Reference Number
|
10151313
|
Procuring Entity
|
PROVINCE OF CAVITE
|
Title
|
SUPPLY AND DELIVERY OF VARIOUS MEDICAL EQUIPMENT FOR USE IN PROVINCIAL AND SATELLITE HOSPITALS
|
Area of Delivery
|
Cavite
|
Printable Version
|
Solicitation Number:
|
nlontoc-ITB068 (A and B)-2023
|
Trade Agreement:
|
Implementing Rules and Regulations
|
Procurement Mode:
|
Public Bidding
|
Classification:
|
Goods
|
Category:
|
Medical and Dental Equipment
|
Approved Budget for the Contract:
|
PHP 21,154,120.00
|
Delivery Period:
|
30 Day/s
|
Client Agency:
|
|
|
Contact Person:
|
RACHELLE ALANO CRON
ADMINISTRATIVE OFFICER I
Provincial Capitol Bldg., Brgy. San Agustin
Trece Martirez City
Cavite
Philippines 4109
63-46-4191181
rachelle_alano29@yahoo.com
|
|
Status
|
Active
|
Associated Components
|
Order
|
Bid Supplements
|
0
|
Document Request List
|
0
|
Date Published
|
17/10/2023
|
Last Updated / Time
|
17/10/2023 12:00 AM
|
Closing Date / Time
|
06/11/2023 1:30 PM
|
Description
|
SUPPLY AND DELIVERY OF VARIOUS MEDICAL EQUIPMENT FOR USE IN PROVINCIAL AND SATELLITE HOSPITALS: 2 LOTS-1) VARIOUS EQUIPMENT FOR USE IN PROVINCIAL AND
SATELLITE HOSPITALS AND 2) MEDICAL AND DENTAL EQUIPMENT
1. The Provincial Government of Cavite, through its 20% DEVELOPMENT FUND CY 2023 approved by the Sangguniang Panlalawigan, intends to apply the sum of
TWENTY-ONE MILLION ONE HUNDRED FIFTY-FOUR THOUSAND ONE HUNDRED TWENTY PESOS ( Php 21,154,120.00) being the approved budget for the contract (ABC) to
payment under the contract for SUPPLY AND DELIVERY OF VARIOUS MEDICAL EQUIPMENT FOR USE IN PROVINCIAL AND SATELLITE HOSPITALS divided as:
a. LOT 1 :
Items 1 to 9
ABC: TWO MILLION SEVEN HUNDRED FORTY-THREE THOUSAND PESOS (Php 2,743,000.00)
b. LOT 2:
Items 1 to 18
ABC: EIGHTEEN MILLION FOUR HUNDRED ELEVEN THOUSAND ONE HUNDRED TWENTY PESOS (Php 18,411,120.00)
being the ABC to payments under the contracts for the subject procurement for the Province of Cavite as described as follows:
LOT 1: (ABC: Php 2,743,000.00)
1. 5 UNITS LARYNGOSCOPE WITH DIFFERENT SIZES OF BLADES FOR PEDIA AND ADULT
2. 5 SETS ORAL SURGERY SET
3. 4 UNITS HEMATOCRIT CENTRIFUGE PLACER
4. 5 UNITS HOSPITAL STRETCHER
5. 1 UNIT EXAMINING TABLE WITH DRAWERS/MATTRESS
6. 1 SET LAPARATOMY SET W/ HYSTERECTOMY
LAPAROTOMY SET, OBSTETRIC
7. 1 SET DELIVERY SET FOR CS
8. 2 SETS CHOLECYSTECTOMY SET
9. 4 UNITS MECHANICAL BED WITH MATTRESS 2 CRANK
TERMS OF DELIVERY: THIRTY (30) CALENDAR DAYS UPON RECEIPT OF NOTICE TO PROCEED
Please see link for complete specifications:
https://cavite.gov.ph/home/product-specification-supply-and-delivery-of-various-equipment-for-use-in-provincial-and-satellite-hospitals/
TERMS OF REFERENCE: https://cavite.gov.ph/home/tor-medical-equipment/
LOT 2: (ABC: Php 18,411,120.00)
1. 1 UNIT URINE CHEMISTRY (CHM) & URINE SEDIMENT ANALYZER
2. 1 UNIT HYDROCOLLATOR HEATING UNIT / PACKHEATER
3. 1 UNIT HIGH INTENSITY LASER THERAPY
4. 1 UNIT THERAPEUTIC ULTRASOUND MACHINE DUAL HEAD SMALL AND LARGE
5. 4 UNIT FETAL MONITOR
6. 8 UNITS DEFIBRILLATOR WITH CARDIAC MONITOR
7. 1 UNIT DENTAL CHAIR
8. 5 UNITS WHEELED STRETCHER HEAVY STAINLESS STEEL WITH SIDERAILS IV POLE AND OXYGEN TANK CARRIER
9. 100 UNITS HOSPITAL BED
10. 7 UNITS CADAVER STRETCHER
11. 6 UNITS ECG MACHINE W/ ANALYZER
12. 2 UNITS CLINICAL LABORATORY REFRIGERATOR
13. 4 SETS DENTAL INSTRUMENT SET
14. 2 SETS EXCISION SET
15. 2 PCS STAINLESS SCRUB SINK
16. 3 SETS APPENDECTOMY SET
17. 2 SETS THORACOSTOMY SET
18. 3 UNITS EMERGENCY CART
TERMS OF DELIVERY: THIRTY (30) CALENDAR DAYS UPON RECEIPT OF NOTICE TO PROCEED
Please see link for complete specifications: https://cavite.gov.ph/home/prodspec_2023-002/
TERMS OF REFERENCE: https://cavite.gov.ph/home/tor-medical-equipment/
Invitation to Bid for this project is also posted at www.cavite.gov.ph
NOTE: THE BIDDER MAY OPT TO BID PER LOT OR FOR BOTH LOTS.
|
|
|
Pre-bid Conference
|
Date
|
Time
|
Venue
|
24/10/2023
|
2:00 PM
|
BAC Office 2nd Floor, Provincial Capitol Bldg. Brgy. San Agustin Trece Martirez,City Cavite
|
|
|
Other Information
|
FIRST ENVELOPE (TECHNICAL COMPONENT ENVELOPE) (2 Copies-1 original, 1 copy)
ELIGIBILITY REQUIREMENTS (All copies of original documents must be stamped with certified true copy signed by the Authorized Representative)
1. Valid and updated PHILGEPS Certificate of Platinum Certification and Membership (all pages including the List of Eligibility Documents-“Annex A”) in
accordance with Section 8.5.2 of the IRR reflecting the additional caveat;
2. 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;
3. Bidders should have completed, within 2 relevant years from the date of submission and receipt of bids at least one (1) contract similar to the Project
the value of which, adjusted to current prices using the PSA’s CPI, must be equivalent to at least 50% of the ABC for Expendable and Non-Expendable
supplies with proof thereof;
4. 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;
5. Conformity with the Technical Specifications, which may include production/delivery schedule, manpower requirements, and/or after-sales/parts, if
applicable;
6. Original duly signed Omnibus Sworn Statement (OSS) and if applicable, Original Notarized Secretary’s Certificate in case of a corporation or
cooperative with attached Board Resolution; or Original Special Power of Attorney, if single proprietorship, or partnership, or 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; and Photocopy of two valid IDs of authorizing
officer and representative;
7. 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;
8. 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;
9. Certified True Copy of Official Receipt for payment of Bid Documents;
10. Other required documents.
a. Warranty Certificate for all items
SECOND ENVELOPE (FINANCIAL COMPONENT ENVELOPE) (2 Copies-1 original, 1 copy)
1. Original of duly signed and accomplished Financial Bid Form; and
2. Original of duly signed and accomplished Price Schedule(s).
Additional Information:
A. Delivery of goods required within thirty (30) calendar days upon receipt of Notice to Proceed
B. A complete set of Bidding Documents may be purchased by interested Bidders, direct owners or duly authorized representatives, at the address of the
Procuring Entity and upon payment of a non-refundable fee for the Bidding Documents in the amount of Five Thousand Pesos (P5,000.00) for Lot 1; Twenty-Five
Thousand Pesos (P25,000.00) for Lot 2 and Twenty-Five Thousand Pesos (P25,000.00) for both Lot 1 & 2.
C. The Pre-Bid Conference will be held on October 24, 2023, 2:00 P.M.,thru face to face meeting at the Bids and Awards Committee (BAC) Conference Room at
2nd Floor Provincial Capitol Building, Trece Martires City .
Interested Bidders are required to email the following details to rachelle_alano29@yahoo.com:
1. Project Name/Title
2. Name of Company
3. Address of the Company
4. Name of Owner or Authorized Representative who will attend the Pre-Bid Conference
5. Mobile Number
6. Scanned Copy of Company ID or any valid Government issued ID
7. Email Address
Only the owner or one (1) authorized representative will be allowed to participate in the Pre-Bid Conference. A valid ID is required to be presented during
the Pre-Bid Conference.
D. Bidders are required to submit one (1) original and one (1) copy of Technical Components (Envelope A) and one (1) original and one (1) copy of Financial
Components (Envelope B) per lot. (All copies of original documents must be stamped with certified true copy signed by the Authorized Representative)
D.1 Bidders shall enclose their original Technical Components in one sealed Envelope marked as "ORIGINAL-TECHNICAL COMPONENTS", and the original Financial
Components in another sealed envelope marked as "ORIGINAL-FINANCIAL COMPONENTS", sealing both envelope in an outer envelope marked as "ORIGINAL BID"
D.2. The copy of the Technical and Financial Components shall be similarly sealed duly marking the inner envelopes as "COPY-TECHNICAL COMPONENTS" and
"COPY-FINANCIAL COMPONENTS". Both envelopes will then be sealed in outer envelope marked as "COPY OF BID".
D.3, The "ORIGINAL BID" and "COPY OF BID" envelopes shall then be enclosed in one single main envelope marked as "BIDDING DOCUMENTS"
D.4 All envelopes shall:
a. be addressed to the BAC-A Chairman;
b. indicate the Project Title;
c. indicate the Project Identification Number (Philgeps Solicitation Number)
d. bear the company name and bidder"s contact details;and
e. bear a warning "DO NOT OPEN BEFORE: Indicate Date and time for the Opening of bids"
Please refer to the sample format of Labeled envelopes to be provided upon payment of the Bidding Documents Fee.
If any of the envelopes are not properly sealed and/or marked as instructed above, the procuring Entity shall not assume responsibility for the loss or
misplacement of the bid envelopes. Labels on each envelope must correspond to the components/documents enclosed to it.
E. Bids must be duly received by the BAC Secretariat through manual submission at 2nd Floor Provincial Capitol Building, Trece Martires City, on or before
November 06, 2023 at 1:30 P.M. Late bids shall not be accepted.
F. Bid opening shall be on Nov 06, 2023 at 2:00 P.M. at 2nd Floor Provincial Capitol Building, Trece Martires City. Bids will be opened in the presence of
the bidders’ representatives.
G. The Opening of Bids will be conducted thru face to face meeting at the Bids and Awards Committee (BAC) Conference Room at 2nd Floor Provincial Capitol
Building, Trece Martires City Cavite.
H. In case of tie or in the event two or more of the bidders have been post qualified as LCRB of HRRB, the measure determined by the procuring entity shall
be non-discretionary and non-discriminatory such that the same is based on sheer luck or chance. The winning bidder should be determined by “Toss Coin”
in the presence of supplier concerned during BAC meeting pursuant to GPPB Circular No. 06-2005 dated August 05, 2005.
I. The Provincial Government of Cavite 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 bidder.
J. Pursuant to Sec. 22.5 of RA 9184, request for clarification(s) on any part of the bidding documents must be submitted in writing to BAC office at least
ten (10) calendar days before the deadline set for the submission and receipts of bids. Any clarification(s) beyond the abovementioned deadline shall no
longer be accepted.
K. Well-fitted face mask shall be worn properly at all times within the premises of the Provincial Capitol Building.
|
|
|
|
Created by
|
RACHELLE ALANO CRON
|
Date Created
|
20/09/2023
|
|
|
|