Professional Documents
Culture Documents
Department of Health
CAGAYAN VALLEY MEDICAL CENTER
Tertiary, Teaching, Training and Research Hospital
Carig, Tuguegarao City, Cagayan
Tel Nos .302-000 loc.219
I. REFERENCE:
Mayor’s Permit:
20240012065 valid until March 31,
2024
Tax Clearance
TCC Number:08B-07-28-R0848-
2023-M valid until July 28, 2024
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
Date of Completion:
January 11, 2024
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
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
5.Training
• Certification that winning bidder will
provide training for at least two (2) end
users and maintenance staff
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).
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
5.Training
• Certification that winning bidder will provide training for at
least two (2) end users and maintenance staff
VERNIE QUILANG, MD
TWG
I. REFERENCE:
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
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
M Original of duly signed and accomplished Price SIGNED PRICE SCHEDULE COMPLIED
Schedule(s).
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.
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
5.Training
• Certification that winning bidder will provide
training for at least two (2) end users and
maintenance staff
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
VERNIE QUILANG, MD
TWG
I. REFERENCE:
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
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
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.
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
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
▪ 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
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
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
5.Training
• Certification that winning bidder will provide
training for at least two (2) end users and
maintenance staff
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
VERNIE QUILANG, MD
TWG
I. REFERENCE:
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
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
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
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
V. FINANCIAL COMPONENT
l Original of duly signed and accomplished Financial Bid BID FORM: COMPLIED
Form; and
5,086,000.00
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
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
Accessories:
Camera System:
TERMS OF REFERENCE
5.Training
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”
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
I. REFERENCE:
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
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
Financial Documents
K Original of duly signed and accomplished Financial Bid BID FORM: COMPLIED
Form; and
3,828,000.00
TERMS OF REFERENCE
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”.
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