VALENZUELA MEDICAL CENTERValid joint venture agreement (JVA), (if applicable) in case the joint...

6
Page 116 AL L FOR HEALTH -'l:OWARDSlllllBEZll HEALTH FOR ALL "Valenzuela Medical Center ... Where your health matters most" Issued pursuant to Sec. 22.5 of the IRR of R.A. 9184 to clarify and/or amend certain provisions in the Bidding Documents issued for this project, considering the issues raised and clarifications made by prospective bidders during the Pre-Bid Conference held on 15 Nonvember 2019. The conference started at 9:00am and presided by Mr. Edsel S. Martin, Vice-Chairperson of Bids & Awards Committee (BAC), held at the Conference Room, Valenzuela Medical Center, Padrigal St., Karuhatan, Valenzuela City. He acknowledged the presence of all representatives of each prospective bidder, the members of the BAC Committee, BAC Secretariat, TWG Members as well as the invited observers. He reminded everyone that the Committee strictly adheres to Republic Act No. 9184 or the Government Procurement Act and the Standard Public Bidding Documents. However, the Committee can make additions aside from what is stated in the Philippine Standard Bidding Documents to such extent allowable under prevailing rules and regulations. Ms. Flordeliza Leoncio - End-User Ms. Daisy T. Baldoza - TWG Mr. Jose Liberato Duenas - TWG Mr. Lester Reyes - Observer Mr. Lawrence S. Bartolome - Observer Ms. Kristine Joy Manuel - Observer Ms. Rufina F. Vadil - Observer Ms. Ma. Teresa Tan - COA Dr.Rose Angeli F. Dadural - Enduser TWG, END-USERS & OBSERVERS: Ms. Catherine F. Sofia - Observer Ms. Dona D. Salmos - End-User Dr. William D. Dionisio - TWG Pstr. Napoleon Saluba - Observer Ms. Cristina Villaluz - TWG Mr. Roderick R. Balagtas - Observer Ms. Almira Satumba - Observer Ms. Nieves Briones - Observer Ms. Shirlene V. Vianzon - Observer PROSPECTIVE BIDDERS Ms. Jenny rose V. Veluz - Rite-Tech Marketing Ms. Gladys C. Ynot - Bbraun / Mice! Corporation Ms. Marilou M. Carpio - Kulits Enterprises Ms. Elisa Soriano - Mice! Corporation Mr. David Joseph Miranda - JNJ / Zuellig Ms. Marinet L. Martin - South East Star Enterprises BAC SECRETARIAT: Ms. Ligaya E. Ubalde - Head-BAC Secretariat Ms. Angelita B. Dayego Ms. Flordeliza D. Codia Mr. Rannier John C. Fajardo BIDS &AWARDS COMMITTEE: Mr. Edsel S. Martin - Vice Chairperson Ms. Agnes D. Manalili - Member Engr.Zoraida S. Cuadra - Member Dr. Manuel Pocsidio - Member Mr. Gerbert Torres - Member The following were present during the conference: BID BULLETIN NO. 1 15 November 2019 (Minutes of the Pre-Bid Conference) Procurement of Various Sutures Cy 2020 Republic of the Philippines Department of Health National Capital Regional Office VALENZUELA MEDICAL CENTER Padrigal St., Karuhatan, ValenzuelaCity Tel. No. 294-6711to16, Telefax 291-4259 Email address: valgen_hosp@yahoo.com '

Transcript of VALENZUELA MEDICAL CENTERValid joint venture agreement (JVA), (if applicable) in case the joint...

  • Page 116

    ALL FOR HEALTH -'l:OWARDSlllllBEZll HEALTH FOR ALL

    "Valenzuela Medical Center ... Where your health matters most"

    Issued pursuant to Sec. 22.5 of the IRR of R.A. 9184 to clarify and/or amend certain provisions in the Bidding Documents issued for this project, considering the issues raised and clarifications made by prospective bidders during the Pre-Bid Conference held on 15 Nonvember 2019.

    The conference started at 9:00am and presided by Mr. Edsel S. Martin, Vice-Chairperson of Bids & Awards Committee (BAC), held at the Conference Room, Valenzuela Medical Center, Padrigal St., Karuhatan, Valenzuela City. He acknowledged the presence of all representatives of each prospective bidder, the members of the BAC Committee, BAC Secretariat, TWG Members as well as the invited observers. He reminded everyone that the Committee strictly adheres to Republic Act No. 9184 or the Government Procurement Act and the Standard Public Bidding Documents. However, the Committee can make additions aside from what is stated in the Philippine Standard Bidding Documents to such extent allowable under prevailing rules and regulations.

    Ms. Flordeliza Leoncio - End-User Ms. Daisy T. Baldoza - TWG Mr. Jose Liberato Duenas - TWG Mr. Lester Reyes - Observer Mr. Lawrence S. Bartolome - Observer Ms. Kristine Joy Manuel - Observer Ms. Rufina F. Vadil - Observer Ms. Ma. Teresa Tan - COA Dr.Rose Angeli F. Dadural - Enduser

    TWG, END-USERS & OBSERVERS: Ms. Catherine F. Sofia - Observer Ms. Dona D. Salmos - End-User Dr. William D. Dionisio - TWG Pstr. Napoleon Saluba - Observer Ms. Cristina Villaluz - TWG Mr. Roderick R. Balagtas - Observer Ms. Almira Satumba - Observer Ms. Nieves Briones - Observer Ms. Shirlene V. Vianzon - Observer

    PROSPECTIVE BIDDERS Ms. Jenny rose V. Veluz - Rite-Tech Marketing Ms. Gladys C. Ynot - Bbraun / Mice! Corporation Ms. Marilou M. Carpio - Kulits Enterprises Ms. Elisa Soriano - Mice! Corporation Mr. David Joseph Miranda - JNJ / Zuellig Ms. Marinet L. Martin - South East Star Enterprises

    BAC SECRETARIAT: Ms. Ligaya E. Ubalde - Head-BAC Secretariat Ms. Angelita B. Dayego Ms. Flordeliza D. Codia Mr. Rannier John C. Fajardo

    BIDS &AWARDS COMMITTEE: Mr. Edsel S. Martin - Vice Chairperson Ms. Agnes D. Manalili - Member Engr.Zoraida S. Cuadra - Member Dr. Manuel Pocsidio - Member Mr. Gerbert Torres - Member

    The following were present during the conference:

    BID BULLETIN NO. 1 15 November 2019

    (Minutes of the Pre-Bid Conference) Procurement of Various Sutures Cy 2020

    Republic of the Philippines Department of Health

    National Capital Regional Office VALENZUELA MEDICAL CENTER

    Padrigal St., Karuhatan, ValenzuelaCity Tel. No. 294-6711to16, Telefax 291-4259

    Email address: [email protected]

    '

  • Pl'l!7e: ?.16

    ALL FOR HEALTH - TOWARDS llliilllimD HEALTH FOR ALL

    "Valenzuela Medical Center ..• Where your health matters most"

    )> Documents Comprising the Bid: Eligibility and Technical Components -1st Envelope (A) Eligibility Documents

    (Bid Form, Bid Offer, Others·CPR/CGMP) Original wtth Copy 1

    Contents of Mother Envelope

    FINANCIAL COMPONENTS ELIGIBILITY 0: TECHNICAL COMPONENTS (EllB1btuty and Technical Documents) Original with Copy 1

    Mother

    Envelope

    • Bidders shall submit their bids through their duly authorized representatives using the forms specified in the Bidding Documents in two (2) separate sealed envelopes, which shall be submitted simultaneously.

    • Bidders shall enclose the "Original" and "Copy 1" of their Eligibility and Technical Documents in a separate envelope marked ELIGIBILITY and TECHNICAL COMPONENTS. The "Original" and "Copy 1" of their Financial Documents (Bid Form, Bid Offer & others) shall be enclosed in a separate envelope marked FINANCIAL COMPONENTS.

    • These 2 envelopes shall be enclosed in any sealed Box (preferably Data File Box) with cover.

    • No color preference for the Folders and Boxes. • All documents to be submitted as part of the Bid should be arranged in chronological

    order based in the Checklist provided by the BAC. Further, the documents should be tabulated in words. Failure to follow instructions will mean disqualification.

    )> PRESENTATION OF BIDS:

    • State item to be bid only • For evaluation of item 3pcs - 500.00 - 999.00

    5pcs - 500 and below 1pc. - 1000.00 and above

    • Item must be individually pack

    e e 0 e l Wit t e o owma ranze: ABC to be Bid Maximum Cost of Bidding Documents

    (in Philinnine Peso) 500,000 and below 500.00 More than 500,000 up to 1 Million 1,000.00 More than 1 Million up to 5 Million 5,000.00 More than 5 Million up to 10 Million 10,000.00 More than 10 Milken up to 50 Million 25,000.00

    • Payment of Bidding Documents: It was agreed that the basis of the computation will b th ABC t b bid . h h f II

    BUSINESS MATTERS:

  • Page 316

    ADDITIONAL REQUIRED DOCUMENTS: 1. Bidding Documents duly signed/initialed by the authorized representative of the

    prospective bidder (each page) 2. Document Request List (DRL) from PhilGEPS 3. Bid Bulletin/s 4. Certificate from the manufacturer to distribute their products or Exclusive

    ALL FOR HEALTH -TOWARDS- HEALTH FOR~LL

    "Valenzuela Medical Center ... Where your health matters most"

    (ii) Sworn statement by the prospective bidder or its duly authorized representative in the form prescribed by the GPPB (Duly Notarized)

    2. Conformity with Technical Specifications as enumerated and specified in Sections VI of the Bidding Documents (use the template in the bidding documents)

    (ii) 1. Conformity with Schedule of Requirements as enumerated and specified in Sections VII of the Bidding Documents (use the template in the bidding documents)

    no percentage required Validity (120 days after Bid Opening)

    5% of ABC to be bid

    2% of ABC to be

    (i) Bid Security in the prescribed form, amount and validity period i. Form

    a. Cash, Cashier's/ Manager's Check, Bank Guarantee/ bid Draft or Irrevocable Letter of Credit issued by a Universal or Commercial Bank;

    b. Surety Bond c. Bid Securing Declaration

    (B) Technical Documents

    Class "B" Documents 1. Valid joint venture agreement (JVA), (if applicable) in case the joint venture is

    already in existence. In the absence of a JVA, duly notarized statements from all the potential joint venture partners starting that they will enter into and abide by the provisions of the JVA in the instance that the bid is successful shall be included in the bid. Failure to enter into a joint venture in the event of a contract award shall be ground for the forfeiture of the bid security. Each partner of the joint venture shall submit the legal eligibility documents. The submission of technical and financial eligibility documents by any of the joint venture partners constitutes compliance.

    1. The prospective bidder's computation of its Net Financial Contracting Capacity's (NFCC's) K Factor shall be fixed at 15 regardless of contract duration or Bank Guarantee which should be at least equal to ABC or Certificate of Credit Line equivalent to 10% of the ABC from a Universal or Commercial Bank (for goods only). (K=15)

    (iii)

    (ii) 1. Statement of ALL on-going 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.

    2. Statement of Single Largest Completed Contract of similar nature within the last three (3) years.

    - Attach any Purchase Order, Contract or Notice of Award as proof - Amount of the Completed Contract should be at least twenty-five percent (25%)

    of the ABC to be Bid

    1. Certificate of PhilGEPS Registration (Platinum)

    Class "A" Documents: (i)

  • Pag:e 416

    - Bid Opening is on December 3, 2019 at 11:00am - Deadline of submission of written queries/request for amendments is on 3 December,

    2019. - All bid proposals should be ring bound with appropriate tabulations in words. - Bid Security will be forfeited if withdrawn during the validity period. - Notice of Award will be faxed to winning bidders. The following day will be counted as

    1st day of receipt. - In the Summary of Bids, ''From Within the Phils Form" shall be used if manufactured

    abroad or within the Philippines. Used the latest form as stated in the bidding documents. Expiration of Supplies - It should be 18 months. If less than 18 months it should be accompanied with letter of commitment to replace the product before the expiration date; provided that the expiration should not be less than twelve (12) months. Provide the Guarantee Letter during the delivery otherwise the items will not be accepted.

    - During delay of delivery, request for extension of delivery should be put in writing and subject for recommending approval of head of unit/ end-user and approval of Medical Center Chief II. 7CD will be the maximum extension allowed. If not delivered after 7CD,

    ALL FOR HEALTH -TOWAnos-- HEALTH FOR ALL

    "Valenzuela Medical Center •.. Where your health matters most"

    ADDITIONAL CLARIFICATIONS:

    1. SEC/DTI Registration Certificate or CDA for Cooperative 2. Mayor's Permit or Business Permit or equivalent document

    - In case of recently expired Mayor's/Business permit, it shall be accepted together with an official receipt as proof that the bidder has applied for renewal. Renewed permit to be submitted as Post Qualification requirement.

    3. BIR Registration Certificate (Form 2303) 4. Tax Clearance Certificate 5. Audited Financial Statement 2017-2018 duly received by BIR with 2018 ITR 6. License to Operate - Not Applicable for Outsourcing Procurement (TSD of Infectious

    Waste, Security Services and Linen Leasing and Laundry Outsourced Service)

    The following documents should be submitted within 5 days after being the declared as LCB or SSRS in lieu of the following documents:

    » Documents Comprising the Bid: Financial Components - 2nd Envelope The second envelope shall contain the financial information/documents as specified in the PBDs:

    1. Bid Form (Use the template in the bidding documents) 2. Summary of Bids

    Note: Item No. in column 1 and up should be in accordance with the agency's item nos. Indicate the item description and brand of the item in column 2 after the description. STATE THE DESCRIPTION AS INDICATED IN THE PACKAGING, CPR AND CGMP (If Applicable). The Summary of Bid Form should be filled completely. The final unit price should be stated. Failure in !Wing it up completely or not following these instructions will mean disqualification on the part of the bidder.

    3. Certificate of Product Registration and Current Good Manufacturing Practice (If Applicable)

    The date of the expiration should be valid during the Bid Opening or accompanied by an Official Receipt for renewal and FDA Tracking Form. Note: State the line item nos. per CPR/CGMP at the upper right portion and shade (highlight) the expiration date

    Distributorship or any Equivalent Document - Not Applicable for Outsourcing Procurement (TSD of Infectious Waste, Security Services and Linen Leasing and Laundry Outsourced Service)

    5. Certificate of Good Performance from at least one (1) Government or Private Hospital except from VMC (CY 2017-2018)

    6. Secretary's Certificate (if corporate entity) or Authority of the Signatory (if single proprietorship)

  • Page516

    ALL FOR HEALTH -TOWARDS- HEAlTH FOR ALL

    "Valenzuela Medical Center ... Where your health matters most"

    JOSEPH . - COM, MD, FPOA Chairman, BAC

    Prepared by:

    MS. L~ E. UBALDE Head, BAC Secretariat

    The pre-bidding conference was adjourned at 3:30 pm.

    All other provisions of the bidding documents not affected by revisions included in this Bid Bulletin shall remain in effect. Amendments/inclusions/clarifications made herein shall be considered an integral part of the Bidding Documents.

    Please see attached Annex A. No changes for the items not stated in the Annex A.

    AMENDMENTS TO THE TECHNICAL SPECIFICATION/ DESCRIPTION OF THE ITEMS -

    1. The needle should not easily bend or break during use. 2. The thread should not easily detach from the needle during use. 3. The Thread should not easily break during use. 4. The thread should not easily fluff (himulmol) during use.

    FUNCTIONAL SPECIFICATION/ PERFORMANCE DESCRIPTION:

    full performance security will be forfeited as well as cancellation of the award. - Request for cancellation of awarded items will be subjected to penalty to the

    performance bond which will be deducted to the succeeding payment/disbursement voucher (outright deduction).

    - CTC of documents by the bidder itself are acceptable provided that the bidder will submit the Omnibus Sworn Statement. (Note: State CTC based on original, photocopy, etc.)

    - Any document or certification issued outside Philippines should be accompanied by the official red ribbon (authentication) by the Philippine Consular Office/Embassy where the subject document or certification is issued.

    - Submission of actual products by the LCB for Post-Qualification Evaluation and/or assessment shall be made upon discretion of the BAC. On-site inspection/evaluation should be requested in writing subject for approval.

    - No delivery beyond 4:00 p.m.

  • Page 616

    ALL FOR HEALTH -TOWARDS-- HEALTH FOR ALL

    "Valenzuela Medical Center •.• Where your health matters most"

    ITEM UNIT QTY UNIT AMOUNT TOT AL AMOUNT Delivery NO. DESCRIPTION Schedule

    5WD upon Braided Absorbable Suture receipt of

    NTP and 1 Polyglactin/Polyglycolide-co-lactide pc 1200 400.00 480,000.00 Succeeding size 2.0, 90cm, 36-37 circle taper deliveries

    needle with schedule

    Braided Absorbable Suture

    2 Polyglactin/Polyglycolide-co-lactide pc 2500 400.00 1,000,000.00 -do- size 0, 90cm, 36mm-37mm 1/2 circle taoer needle Braided Absorbable Suture

    3 Polyglactin/Polyglycolide-co-lactide pc 2500 400.00 1,000,000.00 -do- size 1, 90cm, 40mm 1/2 circle taper needle Braided Absorbable Suture

    4 Polyglactin/Polyglycolide-co-lactide pc 300 400.00 120,000.00 -do- size 3.0, with round needle, 26mm, 70cm-75cm

    Chromic Absorbable suture size 3.0 pc 1000 120.00 120,000.00 -do- 5 cutting needle, 75cm Nylon 4.0, 45cm-75cm, 19mm-26mm, pc 500 450.00 225,000.00 -do- 6 cuttina needle Nylon 3.0, 45cm-75cm, 19mm-26mm, pc 1500 450.00 675,000.00 -do- 7 cuttina needle Polypropylene Monofilament, non-

    200 408.00 81,600.00 -do- 8 absorbable suture 2.0 round needle, pc 31-37mm Polyglecaprone absorbable

    2000 416.00 832,000.00 -do- 9 monofilament suture size 1, 36- pc 37mm, 90cm round needle Polyglecaprone absorbable

    1200 416.00 499,200.00 -do- 10 monofilament suture size 4, 70-75cm, pc 19mm, 3/8-1/2 reverse cuttina needle Silk 2.0, 24mm-26mm, 75cm cutting pc 400 200.00 80,000.00 -do- 11 needle Silk 3.0, 24mm-26mm, 75cm cutting pc 1200 200.00 240,000.00 -do- 12 needle Silk 3.0, 24mm-26mm, 75cm round pc 2800 200.00 560,000.00 -do- 13 needle Special set made of non-absorbable pc 24 1,463.37 35,120.88 -do- 14 oolvester white taoe 50cm size 0.5cm

    14 Line items QUANTITY

    PHP S,947,920.88 APPROVED BUDGET OF THE CONTRACT

    PROCUREMENT OF VARIOUS SUTURES CY 2020 PROJECT TITLE

    Section VII. Technical Specifications Annex A.