Reference Number |
6390219 |
Procuring Entity |
LIGHT RAIL TRANSIT AUTHORITY |
Title |
SUPPLY OF 565 PCS. INFLUENZA VACCINE (QUADRIVALENT INFLUENZA VACCINES IN PRE-FILLED SYRINGE 0.5ml WITH FIXED NEEDLE) UNDER PR NO. MED-1905-001 AND ITB NO. 1905-067-03R |
Area of Delivery |
Metro Manila |
Solicitation Number: |
1905-067-03R |
Trade Agreement: |
Implementing Rules and Regulations |
Procurement Mode: |
Shopping - Ordinary/Regular Office Supplies & Equipment (Sec. 52.1.b) |
Classification: |
Goods |
Category: |
Medical Supplies and Laboratory Instrument |
Approved Budget for the Contract: |
PHP 452,000.00 |
Delivery Period: |
14 Day/s |
Client Agency: |
|
|
Contact Person: |
Maria Fe Able Ballescas Procurement Analyst LRTA Line 2 Depot, Marcos Highway, Santolan, Pasig City Pasig City Metro Manila Philippines 1610 63-02-6473485 Ext.2987 63-02-6473479 mfballescas.lrta@yahoo.com |
|
Status |
Active
|
Associated Components |
Order
|
Bid Supplements |
0
|
Document Request List |
2
|
Date Published |
14/08/2019 |
Last Updated / Time |
14/08/2019 12:00 AM |
Closing Date / Time |
19/08/2019 5:00 PM |
|
Description
|
SUPPLY OF 565 PCS. INFLUENZA VACCINE (QUADRIVALENT INFLUENZA VACCINES IN PRE-FILLED SYRINGE 0.5ml WITH FIXED NEEDLE) UNDER PR NO. MED-1905-001 AND ITB NO. 1905-067-03R
Please quote your lowest price on the item/s listed below, subject to the Terms and Conditions set forth hereunder, stating among others the shortest time of delivery and submit your quotation duly signed by your duly authorized representative personally or through facsimile transmission on or before August 19, 2019.
INFLUENZA VACCINE (Quadrivalent Influenza vaccines in pre-filled syringe 0.5 ml with fixed needle)
Additional Requirements:
1. Delivery of Vaccines to LRTA 2 Depot Clinic. Supplier must prepare vaccines within 15 days upon receipt of Notice to Proceed Documents and must coordinate with the End-user on the conduct of delivery and storage.
2. Vaccines should have Certificate of Product Registration (CPR) issued by the Food and Drugs Administration (FDA) or in case of recently expired CPR; copy of the expired CPR and official receipt for renew.
3. Offered Flu Vaccines must be Quadrivalent of 2019 World Health Organization (WHO) Recommended Strain. Product literature shall be submitted for evaluation purposes.
4. Vaccine Expiration must NOT be less than 6 months from the delivery date. For vaccines which cannot meet this requirement, the supplier must submit a Certification Letter to the End-user stating that these vaccines will be replaced with the prescribed expiration dates.
5. Supplier must provide individual immunization record card for each employee.
6. Suppliers must provide means for cold chain storage measures for the next 2 weeks upon delivery.
7. Supplier must be amenable to arrangement for staggered delivery within 2 weeks period if volume of vaccines cannot be accommodated in the provided cold storage equipment.
ABC: ₱452,000.00
Delivery Period: Two (2) Weeks
***** NOTHING FOLLOWS *****
A. DOCUMENTARY REQUIREMENTS: 1. PhilGEPS Registration Number 2. Mayor’s / Business Permit (Certified True Copy)
Any tender, offer or proposal must be duly marked and sealed in an envelope and sent to the LRTA BAC Secretariat Office at the address indicated below through your company messenger or via door-to-door fast mail delivery service. Eduardo A. Abiva Head, BAC Secretariat Ground Floor BAC Secretariat Office, Light Rail Transit Authority Line 2 Depot, Marcos Highway, Santolan Pasig City. Tel. Nos.: 647-3479/647-3481/647-3484/647-3485 local 29872 Email Address: bacsec@lrtadotc.onmicrosoft.com
Faxed or e-mailed RFQ is acceptable. However, this will reveal your bid offer and shall be left upon the discretion of the contractor. The supplier will be required to submit the originally signed document on a later date for TWG evaluation. For further information you may contact us at 647-3485 loc. 29872 Kindly check the following Terms and Conditions for your reference; if applicable.
|
|
|
|
Other Information |
Terms and Conditions: 1. Bidders shall provide correct and accurate information required in the attached RFQ form. 2. Quotations exceeding the Approved Budget for the Contract or Multiple or alternative offers per item shall automatically be rejected. 3. Bidders may quote for any or all items, unless otherwise specified. 4. Price quotation/s must be valid for a period of at least thirty (30) calendar days from the date of submission. 5. Price quotation/s shall be in Philippine Peso and shall include all taxes, duties and/or levies payable. 6. Award of contract shall be made to the lowest quotation (for goods and infrastructure) or, the highest rated offer (for consulting services) which complies with the minimum technical specifications and as well as the submission required documents (i.e. Mayors Permit, TIN, etc.) for verification purposes. 7. From receipt of the NOA, SUPPLIERS are given ten (10) calendar days to enter into contract with LRTA (By signing and receiving the purchase Order). Failure or refusal to receive and acknowledge the PO will entitle LRTA to cancel the Award and proceed with the evaluation of the next lowest quotation, if any. This is without prejudice to other remedies that LRTA may pursue against the supplier as may be warranted. 8. Any interlineation, erasures or overwriting shall be valid with the signature or initial of your duly authorized representative/s, otherwise, LRTA shall not be responsible or liable for any misinterpretation arising therefrom. 9. Terms of payment shall be limited to check on delivery (COD) or minimum of 30 days after delivery or turn-key for Infrastructure Projects. COD payments are also subject to the usual acceptance procedure prior to the issuance of check is made. |
|
|
|