Covid 19 Tenders
Caraga Regional Hospital Tender
Healthcare and Medicine
Philippines
Closing Date2 Apr 2025
Tender AmountPHP 1.7 Million (USD 30.7 K)
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2025-04-01 (18) Supply And Delivery Of Various Supplies For Respiratory Care Unit (rcu) Approved Budget For The Contract: Php 1,760,000.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy 2025 Raf / Gaa Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of One Million Seven Hundred Sixty Thousand Pesos Only ( ₱ 1,760,000.00 ) As To Payment Under The Contract For Supply And Delivery Of Various Supplies For Respiratory Care Unit (rcu). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding To Wit: Line Item No. Description Qty Unit Of Measurement Unit Cost Total Cost 1 Ram Cannula For Neonate Large Size 3 50 Pcs ₱ 4,000.00 ₱ 200,000.00 2 Ram Cannula For Neonate Extra Small Size 0 50 Pcs ₱ 4,000.00 ₱ 200,000.00 3 Ram Cannula For Neonate Medium Size 2 50 Pcs ₱ 4,000.00 ₱ 200,000.00 4 Ram Cannula For Neonate Small Size 1 50 Pcs ₱ 4,000.00 ₱ 200,000.00 5 Expiratory Valve Set With Cover And Membrane For 3n1 Adult, Pedia And Neonate Compatible For Mindray Sv300 20 Pcs ₱ 48,000.00 ₱ 960,000.00 Grand Total ₱ 1,760,000.00 Terms Of Reference Terms Of Delivery: 25 Calendar Days Upon Receipt Of The Notice To Proceed Delivery Schedule: One Time Delivery Expiration: Minimum Of Two (2) Years Expiry Upon Delivery Terms Of Payment. Payment Shall Be Made Upon Complete Delivery. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. Bid Evaluation/post-qualification During The Evaluation And Post – Qualification Stage, The Twg And Bac Shall Consider The Previous Findings From The Product Quality Assurance Evaluation Report. This Includes Incorporating Assessments Of Product Quality, Performance And Suitability. During The Actual Product Sampling Evaluation, The Bidder’s Representative Shall Be Present. The Product Presented Should Demonstrate “excellent” Performance, As Defined By The Twg And The End-user Based On The Pqae. This “excellent” Mark Signifies That The Product Meets The Needs And Expectations Of Both Medical Experts And The End-user, As Determined Through The Actual Product Samples And Previous Performance Evaluation. In Addition To The Evaluation Process, A Product Demo Or Sample Is Strongly Recommended Particularly For Products That Are New, Unfamiliar To The Twg And End-user. The Bidder Shall Comply The Post-qualification Requirements Set By The Procuring Entity Especially During Product Demonstration Or Requiring For A Product Sample On A Given Schedule. Failure To Comply Shall Be Ground For Post-disqualification. The Procuring Entity Shall Require The Bidder To Deliver A Product Sample Or Demo To Caraga Regional Hospital Vicinity. Additionally, The Procuring Entity May Have Preferences Regarding How This Hospital Can Find Reliable And Easily Accessible Procedures During The Post-qualification Phase. Consequently, During This Phase, The Bidder Must Always Be Ready To Comply With Any Requirements Or Standards Made By The Procuring Entity. Validity Of The Contract / Contract Termination Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: A. When The Total Quantity Specified In The Contract Has Been Exhausted; Or B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. Repeat Order: 1. No Repeat Order For An Item In Contract Being Awarded Shall Be Allowed Until After The Procuring Entity Has Exhausted The Estimated Quantity For The Same Item Specified Therein Or After The Contract Has Expired, Whichever Comes First, And Subject To The Conditions Provided In Section 51 Of Ra 9184 And Its Irr. For This Purpose, The Repeat Order Shall Be Availed Of Only Within Six (6) Months From The Date Of The Last Of Final Delivery Order Contract For A Specific Item Where The Estimated Quantity Has Been Exhausted, Or The Expiration Of The Contract. 2. In Case Repeat Order Is Allowed And Resorted To, The Twenty-five (25%) Maximum Allowable Quantity Shall Be Based On The Total Quantity Of Awarded Item. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specification And Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Section 23.4.1.3.(ra 9184). The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent (25% ) Of The Abc To Be Bid. Slcc Must Be Within 5 Years From The Submission Of Bids. (based On The Completion Date). The Single Largest Completed Contract (slcc) Shall Be The Same Or Similar In Nature (like Rental Of Equipment, Medical Equipment), As Determined And Defined By The Bids And Awards Committee ( Bac ). For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 28, 2025 To April 01, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference March 13, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/81960614541?pwd=ud9xy6cv1kblgmqi3fvohyo6y85uwj.1 Meeting Id: 819 6061 4541 Passcode: 543252 Deadline Of Submission Of Bids April 01, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids April 01, 2025 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/86256152783?pwd=uun12o6aqaeiwn4kgpphvjnibwmpfl.1 Meeting Id: 862 5615 2783 Passcode: 786962 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1tzsaqqi61wrriaopp4unnrpz4yfc4bl9?usp=drive_link Bidding Documents Php 5,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Philippine Bidding Documents Can Be Accessed In The Philgeps And All Form And Part Of This Invitation To Bid, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents E. Other Documents Essential Documents Required By This Procuring Entity And Ra 9184 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before April 01, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On April 01, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 9. The Crh Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore, Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link: Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 (086) 826-9058 Mobile Nos: Globe: 0953-9212-832 / Smart: 0985-0508-783 E-mail Address: Crhprocurement.bac@gmail.com Fb Page: Caraga Regional Hospital – Bids And Awards Committee Approved By: (sgd) Fermarie C. Dulpina, Rmt, Mpa, Jd Chief Health Program Officer Chairman, Bids And Awards Committee
Philippine Commission On Women Tender
Others
Philippines
Closing Date15 May 2025
Tender AmountPHP 995 K (USD 17.8 K)
Details: Description A. Rationale In 2015, The Philippine Commission On Women (pcw), As The National Machinery For Gender Equality And Women’s Empowerment, Proposed The Accelerating The Implementation Of The Magna Carta Of Women For Inclusive Development And Empowerment Or Aimwide. Since The Implementation Of The Magna Carta Of Women (mcw) In 2009, Pcw Had Seen The Following Developments: (1) Increased Demand For Technical Assistance From Various Government Instrumentalities; (2) Increased Pcw Membership In Committees And Subcommittees At International And Subnational Levels; (3) The Need For Sector-based/program-level Review And Monitoring And Implementation Of The Gender And Development (gad) Plan And Budget; (4) The Outcome Of The Great Women Project 1, Which Demonstrated The Value Of Regional/local Government Unit Engagement; (5) The Rationalization Plan In 2007 Was Inadequate To Meet Mcw Demands; And (6) The Need To Closely Monitor The Philippine Standing In The World Economic Forum’s Gender Gap Index. The Department Of Budget And Management Specifically Authorized The Creation Of The Sectoral Coordination Division And The Provision Of 21 Additional Positions And The Regularization Of The Deputy Executive Director For Operations Position. However, The Proposal To Have Field Offices In Five Areas, Namely: North Luzon (regions I, Ii, Iii, And Car), South Luzon (regions Iva, Ivb, Ncr, And V), Visayas (regions 6, 7, And 8), North Mindanao (regions X, Xi, And Xii), And South Mindanao (regions Ix, Xiii, And Armm) Was Not Yet Approved By Dbm. Following This, The Technical Services Division Had Absorbed Only The Role Of Regional Coordination In The Meantime. During The 2020 Budget Hearing, Senator Risa Hontiveros Had Proposed An Additional Budget Of Php 20,000,000.00 As Part Of Her Congressional Initiatives To Be Used For The Establishment Of A Pilot Field Office In Northern Mindanao. This Also Followed The Proposition That The Benefits Of The Mcw Should Be Made More Evident And More Felt By Women And Men In Communities, Necessitating That The Provision Of Technical Assistance On And Monitoring Of The Use Of The Gad Budget Be Strengthened At The Local Level. Due To The Limited Budget, Pcw Opted To Forego The Establishment Of The Field Offices In Luzon Since Pcw Has Its Office Located In The National Capital Region. The Visayas Office Was Also Considered Due To Having The Highest Incidence Of Violence Against Women And Children, Specifically In Region Vii; However, Due To Covid-19 Cases, It Might Not Have Been Easy To Travel. Mindanao Was The Option, With North Mindanao Being Chosen For Easier Facilitation As It Also Had Relatively Better Peace And Security Compared To South Mindanao. In 2021, The Philippine Commission On Women-north Mindanao Field Office (pcw- Nmfo). Was Established. Based In Cagayan De Oro City, The Nmfo Covered The Geographical Area Of Region 9 (zamboanga Peninsula), Region 10 (northern Mindanao), And Region 13 (caraga). The Field Office, Through Closer Coordination With Agencies And Lgus At The Subnational Level, Aims To Localize The Magna Carta Of Women By Influencing The Gender Mainstreaming Initiatives And Providing Gad-related Technical Assistance To Regional Line Agencies And Lgus. As The Nmfo Has Been Operational For Five Years, An Impact Assessment Report Is Necessary Not Only To Document Its Effectiveness, Outcomes, Challenges, And Recommendations For Future Initiatives But Also Its Contribution To Promoting Gender Equality And Women’s Empowerment In The Covered Regions, Considering As Well Nmfo’ Strategic Direction In Alignment With The Pcw’s Strategic Plan For 2024– 2029.the Report Will Demonstrate Accountability To Stakeholders, Provide Evidence Of The Office's Contribution To Regional Development And Showcase Pcw’s Capacity To Operate A Field Office And Demonstrate Potential For Replication In Other Regions. To Ensure A Comprehensive, Objective, And Methodologically Sound Assessment Of The Office's Performance And Contributions, The Engagement Of An External Consultant Is Deemed Necessary. A Consultant Brings In An Independent Perspective, Technical Expertise, And The Capacity To Design And Implement Robust Evaluation Tools That Will Capture Both Qualitative And Quantitative Dimensions Of Impact. This Will Help Validate The Office’s Achievements And Identify Areas For Growth, While Minimizing Internal Bias In The Reporting Process. B. General And Specific Objective/s The Engagement Of The Consultant Aims To Produce An Impact Assessment Report On The Past Activities And Interventions Of Nmfo, Spanning Fy 2021-2025. Specifically, The Engagement Will Result In The Following: 1) Demonstrated The Economic, Social, And Developmental Impact Of Nmfo’s Programs, Projects, And Activities Over The Past Five Years Through Comprehensive Outcome Evaluations. 2) Highlighted Key Achievements And Pinpointed Gaps Where Interventions Fell Short, With In-depth Analysis Of Enabling And Constraining Factors. 3) Validated The Effectiveness, Relevance, And Sustainability Of Implementation Methodologies, Strategies, And Approaches In Meeting Client Needs. 4) Confirmed The Sustainability And Long-term Benefits Of Nmfo’s Programs, Projects, And Activities To Its Clients And Stakeholders. 5) Assessed The Support Provided By The Pcw Central Office, Including Its Strength And Areas For Improvements. 6) Analyzed The Opportunities And Threats Within Nmfo’s Programming Environment To Inform Strategic Visioning And Planning. 7) Established The Cost-effectiveness And Value For Money Of Nmfo Operations By Analyzing The Use And Allocation Of Financial, Human, And Material Resources. 8) Generated Practice-based, Evidence-driven Recommendations To Inform The Design And Alignment Of Future Programs, Strategies, And Policy Decisions. 9) Documented Critical Lessons Learned Throughout Implementation, Offering Insights To Enhance Future Program Design, Execution, And Monitoring Frameworks. C. Scope Of Work The Engagement Of A Consultant Will Be Responsible For Compiling And Analyzing Data, Writing A Detailed Impact Report, And Providing Actionable Recommendations Based On Nmfo’s Activities, Outcomes, And Key Lessons Learned Over The Past 5 Years. The Impact Assessment Report Will Serve As A Key Document For Program Evaluation And Strategic Planning For The Future. The Consultant Will Undertake The Following Tasks: Data Collection And Analysis 1. Gather Data From The Three Covered Regions Of The Nmfo (region 9: Zamboanga Peninsula, Region 10: Northern Mindanao, And Region 13: Caraga), Including From The Pcw Main Office Located In The National Capital Region (ncr). 2. Conduct Desk Review Of Project Documents, Previous Reports, Monitoring And Evaluation Data, And Other Relevant Materials Related To The Activities Of Nmfo; 3. Design Focus Group Discussion (fgd) And Key Informant Interviews (kii) Tools For Data Gathering; 4. Conduct Interviews With Key Stakeholders, Including Pcw Officials And Staff From The Central Office, Former And Current Nmfo Staff, Clients, And Partners; 5. Organize Fgd With Program Participants, Community Leaders, And Other Relevant Parties; 6. Analyze Quantitative And Qualitative Data To Evaluate Program Impact, Effectiveness, And Relevance; 7. Review Monitoring And Evaluation Reports, Assessing Program Performance Against Set Targets; Writing Of The Impact Assessment Report 8. Develop A Structured Report That Includes The Following Sections: A. Executive Summary - A Concise Summary Of Key Findings And Recommendations B. Introduction - Background Of The Project And Purpose Of The Report C. Methodology - Description Of The Data Collection And Analysis Methods Used. D. Findings - Detailed Analysis Of Program Outcomes, Including Successes, Challenges, And Impact On Clients. E. Lessons Learned - Key Insights That Can Inform Future Interventions. F. Recommendations - Actionable Recommendations For Improving Operations, Programs Or Scaling Up Initiatives G. Annexes - Supporting Documents, Data Tables, And Supplementary Information. Presentation Of Findings 9. Organize A Session To Present The Draft Report To Key Stakeholders For Feedback And Validation. D. Approved Budget Cost And Basis For Costing The Overall Budget For The Consultant Is Nine Hundred Ninety Five Thousand Pesos (php 995, 000.00), For Six (6) Months Subject To Mandatory Government Taxes And Chargeable Against The Gaa Fund With The Following Breakdown: Items/coverage Of Expense Unit No. Of Units Cost Per Unit Total Cost I. Personnel Cost - Research Team (40%) Lead Researcher Pax 1 Php 100,000 Php 100,000 Research Assistants Pax 2 50,000 100,000 Field Researcher / Enumerators Pax 5 20,000 100,000 Data Analyst / Statistician Pax 1 70,000 70,000 Writer / Editor Pax 1 30,000 30,000 Subtotal 400,000 Ii. Travel And Field Work Expenses (20%) Transportation (land- Air, Van Rental/fuel) Lot 1 80,000 80,000 Accommodation And Per Diem Pax X Days 5 Pax X 12 Days 1,500 90,000 Field Supplies Lot 1 30,000 30,000 Subtotal 200,000 Iii. Data Gathering Tools And Materials (5%) Printing Of Research Tools (survey Forms, Fgd Guides, Etc.) Lot 1 15,000 15,000 Software Licences (e.g. Nvivo, Zoom) License 1 20,000 20,000 Communication Allowance Lot 1 10,000 10,000 Subtotal 45,000 Iv. Meetings, Workshops And Consultations (10%) Stakeholder Consultations Sessions 4 15,000 60,000 Validation Workshop Sessions 1 40,000 40,000 Subtotal 100,000 V. Report Production And Dissemination (10%) Layout Design 20,000 20,000 Printing & Reproduction Pcs 150 250 37,500 Dissemination Forum / Presentation 42,500 42,500 Subtotal 100,000 Vi. Administrative Cost (10%) Overhead Lump Sum 1 100,000 100,000 Contingency Cost Lump Sum 1 50,000 50,000 Subtotal 150,000 Over All Total 995,000.00 The Nmfo Impact Assessment Consultant Will Be Engaged For Six (6) Months From June 1, 2025 To November 30, 2025. Payment Of Contract Shall Be Made In Three (3) Tranches Following This Schedule: Payment Schedule Required Outputs/services Timeline 1st Tranche: (20% Of The Total Budget) Upon Submission And Issuance Of A Certificate Of Acceptability For The Following: Research Proposal That Includes The Proposed Workplan And Data Collection Tool And Methodology, And The List Of Respondents/stakeholders, As Approved By Pcw June 1-30, 2025 2nd Tranche: (50% Of The Total Budget) Upon Submission And Issuance Of A Certificate Of Acceptability For The Following: Desk Review Results And Highlights Of The Stakeholders’ Consultations / Key Informant Interview Results And The Initial Draft Of The Impact Assessment Report July 1- September 30, 2025 3rd Tranche: (30% Of The Total Budget) Upon Submission And Issuance Of Certificate Of Acceptability For The Final Impact Assessment Report. Submission Of Final Nmfo Impact Assessment Report Incorporating The Inputs And Comments Of The Management Committee On Or Before November 30, 2025 October 1- November 30, 2025 The Professional Fee Of The Consultant Is Inclusive Of The Budget For Travel Expenses, Incidental Expenses, Insurance And Other Expenses That May Be Incurred Within The Period Of Engagement. The Consultant Will Not Be Entitled To Any Payments Other Than Those Agreed And Provided Above. The Period Of Engagement Will Be From June 1, 2025 To November 30, 2025 Or A Total Of Six (6) Months. E. Minimum Qualification/s The Consultant Shall Have The Following Qualifications: 1) Master’s Degree Or Higher In Social Sciences And Other Allied Courses, Sociology, Anthropology, Psychology, Development Studies; Political Science; Public Administration/management; And Other Disciplines Relevant To The Post. 2) Minimum Of Six (6) Years Of Work Experience In Public Sector Research With A Deep Understanding Of Program And Services Related To Women’s Human Rights, Including Gender And Development. 3) At Least Five (5) Years Of Experience In Gender Equality And Women's Empowerment Programming, Policy Analysis, Or Related Areas. 4) Excellent Communication And Facilitation Skills. 5) With Good Track Record In Effectively Organizing And Leading A Research Team, Ensuring Collaborative Work Processes And The Timely Delivery Of High-quality Outputs Within Established Deadlines. 6) Should Be Registered With The Philippine Government Electronic Procurement System (philgeps) As A Legitimate Service Provider. F. Professional Fees And Terms Of Payment The Pcw-nmfo Impact Assessment Consultant Shall Be Paid A Consultancy Fee Of 995,000.00 For A Minimum Of Six Months Subject To Applicable Mandatory Withholding Taxes. G. Working Conditions And Arrangements The Pcw Nmfo Impact Assessment Consultant Shall Coordinate Directly With The Pcw-nmfo During The Entire Period Of The Engagement And Shall Attend Meetings As May Be Necessary, Either Through Online Platforms Or Face-to-face Settings. He/she Is Expected To Coordinate And Work Closely With The Supervising Gad Specialists And Will Be In Direct Supervision Of The Executive Director To Ensure The Completion And Submission Of The Required Outputs And Services Stipulated In This Tor.
Caraga Regional Hospital Tender
Food Products
Philippines
Closing Date1 Jul 2025
Tender AmountPHP 9.5 Million (USD 168.9 K)
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2025-07-01 (33) Supply And Delivery Of Various Meat And Poultry Supplies Under Single-year Framework Agreement - Rebid Approved Budget For The Contract: Php 9,560,110.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy 2025 Raf / Gaa Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Nine Million Five Hundred Sixty Thousand One Hundred Ten Pesos Only ( ₱ 9,560,110.00 ) As To Payment Under The Contract For Supply And Delivery Of Various Meat And Poultry Supplies Under Single-year Framework Agreement - Rebid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding As Framework Agreement List. This Is A Lot Bid. Line Item No. Description Qty Unit Of Measurement Unit Cost Total Cost 1 Dressed Chicken Whole, Fresh, Approx, 1 - 1.2 Kg. 9,200 Kilo 270.00 2,484,000.00 2 Pork Pigue, Fresh And Firm, No Foul Odor 7,537 Kilo 430.00 3,240,910.00 3 Pork Ribs, Fresh 870 Kilo 455.00 395,850.00 4 Beef Loin, Fresh 4,140 Kilo 600.00 2,484,000.00 5 Chicken Wings, Fresh 801 Kilo 275.00 220,412.50 6 Chicken Breast, Fresh 2,672 Kilo 275.00 734,937.50 Grand Total ₱ 9,560,110.00 Terms Of Reference Daily Delivery To Caraga Regional Hospital With No Additional Transportation Cost With Temperature Control ≤5°c Before And During Delivery With Complete Regulatory Requirements And Accreditation (nmis/lgu Mis; Health Certificates And Sanitary Permit) The Following Meat Products (pork, Chicken, Beef) Must Be Pre-cut According To Set Standard Yielding: Pork 10 Cuts/kilo, Chicken Whole 8 Cuts/kilo, Beef 12 Cuts/kilo For Patient And 10/cuts/kilo For Doctors. Subject To Revision, Any Modification Will Be Communicated Terms Of Delivery: 7 Calendar Days Upon Receipt Of Call-off Delivery Schedule: End-user’s Demand Through Call-off This Procurement Is Under Framework Agreement - Single-year Framework Agreement. This Procurement Is Lot Bid – Single Lot And Awarded In One Contract. The Bidder Shall Bid On All Items In One Lot. Terms Of Payment: Payment Shall Be Made Upon Complete Delivery Per Call-off. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. Post-qualification The Bidder Shall Comply The Post-qualification Requirements Set By The Procuring Entity Especially During Product Demonstration Or Requiring For A Product Sample On A Given Schedule. Failure To Comply Shall Be Ground For Post-disqualification. The Procuring Entity Shall Require The Bidder To Deliver A Product Sample Or Demo To Caraga Regional Hospital Vicinity. Additionally, The Procuring Entity May Have Preferences Regarding How This Hospital Can Find Reliable And Easily Accessible Procedures During The Post-qualification Phase. Consequently, During This Phase, The Bidder Must Always Be Ready To Comply With Any Requirements Or Standards Made By The Procuring Entity. Validity Of The Contract / Contract Termination Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: A. When The Total Quantity Specified In The Contract Has Been Exhausted; Or B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. Repeat Order: 1. No Repeat Order For An Item In Contract Being Awarded Shall Be Allowed Until After The Procuring Entity Has Exhausted The Estimated Quantity For The Same Item Specified Therein Or After The Contract Has Expired, Whichever Comes First, And Subject To The Conditions Provided In Section 51 Of Ra 9184 And Its Irr. For This Purpose, The Repeat Order Shall Be Availed Of Only Within Six (6) Months From The Date Of The Last Of Final Call-off. 2. In Case Repeat Order Is Allowed And Resorted To, The Twenty-five (25%) Maximum Allowable Quantity Shall Be Based On The Total Quantity Of Awarded Item. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specification And Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent (25%) Of The Abc To Be Bid. Slcc Must Be Within 5 Years From The Submission Of Bids. (based On The Completion Date). The Single Largest Completed Contract (slcc) Shall Be The Same Or Similar In Nature, As Determined And Defined By The Bids And Awards Committee ( Bac ). For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 05, 2025 To July 01, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference June 19, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/81782932618?pwd=l0oobket3pvldpua2c7ngxptrjckfm.1 Meeting Id: 817 8293 2618 Passcode: 245637 Deadline Of Submission Of Bids July 01, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids July 01, 2025 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/87116677576?pwd=8jy65ma3xkdahqeak8vspg6tbie1pk.1 Meeting Id: 871 1667 7576 Passcode: 180528 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1btfc2pafucutr9xvjtbmh7362qa3tlji?usp=drive_link Bidding Documents Php 10,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Philippine Bidding Documents Can Be Accessed In The Philgeps And All Form And Part Of This Invitation To Bid, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents E. Framework Agreement Guidelines F. Framework Agreement Lists G. Other Documents Essential Documents Required By This Procuring Entity And Ra 9184 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before July 01, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On July 01, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 9. The Crh Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore, Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link: Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 (086) 826-9058 Mobile No: Smart: 0985-0508-783 E-mail Address: Crhprocurement.bac@gmail.com Fb Page: Caraga Regional Hospital – Bids And Awards Committee Approved By: (sgd) Fermarie C. Dulpina, Rmt, Mpa, Jd Chief Health Program Officer Chairman, Bids And Awards Committee
Caraga Regional Hospital Tender
Food Products
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 4.7 Million (USD 82.3 K)
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2025-03-05 (09) Supply And Delivery Of Catering Services Under Single-year Framework Agreement – Rebid ( Lot 2: Catering, Venue And Accommodation ) Approved Budget For The Contract: Php 4,724,000.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy2025 Internally Generated Fund (igf) Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Four Million Seven Hundred Twenty Four Thousand Pesos Only ( Php 4,724,000.00 ) As To Payment Under The Contract For Supply And Delivery Of Catering Services With Accommodation And Venue Under Single-year Framework Agreement – Rebid ( Lot 2: Catering, Venue And Accommodation ). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding As Framework Agreement List. Lot 2 Catering Services With Venue And Accomodation 1 Lot 4,724,000.00 4,724,000.00 Bid Amount Shall Not Exceed To The Abc Of Its Unit Cost Of Per Meal/snack A. Meals 4,915 Pax 600.00 I. Rice Ii. One (1) Vegetable Or Noodles/canton Iii. Meat (2) ( Pork Or Beef Or Chicken) Iv. Seafood (1) V. Soup (1) Vi. Dessert (1) Vii. Drinks (1) B. Snacks ( Am And Pm ) 9,830 Pax 150.00 I. Preferably Nutrient Dense C. Room Accomodation 120 Days 2,500.00 Total 4,724,000.00 Specification Requirements The Bidder Shall Comply The Following Terms And Conditions: 1. Has A Track Record Of At Least One (1) Year Experience In Catering Services 2. Has Adequate And Appropriate Equipment For The Different Types Of Occasions Such As Tables And Chairs, Table Cloths, Table Napkins, Food Warmers, Water Dispensers, Plates, Cups And Saucers, Spoons And Forks, Table Knives, Etc. Which Shall Be Green Environment Friendly. 3. Has An Existing Venue That Can Accommodate At Least 300 Participants At A Time. In The Event That The Venue For The Requested Date For The Activity Is Not Available, The Caterer/bidder Must Ensure That They Can Provide An Alternate Venue Within Surigao City. 4. Amenable To Catering 4,915 Participants Within The Duration Of The Contract. 5. Has An Existing Hotels Or Inns Within Surigao City, And Is Amenable To Provide 120 Days Of Accommodation For 2 To 3 Pax Per Room Upon Request Within The Contract Duration. 6. Complies With The Sanitation Requirements Such As Sanitary Permits And Licenses, Health Certificates Of Food Handlers Who Practice Proper Hand Washing, Wearing Of Gloves, Masks, Hairnets. 7. Has Readily Available Transport Vehicles For Proper Handling / Transport Of Foods 8. Implements Proper Sanitation, Cleanliness And Waste (leftovers And Used Utensil) Disposal Collection After Activities Provides Trash Bins Or Trash Bags 9. Capable Of Decorating Mess Hall, Preparing Complete Table Set-up And Implementing Proper Table Skirting 10. Has An Adequate Number Of Personnel Who Are Trained For Food Preparation, Hall Arrangement, Table Setting And Serving 11. All Serving Staffs Have Appropriate / Standard Attires They Shall Wear During Catering 12. Open For New Suggestions To Improve Delivery Of Services 13. Has The Required Standard Catering Equipment To Maintain Food Freshness And Quality 14. Can Provide Any Of The Following Free Flowing Beverages During The Entire Activity; A. Water And Coffee Accompanied By Sugar, Creamer, And Artificial Sweeteners, Or B. Water And Tea, Or C. Water And Hot Choco Or Alike 15. Capable Of Catering Food In The Form Of Buffet Or Set/packed Meals In Recyclable Or Biodegradable Food Packaging , Depending On The Requirement Of The End-user 16. Can Provide Buffer Equivalent To At Least 10% Of The Total Quantity Per Order 17. Shall Submit Menu Options Once Contract Is Awarded, If There Are New Menu To Be Offered, The Caterer Shall Submit The Updated Menu. 18. In Case Of Spoilage, The Caterer Should Be Amenable To: A. Replace Spoiled Food Immediately B. The Total Cost Of The Spoiled Food Will Be Deducted From The Total Contract Price. C. Outright Cancellation Of Contract, Depending On The Gravity Of The Intervention. 19. In Case Of Food Poisoning The Following Will Be Acted Upon: A. Outright Cancellation Of The Contract B. The Caterer Shall Shoulder The Expenses In The Hospitalization / Medical Treatment Of Those Persons Affected. 20 In The Event That The End-user Or The Host Team Will Request For An Additional Menu, This Will Be Deducted To The Contract. 21. The Crh ( Procuring Entity ) Shall Notify The Caterer The Activity To Be Conducted In The Preceding Month, Every 20th Day Of The Month. 22. A Call-off Will Be Served To The Caterer 7 Calendar Days Before The Actual Date Of The Said Activity. 23. Every Successful Call-off / Activity Shall Be Processed For Payment. Technical Specification / Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Section 23.4.1.3.(ra 9184). The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent ( 25% ) Of The Abc. Slcc Must Be Within 5 Years From The Submission Of Bids. (based On The Completion Date). The Single Largest Completed Contract (slcc) Must Pertain To Catering Services Or A Similar Nature Of Work, As Determined And Defined By The Bids And Awards Committee ( Bac ). For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2024 To On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference February 18, 2025 At 9:00 A.m.. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/82826580393?pwd=ryo0lanpd3o9z53cnnlpcbn7m1aofo.1 Meeting Id: 828 2658 0393 Passcode: 574458 Deadline Of Submission Of Bids March 05, 2025 At 10:00 A.m. Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids March 05, 2025 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/86971366624?pwd=ycv4bqchytr9v8yuodavxuywlgl3t7.1 Meeting Id: 869 7136 6624 Passcode: 507671 Complete Philippine Bidding Documents Link For The Complete Sets Of Philippine Bidding Documents (pbds): Https://drive.google.com/drive/folders/1m2vbgdjgxx1eoy72hqcckvpungqo9v90?usp=sharing Amount Of Bidding Documents: Php 5,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Phlippine Bidding Documents Can Be Accessed In The Philgeps And All Form And Part Of This Invitation To Bid, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents E. Framework Agreement Guidelines F. Framework Agreement Lists G. Other Documents Essential Documents Required By This Procuring Entity And Ra 9184 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before March 05, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On March 05, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 9. The Crh Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link : Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 Direct Line: (086) 826-9058 Mobile Nos. 09850508783 (smart/tnt) 09539212832 (globe/tm) E-mail Address: Crhprocurement.bac@gmail.com Approved By: (sgd) Atty. Ma. Flordelin T. Ensomo, Cpa Attorney Iv Chairman, Bids And Awards Committee
City Of Bais Tender
Food Products
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 999.6 K (USD 17 K)
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Food Supplies And Materials To Be Used During The In-house Training (student-athletes) On February 18 To March 4, 2025 At Bais City, School Division Of Bais City, Viz: Item Approved Budget For The Contract (abc) Pr No. 61-25 Php 999,689.50 1 55 Sacks Rice (50 Kgs Per Sack) 2 4950 Packs Milk Powder (33g Pack) 3 10000 Pieces Assorted Biscuits/crackers, 10 Pieces Per Pack 4 10 Packs Pure Monosodium Glutamate, Umami Seasoning (11g X 18 Pcs.) 5 10 Packs All-in-one Seasoning (8g X 16 Pcs.) 6 12 Boxes Pork Broth Cubes (10g X 6 Pcs.) 7 12 Boxes Chicken Broth Cubes (10g X 6 Pcs.) 8 10 Kgs. Rock Salt (1 Kg Per Pack) 9 12 Packs Cornstarch (1 Kg Pack) 10 6 Packs Bread Crumbs (1 Kg Pack) 11 120 Trays Eggs (30 Pcs/tray) Xl 12 500 Containers Mineral Water Refill (20 L Per Container) 13 8 Tanks Lpg Gas 11 Kg (refill Only) 14 12 Cans Black Beans 180 G 15 12 Sachets Banana Blossom (sachet) 16 24 Sachets Oyster Sauce 405 G 17 12 Packs Raisins (250 G/pack) 18 8 Kgs. Garlic (kg.) 19 8 Kgs. Red Onion (kg.) 20 8 Kgs. Red/green Bell Pepper (kg) 21 6 Kgs. Green Chili/siling Haba (kg) 22 12 Kgs. Carrots (kg) 23 12 Kgs. Potato (kg) 24 12 Kgs. Baguio Beans (kg) 25 12 Kgs. Sayote (kg) 26 12 Kgs. Apara (kg) 27 12 Kgs. Cabbage (kg) 28 12 Packs All Purpose Cream (250 Ml/pack) 29 12 Cans Pineapple Tidbits, 432 G/can 30 2 Kgs. Whole Black Pepper (kg) 31 2 Kgs. Ground Black Pepper (kg) 32 1 Kgs. Laurel Leaves (kg) 33 12 Kgs. Green Peas (kg) 34 12 Kgs. White Beans (kg) 35 3 Kgs. Ginger (kg) 36 6 Kgs. Tomato (kg) 37 6 Bundles Spring Onion (bundle) 38 12 Kgs. Kalamansi (kg) 39 8 Containers Cooking Oil (4 Gallons/container) 40 6 Gallons Soy Sauce (3.785 L/gallon) 41 3 Gallons Vinegar (3.785 L/gallon) 42 150 Bundles Firewood (bundle) 43 365 Kgs. Pork (kg) 44 220 Kgs. Ground Pork (kg) 45 365 Kgs. Dressed Chicken Choice Cuts (kg) 46 10500 Pcs. Ripe Banana Lakatan/bulungan 47 140 Kgs. Fish (kg) 48 48 Packs Longganisa (1 Kg/pack) 49 80 Packs Jumbo Hotdog (1 Kg/pack) 50 80 Packs Sweet/cooked Ham (1 Kg/pack) 51 40 Packs Chicken Loaf (1 Kg/pack) 52 1 Sacks Mung Beans (monggo, Sack) 53 20 Packs Sotanghon (1 Kg/pack) 54 12 Packs Pancit Canton (1 Kg/pack) 55 12 Gallons Banana Catsup (2 Kg/gallon) 56 12 Packs Tomato Paste (1 Kg/pack) 57 6 Packs Clear, Lemon-lime Flavored Soft Drink 1.5 L (pack Of 12) 58 12 Kgs. Brown Sugar (kg) The Approved Budget For The Contract Is To Be Taken From Special Education Fund (sef). Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On January 28, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera Sao /oic-cbo Chair, Bids And Awards Committee
Caraga Regional Hospital Tender
Food Products
Philippines
Closing Date27 May 2025
Tender AmountPHP 9.5 Million (USD 171.6 K)
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2025-05-27 (31) Supply And Delivery Of Various Meat And Poultry Supplies Under Single-year Framework Agreement Approved Budget For The Contract: Php 9,560,110.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy 2025 Raf / Gaa Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Nine Million Five Hundred Sixty Thousand One Hundred Ten Pesos Only ( ₱ 9,560,110.00 ) As To Payment Under The Contract For Supply And Delivery Of Various Meat And Poultry Supplies Under Single-year Framework Agreement. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding As Framework Agreement List. This Is A Lot Bid. Line Item No. Description Qty Unit Of Measurement Unit Cost Total Cost 1 Dressed Chicken Whole, Fresh, Approx, 1 - 1.2 Kg. 9,200 Kilo 270.00 2,484,000.00 2 Pork Pigue, Fresh And Firm, No Foul Odor 7,537 Kilo 430.00 3,240,910.00 3 Pork Ribs, Fresh 870 Kilo 455.00 395,850.00 4 Beef Loin, Fresh 4,140 Kilo 600.00 2,484,000.00 5 Chicken Wings, Fresh 801 Kilo 275.00 220,412.50 6 Chicken Breast, Fresh 2,672 Kilo 275.00 734,937.50 Grand Total ₱ 9,560,110.00 Terms Of Reference Daily Delivery To Caraga Regional Hospital With No Additional Transportation Cost With Temperature Control ≤5°c Before And During Delivery With Complete Regulatory Requirements And Accreditation (nmis/lgu Mis; Health Certificates And Sanitary Permit) The Following Meat Products (pork, Chicken, Beef) Must Be Pre-cut According To Set Standard Yielding: Pork 10 Cuts/kilo, Chicken Whole 8 Cuts/kilo, Beef 12 Cuts/kilo For Patient And 10/cuts/kilo For Doctors. Subject To Revision, Any Modification Will Be Communicated Terms Of Delivery: 7 Calendar Days Upon Receipt Of Call-off Delivery Schedule: End-user’s Demand Through Call-off This Procurement Is Under Framework Agreement - Single-year Framework Agreement. This Procurement Is Lot Bid – Single Lot And Awarded In One Contract. The Bidder Shall Bid On All Items In One Lot. Terms Of Payment: Payment Shall Be Made Upon Complete Delivery Per Call-off. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. Post-qualification The Bidder Shall Comply The Post-qualification Requirements Set By The Procuring Entity Especially During Product Demonstration Or Requiring For A Product Sample On A Given Schedule. Failure To Comply Shall Be Ground For Post-disqualification. The Procuring Entity Shall Require The Bidder To Deliver A Product Sample Or Demo To Caraga Regional Hospital Vicinity. Additionally, The Procuring Entity May Have Preferences Regarding How This Hospital Can Find Reliable And Easily Accessible Procedures During The Post-qualification Phase. Consequently, During This Phase, The Bidder Must Always Be Ready To Comply With Any Requirements Or Standards Made By The Procuring Entity. Validity Of The Contract / Contract Termination Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: A. When The Total Quantity Specified In The Contract Has Been Exhausted; Or B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. Repeat Order: 1. No Repeat Order For An Item In Contract Being Awarded Shall Be Allowed Until After The Procuring Entity Has Exhausted The Estimated Quantity For The Same Item Specified Therein Or After The Contract Has Expired, Whichever Comes First, And Subject To The Conditions Provided In Section 33 Of Ra 12009 And Its Irr. For This Purpose, The Repeat Order Shall Be Availed Of Only Within Six (6) Months From The Date Of The Last Of Final Call-off. 2. In Case Repeat Order Is Allowed And Resorted To, The Twenty-five (25%) Maximum Allowable Quantity Shall Be Based On The Total Quantity Of Awarded Item. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 12009 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specification And Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent (25%) Of The Abc To Be Bid. Slcc Must Be Within 5 Years From The Submission Of Bids. (based On The Completion Date). The Single Largest Completed Contract (slcc) Shall Be The Same Or Similar In Nature, As Determined And Defined By The Bids And Awards Committee ( Bac ). For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 12009, Otherwise Known As The “new Government Procurement Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 5, 2025 To May 27, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference May 13, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/85618121226?pwd=ttdjwprk8db40l5zb3v15asu4ggvuw.1 Meeting Id: 856 1812 1226 Passcode: 568917 Deadline Of Submission Of Bids May 27, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids May 27, 2025 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/88133633303?pwd=putgsat5anfabgwiyxbn6uwiapk1jk.1 Meeting Id: 881 3363 3303 Passcode: 089241 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1cds-7xoxuq6m3wvkhugaxv6dtfbntqwk?usp=sharing Bidding Documents Php 10,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Philippine Bidding Documents Can Be Accessed In The Philgeps And All Form And Part Of This Invitation To Bid, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents E. Framework Agreement Guidelines F. Framework Agreement Lists G. Other Documents Essential Documents Required By This Procuring Entity And Ra 9184 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before May 27, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On May 27, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 12009 And Other Applicable Laws, Rules And Policy. 9. The Crh Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 70 Of Ra 12009 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore, Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link: Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 (086) 826-9058 Mobile No: Smart: 0985-0508-783 E-mail Address: Crhprocurement.bac@gmail.com Fb Page: Caraga Regional Hospital – Bids And Awards Committee Approved By: (sgd) Fermarie C. Dulpina, Rmt, Mpa, Jd Chief Health Program Officer Chairman, Bids And Awards Committee
Caraga Regional Hospital Tender
Healthcare and Medicine
Philippines
Closing Date24 Jun 2025
Tender AmountPHP 2.1 Million (USD 37 K)
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2025-06-10 (32) Supply And Delivery Of Various Sutures Under Single-year Framework Agreement - Rebid Approved Budget For The Contract: Php 2,120,000.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy 2025 Raf / Gaa Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Two Million One Hundred Twenty Thousand Pesos Only ( ₱ 2,120,000.00 ) As To Payment Under The Contract For Supply And Delivery Of Various Sutures Under Single-year Framework Agreement - Rebid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding To Wit: Line Item No. Description Qty Unit Of Measurement Unit Cost Total Cost 1 Suture Polyglactin 0 Round, Length 70cm, Braided, Absorbable, Eto-t.s.cycle,needle Length 40mm, Ss40,rb,ultra Sharp With Smooth Strand,outstanding Product Quality Assurance Evaluation By End User 40 Doz 3,000.00 120,000.00 2 Polyglactin, Braided, Absorbable Needle Type Round 5/8 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 26mm Suture Size 2-0 Suture Length 75cm Antibacterial-coated 100 Box 5,000.00 500,000.00 3 Polyglactin, Braided, Absorbable Needle Type 3/8 Circle Spatulated Ultra Sharp With Smooth Strand Needle Size 11mm Suture Size 6-0 Suture Length 45cm 100 Box 5,000.00 500,000.00 4 Polyglactin, Braided, Absorbable Needle Type 3/8 Circle Micro-point Spatula Ultra Sharp With Smooth Strand Needle Size 6.5mm Suture Size 10-0 Suture Length 10cm 100 Box 5,000.00 500,000.00 5 Polyglactin, Braided, Absorbable Needle Type Round 5/8 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 40mm Suture Size 0 Suture Length 75cm 100 Box 5,000.00 500,000.00 Grand Total ₱ 2,120,000.00 Terms Of Reference Terms Of Delivery: 15-20 Calendar Days Upon Receipt Of Call-off Delivery Schedule: End-user’s Demand Through Call-off This Procurement Is Under Framework Agreement -single Year Framework Agreement Expiration: Minimum Of Two (2) Years Expiry Upon Delivery Terms Of Payment. Payment Shall Be Made Upon Complete Delivery Per Call – Off. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. This Procurement Is A Partial Bid Or Line Item Bid. Bid Evaluation/post-qualification During The Evaluation And Post – Qualification Stage, The Twg And Bac Shall Consider The Previous Findings From The Product Quality Assurance Evaluation Report. This Includes Incorporating Assessments Of Product Quality, Performance And Suitability. During The Actual Product Sampling Evaluation, The Bidder’s Representative Shall Be Present. The Product Presented Should Demonstrate “excellent” Performance, As Defined By The Twg And The End-user Based On The Pqae. This “excellent” Mark Signifies That The Product Meets The Needs And Expectations Of Both Medical Experts And The End-user, As Determined Through The Actual Product Samples And Previous Performance Evaluation. In Addition To The Evaluation Process, A Product Demo Or Sample Is Strongly Recommended Particularly For Products That Are New, Unfamiliar To The Twg And End-user. The Bidder Shall Comply The Post-qualification Requirements Set By The Procuring Entity Especially During Product Demonstration Or Requiring For A Product Sample On A Given Schedule. Failure To Comply Shall Be Ground For Post-disqualification. The Procuring Entity Shall Require The Bidder To Deliver A Product Sample Or Demo To Caraga Regional Hospital Vicinity. Additionally, The Procuring Entity May Have Preferences Regarding How This Hospital Can Find Reliable And Easily Accessible Procedures During The Post-qualification Phase. Consequently, During This Phase, The Bidder Must Always Be Ready To Comply With Any Requirements Or Standards Made By The Procuring Entity. Validity Of The Contract / Contract Termination Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: A. When The Total Quantity Specified In The Contract Has Been Exhausted; Or B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. Repeat Order: 1. No Repeat Order For An Item In Contract Being Awarded Shall Be Allowed Until After The Procuring Entity Has Exhausted The Estimated Quantity For The Same Item Specified Therein Or After The Contract Has Expired, Whichever Comes First, And Subject To The Conditions Provided In Section 51 Of Ra 9184 And Its Irr. For This Purpose, The Repeat Order Shall Be Availed Of Only Within Six (6) Months From The Date Of The Last Of Final Call-off. 2. In Case Repeat Order Is Allowed And Resorted To, The Twenty-five (25%) Maximum Allowable Quantity Shall Be Based On The Total Quantity Of Awarded Item. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 12009 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specification And Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent (25%) Of The Abc To Be Bid. Slcc Must Be Within 5 Years From The Submission Of Bids. (based On The Completion Date). The Single Largest Completed Contract (slcc) Shall Be The Same Or Similar In Nature, As Determined And Defined By The Bids And Awards Committee ( Bac ). For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 12009, Otherwise Known As The “new Government Procurement Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 20, 2025 To June 10, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference May 29, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Join Zoom Meeting Https://us06web.zoom.us/j/82824647502?pwd=tgozyakb9dyy5pjkposwreu5wavbph.1 Meeting Id: 828 2464 7502 Passcode: 565996 Deadline Of Submission Of Bids June 10, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids June 10, 2025 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/86745468026?pwd=wlbsari1juzq0cahrvnxkt5kvoo3tr.1 Meeting Id: 867 4546 8026 Passcode: 208917 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/16rrfngn77knmmsrlrf61bzl9sa3bnbvf?usp=sharing Bidding Documents Php 5,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Philippine Bidding Documents Can Be Accessed In The Philgeps And All Form And Part Of This Invitation To Bid, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents E. Other Documents Essential Documents Required By This Procuring Entity And Ra 12009 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before June 10, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On June 10, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 12009 And Other Applicable Laws, Rules And Policy. 9. The Crh Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 12009 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore, Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link: Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 (086) 826-9058 Mobile Nos: Smart: 0985-0508-783 E-mail Address: Crhprocurement.bac@gmail.com Fb Page: Caraga Regional Hospital – Bids And Awards Committee Approved By: (sgd) Fermarie C. Dulpina, Rmt, Mpa, Jd Chief Health Program Officer Chairperson, Bids And Awards Committee
Caraga Regional Hospital Tender
Healthcare and Medicine
Philippines
Closing Date9 Jan 2025
Tender AmountPHP 17.5 Million (USD 301.6 K)
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2024-01-09 (111) Supply And Delivery Of Blood Bank Reagents With Tie-up Machine Under Single-year Framework Agreement ( Early Procurement Activity ) Approved Budget For The Contract: Php 17,505,000.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy2025 General Appropriations Act (gaa) Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Seventeen Million Five Hundred Five Thousand Pesos Only ( Php 17,505,000.00 ) As To Payment Under The Contract For Supply And Delivery Of Blood Bank Reagents With Tie-up Machine Under Single-year Framework Agreement ( Early Procurement Activity ). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding As Framework Agreement List. Item No Description Qty Unit Of Measure Unit Cost Total Cost Lot 1 Blood Bank Reagent Package Hbsag Reagent, 200 Test/kit, Cmia 75 Kit 44,000.00 3,300,000.00 Hcv Reagent, 200 Test/kit, Cmia 80 Kit 90,000.00 7,200,000.00 Hiv Ag-ab Reagent, 200 Test/kit, Cmia 85 Kit 48,000.00 4,080,000.00 Syphilis Reagent, 200 Test/kit, Cmia 75 Kit 39,000.00 2,925,000.00 Note: Blood Bank Reagent Package Shall Submit The Following Requirements Together With Bid Documents: Good Throughput Up To 200 Tests/hour -certificate Of Calibration (original), -free After Sales Service And Parts, -neqas Track Record Of At Least 2 Blood Service Facilities, -computer Set With Printer, -detailed Costing, -certificate Of Product Registration, -free Use Of Consumables, Controls, Calibrators, Etc. Consumables Are The Following: Cotton Swab, 100 Sticks/box 160 Box Evacuated Tubes, 2ml Lavender Top, Edta, 100 Tubes/tray 160 Tray Evacuated Tubes, 4ml, Lavender Top, Edta, 100 Tubes/tray 160 Tray Yellow Tips, Disposable, 1000/pack 60 Packs - Adherence To Doh Department Circular No. 2012-0918 And 2013-0132, - Preventive And Corrective Maintenance Every Month Back Up Machine Recommended For Blood Banks No Clinically Significant Sample Tube To Tube Carry Over (less Than 0.1 Ppm) Customizable Priority Bays That Could Immediately Process Stat Samples Have Clot And Bubble Detection For Samples And Reagents Could Do Automatic Dilution For Testing Has Refrigerated Reagent Storage Within The Storage Within The Instrument Linked To It System Rapid Turn Around Time Allow Significant Staff Walk Away Automatic Inventory Monitoring At Least 99.5% Or More Sensitivity And Specificity Expiry Of Reagents Must Be At Least 1 Year After Delivery Expiry Of Typing Sera Must Be At Least 2 Years After Delivery - Environment Friendly Functional Back Up Machine (if The Event That The Back Up Machine Is Non Operational When Needed, Winning Bidder Shall Shoulder The Expenses Incurred In Ensuring That Blood Samples Are Examined In Some Other Means Grand Total ₱ 17,505,000.00 Terms Of Reference Terms Of Delivery: 15 Calendar Days Upon Receipt Of Call-off Delivery Schedule: Upon Call Off This Procurement Is Under Framework Agreement -single Year Framework Agreement Terms Of Payment. Payment Shall Be Made Upon Complete Delivery Per Call – Off. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. This Procurement Is A Lot Bid. Post-qualification The Bidder Shall Comply The Post-qualification Requirements Set By The Procuring Entity Especially During Product Demonstration Or Requiring For A Product Sample On A Given Schedule. Failure To Comply Shall Be Ground For Post-disqualification. The Procuring Entity Shall Require The Bidder To Deliver A Product Sample Or Demo To Caraga Regional Hospital Vicinity, Or To Undergo A Site Visit To The Nearest Hospital. Additionally, The Procuring Entity May Have Preferences Regarding How This Hospital Can Find Reliable And Easily Accessible Procedures During The Post-qualification Phase. Consequently, During This Phase, The Bidder Must Always Be Ready To Comply With Any Requirements Or Standards Made By The Procuring Entity. Validity Of The Contract / Contract Termination Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: A. When The Total Quantity Specified In The Contract Has Been Exhausted Within A Single Year B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. Repeat Order: 1. No Repeat Order For An Item In Contract Being Awarded Shall Be Allowed Until After The Procuring Entity Has Exhausted The Estimated Quantity For The Same Item Specified Therein Or After The Contract Has Expired, Whichever Comes First, And Subject To The Conditions Provided In Section 51 Of Ra 9184 And Its Irr. For This Purpose, The Repeat Order Shall Be Availed Of Only Within Six (6) Months From The Date Of The Last Final Call-off. 2. In Case Repeat Order Is Allowed And Resorted To, The Twenty-five (25%) Maximum Allowable Quantity Shall Be Based On The Total Quantity Of Awarded Item. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specification And Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Section 23.4.1.3.(ra 9184). The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent ( 25% ) Of The Abc. Slcc Must Be Within 2 Years From The Submission Of Bids. (based On The Completion Date). The Single Largest Completed Contract (slcc) Must Pertain To Reagents, Supplies And Laboratory Equipment For Blood Bank Or Laboratory Or A Similar In Nature, As Determined And Defined By The Bids And Awards Committee (bac). For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On November 29, 2024 To January 09, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference December 11, 2024 At 9:00 A.m.. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/86118841540?pwd=cpowdenluo7rm9ksl8estsayesaxzf.1 Meeting Id: 861 1884 1540 Passcode: 809889 Deadline Of Submission Of Bids January 09, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids January 09, 2025 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/85702080930?pwd=hqqkjb40raulpjjbeqyt10namxmudn.1 Meeting Id: 857 0208 0930 Passcode: 259147 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1-7nrk6atyzcmnel5adx2m70hzr1rpr8c?usp=drive_link Amount Of Bidding Documents: ₱ 25,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Phlippine Bidding Documents Can Be Accessed In The Philgeps And All Form And Part Of This Invitation To Bid, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents E. Framework Agreement Guidelines F. Framework Agreement Lists G. Other Documents Essential Documents Required By This Procuring Entity And Ra 9184 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before January 09, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 09, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 9. The Crh Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link : Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 Direct Line: (086) 826-9058 Mobile Nos. 09850508783 (smart/tnt) 09539212832 (globe/tm) E-mail Address: Crhprocurement.bac@gmail.com Approved By: (sgd) Atty. Ma. Flordelin T. Ensomo, Cpa Attorney Iv Chairman, Bids And Awards Committee
Department Of Health Treatment And Rehabilitation Center Tender
Healthcare and Medicine
Philippines
Closing Date31 Mar 2025
Tender AmountPHP 311.8 K (USD 5.4 K)
Details: Description 3 Bottle 0.1% Solution Oral Antiseptic, 500 Ml 1,023.00 3,069.00 2 Box Alcohol Prep Pads/alcohol Swab (topical Antiseptic) Approximately 5cm X 5cm, 100 Pieces/box 61.00 122.00 11 Gallon Alcohol, 70% Solution, Isopropyl, 1 Gallon/piece 341.00 3,751.00 5 Piece Alcohol, 70% Solution, Isopropyl, At Least 250ml/piece 59.00 295.00 6 Box Autoclave Pouch, Self-sealing, 3.5 X 10 Inches 385.00 2,310.00 25 Piece Bandage, Elastic, Size 3" X 5 Yards, 1 Roll 64.00 1,600.00 25 Piece Bandage, Elastic, Size 2" X 5 Yards, 1 Roll 43.70 1,092.50 25 Piece Bandage, Elastic, Size 4" X 5 Yards, 1 Roll 72.60 1,815.00 1 Box Blood Lancet, 100 Pieces/box 275.00 275.00 2 Piece Blood Pressure Apparatus, Digital Arm, With Ac Adapter 4,158.00 8,316.00 1 Unit Blood Pressure Monitor (aneroid Sphygmomanometer With Stethoscope) 762.30 762.30 5 Tube Calcium Hydroxide Paste, Light-cured 2g/tube 1,100.00 5,500.00 3 Box Celluloid Strips, 50 Pieces/box 33.00 99.00 3 Bottle Composite Adhesive, At Least 5 Ml 1,430.00 4,290.00 2 Piece Composite Kit, With 4 Tubes Composite Approx. 3-4 Grams, Etchant At Least 3 Ml, Adhesive At Least 6 Grams 17,600.00 35,200.00 2 Box Cotton Applicator, Sterile, 100 Pieces/box 165.00 330.00 2 Pack Cotton Balls, 300 Pieces/pack 57.50 115.00 2 Pack Cotton Balls, Atleast 150 Balls/pack 59.00 118.00 1 Piece Cotton Canister Stainless, Approx. 3"x3" 468.00 468.00 4 Box Covid-19 Ag Rapid Test Device 25 Kits/box In-vitro Diagnostic Rapid Test For The Qualitative Detection Of Sar-cov 2 Antigen (ag) In Human Nasopharyngeal Swab 9,075.00 36,300.00 3 Pack Medical 3-way Stringe Tip, 100 Pieces/pack 330.00 990.00 9 Box Medical Anesthesia (carpule ), 2% Lidocaine Hcl+ Ephinephrine, 50 Pieces/box 1,738.00 15,642.00 1 Roll Medical Barrier Film Roll With Dispenser, 4x6 Inches, 1200 Sheet/roll 1,698.00 1,698.00 4 Piece Medical Bib Holder Clip, Spring Type 77.00 308.00 5 Pack Medical Bib, 3-ply, Disposable, 100 Pieces/pack 330.00 1,650.00 10 Piece Medical Composite Brush, Sable 88.00 880.00 1 Kit Medical Composite Non-stick Filling Instrument Kit, Stainless Steel Cassette, 6 Piece/kit 4,158.00 4,158.00 3 Piece Medical Cotton Holder Receptacle, Plastic 99.00 297.00 5 Pack Medical Cotton Roll, Non Sterile, At Least 1 Inch 220.00 1,100.00 5 Piece Medical Dappen Dish, Glass 55.00 275.00 342 Piece Medical Fluoride Varnish (0.4ml) 99.00 33,858.00 5 Bottle Medical Mirror Defogger, At Least 60 Ml 143.00 715.00 27 Piece Medical Polishing Wheel, Wool Cotton, Low Speed Handpiece 55.00 1,485.00 10 Tube Medical Prophy Paste, Mint, 50 Grams/tube 165.00 1,650.00 4 Pack Medical Saliva Ejector Tip, 100 Pieces/pack 198.00 792.00 2 Pack Medical Surgical Aspirator Tip, Green Suction, 1/4 Inch Diameter, 25 Pieces/pack 466.95 933.90 3 Piece Medical Waste Receiver Receptacle, Plastic 99.00 297.00 10 Piece Diamond Inverted Cone Bur, Size 1.1 77.00 770.00 10 Piece Diamond Inverted Cone Bur, Size 1.2 77.00 770.00 10 Piece Diamond Inverted Cone Bur, Size 1.4 77.00 770.00 10 Piece Diamond Round Bur, Size 0.9 77.00 770.00 10 Piece Diamond Round Bur, Size 1.1 77.00 770.00 10 Piece Diamond Straight Bur, Flat End Cylinder, Size 3.0 88.00 880.00 10 Piece Diamond Straight Bur, Flat End Cylinder, Size 4.0 88.00 880.00 10 Piece Diamond Straight Bur, Flat End Cylinder, Size 6.0 88.00 880.00 1 Piece Digital Hygro-thermometer, One Cable W/ Probe, 2 Temperature Lcd Display, One Hole And One Stand At The Back, Color White, Approximately 12.5x7x1.92cm, At Least 1.5m Probe Cable, Powered Batteries 253.00 253.00 3 Pack Disposable Head Cap, Blue, 100 Pieces/pack 155.00 465.00 3 Bottle Distilled Water, 7l, For Autoclave Use 121.00 363.00 2 Box Finishing & Polishing Strips, For Medical Use, 100 Pieces/box 495.00 990.00 1 Piece Forceps Jar Cylindrical, 6", Stainless Steel 572.00 572.00 8 Box Gauze, Sterile, 4x4 Inches, 100 Pieces/box 215.60 1,724.80 1 Pack Glass Ionomer (luting And Lining Cement), 1x Bottle Powder (35g), 1x Bottle Liquid (25g) 8,140.00 8,140.00 15 Box Gloves, Clean, Large Hypoallergenic Non Powder; Nitrate; 100 Pieces/box 275.00 4,125.00 15 Box Gloves, Clean, Medium Hypoallergenic Non Powder; Nitrate; 100 Pieces/box 275.00 4,125.00 15 Box Gloves, Clean, Small Hypoallergenic Non Powder; Nitrate; 100 Pieces/box 275.00 4,125.00 11 Box Gloves, Powder Free, Latex, Disposable, 100 Pieces/box, Medium 220.00 2,420.00 22 Box Gloves, Powdered, Latex, Disposable, 100 Pieces/box, Large 220.00 4,840.00 1 Box Gloves, Surgical Sterile, Powder Free, Size 6.5, 50 Pieces/box 935.00 935.00 1 Box Gloves, Surgical Sterile, Powder Free, Size 7.0, 50 Pieces/box 935.00 935.00 10 Vial Glucose Strips, Compatible With Sinocare Safe-accu, 50 Pieces/vial 462.00 4,620.00 4 Piece Hand Piece Adaptor, 4 Holes To 2 Holes, For Medical Use 880.00 3,520.00 100 Piece Heparin Lock, Needle Free 56.76 5,676.00 1 Piece High Speed Handpiece Lubricant, For Medical Use, At Least 125 Ml 330.00 330.00 8 Piece Hot Water Bag, At Least 1000 Ml, Rubber 110.00 880.00 5 Piece Hot Water Bag, At Least 500 Ml, Rubber 82.50 412.50 1 Piece Hygro-thermometer, Digital Wall, Humidity And Temperature Meter Indoor With Lcd, Measures In °c And °f 385.00 385.00 1 Piece Hygro-thermometer, Digital, Humidity And Temperature Meter Indoor And Outdoor, With Lcd Display, With Probe, Measures In °c And °f 495.00 495.00 5 Piece Ice Bag, At Least 9 Inches 198.00 990.00 4 Pack Ice Sheet, 4-ply, Reusable, Heavy Duty, Non-toxic Polymer Refrigerant, Flexible, Hygienic, Food Safe, Versatile, At Least 50g When Flat, At Least 1kg When Hydrated 246.40 985.60 100 Piece Infusion Set Macroset, 20 Drops/ml, Adult 33.00 3,300.00 100 Piece Intravenous (iv) Cannula, Gauge 20, With Stabilizing Wing And Luer Lock Plug 64.02 6,402.00 100 Piece Intravenous (iv) Cannula, Gauge 22, With Stabilizing Wing And Luer Lock Plug 64.02 6,402.00 100 Piece Intravenous (iv) Cannula, Gauge 24, With Stabilizing Wing And Luer Lock Plug 64.02 6,402.00 5 Piece Intravenous (iv) Splint, Adult, Medium 165.00 825.00 50 Set Nebulizing Kit Set, With Mask, Medication Chamber Cup And Oxygen Tube, For Adult 88.00 4,400.00 50 Piece Oxygen Cannula, Adult 44.00 2,200.00 1 Piece Pean Forceps, 6", Stainless Steel 352.00 352.00 2 Pack Pipette Tips, 10ul-200ul, Yellow, 1000pieces/pack 715.00 1,430.00 1 Bottle Plain Normal Saline Solution (pnss), 500ml/bottle 62.10 62.10 30 Bottle Plain Normal Saline Solution (pnss), 50ml/bottle 66.00 1,980.00 4 Bottle Povidone Iodine, 10% Solution, 500ml 385.00 1,540.00 535 Piece Prophy Brush, Right-angle, Nylon, White 5.50 2,942.50 4 Piece Pulse Oximeter, Fingertip, Battery-operated, Blood Oxygen Saturation Monitor With Pulse Rate Measure 423.50 1,694.00 2 Piece Sharps Disposal Container,at Least 5 Liters 451.00 902.00 40 Box Sterile Water For Injection, 50 Ml/bottle 66.00 2,640.00 7 Box Syringe 1 Cc, With Needle, 25 Gauge, Disposable, With Luer-lock Tip 100 Pieces/box 385.00 2,695.00 2 Box Syringe 10 Cc, With Needle, 21 Gauge, Disposable, With Luer-lock Tip 100 Pieces/box 550.00 1,100.00 1 Box Syringe 10 Cc, With Needle, 23 Gauge, Disposable, With Luer-lock Tip 100 Pieces/box 550.00 550.00 8 Box Syringe 3 Cc, With Needle, 23 Gauge, Disposable, With Luer-lock Tip 100 Pieces/box 330.00 2,640.00 5 Box Syringe 5 Cc, With Needle, 23 Gauge, Disposable, With Luer-lock Tip 100 Pieces/box 330.00 1,650.00 1 Box Syringe Needle, G23 X 1", 100 Pieces/box 363.00 363.00 1 Box Syringe Needle, G27, Disposable, 100 Pieces/box 550.00 550.00 1 Box Syringe Needle, G30, Disposable, 100 Pieces/box 550.00 550.00 1 Box Syringe, 0.5ml, Gauge 30, Disposable, For Insulin Use, Db Ultra Fine, 100 Pieces/box 1,430.00 1,430.00 12 Piece Tape, Tan-coloured Zinc Oxide, Approx. 2.5 Cm X 1 M 352.00 4,224.00 6 Piece Thermometer, Digital, Axillary, Measures In °c And °f, With Last Reading Recall Feature, Water Resistant And Battery-replaceable 327.80 1,966.80 3 Piece Thermometer, Non-contact Infrared Forehead Lcd Digital Display, Battery-powered, Guntype 1,199.00 3,597.00 35 Piece Tofflermire Type Matrix, Band #2, 5.5 Mm 8.25 288.75 35 Piece Tofflermire Type Matrix, Band #1, 4.5 Mm 8.25 288.75 3 Box Tongue Depressor, Wooden, Sterile, 100 Pieces/box 220.00 660.00 4 Box Transpore, 1", 12 Pieces/box 781.00 3,124.00 2 Piece Urinal, For Male, Plastic, With Graduated Markings For Measurement, With Lid And Handle 82.50 165.00 1 Unit Vaccine Carrier, At Least 20l W/ Thermometer Display, W/ Strap, At Least 4 Icepack, Approx. 425x265x315mm, Any Color 10,175.00 10,175.00 1 Box Wooden Wedge, Medium, For Medical Use, 200 Pieces/pack 990.00 990.00 Total 311,834.50
Caraga Regional Hospital Tender
Others
Philippines
Closing Date10 Apr 2025
Tender AmountPHP 3 Million (USD 53 K)
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2025-04-10 (25) Supply And Delivery Of Aerobic Pedia Culture For Microbiology Under Single-year Framework Agreement - Rebid Approved Budget For The Contract: Php 3,025,000.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy 2025 Raf / Gaa Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Three Million Twenty Five Thousand Pesos Only ( ₱ 3,025,000.00 ) As To Payment Under The Contract For Supply And Delivery Of Aerobic Pedia Culture For Microbiology Under Single-year Framework Agreement - Rebid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding To Wit: Line Item No. Description Qty Unit Of Measurement Unit Cost Total Cost 1 Aerobic Pedia Culture Vial Equipped With Flourescence Sensor Antimicrobial Neutralizing Resins, Maximum Of 40ml. Supplemented Soybean-casein Digest Broth, Atmosphere Of Co2, Nitrogen, And Oxygen; 0.5ml Minimum Sample Volume 5,500 Bottle ₱ 550.00 ₱ 3,025,000.00 Terms Of Reference 1) The Winning Bidder Shall Provide The Following Equipment And Services: A) A Brand-new Fully Automated Machine For Blood Culture Utilizing Aerobic Medium, Which Is An Enriched Soybean-casein Digest Broth Designed For The Recovery Of Aerobes, Including Bacteria And Yeast, From Blood Cultures. The Machine Must Have A Capacity Of At Least 120 Tests And Be Provided Free Of Charge For Microbiology Operations. B) The Winning Bidder Shall Also Provide Free Utilization Of Pediatric G23 Blood Collection Sets, Which Are Compatible For Blood Culture Collection In Pediatric Patients. These Sets Must Be Supplied To Ensure Safe And Effective Blood Collection Procedures For Pediatric Patients. C) The Winning Bidder Shall Perform Preventive Maintenance Services For The Blood Culture Machine On A Quarterly Basis And As The Need Arises, Including But Not Limited To Cleaning, Calibration, Adjustment Of Mechanical Or Electrical Components, And Replacement Of Worn Parts. D) Upon Request From The End-user, The Winning Bidder Shall Provide Phlebotomy Training To Laboratory Staff. This Training Shall Include Best Practices For Blood Collection And Handling To Ensure Optimal Recovery Of Blood Cultures. The Training Shall Be Conducted By Qualified Professionals, And A Certificate Of Completion Shall Be Provided To All Participants Upon Successful Completion Of The Training. 2) The Winning Bidder Shall Provide Maintenance Report After Each Service, Detailing The Work Performed And The Condition Of The Equipment. 3) The Winning Bidder Must Respond Immediately To Any Reported Machine Breakdowns To Ensure Continuous Operation Of The Microbiology Services. All Repairs, Including Parts And Labor, Shall Be Provided Free Of Charge During The Warranty Period. 4) Availability Of Certified Technical Support Or Service Engineer For Both Preventive Maintenance And Emergency Repairs, Ensuring A Prompt Response To Machine Breakdowns. 5) A Calibration Certificate Must Be Submitted To End-user After The Calibration Of The Machine. 6) The Schedule Of Delivery Must Adhere To The Following: • 7 Calendar Days Upon Receipt Of Call Off 7) The Expiry Date Of All Reagents Supplied Must Have An Expiry Date Of 10-18 Months Upon Delivery. 8) Failure To Comply With Any Of The Above Terms Shall Be Subject To Non-conformity. Other Terms Of Reference Terms Of Payment. Payment Shall Be Made Upon Complete Delivery. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. Post-qualification The Bidder Shall Comply The Post-qualification Requirements Set By The Procuring Entity Especially During Product Demonstration Or Requiring For A Product Sample On A Given Schedule. Failure To Comply Shall Be Ground For Post-disqualification. The Procuring Entity Shall Require The Bidder To Deliver A Product Sample Or Demo To Caraga Regional Hospital Vicinity, Or To Undergo A Site Visit To The Nearest Hospital. Additionally, The Procuring Entity May Have Preferences Regarding How This Hospital Can Find Reliable And Easily Accessible Procedures During The Post-qualification Phase. Consequently, During This Phase, The Bidder Must Always Be Ready To Comply With Any Requirements Or Standards Made By The Procuring Entity. Validity Of The Contract Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: A. When The Total Quantity Specified In The Contract Has Been Exhausted; Or B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. Repeat Order: 1. No Repeat Order For An Item In Contract Being Awarded Shall Be Allowed Until After The Procuring Entity Has Exhausted The Estimated Quantity For The Same Item Specified Therein Or After The Contract Has Expired, Whichever Comes First, And Subject To The Conditions Provided In Section 51 Of Ra 9184 And Its Irr. For This Purpose, For This Purpose, The Repeat Order Shall Be Availed Of Only Within Six (6) Months From The Date Of The Last Final Call-off. 2. In Case Repeat Order Is Allowed And Resorted To, The Twenty-five (25%) Maximum Allowable Quantity Shall Be Based On The Total Quantity Of Awarded Item. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specification And Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Section 23.4.1.3.(ra 9184). The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent (25% ) Of The Abc To Be Bid. Slcc Must Be Within 5 Years From The Submission Of Bids. (based On The Completion Date). The Single Largest Completed Contract (slcc) Shall Be The Same Or Similar In Nature, As Determined And Defined By The Bids And Awards Committee ( Bac ). For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 19, 2025 To April 10, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference March 27, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/85248317532?pwd=lztqso0broyrquyetoa8bvrthrmcwp.1 Meeting Id: 852 4831 7532 Passcode: 600167 Deadline Of Submission Of Bids April 10, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids April 10, 2025 At 3:30 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/89844536872?pwd=6dukasw3exmyp4j5ngtrhxm35cf8r9.1 Meeting Id: 898 4453 6872 Passcode: 309605 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1a9cak-hgeius2dk4pqrnhkpcqc4s04qq?usp=sharing Bidding Documents Php 5,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Philippine Bidding Documents Can Be Accessed In The Philgeps And All Form And Part Of This Invitation To Bid, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents E. Framework Agreement Guidelines F. Framework Agreement Lists G. Other Documents Essential Documents Required By This Procuring Entity And Ra 9184 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before April 10, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On April 10, 2025 At 3:30 In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 9. The Crh Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore, Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link: Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 (086) 826-9058 Mobile Nos: Globe: 0953-9212-832 / Smart: 0985-0508-783 E-mail Address: Crhprocurement.bac@gmail.com Fb Page: Caraga Regional Hospital – Bids And Awards Committee Approved By: (sgd) Atty. Ma. Flordelin T. Ensomo, Cpa Attorney Iv Chairman, Bids And Awards Committee
1321-1330 of 1411 archived Tenders