Bidding Documents 22
Bidding Documents 22
Department of Health
Center for Health Development – Region 10
NORTHERN MINDANAO MEDICAL CENTER
Capitol Compound, Cagayan de Oro City
“NMMC Para Sa Tanan”
Procurement of
GOODS
PROCUREMENT OF VARIOUS HOSPITAL
EQUIPMENT
0
PREFACE
These Philippine Bidding Documents (PBDs) for the procurement of Goods through
Competitive Bidding have been prepared by the Government of the Philippines for use by
any branch, constitutional commission or office, agency, department, bureau, office, or
instrumentality of the Government of the Philippines, National Government Agencies,
including Government-Owned and/or Controlled Corporations, Government Financing
Institutions, State Universities and Colleges, and Local Government Unit. The procedures
and practices presented in this document have been developed through broad experience, and
are for mandatory use in projects that are financed in whole or in part by the Government of
the Philippines or any foreign government/foreign or international financing institution in
accordance with the provisions of the 2016 revised Implementing Rules and Regulations of
Republic Act No. 9184.
The Bidding Documents shall clearly and adequately define, among others: (i) the
objectives, scope, and expected outputs and/or results of the proposed contract or Framework
Agreement, as the case may be; (ii) the eligibility requirements of Bidders; (iii) the expected
contract or Framework Agreement duration, the estimated quantity in the case of
procurement of goods, delivery schedule and/or time frame; and (iv) the obligations, duties,
and/or functions of the winning bidder.
Care should be taken to check the relevance of the provisions of the PBDs against the
requirements of the specific Goods to be procured. If duplication of a subject is inevitable in
other sections of the document prepared by the Procuring Entity, care must be exercised to
avoid contradictions between clauses dealing with the same matter.
Moreover, each section is prepared with notes intended only as information for the
Procuring Entity or the person drafting the Bidding Documents. They shall not be included
in the final documents. The following general directions should be observed when using the
documents:
a. All the documents listed in the Table of Contents are normally required for the
procurement of Goods. However, they should be adapted as necessary to the
circumstances of the particular Procurement Project.
b. Specific details, such as the “name of the Procuring Entity” and “address for
bid submission,” should be furnished in the Instructions to Bidders, Bid Data
Sheet, and Special Conditions of Contract. The final documents should
contain neither blank spaces nor options.
c. This Preface and the footnotes or notes in italics included in the Invitation to
Bid, Bid Data Sheet, General Conditions of Contract, Special Conditions of
Contract, Schedule of Requirements, and Specifications are not part of the text
of the final document, although they contain instructions that the Procuring
Entity should strictly follow.
1
e. Modifications for specific Procurement Project details should be provided in
the Special Conditions of Contract as amendments to the Conditions of
Contract. For easy completion, whenever reference has to be made to specific
clauses in the Bid Data Sheet or Special Conditions of Contract, these terms
shall be printed in bold typeface on Sections I (Instructions to Bidders) and III
(General Conditions of Contract), respectively.
f. For guidelines on the use of Bidding Forms and the procurement of Foreign-
Assisted Projects, these will be covered by a separate issuance of the
Government Procurement Policy Board.
2
Table of Contents
3
Glossary of Acronyms, Terms, and
Abbreviations
ABC –Approved Budget for the Contract.
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])
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])
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.
DDP – Refers to the quoted price of the Goods, which means “delivered duty paid.”
4
DTI – Department of Trade and Industry.
EXW – Ex works.
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])
5
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])
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.
6
Section I. Invitation to Bid
Notes on the Invitation to Bid
The Invitation to Bid (IB) provides information that enables potential Bidders to decide
whether to participate in the procurement at hand. The IB shall be posted in accordance with
Section 21.2 of the 2016 revised IRR of RA No. 9184.
Apart from the essential items listed in the Bidding Documents, the IB should also indicate
the following:
a. The date of availability of the Bidding Documents, which shall be from the time the
IB is first advertised/posted until the deadline for the submission and receipt of bids;
b. The place where the Bidding Documents may be acquired or the website where it may
be downloaded;
d. Any important bid evaluation criteria (e.g., the application of a margin of preference
in bid evaluation).
The IB should be incorporated in the Bidding Documents. The information contained in the
IB must conform to the Bidding Documents and in particular to the relevant information in
the Bid Data Sheet.
7
Republic of the Philippines
Department of Health
Center for Health Development – Northern Mindanao
NORTHERN MINDANAO MEDICAL CENTER
===========================================
INVITATION TO BID
1. The NORTHERN MINDANAO MEDICAL CENTER through the General Appropriations Act 2025 intends
to apply the sum of One Hundred Fifty-Nine Million Five Hundred Fifty Thousand Pesos (Php
159,550,000.00) being the ABC to payments under the contract for IB No. 2025-03-003 for the
Procurement of Various Hospital Equipment. Bids received in excess of the ABC shall be automatically
rejected at bid opening.
2. The NORTHERN MINDANAO MEDICAL CENTER now invites bids for the above Procurement Project.
Delivery of the Goods is required by Sixty (60) Calendar Days. Bidders should have completed,
within two (2) 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 Northern Mindanao Medical Center and
inspect the Bidding Documents at the address given below during office hours from 8:00 am - 5:00
pm.
5. A complete set of Bidding Documents may be acquired by interested Bidders on February 20, 2025
to March 12, 2025 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
stated below. The Procuring Entity shall allow the bidder to present its proof of payment for the fees
presented in person, by facsimile, or through electronic means.
8
7 Portable Ophthalmic Ultrasound Machine 1 Unit P 3,600,000.00 P 3,600,000.00
8 Autorefractor-Keratometer 1 Unit P 450,000.00 P 450,000.00
Subtotal P 35,550,000.00
GENERAL SURGERY EQUIPMENT
9 Supply, Delivery, Installation and 1 Lot P 10,000,000.00 P 10,000,000.00 P 25,000.00
Commissioning of Hyperthermia Device
System
10 Gastroscope compatible with Olympus 1 Unit P 6,000,000.00 P 6,000,000.00
Tower System
11 Colonoscope compatible with Olympus 1 Unit P 6,000,000.00 P 6,000,000.00
Tower System
Subtotal P 22,000,000.00
RADIOLOGY EQUIPMENT
12 Mobile C-Arm with Flat Panel Detector 1 Lot P 20,000,000.00 P 20,000,000.00 P 25,000.00
13 Fully Digital Mobile X-ray Machine 1 Unit P 10,000,000.00 P 10,000,000.00
14 Ultrasound Machine for IM/Radiology 2 Units P 7,000,000.00 P 14,000,000.00
15 Portable Ultrasound Machine for 1 Unit P 4,000,000.00 P 4,000,000.00
Anesthesia and OB-Gynecology
Subtotal P 48,000,000.00
TOTAL APPROVED BUDGET FOR THE CONTRACT (ABC) P 159,550,000.00
6. The NORTHERN MINDANAO MEDICAL CENTER will hold a Pre-Bid Conference on February 28,
2025 – 9:00 AM at the NMMC OPD Function Hall, 3rd Floor OPD Building, Cagayan de Oro City which
shall be open to prospective bidders.
7. Bids must be duly received by the BAC Secretariat through manual submission at the office address
indicated below on March 12, 2025. 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 March 12, 2025 - 9:00 AM at the NMMC OPD Function Hall, 3rd Floor OPD
Building, Cagayan de Oro City. Bids will be opened in the presence of the bidders’ representatives who
choose to attend the activity.
10. The NORTHERN MINDANAO MEDICAL CENTER 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
Sections 35.6 and 41 of the 2016 Revised IRR of RA No. 9184, without thereby incurring any liability
to the affected bidder or bidders.
====================================================
Capitol Compound, Cagayan de Oro City
Email Address: nmmcprocurement@yahoo.com * Website: www.nmmc.doh.gov.ph
“NMMC Para Sa Tanan”
9
Section II. Instructions to Bidders
10
1. Scope of Bid
The Procuring Entity, Northern Mindanao Medical Center wishes to receive Bids
for the Procurement of Various Hospital Equipment with identification number IB No.
2025-03-003.
2. Funding Information
2.1. The GOP through the source of funding as indicated below for GAA 2025 in
the amount of One Hundred Fifty-Nine Million Five Hundred Fifty
Thousand Pesos (Php 159,550,000.00).
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.
5. Eligible Bidders
5.1. Only Bids of Bidders found to be legally, technically, and financially capable
will be evaluated.
11
5.2. Foreign ownership exceeding those allowed under the rules may participate
pursuant to:
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:
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.
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 on February 28, 2025 – 9:00 am at
the NMMC OPD Function Hall, 3rd Floor OPD Building, Cagayan de Oro City
as indicated in paragraph 6 of the IB.
10.2. The Bidder’s SLCC as indicated in ITB Clause5.3 should have been
completed within two (2) 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.
11.3. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be
accepted.
ii. The cost of all customs duties and sales and other taxes already
paid or payable;
13
iii. The cost of transportation, insurance, and other costs incidental to
delivery of the Goods to their final destination; and
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.
a. Philippine Pesos.
14.2. The Bid and bid security shall be valid until July 10, 2025 (120 Calendar
Days). Any Bid not accompanied by an acceptable bid security shall be
rejected by the Procuring Entity as non-responsive.
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.
14
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.
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.
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.
15
19.4. The Project shall be awarded as follows:
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
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, the Bidder shall submit its latest income and business tax returns filed and
paid through the BIR Electronic Filing and Payment System (eFPS) and other
appropriate licenses and permits required by law and stated in the BDS.
16
Section III. Bid Data Sheet
This Section is intended to assist the Procuring Entity in providing the specific information in
relation to corresponding clauses in the ITB and has to be prepared for each specific
procurement.
The Procuring Entity should specify in the BDS information and requirements specific to the
circumstances of the Procuring Entity, the processing of the procurement, and the bid
evaluation criteria that will apply to the Bids. In preparing the BDS, the following aspects
should be checked:
17
Bid Data Sheet
ITB
Clause
5.3 For this purpose, contracts similar to the Project shall be:
b. Completed within two (2) years prior to the deadline for the submission and
receipt of bids.
7.1 [Specify the portions of Goods to be subcontracted, which shall not be a significant or
material component of the Project as determined by the Procuring Entity.]
Not applicable.
12 The price of the Goods shall be quoted DDP (Northern Mindanao Medical Center,
Capitol Compound, Cagayan de Oro City, Misamis Oriental) or the applicable
International Commercial Terms (INCOTERMS) for this Project.
14.1 The bid security shall be in the form of a Bid Securing Declaration, or any of the
following forms and amounts:
a. The amount of not less than __________ [Indicate the amount equivalent to two
percent (2%) of ABC], if bid security is in cash, cashier’s/manager’s check,
bank draft/guarantee or irrevocable letter of credit; or
b. The amount of not less than _________ [Indicate the amount equivalent to five
percent (5%) of ABC] if bid security is in Surety Bond.
19.3 [In case the project will be awarded by item, list each item indicating its quantity and
ABC.]
18
GENERAL SURGERY EQUIPMENT
9 Supply, Delivery, Installation and 1 Lot P 10,000,000.00 P 10,000,000.00
Commissioning of Hyperthermia Device
System
10 Gastroscope compatible with Olympus 1 Unit P 6,000,000.00 P 6,000,000.00
Tower System
11 Colonoscope compatible with Olympus 1 Unit P 6,000,000.00 P 6,000,000.00
Tower System
Subtotal P 22,000,000.00
RADIOLOGY EQUIPMENT
12 Mobile C-Arm with Flat Panel Detector 1 Lot P 20,000,000.00 P 20,000,000.00
13 Fully Digital Mobile X-ray Machine 1 Unit P 10,000,000.00 P 10,000,000.00
14 Ultrasound Machine for IM/Radiology 2 Units P 7,000,000.00 P 14,000,000.00
15 Portable Ultrasound Machine for Anesthesia 1 Unit P 4,000,000.00 P 4,000,000.00
and OB-Gynecology
Subtotal P 48,000,000.00
TOTAL APPROVED BUDGET FOR THE CONTRACT (ABC) P 159,550,000.00
20.2 [List here any licenses and permits relevant to the Project and the corresponding law
requiring it.]
• Updated License to Operate (LTO)
21.2 Additional contract documents relevant to the Project to be submitted during the
bidding:
19
Section IV. General Conditions of Contract
Matters governing performance of the Supplier, payments under the contract, or matters
affecting the risks, rights, and obligations of the parties under the contract are included in the
GCC and Special Conditions of Contract.
Any complementary information, which may be needed, shall be introduced only through the
Special Conditions of Contract.
20
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).
2.2. 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.
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.
21
5. Warranty
5.1 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.
5.2 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.
If the Supplier is a joint venture, all partners to the joint venture shall be jointly and
severally liable to the Procuring Entity.
22
Section V. Special Conditions of Contract
The Special Conditions of Contract (SCC) complement the GCC, specifying contractual
requirements linked to the special circumstances of the Procuring Entity, the Procuring
Entity’s country, the sector, and the Goods purchased. In preparing this Section, the
following aspects should be checked:
However, no special condition which defeats or negates the general intent and purpose of the
provisions of the GCC should be incorporated herein.
23
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 –
24
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 –
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
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 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:
25
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.
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.
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:
_____________.”
Not applicable.
4 The inspections and tests that will be conducted are:
26
Section VI. Schedule of Requirements
The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which
is the date of delivery to the project site.
Item
Description Quantity Total Delivered, Weeks/Months
Number
ORTHOPEDICS EQUIPMENT
1 Intraoperative 2D & 3D Imaging 1 1 Sixty (60) Calendar days
System with Flat Panel Detector upon receipt of Notice to
and Fracture Table Proceed.
2 Ultrasonic Wound Debridement 1 1 Sixty (60) Calendar days
Machine upon receipt of Notice to
Proceed.
3 Bone Scalpel Ultrasonic Aspiration 1 1 Sixty (60) Calendar days
System upon receipt of Notice to
Proceed.
4 3D Printer with Material Stationed 1 1 Sixty (60) Calendar days
and Air Filter upon receipt of Notice to
Proceed.
OPHTHALMOLOGY EQUIPMENT
5 Fluorescein Angiography- 1 1 Sixty (60) Calendar days
Anterior Segment Optical upon receipt of Notice to
Coherence Tomography Proceed.
Diagnostic Imaging Equipment
6 Motorized Ophthalmic Operating 1 1 Sixty (60) Calendar days
Table upon receipt of Notice to
Proceed.
7 Portable Ophthalmic Ultrasound 1 1 Sixty (60) Calendar days
Machine upon receipt of Notice to
Proceed.
8 Autorefractor-Keratometer 1 1 Sixty (60) Calendar days
upon receipt of Notice to
Proceed.
GENERAL SURGERY EQUIPMENT
9 Supply, Delivery, Installation and 1 1 Sixty (60) Calendar days
Commissioning of Hyperthermia upon receipt of Notice to
Device System Proceed.
10 Gastroscope compatible with 1 1 Sixty (60) Calendar days
Olympus Tower System upon receipt of Notice to
Proceed.
11 Colonoscope compatible with 1 1 Sixty (60) Calendar days
Olympus Tower System upon receipt of Notice to
Proceed.
RADIOLOGY EQUIPMENT
12 Mobile C-Arm with Flat Panel 1 1 Sixty (60) Calendar days
Detector upon receipt of Notice to
Proceed.
13 Fully Digital Mobile X-ray 1 1 Sixty (60) Calendar days
Machine upon receipt of Notice to
Proceed.
14 Ultrasound Machine for 2 2 Sixty (60) Calendar days
IM/Radiology upon receipt of Notice to
Proceed.
15 Portable Ultrasound Machine for 1 1 Sixty (60) Calendar days
Anesthesia and OB-Gynecology upon receipt of Notice to
Proceed.
27
Section VII. Technical Specifications
Notes for Preparing the Technical Specifications
A set of precise and clear specifications is a prerequisite for Bidders to respond realistically
and competitively to the requirements of the Procuring Entity without qualifying their Bids.
In the context of Competitive Bidding, the specifications (e.g. production/delivery schedule,
manpower requirements, and after-sales service/parts, descriptions of the lots or items) must
be prepared to permit the widest possible competition and, at the same time, present a clear
statement of the required standards of workmanship, materials, and performance of the goods
and services to be procured. Only if this is done will the objectives of transparency, equity,
efficiency, fairness, and economy in procurement be realized, responsiveness of bids be
ensured, and the subsequent task of bid evaluation and post-qualification facilitated. The
specifications should require that all items, materials and accessories to be included or
incorporated in the goods be new, unused, and of the most recent or current models, and that
they include or incorporate all recent improvements in design and materials unless otherwise
provided in the Contract.
Samples of specifications from previous similar procurements are useful in this respect. The
use of metric units is encouraged. Depending on the complexity of the goods and the
repetitiveness of the type of procurement, it may be advantageous to standardize the General
Technical Specifications and incorporate them in a separate subsection. The General
Technical Specifications should cover all classes of workmanship, materials, and equipment
commonly involved in manufacturing similar goods. Deletions or addenda should then adapt
the General Technical Specifications to the particular procurement.
Care must be taken in drafting specifications to ensure that they are not restrictive. In the
specification of standards for equipment, materials, and workmanship, recognized Philippine
and international standards should be used as much as possible. Where other particular
standards are used, whether national standards or other standards, the specifications should
state that equipment, materials, and workmanship that meet other authoritative standards, and
which ensure at least a substantially equal quality than the standards mentioned, will also be
acceptable. The following clause may be inserted in the Special Conditions of Contract or
the Technical Specifications.
Wherever reference is made in the Technical Specifications to specific standards and codes to
be met by the goods and materials to be furnished or tested, the provisions of the latest
edition or revision of the relevant standards and codes shall apply, unless otherwise expressly
stated in the Contract. Where such standards and codes are national or relate to a particular
country or region, other authoritative standards that ensure substantial equivalence to the
standards and codes specified will be acceptable.
Reference to brand name and catalogue number should be avoided as far as possible; where
unavoidable they should always be followed by the words “or at least equivalent.”
References to brand names cannot be used when the funding source is the GOP.
28
Where appropriate, drawings, including site plans as required, may be furnished by the
Procuring Entity with the Bidding Documents. Similarly, the Supplier may be requested to
provide drawings or samples either with its Bid or for prior review by the Procuring Entity
during contract execution.
Bidders are also required, as part of the technical specifications, to complete their statement
of compliance demonstrating how the items comply with the specification.
29
Technical Specifications
Brand/
Approved Budget
Item / Maximum Model/ Statement of
Technical Specifications for the Contract
Service Quantity Country Compliance
(ABC)
of Origin
ORTHOPEDICS EQUIPMENT
1 1 Lot INTRAOPERATIVE 2D AND 3D IMAGING SYSTEM WITH P 38,000,000.00
FLAT PANEL DETECTOR AND FRACTURE TABLE
X-Ray Generator:
• Type: Monoblock
• High frequency: 30-40 kHz
• Max voltage: 220 kV
• Max current for digital radiography: 200-300 mA
• Max current for fluoroscopy: 200-300 mA
• Pulse rate: 1, 2, 4, 8, 12.5, 25 pulses/s
• Total filtration: at least 4.3 mm Aluminum with at least 0.1
mm Copper
X-Ray Tube:
• Type: Rotating Anode
• Speed: 50-60 Hz
• Dual focus: small focal spot not larger than 0.3mm; large
focal spot not larger than 0.6 mm
• System Heat capacity: 10-20 MHU
• Continuous heat dissipation: at least 1000 W
• Active Liquid Cooling system or its equivalent
Collimator:
• LED, Virtual Collimation without radiation
• Symmetric and asymmetric collimator: 40-50 mm to 290-
300mm diameter
Flat-panel Detector
• Type: Complementary Metal Oxide Semiconductor (CMOS)
technology
• Size: 30-35 x 30-35 cm Flat panel detector
• Scintillator: Cesium Iodide
• Detective Quantum Efficiency: at least 75-80%
• Pixel size: not more than 100 μm
• System resolution: at least 2 lp/mm
• Detector Matrix: minimum 1,536 x 1,536 pixels
• Dynamic Range: minimum 94 dB
• With Laser positioning device
• Grid Ratio: at least 10:1
C-arm Motorization
• Motorized Maximum Vertical Range: 30-50 cm
• Motorized Maximum Horizontal Range: 20-30 cm
• Motorized Horizontal Arc Rotation: At least 210°
• Motorized Orbital Rotation: At least 150°
• Motorization Speed for Rotation and Angulation: At least
5°/second
• Motorization Speed for Horizontal and Vertical Movement:
15-30 mm/second
30
C-arm Movements/Dimensions
• Source to Image-receptor Distance: at least 100 cm
• Arc depth: at least 68 cm
• C-Arm vertical free space: At least 80 cm
• C-Arm Swivel range: At least 10°
Dose Monitoring
• System shall come with radiation dose report
• With calculated radiation dose value recorded to stored
image
• With calculated radiation dose value display to the
interface/control panel
User Interface
• Type: TFT touchscreen
• With synchronized user interface in the stand and the monitor
cart.
• With Graphical icons for ease of use
• Control Panel shall be able to control all available motorized
axes movement.
• Control Panel on C-Arm stand to have the following
functions:
• Live view of fluoroscopy image and subsequent last-image
hold on c-arm integrated control panel.
• Controls for collimator adjustment and magnification.
• Controls for image rotation.
• Controls for manual or automatic x-ray technique factors and
preset protocol selection
• Controls for acquisition modes including but not limited to
Pulsed and Cine Fluoroscopy, and 3D Imaging
• Wireless footswitch with configurable functionality.
Monitor
• At least 40 cm, dual monitor
• Resolution: minimum of 1024x1024
• Contrast ratio: minimum of 10:1
• Brightness (calibrated): 550-600 cd/m²
• Brightness (panel): 1000-1500 cd/m²
• Viewing angle (horizontal and vertical): 170-180°
• Tilt range: 10-20°
• With 3D control software for variable iso-centric movement
3D Visualization shall provide:
• Multiplanar Reconstruction (MPR)
• Volume Rendering
• Surface Rendering
• Slice Planes: axial, sagittal, coronal
31
• With thick slice filter function
• With parallel slices function
• With Measurement function: Length, angle
• 3D volume size: at least 3 options
• 16 x 16 x 16 cm (standard); 3203/5123 voxel
• Not less than 19.8 x 19.6 x 18 cm (large field of view);
3203/5123 voxel
• Not more than 10 x 10 x 10 cm (small field of view);
3203/5123 voxel
• 3D Image Acquisition
• Motor driven Scan: At least 180 degrees
• Standard scan: At least 300 images
Digital Memory
• Storage capacity: At least 100,000 images with auto-delete
features (Overriding the old picture)
• Digital image processing: at least 32-bit.
Data Organization
• With Patient based data management with at least 16 image
mosaic display or equivalent
• With Pre-registration via DICOM Worklist with at least 16
image mosaic display or equivalent
• With Manual input or emergency registration
Archiving
• Printer: Integrated in the Monitor Cart, with at least 1 roll
thermal paper
• USB port: Integrated in Monitor Cart
Networking
• With DICOM 3.0 interface integrated to hospital system
(LAN interface or WLAN connection)
• With WLAN interface for wireless data transfer
• With navigation interface capable of connecting to existing
navigation system in the institution (Brainlab/Stealth)
Power Supply
• 220 VAC, 60 Hz.
32
Accessories:
• Non-Lead Radiation Protection Apron 0.5mms with Thyroid
Shield, should weigh less than 7 kgs – 6 pcs
• Radiation Protection Apron Rack with wheels good for 6
sets.
• Lead Wall, Mobile with wheels with lead glass window – 2
pcs
• C-Arm Storage Cover – 2 sets
• Sterile cover – 50 pcs
• With online UPS compatible to system requirements
• Storage for Accessories – Stainless Steel, mobile with
wheels, must be able to fit all accessories provided
SPECIFICATIONS
• Electrohydraulic, Radioluscent
• Tabletop Length: At least 220 cm
• Tabletop width: At least 60 cm
• Table height adjustment Range: 60 cm to 110cm or wider
• Back up/Back down: 80 to 90°/-90 to -100°
• Leg up/Leg down: at 80 to 90°/-105 to - 115°
• Left tilt/Right tilt: 20-30°/20-30°
• Trendelenburg/Reverse Trendelenburg: 30 to 35°
• Patient Weight Capacity: At least 250 kgs
• Net Table Weight: Up to 250 kgs or less
Electrical Characteristics
• Main: 220V VAC, 60 Hz
• Internal Power Supply: 3 Batteries 21V/12 Ah
• Power Consumption: Maximum 730 VA
Accessory Components
• With AVR compatible to system requirements
• Storage for Accessories – Stainless Steel, mobile with
wheels, must be able to fit all accessories provided
33
• Extension Joint Strut Carbon Fiber, 1 Pair
• Adapter Extension Strut Carbon Fiber, Pair 2 Pcs
• Adapter Spindle Traction Mechanism, 2 Pcs
• Spindle Traction Mechanism, 2 Pcs
• Traction Boot for Adults, 10 Pcs
• Traction Boot for Children, 5 Pcs
• Transfer Leg Section, 1 Pc
• Pad Transfer Leg Section, 1 Pc
• Docking Trolley Extension Unit, 1 Pc
Terms Of Reference
• Free Quarterly Preventive Maintenance Service within the
warranty period
• Response Time – 72 hrs. from time of report
• A Performance Evaluation/Conformance Testing must be
conducted by the Center for Device Regulation Radiation
Health and Research, Food and Drug Administration and
paid by the supplier.
• Certification from the suppliers that the spare parts are
available for at least (5) years from the date of the warranty
period.
• All trainings shall be conducted within one (1) week from
acceptance of the item/s at the expense of the winning bidder.
• Must have Certificate of Distributorship from Manufacturer
• Brand Manufacturer must have ISO Certification
34
Brand/
Approved Budget
Item / Maximum Model/ Statement of
Technical Specifications for the Contract
Service Quantity Country Compliance
(ABC)
of Origin
ORTHOPEDICS EQUIPMENT
2 1 Lot ULTRASONIC WOUND DEBRIDEMENT MACHINE P 7,500,000.00
ACCESSORIES
• Power Cord At Least 2.5-5 M
• Foot Switch, Single
• Connective Cable for Macro-Handpiece, Autoclavable, 2 Pcs
• Disposable Tube Set, Single Packed, 50 Pcs
• Spatula Handpiece for Wound Debridement, 60 Mm,
6mmx5mm
• Hoof Handpiece for Wound Debridement 60 Mm, 6mm
• Double Ball Handpiece for Wound Debridement 60 Mm, 5
Mm
CONTAINER SYSTEM
• Autoclavable Aluminum Bottom, at least 130 mm
• Stainless Steel Basket 240-250 mm x 250-260 mm x 70-80
mm
• Silicon Cushioning Pad 240-250 mm x 230-240 mm
• ½ Size Lid, Autoclavable, up to 5000-6000 cycles
• Stainless Steel Basket
• Identification Label, 2 pcs
• Tamperproof Lock Steam Indicator
CONSUMABLES
• Betaine and Polyhexanide Wound Irrigation Solution, 1000
mL, 30 bottles
• Betaine and Polyhexanide Wound Irrigation Solution, 350
mL, 200 bottles
• Betaine and Polyhexanide Wound Gel, 250 gms, 30 tubes
• Betaine and Polyhexanide Wound Gel, 250 gms, 100 tubes
• Non-glutaraldehyde Instrument Disinfectant, 10 bottles
TERMS OF REFERENCE
• Free Quarterly Preventive Maintenance Service within the
warranty period
• Response Time – 72 hrs. from time of report
• Must have Certificate of Exclusive Distributorship from
Manufacturer
• Manufacturer must have ISO 13485:2016 (Quality
Management System for Medical Devices) Certificate
35
Brand/
Approved Budget
Item / Maximum Model/ Statement of
Technical Specifications for the Contract
Service Quantity Country Compliance
(ABC)
of Origin
ORTHOPEDICS EQUIPMENT
3 1 Lot BONE SCALPEL ULTRASONIC ASPIRATION SYSTEM P 6,000,000.00
Console Specifications:
• Dimensions: 25-30 cm Height x 40-45 cm Width x 40-45 cm
Depth
• Mode of Operation: Continuous Wave
• Controls:
1. Main Power on/off switch
2. Footswitch control for amplitude
3. linear and preset mode
4. Irrigation
5. Aspiration
6. Fast flash capable
7. Ultrasound enable/standby button
8. Menu button & display, TFT touchscreen, at least
20 cm
• Integrated peristaltic irrigation pump
• Power supply: 220V, 60Hz
• Must provide online UPS (Uninterrupted Power Supply)
System compatible to the machine
Standard Handpiece
• Autoclavable
• With autoclavable tray
• Handpiece is capable for minimally-invasive procedures
• Handpiece is used for wound care, fragmentation and
aspiration of both soft and hard tissues in multidisciplinary
use
• Operating frequency of 22.5 kHz or less
• Piezoelectric technology or newer technology
36
Brand/
Approved Budget
Item / Maximum Model/ Statement of
Technical Specifications for the Contract
Service Quantity Country Compliance
(ABC)
of Origin
ORTHOPEDICS EQUIPMENT
4 1 Lot 3D PRINTER WITH MATERIAL STATIONED AND AIR P 2,500,000.00
FILTER
• Size: At least 490 x 480 x 1100 mm
• Front glass enclosure
• Material Compatibility: Compatible with over 200+ different
3d printing materials
• Print Head: Dual Extrusion Print head with a unique auto-
nozzle lifting system and swappable print cores
• Layer Resolution: Compatible with Down to 20-micron
(0.001 inch) layer resolution
• Print surface: PEI Printing Surface
• Build Plate: Flexible, Heated bed must be able to reach up to
100C
• Printer must be installed with an Integrated Air Manager
• Air Extraction Rate: 1 - 50 m³/h (35 m³/h nominal rate for
most materials at 23 °C), low-noise; Sound Operation level
should not exceed 55 dbA
• Must be equipped with 1080p Camera
• Heat up Time: <2mins
• Must be installed with Glass hinged door enclosure
• Software: CURA
• Includes conversion software pre-packaged into the bundle
• Speed should fall within the range of 30mm/s up to 350mm/s
• Precision must be at least: 12.5/12.5/5 micron
• Multiple nozzle options should be available such as 0.25mm /
0.4mm / 0.6mm / 0.8mm Diameter
• Speed should fall within the range of 30mm/s up to 350mm/s
• Precision must be at least: 12.5/12.5/5 micron
• Printer should be able to be connected to a printer
management system that can track the users, print times,
print consumption and other statistics
• File types: STL/OBJ/DAE/AMF
• At least equipped with 4.7-inch touchscreen interface
• Automatic Materials Switching
• Digital Platform Package must be included such that print
preparation and management feature is available
• Must include program for medical application training which
involves topics such as DICOM to STL conversion among
others
• Machine should be driven with a Bowden type extruder
technology
• Bed leveling should be using an automatic leveling system
• Plugin compatibility: SolidWorks, Autodesk, Siemens NX
Software
• Software must include CT scan software conversion software
and 3D Printing slicing software.
• Software must come with perennial use without need for
further subscription
• Connectivity: WIFI, Ethernet, LAN, USB Drive Connectivity
• Machine should be open filament system – Must be able to
print with any 2.85 mm material brand
• Electrical: 220VAC; 50-60Hz
37
HAND HELD 3D SCANNER – 1 unit
o Size: At least 105 x 110 x 230 mm
o Weight: Not more than 800 gms
o Built-in, color, 5MP texture camera, Frame rate 55
FPS
o Hybrid with 2 light sources (LED white light and
Infrared 3 VCSEL (vertical-cavity surface-emitting
laser) projectors)
o Volumetric accuracy up to 0.05 mm (in White
Light mode), up to 0.1 mm (in IR mode)
o Ultra-wide FOV and adjustable working distance
o Depth of Field Range 300-600 or wider (in White
Light Mode), 300-1500 or wider (in IR mode)
o Scan Speed: at least 1,200,000 points/sec (in White
Light mode); at least 1,000,000 points/sec (in IR
mode)
o Working Distance: At least 450 mm
o Recommended computer requirement OS: Win 10,
64-bit
o USB 3.0 interface
o Software: ExScan Pro or its compatible equivalent
o Output Formats: OBJ, STL, ASC, PLY, P3, 3MF
o Input Voltage 220VAC, 50-60 Hz
ACCESSORIES/CONSUMABLES
• Materials station; custom made
• USB Thumb drive, Calibration card
• Standard Maintenance Toolkit
• NFC spool holder
• Print core AA, 2 pcs
• Print core BB, 2 pcs
• PLA (Polylactic Acid), Radio opaque Bone Simulating
Filament, 35 pcs
• PETG (Polyethylene Terephthalate Glycol) Filament, 20 pcs
• PVA (Polyvinyl Alcohol) Filament, 20 pcs
TERMS OF REFERENCE:
• Training, Setup, Delivery and Installation services for both
3D printer and Hand-held Scanner
• Medical Application Training Session conducted by trained
engineers: DICOM to STL Conversion, Mesh mixer
manipulation, 1-2 full day training, on-site with certificates
38
Brand/
Approved Budget
Maximum Model/ Statement of
Item / Technical Specifications for the Contract
Quantity Country Compliance
Service (ABC)
of Origin
OPHTHALMOLOGY EQUIPMENT
5 1 Unit FLUORESCEIN ANGIOGRAPHY-ANTERIOR SEGMENT P 25,000,000.00
OPTICAL COHERENCE TOMOGRAPHY DIAGNOSTIC
IMAGING EQUIPMENT
1. Imaging Module
• Cornea and Sclera Imaging
• Anterior Chamber and angle Imaging
• Visualization of Anterior and Posterior Lens
Surface
• Customizable scan patterns
2. Cataract Module
• Axial Length measurement
• Central corneal thickness measurement
• Anterior Chamber Analysis
• Lens Thickness measurement
• Intraocular lens Calculation (with built-in Haigis,
Barrett Universal ll, SRK/T, Hoffer Q, Holladay 1
and 2 formulas)
3. Cornea Module
• Corneal topography measurement
• Corneal wavefront analysis
• Keratoectasia analyzer
• Corneal Tomography measurement
• Total Corneal Astigmatism measurement
• Total Corneal Power measurement
• Pachymetry measurement
• Progression analysis
4. Analysis/Assessment Module
• Anterior Chamber Angle assessment
• Anterior Chamber volume measurement
• Lens vault measurement
• Automatic scleral spur detection
39
ANTERIOR SEGMENT OCT
• Power source: Wavelength [nm]
• Swept-source laser: 1200-1400 (infrared)
• LED: 820 - 890 (infrared)
• A-scan rate [Hz]: 50,000
• Resolution (in tissue) [µm]: <10 axially x 30 laterally
• Image size (in air) [mm]: 14 axially x 16.5 laterally, tolerance
±0.5
• Scan pattern: Line scan, Volume scan, Arc scan, Radial scan
LINE SCAN
• Number of A-scans per B-scan: 256, 512, 768, 1024
• Number of averaged scans per B-scan: 1, 2, 4, 8
VOLUME SCAN
• Number of B-scans: 3 – 65
• Number of A-scans per B-scan: 256, 512, 768, 1024
• Number of averaged scans per B-scan: 1, 2, 4, 8
• Scan length: 5 - 16.5 mm
• Scan height: 0.5 - 7.5 mm
ARC SCAN
• Number of B-scans: 3 – 65
• Number of A-scans per B-scan: 256, 512, 768, 1024
• Number of averaged scans per B-scan: 1, 2, 4, 8
• Scan length: 5 - 16.5 mm
RADIAL SCAN
• Number of B-scans: 3 – 65
• Number of A-scans per B-scan: 256, 512, 768, 1024
• Number of averaged scans per B-scan: 1, 2, 4, 8
• Scan length: 5 - 12.6 mm
CATARACT APPLICATION
1. Lens thickness
2. Aqueous depth
3. Central corneal thickness
4. Anterior axial curvature
5. Total corneal power
6. Total corneal
7. Spheric and Toric Intra Ocular Lens calculator
8. Ray tracing
9. Intra Ocular Lens Power prediction
10. Import Option for Intra Ocular Lens databases
11. Formulas:
- SRK/T
- Haigis, Haigis L
- Holladay I
- Barrett formulas (Universal II, Toric, True-K,
True-K Toric)
12. Universal Library Import
13. Intra Ocular Lens CON Import
40
CORNEA APPLICATION
Measurements performed:
1. Corneal topography
2. Corneal tomography
3. Pachymetry
4. Total corneal power measurement
5. Corneal wavefront analysis
6. Corneal differential maps
7. Progression Analysis
8. Ectasia analyzer
ANALYSIS/METRICS APPLICATION
1. Anterior chamber angle assessment
2. 360° graphs of angle parameters
3. Anterior chamber volume
4. Lens vault measurement
5. Lens thickness measurement
6. Automatic scleral spur detection
MOTORIZED TABLE
• Height adjustment range: 56-84cm
• Input voltage: 220 VAC
• Frequency: 60 Hz
COMPUTER SYSTEM
• Operating System: compatible to system requirements
• Processor: Intel Core i7
• RAM: 16 GB
• Storage: 1 TB SSD (solid state drive), DVD drive, USB
drives
• User interface: mouse, keyboard
• Display monitor: 24-inch 4K UHD
ACCESSORIES:
• Motorized instrument table compatible with the machine
• Two (2) gas-lift armchairs with 4 caster wheels & at least 2
locks
• Uninterruptible Power Supply (UPS) compatible to system
requirements
• Training of end-users and hospital biomedical engineers
41
POSTERIOR SEGMENT
Imaging Modes
1. Single Imaging
2. Simultaneous Imaging
3. Autofluorescence
4. Blue Reflectance
5. Infrared Reflectance
6. Green Reflectance
7. Multicolor Fundus Photography
8. Fundus Fluorescein Angiography
9. Video Angiography
LIGHT SOURCES
• Infrared Reflectance: Laser, wavelength 815-830 nm
• Fluorescein angiography, Autofluorescence, Blue
reflectance: Laser, wavelength 486-488 nm
• Green reflectance: Laser, wavelength 518 nm
• Technology: Confocal scanning Laser
INCLUSIONS:
• Display size of medical grade monitor: 24-inch 4K UHD
• Operating system: compatible to system requirements
• Permanent storage: internal SSD drive, 1 TB capacity, DVD
drive, USB ports
• User interface: keyboard, mouse
ACCESSORIES:
• 30-, 55-degree lenses for wide-field fundus image capture
• Footswitch
• Motorized Instrument Table
• Two (2) gas-lift armchairs with 4 caster wheels with at least
2 locks
• Uninterruptible Power Supply (UPS) compatible to system
requirement
42
Brand/
Approved Budget
Maximum Model/ Statement of
Item / Technical Specifications for the Contract
Quantity Country Compliance
Service (ABC)
of Origin
OPHTHALMOLOGY EQUIPMENT
6 1 Unit MOTORIZED OPHTHALMIC OPERATING TABLE P 6,500,000.00
Technical Description:
• Operating Table height: adjustable from 580-870 mm
• Overall length: 1750-2000mm
• Overall width: at least 750 mm
• Maximum patient weight: at least 250 kg
• Inclination Head section: 25 degrees to -45 degrees
• Inclination Back section: 80 degrees to -22 degrees
• Inclination Seat section: 25 degrees to -9 degrees
• Inclination Foot section: 28 degrees to -74 degrees
• Battery pack capacity: at least 22Ah
Technical Description:
• Height adjustment from the floor: 575-775 mm
• Inclination backrest: +6 degrees/-16 degrees
Tilting of backrest: 25 degrees
• Height adjustment backrest: 100mm
• Tilting seat: +5 degrees/-8 degrees
Dimensions seat (w x h x d): >450mm X >50mm X >400mm
• Maximum load: at least 120 kg
43
Brand/
Approved Budget
Maximum Model/ Statement of
Item / Technical Specifications for the Contract
Quantity Country Compliance
Service (ABC)
of Origin
OPHTHALMOLOGY EQUIPMENT
7 1 Unit PORTABLE OPHTHALMIC ULTRASOUND MACHINE P 3,600,000.00
Capabilities:
• A- SCAN
• B- SCAN
• ULTRASOUND BIOMICROSCOPY (UBM)
A-SCAN
Ultrasound Probes
• Frequency: At least 10 MHz
With focused transducers
• Standard probe for immersion or soft-touch probe for direct
contact with minimal corneal compression
Scan Modes
• Direct contact
• Immersion
• Manual and Automatic Capture
- Cataract
- Dense Cataract
- Aphakic
- Pseudophakic)
Measurements
• Anterior chamber depth (ACD)
• Lens thickness
• Vitreous
• Axial length (AXL)
• Configurable zone tissue velocities
• On-board calibration with calibration block
IOL Formulas
• Standard:
- Binkhorst ll
- SRK II
- SRK/T
- Holladay 1
- Hoffer-Q
- Haigis
• Post-Refractive: Shammas
General
Image Rendering
• 4x full image zoom without distortion of real-time scans
Annotation
• Automatic annotation of images and video clips
Database
• Full-scale patient database with exam record storage
Reports
• Detailed customizable exam reports for printing or exporting
44
B-SCAN
Applications:
• Orbit
• Vitreous body
• Retina surface
• Deep retina/choroid
• Optic Nerve
Ultrasound Probes
• Frequency: At least 12 MHz B-scan probe
With focused transducers
Scan Settings
• Selectable scan setting profiles to optimize image quality
UBM
UBM Imaging Feature
• Frequency: at least 48 MHz
• Angle Analysis feature for quantitative assessment of angle
Scan Settings
- sulcus-to-sulcus
- angle detail
- high resolution
- motion picture
Scan Sampling
• 256 ray scans with 2048 sample points for each ray
Scan Controls
• Fully adjustable time-varied gain (TVG),
• Baseline
• log gain
• exponential gain (e-gain)
Video Clips
• Capture and store 50-frame video clips at up to 20 frames per
second (fps)
Storage Capacity
• Built-in 256 GB SSD (solid-state) drive
• One (1) external SSD, 2 TB capacity
Connectivity
• 802.11n dual-band Wi-Fi and Bluetooth 4.0
• Ports:
- GigE Ethernet LAN
- USB-A
- USB-B ports
- HDMI
- Serial
- VGA
- RJ-45
• DICOM-compliant
Printer
• Any operating system compatible printer
Operating system
• Microsoft Windows 10 or higher
45
Console
• Portable
Power
• 100 - 240 VAC, 50/60 Hz
Inclusions:
• Two (2) Gas-Lift Chairs with Wheels
• Motorized Instrument Table
• Color Inkjet Printer
• Uninterruptible Power Supply (Ups) compatible to system
requirements
• Training Of End-Users and Biomed Engineers
46
Brand/
Approved Budget
Maximum Model/ Statement of
Item / Technical Specifications for the Contract
Quantity Country Compliance
Service (ABC)
of Origin
OPHTHALMOLOGY EQUIPMENT
8 1 Unit AUTOREFRACTOR-KERATOMETER P 450,000.00
• Portable
• Compact unit
• With built-in thermal printer.
• Full color 5-10 inches touchscreen LCD screen with menu
settings
• With icon-based operating system
• With joystick
• Motorized instrument table with wheels
• Two (2) gas-lift chairs with caster wheels
Functions:
• Contact lens measurement
• Kerato-peripheral measurement
• Pupil distance measurement
• Intra Ocular Lens measurement
Hardware requirements:
• Processor: Intel Core i3/i5/i7; AMD Ryzen 3/5/7
• RAM: At least 8 GB
• Storage: At least 512 GB SSD (solid-state drive)
• Graphics: Integrated Intel/AMD graphics or dedicated GPU
Software requirements:
• Operating system: Windows 10, Linux
• Platform: 64-bit architecture
• Programming language: C++, Java, Python
Data management:
• Patient database: searchable database
• Data export: Excel, PDF, CSV (Comma Separated values) or
DICOM Formats
• Connectivity:
- USB ports: At least 2 USB-A/USB-B/USB-C ports
- Network: Wi-Fi, (802.11 ac/b/g/n), Ethernet (RJ-
45)
- DICOM compliant
Autorefractor Screen:
• Display type and size: liquid crystal display (LCD) 5-10
inches
• User interface: graphical user interface with touchscreen
• Resolution: at least 1024 x 768 pixels
• Color display: at least 16-bit color depth
• Viewing angle: wide viewing angle (>150 degrees)
• Brightness: adjustable (250-500 candelas/meter squared)
47
Measurement capability:
• Spherical refractive power: -25.0D to +25.0D (0.25D step)
• Cylindrical refractive power: -10.0D to +10.0D (0.25D step)
• Astigmatic axial angle: 1 to maximum 180 degrees (1-degree
step)
• Corneal curvature radius: 5 to maximum 10 mm (.01mm
step)
48
Brand/
Approved Budget
Maximum Model/ Statement of
Item / Technical Specifications for the Contract
Quantity Country Compliance
Service (ABC)
of Origin
GENERAL SURGERY EQUIPMENT
9 1 Lot SUPPLY, DELIVERY, INSTALLATION AND P 10,000,000.00
COMMISSIONING OF HYPERTHERMIA DEVICE SYSTEM
Included Items
• Incorporated Vacuum Regulator (x1)
• Temperature Cables(x4): 100 cm – 500 cm
• IV pole with pole assembly mount
• Reservoir Holder
• Power Cord
• Online UPS compatible to system requirement
49
Brand/
Approved Budget
Maximum Model/ Statement of
Item / Technical Specifications for the Contract
Quantity Country Compliance
Service (ABC)
of Origin
GENERAL SURGERY EQUIPMENT
10 1 Unit GASTROSCOPE COMPATIBLE WITH OLYMPUS TOWER P 6,000,000.00
SYSTEM
Insertion Section
• Distal End outer diameter-9.9 mm
• Insertion Tube outer diameter-9.9 mm
• Working Length-1,030 mm
Instrument Channel:
• Channel inner diameter-2-3 mm
• Minimum visible distance- 3.0 mm from the distal end
Bending Section:
• Angulation range-Up 210°, Down 90°, Right 100°, Left 100°
Total Length-1,350 mm
CAMERA HEAD:
Physical Dimensions
• Size: 35 x 124 mm (focus rings x total length), and 50 x 63 x
142 mm
• Weight: 350g for CH-S190-XZ-E/Q model
• Cable: 6.8 mm x 4 m
Optical System
• Field of View: 140°
• Direction of View: Forward-Viewing
• Depth of Field: 2-100 mm
• Magnification Ratio: Focal distance f = 15.8 – 31.3 mm
Image Quality
• High-definition image quality with 1080i HD output
• 3CCD technology for fine detail and color reproduction
• Narrow Band Imaging (NBI) for enhanced vessel
visualization
Additional Features
• One-touch zoom with 1.2-1.5x magnification
• Programmable buttons for frequently used functions
• Quick-lock connection for secure telescope attachment
• Water Jet function for cleaning the objective lens
50
Brand/
Approved Budget
Maximum Model/ Statement of
Item / Technical Specifications for the Contract
Quantity Country Compliance
Service (ABC)
of Origin
GENERAL SURGERY EQUIPMENT
11 1 Unit COLONOSCOPE COMPATIBLE WITH OLYMPUS TOWER P 6,000,000.00
SYSTEM
COLONOSCOPE:
• Compatible with existing Olympus Endoscopy Tower
• Color System: Panoramic Annular Lens
• Sheath Outer Diameter: 12.9 mm
• Working Channel Diameter:3.8 mm
• Working Length:1400 mm
• Deflection up/down: 180°/180°
• Deflection left/right: 160°/160°
• Angle of View:160°
• Depth of Field: 2 - 100 mm consisting of: 13924 PKS
Standard Colonoscope
• Irrigation Tube, reusable – 1pc
• Y-Irrigation Tube, reusable – 1pc
• Pressure Compensation Cap, ETO cap – 1pc
• Leakage Tester – 1pc
• Sealing Cap, for working channel, package of 10 – 1pc
• Cleaning Valve, reusable – 1pc
• Suction Valve, reusable – 1pc
• Air/Water Valve – 1pc
• Valve Brush, for video endoscopes – 1pc
• Biopsy Forceps, sterile, for single use – 1pc
• Cleaning Brush, diameter 5 mm, unsterile, for single use–
3pcs
• Protective Film – 1pc
• Case – 1pc
• Keys for case– 2pcs
CAMERA HEAD:
Key Features:
• HD Image Quality: 1080i HD output for high-resolution
images
• Autoclavability: Fully autoclavable to prevent lens fogging
• Programmable Buttons: Three built-in switches for
frequently used functions
• One-Touch Zoom: Enlarge images up to 1.5 times original
size
Optical System:
• Field of View: 170° for CF-H190L/I model
• Direction of View: Forward viewing
• Depth of Field: 2-100 mm
Additional Features:
• Narrow Band Imaging (NBI): Enhanced visualization of
vessels and mucosa
• Responsive Insertion Technology (RIT): Improved scope
handling and insertability
• Waterproof One-touch Connector: Easy setup and minimized
effort
51
Brand/
Approved Budget
Maximum Model/ Statement of
Item / Technical Specifications for the Contract
Quantity Country Compliance
Service (ABC)
of Origin
RADIOLOGY EQUIPMENT
12 1 Lot MOBILE C-ARM WITH FLAT PANEL DETECTOR P 20,000,000.00
A. Clinical Applications:
• General Surgery
• Orthopaedic
• Urology
• Peripheral vascular
• Radiographic examinations
B. Detector:
• Type: Flat Panel
• Detector Material: Cesium Iodide
• Largest Size: At least 14” x 17”
• Mode setting:
- 14” x 17”
• Pixel pitch (µm): not more than 150 um
• Detective Quantum Efficiency: at least 50%
• Active Matrix: at least 2800 x 2300 pixels
• With antibacterial coating on the detector’s outer
surfaces
• At least IPX-6 for fluid resistance
• At least IPX-5 for dust particle
• Detachable for Radiographic purpose
• With built-in memory
D. X-ray GENERATOR:
• Power Rating: at least 2 kW
• Max kV: 110 kV
• Max. mA (pulsed fluoroscopy): 20
• Max. mA (radiography mode): 25
• Max. Heat capacity: at least 600 kHU
52
F. FLUOROSCOPIC MODE:
• Max. Tube voltage: 110 kV
• Max. power fluoroscopy: (70kV 16mA) (100kV
20mA)
• Tube current at maximum tube voltage
fluoroscopy: 10 mA (110kV) 18 mA (110kV)
• Tube voltage at Maximum tube current
fluoroscopy: 50 kV (22mA) 75 kV (25mA)
• Frame Rates: at least
- 15 fps
- 8 fps
- 4 fps
- 2 fps
• Magnification Mode:
- Full
- 30 cm x 30 cm
- 20 cm x 20 cm
• Dose Mode:
- Auto mode
- Manual mode
• Anatomic mode:
- Extremity
- Trunk
- Head
- Soft tissue
- ERCP
• Fluoroscopy time: at least 15 minutes continuous
H. C-ARM dimensions:
• SID, cm (in): at least 30 inches
• Depth, cm (in): at least 25 inches
• Horizontal travel, cm (in): At least 7 inches
• Vertical travel, cm (in): At least 27 inches
• Lateral Rotation, degrees: at least 200°/200°
• Orbital Rotation, degrees: at least 100°
53
I. Power Requirement:
• 50/60 Hz
• 220V/230V/240V @ 10A
54
Brand/
Approved Budget
Maximum Model/ Statement of
Item / Technical Specifications for the Contract
Quantity Country Compliance
Service (ABC)
of Origin
RADIOLOGY EQUIPMENT
13 1 Unit FULLY DIGITAL MOBILE X-RAY MACHINE P 10,000,000.00
A. Xray Control:
• Generator rating: at least 32-Kilowatt
• High-Frequency inverter: at least 60kHz Max.
• Cordless with built-in Battery Charger
• Kilo Voltage Peak: at least Min. 40 – Max. 130kV
• Milli Amphere: at least Min. 50 - Max. 400mA
• Milli Amphere per second: at least 320mAs
• Supply: 220V AC, 60Hz, Single Phase
B. Control Console:
• X-ray control unit should be digital panel display.
• With illumination of push button type for all operating
parameters.
• Should have computerized soft touch control console.
• With Anatomical Program Radiography with symbolic
buttons at least 440 combinations with manual override.
• Should have protection partition attached to the main unit.
• With remote x-ray control exposure.
• The steering bar should have Motorized Operation system.
• With inch movement operation.
55
• Recommended Cycle Time : at least 7 seconds
• Image Backup Capacity : at least 200 images
• Grayscale Depth : at least 16 bit
• X-ray Synchronization Control
- AED (Auto Exposure Detection)
- DR Trigger (External line trigger)
- Passive Trigger (External line trigger)
- Software Trigger
• Modulation Transfer Function: at least 80% (@ 0.5 lp/mm)
• Detective Quantum Efficiency: at least 65% (@ 0.5 lp/mm)
• IPX Rating: at least IP67 Dust and Water Resistance
• Uniform Load Capacity : Max. 400 kg
• Local/Point Load Capacity : Max. 200 kg
• Drop Resistance : at least 1.5 meters
• Battery Performance :
- at least 15 hours (image acquired every 100
seconds)
- at least 16 hours standby time
• Weight FPD : not more than 2.7 kg
• Must have OLED screen on the side of the detector capable
of displaying:
- battery status
- wired/wireless connection mode
- sleep mode status
• Must have LED power indicator
• Must have handle grooves at the back of the detector.
• Software is capable of Manual Stitching
G. Display Unit:
• Size: At least 19 inches (diagonal)
• Brightness: 420 cd/ mm2
• Contrast ratio: 1:1500
• Resolution: 1280 x 1024
• Image preview: less than 2 sec
• Image processing:
- Contrast processing
- Dynamic range compression
- Noise reduction
- Multi-frequency processing
- Grid pattern removal processing
- Auto exposure field recognition
• Image storage: at least 3,500 images
• Integrated to the machine
H. DICOM:
• Print
• Storage
• Modality Worklist Management
• Modality Performance Procedure Step
• Send
• Commitment
56
J. Accessories and miscellaneous:
• (2) pcs Non-Lead Apron 0.5mm
• (2) pcs Thyroid Shield 0.5mm
• (2) pcs Lead Goggles
• One (1) set of opaque markers
• 2 copies Operation manual
• 2 copies Maintenance manual
L. Training:
• For bio-medical: On-site training and orientation upon
installation.
• For Radiology staff: On-site training and orientation for 1
week
57
Brand/
Approved Budget
Maximum Model/ Statement of
Item / Technical Specifications for the Contract
Quantity Country Compliance
Service (ABC)
of Origin
RADIOLOGY EQUIPMENT
14 2 Units ULTRASOUND MACHINE FOR IM/RADIOLOGY P 7,000,000.00/
Unit
A. Clinical Application:
• General abdominal imaging
• Musculoskeletal imaging
• Breast / thyroid / small parts Imaging
• Urology / prostate imaging
• Obstetrics imaging
• Gynecology & fertility
• Guided interventional procedures
• Peripheral vascular imaging
C. General System:
• 4 Active Probe Ports
• At least 21”, high resolution LCD monitor
• With resolution: at least 1600 x 900
• Viewing monitor must able to tilt and swivel
• At least 10'' color LCD interactive touch panel
• Height adjustable control panel
• The control panel can be swiveled from side to side
• User-configurable LCD touch panel keys
• Adjustable LCD touch panel brightness
• All-digital broadband beamforming
• Capable of simultaneous signal reception at least in 4
directions
• Analog/Digital Sampling frequency at least equivalent to 40
MHz
• Tissue Adaptive capability
• Analog/Digital converter: at least 12-bit
• B/M image formats of 1:1, 2:1 & 1:2
• Full digital color Doppler system
58
o Near Field Noise Reduction to suppress near field
artefact
o Carving Imaging to enhance tissue signal
o Ability to alter frozen image in:
▪ B-mode gain
▪ B-color
▪ Dynamic range
▪ Post-processing curves
o Ability to change in raw-data images:
▪ B-mode gain
▪ Dynamic range
▪ Gamma curve type
▪ Color coding
• M-Mode
o Echo rejection to remove low-level echo caused
by artefact
o Acoustic Noise Reduction to reduce acoustic
noise
o Availability of Color M-mode
o Availability of full screen M-mode image display.
o Post processing function to adjust:
▪ M-mode gain
▪ M-mode dynamic range
▪ M-mode sweep speed
o Post-processing function to adjust Free Angular
M-mode angle on raw data
o Minimum 7 selectable sweep speed from Min. 25
mm/sec to Max. 300 mm/sec
59
than 25.00 cm/sec to at least 800.00 cm/sec
60
F. Data Management and Connectivity:
• Integrated HDD: at least 1 TB
• Separate SSD of 128 GB for running of Operating system
(OS) and software
• Cine Frames: at least 60,000
• Stored images in JPEG, Tiff, Bmp, AVI, DICOM (Raw, M-
JPEG) data formats in the hard disk
• Ability to store measurement data in the integrated hard disk
• Full DICOM with LAN connectivity
• With Modality Worklist
• License Operating System
• Perpetual License for all application software
G. Power Requirement:
• Operate at 220-240 Volts
• Frequency of 50/60Hz
H. Accessories:
• B/W Thermal Printer
• Online UPS compatible to the system
J. Training:
• For bio-medical: On-site training and orientation upon
installation.
• For End-users: On-site training and orientation
61
Brand/
Approved Budget
Maximum Model/ Statement of
Item / Technical Specifications for the Contract
Quantity Country Compliance
Service (ABC)
of Origin
RADIOLOGY EQUIPMENT
15 1 Unit PORTABLE ULTRASOUND MACHINE FOR ANESTHESIA P 4,000,000.00
AND OB-GYNECOLOGY
c. Curved/Convex Probe
• Frequency:
- Minimum 2MHz
- Maximum 5MHz
• Scan Depth:
- Minimum 5cm
- Maximum 40cm
d. Endocavitary Probe
• Frequency:
- Minimum 3MHz
- Maximum 9MHz
• Scan Depth:
- Minimum 2cm
- Maximum 14cm
62
Computer System Specification
• Internal storage device SSD (Solid
State Drive) at least 256GB
• Image storage capacity: at least
700,000 images
• Monitor: at least 15 inches, LCD touch screen
monitor or higher with drawing function
• Allows for 360 Degree Monitor Movement
• Revolve and Tilt
• Screen is positioned at the front of the
machine for ergonomic comfort
• Dual Image display: side-by-side, up
and down
• Library and direct recording function for
viewing libraries on USB and SD card
storage
• DICOM 3.0: DICOM basic and OB report
• Enables both high frame rate and high resolution
• Resolution: at least 1024 x 768 pixels
• Maximum Frame rate 391f/s
Imaging Modes
• Image Modes: 1, 2D/B-mode
a. Triad Tissue Harmonic Imaging
b. Needle Visualization function that can highlight the
tip or bevel of the needle blue and gray luminance
c. Color flow mapping function
d. Power Doppler Function
e. Pulse Wave Doppler (PWD) mode (Spectrum)
f. M-mode
g. At most 8 knobs and trackball
h. drawing tools- real time and freeze mode
i. simple clear flow
j. Power doppler mode, PW- TDI mode, 2D- TDI mode
k. Dual, display invert function, split mode, digital read
zoom/light zoom (activated)
B-mode Imaging
a. Triad Tissue Harmonic Imaging
b. Capable of high-definition image processing that provides
edge enhancement and speckle noise reduction
FUNCTIONS AND
FEATURES
Color Doppler imaging capacity
Trapezoid display function for linear probe User
Interface and Programmable Controls
a. Clinical Information Display
b. With image acquisition keys such as Save, Review
and Video Clip store
c. User account management
d. menu, key and console customize
e. foot switch function assignment
f. direct touch function assignment
Image and Clip Storage Review: System Capability for the following:
• Internal Storage Device capable of image storage of
700,000 images
• Video clip playback capability
• Video clip Save function
• Image format: JPEG, MP4, BMP
63
• Export still Format: jpeg, bmp, png
• Export clip file formats: avi, mp4
• Operates via rechargeable battery and AC Power
• Input/Output:
- USB PORT: 2.0 X 2, 3.0 X 1
- SD CARD slot x 1
- dvi-d terminal x 1
- ethernet connector x 1
ACCESSORIES:
• Pole Cart:
a. Height Adjustable: change up or down by hydraulic
damper
b. Heavy Duty Casters for Easy Transport
c. At least 2 Transducer Holders
d. Gel Holder with warmer
e. 3-Port Probe Extension Unit
f. Power Extension Unit
g. Cable hanger
h. Keyboard Foot Switch (Triple)
• Online UPS with Isolation Transformer compatible to unit
64
Section VIII. Checklist of Technical and
Financial Documents
The prescribed documents in the checklist are mandatory to be submitted in the Bid, but shall
be subject to the following:
a. GPPB Resolution No. 09-2020 on the efficient procurement measures during a State
of Calamity or other similar issuances that shall allow the use of alternate documents
in lieu of the mandated requirements; or
b. Any subsequent GPPB issuances adjusting the documentary requirements after the
effectivity of the adoption of the PBDs.
The BAC shall be checking the submitted documents of each Bidder against this checklist to
ascertain if they are all present, using a non-discretionary “pass/fail” criterion pursuant to
Section 30 of the 2016 revised IRR of RA No. 9184.
65
Checklist of Technical and Financial Documents
I. TECHNICAL COMPONENT ENVELOPE
66
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.
(a) Original of duly signed and accomplished Financial Bid Form; and
(b) Original of duly signed and accomplished Price Schedule(s).
67
APPENDIX “1”
BID FORM
Date : _________________
Project Identification No. : IB No. 2025-03-003
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.
________________________________________________
________________________________________________
________________________________________________
(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.
68
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].
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: ___________________
69
Bid Securing Declaration Form
[shall be submitted with the Bid if bidder opts to provide this form of bid security]
_________________________________________________________________________
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].
[Jurat]
[Format shall be based on the latest Rules on Notarial Practice]
70
Omnibus Sworn Statement (Revised)
[shall be submitted with the Bid]
_________________________________________________________________________
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:
[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];
[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;
5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized
representative(s) to verify all the documents submitted;
71
[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
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.
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at
____________, Philippines.
[Jurat]
[Format shall be based on the latest Rules on Notarial Practice]
72
Performance Securing Declaration (Revised)
[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]
_________________________________________________________________________
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:
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month]
[year] at [place of execution].
[Jurat]
[Format shall be based on the latest Rules on Notarial Practice]
73
Price Schedule for Goods Offered from
Abroad
[shall be submitted with the Bid if bidder is offering goods from Abroad]
______________________________________________________________________________
1 2 3 4 5 6 7 8 9
Item Description Country Quantity Unit price CIF Total Unit Price Unit Total Price
of origin port of entry CIFor Delivered priceDelivered delivered
(specify port) or Duty Unpaid Duty Paid DDP
CIPprice
(DDU) (DDP) (col 4 x 8)
CIPnamed place per item
Name: ___________________________________________________________________
Signature: ________________________________________________________________
Duly authorized to sign the Bid for and behalf of: __________________________________
74
Price Schedule for Goods Offered from Within the Philippines
[shall be submitted with the Bid if bidder is offering goods from within the Philippines]
______________________________________________________________________________
1 2 3 4 5 6 7 8 9 10
Item Description Country Quantity Unit Transportation Sales and Cost of Total Total Price
of origin price and all other other Incidental Price, delivered
EXWp costs taxes Services, if per unit Final
er incidental to payable if applicable, Destination
item delivery, per Contract per item (col
item is 5+6+7+ (col 9) x
awarded, 8) (col 4)
per item
Name: ___________________________________________________________________
Signature: ________________________________________________________________
Duly authorized to sign the Bid for and behalf of: __________________________________
75
76