Light mixed cargo and passenger vehicle, adapted for mobile dental care unit – utility van type, new (0 km) – manufacturing year 2023 model 2023 or later, with all mandatory equipment required by the current national traffic code. Basic characteristics: air conditioning; power steering; mechanical gear shift operated by manual lever; driver’s seat with height and inclination adjustment; external mirrors with internal electric adjustment; 12 V outlets in the cabin; steel structure and body 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 1,500 kg; minimum GVW: 3,500 kg. Rear-wheel drive. Front suspension independent, with stabilizer bar or transverse spring. Rear suspension: the vehicle shall be equipped with compatible sets of springs, stabilizer bar or tubular rigid axle. Components shall have sizing that exceeds the load imposed on each member. For better drivability quality, the vehicle springs shall have the lowest deflection. Only corrections approved by the chassis manufacturer will be allowed to compensate improper deflections beyond the allowed tolerances. Corrections due to imbalance will not be allowed. Technical characteristics: diesel engine S50/S10 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, shall have the same brand, model and dimensions and 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: engine splash guard; digital AM/FM radio and MP3 with USB connection and speaker system for the 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 power windows (front doors). Licensing: the vehicle shall be delivered licensed with first registration in the name of the contracting party.
technical specifications of the mobile dental care unit:
technical documentation for the unit project.
CAT – Certificate of Compliance with Traffic Legislation
CCT – Technical Capacity Certificate
– Corporate registration certificate
– Professional registration certificate with CREA
– Technical responsibility certificate and corporate entity at CREA
CAT CREA – Technical Record Certificate
ART – Technical Responsibility Annotation
ABNT NBR – 5410/2005: low-voltage electrical installations;
NBR – 13570/1996: electrical installations in places of public gathering – specific requirements
NR – 10: safety in electrical installations and services
NBR – 5419/2015 – lightning protection system.
ABNT NBR 15465 (electrical conduits);
ABNT NBR NM 60868 (circuit breakers);
ABNT NBR 8995-1 (lighting);
ABNT NBR 16401-1 (air conditioning);
ABNT NBR 15465 and NBR 5410 (electrical – flexible cables);
ISO 18184 adapted to viral models;
International standard JIS L 190: antimicrobial efficacy;
IPT report – Technological Research Institute
internal adaptation: shall be developed for dental care with climate-controlled environment. The equipment shall be designed to promote service with microbiological safety in the internal environment as established in the terms of reference, developed in accordance with the requirements established by the National Health Surveillance Agency (ANVISA).
electrical infrastructure – electrical structure: developed for powering internal equipment with 220 volts, external power supply through the utility company in the low-voltage network, being: 110 volts single-phase and 220 volts two-phase;
electrical control: 01 (one) electrical control unit composed of SPD (surge protection device) and electrical protection device for the user, protection against indirect contacts by automatic disconnection of the supply, ensured by residual-current devices and bipolar thermal circuit breakers against short-circuits and overloads, special silver contacts, which complies with NBR NM 60868 standard, working voltage 220 V, frequency 60 Hz, ambient temperature -20°C, +50°C, protection degree IP 20, panel IP and DIN 35 mm rail mounting, surface-mounted socket IP 67, sealed waterproof, to receive the connection cable to the public grid, secondary control panel (not stabilized), composed of shielded-type input (main) bipolar protection circuit breaker, curve and power according to the energy demand of each socket and within ABNT standards, for simultaneous, partial or total shutdown of the system; consumption, voltage and frequency visualization system, with reference to the input energy options, being provided for each input phase; flame-retardant flexible cables, sized in accordance with ABNT 15465 and NBR 5410 specifications, installations in all environments, embedded and appropriate for each environment. Flexible conductor of electrolytic copper wires, soft temper, insulated with thermoplastic polyvinyl compound PVC (105ºC) with special characteristics of non-propagation and self-extinguishing of fire;
internal lighting: recessed luminaires, LED slim ceiling type (110–240 V) diffuse light, neutral white 4000 K; in adequate quantity for the dimension and application of each environment in accordance with ABNT NBR 5413;
emergency lighting: in each environment at least 01 LED 24 V 7.5 W luminaire with 30 SMD 5630 0.25 W LEDs with crystal lens.
external: 02 (two) LED 20 W floodlights, bivolt, IP66 (water and dust resistant)
plate switches in insulating thermoplastic, white finish or another color harmonizing with the coating, 10 A – 250 V; 220-volt sockets, NBR 14136 standard with voltage identifier, insulating thermoplastic plates, modules with automatic terminals.
external cable for connection to public electrical grid: 01 (one) extension for electrical connection: developed for connection to the utility network, made with PP cable 03 (three) cores, double-layer insulation of flexible PVC compound with high mechanical resistance and flexibility, 25 m in length, one end with male plug IP 67 sealed waterproof and clamp-type adapter for connection to the external electrical panel;
environment climate control: besides an air conditioning system for the driver’s cabin (factory original or installed by manufacturer-approved company), a second air conditioning system shall be provided for the rear compartment, with necessary capacity to supply and maintain clean air at the specified internal temperature level; the system must have the capacity to maintain the internal temperature between 22 and 24 degrees Celsius when the external temperature is 40º Celsius with the doors closed; roof air conditioner type RV “Recreation Vehicles”, suitable for mobile unit, without cooling ducts, for operation with vehicle parked and engine off using external 220-volt electrical power, independent wiring harness and network and sealed connectors; installation of residential split or cassette type air conditioners is forbidden. Minimum nominal cooling capacity 15,000 BTUs. With wireless remote control. Rotary compressor. Molded scroll assembly that eliminates air turbulence that inhibits airflow, without air leaks. AES polymer cover UV-resistant, 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. Power consumption 300 mA max. Airflow (CFM), at high speed, 325 l/min.
the air conditioning system must have antiviral and antibacterial filter mat for elimination of microorganisms in contact with the filter; the bidder shall 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 the international ISO 18184 standard adapted to viral models and antibacterial efficacy proven by the international JIS L 1902 standard;
active air decontamination technology against microorganisms: to promote 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, it 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 must be hydroxyl radicals, hydroperoxide radicals, superoxide ions, and hydrogen peroxide in the gaseous state. The concentration of this gaseous compound, mainly hydrogen peroxide gas, must not exceed 0.2 ppm (tolerated limit to promote environmental disinfection without causing harm 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, including images, description, characteristics, technical specifications that clearly demonstrate product compatibility; present a test report from IPT (Technological Research Institute) proving reduction of microorganisms reaching at least 80% reduction within 24 hours of operation; these documents shall be submitted with proof of linkage with the company supplying the technology and with the bidder, ensuring full compliance with the prerequisites of proposal, supply, and warranties.
Data transmission (internet) and network infrastructure:
01 (one) router with the following characteristics: minimum speed on local wireless network of 300 Mbps; 01 RJ-45 Ethernet port 10/100 Mbps PoE MDI/MDIX – WAN; 04 RJ-45 Ethernet ports 10/100 Mbps PoE MDI/MDIX – LAN; 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 technology:
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 4x2 outlets (in the quantity required for connection of equipment specified in the project).
Hydraulic structure developed to supply faucets and equipment, network composed of flexible braided crystal hose made of internal tube of flexible PVC (polyvinyl chloride), reinforced with a layer of polyester threads and external coating in flexible PVC (polyvinyl chloride); suitable to withstand mechanical stresses without cracking or leakage; reinforced PVC fittings and carbon steel clamps.
Stainless-steel sinks: polished stainless-steel sinks manufactured in 304 stainless steel, 0.7 mm thickness, satin finish, smooth edges, and minimum depth of 14 cm; 04 round sinks with minimum diameter of 300 mm for asepsis, and 01 rectangular sink 400 mm x 340 mm (approx.), for cleaning instruments and operational materials.
Clinical faucets: 01 professional-use unit, chrome finish, countertop type with elbow-operated handle, eliminating manual contact and preventing cross-contamination; movable spout faucet with directional outlet and removable flow regulator; must comply with NBR 5626 and NBR-9050; ½” connection; approximate dimensions: height 28.5 cm, total depth 18 cm, width 4 cm.
Polyethylene tanks of 25 liters: one for clean water and one for wastewater.
Clean water supply point: reinforced PVC hose with internal braided polyester mesh Ø ¾”: 10 (ten) meters to be used for filling.
Wastewater disposal point: PVC hose with minimum Ø 1”: 10 (ten) meters to be used for disposal.
Level indicators with translucent hose: for clean water and wastewater.
01 (one) self-pressurized hydraulic pump, marine type, with pressure switch, for fresh water, minimum 2.9 GPM / 11.0 liters per minute, outlet pressure 40 psi (2.7 bar), minimum vertical lift 1.8 m, current 5.0 amperes – 12 V.
Hydraulic connection hoses: braided crystal hose composed of an internal tube of flexible PVC (polyvinyl chloride), reinforced with polyester threads and external coating in flexible PVC.
Internal lining: composed of the vehicle body structure and reinforcements in steel tubes minimum 30x30 mm with wall thickness 1.2 mm SAE 1010/1020 and 14-gauge SAE 1020 steel plates; thermal insulation and lining as follows:
Walls, ceiling, and partitions shall be covered with aluminum composite panels (ACM) with 3 mm thickness, PVDF (polyvinylidene fluoride) resin over high-strength 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; must have Class II-A classification according to specifications and standards of the Fire Department, Technical Instruction No. 10/2011 – Control of Finish and Coating Materials (CMAR).
Acid resistance: 5% HCl for 240 hours;
Alkali resistance: 5% NaOH for 240 hours;
Oil resistance: 20% machine oil for 240 hours.
Partitions structured through steel tubes at least 30x30 mm with wall 1.2 mm SAE 1010/1020 coated in ACM.
The surface shape shall promote optimal internal space use, conforming to angles, curves, and involving all columns and structural parts; panels shall have chemical resistance, low water absorption rate, dimensional stability, and high abrasion resistance. Color white.
Edges and internal junctions shall be constructed to avoid sharp formations, increasing safety and facilitating cleaning. The interior shall be free of sharp corners; all edges must be rounded and/or beveled. Anything that constitutes head obstruction and may pose danger to people must be avoided. Panels shall be installed so that no flexing, deflection, warping, or vibration occurs.
Beneath the lining, thermal/acoustic insulation shall be provided to reduce the impact of external temperature inside the mobile unit. Thermal insulation shall be applied using PU (polyurethane) boards with minimum 30 mm thickness and minimum density 36 kg/m³, installed in the roof, sides (except windows), rear, between the outer sheet and the internal lining; boards fixed with high-resistance solvent double-sided adhesive tapes, permanent adhesion, compensating for thermal expansion of integrated parts and ensuring high mechanical performance.
Requirements: the bidder shall present the brand and model of the offered material and attach to the technical qualification documents brochures including images, description, characteristics, technical specifications demonstrating clear product compatibility.
Flooring: 18 mm marine plywood covered with vinyl runner.
Marine plywood – technical specification: selected wood veneers, superimposed in alternating direction, one by one in odd number, with outer veneers aligned in the same direction; outer layer (capas) and core (inner veneers) of reforested pine; bonded with phenolic resin WBP ISO 9001 certified, 100% waterproof: LD 380 g/m² and minimum solids content of 35%; pressed at average temperature 135°C and specific pressure of 15 kg/cm².
Vinyl runner – technical specification: high-performance material, minimum 1.6 mm, semi-flexible, vinyl tiles reinforced with quartz, homogeneous marbled composition throughout its thickness, ensuring color and pattern throughout product life. The wear surface receives factory treatment with three layers of high-quality metallized emulsion giving soft gloss on the smooth surface – making maintenance easier and cheaper. The underside has a fine rough texture for better adhesion to the subfloor.
Internal environments:
A01 – Dental care room;
A02 – Technical area.
Furniture manufactured in multilayer plywood, selected wood veneers superimposed alternately, one by one in odd number, outer and inner veneers in reforested pine; bonded with phenolic resin WBP ISO 9001 certified, water-resistant: LD 380 g/m² with minimum solids content of 35%; pressed at 135ºC under 15 kg/cm². Minimum thickness 15 mm and 30 mm in structural areas; must be protected against fungi and termites; coated internally and externally with continuous high-pressure melamine laminate, thermo-moldable to allow rounded edges and corners, increasing resistance to impacts and water infiltration by eliminating edge banding; hardware (hinges, slides, articulators) in steel with anti-rust treatment of high durability and resistance.
Note: The furniture design must consider proper positioning inside the vehicle, maximizing space, securing equipment, ensuring occupant safety (no sharp edges), and vehicle asepsis; must include locking mechanism without requiring latch; all shelves must have front guards approx. 30 mm to prevent objects from falling during vehicle movement; recessed aluminum handles; cabinet doors with combination lock. The design and arrangement of cabinets must be approved by the contract execution committee before manufacturing begins.
A01 – Dental care room:
Partition between driver’s cabin and room, made of marine laminated plywood coated in ACM; access door closure in marine laminated plywood coated with ACM on both sides with acrylic door and metal handle to prevent entry of hot air mass into the environment.
01 (one) counter in marine plywood coated in formica, with space for two asepsis sinks, 01 compartment with doors, drawers, and compartment for 80 L mini-fridge;
01 (one) overhead cabinet with sliding doors in marine plywood coated in formica.
Equipment:
01 (one) dental chair; built in solid steel, anticorrosive treatment and coated in high-impact polystyrene; wide upholstery with lumbar support, mounted on rigid structure covered with high-resistance injected polyurethane, laminated seamless coating, non-toxic and flame-retardant with easy-fix system; electromechanical lifting system driven by low-voltage (24 V) soft-start motor-reducer; integrated electronic system, low voltage (24 V); supply voltage 127 or 220 V ~ 50/60 Hz; anatomical headrest, removable, bi-articulated, height-adjustable, with anterior, posterior and longitudinal movements, lever-lock system; ambidextrous.
01 (one) cart-type dental unit with up to 5 terminals; technical specs: mounted on four casters with polyurethane tread, comprising 01 triple syringe, 01 high-speed handpiece connection with spray, 01 low-speed handpiece connection without spray.
01 (one) dental reflector; technical specs: multifaceted mirror with multicoating treatment. Double mirror protection in resistant transparent material. Bilateral handle-type grips allow isolation, preventing cross-contamination. Head made of resistant material with 620° rotation; intensity: 8,000 to 25,000 lux (tolerance +/- 20%). Ambidextrous.
01 (one) auxiliary unit with suction; technical specs: composed of 01 air-operated saliva ejector; deep removable bowl with strainer for solids retention; water flow regulator system; water unit and bowl tilting 90°, allowing mobility for assistant proximity to operative field; translucent 1000 ml reservoirs; ambidextrous.
01 (one) vacuum pump; capacity for 01 dental office; 1/3 HP; electronic control; motor RPM: 1755–60 Hz; maximum air flow: 150 L/min; water consumption: 0.30 L/min; maximum vacuum: 330 mmHg / 12.92 inHg; sweep timer.
01 (one) autoclave; technical specs: power supply 127/220 V~ (with reversing switch); frequency 50/60 Hz; electrical protection: fuses; power 1600 VA / nominal current 12 A; pressure tank: aluminum; door sealing ring: silicone; electronic system: microcontrolled (time and temperature); water: manual insertion with measuring cup; trays and support: aluminum; overpressure protection: safety seal; underpressure protection: anti-vacuum valve; monitoring: pressure/temperature gauge; control panel front-mounted (operation/command keys); door opening: depressurization lever system; 12 L.
01 (one) round stool; technical specs: anatomical backrest with proximity adjustment; sturdy base with 5 casters; resistant upholstery with adequate density; net weight: 7.6 kg.
01 (one) dental compressor; technical specs: oil-free; power 1.20 HP (850 W); motor frequency 60 Hz; rotation speed 1750 RPM; air flow (effective): 220 L/min (7.8 CFM); noise level 54 dB(A)/1 m; power supply 127 V or 220 V – single-phase; reservoir capacity 40 L.
01 (one) academic kit; composed of:
01 (one) micromotor;
01 (one) contra-angle;
01 (one) straight handpiece;
01 (one) high-speed handpiece.
Equipment requirements: the bidder must present brand, model and description of the offered material and attach to technical qualification documents brochures including images, description, characteristics, technical specifications demonstrating clear compatibility; present registration with the Ministry of Health issued by ANVISA and Good Manufacturing Practices (GMP) certificate under RDC 59 – National Health Surveillance Agency – ANVISA.
If the bidding or implementing company is not the manufacturer of dental equipment, it must present manufacturer’s letter of solidarity regarding warranty fulfillment, with authorization for implementation in mobile unit; documents must be submitted together with the technical description of the vehicle under penalty of disqualification.
Accessories:
01 (one) mini-fridge minimum 76 liters;
01 (one) fire extinguisher + metal bracket;
01 (one) stainless-steel hand sanitizer holder;
01 (one) stainless-steel liquid soap holder;
01 (one) stainless-steel paper towel holder;
01 (one) 5 L stainless-steel waste bin.
A02 – Technical area; internal partition between environments, made of tubular structure coated in ACM, minimum 35 mm thickness; area designated for installation of the unit’s electrical control and compressor, accessible through the vehicle’s rear doors.
Installation of equipment: all installations must follow the requirements recommended by equipment manufacturers and the applicable technical standards, so as not to compromise original equipment warranty. The final installation project shall be previously validated, providing for a fastening system, electrical sizing, and a transport plan for parts and equipment transported without permanent fastening (loose during operation) inside the unit; external area – awning: an awning shall be 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, which provides greater mechanical resistance, and coated with a fully waterproof flexible PVC film, with an antioxidant additive (reduces oxidation effects, giving greater durability to the canvas), ultraviolet-ray additive (reduces the action of ultraviolet rays, delaying color fading over time), and antifungal 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 total coupling for canvas protection and articulated arms (the cover canvas shall not be visible when the awning’s structure is retracted, with the arms stored inside an aluminum box, integral part of the awning). Metal parts and fairing with electrostatic painting in white color, crank with rod for opening and closing. Minimum projection of 2,500 mm. The awning shall be robust enough to withstand wind gusts of 29 to 39 km/h, designed in such a way that it meets the wind-resistance class requirements specified in the CE conformity identification (declaration of conformity: EN 13561:2004 requirement and tested for outdoor use. Wind resistance: Class 2).
Requirements: the bidder shall present the brand and model of the offered material and attach to the technical qualification documents technical brochures, including images, description, characteristics, and technical specifications that clearly demonstrate the compatibility of the product with (declaration of conformity: EN 13561:2004 requirement and tested for outdoor use. Wind resistance: Class 2).
Visual identification. Part of the supply scope is the execution of visual identification of the vehicle’s external body for the mobile unit, covering 60% of the external area. Minimum technical specification of graphic design: partial wrapping, applied on the hood, upper front area above the windshield, sides, and rear section of the vehicle, according to the artwork to be provided by the contracting party to the contractor, with the following specifications:
Bodywork: four-color digital printing on 3M Scotchcal D5000 film, or a superior model, for long-duration application on surfaces with a high degree of curvature. Minimum warranty: 2 years in continuous external use.
Procedures for applying adhesive films – transformation technology: electronic cutting; application: manual, following the manufacturer’s instructions; cuts in all low-relief regions; complete absence of sharp edges; no application of films on rubber regions; use of heat gun over the entire film during application; cleaning the surface with water and detergent, followed by commercial degreaser; application surface (vehicle paint) in perfect anchoring condition of paint/varnish to the metal; application must be performed in a covered and clean location (free of dust).
Technical qualification: CREA – Regional Council of Engineering and Architecture; proof that the bidding company or the company responsible for implementation and customization is registered with CREA; proof of CREA registration of the responsible mechanical engineer; proof of linkage between the bidder or company responsible for implementation and customization with the responsible engineer, which may be provided through the following documents: employment and social security booklet (CTPS) duly signed, updated articles of incorporation proving the professional’s participation in the company, or employment contract; proof of linkage through ART of position and function with the respective position and function registration at CREA; present the professional’s technical record, proving prior experience in executing mobile health units, through the CAT – Technical Record Certificate of the professional, with registered attestation, in compliance with Resolution No. 1.025 of October 30, 2009, from CONFEA, which appears in CREA’s records; this professional shall serve as liaison between the contractor and the contracting party during contract execution and shall directly participate in all stages of the object in question.**
Additionally, the bidder shall designate an architecture professional with experience in hospital/clinic architecture projects and/or mobile health units; the designated technical professional responsible for developing the internal architectural layout (architect responsible for developing internal environments of the unit – internal layout) must be registered with CAU – Regional Council of Architecture and Urbanism and prove previous experience through a technical record certificate issued by CAU.
Regarding the proposal: the bidder shall inform in the price proposal the brand, model, and version of the vehicle and the onboard equipment; shall list in a single document the offered equipment, technical brochures from suppliers, including images, ANVISA registration number according to equipment specification and requirements, description, characteristics, technical specifications that clearly demonstrate the compatibility of the offered products; simple transcription of the specifications from the terms of reference is forbidden. Declaration that technical assistance will be provided for the vehicle in the destination state, in an appropriate location, with adequate staff and equipment for the service.
In addition to the requirements of the item (climate control), the bidder shall present: reports of antiviral efficacy proven by ISO 18184 international standard adapted to viral models and antibacterial efficacy proven by JIS L 1902 international standard; preliminary system design indicating the equipment composing the system.
In addition to the requirements of the item (active air decontamination technology against microorganisms) of the product specifications, the bidder shall present:
– validation study of efficiency by national official bodies;
– IPT (Technological Research Institute) test report proving microorganism reduction reaching at least 80% reduction within 24 hours of operation;
– these documents shall be submitted with proof of linkage with the adapting company and bidder, ensuring full compliance with proposal, supply, and warranty prerequisites.
In addition to the requirements of the item (dental and medical equipment) of the product specifications, the bidder shall present:
– registration with the Ministry of Health issued by ANVISA and Good Manufacturing Practices (GMP) certificate in accordance with Resolution RDC 59 – National Health Surveillance Agency – ANVISA, of the manufacturer;
– the bidding or implementing company, if not the manufacturer of the dental equipment, must present a letter of solidarity from the manufacturer regarding warranty fulfillment, with authorization for implementation in a mobile unit; these documents shall be submitted 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 shall present:
– declaration of conformity: EN 13561:2004 requirement and tested for outdoor use. Wind resistance: Class 2.
Preliminary project: submit with qualification documents a preliminary project in 3D, considering floor plan, elevations, and sections, as well as electrical diagram for technical analysis by the committee; the project must be signed by the responsible engineer.
CAT and CCT: submit CAT – Certificate of Adequacy to 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 implementation/customization is necessary, the bidder must prove linkage through a service provision contract with notarized signatures. Technical documents from the subcontractor such as certificates, attestations, declarations will be accepted.
Note: the bidder who does not prove qualification, whether by not presenting any required documents or by presenting them in disagreement with this notice, shall be disqualified. Diligences may be performed to verify the authenticity and compliance of the documents submitted.