0% found this document useful (0 votes)
35 views46 pages

Bidding Documents ITB No. 2023-97 Final

The document is an invitation to bid for the procurement of laboratory supplies and reagents compatible with existing machines at the Eastern Visayas Medical Center in Tacloban City, Philippines. It contains preface notes on the use of Philippine Bidding Documents for procurement through competitive bidding. The table of contents lists the standard sections included in bidding documents such as instructions to bidders, general conditions of contract, and technical specifications. The procurement is identified as ITB No. 2023-97.

Uploaded by

Clarisse30
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
35 views46 pages

Bidding Documents ITB No. 2023-97 Final

The document is an invitation to bid for the procurement of laboratory supplies and reagents compatible with existing machines at the Eastern Visayas Medical Center in Tacloban City, Philippines. It contains preface notes on the use of Philippine Bidding Documents for procurement through competitive bidding. The table of contents lists the standard sections included in bidding documents such as instructions to bidders, general conditions of contract, and technical specifications. The procurement is identified as ITB No. 2023-97.

Uploaded by

Clarisse30
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 46

EASTERN VISAYAS MEDICAL CENTER

Brgy. 93 Bagacay, Tacloban City, Philippines 6500

PROCUREMENT OF LABORATORY SUPPLIES AND


REAGENTS COMPATIBLE WITH EXISTING
MACHINE – LOT BIDDING

ITB NO. 2023-97

Sixth Edition
July 2020

0
Preface
These Philippine Bidding Documents (PBDs) for the procurement of Goods through
Competitive Bidding have been prepared by the Government of the Philippines for use by any
branch, constitutional commission or office, agency, department, bureau, office, or
instrumentality of the Government of the Philippines, National Government Agencies,
including Government-Owned and/or Controlled Corporations, Government Financing
Institutions, State Universities and Colleges, and Local Government Unit. The procedures and
practices presented in this document have been developed through broad experience, and are
for mandatory use in projects that are financed in whole or in part by the Government of the
Philippines or any foreign government/foreign or international financing institution in
accordance with the provisions of the 2016 revised Implementing Rules and Regulations of
Republic Act No. 9184.

The Bidding Documents shall clearly and adequately define, among others: (i) the
objectives, scope, and expected outputs and/or results of the proposed contract or Framework
Agreement, as the case may be; (ii) the eligibility requirements of Bidders; (iii) the expected
contract or Framework Agreement duration, the estimated quantity in the case of procurement
of goods, delivery schedule and/or time frame; and (iv) the obligations, duties, and/or functions
of the winning bidder.

Care should be taken to check the relevance of the provisions of the PBDs against the
requirements of the specific Goods to be procured. If duplication of a subject is inevitable in
other sections of the document prepared by the Procuring Entity, care must be exercised to
avoid contradictions between clauses dealing with the same matter.

Moreover, each section is prepared with notes intended only as information for the
Procuring Entity or the person drafting the Bidding Documents. They shall not be included in
the final documents. The following general directions should be observed when using the
documents:

a. All the documents listed in the Table of Contents are normally required for the
procurement of Goods. However, they should be adapted as necessary to the
circumstances of the particular Procurement Project.

b. Specific details, such as the “name of the Procuring Entity” and “address for
bid submission,” should be furnished in the Instructions to Bidders, Bid Data
Sheet, and Special Conditions of Contract. The final documents should contain
neither blank spaces nor options.

c. This Preface and the footnotes or notes in italics included in the Invitation to
Bid, Bid Data Sheet, General Conditions of Contract, Special Conditions of
Contract, Schedule of Requirements, and Specifications are not part of the text
of the final document, although they contain instructions that the Procuring
Entity should strictly follow.

1
d. The cover should be modified as required to identify the Bidding Documents as
to the Procurement Project, Project Identification Number, and Procuring
Entity, in addition to the date of issue.

e. Modifications for specific Procurement Project details should be provided in the


Special Conditions of Contract as amendments to the Conditions of Contract.
For easy completion, whenever reference has to be made to specific clauses in
the Bid Data Sheet or Special Conditions of Contract, these terms shall be
printed in bold typeface on Sections I (Instructions to Bidders) and III (General
Conditions of Contract), respectively.

f. For guidelines on the use of Bidding Forms and the procurement of Foreign-
Assisted Projects, these will be covered by a separate issuance of the
Government Procurement Policy Board.

2
Table of Contents

Glossary of Acronyms, Terms, and Abbreviations ………………………….4


Section I. Invitation to Bid……………………………………………………..7
Section II. Instructions to Bidders…………………………………………...10
1. Scope of Bid ………………………………………………………………………. 11
2. Funding Information………………………………………………………………. 11
3. Bidding Requirements ……………………………………………………………. 11
4. Corrupt, Fraudulent, Collusive, and Coercive Practices 11
5. Eligible Bidders…………………………………………………………………… 11
6. Origin of Goods ………………………………………………………………….. 12
7. Subcontracts ……………………………………………………………………… 12
8. Pre-Bid Conference ………………………………………………………………. 13
9. Clarification and Amendment of Bidding Documents …………………………… 13
10. Documents comprising the Bid: Eligibility and Technical Components ………….13
11. Documents comprising the Bid: Financial Component …………………………... 13
12. Bid Prices …………………………………………………………………………. 14
13. Bid and Payment Currencies ………………………………………………………14
14. Bid Security ………………………………………………………………………. 15
15. Sealing and Marking of Bids ………………………………………………………15
16. Deadline for Submission of Bids …………………………………………………. 15
17. Opening and Preliminary Examination of Bids ………………………………….. 15
18. Domestic Preference ……………………………………………………………… 16
19. Detailed Evaluation and Comparison of Bids ……………………………………. 16
20. Post-Qualification ………………………………………………………………… 16
21. Signing of the Contract …………………………………………………………… 17
Section III. Bid Data Sheet …………………………………………………..18
Section IV. General Conditions of Contract ……………………...………..24
1. Scope of Contract ………………………………………………………………… 25
2. Advance Payment and Terms of Payment ……………………………………….. 25
3. Performance Security ……………………………………………………………. 25
4. Inspection and Tests ……………………………………………………………… 25
5. Warranty …………………………………………………………………………. 26
6. Liability of the Supplier ………………………………………………………….. 26
Section V. Special Conditions of Contract ………………………………….27
Section VI. Schedule of Requirements ……………………………………....32
Section VII. Technical Specifications …………………………………………32
Section VIII. Checklist of Technical and Financial Documents …………..42

3
Glossary of Acronyms, Terms, and
Abbreviations
ABC – Approved Budget for the Contract.

BAC – Bids and Awards Committee.

Bid – A signed offer or proposal to undertake a contract submitted by a bidder in response to


and in consonance with the requirements of the bidding documents. Also referred to as
Proposal and Tender. (2016 revised IRR, Section 5[c])

Bidder – Refers to a contractor, manufacturer, supplier, distributor and/or consultant who


submits a bid in response to the requirements of the Bidding Documents. (2016 revised IRR,
Section 5[d])

Bidding Documents – The documents issued by the Procuring Entity as the bases for bids,
furnishing all information necessary for a prospective bidder to prepare a bid for the Goods,
Infrastructure Projects, and/or Consulting Services required by the Procuring Entity. (2016
revised IRR, Section 5[e])

BIR – Bureau of Internal Revenue.

BSP – Bangko Sentral ng Pilipinas.

Consulting Services – Refer to services for Infrastructure Projects and other types of projects
or activities of the GOP requiring adequate external technical and professional expertise that
are beyond the capability and/or capacity of the GOP to undertake such as, but not limited to:
(i) advisory and review services; (ii) pre-investment or feasibility studies; (iii) design; (iv)
construction supervision; (v) management and related services; and (vi) other technical services
or special studies. (2016 revised IRR, Section 5[i])

CDA - Cooperative Development Authority.

Contract – Refers to the agreement entered into between the Procuring Entity and the Supplier
or Manufacturer or Distributor or Service Provider for procurement of Goods and Services;
Contractor for Procurement of Infrastructure Projects; or Consultant or Consulting Firm for
Procurement of Consulting Services; as the case may be, as recorded in the Contract Form
signed by the parties, including all attachments and appendices thereto and all documents
incorporated by reference therein.

CIF – Cost Insurance and Freight.

CIP – Carriage and Insurance Paid.

CPI – Consumer Price Index.

DDP – Refers to the quoted price of the Goods, which means “delivered duty paid.”

4
DTI – Department of Trade and Industry.

EXW – Ex works.

FCA – “Free Carrier” shipping point.

FOB – “Free on Board” shipping point.

Foreign-funded Procurement or Foreign-Assisted Project– Refers to procurement whose


funding source is from a foreign government, foreign or international financing institution as
specified in the Treaty or International or Executive Agreement. (2016 revised IRR, Section
5[b]).

Framework Agreement – Refers to a written agreement between a procuring entity and a


supplier or service provider that identifies the terms and conditions, under which specific
purchases, otherwise known as “Call-Offs,” are made for the duration of the agreement. It is in
the nature of an option contract between the procuring entity and the bidder(s) granting the
procuring entity the option to either place an order for any of the goods or services identified
in the Framework Agreement List or not buy at all, within a minimum period of one (1) year
to a maximum period of three (3) years. (GPPB Resolution No. 27-2019)

GFI – Government Financial Institution.

GOCC – Government-owned and/or –controlled corporation.

Goods – Refer to all items, supplies, materials and general support services, except Consulting
Services and Infrastructure Projects, which may be needed in the transaction of public
businesses or in the pursuit of any government undertaking, project or activity, whether in the
nature of equipment, furniture, stationery, materials for construction, or personal property of
any kind, including non-personal or contractual services such as the repair and maintenance of
equipment and furniture, as well as trucking, hauling, janitorial, security, and related or
analogous services, as well as procurement of materials and supplies provided by the Procuring
Entity for such services. The term “related” or “analogous services” shall include, but is not
limited to, lease or purchase of office space, media advertisements, health maintenance
services, and other services essential to the operation of the Procuring Entity. (2016 revised
IRR, Section 5[r])

GOP – Government of the Philippines.

GPPB – Government Procurement Policy Board.

INCOTERMS – International Commercial Terms.

Infrastructure Projects – Include the construction, improvement, rehabilitation, demolition,


repair, restoration or maintenance of roads and bridges, railways, airports, seaports,
communication facilities, civil works components of information technology projects,
irrigation, flood control and drainage, water supply, sanitation, sewerage and solid waste
management systems, shore protection, energy/power and electrification facilities, national

5
buildings, school buildings, hospital buildings, and other related construction projects of the
government. Also referred to as civil works or works. (2016 revised IRR, Section 5[u])

LGUs – Local Government Units.

NFCC – Net Financial Contracting Capacity.

NGA – National Government Agency.

PhilGEPS - Philippine Government Electronic Procurement System.

Procurement Project – refers to a specific or identified procurement covering goods,


infrastructure project or consulting services. A Procurement Project shall be described,
detailed, and scheduled in the Project Procurement Management Plan prepared by the agency
which shall be consolidated in the procuring entity's Annual Procurement Plan. (GPPB Circular
No. 06-2019 dated 17 July 2019)

PSA – Philippine Statistics Authority.

SEC – Securities and Exchange Commission.

SLCC – Single Largest Completed Contract.

Supplier – refers to a citizen, or any corporate body or commercial company duly organized
and registered under the laws where it is established, habitually established in business and
engaged in the manufacture or sale of the merchandise or performance of the general services
covered by his bid. (Item 3.8 of GPPB Resolution No. 13-2019, dated 23 May 2019). Supplier
as used in these Bidding Documents may likewise refer to a distributor, manufacturer,
contractor, or consultant.

UN – United Nations.

6
Section I. Invitation to Bid

7
EASTERN VISAYAS MEDICAL CENTER
Brgy. 93 Bagacay, Tacloban City, Philippines 6500

INVITATION TO BID FOR PROCUREMENT OF LABORATORY


SUPPLIES AND REAGENTS COMPATIBLE WITH EXISTING MACHINE
- LOT BIDDING

1. The Eastern Visayas Medical Center, through the Hospital Income intends to apply the
sum of Php73,283,619.06 being the ABC to payments under the contract for the
Procurement of Laboratory Supplies and Reagents compatible with existing machine
– Lot Bidding under ITB No. 2023-97. Bids received in excess of the ABC shall be
automatically rejected at bid opening.

2. The Eastern Visayas Medical Center now invites bids for the above Procurement Project.
The project will start within thirty (30) days upon receipt of Notice to Proceed. Delivery
of reagents shall be on a monthly requisition by the end-user, to be delivered within 15
days from receipt of the written request, otherwise a liquidated damages will be imposed.
Bidders should have completed, within three (3) years from the date of submission and
receipt of bids, a contract similar to the Project. The description of an eligible bidder is
contained in the Bidding Documents, particularly, in Section II (Instructions to Bidders).

3. Bidding will be conducted through open competitive bidding procedures using a non-
discretionary “pass/fail” criterion as specified in the 2016 revised Implementing Rules
and Regulations (IRR) of Republic Act (RA) No. 9184.

a. 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 RA No. 5183.

4. Prospective Bidders may obtain further information from Eastern Visayas Medical
Center and inspect the Bidding Documents at the address given below during 8 am to
4pm.

5. A complete set of Bidding Documents may be acquired by interested Bidders starting


on October 14, 2023 from the given address and website below and upon payment of
the applicable fee for the Bidding Documents, pursuant to the latest Guidelines issued
by the GPPB, in the amount of Php50,000.00.

6. The Eastern Visayas Medical Center will hold a Pre-Bid Conference on October 23,
2023 at 10:30 am at OPD Conference Room, 2nd Floor OPD Building, EVMC, Brgy.

8
93 Bagacay, Tacloban City through limited face to face activity and video conferencing
via Zoom which shall be open to prospective bidders.

7. Bids must be duly received by the BAC Secretariat through manual submission at the
office address indicated below, on or before 10:00 am of November 13, 2023. Late bids
shall not be accepted.

8. All Bids must be accompanied by a bid security in any of the acceptable forms and in
the amount stated in ITB Clause 14.

9. Bid opening shall be on 10:00 am of November 13, 2023 at the given address below.
Bids will be opened in the presence of the bidders’ representatives who choose to attend
the activity.

10. Not applicable.

11. The Eastern Visayas Medical Center 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 bidders.

12. For further information, please refer to:

MS. EMILIANA D. RUSTIA


Head, Procurement Department/BAC Secretariat
2nd Floor, OPD Building, EVMC, Tacloban City
Email address: [email protected]
http://evrmc.doh.gov.ph/invitation-to-bid/
Cel No. 09937937078

13. You may visit the following websites:

For downloading of Bidding Documents: www.philgeps.gov.ph

October 14, 2023

_______________________
ALBERTO A. AGOSTO, MD
Chairperson, Bids and Awards Committee A

9
Section II. Instructions to Bidders

10
1. Scope of Bid
The Procuring Entity, Eastern Visayas Medical Center wishes to receive bids for the
Procurement of Laboratory Supplies and Reagents compatible with existing machine –
Lot Bidding, with identification number ITB No. 2023-97.

The Procurement Project (referred to herein as “Project”) is composed of 1 lot, the


details of which are described in Section VII (Technical Specifications).

2. Funding Information

2.1. The GOP through Hospital Income in the amount of Php73,283,619.06.

3. Bidding Requirements
The Bidding for the Project shall be governed by all the provisions of RA No. 9184 and
its 2016 revised IRR, including its Generic Procurement Manuals and associated
policies, rules and regulations as the primary source thereof, while the herein clauses
shall serve as the secondary source thereof.

Any amendments made to the IRR and other GPPB issuances shall be applicable only
to the ongoing posting, advertisement, or IB by the BAC through the issuance of a
supplemental or bid bulletin.

The Bidder, by the act of submitting its Bid, shall be deemed to have verified and
accepted the general requirements of this Project, including other factors that may affect
the cost, duration and execution or implementation of the contract, project, or work and
examine all instructions, forms, terms, and project requirements in the Bidding
Documents.

4. Corrupt, Fraudulent, Collusive, and Coercive Practices


The Procuring Entity, as well as the Bidders and Suppliers, shall observe the highest
standard of ethics during the procurement and execution of the contract. They or
through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and
obstructive practices defined under Annex “I” of the 2016 revised IRR of RA No. 9184
or other integrity violations in competing for the Project.

5. Eligible Bidders
5.1. Only Bids of Bidders found to be legally, technically, and financially capable
will be evaluated.

11
5.2. Foreign ownership limited to those allowed under the rules may participate in
this Project.

5.3. Pursuant to Section 23.4.1.3 of the 2016 revised IRR of RA No.9184, the Bidder
shall have an SLCC that is at least one (1) contract similar to the Project the
value of which, adjusted to current prices using the PSA’s CPI, must be at least
equivalent to:

a. For the procurement of Expendable Supplies: The Bidder must have


completed a single contract that is similar to this Project, equivalent to at
least twenty-five percent (25%) of the total ABC of ITB No. 2023-97.

b. For procurement where the Procuring Entity has determined, after the
conduct of market research, that imposition of the above will likely result
to failure of bidding or monopoly that will defeat the purpose of public
bidding: the Bidder should comply with the following requirements:

i. Completed at least two (2) similar contracts, the aggregate amount


of which should be equivalent to at least twenty-five percent (25%)
of the total ABC of ITB No. 2023-97; and

ii. The largest of these similar contracts must be equivalent to at least


half of the percentage of the ABC as required above.

5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.1 of the
2016 IRR of RA No. 9184.

5.5 The similar contract shall be completed within the last three (3) years prior
to the deadline for the submission and receipt of bids in a form prescribed
by the BAC A and must be accompanied by a Certificate of
Completion/Acceptance by the End User, Official Receipt/ Sales Invoice,
and Supplier’s Performance Evaluation issued for the contract by the
Procuring Entity.

6. Origin of Goods
There is no restriction on the origin of goods other than those prohibited by a decision
of the UN Security Council taken under Chapter VII of the Charter of the UN, subject
to Domestic Preference requirements under ITB Clause 18.

7. Subcontracts
7.1. Subcontracting is not allowed.

7.2. Not applicable.

7.3. Not applicable.

12
8. Pre-Bid Conference
The Procuring Entity will hold a pre-bid conference for this Project on the specified
date and time through videoconferencing/webcasting as indicated in paragraph 6 of the
IB.

9. Clarification and Amendment of Bidding Documents


Prospective bidders may request for clarification on and/or interpretation of any part of
the Bidding Documents. Such requests must be in writing and received by the
Procuring Entity, either at its given address or through electronic mail indicated in the
IB, at least ten (10) calendar days before the deadline set for the submission and receipt
of Bids.

10. Documents comprising the Bid: Eligibility and Technical Components


10.1. The first envelope shall contain the eligibility and technical documents of the
Bid as specified in Section VIII (Checklist of Technical and Financial
Documents).

10.2. The Bidder’s SLCC as indicated in ITB Clause 5.3 should have been completed
within the last 3 years prior to the deadline for the submission and receipt of
bids.

10.3. If the eligibility requirements or statements, the bids, and all other documents
for submission to the BAC are in foreign language other than English, it must
be accompanied by a translation in English, which shall be authenticated by the
appropriate Philippine foreign service establishment, post, or the equivalent
office having jurisdiction over the foreign bidder’s affairs in the Philippines.
Similar to the required authentication above, for Contracting Parties to the
Apostille Convention, only the translated documents shall be authenticated
through an apostille pursuant to GPPB Resolution No. 13-2019 dated 23 May
2019. The English translation shall govern, for purposes of interpretation of the
bid.

11. Documents comprising the Bid: Financial Component


11.1. The second bid envelope shall contain the financial documents for the Bid as
specified in Section VIII (Checklist of Technical and Financial Documents).

11.2. If the Bidder claims preference as a Domestic Bidder or Domestic Entity, a


certification issued by DTI shall be provided by the Bidder in accordance with
Section 43.1.3 of the 2016 revised IRR of RA No. 9184.

11.3. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be
accepted.

11.4. For Foreign-funded Procurement, a ceiling may be applied to bid prices


provided the conditions are met under Section 31.2 of the 2016 revised IRR of
RA No. 9184.
13
11.5. Not applicable.

12. Bid Prices


12.1. Prices indicated on the Price Schedule shall be entered separately in the
following manner:

a. For Goods offered from within the Procuring Entity’s country:

i. The price of the Goods quoted EXW (ex-works, ex-factory, ex-


warehouse, ex-showroom, or off-the-shelf, as applicable);

ii. The cost of all customs duties and sales and other taxes already
paid or payable;

iii. The cost of transportation, insurance, and other costs incidental to


delivery of the Goods to their final destination; and

iv. The price of other (incidental) services, if any, listed in e.

b. For Goods offered from abroad:

i. Unless otherwise stated in the BDS, the price of the Goods shall
be quoted delivered duty paid (DDP) with the place of destination
in the Philippines as specified in the BDS. In quoting the price,
the Bidder shall be free to use transportation through carriers
registered in any eligible country. Similarly, the Bidder may
obtain insurance services from any eligible source country.

ii. The price of other (incidental) services, if any, as listed in Section


VII (Technical Specifications).

12.2. Not applicable.

13. Bid and Payment Currencies


13.1. For Goods that the Bidder will supply from outside the Philippines, the bid
prices may be quoted in the local currency or tradeable currency accepted by the
BSP at the discretion of the Bidder. However, for purposes of bid evaluation,
Bids denominated in foreign currencies, shall be converted to Philippine
currency based on the exchange rate as published in the BSP reference rate
bulletin on the day of the bid opening.

13.2. Payment of the contract price shall be made in Philippine Pesos.

14
14. Bid Security
14.1. The Bidder shall submit a Bid Securing Declaration1 or any form of Bid Security
in the amount indicated in the BDS, which shall be not less than the percentage
of the ABC in accordance with the schedule in the BDS.

14.2. The Bid and bid security shall be valid for 120 days from bid opening. Any Bid
not accompanied by an acceptable bid security shall be rejected by the Procuring
Entity as non-responsive.

The Eastern Visayas Medical Center may request the bidders to extend the
validity of their bid securities beyond one hundred twenty (120) calendar days,
prior to their expiration, if the funding source for this Procurement Project has
yet to be approved and made effective. A change in the form of the bid security
is allowed if this is made prior to the expiration of the bid validity sought to be
extended. If the bidder refuses to extend the bid validity, the Eastern Visayas
Medical Center shall reject the bid submitted by said bidder.

14.3. Not applicable.

15. Sealing and Marking of Bids


Each Bidder shall submit one (1) copy of the first and second components of its Bid in
a BINDER or SOFT/RING BIND, duly tabbed with pagination and signed each page
by the authorized representative.

The Procuring Entity may request one (1) additional hard copies of the Bid. However,
failure of the Bidders to comply with the said request shall not be a ground for
disqualification.

16. Deadline for Submission of Bids


16.1. The Bidders shall submit on the specified date and time as indicated in
paragraph 7 of the IB.

16.2. Not applicable.

17. Opening and Preliminary Examination of Bids


17.1. The BAC shall open the Bids in public at the time, on the date, and at the place
specified in paragraph 9 of the IB. The Bidders’ representatives who are present
shall sign a register evidencing their attendance.

1 In the case of Framework Agreement, the undertaking shall refer to entering into contract with the Procuring Entity and
furnishing of the performance security or the performance securing declaration within ten (10) calendar days from receipt of
Notice to Execute Framework Agreement.
15
In case the Bids cannot be opened as scheduled due to justifiable reasons, the
rescheduling requirements under Section 29 of the 2016 revised IRR of RA No.
9184 shall prevail.

17.2. The preliminary examination of bids shall be governed by Section 30 of the


2016 revised IRR of RA No. 9184.

18. Domestic Preference


18.1. The Procuring Entity will grant a margin of preference for the purpose of
comparison of Bids in accordance with Section 43.1.2 of the 2016 revised IRR
of RA No. 9184.

18.2. Not applicable.

19. Detailed Evaluation and Comparison of Bids


19.1. The Procuring BAC shall immediately conduct a detailed evaluation of all Bids
rated “passed,” using non-discretionary pass/fail criteria. The BAC shall
consider the conditions in the evaluation of Bids under Section 32.2 of the 2016
revised IRR of RA No. 9184.

19.2. Not applicable.

19.3. The descriptions of the items shall be indicated in Section VII (Technical
Specifications), although the ABCs of these items are indicated in the BDS for
purposes of the NFCC computation pursuant to Section 23.4.2.6 of the 2016
revised IRR of RA No. 9184. The NFCC must be sufficient for the total of the
ABCs for all the items participated in by the prospective Bidder.

19.4. The Project shall be awarded as one contract.

19.5. Except for bidders submitting a committed Line of Credit from a Universal or
Commercial Bank in lieu of its NFCC computation, all Bids must include the
NFCC computation pursuant to Section 23.4.1.4 of the 2016 revised IRR of RA
No. 9184, which must be sufficient for the total of the ABCs for the items
participated in by the prospective Bidder. For bidders submitting the committed
Line of Credit, it must be at least equal to ten percent (10%) of the ABCs for all
the items participated in by the prospective Bidder.

20. Post-Qualification
20.1. Not applicable.

16
20.2. Within a non-extendible period of five (5) calendar days from receipt by the
Bidder of the notice from the BAC that it submitted the Lowest Calculated Bid,
the Bidder shall submit its latest income and business tax returns filed and paid
through the BIR Electronic Filing and Payment System (eFPS) and other
appropriate licenses and permits required by law and stated in the BDS.

21. Signing of the Contract


21.1. The documents required in Section 37.2 of the 2016 revised IRR of RA No.
9184 shall form part of the Contract. Additional Contract documents are
indicated in the BDS.

17
Section III. Bid Data Sheet

18
Bid Data Sheet
ITB
Claus
e
5.3 For this purpose, contracts similar to the project shall be:

a. Those that involves the procurement of laboratory supplies and reagents, whether to
a government or to a private hospital; and

b. completed within the last three (3) years prior to the deadline for the submission and
receipt of bids in a form prescribed by the BAC A and must be accompanied by a
Certificate of Completion and Acceptance, Official Receipts/ Sales Invoice, and
Supplier’s Performance Evaluation Certificate for the contract by the Procuring
Entity.

7.1 Not applicable.

12 The price of the Goods shall be quoted in Philippine Peso for this Project.

14.1 The bid security shall be in the form of a Bid Securing Declaration, or any of the following
forms and amounts:

a. The amount of not less than two percent (2%) of ABC, if bid security is in cash,
cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of credit; or

b. The amount of not less than five percent (5%) of ABC if bid security is in Surety
Bond.

19.3 This project is considered lot bidding.

Unit
Item
Item Description Qty. of Unit Cost (Php) Total (Php)
No.
Issue

Procurement of Laboratory
Supplies and Reagents
1 1 lot 73,283,619.06 73,283,619.06
compatible with existing
machine – Lot Bidding

20.2 No further instruction.

21.2 The Bidder is required to submit the following documents/forms, non-submission of these
required forms or non-inclusion of the mandatory provisions in any of these required
forms/documents shall be a ground for disqualification:

1. Bid Form –
i. Bid prices in figures and in words; and

19
ii. The Bid price shall include the cost of all taxes, such as, but not limited to, value added
tax, income tax, local taxes, and other fiscal levies and duties which shall be itemized in
the bid form and reflected in the price schedule or detailed estimates.

2. Price Schedule –
Prices indicated in the Price Schedule shall be entered separately in the following manner:
i. For Goods offered from within the PE’s country:
1. The price of the Goods quoted EXW (ex works, ex factory, ex warehouse, ex
showroom, or off-the-shelf, as applicable);
2. The cost of all sales and other taxes already paid or payable;
3. The cost of transportation, insurance, and other costs incidental to delivery of the
Goods to their final destination; and
4. The price of other (incidental) services, if any.

ii. For Goods offered from abroad:


1. The price of the Goods shall be quoted Delivered Duty Paid with the place of
destination in the Philippines;
2. The price of other (incidental) services, if any; and
3. For Services, based on the form which may be prescribed by the PE, in accordance
with existing laws, rules and regulations.

3. Bid Securing Declaration


i. Bidder shall enter into contract with the PE and furnish the required performance
security within ten (10) calendar days, from receipt of the Notice of Award; and

ii. Bidder accepts that:


1. It shall be automatically disqualified from bidding for any procurement contract
with any PE for a period of two (2) years upon receipt of the Blacklisting Order;
and
2. It will pay the applicable fine provided under the Guidelines on the Use of Bid
Securing Declaration, within fifteen (15) days from receipt of the written demand
by the PE for the commission of acts resulting to the enforcement of the Bid
Securing Declaration under the pertinent provisions of the IRR of RA No. 9184,
and its associated issuances.

4. Omnibus Sworn Statement


i. The signatory is the duly authorized representative of the Bidder, and 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 accompanied by relevant
notarized document;

ii. 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,
including foreign government/foreign or international financing institution whose
blacklisting rules have been recognized by the GPPB, 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.
[NEW]

20
iii. 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;

iv. Bidder authorizes the HoPE or his/her duly authorized representative/s to verify all
the documents submitted;

v. Bidder complies with the disclosure provision under Section 47 of RA No. 9184 and
its 2016 revised IRR, in relation to other provisions of RA No. 3019;

vi. Bidder complies with existing labor laws and standards; GPPB Resolution No. 16-
2020, dated 16 September 2020 Page 14 of 39

vii. Bidder complies with the responsibilities of a prospective or eligible bidder provided
in the PBDs;

viii. 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;
and

ix. 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. [NEW]

5. Other Required Forms on the Bid Security aside from the Bid Securing Declaration.
i. Security is posted in favor of the PE;

ii. Amount of the Security, which is denominated in Philippine pesos, which should not
be less than the required percentage, as follows:
1. For Bid Security, based on the ABC to be bid;
2. For Performance Security, based on the Total Contract Price; and
3. For Warranty Security, based on the required percentage of the Progress Payment
or Total Contract Price;

iii. Validity period, which should be corresponding to the timeframe provided in the 2016
revised IRR of RA No. 9184 and its associated issuances;

iv. Respective obligation or undertaking that is guaranteed relative to the faithful


performance of the responsibilities stated in the relevant provisions of the 2016 revised
IRR; and

v.For surety bonds, it shall be callable upon demand issued by a surety or insurance
company duly certified by the Insurance Commission as authorized to issue such
security.

21
6. Statement of the Bidder of all its ongoing government and private contracts, including
contracts awarded but not yet started.

i. Names of outstanding contracts with other contracting party, i.e., PE or private company
allowed by the rules, contract date, period and amount or value; and

ii. For Goods, kinds of Goods and dates of delivery.

7. Statement of the Bidder’s SLCC similar to the contract to be bid.

i. Name of the completed contract with contract date, period and amount, which should
correspond to the required percentage of the ABC to be bid. The value is adjusted to the
current prices using the Philippine Statistics Authority consumer price indices, when
necessary;

ii. For Goods, the relevant period or delivery date when the said SLCC was completed;
End User’s certificate of completion and acceptance/official receipt/sales invoice issued
for the contract, and Supplier’s Performance Evaluation of at least Satisfactory rating
issued for the contract by the Procuring Entity;

iii. Definition or description of the similar project or major categories of work.

8. Bidder’s Computation of NFCC or committed Line of Credit (CLC) for Goods.

i. For NFCC Computation:

1. ABC to be bid;

2. Amount or value of bidder’s current assets based on Audited Financial Statements


(AFS);

3. Amount or value of bidder’s current liabilities based on AFS; and

4. Amount or value of all outstanding or uncompleted portions of the projects under


ongoing contracts, including awarded contracts yet to be started, coinciding with
the contract to be bid.

ii. For CLC:

1. ABC to be bid;

2. Amount, which should be at least equal to ten percent (10%) of the ABC; and

3. Name of issuing foreign Universal or Commercial Bank, as confirmed or


authenticated by a local Universal or Commercial Bank.

9. Joint Venture Agreement (JVA) or Notarized Statements as to forming JV for Goods.

22
i. If a JVA is already in existence, the contents shall include the responsibility of each of
the JV partners or its contributions to the JV; and

ii. The contents of the Notarized Statements from all potential JV partners shall include
that:
a. they will enter into and abide by the provisions of the JVA in the event that the
bid is successful; and
b. failure to enter into JVA in the event of a contract award shall be a ground for bid
disqualification and subsequent forfeiture of the bid security.

23
Section IV. General Conditions of
Contract

24
1. Scope of Contract
This Contract shall include all such items, although not specifically mentioned, that can
be reasonably inferred as being required for its completion as if such items were
expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revised
IRR, including the Generic Procurement Manual, and associated issuances, constitute
the primary source for the terms and conditions of the Contract, and thus, applicable in
contract implementation. Herein clauses shall serve as the secondary source for the
terms and conditions of the Contract.

This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA No.
9184 allowing the GPPB to amend the IRR, which shall be applied to all procurement
activities, the advertisement, posting, or invitation of which were issued after the
effectivity of the said amendment.

Additional requirements for the completion of this Contract shall be provided in the
Special Conditions of Contract (SCC).

2. Advance Payment and Terms of Payment


2.1. Advance payment of the contract amount is provided under Annex “D” of the
revised 2016 IRR of RA No. 9184.

2.2. The Procuring Entity is allowed to determine the terms of payment on the partial
or staggered delivery of the Goods procured, provided such partial payment
shall correspond to the value of the goods delivered and accepted in accordance
with prevailing accounting and auditing rules and regulations. The terms of
payment are indicated in the SCC.

3. Performance Security
Within ten (10) calendar days from receipt of the Notice of Award by the Bidder from
the Procuring Entity but in no case later than prior to the signing of the Contract by both
parties, the successful Bidder shall furnish the performance security in any of the forms
prescribed in Section 39 of the 2016 revised IRR of RA No. 9184.

4. Inspection and Tests


The Procuring Entity or its representative shall have the right to inspect and/or to test
the Goods to confirm their conformity to the Project. In addition to tests in the SCC,
Section IV (Technical Specifications) shall specify what inspections and/or tests the
Procuring Entity requires, and where they are to be conducted. The Procuring Entity
shall notify the Supplier in writing, in a timely manner, of the identity of any
representatives retained for these purposes.

All reasonable facilities and assistance for the inspection and testing of Goods,
including access to drawings and production data, shall be provided by the Supplier to
the authorized inspectors at no charge to the Procuring Entity.

25
5. Warranty
6.1. In order to assure that manufacturing defects shall be corrected by the Supplier,
a warranty shall be required from the Supplier as provided under Section 62.1
of the 2016 revised IRR of RA No. 9184.

6.2. The Procuring Entity shall promptly notify the Supplier in writing of any claims
arising under this warranty. Upon receipt of such notice, the Supplier shall,
repair or replace the defective Goods or parts thereof without cost to the
Procuring Entity, pursuant to the Generic Procurement Manual.

6. Liability of the Supplier


The Supplier’s liability under this Contract shall be as provided by the laws of the
Republic of the Philippines.

If the Supplier is a joint venture, all partners to the joint venture shall be jointly and
severally liable to the Procuring Entity.

26
Section V. Special Conditions of
Contract

27
Special Conditions of Contract
GCC
Clause
1

Delivery and Documents –

For purposes of the Contract, “EXW,” “FOB,” “FCA,” “CIF,” “CIP,” “DDP”
and other trade terms used to describe the obligations of the parties shall have
the meanings assigned to them by the current edition of INCOTERMS
published by the International Chamber of Commerce, Paris. The Delivery
terms of this Contract shall be as follows:

[For Goods supplied from abroad, state:] “The delivery terms applicable to the
Contract are DDP delivered to Eastern Visayas Regional Medical Center,
Tacloban City. In accordance with INCOTERMS.”

[For Goods supplied from within the Philippines, state:] “The delivery terms
applicable to this Contract are delivered to Eastern Visayas Regional Medical
Center, Tacloban City. Risk and title will pass from the Supplier to the
Procuring Entity upon receipt and final acceptance of the Goods at their final
destination.”

Delivery of the Goods shall be made by the Supplier in accordance with the
terms specified in Section VI (Schedule of Requirements).

For purposes of this Clause the Procuring Entity’s Representative at the Project
Site is Project Management Unit.

Incidental Services – (None)

The Supplier is required to provide all of the following services, including


additional services, if any, specified in Section VI. Schedule of Requirements:
Select appropriate requirements and delete the rest.

a. performance or supervision of on-site assembly and/or start-up of


the supplied Goods;
b. furnishing of tools required for assembly and/or maintenance of the
supplied Goods;
c. furnishing of a detailed operations and maintenance manual for each
appropriate unit of the supplied Goods;
d. performance or supervision or maintenance and/or repair of the
supplied Goods, for a period of time agreed by the parties, provided
that this service shall not relieve the Supplier of any warranty
obligations under this Contract; and

28
e. training of the Procuring Entity’s personnel, at the Supplier’s plant
and/or on-site, in assembly, start-up, operation, maintenance, and/or
repair of the supplied Goods.
f. None.

The Contract price for the Goods shall include the prices charged by the
Supplier for incidental services and shall not exceed the prevailing rates charged
to other parties by the Supplier for similar services.

Spare Parts – (not applicable)

Packaging –

The Supplier shall provide such packaging of the Goods as is required to prevent
their damage or deterioration during transit to their final destination, as
indicated in this Contract. The packaging shall be sufficient to withstand,
without limitation, rough handling during transit and exposure to extreme
temperatures, salt and precipitation during transit, and open storage. Packaging
case size and weights shall take into consideration, where appropriate, the
remoteness of the Goods’ final destination and the absence of heavy handling
facilities at all points in transit.

The packaging, marking, and documentation within and outside the packages
shall comply strictly with such special requirements as shall be expressly
provided for in the Contract, including additional requirements, if any, specified
below, and in any subsequent instructions ordered by the Procuring Entity.

29
The outer packaging must be clearly marked on at least four (4) sides as follows:

Name of the Procuring Entity


Name of the Supplier
Contract Description
Final Destination
Gross weight
Any special lifting instructions
Any special handling instructions
Any relevant HAZCHEM classifications

A packaging list identifying the contents and quantities of the package is to be


placed on an accessible point of the outer packaging if practical. If not practical
the packaging list is to be placed inside the outer packaging but outside the
secondary packaging.

Transportation –

Where the Supplier is required under Contract to deliver the Goods CIF, CIP,
or DDP, transport of the Goods to the port of destination or such other named
place of destination in the Philippines, as shall be specified in this Contract,
shall be arranged and paid for by the Supplier, and the cost thereof shall be
included in the Contract Price.

Where the Supplier is required under this Contract to transport the Goods to a
specified place of destination within the Philippines, defined as the Project Site,
transport to such place of destination in the Philippines, including insurance and
storage, as shall be specified in this Contract, shall be arranged by the Supplier,
and related costs shall be included in the contract price.

Where the Supplier is required under Contract to deliver the Goods CIF, CIP or
DDP, Goods are to be transported on carriers of Philippine registry. In the event
that no carrier of Philippine registry is available, Goods may be shipped by a
carrier which is not of Philippine registry provided that the Supplier obtains and
presents to the Procuring Entity certification to this effect from the nearest
Philippine consulate to the port of dispatch. In the event that carriers of
Philippine registry are available but their schedule delays the Supplier in its
performance of this Contract the period from when the Goods were first ready
for shipment and the actual date of shipment the period of delay will be
considered force majeure.

The Procuring Entity accepts no liability for the damage of Goods during transit
other than those prescribed by INCOTERMS for DDP deliveries. In the case
of Goods supplied from within the Philippines or supplied by domestic
Suppliers risk and title will not be deemed to have passed to the Procuring Entity
until their receipt and final acceptance at the final destination.

Intellectual Property Rights –

30
The Supplier shall indemnify the Procuring Entity against all third-party claims
of infringement of patent, trademark, or industrial design rights arising from use
of the Goods or any part thereof.
2.2 Not Applicable
4 The inspections and tests that will be conducted are: [Indicate the applicable
inspections and tests]

31
Section VI. Schedule of Requirements
The delivery schedule which is the date of delivery to the project site at EVMC Bagacay, Tacloban
City.

Date of
LOT Unit of
ITEM DESCRIPTION QTY Completion/Delivery
NO. Measure
Period
The project will start
within thirty (30) days
upon receipt of Notice
to Proceed.
Delivery of reagents
Procurement of Laboratory Supplies and shall be on a monthly
1 Reagents compatible with existing machine – 1 lot requisition by the End-
Lot Bidding User, to be delivered
within 15 days from
receipt of the written
request, otherwise a
liquidated damages
will be imposed.

Conforme:

Name and Signature of Authorized Representative:


Name of Company and Address:
Date:

32
Section VII. Technical
Specifications

33
Technical Specifications
Description
Item Statement of Compliance

[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 Bidder's 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 applicable
laws and issuances.]

Procurement of Laboratory Supplies and Reagents


compatible with existing machines – Lot Bidding

Consist of the following:

IMMUNOCHEMISTRY
B-HCG, QUANTITATIVE TEST,
20 KIT
100 TEST
B-HCG CALIBRATOR 4 SET
T3, 100 TEST 13 KIT
T3 CALIBRATOR 4 SET
T4, 100 TEST 10 KIT
T4 CALIBRATOR 4 SET
TSH, 100 TEST 96 KIT
TSH CALIBRATOR 4 SET
FT3, 100 TEST 30 KIT
FT3 CALIBRATOR 4 SET
CEA, 100 TEST 18 KIT
CEA CALIBRATOR 8 KIT

34
FT4, 100 TEST 98 KIT
FT4 CALIBRATOR 8 SET
AFP, 100 TEST 16 KIT
AFP CALIBRATOR 8 SET
PSA , TOTAL, 100 TEST 16 KIT
PSA CALIBRATOR 6 SET
CA 125 , 100 TEST 16 KIT
CA 125 CALIBRATOR 8 SET
CA 19-9, 100 TEST 15 KIT
CA 19-9 CALIBRATOR 5 SET
CA 15-3 , 100 TEST 8 KIT
CA 15-3 CALIBRATOR 5 SET
TROPONIN I, 100 TEST 30 KIT
TROPONIN I CALIBRATOR 4 SET
CK- MB, 100 TEST 4 KIT
CK-MB CALIBRATOR 2 SET
MYOGLOBULIN, 100 TEST 2 KIT
MYOGLOBULIN CALIBRATOR 2 SET
LH, 100 TEST 2 KIT
LH CALIBRATOR 1 SET
FSH, 100 TEST 2 KIT
FSH CALIBRATOR 2 SET
PROGESTERONE, 100 TEST 2 KIT
PROGESTERONE, CALIBRATOR 2 SET
PROLACTIN, 100 TEST 1 KIT
PROLACTIN CALIBRATOR 1 SET
TESTOSTERON, 100 TEST 2 KIT
TESTOSTERON CALIBRATOR 2 SET
THYROID-UPTAKE, 100 TEST 2 KIT
THYROID UP-TAKE
2 SET
CALIBRATOR
CORTISOL, 100 TEST 4 KIT
CORTISOL, CALIBRATOR 2 SET
FERRITIN, 100 TEST 36 KIT
FERRITIN CALIBRATOR 8 SET
VIT. B12 ASSAY, 100 TEST 6 KIT

35
VITAMIN B12 CALIBRATOR 2 SET
ESTRADIOL 100 TEST 2 KIT
ESTRADIOL CALIBRATOR 2 KIT
FOLIC ACID, 100 TEST 3 KIT
FOLIC ACID CALIBRATOR 2 SET
VITAMIN D ASSAY, 100 TEST 3 KIT
VITAMIN D CALIBRATOR 2 SET
ULTRA-SENSITIVE INSULIN,
2 KIT
100 TEST
ULTRASENSITIVE INSULIN
1 KIT
CALIBRATOR
THYROGLOBULIN, 36 TEST 3 KIT
THYROGLOBULIN Calibrator 1 KIT
PTH, 100 TEST 4 KIT
PTH CALIBRATOR 1 KIT
CALCITONIN, 100 test 2 KIT
CALCITONIN Calibrator 1 KIT
SERUM BONE MARKER ALK.
2 KIT
PHOS, 100test
CYSTATIN C, ELISA,100test 2 KIT
NEUTROPHIL GELATINASE
ASSOCIATED LIPOCALIN, 2 KIT
ELISA, 100test
IMMUNO ASSAY TRI LEVEL
12 SET
CONTROL,
TRIGGER, 975 ML 40 BOX
PRE TRIGGER, 975 ML 42 BOT.
WASH BUFFER, 975 ML 70 BOT.
SAMPLE CUP, 1000'S/PACK 40 PACK
Septum 200/pack 2 PACK
Replacement Cap 100/pack 3 PACK
Reaction Vessel 4000/Pack 11 PACK
Probe Conditioning 3 BOT.
THE ABOVE REAGENTS MUST BE COMPATIBLE WITH
THE EXISTING EVMC PURCHASED MACHINE,
ABBOTT ARCHITECT i1000: FULLY AUTOMATED
IMMUNOLOGY ANALYZER
Anti-HAV IgG,
15 kit
Quantitative,100test
Anti- HAV IgG Calibrator 2 KIT

36
Anti-HAV IgG Control 4 kit
Anti-HAV IgM, Quantitative 15 kit
Anti- HAV IgM Calibrator 2 KIT
Anti-HAV IgM Control 4 kit
HbsAg, Quantitative, 100 test 60 kit
HbsAg, Calibrator 4 kit
HbsAg, Control 4 kit
Anti- HBcTotal, Quantitative,
12 kit
100test
Anti- HBcTotal, Calibrator 2 kit
Anti- HBcTotal, Control 4 kit
Anti-HBs, Quantitative, 100
27 kit
test
Anti-HBs, Calibrator 4 kit
Anti-HBs, , control 6 kit
Anti- HBc, Quantitative, 100
12 KIT
test
Anti-HBc Calibrator 4 kit
Anti-Hbc Control 6 kit
Anti-HCV Quantitative, 100
20 kit
test
Anti-HCV Calibrator 2 kit
Anti-HCV Control 6 kit
HBeAg,Quantitative 100 test 8 KIT
HBeAg Calibrator 2 kit
HBeAg Control 4 kit
Anti- TPO Quantitative, 100
12 kit
test
Anti- TPO Calibrator 3 kit
Anti- TPO Control 2 kit
Anti-Hbe, Qualitative, 100 test 8 kit
Anti-Hbe, Calibrator 2 kit
Anti-Hbe, Control 4 kit
HIV 1 and 2 , Quantitative,
14 kit
100test
HIV 1 and 2 , calibrator 2 kit
HIV 1 and 2 , control 4 kit
PROBE 2 pc
PROBE CONDITIONING
8 PACK
SOLUTION

37
SAMPLE CUP,1000 pcs per
14 pack
pack
REACTION VESSEL,4000/BOX 30 BOX
Septum, 100's 3 pack
PRE- TRIGGER, 975ml 17 Bot
Trigger 17 box
Wash buffer, 975ml 16 bot
HBc IgM Quantitative, 100 test 12 kit
HBc IgM calibrator 2 kit
HBc IgM control 4 KIT
SYPHILLIS TP REAGENT,
20 KIT
QUANTITATIVE,100TEST
SYPHILLIS TP Calibrator 2 kit
SYPHILLIS TP Control 4 kit

THE ABOVE REAGENTS MUST BE COMPATIBLE WITH


THE EXISTING EVMC PURCHASED MACHINE,
ABBOTT ARCHITECT i1000 SR: FULLY AUTOMATED
IMMUNOLOGY ANALYZER
CARDIOLIPIN IgG,36 tests 8 KIT
CARDIOLIPIN IgM,36 tests 8 KIT
B-2 GLYCOPROTEIN IgG, 36
9 KIT
tests
B-2 GLYCOPROTEIN IgM, tests 9 KIT
WASHING BUFFER
8 KIT
AUTOIMMUNITY
CLEANING SOLUTION 2000 8 KIT
SANITIZING SOLUTION 5 KIT
Wash Buffer 8 KIT
ANTI- Ro ( SSA), 36 test 8 KIT
ANTI- La ( SSB ),36 tests 8 KIT
DILUTED RUSSEL VIPER
2 KIT
VENOM TIME
ANTI SMITH 12 KIT
ANTI- DS -DNA IgG 24 kit
ANTI-DS DNA IgM 24 KIT
RHEUMATOID FACTOR, IgG, 36
10 KIT
test
RHEUMATOID FACTOR, IgM,
10 kit
36 test

38
SCL-70, 36 tests 6 KIT
ANTIMITOCHONDRIAL-M2
2 KIT
ANTIBODY, 36 tests
MYELOPEROXIDASE
2 KIT
ANTIBODY, 36 tests
ANTIGLOMERULAR
BASEMANT MEMBRANE 4 KIT
ANTIBODY (GBM),36tests
FTA-ABS REAGENT 1 SET
PROLACTIN, 36 tests 2 KIT
EPSTEIN BARR VCA IgM II,36
4 KIT
tests
EPSTEIN BARR VCA IgG, 36
4 KIT
tests
MEASLES, IgG, 36tests 4 KIT
MEASLES IgM, 36 tests 4 kit
MUMPS, IgG, 36 tests 4 kit
MUMPS, IgM, 36 tests 4 kit
VARICELLA, IgG, 36 tests 4 kit
VARICELLA, IgM, 36 tests 4 kit
EXTRACTABLE NUCLEAR
ANTIBODIES, IgG ( ENA -6 S 4 KIT
PANEL)
ANTINUCLEAR ANTIBODY
10 KIT
SCREEN (36 test)
Anti- CCP, 36 tests 8 kit
Cytomegalovirus IgG,36 test 10 KIT
Cytomegalovirus IgG,36 test 10 KIT
HERPES SIMPLEX 1+2 IgG,36
10 KIT
tests
HERPES SIMPLEX 1+2 IgG,M36
10 KIT
tests
Rubella IgG 10 KIT
Rubella IgM 10 KIT
Toxoplasma IgG 10 KIT
Toxplasma IgM 10 KIT
THE ABOVE REAGENTS MUST BE COMPATIBLE WITH
THE EXISTING EVMC PURCHASED MACHINE, DIESSE
CHORUS TRIO: FULLY AUTOMATED IMMUNOLOGY
ANALYZER
ABO TYPING

39
ABO GEL CARDS, 100
360 BOX
tests/box
LISS, 2 X 200ml/set 200 SET
ABO Rh 2D GEL CARDS, 50
300 BOX
tests/box
ANTI-A BLOOD GROUPING
15 VIAL
SERA
ANTI-B BLOOD GROUPIN SERA 15 VIAL
ANTI-D BLOOD GROUPING
15 VIAL
SERA
THE ABOVE REAGENTS MUST BE COMPATIBLE WITH
THE EXISTING EVMC PURCHASED MACHINE,
GRIFOLS.
ELECTROLYTE REAGENT
(cartridge type) with CONTROL 81 PACK
and CALIBRATOR, 300TEST
THE ABOVE REAGENTS MUST BE COMPATIBLE WITH
THE EXISTING EVMC PURCHASED MACHINE, EXIAS
MEDICAL.
TERMS AND CONDITIONS
1. Certificate of Exclusive and Authorized
Distributorship.
2. Certification by the Supplier that EXPIRY DATES of all
reagents shall not be less than 18 months from the date
of delivery except the controls which should be not less
than three (3) months. If still unused and about to expire,
the supplier shall replace the item within one month
from receipt by the Supplier of the Notice from the Head
of the Laboratory. However, if the reagent/s delivered is
below 18 months, and the laboratory is in need of the
said reagent/s, a guarantee letter address to MCC must
be issued by the supplier to ensure replacement, should
the reagent/s expires before its usage.
3. Certification by the Supplier that total quantity of all
reagents, supplies and consumables shall be delivered
on a monthly basis, based on the expected needs of the
end user.
4. Certification by the Supplier that in the event that the
allocation for that quarter is 50% consumed, the
institution has the right to request for an advance 50%
delivery for the succeeding quarter.
5. Certification by the Supplier that it agrees to the
monthly payment consumed, opened kits of reagents,
supplies and consumables.

40
6. The Supplier must indicate the unit cost of the items
in the Price Schedule which will equal to the total bid
offer.

Date of Completion/Delivery Period:


 The project will start within thirty (30) days upon
receipt of Notice to Proceed.
 Delivery of reagents shall be on a monthly
requisition by the End-User, to be delivered within
15 days from receipt of the written request,
otherwise a liquidated damages will be imposed.

Conforme:

Name and Signature of Authorized Representative:


Name of Company and Address:
Date:

41
Section VIII. Checklist of Technical
and Financial Documents

42
Checklist of Technical and Financial Documents
I. TECHNICAL COMPONENT ENVELOPE

Class “A” Documents


Legal Documents

⬜ (a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages);


Or

⬜ (b) Registration certificate from Securities and Exchange Commission (SEC),


Department of Trade and Industry (DTI) for sole proprietorship, or
Cooperative Development Authority (CDA) for cooperatives or its equivalent
document,
And

⬜ (c) Mayor’s or Business permit issued by the city or municipality where the
principal place of business of the prospective bidder is located, or the
equivalent document for Exclusive Economic Zones or Areas;
And

⬜ (d) Tax clearance per E.O. No. 398, s. 2005, as finally reviewed and approved
by the Bureau of Internal Revenue (BIR).

Technical Documents

⬜ (e.) Notarized Statement of the prospective bidder using the prescribed form by
BAC A 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. The statement must
accompanied by NOA, PO, or Contract; and

⬜ (f) Notarized Statement of the bidder’s Single Largest Completed Contract


(SLCC) similar to the contract to be bid, using the prescribed form by BAC
A except under conditions provided for in Sections 23.4.1.3 and 23.4.2.4
of the 2016 revised IRR of RA No. 9184, within the relevant period as
provided in the Bidding Documents. The SLCC must be accompanied by
a Certificate of Completion and Acceptance, Official Receipts or Sales
Invoice, and Supplier’s Performance Evaluation Certificate issued for
the contract by the Procuring Entity.

and

⬜ (g) Original copy of Bid Security. If in the form of a Surety Bond, submit also a
certification issued by the Insurance Commission;
Or

43
Original copy of Notarized Bid Securing Declaration; and

⬜ (h) Conformity with the Schedule of Requirements, and Technical


Specifications, which may include production/delivery schedule, manpower
requirements, and/or after-sales/parts, if applicable; and

⬜ (i) Original duly signed Omnibus Sworn Statement (OSS);

and if applicable, Original Notarized Secretary’s Certificate in case of a


corporation, partnership, or cooperative; or Original Special Power of
Attorney 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.

Financial Documents

⬜ (j) The Supplier’s Audited Financial Statements for 2022, showing, among
others, the Supplier’s total and current assets and liabilities, stamped
“received” by the BIR or its duly accredited and authorized institutions, for
the preceding calendar year which should not be earlier than two (2) years
from the date of bid submission; and

⬜ (k) 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.

Class “B” Documents

⬜ (l) 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.

Other documentary requirements under RA No. 9184 to be included in the bid


documents.

(m) ITR 2022 with payment confirmation.

(n) Quarterly VAT payments for the 1st and 2nd Quarter 2023 with payment
confirmation.

Required licenses and permits, documents to be included in the Bid Documents:

44
⬜ 1. Certificate of Product Registration (if applicable);

⬜ 2. License to Operate issued by the FDA;

⬜ 3. Certificate of Exclusive or Authorized Distributorship from the Manufacturer.

⬜ 4. Certifications by the supplier as required in the Technical Specifications, Terms


and Conditions of the project.

⬜ 8. Material Safety Data Sheet for the items (if applicable).

II. FINANCIAL COMPONENT ENVELOPE

⬜ (a) Original of duly signed and accomplished Financial Bid Form; and

⬜ (b) Original of duly signed and accomplished Price Schedule (s).

45

You might also like