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_____________