Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
November 27, 2020
SUBJECT : INVITATION FOR NEGOTIATED PROCUREMENT
Under Bids and Awards Committee (BAC) Resolution No. 2020-0664A dated November 06, 2020, BAC
approved to procure through Alternative Method of Procurement-Negotiated Procurement (Emergency
Cases) under Republic Act No. 11494 or Bayanihan to Recover as One Act (Bayanihan 2) for the utilization of
the BatMc’s Bayanihan to Heal as One Act Funds for Various Medical Equipment Under Bayanihan to Heal
as One Act or RA 11469 per Department of Health issued Department Order No. 2020-0190 dated May 05,
2020, amounting to, as follows:.
EQUIPMENT QTY UNIT PRICE (Php) TOTAL AMOUNT(Php)
Supply and Delivery of Video Laryngoscope (Anesthesia)
FOUR (4)SETS
2,000,000.00
8,000,000.00
In view of the foregoing, BAC invites your company to participate in the negotiation of the aforementioned
project procurement in accordance with Section 53.2 of the Implementing Rules and Regulations (IRR) of
Republic Act (R.A.) No. 9184, otherwise known as the “Government Procurement Reform Act.” For more
details on this project, please refer to the attached Schedule of Requirements and Technical Specifications
(Annexes).
Should you wish to join in this endeavor, kindly submit the complete set of your Official Proposal until
12:00pm of December 03, 2020 through Electronic Mail (email) at [email protected]
For further information, please feel free to contact the BAC Secretariat at (043) 740-8303 local 1129.
Please note that Batangas Medical Center reserves the right to accept or reject any offer, to annul the
negotiation process, and reject all offers at any time prior to contract award, without thereby incurring any
liability to the affected firms.
(Sgd.) ELIZABETH V. PALINES,MD,FPPS,FCNSP,FPNA
Chairperson
Hospital Bids and Awards Committee
ITEMPROCURING ENTITY
Specification as Technical Offer
BIDDER’S OFFER
Specification as Technical Offer
STATEMENT OF
COMPLIANCE
Video Laryngoscope
Set
Quantity: 4
Total ABC: EIGHT MILLION PESOS ONLY
(PHP 8,000,000.00)
Technical Specifications:
- Monitor for Complementary Metal Oxide
Semiconductor (CMOS) Endoscopes
- Monitor with at least 1280 x 800- pixel
resolution, two camera inputs, a USB and
HDMI post, optimized user interface, video
and image capture in real time on SD card (at
least 64 gb), playback of recorded video clips
and still images, data transfer from SD card
to USB flash drive
- rechargeable Li-on batteries
- total of at least 12 blades that can be
divided into the 4 sets (at least 3 blades per
set) designed with CMOS technology,
optimized system interface, documentation
of images and video sequences capable.
Must include at least the following blades:
• Blade for difficult intubation (quantity: 1
pediatric, 1 adult)
• Miller 0 (quantity: 2)
• Miller 1 (quantity: 2)
• Macintosh 2 (quantity: 2)
• Macintosh 3 (quantity: 1)
• Macintosh 4 (quantity: 3)
- Connecting Cable, length 200-250 cm, to
connect blade to monitor
- Rollable stand for monitor with anti-static
castors
ANNEX B
Republic of the Philippines
Department of Health
TECHNICAL SPECIFICATIONSNEGOTIATED PROCUREMENT-EMERGENCY CASE
Video Laryngoscope Set
ITEMPROCURING ENTITY
Specification as Technical Offer
BIDDER’S OFFER
Specification as Technical Offer
STATEMENT OF
COMPLIANCE
Physical Description:
- Monitor is 5-10" with two camera inputs, a
USB and HDMI post, optimized user interface
- Splash proof, suitable for wipe disinfection,
shock resistant
- total of at least 12 blades that can be
divided into the 4 sets (at least 3 blades per
set) designed with CMOS technology,
optimized system interface, documentation
of images and video sequences capable.
Must include at least the following blades:
• Blade for difficult intubation (quantity: 1
pediatric, 1 adult)
• Miller 0 (quantity: 2)
• Miller 1 (quantity: 2)
• Macintosh 2 (quantity: 2)
• Macintosh 3 (quantity: 1)
• Macintosh 4 (quantity: 3)
- Connecting Cable, length 200-250 cm, to
connect blade to monitor
- Stand for monitor: rollable, height 100-150
cm, with antistatic castors, crossbar for
positioning the monitor, with tray
Utility Requirements:
- Power supply 110 – 240 VAC, 50/60 Hz.
Power adoptor for EU, UK, USA and
Australia.
- With rechargeable Li-Ion batteries
Accessories, Consumables, Spare Parts,
Other Component:
- Connecting Cable, length 200-250 cm, to
connect blade to monitor
- Stand for monitor: rollable, height 100-150
cm, with antistatic castors, crossbar for
positioning the monitor, with tray
Environmental Requirements:
Mobile:
Mobile
Delivery:
Within 120 days from receipt of purchase
order
Training, Installation & Utilization:
Training after delivery to all end-users
Warranty:
1 year on parts and service
ITEMPROCURING ENTITY
Specification as Technical Offer
BIDDER’S OFFER
Specification as Technical Offer
STATEMENT OF
COMPLIANCE
Documentation:
User manual in English
Safety & Standards :
ISO Standard
BAC Chairman
Name and Signature of Authorized Representative
Sgd. ELIZABETH V. PALINES MD,FPPS,FCNS,PFPNA
Annex C
Omnibus Sworn Statement
For the Conduct of Procurement Activities under Republic Act. No. 11494 or the
Bayanihan to Recover as One Act
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 or authorized representative of [Name of
Bidder] with office address at [address of Bidder];
If a partnership, corporation, cooperative, or joint venture: I am the duly authorized and
designated representative of [Name of Bidder] with office address at [address of Bidder];
2. Select one, delete the other:
If a sole proprietorship: As the owner and sole proprietor, or authorized representative of
[Name of Bidder], I have full power and authority to do, execute and perform any and all
acts necessary to participate, submit the bid and o sign and execute the ensuing contract
for [Name of the Project] of the [Name of the Procuring Entity], as shown in the
attached duly notarized Special Power of Attorney;
If a partnership, corporation, cooperative, or joint venture: I am granted full power and
authority to do, execute and perform any and all acts necessary to participate, submit the
bid, and to sign and execute he ensuing contract for [Name of the Project] of the [Name
of the Procuring Entity] as shown in the attached [state title of attached document
showing proof of authorization (e.g., duly notarized Secretary’s Certificate,
Board/Partnership Resolution, or Special Power of Attorney, whichever is applicable:)];
issued by the corporation or the members of the joint venture)];
3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the
Philippines or any of its agencies, offices, corporations, of 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 Procuring Entity or its duly authorized
representative(s) to verify all the documents submitted;
6. Select one, delete the rest:
If a sole proprietorship: The Owner or sole proprietor is not related to the Head of the
Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical
Working Group, and the BAC Secretariat, the head of the Project Management Office of
the end-user unit, and the project consultants by consanguinity or affinity up to the third
civil degree;
If a partnership or cooperative: None of the officers and members of [Name of Bidder] is
related to the Head of the Procuring Entity, members of the Bids and Awards Committee
(BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project
Management Office or the end-user unit, and the project consultants by consanguinity or
affinity up to the third civil degree;
If a corporation or joint venture: None of the officers, directors, and controlling
stockholders of [Name of Bidder] is related to the Head of the Procuring Entity, members
of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC
Secretariat, the head of the Project Management Office or the end-user unit, and the
project consultants by consanguinity or affinity up to the third civil degree;
7. [Name of Bidder] complies with existing labor laws and standards;
8. [Name of Bidder] is aware of and has undertaken the following responsibilities as a
Bidder in compliance with the Philippine Bidding Documents, which includes:
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
d. Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the
Project]; and
9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee,
or any form of consideration, pecuniary or otherwise, to any person or official, personnel
or representative of the government in relation to any procurement project or activity.
10. In case advance payment was made or given, failure to perform or deliver any of the
obligations and undertakings in the contract shall be sufficient grounds to constitute
criminal liability for Swindling (Estafa) or the commission of fraud with unfaithfulness or
abuse of confidence through misappropriating or converting any payment received by a
person or entity under an obligation involving the duty to deliver certain goods or
services, to the prejudice of the public and the government of the Philippines pursuant to
Article 315 of Act No. 3815 s. 1930, as amended, or the Revised Penal Code
IN WITNESS WHEREOF, I have hereunto set my hand this ____ day of ____, 20___ at
_____________________, Philippines.
[Bidder’s Representative/Authorized Signatory
[JURAT]
Annex D
Financial Proposal Form
[Date]
DR. ELIZABETH V. PALINES Chairperson Hospital Bids and Awards Committee
Dear Dr. Palines:
The undersigned offer to provide the supplies for [Title of Project] in accordance with your
Negotiation Documents dated [insert date] and our Legal/Technical Requirements. Our
attached Financial Proposal is for the sum of [amount(s) in words and figures].
Our Financial Proposal shall be binding upon us subject to the modifications resulting from
Contract negotiations, up to expiration of the bid validity period of one hundred twenty (120)
calendar days from the date of the opening of proposals/offers.
We confirm that we have read, understood and accept the contents of the Negotiation
Documents, Terms of Reference (TOR), the provisions relating to the eligibility of Supplier
and the applicable guidelines for the procurement rules of the government of the Philippines,
and other attachments and inclusions included in the Negotiation Documents sent to us.
We understand you are not bound to accept any offer you receive.
Sincerely yours,
[Signature]
[Name of Authorized Signatory]
[Name of Firm]
[Address]
SN NO. ITEM DESCRIPTION UNIT QUANTITY UNIT COSTTOTAL ABC
(PHP)UNIT COST
TOTAL COST
(PHP)
SUPPLY AND DELIVERY
OF VIDEO
LARYNGOSCOPE SET
set 4 2,000,000.00 8,000,000.00
Annex E
Name and Signature
of Authorized Representative
(Sgd.)ELIZABETH V. PALINES,MD,FPPS,FCNSP,FPNA
BATANGAS MEDICAL CENTER
FINANCIAL PROPOSALNEGOTIATED PROCUREMENT-EMERGENCY CASE
VIDEO LARYNGOSCOPE SET
PROCURING ENTITY DESCRIPTION BIDDERS OFFER
TOTAL BID AMOUNT
BAC CHAIRMAN