18
Republic of the Philippines Department of Justice Bureau of Corrections IWAHIG PRISON & PENAL FARM Puerto Princesa, Palawan CONTRACT TO BE BID : NAME OF BIDDER : ________________________________________ CHECKLIST OF BID REQUIREMENTS I. First Envelope: (ELIGIBILITY AND TECHNICAL DOCUMENTS ) CLASS “A” DOCUMENTS 1. Certified True Copy of valid and current Registration Certificate from the Securities and Exchange Commission (SEC) including Articles of Incorporation, Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for cooperative 2. Certified True Copy of valid and current Business Permit/Mayor’s Permit issued by the city or municipality where the principal place of business of the prospective bidder is located. 3. Statement of all ongoing and completed government and or private contracts within two (2) years, including contracts awarded but not yet started, if any. (Annex) 4. Statement of completed single contract of similar nature within the last two (2) years from the date of submission and receipt of bids equivalent to at least twenty five percent (25%) of the ABC (ANNEX “B”) (Single Largest Contract Equivalent to _______) Any of the following documents must be attached to ANNEX “B” Certified True Copy of End- User Acceptance or Certified True Copy of Official Receipt 5. Certified True Copy of Audited Financial statement, stamped “received” by the Bureau Revenue (BIR) or its duly accredited and authorized institutions, for the preceding calendar year, which should not be earlier than two (2) years from bid submission; which must be include the following statements, but not limited thereto; a. Independent Auditor’s report b. Balance Sheet c. Income statement 6. NFCC computation at least equal to ABC of the project. The detailed computation using the required formula must be shown as provided for in ANNEX C . Or A Credit Line Certificate (CLC) issued by a Local Universal or Local Commercial Bank at least equal to ten (10%) percent (10%) of the ABC of the project in the form as provided for in ANNEX D . The amount of the CLC MUST BE MACHINE VALIDATED

Department of Justice Bureau of Corrections IWAHIG PRISON ... announcement/Medicine IPPF 1st... · required formula must be shown as provided for in ANNEX C. Or A Credit Line Certificate

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Department of Justice Bureau of Corrections IWAHIG PRISON ... announcement/Medicine IPPF 1st... · required formula must be shown as provided for in ANNEX C. Or A Credit Line Certificate

Republic of the Philippines

Department of Justice

Bureau of Corrections

IWAHIG PRISON & PENAL FARM

Puerto Princesa, Palawan

CONTRACT TO BE BID :

NAME OF BIDDER : ________________________________________

CHECKLIST OF BID REQUIREMENTS

I. First Envelope: (ELIGIBILITY AND TECHNICAL DOCUMENTS )

CLASS “A” DOCUMENTS

1. Certified True Copy of valid and current Registration Certificate from the Securities and

Exchange Commission (SEC) including Articles of Incorporation, Department of Trade and

Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for

cooperative

2. Certified True Copy of valid and current Business Permit/Mayor’s Permit issued by the city or

municipality where the principal place of business of the prospective bidder is located.

3. Statement of all ongoing and completed government and or private contracts within two (2)

years, including contracts awarded but not yet started, if any. (Annex)

4. Statement of completed single contract of similar nature within the last two (2) years from the

date of submission and receipt of bids equivalent to at least twenty five percent (25%) of the

ABC (ANNEX “B”)

(Single Largest Contract Equivalent to _______)

Any of the following documents must be attached to ANNEX “B”

Certified True Copy of End- User Acceptance or

Certified True Copy of Official Receipt

5. Certified True Copy of Audited Financial statement, stamped “received” by the Bureau

Revenue (BIR) or its duly accredited and authorized institutions, for the preceding

calendar year, which should not be earlier than two (2) years from bid submission; which must

be include the following statements, but not limited thereto;

a. Independent Auditor’s report

b. Balance Sheet

c. Income statement

6. NFCC computation at least equal to ABC of the project. The detailed computation using the

required formula must be shown as provided for in ANNEX C.

Or

A Credit Line Certificate (CLC) issued by a Local Universal or Local Commercial Bank at least

equal to ten (10%) percent (10%) of the ABC of the project in the form as provided for in

ANNEX D. The amount of the CLC MUST BE MACHINE VALIDATED

Page 2: Department of Justice Bureau of Corrections IWAHIG PRISON ... announcement/Medicine IPPF 1st... · required formula must be shown as provided for in ANNEX C. Or A Credit Line Certificate

CLASS “B_ DOCUMENTS (JOINT VENTURE)

7. If applicable, in JVA in case the joint venture is already in existence, or duly notarized

statements from all the potential joint venture partners stating that that they will enter into and

abide by the provisions of the JVA in the instance that the bid is successful. (ANNEX “E”)

I. n case the joint venture is not yet in existence, the submission of a valid JVA shall

be within ten (10) calendar days from the receipt by the bidder of the notice from

the BAC that the bidder is the Lowest Calculated and Responsive Bid (Sec. 37.14

(a)(i)

II. Each partner of a joint venture agreement shall likewise submit the above stated

items (1) and (2). Submission of items (3) to (6) by any of the joint venture

partners constitutes compliance

TECHNICAL DOCUMENTS

8. The bid security in the form, amount and one hundred twenty (120) calendar days validity period

in accordance with ITB clause 18.

Cash or cashier’s/manager’s check issued by a universal or Universal Bank a

bank draft/guarantee or an irrevocable letter of credit issued by a foreign bank, it

shall be accompanied by a confirmation from a Universal or Commercial Bank (

(Equivalent to ________)

A surety bond (callable on demand), Equivalent to Php______). It shall be

accompanied by a certification by the insurance company is authorized to issue

such instruments and must specify the additional grounds for forfeiture of the bid

security; as staed in BDS 18.5 (a) (iv)

OR;

8.1) Bid securing Declaration per GPPB RESOLUTION #03-2012 as provided

for in ANNEX F

9. Conformity with the schedule of requirement (Section 6) and Technical Bid Form (Section 7) as

enumerated and specified in ANNEX “H” and ANNEX H-I”

10. Each and every page of the BID DATA SHEETS and SPECIAL CONDITIONS OF THE

CONTRACT shall be initialed by the owner or duly authorized representative of the bidder and

shall form part of the TECHNICAL DOCUMENTS

11. Each bidder shall submit the following in one (1) big envelope duly labeled containing two sets

of envelopes:

First envelope must contain four (4) copies of Eligibility and Technical Documents duly marked

as “Original Copy”, Duplicate Copy”, Triplicate Copy” and Quadruplicate copy”

Second envelope must contain four (4) copies of Eligibility and Technical Documents duly

marked as “Original Copy”, Duplicate Copy”, Triplicate Copy” and Quadruplicate copy”

All envelopes and folders must be labeled as specify in BDS 20.4

12. Omnibus Sworn Statement in accordance with Section 25.2(a)(iv) of the IRR of RA 9184 and

using the form attached hereto as ANNEX “I” (for sole proprietor); ANNEX “J” (for non sole

proprietor entity)

13. Certified True Copy of Proof of Authority of the designated representative for purposes of

bidding

I. Duly Notarized Special Power of Attorney for sole proprietor if owner opt to designate

a representative

Page 3: Department of Justice Bureau of Corrections IWAHIG PRISON ... announcement/Medicine IPPF 1st... · required formula must be shown as provided for in ANNEX C. Or A Credit Line Certificate

II. Duly notarized Secretary’s Certificate issued by the corporation or the members of

the joint venture; provided that in the case of unincorporated joint venture, each member

shall submit a separate Special Power of Attorney and/or Secretary’s Certificate

ENVELOPE 2 (FINANCIAL DOCUMENTS)

1. The bidder shall submit the complete and signed the Financial Bid Form inclusive of VAT

(ANNEX “K”). The amount should not exceed the ABC of that particular item.

The following documents are required to be attached in the Financial Bid Form;

Valid, current and authenticated CPR (Certificate of Product registration) issued by FDA

(Food and Drug Administration) for each item/s to be bid;

Valid, current and authenticated Certificate of Exclusive Distributorship 9if applicable) for

the items to be bid;

Valid, current and authenticated copy of certification from the manufacturer that the supplier

is authorized distributor or dealer of that particular products/items

The bidder shall submit the complete and signed the Financial Bid Form inclusive of VAT

(ANNEX “K”). The amount should not exceed the ABC of that particular item.

2. Second envelope must contain four (4) copies of Eligibility and Technical Documents duly

marked as “Original Copy”, Duplicate Copy”, Triplicate Copy” and Quadruplicate copy

3. All envelopes and folders must be labeled as specify in BDS 20.4

NOTE: “Any missing document in the Checklist is a ground for the outright rejection of the

second envelope.”

REMARKS:

_________ Passed ________ Failed

NOTE: Both envelopes shall be marked “Do not open before (date and time of opening of bids)”

This is to acknowledge the receipt of the first and second envelopes which are being returned because of

deficiencies marked “X”.

_______________________

Page 4: Department of Justice Bureau of Corrections IWAHIG PRISON ... announcement/Medicine IPPF 1st... · required formula must be shown as provided for in ANNEX C. Or A Credit Line Certificate

Contract Agreement Form

THIS AGREEMENT made the _____ day of __________ 20_____ between [name of PROCURING ENTITY] of

the Philippines (hereinafter called “the Entity”) of the one part and [name of Supplier] of [city and country of Supplier]

(hereinafter called “the Supplier”) of the other part:

Page 5: Department of Justice Bureau of Corrections IWAHIG PRISON ... announcement/Medicine IPPF 1st... · required formula must be shown as provided for in ANNEX C. Or A Credit Line Certificate

WHEREAS the Entity invited Bids for certain goods and ancillary services, viz., [brief description of goods and

services] and has accepted a Bid by the Supplier for the supply of those goods and services in the sum of [contract price

in words and figures] (hereinafter called “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the

Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.:

(a) the Bid Form and the Price Schedule submitted by the Bidder;

(b) the Schedule of Requirements;

(c) the Technical Specifications;

(d) the General Conditions of Contract;

(e) the Special Conditions of Contract; and

(f) the Entity’s Notification of Award.

3. In consideration of the payments to be made by the Entity to the Supplier as hereinafter mentioned, the Supplier

hereby covenants with the Entity to provide the goods and services and to remedy defects therein in conformity in all

respects with the provisions of the Contract

4. The Entity hereby covenants to pay the Supplier in consideration of the provision of the goods and services and

the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the

contract at the time and in the manner prescribed by the contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the laws

of the Republic of the Philippines on the day and year first above written.

Signed, sealed, delivered by the (for the Entity)

Page 6: Department of Justice Bureau of Corrections IWAHIG PRISON ... announcement/Medicine IPPF 1st... · required formula must be shown as provided for in ANNEX C. Or A Credit Line Certificate

Signed, sealed, delivered by the (for the Supplier).

Page 7: Department of Justice Bureau of Corrections IWAHIG PRISON ... announcement/Medicine IPPF 1st... · required formula must be shown as provided for in ANNEX C. Or A Credit Line Certificate

Bank Guarantee Form for Advance Payment

To: [name and address of PROCURING ENTITY]

[name of Contract]

Gentlemen and/or Ladies:

In accordance with the payment provision included in the Special Conditions of Contract, which amends

Clause Error! Reference source not found. of the General Conditions of Contract to provide for advance

payment, [name and address of Supplier] (hereinafter called the “Supplier”) shall deposit with the

PROCURING ENTITY a bank guarantee to guarantee its proper and faithful performance under the said

Clause of the Contract in an amount of [amount of guarantee in figures and words].

We, the [bank or financial institution], as instructed by the Supplier, agree unconditionally and

irrevocably to guarantee as primary obligator and not as surety merely, the payment to the PROCURING

ENTITY on its first demand without whatsoever right of objection on our part and without its first claim

to the Supplier, in the amount not exceeding [amount of guarantee in figures and words].

We further agree that no change or addition to or other modification of the terms of the Contract to be

performed thereunder or of any of the Contract documents which may be made between the

PROCURING ENTITY and the Supplier, shall in any way release us from any liability under this

guarantee, and we hereby waive notice of any such change, addition, or modification.

This guarantee shall remain valid and in full effect from the date of the advance payment received by the

Supplier under the Contract until [date].

Yours truly,

Signature and seal of the Guarantors

[name of bank or financial institution]

[address]

[date)

Page 8: Department of Justice Bureau of Corrections IWAHIG PRISON ... announcement/Medicine IPPF 1st... · required formula must be shown as provided for in ANNEX C. Or A Credit Line Certificate

Omnibus Sworn Statement

REPUBLIC OF THE PHILIPPINES )

CITY/MUNICIPALITY OF ______ ) S.S.

A F F I D A V I T

I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant],

after having been duly sworn in accordance with law, do hereby depose and state that:

1. Select one, delete the other:

If a sole proprietorship: I am the sole proprietor of [Name of Bidder] with office address at

[address of Bidder];

If a partnership, corporation, cooperative, or joint venture: I am the duly authorized and

designated representative of [Name of Bidder] with office address at [address of Bidder];

2. Select one, delete the other:

If a sole proprietorship: As the owner and sole proprietor of [Name of Bidder], I have full power

and authority to do, execute and perform any and all acts necessary to represent it in the bidding

for [Name of the Project] of the [Name of the Procuring Entity];

If a partnership, corporation, cooperative, or joint venture: I am granted full power and authority

to do, execute and perform any and all acts necessary and/or to represent the [Name of Bidder] in

the bidding as shown in the attached [state title of attached document showing proof of

authorization (e.g., duly notarized Secretary’s Certificate issued by the corporation or the

members of the joint venture)];

Page 9: Department of Justice Bureau of Corrections IWAHIG PRISON ... announcement/Medicine IPPF 1st... · required formula must be shown as provided for in ANNEX C. Or A Credit Line Certificate

3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the

Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign government/foreign or international financing institution whose blacklisting rules have been

recognized by the Government Procurement Policy Board;

4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy

of the original, complete, and all statements and information provided therein are true and correct;

5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized representative(s) to verify all the documents submitted;

6. Select one, delete the rest:

7.

If a sole proprietorship: I am not related to the Head of the Procuring Entity, members of the

Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the

head of the Project Management Office or the end-user unit, and the project consultants by

consanguinity or affinity up to the third civil degree;

If a partnership or cooperative: None of the officers and members of [Name of Bidder] is related

to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the

Technical Working Group, and the BAC Secretariat, the head of the Project Management Office

or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil

degree;

If a corporation or joint venture: None of the officers, directors, and controlling stockholders of

[Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards

Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the

Project Management Office or the end-user unit, and the project consultants by consanguinity or

affinity up to the third civil degree;

8. [Name of Bidder] complies with existing labor laws and standards; and

9. [Name of Bidder] is aware of and has undertaken the following responsibilities as a Bidder:

a) Carefully examine all of the Bidding Documents;

b) Acknowledge all conditions, local or otherwise, affecting the implementation of the Contract;

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

Page 10: Department of Justice Bureau of Corrections IWAHIG PRISON ... announcement/Medicine IPPF 1st... · required formula must be shown as provided for in ANNEX C. Or A Credit Line Certificate

d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project].

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at ____________,

Philippines.

_____________________________________

Bidder’s Representative/Authorized Signatory

Page 11: Department of Justice Bureau of Corrections IWAHIG PRISON ... announcement/Medicine IPPF 1st... · required formula must be shown as provided for in ANNEX C. Or A Credit Line Certificate

IP&PF Bid Reference No. 2014-01

Supply and Delivery of Medicines and Medical Supplies for 1st Quarter 2014 (February & March)

Republic of the Philippines Department of Justice

BUREAU OF CORRRECTIONS IWAHIG PRISON & PENAL FARM

Palawan

BIDS AND AWARDS COMMITTEE February 2104

SUPPLY AND DELIVERY OF MEDICINES and MEDICAL SUPPLIES AT

IWAHIG PRISON & PENAL FARM (IPPF)

1st QUARTER 2014

BID REFERENCE No. 2014-01 _____

Approved Budget for the Contract – P 754,020.00

_______

Page 12: Department of Justice Bureau of Corrections IWAHIG PRISON ... announcement/Medicine IPPF 1st... · required formula must be shown as provided for in ANNEX C. Or A Credit Line Certificate

IP&PF Bid Reference No. 2014-01

Supply and Delivery of Medicines and Medical Supplies for 1st Quarter 2014 (February & March)

Republic of the Philippines Department of Justice

BUREAU OF CORRRECTIONS IWAHIG PRISON & PENAL FARM

Palawan

SUPPLY AND DELIVERY OF MEDICINES and MEDICAL SUPPLIES AT IWAHIG PRISON & PENAL FARM

1st QUARTER 2014 (February & March)

Section I

Invitation to Bid

BID REFERENCE No. 2014-01_____

Page 13: Department of Justice Bureau of Corrections IWAHIG PRISON ... announcement/Medicine IPPF 1st... · required formula must be shown as provided for in ANNEX C. Or A Credit Line Certificate

IP&PF Bid Reference No. 2014-01

Supply and Delivery of Medicines and Medical Supplies for 1st Quarter 2014 (February & March)

Republic of the Philippines Department of Justice

BUREAU OF CORRRECTIONS IWAHIG PRISON & PENAL FARM

Palawan

INVITATION TO BID BID REFERENCE 2014-

(SUPPLY & DELIVERY OF MEDICINES & MEDICAL SUPPLIES AT IWAHIG PRISON & PENAL FARM) 1ST

QUARTER 2014 (FEBRUARY & MARCH)

1. The BUREAU OF CORRECTIONS, through its Bids and Awards Committee, intends to apply the sum of SEVEN HUNDRED FIFTY FOUR THOUSAND TWENTY PESOS (P 754,020.00) being the Approved Budget for the Contract (ABC) for the SUPPLY & DELIVERY OF MEDICINES & MEDICAL SUPPLIES AT IWAHIG PRISON & PENAL FARM) for 1st QUARTER ( February & March)2014. The interested bidders have the option to bid for any line item provided that it will not exceed their respective ABC (Approved Budget for the Contract). Bids received in excess of the ABC shall be automatically rejected at bid opening;

Item No. Qty Unit of Issue

Item Description Approved Budget for the Contract (ABC)

1. 100 Tab ACICLOVIR 400Mg

2. 3 Box ALLOPURINOL 100mg 100's

3. 3 Box ALLOPURINOL 300mg 100's

4. 30 Box AMBROXOL 30Mg 100's

5. 30 Box AMOXICILLIN 500mg 100's

6. 10 Box ANTACID TABLET 100's

7. 500 Tab MECLIZINE 25mg (BRANDED)

8. 100 Tab BETAHISTINE diHCl 8mg

9. 100 Tab BETAHISTINE diHCl 16mg

10. 30 Box BROMHEXINE 8mg 100's

11. 60 Box CEFALEXIN 500mg 100'S

12. 12 Bot CALCIUM LACTATE 325mg 100's

13. 60 Box CEFALEXIN 500mg 100'S

14. 200 Tab CEFUROXIME 500mg

15. 100 Tab CETIRIZINE 10mg

16. 1 Box CHLORAMPHENICOL 500mg 100's

17. 3 Box CHLOROQUINE 250mg 100's

18. 30 Box CHLORPHENAMINE 10mg 100's

19. 200 Tab CHLORPROMAZINE 100mg

20. 60 Box CIMETIDINE 200mg 100's

21. 30 Box CIMETIDINE 400mg 100's

22. 60 Box CINNARIZINE 25 mg 100's

23. 20 Box CIPROFLOXACIN 500mg 100's

24. 200 Tab CITICHOLINE Na 500mg

25. 1 Box CLINDAMYCIN 150mg 100's

26. 20 Box CLOXACILLIN 500mg 100's

27. 200 Tab CO-AMOXICLAV 625mg

28. 10 Box COTRIMOXAZOLE 800mg 100's

29. 60 Box DICLOFENAC 50mg 100's

Page 14: Department of Justice Bureau of Corrections IWAHIG PRISON ... announcement/Medicine IPPF 1st... · required formula must be shown as provided for in ANNEX C. Or A Credit Line Certificate

IP&PF Bid Reference No. 2014-01

Supply and Delivery of Medicines and Medical Supplies for 1st Quarter 2014 (February & March)

30. 6 Box DICYCLOVERINE TAB 100's

31. 100 Cap PHENYTOIN SODIUM 100mg

32. 1000 Cap DIPHENHYDRAMINE 50mg (BRANDED)

33. 3 Box DOXYCYCLINE 100mg 100's

34. 6 Box BISACODYL 100's

35. 6 Box ERYTHROMYCIN 500mg 100's

36. 60 Bot FERROUS SULFATE 325mg (COATED) 100's

37. 30 Box GUAIFENESIN CAPSULE 100's

38. 300 Cap GODEX

39. 6 Box HYOSCINE 10mg TABLET 100's

40. 100 Tab HYDROXYZINE diHCl 25 mg

41. 300 Tab KALIUM DURULES

42. 1000 Cap SILYMARIN + B-COMPLEX

43. 10 Box SIMETHICONE + ALUMINUM HYDROXIDE plus MAGNESIUM HYDROXIDE TABLET

44. 3000 Tab LAGUNDI

45. 50 Tab DIGOXIN 25 mcg

46. 10 Box LOPERAMIDE 2MG

47. 100 Tab LORATADINE 10mg

48. 60 Box MEFENAMIC 500mg 100's

49. 3 Box MENADIONE Na 100's

50. 6 Box METOCLOPRAMIDE10mg 100's(BRANDED)

51. 12 Box METRONIDAZOLE 500mg 100's

52. 60 Box MULTIVITAMINS

53. 30 Box MULTIVITAMINS plus AMINO ACIDS &TAURINE

54. 1 Box NORFLOXACIN 400mg 100's

55. 2000 CAP OMEPRAZOLE 20mg

56. 60 Box PARACETAMOL 500mg 100's

57. 30 Box PARACETAMOL + IBUPROFEN 100's

58. 12 Box PREDNISONE 5MG 100's

59. 300 Tab PRIMAQUINE

60. 3 Box QUININE 300mg 100's

61. 60 Box RANITIDINE 150mg 100's

62. 60 Box SALBUTAMOL 2mg 100's

63. 60 Box SALBUTAMOL + GUAIFENESIN 100's

64. 1000 Tab SAMBONG

65. 1000 Tab SINECOD FORTE

66. 12 Bot SODIUM BICARBONATE 325mg TAB 100's

67. 6000 Tab PHENYLEPHRINEHCl + PARACETAMOL plus CHLORPHENAMINE MALEATE

68. 20 Box TRANEXAMIC ACID 500mg

69. 30 Box

DEXTROMETHORPHAN HBr + PARACETAMOL plus PHENYLEPHRINE HCl CAPSULE 100's

70. 500 Tab VAREMOID

71. 90 Box VITAMIN B-COMPLEX TAB 100's

72. 60 PCS I.V. CANNULA G. 20/G.22

73. 50 AMP AMINOPHYLLINE

74. 30 AMP HYOSCINE

75. 24 PCS BUTTERFLY G. 21/G.23

76. 72 PCS CHROMIC 2-0/3-0/4-0

77. 100 VIALS CEFUROXIME 750mg

78. 100 VIALS CEFTRIAXONE 1g

79. 30 AMP CHLORPHENAMMINE MALEATE

80. 30 AMP CIMETIDINE IM/IV

Page 15: Department of Justice Bureau of Corrections IWAHIG PRISON ... announcement/Medicine IPPF 1st... · required formula must be shown as provided for in ANNEX C. Or A Credit Line Certificate

IP&PF Bid Reference No. 2014-01

Supply and Delivery of Medicines and Medical Supplies for 1st Quarter 2014 (February & March)

81. 12 PCS COTTON 400g

82. 3 BOX D5LR 1L 12's

83. 3 BOX 0.9NaCl 1L 12's

84. 3 BOX D5NM 1L 12's

85. 3 BOX D5 WATER 1L 12's

86. 3 BOX PLAIN LR 1L 12's

87. 1 BOX DISPOSABLE DENTAL NEEDLE 100's

88. 12 PCS DISPOSABLE SHAVER

89. 100 PCS DISPOSABLE SYRINGE 10cc

90. 500 PCS DISPOSABLE SYRINGE 1cc

91. 500 PCS DISPOSABLE SYRINGE 3cc

92. 500 PCS DISPOSABLE SYRINGE 5cc

93. 50 Bot DISTILLED WATER FOR INJECTION

94. 3 Box EXAMINATION GLOVES (LATEX)

95. 36 Bot HYDROGEN PEROXIDE 500mL

96. 60 VIAL HYDROCORTISONE 100mg

97. 6 Box LIDOCAINE CARPULE 50's

98. 100 Amp LIDOCAINE POLY

99. 20 Box MASK 50's

100. 30 Amp METOCLOPRAMIDE (PLasiL)

101. 8 Box MICROPORE 1" 12'S

102. 8 Box MICROPORE 1/2" 24'S

103. 6 Pcs NGT #16

104. 60 Amp PARACETAMOL IM/IV

105. 24 Vial OMEPRAZOLE 40mg

106. 12 Bot PETROLEUM JELLY 100g

107. 3 GAL POVIDONE IODINE

108. 60 Bot ETHYL ALCOHOL 70% 500mL

109. 12 CAN LYSOL DISINFECTANT SPRAY 586.5g

110. 6 BOT LYSOL DISINFECTING SOLUTION 500ml

111. 30 AMP RANITIDINE IM/IV

112. 40 Box SALBUTAMOL NEBULE 30'S

113. 72 Pcs SILK 2-0/ 3-0/ 4-0

114. 3 Bot SPIRIT OF AMMONIA 30mL

115. 24 Box STERILE GAUZE 2 X 2 100's

116. 24 Box STERILE GAUZE 3 X 3 100's

117. 24 Box STERILE GAUZE 4 X 4 100's

118. 12 Pcs SURGICAL BLADE

119. 50 Pcs SURGICAL GLOVES 7 1/2

120. 50 Pcs SURGICAL GLOVES size 8

121. 100 Amp TETANUS TOXOID

122. 36 Pcs THERMOMETER (DIGITAL)

123. 30 Amp TRANEXAMIC ACID 500mg

124. 60 Pcs VACOSET ADULT

125. 12 Pcs NEBULIZING KIT

126. 12 Pcs FOLEY CATHETER FR. 18

127. 12 Pcs OXYGEN CANNULA

128. 10 AMP EPINEPHRINE IM/IV

129. 100 PCS OINTMENT JAR 10g

130. 6 PCS URINE BAG

131. 36 PCS KY JELLY SACHET

132. 12 PCS ELASTIC BANDAGE 2 X 6

133. 12 PCS ELASTIC BANDAGE 4 X 6

134. 10 PCS ELASTIC BANDAGE 6 X 6

135. 10 Box ETHAMBUTOL 400mg tablet 100's

Page 16: Department of Justice Bureau of Corrections IWAHIG PRISON ... announcement/Medicine IPPF 1st... · required formula must be shown as provided for in ANNEX C. Or A Credit Line Certificate

IP&PF Bid Reference No. 2014-01

Supply and Delivery of Medicines and Medical Supplies for 1st Quarter 2014 (February & March)

136. 100 Vial STREPTOMYCIN VIAL

137. 5 Box DISPOSALE NEEDLE G.25 100'S 1 inch

138. 60 amp VITAMIN B-COMPLEX IM/IV

139. 48 Pcs N95 MASK

140. 20 Pcs N100 MASK

141. 500 PCS SPUTUM CUP

142. 100 Tab ALDACTONE 50mg

143. 200 Tab ALDAZIDE 25mg

144. 1000 Tab AMLODIPINE 5mg

145. 2000 Tab AMLODIPINE 10mg

146. 10 Box ASPIRIN 80 mg tablet 100's (BRANDED)

147. 12 Box FUROSEMIDE 40mg 100's

148. 12 Box FUROSEMIDE 20mg 100's

149. 600 Tab ISOSORBIDE-5-MONONITRATE 60mg (SCORED TABLET)

150. 300 Tab LOSARTAN 50mg

151. 30 Tab METFORMIN 500mg tab 100's

152. 30 Box METOPROLOL 100mg tab 100's

153. 30 Box METOPROLOL 50mg tab 100's

154. 30 Box NIFEDIPINE 5mg 100's

155. 30 Box NIFEDIPINE 10mg 100's

156. 100 Tab GLICLAZIDE 80mg

157. 100 Cap ROWATINEX

158. 100 Tab TERAZOSIN 5mg

159. 50 Tab ISOSORBIDE DINITRATE SUBLINGUAL 5mg

160. 600 Tab SIMVASTATIN 10mg

161. 600 Tab FELODIPINE 5mg

162. 600 Tab FELODIPINE 10mg

163. 300 Tab SITAGLIPTIN PHOSPHATE 50mg plus METFORMIN 500 mg

164. 100 Tab CLOPIDOGREL 75mg

165. 24 Tube MUPIROCIN CREAM 5G (BRANDED)

166. 24 Tube BETAMETHASONE CREAM 5G

167. 12 Tube

BECLOMETHASONE DIPROPRIONATE 250mcg plus CLOTRIMAZOLE 10mg CREAM 5g

168. 12 Bot CHLORAMPHENICOL OTIC DROPS

169. 36 Bot CROTAMITON 10% LOTION 60ml

170. 12 Tube SILVER SULFADIAZINE CREAM 5g

171. 24 Bot GENTAMICIN OTIC/EYE DROPS (BRANDED)

172. 24 Bot POSTOP EYE DROPS

173. 24 Bot POSTOTIC EAR DROPS

174. 24 Tube QUADRIDERM CREAM 5G

175. 24 Tube FLUOCINOLONE ACETONIDE 0.01% CREAM 5G

176. 12 Tube TERRAMYCIN EYE OINTMENT 3.5G

177. 12 Tube TERRAMYCIN SKIN ANTIBIOTIC 5G

178. 24 Pcs SULFUR POWDER 10G

179. 24 Bot VISINE/ EYE MO 10mL "RED EYE"

180. 24 Bot VISINE/ EYE MO 10mL GREEN

181. 36 Pcs WHITFIELD'S OINTMENT

182. 6 Tube KETOCONAZOLE CREAM 5g

183. 6 Tube Erythromycin ophthalmic 3g

184. 6 Tube CLOBETASOL PROPRIONATE CREAM 5g

185. 12 Bot MOXIFLOXACIN HCl 5mg/ml EYE DROPS

Page 17: Department of Justice Bureau of Corrections IWAHIG PRISON ... announcement/Medicine IPPF 1st... · required formula must be shown as provided for in ANNEX C. Or A Credit Line Certificate

IP&PF Bid Reference No. 2014-01

Supply and Delivery of Medicines and Medical Supplies for 1st Quarter 2014 (February & March)

Requirements:

a) Specify the brand name and packing of each item. b) Attached valid and authenticated certificate of product registration issued by Food and

Drug Administration (FDA) for each item. c) Attached authenticated copy of certification from manufacturer that the bidder is

authorized distributor or dealer of the products/items. d) Attached certificate of exclusive distributorship (if applicable). e) Expiration date of each item must not be less than 2 (two) years from date of

acceptance. Bidders statement of compliance on the above requirements: _______________________________________________________ Signature over Printed Name of Authorized Representative

2. The IWAHIG PRISON & PENAL FARM now invites eligible bidders with valid, current and

authenticated LICENSE TO OPERATE (LTO) issued by FOOD AND DRUGS ADMINISTRATION (FDA) as manufacturer, distributor, wholesaler, importer or trader of drugs and medicine. The delivery of the GOODS shall be within fifteen (15) calendar days upon receipt of Notice to Proceed (NTP)

3. Bidders should have completed, within two (2) years from the date of submission and receipt of bids, a single contract similar to the Project equivalent to twenty five percent (25%) of the ABC. The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II. Instructions to Bidders.

4. Bidding will be conducted through open competitive bidding procedures using a non-discretionary “pass/fail” criterion as specified in the Implementing Rules and Regulations (IRR) of Republic Act (RA) 9184, otherwise known as the “Government Procurement Reform Act”.

5. 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 5183 and subject to Commonwealth Act 138.

6. The Invitation to Bid and Checklist of Requirement may be downloaded from the website of the Philippine Government Electronic Procurement System (PhilGeps) and BuCor website www.bucor.gov.ph. The complete set of Bidding Documents may be purchased by the interested

bidder upon payment of a non refundable fee of Php 1,000.00 7. The Bidding Documents shall be received personally by the prospective bidder or his duly

authorized representative upon presentation of proper identification.

Page 18: Department of Justice Bureau of Corrections IWAHIG PRISON ... announcement/Medicine IPPF 1st... · required formula must be shown as provided for in ANNEX C. Or A Credit Line Certificate

IP&PF Bid Reference No. 2014-01

Supply and Delivery of Medicines and Medical Supplies for 1st Quarter 2014 (February & March)

8. Bidders must first pay the non refundable fee for the Bidding Documents on or before the date of

Pre- Bid Conference, to have a legal personality to raise or submit written queries or clarification in the Conference

Bidders are encouraged to send their authorized technical representative or personnel who are familiar

with the bid requirements and will prepare the documents for the bidder

9. The Schedule of Bidding Activities shall be as follows:

Activities Date/Time Venue

1. Sale and Issuance of Bid Documents

February 10, 2014 to February 16, 2014; Mondays to Fridays; 8:00 A.M. to 5:00 P.M.

BAC/BAC SECRETARIAT OFFICE, Iwahig Prison & Penal Farm, Puerto Princesa City

2. Submission and Opening of Bid Documents

February 17, 2014 (10 A.M.)

Regional Building, Central Sub-Prison, IPPF, Puerto Princesa City

10. Interested bidders may obtain further information from the BAC Secretariat c/o Dr. Monette M. Martin at the Bids & Awards Committee Office , Iwahig Prison & Penal Farm from 8:00 AM to 5:00 PM, Mondays to Fridays starting February 10, 2014 or call at cel no. 09351925747;

Any queries relative to the contents of the bid documents and the project requirements can only be made by the suppliers who purchased the bid documents not later than ten (10) calendar days prior to the schedule Submission & Opening of Bids.

11. The The Iwahig Prison & Penal Farm reserves the right to accept or reject any bid, to annul the bidding process, and to reject all bids at any time prior to contract award, without thereby incurring any liability to the affected bidder or bidders. (Sgd) Dr. ARNEL Y. BONDOC Chair, Bids & Awards Committee