Procurement of GOODS
-
Upload
khangminh22 -
Category
Documents
-
view
0 -
download
0
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
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
"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