Philippine Bidding Documents



| |Republic of the Philippines |

| |Department of Health |

| |BAGUIO GENERAL HOSPITAL AND MEDICAL CENTER |

| |Baguio City |

| |BID DOCUMENTS | |Form No.: MCC-BAC-007 |

| | | |Revision No.: Ǿ |

| | | |Effectivity Date: September 1, 2016 |

PROCUREMENT OF VARIOUS DRUGS AND MEDICINES FOR FY 2021 (RE-BID)

Approved Budget for the Contract (ABC):

Php 24,781,305.25

PhilGEPS Posting: January 21, 2021

Pre-bid Conference: January 29, 2021, 1:30 p.m., Old Procurement Management Office, 2nd Floor, Administration Building, BGHMC, Baguio City

Bid Opening Conference: February 10, 2021, 1:30 p.m., Old Procurement Management Office, 2nd Floor, Administration Building, BGHMC, Baguio City

JANAURY 2021

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.

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.

Table of Contents

Glossary of Acronyms, Terms, and Abbreviations 4

Section II. Instructions to Bidders 11

1. Scope of Bid 12

2. Funding Information 12

3. Bidding Requirements 12

4. Corrupt, Fraudulent, Collusive, and Coercive Practices 12

5. Eligible Bidders 12

6. Origin of Goods 13

7. Subcontracts 13

8. Pre-Bid Conference 13

9. Clarification and Amendment of Bidding Documents 14

10. Documents comprising the Bid: Eligibility and Technical Components 14

11. Documents comprising the Bid: Financial Component 14

12. Bid Prices 15

13. Bid and Payment Currencies 15

14. Bid Security 16

15. Sealing and Marking of Bids 16

16. Deadline for Submission of Bids 16

17. Opening and Preliminary Examination of Bids 17

18. Domestic Preference 17

19. Detailed Evaluation and Comparison of Bids 17

20. Post-Qualification 18

21. Signing of the Contract 18

Section III. Bid Data Sheet 19

Section IV. General Conditions of Contract 30

1. Scope of Contract 31

2. Advance Payment and Terms of Payment 31

3. Performance Security 31

4. Inspection and Tests 31

5. Warranty 32

6. Liability of the Supplier 32

Section V. Special Conditions of Contract 33

Section VI. Schedule of Requirements 45

Section VII. Technical Specifications 56

Section VIII. Checklist of Technical and Financial Documents 70

Bid Form for the Procurement of Goods 73

BID FORM 73

Price Schedule for Goods Offered from Abroad 76

For Goods Offered from Abroad 76

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.”

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 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.

SECTION I

INVITATION TO BID

| |

|Notes on the Invitation to Bid |

|The Invitation to Bid (IB) provides information that enables potential Bidders to decide whether to participate in the procurement at |

|hand. The IB shall be posted in accordance with Section 21.2 of the 2016 revised IRR of RA No. 9184. |

|Apart from the essential items listed in the Bidding Documents, the IB should also indicate the following: |

|The date of availability of the Bidding Documents, which shall be from the time the IB is first advertised/posted until the deadline for |

|the submission and receipt of bids; |

|The place where the Bidding Documents may be acquired or the website where it may be downloaded; |

|The deadline for the submission and receipt of bids; and |

|Any important bid evaluation criteria (e.g., the application of a margin of preference in bid evaluation). |

|The IB should be incorporated in the Bidding Documents. The information contained in the IB must conform to the Bidding Documents and in|

|particular to the relevant information in the Bid Data Sheet. |

IB No. BAC II 2021-001

procurement of various drugs and medicines for fy 2021 (re-bid)

1. The Baguio General Hospital and Medical Center, through the Government Appropriation’s Act (GAA) and its Hospital Income intends to apply the sum of Twenty-four Million Seven Hundred Eighty-one Thousand Three Hundred Five Pesos and Twenty-five Centavos (24,781,305.25) being the ABC to payments under the contract for IB No. BAC II 2021-001. Bids received in excess of the ABC shall be automatically rejected at bid opening.

2. The Baguio General Hospital and Medical Center now invites bids for the above Procurement Project. Delivery of the Goods is required by within the fiscal year 2021. 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 BGHMC BAC II/ Procurement Management Office and inspect the Bidding Documents at the address given below during office hours, 8:00 a.m. – 5:00 p.m.

5. A complete set of Bidding Documents may be acquired by interested Bidders on January 22 to February 9,2021, 5:00 p.m. from the given address and website(s) below and upon payment of the applicable fee for the Bidding Documents, pursuant to the latest Guidelines issued by the GPPB. The Procuring Entity shall allow the bidder to present its proof of payment for the fees presented in person, or through electronic means.

|Bidding Documents Price List |

|Total of Items to Bid |Cost of Bidding Documents |

|500,000.00 – 1,000,000.00 |Php 500.00 |

|1,000,001.00 – 5,000,00.00 |Php 2,500.00 |

|5,000,001.00 – 10,000,000.00 |Php 5,000.00 |

|10,000,001.00 – 50,000,000.00 |Php 13,000.00 |

|50,000,001.00 – 500,000,000.00 |Php 30,000.00 |

6. The Baguio General Hospital and Medical Center will hold a Pre-Bid Conference[1] on January 29, 2021, 1:30 p.m. at the Old Procurement Management Office, 2nd Floor, Administration Building, BGHMC, Baguio City and/or through video conferencing or webcasting via WebEx Meeting which shall be open to prospective bidders.

Pre-bid Conference

Meeting link:

Meeting number: 176 805 8281

Password: QPyfJFW9Y54

Name Template for On-line Suppliers/ Bidders:

Company Name_ Authorized Representative

7. Bids must be duly received by the BAC Secretariat through manual submission at the office address and online or electronic submission as indicated below, on or before February 10, 2021, 12:00 p.m. Philippine Standard Time (PST). Late bids shall not be accepted.

Submission of electronic bids should be uploaded in the link provided in the bidding documents.

The bidder should provide the password during the opening of bids. Failure to provide the

Password during bid opening shall be ground for disqualification.

BGHMC Online Link:

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.

The bidder shall submit a Bid Securing Declaration

Or

Any form of Bid Security, in an amount not less than the required percentage of the ABC in accordance with the following schedule:

|Form of Bid Security |Amount of Bid Security |

| |(Not less than the required percentage of the ABC) |

|Cash or cashier’s/manager’s check issued by a Universal or Commercial |Two percent (2%) |

|Bank. | |

|Bank draft/guarantee or irrevocable letter of credit issued by a Universal| |

|or Commercial Bank: Provided, however, that it shall be confirmed or | |

|authenticated by a Universal or Commercial Bank, if issued by a foreign | |

|bank. | |

|Surety bond callable upon demand issued by a surety or insurance company | |

|duly certified by the Insurance Commission as authorized to issue such |Five percent (5%) |

|security. | |

9. Bid opening shall be on February 10, 2021, 1:30 p.m. at the Old Procurement Management Office, 2nd Floor, Administration Building, BGHMC, Baguio City and/or via WebEx Meeting. Bids will be opened in the presence of the bidders’ representatives who choose to attend the activity.

10. Bid Opening Conference Meeting Information:

Meeting link:

Meeting number: 176 650 4141

Password: B8ua6PxDF47

Name Template for On-line Suppliers/ Bidders:

Company Name_ Authorized Representative

11. The Baguio General Hospital and 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:

DEBORAH B. OCYADEN

Head, BAC II Secretariat

Bids and Awards Committee (BAC) II Office/ Procurement Management Office (PMO)

4th Floor, OPD Building, BGHMC, Governor Pack Road, Baguio City

bacoffice@bghmc..ph/ bac2bghmc@

Tel Number.: 074-619-1375

13. You may visit the following websites:

For downloading of Bidding Documents: bghmc..ph

For online bid submission:

[January 21, 2021]

EULINA L. LAGDAO, MD

BAC II Chairperson

Section II. Instructions to Bidders

|Notes on the Instructions to Bidders |

| |

|This Section on the Instruction to Bidders (ITB) provides the information necessary for bidders to prepare responsive bids, in |

|accordance with the requirements of the Procuring Entity. It also provides information on bid submission, eligibility check, opening|

|and evaluation of bids, post-qualification, and on the award of contract. |

Scope of Bid

The Procuring Entity, Baguio General Hospital and Medical Center wishes to receive Bids for the Procurement of Various Drugs and Medicines for FY 2021(Re-bid), with identification number BAC II 2021 - 001.

The Procurement Project (referred to herein as “Project”) is composed of Two Hundred Eleven (211) items and Two (2) Lots of Various Drugs and Medicines, the details of which are described in Section VII (Technical Specifications).

Funding Information

1. The GOP through the source of funding as indicated below for 2021 in the amount of 24,781,305.25

2. The source of funding is:

a. NGA, the National Expenditure Program.

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.

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.

Eligible Bidders

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

5.2. b. 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 ABC.

i. Completed at least two (2) similar contracts, the aggregate amount of which should be equivalent to at least fifty percent (50%) in the case of non-expendable supplies and services or twenty-five percent (25%) in the case of expendable supplies of the ABC for this Project; 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.

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.

Subcontracts

1. The Bidder may subcontract portions of the Project to the extent allowed by the Procuring Entity as stated herein, but in no case more than twenty percent (20%) of the Project.

The Procuring Entity has prescribed that:

a. Subcontracting is not allowed.

Pre-Bid Conference

The Procuring Entity will hold a pre-bid conference for this Project on the specified date and time and either at its physical address at the ODTRC Hall, 3rd, ODTRC Building, BGHMC, Baguio City and/or through videoconferencing/webcasting as indicated in paragraph 6 of the IB.

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.

Documents comprising the Bid: Eligibility and Technical Components

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).

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

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.

Documents comprising the Bid: Financial Component

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

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.

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

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.

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).

Bid and Payment Currencies

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.

2. Payment of the contract price shall be made in:

a. Philippine Pesos.

Bid Security

1. The Bidder shall submit a Bid Securing Declaration[2] 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.

2. The Bid and bid security shall be valid until June 10, 2021. Any Bid not accompanied by an acceptable bid security shall be rejected by the Procuring Entity as non-responsive.

Sealing and Marking of Bids

Each Bidder shall submit one copy of the first and second components of its Bid.

The Procuring Entity may request additional hard copies and/or electronic copies of the Bid. However, failure of the Bidders to comply with the said request shall not be a ground for disqualification.

• All submitted documents shall be typewritten/printed using Times New Roman. Font Size: 12.

• All submitted documents should be placed in any shade violet/ purple envelopes/folders.

• All electronic files/folders shall be uploaded to the link provided below.

• Follow the instructions and click submit after accomplishing the e-form.



If the Procuring Entity allows the submission of bids through online submission or any other electronic means, the Bidder shall submit an electronic copy of its Bid, which must be digitally signed. An electronic copy that cannot be opened or is corrupted shall be considered non-responsive and, thus, automatically disqualified.

For electronic bids; All files should be scanned in PDF format. The main folder should include two electronic folders labeled as “Eligibility/Technical” and “Financial”. The Eligibility/technical folder shall include all the components in the checklist under Eligibility and Technical Documents. For the Financial folder, it shall include all the components in the checklist under Financial documents. Annexes file will also be included in the Financial folder.

Each folder should be zipped and encrypted with a password. After zipping and encrypting the two folders, it should be zipped and encrypted to create the main folder. The password for each folder should be provided by the bidder during the opening of bids.

Deadline for Submission of Bids

16.1. The Bidders shall submit on the specified date and time and either at its physical address or through online submission as indicated in paragraph 7 of the IB.

Opening and Preliminary Examination of Bids

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. In case videoconferencing, webcasting or other similar technologies will be used, attendance of participants shall likewise be recorded by the BAC Secretariat.

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.

2. The preliminary examination of bids shall be governed by Section 30 of the 2016 revised IRR of RA No. 9184.

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.

Detailed Evaluation and Comparison of Bids

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.

2. If the Project allows partial bids, bidders may submit a proposal on any of the lots or items, and evaluation will be undertaken on a per lot or item basis, as the case maybe. In this case, the Bid Security as required by ITB Clause 15 shall be submitted for each lot or item separately.

3. The descriptions of the lots or items shall be indicated in Section VII (Technical Specifications), although the ABCs of these lots or 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 lots or items participated in by the prospective Bidder.

4. The Project shall be awarded as follows:

Option 2 – One Project having several items grouped into several lots, which shall be awarded as separate contracts per lot.

Option 3 - One Project having several items, which shall be awarded as

separate contracts per item.

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 all the lots or 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 lots or items participated in by the prospective Bidder.

Post-Qualification

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

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.

Section III. Bid Data Sheet

|Notes on the Bid Data Sheet |

| |

|The Bid Data Sheet (BDS) consists of provisions that supplement, amend, or specify in detail, information, or requirements included in |

|the ITB found in Section II, which are specific to each procurement. |

| |

|This Section is intended to assist the Procuring Entity in providing the specific information in relation to corresponding clauses in the|

|ITB and has to be prepared for each specific procurement. |

| |

|The Procuring Entity should specify in the BDS information and requirements specific to the circumstances of the Procuring Entity, the |

|processing of the procurement, and the bid evaluation criteria that will apply to the Bids. In preparing the BDS, the following aspects |

|should be checked: |

| |

|Information that specifies and complements provisions of the ITB must be incorporated. |

| |

|Amendments and/or supplements, if any, to provisions of the ITB as necessitated by the circumstances of the specific procurement, must |

|also be incorporated. |

Bid Data Sheet

|ITB Clause | |

|5.3 |For this purpose, contracts similar to the Project shall be: |

| | |

| |Various Drugs and Medicines. |

| | |

| |completed within three (3) years prior to the deadline for the submission and receipt of bids. |

|7.1 |Subcontracting is not allowed |

|12 |The price of the Goods shall be quoted DDP [state place of destination] or the applicable International Commercial Terms |

| |(INCOTERMS) 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: |

| |The amount of not less than 2% of the ABC to be bid if bid security is in cash, cashier’s/manager’s check, bank |

| |draft/guarantee or irrevocable letter of credit; or |

| |The amount of not less than 5% of the ABC to be bid if bid security is in Surety Bond. |

|19.3 |NO |

| |ITEM DESCRIPTION |

| |UNIT DESCRIPTION |

| |QUANTITY |

| |ABC |

| |TOTAL ABC |

| | |

| |Alkalinizing Agents |

| | |

| |1 |

| |SODIUM BICARBONATE 650 mg |

| |tablet |

| |41,000 |

| |1 |

| |41,000.00 |

| | |

| |Amoebicide |

| | |

| |2 |

| |DILOXANIDE FUROATE, 125 mg/5mL syrup/suspension, 60 mL |

| |bottle |

| |60 |

| |161.7 |

| |9,702.00 |

| | |

| |3 |

| |DILOXANIDE, 500 mg (as furoate) |

| |tablet |

| |200 |

| |18 |

| |3,600.00 |

| | |

| |Analgesics |

| | |

| |4 |

| |TRAMADOL, 100 mg MR |

| |tablet |

| |2,280 |

| |80 |

| |182,400.00 |

| | |

| |Anesthetic |

| | |

| |5 |

| |PROPARACAINE, Eye Drops Solution 0.5%, 15mL (as hydrochloride) |

| |bottle |

| |120 |

| |552 |

| |66,240.00 |

| | |

| |6 |

| |ROPIVACAINE, 10 mg/mL, 10 mL (as hydrochloride) |

| |ampule |

| |2,280 |

| |383.66 |

| |874,744.80 |

| | |

| |Antacid |

| | |

| |7 |

| |ALUMINUM HYDROXIDE + MAGNESIUM HYDROXIDE, 200 mg + 100 mg |

| |tablet |

| |7,000 |

| |1.5 |

| |10,500.00 |

| | |

| |8 |

| |ALUMINUM HYDROXIDE 225mg + MAGNESIUM HYDROXIDE 200mg/5mL susp,  120 mL |

| |bot |

| |120 |

| |38.25 |

| |4,590.00 |

| | |

| |Antianginal Agent |

| | |

| |9 |

| |ISOSORBIDE MONONITRATE, 60 mg MR |

| |tablet |

| |3,900 |

| |7.15 |

| |27,885.00 |

| | |

| |10 |

| |ISOSORBIDE DINITRATE, 1mg/mL, 10mL (IV) |

| |ampule |

| |240 |

| |131.78 |

| |31,627.20 |

| | |

| |11 |

| |ISOSORBIDE DINITRATE, 5 mg (sublingual) |

| |tablet |

| |2,200 |

| |8.25 |

| |18,150.00 |

| | |

| |Antiarrhythmic |

| | |

| |12 |

| |AMIODARONE 50 mg/mL, 3mL (as hydrochloride) |

| |ampule |

| |440 |

| |253 |

| |111,320.00 |

| | |

| |Anti-asthma |

| | |

| |13 |

| |BUDESONIDE + FORMOTEROL 160 mcg/4.5mcg, w/ appropriate accompanying dispenser (as fumarate dihydrate) MDI or Turbohaler |

| |piece |

| |240 |

| |727.74 |

| |174,657.60 |

| | |

| |Antibacterial |

| | |

| |14 |

| |CEFALEXIN, 100 mg/mL. 10 mL drops(as monohydrate) with calibrated dropper, with pleasant flavor |

| |bottle |

| |20 |

| |20.54 |

| |410.80 |

| | |

| |15 |

| |CEFALEXIN, 250mg/5mL, 60 mL suspension (as monohydrate), with pleasant flavor |

| |bottle |

| |120 |

| |26.25 |

| |3,150.00 |

| | |

| |16 |

| |CEFALEXIN, 500mg (as monohydrate) |

| |capsule |

| |2,100 |

| |2.81 |

| |5,901.00 |

| | |

| |17 |

| |CEFEPIME, 500 mg (as hydrochloride): minimum stability of 24 hours at 25°C after reconstitution, preferably can be given |

| |intraperitoneally |

| |vial |

| |4,680 |

| |148 |

| |692,640.00 |

| | |

| |18 |

| |Cefixime 20mg/mL, 10 mL Oral Drops with calibrated medicine dropper, with pleasant flavor |

| |bottle |

| |40 |

| |150 |

| |6,000.00 |

| | |

| |19 |

| |CEFIXIME, 400 mg |

| |capsule |

| |901 |

| |36 |

| |32,436.00 |

| | |

| |20 |

| |CEFTAZIDIME, 2 gm (as pentahydrate): minimum stability of 24 hours at 25°C after reconstitution, preferably can be given |

| |intraperitoneally |

| |vial |

| |120 |

| |2,000.00 |

| |240,000.00 |

| | |

| |21 |

| |CEFTRIAXONE 250 mg +2 mL 1% solution of lidocaine (IM), preferably can be given intraperitoneally |

| |vial |

| |300 |

| |300 |

| |90,000.00 |

| | |

| |22 |

| |CEFTRIAXONE, 500 mg + 5mL diluent(IV) (as disodium/sodium salt), preferably can be given intraperitoneally |

| |vial |

| |11,160 |

| |28.12 |

| |313,819.20 |

| | |

| |23 |

| |CEFUROXIME 750 mg |

| |vial |

| |9,120 |

| |17.77 |

| |162,062.40 |

| | |

| |24 |

| |CEFUROXIME, 500 mg (as axetil) |

| |tablet |

| |20,200 |

| |9.46 |

| |191,092.00 |

| | |

| |25 |

| |CHLORAMPHENICOL, 1 g (as sodium succinate) |

| |vial |

| |120 |

| |38.98 |

| |4,677.60 |

| | |

| |26 |

| |CHLORAMPHENICOL, 500mg |

| |capsule |

| |600 |

| |1.75 |

| |1,050.00 |

| | |

| |27 |

| |CLARITHROMYCIN, 250mg/5 mL granules/powder for suspension, 50 mL, with pleasant flavor |

| |bottle |

| |120 |

| |400 |

| |48,000.00 |

| | |

| |28 |

| |CLOXACILLIN, 250mg/5mL powder for oral solution, 60 mL, with pleasant flavor |

| |bottle |

| |600 |

| |30.13 |

| |18,078.00 |

| | |

| |29 |

| |CO-AMOXICLAV, 1 gm |

| |tablet |

| |6,600 |

| |11 |

| |72,600.00 |

| | |

| |30 |

| |CO-AMOXICLAV, 200mg+ 28.5 mg/5mL granules for suspension, 70mL bottle, with flavor except bubble gum & tutti frutti |

| |bottle |

| |50 |

| |115.76 |

| |5,788.00 |

| | |

| |31 |

| |COTRIMOXAZOLE, 400 mg (sulfamethoxazole) /80 mg (trimethoprim), 5 mL |

| |ampule |

| |10 |

| |1,500.00 |

| |15,000.00 |

| | |

| |32 |

| |COTRIMOXAZOLE, 400+80 mg/5mL suspension, 60mL, with pleasant flavor |

| |bottle |

| |360 |

| |37 |

| |13,320.00 |

| | |

| |33 |

| |ERYTHROMYCIN, 200mg/5mL granules/powder for suspension, 60 mL (as ethyl succinate), with flavor except bubble gum & tutti |

| |frutti |

| |bottle |

| |10 |

| |46 |

| |460.00 |

| | |

| |34 |

| |ERYTHROMYCIN, 400mg/5 mL granules/powder for suspension, 60 mL (as ethyl succinate), with flavor except bubble gum & tutti |

| |frutti |

| |bottle |

| |10 |

| |468 |

| |4,680.00 |

| | |

| |35 |

| |ERYTHROMYCIN, 500 mg |

| |tablet |

| |300 |

| |6.5 |

| |1,950.00 |

| | |

| |36 |

| |FUSIDATE SODIUM, 2% Cream: 2%, 5g tube |

| |tube |

| |240 |

| |65.83 |

| |15,799.20 |

| | |

| |37 |

| |MUPIROCIN, Cream 2%, 15 grams tube |

| |tube |

| |27 |

| |119.11 |

| |3,215.97 |

| | |

| |38 |

| |NITROFURANTOIN, 100 mg (as macrocrystals) |

| |capsule |

| |2,000 |

| |7.8 |

| |15,600.00 |

| | |

| |39 |

| |OFLOXACIN, 200 mg |

| |tablet |

| |1,500 |

| |4.5 |

| |6,750.00 |

| | |

| |40 |

| |PHENOXYMETHYLPENICILLIN (penicillin V) (as potassium salt), 250mg/ 5mL 200mL |

| |bottle |

| |10 |

| |700 |

| |7,000.00 |

| | |

| |41 |

| |PHENOXYMETHYLPENICILLIN, 500 mg |

| |capsule |

| |400 |

| |13.94 |

| |5,576.00 |

| | |

| |Antibacterial / Antiprotozoal |

| | |

| |42 |

| |METRONIDAZOLE, 125 mg/5mL suspension, 60 mL bottle, flavored |

| |bottle |

| |600 |

| |24 |

| |14,400.00 |

| | |

| |Anticoagulant |

| | |

| |43 |

| |Warfarin, 1mg |

| |tablet |

| |120 |

| |15.43 |

| |1,851.60 |

| | |

| |Anticonvulsants |

| | |

| |44 |

| |CARBAMAZEPINE 200 mg, in blister pack, labeling: item description should be labeled on the blister pack on top of each |

| |tablet for patients' safety when dispensing for unit dose per patient |

| |tablet |

| |7,100 |

| |1.78 |

| |12,638.00 |

| | |

| |45 |

| |LEVETIRACETAM, Solution: 100 mg/mL oral solution, 300 mL |

| |bottle |

| |20 |

| |1,538.38 |

| |30,767.60 |

| | |

| |46 |

| |OXCARBAZEPINE, 300 mg |

| |tablet |

| |2,900 |

| |14.93 |

| |43,297.00 |

| | |

| |47 |

| |OXCARBAZEPINE, 600 mg |

| |tablet |

| |500 |

| |29.86 |

| |14,930.00 |

| | |

| |48 |

| |OXCARBAZEPINE, 60mg/mL, 100 mL |

| |bottle |

| |50 |

| |500 |

| |25,000.00 |

| | |

| |49 |

| |OXCARBAZEPINE, 60mg/mL, 250 mL |

| |bottle |

| |20 |

| |941 |

| |18,820.00 |

| | |

| |50 |

| |PHENOBARBITAL, 130 mg/mL, 1mL (IM, IV) (as sodium salt) |

| |ampule |

| |600 |

| |489.79 |

| |293,874.00 |

| | |

| |51 |

| |PHENOBARBITAL, 60 mg (as sodium salt) |

| |tablet |

| |500 |

| |5.1 |

| |2,550.00 |

| | |

| |52 |

| |PHENOBARBITAL, 90 mg (as sodium salt) |

| |tablet |

| |300 |

| |8.49 |

| |2,547.00 |

| | |

| |53 |

| |VALPROIC ACID 500 mg/5 mL IV infusion |

| |vial |

| |1,320 |

| |1,927.20 |

| |2,543,904.00 |

| | |

| |54 |

| |VALPROIC ACID, 250 mg/5mL syrup, 120 mL |

| |bottle |

| |480 |

| |225 |

| |108,000.00 |

| | |

| |Antidiabetics |

| | |

| |55 |

| |BIPHASIC ISOPHANE HUMAN INSULIN 70/30 (recombinant DNA); 70% isophane suspension + 30% soluble insulin in:100 IU/mL, 3 mL |

| |prefilled syringe (SC) |

| |prefilled syringe |

| |120 |

| |89 |

| |10,680.00 |

| | |

| |56 |

| |GLICLAZIDE, 30 mg MR |

| |tablet |

| |32,300 |

| |2.5 |

| |80,750.00 |

| | |

| |Antidiarrheal |

| | |

| |57 |

| |LOPERAMIDE, 2 mg (as hydrochloride) |

| |capsule |

| |2,300 |

| |0.56 |

| |1,288.00 |

| | |

| |Antidotes |

| | |

| |58 |

| |ACTIVATED CHARCOAL,USP grade, powder |

| |piece |

| |6 |

| |8,305.00 |

| |49,830.00 |

| | |

| |59 |

| |ATROPINE SULFATE 1 mg/mL, 1 mL (as sulfate) |

| |ampule |

| |1,130 |

| |11.55 |

| |13,051.50 |

| | |

| |60 |

| |ATROPINE SULFATE, 1% eye drops solution |

| |bottle |

| |144 |

| |312.65 |

| |45,021.60 |

| | |

| |61 |

| |PRALIDOXIME CHLORIDE 50mg/mL, 20mL (IV) |

| |vial |

| |10 |

| |1,000.00 |

| |10,000.00 |

| | |

| |62 |

| |SUCCIMER (dimercapto succinic acid, DMSA), 100mg |

| |capsule |

| |120 |

| |500 |

| |60,000.00 |

| | |

| |Antidysrhythmics |

| | |

| |63 |

| |DIGOXIN, 50mcg/mL elixir, 60 mL |

| |bottle |

| |120 |

| |113.44 |

| |13,612.80 |

| | |

| |64 |

| |VERAPAMIL, 40 mg (as hydrochloride) |

| |tablet |

| |800 |

| |18.85 |

| |15,080.00 |

| | |

| |65 |

| |VERAPAMIL, 80 mg (as hydrochloride) |

| |tablet |

| |1,100 |

| |18.75 |

| |20,625.00 |

| | |

| |Antidysrhythmics / Anthypertensives |

| | |

| |66 |

| |DILTIAZEM, 60 mg (as hydrochloride) |

| |tablet |

| |3,500 |

| |3.1 |

| |10,850.00 |

| | |

| |67 |

| |DILTIAZEM, 30 mg (as hydrochloride) |

| |tablet |

| |10,500 |

| |4.4 |

| |46,200.00 |

| | |

| |Antifungal |

| | |

| |68 |

| |CLOTRIMAZOLE, 1% otic solution , in spill proof bottle |

| |bottle |

| |200 |

| |308 |

| |61,600.00 |

| | |

| |69 |

| |CLOTRIMAZOLE, 1%, 3.5 g Cream |

| |tube |

| |120 |

| |125 |

| |15,000.00 |

| | |

| |70 |

| |FLUCONAZOLE, 2mg/mL, 100 mL with rubber stopper (I.V. Infusion) |

| |vial |

| |120 |

| |336.77 |

| |40,412.40 |

| | |

| |71 |

| |MICAFUNGIN, 50mg lyophilized powder for injection |

| |vial |

| |10 |

| |2,900.00 |

| |29,000.00 |

| | |

| |72 |

| |MICONAZOLE 20mg oral gel 3.5g aluminum tube |

| |tube |

| |300 |

| |300 |

| |90,000.00 |

| | |

| |Antiglaucoma |

| | |

| |73 |

| |BRIMONIDINE 1.5MG/mL (0.15%), 5mL (as tartrate) |

| |bot |

| |12 |

| |563 |

| |6,756.00 |

| | |

| |74 |

| |CARBACHOL INTRAOCULAR SOLUTION 0.01% x 1.5 mL |

| |vial |

| |120 |

| |600 |

| |72,000.00 |

| | |

| |75 |

| |LATANOPROST, Eye Drops Solution: 50 micrograms/mL, 2.5 mL |

| |bottle |

| |10 |

| |785 |

| |7,850.00 |

| | |

| |Antigout |

| | |

| |76 |

| |ALLOPURINOL 100 mg |

| |tablet |

| |31,800 |

| |1.3 |

| |41,340.00 |

| | |

| |77 |

| |ALLOPURINOL 300 mg |

| |tablet |

| |14,400 |

| |2.85 |

| |41,040.00 |

| | |

| |Antihistamines |

| | |

| |78 |

| |CETIRIZINE ; 2.5 mg/mL syrup (oral drops), 10 mL, with pleasant flavor |

| |bottle |

| |240 |

| |35.88 |

| |8,611.20 |

| | |

| |79 |

| |HYDROXYZINE 10mg (as dihydrochloride) |

| |tablet |

| |300 |

| |12.32 |

| |3,696.00 |

| | |

| |80 |

| |HYDROXYZINE 2 mg/mL Syrup, 100 mL (as dihydrochloride) |

| |bottle |

| |10 |

| |277.34 |

| |2,773.40 |

| | |

| |81 |

| |LORATADINE 5mg/5mL syrup, 30mL |

| |bottle |

| |20 |

| |89 |

| |1,780.00 |

| | |

| |Antihypertensive |

| | |

| |82 |

| |CARVEDILOL 25 mg |

| |tablet |

| |4,600 |

| |4.45 |

| |20,470.00 |

| | |

| |83 |

| |CLONIDINE, 150 mcg (as hydrochloride), in blister pack, labeling: item description should be labeled on the blister pack |

| |on top of each tablet for patients' safety when dispensing for unit dose per patient |

| |tablet |

| |15,800 |

| |15.19 |

| |240,002.00 |

| | |

| |84 |

| |CLONIDINE, 150mcg/mL, 1mL (as hydrochloride) (I.V.) |

| |ampule |

| |120 |

| |95.04 |

| |11,404.80 |

| | |

| |85 |

| |ENALAPRIL, 5 mg (as maleate) |

| |tablet |

| |22,000 |

| |4.06 |

| |89,320.00 |

| | |

| |86 |

| |FELODIPINE, 10 mg MR |

| |tablet |

| |1,440 |

| |11 |

| |15,840.00 |

| | |

| |87 |

| |LOSARTAN, 100 mg (as potassium salt) |

| |tablet |

| |29,000 |

| |2.57 |

| |74,530.00 |

| | |

| |88 |

| |LOSARTAN, 50 mg (as potassium salt) |

| |tablet |

| |215,900 |

| |0.8 |

| |172,720.00 |

| | |

| |89 |

| |LOSARTAN+HYDROCHLORTHIAZIDE, 50 mg + 12.5 mg |

| |tablet |

| |22,800 |

| |2 |

| |45,600.00 |

| | |

| |90 |

| |NIFEDIPINE, 30 mg OD |

| |tablet |

| |210 |

| |29.11 |

| |6,113.10 |

| | |

| |Antinematodal |

| | |

| |91 |

| |ALBENDAZOLE, 400 mg chewable |

| |tablet |

| |120 |

| |5 |

| |600.00 |

| | |

| |Anti-osteoporosis |

| | |

| |92 |

| |ALENDRONATE + CHOLECALCIFEROL (vitamin D3); Oral: 70 mg (as sodium salt) + 5600 IU |

| |tablet |

| |92 |

| |310.49 |

| |28,565.08 |

| | |

| |Antiparkinson |

| | |

| |93 |

| |BROMOCRIPTINE (as mesilate), 2.5mg |

| |tablet |

| |120 |

| |177.5 |

| |21,300.00 |

| | |

| |Antiplatelet / NSAID |

| | |

| |94 |

| |ASPIRIN , 300 mg |

| |tablet |

| |1,500 |

| |2.75 |

| |4,125.00 |

| | |

| |95 |

| |ASPIRIN, 100 mg |

| |tablet |

| |1,500 |

| |2.59 |

| |3,885.00 |

| | |

| |Antipsychotics |

| | |

| |96 |

| |QUETIAPINE, 200 mg (as fumarate) |

| |tablet |

| |1,200 |

| |30.92 |

| |37,104.00 |

| | |

| |Antispasmodic |

| | |

| |97 |

| |DICYCLOVERINE, 10 mg/5 mL, 60 mL Syrup (as hydrochloride) |

| |bottle |

| |10 |

| |14.65 |

| |146.50 |

| | |

| |98 |

| |MEBEVERINE, 100 mg (as hydrochloride) |

| |tablet |

| |100 |

| |17.86 |

| |1,786.00 |

| | |

| |Antithyroid |

| | |

| |99 |

| |PROPYLTHIOURACIL, 50 mg |

| |tablet |

| |800 |

| |8.82 |

| |7,056.00 |

| | |

| |100 |

| |METHIMAZOLE (THIAMAZOLE) 10 mg, |

| |tablet |

| |14,000 |

| |19.5 |

| |273,000.00 |

| | |

| |Antivenom |

| | |

| |101 |

| |COBRA ANTIVENOM 800 MU |

| |ampule |

| |40 |

| |1,200.00 |

| |48,000.00 |

| | |

| |Antivertigo |

| | |

| |102 |

| |CINNARIZINE 25 mg, in blister pack, labeling: item description should be labeled on the blister pack on top of each tablet |

| |for patients' safety when dispensing for unit dose per patient |

| |tablet |

| |2,600 |

| |0.95 |

| |2,470.00 |

| | |

| |Antiviral |

| | |

| |103 |

| |ABACAVIR 300 mg |

| |tablet |

| |3,000 |

| |14.99 |

| |44,970.00 |

| | |

| |104 |

| |ACICLOVIR 200 mg |

| |tablet |

| |1,500 |

| |4.50 |

| |6,750.00 |

| | |

| |105 |

| |EFAVIRENZ 200 mg |

| |tablet |

| |2,880 |

| |2.39 |

| |6,883.20 |

| | |

| |106 |

| |EFAVIRENZ 600 mg |

| |tablet |

| |15,720 |

| |8.43 |

| |132,519.60 |

| | |

| |107 |

| |GANCYCLOVIR Eye Gel, 0.15%, 15g |

| |tube |

| |10 |

| |375 |

| |3,750.00 |

| | |

| |108 |

| |LAMIVUDINE 10 mg/mL, Suspension |

| |bottle |

| |36 |

| |58.3 |

| |2,098.80 |

| | |

| |109 |

| |LAMIVUDINE 150 mg |

| |tablet |

| |3,000 |

| |1.31 |

| |3,930.00 |

| | |

| |110 |

| |LAMIVUDINE 150 mg/ZIDOVUDINE 300 mg |

| |tablet |

| |59,400 |

| |6.35 |

| |377,190.00 |

| | |

| |111 |

| |LAMIVUDINE 300 mg/TENOFOVIR 300 mg |

| |tablet |

| |12,840 |

| |10.04 |

| |128,913.60 |

| | |

| |112 |

| |LAMIVUDINE 300 mg/TENOFOVIR 300 mg /EFAVIRENZ 600 mg |

| |tablet |

| |31,200 |

| |13.83 |

| |431,496.00 |

| | |

| |113 |

| |LOPINAVIR 200 mg/RITONAVIR 50 mg |

| |tablet |

| |14,400 |

| |22.3 |

| |321,120.00 |

| | |

| |114 |

| |NEVIRAPINE 200 mg |

| |tablet |

| |42,720 |

| |3.52 |

| |150,374.40 |

| | |

| |115 |

| |NEVIRAPINE 50 mg/5 mL, Oral Suspension |

| |bottle |

| |9 |

| |75 |

| |675.00 |

| | |

| |116 |

| |SOFOSBUVIR + LEDIPASVIR 400mg+90mg |

| |tablet |

| |112 |

| |231.74 |

| |25,954.88 |

| | |

| |117 |

| |SOFOSBUVIR + VELPATASVIR 400mg+100mg |

| |tablet |

| |112 |

| |500 |

| |56,000.00 |

| | |

| |118 |

| |SOFOSBUVIR 400mg |

| |tablet |

| |112 |

| |153.57 |

| |17,199.84 |

| | |

| |119 |

| |VALACICLOVIR, 500 mg (as hydrochloride) |

| |tablet |

| |360 |

| |31.6 |

| |11,376.00 |

| | |

| |120 |

| |ZIDOVUDINE 50 mg/5 mL, Suspension |

| |bottle |

| |27 |

| |130 |

| |3,510.00 |

| | |

| |Anxiolytics |

| | |

| |121 |

| |MIDAZOLAM, 15 mg |

| |tablet |

| |300 |

| |24.68 |

| |7,404.00 |

| | |

| |122 |

| |MIDAZOLAM, 5 mg/mL, 1mL (IM, IV) |

| |ampule |

| |8,040 |

| |66.8 |

| |537,072.00 |

| | |

| |Artificial Tear |

| | |

| |123 |

| |CARBOXYMETHYL CELLULOSE 0.5%, 15mL eye drops solution |

| |bottle |

| |30 |

| |530 |

| |15,900.00 |

| | |

| |124 |

| |HYPROMELLOSE 5mg/mL eye drops solution, 10mL bottle |

| |bottle |

| |120 |

| |175 |

| |21,000.00 |

| | |

| |125 |

| |Hypromellose Ophthalmic Solution: 0.3%, 10 mL bottle |

| |bottle |

| |240 |

| |150 |

| |36,000.00 |

| | |

| |Benign Prostatic Hypertrophy Agent |

| | |

| |126 |

| |TAMSULOCIN, 200 mcg (as hydrochloride) |

| |capsule/tablet |

| |4,600 |

| |38.49 |

| |177,054.00 |

| | |

| |Benzodiazepine Toxicity Antidotes |

| | |

| |127 |

| |FLUMAZENIL 100 mcg/mL, 5 mL (slow IV, IV infusion) |

| |ampule |

| |15 |

| |100 |

| |1,500.00 |

| | |

| |Bronchodilator |

| | |

| |128 |

| |SALBUTAMOL, 2mg/5mL syrup, 60 mL, sugar free, with pleasant flavor |

| |bottle |

| |120 |

| |15.84 |

| |1,900.80 |

| | |

| |129 |

| |THEOPHYLLINE (ANHYDROUS), 25 mg/5mL (26.7 mg/5 mL) syrup 120 mL |

| |bottle |

| |20 |

| |720 |

| |14,400.00 |

| | |

| |Corticosteroids |

| | |

| |130 |

| |BETAMETHASONE 1mg/gx5g Cream |

| |tube |

| |300 |

| |40.68 |

| |12,204.00 |

| | |

| |131 |

| |BETAMETHASONE 1mg/gx5g Ointment |

| |tube |

| |300 |

| |41.74 |

| |12,522.00 |

| | |

| |132 |

| |BUDESONIDE 250 mcg/mL, 2mL nebule |

| |nebule |

| |2,320 |

| |38.75 |

| |89,900.00 |

| | |

| |133 |

| |CLOBETASOL 0.05% X 5g Cream |

| |tube |

| |30 |

| |75 |

| |2,250.00 |

| | |

| |134 |

| |CLOBETASOL 0.05% X 5g Ointment |

| |tube |

| |150 |

| |59.16 |

| |8,874.00 |

| | |

| |135 |

| |DEXAMETHASONE, 4 mg |

| |tablet |

| |20,100 |

| |22.3 |

| |448,230.00 |

| | |

| |136 |

| |HYDROCORTISONE, 1% Ointment, 5g |

| |tube |

| |50 |

| |117.2 |

| |5,860.00 |

| | |

| |Diagnostic Aid |

| | |

| |137 |

| |FLUORESCEIN (as sodium salt), Inj.: 10% (100mg/mL), 5 mL (IV) |

| |ampule |

| |15 |

| |506.42 |

| |7,596.30 |

| | |

| |138 |

| |IOPAMIDOL 755 mg/mL equiv. to 370 mg iodine, 50 mL |

| |vial |

| |40 |

| |1,088.40 |

| |43,536.00 |

| | |

| |Diuretics |

| | |

| |139 |

| |FUROSEMIDE, 20 mg, in blister pack, labeling: item description should be labeled on the blister pack on top of each tablet|

| |for patients' safety when dispensing for unit dose per patient |

| |tablet |

| |25,200 |

| |1.3 |

| |32,760.00 |

| | |

| |140 |

| |HYDROCHLORTHIAZIDE 12.5 mg |

| |tablet |

| |500 |

| |63 |

| |31,500.00 |

| | |

| |Electrolyte Replacements |

| | |

| |141 |

| |POTASSIUM, 750 mg, (as chloride)(equivalent to 10 meq) |

| |tablet |

| |32,200 |

| |11.63 |

| |374,486.00 |

| | |

| |H2 Blocker |

| | |

| |142 |

| |RANITIDINE, 150mg (as hydrochloride) |

| |tablet |

| |4,400 |

| |0.8 |

| |3,520.00 |

| | |

| |Hematopoietic Growth Factors |

| | |

| |143 |

| |EPOETIN ALFA, 10,000 IU/mL, pre‐filled syringe (IV, SC) |

| |pre-filled syringe |

| |120 |

| |1,310.00 |

| |157,200.00 |

| | |

| |Hormones |

| | |

| |144 |

| |DYDROGESTERONE, 10 mg |

| |tablet |

| |9,800 |

| |43.26 |

| |423,948.00 |

| | |

| |145 |

| |MEDROXYPROGESTERONE 10 mg (as acetate) |

| |tablet |

| |100 |

| |70 |

| |7,000.00 |

| | |

| |Hormones and Hormone Antagonists |

| | |

| |146 |

| |Tolvaptan 15mg |

| |tablet |

| |1,200 |

| |24 |

| |28,800.00 |

| | |

| |Hypophosphatemic Agent |

| | |

| |147 |

| |SEVELAMER CARBONATE 800 mg |

| |tablet |

| |8,500 |

| |38.79 |

| |329,715.00 |

| | |

| |Immunoglobulin |

| | |

| |148 |

| |HEPATITIS B IMMUNOGLOBULIN (HUMAN), 0.5 mL IM |

| |vial |

| |300 |

| |1,435.67 |

| |430,701.00 |

| | |

| |149 |

| |IMMUNOGLOBULIN NORMAL HUMAN (IGIV), 50 mg/mL, 100 mL (5 grams) |

| |vial |

| |267 |

| |9,999.00 |

| |2,669,733.00 |

| | |

| |150 |

| |IMMUNOGLUBULIN, TETANUS (human), 250 IU/mL |

| |ampule/vial/ Pfs |

| |60 |

| |700 |

| |42,000.00 |

| | |

| |Immunosuppresants |

| | |

| |151 |

| |AZATHIOPRINE  50 mg, |

| |tablet |

| |120 |

| |38.42 |

| |4,610.40 |

| | |

| |152 |

| |CICLOSPORIN Oral: 25 mg |

| |tablet |

| |200 |

| |41.75 |

| |8,350.00 |

| | |

| |Inotropic Agents |

| | |

| |153 |

| |DOBUTAMINE, 2mg/mL 250mL D5W (pre mixed) IV (as hydrochloride) |

| |bag |

| |1,800 |

| |848.41 |

| |1,527,138.00 |

| | |

| |154 |

| |DOPAMINE, 1.6mg/mL, 250 mL D5W (pre mixed) IV (as hydrochloride) |

| |bottle |

| |1,200 |

| |375 |

| |450,000.00 |

| | |

| |Intra-Articular Agents |

| | |

| |155 |

| |SODIUM HYALURONATE, Ophthalmic Solution: 0.1% (1 mg/mL), 5 mL |

| |bottle |

| |720 |

| |211.13 |

| |152,013.60 |

| | |

| |IV Fluids |

| | |

| |156 |

| |D5 WATER, 100 mL, (Non-DEHP, non PVC or latex) bottle |

| |bottle |

| |960 |

| |65 |

| |62,400.00 |

| | |

| |Laxatives |

| | |

| |157 |

| |BISACODYL  5 mg (PEDIA) |

| |suppository |

| |200 |

| |1.55 |

| |310.00 |

| | |

| |158 |

| |CASTOR OIL USP, 30 mL |

| |bottle |

| |30 |

| |43.45 |

| |1,303.50 |

| | |

| |159 |

| |MONOBASIC/DIBASIC SODIUM PHOSPHATE 48g/18g per 100mL solution, 45mL |

| |bottle |

| |120 |

| |226.5 |

| |27,180.00 |

| | |

| |Minerals |

| | |

| |160 |

| |FERROUS SALT, individually wrapped in blister or foil pack |

| |tablet |

| |42,000 |

| |2 |

| |84,000.00 |

| | |

| |161 |

| |FERROUS SALT, solution (equiv. to 30mg elemental iron/5mL) syrup, 60 mL |

| |bottle |

| |160 |

| |13.16 |

| |2,105.60 |

| | |

| |Miotic Agent |

| | |

| |162 |

| |PILOCARPINE EYEDROPS 20 mg/mL, 2%, 15 mL |

| |bottle |

| |10 |

| |299 |

| |2,990.00 |

| | |

| |Muscle Stimulant |

| | |

| |163 |

| |NEOSTIGMINE 500 mcg/mL, 10mL VIAL |

| |vial |

| |12 |

| |118 |

| |1,416.00 |

| | |

| |Mydriatic Agent |

| | |

| |164 |

| |Tropicamide + Phenylephrine Ophthalmic Solution: 5 mg + 5 mg/mL (eye drops) fixed dose combination, 10 mL |

| |combination |

| |40 |

| |665 |

| |26,600.00 |

| | |

| |165 |

| |TROPICAMIDE EYEDROPS 5mg/mL (0.5%), 5mL |

| |bottle |

| |68 |

| |380.97 |

| |25,905.96 |

| | |

| |Nasal Decongestant |

| | |

| |166 |

| |OXYMETAZOLINE NASAL SPRAY 0.05% 15 mL, |

| |bottle |

| |480 |

| |230 |

| |110,400.00 |

| | |

| |NSAIDs |

| | |

| |167 |

| |DICLOFENAC 50mg |

| |tablet |

| |720 |

| |0.75 |

| |540.00 |

| | |

| |168 |

| |IBUPROFEN, 400 mg |

| |tablet |

| |2,700 |

| |1.11 |

| |2,997.00 |

| | |

| |169 |

| |MEFENAMIC ACID, 250 mg |

| |capsule/tablet |

| |1,000 |

| |2.2 |

| |2,200.00 |

| | |

| |170 |

| |NEPAFENAC 1 mg/mL, 0.1% Eye Suspension 5 mL |

| |bottle |

| |10 |

| |553.59 |

| |5,535.90 |

| | |

| |Nutritionals |

| | |

| |171 |

| |AMINO ACID SOLUTION, 9.12 % with sorbitol 20 mL |

| |ampule |

| |1,345 |

| |145.8 |

| |196,101.00 |

| | |

| |172 |

| |Enteral Nutrition, modular protien, 227 - 300 grams |

| |can |

| |80 |

| |890 |

| |71,200.00 |

| | |

| |173 |

| |LIPIDS, 10% 500 mL bottle |

| |bottle |

| |1,560 |

| |600 |

| |936,000.00 |

| | |

| |Opioid Analgesics |

| | |

| |174 |

| |MORPHINE, 10 mg (as sulfate) |

| |tablet |

| |9,000 |

| |24.24 |

| |218,160.00 |

| | |

| |175 |

| |MORPHINE, 30 mg (as sulfate) |

| |tablet |

| |2,000 |

| |71.07 |

| |142,140.00 |

| | |

| |176 |

| |OXYCODONE HCl + Naloxone HCl 20 mg/10 mg |

| |tablet |

| |360 |

| |161.06 |

| |57,981.60 |

| | |

| |177 |

| |OXYCODONE Immediate release 10mg (as Hydrochloride) |

| |tablet |

| |840 |

| |129.75 |

| |108,990.00 |

| | |

| |178 |

| |OXYCODONE, 20 mg (as hydrochloride) |

| |tablet |

| |600 |

| |286.27 |

| |171,762.00 |

| | |

| |Prokinetic |

| | |

| |179 |

| |METOCLOPRAMIDE, 5 mg/5 mL syrup, 60mL (as base and as hydrochloride) |

| |bottle |

| |10 |

| |23 |

| |230.00 |

| | |

| |Proton pump inhibitors |

| | |

| |180 |

| |LANSOPRAZOLE, 30 mg |

| |capsule |

| |10,440 |

| |17 |

| |177,480.00 |

| | |

| |181 |

| |PANTOPRAZOLE 20 MG |

| |TABLET |

| |3,000 |

| |27 |

| |81,000.00 |

| | |

| |182 |

| |PANTOPRAZOLE 40 MG |

| |ENTERIC COATED TABLET |

| |8,000 |

| |14.5 |

| |116,000.00 |

| | |

| |Selective Estrogen Receptor Modulators |

| | |

| |183 |

| |CLOMIPHENE 50 mg (as citrate) |

| |capsule |

| |50 |

| |80 |

| |4,000.00 |

| | |

| |Smoking Cessation Aid |

| | |

| |184 |

| |NICOTINE , 2 mg, gum |

| |gum |

| |120 |

| |75 |

| |9,000.00 |

| | |

| |Spasmodic Agents |

| | |

| |185 |

| |DOMPERIDONE, 10 mg |

| |tablet |

| |26,600 |

| |1.5 |

| |39,900.00 |

| | |

| |Stimulants |

| | |

| |186 |

| |METHYLPHENIDATE 10 mg (as hydrochloride) |

| |tablet |

| |720 |

| |81.25 |

| |58,500.00 |

| | |

| |Surfactant |

| | |

| |187 |

| |BERACTANT, 25mg/mL suspension, 4 mL vial |

| |vial |

| |120 |

| |9,884.15 |

| |1,186,098.00 |

| | |

| |Vaccine |

| | |

| |188 |

| |Influenza Polyvalent Vaccine, 15mcg/0.5mL, 5mL multidose glass vial |

| |vial |

| |360 |

| |1,840.00 |

| |662,400.00 |

| | |

| |189 |

| |VACCINE Diptheria-Tetanus Toxoids and Acellular Pertussis (DTaP), Inj.: 0.5 mL (IM) |

| |prefilled syringe |

| |1 |

| |1,520.00 |

| |1,520.00 |

| | |

| |190 |

| |VACCINE, Human Papillomavirus Quadrivalent Recombinant (Type 6,11, 16 & 18)0.5 mL Suspension |

| |prefilled syringe/vial |

| |30 |

| |2,300.00 |

| |69,000.00 |

| | |

| |191 |

| |VACCINE, INFLUENZA VACCINE, QUADRIVALENT |

| |unit |

| |5 |

| |350.05 |

| |1,750.25 |

| | |

| |192 |

| |VACCINE, PNEUMOCOCCAL 13 – valent, 0.5 mL single dose vial/0.5 mL, suspension for IM injection |

| |prefilled syringe/vial |

| |1 |

| |2,561.47 |

| |2,561.47 |

| | |

| |193 |

| |VACCINE, PNEUMOCOCCAL POLYVALENT, Inj.: 25 micrograms/0.5 mL (polysaccharide from each capsular type) solution for |

| |injection, 0.5 mL pre‐filled syringe or single dose (IM, SC) |

| |prefilled syringe/vial |

| |5 |

| |450 |

| |2,250.00 |

| | |

| |Vasodilators |

| | |

| |194 |

| |ISOXSUPRINE 10mg (as hydrochloride) |

| |tablet |

| |1,700 |

| |6.17 |

| |10,489.00 |

| | |

| |Vasopressor |

| | |

| |195 |

| |EPHEDRINE, 50 mg/mL, 1mL (as sulfate) |

| |ampule |

| |1,200 |

| |76.75 |

| |92,100.00 |

| | |

| |Vitamins |

| | |

| |196 |

| |ASCORBIC ACID, 100 mg/mL drops, 15 mL bottle, with pleasant flavor |

| |bottle |

| |12 |

| |17.1 |

| |205.20 |

| | |

| |197 |

| |ASCORBIC ACID, 100mg/5 mL, 120 mL bottle, with pleasant flavor |

| |bottle |

| |4,800 |

| |29 |

| |139,200.00 |

| | |

| |198 |

| |CALCITRIOL 0.25 mcg, |

| |capsule |

| |1,000 |

| |24.03 |

| |24,030.00 |

| | |

| |199 |

| |MULTIVITAMINS Drops, 15 mL |

| |bottle |

| |57 |

| |18 |

| |1,026.00 |

| | |

| |Antineoplastics |

| | |

| |200 |

| |BLEOMYCIN Inj.: powder, 15 mg /(IM, IV, SC) (as sulfate) |

| |ampul/vial |

| |150 |

| |1,750.00 |

| |262,500.00 |

| | |

| |201 |

| |CHLORAMBUCIL Oral: 2 mg |

| |tablet |

| |200 |

| |380 |

| |76,000.00 |

| | |

| |Lot 4.a |

| |CYTARABINE Inj.; 100 mg (IM, SC, intrathecal) |

| |vial |

| |1,481 |

| |113 |

| |167,353.00 |

| | |

| |Lot 4.b |

| |CYTARABINE Inj.; 500 mg (IM, SC, intrathecal) |

| |vial |

| |240 |

| |115.75 |

| |27,780.00 |

| | |

| |202 |

| |DACTINOMYCIN(actinomycin D) Inj.: powder 500 micrograms (IV) |

| |vial |

| |10 |

| |400 |

| |4,000.00 |

| | |

| |Lot 7.a |

| |EPIRUBICIN Inj.: 50 mg (IV)(as hydrochloride) |

| |vial |

| |20 |

| |2,677.50 |

| |53,550.00 |

| | |

| |Lot 7.b |

| |EPIRUBICIN Inj.: powder 10 mg (IV)(as hydrochloride) |

| |vial |

| |10 |

| |637 |

| |6,370.00 |

| | |

| |203 |

| |FLUTAMIDE Oral: 250 mg |

| |tablet |

| |120 |

| |72 |

| |8,640.00 |

| | |

| |204 |

| |IDARUBICIN Inj.: powder, 5 mg (IV)(as hydrochloride) |

| |vial |

| |5 |

| |6,531.74 |

| |32,658.70 |

| | |

| |205 |

| |LEUPRORELINE Inj.: powder (depot), 11.25 mg with syringe (IM, SC)(as acetate) |

| |vial |

| |8 |

| |11,319.00 |

| |90,552.00 |

| | |

| |206 |

| |MELPHALAN Oral: 2 mg |

| |tablet |

| |1,200 |

| |28.75 |

| |34,500.00 |

| | |

| |207 |

| |MERCAPTOPURINE Oral: 50 mg |

| |tablet |

| |10,020 |

| |18 |

| |180,360.00 |

| | |

| |208 |

| |METHOTREXATE Inj.: 25 mg/mL, 2 mL (IM, IV, intrathecal) (as sodium salt), (preservative free) |

| |vial |

| |1,500 |

| |125 |

| |187,500.00 |

| | |

| |209 |

| |METHOTREXATE Inj.: 500 mg (IM, IV, intrathecal) (as sodium salt), (preservative free) |

| |vial |

| |10 |

| |1,400.00 |

| |14,000.00 |

| | |

| |210 |

| |METHOTREXATE Oral: 2.5 mg (as sodium salt) |

| |tablet |

| |10,020 |

| |8.79 |

| |88,075.80 |

| | |

| |211 |

| |VINCRISTINE Inj.: 1 mg/mL, 1 mL (IV)(as sulafte) |

| |vial |

| |1,130 |

| |194.85 |

| |220,180.50 |

| | |

| | |

| | |

| | |

| | |

| |TOTAL: |

| |24,781,305.25 |

| | |

|20.2 |1. Latest Income and Business Tax returns filed and paid through the BIR Electronic Filing and Payment System (eFPS) |

| |2. License to Operate (LTO) if applicable. |

|21.2 |Not applicable |

Section IV. General Conditions of Contract

| |

|Notes on the General Conditions of Contract |

| |

|The General Conditions of Contract (GCC) in this Section, read in conjunction with the Special Conditions of Contract in Section V |

|and other documents listed therein, should be a complete document expressing all the rights and obligations of the parties. |

| |

|Matters governing performance of the Supplier, payments under the contract, or matters affecting the risks, rights, and obligations |

|of the parties under the contract are included in the GCC and Special Conditions of Contract. |

| |

|Any complementary information, which may be needed, shall be introduced only through the Special Conditions of Contract. |

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).

Advance Payment and Terms of Payment

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

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.

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.

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 specifications at no extra cost to the Procuring Entity in accordance with the Generic Procurement Manual. 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.

Warranty

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.

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.

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.

Section V. Special Conditions of Contract

| |

|Notes on the Special Conditions of Contract |

| |

|Similar to the BDS, the clauses in this Section are intended to assist the Procuring Entity in providing contract-specific |

|information in relation to corresponding clauses in the GCC found in Section IV. |

| |

|The Special Conditions of Contract (SCC) complement the GCC, specifying contractual requirements linked to the special circumstances |

|of the Procuring Entity, the Procuring Entity’s country, the sector, and the Goods purchased. In preparing this Section, the |

|following aspects should be checked: |

| |

|Information that complements provisions of the GCC must be incorporated. |

| |

|Amendments and/or supplements to provisions of the GCC as necessitated by the circumstances of the specific purchase, must also be |

|incorporated. |

| |

|However, no special condition which defeats or negates the general intent and purpose of the provisions of the GCC should be |

|incorporated herein. |

Special Conditions of Contract

|GCC Clause | |

| |Delivery and Documents – |

|1 |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 [indicate |

| |place of destination]. In accordance with INCOTERMS.” |

| | |

| |[For Goods supplied from within the Philippines, state:] “The delivery terms applicable to this Contract are delivered|

| |[indicate place of destination]. 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 Mr. Teofilo M. Rivera Jr. |

| | |

| |For Drugs and Medicines, the following shall apply: |

| | |

| |Deliveries must be from fresh commercial stock with expiry dates as follows: |

| |For solid preparation: Expiration date should not be less than two (2) years from the date of manufacture and not less|

| |than 18 months or one and a half (1 ½) years from date of delivery on site. |

| |For liquid preparation: Expiration date should not be less than 18 months from the date of manufacture and not less |

| |than 16 months from the date of delivery on site. |

| |A valid Certificate of Product Registration corresponding to the offer shall be submitted during post-qualification. |

| |For expired CPR, the bidder should submit the latest proof of renewal. |

| |Every bottle, cartoon, cellophane or tin foil strip must be accompanied by a package insert giving a detailed |

| |explanation of the drugs, including a description, action, indications and contraindications, warning, precaution, |

| |caution, adverse reaction, dosage and route of administration. |

| |Packaging materials must be durable, uniform and capable of withstanding the rigors of shipment and be provided with |

| |individual separators. Packaging of 144 and 72 bottles per box must be provided with pad cartons separating top and |

| |bottom layers. |

| |Each box must not exceed a gross weight of 30 kilograms and packaging should be as follows: |

| |Bottles of 2 oz. must be packed 144 per box; |

| |Bottles of 4 oz. or bottles of 10 tablets must be packed 72 bottles per box; |

| |Bottles of 1000 tablets must be packed 12 bottles per box. |

| |All bottle deliveries must be adequately sealed; |

| |Each bottle/box/tin foil must bear in print on the label the following upon delivery: |

| |The generic name including the salt and the same should appear in the insert, prominently displayed, followed by the |

| |brand name, if any, in small print, enclosed in parenthesis; |

| |The registration number with the BFAD; |

| |The lot number, batch or control number; |

| |The expiration date indicating the month. |

| | |

| |Every shipping box must bear the following upon delivery, otherwise, the same will not be inspected and accepted; |

| |Gross weights, number of bottles and lot number |

| |The printed warning “Glass Handle and Care” |

| |Each box must be sealed at the top and bottom and double or triple taped with plastic bands. Boxes found defective oar|

| |improperly taped or sealed will be rejected and shall be replaced. Said delivery will not be inspected and accepted |

| |unless these conditions are complied with; |

| |Invoice covering delivery should indicate the lot number of items delivered. It should also indicate the printer’s |

| |name as provided for by the Bureau of Internal Revenue; |

| |Tablet/ capsule preparations of medicines manufactured by the same company and available in more than one dosage |

| |strength should not LOOK ALIKE. There must be distinguishing features between each dosage strength as to the size of |

| |the tablet/ capsule, color if in transparent blister packs, packaging and labelling of the packages or blister packs. |

| |There should be adequate spaces between each tablet/ capsule in a blister pack for a pair of scissors to cut one unit |

| |without puncturing the adjacent tablet/ capsule. |

| |Pediatric medicines in liquid or powder form for suspension should not have bitter aftertaste. The supplier must |

| |submit 1 sample for taste test. |

| |The directions for reconstitution, compatible diluents of IV antibiotics/ antivirals, stability and storage of |

| |reconstituted solutions should be clearly stated in the drug literature in terms of the time (# of hours stable) under|

| |certain temperature (Room temperature, 2-8°C, etc.) |

| |Cold chain should be observed in the transport of temperature sensitive medicines. Temperature sensitive medicines |

| |should be delivered to the Materials Management Office (MMO) in tightly sealed containers packed with cooling devices.|

| |Deliveries not within the required temperature will be returned to the supplier immediately upon verification at the |

| |MMO. |

| |Medicines with physical evidence of degradation like discoloration of tablets, capsules & powder for reconstitution, |

| |chips, cracks in tablets, caking in suspensions, moisture droplets in vials of dry powders before expiration date will|

| |be returned and replaced by the supplier without additional cost to the hospital. |

| | |

| |REQUIREMENTS for INTRAVENOUS ANTIBIOTICS: |

| |(To be provided during Post – Qualification Evaluations) |

| |Innovator drugs – no need for Certificate of Analysis, studies |

| | |

| |Generic IV drugs: |

| |Original or authenticated Certificate of Analysis of the latest batch of products (Lot number of tested antibiotics |

| |should be the same as stocks to be delivered). Certificate of Analysis should indicate the purity of the antibiotic. |

| |Certificate of analysis should be done locally by: FDA accredited Laboratories. |

| | |

| |3.) All injectable antibiotic deliveries must be accompanied by |

| |sensitivity discs, computed as: Total Amount of PO x 2% divided by |

| |200 per cart = total number of sensitivity disc to be given by the |

| |Supplier to the Laboratory Department (Computed value rounded to |

| |the nearest whole number). Sensitivity disc should be delivered |

| |within one (1) week after notification; |

| | |

| |4.) The directions for reconstitution, compatible diluents of IV |

| |antibiotics/ antivirals, stability and storage of reconstituted solutions |

| |should be clearly stated in the drug literature in terms of the time (# |

| |of hours stable) under certain temperature (Room temperature, 2- |

| |8°C, etc.) |

| | |

| |REQUIREMENTS for ORAL DRUGS (Reference FDA Circular 2013-014) (To be provided during Post – Qualification Evaluations)|

| | |

| |Products requiring Bioequivalence Studies in addition to Rifampicin, Atenolol, Metoprolol, Propranolol, Nicardipine, |

| |Nifedipine, Diltiazem, Gliclazide, Metformin, Phenytoin, PZA and Theophylline (BC No. 2006-0008) |

| |CLASS 4 Drugs |

| |CLASS 2 |

| |Subsequent generic products to be marketed after patent expiration of innovator |

| |All modified release pharma products |

| | |

| |For Biowaiver (Class 1, 2 and 3) or Bioequivalence: |

| |Biowaiver – An applicant should be able to produce documented evidence (either through peer-reviewed scientific |

| |literature or in its absence, actual laboratory testing) that a product may avail of biowaiver based on the solubility|

| |and permeability of its API, and the dissolution characteristic of the dosage form. Otherwise, a satisfactory BE |

| |study report is required. |

| | |

| |Classification of Selected Drugs Belonging to the World Health Organization (WHO) Model List of Essential Medicines |

| |(EML) Based on the Biopharmaceutics Classification System |

| | |

| |Class 4 drugs (low solubility, permeability) based on the revised WHO criteria. |

| |Substances on the WHO-EML |

| | |

| |Acetazolamide |

| |Albendazole (chewable tablet) |

| |Artemether + Lumefantrine |

| |Azithromycin |

| |Cefixime |

| |Clofazimine |

| |Diloxanide Furoate |

| |Efavirenz |

| |Erythromycin stearate and Erythromycin ethylsuccinate |

| |Furosemide |

| |Glibenclamide |

| |Haloperidol |

| |Indinavir sulfate |

| |Ivermectin |

| |Lopinavir + Ritonavir |

| |Mebendazole (chewable tablet)* |

| |Mefloquine hydrochloride |

| |Nelfinavir mesilate |

| |Niclosamide (chewable tablet)* |

| |Pyrantel embonate (chewable tablet)* |

| |Pyrimethamine |

| |Retinol Palmitate |

| |Ritonavir |

| |Saquinavir |

| |Spironolactone |

| |Sulfasalazine** |

| |Triclabendazole |

| | |

| |Substances on Complementary List of the WHO-EML |

| |Artesunate |

| |Azathioprine sodium |

| |Ciclosporin |

| |Etoposide |

| |Mercaptopurine |

| |Mifepristone |

| |Oxamniquine |

| |p-Aminosalicyclic acid |

| |Sulfadiazine |

| |Pyrimethamine in Sulfadoxine + Pyrimethamine |

| | |

| |Class 3 drugs (low permeability, high solubility) based on the revised WHO criteria for BCS. |

| |Substances on the WHO-EML |

| | |

| |Abacavir |

| |Aciclovir |

| |Amodiaquine |

| |Atenolol |

| |Clavulanic acid in Amoxicillin + Clavulanic acid |

| |Benznidazole |

| |Biperiden hydrochloride |

| |Chloramphenicol |

| |Chlorphenamine hydrogen maleate |

| |Chlorpromazine hydrochloride |

| |Ciprofloxacin hydrochloride |

| |Clomifene citrate |

| |Clomipramine hydrochloride |

| |Cloxacillin sodium |

| |Codeine phosphate |

| |Didanosine (buffered chewable, dispersible tablet) |

| |Enalapril |

| |Ergocalciferol |

| |Ethambutol hydrochloride |

| |Ethinylestradiol |

| |Ethinylestradiol in Ethinylestradiol + Levonorgestrel |

| |Ethinylestradiol in Ethinylestradiol + Norethisterone |

| |Ferrous salt |

| |Ferrous salt + Folic Acid |

| |Folic Acid |

| |Glyceryl trinitrate (sublingual application) |

| |Hydralazine hydrochloride |

| |Hydrochlorothiazide |

| |Isoniazid |

| |Isoniazid +Ethambutol |

| |Isosorbide dinitrate (sublingual application)* |

| |Levamisole hydrochloride |

| |Carbidopa in Levodopa + Carbidopa |

| |Levothyroxine sodium |

| |Metformin hydrochloride |

| |Methyldopa |

| |Metoclopramide hydrochloride |

| |Morphine sulfate |

| |Neostigmine bromide |

| |Nifurtimox |

| |Penicillamine |

| |Pyrazinamide |

| |Ranitidine hydrochloride |

| |Isoniazid in Rifampicin + Isoniazid |

| |Isoniazid in Rifampicin + Isoniazid = Pyrazinamide |

| |Isoniazid in Rifampicin + Isoniazid = Pyrazinamide + Ethambutol |

| |Ethambutol in Rifampicin + Isoniazid = Pyrazinamide + Ethambutol |

| |Thiamine hydrochloride |

| |Zinc sulfate |

| | |

| |Substances on the Complementary List of the WHO-EML |

| | |

| |Chlorambucil |

| |Cycloserine |

| |Ethionamide |

| |Ethosuximide |

| |Flucytosine |

| |Levamisole hydrochloride |

| |Methotrexate sodium |

| |Pentamine |

| |Procarbezine hydrochloride |

| |Pyridostigmine bromide |

| |Quinidine sulfate |

| |Sulfadoxine in Sulfadoxine + Pyrimethamine |

| | |

| |Class 2 drugs (high permeability, low solubility) not eligible for biowaiver based on the revised WHO criteria for BCS|

| | |

| |Substances on the WHO-EML |

| | |

| |Carbamazepine |

| |Dapsone |

| |Griseofulvin |

| |Iopanoic acid |

| |Nevirapine |

| |Nitrofurantoin |

| |Praziquantel |

| |Sulfamethoxazole + Trimethoprim |

| |Trimethoprim |

| |Verapamil hydrochloride |

| | |

| |Class 2 drugs (high permeability, low solubility) with weak acidic properties based on the revised WHO criteria for |

| |BCS |

| | |

| |Substances on the WHO-EML |

| | |

| |Ibuprofen |

| |Phynetoin sodium |

| | |

| |Class 1 drugs (high permeability, high solubility) based on the revised WHO criteria for BCS |

| | |

| |Substances on the WHO-EML |

| | |

| |Acetylsalicylic acid |

| |Allopurinol |

| |Amiloride hydrochloride |

| |Amitriptyline hydrochloride |

| |Amlodipine |

| |Amoxicillin |

| |Ascorbic acid |

| |Chloroquine phosphate and Chloroquine sulfate |

| |Diazepam |

| |Digoxin |

| |Doxycycline hydrochloride |

| |Fluconazole |

| |Lamivudine |

| |Levonorgestrel |

| |Lithium carbonate |

| |DL-Methionine |

| |Metronidazole |

| |Nicotinamide |

| |Norethisterone |

| |Paracetamol |

| |Phenobarbital |

| |Phenoxy methyl penicillin potassium |

| |Potassium iodide |

| |Prednisolone |

| |Primaquine diphosphate |

| |Proguanil hydrochloride |

| |Promethazine hydrochloride |

| |Propranolol hydrochloride |

| |Propylthiouracil |

| |Pyridoxine hydrochloride |

| |Quinine bisulfate and Quinine sulfate |

| |Riboflavin |

| |Salbutamol sulfate |

| |Stavudine |

| |Valproic acid sodium |

| |Warfarin sodium |

| |Zidovudine |

| | |

| |Substances on the Complementary List of the WHO-EML |

| |Calcium folinate |

| |Clindamycin |

| |Cyclophosphamide |

| |Diethylcarbamazine dihydrogen citrate |

| |Levofloxacin |

| |Ofloxacin |

| |Prednisolone |

| |Tamoxifen citrate |

| | |

| |* Dissolution test for biowaiver is not applicable (locally acting, systemic absorption from the oral cavity or dosage|

| |form not designed for immediate-release) |

| | |

| |** Dissolution test for biowaiver is not relevant (locally acting, no significant systemic absorption) |

| | |

| |REQUIREMENTS for ONCOLOGY MEDICINES: |

| | |

| |ANTI-CANCER MEDICINES: TO PROVIDE 1 SET OF SPILL KIT FOR EVERY PURCHASE ORDER except for Enteral Nutrition for Cancer |

| |Patients, Ondansetron 2 mg/mL, 4 mL ampule and Oral anti-cancer medicines |

| | |

| |EXPIRATION – 18 months |

| | |

| |Note: there are oncology drugs - Re: L-Asparaginase that have a shelf life of 12 months |

| | |

| |Supplier must specify date of expiration and must be willing to replace it at least 4 months prior to expiry date. |

| |2) Delivery – |

| |Oncology medicine are sensitive to temperature surge. (Re: 2°c to 8°c a Dove tail thermometer must be included in the |

| |delivery box, that the prescribed temperature is maintained. |

| |Oncology medicines that require Ambient temperature must not be mixed with temperature (2°c to 8°c) requiring medicine|

| |during delivery. |

| |3) Other requirements |

| |The required IV infusion set for some drugs like paclitaxel must be provided for every quantity ordered. |

| |If the request for a certain oncology medicine is lyophilized, then the solution should not be substituted, unless |

| |this is the only one available. (Reason: Temperature/Storage are different) |

| | |

| |(Deliveries must be from fresh commercial stock with expiry dates as follows: |

| | |

| |For solid preparation: Expiration date should not be less than two (2) years from the date of manufacture and not less|

| |than 18 months or one and a half (1 ½) years from date of delivery on site. |

| |For liquid preparation: Expiration date should not be less than 18 months from the date of manufacture and not less |

| |than 16 months from the date of delivery on site. |

| |Incidental Services – |

| |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. |

| |performance or supervision of on-site assembly and/or start-up of the supplied Goods; |

| |furnishing of tools required for assembly and/or maintenance of the supplied Goods; |

| |furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied Goods; |

| |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. |

| | |

| | |

| |Spare Parts – |

| |The Supplier is required to provide all of the following materials, notifications, and information pertaining to spare|

| |parts manufactured or distributed by the Supplier: |

| |such spare parts as the Procuring Entity may elect to purchase from the Supplier, provided that this election shall |

| |not relieve the Supplier of any warranty obligations under this Contract; and |

| |in the event of termination of production of the spare parts: |

| |advance notification to the Procuring Entity of the pending termination, in sufficient time to permit the Procuring |

| |Entity to procure needed requirements; and |

| |following such termination, furnishing at no cost to the Procuring Entity, the blueprints, drawings, and |

| |specifications of the spare parts, if requested. |

| |The spare parts and other components required are listed in Section VI (Schedule of Requirements) and the cost thereof|

| |are included in the contract price. |

| |The Supplier shall carry sufficient inventories to assure ex-stock supply of consumable spare parts or components for |

| |the Goods for a period of [indicate here the time period specified. If not used indicate a time period of three times |

| |the warranty period]. |

| |Spare parts or components shall be supplied as promptly as possible, but in any case, within [insert appropriate time |

| |period] months of placing the order. |

| |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. |

| |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 – |

| |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. |

|4 |The inspections and tests that will be conducted are: submission of product samples during post-qualification |

| |evaluation. |

Section VI. Schedule of Requirements

The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which is the date of delivery to the project site.

|NO |

|1 |

|2 |

|4 |TRAMADOL, 100 mg MR |

|5 |

|7 |

|9 |

|12 |

|13 |

|14 |

|42 |

|43 |

|44 |

|55 |

|57 |

|58 |

|63 |

|66 |

|68 |

|73 |

|76 |

|78 |

|82 |

|91 |

|92 |

|93 |

|94 |

|96 |

|97 |

|99 |

|101 |

|102 |

|103 |

|121 |

|123 |

|126 |

|127 |FLUMAZENIL 100 mcg/mL, 5 mL (slow IV, IV infusion) |

|128 |

|130 |

|137 |

|139 |

|141 |

|142 |

|143 |

|144 |

|146 |

|147 |

|148 |

|151 |

|153 |

|155 |

|156 |

|157 |

|160 |

|162 |

|163 |

|164 |

|166 |

|167 |

|171 |

|174 |

|179 |

|180 |

|183 |

|184 |

|185 |

|186 |

|187 |

|188 |

|194 |

|195 |

|196 |

|200 |

Technical Specifications

|Item |Specification |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.] |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

|NO |

|1 |

|2 |

|4 |TRAMADOL, 100 mg MR |

|5 |

|7 |

|9 |

|12 |

|13 |

|14 |

|42 |

|43 |

|44 |

|55 |

|57 |

|58 |

|63 |

|66 |

|68 |

|73 |

|76 |

|78 |

|82 |

|91 |

|92 |

|93 |

|94 |

|96 |

|97 |

|99 |

|101 |

|102 |

|103 |

|121 |

|123 |

|126 |

|127 |FLUMAZENIL 100 mcg/mL, 5 mL (slow IV, IV infusion) |

|128 |

|130 |

|137 |

|139 |

|141 |

|142 |

|143 |

|144 |

|146 |

|147 |

|148 |

|151 |

|153 |

|155 |

|156 |

|157 |

|160 |

|162 |

|163 |

|164 |

|166 |

|167 |

|171 |

|174 |

|179 |

|180 |

|183 |

|184 |

|185 |

|186 |

|187 |

|188 |

|194 |

|195 |

|196 |

|200 |BLEOMYCIN Inj.: powder, 15 mg /(IM, IV, |ampul/vial |150 |1,750.00 |262,500.00 |  |

| |SC) (as sulfate) | | | | | |

I hereby certify to comply and deliver all the above requirements

______________________

Name of Company/ Bidder

__________________________

Signature over Printed Name of

Representative

______________________

Date

Section VIII. Checklist of Technical and Financial Documents

| |

|Notes on the Checklist of Technical and Financial Documents |

| |

| |

|The prescribed documents in the checklist are mandatory to be submitted in the Bid, but shall be subject to the following: |

| |

|GPPB Resolution No. 09-2020 on the efficient procurement measures during a State of Calamity or other similar issuances that shall allow |

|the use of alternate documents in lieu of the mandated requirements; or |

| |

|Any subsequent GPPB issuances adjusting the documentary requirements after the effectivity of the adoption of the PBDs. |

| |

|The BAC shall be checking the submitted documents of each Bidder against this checklist to ascertain if they are all present, using a |

|non-discretionary “pass/fail” criterion pursuant to Section 30 of the 2016 revised IRR of RA No. 9184. |

Checklist of Technical and Financial Documents

|TECHNICAL COMPONENT ENVELOPE |

|Class “A” Documents |

|Legal Documents |

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

| |or |

|⬜ |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 |

|⬜ |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 |

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

|Technical Documents |

|⬜ |Statement of the prospective bidder 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; and |

|⬜ |Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, 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; and |

|⬜ |Original copy of Bid Security. If in the form of a Surety Bond, submit also a certification issued by the Insurance |

| |Commission; |

| |or |

| |Original copy of Notarized Bid Securing Declaration; and |

|⬜ |Conformity with the Technical Specifications, which may include production/delivery schedule, manpower requirements, |

| |and/or after-sales/parts, if applicable; and |

|⬜ |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 |

|⬜ |The Supplier’s audited financial statements, 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 |

|⬜ |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 |

|⬜ |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 (as applicable) |

|⬜ |[For foreign bidders claiming by reason of their country’s extension of reciprocal rights to Filipinos] Certification |

| |from the relevant government office of their country stating that Filipinos are allowed to participate in government |

| |procurement activities for the same item or product. |

|⬜ |Certification from the DTI if the Bidder claims preference as a Domestic Bidder or Domestic Entity. |

|FINANCIAL COMPONENT ENVELOPE |

|⬜ |Original of duly signed and accomplished Financial Bid Form; and |

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

APPENDIX “1”

Bid Form for the Procurement of Goods

[shall be submitted with the Bid]

_________________________________________________________________________

BID FORM

Date : _________________

Project Identification No. : _________________

To: [name and address of Procuring Entity]

Having examined the Philippine Bidding Documents (PBDs) including the Supplemental or Bid Bulletin Numbers [insert numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to [supply/deliver/perform] [description of the Goods] in conformity with the said PBDs for the sum of [total Bid amount in words and figures] or the total calculated bid price, as evaluated and corrected for computational errors, and other bid modifications in accordance with the Price Schedules attached herewith and made part of this Bid. The total bid price includes the cost of all taxes, such as, but not limited to: [specify the applicable taxes, e.g. (i) value added tax (VAT), (ii) income tax, (iii) local taxes, and (iv) other fiscal levies and duties], which are itemized herein or in the Price Schedules,

If our Bid is accepted, we undertake:

a. to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements of the Philippine Bidding Documents (PBDs);

b. to provide a performance security in the form, amounts, and within the times prescribed in the PBDs;

c. to abide by the Bid Validity Period specified in the PBDs and it shall remain binding upon us at any time before the expiration of that period.

[Insert this paragraph if Foreign-Assisted Project with the Development Partner:

Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we are awarded the contract, are listed below:

Name and address Amount and Purpose of

of agentCurrencyCommission or gratuity

________________________________________________

________________________________________________

________________________________________________

(if none, state “None”) ]

Until a formal Contract is prepared and executed, this Bid, together with your written acceptance thereof and your Notice of Award, shall be binding upon us.

We understand that you are not bound to accept the Lowest Calculated Bid or any Bid you may receive.

We certify/confirm that we comply with the eligibility requirements pursuant to the PBDs.

The undersigned is authorized to submit the bid on behalf of [name of the bidder] as evidenced by the attached [state the written authority].

We acknowledge that failure to sign each and every page of this Bid Form, including the attached Schedule of Prices, shall be a ground for the rejection of our bid.

Name: ___________________________________________________________________

Legal capacity: _____________________________________________________________

Signature: ________________________________________________________________

Duly authorized to sign the Bid for and behalf of: __________________________________

Date: ___________________

Price Schedule for Goods Offered from Within the Philippines

[shall be submitted with the Bid if bidder is offering goods from within the Philippines]

______________________________________________________________________________

For Goods Offered from Within the Philippines

Name of Bidder ________________________ Project ID No._________ Page ___of___

|1 |2 |

Acknowledgment

[Format shall be based on the latest Rules on Notarial Practice]

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]

Performance Securing Declaration (Revised)

[if used as an alternative performance security but it is not required to be submitted with the Bid, as it shall be submitted within ten (10) days after receiving the Notice of Award]

_________________________________________________________________________

REPUBLIC OF THE PHILIPPINES)

CITY OF _____________________) S.S.

PERFORMANCE SECURING DECLARATION

Invitation to Bid: [Insert Reference Number indicated in the Bidding Documents]

To: [Insert name and address of the Procuring Entity]

I/We, the undersigned, declare that:

1. I/We understand that, according to your conditions, to guarantee the faithful performance by the supplier/distributor/manufacturer/contractor/consultant of its obligations under the Contract, I/we shall submit a Performance Securing Declaration within a maximum period of ten (10) calendar days from the receipt of the Notice of Award prior to the signing of the Contract.

2. I/We accept that: I/we will be automatically disqualified from bidding for any procurement contract with any procuring entity for a period of one (1) year for the first offense, or two (2) years for the second offense, upon receipt of your Blacklisting Order if I/We have violated my/our obligations under the Contract;

3. I/We understand that this Performance Securing Declaration shall cease to be valid upon:

a. issuance by the Procuring Entity of the Certificate of Final Acceptance, subject to the following conditions:

i. Procuring Entity has no claims filed against the contract awardee;

ii. It has no claims for labor and materials filed against the contractor; and

iii. Other terms of the contract; or

b. replacement by the winning bidder of the submitted PSD with a performance security in any of the prescribed forms under Section 39.2 of the 2016 revised IRR of RA No. 9184 as required by the end-user.

IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month] [year] at [place of execution].

[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]

[pic]

-----------------------

[1] May be deleted in case the ABC is less than One Million Pesos (PhP1,000,000) where the Procuring Entity may not hold a Pre-Bid Conference.

[2] 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.

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download