Republic of the Philippines Department of Health CENTRAL OFFICE BIDS AND AWARDS COMMITTEE

BID BULLETIN NO. 1 16 March 2012

PROCUREMENT OF HOSPITAL/MEDICAL EQUIPMENT AND SUPPLIES IB NO. 2012-039

This Bid Bulletin is being issued to clarify all the issues and questions raised during the Pre-bidding Conference held on 15 March 2012; 10:30 a.m. at the COBAC Conference Room, G/F, Building 6, Department of Health, San Lazaro Compound, Rizal Avenue, Sta. Cruz Manila. This Bid Bulletin will form an integral part of the bidding document for the Procurement of Hospital/Medical Equipment and Supplies under IB No. 2012-039. Listed below are the issues and questions raised and the corresponding modification:

Section III. Bid Data Sheet

 ITB Clause 5.4 FROM TO The prospective bidder should have completed within the The prospective bidder should have completed within the past two (2) years: past two (2) years:

a. At least two (2) similar contracts, both local and a. At least two (2) similar contracts, both local and international contracts, and the aggregate contract international contracts, and the aggregate contract amounts should be equivalent to at least fifty (50%) amounts should be equivalent to at least fifty (50%) of of the Approved Budget for the Contract (ABC); and the Approved Budget for the Contract (ABC); and

b. The largest of these similar contracts must be b. The largest of these similar contracts must be equivalent to at least half of the percentage of the equivalent to at least half of the fifty percent (50%) (ABC) as required above. of the (ABC) as required above.

For this purpose, similar contracts shall refer to various For this purpose, similar contracts shall refer to various laboratory / hospital / medical / radiological / dental laboratory / hospital / medical / radiological / dental equipment /supplies / devices / reagents /test kits. equipment /supplies / devices / reagents /test kits.

 ITB Clause 12.1 (a) FROM TO Class “B” Document Class “B” Document

6) If applicable, the JVA in case of the joint venture is 6) If applicable, the JVA in case the joint venture is already in existence, or duly notarized statements from already in existence, or if not, duly notarized all the potential joint venture partners stating that they statements from all the potential joint venture partners will enter into and abide by the provisions of the JVA stating that they will enter into and abide by the in the instance that the bid is successful; and provisions of the JVA in the instance that the bid is successful; and

(b) Technical Documents (b) Technical Documents 8) Duly accomplished and signed technical 8) Duly accomplished and signed technical specifications (using the form as provided for specifications (using the form as provided for in Section VII. Technical Specifications, in Section VII. Technical Specifications, pages 64-76 of the Bidding Documents, pages 64-76 of the Bidding Documents, which which also includes the following: also includes the following:

(c) Valid and current License to Operate (c) Valid and current License to Operate (LTO); (LTO) except for Item No. 1 Emergency Light.

1

 ITB Clause 20.3 FROM TO Each Bidder shall submit one (1) original and two (2) Each Bidder shall submit one (1) original and two (2) copies of the technical documents and one (1) original and copies of the technical documents and one (1) original and two (2) copies of the financial documents first and second two (2) copies of the financial documents. One envelope components of its bid. shall contain the original technical and financial documents, the second envelope shall contain copy 1 of the technical and financial documents and the third envelope shall contain copy 2 of the technical and financial documents.

Section VI. Schedule of Requirements

FROM TO  There will be inspection by the DOH  To remove this item. Inspection and Acceptance Committee at the supplier’s warehouse prior to the distribution of these items.  The delivery period as expressed by  The delivery period as expressed by weeks/months stipulates weeks/months stipulates hereafter a delivery hereafter a delivery date which is the date of delivery to the date which is the date of delivery to the project site. project site. Item Delivery Item Description Qty. Unit Delivery Site  Delivery Period: Forty five (45) No. Period calendar days from the receipt of 1 Emergency Light 1318 Unit Bldg. 25 Sixty (60) Notice to Proceed (NTP). 2 Mucus Extractor 3565 Unit DOH calendar 3 Nebulizer 1758 Unit Warehouse, days upon  Delivery Site: See page 88 Annex 4 Oxygen Tank 2355 Unit Material receipt of “A” Distribution List. 5 Phototheraphy Unit 23 Unit Management the Notice Division, to Proceed 6 Stethoscope (Adult) 1980 Unit Department 7 Stethoscope (Pedia) 1358 Unit of Health, 8 Sphygmomanometer 3517 Unit San Lazaro with Stand Features Compound, 9 Suction Machine 2L 1419 Unit Sta. Cruz, Capacity, Mobile Manila 10 Suction Machine 5L 76 Unit Capacity Mobile 11 Thermometer, 9341 Unit Mercury Free

Section VII. Technical Specification

ORIGINAL SPECIFICATION REVISED SPECIFICATION Item No. 1 Emergency Light 3. Standard Feature: 3. Standard Feature:  Electro-galvanized steel casing with high reflectance  Electro-galvanized steel casing with high reflectance finish with high grade epoxy spray coating finish with high grade epoxy spray coating  With sealed maintenance-free (nickel cadium/lead  With sealed maintenance-free (nickel cadium/lead acid rechargeable batter acid rechargeable battery  With heavy duty twin head emergency lamp of 5-6  With heavy duty twin head emergency lamp LED watts bulb  With 3 hours back-up time duration equipped with  With 3 hours back-up time duration equipped with push test switch to simulate power failure push test switch to simulate power failure  With additional metal guard housing for anti-theft.  With additional metal guard housing for anti-theft. Item No. 5 Phototherapy Unit 1. Power Supply: 220 VAC, 60 Hz with Built-in battery 1. Power Supply: 220 VAC, 60 Hz with Built-in or pack, with low battery indicator external battery pack, with low battery indicator 3. Irradiation Metering: 0 to 1000 hours 3. Irradiation Metering: 0 to 999.99 hours 5. No. of Lamps: 6 pieces at 20 watts (daylight) 5. No. of Lamps: 4- 6 pieces (white) at 20 watts 2 ORIGINAL SPECIFICATION REVISED SPECIFICATION Item No. 8 Sphygmomanometer with Stand Features Features Features  Mercury free  Mercury free  Pressure graduation 0 to 300mmHg  Pressure graduation 0 to 300mmHg equivalent calibrated equivalent calibrated  At least 49 sq. inches area dial display  At least 49 sq. inches area dial display  At least 8ft hose between cuff and dial  At least 8ft hose between cuff and dial  Adult cuff with ball included  Adult cuff with inflation bulb included  32-48 inch height adjustable  32-48 inch height adjustable  Bucket size to hold the cuff  Bucket size to hold the cuff  5 wheel base with break lock on wheel  5 wheel base with break lock on wheel  Base diameter approximately 17 inches  Base diameter approximately 17 inches Item No. 10 Suction Machine 5L Capacity Mobile for Hospital 2. Standard Features: 2.Standard Features:  Suction capacity: (minimum) 20li/min at 600mmHg  Suction capacity: (minimum) 20li/min at 600mmHg (minimum) (minimum)  Bottle capacity: at least 5 liters  Bottle capacity: at least 5 liters or 2 bottles with total  Gauge regulator capacity of at least 5L  Overflow protection  Gauge regulator  Bacterial filter  Overflow protection  Graduated bottle, transparent hard plastic  Bacterial filter  Graduated bottle, transparent hard plastic Item No. 11 Thermometer 1. Standard Features: 1.Standard Features:  Digital  Digital  Non-Mercurial  Non-Mercurial  Battery included

Revised Schedule of Requirements and Technical Specifications is enclosed.

Submission and Opening of Bids is reset on 29 March 2012 at 10:30 am., at the COBAC Conference Room, G/F, Bldg. No. 6, Department of Health, San Lazaro Compound, Rizal Avenue, Sta. Cruz, Manila

All other provisions of the bidding documents which are not affected shall remain in effect.

For guidance and information of all concerned.

TEODORO J. HERBOSA, MD, FPCS, FACS Undersecretary of Health Chairperson, Special COBAC

3 Section VI. Schedule of Requirements

 The delivery period as expressed by weeks/months stipulates hereafter a delivery date which is the date of delivery to the project site. Item Item Description Qty. Unit Delivery Site Delivery Period No. 1 Emergency Light 1318 Unit Bldg. 25 DOH Sixty (60) calendar 2 Mucus Extractor 3565 Unit Warehouse, Material days upon receipt 3 Nebulizer 1758 Unit Management Division, of the Notice to 4 Oxygen Tank 2355 Unit Department of Health, Proceed 5 Phototheraphy Unit 23 Unit San Lazaro 6 Stethoscope (Adult) 1980 Unit Compound, Sta. Cruz, 7 Stethoscope (Pedia) 1358 Unit Manila 8 Sphygmomanometer with Stand Features 3517 Unit 9 Suction Machine 2L Capacity, Mobile 1419 Unit 10 Suction Machine 5L Capacity Mobile 76 Unit 11 Thermometer, Mercury Free 9341 Unit

\

4 5 Technical Specifications

Republic of the Philippines Department of Health

TECHNICAL SPECIFICATIONS Item No. 1 Emergency Light Qty 1318 units Name of Manufacturer: Country of Origin: Brand: ABC: PhP 2,899,600.00 PURCHASER’S SPECIFICATION SUPPLIER’S SPECIFICATION .1 Emergency Light .2 Power Supply, 230 volts, 60Hz .3 Standard Feature:  Electro-galvanized steel casing with high reflectance finish with high grade epoxy spray coating  With sealed maintenance-free (nickel cadium/lead acid rechargeable battery  With heavy duty twin head emergency lamp LED  With 3 hours back-up time duration equipped with push test switch to simulate power failure  With additional metal guard housing for anti-theft. .4 Standard Requirements: 1. Manual of Operation in English Language 2. One (1) year warranty on parts and service after testing and acceptance 3. Declaration of conformity with ISO/IEC/PNS or its equivalent issued by the manufacturer

______NAME OF COMPANY ADDRESS

______SIGNATURE OVER PRINTED NAME TELEPHONE / FAX NO

6 Technical Specifications

Republic of the Philippines Department of Health

TECHNICAL SPECIFICATIONS Item No. 2 Mucus Extractor Qty 3,565 Units Name of Manufacturer: Country of Origin: Brand: ABC: PhP 1,782,500.00 PURCHASER’S SPECIFICATION SUPPLIER’S SPECIFICATION Mucus Extractor Features  Container transparency offers easy visual examination of the aspirate  Suction catheter with smooth outer surface finish of the catheter for trauma- free insertion  Soft, round and open tip with 2 lateral eyes to maximize flow and reduce the risk of blockage  Graduated container for immediate observation of secretion  Additional closure cap is provided to seal the container for safe transportation of specimen or aseptic disposal of container  Standard funnel ends or vacuum control connector for mechanical suctioning are available  Build-in hydrophobic membrane in the cap available to retain potentially contaminated fluid inside the chamber  Available container capacity is 10ml, 25 ml and 50ml  Universal connectors fit almost all connecting tubes  Available in a variety of configurations Standard Requirements:  Operational Manual in English Language  One (1) year warranty on parts and service after testing and acceptance  Declaration of conformity with ISO/IEC/PNS or its equivalent issued by the manufacturer

______NAME OF COMPANY ADDRESS

______SIGNATURE OVER PRINTED NAME TELEPHONE / FAX NO

7 Technical Specifications

Republic of the Philippines Department of Health

TECHNICAL SPECIFICATIONS Item No. 3 Nebulizer Qty 1758 units Name of Manufacturer: Country of Origin: Brand: ABC: PhP 6,153,000.00 PURCHASER’S SPECIFICATION SUPPLIER’S SPECIFICATION 1. Power Supply: 220-240VAC, 60Hz 2. Standard Feature:  Compressor (motorized)  Free Air-flow: 8 1pm (minimum) 3. Standard Accessories  2pcs. Adult mask  2pcs. Child mask  2 pcs. Sterilizable tubings  2pcs. Air filter  2pcs. Mouthpiece (disposable) 4. Standard Requirements  Manual of Operation in English Language  One (1) year warranty on parts and serive after testing and acceptance  Declaration of conformity with ISO/IEC/PNS or its equivalent issued by the manufacturer

______NAME OF COMPANY ADDRESS

______SIGNATURE OVER PRINTED NAME TELEPHONE / FAX NO

8 Technical Specifications

Republic of the Philippines Department of Health

TECHNICAL SPECIFICATIONS Item No. 4 Oxygen Tank Qty 2355 units Name of Manufacturer: Country of Origin: Brand: ABC: PhP 23,550,000.00 PURCHASER’S SPECIFICATION SUPPLIER’S SPECIFICATION 1. Oxygen Tank Capacity: 50lbs 2. Standard Requirements:  One (1) year warranty on craftsmanship upon acceptance  Declatation of conformity with ISO/IEC/PNS as issued by the manufacturer

______NAME OF COMPANY ADDRESS

______SIGNATURE OVER PRINTED NAME TELEPHONE / FAX NO

9 Technical Specifications

Republic of the Philippines Department of Health

TECHNICAL SPECIFICATIONS Item No. 5 Phototherapy Unit Qty 23 units Name of Manufacturer: Country of Origin: Brand: ABC: PhP 8,050,000.00 PURCHASER’S SPECIFICATION SUPPLIER’S SPECIFICATION 2. Power Supply: 220 VAC, 60 Hz with Built-in or external battery pack, with low battery indicator 3. Irradiation Intensity: 4500 lux at 40cm distance 4. Irradiation Metering: 0 to 999.99 hours 5. Adjustable angle: Diagonal, Vertical, Horizontal 6. No. of Lamps: 4- 6 pieces (white) at 20 watts 7. Provision for:  Adjustable height (110cm to 150cm from ground)  Safety screen  Stainless steel with casters with brake 8. Optional Features: Blue light, White light or better 9. Standard Requirements:  Manual Operation and Service Manual in English Language  Training program for end-user/hospital maintenance engineer/staff on equipment operation  One (1) year warranty on parts and service after testing and acceptance  Declaration of conformity with ISO/IEC/PNS or its equivalent issued by the manufacturer

______NAME OF COMPANY ADDRESS

______SIGNATURE OVER PRINTED NAME TELEPHONE / FAX NO

10 Technical Specifications

Republic of the Philippines Department of Health

TECHNICAL SPECIFICATIONS Item No. 6 Stethoscope (Adult) Qty 1980 units Name of Manufacturer: Country of Origin: Brand: ABC: PhP 2,970,000.00 PURCHASER’S SPECIFICATION SUPPLIER’S SPECIFICATION 1. Standard Features:  Two-sided bell diaphragm chest piece  Stainless steel chest piece  Rubbing ear tips  Tubing 2. Standard Accessories  Spare ear tips  Spare diaphragm  With carrying case 3. Standard Requirements  One (1) year warranty on parts and service after testing and acceptance  Declaration of conformity with ISO/IEC/PNS as issued by the manufacturer

______NAME OF COMPANY ADDRESS

______SIGNATURE OVER PRINTED NAME TELEPHONE / FAX NO

11 Technical Specifications

Republic of the Philippines Department of Health

TECHNICAL SPECIFICATIONS Item No. 7 Stethoscope (Pedia) Qty 1358 units Name of Manufacturer: Country of Origin: Brand: ABC: PhP 2,716,000.00 PURCHASER’S SPECIFICATION SUPPLIER’S SPECIFICATION 1. Standard Features  Two-sided bell diaphragm chest piece  Stainless steel chest piece  Rubber ear tips  Tubing 2. Standard Accessories:  Spare ear tips  Spare diaphragm  With carrying case 3. Standard Requirements:  One (1) year warranty on parts and service after testing and acceptance  Declaration of conformity with ISO/IEC/PNS or its equivalent issued by the manufacturer

______NAME OF COMPANY ADDRESS

______SIGNATURE OVER PRINTED NAME TELEPHONE / FAX NO

12 Technical Specifications

Republic of the Philippines Department of Health

TECHNICAL SPECIFICATIONS Item No. 8 Sphygmomanometer with Qty 3,517Units Stand Features Name of Manufacturer: Country of Origin: Brand: ABC: PhP 4,572,100.00 PURCHASER’S SPECIFICATION SUPPLIER’S SPECIFICATION Sphygmomanometer, with stand Features  Mercury free  Pressure graduation 0 to 300mmHg equivalent calibrated  At least 49 sq. inches area dial display  At least 8ft hose between cuff and dial  Adult cuff with inflation bulb included  32-48 inch height adjustable  Bucket size to hold the cuff  5 wheel base with break lock on wheel  Base diameter approximately 17 inches Standard Requirements:  Operations Manual in English Language  One (1) year warranty on parts and service after inspection, testing and acceptance  Declaration of conformity with ISO/IEC/PNS or its equivalent issued by the manufacturer

______NAME OF COMPANY ADDRESS

______SIGNATURE OVER PRINTED NAME TELEPHONE / FAX NO.

13 Technical Specifications

Republic of the Philippines Department of Health

TECHNICAL SPECIFICATIONS Item No. 9 Suction Machine 2L Qty 1419 units Capacity, Mobile Name of Manufacturer: Country of Origin: Brand: ABC: PhP 28,380,000.00 PURCHASER’S SPECIFICATION SUPPLIER’S SPECIFICATION 1. Power Supply: 220VAC, 60Hz Bottle Capacity: 2 liters (2000cc) minimum 2. Standard Features:  Vacuum pressure: 450mmHg – 650mmHg  Bacterial filter  Pressure regulator control  Pressure gauge in mm Hg or equivalent  Overflow protection 3. Standard Accessories:  Graduated suction bottle, transparent hard plastic  Silicone tubing  2 pcs. Spare bacterial filter  1 set spare silicon tubing 4. Standard Requirements:  Manual of operation in English Language  Training program for end-user/hospital maintenance engineer on equipment operation  One (1) year warranty on parts and service after commissioning and acceptance  Declaration of conformity with ISO/IEC/PNS or its equivalent issued by the manufacturer

______NAME OF COMPANY ADDRESS

______SIGNATURE OVER PRINTED NAME TELEPHONE / FAX NO

14 Technical Specifications

Republic of the Philippines Department of Health

TECHNICAL SPECIFICATIONS Item No. 10 Suction Machine 5L Capacity Qty 76 units Mobile for Hospital Name of Manufacturer: Country of Origin: Brand: ABC: PhP 6,080,000.00 PURCHASER’S SPECIFICATION SUPPLIER’S SPECIFICATION 1. Power Supply: 220VAC, 60Hz 2. Standard Features:  Suction capacity: (minimum) 20li/min at 600mmHg (minimum)  Bottle capacity: at least 5 liters or 2 bottles with total capacity of at least 5L  Gauge regulator  Overflow protection  Bacterial filter  Graduated bottle, transparent hard plastic 3. Standard Accessories:  Plastic tubings,  Footswitch 4. Standard Requirements:  Operation and Service Manual in English Language  Training program for end-user/hospital maintenance engineer on equipment operation  One (1) year warranty on parts and service after commissioning and acceptance  Declaration of conformity with ISO/IEC/PNS or its equivalent issued by the manufacturer  Certification on the availability of spare parts for the next five (5) years

______NAME OF COMPANY ADDRESS

______SIGNATURE OVER PRINTED NAME TELEPHONE / FAX NO

15 Technical Specifications

Republic of the Philippines Department of Health

TECHNICAL SPECIFICATIONS Item No. 11 Thermometer, Mercury Free Qty 9341 units Name of Manufacturer: Country of Origin: Brand: ABC: PhP 420,345.00 PURCHASER’S SPECIFICATION SUPPLIER’S SPECIFICATION 2. Standard Features:  Digital  Non-Mercurial  Battery included 3. Standard Requirements:  One (1) year warranty after acceptance  Declaration of conformity with ISO/IEC/PNS or its equivalent issued by the manufacturer

______NAME OF COMPANY ADDRESS

______SIGNATURE OVER PRINTED NAME TELEPHONE / FAX NO

16