Oxygen Tenders

NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender

Software and IT Solutions
United States
Closing Date30 Apr 2025
Tender AmountRefer Documents 
Details: National Aeronautics And Space Administration (nasa)/george C. Marshall Space Flight Center (msfc) Is Hereby Soliciting Information From Potential Sources For Development Of A Cost Effective Technology Demonstration Mission Spacecraft Bus. Nasa/msfc Is Seeking Capability Statements From All Interested Domestic Parties. Any Non-u.s. Organization Dependency Must Be Addressed In The Domestic Party’s Response To This Ssn. the Subject Spacecraft Bus Is Required To Enable A Technology Demonstration Mission. The Goal Of This Mission Is To Operate Multiple Technologies, Integrated Together In Several Systems, To Collect Integrated System Performance Data. The Anticipated Launch Date For This Project Is 2030 - 2032. The Mission Duration Is Anticipated To Be 8 Months With A Potential Of Up To 12 Months. Concept Studies Are Currently Under Development By The Nasa Team. this Ssn Seeks Information From Interested Sources Through Source Responses To The Anticipated Requirements Noted Below. Nasa Envisions Conducting A Bus Acquisition Where The Selected Source Will 1) Serve As The Principal Investigator’s (pi’s) Prime Contractor; 2) Finalize Spacecraft Bus Requirements Based On Nasa Contract Requirements; 3) Develop And Deliver A Complete Spacecraft Design, Hardware, Software, And Ground Support Equipment; 4) Support Technology Demonstration System Integration With The Spacecraft Bus; And 5) Provide Mission Operations Systems And Support. information Obtained Through This Ssn Will Be Used By Nasa To Evaluate Available Spacecraft Capabilities And Interfaces For Potential Use In The Subject Mission. spacecraft Key Characteristics: 1. Launch In 2030 – 2032; Launch Windows Will Be Selected To Avoid Eclipses During The 8-month Mission. 2. Launch Provider To Be Identified. 3. Orbit: 500 Km Sun-synchronous Orbit With 97.4 Degree Inclination. 4. Sustain A Minimum Mission Duration Of 8 Months With A Possible Extension Up To 4 Months (12 Months Total). 5. Carry A Payload Mass Of Approximately 1000 Kg. Conceptually, The Payload Total Height Is 5m With A Base Diameter Of 2.5m. The Payload Profile Tapers Off To A 1m Diameter Dome Shaped Top. 6. Provide Solar Arrays For Power Generation With Batteries For Payload Experiments And Propulsive Maneuvers. 7. Provide Tt&c Services. 8. Provide Approximately 6 Tbits Of Onboard Data Storage. 9. Provide The Science Payload’s Downlink Communications: downlink Science Data To Ground Station (6 To 10 Mbps, ~ 4 To 8 Contracts Per Day; ~8-10 Min Contact Duration). 10. Provide Electric Power To The Payload Of Up To 2000 W (peak) For Durations Up To 35 Mins. 11. Provide Guidance, Navigation, And Control Services. 12. Accommodate Thermal Control Of The Payload. It Is Desired That The Spacecraft Bus Be As Thermally Isolated As Possible From The Payload. 13. Provide Spacecraft Pointing Accuracy Of At Least 5 Degrees Rss. 14.provide Spacecraft Attitude Knowledge (sensor Accuracy) Of < 100 Arcseconds. 15. Provide Spacecraft Position Accuracy Of At Least 15 M. 16. Meet A Risk Of Casualty Limit No Higher Than 1:10,000 For An Uncontrolled De-orbit Within 25 Years Of Mission End. this Notice Seeks Information To Assist In Evaluating Current Manufacturing Capabilities, Feasibility, And Schedule For Delivering A Cost-effective Spacecraft For A Technology Demonstration Mission As Described Above. no Solicitation Exists; Therefore, Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released, It Will Be Synopsized On Sam.gov. Interested Firms Are Responsible For Monitoring This Website For The Release Of Any Solicitation Or Synopsis. interested Sources Having The Required Capabilities Necessary To Meet The Above Requirement Described Herein Should Submit A Capability Statement In The Form Of A Pdf Document Of No More Than Twenty (20) Pages Using 12-pt Font Indicating The Ability To Perform All Aspects Of The Effort Described Above. The Respondent’s Capability Package Shall Address The Following: name Of Submitter And Contact Information (institutional Affiliation, Phone Number, Email Address) statement Of Capabilities And Qualifications That Address The Respondent’s Ability To Provide A Spacecraft Which Meets Those Specified Above discussion Of Experience In Mission Formulation And Engineering Trade Studies Which Have Guided Or Altered Initial Mission, Payload, Or Spacecraft Bus Requirements discussion Of Experience In Launch Site Integration At Candidate Launch Sites Such As Cape Canaveral Or Vandenberg Air Force Base discussion Of Past Experience In Developing Proposals To Nasa Or Other U.s. Government Entities discussion Of Experience Delivering Similar Spacecraft To Nasa Or Other Space Flight Missions description Of The Projected Spacecraft Flight Heritage notional Description Of Projected Spacecraft Mass, Volume, Power Specifications, Data Rate, And Deployment Requirements And Specifications notional Description Of Projected Spacecraft Payload Accommodation Specifications notional Cost And Schedule For Delivery Of Projected Spacecraft please Address The Following Questions In Your Response: please Provide A Detailed Description Of The Design Approach And Capabilities Of Your Recommended Core Spacecraft. Including Options (if Any) And Describe The Major Modifications To The Spacecraft Needed For This Mission. please Provide A Rough Order Of Magnitude (rom) For Both Price & Schedule By Government Fiscal Year And Funding Profile. Please Include Spacecraft Bus Development And Test, Payload Integration And Environmental Test, Shipment To The Launch Site, Launch Site Operations, Launch, And On-orbit Checkout In Your Rom. please Describe Key Technical, Schedule, And Price Drivers. Identify Options For Mitigating These Drivers Including Technical Trades. can You Provide A Bus User's Guide Or A Bus-to-payload Interface Control Document? Do You Have A Bus Model You Can Provide For Our Integration Efforts? If Not, Can The Structural And Thermal Properties Of The Bus Interface Be Provided? one Concept Is To Use A Single Rigid Panel Solar Array Wing (~ 11m X 1.5m) That Also Serves As A Gravitational Gradient Boom. Please Compare This Approach To Your Recommended Approach And Address Any Major Technical Or Cost Difference (e.g., Vendor Approach Uses Additional Propulsion Components For Stabilization). what Command & Data Handling Interfaces Do You Offer (i.e. Lvsd, Rs422, Spacewire)? does Your Bus Command Stack Support The End-to-end Requirement To Meet The Federal Information Processing Standard (fips) 140, Security Requirements For Cryptographic Modules, Level 1? what Voltages Can The Eps Provide To The Payload? Does The Vendor Implement Any Space Power Standards, Such As The Sae As5698 Rev. A? What Electrical Standards Are Followed At The System And Box Level? are The Bus Qualification Environments Available To Review That Shows Your Bus Is Compatible With Launch Vehicles? please Provide A List Of Recommended Separation Systems Available With Your Proposed Solution. does Your Bus Structure Support Cryogenic Quick-disconnect Fill/vent Lines That Contain Liquid/gaseous Cryogenic Fluid (e.g., Oxygen, Hydrogen) To The Payload? can The Bus Accommodate The Bending Moment Applied By The Payload In A Horizontal Configuration Prior To Launch? (e.g., For Falcon 9 Integration) this Requirement Is Not Commercial In Nature As Defined In Far 2.101, Definitions. all Responses Shall Be Submitted Electronically Via Email To Kathy Cooper Via Email At Kathy.cooper@nasa.gov And R. Jeremy Kenny At Robert.j.kenny@nasa.gov No Later Than 30 April 2025; 2:00 P.m. Cdt. Please Reference “development Of Technology Mission Spacecraft Bus” In Any Response. The Body Of The Email Message Should Identify And Provide The Name, Institutional Or Organizational Affiliation, Address, Telephone Number And Email Address Of The Primary Point-of-contact For The Response. Other Key Institutions, Companies And Individuals Collaborating On This Ssn Response Should Also Be Identified With Primary Point-of-contact Information. this Synopsis Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation. it Is Not Nasa’s Intent To Publicly Disclose Proprietary Information Obtained Through This Sources Sought Notice (ssn). To The Full Extent That It Is Protected Pursuant To The Freedom Of Information Act And Other Laws And Regulations, Information Identified By A Respondent As “proprietary Or Confidential” Will Be Kept Confidential. material Suitable For Full And Open Distribution Is Requested And Submittals Shall Be Considered Approved By The Providing Organization To Be Suitable For Full And Open Distribution. Respondents Should Not Submit Proprietary Information, Export-controlled Information (including Ear And Itar Restricted Information), Nor Confidential Information In Response To This Notice Unless Such Information Is Clearly Segregated And Marked As Proprietary Or Confidential.

City Of Tayabas Tender

Chemical Products
Philippines
Closing Date13 May 2025
Tender AmountPHP 698.4 K (USD 12.5 K)
Details: Description Republic Of The Philippines Province Of Quezon City Government Of Tayabas Request For Quotation The City Government Of Tayabas, Through Its Bids And Awards Committee (bac), Will Undertake Negotiated Procurement - Small Value Procurement For Rfq # 25-163 – Procurement Of Water Quality Monitoring Equipment (disaster Response And Rescue Equipment) – Cenro Amounting To Six Hundred Ninety Eight Thousand Four Hundred Eighty One Pesos Only (698,481.00) As Per Sec. 53.9 Of The Implementing Rules And Regulations Of The Republic Act No. 9184. Canvass Forms Can Be Obtained From The Bac Secretariat At 2nd Flr., Bac Office, New Tayabas City Hall, Brgy. Baguio, City Of Tayabas, Starting May 06, 2025 From 8:30 Am To 4:00 Pm. Deadline For Submission Of Quotations Is On May 13, 2025, 9:00 Am. At Bac Secretariat At 2nd Flr., Bac Office, New Tayabas City Hall, Brgy. Baguio, City Of Tayabas, Along With The Following Requirements: 1. Valid And Current Mayor’s Permit; 2. Philgeps Certificate Of Registration; 3. Income / Business Tax Return; 4. Omnibus Sworn Statement; The Contract Will Be Awarded To Qualified Bidders Whose Bid Proposal Appears To Be The Most Advantageous And Responsive To The City Government Of Tayabas, In Accordance With The Revised Irr Of Ra 9184 And The Agency's Judgment And Discretion, But Not In No Way Bound To Accept The Lowest Bid Or Any Bid Proposal Which In Its Judgment Are, In The Ultimate Analysis, Not Advantageous To The Government. Quotations Submitted After The Prescribed Deadline Shall No Longer Be Accepted. Delivery Of Goods Is Required Within Ten (10) Calendar Days Upon Receipt Of Purchase Order. Interested Suppliers May Secure Quotation Form From The Bac Secretariat. Participating Duly Licensed Suppliers/ Manufacturers/ Distributors/contractors Must Submit The Officially Prepared Request For Quotation Form With Legibly Typed /printed Price Quotations Unto The Space Provided Opposite The Item Description Of The Request For Quotation Form, Signed And Sealed Into An Envelope To The Bac Secretariat/twg, City Government Of Tayabas. The City Government Of Tayabas Reserves The Right To Accept Or Reject Any Or All Quotations, To Annul The Canvassing Process, And To Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Supplier Or Suppliers, Or To Award Such Bid To The Supplier Whose Bid Is Considered Most Advantageous To The Government. Raymond S. Bermudez Head, Bac Secretariat Item No. Item Description Qty. Unit 1 E. Coli And Coliforms Detector (1 Year Warranty) Component 1 : Incubator - 30l , Digisystem, Lcd Display With Visual Alarm Indicator, Temperature Stability Is +- 0.4c At 70c, Time Setting Can Be Continuous Mode And Shelves Are Adjustable Component 2 : Aquachrom Ecc Storage : 15 - 30c Incubation : 35 - 37c For 18 - 24 Hours , 25c (room Temp) For 36 Hours Shelf Life : 18 - 24 Hours Can Be Used To Test For Different Water Samples Including Bottled Water, Tap Water, Well Water, And Lake Water. Applicable For Qualitative And Quantitative ( Mpn ) Analysis Mpn: Utilize An Autoclovable And Reusable 48-wells Sample Plate, 1 Pack = 100 Packs Of 2.23g Powder Medium. Species Differentiation Is Based On Two Chromogens. No Need To Use Uv Lamp. Results Interpretation : E. Coli - Green To Blue Green Coliform – Yellow Negative – Colorless Aoac Certified License No. 072202, Methods Is Equivalent To Us Epa 160 (2002) And Fda/bam Chapter 4. Doh - Nrl Valiadated Sample Container With Sodium Thiosulfate, 100pieces/box, 120ml Sterile, Clear, And Round Sample Bottle With Screw - Top Cap Made Of Polystyrene Material That Is Suitable For Withstanding Decontamination Temperature Of 121psi, Include Sodium Thiosulfate To Neutralize Chlorine In Water. Component 3 : Reusable Mpn Plante With Lid And Dispenser Can Be Used Several Limes By Sterelizing After Each Test Ensuring That The Plate Is Sterile For The Next Run Result Are Interpreted Using On Mpn Table With 95% Confidentiality Limits. Set Of 48-wells Deep Well Sample Plate And Polypropylene Graduated Dispenser. Each Well Has Approximately 2ml Capacity, 48-well Plate With 1 Lid And 1 Dispenser 1 Unit 2 Photometer (multi - Parameter Meter For Primary And Secondary Parameters) (1 Year Warranty) Primelab 2.0 Starter Kit Has 18 Wavelength Sensor Technology (410nm , 435nm , 460nm , 485nm, 510nm , 535nm , 560nm , 585nm , 610nm , 645nm , 680nm, 705nm , 730nm , 810nm , 860nm , 900nm And 940nm) 5.5" Hd-color-touch Display 8,400 Mah Built-in Lithium - Ion Battery. Reagent Formats In Tablet, Powder Pillow, Powder In Can Or Liquid. Has 140 Pre-programmed Test Parameters. Can Store More Than 5,000 Readings. Built-in Camera Qr Code Scanner Weight : 715 Grams Dimensions : 10cm X 25.5cm X 5.9cm Auto Shut-off 10 Minutes Results Syncing To The Free Labcom@ App/software/cloud (unified Cloud Storage) Via Wifi, Bluetooth And Clock With Calendar Function, Has Usb Type-c Connector For Ph/ec/tds/orp/temp-probes Starter Kit Inclusions : 1 Grey Plastic Carrying Case With Foam Insert 1 Primelab 2.0 Multitest Photometer 4 24mm/10ml Glass Vials With Lid (with Light Shield) 1 Light Shield 1 24mm Vial Adapter 1 10.5cm Stirring Rod 1 10ml Plastic Graduated Syringe 1 Vial Cleaning Brush 1 Microfibre Cleaning Cloth For Vials Result Are Interpreted Using On Mpn Table With 95% Confidentiality Limits , Set Of 48-wells Deep Well Sample Plate And Polypropylene Graduated Dispenser, Each Well Has Approximately, 2ml Capacity, 48-well Plate With 1 Lid And 1 Dispenser 1 Charger With Cable ( Usb Type C ) 1 Printed User Manual In A Ring – Binder 1 1ml Semi-micro-vials ( Rectangle ) Adopter 1 Luer Lack Syringe ( 20ml ) With Adapter For Titler Holder 1 Filter Adapter For 20ml Luer-lock-spritze 1 Can With 50 Filter-papers Gf/c ( 25mm ) 1 Can With 50 Filter-papers 0.4p ( 25mm ) 1 100ml Can With Lid ( For Dilution ) 1 Unit 3 Probebox 1.0 Multi - Parameter Meter For Ph. Temperature, Tds (1 Year Warranty) Offers The Capability To Link Test Probes Including Those Designed For Ph , Ec , Tds , Salinity , Orp , And Temperature, Connection Is Established Using A Usb - Type C Cable Along With An A/d Exhange Box. When These Probes Are Connected To The Primelab 2.0 The Photometer Effectively Controls The Probe , Capturing Measurements That Can Be Saved Under User - Defined Sampling Points And Synchronized With The Optional Labcom-cloud 1 Unit 4 Electrodes (1 Year Warranty) Single Electrodes For Probebox 1.0 Applicable For Electroconductivity, Oxygen Reduction Potential , Ph Temperature And Total Dissolved Solids 1 Unit 5 Stereomicroscope (1 Year Warranty) Two 10x Wide Field Eye Piece Two Rubber Eye Cups Eye Pieces Mounted At 45 Degree In Microscope Head Microscope Head Can Be Turned Through 360 Degree Eye Piece Width Adjustment 50 - 75mm 2x And 4x Objective Lenses Mounted In Revolving Turret Standard Viewing Magnification: 20x And 40x Mag. Max Working Height Between Stage Plate And Turret 94mm Rock And Pinion Focussing And Height Adjustment 50mm Illumination Options : Via A 4 Position Switch Off / On Top Incident Light Only Bottom Transmitted Light Only Both Incident And Transmitted Light Together Fitted Opaque Glass Stage Plate 95mm Diameter Additional Reversible Black / White Plate 95mm Diameter Two Specimen Clips Primary Voltage : 230v Ac Secondary Voltage : 12v 10w 1 Unit **nothing Follows** Wilfredo S. Tomines Bac, Chairperson

Province Of Ifugao Tender

Healthcare and Medicine
Philippines
Closing Date22 May 2025
Tender AmountPHP 342.6 K (USD 6.1 K)
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee On Goods Request For Price Quotation (for Abc Of Php 100,000 & Above) Pr No. 2420 Date: May 15, 2025 Office: Mayoyao Dh Rfq No.: Bac Canvass Cost Of Bid Documents: Php 500.00 (please Fill Up This Part) ( Mandatory) Company/ Business Name: Address; Business/mayor's Permit No. Tin: Philgeps Registration Number(required): The Provincial Local Government Unit Of Ifugao, Through Its Bids And Awards Committee (bac), Intends To Procure Medical Supplies , In Accordance With Section 53.9 (negotiated Procurement-small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Public Act. No. 9184 Please Quote Your Best Offer For The Item/s Described Herein,subject To The Terms And Conditions Provided On The Last Page Of The Rfq. Submit Your Quotation Using This Form, Duly Signed By You Or Your Duly Authorized Representative On Or Before May 22, 2025 At 1:00 Pm Based On The Bac- Wall Clock. Late Submission Will Not Be Accepted. The Following Documents Are Required To Be Submitted During The Post-evaluation And Qualification Of Your Offered Bid. Failure To Submit/ Comply With The Said Documents Will Be A Ground For Disqualification. Document Remarks Official Receipt Of Payment Issued By The Provincial Treasury Office Or Deposit Slip From The Land Bank Account Of The Plgu (0832-1085-53) 1. For 100,000.00-500,000.00 Abc (php 500.00) 2.for 500,001.00- 1 Million Abc (php 1,000.00) Copy Of 2025 Mayor's Permit Or Business Permit 1. No Need To Submit If A Copy Of The 2025 Mayors Permit Was Already Submitted At The Bac Office. Notarized Omnibus Sworn Statement (gppb-prescribed Form)(for Above 50k Abc) 1. Forms Are Available At The Bac Office. Annual Income Tax Return (for Above 500k Abc) 1. 2024 Annual Income Tax Return. 2. No Need To Submit If A Copy Of The 2024 Annual Income Tax Return Was Already Submitted At The Bac Office. Special Power Of Attorney (spa Or Secretary's Certificate) 1. To Be Submitted If The Person Is An Authorized Representative. 2. Should Be Duly Notarized. 3. To Be Presented To The Bac-secretariat Upon Submission Of The Rfq. Original Brochure With Complete Specifications 1. For Office Equipments, Information Technology (it)equipments, Agricultural And Medical Equipments, Motor Cycles, Industrial Equipments And All Other Equipments That Has Technical Specifications. For Any Clarification, You May Contact Us At Telephone No. 09539316730 Or Email Address At Bacgoodsifugao13@gmail.com. Carmelita B. Buyuccan Bac- Chairperson Page 1 Instructions: 1. Accomplish This Rfq Correctly And Accurately. 2. Do Not Alter The Contents Of This Form In Any Way. 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. 4. Fill Up Completely All Necessary Information & Affix Signature Over Printed Name On The Place As Designated. 5. Pay The Cost Of Bid Documents At The Provincial Treasury Office Or Thru The Land Bank Account Of The Plgu (php 500.00 For Abc Of 100,000.00-500, 000.00 & Php1,000.00 For Abc Of 500,001- 1,000,000.00). 6.submit The Complete Rfq Form From Page 1 To 3 Together W/ The Official Receipt Of The Paid Bid Documents. 7. Quotations May Also Be Submitted Through Electronic Mail At Bacgoodsifugao13@gmail.com. 8. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Used. 9. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Item Purchasers Specifications Unit Of Qty Supplier's Supplier's Total Cost Brand Offered No. Issue Unit Cost 1 Adhesive Plaster-micropore, Surgical Tape (hypoallergic); 1x10yd, 2.5cmx9.1m, X 12s Box 100 - 2 Gauze, Surgical, White 36x100 Yrds,2 Ply, 48x24 Mesh Roll 15 - 3 Lubricating Jelly, 150g Tube, Terile Tube 30 - 4 Oxygen Gauge With High Pressure Valve & Flow Meter, Heavy Duty Pc 10 - 5 Syringe, 1ml, 25g X 5/8" Disposable, Tuberculin, Luer Slip With Superior Needle X 100's Box 25 - 6 Syringe, 3ml, With Needle G23, Disposable, X 100's Box 150 - 7 Syringe, 5ml, With Needle G23, Disposable, X 100's Box 150 - 8 Examination Gloves, Sterile, 6.5"x 50's Box 50 - 9 Examination Gloves, Sterile, 7" X 50's Box 30 - **** Nothing Follows **** - Bidder's Grand Total: - Grand Total: 342,625.00 - Purpose: Pfor Mayoyao District Hospital Use. Signature Over Printed Name Of Bidder Position/designation Date Canvassed By: Signature Over Printed Name Canvasser Position/designation Date Page 2 Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Period Of Ninety (90) Calendar Days From The Date Of Submission. 3. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable. 4. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5. One Project Having Several Items, Which Shall Be Awarded As Separate Contract Per Item. 6. Award Of Contract Shall Be Made To The Lowest Quotation ( For Goods And Infrastructure) Or, The Highest-rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 7. 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. 8. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications. 9. The Bids And Awards Committee Of Ifugao Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity With The Technical Specifications. 10. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Bac- Ifugao Shall Adopt And Employ "draw Lots" Or "similar Method Of Chance" As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 11.delivery Period Should Be Within Ten (10) Days Upon Receipt Of Purchase Order (p.o). 12. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents,ie, Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor,or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contactor, Or Consultant. 13. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Plgu-ifugao May Rescind Or Terminate The Contact 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. 14. Warranty Under Section 62 Of Ra 9184 And Its Updated 2016 Revised Implementing Rules And Regulation. 62.1 For The Procurement Of Goods, In Order To Assure That Manufacturing Defects Shall Be Corrected By Supplier, A Warranty Security Shall Be Required From The Contract Awardee For A Minimum Period Of Three (3) Months, In The Case Of Expendable Supplies, Or A Minimum Period Of One (1) Year, In The Case Of Non-expendable Supplies, After Acceptance By The Procuring Entity Of The Delivered Supplies. The Obligation For The Warranty Shall Be Covered By Either Retention Money In An Amount Equivalent To One Percent (1%) Or A Special Bank Guarantee Equivalent To One Percent (1%) Of The Total Contract Price. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Or, In The Case Of Expandable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Signature Over Printed Name Of Bidder Position/ Designation Mobile Number/s Email Address/es Page 3

MUNICIPALITY OF POLANCO, ZAMBOANGA DEL NORTE Tender

Civil And Construction...+2Construction Material, Machinery and Tools
Philippines
Closing Date19 Feb 2025
Tender AmountPHP 988.1 K (USD 17 K)
Details: Description 1 Bags Portland Cement - 534.0 2 Cu.m. Screened Sand - 30.8 3 Cu.m. Coarse Aggregates 1"ø - 23.5 4 Cu.m. Peasize Aggregates - 8.0 5 Lgths. 16mmø X 3.0m Std. Def. Bar - 137.0 6 Lgths. 10mmø X 3.0m Std. Def. Bar - 384.0 7 Kgs. No. 16 Tie Wire - 61.0 8 Pcs. Chb 4" - 2300.0 9 Lgths. 12mmø X 3.0m Std. Def. Bar - 6.0 10 Lgths. 1/4"x2"x6.0m Angle Bar - 24.0 11 Lgths. 1/4"x1 1/2"x6.0m Angle Bar - 25.0 12 Lgths. 1.20mmx2"x4" C - Purlins - 2.0 13 Lgths. 1.20mmx2"x3" C - Purlins - 21.0 14 Lgths. 3/16" X 1" Angle Bar - 8.0 15 Lgths. 3/16"x 1" Angle Bar - 4.0 16 Lgths. 10mmø Plain Round Bar(sag Rod) - 3.0 17 Lgths. 16mmø Plain Round Bar - 4.0 18 Sht. 5/8" Thk Steel Plate - 0.3 19 Pcs. 3/4"øx12" Anchor Bolt With - 24.0 Nut And Washer 20 Pcs, 16mmøx12" Turn Buckle - 4.0 21 Pcs. 14"ø Cut Off Blade - 10.0 22 Box Welding Rod - 3.0 23 Tanks Oxygen (content Only) - 2.0 24 Tank Acytelene (content Only) - 1.0 25 Shts. 1/4"x4'x8' Marine Plywood - 30.0 26 Bd.ft. 300 - 2"x2"x10' Coco Lumber - 1000.0 27 Bd.ft. 250 - 2"x3"x10' Coco Lumber - 1250.0 28 Pcs. Double Furring - 20.0 29 Pcs. Wall Angle - 8.0 30 Pcs. Wooden Door 0.90m X 2.10m - 2.0 31 Pcs. Door Knob - 2.0 32 Prs. Loose Pins Hinges 3"x3" - 4.0 33 Boxes Cwn 4" - 2.0 34 Box Cwn 3" - 1.0 35 Box Cwn 1 1/2" - 1.0 36 Kgs. Cwn 1" - 5.0 37 Pcs. 0.40m X 0.40m Floor Tiles - 72.0 38 Pcs. 0.40m X 0.40m Wall Tiles - 208.0 39 Bags Tile Adhesive - 5.0 40 Pck Tile Grout - 2.0 41 Ln.m. 8 Shts - 0.40mm Thk X 1.03m Effective - 64.0 Width X 8.0m Lgth Rib Type Pre Painted Roofing(verify Color) 42 Pcs. 0.40mm Thk X 2.40m (18") Pre Painted - 12.0 Wall Flashing 43 Pcs. 0.40mm Thk X 2.40m (18") Pre Painted - 7.0 End Flashing 44 Pcs. 2 1/2" Teck Screw - 300.0 45 Box 1/8"x1/2" Blind Rivets - 1.0 46 Ltr. Touch Up Paint - 1.0 47 Ltr. Roof Cement - 1.0 48 Lgths.20mmø Upvc Blue Pipe - 12.0 49 Pcs. 20mmø Upvc Coupling - 10.0 50 Pcs. 20mmø Upvc Plain Elbow - 8.0 51 Pcs. 20mmø Upvc Plain Tee - 6.0 52 Pcs. 20mmø Upvc Female Adaptor - 6.0 53 Pcs. 20mmø Upvc Male Plug - 6.0 54 Lgths. 4"ø Sanitary Pipe S-1000 - 4.0 55 Pcs. 4"ø Sanitary Tee - 6.0 56 Pcs. 4"ø Sanitary Clean Out W/ Adaptor - 6.0 57 Pcs. 4"ø Sanitary Coupling - 4.0 58 Pcs. 4"øx2"ø Sanitary Tee Reducer - 2.0 59 Lgths.2"ø Sanitary Pipe S-1000 - 6.0 60 Pcs. 2"ø Sanitary Coupling - 4.0 61 Pcs. 2"ø Sanitary Elbow Bend 45 - 6.0 62 Pcs. 2"ø Sanitary Clean Out W/ Adaptor - 4.0 63 Pcs. 2"ø Sanitary Tee - 6.0 64 Pcs. 2"ø Sanitary Wye - 2.0 65 Pcs. 2"ø Sanitary Elbow Bend 90 - 2.0 66 Pcs. 2"ø Sanitary P-trap - 4.0 67 Pcs. 2"øx3/4"ø Sanitary Bushing Reducer - 2.0 68 Pcs. 20mmø Stainless Single Angle Valve - 2.0 69 Pcs. 20mmø Stainless Double Angle Valve - 2.0 70 Pcs. 20mmø Stainless Faucet - 2.0 71 Rolls Teflon Tape 3/4" - 10.0 72 Ltrs. Solvent Cement 400ml - 2.0 73 Pcs. 4"x4" Stainless Floor Drain - 2.0 74 Pcs. 20mmø Stainless Bidet - 2.0 75 Sets Flushed Type Water Closet - 2.0 With Accessories 76 Units Flood Light 100w - 8.0 77 Boxes Thhn Stranded Wire No. 10 (5.50mm2) - 3.0 78 Mtrs. Thhn Stranded Wire No. 8 (8mm2) - 40.0 79 Lgths. 3/4"øx3m Pvc Electrical Pipe - 10.0 80 Rolls 3/4"ø X 100m Flexible Hose - 2.0 81 Set Panel Board 6 - Holes W/ Circuit Breaker - 1.0 1 Pr. @ 60at, 4 Prs. @ 30at & 1 Pr. @ 20at 82 Unit Safety Breaker 60at W/ Enclosure - 1.0 83 Pcs. 5"x5" Pvc Full Box (orange) - 12.0 84 Mtrs. Thhn Stranded Wire No. 8 (14mm2) - 20.0 85 Roll Electrical Rubber Tape - 1.0 86 Pcs. 3/4"ø X 90 Deg. Pvc Electrical Elbow - 20.0 87 Mtrs. 3/8 Ø Circular Loam - 6.0 88 Mtrs. Service Drop Wire No. 4 - 60.0 89 Pcs. Spool Insulator (reg.) - 2.0 90 Gals Red Oxide Steel Primer - 5.0 91 Gals Lacquer Thinner - 3.0 92 Bags Skim Coat - 10.0 93 Gals. Solvent Primer White - 15.0 94 Gals. Semi-gloss Latex Paint (verify Color) - 24.0 95 Pcs. Paint Brush 4" - 6.0 96 Pcs. Paint Brush 2" - 6.0 97 Pcs. Baby Paint Roller W/ Handle 4" - 8.0 98 Pcs. Baby Paint Roller W/ Handle 7" - 8.0 99 Pcs. Plastic Paint Basin - 4.0 100 Ft. Sand Paper #80 - 10.0 101 Ft. Sand Paper #120 - 10.0 Note: Opening Of Bids Will Be On February 19, 2025 @ 1:30 Pm

DEPT OF THE ARMY USA Tender

Food Products
Corrigendum : Closing Date Modified
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents 
Details: U.s. Army Contracting Division, Natick Contracting Division, Request For Pre-proposal (rfpp) Also Known As A “concept Paper.” area Of Interest: Soldier Sustainment Directorate, Combat Feeding Division. Development Of Integrated Scalable Technology For Production At The Pon Fornutritionally Tailoredrations In Military Operating Environments. objective: The U.s. Army Contracting Command, Natick, Invites Preproposals Under Botaa 22-01 Per 10 U.s.c. 4022 To Develop Automated Biomanufacturing Technology For Nutritionally Tailored Rations At The Pon In Operational Environments. This Rfpp Follows The Sources Sought Announcement (w911qy-24-biomfg) On Sam.gov And Outlines Guidelines From The Devcom Sc Botaa 22-01. Submissions Are Non-binding, And The Government Will Not Cover Submission Cost. the U.s. Army Combat Capabilities Development Command Soldier Center (devcom Sc), Located In Natick, Massachusetts, Is Seeking Proposals On The Capabilities And Willingness Of Non-traditional Defense Contractors, Or Contractors Meeting One Of The Exceptions To A Non-traditional Defense Contractor As Identified In The Aforementioned Botaa. The Intent Of This Project Is To Design, Fabricate And Assemble An Automated Prototype For The Biosynthetic Production Of Foodstuffs At The Pon In Military Operating Environments With Minimum Resources. background: The Government (devcom Soldier Center) Is Seeking A Biotechnology Integrator To Design, Fabricate And Integrate Pon Food Biomanufacturing Technology Scaled For Mobile Application And Targeted For Use In Contested Military Operating Environments Where Resources, Manpower And Space Are Limited. An Industry Day Is Planned To Be Hosted On Ms Teams And A Meeting Invitation Will Be Sent To Respondents Requesting To Participate, Dates To Be Published In The Subject Announcement On Sam.gov. project Overview: The Effort Will Be Initiated With Incremental Funding To Support The Design And Review Of The Proposed Base Fermentation Process. The Design Shall Be Configured To Rapidly Produce Nutritional Biomass. It Is Desired That The Proposed Process Be Configured To Support Future Integration And Process Optimization To Ultimately Produce High Quality Protein, Fat, Carbohydrate, Fiber And Other Vitamins And Minerals That Provide Complete Nutrition. It Is Further Desired That The Proposed Design Fosters Technology Advancement Process Optimization To Achieve The Threshold/objective Parameters Outlined In The Biosynthetic Nutrition Performance Metrics Chart. Following Approval And Availability Of Funds, The Base Process Will Be Fabricated And Integrated Within A Target Demonstrational Platform. While The Offeror Is Encouraged To Propose A Suitable Platform Upon Which The Process Will Be Configured, A Military Asset/platform May Be Provided By The Government To Support The Effort. Incremental Advancement Of The Biosynthetic Process Efficiency And Process Automation Is Also Desired. The Scope Of The Effort Will Be Focused On Development Of A Modular, Mobile Demonstrational Capability To Produce Nutritional Products (e.g. Shake, Pudding, Bar And/or Jerky) At The Pon. The Project Will Initiate With Review And Approval Of A Base Design For A Modular, Scalable Fermentation Process That Provides Accelerated Production Of A Nutritional Biomass Product And Allows For Follow-on Development And Technology Insertion Of Pre- And Post-processing Capabilities. The Ultimate Goal Of This Biosynthetic Process Is To Efficiently Utilize In-place Resources (air, Water, Minerals) For Microbial Fermentation, Prioritizing Generally Recognized As Safe (gras) Bacteria, Yeast, Or Microalgae. The System Will Emphasize Food Safety, Flexibility, And Automation Of Nutritional Biomass Production In Military Operating Environments With Limited Supplies. project Requirements: 1. Pre-processing Technologies: Integrate Feedstocks From Ubiquitous Resources (e.g., Carbon And Nitrogen Compounds From Gaseous Effluents To Include Fuel-fired Generator Effluent, Water And Other In-place Resources) For Microbial Metabolism. Supplemental Processes (e.g., Yeast Lysate Production) Could Enhance Cell Mass And Product Formation. Inputs Must Be Safe, Non-flammable, And Meet Drinking Water Standards. 2. Integrated Biosynthetic Process: Design An Automated, Modular Bioprocessing System For Military Nutrition Production. While A Developmental/commercial Platform May Be Proposed, A Modular, Scalable Platform Capable Of Leveraging Existing Platforms (e.g., Jltv Trailer-mounted Shelter/container, Tricon Or Other Suitable Platform) Is Preferred And Must Have A Footprint Sufficient To Include “fermentors” For Microbial Cultures, Pre-processed Feedstocks, And External Inputs. Future Integration Of Advanced Pre- And Post-processing Technologies Is Required. Process Integration On A Mobile Military Or Commercial-equivalent Platform Represents The Desired Threshold Capability, While Optimized Integration Of A Modular Process Capable Of Alternate/selectable Process Outputs, Scaled For Integration On An Expandable Military Platform Is Desired. The Fermentation Bioprocess Must Yield A Microbial Biomass Product That Can Be Further Developed Through Follow-on Optimization And Ultimately Validated To Meet Food Safety, Acceptability And Military Nutrition Standards (army Regulation Ar40-25) And Could Be Further Processed With Post-processing Technologies Into A Ready-to-eat Shake, Pudding, Bar Or Jerky Product. 3. Process Automation And Safety Control: As The Technology Is Advanced, It Is Desired That Standardized Programmable Intelligent Computer (pic) Or Equivalent Non-proprietary Programmable Logic Controller Be Utilized To Regulate Bioprocess Control With Appropriate Process Feedback From Process Monitoring Equipment (e.g., Ph, Dissolved Oxygen, Temperature Probes, And Mass Flow Controllers, Automated Switches/valves And Pressure Regulators/relief Valves). Automation Will Handle Feed Adjustments, With Manual Overrides For Troubleshooting. Upon Delivery Of Process Equipment, Operating And Safety Procedures, To Include Sops And Maintenance Procedures Required For Safe Operation, And Maintenance Shall Be Included With The Equipment. 4. Sub-assembly, Automation, Integration & Testing: Develop, Integrate, And Test Individual Components, Like Pre-/post-processing Systems, Optimizing Functionality For The Entire Biomanufacturing Process. 5. Food Safety Validation: It Is Intended That The Initial Phase Of The Development And Integration Of The Biosynthetic Processes Be Based On Precision Fermentation Utilizing Gras Microbial Culture(s) And Minimal Media Feedstock. As The Technology Is Advanced, It Is Desired That Compliance With Food Safety/haccp Standards And Undesirable Microbial/biofilm/fungal/mold Activity And Pathogen Detection Techniques Be Considered. Operational And Safety Procedures Shall Be Developed To Maintain Food Safety And Operator Safety With Consideration For Occupational Health & Safety Administration (osha) Compliance As The Technology Is Advanced. 6. Streamlined Production: Optimize Fermentation Processes For Biomass Production Efficiency While Maintaining Operational Flexibility Within A Modular, Scalable Biosynthetic Process. 7. Prototype Delivery: Deliver A Fully Functional, Biosynthetic Processing System Ready For Testing. 8. Size, Weight, And Power (swap) Optimization: Design The Prototype To Meet Size, Weight, And Power (swap) Limitations. Provide Alternatives For Unmet Requirements. timeline: Development Timeline Is Contingent On Ota Award And Funding Availability. Notional Work Breakdown Structure (wbs) And Milestone Schedule (ms) Shall Be Submitted As Part Of Pre-proposal And Detailed Wbs / Ms With The Full Proposal If Requested. The Length Of The Ota Includes A Base Period Of Six Months And Three 12-month Option Periods. Proposed Options May Be Sequential, Or Overlap, If The Proposed Scope Is Justified And Does Not Pose Increased Risk To Successful Completion Of The Proposed Effort. The Total Period Of Performance For The Proposed Effort Is Not To Exceed 42 Months. submission Guidelines timeline:base Period: 6 Months. Options 1–3: 12 Months Each. Detailed Wbs/ims Required In Proposals. format:preproposals (max 3 Pages) Should Include: technology Description, High-level Wbs, And Relevant Qualifications. projected Technology Readiness Level (trl) At The Beginning Of The Proposed Effort And Projected Trl And Associated Manufacturing Readiness Level (mrl) At The End Of The Proposed Effort. subcontractor / Collaborative Partners culture And Media Description And Gras Status / Documentation research Involving Human Subject Or Animals progress And Data Reporting Schedule planned Demonstration(s) With Projected Site(s), Including Contractor Site cost Estimates (base Period And Options 1–3). deadline:cob 13 January 2025 email:peter.g.lavigne.civ@army.mil; Lyndon.s.jagroop.civ@army.mil subject:[responding Organization And Rfpp Title] ** Amendment 1 ** q: Isthe Money That Will Be Supporting This Ota Is 6.2 Or 6.3 Funding? A:the Funding Category Supporting This Ota Is 6.3 Technical Demonstration. ** Amendment 2 ** the Industry Day Event Is Currently On Hold And Will Be Rescheduled At A Future Date. ** Amendment 3 ** fair Opportunity Industry Day (foid) Will Be Held February 13, 2025 At 1300. Additional Details For The Foid Can Be Found In The Attached Notice.

Municipality Of Aborlan, Palawan Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date8 Apr 2025
Tender AmountPHP 1 Million (USD 18.9 K)
Details: Description Supply And Delivery Of The Following: Lot 1 - Audio Equipments & Supplies - Php 288,500.00 10 Pc "wired Microphone -hype-capdiod Dynamic -high Performance Mic -dynamic Capsule -8m Pl/jack Cord" 1 Pc "2pack Cad D32 Wired Microphone (see Attached Picture For Reference) - Heavy Duty" 2 Pc "wireless Microphone (see Attached Picture For Reference) -specifications: -dual Uhf Wireless Microphone -rechargeable Mic. -uhf Frequencies: 636-695.7 Mhz -200 Selectable Frequencies -100 Freq. Each Channel -auto Frequency Search Function -receiver Display Battery Status -2 Battery Charging Slot On Receiver Unit -1u Space Rack Mountable -lcd Display On Transmitter & Receiver -dual Antenna Receiving System -3.7v 1100 Mah Li-ion Rechargeable Battery" 3 Pairs "wireless Microphone System (see Attached Picture For Reference) - To Be Use With Portable Trolley Speaker -distance Between Transmitter And Receiver :>10m -polar Pattern - Cardioid -frequency Response - 65 Hz-15khz -uhf Frequency Band:470-960mhz(depends On Sku)(eu 657-662mhz) -receiver Rechargeable Battery:lithium-ion Polymer 3.7wh(equivalent To 3.7v, 1000mah)" 2 Unit "portable Trolley Speaker (see Attached Picture For Reference) Specifications - Audio Input: - 3.5mm Audio Cable: Yes - Bluetooth: Yes - Additional Features: - Karaoke Function: Yes - Lightshow: Yes - Splashproof: Yes - Wireless: Yes - Rechargeable Battery: Yes - True Wireless: Yes - Durability: - Ip Code: Ipx4 (splashproof)" 1 Unit "audio Mixer (see Attached Picture For Reference) Specifications -type: Analog -channels: 16 -computer Connectivity: Usb (2 X 2) -faders: 16 Faders -inputs - Mic Preamps: 8 X Xlr/trs Combo, 2 X Xlr, 4 X Trs -phantom Power: 12 -inputs - Line: 4 X Trs -inputs - Other: 2 X Rca (stereo) -outputs - Main: 2 X Xlr, 4 X Trs -outputs - Direct: 4 X Trs -outputs - Other: 1 X Trs (footswitch) -usb: 1 X Type B -eq Bands: 3-band, Sweepable Mid" 2 Units "loud Speaker (see Attached Picture For Reference) Speaker Specifications (ma12 Active Dynamic Loudspeaker) - Type: Portable Active Dsp-controlled Loudspeaker - Frequency Response: 50hz-20khz (-10db) - Horizontal Coverage: 80° - Vertical Coverage: 50° - Maximum Spl: 125db (continuous), 131db (peak)" Lot 2 - Electrical Supplies Hardware - Php 90,550.00 1 Pc 2in1 Electric Soldering Station With Hot Air Blower And Desoldering Tool For Smd/bga Soldering 3 Pc "soldering Welding Iron Wire (tin Lead Rosin Core Soldering Solder Iron Wire Flux Reel 0.6/0.8/1.0/2.0mm 2.0% 100g) 2 Pc Soldering Paste 100g 15 Pc "4-gang Heavy Duty Surface Type Outlet With Extension Wire & Plug Key Features 10m - 12m(3750w - Wro-104) High Capacity: 15 Ampere Capacity, Max 3,750 Watts" 5 Pc "mono Pl Plug - 6.3 Mm - Ergonomic Heavy Duty Design With Zinc Alloy Shell And Pa 30% Gr Bushing - Slim 1/4” Plug For Ease Using" 20 Pairs Live Xlr 3-pin Male Plug & Female Jack (heavy Duty) 1 Pc Professional Custom-made Stage Sound Aluminum Wire Air Box Storage 4 Pc "ac Plug - Nema Standard" 1 Pc 3.5mm Stereo Male Plug To 3pin Xlr Male Mic Audio Cable 2 Pc 3.5mm To Dual 6.5mm Stereo Jack 1 Pc 2c Royal Cord 75m #14 1 Pc Balance Mic Cable 100m Lot 3 Office Equipment & Supplies - Php 543,000.00 3 Unit "printer W/ Legal-sized Scanner (see Attached Picture For Reference) -flatbed Designed To Scan And Copy Paper Sizes That Include Legal And Folio -print Speed Of Up To 17.0 Ipm -automatic Duplex Printing -ultra-high Page Yield Of 7,500 Pages (black) And 6,000 Pages (colour) -wi-fi, Wi-fi Direct" 1 Box 305m Cat6 Utp Cable Blue Box High Quality (see Attached Picture For Reference) 10 Unit 300mbps Wireless Outdoor Cpe Bridge Router 14dbi Directional Wifi Antenna (see Attached Picture For Reference) 4 Unit "ups (uninterruptible Power Supply) (see Attached Picture For Reference) Specifications - Color: Black - Capacity: - Va: At Least, 1000va 1500va (700 Watts - 1050 Watts) - Wattage: 700w - Input: - Voltage: 220vac - Frequency: 50hz - 60hz - Output: - Voltage: 220vac - Transfer Time: ≤10ms (including Direction Time)" 5 Pc "led Automatic Emergency Lights (see Attached Picture For Reference) -light Source: 2x1w High Power Cob Led -battery: Lifepo4 Lithium Battery 3.2v 1800mah -charging Time: 15 Hours -performance Time: 5 Hours (at Full Charge) -size: 308mmx141mm -lights: 110mm -3 Colors: Daylight / Warmwhite / Coolwhite -6000l / 4200k / 3000k -1 Meter Cord" 10 Pc "office Chair (see Attached Picture For Reference) Specifications: - Material: - Frame: Steel (metal) - Fabric: Mesh - Color: Black - Base: Five-star Steel Foot - Armrest: Fixed Handrail - Dimensions: 93cm X 64cm X 58cm" 5 Pc "wooden Table With Glass On Top And Drawers (see Attached Picture For Reference)- 32inchx53ftx31inch" 1 Pc "wooden Display Cabinet With Glass (see Attached Picture For Reference)- 8ft X 7ft X 16inch" 10 Pc "vertical Steel Cabinet 5-drawers (see Attached Picture For Reference)- 4th Generation Design, Enamel Paint In Wrinkled Or Plain Finish - 65""h X 18½""w X 28""d " Lot 4 - Other Supplies - Services - Php 80,000.00 10 Tank Oxygen Tank W/ Content (20 Pounds (height: 90cm X Circumference: 50 Cm) Lot 5 Other Supplies - Office Use - Php 80,400.00 10 Set "transparent Drinking Glass - 6pcs Per Set - Diameter: 6cm - 8cm - Base Diameter: 5cm - 6cm - Height: 13cm - 15 Cm" 5 Set "ceramic White Cup & Saucer - 12pcs Per Set" 10 Set "stainless Steel Spoon & Fork - 6 Spoons:6 Forks /set" 30 Pc Air Freshener (spray) (320ml) 5 Pc "trash Bin With Foot Pedal - Black - 20l - 34.5cm Length X 25cm Width X 42.3 Cm Height" 10 Pc "lace Curtains, Plain Color - Color: Light Yellow Or Light Green - Width: 4.59 Feet - Height: 8.57 Feet" 40 Pc "blackout Curtains, Plain Color - Color: Green, White Or Yellow - Fabric: Soft Blackout - Ring Type(grommet): 10 Rings (5 Pleats) Per Panel - Width: 55 Inches Standard Fabric Width(more Or Less 5ft) - Height: 9ft (108 Inches)" 40 Pc "curtains For Bus Window - Plain Color - Color: Green Or Yellow - Width: 48 Inches - Height: 40 Inches" 1 Roll "satin Sheet For Table Arrangements & Decorations - Color: Green - Lenght: 50 Yards - Width: 60 Inches " 1 Roll "satin Sheet For Table Arrangements & Decorations - Color: Yellow - Lenght: 50 Yards - Width: 60 Inches " 1 Roll "satin Sheet For Table Arrangements & Decorations - Color: White - Lenght: 50 Yards - Width: 60 Inches "

Bureau Of Corrections Muntinlupa City Metro Manila Tender

Healthcare and Medicine
Philippines
Closing Date23 Jun 2025
Tender AmountPHP 8.4 Million (USD 148.4 K)
Details: Description Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Philippine Bidding Documents Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025 (procurement/ Contract No. 007) Sixth Edition July 2020 Bids And Awards Committee 2025 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 6 Section Iii. Bid Data Sheet 15 Section Iv. General Conditions Of Contract 18 Section V. Special Conditions Of Contract 21 Section Vi. Schedule Of Requirements 27 Section Vii. Technical Specifications 33 Section Viii. Checklist Of Technical And Financial Documents 39 Section I. Invitation To Bid Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Invitation To Bid For Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025 1.the Bureau Of Corrections, Through The General Appropriations Act (gaa) Of 2025 Intends To Apply The Sum Of Eight Million Four Hundred Ninety-nine Thousand Eight Hundred Sixty-three Pesos Only (php 8,499,863.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025 With Identification Number _itb 2025-007_. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Bureau Of Corrections Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Thirty (30) Calendar Days. Bidders Should Have Completed, Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Equivalent To At Least Twenty-five Percent (25%) Of The Abc. 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. 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 The Bureau Of Corrections And Inspect The Bidding Documents At The Address Given Below During Monday To Friday From 8:00am To 5:00pm. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On _may 30, 2025 (08:00am To 05:00pm) To June 23, 2025 (08:00am To 09:59am)__ From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten (₱10,000.00) Thousand Pesos Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees And Presented In Person. 6.the Bureau Of Corrections Will Hold A Pre-bid Conference On _june 09, 2025 (10:00am)_ At Bac Conference Room Nbp Reservation Muntinlupa City, 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 __june 23, 2025 (09:59am)__. 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 _june 23, 2025 (10:00am) At The Given Address Below Bac Conference Room Nbp Reservation Muntinlupa City, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Schedule Of Bidding Activities Shall Be As Follows: Activites Date/time Venue 1.sale And Issuance Of Bid Documents May 30, 2025 (08:00am To 05:00pm) To June 23, 2025 (08:00am To 09:59am) Supply Division Bureau Of Corrections Muntinlupa City 2.pre-bid Conference June 09, 2025 (10:00am) Bac Conference Room Bureau Of Corrections Muntinlupa City 3.submission And Opening Of Bid Documents June 23, 2025 (10:00am) Bac Conference Room Bureau Of Corrections Muntinlupa City 11.the Bureau Of Corrections 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: Maria Adoracion I. Viñas Office Of The Bac Secretariat Supply Office, Bureau Of Corrections, Muntinlupa City Tel # 02-8659-0833/02-8478-0907 Bacsec2022@gmail.com 13.you May Visit The Following Websites: For Downloading Of Bidding Documents: Bucor.gov.ph Date Of Issue: _______________ Ccsupt. Celso S. Bravo Chairperson Bids And Awards Committee Section Ii. Instructions To Bidders 1.scope Of Bid The Procuring Entity, Bureau Of Corrections Wishes To Receive Bids For The Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025, With Identification Number [indicate Number]. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025 Is Composed Of One (1) Lot, The Details Of Which Are Described In Section Vii (technical Specifications). 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of Eight Million Four Hundred Ninety-nine Thousand Eight Hundred Sixty-three Pesos Only (php 8,499,863.00) 2.2.the Source Of Funding Is: A.nga, The General Appropriations Act Or Special Appropriations. 3.bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4.corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5.eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I.when A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii.citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii.when The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv.when There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: B.for The Procurement Of Expendable Supplies: 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. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7.subcontracts 7.1.the Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: A.subcontracting Is Not Allowed. 8.pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address Bac Conference Room Nbp Reservation Muntinlupa City And/or Through Videoconferencing/webcasting} As Indicated In Paragraph 6 Of The Ib. 9.clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2.the Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within The Last Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3.if The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2.if The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 11.5.[include If Framework Agreement Will Be Used:] Financial Proposals For Single Or Multi-year Framework Agreement Shall Be Submitted Before The Deadline Of Submission Of Bids As Prescribed In The Ib. For Multi-year Framework Agreement, Evaluation Of The Financial Proposal During This Stage Is For Purposes Of Determining Eligibility And Whether Or Not Such Financial Proposal Is Within The Abc. 12.bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A.for Goods Offered From Within The Procuring Entity’s Country: I.the Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii.the Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii.the Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv.the Price Of Other (incidental) Services, If Any, Listed In E. B.for Goods Offered From Abroad: I.unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii.the Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 12.2. [include If Framework Agreement Will Be Used:] For Framework Agreement, The Following Should Also Apply In Addition To Clause 12.1: A.for A Single Year Framework Agreement, The Prices Quoted By The Bidder Shall Be Fixed During The Bidder’s Performance Of The Contract And Not Subject To Variation Or Escalation On Any Account. Price Schedules Required Under Clause 12.1 Shall Be Submitted With The Bidding Documents. B.for A Multi-year Framework Agreement, The Prices Quoted By The Bidder During Submission Of Eligibility Documents Shall Be The Ceiling And The Price Quoted During Mini-competition Must Not Exceed The Initial Price Offer. The Price Quoted During Call For Mini-competition Shall Be Fixed During The Bidder’s Performance Of That Call-off And Not Subject To Variation Or Escalation On Any Account. Price Schedules Required Under Clause 12.1 Shall Be Submitted With The Bidding Documents. 13.bid And Payment Currencies 13.1.for Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2.payment Of The Contract Price Shall Be Made In: A.philippine Pesos. 14.bid Security 14.1.the Bidder Shall Submit A Bid Securing Declaration[ In The Case Of Framework Agreement, The Undertaking Shall Refer To Entering Into Contract With The Procuring Entity And Furnishing Of The Performance Security Or The Performance Securing Declaration Within Ten (10) Calendar Days From Receipt Of Notice To Execute Framework Agreement.] Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2.the Bid And Bid Security Shall Be Valid One Hundred Twenty (120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 14.3.[include If Framework Agreement Will Be Used:] In The Case Of Framework Agreement, Other Than The Grounds For Forfeiture Under The 2016 Revised Irr, The Bid Security May Also Be Forfeited If The Successful Bidder Fails To Sign The Framework Agreement, Or Fails To Furnish The Performance Security Or Performance Securing Declaration. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Posting Of Performance Security Or Performance Securing Declaration, As The Case May Be, By The Winning Bidder Or Compliant Bidders And The Signing Of The Framework Agreement. 15.sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16.deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 16.2. [include If Framework Agreement Will Be Used:] For Multi-year Framework Agreement, The Submission Of Bids Shall Be For The Initial Evaluation Of Their Technical And Financial Eligibility. Thereafter, Those Declared Eligible During The Said Initial Eligibility Evaluation And Entered Into A Framework Agreement With The Procuring Entity Shall Submit Anew Their Best Financial Offer At The Address And On Or Before The Date And Time Indicated In The Call For Each Mini-competition. 17.opening And Preliminary Examination Of Bids 17.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18.domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 18.2. [include If Framework Agreement Will Be Used:] For Multi-year Framework Agreement, Determination Of Margin Of Preference Shall Be Conducted Every Call For Mini-competition. 19.detailed Evaluation And Comparison Of Bids 19.1.the Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. [include The Following Options If Framework Agreement Will Be Used:] A.in The Case Of Single-year Framework Agreement, The Lowest Calculated Bid Shall Be Determined Outright After The Detailed Evaluation; B. For Multi-year Framework Agreement, The Determination Of The Eligibility And The Compliance Of Bidders With The Technical And Financial Aspects Of The Projects Shall Be Initially Made By The Bac, In Accordance With Item 7.4.2 Of The Guidelines On The Use Of Framework Agreement. 19.2.if The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3.the Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4.the Project Shall Be Awarded As Follows: Option 1 – One Project Having Several Items That Shall Be Awarded As One Contract. 19.5.except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20.post-qualification 20.1. [include If Framework Agreement Will Be Used:] For Multi-year Framework Agreement, All Bidders Initially Determined To Be Eligible And Financially Compliant Shall Be Subject To Initial Post-qualification. The Bac Shall Then Recommend The Execution Of A Framework Agreement Among All Eligible, Technically And Financially Compliant Bidders And The Procuring Entity And Shall Be Issued By Hope A Notice To Execute Framework Agreement. The Determination Of The Lowest Calculated Bid (lcb) Shall Not Be Performed By The Bac Until A Mini-competition Is Conducted Among The Bidders Who Executed A Framework Agreement. When A Call For Mini-competition Is Made, The Bac Shall Allow The Bidders To Submit Their Best Financial Proposals On Such Pre-scheduled Date, Time And Place To Determine The Bidder With The Lcb. 20.2. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, {[include If Framework Agreement Will Be Used:] Or In The Case Of Multi-year Framework Agreement, That It Is One Of The Eligible Bidders Who Have Submitted Bids That Are Found To Be Technically And Financially Compliant,}the Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. {[include If Framework Agreement Will Be Used:] For Every Mini-competition In Framework Agreement, The Lcb Shall Likewise Submit The Required Documents For Final Post Qualification.} 21.signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. [include The Following Clauses If Framework Agreement Will Be Used:] 21.2. At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Framework Agreement Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 21.3. Within Ten (10) Calendar Days From Receipt Of The Notice To Execute Framework Agreement With The Procuring Entity, The Successful Bidder Or Its Duly Authorized Representative Shall Formally Enter Into A Framework Agreement With The Procuring Entity For An Amount Of One Peso To Be Paid To The Procuring Entity As A Consideration For The Option Granted By The Procuring Entity To Procure The Items In The Framework Agreement List When The Need Arises. 21.4. The Procuring Entity Shall Enter Into A Framework Agreement With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 21.5. The Following Documents Shall Form Part Of The Framework Agreement: A.framework Agreement Form; B.bidding Documents; C.call-offs; D.winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; E.performance Security Or Performance Securing Declaration, As The Case May Be; F.notice To Execute Framework Agreement; And G.other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Medical, Dental And Laboratory Supplies. B.completed Within The Last Two (2) Years Equivalent To At Least Twenty-five Percent (25%) Of The Abc, Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed 12 The Price Of The Goods Shall Be Quoted Ddp Bureau Of Corrections Nbp Reservation Muntinlupa City Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A.the Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B.the Amount Of Not Less Than Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 19.3 One Project Having Several Items That Shall Be Awarded As One Contract. 20.2 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its; 1.latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) 2.supporting Documents For The Slcc (sales Invoice Or Official Receipt Or End-users Acceptance) 3.certified True Copy Coming From The Issuing Agency Of Valid And Current Registration Certificate (sec Certificate Of Registration For Corporation Or Dti Certificate Of Registration For Sole Proprietorship Or Cda Certificate Of Registration For Cooperative) 4.valid And Current Mayor’s Or Business Permit 5.valid And Current Tax Clearance 6.audited Financial Statement 7.2 Sets Photo Copy Of Eligibility And Financial Envelope Marked As “copy 1” And “copy 2” 21.2 No Additional Contract Documents. Section Iv. General Conditions Of Contract 1.scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2.advance Payment And Terms Of Payment 2.1.advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2.the Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. [include The Following Clauses If Framework Agreement Will Be Used:] 2.3.for A Single-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier In Its Bid. 2.4.for Multi-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier During Conduct Of Mini-competition. 3.performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184.{[include If Framework Agreement Will Be Used:] In The Case Of Framework Agreement, The Bidder May Opt To Furnish The Performance Security Or A Performance Securing Declaration As Defined Under The Guidelines On The Use Of Framework Agreement.} 4.inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project {[include If Framework Agreement Will Be Used:] Or Framework Agreement} Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5.warranty 5.1in Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2the Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6.liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Special Conditions Of Contract Gcc Clause 1 [list Here Any Additional Requirements For The Completion Of This Contract. The Following Requirements And The Corresponding Provisions May Be Deleted, Amended, Or Retained Depending On Its Applicability To This Contract:] Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: The Delivery Terms Applicable To This Contract Are Delivered To Supply Office Bodega, Bureau Of Corrections Nbp Reservation Muntinlupa City. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is The Chief, Nbph. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A.furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: A.such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And B.in The Event Of Termination Of Production Of The Spare Parts: I.advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii.following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Cost Thereof Are Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of [indicate Here The Time Period Specified. If Not Used Indicate A Time Period Of Three Times The Warranty Period]. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within [insert Appropriate Time Period] Months Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 Not Applicable 4 The Inspections And Tests That Will Be Conducted Are: Partial/complete Goods Shall Be Inspected By The Biac Bucor Inspection And Acceptance Committee. The Bucor Inspection And Acceptance Committee (biac). To Be Witnessed By: Coa Representative Inspection And Acceptance Will Be Conducted By The Bucor Inspection And Acceptance Committee (biac), To Be Witnessed By The Coa Representative To The Actual Delivery At The Project Site. Goods With Defect Or Non-compliant With The Required Specifications As Stipulated In The Approved Purchase Order/technical Specifications Shall Be Rejected And Shall Be Replaced By The Supplier Free Of Cost To The Procuring Entity Within Seven (7) Calendar Days The Goods Shall Be Accepted By The End User After Passing The Inspection Of The Bucor Inspection And Acceptance Committee (biac). The Inspections And Tests That Will Be Conducted Are; 1) Upon Delivery, The Goods Shall Undergo Physical Inspection By The Bucor Inspection And Acceptance Committee (biac) Of The Procuring Entity To Ascertain The Physical Condition And Acceptability Of The Goods. 2.) However, If The End User Requested For Purposes Of Laboratory Analysis A Random Samples Shall Be Selected By The End User Of Its Duly Authorized Representative And Witnessed By A Representative From Supplier. The Tests To Be Conducted By Fda (food And Drug Administration) And Sample Sizes Are As Follows: A) Physico-chemical Test I. Tablet/capsule – 1 Commercial Presentation (min Of 50 Pcs.) Ii.liquid/suspension Solution – 60mlx6 Bottles; 120ml X 6 Bottles Iii. Granules/powders For Suspension – 30ml X 6 Bottles; 60ml X 6 Bottles B) Sterility Test I. Solid Preparations: Less Than 50mg Or More But 200mg Or More – Minimum Of 20 Bottles Ii. Liquid Preparations: 1ml To 100ml – Minimum Of 20 Bottles; 50ml To 1000ml- Minimum Of 6 Bottles C) Microbiological Test I. Tablet/capsule – Number Of Tablets/capsules Equivalent To At Least 20g Ii. Liquid Preparations – 500ml To 1000ml – Minimum Of 6 Bottles 3) The Supplier Shall Promptly Replace The Equivalent Quantity Of Goods Taken As Samples Without Cost To The Procuring Entity. 4) Pending Fda Analysis, Said Products Should Not Be Distributed To End-users Nor Shall It Be Used Such Time It Is Cleared By Fda Laboratory Testing. 5) If Fda Inspection Or Results Of Laboratory Analysis Show Major Violations, The Entire Delivery Shall Be Rejected And The Company Will Not Be Allowed To Participate In Any Future Procurement Activities Of The Agency. Section Vi. Schedule Of Requirements Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Section Vi. Schedule Of Requirements Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025 The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Unit Description Quantity Delivered, Weeks/months 1 Set Acid Fast Stain Set 20 30 Calendar Days 2 Pack Adult Diaper (l) 10s 2,500 30 Calendar Days 3 Pack Adult Diaper (m) 10s 3,000 30 Calendar Days 4 Pcs Asepto Syringe, 60cc 800 30 Calendar Days 5 Gallon Bleaching Solution 400 30 Calendar Days 6 Box Bd Ultra-fine Pen Needle 0.23 X 4mm, 100's 100 30 Calendar Days 7 Box Blood Lancets, 100s 200 30 Calendar Days 8 Pcs Blood Transfusion Set 1,000 30 Calendar Days 9 Pcs Colostomy Bag 900 30 Calendar Days 10 Pcs Condom Catheter (l) 4,000 30 Calendar Days 11 Pcs Condom Catheter (m) 5,000 30 Calendar Days 12 Pc Cotton Roll 100g 700 30 Calendar Days 13 Box Dengue Tests Kit Igg,igm 8 30 Calendar Days 14 Box Dental Needle (short) G27, 100's 10 30 Calendar Days 15 Box Disp. Face Mask 3-ply, 50s/bx 700 30 Calendar Days 16 Box Disposable Surgical/ Bouffant Head Cap S.21, 100's 10 30 Calendar Days I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Schedule. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Section Vi. Schedule Of Requirements Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025 The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Unit Description Quantity Delivered, Weeks/months 17 Box Disp. Needle G-18, 100s 30 30 Calendar Days 18 Box Disp. Needle G-19, 100s 10 30 Calendar Days 19 Box Disp. Needle G-23, 100s 10 30 Calendar Days 20 Box Disp. Needle G-25, 100s 15 30 Calendar Days 21 Pcs Disposable Shaving Razor 1,000 30 Calendar Days 22 Box Disp. Syringe 1 Cc. W/ Needle, 100s 500 30 Calendar Days 23 Box Disp. Syringe 10 Cc. W/ Needle, 100s 900 30 Calendar Days 24 Box Disp. Syringe 5 Cc. W/ Needle, 100s 900 30 Calendar Days 25 Box Disp. Syringe 3 Cc. W/ Needle, 100s 900 30 Calendar Days 26 Rolls Ecg Tracing Paper 50mm X 30 400 30 Calendar Days 27 Roll Elastic Bandage 4" 200 30 Calendar Days 28 Roll Elastic Bandage 6" 100 30 Calendar Days 29 Box Examination Gloves (l) 100s (powder Free) 300 30 Calendar Days 30 Box Examination Gloves (m) 100s(powder Free) 400 30 Calendar Days 31 Box Examination Gloves (s) 100s 300 30 Calendar Days 32 Pcs Foley Catheter Fr-16, 10's 5,000 30 Calendar Days I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Schedule. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Section Vi. Schedule Of Requirements Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025 The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Unit Description Quantity Delivered, Weeks/months 33 Pcs Foley Catheter Fr-18, 10's 5,000 30 Calendar Days 34 Box Glass Ionomer Cement Type 9 15 30 Calendar Days 35 Box Glass Ionomer Cement Type 2 15 30 Calendar Days 36 Box Microscope Glass Slides Frosted 100 30 Calendar Days 37 Box Heplock Heprain Cap (in-stopper), Box/100's 20 30 Calendar Days 38 Rolls Hospital Gauze 28x24 Mesh, 36 In X 100 Yards Mesh 110 30 Calendar Days 39 Pcs Hot Water Bag (medium Size) 100 30 Calendar Days 40 Bottle Hydrogen Peroxide 10 Volumes, 500 Ml 400 30 Calendar Days 41 Pcs Ice Cap/bag 50 30 Calendar Days 42 Box I.v. Cannula G-18, 100's 200 30 Calendar Days 43 Box I.v. Cannula G-22, 100s 250 30 Calendar Days 44 Pcs I.v. Infusion Set Adult W/ Airways (macro Set) 5,000 30 Calendar Days 45 Box Insulin Syringe 100 Units, 100s 150 30 Calendar Days 46 Box Insulin Syringe 50 Units, 100s 100 30 Calendar Days 47 Box Invitro Gel Neutral 1 Micro Tube, 24 Cards 2 30 Calendar Days 48 Box Invitro Gel Ahg (combs) 1 Micro Tube, 24 Cards 2 30 Calendar Days I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Schedule. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Section Vi. Schedule Of Requirements Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025 The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Unit Description Quantity Delivered, Weeks/months 49 Bottle Invitroliss 250ml Modified Liss 3 30 Calendar Days 50 Gallon Isopropyl Alcohol 70% 1gallon 600 30 Calendar Days 51 Gallon Liquid Soap (antibacterial Dishwashing)- Blue Only 50 30 Calendar Days 52 Box Lubricating Jelly 3g Sachet, 100's 50 30 Calendar Days 53 Pcs Mouthwash, 60ml 150 30 Calendar Days 54 Bots Muriatic Acid, 250ml 100 30 Calendar Days 55 Pc Glucometer 10 30 Calendar Days 56 Pcs Naso Gastric Tube Fr-18 (adult) 650 30 Calendar Days 57 Pcs Naso Gastric Tube Fr-20 (adult) 700 30 Calendar Days 58 Pcs Nebulizing Kit (adult) 700 30 Calendar Days 59 Pcs Oxygen Cannula (adult) 1,000 30 Calendar Days 60 Pcs Oxygen Mask (adult) 900 30 Calendar Days 61 Pcs Polyethylene Bottle 70 Ml (plastic White W/ Cover) 15,000 30 Calendar Days 62 Gallon Povidone Iodine 10% 200 30 Calendar Days 63 Pcs Solu Set (adult) 713 30 Calendar Days 64 Pc Specimen Container Sterile 60ml (urine/ Sputum) Red 9,800 30 Calendar Days I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Schedule. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Section Vi. Schedule Of Requirements Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025 The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Unit Description Quantity Delivered, Weeks/months 65 Box Sterile Gauze 4x4 (20mesh), 100/box 10 30 Calendar Days 66 Pcs Suction Catheter #16 50 30 Calendar Days 67 Pairs Surgical Gloves 7.0 500 30 Calendar Days 68 Pairs Surgical Gloves 7.5 500 30 Calendar Days 69 Pairs Surgical Gloves 8.0 500 30 Calendar Days 70 Box Surgical Tape 1" (12 Pcs / Box) 250 30 Calendar Days 71 Pcs Tissue Paper 2 Ply 300 30 Calendar Days 72 Tube Ultrasound Gel 250ml 60 30 Calendar Days 73 Pcs Underpads 5,000 30 Calendar Days 74 Pcs Urine Bag 5,000 30 Calendar Days 75 Tube Urine Strips 4 Parameters (p, S, Ph, Sg) 100s 85 30 Calendar Days 76 Box Wooden Applicator Stick Without Cotton-tip, 1000's 10 30 Calendar Days 77 Box Wooden Tongue Depressor, 100's 10 30 Calendar Days 78 Pcs Oxygen Regulator With Humidifier 30 30 Calendar Days 79 Pcs Zinc Oxide 2.5cm X 5m 100 30 Calendar Days I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Schedule. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Vii. Technical Specifications Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Section Vii. Technical Specifications Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025 Item No. Qty. Unit Agency Specification Brand Name Offered Bidder's Statement Of Compliance 1 20 Set Acid Fast Stain Set 2 2,500 Pack Adult Diaper (l) 10s 3 3000 Pack Adult Diaper (m) 10s 4 800 Pc Asepto Syringe, 60cc 5 400 Gallon Bleaching Solution 6 100 Box Bd Ultra-fine Pen Needle 0.23 X 4mm, 100's 7 200 Box Blood Lancets, 100s 8 1,000 Pcs Blood Transfusion Set 9 900 Pcs Colostomy Bag 10 4,000 Pcs Condom Catheter (l) 11 5,000 Pcs Condom Catheter (m) 12 700 Pc Cotton Roll 100g 13 8 Box Dengue Tests Kit Igg,igm 14 10 Box Dental Needle (short) G27, 100's 15 700 Box Disp. Face Mask 3-ply, 50s/bx 16 10 Box Disposable Surgical/ Bouffant Head Cap S.21, 100's Name Of Company Signature Over Printed Name Date Of Authorized Representative Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Section Vii. Technical Specifications Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025 Item No. Qty. Unit Agency Specification Brand Name Offered Bidder's Statement Of Compliance 17 30 Box Disp. Needle G-18, 100s 18 10 Box Disp. Needle G-19, 100s 19 10 Box Disp. Needle G-23, 100s 20 15 Box Disp. Needle G-25, 100s 21 1,000 Pcs Disposable Shaving Razor 22 500 Box Disp. Syringe 1 Cc. W/ Needle, 100s 23 900 Box Disp. Syringe 10 Cc. W/ Needle, 100s 24 900 Box Disp. Syringe 5 Cc. W/ Needle, 100s 25 900 Box Disp. Syringe 3 Cc. W/ Needle, 100s 26 400 Rolls Ecg Tracing Paper 50mm X 30 27 200 Roll Elastic Bandage 4" 28 100 Roll Elastic Bandage 6" 29 300 Box Examination Gloves (l) 100s (powder Free) 30 400 Box Examination Gloves (m) 100s(powder Free) 31 300 Box Examination Gloves (s) 100s 32 5,000 Pcs Foley Catheter Fr-16, 10's Name Of Company Signature Over Printed Name Date Of Authorized Representative Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Section Vii. Technical Specifications Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025 Item No. Qty. Unit Agency Specification Brand Name Offered Bidder's Statement Of Compliance 33 5,000 Pcs Foley Catheter Fr-18, 10's 34 15 Box Glass Ionomer Cement Type 9 35 15 Box Glass Ionomer Cement Type 2 36 100 Box Microscope Glass Slides Frosted 37 20 Box Heplock Heprain Cap (in-stopper), Box/100's 38 110 Rolls Hospital Gauze 28x24 Mesh, 36 In X 100 Yards Mesh 39 100 Pcs Hot Water Bag (medium Size) 40 400 Bottle Hydrogen Peroxide 10 Volumes, 500 Ml 41 50 Pcs Ice Cap/bag 42 200 Box I.v. Cannula G-18, 100's 43 250 Box I.v. Cannula G-22, 100s 44 5,000 Pcs I.v. Infusion Set Adult W/ Airways (macro Set) 45 150 Box Insulin Syringe 100 Units, 100s 46 100 Box Insulin Syringe 50 Units, 100s 47 2 Box Invitro Gel Neutral 1 Microtube, 24 Cards 48 2 Box Invitro Gel Ahg (combs) 1 Microtube, 24 Cards Name Of Company Signature Over Printed Name Date Of Authorized Representative Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Section Vii. Technical Specifications Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025 Item No. Qty. Unit Agency Specification Brand Name Offered Bidder's Statement Of Compliance 49 3 Bottle Invitroliss 250ml Modified Liss 50 600 Gallon Isopropyl Alcohol 70% 1gallon 51 50 Gallon Liquid Soap (antibacterial Dishwashing)- Blue Only 52 50 Box Lubricating Jelly 3g Sachet, 100's 53 150 Pcs Mouthwash, 60ml 54 100 Bots Muriatic Acid, 250ml 55 10 Pc Glucometer 56 650 Pcs Naso Gastric Tube Fr-18 (adult) 57 700 Pcs Naso Gastric Tube Fr-20 (adult) 58 700 Pcs Nebulizing Kit (adult) 59 1,000 Pcs Oxygen Cannula (adult) 60 900 Pcs Oxygen Mask (adult) 61 15,000 Pcs Polyethylene Bottle 70 Ml (plastic White W/ Cover) 62 200 Gallon Povidone Iodine 10% 63 713 Pcs Solu Set (adult) 64 9,800 Pc Specimen Container Sterile 60ml (urine/ Sputum) Red Name Of Company Signature Over Printed Name Date Of Authorized Representative Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Section Vii. Technical Specifications Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025 Item No. Qty. Unit Agency Specification Brand Name Offered Bidder's Statement Of Compliance 65 10 Box Sterile Gauze 4x4 (20mesh), 100/box 66 50 Pcs Suction Catheter #16 67 500 Pairs Surgical Gloves 7.0 68 500 Pairs Surgical Gloves 7.5 69 500 Pairs Surgical Gloves 8.0 70 250 Box Surgical Tape 1" (12 Pcs / Box) 71 300 Pcs Tissue Paper 2 Ply 72 60 Tube Ultrasound Gel 250ml 73 5,000 Pcs Underpads 74 5000 Pcs Urine Bag 75 85 Tube Urine Strips 4 Parameters (p, S, Ph, Sg) 100s 76 10 Box Wooden Applicator Stick Without Cotton-tip, 1000's 77 10 Box Wooden Tongue Depressor, 100's 78 30 Pcs Oxygen Regulator With Humidifier 79 100 Pcs Zinc Oxide 2.5cm X 5m Name Of Company Signature Over Printed Name Date Of Authorized Representative Section Viii. Checklist Of Technical And Financial Documents Checklist Of Technical And Financial Documents I.eligibility Component Envelope Class “a” Documents Legal Documents ⬜ (a)valid Philgeps Registration Certificate (platinum Membership) (all Pages); Technical Documents ⬜ (b)statement Of The Prospective Bidder Of All Its Ongoing 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; And ⬜ (f)statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Bidders Should Have Completed, Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Equivalent To At Least Twenty Five Percent (25%) Of The Abc, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (g)original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And (h)conformity With The Schedule Of Requirements; And ⬜ (i)conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And Submission Of Sample Per Attached Annex “a” As Part Of Eligibility Documents During The Submission And Opening Of Bids; ⬜ (j)original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate/board Resolution In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (k)the Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc; Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation At Least Equal To Ten Percent (10%) Of The Abc. Class “b” Documents ⬜ (l)if Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Each Partner Of The Joint Venture Shall Submit Their Respective Philgeps Certificates Of Registration In Accordance With Section 8.5.2 Of This Irr. The Submission Of Technical And Financial Eligibility Documents By Any Of The Joint Venture Partners Constitutes Compliance: Provided, That The Partner Responsible To Submit The Nfcc Shall Likewise Submit The Statement Of All Of Its Ongoing Contracts And Audited Financial Statements Ii.financial Component Envelope ⬜ (m)original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n)original Of Duly Signed And Accomplished Price Schedule(s). Bidding Forms Company Letterhead Statement Of Ongoing Government & Private Contracts Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025 Statement Of All Its Ongoing Government And Or Private Contracts Including Contracts Awarded But Not Yet Started, If Any Whether Similar Or Not Similar In Nature. Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Value Of Outstanding Contract Total Value Of Outstanding Contract: Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Statement Of Single Largest Completed Contract Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025 Statement Of Single (1) Largest Completed Contract Of Similar In Nature Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids Amounting To At Least Twenty-five Percent (25%) Of The Approved Budget Of The Contract (abc) Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa’s Consumer Price Index, If Necessary Date Of Delivery Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025 Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: Bureau Of Corrections I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Ten (10) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. ______________________________________________________ [insert Name Of Bidder’s Authorized Representative] _____________________________ [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ Issued On ______________ At ___________________________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025 Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1.select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2.select One, Delete The Other: A)if A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025 Of The Bureau Of Corrections, As Shown In The Attached Duly Notarized Special Power Of Attorney; B)if A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025 Of The Bureau Of Corrections, As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3.[name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting ; 4.each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5.[name Of Bidder]is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6.select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7.[name Of Bidder] Complies With Existing Labor Laws And Standards; And 8.[name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A)carefully Examine All Of The Bidding Documents; B)acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C)made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D)inquire Or Secure Supplemental/bid Bulletin(s) Issued For The Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025. 9.[name Of Bidder] 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 Or Activity. 10.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. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 2025 At ____________, Philippines. ____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ And Issued On ____________________ At _____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025 Certificate Of Net Financial Contracting Capacity (please Show Figures At How You Arrived At The Nfcc) This Is To Certify That Our Net Financial Contracting Capacity (nfcc) Is _____________________ (p____________) Which Is At Least Equal To The Total Ceiling Price We Are Bidding. The Amount Is Computed As Follows: (please Show Computation Of Nfcc) Nfcc = (ca-cl) (15) – C Where: Ca = Current Assets Cl = Current Liabilities C = Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Going Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract For This Project Note: The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Audited Financial Statement Submitted To The Bir. Issued This _________________day Of ________________, 2025 _______________________________________________ Name & Signature Of Authorized Representative ____________________ Position_______________ Date Company Letterhead Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025 Bid Form Date: Invitation To Bid No: [insert Reference Number] To: Bids And Awards Committee Bureau Of Corrections Nbp Reservation Muntinlupa City Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025 In Conformity With The Said Bidding Documents For The Sum Of ________________________________________₱_________________ Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In Bds Provision For Itb Clause 17.1 And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And You’re Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per Itb Clause 5 Of The Bidding Documents. We Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025 Of The Bureau Of Corrections. [for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter’s Behalf For Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025 Of The Bureau Of Corrections. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 2025. [signature Over Printed Name] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Schedule Of Prices Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025 Item No. Qty. Agency Specification Unit Price Total Bid Price Inclusive Of Vat Abc 1 20 Acid Fast Stain Set 67,180.00 2 2,500 Adult Diaper (l) 10s 685,000.00 3 3000 Adult Diaper (m) 10s 771,000.00 4 800 Asepto Syringe, 60cc 53,600.00 5 400 Bleaching Solution 80,000.00 6 100 Bd Ultra-fine Pen Needle 0.23 X 4mm, 100's 15,000.00 7 200 Blood Lancets, 100s 40,000.00 8 1,000 Blood Transfusion Set 59,000.00 9 900 Colostomy Bag 157,500.00 10 4,000 Condom Catheter (l) 148,000.00 11 5,000 Condom Catheter (m) 185,000.00 12 700 Cotton Roll 100g 37,100.00 13 8 Dengue Tests Kit Igg,igm 61,280.00 14 10 Dental Needle (short) G27, 100's 6,300.00 15 700 Disp. Face Mask 3-ply, 50s/bx 64,400.00 16 10 Disposable Surgical/ Bouffant Head Cap S.21, 100's 1,450.00 Name Of Company Signature Over Printed Name Date Of Authorized Representative Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Schedule Of Prices Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025 Item No. Qty. Agency Specification Unit Price Total Bid Price Inclusive Of Vat Abc 17 30 Disp. Needle G-18, 100s 4,500.00 18 10 Disp. Needle G-19, 100s 1,500.00 19 10 Disp. Needle G-23, 100s 1,500.00 20 15 Disp. Needle G-25, 100s 2,250.00 21 1,000 Disposable Shaving Razor 16,000.00 22 500 Disp. Syringe 1 Cc. W/ Needle, 100s 157,500.00 23 900 Disp. Syringe 10 Cc. W/ Needle, 100s 418,500.00 24 900 Disp. Syringe 5 Cc. W/ Needle, 100s 319,500.00 25 900 Disp. Syringe 3 Cc. W/ Needle, 100s 283,500.00 26 400 Ecg Tracing Paper 50mm X 30 30,000.00 27 200 Elastic Bandage 4" 8,400.00 28 100 Elastic Bandage 6" 5,900.00 29 300 Examination Gloves (l) 100s (powder Free) 84,000.00 30 400 Examination Gloves (m) 100s(powder Free) 112,000.00 31 300 Examination Gloves (s) 100s 84,000.00 32 5,000 Foley Catheter Fr-16, 10's 200,000.00 Name Of Company Signature Over Printed Name Date Of Authorized Representative Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Schedule Of Prices Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025 Item No. Qty. Agency Specification Unit Price Total Bid Price Inclusive Of Vat Abc 33 5,000 Foley Catheter Fr-18, 10's 200,000.00 34 15 Glass Ionomer Cement Type 9 37,350.00 35 15 Glass Ionomer Cement Type 2 31,500.00 36 100 Microscope Glass Slides Frosted 9,600.00 37 20 Heplock Heprain Cap (in-stopper), Box/100's 36,760.00 38 110 Hospital Gauze 28x24 Mesh, 36 In X 100 Yards Mesh 121,000.00 39 100 Hot Water Bag (medium Size) 9,000.00 40 400 Hydrogen Peroxide 10 Volumes, 500 Ml 26,000.00 41 50 Ice Cap/bag 5,000.00 42 200 I.v. Cannula G-18, 100's 400,000.00 43 250 I.v. Cannula G-22, 100s 500,000.00 44 5,000 I.v. Infusion Set Adult W/ Airways (macro Set) 170,000.00 45 150 Insulin Syringe 100 Units, 100s 129,450.00 46 100 Insulin Syringe 50 Units, 100s 89,900.00 47 2 Invitro Gel Neutral 1 Micro Tube, 24 Cards 84,000.00 48 2 Invitro Gel Ahg (combs) 1 Micro Tube, 24 Cards 84,000.00 Name Of Company Signature Over Printed Name Date Of Authorized Representative Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Schedule Of Prices Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025 Item No. Qty. Agency Specification Unit Price Total Bid Price Inclusive Of Vat Abc 49 3 Invitroliss 250ml Modified Liss 42,000.00 50 600 Isopropyl Alcohol 70% 1gallon 225,000.00 51 50 Liquid Soap (antibacterial Dishwashing)- Blue Only 15,000.00 52 50 Lubricating Jelly 3g Sachet, 100's 50,000.00 53 150 Mouthwash, 60ml 10,950.00 54 100 Muriatic Acid, 250ml 5,850.00 55 10 Glucometer 17,820.00 56 650 Naso Gastric Tube Fr-18 (adult) 182,000.00 57 700 Naso Gastric Tube Fr-20 (adult) 252,000.00 58 700 Nebulizing Kit (adult) 63,000.00 59 1,000 Oxygen Cannula (adult) 26,000.00 60 900 Oxygen Mask (adult) 59,400.00 61 15,000 Polyethylene Bottle 70 Ml (plastic White W/ Cover) 250,500.00 62 200 Povidone Iodine 10% 292,000.00 63 713 Solu Set (adult) 228,873.00 64 9,800 Specimen Container Sterile 60ml (urine/ Sputum) Red 78,400.00 Name Of Company Signature Over Printed Name Date Of Authorized Representative Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Schedule Of Prices Supply And Delivery Of Various Medical, Dental And Laboratory Supplies For Nbph And Ciw 2025 Item No. Qty. Agency Specification Unit Price Total Bid Price Inclusive Of Vat Abc 65 10 Sterile Gauze 4x4 (20mesh), 100/box 3,800.00 66 50 Suction Catheter #16 1,000.00 67 500 Surgical Gloves 7.0 14,500.00 68 500 Surgical Gloves 7.5 14,500.00 69 500 Surgical Gloves 8.0 14,500.00 70 250 Surgical Tape 1" (12 Pcs / Box) 200,000.00 71 300 Tissue Paper 2 Ply 5,400.00 72 60 Ultrasound Gel 250ml 3,300.00 73 5,000 Underpads 105,000.00 74 5000 Urine Bag 130,000.00 75 85 Urine Strips 4 Parameters (p, S, Ph, Sg) 100s 39,100.00 76 10 Wooden Applicator Stick Without Cotton-tip, 1000's 3,000.00 77 10 Wooden Tongue Depressor, 100's 1,550.00 78 30 Oxygen Regulator With Humidifier 33,000.00 79 100 Zinc Oxide 2.5cm X 5m 38,000.00 Name Of Company Signature Over Printed Name Date Of Authorized Representative Annex “a” Required Submission Of Samples Sixth Edition July 2020

Province Of Iloilo Tender

Healthcare and Medicine
Philippines
Closing Date8 May 2025
Tender AmountPHP 630 K (USD 11.2 K)
Details: Description Bids And Awards Committee Iloilo Provincial Government Procurement Of Medical Supplies Bid No. Frt-25-258-b Philippine Bidding Documents Sixth Edition July 2020 Table Of Contents Section I. Invitation To Bid……………………………………………………..3 Section Ii. Instructions To Bidders………………………………………..…...5 1. Scope Of Bid ………………………………………………………………………. 5 2. Funding Information………………………………………………………………. 5 3. Bidding Requirements ……………………………………………………………. 5 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 5 5. Eligible Bidders…………………………………………………………………… 5 6. Origin Of Goods ………………………………………………………………….. 6 7. Subcontracts ……………………………………………………………………… 6 8. Pre-bid Conference ………………………………………………………………. 7 9. Clarification And Amendment Of Bidding Documents …………………………… 7 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 7 11. Documents Comprising The Bid: Financial Component …………………………... 7 12. Bid Prices …………………………………………………………………………. 8 13. Bid And Payment Currencies ……………………………………………………… 8 14. Bid Security ………………………………………………………………………. 8 15. Sealing And Marking Of Bids ……………………………………………………… 9 16. Deadline For Submission Of Bids …………………………………………………. 9 17. Opening And Preliminary Examination Of Bids ………………………………….. 9 18. Domestic Preference ……………………………………………………………… 9 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 9 20. Post-qualification ………………………………………………………………… 10 21. Signing Of The Contract …………………………………………………………… 10 Section Iii. Bid Data Sheet …………………………………………………..11 Section Iv. General Conditions Of Contract ……………………...………..12 1. Scope Of Contract ………………………………………………………………… 12 2. Advance Payment And Terms Of Payment ……………………………………….. 12 3. Performance Security ……………………………………………………………. 12 4. Inspection And Tests ……………………………………………………………… 12 5. Warranty …………………………………………………………………………. 13 6. Liability Of The Supplier ………………………………………………………….. 13 Section V. Special Conditions Of Contract ………………………………….14 Section Vi. Schedule Of Requirements ……………………………………....16 Section Vii. Technical Specifications …………………………………………17 Section Viii. Checklist Of Technical And Financial Documents …………..18 Section I. Invitation To Bid Purchase Of Medical Supplies Bid No. Frt-25-258-b 1. The Iloilo Provincial Government Through The General Fund 2025 Intends To Apply The Sum Of Six Hundred Thirty Thousand Pesos (php 630,000.00) Being The Abc To Payments Under The Contract For The Purchase Of Medical Supplies. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 14 Calendar Days Upon Receipt Of The Notice To Proceed (ntp). 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. 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 The Bids And Awards Committee Secretariat Of The Iloilo Provincial Government And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 30, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (php1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On N/a At The N / A And/or Through Video Conferencing Or Webcasting, Upon Request At Least Three (3) Days Before The Pre-bid Conference, Via Zoom Or Other Videoconferencing Portals, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before May 08, 2025 At 9:00 A.m. 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 May 08, 2025 At 9:01 A.m. At The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. A. The Participating Bidder/supplier Or Its Authorized Representative Must Indicate In Any Of The Eligibility Documents, An Email Address Or A Working Fax Number. The Absence Of Which Shall Be A Ground For Disqualification. Notice To The Bidder/supplier Through The Use Of Either Of These Means (email/fax) Is Considered Sufficient Notice. The Date Of Filing Of Reconsideration And All Communications With The Bac Shall Be Its (bac) Date Of Receipt. B. The Bidder(s)/awardee(s) Or Its Authorized Representative Must Conform To The Notice Of Award Within Three (3) Calendar Days From Receipt Of Such Notice And The Winning Bidder Shall Post The Required Performance Security And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award In Accordance With Section 37.2.1 Of The Revised Irr Of R.a. No. 9184. C. The Bidder/supplier Must Have No Pending Unaccepted Notice To Proceed Three (3) Days From The Date Of Acceptance And Signing Of The Purchase Order. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. D. The Bidder/supplier Must Have No Notice Of Award Pending Its Conformity Three (3) Days From The Date Of Its Receipt Of The Notice Of Award. Otherwise, It Shall Be Aground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. E. The Bidder/supplier Shall Submit A List Of All Its Ongoing And Completed Projects With The Iloilo Provincial Government Indicating The Delivery Periods And Accomplishments Of Such Projects. F. The Bidder/supplier At The Time Of The Bidding Must Have No Pending Unposted Performance Or Warranty Security, As The Case May Be, Beyond The Period Allowed In The Notice Of Award. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. G. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 11. The Iloilo Provincial Government 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: Atty. Raemman M. Lagrada Bac Secretariat Head 5th Floor, Bids And Awards Committee Iloilo Provincial Capitol Email Address: Ipg_bacs@yahoo.com Website: Iloilo.gov.ph Telephone Number: (033) 336-0736 13. You May Visit The Following Websites For Downloading Of Bidding Documents: Ipg.gov.ph And/or Philgeps.com April 24, 2025 Atty. Dennis T. Ventilacion Chairman, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Wishes To Receive Bids For The Purchase Of Medical Supplies With Bid No. Frt-25-258-b. The Procurement Project (referred To Herein As “project” Is Composed Of Twenty-five (25) Items, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of Six Hundred Thirty Thousand Pesos (php 630,000.00). 2.2. The Source Of Funding Is: A. Lgus, The Annual Or Supplemental Budget, As Approved By The Sanggunian. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: 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. C. 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: [select Either Failure Or Monopoly Of Bidding Based On Market Research Conducted] I. 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 Ii. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Complete Bid - One Project Having Several Items That Shall Be Awarded As One Contract In Case Of Complete Bid. Line Bidding/partial Bidding - One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Refers To The Contracts To Be Bid Or The Object Of The Contract; B. Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Price Of The Goods Shall Be Quoted Ddp Federico Roman Tirador Sr. Memorial District Hospital, Janiuay, Iloilo Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Five Percent (5%) Of Abc, If Bid Security Is In Surety Bond. 15 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.3 No Further Instructions. 20.2 For The Procurement Of Drugs And Medicines And Medical Equipment/supplies, The Bidder Shall Submit The Following: A. Certificate Of Product Registration From Food And Drug Administration (fda) For Easy Validation During The Post-qualification; B. Batch Release Certificate From Fda, For Easy Validation During The Post-qualification; C. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license: S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer); D. License To Operate (lto) Issued By Fda, If Applicable; E. After-sales Services/parts, If Applicable; F. Manpower Requirements, If Applicable. 21.2 No Further Instructions. Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered To The Federico Roman Tirador Sr. Memorial District Hospital, Janiuay, Iloilo. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is The Authorized Employee/official Of The Iloilo Provincial Government. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. 2.2 Partial Payment Is Not Allowed. 4 The Inspections And Tests That Will Be Conducted Are Through Physical Inspection. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Items Number Description Quantity Total Delivered, Weeks/months 1 Adhesive Plaster Assorted Sizes Of ½”, 1”, 2”, 4” 100 100 2 Alcohol, 70%, 3.2 Liters 100 100 3 Asepto Syringe 100 100 4 Coton 400g 100 100 5 Ear Syringe 30cc 50 50 6 Ecg Paper 80mm X 20mm 50 50 7 Endotracheal Tube Size 7.0 200 200 8 Endotracheal Tube Size 7.5 200 200 9 Facemask Adult, 50’s 300 300 10 Foley Catheter Fr16 100 100 11 Foley Catheter Fr18 100 100 12 Rolled Gauze, Mesh 28 X 24, 36” X 100 Yards 30 30 13 Examination Gloves. Large, 100’s 150 150 14 Hgt Strips, 50’s With Hemoglobinometer 100 100 15 Ky Jelly Sachet, 3-5g 500 500 16 Nebulizing Kit Adult W/o Mask 300 300 17 Nebulizing Kit Adult With Mask 100 100 18 Nebulizing Kit Pedia With Mask 300 300 19 Oxygen Cannula Adult 300 300 20 Oxygen Cannula Pedia 300 300 21 Infusion Set Burette, 100-150 Ml Capacity 1,500 1,500 22 Specimen Cup 2,000 2,000 23 Urine Bag With Connecting Tube 300 300 24 Bp Apparatus Adult With Stethoscope 15 15 25 Bp Apparatus Pedia With Stethoscope 15 15 ___________________________________ Signature Over Printed Name Section Vii. Technical Specifications Bid No.: Frt-25-258-b Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Adhesive Plaster Assorted Sizes Of ½”, 1”, 2”, 4” 2 Alcohol, 70%, 3.2 Liters 3 Asepto Syringe 4 Coton 400g 5 Ear Syringe 30cc 6 Ecg Paper 80mm X 20mm 7 Endotracheal Tube Size 7.0 8 Endotracheal Tube Size 7.5 9 Facemask Adult, 50’s 10 Foley Catheter Fr16 11 Foley Catheter Fr18 12 Rolled Gauze, Mesh 28 X 24, 36” X 100 Yards 13 Examination Gloves. Large, 100’s 14 Hgt Strips, 50’s With Hemoglobinometer 15 Ky Jelly Sachet, 3-5g 16 Nebulizing Kit Adult W/o Mask 17 Nebulizing Kit Adult With Mask 18 Nebulizing Kit Pedia With Mask 19 Oxygen Cannula Adult 20 Oxygen Cannula Pedia 21 Infusion Set Burette, 100-150 Ml Capacity 22 Specimen Cup 23 Urine Bag With Connecting Tube 24 Bp Apparatus Adult With Stethoscope 25 Bp Apparatus Pedia With Stethoscope ___________________________________ Signature Over Printed Name Section Viii. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages);or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (e) Statement Of The Prospective Bidder Of All Its Ongoing 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; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (j) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’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; And ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (l) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (m) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (o) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (p) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.

Province Of Iloilo Tender

Healthcare and Medicine
Philippines
Closing Date8 May 2025
Tender AmountPHP 973.5 K (USD 17.4 K)
Details: Description Bids And Awards Committee Iloilo Provincial Government Procurement Of Medical Supplies Bid No. Adh-25-167-b Philippine Bidding Documents Sixth Edition July 2020 . Table Of Contents Section I. Invitation To Bid……………………………………………………..3 Section Ii. Instructions To Bidders………………………………………..…...5 1. Scope Of Bid ………………………………………………………………………. 5 2. Funding Information………………………………………………………………. 5 3. Bidding Requirements ……………………………………………………………. 5 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 5 5. Eligible Bidders…………………………………………………………………… 5 6. Origin Of Goods ………………………………………………………………….. 6 7. Subcontracts ……………………………………………………………………… 6 8. Pre-bid Conference ………………………………………………………………. 7 9. Clarification And Amendment Of Bidding Documents …………………………… 7 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 7 11. Documents Comprising The Bid: Financial Component …………………………... 7 12. Bid Prices …………………………………………………………………………. 8 13. Bid And Payment Currencies ……………………………………………………… 8 14. Bid Security ………………………………………………………………………. 8 15. Sealing And Marking Of Bids ……………………………………………………… 9 16. Deadline For Submission Of Bids …………………………………………………. 9 17. Opening And Preliminary Examination Of Bids ………………………………….. 9 18. Domestic Preference ……………………………………………………………… 9 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 9 20. Post-qualification ………………………………………………………………… 10 21. Signing Of The Contract …………………………………………………………… 10 Section Iii. Bid Data Sheet …………………………………………………..11 Section Iv. General Conditions Of Contract ……………………...………..12 1. Scope Of Contract ………………………………………………………………… 12 2. Advance Payment And Terms Of Payment ……………………………………….. 12 3. Performance Security ……………………………………………………………. 12 4. Inspection And Tests ……………………………………………………………… 12 5. Warranty …………………………………………………………………………. 13 6. Liability Of The Supplier ………………………………………………………….. 13 Section V. Special Conditions Of Contract ………………………………….14 Section Vi. Schedule Of Requirements ……………………………………....16 Section Vii. Technical Specifications …………………………………………17 Section Viii. Checklist Of Technical And Financial Documents …………..18 Section I. Invitation To Bid Purchase Of Laboratory Supplies Bid No. Adh-25-167-b 1. The Iloilo Provincial Government Through The General Fund 2025 Intends To Apply The Sum Of Nine Hundred Seventy-three Thousand Five Hundred Pesos (php 973,500.00) Being The Abc To Payments Under The Contract For The Purchase Of Medical Supplies Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 14 Days Upon Receipt Of The Notice To Proceed (ntp). 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. 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 The Bids And Awards Committee Secretariat Of The Iloilo Provincial Government And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 29, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (php1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On N/a And/or Through Video Conferencing Or Webcasting, Upon Request At Least Three (3) Days Before The Pre-bid Conference, Via Zoom Or Other Videoconferencing Portals, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Office,5th Floor, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before May 08, 2025 At 9:00 A.m. 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 May 08, 2025 At 9:01 A.m. At The Bac Office, 5th Floor, New Iloilo Provincial Capitol. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. A. The Participating Bidder/supplier Or Its Authorized Representative Must Indicate In Any Of The Eligibility Documents, An Email Address Or A Working Fax Number. The Absence Of Which Shall Be A Ground For Disqualification. Notice To The Bidder/supplier Through The Use Of Either Of These Means (email/fax) Is Considered Sufficient Notice. The Date Of Filing Of Reconsideration And All Communications With The Bac Shall Be Its (bac) Date Of Receipt. B. The Bidder(s)/awardee(s) Or Its Authorized Representative Must Conform To The Notice Of Award Within Three (3) Calendar Days From Receipt Of Such Notice And The Winning Bidder Shall Post The Required Performance Security And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award In Accordance With Section 37.2.1 Of The Revised Irr Of R.a. No. 9184. C. The Bidder/supplier Must Have No Pending Unaccepted Notice To Proceed Three (3) Days From The Date Of Acceptance And Signing Of The Purchase Order. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. D. The Bidder/supplier Must Have No Notice Of Award Pending Its Conformity Three (3) Days From The Date Of Its Receipt Of The Notice Of Award. Otherwise, It Shall Be Aground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. E. The Bidder/supplier Shall Submit A List Of All Its Ongoing And Completed Projects With The Iloilo Provincial Government Indicating The Delivery Periods And Accomplishments Of Such Projects. F. The Bidder/supplier At The Time Of The Bidding Must Have No Pending Unposted Performance Or Warranty Security, As The Case May Be, Beyond The Period Allowed In The Notice Of Award. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. G. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 11. The Iloilo Provincial Government 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: Atty. Raemman M. Lagrada Bac Secretariat Head 5th Floor, Bids And Awards Committee Iloilo Provincial Capitol Email Address: Ipg_bacs@yahoo.com Website: Iloilo.gov.ph Telephone Number: (033) 336-0736 13. You May Visit The Following Websites For Downloading Of Bidding Documents: Ipg.gov.ph And/or Philgeps.com April 04, 2025 Atty. Dennis T. Ventilacion Chairman, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Wishes To Receive Bids For The Purchase Medical Supplies With Bid No. Adh-25-167-b. The Procurement Project (referred To Herein As “project”) Is Composed Of Twenty-one (21) Items, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of Nine Hundred Seventy-three Thousand Five Hundred Pesos (php 973,500.00) The Source Of Funding Is: A. Lgus, The Annual Or Supplemental Budget, As Approved By The Sanggunian. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: 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. C. 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: [select Either Failure Or Monopoly Of Bidding Based On Market Research Conducted] I. 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 Ii. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Complete Bid - One Project Having Several Items That Shall Be Awarded As One Contract In Case Of Complete Bid. Line Bidding/partial Bidding - One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Refers To The Contracts To Be Bid Or The Object Of The Contract; B. Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Price Of The Goods Shall Be Quoted Ddp Aleosan District Hospital, Iloilo Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Five Percent (5%) Of Abc, If Bid Security Is In Surety Bond. 15 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.3 No Further Instructions. 20.2 For The Procurement Of Drugs And Medicines And Medical Equipment/supplies, The Bidder Shall Submit The Following: A. Certificate Of Product Registration From Food And Drug Administration (fda) For Easy Validation During The Post-qualification; B. Certificate If Good Manufacturing Practice From Fda, For Easy Validation During The Post-qualification; C. Batch Release Certificate From Fda, For Easy Validation During The Post-qualification; D. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/ Dealer Of The Products / Items For Easy Validation During The Post-qualification; E. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license: S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer); F. License To Operate (lto) Issued By Fda, If Applicable; G. After-sales Services/parts, If Applicable; H. Manpower Requirements, If Applicable. 21.2 No Further Instructions. Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered To Aleosan District Hospital, Iloilo. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is The Authorized Employee/official Of The Iloilo Provincial Government. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. 2.2 Partial Payment Is Not Allowed. 4 The Inspections And Tests That Will Be Conducted Are Through Physical Inspection. Item Number Description Quantity Total Delivered, Weeks/months 1 Silk 2-0 With Cutting Needle, 30-75cm 12 Pieces/box 40 40 2 Silk 2-0 With Round Needle, 30-75cm 12 Pieces/box 5 5 3 Silk 3-0 With Cutting Needle, 30-75cm 12 Pieces/box 40 40 4 Silk 3-0 With Round Needle, 30-75cm 12 Pieces/box 5 5 5 Silk 4-0 With Cutting Needle, 30-75cm 12 Pieces/box 20 20 6 Silk 4-0 With Round Needle, 30-75cm 12 Pieces/box 5 5 7 Oxygen Cannula, Adult 2000 2000 8 Oxygen Cannula, Pedia 1000 1000 9 Nebulizing Kit With Mouthpiece And Mask, Adult 700 700 10 Nebulizing Kit With Mouthpiece And Mask Pedia 600 600 11 Isoprophyl Alcohol, 70% 500 Ml 1800 1800 12 Soluset 1500 1500 13 Infusion Set, Adult 1500 1500 14 Infusion Set, Pedia 400 400 15 Rolled Gauge 36” X 100 Yards 24 X 28 Mesh 100 100 16 Foley Catheter, 2 Way, Fr-16 300 300 17 Foley Catheter, 2 Way, Fr-18 200 200 18 Elastic Bandage, 4”x 5 Yards 100 100 19 Elastic Bandage, 6” X 5 Yards 100 100 20 Hypoallergenic Plaster, 1” X 10 Yards 100 100 21 Adhesive Plaster, Assorted Sizes, 12” X 10 Yards 100 100 Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site Section Vii. Technical Specifications Bid No.: Adh-25-167-b Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Silk 2-0 With Cutting Needle, 30-75cm 12 Pieces/box 2 Silk 2-0 With Round Needle, 30-75cm 12 Pieces/box 3 Silk 3-0 With Cutting Needle, 30-75cm 12 Pieces/box 4 Silk 3-0 With Round Needle, 30-75cm 12 Pieces/box 5 Silk 4-0 With Cutting Needle, 30-75cm 12 Pieces/box 6 Silk 4-0 With Round Needle, 30-75cm 12 Pieces/box 7 Oxygen Cannula, Adult 8 Oxygen Cannula, Pedia 9 Nebulizing Kit With Mouthpiece And Mask, Adult 10 Nebulizing Kit With Mouthpiece And Mask Pedia 11 Isoprophyl Alcohol, 70% 500 Ml 12 Soluset 13 Infusion Set, Adult 14 Infusion Set, Pedia 15 Rolled Gauge 36” X 100 Yards 24 X 28 Mesh 16 Foley Catheter, 2 Way, Fr-16 17 Foley Catheter, 2 Way, Fr-18 18 Elastic Bandage, 4”x 5 Yards 19 Elastic Bandage, 6” X 5 Yards 20 Hypoallergenic Plaster, 1” X 10 Yards 21 Adhesive Plaster, Assorted Sizes, 12” X 10 Yards _______________________ Signature Over Printed Name Section Viii. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages);or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (e) Statement Of The Prospective Bidder Of All Its Ongoing 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; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (j) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’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; And ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (l) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (m) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (o) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (p) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.

City Of San Carlos Tender

Automobiles and Auto Parts
Philippines
Closing Date22 Apr 2025
Tender AmountPHP 4.5 Million (USD 79.3 K)
Details: Description Delivery Term: 90 Calendar Days Upon Receipt Of P.o. First Envelope: Eligibility & Technical Requirements (original, Copy 1 And Copy 2) 1. Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of R.a 9184 – Platinum Membership 2. Joint Venture (jva), If Applicable 3. Net Financial Contracting Capacity (nfcc) Based On The Data Submitted To The Bir Thru Its Efps Or Committed Line Of Credit (clcc) From A Universal Or Commercial Bank 4. Duly Notarized Statement Of All On-going Government And Private Contracts 5. Duly Notarized Statements Of: A. At Least One (1) Completed Similar Contracts (government And Private) For The Last Three (3) Years. B. Single Largest Completed Contract (slcc) At Least 50% Of The Total Abc. 6. Bid Security In Any Of The Following Forms: 7. Omnibus Sworn Statement In Accordance With Sec. 25.3 Second Envelope: Financial Requirements (original, Copy 1 And Copy 2) 1. Duly Signed Form Of Bid Note: Documents Listed Above Are Available At Bac Secretariat Office. 1 Unit Brand New Emergency Vehicle Base Vehicle : 2.8 Diesel M/t Overall Dimensions (mm) : (5,200-5,300) X (1,900-2,000) X (1,900-2000) X (1,900-2000) Wheelbase (mm) : 3,200 - 3,300 Engine Type : 4 Cylinders, In-line Type 16-valve Dohc Engine Displacement (cc) : 2,700 - 2,800 Maximum Output (ps/rpm) : (170-180) Ps / (3,000-3,500) Rpm Maximum Torque (nm/rpm) : 420- 430 Nm / 1,400 ~ 2,600 Rpm Fuel Capacity (l) : 50-70 Power Transmission : 6-speed Manual Front Brake/rear Brake : Ventilated Discs / Drums Tires : 215 - 220/ 70 - 70.5 R16c Wheels (size) : 7j - 8j X 16" - 16.5" Steel With Full Cap Patient Transport Conversion And Supply Of Ambulance Equipment And Accessories: Fully Customized Ambulance With The Following Features: Medical Cabinet Made Of Grp (glass Reinforced Plastic) Ambulance Furniture Have Rounded Edges Or Cushioned Corners For Safety Transparent And Shatter Proof Acrylic Stopper/sliding Doors On All Storage Compartments On Board 220vac Electrical System 1500w Driver/crew Partition With Sliding Tempered Glass Window Aluminum/stainless Stretcher Platform With Ramp And Under Storage For One Scoop Stretcher Spine Board Holder With Straps Roof Mounted Ventilator With Shutter Complete Interior Lighting (all Led) With One Scene Light Installed On The Rear Lift Door One (1) 15 Lbs Oxygen Tank With Stainless Holder With Regulators Stainless Overhead Grab Handle Doctor's Seat With Seat Belt Side Squad Bench With Under Seat Storage Non Slip, Heavy Duty Ambulance Grade Flooring With Bacteriostatic Properties, Easy To Clean Hard Wearing Ambulance Equipment 1. Cot - 1 Set With Front And Rear Fasteners Self-loading Stretcher With Housing For Spine Board Ce Certified Material : Stainless Steel, Aluminum And Polyethylene Construction : Fully Welded Frame Work Loading Capacity : 160-180 Kg Adjustable Backrest Anti Shock Positions And Trendelenburg Brakes On Rear Wheels Foldable Side Bars/safety Bars Foldable Loading Carriage Crash Assist System With Integrated Spine Board Storage Underneath The Back Board Standard Accessories: 2 Pcs Black Reflex Metal Belts 1 Pc Black Pvc Water Tight Anatomic Mattress 1 Pc Forward Fastener 1 Pc Rear Fastener 1 Pc Pe Patient Board 2. Scoop Stretcher - 1 Pc Ce Certified 3 Blade Design Material : Aluminum Loading Capacity : 140-150kg Standard Accessories : 3 Pcs One Piece Belt 3. Spinal Board With Pin - 1pc Materials : Polyethylene Number Of Handles : 12-14 Number Of Pin: 8 - 10 Loading Capacity : 160-180 Kg 4. Compact Universal Head Immobilizer - 1pc Ce Certified Technical Data Base Dimensions (buttonhole Exluded) : (360-365) X (250-260) X (18-20) Mm Pillow Dimensions (1 Piece ) :(250-255) X (80-90)x (150-160)mm Hole For Ear Inspection : Diameter= 68-70 Mm Materials : Pe, Pvc, Nylon Adjustable Frontal And Chin Straps With Soft And High Adhesion Paddings To Optimize The Immobilization Pillows Made Of Non-absorbent Material For An Easy Sanitation Large Holes For Ear Inspection 5. Reflective Universal Spider Straps System For Spine Boards -1pc Ce Certified Material : Nylon-polypropylene Width Of Strap : 53mm No. Of Connections : 10 V Tape Length : 250mm (min) - 520mm (max) Transversal Tape 1 Length : 750mm (min) -1350mm (max) Transversal Tape 2 Length : 600mm (min) - 1250mm (max) Transversal Tape 3 Length : 550mm (min) - 1110mm (max) Transversal Tape 4 Length : 480mm(min) - 820mm (max) Color Coded Straps With Reflective Inserts For Added Visibility 4 Transversal Tapes, 3 Are Removable 6. Transport/stair Chair With Four Wheels With Fastener - 1 Set Ce Certified Materials : Al, Steel, Pu, Pvc Seat/back Rest Material : Double Layered Anti-scratch Polyethylene Length With Closed Handles : 700-720 Mm Length With Opened Handles : 1050-1110 Mm Width : 450-500 Mm Height Deployed : 900-920 Mm Dimension Folded : (250-270) X (460-490) X (900-920) Mm Loading Capacity : 160-180kg Pvc Sheets For Easy Sanitation 2 Rear Foldable Handles To Save Space Inside The Vehicle Zero Maintenance Pressure Released Telescopic Handle Folding Foot Rest Self Positioning Foot Rest With Brakes Fastener For Transport/stair Chair Material : Polyethylene, Nylon, Al Designed For Easy And Secure Mounting Of The Transport/stair Chair With Highly Visible Red Locking Knob For Easy Release And Locking 7. 4 Pcs Collar Kit With Bag Ce Certified Material : Pe, Nylon Sizes Included : Xs, S, M, L 8. Rigid Splints With Flexible Internal Structure Ce Certified Material : Neoprene, Al, Nylon Types Of Splints, Size & Weight: Leg : (560-580) X (440-460) Mm ; 500-520 G Arm: (580-600) X (260-280) Mm ; 430-450 G Forearm: (380-400) X (280-300) Mm ; 260-280 G Wrist: (300-320) X (230-250) Mm ; 220-230 G Elbow/ankle: (530-550) X (280-300) Mm ; 380-400 G Features: Flexible Moldable Aluminum Core Quick Release Fasteners With Buckles Can Be Used As Armrest During Intravenous Infusions Made Of Soft Materials For Comfort Standard Accessory: Transport Bag 9. Extrication/spine Immobilization Ce Certified Dimension (mm) : (800-850) L X (850-900) W X (20-25) At Thickest Point Belts Length : 73cm-75cm Loading Capacity : 228kg-230kg Color Coded Belt System Pvc Coated For Easy Sanitation With Cushion For The Nuchal Area 10. Traction / Immobilization Splint (adult) – 1 Set Serrated Traction Mechanism And “s” Shaped Coupler Supporting Feet And Ring For The Release Of The Blocking Coupler Four Padded Support Straps For The Leg Strap And Ischial Padding Extendable Strap For The Ankle Transport Bag Minimum Length (1) : 89 0 ± 10 Mm Maximum Length (1) : 1350 ± 10 Mm Width : 200 Mm - 210 Mm Base Width : 220 Mm - 230 Mm Leg Support Zone Width : 160 Mm - 170 Mm Traction Belt Length : From 0 To 500 Mm Slope : 10° (variable Depending On The Extension) Materials : Steel, Al, Nylon 11. Portable Suction Device With 10g Wall Fixing With Auto Recharger-1 Set Ce Certified 10g Compliant With Auto Charging Wall Mount With Fall Protection System Vacuum Range : From 50 To 555 Mmhg Free Flow Suction : : 30-35 L/min Ip Grade : Ip12 Operating Time : 25-30 Min. On, 25-30 Min. Off Vase Capacity : 800ml-1000ml Autoclavable Patient Tube Length : 1.5m - 2m With Uni En 1789 Certification Compliant With Iso 100079-1 With Led Indicators For Vacuum Setting Durable Drop Proof Polyethelene Shell, Protection For Bumps And Accidental Drops Quickly Detached From The Charger Mount With Single Push Locking Mechanism Automatically Recharges Once Mounted Standard Accessories : 10g Mount With Charging System Battery 12v Dc Ni-mh 800ml -1000ml Autoclavable Canister 1.5m - 2m Patient Tube Shoulder Strap For Easy Carrying 12. Aneroid Sphygmomanometer With Large Dial And Protection And Stethoscope Ce Certified Material : Pe, Nylon, Rubber, Al Extended Cuff Dimension : (520-540) X (130-150) Mm Rubber Protection Dimension : 220x150 Mm Dial Diameter : (120-140) Mm Pipe Length : 50cm Spiral Pipe Length : From 15 To 172cm Manometer Range : 0-300 Mmhg Md Class Im Ce Marked According To Dir. 93/42/cee Conforms To Uni En Iso 81060-1 Highly Visible Dial With Rubber Protection Spiral Connection Pipe To Sphygmomanometer Dial With Numbering At 20mmhg And Division Of 2 Mmhg Compartment For Housing The Cuff And Accessories Integrated Elastic Band In The Compartment Stethoscope Technical Data : Maximum Diameter : 31mm (min) - 45mm (max) Tubes Length : 55cm - 60cm Lightweight With Metal Clips On Both Tubing To Minimize Movement Comes With Spare Ear Tips (2 Big, 2 Small) High Visibility Yellow 13. Regulator With Humidifier Group Chromed Brass Structure Inlet Filter In Sintered Bronze Graded Gauge 38mm-40 Mm Diameter With Precision Class 2,5 Incoming Pressure: 220 -240 Bar Outgoing Pressure: Adjustable From 0 To 4 Bar (pre- Fixed 4 Bar) Safety Valve Pre-fixed Inlet Connection Cga 540 Outgoing Connection: 5mm- 7mm Connector Weight: 1,2 Kg ±10% Functioning Temperature: From -20 To +50 °c Humidifier Group Specifications: Flowmeter With Probe Nominal Pressure : 330-350 Kpa Flow From 0 To 15 L/min Deliverable Gas Oxygen Materials Pc, Anodized Al, Brass Humidifier Max. Volume 120-140 Ml Operating Pressure 330 - 350 Kpa Max Pressure 450 - 600 Kpa Max Flow 18-20l/min Materials Pc, Al 14.trauma Bag (fully Stocked) Rubberized Bottom Panel, Hook And Loop Fastener Handle Closures, Three Rows Of Elastic Loops Sewn Into The Lid Reflective Strips For Added Visibility, Removable Padded Liner With Adjustable Velcro Dividers Two Generous Exterior Pockets With Hook And Loop Fastener Attached Removable Pouches With A Clear Vinyl See-through Window And Multiple Elastic Loops To Help Organize Your Equipment Waterproof Bottom Contents: 1 - Pot Belly Stethoscope 1 - Aneroid 1 - Cpr Mask W/one-way Valve (adult/pediatric Size) 1 - Foil Baby Bunting 1 - 5½" Bandage Scissors 1 - Diagnostic Penlight 1 - Kelly 5½" Straight 1 - Cpr Face Shield With 2 1 - Bite Stick 1 - Emergency Airway Kit 1 - Rescue Blanket 1 - Instant Cold Pack 1 - 2" X 2" Burn Dressing 1 - 4" X 4" Burn Dressing 1 - Glucose Gel Tube 1 - Wire Splint 1 - Tourniquet 1 - Seat Belt Cutter 16 - 4" X 4" Sterile Gauze 10 - 1 X 3" Sheer 10 - 3/4 X 3" Sheer 10 - 2 X 4 1/2" Bandages 10 - Fingertip Bandages 10 - Knuckle Bandages 2 - 2" Stretch Gauze Roll 2 - 3" Stretch Gauze Roll 2 - 6" Stretch Gauze Roll 6 - 5" X 9" Surgical Dressings/ Abdominal Pads 1 - Multi-trauma Dressing 10 - Alcohol Prep Pads 10 - Pvp Prep Pads 4 - Oval Eye Pads 2 - 1" Cloth Tape 4 - Triangular Bandages W/pins 20 - Ammonia Inhalants 4 - Sting Pads 15.stretcher Base High Quality Base Made Of Stainless Steel And Aluminum For Easy Loading And Unloading Of Stretch Technical Data Material : Aluminum, Stainless Steel Inclination Angle : 20°- 25° Under Storage : 1 Spine Board Or Scoop Stretcher Load Capacity : 210kg-230kg "emergency Audio And Visual Warning System" A. Led Emergency Warning Lightbar Multiple Programmable Modes: 155-160x Single Color Led Count At Least 15 Programmable Flash Patterns Field Serviceable Military-grade Aluminum Housing Anti-yellowing & Anti-cracking Clear-coated Polycarbonate Lens Certifications: Ip66, Saej1113, Saej595, Ece R65 Class 1 Certified, Ct13, Nfpa Kkk, Sae 578, Sae 1 Year Warranty B. Surface Mount Warning Lights - 6 Pcs 40° Optical Light Spread For Long-range Visibility At Least 3 Programmable Modes 5-7x Single Color Led Count Stop, Tail & Turn Signal Patterns Military-grade Aluminum Housing Anti-yellowing & Anti-cracking Clear-coated Polycarbonate Lens Certifications: Ip66, Saej1113-11, Saej595, Ece R65 Class 1 Certified, Ct13, Nfpa Kkk 1 Year Warranty C. Wide Surface Mount Warning Lights 6 Pcs Intense Perimeter Lighting In An Ultra-compact, Slim Design. Extremely Functional And Customizable, Can Be Used As A Brake-tail-turn, Reverse, Warning Light Or Scene Light And Steady On Capabilities At 50% Brightness. Available Modes: Front Or Rear Mounting Options Available Atleast 10 Led Count 180° Light Spread Mounting Hardware Provided 20+ Flash Patterns Military-grade Aluminum Housing Anti-yellowing & Anti-cracking Clear-coated Polycarbonate Lens Certifications: Saej1113-11, Saej595, Nfpa Kkk 1 Year Warranty D. Siren And Public Address System - 1 Set 1 Unit 200w Siren Up To 130 Decibels Of Clear, Thundering Sound In Programmable Tones Dual-tone Capable With Remote Activation That Allows For Universal Compatibility With Other Controllers 200w Power Output 21 Programmable Tones Dual Tone Capability Microphone Included For Pa Functionality Capabilities: ▪ Radio Rebroadcast ▪ Park-kill ▪ Horn Ring ▪ 6 Programmable Modes Integrated Push Button For Tone Selection Purchase Includes 200w Siren, Rj45 Cable, Microphone And Microphone Mounting Set Functions With Most Existing Controllers And Switch Panels Military-grade Aluminum Housing (siren) Certifications: Ip67, Saej1849, Saej1113-11 1 Year Warranty 2 Units Speaker/siren: Compact Low-profile Design And Durable Polycarbonate Housing, Ideal Speaker For Any Police, Fire Or Ems Vehicle Neodymium Magnet Universal Compatibility Compact, Slim Design To Fit Behind Grille Lightweight Durable Polycarbonate Frame Military-grade Aluminum Housing Meets Or Exceeds Sae J1849 Standards. 1 Year Warranty E. Low Frequency Siren – 1 Pc All-in-one, Universal Low-frequency Siren Capable Of Penetrating Solid Objects And Helping To Clear Intersections Quickly And Safely At Least 2 Programmable Modes Park Kill Capability Mounting Bracket Included 7+ Integrated Siren Tones Military-grade Aluminum Housing Sound Output: 110db Certifications: Ip67 1 Year Warranty F. Mini Controller – 1 Pc Versatile All Around Compact 6 Button Programmable Controller For Siren And Emergency Lighting Specifications: All In One Controller With Integrated Relay Led Backlit Buttons Universal Compatibility Includes Legend Sheet Rugged Weather-resistant Enclosure Additional Works And Supplies One (1) Lot Supply And Installation Of Custom Decals And Markings One (1) Lot Supply And Installation Of High Quality Tint, Except Windshield, Driver And Front Passenger Windows Supplied Vehicle Accessories One (1) Set Standard Manuals, Tools And Hydraulic Bottle Jack As Provided By The Vehicle Manufacturer One (1) Set Spare Tire With Rim One (1) Set Ewd Includes Three (3) Years Lto Registration •to Ensure Technical Compliance, After Sales Support And Warranty. Supplier Must Provide Manufactured Issued Product Sheets For Offers As Part Of Technical Requirements In The Bidding Documents Showing Technical Compliance Backed With Distributorship Certificates With Warranty Commitment For The Following Critical Ambulance Equipment: ◦ Ambulance Wheeled Cot ◦ Folding Stretcher ◦ Scoop Stretcher ◦ Portable Suction Machine ◦ Stair Chair ◦ Electronic Visual And Audio Emergency Warning System (lightbar, Siren, Speakers, Surface Mounted Lights & Controllers) "• Supplier Must Conduct Orientation And Basic Training On The Proper " Use And Maintenance Of The Installed Equipment • Offer Includes Delivery And After Sales Support Note: 1. Please Download Attached Document Invitation To Bid (ib) For Further Information... 2. Please Visit Sancarloscity.gov.ph For More Information.. X-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x
5391-5400 of 5542 archived Tenders