect and/or to test

the Goods to confirm their conformity to the Project specifications at no extra cost to

the Procuring Entity in accordance with the Generic Procurement Manual. In addition

to tests in the SCC, Section IV (Technical Specifications) shall specify what

inspections and/or tests the Procuring Entity requires, and where they are to be

conducted. The Procuring Entity shall notify the Supplier in writing, in a timely

manner, of the identity of any representatives retained for these purposes.

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

24

All reasonable facilities and assistance for the inspection and testing of Goods,

including access to drawings and production data, shall be provided by the Supplier to

the authorized inspectors at no charge to the Procuring Entity.

5. Warranty

6.1. In order to assure that manufacturing defects shall be corrected by the Supplier,

a warranty shall be required from the Supplier as provided under Section 62.1

of the 2016 revised IRR of RA No. 9184.

6.2. The Procuring Entity shall promptly notify the Supplier in writing of any claims

arising under this warranty. Upon receipt of such notice, the Supplier shall,

repair or replace the defective Goods or parts thereof without cost to the

Procuring Entity, pursuant to the Generic Procurement Manual.

6. Liability of the Supplier

The Supplier’s liability under this Contract shall be as provided by the laws of the

Republic of the Philippines.

If the Supplier is a joint venture, all partners to the joint venture shall be jointly and

severally liable to the Procuring Entity

.

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

25

Section V.

Special Conditions of Contract

NKTI Reference No. IB 22-070

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

26

Special Conditions of Contract GCC

Clause

1 Delivery and Documents –

For purposes of the Contract, “EXW,” “FOB,” “FCA,” “CIF,” “CIP,” “DDP”

and other trade terms used to describe the obligations of the parties shall have

the meanings assigned to them by the current edition of INCOTERMS

published by the International Chamber of Commerce, Paris. The Delivery

terms of this Contract shall be as follows:

[For Goods supplied from abroad, state:] “The delivery terms applicable to the

Contract are DDP delivered [indicate place of destination]. In accordance with

INCOTERMS.”

[For Goods supplied from within the Philippines, state:] “The delivery terms

applicable to this Contract are delivered [indicate place of destination]. Risk

and title will pass from the Supplier to the Procuring Entity upon receipt and

final acceptance of the Goods at their final destination.”

Delivery of the Goods shall be made by the Supplier in accordance with the

terms specified in Section VI (Schedule of Requirements).

For purposes of this Clause the Procuring Entity’s Representative at the Project

Site is [indicate name(s)].

Incidental Services –

The Supplier is required to provide all of the following services, including

additional services, if any, specified in Section VI. Schedule of Requirements:

a. performance or supervision of on-site assembly and/or start-up of

the supplied Goods;

b. furnishing of tools required for assembly and/or maintenance of the

supplied Goods;

c. furnishing of a detailed operations and maintenance manual for each

appropriate unit of the supplied Goods;

d. performance or supervision or maintenance and/or repair of the

supplied Goods, for a period of time agreed by the parties, provided

that this service shall not relieve the Supplier of any warranty

obligations under this Contract; and

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

27

e. training of the Procuring Entity’s personnel, at the Supplier’s plant

and/or on-site, in assembly, start-up, operation, maintenance, and/or

repair of the supplied Goods.

The Contract price for the Goods shall include the prices charged by the

Supplier for incidental services and shall not exceed the prevailing rates charged

to other parties by the Supplier for similar services.

Spare Parts –

The Supplier is required to provide all of the following materials, notifications,

and information pertaining to spare parts manufactured or distributed by the

Supplier:

a. such spare parts as the Procuring Entity may elect to purchase from the

Supplier, provided that this election shall not relieve the Supplier of any

warranty obligations under this Contract; and

b. in the event of termination of production of the spare parts:

i. advance notification to the Procuring Entity of the pending

termination, in sufficient time to permit the Procuring Entity to

procure needed requirements; and

ii. following such termination, furnishing at no cost to the Procuring

Entity, the blueprints, drawings, and specifications of the spare

parts, if requested.

The spare parts and other components required are listed in Section VI

(Schedule of Requirements) and the cost thereof are included in the contract

price.

The Supplier shall carry sufficient inventories to assure ex-stock supply of

consumable spare parts or components for the Goods for a period of [indicate

here the time period specified. If not used indicate a time period of three times

the warranty period].

Spare parts or components shall be supplied as promptly as possible, but in any

case, within [insert appropriate time period] months of placing the order.

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

28

Packaging –

The Supplier shall provide such packaging of the Goods as is required to prevent

their damage or deterioration during transit to their final destination, as

indicated in this Contract. The packaging shall be sufficient to withstand,

without limitation, rough handling during transit and exposure to extreme

temperatures, salt and precipitation during transit, and open storage. Packaging

case size and weights shall take into consideration, where appropriate, the

remoteness of the Goods’ final destination and the absence of heavy handling

facilities at all points in transit.

The packaging, marking, and documentation within and outside the packages

shall comply strictly with such special requirements as shall be expressly

provided for in the Contract, including additional requirements, if any, specified

below, and in any subsequent instructions ordered by the Procuring Entity.

The outer packaging must be clearly marked on at least four (4) sides as follows:

Name of the Procuring Entity

Name of the Supplier

Contract Description

Final Destination

Gross weight

Any special lifting instructions

Any special handling instructions

Any relevant HAZCHEM classifications

A packaging list identifying the contents and quantities of the package is to be

placed on an accessible point of the outer packaging if practical. If not practical

the packaging list is to be placed inside the outer packaging but outside the

secondary packaging.

Transportation –

Where the Supplier is required under Contract to deliver the Goods CIF, CIP,

or DDP, transport of the Goods to the port of destination or such other named

place of destination in the Philippines, as shall be specified in this Contract,

shall be arranged and paid for by the Supplier, and the cost thereof shall be

included in the Contract Price.

Where the Supplier is required under this Contract to transport the Goods to a

specified place of destination within the Philippines, defined as the Project Site,

transport to such place of destination in the Philippines, including insurance and

storage, as shall be specified in this Contract, shall be arranged by the Supplier,

and related costs shall be included in the contract price.

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

29

Where the Supplier is required under Contract to deliver the Goods CIF, CIP or

DDP, Goods are to be transported on carriers of Philippine registry. In the event

that no carrier of Philippine registry is available, Goods may be shipped by a

carrier which is not of Philippine registry provided that the Supplier obtains and

presents to the Procuring Entity certification to this effect from the nearest

Philippine consulate to the port of dispatch. In the event that carriers of

Philippine registry are available but their schedule delays the Supplier in its

performance of this Contract the period from when the Goods were first ready

for shipment and the actual date of shipment the period of delay will be

considered force majeure.

The Procuring Entity accepts no liability for the damage of Goods during transit

other than those prescribed by INCOTERMS for DDP deliveries. In the case

of Goods supplied from within the Philippines or supplied by domestic

Suppliers risk and title will not be deemed to have passed to the Procuring Entity

until their receipt and final acceptance at the final destination.

Intellectual Property Rights –

The Supplier shall indemnify the Procuring Entity against all third-party claims

of infringement of patent, trademark, or industrial design rights arising from use

of the Goods or any part thereof.

2.2 [If partial payment is allowed, state] “The terms of payment shall be as follows:

_____________.” Please correlate with Section VI Delivery Requirement.

4 The inspections and tests that will be conducted are: [Indicate the applicable

inspections and tests]

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

30

Section VI.

Schedule of Requirements

NKTI Reference No. IB 22-070

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

31

The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which is

the date of delivery to the project site.

Item

Number Description

Total

Quantity

Delivered,

Weeks/Months

Place of

Delivery

1 Procurement of

NKTI Hemodialysis

Center Project on a

Lease Fee per

Treatment for Five

(5) Years Contract

1 lot

Delivery Period: Ninety

(90) calendar days upon

receipt of contract and

Notice to Proceed

(NTP).

Three month transition

period from the current

contract to the winning

proponent.

Delivery of all

machines, equipment,

and supplies as

specified in Section

VII.

NOTE: Any

replacement outside of

the approved

specification is NOT

ALLOWED.

NKTI

Hemodialysis

Center

Conforme:

Name: ____________________________________________________________

Legal Capacity: _____________________________________________________

Signature: _________________________________________________________

Duly authorized to sign the Bid for and behalf of: ___________________________

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

32

Section VII.

Technical Specifications

NKTI Reference No. IB 22-070

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

33

Technical Specifications

Instruction:

Bidders must state in the column provided either “Comply” or “Not Comply” against each of the individual parameters of

each Specification stating the corresponding performance parameter of the equipment offered. Statements of “Comply” or

“Not Comply” must be supported by evidence in a Bidders Bid and cross-referenced to that evidence. Evidence shall be in

the form of manufacturer’s un-amended sales literature, unconditional statements of specification and compliance issued by

the manufacturer, samples, independent test data etc., as appropriate. A statement that is not supported by evidence or is

subsequently found to be contradicted by the evidence presented will render the Bid under evaluation liable for rejection. A

statement either in the Bidder's statement of compliance or the supporting evidence that is found to be false either during Bid

evaluation, post-qualification or the execution of the Contract may be regarded as fraudulent and render the Bidder or

supplier liable for prosecution subject to the applicable laws and issuances.

TERMS OF REFERENCE

Procurement of NKTI Hemodialysis Center Project on a Lease Fee per Treatment for

Five (5) Years Contract

EXECUTIVE SUMMARY OF THE PROJECT

The project referred to in this Terms of Reference (TOR) is the Five Year Hemodialysis Center

project of the National Kidney and Transplant Institute under a public-private partnership

arrangement. This project started in 2003 and through the years, the gains from this partnership

have been unprecedented with dialysis sessions increasing from 15,185 in year 2002 to 65,016

in year 2020. This significant increase is a testament to the advantages provided by the

partnership arrangement with the private proponent. Moreover, it allowed NKTI to improve

operational efficiency, control the costs of operations thus achieving the ultimate objective of

providing quality health care services at the least possible cost to a growing number of

chronically ill patients suffering from renal impairments.

The Project shall be executed by NKTI as the implementing agency in partnership with a private

proponent. The Project shall consists of the following: a)provision of dialysis supplies and high

technology, state-of-the-art medical equipment, b) renovation of dialysis facilities, c)

enhancement of utilities (to meet the energy and water requirements of the structures, equipment,

and facilities), d) computerization of dialysis operations to cover medical treatment systems as

well as financial and administration systems, e) training of hospital personnel (medical,

paramedical and administration) and f) conduct of relevant researches on renal and allied

diseases.

Equipment and Supplies: The equipment component shall be provided by the private

proponent under the public-private partnership (PPP) framework to harness private sector

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

34

resources and technical expertise in order to (a) improve efficiencies in the delivery of

health facilities and services and (b) reduce operational cost for the government. The

equipment requirement shall consist of:

• 118 dialysis machines subject to replacement and/or technical upgrades if

necessary

• Reverse osmosis water treatment system with the latest technology on ‘double-

pass’ feature

• Fully automated Reprocessing Machines considering the volume capacity for 118

dialysis machines

• Other ancillary equipment necessary to operate the NKTI HD Unit

• Hemodialysis medicines and supplies as indicated in the TOR

Infrastructure Renovations: The private proponent shall undertake the renovation work

of the Hemodialysis Center.

Computerization of dialysis operations and patient data including medical,

financial and administration systems. This shall be in coordination with NKTI

Information Resource Management and HD management.

Training & Research: The training and research components shall be a joint effort

between NKTI and the private proponent

GENERAL REQUIREMENTS OF THE PROJECT

I. TECHNICAL SPECIFICATIONS:

A. Minimum Technical Specifications of HEMODIALYSIS MACHINES:

Total of 118 new HD machines with the following distribution:

Outpatient Unit 31 stations plus 6 back up = 37

Extension Unit 15 stations plus 5 back up = 20

Inpatient Unit 16 stations plus 5 back up = 21

Intensive Care Unit (ICU) 4 stations plus 1 back up = 5

Intermediate Care Unit (IMCU) 2 stations, no backup = 2

Ward 3F 2 stations, no back up = 2

35 bed ward 4 stations plus 1 back up = 5

Modular facility 20 stations plus 6 back up = 26

LOCATION

Hemodiafiltration Machine

(HDF)

Hemodialysis Machine

(HD) Total

Active Backup Sub-

Total Active Backup

Sub-

Total

Out-patient 21 6 27 10 - 10 37

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

35

Extension - - - 15 5 20 20

In-patient 4 5 9 12 - 12 21

ICU - - - 4 1 5 5

IMCU - - - 2 - 2 2

Ward 3F 2 - 2 2

35 Bed ward - - - 4 1 5 5

Modular facility 20 6 26 26

Sub-total 25 11 36 69 13 82 118

TOTAL 36 82 118

1. For the Out- patient HD Unit

Thirty Seven (37) machines:

1.1 Twenty-seven (27) machines capable of HDF / Sustained Low-efficiency

Daily Dialysis (SLEDD)

1.2 Ten (10) machines capable of conventional HD/SLEDD

1.3 One (1) of 37 machines capable of single needle dialysis

1.4 Two (2) of 37 machines capable of blood volume monitoring

1.5 All dialysate fluid with various potassium and calcium levels (potassium-

free, potassium 2mmol/L, potassium 4mmol/L, low calcium bath) should be

provided by the winning proponent and should be available at all times.

2. For the Extension Unit

Twenty (20) machines:

2.1 Twenty (20) machines capable of conventional HD/SLEDD

2.2 All dialysate fluid with various potassium and calcium levels (potassium-

free, potassium 2mmol/L, potassium 4mmol/L, low calcium bath) should

be provided by the winning proponent and available at all times.

3. For the In-patient HD Unit:

(This should be operational 24 hours a day and 7 days a week)

3.1 Twenty one (21) machines

3.1.1. Nine (9) machines capable of HDF / SLEDD

3.1.2. Twelve (12) machines capable of conventional HD/SLED

3.1.3. Two (2) of twenty-one (21) machines should be capable of single

needle dialysis

3.1.4. Two (2) of twenty-one (21) machines should be capable of blood

volume monitoring

3.1.5. All dialysate fluid with various potassium and calcium levels

(potassium-free, potassium 2mmol/L, potassium 4mmol/L, low

calcium bath) should be provided by the winning proponent and

available at all the times.

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

36

3.2 Two (2) units Continuous Renal Replacement Therapy (CRRT) machine

with the following features

3.2.1. It can provide variety of therapies such as CVVH with different

dilution mode, CVVHD, CVVHDF, SCUF, Hemoperfusion (HP),

Therapeutic Plasma Exchange (TPE)/Plasmapheresis.

3.2.2. It can do pediatric CVVH or CVVHD

3.2.3. User friendly with easy to follow menu controls and step by step

screen instructions during preparation phase

3.2.4. In case of alarm, can aid in finding probable reasons

spontaneously and gives recommendations on how to resolve the

problem promptly.

3.2.5. Allows easy setting up of the tubing system needed for each

treatment.

3.2.6. With back up battery that will last for at least 30 minutes

3.2.7. With memory function that can store at least 10 patient treatment

records or treatment related parameters or events.

3.2.8. Can perform CRRT using Heparin and Regional Citrate

Anticoagulation (RCA)

3.2.9. One machine should be capable of Extracorporeal Carbon Dioxide

Removal (ECC02R)

3.2.10. All dialysate/substitution fluid with various Potassium level

(Potassium-free, potassium 2mmol/L, potassium 4mmol/L) and

calcium level including calcium free should be provided by the

winning proponent and should be available at all the times.

3.2.11. All supplies and consumables needed for the above-mentioned

therapies, and citrate-dextrose solution (ACD) for citrate CRRT

and materials for ECC02R should be provided by the winning

proponent and should be available at all times.

Note: The projected number of patients: 2-3 liver transplants per year and

20-30 CRRT patients/year (non-COVID 19 pandemic projection)

3.3 One (1) Hemoperfusion machine with the following features:

3.3.1 Compatible with Blood purification extracorporeal circulation

tubing with inner diameter of 8mm and 6mm

3.3.2 Venous kettle diameter should be 19-27mm

3.3.3 Flow adjustment range of 9-450ml/min and 6-300ml/min

3.3.4 Voltage input power: AC 220V, 50Hz

3.3.5 With alarm settings for air bubble and liquid level

3.3.6 With pressure monitor for arterial and venous

3.3.7 With alarm setting functions and limitations

3.3.8 Dimension 310W x 240D x 430H mm

3.3.9 Weight 15 kg

3.3.10 With movable trolley if not portable

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

37

3.3.11 All supplies and consumables including various cartridges to be

used for ESRD, drug intoxication, acute poisoning, liver diseases

and Auto-immune diseases needed for Hemoperfusion should be

provided by the winning proponent and should be available at all

times.

4. For ICU, IMCU and Ward 3F

Nine (9) machines, capable of HD/SLED

4.1 All dialysate fluid with various potassium and calcium levels (potassium-free,

potassium 2mmol/L, potassium 4mmol/L, low calcium bath) should be

provided by the winning proponent and should be available at all the times.

5. For 35 bed ward

Five (5) machines, capable of HD/SLED

5.1. All dialysate fluid with various potassium and calcium levels (potassium-free,

potassium 2mmol/L, potassium 4mmol/L, low calcium bath) should be

provided by the winning proponent and should be available at all the times.

5.2. Should the 35 bed ward be completed within the contract period, NKTI shall

notify the winning proponent of said completion. Upon receipt of written

notice, the winning proponent should provide, within fifteen (15) days from

receipt of notification, the five (5) HD machines with specifications stated in

#8.2 Technical Specifications of HD Machine.

5.3. The 35 bed ward is expected to be available by the 2nd quarter of 2022.

The machines for the said unit shall be made available only after the

completion of the area.

6. For Modular facility

Twenty six (26) machines

6.1 Twenty six (26) machines capable of conventional HD/SLEDD

6.2 All dialysate fluid with various potassium and calcium levels (potassium-free,

potassium 2mmol/L, potassium 4mmol/L, low calcium bath) should be

provided by the winning proponent and should be available at all times.

By the end of the 2nd year from the date of Notice of Acceptance, NKTI has the

option to upgrade the conventional HD machine to HDF capable dialysis machine

in any of the HD UNITS. Should NKTI decide to exercise this option, the winning

proponent shall be officially advised in writing, at least ninety (90) days prior to the

replacement of the HD machines.

7. Installation and commissioning of HD machines

The cost of installation and commissioning of the machines shall be for the sole

account of the winning proponent. Such cost shall include, among others, the

following:

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

38

7.1 Provision of the Utility Cabinet

7.2 Installation of the water supply and distribution loop

7.3 Installation of the electrical or power supply and outlets

7.4 Provision for audio line out compatible with 3.5mm female stereo jack.

8. Technical Specifications of HD Machine – latest model that meets all the

technical specifications as enumerated below:

8.1. Hemodiafiltration / SLEDD-capable machine

a. Body and parts: Rust proof and corrosion resistant

b. Required operational features

i. Large color LCD display

ii. Easy programming of treatment parameters

iii. User friendly, graphical presentation of treatment parameters

(ease of lining and priming connection and disconnection of

treatment, ease of reading alarm parameters)

iv. Auto priming and rinsing capabilities

v. Decalcification program

vi. Electrical safety features

vii. Machine should be with tolerance level of +/-10% Available

power on site: 220 volts, single phase

c. Essential Standard: Built-in features of HDF Machine:

*Built-in is defined as a feature constructed as an integral part of the machine. This

is to distinguish it from a retrofitted feature which in turn is defined as the addition

of a new technology or features to the original machine.

i. Automatic self-test of the machine, hydraulic, sensors, limits,

software and screen function (Functional Test)

ii. Safety alarms/ parameters includes: (for proper functioning and

safety of the patient)

a.) Air detector

b.) Blood leak detector

c.) Conductivity safety

d.) Adjustable dialysate internal temperature monitor

e.) Venous line clamp

f.) First alarm indicator- allows diagnosis for the cause of

the alarm

g.) Closed volumetric balancing chamber – for accurate

volumetric UF control with no minimal rate UF

requirement

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

39

h.) Automatic setting of pressure (venous; arterial; TMP)

limits automatically when blood flow adjusted

i.) Integrated disinfection system- heat and chemical

j.) Battery back- up for emergency power failure alarm

(e.g. provide memory back-up of program)

k.) Memory back-up of dialysis program during power

failure

l.) Programmable heparinization with heparin pump alarm

m.) Blood volume management system – 4 units

n.) Blood Temperature management system – 4 units

o.) Dialysate flow alarm

p.) Integrity check of substitution filter

iii. Ultrapure filter; machine-installed filter to produce ultrapure

dialysate should be changed on or before 100-200 treatments or

earlier if filter fails the integrity test.

iv. PRE and POST-DILUTION ONLINE substitution capability

v. Access recirculation monitor in all the machines

vi. Blood flow rate capability between 50-600ml/min

vii. Variable dialysate flow range at least 200-800 ml/min

Programmable mixing ratio of the concentrate according to

various potassium levels. (potassium free, 2 mmol potassium, 4

mmol potassium)

viii. Bicarbonate adjustment

ix. Sodium modeling

x. Ultrafiltration (UF) modeling

xi. Automatic priming and rinse back

xii. Kt/V measurement in all the machines

xiii. Closed system (no contact with air) of online bicarbonate

production

xiv. Online flushing option

xv. Program for hemodialysis center database collection must be

HL7-compliant to seamlessly integrate with the existing Hospital

Information System and future Hospital Information Management

System (new HIMS) of NKTI for both inpatient and outpatient

Hemodialysis Centers. The winning proponent should provide

Data Dictionary, Entity Relationship Diagram (ERD), User

Manual, Documentation History, and Solution of the project. The

program must be web-based and written using C# or VB.net and

ASP.net as its framework.

8.2 Hemodialysis/ SLEDD capable machine

b. Body and parts: Rust proof and corrosion resistant

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

40

c. Required operational features

i. Colored screen display

ii. Graphical presentation of treatment and ease of reading alarm

parameters

iii. Easy programming of treatment parameters

iv. Decalcification program

v. Electrical safety features

vi. Machine should be with tolerance level of +/-10% Available

power on site: 220 volts, single phase

c. Essential Standard:

i. Automatic self- test of the machine, hydraulic, sensors, limits,

software and screen function (Functional Test)

ii. Safety alarms/ parameters includes: (for proper functioning and

safety of the patient)

a. Air detector

b. Blood leak detector

c. Conductivity safety

d. Temperature

e. Venous line clamp

f. First alarm indicator- allows diagnosis for the cause of

the alarm

g. Closed volumetric balancing chamber – for accurate

volumetric UF control with no minimal rate UF

requirement

h. Automatic setting of pressure (venous; arterial; TMP)

limits when blood flow is adjusted

i. Integrated disinfection system- heat and chemical

j. Battery back- up for emergency power failure alarm

(e.g. provide memory back-up of program)

k. Memory back-up of dialysis program during power

failure

l. Programmable heparinization with heparin pump alarm

m. Dialysate flow alarm

iii. Ultrapure filter; machine-installed filter to produce ultrapure

dialysate should be changed on or before 100-200 treatments or

earlier if filter fails the integrity test.

iv. Blood flow rate capability between 50-600ml/

v. Dialysate flow range at 300-800 ml/min

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

41

vi. Programmable mixing ratio of the concentrate according to

various potassium levels. (potassium free, 2mmol, and 4mmol

potassium)

vii. Bicarbonate adjustment

viii. Sodium modeling

ix. Ultrafiltration (UF) modeling

x. Blood pressure monitor

xi. Kt/V measurement

xii. Closed system (no contact with air) of online bicarbonate

production

xiii. Program for hemodialysis center database collection must be

HL7-compliant to seamlessly integrate with the existing

Hospital Information System and future Hospital Information

Management System (new HIMS) of NKTI for both inpatient

and outpatient Hemodialysis Centers. The winning proponent

should provide Data Dictionary, Entity Relationship Diagram

(ERD), User Manual, Documentation History, and Solution of

the project. The program must be web-based and written using

C# or VB.net and ASP.net as its framework.

9. Installation of Brand New Utility Cabinets will include the following

components:

i. Wooden cabinets, concealed hinges, handles, laminates/paint, etc.

ii. Pipes, fittings, connectors and outlets for the supply of R.O. water

iii. Pipes, fittings, connectors, drains and outlets for the drainage system

iv. Electrical outlets and sockets compatible to HD machine

v. Audio line out 3.5 mm female stereo jack

vi. I/O port (LAN), cables, IDF switches and server (details seen in IT

Hardware Requirements under OTHER SERVICES).

B. Technical Specification of REPROCESSING MACHINE

Quantity: Total of Eight (8) units: Six (6) units for non-hepatitis patients and two

(2) units for Hepatitis B/C positive patients

Machine Specifications:

1. Fully automated

2. Computerized dialyzer reprocessing system

3. Includes computer, label printer, label paper, inkjet report printer, monitor, interface

module, cables, drip trays, inlet pressure gauge, bar code scanner

4. With data management system (software package) for records and reports

5. With complete automated cycle: clean, test & fill dialyzer

6. With venous line clamp

7. Detects integrity/blood leak test

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

42

8. Failed volume test – maximum of 2 volume re-tests only

9. Programmable to 15th reuse

10. Reprocessing labels and label accessories

11. Capable of making and printing reports on reuse rate reports, patients reports, audit

reports, graphical reports, other reports that can be exported to editable file formats

12. Programmable, can accommodate conventional, high efficiency and high flux

dialyzers

13. Maximum number of re-use for dialyzers is programmable to max of 15 and TCV

minimum requirement should be 80%

14. Machine should be compliant to Association for the Advancement of Medical

Instrumentation (AAMI) standards

The proponent should ensure the following:

i. Availability of spare parts and other accessories locally

ii. Availability of dedicated service personnel to the institute 24/7.

iii. Accessibility to address any machine malfunction, failure, and technical

problems

iv. Response time in answering service calls within one (1) hour from time of

call and machine down time should not be more than 4 hours.

v. In the event that any of the reprocessing machine is nonfunctional and

cannot be repaired within 24 hours, a service unit shall be provided.

Note:

▪ Number of gated valve faucets must be equal to the no. of the reprocessing machines;

▪ Use laboratory grade faucets/connectors

▪ All connections should be via couplings that are compatible, self-sealing and quick

connecting to the dialyzer ports.

▪ Improvised connection like rubber ties or similar materials cannot be used.

▪ Types and size of drainage pipes should be suitable or resistant to chemical used for

reprocessing dialyzers

C. Technical Specification of WATER TREATMENT SYSTEM

Water treatment should ensure the adequate production of ultra-pure dialysate for all HD

Centers, regardless of the type of dialysis machine installed (conventional HD or HDF

capable machine). For HDF treatment, ultra-pure water quality should be produced,

appropriate for on-line production of substitution fluid.

The production of ultra-pure dialysate and ultra-pure water may be done in either one of

two ways:

1. Double pass Reverse Osmosis

2. Single pass Reverse Osmosis plus Endotoxin Retentive Filtration

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

43

The 31 station HD Center should have Double Pass Reverse Osmosis water treatment,

while the inpatient and extension units may have either Double pass Reverse Osmosis or

Single pass Reverse Osmosis plus Endotoxin Retentive Filtration.

Under the option for Single pass Reverse Osmosis plus Endotoxin Retentive Filtration,

the winning proponent must provide either one of the following per HD unit:

1. 2,000 Liter storage tank for product water

a. Polyethylene Tank - cone bottom with complete drain type outlet, lid

construction is molded into the tank design and has a single gasketed

screw on lid, tank comes complete with PVC schedule 80 type 1

fittings and true union ball valves for tank drain, pump feed, loop

return, and loop drain, also included is a back pressure relief valve,

flow meter, sample port, stainless steel liquid filled pressure gauge,

temperature gauge, and returned spray nozzle to continuously wash

off down the inside of the tank, hydrophobic 0.2 sub-micron vent filter

assembly with “rupture disc finger” for relief in case of over pressure

or vacuum conditions on the tank, has installed switches for RO

On/RO off/Low Level Alarm/Low Level Pump Shut Down

b. Water flow velocity must be at least 3 feet per second

c. Cleaning and disinfection of the water tank at least ONCE

EVERY FOUR (4) MONTHS is required from the winning

proponent.

d. Should have submersible UV light

2. portable multi-patient (5 or more patients per machine) R.O. Machines per

HD unit that will be capable of supplying product water to all the machines,

with pressure pump of 1HP-40-60 psi to distribution loop

The proponent shall, at its expense, procure the services of an independent third party

water consultant who will determine whether or not the quality of the R.O. water system

is compliant with international standards. Consultant should have the following

requirements:

▪ At least 1 year of experience as Head of Technical Operations of a

hemodialysis facility, with international branches.

▪ At least 1 year experience as a biomedical engineer in a hemodialysis facility

with international branches.

A new R.O. water system/s and/or new ETRF including the water distribution loops,

permeate plates and drainage of effluent from the dialysis machines, should be installed

by the winning proponent, including deep sinks, faucets, countertops and drainage pipes

for the dialyzer reprocessing room of these units and in the dialyzer cleaning room of the

inpatient unit.

IN-PATIENT HEMODIALYSIS UNIT AND EXTENSION UNIT:

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

44

i. SINKS, FAUCETS and COUNTERTOPS should be:

a.) Chemical grade, acid and corrosion resistant material.

b.) Two (2) pcs. of RO water outlets for the dialyzer cleaning room and

pipes that can withstand ≥ 60 psi water pressure at all times

c.) Tubing, connectors, adapters, caps, plugs, couplings and reducers

must fit the dialyzer’s blood and dialysate inlets and outlets to

prevent leaks and contamination.

d.) Size and shape of the sink must fit the existing space provided for

areas with dialyzer racks/cabinets – approximately 62 x 40 cm

e.) Dialyzer platform to be used when cleaning / rinsing reuse dialyzers

f.) Drainage pipe type and size must be determined to withstand the

strength of acid or chemical from the reprocessing machines and

dialyzers.

ii. PEX (cross-linked polyethylene) is the only acceptable piping materials

to be used in water distribution systems that is compatible mostly with

common disinfectants like sodium hypochlorite, peracetic acid, and hot

water

Fig. 1

OUTPATIENT HEMODIALYSIS UNIT

i. SINKS, FAUCETS and COUNTERTOPS should be:

a.) Chemical grade, acid and corrosion resistant material.

b.) Eight (8) pcs. of RO water outlet for the reprocessing room and pipes

can withstand ≥ 60 psi water pressure at all times

c.) Tubing, connectors, adapters, caps, plugs, couplings and reducers

must fit the dialyzer’s blood and dialysate inlets and outlets to

prevent leaks and contamination.

d.) Size and shape of the sinks must fit the existing reprocessing room

(approximately 92 x 42 cm) and the space provided for areas with

dialyzer racks/cabinets (approximately 62 x 40 cm)

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

45

e.) Dialyzer platform to be used when cleaning / rinsing reuse dialyzers

f.) pressure gauge (for psi reading) must be installed and can be visibly

monitored at the reprocessing room

g.) Drainage pipe type and size must be determined to withstand the

strength of acid or chemical from the reprocessing machines and

dialyzers.

ii. PEX (cross-linked polyethylene) is the only acceptable piping materials

to be used in water distribution systems that is compatible mostly with

common disinfectants like sodium hypochlorite, peracetic acid, and hot

water

Essential Standard (built-in) Features of Water Treatment System

a. The PRE-TREATMENT phase must include the following:

i. Multi-media Filter (brand new): Media to be a mixture of anthracite,

sand, garnet and gravel, to ensure the removal of particulate matter down

into the media, for finer filtration and low differential pressure. The filter

must incorporate a timer for backwash cycles and a valve suitable for

water sampling.

ii. Softener and Brine Tank (brand new): (The size of the softener tank

will depend on the calcium carbonate content of the feed water. Thus, raw

water analysis will be required prior to installation.) The size of the tank

must be enough to ensure exchange capacity (Every cubic foot of

resin=3000 grams of hardness exchange capability). The flow rate should

be adequate for the process to flow between regeneration cycles. The

softener must incorporate a timer for regeneration cycles and a valve

suitable for water sampling. The winning proponent should maintain the

correct amount of salt and water proportion at all times.

iii. Granulated Activated Carbon (brand new): Two carbon tanks are

required for all installations and each should have at least GAC Iodine

#1000. The empty Bed Contact Time (EBCT) of each tank must be five

(5) minutes (total of 10 minutes for 2 tanks). This ensures the effective

removal of chlorine/chloramines. Regenerated or recycled carbon cannot

be used. Both tanks must incorporate timers for backwash cycles.

Pressure gauges on the inlet and outlet of the tank should be fitted to

monitor the pressure drop (delta pressure). Each tank must have

sample valves suitable for water sampling between tanks and after the

second tank. The chlorine water analysis shall be conducted by the

proponent and the results thereof shall trigger the replacement of the

carbon tank.

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

46

All carbon should be acid washed, and not steam activated carbon

which can easily clog filters and RO. Carbon shall be replaced every 12

months or earlier if high chlorine concentrations are detected.

iv. Sediment Filtration Cartridge: Filters of 1 and 5 micron rating shall be

installed for RO membrane protection against fine sediment and carbon

fines. There should be two gauges to monitor the inlet versus the outlet

pressures across the filter. The filters shall be changed on a weekly basis.

All filter changes shall be recorded in a logbook that must be kept on

site.

v. Ultra violet sterilizer (brand new): The strength of the ultra violet rays

should be commensurate to the volume of water to be supplied to the HD

units. Regular maintenance of the UV device should be performed

which include continuous monitoring of radiant energy output that

activates an audible and visual alarm, routine cleaning of the quartz

sleeve and replacing the lamp at least annually or sooner if

recommended by the manufacturer.

b. REVERSE OSMOSIS UNIT should incorporate the following features:

i. System Methodology The required system is a direct feed reverse

osmosis system wherein the water travels in a continuous circle

throughout the facility without any branching off. The unused purified

water is diverted to another line specified by the facility engineer and not

discarded to drain.

A specific water flow rate, along with a minimum and maximum pressure,

as detected by a FLOW METER installed at the end of the distribution

loop, should be maintained. Therefore, proper piping size must be

determined to achieve higher flow rates for the system that will give

higher flow velocities. All permeate plate per station should be brand new

(standard size) and must comply with the latest standard set by AAMI.

ii. Automatic Control System: The tendered system must operate via

microprocessor/ programmable logic control (PLC) based control system

to provide fully automatic operation of unit functions

iii. Status Indication: An on line of operating parameters should be

included in the system. The LED display must BE PROGRAMMABLE

AND include as a minimum, the following RO parameters:

a) Date and Time

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

47

b) Pre-treated water conductivity and temperature (with digital

temperature monitor)

c) Primary membrane pressure

d) Concentrate flow rate

e) Permeate flow and conductivity

f) Percentage rejection and recovery

g) Post-treated water conductivity and temperature (with digital

temperature monitor)

h) RO pump pressure or concentrate pressure

The following can be displayed by pressure gauges, if cannot be

displayed thru a screen indicator:

i) Filter membrane pressure

j) Pre-filter pressure

k) Post-filter pressure

l) Post-treated water pH

m) Permeate loop pressure

iv. Systems Alarm Permeate conductivity and percentage recovery alarm

limits must be preset. They should not be operator adjustable. Other

system operational alarms should be displayed. It should not be possible

to reset any alarm indication until the cause has been rectified. An audible

signal and visual display must accompany any system operational alarm.

The audible signal may be muted for a set period, but may not be cancelled

until the cause of the alarm has been rectified. All alarms must be recorded

in a monitoring logbook and technical service report of troubleshooting,

inspection and preventive maintenance should be provided at all times.

v. Available power on-site: 220 volts, 3 phase, 60 hertz

vi. The following areas should be supplied with RO water:

a.) Reprocessing room (Outpatient area)

b.) Reprocessed dialyzer (flushing) area (Inpatient area/35 bed ward)

c.) Training room (Outpatient area)

d.) Equipment rooms (Outpatient area)

e.) Hemodialysis treatment areas (Inpatient including ICU, IMCU,

Outpatient Unit and Extension unit)

f.) Sinks for dialyzer flushing (Outpatient, Extension, Inpatient area and

35 bed ward)

vii. The R.O. room should be kept clean and orderly and there should be no

leaks from any of the tanks, tubes and pipes at any time.

viii. The winning proponent’s engineer should be present to supervise the

change of the R.O. membranes and any other major maintenance

activity.

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

48

ix. The Endotoxin Retentive Filter should produce ultra-pure quality

dialysis water that meets the quality standard of AAMI with the

following specifications:

a) 0.03- 0.001 endotoxin EU/ml

b) less than 0.1 CFU/ml

In case the winning proponent prefers the option of an *Endotoxin

Retentive Filter (ETRF), this machine should be installed post RO in the

following areas:

a.) Extension Unit

b.) Inpatient Unit

The ETRF should be provided with a complete maintenance and

monitoring schedule by the winning proponent to ensure proper working

condition at all times as specified by the manufacturer.

The repair and maintenance of the equipment; replacement of materials

and consumables should be shouldered by the winning proponent

including endotoxin testing supplies, materials and device.

x. The RO unit should be able to store at least 30 data-days equivalent of

operations. The data can be stored in soft copy and hard copy and should

be available anytime for reference.

xi. RO Portable Units

Consists of mobile single-patient-unit (ie. connects to one HD machine

only) and multiple-patient-units (ie. can connect to 3-6 HD machines)

reverse osmosis system inclusive of a rolling tray or trolley for each unit

for transportation purposes.

xi.i Three (3) single-patient units

xi.ii Five (5) multiple-patient units

a.) The In-patient Center, ICU and IMCU, W3F and 35 bed ward should

be provided with complete and working plumbing system with

dedicated drainage pipe for the portable ROs on both sides of each

room and provision of separate portable R.O. machines for IMCU,

W3F and 35 bed ward.

b.) The portable ROs should have the following features:

1) User friendly display panel

2) Quiet operation

3) Recirculating permeate supply line

4) Self-test in start up

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

49

5) Programmable and automatic rinsing, cleaning and

disinfection cycles or heat disinfection

6) Recovery of excess permeate and concentrate

7) Microprocessor controlled

xii. Provision and installation of Single Pass Reverse Osmosis Treatment with

the water distribution loop for the Cellular Transplant Unit (CellTran

Unit) which is a 4-bed capacity unit / 4 station with independent RO that

will supply treated water for the following areas in the unit:

a) Toilet and bath for each patient room; all faucets, showers and water

closet

b) Hand washing sinks at the Nurse’s Station

c) Working area

d) Treated water and drainage pipes in each patient room, designated in

accordance to clean room standards.

xiii. Provision and installation of portable Reverse Osmosis and Hemodialysis

machines with water distribution loop for the 35 bed ward and Ward 3F

which will be a 4-bed capacity unit / 4 station.

xiv. Backup RO (locally or internationally manufactured) a.) Essential components, standard, maintenance requirement are the

same with the main RO system.

b.) Will serve as back up RO for the whole HD building in case of

malfunction of the main RO system to prevent downtime and delays

of treatment.

c. WATER QUALITY

i. RO membranes: Thin Film Composite (TFC) Spiral Wound Membranes

are required for this installation. In the 31 station HD Center, Double Pass

Reverse Osmosis is the required configuration where permeate from the

first set of membranes provides the feed water for the second set of

membranes. This configuration will produce permeate of ultra-pure

quality. The required permeate feed rate is 1600 ml per Hour. The water

recovery must be > 50% (master) on the first stage and 75% (slave) on the

second stage in order to minimize water wastage. Reject water should not

be re-used as raw water in the water treatment system.

The number of membranes depends on the number of machines and

volume of water that passes through the RO.

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

50

ii. Permeate Quality: The rejection characteristics of TFC membranes, with

pre-treatment and operating parameters conforming to manufacturer

recommendations are required for water for dialysis use. Therefore, as a

minimum requirement, the quality of permeate within the distribution

loop shall at all times conform to or exceed the current American

Association of Medical Instruments (AAMI) standards for the quality of

water for dialysis use.

iii. Permeate Distribution Loop: To assure continuance of the quality of

permeate within the distribution loop, particular attention must be given

to the loop material, the method of installation and connection of dialysis

machines to the loop

a) Loop Material should be:

1) medical grade

2) heat resistant to > 110 0C.

3) chemical resistant

4) low friction allowing high velocities with low P

5) Smooth interior surface offering minimal possibilities of

bacterial proliferation

b) Method of Installation:

1) Continuous, free flowing loop, of minimal length with no

dead ends

2) No glues or adhesives are to be used

3) During the installation of the new distribution loop it should

be ensured that the HD Center can still maintain operations of

at least 50% of the existing machines. Thus, installation of the

distribution loop should be done in stages for both Inpatient

and Outpatient HD Centers.

4) Connection to the loop for dialysis machines and ancillary

equipment (e.g. reprocessing machines), must be via couplings

that are stainless steel, quick connecting, and self-sealing

(Swagelok or similar)

5) There should be a sampling valve/port in the distribution loop

for collection of sample for culture and endotoxin.

iv. Pressurization pump The requirement is that a minimum pressure of 60

PSI be maintained within the loop under all normal operating conditions,

at a minimum flow rate of one meter /second, and that the recirculation

pump be accurately sized, with relation to loop piping diameter and loop

length. A back up pressure pump should be installed with bypass

connection to the main water system in case of downtime.

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

51

v. Drainage Drainage of effluent from the dialysis machines must allow

for a minimum of 30 mm air gap between each machine drain outlet and

draining pipe. Piping material should be a minimum of 110mm diameter

medical grade uPVC gray pipe, and have a minimum 30 slope to the main

drainage point. Up to five machine drain outlets may converge to a

common tundish (pouring basket/basin).

vi. Cleaning and Disinfection

a) Loop Distribution

1) Chemical Disinfection

Monthly disinfection of the water distribution loop, using any

of the approved chemicals as recommended by the

manufacturer, to be performed by the proponent engineer.

b) RO membranes:

Cleaning and Chemical Disinfection: Cleaning of the RO

membrane-element, i.e. the removal of scale and bio-growth

(bacterial slime) should clearly occur whenever the RO product

water flow rate has declined by 10% or its conductivity has

increased by 50% (i.e., The 10/50 Rule). The cleaning technique

should follow the acid-base cleaning sequence or as recommended

by the manufacturer.

1) Any type of deposit on the membrane or other parts of the

system should be removed with an alkaline cleaner before

disinfecting. Removal of these deposits, which harbor

microorganisms, will maximize the degree of disinfection.

After alkaline cleaning, flush the system with RO permeates.

2) Clean the RO system with acid (e.g., 0.1 percent by volume

hydrochloric acid or 0.4 percent by volume phosphoric acid)

to remove any iron from the membrane surface. Flush the unit

with RO permeate.

3) Circulate a solution of 0.20-0.25 percent hydrogen peroxide

diluted with RO permeate at a temperature below 25°C (77°F)

for 20 minutes. A pH of 3-4 gives optimal biocidal results and

longer membrane lifetime.

4) Allow the elements to soak in the disinfecting solution for 2-

12 hours. A soak time of 2 hours would be expected to kill

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

52

more than 90 percent of the bacteria, whereas a 12-hour soak

time would achieve a 99 percent kill. Hydrogen peroxide or a

mixture of hydrogen peroxide and peracetic acid has been used

successfully for disinfecting reverse osmosis (RO) systems.

5) Hydrogen proxide / peracetic acids are the recommended

chemicals for cleaning and disinfecting the RO membranes.

vii. SUPPORT

a) In case of equipment malfunction and other technical problems,

proponent must state availability of technically qualified

personnel, and their qualifications, back-up HD machines and RO

component parts and consumable items, and minimum inventory

requirement as required by NKTI.

1) At proximity to the location

2) Within Metro Manila

3) With defined time frame of repair completion

viii. NOISE

The noise level from the installed system shall not exceed 60dB measured

at a 1-meter distance from the point of entry to the systems location area.

ix. UPGRADES

The system design should incorporate components that are within industry

standard allowing local availability to prevent prolonged downtime in the

event of equipment malfunction. The design must also facilitate future

software and/or hardware upgrades, extending equipment lifetime and

reducing the possibility of technical obsolescence.

x. MANUALS

Operator and Technical manuals in original and English format must be

provided in 2 copies to NKTI, Latest edition of the AAMI and ISO 23500

manual should also be provided to NKTI.

xi. ACCEPTANCE TESTING

a) Final acceptance testing of the complete installation is the ultimate

responsibility of the NKTI. Cost of testing should be shouldered

by the Winning Proponent.

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

53

b) At the time of final acceptance, all relevant parties involved must

be present.

c) Prior to ANY hemodialysis treatment being performed, the NKTI

must satisfy themselves as to the performance standards, and must

sign off on the suitability and conformity of the installed system,

together with the Proponent Representative. Issuance of a

Certificate of Acceptance should coincide with the start of

cooperation period.

d. WATER TREATMENT MONITORING SUMMARY

This table serves only as a reference guide to the detailed recommendations as to

the maintenance of quality water for dialysis treatment. Proponent can refer to the

actual manual for their guidance.

Component To monitor and check for the

following:

Frequency of

Monitoring

RP Device Pressure drop across the device; pressure

drop change of 10 psi from baseline

Daily, before the start

of each session

Blending Valve Appropriate water temperature;

temperature fluctuation

Daily, before the start

of the first session

Booster Pump Water pressure; pump turning on and off at

the appropriate pressures

Daily

Acid Feed Pump pH post feed pump; should be between 7.0

and 8.0

Daily

Depth Filtration Pressure drop across the device; should not

have a drop of 10 psi or more from normal

operating pressures when fresh

Daily

Water Softener Post softener hardness, amount of salt in

the brine tank. The hardness should not

exceed 1 GPG (17.24 ppm), adequate

amount of salt with no salt bridge

At the end of the last

session

Carbon Tank Chlorine and chloramines levels after the

worker tank before each patient shift.

Chlorine levels should be within ISO

standards of 0.1 ppm.

Daily, before the start

of each session

Reverse Osmosis

Machine

Operating

Parameters

Changes in water pressure and flow at

various locations throughout the system.

Daily, before the start

of the 1st session

DI Operating

Parameters

Pressure before and after each tank;

pressure drop of 10 psi or more from

normal operating pressures when installed

Daily, before the start

of the 1st session

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

54

Component To monitor and check for the

following:

Frequency of

Monitoring

RO Water

Quality

Product water conductivity, percent

rejection not more than 80%, periodic

water analysis for chemical test (AAMI

standards, DOH requirement)

Daily

Every 6 months

DI Water Quality Product water resistivity not greater than

1 Meg Ohm, periodic water analysis

(AAMI standards).

Daily

Every 6 months

Bacteria and

Endotoxin in RO,

Holding Tank

and Product

Distribution

Loop

Water Culture and endotoxin testing of

dialysis water

Sampling on a monthly basis: Ultrapure dialysate fluid- maximum allowable

limit after double pass reverse osmosis:

Bacteria (Total Viable Count) <0.1 cfu/ml

Endotoxin < 0.03EU/ml

Ultrapure dialysate fluid- maximum allowable

limit after single pass reverse osmosis plus ETRF:

Bacteria (Total Viable Count) <0.1 cfu/ml

Endotoxin <0.001EU/ml

Every month

Product Water

Flow Velocity

Flow rate adequate to maintain a velocity

of greater than 3 ft./sec. (at the end of the

loop)

Daily

Reference: As adopted from New Standard of Fluids for Hemodialysis AAMI

2015; ISO 13959:2009

e. SERVICE AND MAINTENANCE (to be provided during the life of the

contract)

1. Technical Consideration

a) Safety requirements

▪ Monitors shall be designed so that the monitor cannot be

disabled by unauthorized personnel.

▪ The sound emitted by audible alarms cannot be put to silent

mode for more than 5 minutes

b) Labeling and documentation requirements

▪ The term “labeling” as used in this document, includes any

written material accompanying any water treatment device or

system, such as instructions for use and operator’s manuals, or

any instructions or control feature markings attached to the

device or system.

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

55

c) Device markings

▪ All water outlets in the facility shall be labeled to indicate

treated or untreated water.

d) Product literature

The proponent shall provide literature to the facility that contains

but not limited to the following information:

▪ A description of the device or system, including a list of

monitors, alarms and component devices provided as standard

equipment

▪ Schematic diagram of the device or system showing the

location of any valves, in-line monitors or sampling ports.

▪ Operating specifications, such as maximum and minimum

input water temp, pressure and flow rate, limits on input water

quality, pressure of product water at various flow rates, and

maximum output of product water.

▪ Detailed instructions for use including start up; testing and

calibration; operation and meaning of alarms; operational

adjustments to monitors, alarms and controls and connection

to other equipment.

▪ For UV irradiators, a disclosure statement from the

manufacturer that the effectiveness of the device in killing

specific bacteria under specified operating conditions, and

recommendation that the UV irradiators be followed by an

ultrafilter or other bacteria-reducing and endotoxin-reducing

device.

▪ Typical life expectancy, capacity, or indication of the end of

life of components that are nondurable or require periodic

regeneration or reconstitution and a statement that additional

information on component life expectancy or capacity relative

to their products is available upon request.

e) Maintenance

Other maintenance and service instructions, including

recommended preventive maintenance, emergency urgent or

routine maintenance/ calibration, procedures and schedules,

recommended monitoring schedules, troubleshooting guidelines,

service information, and a warning of the consequences if

maintenance instructions are not followed.

f) Information about germicides and cleaning agents known to be

compatible with materials used in the device, and information

about chemicals with which materials used in the device are

compatible

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

56

2. Lifetime service

3. Availability of spare parts and other accessories locally

4. Availability of dedicated service personnel to the institute (Biomed

Engineer), 24/7.

5. Accessibility to address any machine malfunction, failure, and technical

problems

6. Response time in answering service calls within one (1) hour from time

of call and machine down time should not be more than 4 hours.

f. Testing Standards and Frequency

The following table is the NKTI’s recommended schedule for testing of water for

hemodialysis and shall be STRICTLY implemented and test results must be

regularly submitted to the NKTI Hemodialysis Unit and recorded.

This schedule of water analysis/testing may be subject to additional testing

depending on the requirements from national and local regulatory agencies. Such

changes will also be for the account of the winning proponent.

Test Standard Frequency

Heavy metals, etc. AAMI At least semi- annually

Organics AAMI At least yearly

Water Hardness leaving

water softener columns

< 10 mg/L (as calcium

carbonate)

At least weekly

Free chlorine / chlorine

leaving carbon / columns

(device should be provided

by proponent, and regular

preventive maintenance /

calibration)

< 0.1 mg/L At least before start of

each session daily.

(e.g. 4 sessions daily)

Resistivity/ Conductivity < 30 u Siemens Continuous

Bacterial count and

endotoxin level at end of

water distribution loop,

carbon tank, reprocessing

faucets, portable ROs

(Endotoxin measuring

device should be provided

by proponent, and regular

preventive maintenance-

calibration)

Ultrapure dialysate fluid-

maximum allowable limit after

double pass reverse osmosis:

Bacteria (Total Viable Count) <0.1

cfu/ml

Endotoxin < 0.03EU/ml

Ultrapure dialysate fluid-

maximum allowable limit after

single pass reverse osmosis plus

ETRF:

At least monthly

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

57

Test Standard Frequency

Bacteria (Total Viable Count) <0.1

cfu/ml

Endotoxin <0.001EU/ml

Total dissolve solids (device

should be provided by

proponent, and regular

preventive maintenance-

calibration)

AAMI Daily, prior to start of

every session

Chemical and Physical

analysis

AAMI Semi-annually

Microbiological water

analysis, 3 sampling points

HPC < 200 CFU/ml

Fecal Coliform < 1.1

MPN/100ml

Monthly

g. Water-Testing Laboratories

a) The chemical and physical analysis of the R.O. water shall be conducted

by the winning proponent in a designated testing laboratory that should

follow US-based AAMI standards. This said facility should be a

Department of Health accredited and BFAD-recognized laboratory.

b) The chemical and physical analysis of raw water shall be done by the

winning proponent semi annually

c) All water tests shall be for the sole account of the winning proponent

NOTE: All technical service reports of troubleshooting, inspection and

preventive maintenance of machines, equipment, portable RO and water

treatment should be available in the HD units at all times

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

58

II. SUPPLIES: Treatment Supplies, Furniture and Fixtures and

Maintenance Supplies

A. TREATMENT SUPPLIES

The TREATMENT SUPPLIES as listed below should be made available in packaged

form and issued accordingly on a per treatment basis:

SUPPLIES ITEM Package HDF Package HD

NEW RE-USE NEW RE-USE

Hi Flux Dialyzer 1 0 1 0

Bloodlines 1 1 1 1

Put on Kit 1 1 1 1

Take Off Kit 1 1 1 1

Normal Saline solution

(1.0 liter) 1 1 2 2

Adhesive plaster roll

(single patient use) 1 1 1 1

Heparin (fistula) 1 1 1 1

Heparin (Catheter ) 2 2 2 2

DIALYZER PER TREATMENT

QTY SPECIFICATIONS

1 pc.

Frequency

of re-use =

average 7x

Hi-flux dialyzer

▪ KoA >urea 450 ml/min

▪ Urea Clearance >200 ml/min

▪ B2-microglobulin clearance >20 ml/min

▪ Surface area >1.5 to 1.8

▪ Steam sterilized / Gamma

1 pc.

Frequency

of re-use =

average 7x

Pediatric patient – high flux

▪ KoA > urea 200 ml/min

▪ Urea Clearance > 150-200 ml/min

▪ Surface area > 0.4 – 1.5

▪ Steam sterilized / Gamma

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

59

Notes:

1. A new dialyzer will be provided by the winning proponent for every new patient.

2. If the dialyzer is re-used less than 7x, the winning supplier must provide a new dialyzer every

time.

3. If the dialyzer is re-used more than 7x the winning proponent will only provide when the dialyzer will

fail the reprocessing procedure.

BLOODLINES PER TREATMENT

Qty SPECIFICATIONS

1 pc. single-use bloodlines, 6mm or 8mm diameter for regular HD and for HDF, with

transducers protector; arterial pillow or chamber, with arterial and venous injection

ports

HEMODIALYSIS SOLUTIONS PER TREATMENT

Qty NKTI – HD Units

1 Sodium bicarbonate bag/cartridge/ or 5L container at least 500 gms for regular HD, at

least 650 gms for HDF 1

5 liters per

container

only

Minimum of 1 x 5 liters Acid solution: potassium-free (0 K), potassium 2mmol/L,

potassium 4mmol/L, low calcium bath (1.5 mmo/L) – factory pre-mix solution; 5 liters per

container only

2 2 liters Normal saline – plastic bottle or bag, non-glass container; for initiation and

termination of treatment

Other Solutions

Per

rep

roce

ssin

g

mach

ine

Sterilant solution for dialyzers (hydrogen peroxide with peracetic acid)

ea

ch

mach

ine Hand sanitizer (70% alcohol) with holder; dispensing minimum of 3ml to be installed

individually into the side or top of the machine; one each on nurse’s table and counter; one

on triage area must be institute’s approved product

Unlimited supply of

▪ Chlorhexidine 2% with Isopropyl alcohol 70% Spray

▪ Isopropyl alcohol 70%;

▪ household bleach (unscented hypochlorite solution)

▪ disinfectant solution for machines, chairs and other equipment as recommended

by the manufacturer

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

60

>>>Note: All solutions like antiseptic, sterilant and disinfectant should be submitted

to NKTI for bacteriologic study before its initial use and with every change of

batch/lot number or similar product with different brand name; to be shouldered by

the proponent.

ANTICOAGULANT

Qty NKTI – HD Units

Per

tre

atm

ent

Heparin, unfractionated, stock of 1000u/ml vial , 5ml/treatment

1 vial for AVF

2 vials for catheters

The price of the Heparin to be purchased from the NKTI Pharmacy during the contract

period is Seventy Five Pesos (Php 75.00) per 5ml vial. Any price adjustment will be

officially communicated at least 1 month before effectivity.

The microbiologic and chemical analysis of Heparin will not be charged to the HD

winning proponent.

ACCESS DRESSING KITS

Qty NKTI – HD Units

FISTULA DRESSING Put-on Kit

4pcs 2x2 gauze pad; sterile; pre-packed

2pcs Chlorhexidine prep pad; 2% plus 70% isopropyl alcohol sachet with high moisture content,

low linting, stain and fragrance free, approximately 4.5 x 8.5 cm, and plus 2 extra pads for

cleaning excessively dirty access

1roll Adhesive plaster roll (paper, or plastic) 1 in x 1 to 1.5 yards length; individual use; easy to

tear; hypoallergenic; good adhesion on dressing and devices to skin

4prs Clean gloves; nitrile, powderless; and provision of another 2 pairs for cleaning /

disinfecting dialysis chairs and machines

1 pc Underpad/absorbable pad or sterile drape; small for access arm (8.5x11”L)

Other Supplies Needed for initiation of fistula (Separate From The Kit)

2 pairs AVF needles; sizes must be available G15-17; with and without back-eye; with needle

guard

2pcs 3cc or 5cc syringe; luer lock

2pcs 10cc syringe; luer lock

1 pc 20cc syringe; luer lock

FISTULA DRESSING Take-off kit

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

61

Qty NKTI – HD Units

4pcs Pressure dots or pillows; plus extra 2 for bleeders (separate pack) and 2 cherry balls in

separate pack inside the kit

2pcs Plaster strip or hemostatic patch with gauze approximately 2”W x 4-5”L

Adhesive stretchable bandage with thick pad for blood absorbency and compression after

removing needles approximately 4-5” W x 6-8” L

2prs Clean nitrile, powderless gloves, or unlimited provision of gloves in case patient bleeds or

disconnection of needles occurs

CATHETER DRESSING (Put-on kit)

1 pr Sterile gloves; powderless

1 pr Clean gloves; powderless

4pcs Sterile 4x4 gauze pad

3pcs Chlorhexidine 2% swab stick / pack

4pcs Chlorhexidine prep pad (same with fistula kit)

1roll Adhesive plaster roll (paper, or plastic) 1 in x 1 to 1.5 yards length; individual use; easy to

tear; hypoallergenic; good adhesion on dressing and devices to skin

2pcs Surgical loop mask

1pc Chlorhexidine impregnated Transparent dressing (8.5cm x 11.5cm); for continuous use up

to seven days.

1pc Transparent dressing with gauze (10cm x 20cm) hypoallergenic as alternate if with

hypersensitivity to CHG

1pc Underpad/absorbable pad or sterile drape (8.5x11”L)

CATHETER DRESSING (Take off kit)

1 pr Sterile gloves; powderless

6pcs 4x4 gauze pad (pre-packed) for termination purposes

2 pcs Chlorhexidine prep pad at least 8”L x 4”W

2pcs Adapter/connector; needleless, sterile, silicon sealed, for continuous use up to seven days.

1 pr Clean gloves; nitrile powderless; unlimited supply

1pc Transparent dressing (10cmx12cm); hypoallergenic note: this is for the distal part of the

CVC to cover limbs

Other Supplies Needed for initiation and termination for catheter access

(Separate From The Kit) 2 3cc or 5cc syringe; luer lock

2 10cc syringe; luer lock

1 20cc syringe; luer lock

>>> Note: All clean gloves must be nitrile powderless or non-latex & unlimited supply for

cleaning and disinfecting patient dialysis equipment.

▪ All sterile products should be properly labeled, sealed & packed in an easy-tear

pack; with sterility indicator and expiration date.

▪ All syringes should be luer lock.

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

62

▪ Surgical masks should be with loop on both ends (unlimited stock/supply)

OTHER CONSUMABLE SUPPLIES (PER TREATMENT)

Qty Item Description

1pc Intravenous line with regulator (not for gravity infusion)

1pc Test strip for presence of sterilant (post reprocessed dialyzers)

1 pc Test strip for residual of sterilant (pre- treatment)

All staff *Personnel protective equipment (PPE) per treatment

▪ face shields, disposable non-porous plastic shield

▪ water-repellant long-sleeve gowns (washable) for staff at the treatment area (clean

zone); - 2 per staff

▪ PPEs for reprocessing room (goggles/face shields and gown)

▪ Bouffant (head cover)

▪ Unlimited surgical masks for patients

▪ NKTI approved N95 masks and disposable coverall/isolation gown should be

available at all times for the HD staff assigned at the hot zone

OTHER MISCELLANEOUS SUPPLIES

8 pcs Plastic container, rectangular with lid & handle; 2 gal cap. Transparent for dialyzer

transport

1 = for Hep C patients

1 = for Hep B patients

2 = for extension unit

4= for Inpatient unit

4 = for modular facility

25 pcs *Plastic bucket with loop handle on the sides (yellow or red only) for used dialyzer &

bloodlines from machines

▪ 8 pcs = Outpatient (red)

▪ 4 pcs = Extension area (red)

▪ 2 pcs = Extension area Hepatitis B/C patients (yellow)

▪ 4 pcs = Inpatient area, HD Main (red)

▪ 2 pcs = HD Main Hepatitis B/C patients (yellow)

▪ 3 pcs = 1 for 3F, 2 for 35 bed ward (red)

▪ 2 pcs = 1 3F Hepatitis B/C patients (yellow), 1 for 35 bed ward

Un-

limited

*Disposable Wiping cloth, polypropylene non-woven fabric; rolled or like a pulled-up

tissue. For surface cleaning and disinfection

4

pcs

*Plastic Storage boxes (Emergency box) transparent or translucent with lid, pull-handle,

wheels for supplies and materials in case of disaster or emergency (fire, earthquake,

power-outage, etc) plastic, non-porous material. – MEDIUM/LARGE

3= Medium note: 1 extension, 1 35 bed ward, 1 modular

1 = Large 1 annex

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

63

Qty Item Description

each machine

*Sharps containers for needles and fistula needles (red or transparent); big mouth, non-

porous, puncture-proof containers with HAZMAT / BIOHAZARD sticker

4 pcs *Plastic bag sealer dispenser for bagged dialyzer (1 red/1 blue or black) with unlimited

consumables and sealer to be replaced as needed once defective.

Unlimited *Transparent, yellow and red colored plastic bags for dialyzers (environment

friendly/biodegradable)

▪ Red plastic for used dialyzers going to the central reprocessing room, yellow

for hepatitis positive patient

▪ Transparent plastic for reprocessed dialyzers for storage

10 pcs *Infectious yellow waste containers with cover; rolling type; (for dialyzers / blood lines)

240 liters capacity

▪ 2 Inpatient

▪ 3 Outpatient unit,

▪ 2 Ext. Unit

▪ 3 Modular unit

60

pcs

Waste containers, 5-6 gal capacity; step-can; rectangular for All Units;

▪ 25 – yellow waste can

▪ 10 – green waste can

▪ 25 – black waste can

* “Unlimited” supply/s applies to items that are frequently used during the Hemodialysis

Treatment. These items should be readily replaced or refilled at any time. These items include

but not limited to gloves, masks and put-on kits. Services should not be hampered by the lack of

these supplies.

B. OTHER EQUIPMENT, FURNITURE & FIXTURES AND ACCESSORIES

Qty Item Description REMARKS

89 pcs HEMODIALYSIS CHAIR 33 = Outpatient Unit; inclusive of back up chairs

17 = Extension Unit; inclusive of back up chairs

17 = Inpatient Unit, inclusive of back up chairs

22 = Modular facility inclusive of back up chairs

▪ Cushion must be soft and comfortable to sit but should offer firm

support

▪ Chair with height adjustment

▪ With wide and movable armrest that permits optimal placement

of the arms and side-collapsible working table on both sides

▪ Adjustable into several positions desired by the patient and the

nursing staff (e.g. horizontal and Trendelenburg position)

▪ Flexible arm rests for patient comfort

To be pulled

out at the

end of

contract

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

64

Qty Item Description REMARKS

▪ Must be mobile yet stable

▪ Head cushion must be comfortable

▪ Durable upholstery and made of synthetic material

▪ adjustable footrest to fit leg length of the patient

▪ must have simultaneous single pedal caster lock

▪ total length 5-6 feet

4

units

*Emergency cart trolley; with cardiac board; and accessories (In &

Outpatient, extension unit, modular)

▪ Polymer material

▪ Top compartment with separate security or

break away lock

▪ With coded break away lock

▪ With drawer dividers which can be separated freely

▪ IV rod

▪ Oxygen cylinder holder

▪ Transparent Top drawer cover

To be pulled

out at the

end of

contract

3

units

*Cardiac monitor with defibrillator – bi phasic

▪ < 14 lbs. weight

▪ With handle for portable transport and OEM stable stand with

secured hook and loop fastener

▪ With audible alarm on critical values for all parameters (high

and low)

▪ LCD display

▪ AED and manual mode

▪ ECG monitoring

▪ 3-lead patient cable

▪ SPO2 monitor 1 large (adult) and 1 pedia reusable sensor

▪ Built in 50mm ECG strip printer; rolling/tracing paper (stock c/o

winning proponent)

▪ External paddle: adult and pedia

▪ Internal data storage of at least 6 hours of continuous ECG wave

forms and events

▪ Rechargeable battery

▪ Power supply 220 VAC ± 10% 60Hz or auto volt

▪ Mobile, minimum of four pcs plastic wheel caster with at least

one wheel brake

▪ Consumables c/o the private proponent

To be

retained at

NKTI

11

units

*Bag-valve device (bag); for adult and pedia

▪ self-inflating resuscitation device bag made of plastic materials

that re-expand after being manually collapsed

▪ oxygen inlet nipple

▪ air intake valve

To be pulled

out at the

end of

contract

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

65

Qty Item Description REMARKS

▪ oxygen reservoir with two one way valves; reservoir is at least

the volume of the bag

▪ oxygen flow rate equal to, or higher than, the minute volume of

the patient allows 100% oxygen to be delivered

▪ inlet valve allows room air to enter if fresh gas flow is

inadequate and an outlet valve allow oxygen to flow out if

pressure is excessive

▪ non-rebreathing valve that directs fresh flow of oxygen to the

patient and prevents exhaled gas re-entering the bag

▪ standard 15 mm adapter for attaching to masks or tubes

▪ able to attach PEEP valve to exhalation port (either “built in” or

detachable)

4 inpatient (2 adult; 2 pedia

2 outpatient (1 adult; 1 pedia)

2 extension (1 adult; 1 pedia)

3 modular facility (2 adult; 1 pedia)

11

Sets

*Laryngoscopes fiber optic (LED) bulbless curve blades

(6 adult and 5 pedia)

▪ Handle made of solid aluminum alloy

▪ Durable stainless steel blades and designed to be re-sterilized

and re-used

▪ Dual LED Bulbs

▪ Rechargeable lithium ion batteries, minimum of 4 hours

operation

▪ With fast battery charger

▪ With hard storage case as per Manufacturer’s Standard

▪ Curve blade size 0,1,2,3,4 (1 pc. each) functionality

▪ Ergonomic design

▪ Consumables, e.g. batteries c/o the private proponent

To be

retained at

NKTI

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

66

Qty Item Description REMARKS

21 units *Oxygen gauge with flow meter

▪ 2 inch pressure gauge for easy reading.

▪ Flowmeter is back pressure compensated to ensure accurate

readings when line restrictions are present.

▪ Polycarbonate flow tube and outer cover are impact resistant for

maximum durability.

▪ External safety pressure relief design.

▪ Size:14-15 cm

▪ Measurement range:0~25 (MPa)

▪ Applicable medium:15MPA

▪ Rated outlet pressure:0.25 (MPa)

▪ Rated flow:0-25 (m3/h)

▪ Structure: single stage type

▪ Ambient temperature:0~40 (c)"

6 – Outpatient

3 – Extension Unit

6 - Inpatient

6 – Modular

To be pulled

out at the

end of

contract

10 units *Oxygen flow meter; plug-in type for wall

▪ Oxygen Flow meter 15 LPM

▪ Pressure Gauge- 4000 PSI

▪ For Inpatient area, HD Main; compatible with the existing

oxygen wall outlet

To be pulled

out at the

end of

contract

6 units

Oxygen trolley/carrier for transport of oxygen tanks

▪ Standard size (1 for each unit)

- 3 O2 trolley Capable to carry 2 standard oxygen tanks; 3 capable

to carry 1 standard oxygen tank

▪ Epoxy coating steel structure

▪ With Holder strap

▪ With heavy duty wheels

To be

retained at

NKTI

5 units Oxygen tank holder

▪ Stainless steel No. 304

▪ Height 38cm

▪ Dimension 17”W x 14H”

To be

retained at

NKTI

4 units

Pulse Oximeter; portable, light weight

• Range: SpO2 0-100%; +/-2%

Pulse 25-255 BPM; +/-2BPM

• Continuous battery condition indicator

• Beep sound and alarm sound should have separate volume

control

• Audio and visual alarms for both upper and lower saturation and

heart rate

To be pulled

out at the

end of

contract

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

67

Qty Item Description REMARKS

• Reusable adult finger probe

• LED display of heart rate and oxygen saturation

• With rechargeable lithium ion

• Power Input: 100-300 V AC, 60Hz

• Should have safety certificate from a competent authority

CE/FDA

1 = Annex

1 = Extension

1 = Main

1 = Modular 3 units *Bio-impedance analysis machine; including accessories, electrodes and

other consumables;

To be pulled

out at the

end of

contract

8

Units

*Blood Glucose Meter (must be NKTI approved or similar); large screen

with backlight; large memory, download port including disposable pricker

/ lancet, strips & accessories

▪ 2 units for Outpatient

▪ 1 unit for Extension unit

▪ 3 units (Hep B/C patients)

▪ 1 units for Modular

▪ 1 Inpatient

To be pulled

out at the

end of

contract

5 units *Suction machine(portable-electric) for E-cart

▪ With close filter type

▪ with safety lid

▪ Autovolt, 110- 220VAC, 60Hz

▪ Vacuum flow: 15 – 27L/min

▪ Vacuum pressure range: 0 – 68mm/Hg

▪ Max volume: 1000ml (calibrated)

▪ Dimension (will fit into the top shelf of E-cart)

▪ Disposable Bacterial Filter c/o the winning proponent

▪ CE mark/ ISO standard

To be pulled

out at the

end of

contract

10 units

Every 2

years

* Sphygmomanometer apparatus, aneroid, portable with stand; 4-wheel

adjustable height with basket for cuff as back-up for machine-installed

BPM, with spare pedia cuff for each BP app

▪ 4 = Annex

▪ 2 = Extension

▪ 2 = Inpatient, HD Main

▪ 2 = Modular

- All cloth cuffs replaceable when damaged and if stained, soaked

with blood

To be pulled

out at the

end of

contract

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

68

Qty Item Description REMARKS

- And other damaged parts c/o the winning proponent; this also

include BP cuffs & accessories of dialysis machines

10 pcs

Every year

*Stethoscopes (stainless steel)

▪ Soft-sealing ear tips

▪ Non-latex; double lumen rubber tubing

▪ High-frequency tunable diaphragm /chest piece

To be pulled

out at the

end of

contract

4 units Infrared Thermometer with stand LCD display

▪ Can be mounted on a tripod

▪ Luminous display function

▪ Battery included

= 1 Annex

= 1 Main

= 1 Extension

= 1 Modular

To be pulled

out at the

end of

contract

5 units Infrared Thermometer Gun (Thermal scanner)

▪ LCD display

▪ Luminous display function

▪ Battery included

2 = Annex

1 = Extension

1 = Inpatient, HD Main

1 = Modular

To be pulled

out at the

end of

contract

2 units *Stretcher

▪ Heavy duty, made of quantity PE materials, aluminum alloy and

stainless steel

▪ Weight: Not more than 68kg

▪ At least 200kg load capacity

▪ 6” high quality ball caster wheels with individual lock

▪ Adjustable height

▪ Back Raising: 0-80 degrees

▪ Knee Raising: 0-40 degrees

▪ With oxygen carrier

▪ Bed Operation: Manual Crank

▪ 3” foam mattress

▪ With IV pole with 4 hooks which can be placed in the head or foot

part

▪ With body strap

▪ Easy to manipulate/steer

To be pulled

out at the

end of

contract

4 units Gooseneck lamp

▪ Chrome-plated 5-foot star base

▪ Comes with cover to ensure patient’s protection in

case light source overheats

To be pulled

out at the

end of

contract

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

69

Qty Item Description REMARKS

▪ Cover is made of a fine screen that allows heat and

light to pass through

▪ Stainless steel pole

▪ With adjustable neck to move the direction of light

▪ Adjustable with knob-type lock

▪ Mounted on 2-inch caster wheels with brakes

▪ With toggle switch

▪ Specifications: Minimum Height: 133cm

▪ Maximum Height: 174cm

▪ Outer pole diameter 2.2cm; Inner pole diameter 1.6cm; Shade

diameter: 18cm

▪ Cover Size: 20cm x 20cm

▪ Cord Length: 133cm

▪ Voltage: 220V; Wattage: 100watts

▪ Net Wt. 5kg"

10 pcs *Hospital Room Divider / or Bed Screen

4 panels (blue) / unit; detachable cloth panels (laundry c/o winning

proponent) with wheels

- 10 units divider

To be pulled

out at the

end of

contract

5 units *Heavy duty pushcart; stainless base for solutions/gallons transport

(in/out patient units’ use), chemical resistant wheels, non- metal body (size

900 mm x 600 mm)

To be pulled

out at the

end of

contract

3 units *Heavy duty 2-layer push cart; plastic for transporting dialyzers (from

reprocessing room to treatment room). Size 46 in x 25.5 in

To be pulled

out at the

end of

contract

3 units Utility cart; 2-level transport cart for office supplies. Size 46 in x 25.5 in To be pulled

out at the

end of

contract

12 pcs Plastic cabinet/drawer (transparent white) with 6 layers/drawers for

supplies and materials at Out Patient unit, HD extension and In patient (4

annex, 2 extension, 2 main, 4 modular extension)

To be pulled

out at the

end of

contract

5 units

Standing Weighing scale with height meter or rod

▪ 1 unit – Annex

▪ 1 unit - Extension

▪ 1 unit – Main

▪ 1 unit – Modular

▪ 1 unit – infectious waste

▪ Final specs to be approved by end user

To be pulled

out at the

end of

contract

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

70

Qty Item Description REMARKS

3 units Electronic weighing scale, capable of accommodating wheelchair

compatible to the patient database system

▪ 36 in W x 36 in L (approximate size) – 1,000 lb., steel painted

scale

▪ Anti-slip rubber surface

▪ 36 in H x 30 in W (approximate height)

▪ With non-slip grip handrail

▪ Large LCD indicator display- wall mount / stand

▪ Unit of measure: lbs and kg

▪ With interface cable from scale to computer

Note: 2 annex, 1 extension

To be pulled

out at the

end of

contract

1 unit Electronic multi-functional scale that can accommodate patient’s stretcher

(Inpatient Unit)

▪ Drive-up ramp for wheelchairs and stretcher

▪ Capacity: ≥400kg

▪ With interface cable from scale to computer

▪ Large LCD indicator display – wall mount

To be pulled

out at the

end of

contract

1 unit Electronic bed scale for Inpatient unit

to be used for patient transported bed to bed (inability to withstand

assistance or weak patient)

▪ Capacity: ≥ 400kg

▪ Heavy duty

To be pulled

out at the

end of

contract

3 units Test weight of 5kg (certified) To be pulled

out at the

end of

contract

As

specified

Dialyzer cabinet storage rack (plastic mold with capacity of 300 or more;

2 separate racks for Hep B and C+ patients, glass sliding door, similar to

the existing dialyzer rack

▪ 300+ capacity at Outpatient Unit

▪ 150 capacity at In patient Unit

200 capacity at HD Extension Unit, inclusive of Hep B/C on

separate partition with door

▪ 40 capacity Hep B

▪ 40 capacity Hep C

To be pulled

out at the

end of

contract

Unlimited

Supply

Devices or Meters with Test Strips for the following:

▪ Conductivity

▪ Resistivity

▪ TDS (Total Dissolved Solutes)

▪ Hardness

▪ pH

▪ Total chlorine

To be pulled

out at the

end of

contract

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

71

Qty Item Description REMARKS

4 units Panel Mount Digital Thermometer (Industrial/ warehouse)

▪ Approximate size: 62 x 30 x 19mm

▪ Temperature scale – Centigrade, Fahrenheit

To be pulled

out at the

end of

contract

11 units TV-LCD (flat); digital; 8-12” cable-ready; USB 2.0; floor or cabinet-

mounted swivel arm and base for all angle rotation of TV monitor with

ear/head phone jack/ inlet for:

▪ 5 units at private rooms

▪ 6 units at semi-private rooms

To be pulled

out at the

end of

contract

5 units 55” TV-LED, cable ready; full HD with HDMI, USB 2.0; wall/column

mounted

▪ Outpatient – treatment area

▪ Conference Room

** all stations at the Outpatient and Extension Units is to be provided

with headphone jack/inlet/outlet to be installed into the utility cabinet

To be pulled

out at the

end of

contract

2 units 40” TV- LED; cable-ready; full HD with HDMI, USB 2.0; can play

music, video, pictures via USB 2.0 or 3.0; wall-mounted;

▪ Outpatient Reception Area

▪ Extension unit Reception Area

To be pulled

out at the

end of

contract

4 units 40” TV- LED; cable-ready; full HD with HDMI, USB 2.0; can play

music, video, pictures via USB 2.0 or 3.0; wall-mounted;

▪ Inpatient unit

To be pulled

out at the

end of

contract

4 pcs MSDS (Material Safety Data Sheet) a technical document which provides

detailed and comprehensive information on a controlled product related

but not limited to:

▪ health effects of exposure to the product

▪ hazard evaluation related to the product’s handling, storage or

use

▪ measure to protect workers at risk of exposure

▪ Emergency procedures.

▪ With 16 categories

All chemicals must be BFAD approved and registered; also to include

wall-mounted single-shelf stand

▪ 1 Inpatient

▪ 1 Outpatient

▪ 1 Extension unit

To be pulled

out at the

end of

contract

>>>Note:

• Above items should be unlimited supply or to be replaced when damaged or when

they become unserviceable.

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

72

• All consumables and spare parts replacement for the above equipment or devices c/o

the winning proponent.

OTHER EQUIPMENT, FURNITURE & FIXTURES

Qty Item Description REMARKS

4 units Water dispenser – standing type (hot and cold) To be pulled out at

the end of contract 1 unit personal ref with freezer; 3 cu ft (for ice making only) – not intended

for medicine storage

To be pulled out at

the end of contract Unlimited Plastic ice cube bags (biodegradable)

1 unit LCD projector

Projection Technology : Digital Light Processing (DLP)

/Liquid Crystal Display (LCD)

Projection Method : Front/Rear/Ceiling mount

Brightness : At least 3600 lumens (lm)

Native Resolution : WUXGA or better

Lamp Life (Normal/Eco) : at least 6000 hours / 10000

hours

Connectivity : HDMI, VGA (D-Sub 15pins),

USB type A & B

Power Supply : 100 – 240 volts

Accessories : Carrying Case

To be retained at

NKTI

4 units Laptop with access to NKTI lab module for results; for presentation;

doctor’s rounds

▪ 13-14” screen design

▪ Convertible between tablet and PC modes

▪ At least 4 Cores Mobile Processor

▪ At least 8MB cache

▪ At least 8 GB System Memory (RAM)

▪ Licensed Windows 10 Operating System

▪ At least 128 GB Solid State Drive Internal Storage

▪ Firewall and anti-virus pre-installed; updated yearly c/o

winning proponent

To be pulled out at

the end of contract

27

units

Desktops

Branded, brand new and complies with the following minimum

requirements:

- with DVD, CD drive, CD burner,

- with fire wall and anti-virus pre-installed, to be updated yearly c/o

winning proponent

Processor - 6 Cores Desktop Processor.

Operating System - Windows 10 64-bit Professional

Form Factor - Small Form Factor

To be pulled out at

the end of contract

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

73

Qty Item Description REMARKS

I/O Ports - HDMI Port or DisplayPort at least 2 USB 3.x and 2 USB

2.0

System Memory - 8 Gigabyte (GB) RAM

Storage - 250GB PCIe/ SATA Solid State Drive (SSD)

Graphics - Integrated or Discrete Graphics

Audio - Integrated audio

Monitor – 23”, LED IPS, Full HD (1080p) 1920 x 1080

Network Interface - Gigabit ethernet port

Accessories – USB standard/multimedia Keyboard, USB Optical

mouse, All necessary cables such as CPU power cable,

HDMI/DisplayPort Cable, Monitor power cable. Uninterruptible Power Supply – 650VA Line Interactive

Uninterruptible Power Supply with at least 4 power sockets

Keyboard - Full-size – US English

Pointing Device - Optical mouse with scroll button

Speakers - Internal speakers

UPS - 1KVA Line Interactive with at least 4 universal power sockets

Peripherals – CPU, Mouse, keyboard and monitor must be the same

brand

▪ 4 units Outpatient – treatment area – Annex

▪ 1 unit for reprocessing area

▪ 1 unit for Reception Area

▪ 1 unit for Record Room

▪ 2 unit for Dr’s Office (annex & modular)

▪ 3 unit for Philhealth Claims Clerk (annex)

▪ 3 units for treatment area - Extension Unit

▪ 2 units for Inpatient Unit, Main

▪ 6 units for Modular

▪ 4 units for Supervisor and Head nurse office (1 Main and 3

Annex)

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

74

Qty Item Description REMARKS

12 units Multi-Function Color Continuous Ink Supply System (CISS)

Printer Type - Print, Scan, Copy

Print Resolution - at least 5760 X 1440 dpi

Print Speed (ISO 24734) Black - 10 images per minute (ipm)

Print Speed (ISO 24734) Colored - 5 images per minute (ipm)

Input capacity - at least 100 sheets

Paper Sizes - Legal, 8.5” x 13”, Letter, A4, A5

Interface - USB, Ethernet (Optional)

Operating System Support - Windows 10, Windows 7

Consumables c/o winning proponent

• 1 unit - Annex nurse station

• 1 unit - Extension nurse station

• 1 units – Reception area

• 1 unit – Record room

• 1 unit – Dr’s Office

• 1 unit – Philhealth Claims Clerk

• 1 unit – Main

• 4 units – Modular (nurse station, office, reception, billing)

• 1 unit – HD management office

To be pulled out at

the end of contract

1 unit Portable sound system with microphone, with a carry handle and

wheels, works with mobile phone, tablet, PC, laptop

AC220V or DC12V (with built-in rechargeable batteries)

With 2 Mic input (1XLR, 1PL55)

With FM Radio, Bluetooth, Guitar Input (Shared with Mic 2 input),

USB & SD Port

With 5 Band Equalizer and LCD Display

With Aux / Line In and Line out

With Remote control, Handle and wheels

With Audio jack connector

To be pulled out at

the end of contract

4 units Microwave oven

• 2 units – Annex and Extension

• 1 unit – HD Main pantry

• 1 unit – Modular

To be pulled out at

the end of contract

100 pcs Initial and unlimited supply of plastic clipboard for each station –

BLACK OR TRANSPARENT

To be pulled out at

the end of contract 400 pcs Folder/binder chart; durable plastic type material; 3” thick; 3-hole

punch; (unlimited supply thereafter)

To be pulled out at

the end of contract 400 sets Page separator (unlimited supply thereafter) To be pulled out at

the end of contract 4 pcs 3-hole puncher To be pulled out at

the end of contract

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

75

Qty Item Description REMARKS

13 units Small office side table for nurse station, Reprocessing Room,

Training room, Record room; private and semi- private Nurse

Station, Dr’s Office - 32”x24”W

To be pulled out at

the end of contract

5 sets Office table w/side table and 3-drawer rolling cabinet with executive

chair

▪ 4 =Supervisor’s Office (2 Annex, 1 Main,1 Modular)

▪ 1= Head of Dialysis

To be pulled out at

the end of contract

4 sets

Dining Table

• 6 seater

1 = Annex

• 4 seater

3 = extension, Main, modular

To be pulled out at

the end of contract

10 pcs single seater (Polyethylene plastic-heavy duty) with back rest, w/o

arm rest, w/o wheels, sled base

To be pulled out at

the end of contract 5 units Cushioned chair with backrest; leatherette; single-seater for private

rooms; red; approx 29”W x 35”L

To be pulled out at

the end of contract

2 sets Sala set for female and male lockers; leatherette, dark green – (small

/mini type)

▪ Center table (2 pcs)

▪ 3- seater (4 pcs)

To be pulled out at

the end of contract

50 units Posture chair for nurses, clerks at the nurse station and reception area,

without arm rest with wheels, cushioned back rest, leatherette; dark

green

• 2 – Reception Area

• 2 – Dr’s Office

• 4 – Philhealth Claims Clerk

• 2 – Record Room

• 1 – Private Room Nurse

• 1 – Semi-private Room Nurse

• 8 – Annex Center

• 6 – Extension

• 8 – Main

• 12 – Modular

• 4 – Training Room and Reprocessing

To be pulled out at

the end of contract

3 sets Visitor chairs (supervisor’s office) 2 seater cushioned, leatherette,

with backrest and armrest approx. 50”W x 35”H – dark green

• 1 Supervisor’s office, Annex

• 1 Headnurse’s office, Main

• 1 Head of Dialysis office

To be pulled out at

the end of contract

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

76

Qty Item Description REMARKS

5 sets Gang chair (for waiting / reception area) 4 -seater iron steel; powder

coated; heavy duty

To be pulled out at

the end of contract 2 sets Gang chair; 2-seater; iron steel; powder coated; heavy duty To be pulled out at

the end of contract 2 sets Gang chair; 6-seater; iron steel; powder coated; heavy duty To be pulled out at

the end of contract 2 units Intercom connecting all areas (reception area, conference room,

treatment area, reprocessing room, locker room area and the

extension unit)

To be pulled out at

the end of contract

1 unit Paging system; connecting all areas with intercom To be pulled out at

the end of contract 1 set Conference table/chairs for 12 persons; wood, rectangular

At least W3200 x D1200 x H750 mm

With wire management and adjustable glider

Divided into 2 cuts of boards

To be pulled out at

the end of contract

8 units Metal chrome finish locker – 112 person capacity locker, gray To be pulled out at

the end of contract 3 units Vertical metal chrome finish locker; 2-door– 1820 x 380x 500mm-

gray

To be pulled out at

the end of contract 3 pcs Folding mini-ladder horse, heavy duty with embossed thread for

stability, 2-step stool

To be pulled out at

the end of contract 1 pc Microcassette recorder for meetings / conferences

• Digital Voice Tracer with Speech Recognition Software

• Voice-activated recording

• 2 Stereo Quality Microphones and Large LCD Color Display

• 2 Mic stereo recording,

• 4 GB internal memory

• Micro SD memory card

• Recording formats: MPEG1 layer 3 (MP4), PCM (WAV)

• High speed USB 2.0

To be retained at

NKTI

2 pcs *Paper cutter standard size To be pulled out at

the end of contract

Continuous supply/reproduction of patient passports; colored stickers and papers, education

materials and brochures, office supplies, printer ink cartridges and all other consumables.

Defective furniture shall be replaced within one (1) week from notification

Note: Items that will be pulled out at the end of contract shall be provided with Asset Sticker by the

winning proponent and should be properly documented.

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

77

C. OTHER SERVICES

1. Services

a. continuing medical / nursing education appropriate for the staff shall be sponsored by the winning

proponent which include but not limited to:

• Dialysis machine trainings and workshops

• Dialysis-related updates; and

• RENAP training, seminars and other locally organized conventions with minimum participants

of 10 dialysis personnel

• Other relevant international conventions and conferences

Note:

1. All NKTI HD staff should be provided with CPE sessions/seminars/scientific meetings per year.

The prospective bidder shall allocate budget for the local and international training and seminar

of P300,000/year for NKTI HD Staffs. For this purpose, NKTI shall identify the list of the staff

who will attend the seminar.

2. Any unused portion of the allocated budget shall accrue to the budget of the following year.

b. Cost of laundry to be shouldered by the winning proponent

▪ Out Patient seat covers and blanket, gowns (average 1000 pairs/week), In-patient seat covers and

blanket (average 380 pairs/week), modular facility seat cover (average 400/week)

c. Waste disposal cost shall be shouldered by the proponent which include but not limited to the following:

all hemodialysis-related waste like used/contaminated supplies –bloodlines, dialyzers, syringes, needles,

gauze, cotton balls, and sharps, etc. (average cost/month is Php 73,000.00 as of October 2020)

2. Database Management

a. Program that will:

i. Allow printing of treatment flow sheet for each patient

ii. Allow encoding of patients, staff and facility data

iii. Generation of routine monthly, quarterly, and annual reports such as:

• Cost/expenses/income and financial reports

• Patient’s compliance to treatment (attendance monitoring)

• Risk management (medication error, incidence of fall, etc.)

• QA/QI/CQI

• Daily patients census per shift/per day/per month/ quarterly/ semi-annually/ and

annually

iv. Generation of special reports as needed for both individual patients and the facility as a whole.

v. Allow expansion should additional database be identified.

vi. Adaptability to Philhealth modifications and/or changes in reporting requirements for dialysis

treatment claim benefits

a. Facility Report – (per day/month/quarterly/ semi-annual/ annually) and as required

i. Number of patients dialyzed with breakdown according to:

• Old/New/age/sex

• Diagnosis

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

78

• Service/pay

• Out-patient/inpatient by priority (A-C)

• Source of funding /payment

• No. of performed HD/HDF/SLED/CRRT per day/month

• Mortality and Morbidity report

ii. Dialyzers used, issued and inventory

• Type

• Re-use rate; type of failure

iii. Incidence in dialysis unit

• Conversions Hepatitis B non-reactive to reactive

• Conversions Hepatitis B to C or both Hep B and C

• Conversions Hepatitis C negative to positive or vice versa

• Disconnection of lines and needles

• Infection Control Reports; Access infections

• Admissions from out-patient to In-patient ward or other hospitalizations

iv. Transfer to other facility or endorsement information for transfer to other facility

Provide interface – middle ware with hospital information management system b. Individual/ group patient reports by date

• Anemia (Hgb level)

• Calcium-phosphorus

• Albumin/weight/nutrition

• Access history

• Blood flow/recirculation

• Medications

• Admissions

• Co-morbidities

• Outcomes: Transplant/death/transfer

c. Staff / Personnel Reports and Records

• Update of licenses / certificates and other requirement

• Compliance measure monitoring and record

• Computer-based competency exam for staff

d. IT Hardware Requirements

• Two (2) 48-port Layer 2 Gigabit Manage Switch and one (1) 24-port Switches Layer 2 Gigabit

Manage Switch

• Category 6 Cabling and Termination for 47 Hemodialysis Machines and 27 Computers (for

both Hemo Main, Modular and Annex)

• One (1) unit 2KVA True Online UPS and One (1) unit 1KVA True Online UPS

e. Network Infrastructure

i. The winning proponent shall install all software and hardware requirements to maintain all data

network requirements at the Hemodialysis Center including all extension plans during the

contract period which shall include, but not limited to the following:

ii. Civil Works (e.g. Chipping-Ins and Restoration) with Roughing-Ins

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

79

iii. Data termination including all necessary consumables / components

iv. Testing, Commissioning and Implementation guaranteeing seamless connectivity and zero

network downtime

Note:

The contract will stipulate additional modules specifications and features including:

a. Security (access, authorization)

b. Back-up plan (local and cloud)

c. Technical connectivity with the main NKTI Hospital Information System (HIS) (with timeline in

case of a new proponent)

d. Data connectivity with the main NKTI HIS (with Pharmacy, Admitting, Ward, Radiology, etc.)

III. INFRASTRUCTURE RENOVATION WORKS

TABULATED SCOPE OF WORK PER AREA

TO BE PROVIDED BY THE WINNING PROPONENT

SCOPE OF WORK OF WINNING BIDDER DETAILS OF WORK

Area: HD OUT-PATIENT UNIT (ANNEX II) 768.71 sq.m

a. Civil Works

i. Replacement of Flooring including removal

of existing finish and preparation works -209

sq.m.

Inclusion: Removal of existing finish,

patching works, surface preparation,

priming and application of 3mm. thick

leveling compound; installation of 2mm

vinyl sheet, anti-slip, antibacterial,

chemical resistant, non-directional

pattern

ii. Repainting of Walls (All walls covering the

entire HD Areas) = 1,181 sq.m. Inclusion of Skim coat, Primer, 1st coat,

top coat, labor and consumables

iii. Repainting of Ceiling Inclusion of Primer, 1st coat, top coat,

labor and consumables

iv. Retrofitting of Ceiling (To eliminate drop

ceiling design for better illumination +

restoration of damaged ceiling) = 348 sq.m.

Inclusion of Removal of existing ceiling,

install new Gypsum board (12mm),

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

80

SCOPE OF WORK OF WINNING BIDDER DETAILS OF WORK

framing, supports, labor and

consumables

v. Refurbishing of Doors (Eliminate dents and

scratches)- 23 panels Ducco Finish

vi. Replacement of PVC Folding Doors (5 Sets) Including accessories and lock

vii. Replacement of Cubicle Partition (For Male

and Female) Inclusion of 12mm Phenolic compact

laminated board, framing, accessories

and installation

viii. Replacement of Mirror (2 sets) Inclusion of 6mm thick mirror @1100 x

1500mm, including installation and

consumables

ix. Repainting of Nurse Station = 20 ln.m. Inclusion of Putty, primer, paint, labor

and consumables x. Installation of Utility cabinets including

hardwares, laminates/paint @ Treatment

Area

Inclusion: use of 3/4" Marine ply board,

Laminate, labor and consumables

xi. Fabrication and installation of new enclosed

Reception counter and Built-in cabinets

Counter with 10mm. synthetic granite,

wood laminated finish; Built-in

Cabinets, Glass Partition

b. Plumbing System

i. Distribution pipes, fittings, connectors, and

outlets for the supply of R.O. Water (Loop) Details and Specifications are to be

provided by Hemodialysis Proponent

and approved by NKTI ii. Pipes, fitting, connectors and outlets going to

main drainage line system

iii. Installation of emergency eyewash at

treatment area (1 unit only) Supply and Installation of Emergency

eyewash station 304 Stainless Steel and

eyewash sign

c. Electrical System

i. Electrical outlets or sockets compatible to the

HD Machine Use existing Power supply (Maintain

wires but needs to replace fixtures only).

Any improvement of capacity as may be ii. Additional Electrical outlets

iii. Wires and Conduits

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

81

SCOPE OF WORK OF WINNING BIDDER DETAILS OF WORK

iv. Access Control System @ Service Entrance

door @ Service entrance

required by new HD Project Proponent

fall be borne by the winning proponent.

d. Auxiliary System

i. Additional LAN Nodes at Admin

Areas/Reception/ Nurse Station

New installation

ii. Additional CCTV Cameras at Reprocessing

Room, Storage Room, Conference Room

Hallway

iii. LAN/IO Ports shatter-type faceplate, with

utility box

iv. UTP CAT 6 cables and PVC Conduits and

fittings

v. IDF cabinet with patch panel, UPS and

backbone (2 runs of CAT6)

vi. Network server with cabinet rack at least 5

ft.

vii. Audio Line out 3.5mm. Female stereo jack

viii. Audio cable

e. Reprocessing Area

i. Replacement of Wooden Cabinets

Details and Specifications are to be

provided by Hemodialysis Proponent

and to be approved by NKTI

ii. Stainless Steel Sinks, Faucets and

countertops

iii. Dialyzer Cabinets

iv. Wooden Enclosure with viewing glass panels

v. Dialyzer Rack

vi. Replacement of floor Use epoxy resin material for the

flooring

f. R.O. Unit

i. Full system Use Existing water tapping lines. Any

works related to R.O. installation and

processes shall be new and costs shall

be of the winning proponent.

ii. Electrical Power Source

iii. Replacement of floor and wall tiles

Use epoxy resin material for the

flooring

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

82

SCOPE OF WORK OF WINNING BIDDER DETAILS OF WORK

Area: HD OUT-PATIENT Extension (ANNEX II) 298.17 sq.m.

SCOPE OF WORK DETAILS OF WORK

a. Civil Works

i. Repainting of Walls = 420 sq.m.

Inclusion of 1st coat, top coat, labor and

consumables

ii. Repainting of Ceiling

Inclusion of 1st coat, top coat, labor and

consumables

iii. Refurbishing of Doors (Eliminate dents and

scratches) = 11 panels Ducco Finish

iv. Repainting of Built-in cabinets and Nurse

Station = 13 ln.m.

Inclusion of Putty, primer, paint, labor

and consumables

v. Installation of Synthetic Granite Stone at

Charting Area

Use 10mm. Thick. Synthetic granite

vi. Installation of Utility cabinets including

hardwares, laminates/paint @ Treatment

Area

Inclusion of 3/4" Marine plyboard,

Laminate, labor and consumables

b. Plumbing System

i. Distribution pipes, fittings, connectors, and

outlets for the supply of R.O. Water (Loop) Details and Specifications are to be

provided by Hemodialysis Proponent ii. Pipes, fitting, connectors and outlets going to

main drainage line system

iii. Installation of emergency eyewash at

treatment area (1 unit only) Supply and Installation of Emergency

eyewash station 304 Stainless Steel and

eyewash sign

c. Electrical System

i. Electrical outlets or sockets compatible to the

HD Machine

Use existing Power Supply ii. Additional Electrical outlets

iii. Wires and Conduits

iv. Access Control System @ Service Entrance

door @ Service entrance

d. Auxiliary System

i. Additional LAN Nodes at Admin Areas New installation

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

83

SCOPE OF WORK OF WINNING BIDDER DETAILS OF WORK

ii. Additional CCTV Cameras at Reprocessing

Room, Storage Room, Conference Room

Hallway

iii. LAN/IO Ports shatter-type faceplate, with

utility box

iv. UTP CAT 6 cables and PVC Conduits

v. IDF cabinet with patch panel, UPS and

backbone (2 runs of CAT6)

vi. vi. Network server with cabinet rack at least

5 ft.

vii. vii. Audio Line out 3.5mm. Female stereo

jack

viii. Audio cable

e. Reprocessing Area

i. Replacement of Wooden Cabinets

Details and Specifications are to be

provided by Hemodialysis Proponent

ii. Stainless Steel Sinks, Faucets and

countertops

iii. Dialyzer Cabinets

a. Wooden Enclosure with viewing glass

panels

b. Dialyzer Rack

iv. Replacement of floor Use epoxy resin material for the flooring

f. R.O. Unit

i. Full system Use Existing water tapping lines. Any

works related to R.O. installation and

processes shall be new and costs shall

be of the winning proponent.

ii. Electrical Power Source

iii. Replacement of Floor and wall tiles Use epoxy resin material for the

flooring

Area: HD In-Patient Unit (MAIN) 261.00 sq.m.

SCOPE OF WORK DETAILS OF WORK

a. Civil Works

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

84

i. Replacement of Flooring including removal

of existing finish and preparation works

Inclusion: Removal of existing finish,

patching works, surface preparation,

priming and application of 3mm thick

levelling compound; installation of 2mm

vinyl sheet, anti-slip, antibacterial,

chemical resistant, non-directional

pattern

ii. Repainting of Walls (All walls covering the

entire HD Areas = 274 sq.m.) Inclusion of Skim coat, Primer, 1st coat,

top coat, labor and consumables

iii. Repainting of Ceiling

Inclusion of Primer, 1st coat, top coat,

labor and consumables

iv. Refurbishing of Doors ( Eliminate dents and

scratches)- 5 panels Ducco Finish

v. Replacement of PVC Folding Doors (1 Set) Including accessories and lock

vi. Repainting of Built-in cabinets and Nurse

Station = 26.4 ln.m

Inclusion of Putty, primer, paint, labor

and consumables

vii. Installation of Utility cabinets including

hardwares, laminates/paint @ Treatment Area

= 36 ln.m.

Inclusion of 3/4" Marine ply board,

Laminate, labor and consumables

b. Plumbing System

i. Distribution pipes, fittings, connectors, and

outlets for the supply of R.O. Water (Loop) Details and Specifications are to be

provided by Hemodialysis Proponent ii. Pipes, fitting, connectors and outlets going to

main drainage line system

iii. Installation of emergency eyewash at

treatment area (1 unit only)

Supply and Installation of Emergency

eyewash station 304 Stainless Steel and

eyewash sign

c. Electrical System

i. Electrical outlets or sockets compatible to the

HD Machine

Use Existing Power Supply ii. Additional Electrical outlets

iii. Wires and Conduits

iv. Access Control System @ Service Entrance

door

d. Auxiliary System

i. LAN/IO Ports shatter-type faceplate, with

utility box New installation

ii. UTP CAT 6 cables and PVC Conduits

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

85

iii. IDF cabinet with patch panel, UPS and

backbone (2 runs of CAT6)

iv. Network server with cabinet rack at least 5 ft.

v. Audio Line out 3.5mm. Female stereo jack

vi. Audio cable

e. Reprocessing Area

1. Replacement of Wooden Cabinets

Details and Specifications are to be

provided by Hemodialysis Proponent

and to be approved by NKTI

2. Stainless Steel Sinks, Faucets and countertops

3. Dialyzer Cabinets

1. Wooden Enclosure with viewing glass panels

2. Dialyzer Rack

4. Replacement of floor Use epoxy resin material for the

flooring

f. R.O. Unit

i. Full system Use Existing water tapping lines. Any

works related to R.O. installation and

processes shall be new and costs shall be

of the winning proponent.

ii. Electrical Power Source

iii. Replacement of Floor and wall tiles Use epoxy resin material for the

flooring

Area: HD Management Team Office 112.30 sq.m.

SCOPE OF WORK DETAILS OF WORK

a. Civil Works

i. Repainting of Walls = 230 sq.m. Inclusion of primer, 1st coat, top coat,

labor and consumables

ii. Repainting of Ceiling Inclusion of Primer, 1st coat, top coat,

labor and consumables

iii. Refurbishing of Doors ( Eliminate dents and

scratches) = 8 panels

Inclusion of Putty, primer, paint, labor

and consumables

iv. Repainting of Built-in cabinets and Nurse

Station = 10 ln.m Inclusion of Putty, primer, paint, labor

and consumables

Area : ICU (8 Cubicles) 253.93 sq.m.

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

86

SCOPE OF WORK DETAILS OF WORK

a. Civil Works

i. Installation of Utility cabinets including

hardwares, laminates/paint @ Treatment Area

Inclusion of 3/4" Marine ply board,

Laminate, labor and consumables

b. Plumbing System

i. Distribution pipes, fittings, connectors, and

outlets for the supply of R.O. Water (Loop) Details and Specifications are to be

provided by Hemodialysis Proponent ii. Pipes, fitting, connectors and outlets going to

main drainage line system

c. Electrical System

i. Electrical outlets or sockets compatible to the

HD Machine

Use existing Power supply (Maintain

wires but needs to replace fixtures only).

Any improvement of capacity as may be

required by new HD Project Proponent

fall be borne by the winning proponent. ii. Wires and Conduits

Area: IMCU (4 Cubicles only + Portable RO

room) 52.12 sq.m.

a. Plumbing System

i. Distribution pipes, fittings, connectors, and

outlets for the supply from Portable R.O.

machine to IMCU Cubicle (Loop) Details and Specifications are to be

provided by Hemodialysis Proponent ii. Pipes, fitting, connectors and outlets going to

main drainage line system

Area: Unit 3F (Room 3406) 41.13 sq.m.

a. Civil Works

i. Installation of Utility cabinets including

hardwares, laminates/paint @ Treatment Area

Inclusion of 3/4" Marine plyboard,

Laminate, labor and consumables

b. Plumbing System

i. Distribution pipes, fittings, connectors, and

outlets for the supply from Portable R.O.

machine to Patient

Details and Specifications are to be

provided by Hemodialysis Proponent

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

87

ii. Pipes, fitting, connectors and outlets going to

main drainage line system

Area: 35 Bed Ward (8 Beds + Portable R.O.

Room) 84.08 sq.m.

a. Civil Works

i. Installation of Utility cabinets including

hardwares, laminates/paint @ Treatment Area

(6 Beds)

Inclusion of 3/4" Marine plyboard,

Laminate, labor and consumables

b. Plumbing System

i. Distribution pipes, fittings, connectors, and

outlets for the supply of R.O. Water (Loop) Details and Specifications are to be

provided by Hemodialysis Proponent ii. Pipes, fitting, connectors and outlets going to

main drainage line system

c. Electrical System

i. Electrical outlets or sockets compatible to the

HD Machine

Use existing Power supply (Maintain

wires but needs to replace fixtures

only). Any improvement of capacity as

may be required by new HD Project

Proponent fall be borne by the winning

proponent.

ii. Wires and Conduits

Area: Celltran Unit (4 Beds + Medication Area) 84.49 sq.m.

a. Plumbing System

i. Distribution pipes, fittings, connectors, and

outlets for the supply of R.O. Water (Loop)

Details and Specifications are to be

provided by Hemodialysis Proponent

ii. Pipes, fitting, connectors and outlets going to

main drainage line system

Area: Celltran Unit (4 Beds + Medication Area) 84.49 sq.m.

b. R.O. Unit

i. Full

system

Use Existing water tapping lines. Any

works related to R.O. installation and

processes shall be new and costs shall be

of the winning proponent. ii. Electrical Power Source

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

88

Area: HD Modular Facility 595.00 sq.m.

a. Civil works

i. Replacement of Flooring including removal

of existing finish and preparation works

Use 2mm. Thick. Non directional vinyl

sheet, including accessories and seam

welding as needed during the duration of

contract.

b. Plumbing System

i. Distribution pipes, fittings, connectors, and

outlets for the supply of R.O. Water (Loop) Embedded on walls. Details and

Specifications are to be provided by

Hemodialysis Proponent ii. Pipes, fitting, connectors and outlets going to

main drainage line system

c. R.O. Unit

i. Full system

Use Existing water tapping lines. Any

works related to R.O. installation and

processes shall be new and costs shall be

of the winning proponent, including

restoration works

ii. Electrical Power Source

Area: Isolation room at Ward 2C, 2D, ER

extension

a. Provision of portable R.O. Unit

Use Existing water tapping lines. Any

additional works/adjustment related to

R.O. installation and processes shall be

new and costs shall be of the winning

proponent, including restoration works

For HD facilities where HD procedure are done only as the need arises, the following

should be done:

1. The facilities installed by previous proponent or NKTI shall be jointly assessed by new

winning proponent and NKTI. A joint certification shall be issued attesting that the existing

facility can be used and that the cleaning, disinfection and testing shall be done regularly by

the winning proponent as required with all costs for such cleaning, disinfection and testing to

be shouldered by the winning proponent.

2. In the event that the facility is to be replaced by the winning proponent, all costs should be

shouldered by the winning proponent including the retrofitting, restoration works and all other

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

89

works that requires specialized technology including the subsequent testing as may be deemed

required. All works to be done shall be subject to final approval by NKTI.

Note: Items that will be pulled out at the end of contract shall be provided with Asset Sticker

by the winning proponent and should be properly documented.

IV. SERVICE AND MAINTENANCE PROGRAM FOR THE

FACILITY AND EQUIPMENT

A. All HD machines and other equipment should always be maintained in good working

condition by ensuring regular maintenance and calibration and when deemed necessary.

MACHINE/EQUIPMENT

SCHEDULE

PREVENTIVE

MAINTENANCE

CALIBRATION

HD machines Quarterly Annually

Chairs Annually N/A

Blood pressure apparatus Semi Annually Annually

Weighing scales Semi Annually Annually

Glucometers N/A N/A

Thermal scanners Semi Annually Annually

Cardiac monitors Semi Annually Annually

Reprocessing machines Monthly Annually

R.O. system Monthly N/A

Other equipment As recommended by the manufacturer

B. All dialysis machines will be replaced on or before its 20,000 operating hours or when

the machines becomes unserviceable for a continuous period of 10 days, whichever

comes first.

C. The service and maintenance program is for the sole account of the winning proponent

and shall also include other works required in order to address restoration of equipment

to full service if unforeseen events may prevent equipment from being used.

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

90

D. The necessary information required in the service and maintenance program are the

following:

1. Response time to emergency calls within 1 hour and routine calls within 4

hours from time of notification.

2. 24-hour service call unit for Outpatient and Inpatient

3. Number of Service Engineers available for the project including a dedicated

engineer and information technology staff for the institute and the satellite

clinic, 24/7.

4. Availability of the spare parts

5. Location of spare parts

6. Delivery of spare parts as needed

7. Software upgrades of data base system as needed

8. Company support (manual instruction book, educational support materials,

medical and technical support)

V. OTHER PERTINENT PROVISIONS

A. Changes in treatment protocol including changes in medical management

influenced by local and international requirements on quality healthcare standards

shall be grounds for review of the contract including possible change in the contract

rate.

B. The proponent shall have an emergency preparedness program that is made up

of contingency measures to equip both staff and patients alike through education

and training and eventually minimize damages to property and human lives as well

as an assurance of the continuity of care. Also the proponent should be able to

provide dialysis services to all patients of NKTI in complete shifts in situations that

would require short term or long term temporary closure of the facility like:

▪ water outage or water supply interruption,

▪ earthquake and fire, which might lead to interruption of treatment sessions,

or

▪ an outbreak of disease short and long term

▪ others

C. There will be a three month transition period from the current contract to the

winning proponent. The prospective bidder shall submit a detailed plan to include

the dates of installation of HD machines, reprocessing machines, water treatment

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

91

facility, water distribution loop, dates of chemical analysis of water, microbiologic

testing of water, dialysate of HD machines and renovation for all HD UNITS. There

should be no disruption of services for the dialysis patients during the said transition

period. The plan is subject for approval by NKTI-Joint Administrative Technical

Committee (JATC).

D. In cases of repeated problems with operations resulting in downtime of treatment,

the NKTI may secure an independent consultant to be selected by JATC to review

the problem and make recommendation as to the proper solutions. The fees of the

independent consultant will be paid by the winning proponent.

E. NKTI reserves the right of ownership over any fixtures (such as water tanks,

dialysate water distribution loop, etc.) and Installations upon termination of this

contract. Likewise, if NKTI decides not to keep particular fixtures, the previous

private partner shall be responsible for dismantling and disposing of the same.

F. ANY CHANGES IN THE PROVISIONS AFTER CONTRACT SIGNING

SHOULD BE DISCUSSED WITH THE JATC BEFORE IMPLEMENTATION.

1. JATC Chairman: Head HD Center

Members: One (1) Active Nephrology Consultant

HD Supervisor & Head nurse

NKTI Engineering representatives

Winning proponent representatives

NKTI Administrative representatives

Adviser: NKTI Administrative consultant

2. Should meet at least every 3 months

3. Review duties of winning proponent, review HD treatment issues, validate

compliance to contract provisions, etc.

4. If there are any issues that cannot be decided on, this shall be referred to the

NKTI Executive Director for final action

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

92

VI. TECHNICAL EVALUATION CHECKLIST:

HDF Capable Hemodialysis Machine

(Brand and Model)____________________________

DESCRIPTIONS CLASSIFICATION REMARKS

PASS FAIL

1. General Function:

1.1 HDF and SLEDD capable

2. Body and Parts

2.1 rust proof and corrosion resistant

3. Required Operational Features

3.1 Large color LCD display

3.2 Easy programming of treatment

parameters

3.3 User friendly:

3.3.1 graphical presentation of

treatment parameters

3.3.2 ease of lining and priming

connection and disconnection

of treatment

3.3.3 ease of reading alarm

parameters

3.3.4 automatic priming and

rinsing capabilities

3.4 Decalcification program

3.5 Electrical safety features

3.5.1 with tolerance level of +/-

10%; single phase

ESSENTIAL STANDARD FEATURES

1. Automatic self- test of the machine,

hydraulic, sensors, limits, software and

screen function (Functional Test)

2. Safety alarms/ parameters which include:

(for proper functioning and safety of the

patient)

2.1 Air detector

2.2 Blood leak detector

2.3 Conductivity safety

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

93

DESCRIPTIONS CLASSIFICATION REMARKS

PASS FAIL

2.4 Temperature

2.5 Venous line clamp

2.6 First alarm indicator- allows diagnosis for

the cause of the alarm

2.7 Closed volumetric balancing chamber –

accurate fluid removal (ultrafiltration) at

the end of each treatment (+/- 200ml from

the target ultrafiltration volume)

2.8 Automatic setting of pressure (venous;

arterial; TMP) limits when blood flow

adjusted

3. Integrated disinfection system- heat and

chemical

4. Battery back- up for emergency power

failure alarm (e.g. provide memory back-up

of program)

5. Memory back-up of dialysis program during

power failure

6. Programmable heparinization with heparin

pump alarm

7. Dialysate flow alarm

8. Integrity check of substitution filter

9. Ultrapure filter

10. On-line production of substitution fluid

11. BLOOD FLOW rate capability between 50-

600ml/min

12. Variable dialysate flow range at 200-800

ml/min

13. Programmable mixing ratio of the

concentrate according to various potassium

levels. (potassium free, 2 mmol/L

potassium, 4mmol/L potassium)

14. Bicarbonate adjustment

15. Sodium modeling

16. Ultrafiltration (UF) modeling

17. Automatic priming and rinse back

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

94

DESCRIPTIONS CLASSIFICATION REMARKS

PASS FAIL

18. Blood pressure monitor

19. On-line Kt/V measurement

20. Closed system (no contact with air) of online

bicarbonate production

21. Capable of interfacing with NKTI’s local

area network computer system

TOTAL:

TECHNICAL EVALUATION CHECKLIST:

Conventional Hemodialysis Machine

(Brand and Model)_________________________

DESCRIPTIONS CLASSIFICATION REMARKS

PASS FAIL

1. General Function:

1.1 HD and SLEDD capable

2. Body and Parts

1.1 rust proof and corrosion resistant

3. Required Operational Features

3.1 Colored screen display

3.2 Graphical presentation of treatment parameters

and ease of reading alarm parameters

3.3 Easy programming of treatment parameters

3.4 Ease of lining and priming connection and

disconnection of treatment

3.5 Decalcification program

3.6 Electrical safety features with tolerance level of +/-10%;

single phase

ESSENTIAL STANDARD FEATURES

1. Automatic self- test of the machine, hydraulic, sensors,

limits, software and screen function (Functional Test)

2. Safety alarms/ parameters which include: (for proper

functioning and safety of the patient)

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

95

DESCRIPTIONS CLASSIFICATION REMARKS

PASS FAIL

2.1 Air detector

2.2 Blood leak detector

2.3 Conductivity safety

2.4 Temperature

2.5 venous line clamp

2.6 First alarm indicator- allows diagnosis for the

cause of the alarm

2.7 Closed volumetric balancing chamber – accurate

fluid removal (ultrafiltration) at the end of each

treatment (+/- 200ml from the target ultrafiltration

volume)

2.8 Automatic setting of pressure (venous; arterial;

TMP) limits when blood flow is adjusted

3. Integrated disinfection system- heat and chemical

4. Battery back- up for emergency power failure alarm

(e.g. provide memory back-up of program)

5. Memory back-up of dialysis program during power

failure

6. Programmable heparinization with heparin pump

alarm

7. Dialysate flow alarm

8. Ultrapure filter

9. BLOOD FLOW rate capability between 50-

600ml/min

10. Variable dialysate flow range at 200-800 ml/min

11. Programmable mixing ratio of the concentrate

according to various potassium levels. (potassium

free, 2 mmol/L potassium, 4mmol/L potassium)

12. Bicarbonate adjustment

13. Sodium modeling

14. Ultrafiltration (UF) modeling

15. Blood pressure monitor

16. Kt/V measurement

17. Closed system (no contact with air) of online

bicarbonate production

CONFORME:

________________________________

Signature

________________________________

Printed Name and Designation

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

96

DESCRIPTIONS CLASSIFICATION REMARKS

PASS FAIL

18. Capable of interfacing with NKTI’s local area

network computer system

TOTAL:

Note:

Post Qualification Criteria:

1. In the post qualification phase, the proponent with the lowest calculated bid will be

required to bring three (3) units each of their HDF-capable and conventional dialysis

machines for actual use on patients for evaluation of all the criteria as specified in terms of

reference for a period of two (2) weeks.

2. The machines will be evaluated using the pass / fail criteria only.

Conforme:

Name: _______________________________________________________________________________________

Legal Capacity: ______________________________________________________________________________

Signature: ____________________________________________________________________________________

Duly authorized to sign the Bid for and behalf of: ___________________________________________

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

97

Section VIII.

Checklist of Technical and Financial

Documents

NKTI Reference No. IB 22-070

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

98

Checklist of Technical and Financial Documents

I. TECHNICAL COMPONENT ENVELOPE

Class “A” Documents

Legal Documents

⬜ (a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages);

Technical Documents

⬜ (b) Notarized Statement of the prospective bidder of all its ongoing government

and private contracts, including contracts awarded but not yet started, if any,

whether similar or not similar in nature and complexity to the contract to be

bid; and

⬜ (c) Notarized Statement of the bidder’s Single Largest Completed Contract

(SLCC) similar to the contract to be bid, except under conditions provided

for in Sections 23.4.1.3 and 23.4.2.4 of the 2016 revised IRR of RA No. 9184,

within the relevant period as provided in the Bidding Documents; and

⬜ (d) Original copy of Bid Security. If in the form of a Surety Bond, submit also a

certification issued by the Insurance Commission;

or

Original copy of Notarized Bid Securing Declaration; and

⬜ (e) Conformity with the Technical Specifications, which may include

production/delivery schedule, manpower requirements, and/or after-

sales/parts, if applicable; and

⬜ (f) Original duly signed Omnibus Sworn Statement (OSS);

and if applicable, Original Notarized Secretary’s Certificate in case of a

corporation, partnership, or cooperative; or Original Special Power of

Attorney of all members of the joint venture giving full power and authority

to its officer to sign the OSS and do acts to represent the Bidder.

Financial Documents

⬜ (g) The prospective bidder’s duly signed computation of Net Financial

Contracting Capacity (NFCC);

or

A committed Line of Credit from a Universal or Commercial Bank in lieu of

its NFCC computation.

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

99

Class “B” Documents

⬜ (h) If applicable, a duly signed joint venture agreement (JVA) in case the joint

venture is already in existence;

or

duly notarized statements from all the potential joint venture partners stating

that they will enter into and abide by the provisions of the JVA in the instance

that the bid is successful.

Other documentary requirements under RA No. 9184 (as applicable)

⬜ (i) [For foreign bidders claiming by reason of their country’s extension of

reciprocal rights to Filipinos] Certification from the relevant government

office of their country stating that Filipinos are allowed to participate in

government procurement activities for the same item or product.

⬜ (j) Certification from the DTI if the Bidder claims preference as a Domestic

Bidder or Domestic Entity.

25 FINANCIAL COMPONENT ENVELOPE

(a) Original of duly signed and accomplished Financial Bid Form; and

(b) Original of duly signed and accomplished Price Schedule(s).

(b.1) “Annex A” Price Schedule

100

Mandatory Forms

NKTI Reference No. IB 22-070

101

Bid Form for the Procurement of Goods [shall be submitted with the Bid]

_________________________________________________________________________

BID FORM Date : _________________ Project Identification No.: _________________ To: [name and address of Procuring Entity] Having examined the Philippine Bidding Documents (PBDs) including the Supplemental or Bid Bulletin Numbers [insert numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to [supply/deliver/perform] [description of the Goods] in conformity with the said PBDs for the sum of [total Bid amount in words and figures] or the total calculated bid price, as evaluated and corrected for computational errors, and other bid modifications in accordance with the Price Schedules attached herewith and made part of this Bid. The total bid price includes the cost of all taxes, such as, but not limited to: [specify the applicable taxes, e.g. (i) value added tax (VAT), (ii) income tax, (iii) local taxes, and (iv) other fiscal levies and duties], which are itemized herein or in the Price Schedules, If our Bid is accepted, we undertake: a. To deliver the goods in accordance with the delivery schedule specified in the Schedule

of Requirements of the Philippine Bidding Documents (PBDs);

b. To provide a performance security in the form, amounts, and within the times prescribed in the PBDs;

c. To abide by the Bid Validity Period specified in the PBDs and it shall remain binding upon us at any time before the expiration of that period.

[Insert this paragraph if Foreign-Assisted Project with the Development Partner: Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we are awarded the contract, are listed below: Name and address Amount and Purpose of of agent Currency Commission or gratuity ________________________________________________ ________________________________________________ ________________________________________________ (if none, state “None”) Until a formal Contract is prepared and executed, this Bid, together with your written acceptance thereof and your Notice of Award, shall be binding upon us. We understand that you are not bound to accept the Lowest Calculated Bid or any Bid you may receive. We certify/confirm that we comply with the eligibility requirements pursuant to the PBDs. The undersigned is authorized to submit the bid on behalf of [name of the bidder] as evidenced by the attached [state the written authority].

102

We acknowledge that failure to sign each and every page of this Bid Form, including the attached Schedule of Prices, shall be a ground for the rejection of our bid. Name: ___________________________________________________________________ Legal capacity: _____________________________________________________________ Signature: ________________________________________________________________ Duly authorized to sign the Bid for and behalf of: __________________________________

Date: ___________________

103

Price Schedule for Goods Offered from Abroad [shall be submitted with the Bid if bidder is offering goods from Abroad]

______________________________________________________________________________

For Goods Offered from Abroad

Name of Bidder_________________ Project IB No. ______________ Page ____ of ___

1 2 3 4 5 6 7 8 9 10 Item Description Country

of

origin

Quantity Unit

price

EXW

per

item

Transportation

and all other

costs

incidental to

delivery, per

item

Sales and

other

taxes

payable

if

Contract

is

awarded

per item

Cost of

Incidental

Services,

if

applicable

per item

Total

Price per

unit

(col9) x

(col 4)

Total Price

delivered

Final

Destination

(col 9) x

(col 4)

Name: ___________________________________________________________________ Legal Capacity: ____________________________________________________________ Signature: ________________________________________________________________ Duly authorized to sign the Bid for and behalf of: _________________________________________

Date: ___________________

104

Price Schedule for Goods Offered from Within the Philippines [shall be submitted with the Bid if bidder is offering goods from within the Philippines]

______________________________________________________________________________

For Goods Offered from within the Philippines

Name of Bidder_________________ Project IB No. ______________ Page ____ of ___

1 2 3 4 5 6 7 8 9 10 Item Description Country

of

origin

Quantity Unit

price

EXW

per

item

Transportation

and all other

costs

incidental to

delivery, per

item

Sales and

other

taxes

payable

if

Contract

is

awarded

per item

Cost of

Incidental

Services,

if

applicable

per item

Total

Price per

unit

(col

5+6+7+8)

Total Price

delivered

Final

Destination

(col 9) x

(col 4)

Name: ___________________________________________________________________ Legal Capacity: ____________________________________________________________ Signature: ________________________________________________________________ Duly authorized to sign the Bid for and behalf of: _________________________________________

Date: ___________________

Note: Please fill-up the price schedule, attached here as Annex “A” of this document.

105

Bid Securing Declaration Form [shall be submitted with the Bid if bidder opts to provide this form of bid security]

_________________________________________________________________________ REPUBLIC OF THE PHILIPPINES) CITY OF _______________________) S.S. BID SECURING DECLARATION Project Identification No.: [Insert number] To: [Insert name and address of the Procuring Entity] I/We, the undersigned, declare that: 1. I/We understand that, according to your conditions, bids must be supported by a Bid

Security, which may be in the form of a Bid Securing Declaration.

2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any procurement contract with any procuring entity for a period of two (2) years upon receipt of your Blacklisting Order; and, (b) I/we will pay the applicable fine provided under Section 6 of the Guidelines on the Use of Bid Securing Declaration, within fifteen (15) days from receipt of the written demand by the procuring entity for the commission of acts resulting to the enforcement of the bid securing declaration under Sections 23.1(b), 34.2, 40.1 and 69.1, except 69.1(f),of the IRR of RA No. 9184; without prejudice to other legal action the government may undertake.

3. I/We understand that this Bid Securing Declaration shall cease to be valid on the following circumstances: a. Upon expiration of the bid validity period, or any extension thereof pursuant to your

request;

b. I am/we are declared ineligible or post-disqualified upon receipt of your notice to such effect, and (i) I/we failed to timely file a request for reconsideration or (ii) I/we filed a waiver to avail of said right; and

c. I am/we are declared the bidder with the Lowest Calculated Responsive Bid, and I/we have furnished the performance security and signed the Contract.

IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month] [year] at [place of execution].

[Insert NAME OF BIDDER OR ITS AUTHORIZED REPRESENTATIVE] [Insert signatory’s legal capacity]

Affiant

106

ACKNOWLEDGEMENT

REPUBLIC OF THE PHILIPPINES)

QUEZON CITY ) S.S.

BEFORE ME, a Notary Public for and in ____________________, this _____ day of ___________,

personally appeared the following:

Name Competent Evidence of Identity Date Issue/Expiry Date Place of Issue

He/She are/is both known to me to be the same person/s who executed the foregoing document and he/she

acknowledged to be that their signature/s confirm his/her own voluntary act/s and the entities he/she represent.

SIGNED AND SEALED at the place and on the date above written.

NOTARY PUBLIC

Doc. No. ______________

Page No. ______________

Book No. ______________

Series of 20_____________

107

Contract Agreement Form for the Procurement of Goods [Not required to be submitted with the Bid, but it shall be submitted within ten (10) days after

receiving the Notice of Award]

_________________________________________________________________________

CONTRACT AGREEMENT

THIS AGREEMENT made the _____ day of __________ 20_____ between [name of

PROCURING ENTITY] of the Philippines (hereinafter called “the Entity”) of the one part and [name of Supplier] of [city and country of Supplier] (hereinafter called “the Supplier”) of the other part;

WHEREAS, the Entity invited Bids for certain goods and ancillary services, particularly [brief description of goods and services] and has accepted a Bid by the Supplier for the supply of those goods and services in the sum of [contract price in words and figures in specified currency] (hereinafter called “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS: 4. In this Agreement words and expressions shall have the same meanings as are

respectively assigned to them in the Conditions of Contract referred to. 5. The following documents as required by the 2016 revised Implementing Rules and

Regulations of Republic Act No. 9184 shall be deemed to form and be read and construed as integral part of this Agreement, viz.:

i. Philippine Bidding Documents (PBDs);

i. Schedule of Requirements;

ii. Technical Specifications;

iii. General and Special Conditions of Contract; and

iv. Supplemental or Bid Bulletins, if any

ii. Winning bidder’s bid, including the Eligibility requirements, Technical and Financial Proposals, and all other documents or statements submitted;

Bid form, including all the documents/statements contained in the Bidder’s bidding envelopes, as annexes, and all other documents submitted (e.g., Bidder’s response to request for clarifications on the bid), including corrections to the bid, if any, resulting from the Procuring Entity’s bid evaluation;

iii. Performance Security;

iv. Notice of Award of Contract; and the Bidder’s conforme thereto; and

v. Other contract documents that may be required by existing laws and/or the

Procuring Entity concerned in the PBDs. Winning bidder agrees that additional contract documents or information prescribed by the GPPB that are subsequently required for submission after the contract execution, such as the Notice to Proceed, Variation Orders, and Warranty Security, shall likewise form part of the Contract.

6. In consideration for the sum of [total contract price in words and figures] or such

other sums as may be ascertained, [Named of the bidder] agrees to [state the object of the contract] in accordance with his/her/its Bid.

108

7. The National Kidney and Transplant Institute agrees to pay the above-mentioned sum in accordance with the terms of the Bidding.

IN WITNESS whereof the parties hereto the parties have caused this Agreement to be executed in accordance with the laws of the Republic of the Philippines on the day and year first above written

[Insert Name and Signature] [Insert Name and Signature] [Insert Signatory’s Legal Capacity] [Insert Signatory’s Legal Capacity] for: for

[Insert Procuring Entity] [Insert Name of Supplier]

ACKNOWLEDGEMENT

REPUBLIC OF THE PHILIPPINES)

QUEZON CITY ) S.S.

BEFORE ME, a Notary Public for and in ____________________, this _____ day of ___________,

personally appeared the following:

Name Competent Evidence of Identity Date Issue/Expiry Date Place of Issue

He/She are/is both known to me to be the same person/s who executed the foregoing document and he/she

acknowledged to be that their signature/s confirm his/her own voluntary act/s and the entities he/she represent.

SIGNED AND SEALED at the place and on the date above written.

NOTARY PUBLIC

Doc. No. ______________

Page No. ______________

Book No. ______________

Series of 20_____________

109

Omnibus Sworn Statement (Revised) [shall be submitted with the Bid]

_________________________________________________________________________ REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF ______ ) S.S.

AFFIDAVIT

I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant], after having been duly sworn in accordance with law, do hereby depose and state that: 1. [Select one, delete the other:]

[If a sole proprietorship:] I am the sole proprietor or authorized representative of [Name of Bidder] with office address at [address of Bidder]; [If a partnership, corporation, cooperative, or joint venture:] I am the duly authorized and designated representative of [Name of Bidder] with office address at [address of Bidder];

2. [Select one, delete the other:]

[If a sole proprietorship:] As the owner and sole proprietor, or authorized representative of [Name of Bidder], I have full power and authority to do, execute and perform any and all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract for [Name of the Project] of the [Name of the Procuring Entity], as shown in the attached duly notarized Special Power of Attorney; [If a partnership, corporation, cooperative, or joint venture:] I am granted full power and authority to do, execute and perform any and all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract for [Name of the Project] of the [Name of the Procuring Entity], as shown in the attached [state title of attached document showing proof of authorization (e.g., duly notarized Secretary’s Certificate, Board/Partnership Resolution, or Special Power of Attorney, whichever is applicable;)];

3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the

Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the Government Procurement Policy Board, by itself or by relation, membership, association, affiliation, or controlling interest with another blacklisted person or entity as defined and provided for in the Uniform Guidelines on Blacklisting;

4. Each of the documents submitted in satisfaction of the bidding requirements is an

authentic copy of the original, complete, and all statements and information provided therein are true and correct;

5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized

representative(s) to verify all the documents submitted;

110

6. [Select one, delete the rest:]

[If a sole proprietorship:] The owner or sole proprietor is not related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; [If a partnership or cooperative:] None of the officers and members of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; [If a corporation or joint venture:] None of the officers, directors, and controlling stockholders of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree;

7. [Name of Bidder] complies with existing labor laws and standards; and 8. [Name of Bidder] is aware of and has undertaken the responsibilities as a Bidder in

compliance with the Philippine Bidding Documents, which includes:

a. Carefully examining all of the Bidding Documents;

b. Acknowledging all conditions, local or otherwise, affecting the implementation of the Contract;

c. Making an estimate of the facilities available and needed for the contract to be bid, if any; and

d. Inquiring or securing Supplemental/Bid Bulletin(s) issued for the [Name of the Project].

9. [Name of Bidder] 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 or activity.

10. 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.

111

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at ____________, Philippines.

[Insert NAME OF BIDDER OR ITS AUTHORIZED REPRESENTATIVE] [Insert signatory’s legal capacity]

Affiant

ACKNOWLEDGEMENT

REPUBLIC OF THE PHILIPPINES)

QUEZON CITY ) S.S.

BEFORE ME, a Notary Public for and in ____________________, this _____ day of ___________,

personally appeared the following:

Name Competent Evidence of Identity Date Issue/Expiry Date Place of Issue

He/She are/is both known to me to be the same person/s who executed the foregoing document and he/she

acknowledged to be that their signature/s confirm his/her own voluntary act/s and the entities he/she represent.

SIGNED AND SEALED at the place and on the date above written.

NOTARY PUBLIC

Doc. No. ______________

Page No. ______________

Book No. ______________

Series of 20_____________

112

Performance Securing Declaration [if used as an alternative performance security but it is not required to be submitted with the

Bid, as it shall be submitted within ten (10) days after receiving the Notice of Award]

_________________________________________________________________________ REPUBLIC OF THE PHILIPPINES) CITY OF _____________________ ) S.S.

PERFORMANCE SECURING DECLARATION Invitation to Bid: [Insert Reference Number indicated in the Bidding Documents] To: [Insert name and address of the Procuring Entity] I/We, the undersigned, declare that: 1. I/We understand that, according to your conditions, to guarantee the faithful

performance by the supplier/distributor/manufacturer/contractor/consultant of its obligations under the Contract, I/we shall submit a Performance Securing Declaration within a maximum period of ten (10) calendar days from the receipt of the Notice of Award prior to the signing of the Contract.

2. I/We accept that: I/we will be automatically disqualified from bidding for any procurement

contract with any procuring entity for a period of one (1) year for the first offense, or two (2) years for the second offense, upon receipt of your Blacklisting Order if I/We have violated my/our obligations under the Contract;

3. I/We understand that this Performance Securing Declaration shall cease to be valid

upon:

a. issuance by the Procuring Entity of the Certificate of Final Acceptance, subject to the following conditions:

i. Procuring Entity has no claims filed against the contract awardee;

ii. It has no claims for labor and materials filed against the contractor; and

iii. Other terms of the contract; or

b. replacement by the winning bidder of the submitted PSD with a performance security in any of the prescribed forms under Section 39.2 of the 2016 revised IRR of RA No. 9184 as required by the end-user.

IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month] [year] at [place of execution].

[Insert NAME OF BIDDER OR ITS AUTHORIZED REPRESENTATIVE] [Insert signatory’s legal capacity]

Affiant

113

ACKNOWLEDGEMENT

REPUBLIC OF THE PHILIPPINES)

QUEZON CITY ) S.S.

BEFORE ME, a Notary Public for and in ____________________, this _____ day of ___________,

personally appeared the following:

Name Competent Evidence of Identity Date Issue/Expiry Date Place of Issue

He/She are/is both known to me to be the same person/s who executed the foregoing document and he/she

acknowledged to be that their signature/s confirm his/her own voluntary act/s and the entities he/she represent.

SIGNED AND SEALED at the place and on the date above written.

NOTARY PUBLIC

Doc. No. ______________

Page No. ______________

Book No. ______________

Series of 20_____________

114

Name of Procuring Entity: NATIONAL KIDNEY AND TRANSPLANT INSTITUTE

Name of Project: __________________________________________________________

STATEMENT OF ONGOING GOVERNMENT & PRIVATE CONTRACTS INCLUDING CONTRACTS AWARDED BUT NOT YET STARTED Business Name

: ____________________________________________________________________________________________________________

Business Address

: ____________________________________________________________________________________________________________

Name of Contract/Location Project Cost

a. Owner Name

b. Address

c. Telephone Nos.

Nature of Work

Contractor’s Role a. Date Awarded

b. Date Started

c. Date of Completion

% of Accomplishment Value of Outstanding Works/Uncompleted

Portion Description

% Planned Actual

Government

Private

*Continue in a separate sheet if necessary..

Total Cost

Submitted by : ____________________________________________________

(Printed Name and Signature)

Designation : ____________________________________________________

Date : ____________________________________________________

115

SUBSCRIBED AND SWORN to before me this __ day of [month][year]at [place of execution], Philippines. Affiant/s is/are personally known to me and

was/were identified by me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s

exhibited to me his/her [insert type of government identification card used], with his/her photograph and signature appearing thereon.

Witness my hand and seal this ___ day of [month] [year].

NAME OF NOTARY PUBLIC

Serial No. of Commission ___________

Notary Public for ______ until _______

Roll of Attorneys No. _____

PTR No. __, [date issued], [place issued]

IBP No. __, [date issued], [place issued]

MCLE Accreditation No. ____

MCLE Expiration Date ____

Doc. No. ___

Page No. ___

Book No. ____

Series of 2018

SPACE FOR GOVERNMENT ID PRESENTED

116

Name of the Procuring Entity: NATIONAL KIDNEY AND TRANSPLANT INSTITUTE

Name of Project: __________________________________________________________

STATEMENT IDENTIFYING SINGLE LARGEST COMPLETED CONTRACT SIMILAR TO THE CONTRACT TO BE BID

Business Name : __________________________________________________________

Business Address : __________________________________________________________

Name of Contract a. Owner’sName

b. Address

c. TelephoneNos.

Nature of Work Bidder’s Role a. Amount atAward

b. Amount

atCompletion

c. Duration

a. DateAwarded

b. ContractEffectivit

y

c. Date Completed

Description %

Government

Private

Note: This statement shall be supported with: 1. Contract 2. Certificate of Completion 3. Certificate of Acceptance Submitted by : ____________________________________________________

(Printed Name and Signature)

Designation : ____________________________________________________

Date : ____________________________________________________

117

SUBSCRIBED AND SWORN to before me this __ day of [month][year]at [place of execution], Philippines. Affiant/s is/are personally known to me and

was/were identified by me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s

exhibited to me his/her [insert type of government identification card used], with his/her photograph and signature appearing thereon.

Witness my hand and seal this ___ day of [month] [year].

NAME OF NOTARY PUBLIC

Serial No. of Commission ___________

Notary Public for ______ until _______

Roll of Attorneys No. _____

PTR No. __, [date issued], [place issued]

IBP No. __, [date issued], [place issued]

MCLE Accreditation No. ____

MCLE Expiration Date ____

Doc. No. ___

Page No. ___

Book No. ____

Series of 2018

118

SPACE FOR GOVERNMENT ID PRESENTED

119

"ANNEX A"

1 Lease Fee per Treatment sessions 502,200 920.00 462,024,000.00

462,024,000.00

Printed Name of Company

Address

IB NO. 22-070: PROCUREMENT OF NKTI HEMODIALYSIS CENTER PROJECT ON A LEASE FEE PER TREATMENT FOR FIVE (5) YEARS CONTRACT

BAC Conference Room, G/F NKTI Main Building

BID PROPOSALRemarks

Unit Cost Total Cost

Item

No.QTY.

Opening of Bids: February 7, 2022, Monday, 2:00PM

Signature

Printed Name and Designation

Date

Tel. No.

Particulars SupplierUOMUnit Cost

Approved Budget Cost

Total Cost

GRAND TOTAL (VAT INCLUSSIVE)

PRICE SCHEDULE