Tender Details
Title

PROCUREMENT OF 15.6 MONITOR ASSEMBLY (BRAND NEW) PART NO: 5764466-S COMPATIBLE WITH ULTRASOUND MACHINE GE VERSANA TONDO MEDICAL CENTER

Country
Language
English
Organization
Published Date
11.10.2024
Deadline Date
16.10.2024
Overview
PROCUREMENT OF 15.6 MONITOR ASSEMBLY (BRAND NEW) PART NO: 5764466-S COMPATIBLE WITH ULTRASOUND MACHINE GE VERSANA Request for Quotation (RFQ)   Reference Number 11343457   Procuring Entity TONDO MEDICAL CENTER   Title PROCUREMENT OF 15.6 MONITOR ASSEMBLY (BRAND NEW) PART NO: 5764466-S COMPATIBLE WITH ULTRASOUND MACHINE GE VERSANA   Area of Delivery Metro Manila   Printable Version Solicitation Number: NP – SVP – 24 – 221 Trade Agreement: Implementing Rules and Regulations Procurement Mode: Negotiated Procurement - Small Value Procurement (Sec. 53.9) Classification: Goods Category: Radiological/Diagnostic Equipment Approved Budget for the Contract: PHP 231,000.00 Delivery Period: 7 Day/s Client Agency: Contact Person: Vina P. Lalican Assistant II H. Lopez Blvd., Balut, Tondo Manila Metro Manila Philippines 1013 63-62-88659000 bac@tmc.doh.gov.ph Status Active Associated Components Order Bid Supplements 0 Document Request List 0 Date Published 11/10/2024 Last Updated / Time 11/10/2024 12:00 AM Closing Date / Time 16/10/2024 10:00 AM Description Department of Health TONDO MEDICAL CENTER ISO 9001:2015 Certified Philhealth Accredited “Health care within your reach” Name of the Procuring Entity: TONDO MEDICAL CENTER Name of the Project: PROCUREMENT OF 15.6 MONITOR ASSEMBLY (BRAND NEW) PART NO: 5764466-S COMPATIBLE WITH ULTRASOUND MACHINE GE VERSANA Location of the Project: Tondo Medical Center Balut, Tondo Manila SVP No.: NP – SVP – 24 – 221 _______________________ Name of Company ________________________ Address Please quote your lowest price on the item/s listed below, subject to the General Conditions, stating the shortest time of delivery. Overbid price will automatically be rejected during the Opening of Bids. Submit your quotation duly signed by your representative at the Procurement Section or email us at procurement@tmc.doh.gov.ph not later than 16 October 2024, 10:00AM. Signed RYAN E. CABANCE, MD, FPSO-HNS Chairperson Bids and Awards Committee NOTE: 1. Delivery period is within seven (7) days upon receipt of approved Notice To Proceed (NTP). 2. Price validity shall be for a period of __30__ calendar days; 3. Bidders are entitled to one (1) bid only, otherwise, all bids made shall be automatically be rejected; Attachments: 1. Duly accomplished and signed Technical Specifications using the attached form 2. Duly accomplished and signed Price Schedule using the attached form; 3. PhilGEPS Organization number or updated PhilGEPS Certificate Should your company be declared as the Lowest/Single Calculated Bidder (L/SCB), submit the following within five (5) calendar days from the receipt of Post-Qualification letter: 1. Current Mayor’s Permit issued by the city or municipality where the principal place of business of the prospective bidder is located; 2. BIR Certificate; 3. SEC or DTI Certification 4. Notarized Omnibus Sworn Statement, with Special Power of Attorney or Secretary’s Certificate, whichever is applicable 5. Certificate of after-sales service/parts, if applicable (Warranty, calibration, consumables, technician, service center, etc.) 6. Product Demonstration / Brochure Technical Specifications Republic of the Philippines Department of Health TECHNICAL SPECIFICATION Item No 1. 15.6 MONITOR ASSEMBLY (brand new) Part No: 5764466-S compatible with ultrasound machine GE Versana Qty 1 unit Name of Manufacturer: Country of Origin: Brand: Model: ABC: Php. 231,000.00 Purchase's Specification Supplier's Specifications (State Comply or Not Comply) 15.6 MONITOR ASSEMBLY (brand new) Part No: 5764466-S compatible with ultrasound machine GE Versana Essential SN: 6021637WXO Warranty: 90 days Electrical:  Power Voltage: 100-240 VAC  Power Frequency: 50/60Hz  CPU: Qual Core 2.0GHZ  Storage: SSD 128GB (Optional 500GB)  Standard USB 2.0  Monitor, 1920*1080 Edp, 60HZ * 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. * for additional specification/s, kindly state it in the Supplier’s Specification column NAME OF COMPANY: _______________________________________________________________ ADDRESS: __________________________________________________________________________ SIGNATURE OVER PRINTED NAME: __________________________________________________ (Duly authorized to sign the Bid) TELEPHONE / MOBILE NO.: __________________________________________________________ EMAIL ADDRESS: ___________________________________________________________________ PRICE SCHEDULE PROCUREMENT OF 15.6 MONITOR ASSEMBLY (BRAND NEW) PART NO: 5764466-S COMPATIBLE WITH ULTRASOUND MACHINE GE VERSANA NP-SVP-24-221 Item No. Item Description Qty. Unit Unit Cost Total Cost TOTAL AMOUNT • All price offered (unit price and total bid price) must be typed or written legibly in indelible ink. After having carefully read and accepted your conditions, I / We quote you on the item/s at prices noted above. NAME OF COMPANY: _______________________________________________________________ ADDRESS: __________________________________________________________________________ SIGNATURE OVER PRINTED NAME: __________________________________________________ (Duly authorized to sign the Bid) TELEPHONE / MOBILE NO.: __________________________________________________________ EMAIL ADDRESS: ___________________________________________________________________ Omnibus Sworn Statement (Revised) [shall be submitted with the Bid] _________________________________________________________________________ REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF ______ ) S.S. AFFIDAVIT I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant], after having been duly sworn in accordance with law, do hereby depose and state that: 1. [Select one, delete the other:] [If a sole proprietorship:] I am the sole proprietor or authorized representative of [Name of Bidder] with office address at [address of Bidder]; [If a partnership, corporation, cooperative, or joint venture:] I am the duly authorized and designated representative of [Name of Bidder] with office address at [address of Bidder]; 2. [Select one, delete the other:] [If a sole proprietorship:] As the owner and sole proprietor, or authorized representative of [Name of Bidder], I have full power and authority to do, execute and perform any and all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract for [Name of the Project] of the [Name of the Procuring Entity], as shown in the attached duly notarized Special Power of Attorney; [If a partnership, corporation, cooperative, or joint venture:] I am granted full power and authority to do, execute and perform any and all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract for [Name of the Project] of the [Name of the Procuring Entity], as shown in the attached [state title of attached document showing proof of authorization (e.g., duly notarized Secretary’s Certificate, Board/Partnership Resolution, or Special Power of Attorney, whichever is applicable;)]; 3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the Government Procurement Policy Board, by itself or by relation, membership, association, affiliation, or controlling interest with another blacklisted person or entity as defined and provided for in the Uniform Guidelines on Blacklisting; 4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original, complete, and all statements and information provided therein are true and correct; 5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized representative(s) to verify all the documents submitted; 6. [Select one, delete the rest:] [If a sole proprietorship:] The owner or sole proprietor is not related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; [If a partnership or cooperative:] None of the officers and members of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; [If a corporation or joint venture:] None of the officers, directors, and controlling stockholders of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; 7. [Name of Bidder] complies with existing labor laws and standards; and 8. [Name of Bidder] is aware of and has undertaken the responsibilities as a Bidder in compliance with the Philippine Bidding Documents, which includes: a. Carefully examining all of the Bidding Documents; b. Acknowledging all conditions, local or otherwise, affecting the implementation of the Contract; c. Making an estimate of the facilities available and needed for the contract to be bid, if any; and d. Inquiring or securing Supplemental/Bid Bulletin(s) issued for the [Name of the Project]. 9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee, or any form of consideration, pecuniary or otherwise, to any person or official, personnel or representative of the government in relation to any procurement project or activity. 10. In case advance payment was made or given, failure to perform or deliver any of the obligations and undertakings in the contract shall be sufficient grounds to constitute criminal liability for Swindling (Estafa) or the commission of fraud with unfaithfulness or abuse of confidence through misappropriating or converting any payment received by a person or entity under an obligation involving the duty to deliver certain goods or services, to the prejudice of the public and the government of the Philippines pursuant to Article 315 of Act No. 3815 s. 1930, as amended, or the Revised Penal Code. IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at ____________, Philippines. [Insert NAME OF BIDDER OR ITS AUTHORIZED REPRESENTATIVE] [Insert signatory’s legal capacity] Affiant [Jurat] [Format shall be based on the latest Rules on Notarial Practice] Created by Vina P. Lalican Date Created 09/10/2024 The PhilGEPS team is not responsible for any typographical errors or misinformation presented in the system. PhilGEPS only displays information provided for by its clients, and any queries regarding the postings should be directed to the contact person/s of the concerned party.       TONDO MEDICAL CENTER
NAICS
Power Business Instruments and Related Products Manufacturing for Measuring Other Direct Insurance (except Life Justice Specialized Freight (except Used Goods) Trucking Electric Power Transmission Regulation Justice Other Justice Machinery Regulation Medical Direct Insurance (except Life Direct Life International Other Similar Organizations (except Business General Freight Trucking Management Other Justice Other Similar Organizations (except Business Agencies Medical
CPVS
Earthmoving and excavating machinery, and associated parts Control, safety, signalling and light equipment Calendars Sections Boards Control, safety or signalling equipment for inland waterways Office, school and office equipment cleaning services Permits Control, safety or signalling equipment for parking facilities Command, control, communication systems Control, safety or signalling equipment for port installations Command, control, communication and computer systems Forms Monitors Bars, rods, wire and profiles used in construction Pressure-reducing, control, check or safety valves Other services Bars Seats, chairs and related products, and associated parts Control, safety or signalling equipment for roads Display cases Electrical, electromagnetic and mechanical treatment Ink Brochures Sole Control, safety or signalling equipment for airports Soles Dates
UNSPSC
Boards Calendars Display cases Awards Business cases Storage General goods storage Project management Co financing Bars Trade agreements Machine made parts Equipment cases Uniforms Case making services Financial Instruments, Products, Contracts and Agreements Work uniforms High Frequency Radio Set, Mobile Tent, for office use Very High Frequency Radio Set, Mobile Suction pump, electrical Clinical laboratory and toxicology testing systems, components, and supplies Clinical laboratory and toxicology testing systems, components, and supplies
Regions
APEC Countries Asia
Sectors
Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Minerals and Mining Bridges and Tunnels Postal and Courier Services Roads and Highways-Bridge Infrastructure Law and Legal Printing and Publishing Services Railways-Rail-Railroad Defence and Security Electricity Construction Consultancy Energy-Power and Electrical Computer Hardwares and Consumables Aviation Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert