Philippines - HMO-18-2309-B PURCHASE OF OFFICE EQUIPMENT FOR HOSPITAL MANAGEMENT OFFICE

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
23 November 2018
Opportunity publication date
17 November 2018
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Solicitation Number:
HMO-18-2309-B

Trade Agreement:
Implementing Rules and Regulations

Procurement Mode:
Public Bidding

Classification:
Goods

Category:
Office Equipment

Approved Budget for the Contract:
PHP   353,000.00

Delivery Period:
14 Day/s

Client Agency:





Contact Person:
ALLANA AGUILAR BABAYEN-ON Procurement Services Officer Bonifacio Drive, Iloilo City Iloilo City Iloilo Philippines 5000 63-33-3287931 63-33-3360736 suizoph@yahoo.com


Status

Active


Associated Components

Order


Bid Supplements

0



Document Request List


0


Date Published
16/11/2018

Last Updated / Time
16/11/2018 12:00 AM

Closing Date / Time
23/11/2018 9:00 AM

Republic of the Philippines Province of Iloilo BIDS AND AWARDS COMMITTEE INVITATION TO BID PURCHASE OF OFFICE EQUIPMENT Bid No. HMO-18-2309-B 1. The Iloilo Provincial Government, through the SUPPLEMENTAL BUDGET #2 2018 intends to apply the sum of THREE HUNDRED FIFTY THREE THOUSAND PESOS (₱353,000.00) as the Approved Budget for the Contract (ABC) for the procurement of OFFICE EQUIPMENT for the use of the HOSPITAL MANAGEMENT OFFICE. Bids received in excess of the ABC shall be automatically rejected at the opening of bids. 2. The Item/Article//Specification including the Quantity, Unit of Issue, and Estimated Unit Price are indicated in the Bid Tender attached herewith and made an integral part of this Invitation to Bid. Bidders must specify the total amount of bids in words and figures in the space provided therefor. Non-compliance shall be a ground for declaration of FAILURE/DISQUALIFICATION. 3. The Iloilo Provincial Government now invites bids for the OFFICE EQUIPMENT and the delivery of the aforementioned goods is required to be made within fourteen (14) calendar days upon receipt of the Notice to Proceed. Bidders should have completed, within three (3) years from the date of submission and receipt of bids, a contract similar to the Project. 4. Bidding will be conducted through open competitive bidding procedures using a non-discretionary "pass/fail" criterion as specified in the revised Implementing Rules and Regulations (IRR) of Republic Act No. 9184, otherwise known as the "Government Procurement Reform Act." 5. Bidders shall comply with the following terms and conditions: A. The participating bidder/supplier or its authorized representative must indicate in any of the eligibility documents, an active email address or a working fax number. The absence of both 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, whenever applicable, shall post the required Performance Security or Warranty Security as the case may be, 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 shall submit a statement of ALL its ongoing government and private contracts, indicating the delivery periods and accomplishments of such projects. 6. For easy validation during the post-qualification in the procurement of Drugs and Medicines, bidders are encouraged to submit the following: A. License to Operate from the Food and Drug Administration (FDA); B. Certificate of product registration from the FDA; C. Certificate of Good Manufacturing Practice from the FDA; D. Batch Release Certificate from the FDA; E. If the supplier is not the manufacturer, Certification from the Manufacturer that the supplier is an authorized distributor/dealer of the products /items; and F. 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) 7. For easy validation during post qualification, if the Certificate of Product Registration (CPR) is required, the suppliers/bidders are encouraged to submit a copy of the CPR to the Bids and Awards Committee-Technical Working Group (BAC-TWG) through its Head, prior to the day of the bidding or canvass for checking/examination to determine if the same is responsive and/or covers the item(s) being bid. 8. 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 R.A. No. 5183 (AN ACT REGULATING THE AWARD OF CONTRACTS FOR THE SUPPLY TO, OR PROCUREMENT BY, ANY GOVERNMENT-OWNED OR CONTROLLED CORPORATION, COMPANY, AGENCY OR MUNICIPAL CORPORATION OF MATERIALS, EQUIPMENT, GOODS AND COMMODITIES, AND PROVIDING PENALTY FOR THE VIOLATION THEREOF) and Commonwealth Act No. 138 (AN ACT TO GIVE NATIVE PRODUCTS AND DOMESTIC ENTITIES THE PREFERENCE IN THE PURCHASE OF ARTICLES FOR THE GOVERNMENT). 9. A complete set of Bidding Documents may be purchased by interested bidders on November 16, 2018 from the address below upon payment of a non-refundable fee for the Bidding Documents in the amount of FIVE HUNDRED PESOS (₱500.00). 10. For contracts to be bid with an ABC of ONE MILLION PESOS (₱1,000,000.00) or more, and for contracts involving the procurement of EQUIPMENT and VEHICLES regardless of the amount of the ABC, the BAC shall convene a Pre-bid Conference at the Board Room, Office of the Governor, 3rd Floor, Iloilo Provincial Capitol, Iloilo City on N/A. The pre-bid conference shall be held at least twelve (12) calendar days before the deadline for the submission and receipt of bids, but not earlier than seven (7) calendar days from the PhilGEPS posting of the Invitation to Bid or Bidding Documents. All Bids must be complete / Partial Bids are allowed 11. The bid opening shall be on November 23, 2018 at the Board Room, Office of the Governor, 3rd Floor, Iloilo Provincial Capitol, Iloilo City. Bids shall be opened in the presence of the bidders or their authorized representatives who choose to attend the bidding at the address indicated herein. 12. Bids must be delivered, submitted, and/or dropped in the address specified above on or before 9:00 o'clock in the morning of November 23, 2018. All bids must be complete and must be accompanied by a bid security. Late bids shall NOT be accepted. 13. 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. Non-compliance shall be a ground for declaration of FAILURE/DISQUALIFICATION. In the event of any discrepancy between the original and the copies, the original shall prevail. 14. The Iloilo Provincial Government reserves the right to reject any and all bids, to annul the bidding process, declare a failure of bidding, or not award the contract for any justifiable and reasonable grounds where the award of the contract will not redound to the benefit of the IPG, without thereby incurring any liability to the affected bidder(s). For further information, please refer to: ATTY. ALLANA MAE A. BABAYEN-ON BAC-Secretariat Head 5th Floor, New Iloilo Provincial Capitol Bonifacio Drive, Iloilo City Telefax No. (33) 336-0736 Email Address: ipg_bacs@yahoo.com ATTY. DENNIS T. VENTILACION BAC Chairperson

Other Information

BID TENDER The Bids and Awards Committee Province of Iloilo In connection with your Invitation to Bid No. HMO-18-2309-B scheduled on November 23, 2018, 9:00 A.M., I/we proposed to furnish and deliver in conformity with the terms and conditions and specifications of the items of which I/we quoted as specified below, and to bind ourselves to accept the award of all articles subject to the condition of these proposal, except those that were expressly modified. (See letter accompanying the tender.) The unit prices that we quoted for the items are inclusive of cost of labor, transportation to deliver the materials at the required place of delivery, taxes and other incidentals. To guarantee our faithful compliance of the herein offer of the terms and conditions in the Invitation to Bid, I/We enclosed an acceptable Bid Security in our Technical Documents. Item Item/ Article/ / Qty. Unit Estimated Unit Brand Unit Total No. Specification Cost Name Price Bid 1 Digital Voice Recorder 1 unit 10,000.00 Advanced digital recording with a powerful personal touch 8000 hours of recording with 2 GB built-in flash memory, minimum 1.8 inch full-color display allows easy access to recording function and recordings, minimum Automatic Voice Activated Record (AVR) senses sound and starts recording automatically 2 Fax machine with automatic 2 unit 9,000.00 Paper cutter; 64-Level Halftone with Digital Images Process - Caller ID Ready; Copier Function; Polling function; Voice Guidance Navigator key for Easy Operation; out of Paper Reception Sequential Broadcasting; Delayed Transmission 3 Portable Sound System with microphone 2 unit 20,000.00 15" 2 Way 400W minimum Plastic Cabinet AC220V or DC12V ( with built-in Recharable Batteries With 2 Wireless Microphone With 2 Mic Input (1 XLR, 1 PL55) With FM Radio, Bluetooth, Guitar Input (Shared with Mic 2) input USB & SD Port With 5 Band Equilizer and LCD Display With Aux / Line In and Line Out With Remote Control, Handle and Wheels HMO-18-2309-B page 1 of 2 4 Rechargeable Wireless Presenter with Laser pointer 2 pcs 2,500.00 Control Distance: 100m minimum Laser Distance: 200m maximum USB Receiver Operation System: compatible with Window 2003, XP, Vista, Windows 7/8/10,mac OS, Linux 5 Cash Vault Fireproof Safes 5 pcs 50,000.00 Lock: combination lock Key: Supplied 3 chromed Keys Bolt: Three-way locking bolts Size: 920H x 600W x 570Dmm minimum 6 Brand New Digital presenter document camera 1 unit 30,000.00 "Specification: Output Signal/Resolution: VGA, USB, HDMI" Frame Rate: 30 fps max. Lighting Source: White LED x 2 minimum Lens: F-number: 2 ; Zoom: 16x digital zoom minimum Capture Area: 11.7" x 20.7: ( at 1080p) minimum Focus: Automatically with one-touch button Image Rotation: ±90 degrees (Horizontal/ Vertical) HD 1080p resolution; 16x digital zoom minimum HDMI digital connectivity Microscope adapter included Built-in microphone; record lessons TOTAL AMOUNT OF BIDS IN WORDS: _______________________________________________________________ TOTAL AMOUNT OF BIDS IN FIGURES: Php ________________________ ABC ________________________ Php353,000.00 Amount of Bid Bond: Php ________________ I/We hereby certify that I/we have carefully read, understood and agree to all terms and conditions, and specification in the Invitation to Bid (ITB) under Bid No. HMO-18-2309-B. Name of Establishment/Store Complete Bid Signature over Printed Name (Proprietor or Authorized Representative) x Partial Bid is allowed per Invitation to Bid HMO-18-2309-B page 2 of 2

Opportunity closing date
23 November 2018
Value of contract
to be confirmed

About the buyer

Address
Philippines

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?