Public Bidding No. VMC-2018-018 - Valenzuela Medical Center

15
Republic of the philippines Departrnent of Health National Capital Regional Office VATENZUETA MEDICAT CENTER Padrigal St., Karuhatan, ValenzuelaCity Tel. No. 294-67tL to 16, Telefax Zgt-+ZSg Email address z valgen_hosp@yahoo,com BID BULLETIN NO. 1 18 October 20Lg Public Bidding No. VMC-2018-018 PROCUREMENT OF VARIOUS MEDICAL EQUIPMENT CY 2018 (Minutes of the Pre-Bid Conference) The following were present during the conference: BIDS & AWARDS COMMITTEE: Dr. Joseph T, Nocom - Chairman Mr. Edsel S" Martin - Vice-Chairman Engr. Zoraida Cuadra - Member Dr, Manuel Pocsidio - Member Mr, Gerbert G, Torres - Member Mr. Billy Lucena - Member TWG, END.USERS & OBSERVERS : Pastor Napoleon Saluba Ms" Mitzi Anastacio Ms, Ruby Gurrea Mr. Gerald Abante Dr, Allan Manalang Mr. Joy Lariosa Ms. Catherine Sotia Dr, Joan Alvarez Dr. Rowena Evangelista Dr" Alpha Montaos Ms. Luisa Reytas Ms" Ma, Cristina Torres BAC SECRETARIATI Ms. Michelle L. Ruiz - Head Ms, Angelita Dayego Mr. Rannier lohn Fajardo Ms. Marilou Canonizado PARTICIPANTS: Mr. Mar Jaison Lop ez - I(AS Ms. Mae s. Depositario - Alvez commercial, Inc. Ms. Thelma Berganio - Indoplas phils., Inc, Ms, Liza Crisol - Colent Medical Ms. Tina C. Sevilla - Biopharma Mr. Bener Padilla - RBGM Ms. Geraldine Palmero - Medev Ms, Shiela fean Carles - AMI Ms, Riziel Aquino - Asya Medika Mr. Reinhold Gonzales - R.espicare Enterpirses Mr. Iosh Carbajac - RBGM Ms. Jakie Lou Valenzuela - Aljeron Medical Enterprises Mr, Dale Marlowe Belbis - Digicare Medical Products, Inc. The conference started at 10:00am and presided by Dr. |oseph T. Nocom, FPOA, Chairperson of Bids & Awards Committee (BAC), held at the BAC Office, Valenzuela Medical Center, padrigal St, Karuhatan, Valenzuela City. He acknowledged the presence of all representatives of each prosfective bidder, the members of the BAC Committee, BAC Secretariag TWG Members as well as the invited observers. He reminded everyone that the Committee strictly adheres to Republic Act No. 9184 or the Government Procurement Act and the Standard Public Bidding Documents. However, the Committee can make additions aside from what is stated in the Philippini Standard Bidding Documents to such extent allowable under prevailing rules and regulations. Issued pursuant to Sec. 22.5 of the IRR of R.A.9184 to clari$r and/or ament certain provisions in the Bidding Documents issued for this project, considering the issues raised and clarifications made by prospective bidderi during the Pre-Bid Conference held on 18 0ctober 2018 likewise, respond to bidders' 1alrittln queries received within the prescriptive period for filing. PRESENTATION OF BIDS: o Bidders shall submit their bids through their duly authorized representatives using the forms specified in the Bidding' Dcjcuments in two (2) separate sealed envelopes, which ltraU Ue suLmitted simultaneously. r Bidders shall enclose the "0riginal" and "Copy 1" of their Eligibility and Technical Documents in a separate envelope marked ELIGIBILITY and TECHNICAL COMPONENTS. The "Original" and ,'Copy 1,, of their Financial Documents (Bid Form, Bid Offer & others) shall be enclosed in a separate envelope marked FINANCIAL COMPONENTS.

Transcript of Public Bidding No. VMC-2018-018 - Valenzuela Medical Center

Republic of the philippinesDepartrnent of Health

National Capital Regional OfficeVATENZUETA MEDICAT CENTER

Padrigal St., Karuhatan, ValenzuelaCityTel. No. 294-67tL to 16, Telefax Zgt-+ZSgEmail address z valgen_hosp@yahoo,com

BID BULLETIN NO. 118 October 20Lg

Public Bidding No. VMC-2018-018

PROCUREMENT OF VARIOUS MEDICAL EQUIPMENT CY 2018(Minutes of the Pre-Bid Conference)

The following were present during the conference:

BIDS & AWARDS COMMITTEE:Dr. Joseph T, Nocom - ChairmanMr. Edsel S" Martin - Vice-ChairmanEngr. Zoraida Cuadra - MemberDr, Manuel Pocsidio - MemberMr, Gerbert G, Torres - MemberMr. Billy Lucena - Member

TWG, END.USERS & OBSERVERS :

Pastor Napoleon SalubaMs" Mitzi AnastacioMs, Ruby GurreaMr. Gerald AbanteDr, Allan ManalangMr. Joy LariosaMs. Catherine SotiaDr, Joan AlvarezDr. Rowena EvangelistaDr" Alpha MontaosMs. Luisa ReytasMs" Ma, Cristina Torres

BAC SECRETARIATIMs. Michelle L. Ruiz - HeadMs, Angelita DayegoMr. Rannier lohn FajardoMs. Marilou Canonizado

PARTICIPANTS:Mr. Mar Jaison Lop ez - I(ASMs. Mae s. Depositario - Alvez commercial, Inc.Ms. Thelma Berganio - Indoplas phils., Inc,Ms, Liza Crisol - Colent MedicalMs. Tina C. Sevilla - BiopharmaMr. Bener Padilla - RBGMMs. Geraldine Palmero - MedevMs, Shiela fean Carles - AMIMs, Riziel Aquino - Asya MedikaMr. Reinhold Gonzales - R.espicare EnterpirsesMr. Iosh Carbajac - RBGMMs. Jakie Lou Valenzuela - Aljeron Medical EnterprisesMr, Dale Marlowe Belbis - Digicare Medical Products, Inc.

The conference started at 10:00am and presided by Dr. |oseph T. Nocom, FPOA, Chairperson of Bids& Awards Committee (BAC), held at the BAC Office, Valenzuela Medical Center, padrigal St,Karuhatan, Valenzuela City. He acknowledged the presence of all representatives of each prosfectivebidder, the members of the BAC Committee, BAC Secretariag TWG Members as well as the invitedobservers. He reminded everyone that the Committee strictly adheres to Republic Act No. 9184 or theGovernment Procurement Act and the Standard Public Bidding Documents. However, the Committeecan make additions aside from what is stated in the Philippini Standard Bidding Documents to suchextent allowable under prevailing rules and regulations.

Issued pursuant to Sec. 22.5 of the IRR of R.A.9184 to clari$r and/or ament certain provisions in the BiddingDocuments issued for this project, considering the issues raised and clarifications made by prospective bidderiduring the Pre-Bid Conference held on 18 0ctober 2018 likewise, respond to bidders' 1alrittln queries receivedwithin the prescriptive period for filing.

PRESENTATION OF BIDS:o Bidders shall submit their bids through their duly authorized representatives using the forms specified

in the Bidding' Dcjcuments in two (2) separate sealed envelopes, which ltraU Ue suLmittedsimultaneously.

r Bidders shall enclose the "0riginal" and "Copy 1" of their Eligibility and Technical Documents in aseparate envelope marked ELIGIBILITY and TECHNICAL COMPONENTS. The "Original" and ,'Copy

1,, oftheir Financial Documents (Bid Form, Bid Offer & others) shall be enclosed in a separate envelopemarked FINANCIAL COMPONENTS.

These 2 envelopes shall be enclosed in any sealed Box (preferably Data File Box) with cover.All documents to be submitted as part of the Bid should be aruanged in chronological order based in theChecklist provided by the BAC. Further, the documents should b-e tabulated in words Failure to followinstructions will mean disqualification

Mother

Envelope

W\O*

ELIGtBtLt'ry & TEcHNtcAL CorrrtpottrNrs(Etieibitity and TechnicaI Docu,ments]

Original with Copy 1

FI NAI..I C IAL COMPON ENTS(Bid Form, Bid Offer, Orhers-CpR/CGMp)

Original, with Copy 1

Mother EnvetopeContents of

Documents Comprising the Bid: Eligibility and Technical Cornponents - l't EnvelopeA EligibilityDocuments

Class "A'Documents:(i)

L. Certificate of philGEpS Registration (pladnum)

(ii)t. Statement of ALL on-going 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 bebid.

- Covered period is two (2) years, meaning Cy Z0L6 to present- Attach any: Purchase Order or Contract or Notice of Award as proof (should be similar in nature)2' Statement of Single Largest Completed Contract of similar nature within the last three (3) years.- Attach any Purchase Order, Contract or Notice ofAward as proof' Amount of the Completed Contract should be at least fifty percent (5070) of the ABC

(iii)1. The prospective bidder's computation of its Net Financial Conffacting Capacity's (NFCC's) K Factor

shall be fixed at 15 regardless of contract duration or Bank Guarantee which should be at leastequal to ABC or Certificate of Credit Line equivalent to L}Vo of the ABC from a Universal orCommercial Bank (for goods only). (K=15)

Classj'B" Documents1. Valid joint venture agreement (lVA), in case the joint venture is already in existence. In the

absence of a JVA, duly notarized statements from all the potential joint venture partners startingthat they will enter into and abide by the provisions of the IVA in the instance that the bid iasuccessful shall be included in the bid. Failure to enter into a joint venture in the event of acontract award shall be ground for the forfeiture of the bid security. Each partner of the jointventure shall submit the legal eligibility documents. The submission of technical and financialeligibility documents by any of the joint venture partners constitutes compliance.- Should a JVA be not applicable, the bidder is required to submit a certificate or statement to

such effect. Failure to submit shall be a ground for disqualification.

B. Technical Documents

$) Bid Security in the prescribed form, amount and validity periodi. Form

a. Cash, Cashier's/ Manager's Check, Bank Guarantee/ 2o/o of ABC to be bidDraft or Irrevocable Letter of Credit issued by a Universalor Commercial Bank;

b. Surety Bondc. Bid Securing Declaration

5o/o of ABC to be bidno percentage required (Validity -I20 days after Bid Opening)

I}tt FftF:IEilrllrsEl

(ii) Conformity with Technical Specifications and Schedule of Requirements as enumerated and specified insections vl and -VII

oftheBidding Documents (use the templite in the uiJaing documentsya' certificate for other Requirements for various equipment (provide one certificate or certificate foreach documents, notarized.)

(iii) Sworn statem€nt by the prospective bidder or its duly authorized representative in the form prescribedby the GppB (DulyNotarized)

ADDITIONAL REQUIRED DOCUMENTS:1' Bidding Documents duly signed/initialed by the authorized representative of the prospective bidder

(each page)2. Document Request List (DRL) from philcEps3. Bid Bulletin/s4' Certificate from the manufacturer to distribute their products or Exclusive Disffibutorship or anyEquivalent Document5' certificate of Good Performance from at least one (1) Government or private Hospital except from VMC(cY 2ot7-20L8)6' Secretaq/s Certificate (if corporate entity) or Authority of the Signatory (if single proprietorship)

Documents comprising the Bid: Financial components - znd EnvelopeThe second envelope shall contain the financial information/documents as specified in the pBDs:

1 Bid Form (Use the template in the bidding documenis)2. SummaryofBids

Note: Item No. in column 1 and up should be in accordance with the agency's item nos. Indicate the itemdescription and brand and model of the item in column 2 after the desciiption. The Summary of Bid Formshould be filled completely or put zero if not applicable. The final unit p.i." rt outa be stated. Failure infrlling it up completely or not following theseiistructions will mean disqualification on the part of thebidder

3' Brochure with complete Technical Specifications, and all other relevant materials stating compliance toall Technical Specifications of the equipment.

Tlf following documents should be submitted within 5 days after being the declared as LCB or SSRS in Iieu of thefollowing documents:

1. SEC/DTI Registration Certificate or CDA for Cooperative2. Mayor's Permit or Business permit or equivalent document- In case of recently elpired Mayor's/Business permit, it shatl be accepted Logether with an official receipt

as proof that the bidder has applied for renewal. Renewed permit to be submitted as post Qualificationrequirement3. BIR Registration Certificate (Form 23Og)4. License to Operate (LT0) - If with ssRS, attach after the certificate5. Tax Clearance Certificate6. Audited Financial staremenr zarc-2017 duly received by BIRwith 2017 ITR

ADDITIONAL REQUIREMENTS:- Bid 0peningis on October gL,ZAtB @ 10:00am.- Deadline of submission of written queries/request for amendments is on Tuesday, 23 October, 201g.- AII bid proposals should be ring bound with appropriate tabulations in words.- Bid security will be forfeited if withdrawn during the validity period.- Notice of Award will be faxed to winning bidders. The following day will be counted as 1st day of receipt- In the Summary of Bids, " From Within Abroad Form"will be uied if from abroad, if manufactured in the

Philippines, "From Within the Phils" shall be used. Used the latest form as stated in the biddingdocuments.

- During delay of delivery request for extension of delivery should be put in writing. 5 CD will be themaximum extension allowed' If not delivered after 5CD, full performance security will be forfeited as wellas cancellation of the award.

- Request for cancellation of awarded items will be subjected to penalty to the performance bond whichwill be deducted to the succeeding payment/disbursement voucher qoutrigtrt deduction).- CTC of documents by the bidder itself are acceptable provided that the Uiaaer will submit the OmnibusSworn Statement. (Note: State CTC based on orignal, photocopy, etc.)- Any document or certification issued outside Philippines iliould be accompanied by the official redribbon (authentication) by the Philippine Consular Office/Embassy where the subject document orcertification is issued.

& I f qrj;hiln f rer ii fl tq{! r

- submission of actual products by the LCB for Post-Qualification Evaluation and/or assessment shall bemade upon discretion of the BAC. The demo unit/proauct (For Eguipmenf,) should be exactly the sameunit and brand to be delivered. If a higher model, it iiroula u iutt ttre sirne brand and counby of origin andwith cortesponding documents io support that the sample is a higher model. on-siteinspection/evaluation_shourd be requested in writing suu;eci for approvar.- No delivery beyond 3:00 p.m.

AMENDMENTS TO THE TECHNICAL SPECIFICATION / DESCRIPTION OF THE ITEMS -- Please see attached AnnexA.

AII other provisions of the bidding documents not affected by revisions included in this Bid Bulletin shallremain in effect' Amendments/inclusions/clarifications made herein shall be considered an integral part of theBidding Documents.

The pre-bidding conference was adjourned at 4:1Opm.

PrepaS

MIC}TEL . RUIZ ,D., FPOAHead, B C Secretariat Chairman, BAC

Annex A.

Section VII. Technical Specifications

PROJECT TITLE : PROCUREMENT oF vARIoUs MEDIcAL EQUIPMENTcY 2018

APPROVED BUDGET OF : p 3,538,000.00THE CONTMCT

QUANTITY : 42 line items

Item2

Spgcification Statement of ComplianceOPTICAL BIOMETRYAxial length measurementIntra Qcular Lens IIOLJ CalculationContact and-immersion techniqueOperate under PC window envirolmentTransportableIncludrs-,- Luptop, colored,prini.r and computer tabGDeJivery Perio4: 60 calendar daysWarranty: two (2) years on partiand servicemaintenance

3 TRIAT LENS SET

Glass,lens segured in metal ringsSphere and Cylinder powersTrial frames0ccluderPinhole

9arrying case

Delivery Period: 60 calendar daysWarranty: lwo (2) years on parts and service

4 SET BINO.CUIAR TOUPE (BLS-3) 4D4 ti_mes. magnifi catio n

adjustable pupillary distance _

carryi!g case

adiustahle workin$ distanceDelivery Period calendar days

lVarr?nty: tr,yq_(2) yea,rs on parts and service5 sET BTNOCUIAR LOUPE (BrS-4) 16D

6 tiryes magqificationa$iustable pupillary distancecamying case

a{j u-staF,le worFing distanceDelivery Perigd: 60.calendar days _

Wqryanty: two [2).yegrs on parts and service6 APPTANATOR TONOMETER

Autoclavable

3ormore@carrylng case

user manual and conversion tableDglivery lsriod: 60 calendar d?)rq

W_arranly: two [2j years on parts ald *t"i.-7 OPHTFATMOSCOPE (Wall Mount)

Halg_gen light I LED lightApertures: Eicro, small, large, fixation targlit, iiit, reo-iree ritterBuilt-in focusing lensesRubber brow rest

DeJivery Period: 60 calendar days -

RETINOSC0PE wrTH WALr MOUNT ,

Str.eak Retirloscope ._ , -Halogen light./ LED light . ,

With crossed. linear polarizing filter350-degree str.uk rotution _

B

A rubber brow restn.liu.ry.P*rior!' eO rul*rtWur,runryt-r*o [Z) y*flrr onp

9 zOD LENS

20 Diopter indirect ophtlralmolcopy lensGlas-s materialAspherig or double concayg_lens

With lens case

Deliyery Perig.d: 60 calendar days, _

Wqrrpnty: .lwo [2) yearq.-on parts and service10 WIRELESS INDIRECT OPHTHALMOSCOPE

LED or hglogenRe_chargeab.le

Illuminatiol light adj ultment3 diffuser spot sizesI ntegrate d lighlfiltersadjustable h.eadbandDelively Perio4: 60 calendar daysWprr.anty: twg[.2) years on parts and_service

L4 VACUUM EXTRACTOR MACHINEPerformance:*fuction g?pacity of 3 0 liters/minqre*$urtion rtr*ngt[ run bg uqjuri*R"pid r"cuutt cr."tion*Compact ald user-fliendly pump with lqrg€, i"Gitt.d *.*r*d grip*Reliable '3guard' protective system with float levers integrateO inboltle lid_s and hydrophobic bacterial filter.*Enl.urgud qrry-to-rg,d .prurrure guuMaintenance-free' Low friction' piston-cylindei system ensuring lowvib,ratio{r a]rd near:.-silent operation with minimal wearAccessories:

Foot'controlled vacuum regulator, various suction aups, switch-ove.valves, Apgar timer, practical instrument tray, curettes and varioustubgs an4 adaqtersDelivery Period: 60 cSlendar dayswarranty: two [2) years on pariJand service wiiimaintenance

15 VOLU}{ETRTC TNFUSTON PUMPPHYSI CAL CHARACTERISTI CS

Compo.nents:

L&Ep mechanism: Lin.ur Peristaltic2. LCD or LED display/[onitor3, Push hutton Feyboard _4. Qoor loc\ megh.grism or its equivalent

_

5. Curing rourt,Ir.. drip proof rndVIg b i,!ity, P o rtab il ity:1". Portable2. Pump fixation: On a table or iemountinF clampPower Supply:1.,Auto-volr at L0o:21,0v Ac, 60 Hz2. Rechargeable back-up battery3. Battery charger must be an iThe battery charger circuit must charge the battery when theequipment is conle.cted to the Mains lrower source4. Automatic switch from main power operatint *od. tr b.tterygperating qrode and vice-versa

TECHN ICAL CHARACTERISTICS

na1. Mode indicatorz. rl

4. Tine displayUtL. Oper.ating Modes: _

olume

b. Progr?ry Mod.e . _

.c, Bolus Mode

. d, I(eep-Vein-Qpen Rate

4.VolumeRange: .. .., __

_- h, Jn Micro Infulion Mode: 9.1 ro 999.9 Lnl_. _5. Infu.sign,Timg settilg contrgl il 1 qinqre inrelnent6,BolusButtpn .. ,_ _T.Occlusio{r4larmlhreshold _. _Performancg R.equiremerlts: Flow Fate Accurac)r:

_-

t57o.of the:et flgr,y rateSafet.y Featyres:L. Air-ln-Line detector2. Anti-Flee-Flow device3. Keep-Vei-n-0pgn

4. Anti-Bolryl5lgq5. Powe.r supply shifts. to_ internal back-up battery durinffins failureQ, Qontrol setting loqk

- 7., Soyn.d and Yisual Alarms:

a. Powqr Failurg/lnterruptionb. Line Occlusion

c, Line Disconnectiond. Door Open

Low Battery

I Pump Failure

4:ceqsories:..1. recommended infusion sets

L6

Deliv.ery Perio.d: 60, calendaf dSysWarranty: two (Z) years on Rarts amaintelar.rce . . _

CRYOSURGERY SYSTEMFeatures:

stngl e-lratr rl coutrcll fi'o m TWS -three-position trigger [freeze, off,

Instant defrostBuilt-in regulatort .on

_eq9lrpmyValve body designed and rnanufaclrred for long, trouble{ree IifeCapture "O" ring design to ptorriprobe.,stery __ _Ability to .n"ng* tip O_

Extensiv-e choice. gf autoclave?ble tipsSystgm Package: .._ _. Custom case. F0 lb gas cyliltder (spegify ruZO

OB/GYN probe tip.s: _

& I t ur,ilryIirb t..nm! .& r ilr'rr s

1B

L9

r-r l rFI Hndo/Exocelyic;11, Large

' E'do/Hxocervical, Slnall

Delivery Period: 60 calendar days

INFUSION PUMP -

nLomponents:

:initor -

,P,lrh b"ttr"

f.VU"t*Flow rate indicator ,.*Volume to be infused indicator

T{tt*Quick.feed switch&h*Power source indicator

*Window lo check in

.v;a*lnfuse/stand by switc_tr silence

:i;*Presence/Absence of the "on hold"selected.-Pete9tlon ot U9clPsiol pressure c3n be selected [four incrementsDelivery Period: 60 calendar davsvvarranty: two l/,) years on parts and service with quarterly preventivemaintenange

_sulct"toru nancrglrug (z-z.s,l, p*r gottl* cnpncl'ry: z rr*u) . _Components: _ _

1. Electrically powered suction equipment.

I z, Suction gauge/read out: analogue or digital with an accuracy oft S%I futt scale value-.

3. vacuum regulator with continuous vacuum adiustment.4." Collectio' contairren oliters eqch, autoclavablqincluding the lid.5. Suction tubes: Silicone material, icollap-sible and_aulocllvable. , ,

6. Overflow Protection mechanism7. Bacterial filters on iiiu suction side.B. Portable.Accessories:

1. Suction tubing tips with spare?. $uctior\ glasl or trarlspare.nt plastic bottles z pcs.3. Bacterial Filters - Spcs,

5, Mobile Trolleyn*liu*ry P*riod, O0 ._q

Warranty: two (2) years on parts ;maintenance

20 POWER BONE DRItt

2L

1 pc charger -

.2 pcs batteriest,1 carrying caLe . .,

Delivery Period: g0 caler.rdar d$rsWarranty: two [2J.years on parts and sel4cgVIDEO LARYNGOSCOPEOne set video laryngorCfor Adult, Pediatric ald Neonatet'urhurg_*utrlo pr AAA b*tt*ryr oq*rutone bqttoT operation

.-

?nti-fog technology

Pglive{y Periodi 5_0 calendar dSysWarranty: two (2) years on parts and service with qtarterly preventivemainte.nancq, .., ,-

22 PEDTATRIC WEIGHING SCAIE, BEAM TYPE

>. Capacity - minimum of 40lbs> Die Cast Beam> easy to clean polystyrene tra> Easy to read

recisioffi> standard dimension for babGOther requirements:> with certificate of calibrationDelivery Period: 60 calendaidaWarranty: two (Zl years on part,maintenanceSUCTION MACHINE, HEAVY DUTYTechn ical Specification

loly*r supply: auto voltCapacitv: Q csJ 3-4 liters each iarComponents:

1. xlectrically powered iu.tion]q uipm*T2, Suction gauge/read ofull scale value

4, Collection container: one or two, *autoclavable includine the lid5. Silicone hose of B meters6. 0verflow Protection mectranism7. igcterial filters on the suction siaeB, With Foot switchStandard Accessories:

Llgqtion tubing tips with snare2. Suction glass / tl'ansparent pffi3. Bacterial Filters- 5 pieces4, Rubberlzed suction tubing at luast 3 mete, *itt ,5, FootswitchDulluury Period: 60 calendar daWarranty: two [2J years on ptimaintenanceFETAT DOPPLER> Display: 3.2" TFT color LCmode> Doppler sound

:_Tlg11d: dara savins for 4 hours> Rechargeable: 6V Ni-Mh Batteiv pack> Battery: thours fast C

:lgwer: AC100-240V t1S0 /60h2> Accessory: Doppler probe L nc> Standard: Operation manual 1pcDelivery Period: 60 calendar daWarranty: two (2) years on ptmaintenance

THEIT.APEUTTC UTTMSOUND> Portable, Tough Screen, progrurrrr*Ut*> Frequencies:1&3 Mhz

{lode: Continuous and pulsed

;o-jffi> Weisht: 1-S kss> water-resistant Mult!-freque"w rruu* r a s Mh,> With Built-ln batte> Main Voltage: L00-240V> With rnollile cart 75-90crn tiitable top with two [?J drawerslvarrarrty: two [z) years on paiis ano senvice wllgj$qn a tr I ce-\4/ i t h C a I i b rati o n Ce r Li fi care

hine usage to pUAn rtuffcase of bi

Delivery Period: 60 calendar daIASER MACHINE> 2 channel laser> 25mW Laser Probe

> Diode l.aser YVave length for ?s, 100, 400 MW pu[- m"d., 905 nM> Diode Laser Wave length for ZS 100, 400 MW

t Progtrnl*ubl. I*pulru fr*quunryt 10 Hr rtld rbou.->With Protective googles> With rnolrile carr ZS-itable top with two [Z) 4rawers , _ ., . _> Weight: not more than 4 kgs

: F_ree hands-on training for machine usage to pM&R qtrfft with back-up unit if in.-case of bDelivery Period: 60 calendar days[,sT BtD fi]OR, ilTHn{ NOS" 35-4S; A[,t trus"{'Ruc0tryx$)sTH${,9 T'O TE{E HXISTIN& CAUT'Htr{.V COR$ {RICHAEII} WO[,F.]

35 CIIP APPLIER - lOnrm, g40* ensionsaccorFinF to brand , .

36 DOLPHIN GRASPING AND DISSEd360mm, doqble actign jaws dimensions according to brand

37 TRUMPET TYPE SUCTION AND IRRIGATION fUgE 5ffito brand

3BNEEDLE HOIDER, CURVED RIGHT;length/ dimgnsions according to brand

39NEEDTE HOIDER, CURVED tEFf;Iength/ dimeqsiqns ac_cgrding to brand

40 NEEDTE HOLDER, STRAIGHT, Sm*, iilength dimensions ac.gording.to brand

_

4LREGULAR GRASNTNlength 3?.0mm to 350mm ,dimensions according to brand

42 REGUTAR GRASPING AND DISSECTINSryry dimensions accordinF to brand

43NEEDIE ASPIRATOR working length BOmdimeqsi.gns according to brand

44 HEMO-LOCK APPIIE& Medium Itbrand

45"$'ft.o cAlt Iq $'H"fl"F{ KH^e l} H t} 5 m nn to x. ;r rxl rn, blun t @*a:coraflfis]g to bnamd, ComXlatible with existing C{}2 celrcl (ffi,ictrand\rVo[f'] _.. ..- _.

46T"[{OCAR ru$T' T'F['[tHAg]Hn Silsllmensioms accCIrellrlg to brancl, CutmpatlbEe with existipg CgZ core![$tichand tt/olt]

47OW'ilUITA'H-{JR. FIAS$ON TTN} (BLliolder/ dirnenslons according to brand, Cornpatible with existing C0Zcqrd fRicirar:d Woll']

4BKNOT PUSHER, workinglength 330mmro 360mm;@dimens.igns acc_ording to brand$elivery $3et'iod; 60 aalendan days{Hte.nls No" 35-4S} _tMal"!.amty:otte(t}yearonpartsanglservicei@preventlye maiptenaqco fltems hlo. BS-4,S]

49 CARDIAC DEFIBRITTATOR WITH MONITOR LCD 7"E nviro nqnental .an d P.hysi qal Requi rementswater.resis.tance-: IPxt fwith.out external power)Solid Resistance : IP4xTemperature: Operating: 0 to 45sCStorage: -30 to 70sC

Humidityl operating/Storage: 1"0 to ?Ss/o, non condensationAltitudg:.,Opgrating/Storage: 3B 1m to +4575mShock and Vibration: Meets th21.102r ISo9919 (shock an4 vibration for transporllBump: Meets the requirements of 6.3, 4,3,EN17B9 (Yedical devices for use in road ambulances)FLee F'all : Meets the requirements of 6.3,4,3,EN17?9 fHeight of fall: 0.75m)EMQ.I Meets IEC6060 1-1-2Safety: M.eets EN/IEC 60601-1Display: Typel TFT color J.cD -Dimensions: 7 inchesResolurtion: 800 x 480 pixels

Dllplry Waveform: Max. 3 channelsPower:

AC Power:Line Voltage: 100 to Z40VFrequency; 5A / 60 HzWith power aqd charging indicatorDC power:

Input Voltage: 12VDCBattery:3Ah, 14,8V, rechargeable Lithium IonBattery pack

charge Time: Less than 2 hours to B0% and leisthan 3 hours to L00o/o with device offCapacity [new, fully charsed batte

Ylonitoring Mode: 2,5 Hours, monitoring with rdtspoZ continuously and all cables/sensors connectedDefib. Mode: 100 times, 3601 Discharse atintervals of 1 minute without recordinlgg$g mode: 2 hours, 50 ohm load impedancePacing rate: B0b m, pacing output: 60mAWith low batterv indicator

Alarm Levels: High, medium, low level alarms,complyins with IEC6060 1-1-BAlarm indicator: Audible and visual, parameter

alarm fHieh/Low LimirArrythmia Alarms, [,ead contact alarmRecorder:

Mqthod: High-Resolution Thermal Dot Arrawaveforms: Max. 3 channels with annotationsSpeed: 25mm/s, 50mm/sReports: Beal time waveforms, Even SummaTabular trends,Irozen waveforms, Review, UserTest and ConfieurationAuto recording: Recorder can configured to recordmarked events, charge, shoch alarm, auto testData Storase

Patient Profiles: Max. 100 patientsEvents: Up to 1000 events for one natientwaveforms storage: up to 24 hours of consecutiveECG waveformTabular Trend:72 hours, resolution: L min.Data eTport: Data can be export to pC throughUSB Flash MemoDefibrillatorWaveform: Biphasic Truncated ExponentialWaveform, with ImpedanceCompensationCharee TimeLess than 5 seconds to Z0A ioules with a newfully charged batteLess than B seconds to 360 ioules with a newfully charged batrery

thp.k delivery: via multifunction defib erectrodeds or paddles

Manual ModeOutput Ene

t,2,3,4,F,6,7,8,9,10,75,20,3 0,5 0,7 0,1 0 0, 1 5 0,L7 A,20 0, 3 0 0,3 6 0chronous Cardioversion:

pnergy Transfer begins within 30ms of the ORS oeakEnergy transfer b'egins within 2Sms of the externat svni[ r"tr"ECG MonitorinLead type: 5 lgads ECG pads/paddleLead selection: I, II, II, aVR, aVL, aVF,V pads/paddlesHeart rate disulaAdult: 15 to 300 BpM

Padiatrics, Neonate: 1_S to 350 BpMResolution: LBPMWllL$rrhythmia detecrion and alarmECG size: 2.5r[B,-I!q_ry, 10mm, 20mm,40mm$ryeep.speed: 6.25mm, ry,lffiffi, ZSmm, 50mmRespiration:Range: Adult: 0 to 1"_20 rpm, pediatric, Neonate: o to 1,50rnmResolution: 1

Accessories:

L set - Adult paddles

1 set - Pediatric Paddles1 bot - ECG Gel

1 set - 3 lS Lead ECG cable1 ea - Manuall" ea - Main cableL ea - TrolleAdditional Req uirement:Warranty: 'I'wo (?) years on parts andp I'eventive maitrterlance- Delivery Period: 60CDAUTOMATIC FILM PROCESSOR> Processor Type - continuous roller transport system> Processing time - Standard: 90 seconds> Film size - From 4" x 4" (!0crn x LOcm up to 14" x 17" Ll5cnr x 43cm)> Developer temperature - Automatic microprocessor controtteA -[Temperatttre control range: 2B-38"C tB2-100"F;, Temperature can beeasily changed and reset

Jryer temperature fTemperature control rang, Temperalure can be easily chaneed and resetlCirculation mode- Anti crystallization by automatic circulation pum> Replenishment mode - Automatic microprocessoi rnd m"nurlcontrolled> Dryer type - Blower-heater> Film feed sensor - Micro-switch sensor>1"ilnItcapracities(DevtlIoper:5,0-6.sliters,Fi'5.$ : 6.$ liters, Water. con$umptiE:n: 1.S liters>EIectricalconnections.AC220.240Volt.50H'1L0 -LZA Volt. SAHz/6AHz> Standard accessories - Replenishment tanks, Hoses, Strna, fufanuuL$pare parts kib with compatible UpS> Warranty 2 years

Delivery Period: 60 calendar davsAUTOMATED EXTERNAL DEFIBRITLATOR TAEDOperatine Modes:AED Mode: Hieh Resolution video disnlaanimated instructs and CPR coachin

ECG Monitor modeECG data and event informationManual Mode: DisnlaECG data and event information and defibrillationenergy .selection frclm't -Z$0 ioulesShock and disarm controlDefibrillator type: semi-Automatic external defibrillatorWaveformImpedance Compensated BiphasicTruncated Exponential

AED Mode: 4ggE4I_0 joules:Child/tnfanr: 50 joulesManual Mode: Adult: User selectable from ZS-200joules; Child/lqfant 25- 100 joulesCharse TimeAED Mode: 4-5 secs, ffrom shock advisedManual Mode : 9 secs. Or lgss (150 joulesJ i LZ secs. or less nOO iouieiControls:Lighted on/off buftonLiehted shock button

h-resolution color LCD, Video

lpmpts, Full motion videool-screen te>,l!'gmpts, cpR iouct ine, video andvoice coaching On-demand video heiyglgg prompts: Extensive voice rompts euideglglfhrough operation of the unitRescue Protocol: AHA/ERC zoio sunnortsrotocol updates by the user fpasstord pr"trct.d

Ballery : Typical, new baftery dgptereA UV O

shocks, at25aCPatient Analysis system: Automaticalltevrlurt*

tient impedance for roper pad contactMonitors signal quality and an es patient ECGfor sho ckable/non-sho ckable rhvthmsSensitivity/Sp ecificity: Meet AAMI-Df-e O

specifications and AHA recommendations.Event Documentation: Interval Event Recoid;Critical ECG segments and rescue eventarameters are recorded fgreater than 60 minutes

qlq be downloaded to a removable data cardPc'based Event Review: ECG with *u*t tas dispiagld qudio playback when availableRemoval storage: Up to 30 hours of ECG andevent data slo1age [no audio optionJ or up to 3hours of audio option), ECG and eu.ni storase ona removabledata card, actual length of storaee isdependent on card capaciusB porti Event download and maintenanceoperationsself Tests: [AUTolr4ATIC-Automatic daily, weet t

monthly and quarterly circuitrv testsBattery Insertion: system integrity test on batteinsertion

lgd presence: Pads preconnected tested dailuser-initiated: unit and battery pack system testinitiated by the userstatus indication: visual and audible indication oiunit statusstatus screen: Pads and battery informationstatus and expiration

Defibrillation/Monitoring pads: surface are Adult77 cmz; Child/lnfant: 50 cmz

: Pre- conneclgdr r!!gle-use, n on-polarized,diqposable, self-a4hesive electrodes with cible connectorBattery packs power: 1ZV, ZBA0 mAh

gili$ium/Mangan ese D ioxide Disp osablerecyclable, non-re charseablecapacity: 1?5 shocks or B hours continuous operationStandby Life: 4 vearsLow Battery Indicators: Visible, Audible EnvironmentalTemperature: Operating: 0 to 50aC; Standbv, O to SOsd

Be I ative H u ryldls! !p e rati n g/stan d by : so/o -9 i%Altitude: -500 to 15,000 fr [-1S0 to 4500m] terMIL-STD-810F 500.4 Procedure IIviLration: Ground (MIL-srD-B1QF s14.5 caieeo20) Helicopter (RTCA/DQ-I60D, Secrion B,g.r,Cat R, Zgne 2, Curve G); Iet Aircraft IRCTA/DO-160D Section B, Cat H, Zone Z, Curves B & R), orits equivalentqbglvDrop Abuse Tolerance: MIL-STD-B L0F51"6.5 Procedure IV 48 inches [1.2 meters), ,nedge, corner, or surface, in standby modeCrush Test: 1,000 pounds f450Water Resistance IEC60SZg class Ip55; Dust

rotected; Protected against water iets fbatteck installed)

Additional Requirement:-warranty: Two [z) years on parts and serviie-lnclusion of Practice Dummy or Demonstration unit-Power Supply: AC/DC Inverter-Delivery Period : 60CDPULSE OXIMETERPhysical Characteristics Components1". LCD or Led Display / Monitor2. Push Button Kevboard

?,. 9asing must be drip proof and resistant to disinf*rt"r,t4. Hinge finger probe or rubber fineerProbeforadult,pediatricandinfantuse.Theconn'ctio'@!q!bg main unit must have lockins mechanism2. Reghargeable battery that 4llows operations of at te"st fo* fd h""rs.3. The battery charger must be integral Frt of the power rupffi*unThe Battery charger circuit must charge the batterywhen th;'equipment is connected to the main power source.4. Automatic switch from main power operating mode to batteryoperating mode and vice versa.TECHNICAL CHARACTERISTICS DISPLAYED PARAMETERS1. Oxygen Saturation ISPOZ):70 to 99 %o *ito/o

2. Pulse rate in beats per minute (BpM) pulse240 BPM with3, Pulse waveform or indicator that illustrates ttre atr"ngth rf prtr.beins detectedUSER ADIUSTABLE SETTIN GS:

1. SPOZ limit alarm activation settin2, Pulse rate limit alarm activation settin3. Alarm sound level adjusted and alarm override una ternporurysilence controlPERFORMANCE REQUIREMENTS:

! :tccuracy of SPO2 Measurement t3o/o2. Accuracy of Pulse Rate Measurement: tS BpMSAFETY FEATURES:

L. Visual and audible alarms for:Hieh and low SP02Hieh and Low Pulse RateSensor DisconnectedSensor FailureLow Batte

ACCESSORIES:

1. Protective Case

2. Two (2) Reusable probes for Adult, Pediatric ancl infant us.3. Extra rechargeable back-up battery pack4,W / one f 1) vear warranDeliverv Period: 60 calendar davsI,VHEEL CHAIR, heavv Du>Chromeplated> Backrest Pocket with cover for chart holder> Adiustable IV nole> 6" inside diameter small oxveen tank holder>Aluminum footrest>with one [1) vear warranDelivery Period: 60 calendar daWEIGHING SCATE

with height \4easuring Stic[ adult triup, with one (1) veai warrutDelivery Period: 60 calendar davsSTRETCHER, Heavv DuSTRETCHER, heavy du> made of stainless steel>with safety hand rail with lock>with IV pole

>with oxysen holder>with mattress>with 4 caster wheels and break>standard size

>with one (1) year warrantyDelivery Period: 60 calendar daysCITH m tr{, m,n QIJ I R Ee{ m NTs Fo [1, AB CIVH-ST.ATAD VAR.[ C] U.5EQUIPMfiNT$ {PRC,I/IDH ONE CffiRTIFICATE or CtriRTlF[CATE FCIffi.nAc$ Fo R .gH H. FO tt,CIwl N c D S CIIM HNTS, IU CITAR.rZ Etr).)

Qtlrer Termf an4 Conditions to be> Bid offer is in the Philippine peso ro incTuAetransportation to site, delivery, installation and testing expenses on sitefhospital) ,> Supplier must provide orientatiomaintenancq persqnngl of the hospital with Training Certificate> Certification from manufacturer [principat] Stiianteeing theavailability of all s.q?{e parts for the next ten [10) years> Certification that the supplier has the capabiiity for rorructiu. anapreyentive maintenance of tb_e unit>CertificationthatthesupplierwillconductAi(2J yearp or within th,eyarranw period, If Applicable.>Certificationofdistributorshipfromtheunitmqntioning the narpe of the Philippine representative> Certification of rnanufacturer guaranteeing a"iiu.ry of equipt*nt undall accessories> Certification that the unit conforms with the IniernationalElectrotechnical Commission flEC) standards or its equivalent fprovideupdated copy during the deliveryJ _> Certificate of guaranteed upoffergd (provide updated copy during the delivery)> The supplier must submit the original Uroihure anA ottrer pertinentmaterials related to the specification of the machine. fprovide copy

, during the deliveryln*liupTy of.!b* gni! Igg.ihur *ith rlt* follor,vingl*Tyvo sets of the following:> Opgrltion and instruction man_q,qls

> Service and installation manuals