Covid Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Page 24 Of 24
this Is A Sources Sought Announcement Only. It Is Neither A Solicitation Announcement Nor A Request For Proposals Or Quotes And Does Not Obligate The Government To Award A Contract. Requests For A Solicitation Will Not Receive A Response. Responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. Documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Duns Number (f) Cage Code (g) Tax Id Number (h) Type Of Small Business, E.g. Services Disabled Veteran Owned Small Business, Veteran-owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business And (i) Must Provide A Capability Statement That Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below.
network Contract Office (nco) 22 Is Seeking A Qualified Vendor To Provide Non-emergent Basic Life Support (bls), Advanced Life Support (als), And Critical Care Transport (cct) Ambulance Services On An As Needed Basis In Accordance With All Federal, State, And Local Regulations To Eligible Beneficiaries That Use The Phoenix Va Healthcare System (pvahcs) Located At 650 Indian School Road, Phoenix, Az 85012. Contractor Shall Provide All Labor, Supervision, Facilities, Equipment, Supplies, Materials, And Vehicles To Meet The Needs Of This Solicitation. Prospective Contractors Must Be Authorized/certified To Provide The Required Service And Must Show Proof With Any Provided Documents At The Time Of Responding To This Sources Sought Announcement Of The Capabilities Stated Below:
note: All Interested Parties Must Apply And Be Approved For An Arizona Department Of Health Services Certificate Of Necessity (con) For The Geographic Service Area Stated On This Notice And Level Of Service Required, A 180-day Process (non-va) That Must Be Approved Prior To The Response Date Stated On The Solicitation. If The Government Does Not Receive An Approved Con From Any Offeror, The Requirement Will Be Set-aside For The Next Socio-economic Group Or Be Solicited As Full And Open Competition.
critical Care Transport Services Became Regulated In Arizona On January 1, 2025, And Is Not Expected To Be Fully Implemented Until January 1, 2026.
Draft Performance Work Statement Draft
Title: Ground Ambulance Services (phoenix Va Healthcare System Con 71)
Visn 22/station 644/naics 621910.
purpose: The Phoenix Va Healthcare System (pvahcs), Its Associated Community-based Outpatient Clinics (cbocs), And Affiliated Healthcare Clinics Require Contracted Non-emergency Ambulance Transportation Services. The Contractor Shall Provide All Vehicles, Personnel, Management, Supplies, Equipment, And Necessary Reporting For The Provision Of Basic Life Support (bls), Advanced Life Support (als), Specialty Care Transport (sct) Or Critical Care Transport (cct) Services (as Cct Becomes Available). The Contactor Shall Make These Ambulance Services Available To The Va As Needed, 24 Hours A Day, Seven Days A Week (24/7), Including Weekends And Holidays.
background: Pvahcs Main Campus, Located At 650 Indian School Road, Phoenix, Arizona 85012 And Its Thirteen (13) Associated Community Base Outpatient Clinics Serve Over 139,000 Veterans In The Phoenix Metropolitan, Maricopa, Navajo, And Gila County Areas. The Hospital Has 224 Inpatient Beds And Receives Approximately 10,849 Inpatient Admissions And 1,241,229 Outpatient Visits A Year. Veterans Served By This Facility Live Within The Counties And Zip Codes Listed In Paragraph 5.2.6.
acronyms
als Advanced Life Support
aod Administrative Officers Of The Day
bls Basic Life Support
cct Critical Care Transport
cctp Critical Care Transport Paramedic
ccemtp Critical Care Emergency Medical Transport
co Contracting Officer
cor Contracting Officer S Representative
cpr Cardiopulmonary Resuscitation
dol Department Of Labor
emt Emergency Medical Technician
iaw In Accordance With
oo Ordering Officer
pws Performance Work Statement
qasp Quality Assurance Surveillance Plan
qc Quality Control Plan
tb Tuberculosis
tjc The Joint Commission
vts Veteran Transportation Service
scope/requirements
Types Of Ambulance Service
the Contractor Shall Provide Non-emergent Basic Life Support (bls), Advanced Life Support (als), And Critical Care Transport (cct) Ambulance Services On An As Needed Basis In Accordance With All Federal, State, And Local Regulations.
occasionally A Veteran Will Need To Be Transported With Va Staff And Equipment; The Contractor Shall Return Va Staff And Equipment To The Original Place Of Pick-up.
Transport Of Miscellaneous Items With The Patient
the Contractor May Also Be Required To Transport Patient Luggage, Medical Records, Medication, And Comfort Items From Pickup Points To Destination At No Additional Cost To The Government. Luggage To Be Transported Will Be Restricted To Suitcase And Valise Types. When Patients Are Transported To The Pvahcs Destination Is Deemed To Be The Er, Admissions, The Clinic, Or Service Within The Hospital, Or Directly To The Ward As Instructed By Va Staff.
Contractor Personnel: Contractor Personnel Shall Be Courteous And Always Conduct Themselves In A Businesslike Manner While Providing Services Under This Contract.
emergency Medical Technicians (emts), Critical Care Transport Paramedics (cctps) & Other Personnel
emts, Cctps And Other Medical Personnel (as Applicable) Shall At All Times Meet The Qualifications Specified In This Contract As Well As All Applicable Federal, State, And Local Government Laws, Regulations, And Standards. Emts, Cctps And Other Medical Personnel (as Applicable) Shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State, Or Regional Government Or Public Entity Where The Emergency Service Is Operated Or By Which It Is Governed.
if The Contractor Wishes To Add Or Replace Personnel Throughout The Life Of The Contract, It Shall Provide Evidence Of Required Training, Certifications, Licensing, And Any Other Qualifications To The Contracting Officer S Representative (cor) For Review.
all Ambulance Drivers Shall Have A Valid Driver S License In Accordance With State Requirements For Their Place Of Operation And The Services They Perform. If The Contractor Wishes To Add Or Replace Drivers Throughout The Life Of The Contract, It Shall Provide A Valid Driver S License To The Cor.
cctps Shall Meet All State Requirements. Proof In The Form Of A Current Certificate For The Successful Completion Of Such Must Be Provided To The Cor Upon Request.
investigative Requirements For Contract Personnel: Contract Personnel Will Be Subject To The Same Investigative Requirements As Those For Regular Va Appointees And Employees. The Level Of Investigation Commensurate With The Level Of Access To Perform The Performance Work Statement Is: Special Agreement Checks (sac). Fingerprinting For Contract Personnel Will Be Conducted At Pvahcs. Thereafter The Contracted Employees Will Be Subject Annually To The Same Requirement, With A 90-day Window To Complete Such Requirement As Provided By Pvahcs. The Va Security And Investigation Center (sic) Is Responsible For Adjudicating All Background Investigations For Contract Employees.
emts, Cctps, And Other Contractor Personnel As Applicable Must Pass The Contractor S Background Check And Must Not Have Been Convicted Of (or Have Any Pending Charges For) A Felony For The Past Five Years. Personnel (and Contractor) Must Report Any New Or Additional Charges Or Convictions If
they Arise During The Course Of Performance Under This Contract So Va Can Review Them And Determine Whether The Employee In Question Needs To Be Discharged Of His Or Her Duties Until The Matter Is Adjudicated.
tuberculosis Exposure Control Policy
the Contractor Shall Provide The Va With A Policy On Tuberculosis (tb) Exposure And Control, To Include Tb Decontamination.
the Contractor Shall Have Its Personnel Tested For Tb In Accordance With State Guidelines And Provide Written Confirmation To The Cor That All Personnel (current Employees And Any New Hires) Performing Services Under This Contract Are Current In Their Tb Test By At The Start Of Each Ordering Period.
Contractor Equipment, Vehicles, And Inspection
ambulances Shall Meet All Applicable Federal, State, And Local Regulations And Specifications, Including But Not Limited To Licensing, Registration, And Safety Standards.
the Va Reserves The Right To Inspect The Contractor S Equipment And Vehicles Or Require Documentation Of Compliance With State Laws, Rules, Regulations, And Guidelines Governing Emergency Medical Transport Vehicles (ambulances). Va Inspections Of Contractor Equipment Do Not Constitute A Warranty Or Guarantee That The Contractor S Vehicles And Equipment Are Properly Maintained. The Va Reserves The Right To Restrict The Contractor S Use Of Equipment And Vehicles In The Performance Of This Contract Which Are Not In Compliance With Contract Requirements. The Restriction Of Such Equipment And Vehicles Shall Not Relieve The Contractor From Performance In Accordance With The Contract Nor Necessitate Additional Cost To The Va.
vehicles Shall Be Clean And Maintained In Good Repair In Accordance With Manufacturer S Instructions.
the Contractor Shall Not Borrow Or Exchange Supplies, Equipment, And/or Medications With The Va. Equipment Attached To Or In Use By The Patient At Time Of Pick-up May Remain With The Patient During Transport To Ensure Continuity Of Care. Medical Control Authorities Are Responsible For Maintaining And Supplying Medication During Patient Transport. All Va Equipment And Unused Medications Must Be Returned To Va During Patient Drop-off Or As Promptly As Feasible Within 24 Hours.
the Contractor Shall Furnish All Linen Required For Patient Transport At No Additional Cost. Linen Shall Not Be Exchanged With Linen Belonging To Pvahcs Or Its Cboc Locations.
the Contractor Must Be Capable Of Transporting The Drugs And/or Equipment As Required By The Patient As Listed In Attachment A Specialty Care Transport (sct) Or Critical Care Transport (cct) Capabilities Confirmation. The Contractor Shall Have The Appropriate Medications, Including Specialty Care And Critical Care Transport, If Necessary, Based On The Ems Region The Ambulance Provider Is Functioning In.
the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract.
the Contractor Personnel Performing Services For The Va, Shall, At All Times, Conduct Themselves In A Professional Manner, And Be Identified By Having The Company Name, And Employee Name Affixed To
the Uniform. The Contractor Shall Be Responsible For Furnishing All Vehicles, Uniforms, Nametags And/or Badges For Performance Of Services Under This Contract. Employee Identifications Shall Be Worn In Clear View Above The Waist. The Contractor Personnel Shall Not Smoke/play Loud Music
originating From Any Device In Vehicles While Transporting Va Patients.
each Driver Shall Possess A Driver S License That Is Valid For The Class Of Vehicle Driven. Evidence Of A Special Transportation Service Vehicle Permit, Or Endorsement Issued By The Commissioner Of Public Safety.
be At Least 18 Years Of Age And Have Not Less Than One Year Of Experience As A Licensed Driver; And
for The Past Three Years:
have Not Had A Driver S License Canceled Or Suspended.
have A Driving Record Clear Of Convictions For Operating A Motor Vehicle Or Motorcycle Without Insurance.
have A Driving Record Clear Of Convictions For Driving A Motor Vehicle Without A Valid Current License For The Class Of Vehicle Driven
have A Driving And Criminal Record Clear Of Convictions For Driving Under The Influence Of Alcohol Or A Controlled Substance.
the Contractor Personnel Will Ensure That The Patient Is Secured To The Stretcher/cot And That The Stretcher/cot Is Secure In The Back Of The Ambulance Before The Vehicle Moves.
ambulance Drivers Shall Have A Valid Driver S License In Accordance With Federal, State, And Local Government Requirements For Their Place Of Operation For The Services They Perform, Be Capable Of Administering Oxygen And Shall Have Successfully Completed The Standard And Advanced First Aid Course Of The American Red Cross Of U.s. Bureaus Of Mines Of Equivalent And Be Capable Of Providing Necessary Medical Assistance To The Attending Emergency Medical Technician Or Paramedic.
emergency Medical Technician (emt) And Paramedic Qualifications: Emt S And Paramedic S Providing Services Under This Contract Shall Have The Following Qualifications, In Additions To Those Required By Federal, State, And Local Government:
have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974).
shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State Of Regional Government Or Public Entity Where The Emergency Ambulance Service Is Operated Or By Which It Is Governed.
Transportation Request
4.5.1 Vetride Or Va-approved Transportation Software Utilization:
the Contractor Agrees To Utilize The Vetride Vendor Portal Or Va-approved Transportation Software With Every Patient Transported Under This Contract.
department Of Veteran Affairs Will Provide The Software And Access To The Vetride Vendor Portal Or Va-approved Transportation Software For The Vendor/contractor In This Contract. The Contractor Will Utilize The Vetride Vendor Portal Or Va-approved Transportation Software Fully As Instructed:
receive And Respond To Electronic Trip Requests.
receive, Use, And Ensure The Use Of The Vendor Pass By The Driver.
submit Claims Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Va-approved Transportation Software System.
all Invoices Must Be Submitted Within 30 Calendar Days Of Date Of Service In Accordance With 38 Cfr 70 To Be Considered Timely Submission (see Note Below).
the Contractor S Invoice Must Be On The Hcfa 1500 To Include:
contract Number
date Of Service (to Include Box 24 A-j)
authorization Number(s)
pick-up And Drop-off Location Of The Patient
base Rate
name (last, First And Middle Initial (if Any)) And Full Social Security Number (box 1a) Of Patient Transported.
date Of Birth And Sex
diagnosis Codes Or Nature Of Illness Or Injury
documentation Of Circumstances When Billing For Waiting Time
any Miscellaneous Charges For Which The Contractor Is Expecting Reimbursement I.e., Tool Charges, Waiting Time, Etc.
va Authorizing Official S Name
healthcare Procedure Coding System/national Level Ii (hcpcs)
unauthorized Charges Will Be Reviewed By The Contracting Officer Representative (cor) As To The Validity Of The Charges And As To Whether The Payment Will Be Made. A Final Determination Will Be Made Within 30 Days After Notifying The Contractor Of The Charges, Which Are Being Suspended.
note: Invoices For Government Transportation Contracts Will Transition From Tungsten To Vetride During The Life Of The Contract. A Modification Will Be Provided With The Start Date And Updated Instructions From Those Listed Above. Until The Transition Has Been Approved, Contractor Shall Use Tungsten To Submit All Invoices.
a Transportation Request Is Defined As One Incidence Of A Request For One-way Service (bls, Als, Cct). No More Than One Patient Will Be Transported Per Order Unless Approved By An Authorized Va Staff. Transportation Requests Will Be Made Through Vetride Or Va-approved Transportation Software Utilization. Contractors Must Have The Capability To Receive Orders, Update Ride Status, And Input Trip Costs And Other Required Data Through This Portal. Contractors Must Have Dedicated Staff Available To Monitor This Portal 24/7. Pvahcs Travel Program Staff Will Be Available To Assist With Account Setup And Training For The Contractor S Staff. In The Event Vetride Or Other Va-approved Transportation Software Utilization Is Down, Other Methods Of Communication (i.e., Telephone, Facsimile) Will Be Used To Place Transportation Requests.
pvahcs Travel Program Staff/or Authorized Va Employees Will Work With The Contractor The Following Business Day To Reconcile Any Transportation Requests That Were Placed Outside Of Vetride Or Va-approved Transportation Software Utilization.
the Contractor Must Update Vetride Or Va-approved Transportation Software Utilization With Any Data And/or Notes In Real Time That Deviate From The Original Order Such As Invoicing
for Additional Mileage Due To A Road Closure, Wait Time, Reason For No Load, Etc. Pvahcs Travel Program Staff/or Authorized Va Employees May Place A Hold On Payment Of This Order Until It Has Been Reconciled.
only The Following Va Staff Are Authorized To Place, Cancel, Or Make Changes To Transportation Requests:
contracting Officer (co)
administrative Officer Of The Day (aod)
contracting Officer S Representative (cor)
ordering Officers (oo)
beneficiary Travel Office Staff
the Contracting Officer Will Furnish The Contractor With The Names Of Individuals Above, Who Are Authorized As Ordering Officers, By Separate Memorandum Upon Issuance Of The Contract. The Contracting Officer Will Update This List Throughout The Life Of The Contract As Ordering Officers Change.
ordering Officers Are Responsible For Issuing And Administering Orders Placed Under This Contract. Ordering Officers Have No Authority To Modify Any Term Of This Basic Contract. Any Deviation From The Terms Of The Basic Contract Must Be Approved In Writing By The Contracting Officer Responsible For This Contract. The Contractor Shall Accept Orders Against This Contract Only From The Contracting Officer And/or Authorized Ordering Officers. Fulfilling Orders From Persons Other Than The Contracting Officer Or Ordering Officer May Result In Loss Or Delay In Payment For Supplies/services Provided Under Such Orders.
non-authorized Va Employees And Private Agencies (e.g., Nursing Homes) Are Not Considered Authorized To Place Transportation Requests.
all Patient Pick-up(s) And Drop-off(s) Shall Be Authorized Via Orders Which Shall Only Be Issued By The Designated Ordering Officers. When Placing Orders For Services, The Ordering Officer Shall Contact The Designated Contractor Point Of Contact(s) To Provide The Following Information:
mode Of Transportation Required,
required Time Of Arrival
name Of The Beneficiary,
pick-up And Delivery Point,
type And Number Of Additional Medical Care Specialists Required,
type Of Equipment Required,
last Four Of The Patient's Social Security Number, And
any Other Special Instructions
For All Transports An Audit System Will Be Put In Place By The Va To Include The Cor Or Designee, Beneficiary Travel Department Staff, And Clinical Staff To Ensure Appropriateness Of The Order And Timeliness Of The Response.
the Type Of Transportation Service (bls, Als, Cct) Required Will Be Discussed And Determined By Va Clinical Personnel And The Contractor. The Contractor Shall Transport The Patient Per Its Policies And Standard
industry Practice. If The Type Of Transportation Service Differs From What Was Agreed Upon By The Va And Contractor, The Contractor Shall Submit Documentation To The Va Explaining Its Rationale.
the Va May Authorize An Escort (e.g., Spouse, Relative, Guardian, Etc.) To Accompany The Patient During Medical Transport If It Is Practicable And, In The Patient S, Best Interest. The Contractor Shall Allow The Escort To Accompany The Patient At No Additional Cost.
the Contractor Shall Have Sufficient Vehicles And Personnel To Provide Services For Up To Two (2) Simultaneous Transportation Requests. Transports Required May Be For Any Mix Of Bls And Als Transports. One Of These Simultaneous Transports May Require Cct Capability. If Pavahcs Requires Ambulance Services Exceeding Two (2) Simultaneous Transportation Requests, The Vendor Will Be Offered To Provide The Services If They Have Sufficient Vehicles/personnel Available; But May Decline These Additional Orders If Sufficient Vehicles/personnel Are Unavailable.
the Number Of Transports Under Normal Operating Conditions Will Typically Range From Zero (0) To Two (2) Transports Each Weekday And Significantly Less On Weekends And Holidays. The Number Of Actual Transports May Vary Throughout The Life Of The Contract.
the Patient May Bring With Her Or Him Up To Three (3) Liters Of Oxygen. The Contractor Shall Be Responsible For Providing Adequate And Safe Storage Of The Oxygen Tanks During Transport.
response Times*
orders That Are Scheduled By 7 Pm Local Time The Day Before The Required Services Are Defined As Scheduled In Advance. With The Exceptions Found Below, The Contractor Shall Arrive On Time For All Orders Scheduled In Advance.
non-emergent Transport (originating From Va (only): The Contractor Shall Be Required To Provide Ground Ambulance Transportation Within Thirty (30) Minutes Of Order/patient Pick Up Call.
for All Add-ons (not Scheduled In Advance) Transportation Requests, With Pick Up At Pvahcs And Associated Cboc Locations; The Contractor Will Be Allotted Up To A Sixty (60) Minute Response Time From Time Of Order Placement For Transportation Requests That Are Not Previously Scheduled In Advance.
for An Urgent Transport Request For A Critical Patient (as Deemed By The Physician) With Pick Up At Pvahcs, The Contractor Will Be Allotted Up To A Thirty (30) Minute Response Time.
for Transportation Requests Which Do Not Have A Pick-up At The Main Facility Or Associated Cboc Locations:
the Contractor May Be Required, If Requested By The Va, To Dispatch Ambulances On Short Notice For Transportation Request Not Scheduled In Advance; For These Transportation Requests The Contractor Shall Dispatch Ambulances Within Thirty (30) Minutes Of Receiving The Order.
scheduled Va Initiated Appointment Pick-up Times Shall Be Agreed Upon By The Va And Contractor At Time Of Order Placement And Be Reasonable Based Upon Travel Distance, Speed Limits, And Weather Conditions.
the Contractor S Patient Pick-up Time Cannot Be More Than 15 Minutes Prior To The Schedule Pickup Time Nor 15 Minutes Later Than The Scheduled Pickup Time For Transportation Requests Scheduled In Advance.
* The Contractor Shall Not Be Held Liable For Nonperformance Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, And Unusually Severe Weather. The Contractor Must Notify The Va With As Much Advance Notice As Possible Should Any Of These Occur.
cancellations
for Trips (scheduled) In Which The Contractor Is Notified Of Cancellation Before The Vehicle Is Dispatched, There Shall Be No Charge To The Government.
a No Show Is Defined As A Transportation Request Which Is Cancelled After The Contractor Has Dispatched A Vehicle, The Vehicle Is Enroute, Or Has Arrived At The Pick-up Location, And There Is No Longer A Requirement For Patient Transportation. The Contractor May Request One-way Reimbursement For No-shows. No-show Reimbursement Shall Be Based Upon The Base Rate For The Type Of Service Requested (bls, Als, And Cct) And The One-way Mileage (bls, Als, And Cct) Accrued Enroute To The Pick-up Location At Time Of Cancellation. Mileage For No- Show Cancellations Shall Be Confirmed By The Contractor And Reported To The Va As Soon As Possible From Time Of Cancellation.
for Transportation Requests (unscsheduled) Out Of Pvahcs Only The Contractor Will Immediately Dispatch A Vehicle Upon Receipt Of The Order (including Transportation Requests In Which The Final Destination May Change Prior To Pick Up Due To The Critical Condition Of The Patient). When The Contractor Is Notified Of A Cancellation Prior To Arrival At Pvahcs Campus, There Shall Be No Charge To The Government.
Pick-up/drop-off/reporting Procedures
ambulance Personnel Shall Pick-up And Deliver Patients At Specified Locations (e.g., Pvahcs Emergency Department Entrance). These Locations Will Be Specified By Va Staff When An Order Is Placed And Communicated To The Transporting Personnel.
when Applicable, Ambulance Personnel Shall Report To The Veteran Transportation Service (vts) Dispatcher Or Administrative Officer Of The Day (aod) To (1) Announce His/her Arrival To Pick-up And
transfer The Patient And (2) Obtain Report Of Pertinent Information Regarding The Patient S Condition From The Primary Nurse/physician.
when Delivering A Patient, Ambulance Personnel Shall Give Report To The Appropriate Va Healthcare Staff
nd Provide A Copy Of The Run Sheet Which Will Be Retained By The Facility For Inclusion To The Patient S Medical Record.
in Cases Where Ambulance Personnel Must Divert To A Local Emergency Department While Performing A Va Authorized Transport, The Contractor S Dispatcher Shall Notify The Va Beneficiary Travel Department Or Administrative Officer Of The Day Of The Patient S Location And Status As Soon As This Information Becomes Available.
Patient Welfare
the Contractor Shall Be Responsible For The Patient S Welfare During Transport. The Contractor Shall Be Held Responsible For The Patient And/or Va Property During Transport. Any Damaged Or Lost Wheelchairs, Walkers, Crutches, Or Personal Belongings Shall Be Replaced At The Contractor S Expense.
the Va Requires The Contractor To Exercise Extreme Caution And Care In The Handling Of Patients.
if A Va Beneficiary Being Transported Declines To Be Properly Secured Or Removed The Securement Devices Himself/herself, The Driver Will Notify The Contracting Officer S Representative (cor) Of This Fact Prior To Departure. The Contractor Is Not Required To Transport Any Va Beneficiary Who Refuses To Be Properly Secured While Being Transported. In The Event That The Beneficiary Refuses To Be Properly Secured, They Shall Be Returned Back Into The Building Which They Came From.
Incident Reporting
the Contractor Shall Notify The Cor, Requestor, Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Cor, Program Manager, Or Beneficiary Travel Department, By The Close Of Business Of The Next Working Day.
the Cor Will Monitor The Service Provided. The Contractor Shall Cooperate With The Cor In Providing Information And Answering Questions In A Timely Manner. The Contractor Shall Promptly Inform The Cor Of Any Complaints Received Directly From Patients. If Warranted, The Va May Conduct Incident Investigations And Require Written Response From The Contractor Within 48 Hours Of Request.
Invoicing
each Transport Shall Include Thirty (30) Minutes Of Wait Time; The Contractor May Invoice For Wait Times In Excess Of This Initial Thirty (30) Minutes. Wait Time Shall Begin Only Once The Contractor Has Both Reached The Pick-up Address Location And The Appointment Time Has Elapsed. All Wait Times Shall Be Itemized And Invoiced In Fifteen (15) Minute Intervals. For Partial Fifteen (15) Minute Intervals, Zero (0) To Seven (7) Minutes Shall Be Rounded Down To Zero (0) Minutes And Eight (8) To Fifteen (15) Minutes Rounded Up To Fifteen (15) Minutes.
when Invoicing For Mileage, The Contractor Shall Round To The Nearest Mile. Mileage Ending In .5 Or Higher Shall Be Rounded Up To The Nearest Mile. Mileage Ending In .4 Or Lower Shall Be Rounded Down To The Nearest Mile. Payment For Mileage To Or From The Point Of Care Shall Be Limited To The Va S Calculation According To The Va S Bing Maps Api Determination. Bing Maps Api Is Optimized To Determine Mileage Based On The Shortest Time Of Travel.
if Unloaded Mileage Exceeds Loaded Mileage, The Contractor May Invoice For A Flat Fee Only If The Following Also Occur:
unloaded Mileage Exceeds 75 Miles.
the Contractor Does Not Deviate From A Route To Intentionally Make Unloaded Mileage Exceed Loaded Mileage.
except For No Shows And Trips When Unloaded Mileage Exceeds Loaded Mileage In Accordance With 4.9.3, The Contractor Shall Invoice For Loaded (patient Onboard) Services And Mileage Only.
upon Notification Of The Contracting Officer, The Vendor Must Receive Training And Begin Implementation Of Invoices Via Vet Ride Within 30 Days Versus Va Tungsten Network E-invoicing Network. Invoices Must Be Submitted Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Other Va Approved Software. These Invoices Shall Not Include Patient Information, But Shall Include The Following:
contractor Name
contract Number
current Purchase Order Number
date Of Service
total Amount Invoiced Including A Summary Of The Total Number Of Charges That Align With The Line Items Of This Contract (i.e., Total Number Of Bls Base Rate, Total Bls Mileage Incurred, Etc.)
an Itemized List Of Charges Or Services Rendered That Align With The Line Items Of This Contract (i.e., Bls Base Rate, Bls Mileage Incurred, Etc.)
payment By Va Under This Contract To A Provider Of Ground Ambulance Transportation Services Authorized Under This Contract Extinguishes Any And All Liability On The Part Of Theâ va Beneficiaryâ for That Transportation Service. Â under No Circumstances Are Va Beneficiaries, Third Party Insurances, Medicare, Or Medicaid To Be Billed For The Services Performed Under This Contract.
period & Place Of Performance
this Contract S Ordering Period Shall Be Effective From Date Of Award Through September 30, 2030.
the Place Of Performance Is Variable; Ambulance Services May Be Required To And From Locations Including, But Not Limited To The Following:
phoenix Va Healthcare System Located At 650 East Indian School Road, Arizona 85012.
phoenix Va Healthcare System S Community-based Outpatient Clinics (cbocs):
Cboc Name
Address
pvahcs 32nd Street Clinic
400 North 32nd Street, Phoenix, Az 85008
northwest Va Clinic
13985 West Grand Ave., Surprise, Az 85295
ssgt Alexander W. Conrad Va Clinic (southeast)
3285 S. Val Vista Drive, Gilbert 85295
thunderbird Va Eye Clinic
9424 North 25th Ave., Phoenix, Az 85021
northeast Va Healthcare Clinic
11390 East Via Linda, Scottsdale, Az 85259
pvahcs Midtown Va Clinic
5040 North 15th Ave., Phoenix, Az 85015
southwest Va Clinic
9250 West Thomas Road, Phoenix, Az 85037
globe Ca Clinic
5860 Hospital Drive, Globe, Az 85501
show Low Va Clinic
5171 Cub Lake Road, Show Low, Az 85901
community Resource And Referral Center (crrc)
1500 East Thomas Road, Phoenix, Az 85014
fairmont Building
4001 North 3rd Street, Phoenix, Az 85012
missouri Building
711 East Missouri Avenue, Phoenix, Az 85017
payson Va Clinic
st Highway 260, Payson, Az 85541
other Va Medical Centers Or Hospitals Within Veterans Integrated Service Network (visn) 22 Including But Not Limited To:
facilty
address
northern Arizona Va Health Care System
500 Highway 89n, Prescott, Az 86313
southern Arizona Va Health Care System
3601 S. 6th Ave., Tucson, Az 85723
veteran S Residences.
local Airports:
sky Harbor International
3200 East Sky Harbor Blvd, Phoenix, Az 85034
Zip Codes Include But Not Limited To:
maricopa County
85142
85308
85041
85345
85033
85008
85338
85035
85009
85282
85234
85339
85037
85207
85022
85201
85379
85286
85295
85296
85224
85212
85281
85323
85225
85254
85353
85249
85205
85051
85283
85015
85226
85202
85255
85382
85806
85017
85044
85209
85374
85213
85021
85210
85298
85251
85027
85297
85260
85029
85392
85233
85303
85302
85340
85208
85018
85248
85206
85043
85042
85395
85016
85023
85040
85335
85048
85388
85020
85031
850331
85050
85257
85351
85032
85375
85019
85053
85304
85381
85014
85396
85085
85024
85006
85306
85258
85268
85259
85284
85013
85139
85028
85310
85288
85083
85373
85253
85215
85305
85355
85307
85118
85262
85266
85378
85004
85087
85054
85321
85289
85289
85337
85077
85263
85264
85320
85250
85387
85007
85012
85361
85003
85390
85354
85256
85034
85045
85239
85363
85322
85329
85309
85545
85287
85333
85377
85219
85025
85098
85227
85097
85099
85096
85290
85055
85313
85385
85318
85327
85343
85358
85372
85376
85236
85244
85246
85252
85261
85267
85271
85269
85275
85274
85277
85280
85285
85299
85311
85312
85001
85002
85005
85011
85010
85026
85030
85036
85039
85038
85036
85039
85038
85046
85060
85062
85061
85064
85063
85066
85065
85068
85067
85070
85069
85072
85071
85074
85073
85076
85075
85078
85080
85079
85082
85211
85214
85216
85190
85127
85326
85204
85301
85137
85147
85618
85192
85272
85292
85172
85221
85279
85231
85241
85135
85245
85237
85273
85218
85217
85217
85238
85293
85294
85220
85278
85228
85291
85191
85141
85121
85130
85145
85117
85178
navajo County
85901
85902
85911
85935
85929
85920
85912
85942
85928
85930
85934
gila County
85501
85502
85541
85547
quality Control Plan
Quality Control
the Contractor Shall Maintain A Quality Control Plan (qcp) That Contains, At A Minimum, The Following:
a Description Of The Company S Organizational Structure Including A Description Of The Roles And Responsibilities Of Management And Supervisors.
a Description Of The Methods To Be Used By The Contractor For Identifying And Preventing Deficiencies Or Problems In The Quality Of Service.
a Description Of The Specific Steps The Contractor Will Take For Corrective Action If Needed If A Deficiency Or Problem In The Quality Of Service Occurs.
a Description Of The Company S Records And Tracking System Used To Identify Up-to- Date Background Checks, Applicable Certifications And Tests, And Training Of Each Employee Performing Services Under This Contract.
a Description Of The Method Used To Provide On-time Ambulance Services To Meet The Requirements Of This Contract (24/7 Availability And Up To 2 Simultaneous Transports In Accordance With Pws 4.5.1.7).
a Description Of The Methods Used To Identify And Prevent Radio Communication Breakdowns And A Detailed Procedure For Alternative Communications In The Event Of Electronic And Mechanical Breakdown Of Vehicle Two-way Radios.
contengency Plan: (in Case Vetride Vendor Portal Is Down) A Description Of The Method/system Used To Log All Requests For Service. The Contractor Shall Confirm That The Log Indicates The Date And Time Of Service Call, Actual Time Of Pick-up Versus The Scheduled Time, Name Of Patient Requiring
services, Designated Pick-up And Delivery Points, Mileage, And Actual Waiting Time At Pick-up And Delivery Points If Waiting Charges Are Claimed. The Contractor Shall Confirm The Log Will Be Sent To The Cor Monthly.
the Government Will Evaluate The Contractor S Performance Under This Contract To Ensure That The
contractor S Qcp Is Adequate, And That Quality Is Achieved Through A Quality Assurance Surveillance Plan (qasp).
the Government Shall Prepare A Qasp After Contract Award Derived From The Pws And Contractor S Submitted Quality Control Plan. The Qasp Is A Living Document And The Government May Review And Revise It At Any Time. However, The Government Shall Coordinate Changes To The Qasp With The Contractor.
the Qasp Will Specify The Work Requiring Surveillance And The Government S Method Of Surveillance.
Minimum Performance Standards
the Contractor Shall Maintain Performance Standards In Accordance With The Standards Outlined In The Table Below. Failure To Meet The Acceptable Quality Levels (aql) May Result In Termination Of The Contract.
the Qasp Will Include The Standards Below As Well As Others Derived From The Successful Offeror S Quality Control Plan.
task
pws
reference
standard
acceptable Quality Level
method Of Surveillance
provide On- Time Ambulance
services
section 4.5.1.8.3
scheduled Patient Pick-ups Shall Not Deviate More Than 15 Minutes Past Scheduled Pick-up Time For Scheduled
orders
97%
customer Feedback
incident Reporting
section 4.8
the Contractor Shall Notify The Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Program Manager, Benefits Management, By The Close Of Business Of The Next Working Day.
97%
customer Feedback
invoice Reports
section 4.9
provide A Monthly Invoice Including Secondary Documentation In Accordance With Section 4.10 Of The Pws
95%
100% Inspection
of Monthly Invoices/reports
covid-19 Or Other Similar Infectious Diseases
contractor Shall Not Refuse Transports Of Covid-19 Positive Or Other Similarly Infected Patients.
Contractor Shall Abide By All Additional Procedures And Precautions That May Be Implemented By The Va Based On Va-issued Guidance And/or Cdc Recommendations. These Procedures Are Subject To Change Throughout The Life Of The Contract And Will Be Incorporated Via Amendment.
contractor Shall Have Written Policy Of Steps They Will Take To Prevent The Spread Of Covid-19 Or Other Similarly Infectious Diseases By Their Employees And/or Vehicles. This Policy Shall, At A Minimum, Include Procedures Of Screening Drivers Before Each Shift, Deliberate Decontamination Of Their Vehicles And All Other Preventative Precautions Taken By Contractor Employees.
contractor Shall Furnish All Required Ppe Throughout The Life Of The Contract.
conformity To Regulations
8.1 The Contractor And His/her Operators Shall Conform To All Federal, State, And Local Regulations Governing The Performance Of Contracted Services.
8.2 Vamc Facilities Have Been Designated No Smoking Areas In Their Entirety. Individuals Found In Violation Of This No Smoking Policy May Be Subject To A $50.00 Federal Citation For Disregarding Posted Safety Rules And Regulations. Furthermore, The Contractor May Be Directed To Stop Work. The Contractor Is To Notify All Of His/her Employees And/or Sub-contractors Of This Strict Enforcement Policy.
wage Rates
9.1. Wage Determination(s) As Listed In Section D In This Solicitation Are Applicable To Any Resulting Contract.
9.2. The Contractor Certifies By Signature On This Offer That The Salaries To Be Paid Workers Involved In The Performance Of The Contract Are Equal To Or Greater Than Those Specified In The Attached Wage Determination(s).
9.3 The Department Of Labor Has Held That Contractors Must Pay Their Employees The Service Contract Act Waged While They Are Driving Both To And From Destinations For The Va. The Wage Determination Is Attached In Section D.
evidence Of Coverage
10.1 Before Commencing Work Under The Contract, The Contractor Shall Furnish The Contracting Officer With A Certification From His/her Insurance Company Indication That The Coverage Outlined In This Contract Has Been Obtained And That It May Not Be Changed Of Canceled During The Term Of The Contract.
worker S Compensation
11.1 The Act Of June 25, 1936, 42 Stat. 1938 (40 Usc 290), Authorized The Constituted Authority Of The Several States To Apply Their Workmen S Compensation Laws To All Lands And Premises Owned Or Held By The United States. The Contractor Agrees To Procure And Maintain While The Contract Is In Effect, Worker S Compensation And Employers Public Liability Insurance. The Policy Shall Provide Coverage For Public Liability Limits Of Not Less Than The Statutory Limitations For Any One Accident, And At Least Meet The Statutory Limitations If More Than One Person Is Involved. , Upon Award Of The Contract, The Contractor Shall Furnish To The Contracting Officer A Certificate From Its Insurance Company Indicating That This Coverage Has Been Obtained And That Such Coverage May Not Be Changed Or Canceled Unless 30 Day Advance Written Notice Is Provided To The Contracting Officer.
contractor Personnel Security Requirements
12.1 All Contractor Employees Who Require Access To The Department Of Veterans Affair's Computer Systems Or Who Come Into Contact With Veteran/beneficiaries Shall Be The Subject Of A Background Investigation And Must Receive A Favorable Adjudication From The Va Office Of Security And Law Enforcement Prior To Contract Performance. This Requirement Is Applicable To All Subcontractor Personnel Requiring The Same Access. If The Investigation Is Not Completed Prior To The Start Date Of The Contract, The Contractor Will Be Responsible For The Actions Of Those Individuals They Provide To Perform Work For The Va.
position Sensitivity - The Position Sensitivity For This Contract Has Been Designated As Low Risk.
background Investigation - The Level Of Background Investigation Commensurate With The Required Level Of Access For This Contract Is National Agency Check With Written Inquiries.
Contractor Responsibilities:
the Contractor Shall Pre-screen All Personnel Requiring Va Access To Ensure They Maintain A U.s. Citizenship And Are Able To Read, Write, Speak, And Understand The English Language.
the Contractor Shall Submit Or Have Their Employees Submit To The Cor Completed Background Investigation Forms Requested By Department Of Veterans Affairs, Office Of Security And Law Enforcement, Security And Investigations Center, 2200 Fort Roots Drive Bldg. 104, North Little Rock, Ar 72114 Within 30 Days Of Contract Award.
the Contractor, When Notified Of An Unfavorable Determination By The Government,
Shall Withdraw The Employee From Consideration From Working Under The Contract.
Failure To Comply With The Contractor Personnel Security Requirements May Result In
Termination Of The Contract Or Cause.
the Contractor Shall Agree That All Deliverables, Associated Working Papers, And Other Material Deemed Relevant By The Contractor In The Performance Of This Task Order Are The Property Of The United States Government. The Contractor Shall Agree That All Individually Identifiable Health Information Shall Be Treated With The Strictest Confidentiality. Access To Records Shall Be Limited To Essential Personnel Only. Records Shall Be Secured When Not In Use. At The Conclusion Of The Contract, All Copies Of Individually Identifiable Health Records Shall Be Destroyed Or Returned To The Va. Any Individually Identifiable Health Records Shall Be Deleted From Computers Not Belonging To The Va. The Contractor Shall Comply With The Privacy Act, 38 U.s.c. 5701, 38 U.s.c. 7332, And 5 U.s.c. 552(a) Et. Seq. Contractor Staff Shall Sign Confidentiality Statements Before The Start Date Of The Contract. The Contractor Shall Comply With All Provisions Of The Health Information Portability And Accountability Act (hipaa), Including But Not Limited To Privacy, Security Of Electronic Health Data, And Adherence To Standards And Code Sets As Required By Hipaa. The Contractor Shall Ensure The Confidentiality Of All Patient And Employee Information And Shall Be Held Liable In The Event Of Breach Of Confidentiality. Any Person, Who Knowingly Or Willingly Discloses Confidential Information Obtained From The Va With Non-essential Persons, May Be Subject To Fines.
privacy & Confidentiality Statement:
in Reference To Vha Handbook 6500.6 Appendix A, Block 6, The Equipment Included In This Contractor Does Or Does Not Involve Connection Of It Devices To A Va Network. Therefore, C&a, Sap, & The Following From App C Apply
in Reference To Vha Handbook 6500.6 Appendix A, Block 7, The Equipment Does Or Does Not Involve Storing, Generating, Transmitting, Or Exchanging Va Sensitive Information.â Therefore, The Following From App C Apply.
the Contractor, Their Personnel, And Their Subcontractors Shall Be Subject To The Federal Laws, Regulations, Standards, And Va Directives And Handbooks Regarding Information Protection, Patient Privacy, And Information System Security As Delineated In This Contract.
during Contract Performance, Contractor May Require Access To Va Facility, Equipment, Information Systems, Or Sensitive Data; To Provide Services, Install, Train, Maintain Or Repair Equipment.
va Course No. Va10176 Is Privacy Training Required For Va Contractors Requiring Access To Va Facilities For More Than 2 Consecutive Days Or Any Access To Va Information Systems.â Training Will Be Completed Prior To Being Granted Access To Facilities, Equipment, Or To The Data Therein.â Training Is Available On Va Tms Website At: Https://www.tms.va.gov/secureauth35/.
contractor Will Provide Evidence Of Training To The Cor, Upon Request.
12.1.1 Hipaa Compliance. Hipaa Compliance Is Required. The Contractor Must Adhere To The Provisions Of Public Law 104-191, Health Insurance Portability And Accountability Act (hipaa) Of 1996 And The National Standards To Protect The Privacy And Security Of Protected Health Information (phi). As Required By Hipaa, The Department Of Health, And Human Services (hhs) Has Promulgated Rules Governing The Security And Use And Disclosure Of Protected Health Information By Covered Entities, Including The Department Of Veterans Affairs (va). In Accordance With Hipaa, The Contractor May Be Required To Enter Into A Business Associate Agreement (baa) With Va.
12.1.2 Blood Borne Pathogens: The Contractor And The Employees Provided, Pursuant To This Contract, Shall Comply With The Effective Vamc Policy (and Occupational Health Requirements In Accordance With Osha Blood Borne Pathogens (bbp) Law And The Osha Tuberculosis Compliance Directive, Enforceable Under Osha S General Duty Clause) Governing Health Care Workers Infected With A Blood Borne Pathogen. If The Contractor Obtains Information That A Health Care Worker Providing Care Pursuant To This Agreement May Be Infected With A Blood Borne Pathogen, The Contractor Will Advise The Contracting Officer Immediately.
medical Liabilities Insurance
13.1 The Contractor Shall Carry Required Insurance (see Vaar Clause 852.237-7 Indemnification And Medical Liability Insurance) And Vehicle Insurance In Accordance With The State Of Arizona, Department Of Health Services.
annual Vha Training
14.1 In Accordance With Vha Directive 2003-028 "compliance And Business Integrity Program", Its Updates Or Replacement Directives, Ig Guidance At 8994, Section Ii(c); Guidance At 4875, Section Iii (b)(4) Sentencing Guidelines, Section 8b2.1 (b) (4) (b) Annual Compliance Training Is To Be Provided To All Contractors Within The Scope Of Their Work. The Medical Center Cotr S Are To Coordinate The Annual Training With Their Respective Contracting Officer And Compliance And Business Integrity Officers. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Compliance And Business Integrity Officers For Their Files.
in Accordance With Vha Directive 1605.1 Privacy And Release Of Information , Updates Or Replacement Directives Annual Vha Privacy Policy Training Is To Be Provide To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Privacy Officer For Their Files.
in Accordance With Va Directive 6500, Information Security Program , Updates Or Replacement Directives Annual Vha Cyber And Security Information Training Is To Be Provided To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Information Security Officer For Their Files.
conformance With Environmental Management Systems
15.1 The Contractor Shall Perform Work Under This Contract Consistent With The Relevant Policy And Objectives Identified In The Agency, Organizational, Or Facility Environmental Management System (ems) Applicable For Your Contract. The Contractor Shall Perform Work In A Manner That Conforms To All Appropriate Environmental Management Programs And Operational Controls Identified By The Agency, Organizational, Or Facility Ems, And Provide
monitoring And Measurement Information As Necessary For The Organization To Address Environmental Performance Relative To The Environmental, Energy, And Transportation Management Goals. In The Event An Environmental Nonconformance Or Noncompliance Associated With The Contracted Services Is Identified, The Contractor Shall Take Corrective And/or Preventative Actions. In The Case Of A Noncompliance, The Contractor Shall Respond And Take Corrective Action Immediately. In The Case Of A Nonconformance, The Contractor Shall Respond And Take Corrective Action Based On The Time Schedule Established By The Ems Site Coordinator. In Addition, The Contractor Shall Ensure That Their Employees Are Aware Of The Roles And Responsibilities Identified By The Environmental Management System And How These Requirements Affect Their Work Performed Under This Contract.
all On-site Contractor Personnel Shall Complete Yearly Epa Sponsored Environmental Training Specified For The Type Of Work Conducted On-site. Upon Contract Award, The Contracting Officer's Representative Will Notify The Facility-level Environmental Management Systems Coordinator To Arrange Ems Training For Appropriate Staff.
contractor Performance Assessment Rating System (cpars)
required Registration With Contractor Performance Assessment Rating System (cpars)
16.1 As Prescribed In Federal Acquisition Regulation (far) Part 42.15, The Department Of Veterans Affairs (va) Evaluates Contractor Past Performance On All Contracts That Exceed $1,000,000 And Shares Those Evaluations With Other Federal Government Contract Specialists And Procurement Officials. The Far Requires That The Contractor Be Provided An Opportunity To Comment On Past Performance Evaluations Prior To Each Report Closing. To Fulfill This Requirement Va Uses An Online Database. The Cpars Database Information Is Shared With The Past Performance Information Retrieval System (ppirs) Database, Which Is Available To All Federal Agencies.
16.2 Ach Contractor Whose Contract Award Is Estimated To Exceed $1,000,000 Is Required To Register With The Contractor Performance Assessment Rating System (cpars) Database At The Following Https://www.cpars.gov/or By Calling (207) 438-1690. Registration Should Occur No Later Than Thirty Days After Contract Award And Must Be Kept Current Should There Be Any Change To The Contractor S Registered Representative.
16.3 For Contracts With A Period Of One Year Or Less, The Contracting Officer Will Perform A Single Evaluation When The Contract Is Complete. For Contracts Exceeding One Year, The Contracting Officer Will Evaluate The Contractor S Performance Annually. Interim Reports Will Be Filed Each Year Until The Last Year Of The Contract When The Final Report Will Be Completed. The Report Shall Be Assigned In Cpars To The Contractor S Designated Representative For Comment. The Contractor Representative Will Have Thirty Days To Submit Any Comments And Re-assign The Report To The Va Contracting Officer.
16.4 Failure To Have A Current Registration In The Cpars Database, Or To Re-assign The Report To The Va Contracting Officer Within Those Thirty Days, Will Result In The Government S Evaluation Being Placed On File In The Database With A Statement That The Contractor Failed To Respond.
surveillance Checklist
southern Arizona Va Healthcare System (savahcs)
contract: Ground Ambulance
date/time Of Inspection:
government Poc Primary:
government Poc Alternate:
organization:
savahcs
location: Bldg. Post
ss
performance Objective
pws Para
performance Threshold
method Of Surveillance
met
not Met
remarks
ss 1
the Contractor Shall Provide Ambulance Service, 24 Hours Per Day, 365 Days Per Year, As Required In Accordance With The Terms And Conditions Contained Herein.
1
95% Compliance
100% Surveillance Of Each Patient Pick-up.
ss 2
the Objective Of Standards For Maintenance Is To Protect Veterans And To Cause No Harm To All Parties. The Contractor Shall Maintain All Vehicles In A Clean And Orderly Condition, Free From Debris And Accumulations Which May Create An Accident, Injury, Or Fire Hazard.
4.4.3
95% Compliance
100%
surveillance
ss3
the Contractor Shall Maintain (and Furnish Upon Request) Procedures That Outline Preventive Maintenance And/or Repairs On Each Vehicle In An Individual Vehicle File And In Chronological Order, Latest Service On Top. A Statement From The Contractor Indication Compliance Of Vehicle Maintenance Files Is In Place Should Be Submitted At Time Of Offer For Evaluation Purposes. Requested Submission And Verification Of These Documentation Requirements Will Be A Quality Assurance Procedure During The Contract Period.
4.4.3
95% Compliance
100%
surveillance
ss4
the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract.
4.3.1
100% Compliance
100%
surveillance
ss5
have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974).
4.3.1
100% Compliance
100%
surveillance
ss6
a Licensed Mto Shall Ensure That Sanitation Procedures Are Provided To All Personnel In A Written Document That Conforms With Current Standards As Set Forth In Occupational Safety And Health Administration-blood Borne Pathogens Protocol.
attachment B
100% Compliance
100%
surveillance
attachment A
specialty Care Transport (sct) Or Critical Care Transport (cct) Confirmation
if A Transport Is Classified As A Critical Care Transport (cct) The Offeror Must Be Capable Of Transporting The Drugs And/or Equipment As Required By The Patient (listed Below), Up To And Including Specialty Care Transport (sct) Or Critical Care Transport (cct), If Necessary, Based On The Ems Region The Ambulance Provider Is Functioning In. Prospective Offerors Must Sign And Return This Form Confirming They Can Meet These Criteria For Ccts Ordered Under This Contract.
drug Supply List: Equipment List:
acetylcysteine (acetadote, Mucomyst) Chest Tubes
amiodarone (cordarone) Portable Mechanical Vents; Including
antibiotics Cpap.
blood And Blood Products All Vads
diltiazem (cardizem) Cvp Lines
dobutamine Swan-fanz Line
dopamine Smart Pump Capability: Up To 6 Iv Drips
*any Pump(s) Capable For Up To And Including 6 Infusion Lines Or Iv Drips As Required By The Patient. If The Pumps Are Not Compatible With Va Supplied Iv Tubing, The Contracted Ambulance Would Need To Provide Their Own Tubing And Be Able To Switch The Tubing Over Prior To Transport. *
fentanyl (sublimaze)
furosemide (lasix)
heparin
hyperalimentation
(tpn And Lipids)
insulin
labetalol (trandate)
lidocaine
lorazepam (ativan)
magnesium Sulfate
mannitol
zoll X Series Critical Care Monitor Capabilities:
continuous 12-lead Ekg Monitoring
2-temperature Monitoring
automatic Blood Pressure
capnography
2 Arterial Lines Monitoring
midazolam (versed)
milrinone (primacor)
nicardipine (cardene)
nitroglycerin (nitrostat, Nitro-dur, Nitro-bid)
norepinephrine (levophed)
octreotide (sandostatin)
ondansetron (zofran)
pantoprazole (protonix)
phenylephrine (neo-synephrine)
potassium Chloride
propofol
sodium Bicarbonate
vasopressin (pitressin)
tpa* (pending)
i Hereby Confirm That _______________________________ Can Meet The Criterion For Critical Care Transports.
(company Name)
_____________________________________ ______________
signature Of Company Representative Date
Important Information: The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. The Va Is Mandated By Public Law 109-461 To Consider A Total Set-aside For Service-disabled Veteran Owned Small Business Set Aside. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open Competition May Be Determined. No Sub-contracting Opportunity Is Anticipated. The North American Classification System (naics) Code For This Acquisition Is 621910 Ambulance Services ($22.5 Million).
notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) At Www.sam.gov And Complete Online Representations And Certifications Application (orca). Additionally, All Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The Department Of Veterans Affairs Center For Veterans Enterprise Vetbiz Registry Located At Http://vip.vetbiz.gov. All Interested Offerors Must Submit Information By E-mail To Michael.williams48@va.gov. All Information Submissions Should Be Received No Later Than 3:00 Pm Arizona Time On March 14, 2025. After Review Of The Responses To This Announcement, The Government Intends To Proceed With The Acquisition And A Subsequent Solicitation Will Be Published.
Closing Date14 Mar 2025
Tender AmountRefer Documents
Caraga Regional Hospital Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2024-01-15 (114) Supply And Delivery Of Various Cartridges And Filtering Materials For Hemodialysis Under Single-year Framework Agreement ( Early Procurement Activity ) Approved Budget For The Contract: Php 6,166,500.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy2025 Raf / Gaa Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Six Million One Hundred Sixty Six Thousand Five Hundred Pesos Only ( Php 6,166,500.00 ) As To Payment Under The Contract For Supply And Delivery Of Medicines And Fluids For Hemodialysis 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. This Is A Lot Bid. Item No Description Qty Unit Of Measure Unit Cost Total Cost Lot 1 Hemodialysis Supplies 1 Bicarbonate Cartridge 12,000 Pcs 324 ₱3,888,000.00 650gm 36 Months Shelf Compatible For B-bruan Machine Total ₱3,888,000.00 Lot 2 Ro Supplies 2.1 Ro Membrane 4021 10 Pcs 15,000.00 ₱150,000.00 Size (approximate): 4" Dia. X 21"l Flow Rate: 900 Gpd (3.41 M³/d) Applied Pressure: 225 Psig (15.5 Bar) Stabilized Salt Rejection: 99.5% Active Surface Area: 36 Sq. Ft. Single Element Recovery: 8% Exterior: Tape-wrapped Membrane Type: Polyamide Thin-film Composite Maximum Operating Temperature: 113°f (45°c) Maximum Operating Pressure:600 Psig (41 Bar) Maximum Pressure Drop:13 Psig (0.9 Bar) Maximum Feed Flow Rate:14 Gpm (3.2m³/h) Ph Range, Continuous Operation*:2-11 Ph Range, Short-term Cleaning**:1-13 Maximum Feed Silt Density Index:5 Fere Clorine Tolerance***: <0.1ppm 2.2 Ro Membrane 4040 10 Pcs 15,000.00 ₱150,000.00 Size 100*100*1000mm Membrane Type: T.f.c Effctive Membrane Area: 7.2m2 Test Pressure: 15.5bar Capacity 2500gpd Part Number Dry (wet) 356603 / (356602) Feed Spacer Thickness (mil) 28 Active Area – Ft2 (m2) 94 (8.7) Permeate Flow Rate Gpd (m3/d) 2500 (9.5) Min. Salt Rejection (%) 99.1 Stabilized Salt Rejection (%) 99.2 2.3 Uv Lamp 2gpm 10 Pcs 4,000 ₱40,000.00 2gpm Approximate Flow Rate: 453 Liters / Hour. Input / Output: 1/2 “npt Male. Maximum Pressure: 8,61 Bar. Average Life Of Use: 8,000 Hours Or 1 Year. Material: Stainless Steel Aisi-304. Includes Transformer 220-240v 50/60 Hz 0.13a. 2.4 Uv Lamp 12gpm 10 Pcs 6,000 ₱60,000.00 12gmp Dimension 3"x40" Flow Rate (gpm) 12 Electrical 110-130v/50-60 Hz Maximum Operating Pressure 125 Psi Lamp Life 9000 Hrs ( Approx. 1 Year Of Use) Audible Lamp Failure Yes Led "power-on" Indicator Yes 2.5 Industrial Salt 250 Sack 600 ₱150,000.00 Moisture 0.6-1.5 % Purity (nacl) Min. 98.5-99 % Water Insoluble Matter 0.33 % So4 0.23 % Ca 0.06 % Mg 0.11 % Cu 0.01 % K 0.02 % Caso4 0.2 % Mgso4 0.11 % Mgcl2 0.36 % 5-6mm Max. 3 % 3-5mm 20-40 % 1-3mm 20-40 % +0.8mm 10-15 % -0.8mm Max. 3 % Yps Anti-caking Agent 80-100 Ppm Granulation 0-3, 0-5, 3-12, 0-12mm 2.6 Sediment Filter Sl 10” 1 Micron 200 Pcs 264 ₱52,800.00 Material: Food-grade Polypropylene Fibers Size: 10sl Filter Fineness 1mm Length 10" Width: 2.7cm 2.7 Sediment Filter Sl 10” 5.0 Micron 200 Pcs 216 ₱43,200.00 Filter Micron: 10 Material: Polypropylene (pp) Length: 10" (25.4 Cm) Diameter: 2.35" (6 Cm) 2.8 Sediment Filter 5 Micron Bb20 200 Pcs 660 ₱132,000.00 Dia:4.5inch Height: 20inch 2.9 Sediment Filter 1 Micron Sl20 200 Pcs 660 ₱132,000.00 Filter Micron: 1 Material: Polypropylene (pp) Length: 20" Diameter: 2.5 2.10 Sediment Filter 0.2 Micron Sl20 200 Pcs 660 ₱132,000.00 Filter Micron: 0.2 Material: Polypropylene (pp) Length: 20" Diameter: 2.5 2.11 Carbon Block Filter Cartridge Sl20 200 Pcs 1,740.00 ₱348,000.00 Filter Media:100 % Coconut Shell Carbon Dimensions: Standard Type: 28 X 1 Mm Id, 67 X 1.5 Mm Od:20” L 2.12 Water Softener Cartridge Sl20 200 Pcs 1,740.00 ₱348,000.00 Reduced By Ion Exchange Water Hardness Scale Removal Make Hard Water Into Soft Water To Avoid Drinking Hard Water Body With Stones Material: Resin Size: 20” 2.13 Absolute Filter Sl 10 0.2 Micron 200 Pcs 1,620.00 ₱324,000.00 0.2 Micron Absolute Pleated Filter Cartridge To Fit All Sl10 Standard-size Housing (2.5" X 10") Total ₱1,390,000.00 Lot 3 Hemoperf Cartridge 3.1 Hemoperfusion Cartridge Ha 130 30 Pcs 8,950.00 ₱268,500.00 Ha130 Disposable Hemoperfusion Cartridge Adsorbentvolume(ml) : 130 Biocompatibility : Tested Required In Iso10993 Adsorbent Material: Double Cross-linked Styrene-divinylbenzene Compolymers Housing Material: Polycarbonate Sterilization Method: Lrradiation Sterilization Unit Package: 195+2mm(l)*110+2mm(w)*110.5+2mm(h) 3,2 Hemoperfusion Cartridge Ha 230 5 Pcs 22,000.00 ₱110,000.00 Ha230 Disposable Hemoperfusion Cartridge Adsorbentvolume(ml) : 130 Biocompatibility : Tested Required In Iso10993 Adsorbent Material: Double Cross-linked Styrene-divinylbenzene Compolymers Housing Material: Polycarbonate Sterilization Method: Lrradiation Sterilization Unit Package: 232+2mm(l)*114+2mm(w)*114+2mm(h) 3.3 Hemoperfusion Cartridge Ha 330 15 Pcs 34,000.00 ₱510,000.00 Ha330 Disposable Hemoperfusion Cartridge Adsorbentvolume(ml) : 130 Biocompatibility : Tested Required In Iso10993 Adsorbent Material: Double Cross-linked Styrene-divinylbenzene Compolymers Housing Material: Polycarbonate Sterilization Method: Lrradiation Sterilization Unit Package: 285+2mm(l)*117+2mm(w)*108+2mm(h) Total ₱888,500.00 Grand Total ₱6,166,500.00 Terms Of Reference Bidders Must Submit The Following During Post-qualification: 1 Samples If Offered Item Is Not Previously Procured Or If Required By The Procuring Entity 2 Brochures Indicating Specification 3 Terms Of Delivery: 15 Calendar Days Upon Receipt Of Call-off 4 Delivery Schedule: Upon Call Off 5 This Procurement Is Under Framework Agreement -single Year Framework Agreement 6 Terms Of Payment. Payment Shall Be Made Upon Complete Delivery Per Call – Off. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. 7 This Procurement Is Lot Bid – Single Lot And Awarded In One Contract. Bidder Shall Bid All The Items In A Lot. 8 Product Expiration Date Must Be At Least 6 Months To 1 Year From Date Of Delivery 9 Validity Of The Contract / Contract Termination 10 Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: 11 A. When The Total Quantity Specified In The Contract Has Been Exhausted Within A Single Year 12 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. 13 Repeat Order: 14 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. 15 2. In Case Repeat Order Is Allowed And Resorted To, The Twenty-five (25%) Maximum Allowable Quantity Shall Be Based On The Aggregate Quantity Of Actual Items Ordered And Delivered. 16 General Conditions 17 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 Hemodialysis Supplies Or Medical Supplies 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 15. 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 9, 2024 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/86588532546?pwd=z6l92bxp5um395pdgzmejhiz1thly9.1 Meeting Id: 865 8853 2546 Passcode: 188233 Deadline Of Submission Of Bids January 15, 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 15, 2025 At 2:00 P.m. Via Zoom Platform Join Zoom Meeting Https://us06web.zoom.us/j/82209192664?pwd=ofzrjrf2nipkrnbna9ziqj6xqjea6l.1 Meeting Id: 822 0919 2664 Passcode: 481797 Complete Philippine Bidding Documents Please Click The Link Below: Https://drive.google.com/drive/folders/1pt6urjgywj9uetpvfbbyig7x0stk0sxl?usp=sharing Amount Of Bidding Documents: Lot 1: Php 5,000.00 Lot 2: Php 5, 000.00 Lot 3: Php 1,000.00 This Bidding Document Fee Is Only Applicable If A Bidder Will Only Bid One Lot. However, Bidder Who May Participate All The Lots, Bidding Documents Is Amounting To Php 10,000.00. Payment Of The Bidding Documents Is Non-refundable 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 15, 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 15, 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
Closing Date22 Jan 2025
Tender AmountPHP 6.1 Million (USD 105.2 K)
QUISAO INTEGRATED NATIONAL HIGH SCHOOL Tender
Software and IT Solutions
Philippines
Details: Description Republic Of The Philippines Department Of Education Region Iv-a Calabarzon Division Of Rizal Quisao Integrated National High School Rfq No.: Rfq-2025-01-001 Request For Quotation The Department Of Education – Quisao Integrated National High School Through Its Bids And Awards Committee, Will Undertake A Small Value Of Procurement For The Item/s Stated Below, In Accordance With Section 52.1(b), Of The Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184 Or The Government Procurement Reform Act (gpra): Description Approved Budget For The Contract (abc) Inclusive Of Vat Supply And Delivery To Quisao Integrated Nhs Of Various Ict Office Supplies Php 350,000.00 Delivery Date: 3 Calendar Days Upon Receipt Of Purchase Order Delivery Venue: Quisao Integrated National High School, J. P. Rizal St. Brgy. Quisao, Pililla, Rizal Award Of Contract Shall Be Made To The Bidder With The Lowest Quotation For The Subject Items Which Comply With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein: Documents For Submission (certified True Copy If Not Original): 1. 2. 3. 4. 5. Latest Mayor’s Permit Dti Certificate Bir Registration Certificate Philgeps Registration Number Price Quotation 6. Tax Clearance Quotations/proposals And Documentary Requirements Shall Be Put In Sealed Expandable Brown Envelope And Must Be Delivered/submitted To The Address Below On Or Before January 30, 2025, 9:00 A.m. Late Proposals Shall Not Be Accepted. Opening Of Quotations / Proposals Shall Be On January 30, 2025 10:00 A.m. At Quisao Integrated National High School, J.p. Rizal St., Quisao, Pililla, Rizal. Please Quote Your Lowest Net Price To The Government, Taxes/ Vat Included, Stating The Terms Of Payment And The Shortest Time Of Delivery Of The Items Per Specifications Indicated Above And Furnishing Description, Brochures, Catalog And/or Literature, If Available. In Case You Are The Exclusive Manufacturer/distributor/dealer In The Locality, State So In Your Quotation. Quisao Integrated National High School j.p. Rizal St., Quisao, Pililla, Rizal ☎0917-189-8084/ 301454@deped.gov.ph Republic Of The Philippines Department Of Education Region Iv-a Calabarzon Division Of Rizal Quisao Integrated National High School Note: Please Do Submit Quotation (hard Copy) And Required Documents In A Sealed Envelope To: Contact Person Contact No. Place Of Submission : : : Jennie T. Catacutan Bac Secretariat +63-933-649-5761 Bids And Committee (bac) Office, Quisao Integrated National High School, J. P. Rizal St., Quisao, Pililla, Rizal The Deped Rizal / Quisao Integrated Nhs – Bac Reserved The Right To Accept Or Reject Any Quotations / Proposals, And To Annul The Procurement Process And Reject All Quotations / Proposal At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Deped Rizal / Quisao Integrated Nhs – Bac Also Reserves The Right To Waive Any Required Formality In The Proposals Received, And Select The Proposal Which It Determines To Be The Most Advantageous To The Government. For Further Information, Please Refer To: Jennie T. Catacutan Bac Secretariat Quisao Integrated National High School J. P. Rizal St. Quisao, Pililla, Rizal Email Address: 301454@deped.gov.ph Erizza D. Terana Bac Chairperson Quisao Inhs Quisao Integrated National High School j.p. Rizal St., Quisao, Pililla, Rizal ☎0917-189-8084/ 301454@deped.gov.ph Republic Of The Philippines Department Of Education Region Iv-a Calabarzon Division Of Rizal Quisao Integrated National High School Price Quotation Form Date: __________________ Bac Chairperson Department Of Education Quisao Integrated National High School Pilill, Rizal Sir / Madam: Annex A After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation/s For The Item/s As Follows: Quantity Unit Item Description Unit Cost 200 Ream Bond Paper A4 70gsm 500sheets Ream Bond Paper Letter 70gsm 500sheets Total Contract Cost 170 90 Ream Bond Paper Long 70gsm 500sheets Bottle Ink Black 003 Genuine 100 60 Bottle Ink Cyan 003 Genuine Bottle Ink Magenta 003 Genuine 60 60 Bottle Ink Yellow 003 Genuine Bottle Ink Black 664 Genuine 60 40 Bottle Ink Cyan 664 Genuine Bottle Ink Magenta 664 Genuine 40 40 Bottle Ink Yellow 664 Genuine Piece Sign Pen Fine Tip .3 Black 60 Bottle 60 All Purpose (white) 100g/100 Ml Box 10 Blue Ballpen 12 Pcs Per Box Box 10 Black Ballpen 12pcs Per Box Piece Masking Tape 1"x 30 M 60 70 Piece Transparent Tape 1" X 30m 1 Roll Transparent Plastic Cover Roll 48"x50m 2.6 Gauge 50 Piece Correction Tape 12m 4 Pack Specialty Board 8.5 X 11 180 Gsm 100 Sheets Per Pack Quisao Integrated National High School j.p. Rizal St., Quisao, Pililla, Rizal ☎0917-189-8084/ 301454@deped.gov.ph Republic Of The Philippines Department Of Education Region Iv-a Calabarzon Division Of Rizal Quisao Integrated National High School 1 Pack Specialty Board Long 180 8.5 X 13, Gsm, 100 Sheets Per Pack 45 Box Box Binder Clips Black 25mm 50 Binder Clips Black 32mm Box 50 Binder Clips Black 50mm Box 50 Fastener Plastic 1 Pack Laminating Film 100 Sheets Per Pack 125 Microns 50 Piece Double Adhesive Tape 1"x30m Piece Legal Size White Folder (ordinary) 250 100 Piece Short White Folder (ordinary) 4 Box Permanent Marker Black 12 Pcs Per Box 2 Box Whiteboard Marker Black 12 Pcs Per Box 1 Box Whiteboard Marker Blue 12pcs Per Box 1 Box Whiteboard Marker Red 12 Pcs Per Box 8 Box Pencil 12 Pcs Per Box 8 Bottle Whiteboard Marker Ink Black 8 Bottle Permanent Marker Ink 1 Piece Illustration Board 1 Whole 2 Pack Mailing Envelope White Long (500pcs Per Pack) 10.5 Cm X 24cm 2 Pack Parchment Paper 10 Pcs Per Pack 8x 11.5 3 Pack Gold Certificate Foil Seal 3 Inches Piece Expandable Brown Envelope Legal Size 100 1 Unit Printer 3 In 1 (print, Photocopy, Scan) Total Amount In Words: __________________________________________________________________ _________________________________________________________________________________ The Above-quoted Prices Are Inclusive Of All Costs And Applicable Taxes Very Truly Yours, ____________________________ Name / Signature Of Representative ____________________________ Name Of Company ______________________ Contact No./email Address Quisao Integrated National High School j.p. Rizal St., Quisao, Pililla, Rizal ☎0917-189-8084/ 301454@deped.gov.ph Republic Of The Philippines Department Of Education Region Iv-a Calabarzon Division Of Rizal Quisao Integrated National High School Quisao Integrated National High School j.p. Rizal St., Quisao, Pililla, Rizal ☎0917-189-8084/ 301454@deped.gov.ph Annex B Technical Specifications I Hereby Certify To Comply All The Above Requirements: Quantity Unit Of Measure Item Description 200 Ream Bond Paper A4 70gsm 500sheets 170 Ream Bond Paper Letter 70gsm 500sheets 90 Ream Bond Paper Long 70gsm 500sheets 100 Bottle Ink Black 003 Genuine 60 Bottle Ink Cyan 003 Genuine 60 Bottle Ink Magenta 003 Genuine 60 Bottle Ink Yellow 003 Genuine 60 Bottle Ink Black 664 Genuine 40 Bottle Ink Cyan 664 Genuine 40 Bottle Ink Magenta 664 Genuine 40 Bottle Ink Yellow 664 Genuine 60 Piece Sign Pen Fine Tip .3 Black 60 Bottle All Purpose (white) 100g/100 Ml 10 Box Blue Ballpen 12 Pcs Per Box 10 Box Black Ballpen 12pcs Per Box 60 Piece Masking Tape 1"x 30 M 70 Piece Transparent Tape 1" X 30m 1 Roll Transparent Plastic Cover Roll 48"x50m 2.6 Gauge 50 Piece Correction Tape 12m 4 Pack Specialty Board 8.5 X 11 180 Gsm 100 Sheets Per Pack 1 Pack Specialty Board Long 180 8.5 X 13, Gsm, 100 Sheets Per Pack 45 Box Binder Clips Black 25mm 50 Box Binder Clips Black 32mm 50 Box Binder Clips Black 50mm 50 Box Fastener Plastic 1 Pack Laminating Film 100 Sheets Per Pack 125 Microns 50 Piece Double Adhesive Tape 1"x30m 250 Piece Legal Size White Folder (ordinary) 100 Piece Short White Folder (ordinary) 4 Box Permanent Marker Black 12 Pcs Per Box (refillable Ink) Republic Of The Philippines Department Of Education Region Iv-a Calabarzon Division Of Rizal Quisao Integrated National High School 2 Box Whiteboard Marker Black 12 Pcs Per Box (refillable Ink) 1 Box Whiteboard Marker Blue 12pcs Per Box 1 Box Whiteboard Marker Red 12 Pcs Per Box 8 Box Pencil 12 Pcs Per Box Mongol 8 Bottle Whiteboard Marker Ink Black 8 Bottle Permanent Marker Ink Black 1 Piece Illustration Board 1 Whole 2 Pack Mailing Envelope White Long (500pcs Per Pack) 10.5 Cm X 24cm 2 Pack Parchment Paper 10 Pcs Per Pack 8x 11.5 3 Pack Gold Certificate Foil Seal 3 Inches 100 Piece Expandable Brown Envelope Legal Size 1 Unit Printer 3 In 1 (print, Photocopy, Scan) With Feeder For Photocopy Of Legal Size Paper _______________________________ Name Of Company / Bidder _____________________________________ _________ Signature Over Printed Name Of Representative Date Quisao Integrated National High School j.p. Rizal St., Quisao, Pililla, Rizal ☎0917-189-8084/ 301454@deped.gov.ph Republic Of The Philippines Department Of Education Region Iv-a Calabarzon Division Of Rizal Quisao Integrated National High School Schedule Of Requirements Annex C Bidders Must State Either “comply” Or “not Comply” Or Any Equivalent Term In The Column “statement Of Compliance” Against Each Of The Individual Parameters Of Each “specification”. Please Do Not Just Place Check In The Bidder’s “statement Of Compliance”. No. Specification Qty 1 Bond Paper A4 70gsm 500sheets 200 3 Working Days Upon Receipt Of Purchase Order Delivered 170 2 Bond Paper Letter 70gsm 500sheets 3 Bond Paper Long 70gsm 500sheets 3 Working Days Upon Receipt Of Purchase Order 90 4 Ink Black 003 Genuine 3 Working Days Upon Receipt Of Purchase Order 100 5 Ink Cyan 003 Genuine 3 Working Days Upon Receipt Of Purchase Order 60 6 Ink Magenta 003 Genuine 3 Working Days Upon Receipt Of Purchase Order 60 7 Ink Yellow 003 Genuine 3 Working Days Upon Receipt Of Purchase Order 60 8 Ink Black 664 Genuine 3 Working Days Upon Receipt Of Purchase Order 60 9 Ink Cyan 664 Genuine 3 Working Days Upon Receipt Of Purchase Order 40 10 Ink Magenta 664 Genuine 3 Working Days Upon Receipt Of Purchase Order 40 11 Ink Yellow 664 Genuine 3 Working Days Upon Receipt Of Purchase Order 40 12 Sign Pen Fine Tip .3 Black 3 Working Days Upon Receipt Of Purchase Order 60 13 All Purpose (white) 100g/100 Ml 3 Working Days Upon Receipt Of Purchase Order 60 14 Blue Ballpen 12 Pcs Per Box 3 Working Days Upon Receipt Of Purchase Order 10 15 Black Ballpen 12pcs Per Box 3 Working Days Upon Receipt Of Purchase Order 10 16 Masking Tape 1"x 30 M 3 Working Days Upon Receipt Of Purchase Order 60 17 Transparent Tape 1" X 30m 3 Working Days Upon Receipt Of Purchase Order 70 3 Working Days Upon Receipt Of Purchase Order 18 Transparent Plastic Cover Roll 48"x50m 2.6 Gauge 1 19 Correction Tape 12m 3 Working Days Upon Receipt Of Purchase Order 50 3 Working Days Upon Receipt Of Purchase Order 20 Specialty Board 8.5 X 11 180 Gsm 100 Sheets Per Pack 4 3 Working Days Upon Receipt Of Purchase Order 21 Specialty Board Long 180 8.5 X 13, Gsm, 100 Sheets Per Pack 1 22 Binder Clips Black 25mm 3 Working Days Upon Receipt Of Purchase Order 45 3 Working Days Upon Receipt Of Purchase Order Quisao Integrated National High School j.p. Rizal St., Quisao, Pililla, Rizal ☎0917-189-8084/ 301454@deped.gov.ph Republic Of The Philippines Department Of Education Region Iv-a Calabarzon Division Of Rizal Quisao Integrated National High School Quisao Integrated National High School j.p. Rizal St., Quisao, Pililla, Rizal ☎0917-189-8084/ 301454@deped.gov.ph 23 Binder Clips Black 32mm 50 3 Working Days Upon Receipt Of Purchase Order 24 Binder Clips Black 50mm 50 3 Working Days Upon Receipt Of Purchase Order 25 Fastener Plastic 50 3 Working Days Upon Receipt Of Purchase Order 26 Laminating Film 100 Sheets Per Pack 125 Microns 1 3 Working Days Upon Receipt Of Purchase Order 27 Double Adhesive Tape 1"x30m 50 3 Working Days Upon Receipt Of Purchase Order 28 Legal Size White Folder (ordinary) 250 3 Working Days Upon Receipt Of Purchase Order 29 Short White Folder (ordinary) 100 3 Working Days Upon Receipt Of Purchase Order 30 Permanent Marker Black 12 Pcs Per Box 4 3 Working Days Upon Receipt Of Purchase Order 31 Whiteboard Marker Black 12 Pcs Per Box 2 3 Working Days Upon Receipt Of Purchase Order 32 Whiteboard Marker Blue 12pcs Per Box 1 3 Working Days Upon Receipt Of Purchase Order 33 Whiteboard Marker Red 12 Pcs Per Box 1 3 Working Days Upon Receipt Of Purchase Order 34 Pencil 12 Pcs Per Box Mongol 8 3 Working Days Upon Receipt Of Purchase Order 35 Whiteboard Marker Ink Black Hbw, Refillable 8 3 Working Days Upon Receipt Of Purchase Order 36 Permanent Marker Ink Hbw Refillable 8 3 Working Days Upon Receipt Of Purchase Order 37 Illustration Board 1 Whole 1 3 Working Days Upon Receipt Of Purchase Order 38 Mailing Envelope White Long (500pcs Per Pack) 10.5 Cm X 24cm 2 3 Working Days Upon Receipt Of Purchase Order 39 Parchment Paper 10 Pcs Per Pack 8x 11.5 2 3 Working Days Upon Receipt Of Purchase Order 40 Gold Certificate Foil Seal 3 Inches 3 3 Working Days Upon Receipt Of Purchase Order 41 Expandable Brown Envelope Legal Size 100 3 Working Days Upon Receipt Of Purchase Order 42 Printer 3 In 1 (print, Photocopy, Scan) 1 3 Working Days Upon Receipt Of Purchase Order I Hereby Certify To Comply And Deliver All The Above Requirements: _____________________________ _______________________________ _______________ Name Of Company / Bidder Signature Over Printed Name Of Representative Republic Of The Philippines Department Of Education Region Iv-a Calabarzon Division Of Rizal Quisao Integrated National High School Terms And Conditions Annex D 1. Service Provider Shall Provide Correct And Accurate Information Required In This Form. 2. The Service Provider Shall Ensure The Proper Disinfecting Of Goods Before Its Delivery To Quisao Integrated National High School. 3. The Service Provider Shall Observe Safety Protocols Against Covid-19 Especially In Proper Handling Of Goods. 4. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. Quotations Provided Herein Shall Remain Unchanged And Shall Be Used From The Evaluation And Calculation Of The Lessor’s Total Quotation To Contract Implementation And Payment. 5. Price Quotation/s To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. 6. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 7. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, And Other Terms And Conditions Stated Herein. 8. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 9. Liquidated Damages Equivalent To One Tenth Of One Percent (0.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Quisao Inhs - Bac Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 10. Payment For The Supplies Shall Be Made Upon Completion Of Each Delivery Schedule. I Hereby Certify To Comply With And Deliver All The Above Requirements: ____________________________ Name Of Company / Bidder _____________________________________________________ Signature Over Printed Name Of Representative Date Quisao Integrated National High School j.p. Rizal St., Quisao, Pililla, Rizal ☎0917-189-8084/ 301454@deped.gov.ph
Closing Date31 Jan 2025
Tender AmountPHP 350 K (USD 5.9 K)
Provincial Government Of Camarines Sur Tender
Healthcare and Medicine
Corrigendum : Tender Amount Updated
Philippines
Details: Description Republic Of The Philippines Province Of Camarines Sur Bids And Awards Committee Itb No. 035-03-2025 Invitation To Bid The Provincial Government Of Camarines Sur (pgcs) Through Its Bids And Awards Committee (bac) Invites Suppliers/manufacturers/distributors, With Duly Approved License To Bid For The Hereunder Listed Goods: Particulars Abc Supply And Delivery Of Medical Supplies Requesting Office: Pho Source Of Fund: General Fund Amount Of Bidding Documents: P 50,000.00 Solicitation Number: Gds-124-2025 P 173,638,620.00 The Bac Will Issue Bidding Documents To Prospective Bidders At Bac Office, It Building, Capitol Complex Cadlan, Pili, Camarines Sur Upon Payment Of Non-refundable Amount For Bidding Documents At The Provincial Treasurer’s Office. The Complete Schedule Of Activities Are Listed As Follows: Schedule Of Activities Dates 1. Issuance Of Bid Documents March 3 - 24, 2025 2. Pre-bid Conference March 10, 2025; 3:00 P.m. 3. Submission Of Bid Documents, Opening Of Bids & Eligibility Check March 24, 2025; 2:00 P.m. 4. Bid Evaluation March 25 - 26, 2025 5. Post Qualification March 27 - 28, 2025 Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria And Will Conduct Post-qualification Of The Lowest Calculated And Responsive Bid (lcrb). This Bidding Shall Be Governed By Republic Act No. 9184, Otherwise Known As The “government Procurement Reform Act” And Its Revised Implementing Rules And Regulations (irr). The Pgcs Reserves The Right To Reject Any Or All Bids Without Offering Any Reason, To Waive Any Formality Or Technicality, And To Award To Any Bidder Whose Proposal Is Deemed Most Advantageous To The Pgcs. The Pgcs Neither Assumes Any Obligation For Any Loss Whatsoever That Maybe Incurred By The Bidders In The Preparation Of Their Respective Bids, Nor Does The Pgcs Guarantee That An Award Will Be Made. (sgd) Janis Ian B. Regaspi - Cleofe Bac Chairperson 150 Btls 1% Ammonium Oxalate (500 Ml) 250 Pcs 150 High Flux Dialyzer 250 Pcs 150 Low Flux Dialyzer 250 Pcs 180 High Flux Dialyzer 250 Pcs 180 Low Flux Dialyzer 250 Pcs 200 High Flux Dialyzer 250 Pcs 200 Low Flux Dialyzer 300 Roll Absorbent Cotton Roll 28x24 Mesh 100yards 10,000 Pcs Absorbent Cotton Roll 50g 500 Bxs Absorbent Gauze Sponge 40'sx40's 28x24 Mesh "4x4"- 8 Ply 100 Bxs Adhesive Bandages Wash Proof (band Aid) 50's 300 Pck Adult Diaper Large 10's 300 Pck Adult Diaper Medium 50's 20,000 Pc Alcohol 70% 250ml 500 Gal Alcohol 70% Gal 150 Bxs Alcohol Swab 100's 200 Bxs Applicator Stick (cotton Tipped) 6", 100's 500 Pcs Arm Sling Large 500 Pcs Arm Sling Medium 500 Pcs Arm Sling Small 100 Pcs Autoclave Tape 1/2 Inch 30 Pcs Bag Valve Mask Adult 30 Pcs Bag Valve Mask Children 30 Pcs Bag Valve Mask Infant 22 Pcs Bandage Scissor 5 1/2 Satinlees Steel 354x289x97mm 200 Gal Bleaching Solution Multipurpose 3785ml 300 Bxs Blood Cholesterol Strips 10's 300 Bxs Blood Uric Acid Strips 25's 30 Unit Bp Apparatus Pedia (sphygmomanometer) 30 Unit Bp Apparatus With Stethoscope Adult (sphygmomanometer - Desk/wall Type Aneroid) 30 Unit Bp Cuff (reusable) Child 30 Unit Bp Cuff (reusable) Infant 30 Vials Capillary Tube Micro Haematocrit Tubes 100's 150 Bxs Chromic 1/0 Cutgut Absorbable Suture Round Bodied 12's 150 Bxs Chromic 1/0 Suture Curved Cutting 12's 150 Bxs Chromic 2/0 Cutgut Absorbable Suture Round Bodied 12's 150 Bxs Chromic 2/0 Suture Curved Cutting 12's 150 Bxs Chromic 3/0 Absorbable Suture Round Bodied 12's 150 Bxs Chromic 3/0 Suture Curved Cutting 12's 150 Bxs Chromic 4/0 Absorbable Suture Round Bodied 12's 150 Bxs Chromic 4/0 Suture Curved Cutting 12's 300 Bxs Clean Gloves Large 100's 300 Bxs Clean Gloves Medium 100's 300 Bxs Clean Gloves Small 100's 50 Pcs Cold Spray Deep Freeze 150ml 5 Pcs Contra Angle Handpiece Low Speed Taxi Solution And Single Water Spray – Versatile Dental Tool For 2/4 Hole Air With Push Button 500 Pck Cotton Balls 150's 500 Bxs Cover Slip , 100's 22x22 50 Bxs Covid-19 Antigen Rapid Test 25's Cassette 10 Kit Cresent Rapi Stain 500ml/btls (hematology Staining Kit) 15 Set Delivery Set Intruments 500 Bxs Dengue Igg/igm 25's 500 Bxs Dengue Ns1 25's 500 Bxs Dental Anesthesia (lidocaine Hcl+epinephrine) 50's 10 Pcs Dental Mouth Mirror W/ Handle Stainless Steel 300 Bxs Dental Syringe G27 100's 300 Bxs Dental Syringe G30 100's 500 Pcs Dental Topical Anesthesia 10 Pcs Diamond Burs (round Straight, Inverted Cone) 200 Gal Disinfect (metricide/soaking Solution) 100 Btls Disinfectant Spray Aerosol 510g 500 Bxs Disposable Needle G25 100's 20 Set Disposable Defibrillator Pads 114mm X 114mm 100 Pcs Disposable Emesis Bags And Basins 38x17 Cm 1000ml 3,000 Pcs Disposable Infusion Set Pedia (microset - 60 Drops = 1ml) 2000 Bxs Disposable Needle G22 100's 2000 Bxs Disposable Needle G23 100's 2000 Bxs Disposable Needle G27 100's 500 Bxs Disposable Needle G30 100's 2000 Bxs Disposable Syringe W/ Needle 0.5cc (insulin Syringe)100's 200 Bxs Disposable Syringe W/ Needle 10cc 100's 500 Bxs Disposable Syringe W/ Needle 10cc 100's 500 Bxs Disposable Syringe W/ Needle 1cc 100's 500 Bxs Disposable Syringe W/ Needle 3cc 100's 500 Bxs Disposable Syringe W/ Needle 50cc 25's 100 Bxs Disposable Syringe W/ Needle 50cc 25's 500 Bxs Disposable Syringe W/ Needle 5cc 100's 100 Bxs Disposable Umbilical Cord Clamp 100's 500 Pck Disposable Underpads 10's 60 Pck Drug Of Abuse Urine Test Cassette, Met/thc 25's 2,500 Pcs Dvd-r 22 Units Ecg Machine, 12lead Ecg/ekg 100 Tray Edta Tube 3ml, 100's 20 Tray Edta Tubes 0.5ml, 100's 20 Tray Edta Tubes 2ml, 100's 200 Pcs Elastic Bandage 2 Inch 200 Pcs Elastic Bandage 3 Inch 200 Pcs Elastic Bandage 4 Inch 200 Pcs Elastic Bandage 5 Inch 1,000 Pcs Elastic Bandage 6" Roll 200 Pcs Elastic Bandage 8 Inch 200 Bxs Endotracheal Tube 7 10's 200 Bxs Endotracheal Tube Cuffed 6.0 10's 200 Bxs Endotracheal Tube Cuffed 7.0 10's 200 Bxs Endotracheal Tube Cuffed 8.0 10's 200 Bxs Endotracheal Tube Cuffed Fr. 16 10's 200 Bxs Endotracheal Tube Cuffed Fr. 19 10's 200 Bxs Endotracheal Tube Cuffed Fr. 20 10's 200 Bxs Endotracheal Tube Cuffed Fr. 23 10's 200 Bxs Endotracheal Tube Cuffed Fr. 26 10's 200 Bxs Endotracheal Tube Fr. 6 10's 200 Bxs Endotracheal Tube Fr. 8 10's 1,000 Bxs Face Maske-earloop 3-ply, 50's 300 Bxs Folley Ballon Catheter F-14 , 10's 300 Bxs Folley Ballon Catheter F-18 ,10's 300 Bxs Folley Catheter Fr.16 10's 300 Bxs Folley Catheter Fr.18 10's 300 Bxs Folley Catheter Fr.5 10's 100 Rolls Gauze 36x100 Yards 28x24 Mesh 100 Bxs Glass Slide 3x1 Plain China 72's 300 Bxs Glucose Strips, 50's 450 Bxs Hba1c Kit 20's 400 Bxs Hbsag + Hepa B Test Kit 25's 60 Pcs Heat Spray 10 Pcs High Speed Handpiece 50 Gal Hydrogen Peroxide Antiseptic/disinfectant 500 Bxs Insulin Syringe G-29.5 Inch 1ml 100's 1,500 Btls Iopromide Injection Ultravist 300mg/ml, 50ml 1,500 Btls Iopromide Injection Ultravist 370mg/ml, 50ml 200 Bxs Iv Cannula G. 20 100's 200 Bxs Iv Cannula G. 22 100's 200 Bxs Iv Cannula G. 24 100's 200 Bxs Iv Cannula G. 26 100's 200 Bxs Iv Cannula G.18 100's 500 Tubes Ky Lubricating Jelly 100 Rolls Laboratory Sealing Film (parafilm) 100mm X 38m 15 Bxs Laboratory Sealing Wax Plates 10's 600 Bxs Lancet, 100's 200 Btls Lidocaine 10% Solution 50ml Spray 300 Amps Lidocaine 10%, Sol 50 Ml Amp 600 Vials Lidocaine 2% Solution 50ml Vial 10 Pcs Light Cured Machine 500 Btls Lubricating Jelly Tube 200 Btls Methyl Salicylate Camphor + Menthol 100ml 200 Btls Methyl Salicylate Menthol Crystal Eucalyptus Oil, 20ml 100 Bxs Micropore Plaster 2x2 ,6's 100 Bxs Micropore Plaster 5x5, 12's 100 Tray Microtainer Tube 0.5ml Edta 100's 11 Set Minor Set 100 Btls Multi Meter Strip 22 Pcs Nano Hybrid Composie Material Shade A2 22 Pcs Nano Hybrid Composie Material Shade A3 22 Pcs Nano Hybrid Composie Material Shade A3 G 1,000 Pcs Nasal Oxygen Cannula Adult 1,000 Pcs Nasal Oxygen Cannula Newborn 1,000 Pcs Nasal Oxygen Cannula Pedia 250 Bxs Nasogastric Tube Fr14 10's 250 Bxs Nasogastric Tube Fr15 10's 20 Set Nasopharengeal Airway Set 1,000 Pcs Nebulizer Kit Adult 1,000 Pcs Nebulizer Kit Pedia 100 Pcs Nitroglycerine Spray/sublingual/patch 500 Pcs Non-rebreather Mask Adult 500 Pcs Non-rebreather Mask Children 500 Pcs Non-rebreather Mask Infant 100 Btls Normal Saline Solution 0.85% Medic Diagnostic Solution Rdt 50 Kit Occult Blood Set,50's 20 Set Oropharengeal Airway Set Adult 20 Set Oropharengeal Airway Set Infant 500 Pcs Oxygen Cannula Adult 500 Pcs Oxygen Cannula Pedia 500 Pcs Oxygen Face Mask Adult 500 Pcs Oxygen Face Mask Children 500 Pcs Oxygen Face Mask Infant 300 Pcs Pipette Tips 1.0 - 5.0 Ul White Tip 300 Pcs Pipette Tips 1.0 - 5.0 Ul White Tip 300 Pcs Pipette Tips 2.0 - 200 Ul Yellow Tip 300 Pcs Pipette Tips 5.0-1000 Ul 100's Blue Tip 200 Pcs Plaster Of Paris 4 Inches 200 Pcs Plaster Of Paris 6 Inches 300 Pcs Plastic Sharp Container 3l 22 Pcs Polishing Burs 500 Gal Povidone Iodine 10% Solution 1000ml 10,000 Pcs Povidone Iodine 10% Solution 60ml 1,000 Pcs Ppe Isolation Gown 200 Bxs Pregnancy Test Kit 15 Pcs Pulse Oximeter Adult 15 Pcs Pulse Oximeter Pedia 200 Pcs Sample Cups 22 Set Scaler 1, 2, 3 300 Pcs Soluset 150ml 2500 Pc Specimen Container 50 Pck Sterile Burn Sheets 3,000 Pcs Sterile Iv Infusion Set W/ Needle Adult (macroset - 20 Drops = 1ml) 300 Bxs Sterile Latex Gloves 6.0 100's (s) 300 Bxs Sterile Latex Gloves 6.5 100's (m) 300 Bxs Sterile Latex Gloves 7.0 100's (l) 300 Bxs Sterile Latex Gloves 7.5 100's (xl) 100 Pck Sterile Occlusive Dressing 3x8 500 Btls Sterile Water For Injection Vial 100ml 50 Unit Stethoscope Adult 100 Bxs Sti Test (chlamydia/trichomonas/gonorrhea) 300 Bxs Straight Catheter Fr. 14 10's 300 Bxs Straight Catheter Fr. 16 10's 300 Bxs Straight Catheter Fr. 18 10's 300 Bxs Straight Catheter Fr. 5 10's 300 Bxs Straight Catheter Fr. 8 10's 300 Bxs Stylet Fr.10 10's 22 Pcs Surgical Scissor Straigt 5 1/2 200 Bxs Syphilis Test Kit 25's 200 Bxs Tb Igg/igm Rapid Test Kit 200 Roll Thermal Paper Type V (high Glossy Upp 110mm X 18 Meters 30 Unit Thermometer Infrared 30 Unit Thermometer Infrared Forehead Hospex 150 Bx Tissue Paper (pull-ups) 8's 150 Bxs Typing Sera (anti-a) 150 Bxs Typing Sera (anti-b) 150 Bxs Typing Sera (anti-c) 150 Bxs Typing Sera (anti-d) 500 Btls Ultrasound Transmission Gel 100ml 230 Pcs Urine Bag 3,000 Pc Urine Container, 50ml 200 Bxs Urine Strips 10sg 100's 200 Bxs Urine Strips 4sg 50's 200 Bxs Urinialysis Glass Slides 100's 200 Tray Vacuum Blood Collection Tube (red Top) 3ml, 100's 200 Tray Vacuum Blood Collection Tube (red Top) 5ml, 100's 150 Tray Vacuum Blood Collection Tube (violet Top) 5ml 100's 200 Tray Vacuum Blood Collection Tube (yellow Top) 3ml 100's 150 Tray Vacuum Blood Collection Tube (yellow Top) 4ml 100's 100 Pcs Wadding Sheet 4 Inches 100 Pcs Wadding Sheet 6 Inches 100 Pcs Wrap/blanket For Newborn 80 Rolls Xray Film 10x12 Size 80 Rolls Xray Film 11x14 Size 80 Rolls Xray Film 14x17 Size 80 Rolls Xray Film 8x10 Size 80 Pcs Xray Film Envelope 10x12 Size 80 Pcs Xray Film Envelope 11x14 Size 80 Pcs Xray Film Envelope 14x7 Size 80 Pcs Xray Film Envelope 8x10 Size *-*-*-*-*-*-*-*-*-*-*-*-* Date Of Posting: February 28, 2025
Closing Date24 Mar 2025
Tender AmountPHP 173.6 Million (USD 3 Million)
City Of San Pedro Tender
Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Province Of Laguna City Of San Pedro City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Pr No. 2025-03-0236 1. The City Government Of San Pedro, Laguna Through The 2025 Budget Approved By The Sangguniang Panlungsod Intends To Apply The Sum Of Php 5,636,780.15 Being The Approved Budget Contract (abc) To Payments Under The Contract Supply And Delivery Of Medicines And Medical Supplies For Official Use Of Gavino Alvarez Lying-in Center (galic) Of City Of San Pedro, Laguna. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of San Pedro, Laguna Now Invites Bids For The Following: Quantity Unit Item Description Medical Supplies Clinical Chemistry- Reagent (mindray) Laboratory Department 5 Pcs Bed Mattress 25 Pcks Detergent Powder 10 Pcs Linens Cloth 10 Pcs Linens Rubberized 10 Pcs Curtain-emergency Room 10 Boxes Ampicillin 250mg 1 Boxes Aspirin 80mg Tablet 1 Boxes Betahistine 16mg Tablet 30 Boxes Budesonide 500mch/sml (neb) 10 Boxes Hyoscine N Butylbromide Amp. (hnbb) 1 Boxes Hyoscine N Butylbromide Tabs 120/box 30 Boxes Cefalexin 500mg Capsule 50 Boxes Cefuroxime 500mg 1 Boxes Cetirizine 10mg Tablet 40 Boxes Clonidine 75mcg Tablet 1 Boxes Clopidogrel 75mg Tablet 10 Boxes Diazepam Ampule 20 Boxes Diphenhydramine 50mg/ml 150 Boxes Epinephrine 30 Tube Erthromycin Ointment 10 Boxes Furosemide Ampule 100 Boxes Gentamicin 40mg/ml 2ml 10 Boxes Hydralazine Amp. 10 Boxes Hydrocortisone Vial 100mg 20 Boxes Hydrocortisone Vial 250mg/100mg 1 Boxes Isosorbide Di-nitrate 5mg Tablet Sublingual Tablet 10 Boxes Ketorolac 30 Boxes Lidocaine Vial 10 Boxes Magnesium Sulfate 250mg/20ml 20 Boxes Mefenamic Acid 500 Mg. 10 Boxes Methochlopramide Amp 4 Boxes Morphine 10mg/ml Ampule 10's 30 Amp Nubain 10mg/ml 100 Boxes Oxytocin 100 Boxes Paracetamol Amps 300mg/2ml 30 Boxes Phytomenadione Vit K Ampule 50 Boxes Omeprazole 40 Mg Vial 10 Boxes Ipatropium Bromide 500mcg/2.5mg/2.5ml 10 Boxes Ranitidine Amp 20 Tube Silver Sulfadiazine Cream 5 Boxes Tramadol 500mg/ml 100 Boxes Tetanus Serum Amp -immapet 85 Boxes Toxoid Amps 3 Box Drug Testing Kit (25's) 4 Box Drug Test Liquid Control 200 Piece Urine Drug Test Bottle (polyethyline) 30 Box Disposable Gloves (glomed) 30 Box Facemask 3ply, 50's 10 Gal Alcohol 70% Isoprophyl 6dl 100 Pack Tissue 5 Box Disinfectant Spray, 510 Grams 5 Box 1 Inch Micropore. 12's 1 Box Clinical Centrifuge 12 Placer W/timer 1 Box Mechanical Pipetor 10-100 Ul 1 Box Mechanical Pipetor 100-100 Ul 10 Tray 4ml Yellow Top Test Tube,100's 10 Tray 2 Ml Lavender Top Test Tube, 100's 5 Tray 3 Ml Red Top Test Tube , 100's 10 Tray 0.5 Ml Micro Tube (edta- Lav. Top), 100's 10 Box 3ml G23 Syringe , 100's 10 Box 5ml G23 Syringe , 100's 15 Box 1ml G23 Syringe, 100's 5 Pack Yellow Tips 1000's 5 Pack Blue Tips 1000's 20 Box Glucose Strips, 50's Strips + 50 Lancets 5 Box Capillets Sealer 10 Piece Tourniquet 5 Box Thin Coverslip, 100's 5 Box Sterile Lancet G21, 200's 1 Box Feather Lancet 10 Box Slide Unground Edges, 72's 30 Btl 4 Parameter- Urine Strip, 100's 5 Box Pregnancy Test 10 Box Applicator Stick , 1000's 5 Box 1 Inch Micropore. 12's 75 Box Medium Gloves, 100's 20 Box Face Mask, 50's 75 Btl Alchohol 70% Isoprophyl 500ml 3 Box Urinal Bag (weebag) 100's 100 Roll Tissue 100 Pack Specimen Bottle, 25pcs 2 Box Hema Stain 1 Btl Wbc Dil. Fluid, 500 Ml 1 Btl 10% Potassium Hydroxide (500ml) 1 Btl Rees And Ecker, 250ml 1 Btl Benedicts Solution (1l) 1 Btl Immersion Oil, 500ml 1 Btl Methanol (1l) 1 Btl Exton's Solution, (500 Ml) 1 Btl Xylene, 1 Lit. 1 Btl Lugol's Iodine (500ml) 2 Vial Anti-d Typing Sera (epiclone) 2 Vial Anti-a Typing Sera (epiclone) 2 Vial Anti-b Typing Sera (epiclone) 5 Box Hepa B- Screening Test Pack 5 Box Vdrl - Screening Test Pack 2 Box Dengue Igg/igm Test 2 Box Dengue Ns1 Ag Test 5 Box Covid-19 Antigen Test Nasopharyngeal 1 Box Typhidot Salmonella Test 6 Btl M-30d Diluent 20l 10 Btl M-20 Cfl Lyse 100ml 5 Btl Probe Cleanser 17ml 12's 5 Kit 3 Part (bc-3d Quality Control) 10 Box Cholesterol 4 Box Glucose 250ml 8 Box Bun/urea 30ml 4 Box Creatinine 250ml 10 Box Uric Acid 30ml 10 Box Triglycerides 30ml 5 Box Sgpt/alt 30ml 5 Box Sgot/ast 30ml 5 Box Direct Hdl - Cholesterol 40ml 4 Box Direct Hdl - Calibrator 3ml 6 Vial Clinical Chem Multi Control (level 1) 5ml 6 Vial Clinical Chem Multi Control (level 2) 5ml 1 Box Na+ Electrode 1 Box K+ Electrode 1 Box Cl- Electrode 1 Box Reference Electrode 1 Box Membrane Assembly 1 Box Internal Filling Solution 3 Kit Easylyte Bi Level Control 3 Box Easylyte Daily Rinse/cleaning Solution 2 Packs Easylye Solution Pack 30 Bot Glucose Dark 75grms (bottle) X-ray Equipment Film 2 Box 14 X 17 2 Box 11 X 14 2 Box 10 X 12 Envelope 5 Box 11 X 14 5 Box 10 X 12 Solution 8 Box Developer 8 Box Fixer 1 Pcs Liquid Waste Container Central Supply Room 2 Box Abbocath Adult Gauge 18 5 Box Abbocath Adult Gauge 20 5 Box Abbocath Adult Gauge 22 5 Box Abbocath Adult Gauge 24 5 Box Abbocath Adult Gauge 26 50 Pcs Alcohol 70% Ethyl Gallon 20 Pcs Povidone Iodine (gal) 50 Rolls Gauze Roll 70 Rolls Cotton Roll 5 Pcs Virusolve Eds+ 70 Pcs Oxygen Mask Adult 70 Pcs Oxygen Mask Pedia 80 Box Clean Gloves 15 Pcs Hydrogen Peroxide Solution 75 Box Face Mask, 50's 20 Box Micropore (1 Inch X 10 Yrds) 300 Packs Maternity Pad 100 Pcs Nasal Cannula Adult 10 Box Cord Clamp 5 Dozen Nylon 2.0 Cutting 5 Dozen Nylon 3.0 Cutting 5 Dozen Nylon 4.0 Cutting 10 Box D5 0.3 Sodium Chloride 1l 10 Box D5 0.3 Sodium Chloride 500ml 10 Box 0.9 Sodium Chloride 1l 10 Box 0.9 Sodium Chloride 500ml 10 Box Plain Lr 1l 10 Box D50.3% Nacl 500cc 10 Box D5 Lr 1l 10 Box Pnss 1l 10 Box D5 Imb 1l 10 Box Plain Lr 1l 10 Box D5 Water 1l 5 Piece Autoclave Tape 1 Inch 50meters 40 Pcs Bp Bulb 40 Pcs Bp Cuff (adult) 40 Pcs Bp Cuff (pedia) 40 Pcs Bp Cuff (neonate) 40 Pcs Bp Inflation Bag (neonate) 40 Pcs Bp Inflation Bag (child) 40 Pcs Bp Inflation Bag (adult) 20 Box Sterile Gloves Size 6.5 30 Box Sterile Gloves Size 7 20 Box Sterile Gloves Size 7.5 30 Box Heplock 15 Piece Leukoplast 1inch 85 Pcs Macroset Adult 85 Pcs Microset Pedia 80 Pcs Nebulizer Tube W/ Mask 4 Box Needle G.23 (25's) 1 Box Needle G.25 2 Box Needle G.26 30 Pcs Non-rebreathing Mask 4 Dozen Ethilon 2-0 Cutting 4 Dozen Ethilon 3-0 Cutting 4 Dozen Ethilon 4-0 Cutting 2 Dozen Silk 2-0 Cutting 2 Dozen Silk 3-0 Cutting 2 Dozen Silk 4-0 Cutting 2 Dozen Silk 2-0 Round 2 Dozen Sik 3-0 Round 2 Dozen Silk 4-0 Round 30 Box Sterile Water 50ml 2 Box Surgical Blade 10 5 Box Syringe -insulin 30 Box Syringe 1cc (100 Pcs/box) 30 Box Syringe 3cc (100 Pcs/box) 10 Box Syringe 5cc (100 Pcs/box) 5 Box Syringe 10cc (100 Pcs/box) 50 Box Folley Catheter Fr. 16 50 Box Folley Catheter Fr. 18 20 Pcs Cadaver Bag 10 Pcs Digital Thermometer 10 Pcs Pulse Oximeter Adult 10 Pcs Forehead Thermometer Dental 80 Box Local Anesthesia 100 Box Disposable Gloves 50 Rolls Big Cotton Rolls 100 Box Face Mask 15 Pcs Air Freshener 10 Pcs Heavy Duty Antibac Scrub Sponge 5 Pcs Bleaching Liquid 50 Packs Disposable Cups 50's 350 Pcs Newborn Screening Kit 1 Pcs Newborn Hearing Calibration 2 Pcs Strecher Ekonsulta 15 Box Amlodipine 5 Mg Tablet (as Besilate/camsylate) 15 Box Amlodipine 10 Mg Tablet (as Besilate/camsylate) 15 Box Amoxicillin (as Trihydrate) 500 Mg Capsule 15 Btl Amoxiclllin (as Trihydrate) 100 Mg/ml Granules/powder For Drops (suspension), 15 Ml 15 Btl Amoxicillin (as Trihydrate) 250 Rug/ 5 Ml Granules/powder For Suspension, 60 Ml 15 Box Aspirin 80mg Tablet 15 Box Aspirin 100 Mg Tablet 15 Box Chlorphenamine (chlorpheniramine) (as Maleate) _ 4 Mg Tablet 15 Btl Chlorphenamine (chlorpheniramine) (as Maleate) 2.5 Mg/smlsyrup, 60 Ml 15 Box Ciprofloxacin 500 Mg Tablet (as Hydrochloride) 15 Box Co-amoxiclav (amoxicillin + Potassium Clavulanate) 500 Mg Amoxicillin (as Trihydrate) + 125 Mg Potassium Clavulanate Per Tablet 15 Btl Co-amoxiclav (amoxicillin + Potassium Clavulanate) 400 Mg Amoxicillin (as Trihydrate) + 57 Mg Potassium Clavulanate Per 5 Ml Granules/powder For Suspension, 70 Ml 15 Box Gliclazide 60 Mg Mr Tablet 20 Box Gliclazide 80 Mg Tablet 20 Box Losartan (as Potassium Salt) 50 Mg Tablet 15 Box Losartan (as Potassium Salt) 100 Mg Tablet 15 Box Metformin (as Hydrochloride) 500 Mg Tablet 15 Box Metformin (as Hydrochloride) 500 Mg Tablet Film Coated 15 Box Nitrofurantoin 100 Mg Capsule (asmacrocrystals) 15 Box Oral Rehydration Salts (ors) 20-5 Sachet 15 Box Paracetamol 500 Mg Tablet 15 Btl Paracetamol 100 Mg/ml Drops, 15 Ml (alcohol-free) 15 Btl Paracetamol 120 Mg/5.ml (125 Mg/5 Ml) Syrup/suspension, 60 Ml (alcohol-free) 15 Btl Paracetamol120 Mg/5.ml (125 Mg/5 Ml) Syrup/suspension, 120 Ml (alcohol-free) 20 Btl Paracetamol 250 Mg/ 5 Ml Syrup/suspension. 60 Ml ( Alcohol-free) 15 Btl Paracetamol 250 Mg/ 5 Ml Syrup/suspension. 120 Ml ( Alcohol-free) 15 Pcs Salbutamol (as Sulfate) Metered Dose Inhaler (mdi):.100 Micrograms/dose X 200 Actuations 15 Box Salbutamol (as Sulfate) Breath Actuated Mdi.• 100 Micrograms/dose X 200 Actuations 15 Box Salbutamol (as Sulfate) Resp. Soln.: (for Nebulizatfon) 2111g/ml, 2.5 Ml (unitdose) 15 Pcs Lpratropium + Salbutamol Mdi: 20 Micrograms Ipratropium (as Bromide) + 100 Micrograms Salbutamol X 200 Doses X 10ml Lpratropium + Salbutamol Resp. So In.: (for Nebulizatfon) 500 Micrograms Ipratropium (as Bromide Anhydrous) + 2.5 Mg Salbutamol (as Base) X 2.5 Ml (unit Dose) 15 Box Simvastatin 40mg Tablet Delivery Of The Goods/services Is Required Within Twelve (12) Months (subject For Terms And Conditions) Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii, Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Otherwise Known As The “government Procurement Reform Act”. In Addition, Bidding Is Restricted To Filipino Citizen/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 And Regulations Of Which Grant Similar Rights To Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From The City Government Of San Pedro, Laguna And Inspect The Bidding At The Address Given Below During 8:30am To 9:30am Only. Office Of The Bac Secretariat 4/f Conference Room, City Administrator’s Office City Hall Bldg., San Pedro, Laguna A Complete Set Of Bidding Document May Be Purchased By Interested Bidders On The Date, Time And Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Php 10,000.00. Issuance Of Eligibility And Bidding Documents: April 4 – April 24, 2025 8:30am To 9:30am Bac Secretariat 4/f Conference Room City Administrator’s Office City Hall Bldg., San Pedro, Laguna 5. Bids Must Be Delivered To The Address Below On Or Before The Specified Date And Time. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Deadline Of Submission Of Eligibility Requirements And Opening Of Bids: April 24, 2025 10:00am Bac Secretariat 4/f Conference Room City Administrator’s Office City Hall Bldg., San Pedro, Laguna Pre-bid Conference: April 14, 2025 Bid Opening Shall Be On The Same Date And Time For Deadline Of Submission Of Eligibility Requirements And Submission Of Bids And Shall Be Conducted At The Office Of Bac Secretariat. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Given Above. Late Bids Shall Not Be Accepted. 6. The City Government Of San Pedro, Laguna Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bid. Further, City Government Of San Pedro, Laguna, Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. For Further Information, Please Refer To: Mr. Merlin B. Paala Office Of The Bac Secretariat Telefax No. 8847.1722 (signed)atty. Henry B. Salazar Chairman City Bids And Awards Committee
Closing Date24 Apr 2025
Tender AmountPHP 5.6 Million (USD 99.4 K)
Bugarin Elementary School Tender
Others
Philippines
Details: Description Rfq No.: Rfq-109447-2025-01-001 Request For Quotation The Department Of Education – Division Of Rizal- Bugarin Elementary School Through Its Bids And Awards Committee, Will Undertake An Alternative Method Of Procurement Through Shopping For The Item/s Stated Below, In Accordance With Section 52.1(b), Of The Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184 Or The Government Procurement Reform Act (gpra): Description Approved Budget For The Contract (abc) Inclusive Of Vat Supply And Delivery To Bugarin Elementary School Of Office Supplies For January 2025 , February 2025 Mooe & March 2025 Mooe – Reg. Fund. Php 121,500.00 Delivery Date: First Week Of Every Month (january, February And March 2025) Delivery Venue: Bugarin, Elementary School, National Rd., Sitio Bugarin Brgy. Halayhayin, Pililla, Rizal 1910 Award Of Contract Shall Be Made To The Bidder With The Lowest Quotation For The Subject Items Which Comply With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein: Documents For Submission (certified True Copy From The Original If Not Original): 1. Latest Mayor’s Permit 2. Philgeps Registration Number 3. Price Quotation Form (same As Posted In Philgeps: Conformed By Supplier) 4. Bir Certificate Of Registration 5. Dti Permit Quotations/proposals And Documentary Requirements Shall Be Put In Sealed Expandable Brown Envelope And Must Be Delivered/submitted To The Address Below On Or Before January 6, 2025. 1:00 P.m. Late Proposals Shall Not Be Accepted. Opening Of Quotations / Proposals Shall Be On January 6, 2025 1:30 Pm At Bugarin, Elementary School, National Rd., Sitio Bugarin Brgy. Halayhayin, Pililla, Rizal 1910 Please Quote Your Lowest Net Price To The Government, Taxes/ Vat Included, Stating The Terms Of Payment And The Shortest Time Of Delivery Of The Items Per Specifications Indicated Above And Furnishing Description, Brochures, Catalog And/or Literature, If Available. In Case You Are The Exclusive Manufacturer/distributor/dealer In The Locality, State So In Your Quotation. Note: Please Submit Quotation (hard Copy) And Required Documents In A Sealed Envelope To: Contact Person : Mariane A. Tenorio Bac, Goods And Services, Secretariat Contact No. : 09561552622 Place Of Submission : Bids And Committee (bac) Office, Bugarin Elementary School, National Rd. Sitio Bugarin, Brgy. Halayhayin, Pililla, Rizal 1910 The Deped Rizal – Bac Reserved The Right To Accept Or Reject Any Quotations / Proposals, And To Annul The Procurement Process And Reject All Quotations / Proposal At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Deped Rizal – Bac Also Reserves The Right To Waive Any Required Formality In The Proposals Received, And Select The Proposal Which It Determines To Be The Most Advantageous To The Government. For Further Information, Please Refer To: Mariane A. Tenorio Bac, Goods And Services, Secretariat Bugarin Elementary School National Rd. Sitio Bugarin, Brgy. Halayhayin, Pililla, Rizal 1910 Contact Nos. : 09561552622 Email Address: Matenorio1419@gmail.com Website: Https://www.facebook.com/profile.php?id=100075612557437 Ethel C. Sevillano Chairperson, Bac - Goods And Services Annex A Price Quotation Form Date: _______________________ Bac Chairperson Department Of Education Division Of Rizal Bugarin Elementary School Sitio Bugarin, Brgy. Halayhayin Pililla, Rizal Sir / Madam: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation/s For The Item/s As Follows: January 2025 Quantity Item Description Unit Cost Total Contract Cost 100 Long White Folder 20 Correction Tape 5 Long Bond Paper Substance 20 (8’’ X 13’’) (70 Gsm) 3 A4 Bond Paper Substance 20 (70 Gsm) 3 Letter Bond Paper Substance 20 (70 Gsm) 5 Bathroom Tissue Packed Per 12 Rolls 6 Trash Bag Large 5 5cm 25yards/ Satin Ribbon Color White 1 30000 Mah High Capacity Powerbank 20 Bleach ( 1 Liter) 3 Pad Lock Heavy Duty 20 Dish Washing Liquid (1 Liter) 3 Spin Mop Heavy Duty 2 Air Freshener Lavender Scent 60 Round Rags 3 Worx Paper 100's ( 200 Gsm White A4) 3 Photo Paper 200 Gsm 5 Detergent Powder ( 680 G) 1 Fabric Conditioner Antibacterial ( Gallon) 5 Retractable Black Ballpen 0.7 By 12 2 Brother Ink Dcp T720dw (blk/c/m/y) 1 Epson Printer L5290 2 Multi-insect Killer Kerosene-based ( 600 Ml) Sub Total February 2025 Quantity Item Description Unit Cost Total Contract Cost 250 Gold Medals ( Ordinary) 50 Bronze Medals With Deped Seal Diameter Size 6cm Weight 30g 50 Kagawaran Ng Edukasyon Medals ( 4 Cm Gold) 1 Ethnic Jacquard Ribbon Garland (10 Yards ) 85 Long Brown Envelope 3 Toilet Bowl Cleaner 1liter 15 Guest Graduation Pageant Garland 2024 15 Plastic Stapler Use #10 2 Pencil No. 2 Yellow 4 Hdmi Cord 5 Neon Highlighter 4 Matte Sticker Paper A4175gsm 20 Sheets 2 Epson Printer Ink 003 (blk/m/y/c) 2 Epson Printer Ink (l120) (blk/m/y/c) 10 Parchment Paper A4 10 Sheets 10 Paper Bag For Gifts 3 Starfile Storage Box Arlin 4 Long Bond Paper Substance 20 (8’’ X 13’’) (70 Gsm) 5 A4 Bond Paper Substance 20 (70 Gsm) 4 Letter Bond Paper Substance 20 (70 Gsm) 2 A4 Neon Assorted Colored Paper ( 250 Sheets) Sub Total March 2025 1 32" Inch Smart Tv 5 Correction Pen 8ml 3 Arch File Folder 3" With Hard Cover Side Mechanism-2 Ring Binder 5 Facial Tissue (10pcs/pack) 40 Expandable Folder Long Green 30 Folder Jacket Long 5 Brush Long Wooden Handle 14 Bleach (1 Liter) 15 Wet Wipes ( 80 Pcs Per Pack) 5 Sponge With Scoth Brite 50 Long White Folder 10 Staple Wire#10 3 Tape Dispenser Big 10 Vinyl Coated Clips No. 33 1 Starfile Storage Box Arlin 1 Brother Ink Dcp T720dw (blk/c/m/y) 5 A4 Bond Paper Substance 20 (70 Gsm) 6 Long Bond Paper Substance 20 (8’’ X 13’’) (70 Gsm) 5 Short Bond Paper Substance 20 (70 Gsm) 5 Satin Ribbon 4 Cm ( Blue) 5 Satin Ribbon 4 Cm ( Pink) 10 Satin Ribbon 2 Cm ( Silver Glittering) 20 Detergent Powder (1kg) Sub Total Grand Total Amount In Words: ____________________________________________________________________________________________________________________________________________________________________ The Above-quoted Prices Are Inclusive Of All Costs And Applicable Taxes. Very Truly Yours, ____________________________ Name / Signature Of Representative ____________________________ Name Of Company ____________________________ Contact No./email Address Annex B Technical Specifications I Hereby Certify To Comply All The Above Requirements: Quantity Unit Of Measure Item Description 100 Piece/s Long White Folder 20 Piece/s Correction Tape 5 Box/es Long Bond Paper Substance 20 (8’’ X 13’’) (70 Gsm) 3 Box/es A4 Bond Paper Substance 20 (70 Gsm) 3 Box/es Letter Bond Paper Substance 20 (70 Gsm) 5 Roll/s Bathroom Tissue Packed Per 12 Rolls 6 Roll/s Trash Bag Large 5 Roll/s 5cm 25yards/ Satin Ribbon Color White 1 Unit/s 30000 Mah High Capacity Powerbank 20 Bottle/s Bleach ( 1 Liter) 3 Piece/s Pad Lock Heavy Duty 20 Bottle/s Dish Washing Liquid (1 Liter) 3 Piece/s Spin Mop Heavy Duty 2 Piece/s Air Freshener Lavender Scent 60 Piece/s Round Rags 3 Ream/s Worx Paper 100's ( 200 Gsm White A4) 3 Ream/s Photo Paper 200 Gsm 5 Piece/s Detergent Powder ( 680 G) 1 Piece/s Fabric Conditioner Antibacterial ( Gallon) 5 Box/es Retractable Black Ballpen 0.7 By 12 2 Set/s Brother Ink Dcp T720dw (blk/c/m/y) 1 Unit/s Epson Printer L5290 2 Piece/s Multi-insect Killer Kerosene-based ( 600 Ml) 250 Piece/s Gold Medals ( Ordinary) 50 Piece/s Bronze Medals With Deped Seal Diameter Size 6cm Weight 30g 50 Piece/s Kagawaran Ng Edukasyon Medals ( 4 Cm Gold) 1 Piece/s Ethnic Jacquard Ribbon Garland (10 Yards ) 85 Piece/s Long Brown Envelope 3 Piece/s Toilet Bowl Cleaner 1liter 15 Piece/s Guest Graduation Pageant Garland 2024 15 Piece/s Plastic Stapler Use #10 2 Box/es Pencil No. 2 Yellow 4 Piece/s Hdmi Cord 5 Piece/s Neon Highlighter 4 Piece/s Matte Sticker Paper A4175gsm 20 Sheets 2 Set/s Epson Printer Ink 003 (blk/m/y/c) 2 Set/s Epson Printer Ink (l120) (blk/m/y/c) 10 Piece/s Parchment Paper A4 10 Sheets 10 Piece/s Paper Bag For Gifts 3 Piece/s Starfile Storage Box Arlin 4 Box/es Long Bond Paper Substance 20 (8’’ X 13’’) (70 Gsm) 5 Box/es A4 Bond Paper Substance 20 (70 Gsm) 4 Box/es Letter Bond Paper Substance 20 (70 Gsm) 2 Ream/s A4 Neon Assorted Colored Paper ( 250 Sheets) 1 Unit/s 32" Inch Smart Tv 5 Piece/s Correction Pen 8ml 3 Piece/s Arch File Folder 3" With Hard Cover Side Mechanism-2 Ring Binder 5 Pack/s Facial Tissue (10pcs/pack) 40 Piece/s Expandable Folder Long Green 30 Piece/s Folder Jacket Long 5 Piece/s Brush Long Wooden Handle 14 Bottle/s Bleach (1 Liter) 15 Pack/s Wet Wipes ( 80 Pcs Per Pack) 5 Piece/s Sponge With Scoth Brite 50 Piece/s Long White Folder 10 Box/es Staple Wire#10 3 Piece/s Tape Dispenser Big 10 Box/es Vinyl Coated Clips No. 33 1 Piece/s Starfile Storage Box Arlin 1 Set/s Brother Ink Dcp T720dw (blk/c/m/y) 5 Box/es A4 Bond Paper Substance 20 (70 Gsm) 6 Box/es Long Bond Paper Substance 20 (8’’ X 13’’) (70 Gsm) 5 Box/es Short Bond Paper Substance 20 (70 Gsm) 5 Roll/s Satin Ribbon 4 Cm ( Blue) 5 Roll/s Satin Ribbon 4 Cm ( Pink) 10 Roll/s Satin Ribbon 2 Cm ( Silver Glittering) 20 Piece/s Detergent Powder (1kg) _______________________ ____________________________ _______________ Name Of Company / Bidder Signature Over Printed Name Date Of Representative Annex C Schedule Of Requirements Bidders Must State Either “comply” Or “not Comply” Or Any Equivalent Term In The Column “statement Of Compliance” Against Each Of The Individual Parameters Of Each “specification”. Please Do Not Just Place Check In The Bidder’s “statement Of Compliance”. Item Specification Quantity Delivered 1 Long White Folder 100 2 Correction Tape 20 3 Long Bond Paper Substance 20 (8’’ X 13’’) (70 Gsm) 5 4 A4 Bond Paper Substance 20 (70 Gsm) 3 5 Letter Bond Paper Substance 20 (70 Gsm) 3 6 Bathroom Tissue Packed Per 12 Rolls 5 7 Trash Bag Large 6 8 5cm 25yards/ Satin Ribbon Color White 5 9 30000 Mah High Capacity Powerbank 1 10 Bleach ( 1 Liter) 20 11 Pad Lock Heavy Duty 3 12 Dish Washing Liquid (1 Liter) 20 13 Spin Mop Heavy Duty 3 14 Air Freshener Lavender Scent 2 15 Round Rags 60 16 Worx Paper 100's ( 200 Gsm White A4) 3 17 Photo Paper 200 Gsm 3 18 Detergent Powder ( 680 G) 5 19 Fabric Conditioner Antibacterial ( Gallon) 1 20 Retractable Black Ballpen 0.7 By 12 5 21 Brother Ink Dcp T720dw (blk/c/m/y) 2 22 Epson Printer L5290 1 23 Multi-insect Killer Kerosene-based ( 600 Ml) 2 24 Gold Medals ( Ordinary) 250 25 Bronze Medals With Deped Seal Diameter Size 6cm Weight 30g 50 26 Kagawaran Ng Edukasyon Medals ( 4 Cm Gold) 50 27 Ethnic Jacquard Ribbon Garland (10 Yards ) 1 28 Long Brown Envelope 85 29 Toilet Bowl Cleaner 1liter 3 30 Guest Graduation Pageant Garland 2024 15 31 Plastic Stapler Use #10 15 32 Pencil No. 2 Yellow 2 33 Hdmi Cord 4 34 Neon Highlighter 5 35 Matte Sticker Paper A4175gsm 20 Sheets 4 36 Epson Printer Ink 003 (blk/m/y/c) 2 37 Epson Printer Ink (l120) (blk/m/y/c) 2 38 Parchment Paper A4 10 Sheets 10 39 Paper Bag For Gifts 10 40 Starfile Storage Box Arlin 3 41 Long Bond Paper Substance 20 (8’’ X 13’’) (70 Gsm) 4 42 A4 Bond Paper Substance 20 (70 Gsm) 5 43 Letter Bond Paper Substance 20 (70 Gsm) 4 44 A4 Neon Assorted Colored Paper ( 250 Sheets) 2 45 32" Inch Smart Tv 1 46 Correction Pen 8ml 5 47 Arch File Folder 3" With Hard Cover Side Mechanism-2 Ring Binder 3 48 Facial Tissue (10pcs/pack) 5 49 Expandable Folder Long Green 40 50 Folder Jacket Long 30 51 Brush Long Wooden Handle 5 52 Bleach (1 Liter) 14 53 Wet Wipes ( 80 Pcs Per Pack) 15 54 Sponge With Scoth Brite 5 55 Long White Folder 50 56 Staple Wire#10 10 57 Tape Dispenser Big 3 58 Vinyl Coated Clips No. 33 10 59 Starfile Storage Box Arlin 1 60 Brother Ink Dcp T720dw (blk/c/m/y) 1 61 A4 Bond Paper Substance 20 (70 Gsm) 5 62 Long Bond Paper Substance 20 (8’’ X 13’’) (70 Gsm) 6 63 Short Bond Paper Substance 20 (70 Gsm) 5 64 Satin Ribbon 4 Cm ( Blue) 5 65 Satin Ribbon 4 Cm ( Pink) 5 66 Satin Ribbon 2 Cm ( Silver Glittering) 10 67 Detergent Powder (1kg) 20 I Hereby Certify To Comply And Deliver All The Above Requirements: _____________________________ _______________________________ _______________ Name Of Company / Bidder Signature Over Printed Name Date Annex D Terms And Conditions 1. Service Provider Shall Provide Correct And Accurate Information Required In This Form. 2. The Service Provider Shall Ensure The Proper Disinfecting Of Goods Before Its Delivery To Bugarin Elementary School. 3. The Service Provider Shall Observe Safety Protocols Against Covid-19 Especially In Proper Handling Of Goods. 4. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. Quotations Provided Herein Shall Remain Unchanged And Shall Be Used From The Evaluation And Calculation Of The Lessor’s Total Quotation To Contract Implementation And Payment. 5. Price Quotation/s To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. 6. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 7. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, And Other Terms And Conditions Stated Herein. 8. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 9. Liquidated Damages Equivalent To One Tenth Of One Percent (0.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Deped Rizal - Bac Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 10. Payment For The Supplies Shall Be Made Upon Completion Of Each Delivery Schedule. I Hereby Certify To Comply And Deliver All The Above Requirements: ____________________________ ______________________________ _______________ Name Of Company / Bidder Signature Over Printed Name Date Of Representative
Closing Date6 Jan 2025
Tender AmountPHP 121.5 K (USD 2 K)
Caraga Regional Hospital Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2024-12-18 (105) Supply And Delivery Of Various Peritoneal Dialysis Supplies Under Single-year Framework Agreement ( Early Procurement Activity ) Approved Budget For The Contract: Php 17,982,556.00 ========================================================= 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 Nine Hundred Eighty Two Thousand Five Hundred Fifty Six Pesos ( Php 17,982,556.00 ) As To Payment Under The Contract For Supply And Delivery Of Various Peritoneal Dialysis Supplies 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 Peritoneal Dialysis Supplies Peritoneal Dialysis Doubled-cuffed Coiled Silicone Catheter #62cm (adult) Component Set: (1) Catheter Doubled-cuffed Coiled Silicone Catheter #62cm (adult) (1) Female Luer (1) Clamp (1) Male Luer End Cap (1) Introducer Dilator & Sheath (1) J/flex Guidewire (1) Scalpel (1) Introducer Needle (1) Tunneling Tool (6) Gauze Pads (1) 10cc Luer Lock Syringe 30 Pcs 9,000.00 270,000.00 Ultra Clamp Ultra Clamp, Red (not For Use As Outlet Port Clamp) Length 6.9 In Width 5.6 In Height 3.6 In Volume 0.08 Fc Weight 1lb Pack Factor 12 50 Pcs 500.00 ₱25,000.00 Minicap Extended Life Pd Transfer Set With Twist Clamp, 6's Female Locking Connector/ On-off Clamp Assembly, Tubing And Double Sealing Male Luer Lock Connector 20 Pcs 1,600.00 ₱32,000.00 Locking Titanium Adapter, 5's A Double Sealing Female Luer Lock Adapter With A 2 Piece, Combination Compression Fit/barbed Catheter Connector. 30 Pcs 1,861.00 ₱55,830.00 Minicap With Povidone Iodine, 120's Disconnect Cap With Povidine-iodine Solution 34,500 Pcs 50.00 ₱1,725,000.00 Cycler Drainage Set Cycler Drainage Bag Set (2 X 15l Per Pack), Spike 15pack/case 240 Pcs 478.80 ₱114,912.00 Automated Pd Set 240 Pcs 1036.80 ₱248,832.00 Mini Weighing Scale (hanging) Materials: Abs Function: Weighing Capacity: 5kg Color: Oem Unit: Kg,g Packing: Color Box + Outer 50 Pcs 300.00 ₱15,000.00 Automated Pd Set Disposable Pd Set Compatible With Home Choice Claria ; Inludes A Cassette, Organizer, Effluent Sample Size, And Connecting Line 240 Pcs 1,036.80 ₱248,832.00 Total ₱2,729,406.00 Lot 2 Peritoneal Dialysis Solutions 1.5% Peritoneal Dialysis Dextrose (2 Liters), 6's Each 100ml Contains Dextrose Hydrous 1.5 G Sodium Chloride 538 Mg Sodium Lactate 448 Mg Calcium Chloride Dihydrate 18.3 Mg Magnesium Chloride Hexahydate 5.08 Mg Ph 5.2 (4. 0-6.5) 3,600 Box 1,650.00 ₱5,940,000.00 2.5% Peritoneal Dialysis Dextrose Pd (2 Liters), 6's Each 100ml Contains Dextrose Hydrous 2.5 G Sodium Chloride 538 Mg Sodium Lactate 448 Mg Calcium Chloride Dihydrate 18.3 Mg Magnesium Chloride Hexahydate 5.08 Mg Ph 5.2 (4. 0-6.5) 3,000 Box 1,650.00 ₱4,950,000.00 4.25% Peritoneal Dialysis Dextrose (2 Liters), 6's Each 100ml Contains Dextrose Hydrous 4.25 G Sodium Chloride 538 Mg Sodium Lactate 448 Mg Calcium Chloride Dihydrate 18.3 Mg Magnesium Chloride Hexahydate 5.08 Mg Ph 5.2 (4. 0-6.5) 500 Box 1,650.00 ₱825,000.00 1.5% Peritoneal Dialysis Dextrose (5l), 6's Each 100ml Contains Dextrose Hydrous 1.5 G Sodium Chloride 538 Mg Sodium Lactate 448 Mg Calcium Chloride Dihydrate 18.3 Mg Magnesium Chloride Hexahydate 5.08 Mg Ph 5.2 (4. 0-6.5) 250 Pcs 650.00 ₱162,500.00 2.5% Peritoneal Dialysis Dextrose Pd (5l), 6's Each 100ml Contains Dextrose Hydrous 2.5 G Sodium Chloride 538 Mg Sodium Lactate 448 Mg Calcium Chloride Dihydrate 18.3 Mg Magnesium Chloride Hexahydate 5.08 Mg Ph 5.2 (4. 0-6.5) 500 Pcs 650.00 ₱325,000.00 4.25% Peritoneal Dialysis Dextrose (5l), 6's Each 100ml Contains Dextrose Hydrous 4.25 G Sodium Chloride 538 Mg Sodium Lactate 448 Mg Calcium Chloride Dihydrate 18.3 Mg Magnesium Chloride Hexahydate 5.08 Mg Ph 5.2 (4. 0-6.5) 250 Pcs 650.00 ₱162,500.00 Total ₱12,365,000.00 Lot 3 Peritoneal Dialysis Supplies Gauze Swab 2x2 2”x 2” X 8 Ply 28 X 24 Mesh 500 Box 300.00 ₱150,000.00 Gauze Swab 4x4 4”x 4” 8 Ply 24 X 28 Mesh 5pcs/pack 600 Box 300.00 ₱180,000.00 Syringe Disposable 50cc, Polypropylene Barrel, Non-toxic Double Plunger, Smooth Movement Of Plunger, Thermoplastic Elastometer Gasket, Clear Prints Luerlock 100s 50 Box 1,480.00 ₱74,000.00 Syringe 10cc With Needle G21 Smooth And Double Plunger X 100/box 70 Box 210.00 ₱14,700.00 Syringe Dispo 3cc W/ G12/g23 Needle, Sharpest Needle, Polyprolen Barrel, Non-toxic Double Plunger, Smooth Movement Of Plunger, Thermoplastic Elastometer Gasket, Clear Prints On The Syringe, Luerlock, Undergone High Internsity Sterilization 100/box 5 Box 210.00 ₱1,050.00 Syringe Disposable 1cc, G25/g26 X 5/8”needle, Polypropylene Barrel, Non-toxic X 100/box 20 Box 210.00 ₱4,200.00 Pre-filled Syringe W/ 0.9 % Naci 10ml (30/box) 200 Box 1,920 ₱384,000.00 Pre-filled Syringe W/ Naci 5ml (30/box) 150 Box 1,860 ₱279,00.00 Total ₱1,086,950.00 Lot 4 Peritoneal Dialysis Medicine Heparin (as Soduim) 1000 Iu/ml, 5ml 10vial/box (for Peritoneal Dialysis Use) Heparin As Sodium, 1000ml 10 Vial/box 800 Box 2,244.00 ₱1,795,200.00 Total ₱1,795,200.00 Grand Total 17,982,556.00 Terms Of Reference Bidders Must Submit The Following During Post-qualification: 1 Samples If Offered Item Is Not Previously Procured Or If Required By The Procuring Entity 2 Brochures Indicating Specification 3 Terms Of Delivery: 15 Calendar Days Upon Receipt Of Call-off 4 Delivery Schedule: Upon Call Off 5 This Procurement Is Under Framework Agreement -single Year Framework Agreement 6 Terms Of Payment. Payment Shall Be Made Upon Complete Delivery Per Call – Off. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. 7 This Procurement Is Lot Bid – Single Lot And Awarded In One Contract. Bidder Shall Bid All The Items In A Lot. 8 Product Expiration Date Must Be At Least 6 Months To 1 Year From Date Of Delivery 9 Validity Of The Contract / Contract Termination 10 Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: 11 A. When The Total Quantity Specified In The Contract Has Been Exhausted Within A Single Year 12 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. 13 Repeat Order: 14 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. 15 2. In Case Repeat Order Is Allowed And Resorted To, The Twenty-five (25%) Maximum Allowable Quantity Shall Be Based On The Aggregate Quantity Of Actual Items Ordered And Delivered. 16 General Conditions 17 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 Hemodialysis Supplies Or Medical Supplies 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 27, 2024 To December 18, 2024 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 5, 2024 At 9:00 A.m.. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/87077408627?pwd=zkbgagn06uvmmunwobqinzorr1cn9b.1 Meeting Id: 870 7740 8627 Passcode: 735018 Deadline Of Submission Of Bids December 18, 2024 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 December 18, 2024 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/84081633436?pwd=9knz9cnsufukb5xo6ec8qlpwxx2wen.1 Meeting Id: 840 8163 3436 Passcode: 746226 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1vgvcncojtqzw03allhyagj5p2x7gh0y_?usp=sharing Amount Of Bidding Documents: Lot 1 Peritoneal Dialysis Supplies ₱5,000.00 Lot 2 Peritoneal Dialysis Solutions ₱25,000.00 Lot 3 Peritoneal Dialysis Supplies ₱5,000.00 Lot 4 Peritoneal Dialysis Medicine ₱5,000.00 Bidder Who May Participate All The Lots, Bidding Documents Is Amounting To Php 25,000.00. Payment Of Bidding Documents Is Non-refundable 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 December 18, 2024 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 December 18, 2024 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
Closing Date3 Jan 2025
Tender AmountPHP 17.9 Million (USD 310.3 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Notice Is Being Published In Accordance With Federal Acquisition Regulation (far) Part 5.101(a)(2) Requiring The Dissemination Of Information On Proposed Contract Actions. This Is A Notice Of Intent To Award A Sole-source Contract Pursuant To 10 U.s.c 2304 (c)(1), As Implemented By Far 6.302-1(a)(2) And 6.301-1(c), Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements, And Brand-name Descriptions.
the Department Of Veterans Affairs Medical Center Located At 150 South Huntington Avenue, Boston, Ma 02301 Has A Requirement For Maintenance, Repairs And Support For Varian Eclipse & Truebeam.
the Government Intends To Award A Firm-fixed-price Sole Source Contract.
the Government's Determination Not To Compete With This Proposed Contract Based On Responses To This Notice Is Solely Within Its Discretion. This Notice Of Intent Is Not A Request For Competitive Proposals. It Is A Written Notice To Inform The Public Of The Government's Intent To Award On A Sole-source Basis.
interested Parties May Identify Their Interest And Capability To Respond To The Requirement. Any Response To This Notice Must Show Clear And Convincing Evidence That Competition Will Be Advantageous To The Government.
please Contact Manases Cabrera, Contracting Specialist With The Responses Or Questions Regarding This Requirement At Manases.cabrera@va.gov.
this Notice Will Close On May 2, 2025, At 4:30 Pm Eastern Standard Time (est)
va Boston Healthcare System
scope Of Work (sow)
maintenance, Repairs And Support For Varian Eclipse & Truebeam
523-25-2-7441-0070
3/17/2025
requesting Service: Clinical Engineering.
objective: To Provide Original Equipment Manufacturer (oem)
certified Technicians To Perform The “essentials Service” Outlined In Quote 2024-497937-1. This Includes Maintenance, And Repairs Of The Truebeam Linear Accelerator With Comprehensive Parts Coverage. Treatment Room Devices Cctv Monitors And Cameras, Patient Positioning Lasers, Intercom And In Room Monitors Are Also Covered. Varian Will Replace The Eclipse Workstation Graphics Processing Unit (gpu) Workstation. Reinstall & Configure Eclipse Software. Varian Will Reinstall Eclipse Software & Test The System For Safety And Accuracy. Truebeam Linear Accelerator Is Used In The Operating Room Va Jamaica Plain.
1.1 Period Of Performance: Bhs Requests A One Year Contract.
base 5/11/2025 – 5/10/2026
1.2 Type Of Contract: Firm Fixed Price.
1.3 Contract Award Meeting: The Contractor Shall Not Commence Performance On The Tasks In This Sow Until The Contracting Officer Has Conducted A Kick-off Meeting Or Has Advised The Contractor That A Kick-off Meeting Is Waived.
2.0 Background: Varian Eclipse Is Proprietary Software That Optimizes The Radiotherapy Treatment Plan Based Upon A Physician’s Dose Instructions, And Information About The Size, Shape, And Location Of A Tumor To Be Treated. It’s Used In Conjunction With Va Owned Varian Truebeam Linear Accelerator. Due To Propriety Rights, Only Technicians Certified By Varian Are Qualified To Maintain Them.
2.1 Protected Health Information (phi) Is Accessed By This System. Varian Uses Secure Configuration And Hardening, Authentication And Authorization, Whitelisting, Data Encryption, And Auditing And Logging.
3.0 Scope: The Vendor Shall Accomplish The Deliverables, Provide Certified Technicians, Labor, Personnel, Equipment, Tools, Materials, Parts, Supervision, And Other Items Necessary To Perform Maintenance, Repair. Replacement Parts Are Included. Paragraph 7.1 Below Lists The Equipment Components Serial Numbers That Are Covered By This Service Contract.
3.1 Contractor On Site: When Required By Bhs, And Authorized By Bhs And The Vendor, Field Service Agent (fsa) Must Comply With The Security Requirements Of Paragraphs 4 And 5 Below.
3.2 Professional Qualifications: The Assigned (fsa) Must Have The Appropriate Training, Experience, Expertise, And Current Certification By The Oem To Work On The Equipment Identified In Paragraph 7.1 Below.
4.0 Scheduling A Visit: Contact The Bhs Ce Department At (857) 203-5517 Or Dennis Allen (dennis.allen2@va.gov) Or Another Ce Staff Member To Schedule A Visit At A Mutually Agreed Upon Date And Time.
4.1 Security Requirements: Fsa Shall Report To The Ce Point Of Contact Or Another Government Designated Representative To Check In And Obtain A Short-term Identification (id) Badge. This Must Be Obtained Before Any Work Is Performed.
4.2 Identification: Fsa Must Present A Current (not Expired) Federal Id, Piv Card, State Or Local Government Id Card/badge Before The Temporary Federal Id Badge Is Issued.
5.0 Upon Arrival: All Contractors Will Be Escorted By Htm Staff To The Htm Office Where The Id Presented Is Verified. If Deemed Official, The Ce Liaison Will Have The Contractor Sign In And Will Then Give The Fsa A Temporary U. S. Government Id Badge. The Badge Shall Be Worn Prominently By The Fsa While On Va Property.
5.1 Work Site: The Contractor Will Be Escorted By Ce Staff Or Other Designated Va Employee To The Work Site And Must Return To Htm To Sign Out And Turn-in The Temporary Id Along With The Documented Service Report For The Service Performed.
6.0 Federal Law: The Fsa Must Follow All Government Laws, Rules And Regulations Regarding National Security, Patient Privacy, And Information Security. And Must Adhere To The Privacy Act, Hipaa, And Covid-19 Screening Requirements.
6.1 Unauthorized Work/parts: Work Outside The Scope Of This Agreement Is Not Authorized. Purchase Of Parts Is Not Authorized.
7.0 Authorized Service: Varian “essentials” Service Level Includes: All Parts Needed To Maintain Functionally Of Truebeam, And Treatment Room Coverage Includes Cctv Monitors And Cameras, Lasers Needed For Patient Positioning, Intercom System, In Room Monitors. Eclipse Gpu Hardware Refreshes. See Varian Quote 2024-497937-2 Dated 1/24/2025 For Complete Details Of This Maintenance Agreement And Customer Responsibilities.
7.1 Bhs Equipment To Be Serviced:
manufacturer Device Name
ee#
serial #
eclipse Gpu Server
208562
eclipse Tbox H48v024
208561
truebeam H193181
176050
h193181
kv Imager
hxkc911
mcl 120
hml1379
mv Imager
hxmc911
rapid Arc Delivery
hrd4677
icvi
hec0390
optical Imaging
hoic911
perfect Couch
hpr0853
7.2 Emergency Work: Service Outside Of Scope Of This Agreement Is Not Authorized.
8.0 Deliverables: Field Service Report (fsr) Must Be Completed By The Fsa And A Copy Given To Ce Staff. The Fsr Must Include:
name & Work Phone Number Of Fsa Who Performed Services.
contractor Service Esr Number/log Number.
date, Time (starting And Ending), Equipment Downtime And Hours On Site For Service Call.
identification Of Equipment Serviced To Include:
facility
inventory “ee” Id Number
manufacturer
device Name
model Number
serial Number
8.1 Itemized Description: Of Service Performed (including, If Authorized By A Separate Po, Costs Associated With After Normal Working Hour Services) Including: Labor And Travel, Parts With Part Numbers.
materials Used.
B. Signatures Of Fse And Bhs Employee Who Verified The Work.
8.2 Hours Of Coverage: Support Is Available 9:00am To 5:00pm Monday - Friday.
8.3 Maintenance: Fsa Must Follow And Complete All Steps/part Replacement And Testing Following Oem Pm Guide.
9.0 Va Information And Information Systems & Privacy: Contractors, Contractor Personnel, Subcontractors, And Subcontractor Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards, And Va Directives And Handbooks As Va And Va Personnel Regarding Information And Information System Security. The A&a Requirements Do Not Apply, And A Security Accreditation Package Is Not Required.
9.1 Access To Va Information And Va Information Systems: Access To Va Information Contractor/subcontractor Shall Request Logical (technical) Or Physical Access To Va Information And Va Information Systems For Their Employees, Subcontractors, And Affiliates Only To The Extent Necessary To Perform The Services Specified In The Contract, Agreement, Or Task Order.
9.2 Investigative Requirements: All Contractors, Subcontractors, And Third-party Servicers And Associates Working With Va Information Are Subject To The Same Investigative Requirements As Those Of Va Appointees Or Employees Who Have Access To The Same Types Of Information. The Level And Process Of Background Security Investigations For Contractors Must Be In Accordance With Va Directive And Handbook 0710, Personnel Suitability And Security Program. The Office For Operations, Security, And Preparedness Is Responsible For These Policies And Procedures.
9.3 Custom Software Development: And Outsourced Operations Must Be In The U.s. To The Maximum Extent Practical. If Such Services Are Proposed To Be Performed Abroad And Are Not Disallowed By Other Va Policy Or Mandates, The Contractor/subcontractor Must State Where All Non-u.s. Services Are Provided And Detail A Security Plan, Deemed To Be Acceptable By Va, Specifically To Address Mitigation Of The Resulting Problems Of Communication, Control, Data Protection, And So Forth. Location Within The U.s. May Be An Evaluation Factor.
9.4 Contractor: Or Subcontractor Must Notify The Contracting Officer Immediately When An Employee Working On A Va System Or With Access To Va Information Is Reassigned Or Leaves The Contractor Or Subcontractor’s Employ. The Contracting Officer Must Also Be Notified Immediately By The Contractor Or Subcontractor Prior To An Unfriendly Termination.
10.0 Va Information Custody: Information Made Available To The Contractor Or Subcontractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor/subcontractor In Performance Or Administration Of The Contract Shall Be Used Only For Those Purposes And Shall Not Be Used In Any Other Way Without The Prior Written Agreement Of The Va. This Clause Expressly Limits The Contractor/subcontractor's Rights To Use Data As Described In Rights In Data - General, Far 52.227-14(d) (1).
10.1 Va Information: Should Not Be Co-mingled, If Possible, With Any Other Data On The Contractors/subcontractor’s Information Systems Or Media Storage Systems To Ensure Va Requirements Related To Data Protection And Media Sanitization Can Be Met. If Co-mingling Must Be Allowed To Meet The Requirements Of The Business Need, The Contractor Must Ensure That Va’s Information Is Returned To The Va Or Destroyed In Accordance With Va’s Sanitization Requirements. Va Reserves The Right To Conduct On Site Inspections Of Contractor And Subcontractor It Resources To Ensure Data Security Controls, Separation Of Data And Job Duties, And Destruction/media Sanitization Procedures Follow Va Directive Requirements.
10.2 Prior To Termination: Or Completion Of This Contract, Contractor/subcontractor Must Not Destroy Information Received From Va, Or Gathered/created By The Contractor While Performing This Contract Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Of The Contract.
10.3 The Contractor/subcontractor: Must Receive, Gather, Store, Back Up, Maintain, Use, Disclose And Dispose Of Va Information Only In Compliance With The Terms Of The Contract And Applicable Federal And Va Information Confidentiality And Security Laws, Regulations, And Policies. If Federal Or Va Information Confidentiality And Security Laws, Regulations And Policies Become Applicable To The Va Information Or Information Systems After Execution Of The Contract, Or If Nist Issues Or Updates Applicable Fips Or Special Publications (sp) After Execution Of This Contract, The Parties Agree To Negotiate In Good Faith To Implement The Information Confidentiality And Follow Security Laws, Regulations, And Policies In This Contract. The Contractor/subcontractor Must Receive, Gather, Store, Back Up, Maintain, Use, Disclose And Dispose Of Va Information Only In Compliance With The Terms Of The Contract And Applicable Federal And Va Information Confidentiality And Security Laws, Regulations, And Policies. If Federal Or Va Information Confidentiality And Security Laws, Regulations And Policies Become Applicable To The Va Information Or Information Systems After Execution Of The Contract, Or If Nist Issues Or Updates Applicable Fips Or Special Publications (sp) After Execution Of This Contract, The Parties Agree To Negotiate In Good Faith To Implement The Information Confidentiality And Security Laws, Regulations And Va Handbook 6500.6, Contract Security Appendix C. 3.
11.0 Records Management: This Clause Applies To All Contractors Whose Employees Create, Work With, Or Otherwise Handle Federal Records, As Defined In Section B, Regardless Of The Medium In Which The Record Exists.
11.1 “federal Record” As Defined In 44 U.s.c. § 3301, Includes All Recorded Information, Regardless Of Form Or Characteristics, Made Or Received By A Federal Agency Under Federal Law Or In Connection With The Transaction Of Public Business And Preserved Or Appropriate For Preservation By That Agency Or Its Legitimate Successor As Evidence Of The Organization, Functions, Policies, Decisions, Procedures, Operations, Or Other Activities Of The United States Government Or Because Of The Informational Value Of Data In Them.
the Term Federal Record: Includes Vha Records. Does Not Include Personal Materials. Applies To Records Created, Received, Or Maintained By Contractors Pursuant To Their Vha Contract. May Include Deliverables And Documentation Associated With Deliverables.
11.2 Requirements: Contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion.
11.3in Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation.
11.4 In Accordance With 36 Cfr 1222.32, The Contractor Shall Maintain All Records Created For Government Use Or Created While Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data.
11.5 Vha And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of Vha Or Destroyed Except In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage, Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of Any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, The Contractor Must Report To Vha. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230.
11.6 The Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records, Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The [contract Vehicle]. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records, And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government’s Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records, And/or Equipment Is No Longer Required, It Shall Be Returned To Vha Control, Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand-carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The [contract Vehicle]. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4).
11.7 The Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material, And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Vha Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information.
11.8 The Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With Vha Policy.
11.9 The Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public Vha Information That Is Not Specifically Tied To Or Authorized By The Contract.
11.10 The Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act.
11.11 The Vha Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which Vha Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20.
11.12 Training. All Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take Vha-provided Records Management Training. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training.
** Vha Training For Contractors Is Available In Talent Management System (tms): Records Management For Records Officers And Liaisons, Item #3873736
11.13 Flow Down Of Requirements To Subcontractors: The Contractor Shall Incorporate The Substance Of This Clause, Its Terms, And Requirements Including This Paragraph, In All Subcontracts, And Require Written Subcontractor Acknowledgment Of Same.
11.14 Violation By A Subcontractor Of Any Provision Set Forth In This Clause Will Be Attributed To The Contractor.
Closing Date2 May 2025
Tender AmountNA
City Of Bais Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
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 Various Improvement Of Operation Center, City Disaster Risk Reduction Management Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 717-24 Php 1,065,020.00 1 15 Lgth Angle 40mm X 40mm X 5mm Thk X 6.0m Lgth 2 15 Lgth Angle 50mm X 50mm X 5mm Thk X 6.0m Lgth 3 20 Lgth Pipe, Gi, Nps 50mm Ø (2" Ø) X 6.0m Lgth S40 4 8 Lgth Steel Plate, Galvanize, 4' X 8' Gauge 14 5 50 Pcs Stainless Steel Bolt Nut Flat And Lock Washer Set, M10 X 70mm 6 50 Pcs Stainless Steel Bolt Nut Flat And Lock Washer Set, M6 X 60mm 7 50 Pcs Stainless Steel Bolt Nut Flat And Lock Washer Set, M6 X 20mm 8 50 Pcs Bolt Expansion Screw Shell Anchor Expansion Bolt, M8 X 70mm 9 10 Pcs Grinding Disc For Metal, Depressed Center, Aluminum-oxide, 100 Mm Ø 10 75 Kilo Welding Electrode, 1/8" Ø, E6013 11 8 Can Roofing Sealant, High Grade, 1/2l/can 12 8 Set Marine Epoxy, 1/2l/can 13 4 Roll Galvanized Cyclone Wire Ga8, 5 Feet X 6m (2 Inch Opening) 14 50 Meter Chain Hot Dipped Galvanized, Heavy Duty 8mm 15 10 Pcs Laminated Padlock 40mm/50mm Keyed Pad Lock Security Lock Solid Anti-theft, Made Up Of Multiple Layers Of Laminated Steel 16 20 Pcs Hacksaw Carbon Steel Blade Hd (12") 17 800 Pcs Chb 4" 18 100 Bags Portland Cement 19 30 Cu.m. Fine Aggregate (sand), 4.75mm Ø Max Size 20 150 Lgth Deformed Bar, 10mm Diameter X 6.0m Length 21 20 Kilo Gi Tie Wire, #16 22 200 Pcs Polished Tile, 600mm X 600mm Beige 23 10 Sheet Marine Plywood, 4' X 8', 1/2" Thk 24 10 Sheet Marine Plywood, 4' X 8', 1/4" Thk 25 20 Pair Soft Close Drawer Guide Heavy Duty, 18 Inch 26 6 Pcs Tile Cutter Wheel (dry) 100mm Ø 27 4 Pack Tile Grout (2 Kilo/pack) Beige 28 8 Gallon Paint, Flat Wall Enamel, Alkyd-based 29 10 Can Paint Thinner (3l/can) 30 10 Gallon Paint, Acrylic Semi-gloss, Water-based Paint (white Wash/tulle White) 31 10 Gallon Paint, Acrylic Semi-gloss, Water-based Paint (white) 32 8 Gallon Paint, Single Complonent Zinc Phosphate, Anti-corrosive Metal Primer 33 10 Gallon Paint, Odourless Qde, Water-based (suede/light Tan) 34 10 Gallon Paint, Quick Dry Enamel, Alkyd-based (red) 35 10 Gallon Paint, Quick Dry Enamel, Alkyd-based (orange) 36 10 Gallon Paint, Quick Dry Enamel, Alkyd-based (yellow) 37 10 Gallon Paint, Quick Dry Enamel, Alkyd-based (white) 38 8 Can Acrytex Primer 39 8 Can Acrytex Cast 40 8 Can Acrytex Reducer 41 10 Pcs Paint Brush, 2" 42 10 Pcs Paint Brush, 4" 43 8 Set Paint Roller 7-inch With Pan 44 100 Pcs Sand Paper Waterproof # 120 45 100 Pcs Sand Paper Waterproof # 160 46 75 Box Acoustic Foam Panels Self-adhesive Fireproof Sound Proof Treatment Wall, 300mm X 300mm X 8mm, Polyester Fiber, 0.9 Sound Absorption, (12 Pcs/box) 47 20 Pcs Rubber Cement, (360cc/bottle) 48 15 Pcs All Purpose Silicon Sealant (black) 49 5 Rolls Tw Copper Wire # 10 Awg (5.5 Mm²) 50 3 Rolls Tw Copper Wire # 12 Awg (3.5 Mm²) 51 4 Rolls Tw Copper Wire # 14 Awg (2.0 Mm²) 52 10 Pcs Utility Box, 2" X 4" 53 15 Pcs Junction Box W/ Cover & Screws 54 6 Rolls Flexible Hose Pvc, 1/2" X 100m 55 10 Pcs Circuit Breaker W/ Inclosure, 30a 56 10 Pcs Circuit Breaker W/ Inclosure, 20a 57 15 Pcs Led Exit Signage Emergency Acrylic 3 Watts Clear Aluminum Box, Overcharge Protection, Led Charging Indicaton, Automatic Switch Ni-cd 1.2v Battery And Charger, Pmma (polymethyl Methacrylate) Board 58 20 Pcs Led Parlamp E27, 12w-15w, 180 - 265v, Daylight 59 20 Pcs Led Bulb E27, 12w-15w, 180 - 265v, Daylight 60 10 Rolls Electrical Vinyl Tape, Flame Retardant, Professional Grade, 3/4" X 66' X 0.007", 600v @ 80° C Rating 61 4 Pcs Gate Valve, Brass, 1 1/2" Heavy Duty, 150psi 62 4 Pcs Gate Valve, Brass, 1" Heavy Duty, 150psi 63 40 Pcs. Stainless Heavyduty Flexible Hose, 16" Length (1/2" X 1/2") 64 10 Set Stainless (304) Shower Set; With Shower Head Set, With Hose And Holder And Two Way Faucet 65 20 Set Toilet Flush Set Fittings Dual Button Flush Valve Toilet Inlet Valve Toilet Fittings 66 20 Pcs. Stainless (304) One Way Angle Valve (1/2" X 1/2") 67 20 Pcs. Stainless (304) Two Way Angle Valve (1/2" X 1/2" X 1/2") 68 20 Pcs. Stainless (304) Bidet Toilet Sprayer And Hose 69 20 Pcs. Stainless (304) Urinal Flush Valve 70 10 Pcs. Floor Drain, Anti-clogging, 4" X 4" Stainless (304) 71 20 Lgth Ppr Pipe Pn20, 20mm Ø Nominal X 4.0m 72 10 Pcs. Ppr Elbow Pn20, 20mm Ø 73 6 Pcs. Ppr Elbow Pn20, 25mm Ø 74 10 Pcs. Ppr Coupling Pn20, 20mm Ø 75 20 Pcs. Ppr Coupling Pn20, 25mm Ø 76 20 Pcs Ppr Tee Pn20, 20mm Ø 77 10 Pcs Ppr Tee Pn20, 25mm Ø 78 8 Pcs. Ppr Coupling Reducer Pn20, 25mm X 20mm 79 30 Pcs. Ppr Threaded Female Elbow W/ Brass Pn20, 20mm 80 10 Pcs. Ppr Threaded Female Tee W/ Brass Pn20, 20mm 81 10 Pcs. Ppr Threaded Female Adapter Coupling W/ Brass Pn20, 20mm 82 10 Pcs. Ppr Threaded Male Adapter Coupling W/ Brass Pn20, 20mm 83 10 Pcs. Ppr Threaded Female Adapter Coupling W/ Brass Pn20, 25mm 84 10 Pcs. Ppr Threaded Male Adapter Coupling W/ Brass Pn20, 25mm 85 15 Pcs. Ppr Threaded Male Union Pn20, 25mm 86 15 Pcs. Ppr Threaded Male Union Pn20, 20mm 87 15 Pcs. Ppr Threaded Female Union Pn20, 25mm 88 15 Pcs. Ppr Threaded Female Union Pn20, 20mm 89 10 Pcs. Ppr Gate Valve Pn20, 25mm 90 10 Pcs. Ppr Gate Valve Pn20, 20mm 91 10 Lgth Sanitary Pipe Pvc, S-1000, 100mmø X 3.0 92 10 Lgth Sanitary Pipe Pvc, S-1000, 50mmø X 3.0 93 4 Pcs Sanitary Tee Pvc, S-1000, 100mmø 94 2 Pcs Sanitary Elbow Pvc, S-1000, 100mmø 95 4 Pcs Sanitary Wye Pvc, S-1000, 100mmø 96 5 Pcs Sanitary Coupling Pvc, S-1000, 100mmø 97 6 Pcs Sanitary Clean-out Pvc, S-1000, 100mmø 98 10 Pcs Sanitary Tee Pvc, S-1000, 50mmø 99 10 Pcs Sanitary Elbow Pvc, S-1000, 50mmø 100 10 Pcs Sanitary Coupling Pvc, S-1000, 50mmø 101 4 Can Pvc Pipe Cement, 400cc 102 20 Pcs Teflon Tape Pipe Thread Seal Tape, 1" X 10m The Approved Budget For The Contract Is To Be Taken From Improvement Of Operation Center (res. No. 485 Series 2024 Ordinance No. 36). 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. Pre-bid Conference Will Be On January 14, 2025, 1:30 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. 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.) Atty. Romela Mae L. Napao City Administrator Chair, Bids And Awards Committee
Closing Date28 Jan 2025
Tender AmountPHP 1 Million (USD 18.1 K)
GOV CELESTINO GALLARES MEMORIAL MEDICAL CENTER Tender
Healthcare and Medicine
Philippines
Details: Description Invitation To Bid For Procurement Of Goods: Supply And Delivery Of Various Drugs And Medicines Through Framework Agreement (line Bid) 1. The Gov. Celestino Gallares Memorial Medical Center, Using A Single-year For A Framework Agreement, Through The 2025 Hospital Medicines And Drugs – Revolving Fund Intends To Apply The Sum Of Twelve Million Two Hundred Seventy-one Thousand Two Hundred Fifty-nine Pesos And Eighty Centavos Only (php12,271,259.80) Being The Abc To Payments Under The Contract For Ib No. 2025-01-001. Bids Received In Excess Of The Total Cost Per Line Items Shall Be Automatically Rejected. 2. The Gov. Celestino Gallares Memorial Medical Center Now Invites Bids For Procurement Of Goods: Supply And Delivery Of Various Drugs And Medicines Through Framework Agreement (line Bid). Delivery Of The Goods Is Required Within Ten (10) Calendar Days After Issuance Of A Call-off Or Any Date As Determined By The Pe. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. 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 No. 5183. 4. Prospective Bidders May Obtain Further Information From Gcgmmc Bids And Awards Committee (bac) Office Through Electronic Mail Via Gcgmmc.bacdrugsnmeds@gmail.com Or Telephone Call At (038) 411-4868 To 69 Local 286 And Inspect The Bidding Documents At The Address Given Below During Office Hours. 5. A Complete Set Of Bidding Documents May Be Acquired And Downloaded By Interested Bidders On January 18 – February 10, 2025 From Gcgmmc Google Drive (gcgmmc.bacdrugsnmeds@gmail.com) And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos Only (php25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Cash Or Bank Deposit With The Following Bank Details: Bank Name: Development Bank Of The Philippines Account Name: Gcgmmc General Fund Account Number: General Fund Account No. 00-0-00001-780-3 For Bidders Paying Through Bank Deposits, A Successful Transaction/payment Must Be Sent To The Bac’s Official Email Address. Acknowledgement Receipt Will Be Issued In Lieu Of The Official Receipt (coa Circular No. 2021-014 Clause 5.2) As Proof That Payment Is Verified, Confirmed And Received By Gcgmmc. Only Upon The Issuance Of The Acknowledgement Receipt Shall The Bidder Be Granted Access To The Bac Google Drive. 6. The Gov. Celestino Gallares Memorial Medical Center Will Hold A Pre-bid Conference On January 27, 2025 @9:30am At Gcgmmc, 5th Flr., Mktm Auditorium, 0053 Miguel Parras St., Poblacion Ii, Tagbilaran City, Bohol 6300 Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 10, 2025 @9:29am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 10, 2025, 9:30am At The Gcgmmc, 5th Flr., Mktm Auditorium, 0053 Miguel Parras St., Poblacion Ii, Tagbilaran City, Bohol 6300. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Bidders Are Required To Include A Flash Drive In The Submission Of Their Bidding Documents Containing Their Bid Form In Excel Format And Their Bid Documents In Pdf Format. 11. The Gov. Celestino Gallares Memorial Medical Center 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 Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: April Mae M. Monredondo, Lpt Bids And Awards Committee (bac) Office Gov. Celestino Gallares Memorial Medical Center 0053, M. Parras St., Poblacion Ii, Tagbilaran City, Bohol 6300 Email: Gcgmmc.bacdrugsnmeds@gmail.com Tel. No.: (038) 411-4868 Local 286 Cel. No.: +63 991 825 0786 13. You May Visit The Following Websites: Philgeps Website For Downloading Of Bidding Documents: Https://www.gcgmh.gov.ph/procurement/ Approved: (sgd.) Jhobert P. Tan Bac Chairperson (drugs And Medicines) Noted: (sgd.) Miguelito S. Jayoma, Md, Fpcs, Fpsgs, Mhm Medical Center Chief Ii Head Of Procuring Entity (hope) *_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_* Line Item No. Stock Property No. Item Description Unit Qty Unit Cost Total Cost 1 29800000 Influenza Polyvalent Vaccine 0.5ml Suspension In Pre-filled Syringe Or Ampule (adult) Pfs/ampule 1000 789.00 789,000.00 2 68400000 Pneumococcal Conjugate Vaccine 13-valent, 0.5ml Single Dose Pfs Susp For Im Injection Pfs 100 2,950.00 295,000.00 3 3500000 Amino Acid 8%, Branched Chained, 500ml, Intravenous Bottle 600 1,056.00 633,600.00 4 3600000 Amino Acids + Glucose + Electrolytes + Vitamin B1, 500ml Bottle 800 900.00 720,000.00 5 4700000 Ampicillin + Sulbactam, 1.5gram, Intravenous Vial 1,200 585.00 702,000.00 6 1800000 Adenosine, 3mg/ml 2ml, Injection Vial 200 850.00 170,000.00 7 7400000 Aztreonam 1g, Powder, Injection Vial 1,000 1,350.00 1,350,000.00 8 10000000 Calcium Gluconate, 10% 10ml, Injection Ampule/vial 2000 164.00 328,000.00 9 23400000 Ferrous Salt + Folic Acid 60mg Elemental Iron + 400mcg Folic Acid Cap/tablet 30000 3.98 119,400.00 10 23300000 Fentanyl (as Citrate), 50mcg/ml 2ml, Injection Ampule 2000 374.44 748,880.00 11 27000000 Haloperidol, 5mg/ml 1ml, Ampule Ampule 100 729.88 72,988.00 12 72000000 Haloperidol, 50mg/ml 1ml, Ampule (oily) Ampule 30 1,354.80 40,644.00 13 42100000 Olanzapine, 10mg Tablet 10,000 29.29 292,900.00 14 32900000 Letrozole 2.5mg Tablet 4,000 29.00 116,000.00 15 65400000 Esmolol (as Hydrochloride) 10 Mg/ml, 10ml Vial (iv) Vial 30 1,629.00 48,870.00 16 69400000 Sucralfate 1g Tablet Tablet 1,000 57.98 57,980.00 17 24600000 Fluorouracil, 50mg/ml 10ml Or 500mg/10ml Vial/ampule 100 72.80 7,280.00 18 74100000 Etoposide 100mg (20mg/ml, 5ml) Vial 100 312.00 31,200.00 19 83100000 Epoetin Beta (recombinant Erythropoietin) 5000 Iu/0.3ml, Pre-filled Syringe With Needle (iv, Sc) Pfs 1,000 960.53 960,530.00 20 75700000 Docetaxel 40mg/ml, 2ml Vial 100 3,219.50 321,950.00 21 15200000 Clonazepam, 2mg Tablet 3,000 9.25 27,750.00 22 15900000 Clozapine, 100mg Tablet 3,000 8.15 24,450.00 23 5300000 Aripiprazole, 10mg Tablet 500 58.00 29,000.00 24 16800000 Cyclophosphamide, 1gram, Injection Vial 100 350.00 35,000.00 25 19900000 Divalproex Sodium, 500mg, Er Tablet 3,000 14.00 42,000.00 26 22700000 Escitalopram (as Oxalate), 10mg Tablet 3,000 25.00 75,000.00 27 26600000 Gliclazide, 80mg Tablet 5,000 5.00 25,000.00 28 28700000 Hydroxyurea, 500mg Capsule 2,000 31.00 62,000.00 29 84700000 Latanoprost 50mcg/ml, 2.5 Ml, Eye Drops Bottle 30 732.50 21,975.00 30 33200000 Levetiracetam, 100mg/ml Oral Solution, 300ml Bottle 50 1,730.68 86,534.00 31 48300000 Quetiapine Fumarate, 100mg Tablet 1,200 25.00 30,000.00 32 48400000 Quetiapine Fumarate, 25mg Tablet 1,200 17.00 20,400.00 33 49700000 Risperidone, 2mg Tablet 6,000 25.00 150,000.00 34 52300000 Spironolactone, 50mg Tablet 9,000 24.95 224,550.00 35 50800000 Sertraline, 50mg Tablet 1,500 7.90 11,850.00 36 53300000 Telmisartan 40mg + 12.5 Hydrochlorotiazide Tablet 2,000 20.00 40,000.00 37 54200000 Tramadol (as Hydrochloride), 50mg Capsule 9,000 18.00 162,000.00 38 69500000 Tamsulosin, 400mcg Prolonged Release Film Coated Tablet Tablet 3,000 25.00 75,000.00 39 78700000 Memantine Hydrochloride 10mg Tablet 500 42.00 21,000.00 40 81000000 Levofloxacin Eye Drops 5mg/ml (0.5%) Ophthalmic Solution Bottle 30 765.00 22,950.00 41 85900000 Sodium Hyaluronate 0.1%, 5ml (1mg/ml), Eye Drops Bottle 200 254.25 50,850.00 42 59900000 Warfarin 2.5mg Tablet 300 20.00 6,000.00 43 9000000 Bisoprolol (as Fumarate), 5mg Tablet 2,000 23.00 46,000.00 44 24000000 Finasteride, 5mg Tablet 3,000 11.67 35,010.00 45 25100000 Folic Acid, 2.5mg/ml Pediatric Drops Bottle 144 200.00 28,800.00 46 55700000 Warfarin, 5mg Tablet 1,000 29.00 29,000.00 47 72500000 Bisoprolol (as Fumarate), 2.5mg Tablet 2,400 23.00 55,200.00 48 27300000 Hepatitis B Immunoglobulin (human), 0.5ml/1ml Vial 300 2,300.00 690,000.00 49 17100000 Dexamethasone, 4mg Tablet 3,000 25.00 75,000.00 50 28500000 Hydroxychloroquine (as Sulfate), 200mg Tablet 3,000 38.00 114,000.00 51 31500000 Itraconazole, 100mg Capsule 1,200 22.00 26,400.00 52 70200000 Valsartan 160 Mg Tablet/film Coated Tablet Tablet 600 22.00 13,200.00 53 36100000 Mebendazole, 500mg Tablet 500 2.85 1,425.00 54 39300000 Morphine Sulfate, 10mg, Mr Cap/tablet 300 48.13 14,439.00 55 37000000 Methotrexate, 2.5mg Tablet 300 10.00 3,000.00 56 39400000 Morphine Sulfate, 30mg ,mr Tablet 300 99.95 29,985.00 57 40400000 Naproxen Sodium, 550mg Tablet 600 9.50 5,700.00 58 41100000 Nifedipine, 30mg, Mr Tablet 600 41.25 24,750.00 59 41200000 Nimodipine, 30mg Tablet 5,000 27.52 137,600.00 60 48100000 Pyridostigmine (as Bromide), 60mg Tablet 1,000 45.00 45,000.00 61 58100000 Nitrofurantoin 100mg Capsule 300 41.50 12,450.00 62 60600000 Calcitriol 0.25mg Cap 200 23.00 4,600.00 63 64100000 Dextrose 5% In 0.45% Sodium Chloride, 500ml, Intravenous Bottle 48 185.00 8,880.00 64 69800000 Topiramate 50mg Tablet Tablet 300 8.90 2,670.00 65 70000000 Tropicamide + Phenylephrine Hydrochloride 5mg + 5mg/ml (eye Drops) Fixed Dose Combination, 10ml Bottle 50 518.70 25,935.00 66 83600000 Megestrol (as Acetate) 40mg Tablet 500 67.73 33,865.00 67 12400000 Cefuroxime, 125mg/5ml, 70ml, Suspension Bottle 288 175.00 50,400.00 68 12500000 Cefuroxime, 250mg/5ml, Suspension, 120ml Bottle 288 198.00 57,024.00 69 3800000 Amiodarone (as Hydrochloride), 200mg Tablet 1,000 49.50 49,500.00 70 23000000 Felodipine, 5mg Tablet 600 8.15 4,890.00 71 75400000 Vincristine (as Sulfate), 1 Mg/ml, 2 Ml Vial 60 402.38 24,142.80 72 37100000 Methotrexate, 25mg/ml, 2ml, Injection Vial/ampule 200 270.00 54,000.00 73 28000000 Hydrochlorothiazide, 25mg Tablet 1,200 4.95 5,940.00 74 1600000 Aciclovir, 400mg Tablet 1,500 28.00 42,000.00 75 81900000 L-asparaginase Lyophilized Powder, 10,000 Iu Vial 50 1,123.38 56,169.00 76 14900000 Clindamycin, 75mg/5ml 60ml Bottle 200 389.28 77,856.00 77 25400000 Fondaparinux (as Sodium Salt), 2.5mg/0.5ml Solution Pfs 200 1,543.50 308,700.00 78 36200000 Mecobalamin, 500mcg Tablet 500 13.20 6,600.00 79 52100000 Somatostatin, 3mg, Intravenous Ampule/vial 200 4,139.49 827,898.00 80 15000000 Clobetasol (as Propionate) 0.05%, 5g, Ointment/cream Tube 100 115.00 11,500.00 81 18900000 Digoxin, 0.25mg Or 250mcg Tablet 3,000 7.00 21,000.00 82 91400000 Abiraterone, 250 Mg Bottle/120's 5 20,400.00 102,000.00 83 476432 Hepatitis B Vaccine (recombinant Dna, Adult 20mcg/ml, 1ml Vial 100 312.00 31,200.00 84 814151 Hepatitis B Vaccine (recombinant Dna) 10mcg/0.5ml, Monodose (im) (pediatric) Vial 100 280.00 28,000.00 >>>>>>>>>>>>> Grand Total: 12,271,259.80 Requirements: Upon Quotation 1. Return/after Sales Policy Of The Company For Expiring Drugs & Medicines 2. Certificate Of Product Registration (cpr) From Fda/proof Of Renewal 3. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/ Dealer Of The Product/ Items 4. License To Operate From Fda With List Of Sources (whether It Is Manufacturer, Importer, Seller Or Distributor) 5. Supplier' Evaluation Rating From Gcgmmc (any Grade Below 2.33 Is Ineligible To Participate In The Subsequent Procurement Process Within A Twelve-month Period.) Have At Least 2-3 Days In The Processing Of Csp (covid Meds/ Anti-venom Only) During Delivery: 1. Winning Supplier Must Deliver Items With At Least 24 Months Of Expiry 2. Must Provide A Guarantee Letter Indicating Commitment To Issue A Credit Memo For Expired Or Near Expiry Items. 3. Batch Release Certificate Or Batch Notification From Fda, If Applicable 4. Delivery Receipt/invoice Bearing Lot Nos And Expiry Dates Of The Drugs & Medicines ************************************ Nothing Follows ************************************
Closing Date10 Feb 2025
Tender AmountPHP 12.2 Million (USD 211.4 K)
1551-1560 of 1612 archived Tenders