Sunteți pe pagina 1din 50

Republic of the Philippines

UNIVERSITY OF THE PHILIPPINES LOS BAOS


Bids and Awards Committee
SPMO, Rambutan Road, College, Laguna
Tel. Nos. (049) 536-8420/8419; Telefax No. (049) 536-2282
Uplb.bacsecretariat@gmail.com or uplb.bacsecretariat@yahoo.com
http://www.bac.uplb.edu.ph/

INVITATION TO BID
The University of the Philippines Los Baos (UPLB) invites interested parties to submit bids for the
following under Bid No. UPLB-S-046-13 (Revised).
Item

End-User

Approved Budget

SUPPLY AND DELIVERY OF


LABORATORY AND SCIENTIFIC
EQUIPMENT FOR NANOTECHNOLOGY
RESEARCH PROGRAM (Revised)

VARIOUS

PHP 25,529,900.00

All bids are subject to the terms, conditions, and instructions of this invitation. Late bids shall not be
accepted. Bids received in excess of the ABC shall be automatically rejected at bid opening.
Required delivery date or expected contract duration is 30-60 calendar days upon receipt of Purchase
Order or as indicated in the attached bidform.
Bidding will be conducted through open competitive bidding procedures using a non-discretionary
pass/fail criterion as specified in the Implementing Rules and Regulations (IRR) of Republic Act (RA)
9184, otherwise known as the Government Procurement Reform Act.
Reputable and bona fide bidders should secure bid documents and the checklist of qualification
requirements from the Bids and Awards Committee Secretariat Office or may download them either
from UPLB website (http://bac.uplb.edu.ph) or PhilGEPS (https://www.philgeps.net/GEPS). A nonrefundable bidding fee of P13,500.00 shall be collected from the bidder payable upon securing of
documents from BAC-Sec Office or on the day of submission/opening of bids. Soft copy of the bid
form may be requested through uplb.bacsecretariat@gmail.com or uplb.bacsecretariat@yahoo.com.

SCHEDULE OF ACTIVIIES
1. Issuance of bid documents
2. Pre-Bid Conference
3. Submission & Opening of Bids

DATE/ TIME

PLACE

starts February 26, 2013/


9:00 am to 4:30 pm
Feb. 27, 2013/ 3:00 pm
March 13, 2013/ 2:00 PM

BAC-Sec
Office

The University of the Philippines Los Baos reserves the right to accept or reject any bid, to annul the
bidding process, and to reject all bids at any time prior to contract award, without thereby incurring
any liability to the affected bidder or bidders.
INSTRUCTIONS TO BIDDERS
1. PREPARATION OF BIDS
A. Language of Bid
The bid, as well as all correspondence and documents relating to the bid exchanged by the
Bidder and the Procuring Entity, shall be written in English. Supporting documents and
printed literature furnished by the Bidder may be in another language provided they are
accompanied by an accurate translation in English certified by the appropriate embassy or
consulate in the Philippines, in which case the English translation shall govern for purposes of
interpretation of the bid.

Page 1 of 7

B. Documents Comprising the Bid:


During the opening of bids (date), bidders shall submit two (2) legal size envelopes. The first
envelope (Brown legal size envelope) shall contain the following eligibility and technical
documents:
B. 1. Eligibility and Technical Components Eligibility Documents
Class A Documents:
a.
Registration certificate from the Securities and Exchange Commission (SEC),
Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative
Development Authority (CDA) for cooperatives, or any proof of such registration;
b.
Mayors permit issued by the city or municipality where the principal place of
business of the prospective bidder is located;
c.
Statement of all its ongoing and completed government and private contracts,
including contracts awarded but not yet started, if any. The statement shall include,
for each contract, the following: name of the contract; date of the contract; kinds of
Goods; amount of contract and value of outstanding contracts; date of delivery; and
end-users acceptance or official receipt(s) issued for the contract, if completed.
d.
Audited financial statements, stamped received by the Bureau of Internal
Revenue (BIR) or its duly accredited and authorized institutions, for the preceding
calendar year, which should not be earlier than two (2) years from bid submission;
e.

NFCC computation or CLC;

Or
a. Certificate of Submission of Eligibility Requirements (For Supplies) - If a Bidder has
previously secured a certification from the University of the Philippines Los Baos
(UPLB) to the effect that it has previously submitted the above-enumerated Class A
Documents. The said certification may be submitted in lieu of the requirements
enumerated above.
And
Class B Document:
f. If applicable, the Joint Venture Agreement 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
Technical Documents
g. Bid bond/ security (original copy and two (2) photocopies of the official receipt)
h. Bidding Fee (pink copy or two (2) photocopies of the original receipt)
i. Authority of signatory/representative (if the person attending the public bidding is
not the owner or president of the company)
j Summary Sheet of Lots to be bid on with the corresponding Approved Budget for the
Contracts (ABCs) for the computation of Bid bonds (2% or 5% of ABC) Annex A
k. Any other document related to the financial component of the bid such as
brochures/manuals/illustration/catalogues/literatures/plan/certification/
warranty/ samples (if applicable) -2 copies each, indicate Lot No. and Item
No., company name

Page 2 of 7

The second envelope or financial component of the bid shall contain the following:
a. The duly accomplished Financial Bid Form showing the price quotation. All bids that
exceed the ABC shall not be accepted.
b. Soft-copy of the filled-up bid form (in excel file)
If the first envelope lacks the above stated requirements, the second envelope will be
returned to the bidder unopened. Necessary documents such as brochures, catalogues,
illustrations, etc. should be provided and labeled properly. Bidders submitting incomplete bid
documents will be disqualified. The bid must be legibly written in the prescribed Bidders
Tender Form. In case the bid is illegible, the determination of the BAC will be final. All
erasures shall be countersigned. The bid form must be fully accomplished. For common items
in several lots, the price quotation for such items should be consistent. If an item is not
available, please type NA. Technical specifications (e.g. brand, model no., dimensions,
country of origin, etc.) must be written in the bid form even if it is of the same specification
stated in the item description. Using statements such as As UPLB Specification/
Requirement" should be avoided. No entry should be left blank. In case of discrepancy
between amount in figures and amount in words, the latter will prevail.
C. Alternative Bids
Alternative Bids shall be rejected. For this purpose, alternative bid is an offer made by a
Bidder in addition or as a substitute to its original bid which may be included as part of its
original bid or submitted separately therewith for purposes of bidding. A bid with options is
considered an alternative bid regardless of whether said bid proposal is contained in a single
envelope or submitted in two (2) or more separate bid envelopes.
D. Bid Prices
The Bidder shall complete the appropriate Price Schedules included herein, stating the unit
prices, total price per item, the total amount and the expected countries of origin of the Goods
to be supplied under this Project.
The Bidder shall fill in rates and prices for all items of the Goods described in the Bill of
Quantities. Bids not addressing or providing all of the required items in the Bidding
Documents including, where applicable, Bill of Quantities, shall be considered non-responsive
and, thus, automatically disqualified. In this regard, where a required item is provided, but no
price is indicated, the same shall be considered as non-responsive, but specifying a "0" (zero)
for the said item would mean that it is being offered for free to the Government.
Prices quoted by the Bidder shall be fixed during the Bidders performance of the contract and
not subject to variation or price escalation on any account. A bid submitted with an adjustable
price quotation shall be treated as non-responsive and shall be rejected.
E. Bid Currencies
Prices shall be quoted in Philippine Pesos.
F. Bid Validity
Bids shall remain valid for and shall not exceed one hundred twenty (120) calendar days from
the date of the opening of bids.
G. Bid Security
Bidders are required to submit a bid bond** which is in the same currency as the bid in the
amount stated below:

Form of Bid Security


Cash or cashiers/managers check issued by a Universal or
Commercial Bank.
Bank draft/guarantee or irrevocable letter of credit issued by a
Universal or Commercial Bank: Provided, however, that it
shall be confirmed or authenticated by a Universal or
Commercial Bank, if issued by a foreign bank.

Amount of Bid Security


(Equal to Percentage of the ABC)

Two percent (2%)

Page 3 of 7

Surety bond callable upon demand issued by a surety or


insurance company duly certified by the Insurance
Commission as authorized to issue such security.
Any combination of the foregoing.

Five percent (5%)

Proportionate
Proportionatetotoshare
shareofofform
formwith
withrespect to total amou
respect to total amount of security

Bidders shall pay directly to the Cashiers Office the required bid amount before the opening of bids.
The original receipt together with a photocopy of it shall be included in the first envelope. After the
opening of bids the original copy of the receipt shall be returned to the bidder.
**The required amount of bid bond shall be 2% or 5% of the approved budget for the entirety
of the lot/s being bid on, whether or not the bidder intends to bid for all items in such lot/s. Hence, if a
bidder intends to bid for only 1 item in a lot of 3 items, he will still have to submit a bid bond based on
all 3 items in the lot. The equivalent bid bond/s for all lots being bid on are then summed up to get
the total bid bond that needs to be posted by the bidder, duly reflected in the corresponding
summary sheet for computation of bid bond and enclosed in the technical envelope.
Example:
Lot #

Item #

End-User

1 SPMO-BAC
2
3
PR # =

2-0000-09

Qty

UOM Item Description

Estimated Unit
Cost

Estimated
Total Cost

Requires
Brochure/
Manual?

1 unit xxxxx
2 units yyyyy

20,000.00 20,000.00
20,000.00 40,000.00

yes
yes

1 unit zzzzz
APPROVED 80,000.00

20,000.00 20,000.00

yes

Specifications
Offered by the
Bidder
n/a

Unit Cost

mmmmmmmm

15,489.00

Total Cost

NO OFFER
30,978.00
NO OFFER

n/a

Total Bid:

30,978.00

BUDGET:

Bid Bond for Lot # 1 is 2% of Approved Budget = 2% of P80,000.00= P1,600.00


If posted in the form of Cashiers/Managers Check, the bid bond shall be in the name of
University of the Philippines Los Baos must be issued by a bank which has branches in Los
Baos, Calamba City or San Pablo City.
No bid securities shall be returned to bidders after the opening of bids and before contract
signing, except to those that failed or declared as post-disqualified, upon submission of a
written waiver of their right to file a motion for reconsideration and/or protest. Without
prejudice on its forfeiture, bid securities shall be returned only after the bidder with the Lowest
Calculated and Responsive Bid has signed the contract and furnished the performance
security, but in no case later than the expiration of the bid security validity period.
H. Format and Signing of Bids
Bidders shall submit their bids through their duly authorized representative using the
appropriate forms on or before the deadline specified in the invitation in two (2) separate
sealed bid envelopes, and which shall be submitted simultaneously.
Forms must be completed without any alterations to their format, and no substitute form shall
be accepted. All blank spaces shall be filled in with the information requested.
The Bidder shall prepare and submit an original of the first and second envelopes.
The bidder or his duly authorized representative must sign all pages of the bid documents.
Affix the complete signature, not initials, on all pages.
I. Sealing and Marking of Bids
Bidders shall enclose their original eligibility and technical documents in one sealed envelope
marked ORIGINAL - TECHNICAL COMPONENT, and the original of their financial
component in another sealed envelope marked ORIGINAL - FINANCIAL COMPONENT,
sealing them all in an outer envelope marked ORIGINAL BID.

Page 4 of 7

All envelopes shall bear the following information:


a. Title of the bid in capital letters; date of submission/ opening of bids
b. Name and address of the Bidder in capital letters;
c. must be addressed to the Chair, BAC, UP Los Baos
d. Specific identification of this bidding process
e. written warning DO NOT OPEN BEFORE the date and time for the opening of bids,
If bids are not sealed and marked as required, the Procuring Entity will assume no
responsibility for the misplacement or premature opening of the bid.
2. DEADLINE FOR SUBMISSION OF BIDS
Bids must be received by the Procuring Entitys BAC at the address and on or before the date
and time indicated in the invitation. In case the bidder does not intend to witness the opening
of bids, he may submit the first and second envelopes before bid opening at the BAC
Secretariat Office, making sure that both envelopes are sealed and signed across the
envelope flaps. These envelopes shall be stamped received by the BAC Secretariat indicating
date and time submitted and name of company representative who submitted the bid
documents.
3. LATE BIDS
Any bid submitted after the deadline for submission and receipt of bids prescribed by the
Procuring Entity, shall be declared Late and shall not be accepted by the Procuring Entity.
4. MODIFICATION AND WITHDRAWAL OF BIDS
A bidder may modify its bid, provided that this is done before the deadline for the submission
and receipt of bids. A bidder shall not be allowed to retrieve its original bid, but shall only be
allowed to send another bid equally sealed, properly identified, linked to its original bid and
marked as a modification and stamped received by the BAC. Bid modifications received
after the applicable deadline shall not be considered and shall be returned to the Bidder
unopened.
A bidder may, through a letter, withdraw its bid before the deadline for the receipt of bids. No
bid may be withdrawn in the interval between the deadline for submission of bids and the
expiration of the period of bid validity specified by the Bidder on the Financial Bid Form.
Withdrawal of a bid during this interval shall result in the forfeiture of the Bidders bid security.
Withdrawal of bids after the applicable deadline shall be subject to appropriate sanctions as
prescribed in the implementing guidelines of the R.A. 9184.
5. EVALUATION AND COMPARISON OF BIDS
Any effort by a bidder to influence the Procuring Entity in the Procuring Entitys decision in
respect of bid evaluation, bid comparison or contract award will result in the rejection of the
Bidders bid.

Page 5 of 7

Criteria For Evaluation


a. Completeness and compliance/conformity of the submitted bid documents including
necessary supporting documents such as brochures, certificates, catalogue, illustrations, etc.
b. Responsiveness of bids to the tender documents based among other considerations, on
the following:

The bid offer

Quality, sufficiency and necessity of product/service being offered

Compliance with government regulations

Background, past performance and number of years in the industry (at least two
years) of the bidders.
Per Lot Bidding
The bids will be evaluated on a per lot basis. In case no qualified bid for the lot is received,
the bids will be evaluated on per item basis.
Among per lot bids, the bidder who submits the lowest responsive bid shall be awarded the
contract. A bidder who separately submits bids for both the lot and for some (but not all)
individual items in the same lot shall be deemed to have submitted only the per lot bid. On the
other hand, should a bidder submit two separate bids with different amounts, one for the lot
and the other for all individual items within the same lot, he shall be deemed to have
submitted a per lot bid equivalent to the lower amount between the lot bid so submitted and
the sum of all individual item bids made for the said lot.
Items bid out per lot shall be awarded to the winning bidder under only one (1) contract for the
entire lot. The bidder is warned that violation of any bidding rule with respect to an item in the
lot shall be deemed a violation of the terms pertaining to the entire lot.
The University reserves the right to make the appropriate determination of preference among
bids as may best suit its purposes.
Bids shall be evaluated on an equal footing to ensure fair competition. For this purpose, all
bidders shall be required to include in their bids the cost of all taxes, such as, but not limited
to, value added tax (VAT), income tax, local taxes, and other fiscal levies and duties which
shall be itemized in the bid form and reflected in the detailed estimates. Such bids, including
said taxes, shall be the basis for bid evaluation and comparison. Prices being offered are
considered net and include government taxes, import fees and/or duties, if any, and all
incidental expenses, including freight charge. The contractor shall certify and agree that, if for
any reason or another, it secures a waiver or refund of all or any portion of the said taxes,
fees, etc. the refund or waiver obtained shall be paid back to UPLB.
6. POST-QUALIFICATION
The Procuring Entity shall determine to its satisfaction whether the Bidder that is evaluated as
having submitted the Lowest Calculated Bid (LCB) complies with and is responsive to all the
requirements and conditions. The determination shall be based upon an examination of the
documentary evidence of the Bidders qualifications submitted as well as other information as
the Procuring Entity deems necessary and appropriate, using a non-discretionary pass/fail
criterion.
If the BAC determines that the Bidder with the Lowest Calculated Bid passes all the criteria
for post-qualification, it shall declare the said bid as the Lowest Calculated Responsive Bid,
and recommend to the Head of the Procuring Entity the award of contract to the said Bidder
at its submitted price or its calculated bid price, whichever is lower. A negative determination
shall result in rejection of the Bidders Bid, in which event the Procuring Entity shall proceed to
the next Lowest Calculated Bid to make a similar determination of that Bidders capabilities to
perform satisfactorily. If the second Bidder, however, fails the post qualification, the procedure
for post qualification shall be repeated for the Bidder with the next Lowest Calculated Bid, and
so on until the Lowest Calculated Responsive Bid is determined for contract award.

Page 6 of 7

7. PERFORMANCE SECURITY
Upon award, the winning bidder is required to deposit a performance bond whose form and
amount are as follows:

Form of Performance Security

Amount of Performance Security


(Equal to Percentage of the Total
Contract Price)

Cash or cashiers/managers check issued by a Universal


or Commercial Bank.
Bank draft/guarantee or irrevocable letter of credit issued
by a Universal or Commercial Bank: Provided,
however, that it shall be confirmed or authenticated by
a Universal or Commercial Bank, if issued by a foreign
bank.
Surety bond callable upon demand issued by a surety or
insurance company duly certified by the Insurance
Commission as authorized to issue such security;
and/or
Any combination of the foregoing.

Five percent (5%)

Thirty percent (30%)


Proportionate to share of form with
respect to total amount of security

The performance bond shall be in the name of the University of the Philippines Los Baos.
Failure to post the performance bond within 10 days after receipt of the notice of award shall
mean a refusal to accept the order or contract which is sufficient cause for the forfeiture of the
bidders bond.
The suppliers performance bond will be released in accordance with the provisions of Act No.
9184 and subject to the provisions of the contract.
Failure of the successful Bidder to comply with the above-mentioned requirement shall
constitute sufficient ground for the annulment of the award and forfeiture of the bid security, in
which event the Procuring Entity shall initiate and complete the post qualification of the
second Lowest Calculated Bid. The procedure shall be repeated until the LCRB is identified
and selected for contract award. However if no Bidder passed post-qualification, the BAC
shall declare the bidding a failure and conduct a re-bidding with re-advertisement.

SPECIAL PROVISIONS
The issuance of the prescribed bidding form mentioned herein shall not be construed as full
and final recognition of the bidders competence, nor shall any previous recognition of
competence be necessarily accepted without question for this particular bidding. The
University of the Philippines Los Baos reserves the right to review the competence and
qualification of the bidders anytime before the award of contract by further verification of the
bidders pre-qualification documents, or by any other satisfactory means. The competence of
a bidder shall include adequate preparation of the bid documents, financial ability to
undertake proper and efficient performance of the services and/or delivery of supplies or
equipment for which the bids are submitted.

DELFIN C. SUMINISTRADO
Chairperson, BAC

Page 7 of 7

Revised Form: Bidform


Document Form (February 07,2013)

University of the Philippines Los Baos


College, Laguna
Public Bidding of
LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM
(UPLB-S-046-13, Revised)

Summary for the Required Bid Security


Lot #

1
2
3
4
5

Approved Budget

With Offer?
Y-Yes or N- No

12,800,000.00
5,025,000.00
6,550,000.00
60,000.00
1,094,900.00
25,529,900.00

Required Bid Security Required Bid Security


(2% of ABC for Cash, (5% of ABC for Surety
Cashier's or Manager's
Bond)
Check)

.00

.00

Submitted By :
(Signature over Printed Name)
Company:
Date:

Annex A

Page 1 of 1

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

11

End-User

CAS-IC, PERALTA

Qty

UOM

1.00 UNIT

Item Description

Complete Atomic Force Microscope (AFM) System


1. True Non-Contact and fast Z-servo response. Completely
decoupled XY & Z Scanners with closed-loop feedback.
- Closed loop feedback for AFM scan
- Single module parallel-kinematics flexure stage
- Scan range: 50 50 m (minimum)
- Resolution: minimum 0.7 nm (closed-loop), < 0.01 nm (openloop)
Z scanner with closed-loop feedback control
- Guided flexure stage
- Scan range: 12 m (minimum)
- Noise level: 0.02 nm (typical) / 0.05 nm (maximum)

Estimated Unit Estimated Total


Cost
Cost

4,000,000.00

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

4,000,000.00

Unit Cost

Total Cost

NO OFFER

2. Out of plane motion


Less than 1 nm vertical movement over 50 m XY scan (or
better), less than 2 nm vertical movement over 100 m XY
3. SLD AFM Head
Detection of cantilever deflection with low coherence using
SLD; 830 nm (Super Luminescence Diode) for topography
feedback
Includes a high force Z-scanner with guided flexure stage
- Scan range: 12 m (minimum)
- Noise level: 0.02 nm (typical) / 0.05 nm (maximum)
Includes a Standard Probehand;
-Angle of the cantilever to the horizontal plane: 12 degrees
typical
-Lock head mount for easy mount/removal of AFM head

COMPANY NAME: ____________________________

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Page 1 of 39

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

End-User

Qty

UOM

Item Description

Estimated Unit Estimated Total


Cost
Cost

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

Total Cost

4. High Resolution Digital CCD Camera with Digital Zoom


High resolution digital CCD Camera
Effective Picture Elements: WVGA
752 480 (minimum) progressive CCD
Digital Interface: USB
Frame Rate: Up to 20 Hz
Digital Zoom: Up to 100 (minimum)
Digital output into LCD monitor
5. Direct on-axis optics
Provides the intuitive on-axis top view of a sample with high
clarity
The optical path from the sample to the high-resolution digital
CCD camera is an unobstructed straight line.
The optical image is digitally captured by the CCD camera, and
displayed on a LCD monitor (minimum).
Magnification: 1050 for the top view of the sample and
cantilever on the monitor screen (minimum)
Resolution: 1 m (0.28 N.A.) (minimum)
Field of View: 480 360 m (minimum)
6. Manual High Precision XY Stage
Positioning of a loaded sample by manual micrometer stage
Travel range: Up to 25 25 mm (minimum)
Sample size: Up to 100 100 mm (minimum)
Sample thickness: Up to 20 mm thick (minimum)
Working sample load: Up to 500 g (maximum load)

COMPANY NAME: ____________________________

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Page 2 of 3 9

Revised Form: Bidform


Document Form (February 07,2013)

Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

End-User

Qty

UOM

Item Description

Estimated Unit Estimated Total


Cost
Cost

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

Total Cost

7. Manual Focus Stage for On-Axis Optics


Manual focus stage with 40 mm Z travel (minimum)
Manual adjustment on the position of the on-axis optics stage
8. Motorized Z Stage
Motorized Z stage with 27.5 mm Z travel (minimum), 0.1 m
resolution (minimum), 2 m repeatability (minimum)
Motorized adjustment on the position of the AFM Head
assembly including its probehand and cantilever
Uses 5-phase stepper motor with backlash-free harmonic gear
reduction
9. XE-Series Electronics
XY and Z control electronics: Closed-loop feedback scan in all 3
axes
DSP-based control electronics (600 MHz and 4800 MIPS)
DSP board in the controller, not in the computer
21channels 16-bit DAC (minimum)
20 channels 16-bit ADC (minimum)
Computer-to-controller communication: TCP/IP (100 Mbps)
Supports standard AFM/SPM modes including True Noncontact mode, dynamic contact mode, contact mode, LFM
(lateral force microscopy), F/D spectroscopy, and phase imaging
with no need of additional software/hardware option.
Optional modes available for future upgrade (STM, MFM,
EFM, Enhanced EFM, DC-EFM(PFM), SKPM, SCM, SSRM, SThM,
FMM, Conductive AFM, VECA, ULCA, Nanoindentation and
Nanolithography)

COMPANY NAME: ____________________________

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Page 3 of 3 9

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

End-User

Qty

UOM

Item Description

Estimated Unit Estimated Total


Cost
Cost

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

Total Cost

Four digital outputs for synchronization with external devices


(End-of-pixel, End-of-line, End-of-frame, and Reference signal
for cantilever oscillation)
CE compliant
10. Open Liquid Cell
A liquid vessel made of PTCFE
Resistive against corrosive solutions
Clip-holder for samples
11. Liquid Probehand
Contact, Non-contact AFM imaging in liquid environment
Chemically resistive to acid/base conditions
12. User Friendly Software; automatic upgrade as needed to
maintain operation of the system
-Data acquisition and optical view
-Image processing
13. Accessories
Includes a calibration grating for lateral/vertical calibration (1
ea)
Includes a cradle for XE AFM heads (1 ea)
20 pre-mounted contact cantilevers and 20 pre-mounted noncontact cantilevers
10 sample disks
Manuals
14. Computer with Dual Monitors
Computer: Intel Core i5 3470 3.2-3.6GHz (Quad Core) CPU or
compatible, 4 GB DDR3 RAM, 500 GB Hard Drive (minimum)
Dual LCD monitors (1920 1080 pixel, DVI)
Graphic Card: Dual DVI, e.g., ATI Radeon 7750 1 GB DDR5 128bit graphics card or compatible
-Operating System: Microsoft Windows 7 Professional 32 bit
(English)
-wired optical mouse and keyboard

COMPANY NAME: ____________________________

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Page 4 of 39

Revised Form: Bidform


Document Form (February 07,2013)

Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

End-User

Qty

UOM

Item Description

Estimated Unit Estimated Total


Cost
Cost

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

Total Cost

15. Integrated Acoustic Enclosure


Environmentally sealed acoustic enclosure to block external
acoustic and light noise
Ergonomic design for user convenience
16. Active Vibration Isolation Table for High Resolution
Imaging (with 4 leg supports spring dampened)
-Active 0.7 Hz to 1 kHz
17. On-site installation and user training
=- On-site visit by a service engineer to install, check, and
calibrate, verify performance, and provide customers with user
training. to be done locally during the installation period.
Installation and commissioning must be provided by Factory
Trained Engineers; material requirements for proper installation
and operation to be provided by the equipment supplier
18. Must have a Back-up Support Laboratory in the Philippines
19. Must have minimum 4 units of installed and workable AFM
in Philippines (specify name & contact)
20. Must have ready factory trained engineer to support the
service (certificate of training to be attached)
21. Locally supplied 2 kVA Uninterruptible power supply
(UPS)/2 kVA automatic voltage regulator (AVR) with 30 min
backup power
22. Warranty: minimum one (1) year on parts and service
under normal usage, excludes consumables
23. Delivery: 60 days from receipt of PO.

COMPANY NAME: ____________________________

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Page 5 of 39

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

12

End-User

Qty

UOM

1 unit

Item Description

X-ray diffractometer
Built-in vertical goniometer needs no manual alignment
Easy upgrade to handle wide range of attachments such as
sample heater, stress analysis, etc.
Easy operation in multitasking Windows environment
Compact design
Specifications:
X-ray tube: 3kW, Cu, BF type (2 year warranty)
X-ray generator: 3kW maximum output (2 year warranty)

Estimated Unit Estimated Total


Cost
Cost

4,200,000.00

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

4,200,000.00

Unit Cost

Total Cost

NO OFFER

Goniometer: Vertical type


Radius: 185 mm
Min. step angle: 0.002o (2), 0.001o ()
Angular reproducibility: 0.001o (2)
Scanning Angular range: -6 to 163o(2), -180 to 180o()
Scanning method: /2 linked, , 2 independent
Scanning rate: 0.1 to 50o/min (2)
Detector: Scintillation counter, NaI
OS: Windows 7
Standard Accessories:
1 set X-ray tube, KKW, Cu-target, Normal Focus
1 set Ni filter for Cu-target x-ray tube
1 set Data Processing Hardware
Dell PC system with 19 color LCD monitor, continuous ink
system deskjet printer and Intel Core i5 3470 3.2-3.6 GHz (Quad
Core) CPU or compatible, 4 GB DDR3 RAM, 500 GB Hard Drive
(minimum); Graphic Card: Dual DVI, e.g., ATI Radeon 7750 1
GB DDR5 128-bit graphics card or compatible

COMPANY NAME: ____________________________

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Page 6 of 3 9

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

End-User

Qty

UOM

Item Description

Estimated Unit Estimated Total


Cost
Cost

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

Total Cost

1 set XRD Software


1 set Cooling Water System
5 pcs Standard sample holders, Aluminum material
5 pcs sample holders for small samples
5 pcs sample holders for fiber samples
5 pcs Glass Sample Holders
Power: 220VAC, 20A, 60Hz Single Phase
1 set Counter monochromator for Cu tube
1 set JCPDS PDF2 library / database
Standard Software functions:
Smoothing, BG deletion, K1- K2 separation, Peak search,
Width at half height, System error correction, Internal/external
standard, correction, Quantitation, User database creation,
Auto Search and Match; with automatic software upgrade as
needed to maintain normal operation of the system
*to be supplied with 10 kVA UPS/AVR, 10 min back-up power
and other material requirements for normal machine operation
and data acquisition; installation, commissioning, performance
verification , and calibration of the instrument to be carried out
by fully-trained service engineers with 5 years experience in
actual operation and with license to operate machine; must
assist in procuring license for machine operation. Certification
from the manufacturer/supplier required.
WARRANTY:
Minimum one (1) year on parts and service under normal usage;
excludes consumables
Local Training: To be handled by dedicated, in-house application
specialist
Delivery: 60 days from receipt of PO.

COMPANY NAME: ____________________________

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Page 7 of 3 9

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

13

End-User

Qty

UOM

1 unit

COMPANY NAME: ____________________________

Item Description

Inductively Coupled Plasma Optical Emission Spectrometer


(ICP-OES)
Multi-type/simultaneous element detection
PLASMA LIGHT SOURCE
Torch Unit: AXIAL and RADIAL observation (dual)
Plasma Torch: MINI torch and NORMAL torch included
RADIO FREQUENCY GENERATOR
Oscillator: Crystal oscillator
Maximum Frequency Output: 1.6kW
Output Stability: Within 0.3%
Ignition Method: Fully automatic
SPECTROMETER UNIT
Spectrometer type: VACUUM Spectrometer or with minimal
gas consumption when not in use
Optical System: Echelle spectrometer
Wavelength Range: atleast 165nm to 800nm
Detector: 1(inch) Two-dimensional semiconductor detector
(CCD)
Resolution: 0.01nm @200nm
Vacuum Ultraviolet Range Compatibility: VACUUM
spectrometer
Spectrometer Temperature: With thermal control
OPERATONAL ACCESSORIES:
preferably with autosampler
1 unit Pressure regulator for Argon; 2 tanks Argon gas (cylinder)
Initial supply
1 unit cooling water recirculator
1 set Branded Computer system with 19" color LCD monitor,
deskjet continuous ink system printer and with Intel Core i5
3470 3.2-3.6Ghz (Quad Core) CPU or compatible, 4 GB DDR3
RAM, 500 GB Hard Drive (minimum); Graphic Card: Dual DVI,
e.g., ATI Radeon 7750 1 GB DDR5 128-bit graphics card or
compatible
1 set UPS/AVR (10 kVA capacity and at least 10 min back-up
power)
POWER REQUIREMENTS:
Single phase / 220Volts

Estimated Unit Estimated Total


Cost
Cost

4,600,000.00

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

4,600,000.00

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Unit Cost

Total Cost

NO OFFER

Page 8 of 39

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

End-User

Qty

UOM

Item Description

Estimated Unit Estimated Total


Cost
Cost

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

Total Cost

WARRANTY:
One (1) year on parts and services.
*to be supplied with 10 kVA UPS/AVR, at least 10 min back-up
power and other material requirements for normal and safe
machine operation and data acquisition including fume hood
and required duct work for heat dissipation and sample
handling during analysis; installation, commissioning,
performance verification , and calibration of the instrument to
be carried out by fully-trained service engineers with 5 years
experience in actual operation and with license to operate
machine; to be serviced by dedicated, factory trained engineers
with at least five (5) years experience in the handling the brand
unit and at least (5) five years employed locally by the
principal/bidder . Certification from the manufacturer/supplier
required.

DT#

1306300100

Approved Budget:

COMPANY NAME: ____________________________

Local Training: To be handled by dedicated, in-house application


specialist
Price validity: 1 month
Delivery period: 60 calendar days from receipt of PO
12,800,000.00

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

TOTAL:

Page 9 of 39

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

21

End-User

CAS-IC, TORIO

Qty

UOM

1.0

unit

Item Description

Cyclic Voltammetry Electrochemistry Set-up


Comprised of the following:
1) Data Acquisition System.
Four channel USB recorder with power cable, USB cable and
test cable.
Plug and Play installation
Powerful on-line and offline analysis
Independently selectable input ranges 20 mV to 10V
16 bit A/D Resolution
Maximum Input Voltage 50 V

Estimated Unit Estimated Total


Cost
Cost

450,000.00

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

450,000.00

Unit Cost

Total Cost

NO OFFER

2) Software
Chart software to record data continuously on one to four
channels
Scope software to record data on one or two channels in a
series of sweeps
Electrochemistry software for collection, display and analysis
of data from electroanalytical voltammetric experiments
3) Potentiostat
Voltage controlled current source
Can use two (working and counter) or three (working,
auxiliary and reference) electrodes
Can also operate as galvanostat, ZRA (zero resistance
ammeter) and high impedance voltmeter
Must be operated with the data recording system
Software controlled
Applied potential of up to 10 V
Current ranges from 20 nA range up to 100 mA
Bandwidth 100 kHz
Current signal resolution 16 bits (0.0015% of range)
Compact and Robust
Power requirements: 17 to 22 V DC, +7 to +12 V DC, 25 mA
Typical, 2 W

COMPANY NAME: ____________________________

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Page 10of 3 9

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

End-User

Qty

UOM

Item Description

Estimated Unit Estimated Total


Cost
Cost

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

Total Cost

4) Electrochemistry Electrode Kit comprising of


1 Working electrode, 1 mm disk, PEEK body: 1 Glassy Carbon, 1
Platinum and Gold
1 Reference electrode: Leakless Ag/AgCl
Two 3-mL reaction vessels with stirrer vanes , drilled PTFE
gaskets and holder
1 Auxiliary electrode: Pt coated titanium rod, 1.6 mm diameter
Lead wire clamp

5) Branded Desktop Computer System with Printer


(compatible with the equipment and software needed) with
the following specifications:
Operating system: Windows 7
Processor: 2.6 Ghz
RAM: 2GB
HDD: 500GB
Keyboard and Mouse: USB keyboard and USB mouse
with Monitor
6) Training, installation and after sales service: Supplier must
have proof of installation and experience with installation and
maintenance of the equipment. Certification from
manufacturer required.
Delivery period: 30-60 days
7) 3 years warranty for the system

COMPANY NAME: ____________________________

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Page 11of 3 9

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

22

End-User

Qty

UOM

Item Description

unit

Liquid Nitrogen Dewar Flask


Description: Spherical Aluminum and Glass Dewar Flask. Fully
silvered and evacuated Dewar for storing and transport of liquid
nitrogen. The narrow-neck glass vessel is covered by aluminum
casing and is protected by foam rubber insulation. Includes a
heat-insulated cap and carrying handle.

Estimated Unit Estimated Total


Cost
Cost

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

Total Cost

25,000.00

25,000.00

NO OFFER

150,000.00

150,000.00

NO OFFER

Capacity: 3 Liters
Dimensions:
Overall height: 381 mm
Height (glass vessel): 210 mm
Diameter (neck): 105 mm
Width: 225 mm
Empty weight: 3.1 kg
Hold time days: 7
Delivery period: 30 days
Warranty: at least 1 year warranty on products and services
23

unit

DNA Electrophoresis Kit


Specifications (similar to Mupid One DNA Electrophoresis Kit)
1.) Electrophoresis Tank
Material: PPHOX
Solution volume : Approx. 270 - 320 ml
Multi-sample : Multichannel-pipette compatible

2.) Safety Lid


Safety interlock system : without the lid, main power can not be
operated

COMPANY NAME: ____________________________

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Page 12of 3 9

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

End-User

Qty

UOM

Item Description

Estimated Unit Estimated Total


Cost
Cost

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

Total Cost

3.) Power Supply


Input voltage : AC100-240V (Internationally compatible, 50/60
Hz
Output voltage :18 V, 25 V, 35 V, 50 V, 70 V, 100 V and 135 V.
Constant peak voltage of 140 V and duty control
Timer can be set bet. 0 and 99 min. & cont. mode.
Temporary shutdown supported
Memory function: Automatic memory (the last used V & T)

4.) Gel Tray


Overall dimensions: 130 mm (w) x 16,5 mm (H) x 59,5 mm (L)
small gel tray
Overall dimensions : 130 mm (w) x 24 mm (H) x 122 mm (L)
large gel tray
Quantity: 2 small gel trays; 1 large gel tray
Quantity : 4 (supports making 13 or 26 wells)
Material : Heat Resistance Material (up to 100C hot agarose
can be applied)
5.) One-Gel Casting Stand-HR (makes 2 small gel trays or 1 large
gel tray)
Overall dimensions :140 mm (w) x 20 mm (H) x 125 mm (L)
Material : Heat Resistance Material (up to 100C hot agarose
can be applied)
Delivery period: 30-60 days
Warranty: at least 1 year warranty on products and services

COMPANY NAME: ____________________________

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Page 13of 3 9

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

24

End-User

Qty

UOM

1 unit

Item Description

UV Vis spectrophotometer with microplate reader


Monochromator : Czerny-Turner 0.25
Grating : 27.5 x 35mm, 1200 lines/mm, blaze angle 8.6 deg.C at
240 nm
Beam Splitting System : Beam Splitting
Operating Mode : Transmittance (%), absorbance and
concentration
Detectors : 2 Silicon Diode Detectors
UV-VIS Limiting Resolution: <1.5 nm
Stray Light (% T) : At 220 nm (10 g/L NaL ASTM Method)<0.05%
At 370 nm (50 mg/L NaNo2) <0.05%
At 200 nm (12 g/L KCl, TGA & BP method)<1%
At 370nm (0,25 g/L K2Cr2O7) <1%

Estimated Unit Estimated Total


Cost
Cost

800,000.00

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

800,000.00

Unit Cost

Total Cost

NO OFFER

Source Lamp : Xenon for UV and Visible


Wavelength Range : 190-1110 nm
Wavelength Range : 190-1110 nm
Wavelength Calibration: Automatic
Photometric Range : +/- 3.3 A
Wavelength Accuracy : +/- 0.5 nm at 541.9 nm
Spectral Bandwith : 1.5 nm Fixed
Wavelength Reproducibility: +/- 0.1 nm
Main Connection : Autovolt 100 240 Volt; 60 Hz
Includes: Data Acquisition System (1 set desktop
computer/laptop computer and printer; compatible with the
equipment and software needed)
Operating system: Windows 7
Processor: 2.6 Ghz
RAM: 2GB
HDD: 500GB
Keyboard and Mouse: USB keyboard and USB mouse with
Monitor

COMPANY NAME: ____________________________

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Page 14of 3 9

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

End-User

Qty

UOM

Item Description

Estimated Unit Estimated Total


Cost
Cost

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

Total Cost

Should include the following:1 pack p/n 661000800


Rectangular 1 pc 10 mm cuvette (quartz, 3.5 mL capacity) and 1
pc 10 mm cuvette (quartz, 1 mL capacity
1 unit AVR-UPS 2000Watts
Delivery period: 30-60 days
Training, installation and after sales service. Supplier must have
proof of installation and experience with installation and
maintenance of the equipment. Certification from
manufacturer required.
25

unit

COMPANY NAME: ____________________________

Fluorescence Spectrophotometer
Specifications:
Light Source: 150W Xenon lamp, Ozone resolving type lamp
housing
Excitation and emission Monochromators: concave, blazed
holographic grating, F/2.5, 1300 grooves/mm
Wavelength scale: 220-990 nm
Measuring wavelength Range: 220-750 nm and 0 order as
standard. 220-900nm with the The optional R928
photomultiplier
Spectral bandwidth: 6-step selection of 1.5, 3,5,10 and 20 nm
(6nm bandwidth is available for half sample height on the
Excitation side only)

1,300,000.00

1,300,000.00

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

NO OFFER

Page 15of 3 9

Revised Form: Bidform


Document Form (February 07,2013)

Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

End-User

Qty

UOM

Item Description

Estimated Unit Estimated Total


Cost
Cost

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

Total Cost

Wavelength accuracy: 1.5nm


Light source compensation: Dynode feedback system with
monochromatic light
Sensitivity : The S/N ratio is 150 or higher for the Raman line of
distilled water
Wavelength scanning: 7-step selection of Survey (about
5500nm/min), Super (about 3000nm/min) Very Fast,Fast,
Medium, Slow and Very Slow.
Wavelength slewing speed: about 20,000nm/min
Response: 8-step selection of 0.02, 0.03, 0.1, 0.25, 0.5, 2, 4 and
8; Seconds for 98% of the full scale.
Sensitivity selection: 2-steps of HIGH and LOW (The sensitivity
of HIGH is about 50 times that of LOW)
Operational temperature range: 15-35 C
Power requirements: 100, 120, 220, 240 V; 50/60 Hz; 400 VA
Operational humidity range: 40-80% (below 70% with
temperature higher than 30 C)
Measurement: Excitation, emission, and synchronous spectrum
measurement;
Time-course measurement, Quantitation, automatic search of
optimal;
Excitation and emission wavelength, PopUp Scan

COMPANY NAME: ____________________________

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Page 16of 3 9

Revised Form: Bidform


Document Form (February 07,2013)

Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

End-User

Qty

UOM

Item Description

Estimated Unit Estimated Total


Cost
Cost

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

Total Cost

Includes:
1 unit branded computer and printer (compatible with the
equipment and software needed) with the following
specifications:
Operating system: Windows 7
Processor: 2.6 Ghz
RAM: 2GB
HDD: 500GB
Keyboard and Mouse: USB keyboard and USB mouse with
Monitor
1 pc 10 mm cuvette (quartz, 3.5 mL capacity) and 1 pc 10 mm
cuvette (quartz, 1 mL capacity)
2 Kva Uninterruptible Power Supply (compatible with
equipment)
Warranty: One (1) year on parts and services
Additional Requirement: To be serviced by dedicated, factory
trained engineers with at least three (3) years experience in the
handling the unit and at least three (3) years employed locally
by the principal/bidder
Delivery period: 30-60 days
Technical service should be provided by factory or
manufacturer-trained engineers with at least three (3) years
experience in the handling of HPLC units. For efficient after
sales service, local engineers must be immediately available to
service the units when needed. The local supplier should
present proof included in the submission of his bid offer.

COMPANY NAME: ____________________________

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Page 17of 3 9

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

26

End-User

Qty

UOM

unit

Item Description

High Performance Liquid Chromatograph


Specifications:
1.) Solvent Delivery Unit
Pump Type:
Micro-volume double-plunger pump (approx. 10 L/ stroke)
Pumping Method:
Constant-flow Pumping and Constant-pressure Pumping
Constant-flow Pumping
Flow-rate Setting Range:
0.0001 to 5 mL/ min [1.0 to 40 MPa ]
5.0001 to 10 mL/ min [1.0 to 20 MPa ]
Flow-rate Accuracy: 1% or 0.5 L/ min, whichever is the
greater (0.01 to 2 ml/min)
2% (2 to 5 mL/ min) (when water is pumped at a pressure of
1.0 to 40 MPa, with room temperature constant between 20
and 30 C)

Estimated Unit Estimated Total


Cost
Cost

2,300,000.00

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

2,300,000.00

Unit Cost

Total Cost

NO OFFER

Flow-rate Precision: 0.3% (RSD 0.1% max.)


(when water is pumped at a rate of 0.1 to 5 ml/min at a
pressure of 1.0 to 40 MPa, with room temperature constant
between 20 and 30 C.)
Constant-pressure Pumping
Pressure Setting Range: 1.0 to 40 MPa (0.1-MPa steps)
Pressure Setting Accuracy: 10% or 1.0 MPa, whichever is the
greater
Pressure-limiting Function: Upper and lower limits
Materials Used in Parts Coming in Contact with Liquids:
SUS316L, PEEK, PTFE, ruby, sapphire, Hastelloy C

COMPANY NAME: ____________________________

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Page 18of 3 9

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

End-User

Qty

UOM

Item Description

Estimated Unit Estimated Total


Cost
Cost

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

Total Cost

Suction Filter: 10 m
Line Filter: 5 m Capacity: Approx. 30 l
Time Program
Flow rate, pressure, EVENT functions, LOOP (for program
repetition)
10 files, 320 steps in total
Pressure Display Accuracy:
2% or 0.5 MPa, whichever is the greater
Plunger Rinsing Line:
Automatic rinsing enabled by connecting optional automatic
rinsing pump.
Size: 260 (W) 140 (H) 420 (D) (mm) (excluding protruding
parts)
Operating Temperature Range: 4 ~ 35 C
Power Supply: 220 to 240 VAC, 150 VA 50/ 60 Hz
2.) 1 unit Photodiode Array (PDA) Detector
Performance specifications
Light source: D2 & W lamp
Wavelength range: 190 ~ 800 nm
Wavelength performance: 1 nm
Slit width: 1.2 nm (high resolution mode), 8 nm slit (high
sensitivity mode)
Noise level: 0.6 10-5 AU (under specified conditions)
Drift: 1 10-4 AU/h (under specified conditions)
Functions: Contour Output, spectrum Library, MAX plotting
Linearity: 2.0 AU (ASTM Standards)

COMPANY NAME: ____________________________

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Page 19of 3 9

Revised Form: Bidform


Document Form (February 07,2013)

Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

End-User

Qty

UOM

Item Description

Estimated Unit Estimated Total


Cost
Cost

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

Total Cost

Flow cell (standard)


Cell volume: 10 l
Cell optical path length: 10 mm
Cell withstand pressure: 12 MPa (120 kgf/ cm2)
Material in contact with liquid: SUS316L, quartz, PFA
Detector main unit
RS-232C Interface
Analog output 4 ch
Operating temperature/humidity range
4 ~ 35 C / 45% ~ 85% (no condensation)
Power supply: AC 230V, 150 VA, 50/ 60
3.) 1 unit On-line Degasser
Number of flow lines: 5 flow lines
Degassing performance:
UV absorption difference with and without using the degasser is
over 300 mAU in the
following conditions.
- using UV absorption detector (wavelength of 210 nm,
sensitivity 0.5 AU) flowing
methanol saturated with dissolved oxygen (HPLC grade at 25C)
at a rate of 1 mL/min
Max. operating flow rate: 20 mL/min per flow line (Using
deionized water. Applicable range varies depending on the
solvent being delivered.)

COMPANY NAME: ____________________________

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Page 20of 3 9

Revised Form: Bidform


Document Form (February 07,2013)

Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

End-User

Qty

UOM

Item Description

Estimated Unit Estimated Total


Cost
Cost

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

Total Cost

Internal capacity: 380 l/ per flow line


Pressure resistance: 98kPa (1kgf/cm2) or less (only when
suctioning with the delivery unit. Pressurized delivery to the
degasser is prohibited.)
Tubing: 3 mm (outer diameter) 1.5 mm (inner diameter) PTFE
tubing
Materials contacting Solvents:
Special synthetic polymers designed for all solvents (degassing
membrane),
PEEK (connector joints)
External output When system self-diagnostics detects an
abnormality, a signal is output to the external
terminal (ALARM).
Self cleaning Includes mechanism that extends vacuum pump
life by drawing in air when the
vacuum pump is running.
Dimensions: 260 (W) 72 (H) 421 (D) mm (not including
protrusions)
Weight: 5 kg
Operating temperature and humidity range
Temperature: 4 to35C
Humidity: 20 to 85%
Power supply +24 V (Powered via connection by remote cable
to delivery unit.)

COMPANY NAME: ____________________________

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Page 21of 3 9

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

End-User

Qty

UOM

Item Description

Estimated Unit Estimated Total


Cost
Cost

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

Total Cost

4.) 1 unit Computer Interface (specs, software)


Connectable units: solvent delivery: 4 max, Autosampler: 1 max,
column oven: 1
Max., detectors: 2 max; sub-controllers: 2 max
Number of connectable units: 5 (including the unit
incorporating the system controller)
Data buffering: Approx. 24 hours for one analysis (at 500-ms
sampling rate
Event I/O: 2 inputs, 2 outputs
Analog boards: mounting not supported
Operating temperature range: 4 C to 35 C
Power requirements: supplied from unit
5.) 1 set HPLC Software
Operational Accessories Included:
1 set Reservoir tray
1 set Personal Computer with printer (compatible with the
equipment and software needed) with the following
specifications:
Operating system: Windows 7
Processor: 2.6 Ghz
RAM: 2GB
HDD: 500GB
Keyboard and Mouse: USB keyboard and USB mouse with
Monitor
1 set Solvent Filtration Kit
1 set Rheodyne manual Injector
1 set Low pressure gradient unit
1 set 3Kva UPS
COLUMN:
1 set Analytical Column

COMPANY NAME: ____________________________

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Page 22 of 3 9

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

End-User

Qty

UOM

Item Description

Estimated Unit Estimated Total


Cost
Cost

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

Total Cost

Delivery period: 30-60 days


Warranty: One (1) year on parts and services.
Additional requirements: To be serviced by at least five (5)
dedicated, factory trained engineers with at least five (5) years
Experience in the handling HPLC unit and at least (5) five years
employed locally by the principal/bidder
One (1) year on parts and services.
To be serviced by at least five (5) dedicated, factory trained
engineers with at least five (5) years experience in the handling
HPLC unit and at least (5) five years employed locally by the
principal/bidder

DT#
31

1306300101

CAS-IC,
HERNANDEZ (C/O
RHEA MALLARI,
536-2220)

Approved Budget:
1

Unit

COMPANY NAME: ____________________________

5,025,000.00

TOTAL:

Supply, delivery, installation, commissioning and initial


operation of particle size and zeta potential analyzer
For measurement of size, zeta potential and moleculer weight
of disperse particles, emulsions, molecular solutions.
Specifications:
Can measure size and zeta potential of particles in liquid
suspension, and zeta potential of flat surfaces
Measurements are carried out by dynamic light scattering
(DLS), electrophoretic light scattering (ELS) and forward
scattering through transparent electrode (FST).
Analysis mode: CONTIN, Marquardt, NNLS for particle sizing,
Smoluchowski, Huckel for zeta potential measurements
Correlator: Time domain and time arrival. Max of 1,000,000
equivalent channels

2,750,000

2,750,000.00

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

NO OFFER

Page 23 of 3 9

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

End-User

Qty

UOM

Item Description

Estimated Unit Estimated Total


Cost
Cost

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

Total Cost

Voltage range: approx 0 - 300 V


Capable of measuring molecular weight in the range: 1 x 10 3
or lower up to 2-3 x 10 7 daltons
Conductivity range: up to 200 mS/cm
Scattering angles: 15 o (zeta), 30 o (zeta), 165 o (size)
Laser light source: 2 laser diode, 658 nm, 30 mW
Detector: Photomultiplier tube
Temperature range: ambient to 90 oC
For size measurement:
Capable of measuring size in the range: approximately 2 nm
or smaller
Sample concentration range: 0.001 to 40%
For zeta potential measurement:
Mobility: + 1.2 x 10 e-3 cm 2/V.s
Minimum sample volume for zeta potential: 2 mL or lower
Include:
Standard for sizing (latex 112 nm, 1%)
Cell assembly for sizing
Flow cell assembly for sizing and zeta potential
Computer and software controller
Installation kit comprising: Software on CD; Manual; Mains
cable; USB cable; Spare fuses. Consumables kit comprising:
Cuvettes/cells for zeta potential analysis(quartz); Cuvettes/cells
for particle size analysis ; please state content of kit
Flat surface cell (Please quote separately)
Same quality as Beckman Coulter Delsa Nano C Nano Particle
size and zeta potential analyzer
Country of origin: USA, UK

include uninterrupted power supply (UPS) with voltage surge


protector for each critical unit (particle size analyzer and
computer) with at least 10 minutes reserve power and at least
1.5x the power load requirement of the equipment

COMPANY NAME: ____________________________

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Page 24 of 3 9

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

End-User

Qty

UOM

Item Description

Estimated Unit Estimated Total


Cost
Cost

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

Total Cost

1 unit of branded computer and software interface for the


analyzer; at least i5 processor; Windows 7 OS compatible with
the equipment software; LED monitor; state other specs of
computer offered
manual on operation & maintenance. Site installation & training
on the proper use of the unit should be conducted by a well
trained and experienced Service Engineer, One (1) year full
warranty on parts & two(2) years warranty on service. After
warranty period service should be readily available. After sales
technician must be trained by equipment manufacturer and
should submit proof of training on the use and maintenance of
the particle size and zeta potential analyzer.

delivery period - 60 days after receipt of PO


32

system

COMPANY NAME: ____________________________

supply, delivery, installation, commissioning and initial


operation of nano spray dryer consisting of spray dryer,
aspirator, outlet absorption (filter) column, inert cooling loop,
and dehumidifier

2,000,000

2,000,000.00

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

NO OFFER

Page 25 of 3 9

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

End-User

Qty

UOM

Item Description

Estimated Unit Estimated Total


Cost
Cost

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

Total Cost

spray dryer specifications


modular for configuration for different configurations
designed to allow for upgrade or to expand applications;
consists of spray head, heater, drying chamber, sample
collector. Materials that come in contact with samples are
corrosion resistant, durable and do not react with samples
processed.
sample volume - can process 1 mL sample up to 250 mL;
particle size of dried product - 300 nm or lower up to maximum
5 um;
yield - high up to 90%; state yield data
particle separation by electrostatic principle;
evaporation capacity - about 200 g/hr for aqueous sample;
nozzle type spray head - (piezo technology,
ultrasonic); state component material;
Power consumption - about 1500 W

COMPANY NAME: ____________________________

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Page 26 of 3 9

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

End-User

Qty

UOM

Item Description

Estimated Unit Estimated Total


Cost
Cost

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

Total Cost

Connection voltage - preferable auto voltage 100 240 VAC


10 %
Frequency - 50/60 Hz
Heating capacity - about 1400 W
Heating control - narrow, about 1 C
Max. inlet temperature - about 120 C
Evaporating capacity - about max. 0.2 L/H water, higher for
organic solvents
Drying gas flow - about 80 160 l/min
Spray caps (hole diameters) - suitable for the production of
nano particles, about 4 m, 5.5 m & 7 m
Mean droplet size range - about 8 21 m
Mean particle size range - about 300 nm 5 m
Mean residence time - about 1 4 sec.
Interface USB II preferred
Protection rating IP 42
Environmental conditions for indoor use only
Temperature 5 40 C
aspirator with air filter
generates gas for open drying mode and recirculates air in
closed drying mode; with inlet glass fiber air filter; tubings are
corrosion resistant, durable, does not produce or introduce
contaminants to samples.
outlet filter
absorbs particulates, water & other materials released by the
dryer to minimize or eliminate release of potentially harmful
materials; state performance of filter material

COMPANY NAME: ____________________________

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Page 27 of 3 9

Revised Form: Bidform


Document Form (February 07,2013)

Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

End-User

Qty

UOM

Item Description

Estimated Unit Estimated Total


Cost
Cost

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

Total Cost

inert cooling loop


accesory for closed loop drying of samples dissolved in water
containing organic solvents;
allows for safe drying of flammable samples;
allows safe drying of oxygen or air sensitive materials by
processing under nitrogen and carbon dioxide gas atmosphere;
can process samples containing up to 50% of organic solvents
such as methanol, ethanol, propanol, acetone,
dichloromethane, toluene, ethyl acetate.
specs for closed loop accesory.
max power consumption - about 1.4kW;
voltage & frequency 200-230 V 50/60 Hz, auto volt preferred;
min outlet temp ~ -25 C;
rate of cooling - about 800 watt at -10 C
dehumidifier
specs for dehumidifier. max power consumption 700 W;
voltage & frequency 200-230 V 50/60 Hz;
min outlet temp - about +2 C; rate of cooling - about 600 watt
at 0 C
include uninterrupted power supply (UPS) with voltage surge
protector for each critical unit (spray dryer, inert cooling loop,
aspirator) with at least 10 minutes reserve power and at least
1.5x the power load requirement of the equipment

COMPANY NAME: ____________________________

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Page 28 of 3 9

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

End-User

Qty

UOM

Item Description

Estimated Unit Estimated Total


Cost
Cost

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

Total Cost

other requirements: itemize price quotes for each of the


component units; manual on operation & maintenance;
training on the use & proper opeation of the dryer; One (1) year
full warranty on parts and two (2) years warranty on service;
after sales service should be provided by engineers/technicians
trained by the manufacturer on the use and maintenance of the
spray dryer with at least five(5) years experience in handling the
equipment; submit proof of training e.g. certification from the
manufacturer or local supplier; delivery and onsite installation
& training on the proper operation of the equipment. For
efficient after sales service, local engineers must be
immediately available to service the unit. Local supplier should
present proof of training of the service engineers.
preferred country of origin: Switzerland

delivery period - 60 days after receipt of PO


33

system

COMPANY NAME: ____________________________

supply, delivery, installation, commissioning and initial


1,400,000
operation of a diferrential scanning calorimeter consisting of a
basic heating unit, sample preparation accessory and
consumables, simple cooling accessory and computer to
record and process the data. Capabilities: measurement of
heat capacity, melting behavior, phase transition, glass
transition, crystallization, curing, stability & others

1,400,000.00

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

NO OFFER

Page 29 of 3 9

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

End-User

Qty

UOM

Item Description

Estimated Unit Estimated Total


Cost
Cost

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

Total Cost

basic calorimeter composed of two matched sample holders


(one reference and one sample); sensitive and matched
thermocouples; two digital mass flow controllers. The sensor
must be preferably made from a single piece of durable,
corrosion resistant and heat sensitive material (state
performance) for faster signal response, flat baseline, high
sensitivity, high resolution and data precision. The
thermocouple must be designed for maximum performance;
state the design and capability.
Furnace. The sample and reference platforms are surrounded
by a high thermal conductivity, silver furnace, secured by
durable corrosion resistant windings. Purge gases are
accurately and precisely metered by digital mass flow
controllers, and preheated prior to introduction to the sample
chamber. Long furnace life and a highly uniform environment
at the sample and reference sensors must be ensured, as well
as accurate isothermal temperatures, true linear heating rates,
rapid temperature response and the ability to heat sample
rapidly at about 200 C / min; equipped with an efficient cooling
system (state cooling efficiency)

sample preparation accessory; capable of preparing


hermetically sealed samples; 1 set of consumables e.g.
aluminum pans
1 unit of branded computer and software interface for the DSC;
at least i5 processor; Windows 7 OS compatible with the
equipment software; LED monitor; state other specs of
computer offered
other specifications
Temperature Range Amb to 725 C
Temperature Accuracy about +/- 0.1 C
Temperature Precision about +/- 0.05 C
Calorimetric Reproducibility (indium metal) +/- 1 %
Calorimetric Precision (indium metal) +/- 0.1 %

COMPANY NAME: ____________________________

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Page 30 of 3 9

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

End-User

Qty

UOM

Item Description

Estimated Unit Estimated Total


Cost
Cost

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

Total Cost

resolution at least 0.04 uW


measurement range about 300mW at 100 C
Baseline Curvature (-50 to 300 C) <0.15 mW
Baseline Reproducibility < 0.04 mw
Sensitivity 1.0 W
cooling accessory
The cooling accessory is used to cool a sample to sub-ambient
temperature before heating a sample. The temperature range
of operation is about -100 to 450 C.
provide itemized prices of a complete basic unit and accessories
to allow for adjustments in the components to be purchased
include uninterrupted power supply (UPS) with voltage surge
protector that can provide at least 10 minutes reserve power
and at least 1.5x the power load requirement of the equipment
other requirements: training on the use and operation of
equipment; 1 yr warranty on parts and 2 years warranty on
service; manual on operation & maintenance; One (1) year full
warranty on parts and two (2) years warranty on service; after
sales service should be provided by engineers/technicians
trained by the manufacturer on the use and maintenance of the
spray dryer with at least five(5) years experience in handling the
equipment; submit proof of training e.g. certification from the
manufacturer or local supplier; delivery and onsite installation
& training on the proper operation of the equipment. For
efficient after sales service, local engineers must be
immediately available to service the unit. Local supplier should
present proof of training of the service engineers.

preferred country of origin; Switzerland, USA, Japan


delivery - 60 days after receipt of PO

COMPANY NAME: ____________________________

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Page 31 of 3 9

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

34

End-User

Qty

UOM

1 unit

Item Description

Overhead mixers - Heavy duty reversible mixer with mixing


vessel
Specifications:
Drive type - Direct; Speed (rpm) - 2 to 2000; hp - 1/8;
Constant torque (in-oz) - 74; Drive, W x H x D, in.(mm) - 4 x 10
1/4 x 10 9/18 x 5 1/4 (114 x 268 x 133); Shaft - dia x L, in (mm) 3/8 x 12 (10 x 305), 316 SS; Propeller - 4 1/4" (108 mm) dia, 316
SS; collet, 10" L x 5/8" dia (254 mm L x 14 mm dia) aluminum
mounting rod; 6-ft (1.8-m) three-wire cord with plug Power
(;VAC, Hz) - 220, 60

Estimated Unit Estimated Total


Cost
Cost

100,000.00

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

200,000.00

Unit Cost

Total Cost

NO OFFER

Include 2 of each:
Heavy-duty dual clamp to affix mixer mounting ro to mixer
stand.
Mixer stand - corrosion-resistant, electropolished and cast
metal. Stand measures 29" H x 5/8" dia (737 mm H x 16 mm
dia)
Shaft - 3/8" dia x 18"L (10 mm dia x 457 mm L); 316 SS.
Accepts a 5/16" (8 mm) bore dia propeller
Shaft - 3/8" dia x 24" L (10 mm dia x 610 mm L); 316 SS.
Accepts a 5/16" (8 mm) bore dia propeller
Three-blade propeller - 2" (51 mm) dia, 5/16" (8 mm) bore, 316
SS
Mixing vessel - stainless steel, teflon lined, inside dia. 12 3/4 in.,
one each - 3 liters & 5 liters
Same quality as: IKA
Country of origin: USA, Germany
Other requirements: manual on operation & maintenance, oneyear warranty on parts and labor
Mode of evaluation: Lot Award
delivery period: 60 days after receipt of PO

COMPANY NAME: ____________________________

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Page 32 of 3 9

Revised Form: Bidform


Document Form (February 07,2013)

Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

End-User

35

Qty

UOM

Unit

Item Description

Color reader
Specifications:
Measuring area: Approx. 8 mm
Display mode: D(L*a*b*)/DE* ab or D(L* C* H*)/DE* ab
Target color memory: 1 Channel; set by measurements
Measuring range: L*: 10 to 100
Measurement conditions: Observer : CIE 10' Standard
Observer
Illuminant: CIE Standard Illuminant D65
Repeatability: Standard Deviation within DE' ab 0.1
(Measurement conditions: Average of measurements of
standard white plates).
Minimum interval between measurements: Approx. 1 sec.
Power source: Four AA - size batteries; AC adapter

Estimated Unit Estimated Total


Cost
Cost

200,000.00

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

Total Cost

NO OFFER

200,000.00

Operating temperature/humidity range: 0 to 40 oC; relative


humidity 85% or less (at 35 oC) with no condensation
Include: AC adapter, printer cable, standard white plates,
manual
Model: Same quality as Konica Minolta CR 10
Two (2) years full warranty on parts & service. manual on
operation & maintenance. Training on the use of operation of
the equipment. After sales service should be provided by
manufacturer-trained engineer.
delivery - 15 days after receipt of PO
DT#

1306300103

Approved Budget:

COMPANY NAME: ____________________________

6,550,000.00

TOTAL:

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Page 33 of 3 9

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

41

DT#

End-User

Qty

CAS-IC,
HERNANDEZ (C/O
RHEA MALLARI,
536-2220)

1306300104

UOM

Unit

Approved Budget:

COMPANY NAME: ____________________________

Item Description

Stirrer hot plates

Estimated Unit Estimated Total


Cost
Cost

30,000.00

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

NO OFFER

60,000.00

Specifications:
Top plate material - aluminum
Top plate size - 25.4 x 25.4 cm (10 x 10")
Temperature range - 5 deg above ambient to 400 oC
Max capacity - 6000 mL
speed range - 60 to 1200 rpm
VAC - 230V; Hz - 50/60
Speed stability - +2%
Temperature stability - +2%
Include:
234 cm (92") three-wire cord and plug
3.8 cm (1 1/2") PTFE coated stir bar
Same quality as VWR hot plate stirrer
Warranty parts and labor: 2 years
Country of origin: Germany, Japan, USA
Delivery period - 60 days after receipt of PO
60,000.00

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Total Cost

TOTAL:

Page 34 of 3 9

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

51

End-User

Qty

UOM

Item Description

CAS-IMSPPHYSICS,
FLORIDO

lot

Installation, commisioning, performance check, calibration


and technical support done by trained personnel with
sufficient experience throughout the duration of the project.
Data acquisition system must be compatible and can be
completely interfaced with the Gass Mass Flow Controller.

unit

DATA ACQUISITION SYSTEM or its equivalent


which includes:
1. Analog Training Board with:
4 Digital Meters DC Volt and Current Meter
DC Power Supply 12V Regulated, 5V Regulated,
0-10V Variable, 0-5V Variable
1 Step Down Transformer (9-0-9V)
5 Potentiometers (330W, 1K, 4.7K, 10K, 47K)
1 PNP Transistor CK-100 and 1 NPN Transistor CL-100
1 FET BFW10
+5V Regulator IC 7805
Different types of diodes (In4007, Oa79, 6V Zener)
34 Resistance of different values
6 Capacitors of different values

Estimated Unit Estimated Total


Cost
Cost

1,064,900.00

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

1,064,900.00

Unit Cost

Total Cost

NO OFFER

NO OFFER

2. AVR with:
DC Voltage Maximum Operate = 90
Maximum Continuous = 152
Resistance +10% Ohms = 13000
Time (msecs) including Bounce = 3.0
Breakdown Voltage = 1000
Switch form = 2A
Switching = 50W 1.5A max. 500V max.
Carrying = 5.0 Amps max.
3. BNC cables with:
BNC to BNC connection
BNC to alligator connection
BNC to probe connection
4. Heavy duty multi-outlet extension cord: 5000W, 250V

COMPANY NAME: ____________________________

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Page 35 of 3 9

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

End-User

Qty

UOM

Item Description

Estimated Unit Estimated Total


Cost
Cost

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

Total Cost

6. Micro-controller, Arduino Uno with:


Microcontroller-ATmega328
Operating Voltage = 5V
Input Voltage (recommended) = 7-12V
Input Voltage (limits) = 6-20V
Digital I/O Pins = 14 (of which 6 provide PWM output)
Analog Input Pins = 6
DC Current per I/O Pin = 40 mA
DC Current for 3.3V Pin = 50 mA
Flash Memory = 32 KB (ATmega328) of which 0.5 KB used by
bootloader
SRAM = 2 KB (ATmega328)
EEPROM = 1 KB (ATmega328)
Clock Speed = 16 MHz
5. CPU with:
cooling fan
i3 processor, 3GHz speed, 4GB DDR3 extendable upto 8GB, 1GB
dedicated video card, 500GB HDD, 48X max CD/DVD drive,
Windows 7 OS
7. Monitor:
17" flat screen LED, colored

COMPANY NAME: ____________________________

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Page 36 of 3 9

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

End-User

Qty

UOM

Item Description

Estimated Unit Estimated Total


Cost
Cost

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

Total Cost

8. UPS or UNINTERRUPTIBLE POWER SUPPLY with:


Capacity = 600VA/360W
Input/Output Voltage = 230VAC
Input Voltage Range = 140-300VAC
Input Frequency = 45-65 Hz (Auto Sensing)
Output Voltage Regulation (Batt.) = 195-253V
Output Frequency = 50Hz or 60Hz
Output Frequency Regulation (Batt.) = +/- 1Hz
Output Waveform = Modified Sine-wave
Transfer Time = 4-8ms
LED Indicator = Green LED for various indication modes
Audible Alarm = Beeper with various beeper modes
Full Protection = Discharge, overcharge, and overload
protection
Power Outlets = 3-Pin x 3
Operating Environment = 0C - 40C
Noise Level = Less than 40dB

unit

COMPANY NAME: ____________________________

Warranty: At least 1 Year on parts and services


Delivery period: 60 days upon receipt of purchase order
9. GAS MASS FLOW (MF) CONTROLLER or its equivalent
with:
Accuracy = (0.8% of Reading + 0.2% of Full Scale)
High Accuracy Option = (0.4% of rdg + 0.2% of Full Scale)
Repeatability = 0.2%
Operating Range = 1% to 100% Full Scale
Typical Response Time = 100 Milliseconds
(Adjustable) Std Conditions (STP) = 25C & 14.696 PSIA
Operating Temperature= 10 to +50C
Controllable Flow Rate = 102.4% Full Scale
Maximum Pressure = 145 PSIG
Supply Voltage = 7-30Vdc (15-30Vdc for 4-20mA output)
Supply Current = 35mA typical; 100mA avail. supply rec.
Flow range = 0.01 to 1.0 sccm

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

NO OFFER

Page 37 of 3 9

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

End-User

Qty

UOM

Item Description

Estimated Unit Estimated Total


Cost
Cost

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

Total Cost

which includes:
1. Mass Flow meter
2. Power Supply for mass flow meter with 220 V power cord
3. Pressure gauge with minimum pressure of 1atm
4. Necessary cablings
5. Manual on operation and maintenance
6. At least 1 year warranty on parts and services
7. 60 days delivery period upon receipt of purchase order
52

unit

COMPANY NAME: ____________________________

TEMPERATURE CONTROLLER or its equivalent with:


Accuracy: Voltage = 0.05% FS, Current = 0.05% FS
Resolution = 1C/F for T/Cs, RTDs; 0.1C/0.2F for thermistors
4-digit Celsius display
Output, alarm & self-tuning can be indicated by = LED PIN
control (incldg On/Off, step-type PID & continuous PID)
Contact capacity of output = 250V AC 3A (resistive load)
Setting value = identical to measuring range (PV)
Prop. band = 0~full range (ON/OFF control when set to 0)
Integral time = 0~3600s (No integral action when set to 0)
Derivative time = 0~3600s (No deriv. action when set to 0)

30,000.00

30,000.00

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

NO OFFER

Page 38 of 3 9

Revised Form: Bidform


Document Form (February 07,2013)
Bid Form for the Public Bidding ofUPLB-S-046-13 Supply and Delivery of LABORATORY AND SCIENTIFIC EQUIPMENT FOR NANOTECHNOLOGY RESEARCH PROGRAM (Revised)
For University of the Philippines Los Baos
Date of Opening: Wednesday, March 13, 2013
2:00 PM

Lot #

Item #

End-User

Qty

UOM

Item Description

Estimated Unit Estimated Total


Cost
Cost

Specifications Offered by the Bidder


(Please indicate the brand, model and
specifications of your offer. Also, please
provide brochures as necessary)

Unit Cost

Total Cost

Heat-reset proportional cycle = 1~100 sec


Detective temperature range = 0 to 400
Insulation resist. = >50M ohm(500V DC); 1500V AC/min
Power Consumption = 10 VA
which includes:
1. Power supply: AC 110-240V
2. Necessary cablings
3. Manual on operation and maintenance
4. Other accessories (negotiable with supplier)
5. At least 1 year warranty on parts and services
6. 60 days delivery period upon receipt of purchase order

DT#

1306500085

Approved Budget:

1,094,900.00

TOTAL:

Total Approved Budget for the Contract:

PHP 25,529,900.00

Required Bid Bond (2% of the ABC):

PHP 510,598.00

Required Bid Bond (5% of the ABC):

PHP 1,276,495.00

Date of Delivery:

30-60 CD days upon receipt of purchase order

Price Validity:

120 calendar days from bid opening

TOTAL BID PRICE (in figures):

PHP 0.00

TOTAL BID PRICE (in words):


Company Name:
Address:
Phone No.:
Fax No.:
E-mail Address:
Quoted by:

-select from the list-

Printed Name

Signature

(USE OF A DIFFERENT FORM OTHER THAN THIS WILL BE A GROUND FOR DISQUALIFICATION)

COMPANY NAME: ____________________________

QUOTED BY (PRINTED NAME & SIGNATURE):______________ _______________

Page 39 of 3 9

Envelope1/Form 1/2008
AUTHORITY FOR CORPORATIONS
(For BAC accreditation for one year)

SECRETARYS CERTIFICATE
________________
,
of
legal
age,
Filipino
with
office
address
at
________________________ , being the duly elected and qualified Corporate Secretary of
____________________
,
Inc.
(the
Corporation),
with
principal
office
at
_____________________________________, under oath does hereby certify:
That at the special/regular/annual meeting of the Board of Directors held on _______, at
which a quorum was present and acting throughout, the following resolution was unanimously
approved:
RESOLVED that ______________________________ , Inc. (the
Corporation) participate in the bidding for goods and services requirements of the
University of the Philippines Los Baos from 1 January 2013 to 31 December 2013;
RESOLVED FURTHER, That its (position), Mr. / Ms. ____________ whose
signature appears below is authorized from 1 January 2013 to 31 December 2013 to
negotiate the terms and conditions of the bidding, post/withdraw all kinds of bonds
required in the bidding process in accordance with RA 9184; execute, sign and
deliver all documents required by law necessary to participate / complete the bidding
process; and do all acts and things necessary to accomplish this authority.
______________________
(Signature of officer)
That the foregoing resolution has not been repealed amended or modified and
remains to be valid and subsisting as of the date hereof.
IN WITNESS WHEREOF, this Certificate has been signed this __ day of ______
2012 at ____________.
______________________
Corporate Secretary
SUBSCRIBED AND SWORN TO before me this ___ day of _____2013 Affiant is exhibiting to me
his Community Tax Certificate No. _______________ issued at __________ on _____________

Doc. No.___
Page No. ___
Book No. ___
Series of 2013

Envelope1/Form 2-A/2008
AUTHORITY FOR CORPORATIONS
((For one-time bidding)

SECRETARYS CERTIFICATE
________________
,
of
legal
age,
Filipino
with
office
address
at
________________________ , being the duly elected and qualified Corporate Secretary of
____________________
,
Inc.
(the
Corporation),
with
principal
office
at
_____________________________________, under oath does hereby certify:
That at the special/regular/annual meeting of the Board of Directors held on _______, at
which a quorum was present and acting throughout, the following resolution was unanimously
approved:
RESOLVED that ______________________________ , Inc. (the Corporation)
participate in the bidding for goods and services requirements of the University of the
Philippines Los Baos for the year 2013.
RESOLVED FURTHER, That its President/General Manager , whose
signature appears below is authorized to negotiate the terms and conditions of the
bidding, post/withdraw all kinds of bonds required in the bidding process in
accordance with RA 9184; execute, sign and deliver all documents required by the
UPLB necessary to participate complete the bidding process; do all acts and things
necessary to accomplish this authority; and appoint , from 1 January 2012 to 31
December 2012, any employee or officer of the Corporation to accomplish this
authority.

______________________
(Signature of President/ General Manager)
That the foregoing resolution has not been repealed amended or modified and
remains to be valid and subsisting as of the date hereof.
IN WITNESS WHEREOF, this Certificate has been signed this __ day of ______
2012 at ____________.
______________________
Corporate Secretary
SUBSCRIBED AND SWORN TO before me this ___ day of _____2013 Affiant exhibits to
me his Community Tax Certificate No. _______________ issued at __________ on _____________

Doc. No.___
Page No. ___
Book No. ___
Series of 2013

BAC-UPLB
Envelope1/Form 2B/2008
AUTHORITY FOR CORPORATIONS
((For one-time bidding)

(Letterhead of Corporation)
AUTHORITY
To

Bids and Awards Committee on Goods and Services, UPLB

Re

Authority of ___________________ to represent __________________ ,


Inc. for the public bidding of __________________________________ on
___ ____________, 2013.

In accordance with the authority vested on me by the Board of Directors


(Secretary's certificate Form-2A), I hereby appoint Mr./Ms. ___________________,
(position) , of ________________________ , Inc. whose signature appears below to
negotiate the terms and conditions of the above-captioned bidding,
post/withdraw all kinds of bonds required in the bidding process in accordance with
RA 9184; execute, sign and deliver all documents required by the UPLB necessary to
participate complete the bidding process; and to do all acts and things necessary to
accomplish this authority.

_____________________________
(Signature of authorized representative of the Corporation)

______________________ , Inc.
By:
___________________________
President/General Manager

S-ar putea să vă placă și