You are on page 1of 43

Republic of the Philippines

Department of Health
CAGAYAN VALLEY MEDICAL CENTER
Tertiary, Teaching, Training and Research Hospital
Carig, Tuguegarao City, Cagayan
Tel Nos .302-000 loc.219

FOR : BIDS AND AWARDS COMMITTEE

FROM : TECHNICAL WORKING GROUP

SUBJECT : REPORT ON THE POST QUALIFICATION FOR THE PROJECT


“SUPPLY AND DELIVERY OF VARIOUS OPERATING ROOM EQUIPMENTS
PUBLIC BIDDING”

Fund : RAF/ IGI 2023

DATE : March 8, 2024

1. Name of Bidder : JUNIPER 3 PROCUREMENT CORP.


2. Rank in the List of Bids : Lowest Calculated Bidder for OR3 (E-Cart).
3. Bid Price : 368,885.00
4. Period of Post- Qualification : February 29, 2024 - March 7, 2024
5. Results of Post- Qualification : RESPONSIVE NON RESPONSIVE

I. REFERENCE:

6. Pursuant to the provisions in Section 34 of RA 9184, we the technical Working Group


conducted the post qualification of the Technical and Financial Documents, Technical
Specifications, and Terms of Reference of the JUNIPER 3 PROCUREMENT CORP. submitted
by documents last March 5, 2024, to determine whether they comply with and responsive to all
requirements and conditions specified in the bidding documents for the procurement of the
abovementioned project.

II. VERIFICATION OF THE DOCUMENTS


The documents submitted as enumerated in Section VIII: Checklist of the Technical and
Financial Documents were verified and validated. Based on our evaluation, the documents
submitted are in accordance with the requirements as they are true, valid, and updated copies.

TECHNICAL COMPONENT Findings/Comments REMARKS


CLASS “A” DOCUMENTS
Legal Documents
a. Valid PhilGEPS Registration Certificate (Platinum COMPLIED
Membership) (all pages) in accordance with Certificate Number:
Section 8.5.2 of the IRR; 2017081436131608788794
Valid Until: August 9, 2024
Not blacklisted

Mayor’s Permit:
20240012065 valid until March 31,
2024

SEC Certifictae Number:


CS201101436
Registration Date: January 31, 2022

Tax Clearance
TCC Number:08B-07-28-R0848-
2023-M valid until July 28, 2024

Audited Financial Statement:


Date of filing:May 15, 2023
Current Asset: 97.476,305.00
Total Asset: 123, 528,127.00
Current Liabilities: 65,820,277.00
Total Liabilities: 103,617,940.00
Auditor: Randy M. Padua, CPA
BIR RDO Code: 53B
Technical Documents
b. Statement of the prospective bidder of all its Name of Contract:
ongoing government and private contracts, Supply and Delivery of Various
including contracts awarded but not yet started, if Medical Equipment
any, whether similar or not similar in nature and
complexity to the contract to be bid; and Name of Agency: COMPLIED
Province of La Union

Contract Cost:
Php 1,094,029.50
c. Statement of the bidder’s Single Largest
Completed Contract (SLCC) similar to the Name of Contract:
contract to be bid, except under conditions Supply and Delivery of Emergency
provided for in Section 23.4.1.3 and 23.4.2.4 of
Crash Cart
the 2016 revised IRR of RA No. 9184, within the
relevant period as provided in the Bidding
Name of Agency:
Document; and (Supply And Delivery Of Various
Operating Room Equipment Public Bidding) Cagayan Valley Medical Center

Contract Cost: COMPLIED


Php 712,547.00

Date of Completion:
January 11, 2024

d. Original copy of Bid Security. If in the form of a BSD Identification No.


Surety Bond, submit also a certification issued by CVMC BAC -2024-02-06
the Insurance Commission; or Original copy of COMPLIED
Notarized Bid Securing Declaration; and Duly Notarized on: February 22,
2024

Subscribed and sworn to: Atty


Rodrigo A. Rigos
e. Conformity with the Technical Specification,
which may include: a. Delivery Schedule: 60
a. Production/delivery schedule; calendar days upon receipt
b. Manpower requirements; and/or of PO
c. After-sales/parts, if applicable; and b. With Certificaiton of
Manpower Requirements COMPLIED
attached

f. Original duly signed Omnibus Sworn Statement


(OSS); Omnibus Sworn Statement (OSS)
and if applicable, Original Notarized Secretary’s Duly Notarized on: February 22,
Certificate in case of a corporation, partnership, 2024
or cooperative; or Original Special Power of
Attorney of all members of the joint venture Subscribed and sworn to: Atty
giving full power and authority to its officer to sign Rodrigo A. Rigos
the OSS and do acts to represent the Bidder.

Secretary’s Certificate Resolution COMPLIED


No. 02-28-24-02

Duly Notarized on: February 22,


2024

Subscribed and sworn to: Atty


Rodrigo A. Rigos

Financial Documents
g. The prospective bidder’s audited computation of Evaluated by Jassel S. Tamayao, COMPLIED
Net Financial Contracting Capacity (NFCC); CPA
Or A committed Line of Credit from a Universal or
Commercial Bank in lieu of its NFCC
computation.
CLASS “B” DOCUMENTS
h. If applicable, duly signed joint venture agreement Non JVA
(JVA) in accordance with RA No. 4566 and its
IRR in case the joint venture is already in
existence; or duly notarized statements from all COMPLIED
the potential joint venture partners stating that
they will enter into and abide by the provisions of
the JVA in the instance that the bid is successful.
i. Updated License to Operate from the Food and Valid until
Drug Administration January 18,
2025
Other documentary requirements under RA No. 9184 (as applicable)
j. [For foreign bidders claiming by reason of their N/A
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.
k. Certification from the DTI if the Bidder claims N/A
preference as a Domestic Bidder or Domestic
Entity.
I. FINANCIAL COMPONENT

L Original of duly signed and accomplished Financial BID FORM:


Bid Form; and COMPLIED
368,885.00

M. Original of duly signed and accomplished Price SIGNED PRICE


Schedule(s). COMPLIED
SCHEDULE

III. COMPLIANCE WITH TECHNICAL REQUIREMENTS and TERMS OF REFERENCE


7. Based on the submitted Technical Specifications and verification made by the TWG during
evaluation, JUNIPER 3 PROCUREMENT CORP. is compliant with all the required Technical
Specifications and Terms of Reference stated in the procurement of this project.

A. JUNIPER 3 PROCUREMENT CORP.

Acceptable Not Remarks


Technical Description
Acceptable

OR3 EMERGENCY CRASH CART With Certification: Compliant to end


Top Table: Polypropylene/ABS Plastic CDRRHR-CMDN-2022- user’s specification
Sliding side Table 924826 and Terms of
Body Frame: Aluminum / ABS plastic Reference
Guard rail: Aluminum Valid until March 28, 2027
With four (4) Drawers: Aluminum / ABS
plastic
Utility container: ABS plastic
Caster: Four ball bearing casters, 5 inches
in
diameter (Two with locking brake)
Standard option: Plastic Dust Box
with 1 C.P.R Board
with 4 hooks IV Pole (1pc)
with Defibrillator Shelf
with Oxygen Tank Holder (petite size)
with needle disposable box
with removable dividers

TERMS OF REFERENCE
1. The company shall Submit unit sample
within five (5) days upon receipt of notice
of post-qualification thru actual demo or
Site visit as required
2. Project Completion and installation
a. The company should be able to
complete the project within sixty (60)
Calendar days upon receipt of the
purchase order including installation
b. The Sample submitted for evaluation
should be the same upon delivery

3. Warranty and Preventive Maintenance


-At least Three (3) years warranty on all
parts, components, and after sales
services after the inspection and
acceptance by the end-use -Quarterly
preventive maintenance during the
warranty period

4. Maintenance and technical support


a. During the warranty period, the
company shall provide highly technical
personnel to service all the equipment
including its components/ peripherals
whenever hardware breakdown and/or any
related problem should occur.
b. Repair and testing shall be done on-site
to know the extent of the problem. All
components beyond repair shall be
replaced at no cost during the warranty
period.
c. During the warranty period, any
components that cannot be repaired on-
site, the company should be able to
provide a temporary replacement/
alternate service unit of the same
capability as the unit to be repaired.

5.Training
• Certification that winning bidder will
provide training for at least two (2) end
users and maintenance staff

6. Product Registration and Certificates


• Current and Valid Certificate of
Manufacturer’s compliance with ISO 13485
and CE Certificate
• Original Brochure
• User’s Manual in English Language
a. Operations Manual 2 copies
b. Service Manual 2 copies
• The company shall Submit certificate or
product registration by FDA,
• To Submit European Conformity
Certificate (CE)
• To submit License to operate as a
medical device distributor

IV. FINDINGS AND RECOMMENDATIONS

8. The eligible bidder, JUNIPER 3 PROCUREMENT CORP. has COMPLIED; NOT


COMPLIED and is RESPONSIVE; NOT RESPONSIVE with all Legal, Technical, and
Financial requirements and post-qualification requirements as stated in the bidding documents.

9. In view of the foregoing circumstances, the hereunder Technical Working Group hereby
confirms ACCEPTANCE to the proposal of JUNIPER 3 PROCUREMENT CORP. as the
Lowest Calculated and Responsive Bidder for the project “Supply And Delivery Of Various
Operating Room Equipment Public Bidding” amounting to Three Hundred Sixty Eight Thousand
Eight Hundred Eighty Five Pesos (368,885.00).

Technical Description Total Amount


OR3 368,885.00
EMERGENCY CRASH CART
Top Table: Polypropylene/ABS Plastic
Sliding side Table
Body Frame: Aluminum / ABS plastic
Guard rail: Aluminum
With four (4) Drawers: Aluminum / ABS plastic
Utility container: ABS plastic
Caster: Four ball bearing casters, 5 inches in
diameter (Two with locking brake)
Standard option: Plastic Dust Box
with 1 C.P.R Board
with 4 hooks IV Pole (1pc)
with Defibrillator Shelf
with Oxygen Tank Holder (petite size)
with needle disposable box
with removable dividers

TERMS OF REFERENCE
1. The company shall Submit unit sample within five (5)
days upon receipt of notice of post-qualification thru actual
demo or Site visit as required

2. Project Completion and installation


a. The company should be able to complete the project
within sixty (60) Calendar days upon receipt of the purchase
order including installation
b. The Sample submitted for evaluation should be the same
upon delivery

3. Warranty and Preventive Maintenance


-At least Three (3) years warranty on all parts, components,
and after sales services after the inspection and acceptance
by the end-use -Quarterly preventive maintenance during the
warranty period

4. Maintenance and technical support


a. During the warranty period, the company shall provide
highly technical personnel to service all the equipment
including its components/ peripherals whenever hardware
breakdown and/or any related problem should occur.
b. Repair and testing shall be done on-site to know the
extent of the problem. All components beyond repair shall be
replaced at no cost during the warranty period.
c. During the warranty period, any components that cannot
be repaired on-site, the company should be able to provide a
temporary replacement/ alternate service unit of the same
capability as the unit to be repaired.

5.Training
• Certification that winning bidder will provide training for at
least two (2) end users and maintenance staff

6. Product Registration and Certificates


• Current and Valid Certificate of Manufacturer’s compliance
with ISO 13485 and CE Certificate
• Original Brochure
• User’s Manual in English Language
a. Operations Manual 2 copies
b. Service Manual 2 copies
• The company shall Submit certificate or product registration
by FDA,
• To Submit European Conformity Certificate (CE)
• To submit License to operate as a medical device
distributor

JASSEL S. TAMAYAO, CPA


TWG
SHEILLA P. REMUDARO, RN, MSN MARIA ANGELICA MAMAUAG, MD
TWG TWG

MANUEL S. CORTEZ III, RN, MSN JAKE MIGUEL, MD


TWG TWG

EDMAR CARAYUGAN, RN, MSN LARAE AVONNA O. FAGELA, MD


TWG TWG

IVAN ELISEO HEBRADO, MD KEVIN AGSAOAY, MD


TWG TWG

VERNIE QUILANG, MD
TWG

ATTY. GENNIELOU BIANCA P. BALUYAN


TWG
Republic of the Philippines
Department of Health
CAGAYAN VALLEY MEDICAL CENTER
Tertiary, Teaching, Training and Research Hospital
Carig, Tuguegarao City, Cagayan
Tel Nos .302-000 loc.219

FOR : BIDS AND AWARDS COMMITTEE

FROM : TECHNICAL WORKING GROUP

SUBJECT : REPORT ON THE POST QUALIFICATION FOR THE PROJECT


“SUPPLY AND DELIVERY OF VARIOUS OPERATING ROOM EQUIPMENTS
PUBLIC BIDDING”

Fund : RAF/ IGI 2023

DATE : March 25, 2024

1. Name of Bidder : STERITEX MEDICAL SYSTEM


2. Rank in the List of Bids : Lowest Calculated Bidder for OR1 (OR TABLE)
3. Bid Price : 17,000,000.00
4. Period of Post- Qualification : February 29, 2024 - March 21, 2024
5. Results of Post- Qualification : RESPONSIVE NON RESPONSIVE

I. REFERENCE:

6. Pursuant to the provisions in Section 34 of RA 9184, we the technical Working Group


conducted the post qualification of the Technical and Financial Documents, Technical
Specifications, and Terms of Reference of the STERITEX MEDICAL SYSTEM submitted by
documents last March 5, 2024, to determine whether they comply with and responsive to all
requirements and conditions specified in the bidding documents for the procurement of the
abovementioned project.

II. VERIFICATION OF THE DOCUMENTS


The documents submitted as enumerated in Section VIII: Checklist of the Technical and
Financial Documents were verified and validated. Based on our evaluation, the documents
submitted are in accordance with the requirements as they are true, valid, and updated copies.

TECHNICAL COMPONENT Findings/Comments REMARKS


CLASS “A” DOCUMENTS
Legal Documents
a. Valid PhilGEPS Registration Certificate (Platinum COMPLIED
Membership) (all pages) in accordance with Section Certificate Number:
8.5.2 of the IRR; 20040744071388562890
Valid Until: February 5, 2025
Not blacklisted

Mayor’s Permit:
2379 valid until December 31,
2024

DTI Certificate:
1687070 valid until May 5,
2025

Tax Clearance
TCC Number:04-21B-10-05-
R2088-2023-M
valid until October 5, 2024

Audited Financial Statement:


Date of filing: March 30, 2023
Current Asset: 42,781,757
Total Asset: 48,317,387
Current Liabilities: 4,222,987
Total Liabilities: 24,222,987
Auditor: HOMARR B.
BONDOC
BIR RDO Code: 21B
Technical Documents
b. Statement of the prospective bidder of all its Name of Contract:
ongoing government and private contracts, Supply and Delivery of
including contracts awarded but not yet started, if Various Drugs And
any, whether similar or not similar in nature and
Medicines
complexity to the contract to be bid; and
Name of Agency: COMPLIED
Dr. Paulino J. Garcia
Memorial Research and
Medical Center

Contract Cost:
Php 545,000.00
c. Statement of the bidder’s Single Largest Completed
Contract (SLCC) similar to the contract to be bid, Name of Contract:
except under conditions provided for in Section Procurement of Emergency
23.4.1.3 and 23.4.2.4 of the 2016 revised IRR of RA
Stretchers
No. 9184, within the relevant period as provided in
the Bidding Document; and (Supply And Delivery Of
Name of Agency:
Various Operating Room Equipment Public Bidding)
Angeles City Government
COMPLIED
Contract Cost:
Php 98,602,492.00

Date of Completion:
June 21, 2023
d. Original copy of Bid Security. If in the form of a Duly Notarized on: February
Surety Bond, submit also a certification issued by 23, 2024
the Insurance Commission; or Original copy of COMPLIED
Notarized Bid Securing Declaration; and By: Atty Noel Luzong
e. Conformity with the Technical Specification, which
may include: a. Delivery Schedule: 60
d. Production/delivery schedule; calendar days upon
e. Manpower requirements; and/or receipt of PO
f. After-sales/parts, if applicable; and b. With Certificaiton of
Manpower COMPLIED
Requirements
attached
f. Original duly signed Omnibus Sworn Statement
(OSS); Duly Notarized on: February
and if applicable, Original Notarized Secretary’s 23, 2024
Certificate in case of a corporation, partnership, or
cooperative; or Original Special Power of Attorney By: Atty Noel Luzong COMPLIED
of all members of the joint venture giving full power
and authority to its officer to sign the OSS and do
acts to represent the Bidder.
Financial Documents
g. The prospective bidder’s audited computation of Evaluated by Jassel S. COMPLIED
Net Financial Contracting Capacity (NFCC); Tamayao, CPA
Or A committed Line of Credit from a Universal or
Commercial Bank in lieu of its NFCC computation.
CLASS “B” DOCUMENTS
i. If applicable, duly signed joint venture agreement Non JVA
(JVA) in accordance with RA No. 4566 and its IRR
in case the joint venture is already in existence; or
duly notarized statements from all the potential joint COMPLIED
venture partners stating that they will enter into and
abide by the provisions of the JVA in the instance
that the bid is successful.
Other documentary requirements under RA No. 9184 (as applicable)
j. [For foreign bidders claiming by reason of their N/A
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.
k. Certification from the DTI if the Bidder claims N/A
preference as a Domestic Bidder or Domestic
Entity.
II. III. FINANCIAL COMPONENT

L Original of duly signed and accomplished Financial BID FORM:


Bid Form; and COMPLIED
30,200,000.00

M Original of duly signed and accomplished Price SIGNED PRICE SCHEDULE COMPLIED
Schedule(s).

III. COMPLIANCE WITH TECHNICAL REQUIREMENTS and TERMS OF REFERENCE


7. Based on the submitted Technical Specifications and verification made by the TWG during
evaluation, STERITEX MEDICAL SYSTEM is compliant with all the required Technical
Specifications and Terms of Reference stated in the procurement of this project.

A. STERITEX MEDICAL SYSTEM

Technical Description Acceptable Not Acceptable Remarks

OR1 Non-compliant to
ELECTROHYDRAULIC MECHANICAL -Model DST-500D was end user’s
OPERATING ROOM TABLE evaluated but the actual
specification and
model offered is DST-IIIB
Specifications: Terms of
Drive system: Manual- Electro hydraulic Reference
At least modular with flexibility to interchange
components
With 4 wheels that rotates multidirectional - As per brochure,
With 4 mechanical stabilization pistons for complied but the actual
stability of the table unit evaluated was
different to the brochure.

Table top sections: 5 to 6 sections


Patient weight capacity: Safe working load at
least 250kg,
Single hook technology or its equivalent for the
table top sections (fast locking and unlocking
systems)
Can be operated using cable link remote
control and control panel at the table column
With atleast 3 inches pads , that must be
viscoelastic foam or water resistant and
fireproof equivalent material, Velcro fixation
and with good pressure- reducing properties
The Table top should be radiolucent
Longitudinal shift must achieve: at least
300mm or higher (totally electromechanical)
Capable to manipulate using emergency
override internal or external device
Electro- hydraulic movements Height variation
- Height of the bed is
(without cushions): 600mm to 1000mm or
690mm
wider
Trendelenburg/ Reverse Trendelenburg 30⁰
Bilateral Tilt: 20-25⁰
Back section inclination: atleast +80⁰/ -35⁰
Head Section: atleast +35⁰/ -72⁰
Compatible with C- arm and mobile xray from
head to toe and head to lower body, and with
sliding detector holder
Self-leveling zero automatic position (at any
position) of the operating table
With back up battery With kidney elevator: at
least 120mm elevation 220-240V (60Hz) - Actual unit has only
AVR( minimum 1Kva) 50Hz

Accessories:
- Not articulating arm
- 1 pair arm boards with mattress and socket
board
that could swivel, and adjust upwards,
downwards, and sidewards. (Articulating Arm
Board) with quick hook release
- 1 pair stirrups with mattress and socket
- 1 pair leg holders with mattress and socket
- 1 pc multi task arm board with mattress and
socket
- 1 pc anesthesia screen and socket
- 1 pc IV pole with socket
- 1 set body strap - Not seen during the
- 1 set leg strap evaluation but included
-1 pair foot support and 1 Pair of Shoulder in the brochure
support
-1 set back support - Not seen during the
- 1 set chest support evaluation but included
- 1 piece deattachable horseshoe head rest in the brochure
-with trolley for accessories

TERMS OF REFERENCE
1. The company shall Submit unit sample
within five (5) days upon receipt of notice of
post-qualification thru actual demo or Site visit
as required

2. Project Completion and installation


a. The company should be able to complete
the project within sixty (60) Calendar days
upon receipt of the purchase order including
installation
b. The Sample submitted for evaluation should
be the same upon delivery

3. Warranty and Preventive Maintenance


-At least Three (3) years warranty on all parts,
components, and after sales services after the
inspection and acceptance by the end-use -
Quarterly preventive maintenance during the
warranty period

4. Maintenance and technical support


a. During the warranty period, the company
shall provide highly technical personnel to
service all the equipment including its
components/ peripherals whenever hardware
breakdown and/or any related problem should
occur.
b. Repair and testing shall be done on-site to
know the extent of the problem. All
components beyond repair shall be replaced at
no cost during the warranty period.
c. During the warranty period, any components
that cannot be repaired on-site, the company
should be able to provide a temporary
replacement/ alternate service unit of the same
capability as the unit to be repaired.

5.Training
• Certification that winning bidder will provide
training for at least two (2) end users and
maintenance staff

6. Product Registration and Certificates


• Current and Valid Certificate of
Manufacturer’s compliance with ISO 13485
and CE Certificate
• Original Brochure
• User’s Manual in English Language
a. Operations Manual 2 copies
b. Service Manual 2 copies
• The company shall Submit certificate or - No CMDN presented
product registration by FDA,
• To Submit European Conformity Certificate
(CE)
• To submit License to operate as a medical
device distributor

IV. FINDINGS AND RECOMMENDATIONS


8. The eligible bidder, STERITEX MEDICAL SYSTEM has COMPLIED; NOT COMPLIED
and is RESPONSIVE; NOT RESPONSIVE with all Legal, Technical, and Financial
requirements and post-qualification requirements as stated in the bidding documents.

9. In view of the foregoing circumstances, the hereunder Technical Working Group hereby
confirms NOT ACCEPTABLE to the proposal of STERITEX MEDICAL SYSTEM as the Lowest
Calculated and Responsive Bidder for the project “Supply And Delivery Of Various Operating Room
Equipment Public Bidding” amounting to Seventeen Million (17,000,000).
SHEILLA P. REMUDARO, RN, MSN MARIA ANGELICA MAMAUAG, MD
TWG TWG

MANUEL S. CORTEZ III, RN, MSN JAKE MIGUEL, MD


TWG TWG

EDMAR CARAYUGAN, RN, MSN ENGR. RICHARD BANGUIBANG


TWG TWG

IVAN ELISEO HEBRADO, MD KEVIN AGSAOAY, MD


TWG TWG

VERNIE QUILANG, MD
TWG

ATTY. GENNIELOU BIANCA P. BALUYAN


TWG
Republic of the Philippines
Department of Health
CAGAYAN VALLEY MEDICAL CENTER
Tertiary, Teaching, Training and Research Hospital
Carig, Tuguegarao City, Cagayan
Tel Nos .302-000 loc.219

FOR : BIDS AND AWARDS COMMITTEE

FROM : TECHNICAL WORKING GROUP

SUBJECT : REPORT ON THE POST QUALIFICATION FOR THE PROJECT


“SUPPLY AND DELIVERY OF VARIOUS OPERATING ROOM EQUIPMENTS
PUBLIC BIDDING”

Fund : RAF/ IGI 2024

DATE : March 25, 2024

1. Name of Bidder : DYNAMED HEALTHCARE INCORPORATED


2. Rank in the List of Bids : Lowest Calculated Bidder for OR 2 (OR LIGHT)
3. Bid Price : 22,770,000.00
4. Period of Post- Qualification : February 29, 2024 - March 20, 2024
5. Results of Post- Qualification : RESPONSIVE NON RESPONSIVE

I. REFERENCE:

6. Pursuant to the provisions in Section 34 of RA 9184, we the technical Working Group


conducted the post qualification of the Technical and Financial Documents, Technical
Specifications, and Terms of Reference of the DYNAMED HEALTHCARE INCORPORATED
submitted by documents last March 5, 2024 to determine whether they comply with and
responsive to all requirements and conditions specified in the bidding documents for the
procurement of the abovementioned project.

II. VERIFICATION OF THE DOCUMENTS


The documents submitted as enumerated in Section VIII: Checklist of the Technical and
Financial Documents were verified and validated. Based on our evaluation, the documents
submitted are in accordance with the requirements as they are true, valid, and updated copies.

TECHNICAL COMPONENT Findings/Comments REMARKS


CLASS “A” DOCUMENTS
Legal Documents
a. Valid PhilGEPS Registration Certificate (Platinum COMPLIED
Membership) (all pages) in accordance with Section Certificate Number:
8.5.2 of the IRR; 2018-04105169324802353
Valid Until: April 30, 2024
Not blacklisted

SEC Certificate:
CS2018802729 registration
Date: March 9, 2018
Mayor’s Permit:
19003591 valid until
February 8, 2025

Tax Clearance
TCC Number:07A-039-11-
22-R2522-2023-M
valid until November 22,
2024

Audited Financial
Statement:
Date of filing: April 28,
2023
Current Asset:
285,172,351
Total Asset: 295,780,055
Current Liabilities:
148,988,077
Total Liabilities:
217,799,966
Auditor: SHERWIN T.
MERCA
BIR RDO Code: 039
Technical Documents
b. Statement of the prospective bidder of all its ongoing COMPLIED
government and private contracts, including contracts Name of Contract:
awarded but not yet started, if any, whether similar or Supply and Delivery of
not similar in nature and complexity to the contract to Various Medical
be bid; and
Equipment

Name of Agency:
Philippine Children’s
Medical Center

Contract Cost:
Php 1,279,999.00

Name of Contract:
Procurement of Brandnew
Various Medical
Equipment

Name of Agency:
Amai Pakpak Medical
Center, Marawi City

Contract Cost:
Php 2,600,00.00

c. Statement of the bidder’s Single Largest Completed COMPLIED


Contract (SLCC) similar to the contract to be bid, Name of Contract:
except under conditions provided for in Section Supply and Delivery of
23.4.1.3 and 23.4.2.4 of the 2016 revised IRR of RA
Operating Room Light
No. 9184, within the relevant period as provided in
the Bidding Document; and (Supply and Delivery of
Medical and Surgical Supplies )
Name of Agency:
Dr. Jose Fabella Memorial
Hospital

Contract Cost:
Php 8,444,444.00

Date of Completion:
December 2, 2022
d. Original copy of Bid Security. If in the form of a Duly Notarized on:
Surety Bond, submit also a certification issued by the February 19, 2024
Insurance Commission; or Original copy of Notarized By: Atty Nadine Faye C. COMPLIED
Bid Securing Declaration; and Miralles

e. Conformity with the Technical Specification, which


may include: c. Delivery Schedule:
g. Production/delivery schedule; 15 calendar days COMPLIED
h. Manpower requirements; and/or upon receipt of PO
i. After-sales/parts, if applicable; and d. With Certificaiton of
Manpower
Requirements
attached
f. Original duly signed Omnibus Sworn Statement
(OSS); Duly Notarized on:
February 19, 2024
and if applicable, Original Notarized Secretary’s By: Atty Nadine Faye C.
Certificate in case of a corporation, partnership, or Miralles COMPLIED
cooperative; or Original Special Power of Attorney of
all members of the joint venture giving full power and
authority to its officer to sign the OSS and do acts to
represent the Bidder.

Financial Documents
g. The prospective bidder’s audited computation of Net Evaluated by: COMPLIED
Financial Contracting Capacity (NFCC); Ms. Jassel S. Tamayao,
Or A committed Line of Credit from a Universal or CPA
Commercial Bank in lieu of its NFCC computation.
CLASS “B” DOCUMENTS
i. If applicable, duly signed joint venture agreement Non JVA COMPLIED
(JVA) in accordance with RA No. 4566 and its IRR in
case the joint venture is already in existence; or duly
notarized statements from all the potential joint
venture partners stating that they will enter into and
abide by the provisions of the JVA in the instance
that the bid is successful.
Other documentary requirements under RA No. 9184 (as applicable)
j. [For foreign bidders claiming by reason of their N/A
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.
k. Certification from the DTI if the Bidder claims N/A
preference as a Domestic Bidder or Domestic Entity.

IV. FINANCIAL COMPONENT

K Original of duly signed and accomplished Financial Bid Form; BID FORM: COMPLIED
and
22,770,000.00

l. Original of duly signed and accomplished Price Schedule(s). SIGNED PRICE COMPLIED
SCHEDULE

III. COMPLIANCE WITH TECHNICAL REQUIREMENTS and TERMS OF REFERENCE


Based on the submitted Technical Specifications and verification made by the TWG during
evaluation, DYNAMED HEALTHCARE INCORPORATED is compliant with all the required
Technical Specifications and Terms of Reference stated in the procurement of this project.

B. DYNAMED HEALTHCARE INCORPORATED

Technical Description Acceptable Not Acceptable Remarks

OR2 Operating Room Light Double Dome


Camera System Design/Features
specification;

Multi-lens matrix that provides good distribution


of the emitted light, and ensures homogeneous
light quality for both shallow and deep-cavity
procedures and also for shadow management
and can be upgradable into camera system.
Every light head has manually adjusted-
Electronic light intensity regulation with three
(3) focus steps of atleast 0.8, atleast 1m and
atleast 1.2m that provides the same light
intensity at different distances, can be
controlled in the control panel in the light head.
Automatic light intensity regulation from atleast
0.8m to atleast 1.2m working distance in the
handle interface located at the center of every
light head.
Two (2) light modules with gap in the middle

Controls specification;
1. Control panel located in the light head
*to adjust the brightness, light field diameter,
color temperature, manually adjusted-
electronic light intensity regulation
*located in each light head
2. Sterile handle with capacitive sensor in the
second light
*for automatic light intensity regulation for
every repositioning of the light head
*to adjust the light intensity or light field
diameter
*located at the center of the light lead
3. with wall mount control

Light intensity specification;


* can be set in the range from atleast 40% to
atleast 100%
*can be adjusted in the control panel located in
every lighthead or in the sterile handle of the
second light
*every lighthead has ENDO Mode swithces the
light head to less that atleast 10% of the light
intensity which is intended for endoscopic
surgical procedures
Adjustable color temperature specification;
*adjustable color temperature increases or
decreases the color contrast on the wound
area and provides better perception of color
differences.
*atleast 4 steps, can be set and adjusted to
2500k, 4000k, 4500k, and 5000k in the control
panel located in every lighthead.

Lighting & Electrical Data:


▪ Mainlight:
1. Working Distance: 0.8 m to 1.2m
2. Illumination: 160,000 lux
3. Light Field Diameter: Adjustable in the
control panel located in the lighthead, atleast
12cm-16cm and atleast 23cm-30cm
4. D50/d10 ratio: -0.56 (narrow LFD), -
0.48 (wide LFD)
5. Color Rendering Index Ra: atleast 96
6. Color Rendering Index R9: atleast 97
7. Color Rendering Index R13: atleast 98 - The specs was not
included in the brochure.
- Unable to prove the
existence of R13 during
the actual demo

8. Average Service Life of the LEDs (h):


aleast >60,000 hrs
9. Power Supply Voltage: 100 - 240 V
AC, 60 Hz
10. Lighthead Size (with handles): atleast
730 mm
11. Depth of illumination (L1 + L2) at 20%
Ec/ 2nd Edition (cm): atleast 95 cm (narrow
LFD), atleast 94cm (wide LFD)
12. Depth of illumination (L1 + L2) at 60%
Ec/ 3rd Edition (cm): atleast 60 cm (narrow/wide
LFD)
13. Individual LED lights in parallel connection

▪ Secondlight:
1. Working Distance: 0.8 m to 1.2m
2. Illumination: atleast 140,000 lux
3. Light Field Diameter: Adjustable in the
control panel located in the lighthead, atleast
12cm-16cm (narrow) and atleast 23cm-30cm
(wide)
4. D50/d10 ratio: -atleast 0.60 (narrow
LFD), -0.52 (wide LFD)
5. Color Rendering Index Ra: atleast 97
6. Color Rendering Index R9: atleast 96
7. Color Rendering Index R13: atleast 98
- The specs was not
included in the brochure.
- Unable to prove the
existence of R13 during
the actual demo
8. Average Service Life of the LEDs (h):
atleast >60,000 hrs. Power Supply Voltage:
100 - 240 V AC, 60 Hz - 630 mm
10. Lighthead Size (with handles): atleast
640 mm
11. Depth of illumination (L1 + L2) at
atleast 20% Ec/ 2nd Edition (cm): 94 cm
(narrow LFD), 96 cm (wide LFD)
12. Depth of illumination (L1 + L2) at
atleast 60% Ec/ 3rd Edition (cm): 51 cm
(narrow/wide LFD)
13. Includes handle with capacitive sensor
to adjust the light intensity or the light field
diameter
14. Individual LED lights in parallel
connection

Sterilizable handle cover, 6 pcs for both


ligthhead

Camera System:
▪ Installed in the mainlight.
▪ Installed at the center of the lighthead
(mainlight)
▪ Full HD quality: atleast 1080p
▪ Zoom: 10X optical
▪ Image stabilizer
▪ White balance
▪ Autofocus
▪ Motorize picture rotation

Viewing Monitor set-up:


• 5 Units Industrial Grade Monitor 32”
with wall mount compatible to camera system 5
units, wall
mount outside the OR Theatre;
• 1 Unit 27" Medical Grade Monitor
incorporate with the OR Light

Data archiving management system :


• Data archiving management system
with capability or recording two image sources
• Can record Full HD,4J,2D and 3D
• Integrated DICOM and HL7 interface
• With 12.5” touch screen monitor
• With 2TB memory storage, with 1 unit
UPS compatible
With 6 units UPS compatible with the
equipment (OR light)

TERMS OF REFERENCE
1. The company shall Submit unit sample
within five (5) days upon receipt of notice of
post-qualification thru actual demo or Site visit
as required

2. Project Completion and installation


a. The company should be able to complete
the project within sixty (60) Calendar days
upon receipt of the purchase order including
installation
b. The Sample submitted for evaluation should
be the same upon delivery

3. Warranty and Preventive Maintenance


-At least Three (3) years warranty on all parts,
components, and after sales services after the
inspection and acceptance by the end-use -
Quarterly preventive maintenance during the
warranty period

4. Maintenance and technical support


a. During the warranty period, the company
shall provide highly technical personnel to
service all the equipment including its
components/ peripherals whenever hardware
breakdown and/or any related problem should
occur.
b. Repair and testing shall be done on-site to
know the extent of the problem. All
components beyond repair shall be replaced at
no cost during the warranty period.
c. During the warranty period, any components
that cannot be repaired on-site, the company
should be able to provide a temporary
replacement/ alternate service unit of the same
capability as the unit to be repaired.

5.Training
• Certification that winning bidder will provide
training for at least two (2) end users and
maintenance staff

6. Product Registration and Certificates


• Current and Valid Certificate of
Manufacturer’s compliance with ISO 13485 and
CE Certificate
• Original Brochure
• User’s Manual in English Language
a. Operations Manual 2 copies
b. Service Manual 2 copies
• The company shall Submit certificate or
product registration by FDA,
• To Submit European Conformity Certificate
(CE) - NO CMDN Presented
• To submit License to operate as a medical
device distributor

IV. FINDINGS AND RECOMMENDATIONS

The eligible bidder, DYNAMED HEALTHCARE INCORPORATED has COMPLIED;


NOT COMPLIED and is RESPONSIVE; NOT RESPONSIVE with all Legal, Technical,
and Financial requirements and post-qualification requirements as stated in the bidding
documents.

In view of the foregoing circumstances, the hereunder Technical Working Group hereby
confirms NOT ACCEPTABLE to the proposal of DYNAMED HEALTHCARE INCORPORATED
as the Lowest Calculated and Responsive Bidder for the project “SUPPLY AND DELIVERY OF
VARIOUS OPERATING ROOM EQUIPMENTS PUBLIC BIDDING” amounting to Twenty Two
Million Seven Hundred Seventy Thousand Pesos (22,770,000.00)
SHEILLA P. REMUDARO, RN, MSN MARIA ANGELICA MAMAUAG, MD
TWG TWG

MANUEL S. CORTEZ III, RN, MSN JAKE MIGUEL, MD


TWG TWG

EDMAR CARAYUGAN, RN, MSN ENGR. RICHARD BANGUIBANG


TWG TWG

IVAN ELISEO HEBRADO, MD KEVIN AGSAOAY, MD


TWG TWG

VERNIE QUILANG, MD
TWG

ATTY. GENNIELOU BIANCA P. BALUYAN


TWG
Republic of the Philippines
Department of Health
CAGAYAN VALLEY MEDICAL CENTER
Tertiary, Teaching, Training and Research Hospital
Carig, Tuguegarao City, Cagayan
Tel Nos .302-000 loc.219

FOR : BIDS AND AWARDS COMMITTEE

FROM : TECHNICAL WORKING GROUP

SUBJECT : REPORT ON THE POST QUALIFICATION FOR THE PROJECT


“SUPPLY and DELIVERY OF OPERATING ROOM EQUIPMENT
FOR CVMC-TRAUMA CENTER - OPERATING ROOM LIGHT
DOUBLE DOME CAMERA SYSTEM

Fund : RAF/ IGI 2024

DATE : April 1, 2024

1. Name of Bidder : DYNAMED HEALTHCARE INCORPORATED


2. Rank in the List of Bids : Lowest Calculated Bidder for OR TRAUMA CENTER
(OR LIGHT)
3. Bid Price : 5,086,000.00
4. Period of Post- Qualification : March 20, 2024- March 26, 2024
5. Results of Post- Qualification : RESPONSIVE NON RESPONSIVE

I. REFERENCE:

6. Pursuant to the provisions in Section 34 of RA 9184, we the technical Working Group


conducted the post qualification of the Technical and Financial Documents, Technical
Specifications, and Terms of Reference of the DYNAMED HEALTHCARE INCORPORATED
submitted by documents last March 18, 2024 to determine whether they comply with and
responsive to all requirements and conditions specified in the bidding documents for the
procurement of the abovementioned project.

II. VERIFICATION OF THE DOCUMENTS


The documents submitted as enumerated in Section VIII: Checklist of the Technical and
Financial Documents were verified and validated. Based on our evaluation, the documents
submitted are in accordance with the requirements as they are true, valid, and updated copies.

TECHNICAL COMPONENT Findings/Comments REMARKS

CLASS “A” DOCUMENTS


Legal Documents

a Valid PhilGEPS Registration Certificate (Platinum COMPLIED


Membership) (all pages) in accordance with Section Certificate Number:
8.5.2 of the IRR; 2018-04105169324802353
Valid Until: April 30, 2024
Not blacklisted

SEC Certificate:
CS2018802729 registration
Date: March 9, 2018

Mayor’s Permit:
19003591 valid until
February 8, 2025

Tax Clearance
TCC Number:07A-039-11-
22-R2522-2023-M
valid until November 22,
2024

Audited Financial
Statement:
Date of filing: April 28,
2023
Current Asset:
285,172,351
Total Asset: 295,780,055
Current Liabilities:
148,988,077
Total Liabilities:
217,799,966
Auditor: SHERWIN T.
MERCA
BIR RDO Code: 039
Technical Documents

b Statement of the prospective bidder of all its ongoing COMPLIED


government and private contracts, including contracts Name of Contract:
awarded but not yet started, if any, whether similar or Supply and Delivery of
not similar in nature and complexity to the contract to Various Medical
be bid; and
Equipment

Name of Agency:
Philippine Children’s
Medical Center

Contract Cost:
Php 1,279,999.00

Name of Contract:
Procurement of Brandnew
Various Medical
Equipment

Name of Agency:
Amai Pakpak Medical
Center, Marawi City

Contract Cost:
Php 2,600,00.00

c Statement of the bidder’s Single Largest Completed COMPLIED


Contract (SLCC) similar to the contract to be bid, Name of Contract:
except under conditions provided for in Section Supply And Delivery Of
23.4.1.3 and 23.4.2.4 of the 2016 revised IRR of RA Operating Room Equipment
No. 9184, within the relevant period as provided in For Cvmc-Trauma Center
the Bidding Document; and (Supply And Delivery Of
Operating Room Equipment For Cvmc-Trauma Name of Agency:
Center) Dr. Jose Fabella Memorial
Hospital

Contract Cost:
Php 8,444,444.00

Date of Completion:
December 2, 2022
d Original copy of Bid Security. If in the form of a Duly Notarized on:
Surety Bond, submit also a certification issued by the February 19, 2024
Insurance Commission; or Original copy of Notarized By: Atty Nadine Faye C. COMPLIED
Bid Securing Declaration; and Miralles

e Conformity with the Technical Specification, which


may include: e. Delivery Schedule:
j. Production/delivery schedule; 15 calendar days COMPLIED
k. Manpower requirements; and/or upon receipt of PO
l. After-sales/parts, if applicable; and f. With Certificaiton of
Manpower
Requirements
attached
f Original duly signed Omnibus Sworn Statement
(OSS); Duly Notarized on:
February 19, 2024
and if applicable, Original Notarized Secretary’s By: Atty Nadine Faye C.
Certificate in case of a corporation, partnership, or Miralles COMPLIED
cooperative; or Original Special Power of Attorney of
all members of the joint venture giving full power and
authority to its officer to sign the OSS and do acts to
represent the Bidder.

Financial Documents
g The prospective bidder’s audited computation of Net Evaluated by: COMPLIED
Financial Contracting Capacity (NFCC); Ms. Jassel S. Tamayao,
Or A committed Line of Credit from a Universal or CPA
Commercial Bank in lieu of its NFCC computation.
CLASS “B” DOCUMENTS

h If applicable, duly signed joint venture agreement Non JVA COMPLIED


(JVA) in accordance with RA No. 4566 and its IRR in
case the joint venture is already in existence; or duly
notarized statements from all the potential joint
venture partners stating that they will enter into and
abide by the provisions of the JVA in the instance
that the bid is successful.
i Updated License to Operate from Food and Drug License Number
Administration CDRRHR-NCR-MDI/N-
560253
Valid until August 25, 2025
Other documentary requirements under RA No. 9184 (as applicable)

j [For foreign bidders claiming by reason of their N/A


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.
k Certification from the DTI if the Bidder claims N/A
preference as a Domestic Bidder or Domestic Entity.

V. FINANCIAL COMPONENT

l Original of duly signed and accomplished Financial Bid BID FORM: COMPLIED
Form; and
5,086,000.00

m Original of duly signed and accomplished Price SIGNED PRICE COMPLIED


Schedule(s). SCHEDULE

III. COMPLIANCE WITH TECHNICAL REQUIREMENTS and TERMS OF REFERENCE


Based on the submitted Technical Specifications and verification made by the TWG during
evaluation, DYNAMED HEALTHCARE INCORPORATED is compliant with all the required
Technical Specifications and Terms of Reference stated in the procurement of this project.

C. DYNAMED HEALTHCARE INCORPORATED

Technical Description Acceptable Not Acceptable Remarks

OR2 OPERATING ROOM LIGHT


DOUBLE DOME CAMERA
SYSTEM
Multi-lens matrix that provides good
distribution of the emitted light, and
ensures homogeneous light quality
for both shallow and deep-cavity
procedures and also for shadow
management and can be
upgradable into camera system.

Every light head has manually


adjusted- Electronic light intensity
regulation with three (3) focus steps
of 0.8, 1m and 1.2m that provides
the same light intensity at different
distances, can be controlled in the
control panel in the light head.

Automatic light intensity regulation


from 0.8m to 1.2m working distance
in the handle interface located at
the center of every light head.

Two (2) light modules with gap in


the middle for improving laminar
airflow characteristics

1. Control panel located in the light


head

*to adjust the brightness, light field


diameter, color temperature,
manually adjusted-electronic light
intensity regulation

*located in each light head

2. Sterile handle with capacitive


sensor in the second light

*for automatic light intensity


regulation for every repositioning of
the light head

*to adjust the light intensity or light


field diameter

*located at the center of the light


lead

3. with wall mount control

Light intensity specification

 can be set in the range from


40% to 100%
 can be adjusted in the control
panel located in every
lighthead or in the sterile
handle of the second light
 every lighthead has ENDO
Mode switches the light head
to less than 10% of the light
intensity which is intended for
endoscopic surgical
procedures
 adjustable color temperature
increases or decreases the
color contrast on the wound
area and provides better
perception of color
differences.
 At least 4 steps, can be set
and adjusted from 3500k –
5000k or wider and 5000k in
the control panel located in
every lighthead. Increment of
500k.

Lighting & Electrical Data:

 Mainlight:
1. Working Distance: 0.8 m to
1.2m
2. Illumination: 160,000 lux
3. Light Field Diamter: Adjustable
in the control panel located in
the lighthead, 16cm and 23 cm
4. D50/d10 ratio: -0.56 (narrow
LFD), -0.48 (wide LFD)
5. Color Rendering Index Ra:
max. 96
6. Color Rendering Index R9:
max. 97 - The specs was not
7. Color Rendering Index R13: included in the brochure.
max. 98 - Unable to prove the
existence of R13 during
the actual demo

8. Average Service Life of the


LEDs (h): >60,000 hrs
9. Power Supply Voltage: 100 -
240 V AC, 50/60 Hz
10. Lighthead Size (with handles):
at least 730 mm
11. Depth of illumination (L1 + L2)
at 20% Ec/ 2nd Edition (cm):
95 cm (narrow LFD), 94 cm
(wide LFD)
12. Depth of illumination (L1 + L2)
at 60% Ec/ 3rd Edition (cm):
60 cm (narrow/wide LFD)
13. Number of LEDs: at least 90
LEDs
14. Camera ready- handle is
upgradable to camera system

 Secondlight:
1. Working Distance: 0.8 m to
1.2m
2. Illumination: at least 140,000
lux
3. Light Field Diamter: Adjustable
in the control panel located in
the lighthead, 16cm (narrow)
and 23 cm (wide)
4. D50/d10 ratio: -0.60 (narrow
LFD), -0.52 (wide LFD)
5. Color Rendering Index Ra: at
least 97
6. Color Rendering Index R9: at
least 96
- The specs was not
included in the brochure.
7. Color Rendering Index R13: at
- Unable to prove the
least 98
existence of R13 during
the actual demo

8. Average Service Life of the


LEDs (h): >60,000 hrs
9. Power Supply Voltage: 220 -
240 V AC, 60 Hz - 630 mm
10. Lighthead Size (with handles):
at least 640 mm
11. Depth of illumination (L1 + L2)
at 20% Ec/ 2nd Edition (cm):
94 cm (narrow LFD), 96 cm
(wide LFD)
12. Depth of illumination (L1 + L2)
at 60% Ec/ 3rd Edition (cm):
51 cm (narrow/wide LFD)
13. Includes handle with capacitive
sensor to adjust the light
intensity or the light field
diameter
14. Number of LEDs: at least 60
LEDs
15. Sterilizable handle cover, 6 pcs
for both ligthhead

Accessories:

1 monitor 32” with wall mount


compatible to camera system

1 unit hd camera system that can


be transferable to other operating
room lights

Camera System:

 Installed in the mainlight


 Installed at the center of the
lighthead (mainlight)
 Full HD quality: 1080p
 Zoom: 10X optical
 Image stabilizer
 White balance
 Autofocus
 Motorize picture rotation
 Video storage of at least 5 hours

TERMS OF REFERENCE

1. The company shall submit unit


sample within five (5) calendar days
upon receipt of notice of post-
qualification thru actual demo or Site
visit as required

2. Project Completion and Installation


a. The company should be
able to complete the
project within sixty (60)
calendar days upon
receipt of the Notice to
Proceed
b. The sample submitted for
evaluation should be the
same upon delivery
c. Installation: The supplier
shall shoulder all
installation cost including
but not limited to civil
works, electrical,
structural, mechanical,
restoration and other
appropriate modifications
of the end-user existing
area to ensure safe
system functionality

3. Warranty and Preventive


Maintenance

a. At least Three (3) years


warranty on all parts,
components, and after
sales services after the
inspection and acceptance
by the end-use
b. Quarterly preventive
maintenance during the
warranty period

4. Maintenance and technical support

a. During the warranty


period, the company shall
provide highly technical
personnel to service all the
equipment including its
components/peripherals
whenever hardware
breakdown and/or any
related problem should
occur.
b. Repair and testing shall be
done on-site to know the
extent of the problem. All
components beyond repair
shall be replaced at no
cost during the warranty
period.
c. During the warranty
period, any components
that cannot be repaired
on-site, the company
should be able to provide
a temporary
replacement/alternate
service unit of the same
capability as the unit to be
repaired.

5.Training

 Certification that winning bidder


will provide training for at least two
(2) end users and maintenance
staff

6. Product Registration and Certificates

a. Current and Valid Certificate of


Manufacturer’s compliance with
ISO 13485 and CE Certificate
b. Original Brochure
c. User’s Manual in English
Language
> Operations Manual 2 copies
> Service Manual 2 copies
d. The company shall Submit
certificate of product registration
by FDA - NO CMDN Presented
e. To Submit European Conformity
Certificate (CE)
f. To submit License to operate as
a medical device distributor
g. Certificate of authorized
distributorship from the unit
manufacturer mentioning the
name of the Philippine
representative.

IV. FINDINGS AND RECOMMENDATIONS

The members of the Technical Working Group has conducted a post-qualification evaluation
through site visit at East Avenue Medical Center Last March 20, 2024 for “Supply and Delivery
of various Operating Room Equipments”. The same model of the O.R Light is being offered and
to be evaluated for the “Delivery of Operating Room Equipment for CVMC-Trauma Center”

The eligible bidder, DYNAMED HEALTHCARE INCORPORATED has COMPLIED;


NOT COMPLIED and is RESPONSIVE; NOT RESPONSIVE with all Legal, Technical,
and Financial requirements and post-qualification requirements as stated in the bidding
documents.

In view of the foregoing circumstances, the hereunder Technical Working Group hereby
confirms NOT ACCEPTABLE to the proposal of DYNAMED HEALTHCARE INCORPORATED
as the Lowest Calculated and Responsive Bidder for the project “SUPPLY AND DELIVERY OF
VARIOUS OPERATING ROOM EQUIPMENTS PUBLIC BIDDING” amounting to Five Million
Eighthy Six Thousand Pesos (5,086,000.00)
Republic of the Philippines
Department of Health
CAGAYAN VALLEY MEDICAL CENTER
Tertiary, Teaching, Training and Research Hospital
Carig, Tuguegarao City, Cagayan
Tel Nos .302-000 loc.219

FOR : BIDS AND AWARDS COMMITTEE

FROM : TECHNICAL WORKING GROUP

SUBJECT : REPORT ON THE POST QUALIFICATION FOR THE PROJECT


“SUPPLY AND DELIVERY OF VARIOUS OPERATING ROOM EQUIPMENTS
PUBLIC BIDDING FOR TRAUMA CENTER”

Fund : RAF/ IGI 2024

DATE : April 3, 2024

1. Name of Bidder : ZAFIRE DISTRUBUTORS INC.


2. Rank in the List of Bids : Lowest Calculated Bidder for OR TRAUMA CENTER
(ELECTRO SURGICAL UNIT-CAUTERY MACHINE)
3. Bid Price : 3,828,000.00
4. Period of Post- Qualification : March 20, 2024- March 26, 2024
5. Results of Post- Qualification : RESPONSIVE NOT RESPONSIVE

I. REFERENCE:

6. Pursuant to the provisions in Section 34 of RA 9184, we the technical Working Group


conducted the post qualification of the Technical and Financial Documents, Technical
Specifications, and Terms of Reference of the ZAFIRE DISTRIBUTORS INC. submitted by
documents last March 6, 2024 to determine whether they comply with and responsive to all
requirements and conditions specified in the bidding documents for the procurement of the
abovementioned project.

II. VERIFICATION OF THE DOCUMENTS


The documents submitted as enumerated in Section VIII: Checklist of the Technical and
Financial Documents were verified and validated. Based on our evaluation, the documents
submitted are in accordance with the requirements as they are true, valid, and updated copies.

TECHNICAL COMPONENT Findings/Comments REMARKS

CLASS “A” DOCUMENTS


Legal Documents

a Valid PhilGEPS Registration Certificate (Platinum COMPLIED


Membership) (all pages) in accordance with Section Certificate Number:
8.5.2 of the IRR; 200701121611357564414
Valid Until: January 29,
2025
Not blacklisted

SEC Certificate:
CS200412989 registration
Date: August 19, 2024

Mayor’s Permit:
05004051 valid until
February 6, 2025

Tax Clearance
TCC Number:07A-038-11-
16-R2448-2022-M
valid until September 27,
2024

Audited Financial
Statement:
Date of filing: April 17,
2023
Current Asset:
634,754,115.10
Total Asset:
634,754,115.10
Current Liabilities:
348,457,446.54
Total Liabilities:
542,966,516.10
Auditor: KATHLEEN JOY
UY MATIC
BIR RDO Code: 38
Technical Documents

b Statement of the prospective bidder of all its ongoing COMPLIED


government and private contracts, including contracts Name of Contract:
awarded but not yet started, if any, whether similar or Supply, Delivery, Labor,
not similar in nature and complexity to the contract to Tools, Equipment Inc. Test
be bid; and
and Commissioning w/
Operation and
Maintenance Thermal
Treatment Facility

Name of Agency:
Luis Hor Memorial
Regional Hospital

Contract Cost:
Php 39,800,000.00
c Statement of the bidder’s Single Largest Completed COMPLIED
Contract (SLCC) similar to the contract to be bid, Name of Contract:
except under conditions provided for in Section Procurement of Various
23.4.1.3 and 23.4.2.4 of the 2016 revised IRR of RA
Medical/Hospital
No. 9184, within the relevant period as provided in
the Bidding Document; and (Supply and Delivery of Equipment
Medical and Surgical Supplies )
Name of Agency:
Jose B. Lingad Memorial
Genereal Hospital

Contract Cost:
Php 19,801,600.00

Date of Completion:
April 11, 2023
d Original copy of Bid Security. If in the form of a Duly Notarized on: March
Surety Bond, submit also a certification issued by the 1, 2024
Insurance Commission; or Original copy of Notarized By: Atty Benigno M. Puno COMPLIED
Bid Securing Declaration; and

e Conformity with the Technical Specification, which


may include: g. Delivery Schedule:
m. Production/delivery schedule; 60 calendar days COMPLIED
n. Manpower requirements; and/or upon receipt of PO
o. After-sales/parts, if applicable; and h. With Certificaiton of
Manpower
Requirements
attached
f Original duly signed Omnibus Sworn Statement
(OSS); Duly Notarized on: March
1, 2024
and if applicable, Original Notarized Secretary’s By: Atty Benigno M. Puno
Certificate in case of a corporation, partnership, or COMPLIED
cooperative; or Original Special Power of Attorney of
all members of the joint venture giving full power and
authority to its officer to sign the OSS and do acts to
represent the Bidder.

Financial Documents

g The prospective bidder’s audited computation of Net Evaluated by: COMPLIED


Financial Contracting Capacity (NFCC); Ms. Jassel S. Tamayao,
Or A committed Line of Credit from a Universal or CPA
Commercial Bank in lieu of its NFCC computation.
CLASS “B” DOCUMENTS

i If applicable, duly signed joint venture agreement Non JVA COMPLIED


(JVA) in accordance with RA No. 4566 and its IRR in
case the joint venture is already in existence; or duly
notarized statements from all the potential joint
venture partners stating that they will enter into and
abide by the provisions of the JVA in the instance
that the bid is successful.
Other documentary requirements under RA No. 9184 (as applicable)

j [For foreign bidders claiming by reason of their N/A


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.
k Certification from the DTI if the Bidder claims N/A
preference as a Domestic Bidder or Domestic Entity.

VI. FINANCIAL COMPONENT

K Original of duly signed and accomplished Financial Bid BID FORM: COMPLIED
Form; and
3,828,000.00

l. Original of duly signed and accomplished Price SIGNED PRICE COMPLIED


Schedule(s). SCHEDULE

III. COMPLIANCE WITH TECHNICAL REQUIREMENTS and TERMS OF REFERENCE


Based on the submitted Technical Specifications and verification made by the TWG during
evaluation, ZAFIRE DISTRIBUTORS INC. is compliant with all the required Technical
Specifications and Terms of Reference stated in the procurement of this project.

D. ZAFIRE DISTRIBUTORS INC.

Technical Description Acceptable Not Acceptable Remarks

CAUTERY MACHINE Non-compliant to end


With Monopolar and Bipolar user’s Terms of
outputs designed for all surgical Reference
procedures.
Smart generator should be able to
monitor changes in tissue
impedance continuously and
adjusts power.
Monopolar outputs should have
three cutting modes:
d. Low cut for delicate tissue
having maximum power of
300w.
e. Pure cut for clean, precise
cut in general surgery having
maximum power of 200W.
f. Blend mode for cutting with
homeostasis having
maximum power of 200W.
g. and/or pure cut and blend

It should have three Coag Modes


with maximum power of 120W
d. Desiccate mode for low
voltage contact coagulation
e. Fulgurate mode for efficient
non-contact coagulation
f. Spray mode should have
randomized spray effect
It should have three bipolar
modes with maximum power of at
least 95 - 100W
d. Precise mode have fine
control of desiccation
e. Standard mode for
applications at low voltage
f. Macro mode for applications
on tissue
It should have patient plate
monitoring facility and should give
audiovisual alarm and deactivate
output if contact between patient
and patient plate is not proper to
eliminate the risk of patient burns.
The unit should have two hands
switching and two Footswitch
Monopolar outputs and one hand
switching and foot switching
bipolar output.
It should have membrane
keyboard or touchscreen for
power settings.
The unit should have individual
digital display of power for Bipolar,
Monopolar cut and Monopolar
Coag.
ACCESSORIES:
a. Monopolar Footswitch
b. Bipolar Footswitch
c. Reusable hand switching Pencil
d. Reusable Patient Plate/pad
Bipolar Forceps
Forceps Cord
Universal Adaptor
AVR at least 1 KVA
CONSUMABLES:
 Bipolar Cable
compatible to anything
 Bipolar Forcep
Straight and/or crushing
bayonet with at 1.2 – 2 mm

TERMS OF REFERENCE

1. The company shall submit unit


sample within five (5) calendar days
upon receipt of notice of post-
qualification thru actual demo or Site
visit as required
2. Project Completion and Installation

d. The company should be able to


complete the project within sixty
(60) calendar days upon receipt of
the Notice to Proceed
e. The sample submitted for
evaluation should be the same upon
delivery
3. Warranty and Preventive
Maintenance

a. At least Three (3) years warranty


on all parts, components, and
after sales services after the
inspection and acceptance by the
end-use
b. Quarterly preventive maintenance
during the warranty period
4. Maintenance and technical support

a. During the warranty period, the


company shall provide highly
technical personnel to service all
the equipment including its
components/peripherals
whenever hardware breakdown
and/or any related problem
should occur.
b. Repair and testing shall be done
on-site to know the extent of the
problem. All components beyond
repair shall be replaced at no
cost during the warranty period.
c. During the warranty period, any
components that cannot be
repaired on-site, the company
should be able to provide a
temporary replacement/alternate
service unit of the same
capability as the unit to be
repaired.
5.Training

 Certification that winning bidder


will provide training for at least
two (2) end users and
maintenance staff

6. Product Registration and Certificates

a. Current and Valid Certificate of


Manufacturer’s compliance with
ISO 13485 and CE Certificate
b. Original Brochure
c. User’s Manual in English
Language
> Operations Manual 2 copies
> Service Manual 2 copies
d. The company shall Submit
certificate of product registration
by FDA
e. To Submit European Conformity
Certificate (CE)
f. To submit License to operate as
a medical device distributor
Certificate of authorized distributorship - NO CMDN Presented
from the unit manufacturer mentioning
the name of the Philippine representative.

IV. FINDINGS AND RECOMMENDATIONS

The members of the Technical Working Group has conducted a post-qualification evaluation
through Actual Demostration of the unit at Cagayan Valley Medical Center-BAC Office Last
March 21, 2024 for “Delivery of Operating Room Equipment for CVMC-Trauma Center”.

E. The eligible bidder, ZAFIRE DISTRIBUTORS INC.


has COMPLIED; NOT COMPLIED and is RESPONSIVE; NOT RESPONSIVE
with all Legal, Technical, and Financial requirements and post-qualification requirements as
stated in the bidding documents.

In view of the foregoing circumstances, the hereunder Technical Working Group hereby
confirms NOT ACCEPTABLE to the proposal of ZAFIRE DISTRIBUTORS INC. as the Lowest
Calculated and Responsive Bidder for the project “SUPPLY AND DELIVERY OF VARIOUS
OPERATING ROOM EQUIPMENTS PUBLIC BIDDING FOR TRAUMA CENTER”
amounting to Three Million Eight hundred Twenty-Eight Thousand Pesos (3,828,000.00)
ATTY. GENNIELOU BIANCA P. BALUYAN JASSEL S. TAMAYAO, CPA
TWG TWG

PAUL BALISI, MD MANUEL S. CORTEZ III, RN, MSN


TWG TWG

LIGAYA ACHANZAR, RN, MSN ENGR. RICHARD BANGUIBANG


TWG TWG

JULIE MAE UNITE RN, MSN


TWG

You might also like