10
Republic of the Philippines National Kidney and Transplant Institute Bids and Awards Committee East Avenue, Quezon City 1100 981-0300 / 981-0400 local 1157 http://www.nkti.gov.ph/ NOTICE OF PROCUREMENT OPPORTUNITY (SMALL VALUE PROCUREMENT) With P.R. No. 49889C 1. The NATIONAL KIDNEY AND TRANSPLANT INSTITUTE (NKTI) invites interested entities to submit their quotation/s through a formal SEALED PROPOSAL for the: Item/Description Approved Budget for the Contract (ABC) RFQ No. 21-079 Supply and Delivery of Various Cardiovascular and Catheterization Supplies (Line Item) Php 729,100.00 2. Prospective Suppliers should meet all other minimum legal, financial, and technical eligibility requirements as required by the BAC. 3. Any entity interested in the project must submit their SEALED PROPOSAL not later than March 9, 2021 (Tuesday) 5:00 PM at the BAC Office together with the following Legal Documents: PhilGEPS Certificate (Platinum) or PhilGeps Registration No. Mayor’s Permit Tax Clearance Omnibus Sworn Statement (secure from NKTI BAC Office) Duly accomplished and signed Technical Specification 4. General Conditions: Delivery Period: First Delivery within Seven (7) days from NTP/PO succeeding on staggered basis as per P.O. Payment Terms: Sixty (60) days from Invoice/DR/IAR staggered. 5. The Opening of Sealed Proposals shall be on March 10, 2021 (Wednesday) at the NKTI BAC Conference Room. 6. This submission of Sealed Proposal is not governed by the non-discretionary “pass/fail” criteria. 7. The NKTI reserves the right to accept or reject any bid, to annul the bidding process, to reject all bids at any time prior to contract award, or to reduce the corresponding ABC and Terms of Reference (TOR) and to award the contract to the bidder with the most advantageous offer, without thereby incurring any liability to the affected bidder or bidders. (SGD) ARNOLD JOSEPH M. FERNANDEZ, MD BAC Chairman

NOTICE OF PROCUREMENT OPPORTUNITY (SMALL VALUE …

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

981-0300 / 981-0400 local 1157

http://www.nkti.gov.ph/

NOTICE OF PROCUREMENT OPPORTUNITY (SMALL VALUE PROCUREMENT)

With P.R. No. 49889C

1. The NATIONAL KIDNEY AND TRANSPLANT INSTITUTE (NKTI) invites interested

entities to submit their quotation/s through a formal SEALED PROPOSAL for the:

Item/Description

Approved Budget for the

Contract (ABC)

RFQ No. 21-079

Supply and Delivery of Various Cardiovascular and Catheterization

Supplies (Line Item)

Php 729,100.00

2. Prospective Suppliers should meet all other minimum legal, financial, and technical eligibility

requirements as required by the BAC.

3. Any entity interested in the project must submit their SEALED PROPOSAL not later than

March 9, 2021 (Tuesday) 5:00 PM at the BAC Office together with the following Legal

Documents:

PhilGEPS Certificate (Platinum) or PhilGeps Registration No.

Mayor’s Permit

Tax Clearance

Omnibus Sworn Statement (secure from NKTI BAC Office)

Duly accomplished and signed Technical Specification

4. General Conditions:

Delivery Period: First Delivery – within Seven (7) days from NTP/PO succeeding on

staggered basis as per P.O.

Payment Terms: Sixty (60) days from Invoice/DR/IAR staggered.

5. The Opening of Sealed Proposals shall be on March 10, 2021 (Wednesday) at the NKTI BAC

Conference Room.

6. This submission of Sealed Proposal is not governed by the non-discretionary “pass/fail” criteria.

7. The NKTI reserves the right to accept or reject any bid, to annul the bidding process, to reject all

bids at any time prior to contract award, or to reduce the corresponding ABC and Terms of

Reference (TOR) and to award the contract to the bidder with the most advantageous offer,

without thereby incurring any liability to the affected bidder or bidders. (SGD) ARNOLD JOSEPH M. FERNANDEZ, MD

BAC Chairman

REQUEST FOR PRICE QUOTATIONS

Date: ________________ ARNOLD JOSEPH M. FERNANDEZ, MD Chairperson Bids and Awards Committee Dear Sir/Madam: We are pleased to submit our price quotation for the following articles and/or services, to wit: Qty. Unit ABC

Unit Cost

ABC Total Cost

Articles/Services/Specifications Suppliers Unit Cost

Suppliers Total Cost

130 Pack 2,700.00 351,000.00 Angio Pack, Disposable

5 Pcs. 1,200.00 6,000.00 Catheter, Angiographic

Cerebral SIM 1, Fr. 5

5 Pcs. 1,200.00 6,000.00 Catheter, Diagnostic JL 4.0 Fr. 5

1 Pcs. 10,600.00 10,600.00 Catheter, Thermodilution 4

Lumen, Fr. 7

30 Pcs. 1,400.00 42,000.00 Glidewire 0.035x150cm Angled

Guidewire

30 Pcs. 2,400.00 72,000.00 Glidewire 0.035x260cm Angled

Guidewire

50 Pcs. 4,000.00 200,000.00 Inflation Device Encore 26 ATM

40 Pcs. 550.00 22,000.00 Manifolds 2 Valves

30 Pcs. 650.00 19,500.00 Manifolds 3 Valves

TOTAL 729,100.00

Note: Use separate sheet if necessary and attach picture/s or brochure/s and submit sample/s or demo unit of the actual item (when required).

I hereby undertake to supply and deliver the goods and services indicated above within the period prescribed by the NKTI, I further undertake that the price quoted shall be binding upon us until a NOA/NTP is issued. Name of Company/Corporation: Address E-mail : Telephone Number _______________________________ Authorized Company Representative Signature Over Printed Name

NKTI- RFQ No. 21-079: Supply and Delivery of Various Cardiovascular and Catheterization Supplies (Line Item)

Technical Specification

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee East Avenue, Quezon City 1100

981-0300 / 981-0400 local 1157

http://www.nkti.gov.ph/

Technical Specifications

RFQ No. 21-079: Supply and Delivery of Various

Cardiovascular and Catheterization Supplies (Line

Item)

INSTRUCTION: 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 Bidders 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

provisions of ITB Clause 3.1(a) (ii) and/or GCC Clause 2.1(a)(ii).

Particulars

Requirements/Technical Specification Statement of

Compliance

Angiography Drapes

Pack, disposable

(includes 12 items)

Specifications:

Material: Non-woven fabric, SMS (Spunbound-

meltblown-spunbound) layer

Functionality:

Provides superior barrier performance, soaks up

spills and splatter with fluid and blood

Resistant to tearing, strike-through and abrasions

Contents:

1 pc. Angiography drape with 4 holes for both

femoral and radial site 80” x 135”

1 pc. Lead shield cover/banded bad with sewn

elastic 36 x 36 inches

1 pc. banded bag with sewn elastic (for Image Flat

Detector)

3 pcs. Surgical gown XL

3 pcs. OR cotton towel 44 x 66 inches

1 pc. table cover 44 x 90 inches

1 pc. plastic bowl with tabs

1 pc. scalpel with blade #11

Catheter,

Angiographic

Cerebral, SIM 1, Fr. 5

Packaging:

In sterile individual package

Reference no., lot no., expiration date and French

size must be indicated

Specifications:

Size: Fr. 5

NKTI- RFQ No. 21-079: Supply and Delivery of Various Cardiovascular and Catheterization Supplies (Line Item)

Technical Specification

Length: 100cm

Side hole: 0

PSI: 1000-14000

French size must be indicated in the hub of the

catheter

Functionality:

Guidewire compatibility: 0.035”-0.038” diameter

Shaft must be anti-kinking

Excellent hemostasis and catheter maneuverability

Smooth insertion and withdrawal

Provide good tractability and torque control

Catheter, Diagnostic

JL 4.0 Fr. 5

Packaging:

In sterile individual package

Reference number, lot number, expiration date and

French size label

Specifications:

Shaft length: 100cm

Side hole: 0

Color coded by French size

PSI: 1000-1400

French size must be indicated in the hub of the

catheter

Functionality:

Guidewire compatibility: 0.035-0.038 inch

diameter

Shaft must be anti-kinking

Excellent hemostasis and catheter maneuverability

Smooth insertion and withdrawal

Provide good tractability and torque control

Catheter,

Thermodilution 4

Lunen Fr. 7

Packaging:

Individual sterile package

Expiration date must be indicated in the package

Specifications:

Size: Fr. 7

4 lumen

Catheter length: 110cm

Radiopaque

With distal balloon

Must have safety wedge

Functionality:

Excellent push and flexibility

Balloon can be inflated to enable safe flotation of

the catheter

Glidewire 0.035 x 150

cm Angled

Packaging:

In sterile individual package

Clear plastic on one side

Properly labeled contents in English; expiration

date must be indicated in the package

Specifications:

0.035” diameter

150 cm in length

NKTI- RFQ No. 21-079: Supply and Delivery of Various Cardiovascular and Catheterization Supplies (Line Item)

Technical Specification

Angled tip

Hydrophilic coating

Superior lubricity

Functionality:

Must provide strength and stability during catheter

placement

Kink resistant during navigation through vessel

Smooth wire movement and gliding performance

Glidewire 0.035 x

260cm Angled

Packaging:

In sterile individual package

Clear plastic on one side

Properly labeled contents in English; expiration

date must be indicated in the package

Specifications:

0.035” diameter

260 cm in length

Angled tip

Hydrophilic coating

Superior lubricity

Functionality:

Must provide strength and stability during catheter

placement

Kink resistant during navigation through vessel

Smooth wire movement and gliding performance

Inflation Device

Encore 26 ATM

Packaging:

Single use

In sterile stand alone package

Properly labeled contents in English; expiration

date must be indicated in the package

Specifications:

Max. pressure: 26 atm

Max. barrel capacity volume: 20ml

Large printed pressure gauge dial

Finger latch mechanism for locking and release of

pressure

Tubing: 11-12 cm extension tubing with rotating

luer lock

3 way stop-cock

Functionality:

Able to inflate and deflate the dilatation balloon or

stent catheter

Pressure display must be clear

Easy pistol grip

Smooth fine adjustment

Must have locking mechanism to maintain

pressure during dilation

Material made of high strength

Manifolds 2 Valves

Packaging:

Single use

In sterile stand alone package

Properly labeled contents in English; expiration

NKTI- RFQ No. 21-079: Supply and Delivery of Various Cardiovascular and Catheterization Supplies (Line Item)

Technical Specification

date must be indicated in the package.

Specifications:

High pressure up to 250 PSI

Made of Polycarbonate

Ports and male rotator right on

Transparent (crystal clear) body without extension

tubing

Functionality:

Easy to connect and detached the tubing

Easy to use with smooth turning handle

Manifolds 3 Valves

Packaging:

Single use

In sterile stand alone package

Properly labeled contents in English; expiration

date must be indicated in the package

Specifications:

High pressure up to 250 PSI

Made of Polycarbonate

Ports and male rotator right on

Transparent (crystal clear) bod without extension

tubing

Functionality:

Ease to connect and detached the tubing

Easy to use with smooth turning handle

CONFORME:

(Company Name)

(Name and Signature of Authorized Representative)

Omnibus Sworn Statement (Revised) [shall be submitted with the Bid]

_________________________________________________________________________ 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:]

[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 [Name of the Project] of the [Name of the Procuring Entity], as shown in the attached duly notarized Special Power of Attorney; [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 [Name of the Project] of the [Name of the Procuring Entity], 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 responsibilities as a Bidder in

compliance with the Philippine Bidding Documents, which includes:

a. Carefully examining all of the Bidding Documents;

b. Acknowledging all conditions, local or otherwise, affecting the implementation of the Contract;

c. Making an estimate of the facilities available and needed for the contract to be bid, if any; and

d. Inquiring or securing 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.

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 ___, 20__ at ____________, Philippines.

[Insert NAME OF BIDDER OR ITS AUTHORIZED REPRESENTATIVE] [Insert signatory’s legal capacity]

Affiant

ACKNOWLEDGEMENT

REPUBLIC OF THE PHILIPPINES)

QUEZON CITY ) S.S.

BEFORE ME, a Notary Public for and in ____________________, this _____ day of ___________,

personally appeared the following:

Name Competent Evidence of Identity Date Issue/Expiry Date Place of Issue

He/She are/is both known to me to be the same person/s who executed the foregoing document and he/she

acknowledged to be that their signature/s confirm his/her own voluntary act/s and the entities he/she represent.

SIGNED AND SEALED at the place and on the date above written.

NOTARY PUBLIC

Doc. No. ______________

Page No. ______________

Book No. ______________

Series of 20_____________