Philippines - Supply and Delivery of Various Medical Supplies to DepEd Central Office
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 19 November 2018
- Opportunity publication date
- 14 November 2018
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Bids and Awards Committee I Request for Quotation Date: November 14, 2018 Quotation No. 2018-11-AdmS2(021)-BI-NPSVP-084a Mode of Proc. Negotiated Procurement – Small Value Procurement To all Prospective Suppliers: I. Please quote your lowest price inclusive of VAT on the lot listed below, subject to the Terms and Conditions of this RFQ, and submit or send your quotation(s) duly signed by your representative in an envelope not later than November 19, 2018, 5:00 P.M. Write the Quotation No. in front of your envelope, and submit or send to DepEd Procurement Management Service, Room M-511, 5th Floor, Mabini Bldg., DepEd Complex, Meralco Avenue, Pasig City. Evaluation and award shall be made as one (1) lot. Quotation received that exceeds the total approved budget for the contract (ABC) shall be rejected. Late quotations shall likewise be rejected. For more information, please call the Administrative Service-Asset Management Division at tel. no. 635-6551. (Sgd.) TONISITO M.C. UMALI, Esq. Undersecretary and BAC I Chairperson II. DESCRIPTION Statement of Compliance (State “Comply” or “Not Comply”) Total Amount Supply and Delivery of Various Medical Supplies to DepEd Central Office Technical Specifications Total Approved Budget for the Contract (ABC): PhP510,379.34 Item UOM Quantity Surgical gloves -Type: latex, disposable, sterile -Size: 6 (7 pairs) & 7 (8 pairs) Pair 15 Elastic Bandage -Type: stretched, permanent strong compression bandage with high stretch for controllable compression, with selvedges and fixed ends, made of cotton, individually packed -Size: 10 cm. x 1.6 (unstretched) approx. 4.5 m. (stretched) Roll 5 Cotton -Type: absorbent and individually packed -Weight: 25 grams Pack 1 Bandage scissors -Type: standard, stainless steel -Length: 5 ½” (14 cm.) approx. Pair 1 Kelly forceps Piece 1 Triangular bandage -Type: 100% cotton, white, non-sterile with 2 safety pins, individually packed -Size: 40” x 40” x 56” Pack 5 Gauze pads 2” x 2”, 8 ply, 24 x 20 mesh, sterile, individually packed Pack 10 Gauze pads 4” x 4”, 8 ply, 24 x 20 mesh, sterile, individually packed Pack 10 Surgical Paper tape -Type: hypoallergenic -Size: 1” x 10 yards Roll 5 Gauze bandage 2” x 6 yards, 24 x 20 mesh, roll, individually packed in a box Roll 5 Gauze bandage 4” x 6 yards, 24 x 20 mesh, roll, individually packed in a box Roll 5 Plaster Strips -Type: soft, absorbent layer, perforated strips, strong adhesive, non-stick film, expiry date: at least 3 years from date of delivery Piece 10 Digital Thermometer -Type: (Display range: 32°C~42°C (90°F~107.6°F); Accuracy:±0.1°C (±0.2°F); Min Scale: 0.1; Beeper function; Auto shut-off) Piece 1 Alcohol 70%, 150 ml bottle Plastic bottle 1 Alcohol cleansing pads, individually packed Piece 10 Hydrogen peroxide 3% solution, 60 ml plastic bottle; Expiry date: at least 2 years form date of delivery Plastic bottle 2 Povidone iodine 3% solution, 60 ml plastic bottle; Expiry date: at least 2 years form date of delivery Plastic bottle 1 Calamine lotion 60 ml; Expiry date: At least 3 years form date of delivery Plastic bottle 1 Paracetamol 500 mg tablet; Expiry date: at least 2 years form date of delivery; must be FDA accredited/approved Tablets 30 Lagundi 300 mg tablet; Expiry date: at least 2 years form date of delivery; must be FDA accredited/approved Tablets 30 Mefenamic acid 500 mg capsule; Expiry date: at least 2 years form date of delivery; must be FDA accredited/approved Capsules 30 Silver Sulfadiazine 1% cream; 25 g tube; Expiry date: at least 2 years form date of delivery; must be FDA accredited/approved Tube 1 Hot water bag -Type: small size (at most (dimension) 6” x 1” x 6”, weight (capacity) 0.3 lbs) Piece 1 Ice bag -Type: small size (at most (dimension) 6” x 1” x 6”, weight (capacity) 0.3 lbs) Piece 1 First Aid Kit Tackle Box (at least (L)12 x (H) 6.5 x (W) 5.5 inches; clear plastic design with divider) Piece 1 Instruction Guide for First Aid Kit Piece 1 Blood Pressure Monitor Piece 2 Blood Glucose Meter Piece 3 This is to submit our price quotations as indicated above subject to the terms and conditions of this RFQ. Supplier’s Company Name: TIN No.: Address: Telephone No.: Fax No.: e-mail: Supplier’s Authorized Representative Signature over Printed Name: Date: III. Terms and Conditions A. Submission of Requirements 1. Quotations and other requirements stated below shall be submitted to the Bids and Awards Committee (BAC) I, through its Secretariat, at Room M-511, 5th Floor, Mabini Building, DepEd Complex, Meralco Avenue, Pasig City, Philippines 1603. 2. Supplier with the Lowest Calculated Bid (LCB) shall submit the requirements indicated below within five (5) calendar days from receipt of notice from the BAC I, which shall be validated by the Procuring Entity’s BAC/TWG after receipt thereof, to determine if the supplier is technically, legally and financially capable prior to the award of contract. a. Latest Income and Business Tax Returns; b. PhilGEPS Registration; c. Current Mayor’s Permit issued by the City or Municipality where the principal place of business of the prospective bidder is located; and d. Omnibus Sworn Statement B. Award The supplier who submitted the lowest calculated responsive quotation shall be awarded the Purchase Order after evaluation by the BAC. C. Project Duration 1. The conduct of event shall be on the date and at the project site specified in this Request for Quotation (RFQ). In case the event shall be moved by the end-user within the validity period (30 days) the service provider is responsible to accommodate the request. On the other hand, the service provider may reject the award if the new schedule is beyond the validity period. 2. After acceptance of the deliverables, the supplier shall present the following documents to the Purchaser: i. Original and 4 copies of the Supplier’s Invoice showing the Goods description, quantity, unit price, and total price; ii. Original and 4 copies of Delivery Receipts; iii. Original Statement of Accounts; iv. Approved Purchaser Order; For the purpose of these conditions, Purchaser’s representative is Ms. Maritess L. Ablay, Chief of the Asset Management Division. D. Price Validity Price should be valid thirty (30) calendar days after the deadline of submission of quotation. E. Evaluation of Quotations Quotations shall be compared and evaluated on the basis of the following criteria: 1. Completeness of Submission 2. Compliance with Technical Specifications 3. Price-Lowest Unit Cost F. Instructions 1. Supplier shall be responsible for the source(s) of its Goods/equipment, and shall make the deliveries in accordance with the schedule, and specifications of the award or purchase order. Failure of the supplier to comply with this provision shall be ground for cancellation of the award or purchase order issued to the supplier. 2. Supplier shall pick-up the purchase order issued in its favor within three (3) calendar days from date of receipt of notice to that effect. A Fax transmission or electronic mail shall constitute an official notice to the Supplier. Thereafter, if the purchase order remains unclaimed, the purchase order shall be cancelled. To avoid delay in the delivery of the requesting agency’s requirements, all defaulting suppliers shall be precluded from proposing or submitting substitute quotation(s) or item(s). 3. Supplier who accepted a purchase order but failed to deliver the required Goods within the time called for in the purchase order shall be disqualified from participating in DepEd or any of DepEd units’ future procurement activities. This is without prejudice to the imposition of other sanctions prescribed under R.A. 9184 and its Revised IRR against the supplier. 4. Rejected deliveries shall be construed as non-delivery, and shall be replaced by the supplier subject to liquidated damages for delayed deliveries. 5. All duties, excise, and other taxes and revenue charges shall be paid by the supplier. 6. As a pre-condition to payment, Importation Documents specifically showing the conditions and serial numbers of the imported equipment purchased shall be submitted by the supplier to the Department of Education. 7. All transactions are subject to withholding of credible Value Added Tax and/or Expanded Value Added Tax per revenue regulation(s) of the Bureau of Internal Revenue. G. Packing The supplier shall provide such packing of the Goods appropriate to prevent their damage or deterioration during transit to the Project Site. Goods shall be packed in boxes with label identifying content and quantity per box, and other applicable packaging symbols with the name of the Purchaser. H. Inspection 1. All deliveries by suppliers shall be subject to inspection, and acceptance by the DepEd Inspection Team and the end-user. All costs of the necessary laboratory tests undertaken by DepEd on the Goods shall be to the account of suppliers. 2. For the purpose of this condition, Purchaser’s representative is Ms. Maritess L. Ablay of the Asset Management Division of DepEd, or her authorized representative. I. Liquidated Damages A penalty of one-tenth of one percent (0.001) of the total value of the undelivered Goods shall be charged as liquidated damages for every day of delay of the delivery of the purchased Goods. J. Payment One hundred percent (100%) of the Contract Price shall be paid to the supplier, after the conduct of the event, based on the actual number of participants, or the minimum guaranteed number of participants, whichever is higher, and upon submission of the documents required in government and auditing rules and regulations, as provided under C.2. After having carefully read and accepted your Request for Quotation and its Terms and Conditions, I/We quote you on the item/s at price noted in the RFQ. The quotation shall be binding upon us for thirty (30) calendar days reckoned from last day of submission indicated in the Submission Requirements. The corresponding Award on Purchase Order shall be accepted by us at any time before expiration of this period. The Procuring Entity reserves the right to accept or reject any bid, to annul the bidding process, and to reject all bids at any time prior to contract award, without thereby incurring any liability to the affected bidder or bidders. Provider’s authorized representative’s signature over printed name: ANNEX A 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 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: If a sole proprietorship: As the owner and sole proprietor of [Name of Bidder], I have full power and authority to do, execute and perform any and all acts necessary to represent it in the bidding for [Name of the Project] of the [Name of the Procuring Entity]; 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 and/or to represent the [Name of Bidder] in the bidding as shown in the attached [state title of attached document showing proof of authorization (e.g., duly notarized Secretary’s Certificate issued by the corporation or the members of the joint venture)]; 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; 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: I am 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 Request for Quotations; 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 [Name of the Project]. 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. IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at ____________, Philippines. ___________________________________
Bidder’s Representative/Authorized Signatory NOTARY PUBLIC
Until December 31, 20__ Doc. No. ______ Page No. ______ Book No. ______ Series of ______
- Opportunity closing date
- 19 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.