Object specification: van-type vehicle, converted into a mobile vaccination unit, zero km, year and model not earlier than the date of contracting or later, white color, solid paint; the supplies and equipment used for the conversion must be new and first-use; it is the contractor’s responsibility to manufacture and supply, in accordance with current legislation – sanitary and inspection; the contractor shall train the professionals indicated by the contracting party, in order to ensure that the team is able to operate the equipment, identify anomalies and make diagnoses of possible problems, and other issues that the contracting party deems relevant; the operational training shall be carried out on the contractor’s premises at the time of provisional delivery, or, due to force majeure, remotely; the contractor must provide the necessary infrastructure to receive the designated professionals; the contractor shall deliver, together with the object of this term of reference, the warranty certificates and their respective technical manuals for operation and functioning, written in Portuguese and made available in digital media. If such documents are presented in a foreign language, they must be translated into Portuguese by sworn translation; the vehicle shall be stickered by the contractor with decals in accordance with the identity manual of the agency; annex I – technical specification: technical documentation for the unit’s project CAT – certificate of compliance with traffic legislation – DETRAN; CCT – technical capacity certificate – INMETRO; CREA – certificate of corporate registration; CREA – certificate of professional registration and clearance with CREA – certificate of technical responsibility and corporate person with CREA; CAT – technical record certificate; ART – technical responsibility annotation; ABNT NBR 5410 (electrical cabling); ABNT NBR 15465 (conduits); ABNT NBR NM 60868 (circuit breakers); ABNT NBR 8995-1 (lighting); ABNT NBR 16401-1 (air conditioning); ABNT NBR 15465 and NBR 5410 (flexible cables); IPT test report – (technological research institute) for air and surface decontamination system; ISO 18184 adapted to viral models; JIS L 190 international standard: antimicrobial efficacy; light commercial and passenger mixed-use vehicle – van-type utility vehicle, new (0 km) – year of manufacture not earlier than the date of contracting or later, with all equipment required by the current national traffic code. Basic features: air conditioning; hydraulic steering; mechanical gearbox activated by manual lever; driver’s seat with height and tilt adjustment; external mirrors with internal electric adjustment; 12v outlets in the cabin; structure and body in steel with anticorrosive treatment and painted white; cabin capacity for 02 (two) people (passenger and driver); cargo compartment made of steel, with capacity for a minimum volume of 10.5 m³; empty cargo area for customization; minimum payload capacity of 1,204 kg (one thousand two hundred and four kilograms); minimum GVW: 3,500 kg; rear-wheel drive, with at least one sliding side door. Front suspension independent, with stabilizer bar or transverse spring. Rear suspension: the vehicle must be equipped with compatible sets of springs, stabilizer bar or tubular rigid axle. The components must have a dimensioning that exceeds the load imposed on each member. For better drivability quality, the vehicle’s springs must be those with the lowest deflection. Only corrections approved by the chassis manufacturer will be allowed, to compensate for undue deflections beyond permitted tolerances. Corrections due to imbalance will not be allowed. Technical characteristics: engine powered by S50/S10 diesel with at least 4 cylinders and minimum displacement of 2000 cm³, with minimum power of 160 hp; minimum fuel tank capacity of 60 l; steel wheels; tires with minimum rim diameter of 16 inches and minimum tread width of 200 mm; all wheels and tires, including the spare, must have the same brand, model, and dimensions and must belong to the vehicle manufacturer’s assembly line. Warranty: minimum total warranty of 12 (twelve) months and minimum anti-corrosion warranty of 5 (five) years. Mandatory accessories: skid plate; complete set of rubber mats for cabin; digital AM/FM radio and MP3 with USB connection and speaker system for cabin. Safety: dual front “air bag” (driver and passenger); “ABS” brakes: ventilated discs (front) and discs or drum (rear); headrests on front seats (driver and passenger); 3-point front seat belts (driver and passenger); electric door locks and windows with electric activation (front doors). Licensing: the vehicle shall be delivered licensed. Internal adaptation: shall be developed for service and vaccination with climate-controlled environment. The equipment shall be designed to promote service with microbiological safety in the internal environment as established in the term of reference, developed according to the requirements established by the World Health Organization (WHO) and the National Health Surveillance Agency (ANVISA). Electrical infrastructure: electrical structure developed for powering internal equipment at 220 volts, external power supply through the utility company on the low-voltage network: 110 volts single-phase and 220 volts; electrical control: 01 (one) electrical control composed of SPD (surge protection device) and user electrical protection device, protection against indirect contacts by automatic disconnection of power supply, ensured by residual-current devices and thermal bipolar circuit breakers against short circuits and power overloads, special silver contacts, complying with ABNT NBR NM 60868, working voltage 220v, frequency 60hz, ambient temperature -20°C to +50°C, protection degree IP 20, IP on panel and DIN 35 mm profile mounting, surface-mounted IP67 socket, waterproof, to receive the connection cable to the public network, secondary control panel (non-stabilized), composed of breaker switches circuit breakers for protection, bipolar input (main), shielded type, curve and power rating according to the energy demand of each outlet and within ABNT standards, for simultaneous, partial or total shutdown of the control panel; visualization system for consumption, voltage and frequency, with reference to the system of energy input options, being provided for each input phase; flame-retardant flexible cables sized according to the specifications of ABNT 15465 and NBR 5410, installations in all environments, embedded and suitable for each environment. flexible conductor of electrolytic copper wires, soft-annealed, insulation in thermoplastic polyvinyl PVC compound (105ºC) with special characteristics regarding non-propagation and self-extinguishing of fire; lighting. internal: recessed luminaires, slim LED ceiling type (110–240v) diffuse light, neutral white 4000k; in quantity adequate to the dimension and application of each environment in accordance with ABNT NBR 5413; emergency lighting: in each environment at least 01 LED luminaire 12v 7.5w with 30 SMD 5630 LEDs 0.25w crystal lens; external: 02 (two) LED floodlights 20w bivolt IP66 (water and dust resistant); plate-type switches in insulating thermoplastic, white finish or another color that harmonizes with the coating, 10 a – 250 v; 220-volt outlets, NBR 14136 standard with voltage identifier, insulating thermoplastic plates, modules with automatic terminals. external cable for connection to the public power grid: 01 (one) extension for electrical connection: developed for connection to the utility grid, manufactured with PP cable with 03 (three) conductors, double-layer insulation of flexible PVC compound with high mechanical resistance and flexibility, 25 m in length, one end with a male IP 67 waterproof sealed plug and clamp-type adapter for connection to the external electrical panel; auxiliary electrical system: a microprocessed stabilizer of the UPS type with automatic bivolt input shall be provided, meeting NBR 14373:2006, with: bicolor LED on the front panel; built-in on/off switch, resettable movable fuse; 220 VAC alternating-current system with minimum power of 2000 watts, for supplying the 220 VAC outlet network and 220 VAC lighting for emergency autonomy of notebooks and internet and network equipment; the system must also be prepared so that any electrical loads exceeding its capacity do not cause system failures; photovoltaic electrical system: a photovoltaic electrical system shall be provided consisting of at least 01 (one) 150 W solar panel; maximum power voltage (Vmp): 18.5 V; maximum power current (Im): 8.12 amps; panel with at least 36 polycrystalline silicon cells; tempered glass with low iron content, 3.2 mm anodized aluminum alloy; high efficiency up to 15.0%; polycrystalline cells with high transmission and textured glass; aluminum structure with greater corrosion resistance, must withstand wind loads of 2.4 kPa ensuring longer service life of the panels; must have a 30 Ah charge controller; must have an independent 12 V low-maintenance battery with minimum capacity of 70 Ah; must have autonomy to supply the unit’s conservation chambers for up to 4 hours; the battery must be located in a ventilated area isolated from the rear compartment and must be easily accessible for removal and maintenance; inspection and maintenance panel for the electrical/electronic system positioned in a single location; system with automatic shutdown protection and manual reset; must be charged by the external device via external power grid outlet, with smart charger adapted to the auxiliary battery, of at least 10 amperes; must have standard ABNT wire coding; all components of the electrical system and wiring must be easily accessible through the inspection panel for inspections and maintenance. The switches, indicator devices, and controls must be located and installed in a manner that facilitates removal and maintenance. The exterior fittings of lamps, switches, electronic devices, and fixed parts must be weatherproof and corrosion-resistant. The system must also be prepared so that any electrical loads exceeding its capacity do not cause system failures; prescriptions: the bidder shall present in its price proposal the brand and model, attach the preliminary system design and technical brochures of the supplier of the offered system, including images, description, characteristics, technical specifications clearly demonstrating the compatibility of the product; environment air-conditioning: in addition to containing an air-conditioning system for the driver’s cabin (factory original or installed by manufacturer-authorized company), it shall contain a second air-conditioning system for the rear compartment, must have the capacity necessary to supply and maintain clean air at the specified internal temperature level, and the design must comply with NBR 16401-1 (air conditioning) and/or other applicable standards; the system must have the capacity to maintain the internal temperature around 22ºC (+/- 2ºC) dimensioned for operation with all environments occupied at maximum capacity and with the quantity of electrical equipment in use in the unit; system composed of 01 (one) roof-mounted RV-type “recreation vehicles” air conditioner, suitable for mobile unit, without refrigeration ducts, for operation with the vehicle stationary and the engine turned off using external 220-volt electrical power, independent wiring harness and network with sealed connectors, being prohibited the installation of residential split-type or cassette-type air conditioners. Minimum nominal cooling capacity of the equipment: 15,000 BTUs. With wireless remote control. Rotary compressor. Molded scroll assembly that eliminates air turbulence that inhibits airflow, without air leaks. AES polymer UV-resistant cover with aerodynamic design. Powder-coated base tray with corrosion protection, industrial steel structure. Wireless remote control. Electrical power 115 V, 60 Hz. Approximately 3,500 watts. Energy consumption 300 mA max. Airflow (CFM), at high speed, 325 l/min. The air-conditioning system must have antiviral and antibacterial filter media for elimination of microorganisms upon contact with the filter; the bidder must present in the price proposal the brand and model of the offered material and attach to the technical qualification documents the antiviral efficacy tests proven by international ISO 18184 standard adapted to viral models and antibacterial efficacy proven by international JIS L 1902 standard; active air decontamination technology against microorganisms: to promote the biological safety of the unit against microorganisms such as bacteria and viruses (including COVID-19), an active air decontamination system shall be provided to promote disinfection of air and surfaces, being considered for all environments, shall provide air decontamination through oxidation induced by an ultraviolet light in the UV-C spectrum at a frequency of 254 nanometers on an alveolar surface impregnated with metals such as titanium dioxide, silver, and copper, in addition to a hydrophilic coating. The oxidants generated in this process shall be hydroxyl radicals, hydroperoxide radicals, superoxide ions, and hydrogen peroxide in gaseous state. The concentration of this gaseous compound, mainly hydrogen peroxide gas, shall not exceed 0.2 ppm (limit tolerated to promote environmental disinfection without causing damage to human health). Minimum durability of 17,000 hours of uninterrupted use. Electrical: 120–220 V; current 0.38 A @ 120 V; max power: 45 watts; operating temperature: -5°C to 55°C; coverage: up to 50 m² per unit. Requirements: the bidder shall present in its price proposal the brand and model, and attach technical brochures from the supplier of the offered system, including images, description, characteristics, technical specifications clearly demonstrating the product’s compatibility; present a technical capacity certificate from the system supplier; present efficiency validation studies from national official agencies; present an IPT (Institute of Technological Research) test report proving microorganism reduction reaching at least 80% reduction within 24 hours of operation; these documents must be submitted under penalty of disqualification, together with the technical qualification documents and commercial proposal, proving the link between the bidder, the adaptation company, and the supplier, with traceability for the process; data transmission (internet) and network infrastructure: 01 (one) router with the following characteristics: maximum speed on local wireless network of 150 Mbps; 01 standard RJ-45 Ethernet 10/100 Mbps PoE MDX/MDIX WAN port; 04 standard RJ-45 Ethernet 10/100 Mbps PoE MDX/MDIX LAN ports; 01 12 V DC power input; 01 power indicator – power supply; 01 CPU indicator – device operation; 01 WLAN indicator – wireless network operation; 01 WAN indicator – WAN port operation; 04 LAN indicators – LAN port operation; 01 (one) antenna (carrier signal reception); for long-range 2G/3G/4G internet connection with integrated high-gain directional antenna; unlocked to accept micro SIM cards from carriers; download speed of 70 Mbps; Ethernet connection for Wi-Fi router; 12 VDC power supply; frequency band technologies: 4G: 700, 850, 900, 1600, 1800, 1900, 2100 and 2600 MHz; 3G: 850, 900, 1900 and 2100 MHz; 2G: 850, 900, 1800 and 1900 MHz; product protected against UV rays and ingress of water and dust. RJ45 sockets model 4x2 (in the number of points required to connect the equipment specified in the project). 01 (one) digital video recorder; audio output: 1 RCA channel; support for at least 04 IP cameras with audio; supported audio compression G.711 and AAC; display: video outputs 1 HDMI and 1 VGA; supported resolutions on HDMI monitor 1: 1920 × 1080, 1280 × 1024, 1280 × 720; supported resolutions on HDMI monitor 2; number of channels displayed on screen: ¼; supported display resolutions: 6 MP, 5 MP, 4 MP, 3 MP, 2 MP (Full HD/1080p), 1 MP (HD/720p), D1, CIF¹; must have digital zoom, user account control with access permissions; file compression system H.265/H.264; supported recording resolutions: 6 MP, 5 MP, 4 MP, 3 MP, 2 MP (Full HD/1080p), 1 MP (HD/720p), D1, CIF; supported frame rate for recording per resolution: 6 MP, 5 MP, 4 MP, 3 MP, 2 MP (Full HD/1080p), 1 MP (HD/720p), D1, CIF all up to 30 frames; supported bit rate for recording: 40 Mbps; supported bit rate for recording: 40 Mbps; events/settings for recording: motion detection, masking, video loss. All programmable by schedule; simultaneous playback of up to 4 channels; storage: hard disk with maximum capacity of 12 TB, 1 SATA 3 HDD; 02 (two) fixed IP/IR cameras. Minimum specifications: IP dome camera; IK10 anti-vandalism protection; PoE power supply; must support micro SD card; H.265 compression standard; IP67 protection; image sensor 1/2.7” 2-megapixel CMOS; effective pixels 1920 (H) × 1080 (V); minimum illumination 0.08 lux/f2.0 (color, 1/3s, 30 IRE) 0.3 lux/f2.0 (color, 1/30s, 30 IRE) 0 lux/f2.0 (IR on); lens: focal length 2.8 mm; maximum aperture f2.0; field of view H: 112° / V: 60°; IR range 30 meters; IR LED wavelength 850 nm; maximum throughput 24 Mbps; maximum power consumption < 4.9 W; active PoE power supply (802.3af); maximum dimensions (H × Ø) 110 × 85 mm; maximum weight 380 g; hydraulic infrastructure: hydraulic structure developed for supplying faucets and equipment, network composed of single-layer flexible tubes (suitable for withstanding mechanical stresses of the structure without cracking or leaking), reinforced PVC fittings and carbon steel clamps; stainless steel sinks: AISI 304 high-gloss stainless steel with at least 300 mm circumference; clinical faucet: with elbow-operated lever for sink, movable spout with lever. Prevents cross-contamination. They have a ¼-turn ceramic mechanism in metal, making opening easier and providing greater durability due to being metal and compliant with NR-32 standard. Also recommended for people with motor difficulties, must comply with NBR-9050 standard; polyethylene tanks of 25 liters, one for clean water and the second for wastewater; automatic hydraulic pump for fresh water 2.9 GPM – 12 V, with automatic on/off activation to avoid maintenance; pressurization system for the hydraulic network so that the pump does not operate “repeated consecutive times”, maximizing its service life; point for clean water supply: reinforced PVC hose with internal polyester mesh threads, ø ¾”: 10 (ten) meters to be used for supply; point for disposal of used water: PVC hose with minimum ø 1”: 5 (five) meters to be used for disposal; level indicators with translucent hose: for clean water and wastewater; hydraulic connection hoses: hose – technical specification: the braided crystal hose shall be used, composed of an internal tube of flexible PVC (polyvinyl chloride), reinforced with a layer of polyester threads and external coating in flexible PVC (polyvinyl chloride); internal lining: composed of the bodywork structure and reinforcements in steel tubes of at least 40×40 mm with 1.2 mm wall, SAE 1010/1020, and 14-gauge SAE 1020 steel plates, thermal insulation and lining as follows; walls, ceiling and partitions shall be lined with 3 mm composite aluminum panels (ACM), with polyvinylidene fluoride (PVDF) resin over high-resistance aluminum and low-density polyethylene core / non-combustible mineral core. Material with self-cleaning properties, washable and resistant to cleaning and disinfection processes common to hospital surfaces, with flame-retardant characteristics, shall have Class II-A classification according to the specifications and standards of the Fire Department, through Technical Instruction No. 10/2011 – control of finishing and coating materials (CMAR); resistance to acids: 5% HCl for 240 hours; resistance to alkalis: 5% sodium hydroxide for 240 hours; oil resistance: 20% machine oil for 240 hours; walls (partitions) structured through steel tubes of at least 40x40mm with 1.2mm wall thickness SAE 1010/1020 coated in ACM; the surface shape shall promote the best use of internal space, conforming to the angles, curves and encompassing all columns and structural parts; panels shall have chemical resistance, low water absorption rate, dimensional stability, and high abrasion resistance. white color; the edges and internal joints shall be constructed in a way that avoids sharp formations, in order to increase safety and facilitate local cleaning. The interior shall be free of sharp corners, all edges must be rounded and/or beveled. Anything that constitutes a head obstruction and may be dangerous to people shall be avoided. The panels must be installed in such a way that no flexing, deflection, warping or vibration occurs; under the coating, thermal/acoustic insulation shall be provided in order to reduce the impact of external temperature inside the mobile unit, the thermal insulation shall be applied using polyurethane (P.U.) insulating boards with a minimum thickness of 30 mm and minimum density of 36 kg/m³, installed on the roof, sides (except windows), rear, between the external sheet and the internal coating; boards fixed with high-strength double-sided adhesive tapes, permanent bonding, compensates thermal expansion of integrated parts and ensures high mechanical performance; requirements: the bidder must present the brand and model of the offered material and attach to the technical qualification documents the technical brochures, including images, description, characteristics, technical specifications that clearly demonstrate product compatibility; flooring: 18mm marine plywood covered with high-traffic laminated flooring: marine plywood technical specification: selected wood veneers, overlaid in alternating directions, one by one in odd numbers, with face veneers in the same direction; face (external veneers) and core (internal veneers) of reforested pine; bonded together with phenolic WBP resin ISO 9001 certified, 100% waterproof: LD 380 g/m² and minimum solid content of 35 percentage points; pressed at an average temperature of 135ºC and specific pressure of 15 kg/cm². vinyl walkway: the floor covering must be resistant to high traffic with high-resistance material (high-resistance wood-finish laminate, for high traffic, resistance class AC5, with antibacterial protection, composed of high-density MDF substrate ~850 kg/m², two layers of decorative laminated paper on the upper surface with decorative and abrasion-resistance functions, and one layer on the back for dimensional stabilization of the planks. The upper face must have a transparent aluminum-oxide-loaded film to maintain abrasion resistance. Intermediate substrate composed of a high-density wood fiberboard, moisture-resistant for floor support and traffic resistance; the lower face must have a balance layer for protection of the laminated floor against moisture and to give greater dimensional stability preventing deformations. Planks with minimum thickness of 9mm and covering dimensions of approximately 291 mm in width by 1340 mm in length; on all 4 sides must have a self-locking (click) interlocking system between planks (male/female sides); due to vehicle torsion and flexion during transport, the flooring must be applied with contact adhesive; internal environments: a01 – pre-service area; a02 – vaccination room; furniture: furniture manufactured in multi-laminated plywood, selected wood veneers, overlaid in alternating directions, one by one in odd numbers, with face veneers in the same direction; face (external veneers) and core (internal veneers) of reforested pine; bonded together with phenolic WBP resin ISO 9001 certified, water resistant: LD 380 g/m² and minimum solid content of 35 percentage points; pressed at an average temperature of 135ºC and specific pressure of 15 kg/cm². With minimum thickness of 15 mm and 30 mm in structural parts, must be treated against fungus and termite attack, coated internally and externally with continuous high-pressure melamine laminate, thermo-moldable, allowing easy fabrication of rounded borders and corners, increasing impact resistance and preventing water infiltration by eliminating the need for edge tape in corners, hardware (hinges, slides, articulators) in steel with high-durability anti-rust treatment; note: the design of the furniture must contemplate its adequate positioning in the vehicle, aiming for maximum space optimization, equipment fixation, occupant safety (no sharp edges) and vehicle asepsis; must have a locking mechanism dispensing the use of latches; all shelves must have front stops of approximately 30mm to prevent materials from falling off when the vehicle is in motion; recessed aluminum handles; cabinet doors with combination lock. The design and arrangement of the cabinets must be approved by the contract execution committee before manufacturing begins. coverings in a color to be defined by the contracting party. a01 – pre-service area: 01 (one) service desk in plywood with high-pressure melamine coating, in a color to be defined by the contracting party, with chrome tubular support. The desktop must measure approximately 0.7m x 0.5m and have rounded corners. The desk height must be approximately 0.75m; 01 (one) overhead cabinet with upward-opening door operated by high-mechanical-resistance metal articulators, dispensing gas pistons; 01 (one) bench seat with internal storage: for at least 02 people, fixed to the floor and divider of the driver’s cabin; manufactured in marine laminated plywood, with rounded corners; seat and backrest upholstered and cushioned, coated in washable synthetic material in light gray color, seats with hinged lids, with the interior used as storage; 01 (one) chair with casters and open backrest – ex-01; divider between driver’s cabin and room area, manufactured in marine laminated plywood structure with high-pressure melamine coating; internal divider with passage area between environments, manufactured in aluminum tubular structure and marine laminated plywood with high-pressure melamine coating; an exhaust fan must be installed to circulate cold air between environments, spacing between dividers minimum 1300mm in the area; the passage between divided environments must have a hospital curtain with flame-retardant and antimicrobial, antifungal fabric, incorporated into the polymer of the fiber, ensuring that properties are not lost through washing, must have an upper ventilation mesh, and fabric in a color to be defined by the contracting party; requirements: the bidder must provide, with the commercial proposal, the reports attesting to the quality of the curtain raw material, analyzed and approved by independent laboratories, and must prove compliance with ANVISA (RDC 50), as well as international safety standards (NFPA 701) and ASTM G21 and DIN 75200 standards; closure on the access door structured in marine laminated plywood with high-pressure melamine coating on both faces with colorless acrylic door with metal handle, to prevent entry of hot air into the environment; a02 – vaccination room; environment with minimum total length of 2100mm between the central divider and rear closure panel; 01 (one) bench seat with internal storage: for at least 02 people, installed longitudinally on the side wall and fixed to the floor; manufactured in marine laminated plywood, with rounded corners; seat and backrest upholstered and cushioned, coated in washable synthetic material in light gray color, seats with hinged lids, with the interior used as storage; 01 (one) platform for fixation of conservation chambers, must have a large lower drawer for storage of operation materials, on the upper area of the conservation chambers there must be a foldable top; 01 (one) countertop with stainless steel sink and 01 lower cabinet to accommodate the wastewater tank, manufactured in plywood with internal and external finish in formica; 01 (one) overhead cabinet with upward-opening door manufactured in plywood with internal and external finish in formica; 01 (one) stool; 01 (one) stainless steel hand sanitizer holder; 01 (one) stainless steel liquid soap dispenser; 01 (one) stainless steel paper towel holder; 02 (two) 20L stainless steel trash bins; 01 (one) support for sharps disposal box; list of equipment item qty. description ex-01 01 chair with casters and open backrest; ex-02 08 folding chairs with padded seat and backrest; ex-03 01 fire extinguisher 4kg + metal support; ex-001 vaccine, blood-derivative, thermolabile conservation chambers; ex-05 01 TV 32”: HD with digital converter 2 HDMI inputs 1 USB input – external area; table A – annex 01 ex-01: 01 (one) chair with casters and open backrest; medium-back chair with casters. Seat shell and structural backrest components injected in PP, plywood seat base. Seat foam injected in high-density, high-resilience flexible polyurethane. Backrest made of open flexible mesh, polyester-based, in black color. Two-lever mechanism with tilt movement/permanent contact of the backrest. Gas lift column, in accordance with DIN 4550, with 120 mm stroke for seat-height adjustment, with telescopic cover for protection and finish. Swivel base, pyramidal, in nylon with fiberglass and 670 mm diameter. Casters in nylon with PU tread. With height-adjustable armrests, structured in steel plate, with polypropylene shroud and injected upper support. Minimum seat width of 475 mm and depth of 470 mm, minimum backrest width of 455 mm and height of 300 mm; manufacturer’s warranty against manufacturing defects of not less than 06 years for metallic structures with load-bearing function;
Requirements: must comply with ABNT NBR 13962:2018, test reports of dimensional, safety, usability, stability, strength, and durability of office chairs. The bidder shall present the brand and model of the offered material and attach to the technical qualification documents the technical brochures, including images, description, characteristics, technical specifications clearly demonstrating product compatibility, and warranty certificate;
ex-02: 08 (eight) folding chairs with padded seat and backrest – for waiting area under the awning; padded folding chair with reclining backrest, anatomical seat and back, padded with high-density foam (D-33 seat and D-28 backrest) with fabric covering. Structure with anti-rust protection, made of ¾” (19 mm) carbon steel tube with 1.2 mm wall, black epoxy-powder coating. Must have plastic end caps on the legs. Supported weight range: 100 to 120 kg. Minimum dimensions:
Open: width 43.5 cm, depth 54 cm and height 80 cm
Closed: width 43.5 cm, depth 7.5 cm and height 91 cm
ex-03: 01 (one) fire extinguisher of 4 kg + metal bracket; in the service area a standard ABC fire extinguisher of not less than 4 kg with metal bracket shall be provided; the extinguisher shall have a removable bracket so it can be placed in the external area near the outdoor service or at the entrance of consulting room C2;
ex-04: 02 (two) vaccine, blood-derivative, thermolabile conservation chambers; sized to store up to 2,600 vaccine doses;
Specifications: vaccine, blood-derivative, thermolabile conservation chamber. Controlled temperature between 2°C to 8°C. Conservation chamber of not less than 30 liters with viewing window. With uniform temperature by forced-air system, data logging for the entire conservation period and audible, visual, and written alarm system. Must have battery system coupled for 6 h autonomy. Equipment designed and developed in accordance with requirements established by the World Health Organization (WHO) and the National Health Surveillance Agency (ANVISA). With ISO 13485 and ISO 9001 quality system certification. Must have accredited technical assistance throughout the national territory.
Technical specifications: pre-adjusted temperature between +2°C and +8°C (controller allows selection of other working temperatures) with set-point adjustment. Temperature automatically controlled at 4°C by diathermic solution, indicating exactly the temperature of the stored product and not the air in the cabinet. In case of shutdown or power failure the system restores pre-selected parameters. Internal circulation system by forced air through internal fans with axial or radial blade (4 to 20’’) by directed diffuser system (impellent or repellent), embedded duct and vertical or horizontal grille for each drawer/shelf/rack with automatic ventilation cutoff control in case of door opening, maintaining temperature homogenization throughout the interior of the cabinet without causing vibrations.
External panel with easy access and visibility. LCD display with soft-touch keys and backlight, USB output for pendrive input and electronic programmable digital microprocessed thermostat with parameter adjustment through password and battery protection module. Internal LED light resistant to ambient humidity with automatic activation by door opening. Memory to record real-time temperature, maximum and minimum, and all chamber events directly on the panel. Maintains history with date and time with intervals programmable from 1 to 60 minutes (activated by key). Data are stored even in the absence of electrical power for full protection of the stored product. Reports with graphs of all events must be downloadable via pendrive through the USB port on the front control panel, in encrypted (tamper-proof) PDF and/or TXT, independent of computer or software.
Activation of audible, visual, and written alarms on the panel when chamber operates outside programmed temperatures (maximum or minimum), door open, power failure and low battery, equipped with rechargeable battery. It must be possible to silence audible and visual alarms with a single touch of any key on the panel (if the temperature remains outside the specified range, alarms resume after the pre-determined time). Must have electronic lock with programmable password; compressor unit integrated under the cabinet with cooling through hermetic AC or DC or AC/DC compressor of high performance and fast internal temperature recovery after loading the refrigerator. Must have durability for continuous operation and sealed unit with low consumption and ultra-silent operation, free of vibrations and environmentally friendly (CFC-free and using R134a gas). Must have photovoltaic power system via solar panel. Automatic dry defrost with condensate evaporation without interruption or loss of temperature and without additional work.
The equipment must be easy to use, must have a transversal and retractable handle to facilitate the transport of materials from one point to another, must have swivel casters and a door-open lock at 90 degrees for recharging or handling materials. The equipment must have a locking and coupling system for transport in the mobile unit, either original or with a project approved by the manufacturer of the chamber, in order to maintain the original warranty and ensure transport safety.
Prescriptions.
The bidder shall present the brand, model, and description of the offered material including the coupling and transport plan in the unit, and shall attach to the technical qualification documents the technical brochures, including images, description, characteristics, and technical specifications that clearly demonstrate the compatibility of the product; present registration with the Ministry of Health issued by ANVISA and Good Manufacturing Practices (GMP) certification in accordance with Resolution RDC 59 – National Health Surveillance Agency – ANVISA, from the manufacturer. The bidding company or implementing company, if not the manufacturer of the conservation chamber, shall present a letter of solidarity from the manufacturer, ensuring warranty compliance with authorization for implementation in a mobile unit, and shall present a network of accredited technical assistance; these documents shall be submitted together with the vehicle’s technical description under penalty of disqualification.
Ex-05: 01 (one) 32” Smart TV: HD with digital tuner, 2 HDMI inputs, 1 USB input – external area; an external support and 220V power outlet with protection for the external area shall be provided;
32” HD screen – resolution 1366x768; widescreen 16:9; 60Hz motion rate; HDR;
TV features: integrated DTV tuner; Smart TV features with voice recognition;
Sound power: 2 x 5 W;
01 LAN port (ethernet);
02 HDMI inputs;
01 USB input;
01 component/composite video input (Y/Video Pr/Pb);
01 stereo/mono audio input;
01 antenna/cable input;
Integrated Wi-Fi; Bluetooth.
Installation of equipment:
All installations must follow the requirements recommended by the equipment manufacturers and the applicable technical standards in force, so as not to compromise the original warranty of the equipment. The final installation project must be previously validated, providing for the fixing system, electrical sizing, and a transport plan for parts and equipment transported without permanent fixation (loose during operation) inside the unit.
Awning:
The unit shall have an awning installed on the right side, box type with manual operation; canvas in a color to be defined by the contracting party, made of high-tenacity polyester fabric, providing higher mechanical resistance, coated with a fully waterproof flexible PVC film, with antioxidant additive (reduces oxidation effects, increasing the durability of the canvas), ultraviolet-ray protection additive (reduces UV action, slowing color fading over time) and fungus-protection additive (inhibits mold formation and fungal proliferation).
Canvas waterproofed and sealed with elastic, single-component, low-modulus sealant, which cures with air humidity, polyurethane-based in white color (suitable for movement and connection joints in internal or external applications).
Structure with retractable arms, front bar with full coupling for canvas protection and articulated arms (the canvas shall not be visible when the awning is retracted; the arms remain stored inside an aluminum box, integral to the awning).
Metal parts and fairing with electrostatic painting in white color, crank handle with rod for opening and closing. Minimum projection of 2,500 mm.
The awning must be robust enough to withstand wind gusts of 29–39 km/h, designed in such a way that it meets the requirements of the wind resistance class specified in the CE conformity identification (Declaration of Conformity: Requirement EN 13561:2004 and tested for outdoor use. Wind resistance: Class 2).
Prescriptions:
The bidder shall present the brand and model of the offered material and attach to the technical qualification documents the technical brochures, including images, description, characteristics, and technical specifications that clearly demonstrate the compatibility of the product with the (Declaration of Conformity: Requirement EN 13561:2004 and tested for outdoor use. Wind resistance: Class 2).
Visual identification
Part of the supply scope includes the execution of the visual identification (wrapping) of the external area of the vehicle body for the mobile unit, covering 60% of the external area.
Minimum technical specification of graphics:
Partial wrapping, covering the hood, sides, and rear part of the vehicle, according to the artwork to be provided by the contracting party to the awarded company, with the following specifications:
Bodywork:
4-color digital printing on 3M Scotchal D5000 film, or superior model, for long-term application on surfaces with a high degree of curvature. Minimum warranty: 2 years in continuous outdoor use.
Side windows:
4-color digital printing on perforated adhesive vinyl for glazed surfaces 3M Scotchal 8173.
Lamination with protective film for advertising on glass 3M Scotchal 8914i transparent or superior model. Minimum warranty: 1 year in continuous outdoor use.
Procedures for applying adhesive films:
– Transformation technology: electronic cutting;
– Application: manual, following the manufacturer’s instructions;
– Cuts in all low-relief areas;
– Complete absence of sharp corners;
– No application of films on rubber areas;
– Use of heat blower over the entire film during application;
– Surface cleaned with water and detergent, followed by commercial degreaser;
– Application surface (vehicle paint) in perfect conditions for anchoring the paint/varnish to the metal;
– Application must be carried out in a covered and clean place (dust-free);
– Film drying (curing) time not less than 48 hours. Technical Qualification:
Technical prerequisites: upon delivery of the unit it will be mandatory to issue a new ART of the executed project; regarding CREA – Regional Council of Engineering and Architecture; to prove that the bidding company or the company responsible for the implementation and customization holds registration with CREA; to prove the CREA registration of the responsible mechanical engineer; to prove the employment or contractual link between the bidder or the company responsible for the implementation and customization and the responsible engineer, and such proof may be made through the following documents: Work and Social Security Card (CTPS) duly signed, updated Articles of Incorporation proving the professional’s participation in the company, or employment contract; to prove the link through ART of position and function with the respective registration of position and function at CREA; to present the technical portfolio of the professional, referring to the ART(s) (Annotation(s) of Technical Responsibility) listed in the process, through the CAT – Technical Portfolio Certificate of the professional, with registration of certificate, in compliance with Resolution No. 1.025 of October 30, 2009, of CONFEA, recorded in the CREA records – Regional Council of Engineering and Architecture. This professional will be the liaison between the contractor and the contracting party during the execution of the contract and must directly participate in the development of activities in all stages of the object in question;
Regarding the proposal:
The bidder must inform in the price proposal: the brand, model and version of the vehicle and the on-board equipment that make up the unit; must list in a single document all offered equipment and attach, with the qualification documents, the technical brochures from suppliers, including images, description, characteristics, technical specifications that clearly demonstrate the compatibility of the offered products, for the technical analysis by the committee; the simple transcription of the specifications contained in the terms of reference is prohibited;
Declaration that it will provide technical assistance for the vehicle, in the destination state, in an appropriate location, with qualified personnel and adequate equipment for the service;
In addition to the requirements of the item (air conditioning), the bidder must present: antiviral efficacy reports proven by the international ISO 18184 standard adapted to viral models, and antibacterial efficacy proven by the international JIS L 1902 standard;
In addition to the requirements of the item (active air decontamination technology against microorganisms) of the product specifications, the bidder must present:
– From the system supplier: validation study of efficiency by national official bodies;
– IPT (Institute of Technological Research) test report proving microorganism reduction reaching at least 80% reduction in 24 hours of operation;
In addition to the requirements of the item (vaccine, blood-derived products, thermolabile conservator chamber) of the product specifications, the bidder must present:
– Registration with the Ministry of Health issued by ANVISA and Good Manufacturing Practices (GMP/BPF) certificate according to Resolution RDC 59 – National Health Surveillance Agency – ANVISA, from the manufacturer of the offered equipment.
– The bidding company or implementing company, if not the manufacturer of the conservator chamber, must present a letter of solidarity from the manufacturer ensuring compliance with the warranty, with authorization for implementation in a mobile unit, and present the accredited technical assistance network; these documents must be presented together with the technical description of the vehicle, under penalty of disqualification;
In addition to the requirements of the item (awning) of the product specifications, the bidder must present:
– Declaration of conformity: requirement EN 13561:2004 and tested for outdoor use. Wind resistance: class 2.
Preliminary project:
The bidder must submit, with the qualification documents, a preliminary project, at least in A3 format, considering floor plan, elevations and sections. Electrical distribution plan, electrical diagram with preliminary project of photovoltaic panels, for technical analysis by the committee; the project must be signed by the responsible engineer;
CAT and CCT:
– Submit CAT – Certificate of Compliance with Traffic Legislation issued by DENATRAN, for the vehicle offered in the “motorhome” category;
– Submit CCT – Technical Capacity Certificate issued by INMETRO, for the vehicle offered in the “motorhome” category;
Subcontracting:
If subcontracting of the implementation/customization is necessary, the bidder must prove contractual link through a service provision contract with a legally recognized firm. Technical documents will be accepted, such as certificates, declarations, attestations from the subcontractor.
Note: the bidder who does not prove eligibility, either by failing to present any required documents, or by presenting them in disagreement with what is established in this notice, will be disqualified. Diligences may be carried out to verify the authenticity and compliance of the presented documents.