Architect Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical Cables And Wires...+1Electrical and Electronics
Corrigendum : Closing Date Modified
United States
Details: 556-23-101 Renovate B134-2c Clc July 22, 2024 Construction Statement Of Work Date: July 22, 2024 Project Number: 556-23-101 Project Name: Renovate B134-2c Clc Location: B134 C-wing 2nd Floor Clc Captain James A. Lovell Fhcc 3001 Green Bay Rd, North Chicago, Il 60064 Part 1: Project Scope Of Work Overview: Contractor Shall Provide All Tools, Materials, Labor, Quality Assurance, And Supervision For Renovations Resulting In A Complete, Compliant, And Fully-functional Clc, Including Erection Of Temporary Enclosures Preventing The Release Of Dust Outside Of The Work Area, Selective Demolition, Metal Studs, Gypsum Wall Board, Paint, Ceilings, Flooring, Electrical Power And Light, Modifications To The Fire Protection System, Telecom Cabling, Fire Alarm, And Other Work To Affect A Complete Turn-key Space Supporting Described Clinical Function(s) And Equipment. Finished Square Footage Is Approximately 12,590. The Current Hvac System And All Its Components Installed On The Roof Will Be Tied Into The New Space On The 2nd Floor. Part 2: Period Of Performance: The Following Model Presents The Summary Logic Of The Milestone Sequence Working Backward From The Delivery Date Of The Longest Lead Time In The Critical Path To Determine A Mobilization Date, And Then Forward From The Delivery Date Of The Longest Lead Time To Completion Of All Work. Notes: Durations Shown Are In Calendar Days. Actual Award And Ntp Dates Will Be Revised To Match Their Occurrence. Time Consumed For Resubmission And Review Must Be Made Up By The Gc To Ensure That All Submittals Of This Contract Are Approved Within 60 Days Of Ntp. See Section 01 32 16.15 Project Schedules With Long Lead Items (d/b/b Projects At Fhcc). Part 3: Detailed Project Requirements: Project Objectives: This Project Is Required To Renovate The Described Space As Expediently And Compliantly As Practical. Meet Or Exceed All Code, Technical, And Programmatic Requirements Adopted, Established, Revised, And Or Published By Va Or The Many Organizations Listed In The Several Specifications. Expedite The Delivery Of A Highly Functional, Complete, Compliant, And Safe Workspace For The User Service. List Of Ae Documents To Be Included In This Contract: See: 00 01 10 Table Of Contents And The Entire Project Manual See: 00 01 15 List Of Drawing Sheets And The Entire Volume Of Drawings Pre-bid Conference: Va Shall Schedule Two Pre-bid Conferences Required To Be Attended By Prospective Bidders To Observe Current Conditions Within The Work Area(s). The Ae Shall Not Attend The Pre-bid Events. No Questions Will Be Allowed During The Events. All Questions By All Prospective Contractors Shall Follow The Rfi Process Described In The Solicitation. Prospective Bidders Shall Not Attempt To Contact The Ae Or Va Facilities Engineering Staff During The Solicitation And Bidding Period. The Ae And Va Facilities Engineering Staff Are Instructed To Ignore All Such Inquiries And Report Them To The Va Contracting Officer. All Inquiries Regarding This Project Shall Be Presented As Complete And Coherent Requests For Information (rfi) Specifically Citing Design Or Specification Sections, Pages, Paragraphs, Notes, Details, Etc. To Enable Responses To Rfi S. Follow The Instructions Provided By The Contracting Officer Within The Solicitation Regarding Submission Of Rfi S. Va Will Post Responses Developed To Enable All Prospective Bidders To Receive The Same Information At The Same Time. Project Scheduling And Mobilization On Site: The Contractor Shall Not Mobilize On Site Until All Required Submittals Are Prepared, Transmitted, Reviewed, And Accepted By Va, And The Delivery Dates Of Long Lead Items Have Been Established By The Respective Manufacturers. Significant Time For This Essential Is Included In The Period Of Performance. Critical Components And Other Long Lead Items Shall Require Proof Of Purchase And An Established Delivery Date Delivered To The Contracting Officer And Cor To Complete Va Approval Of The Schedule. Approval To Mobilize Shall Be In Writing By The Contracting Officer In Consultation With The Cor And Facility Safety Manager. Prior To Beginning Work, Post And Maintain At Each Work Area All Current Emergency Contact Information, Va Infection Control Risk Assessment (icra)/permit, Interim Life Safety Measures (ilsm), And Other Information Required By Va And The Gc Project- Specific Safety Plan, At All Entry Points To The Work Area. The Target Mobilization Date Is Determined By First Establishing The Delivery Date Of The Longest Lead Time Material Or System Along The Critical Path, Which In This Project Is Predominantly Hvac Equipment, But Is Likely To Also Consider Shop-fabricated Doors And Frames, And Then Working Back Along The Critical Path Listing All Predecessor Work Activities. The Baseline Period Of Performance Is Certain To Change Between Initial Project Schedule And Acceptance Of The Final Project Schedule. The Contracting Officer, At His Or Her Discretion And Judgement, Will Issue A Contract Modification Revising The Period Of Performance End Date. As There Is No Change To The Quantity Or Quality Of The Work, The Contract Value Shall Not Change. Performance Of The Work: Erect And Maintain A Dust-tight Containment Around The Work Area Which Complies With Applicable Code Associated With Ul-rated Wall Assemblies And Maintenance Of Egress Paths. Containment Shall Enable Access To The Work, Without Obstructing Access To Adjacent Suites Or Rooms. Establish Hepa Air Purification. Review And Follow Specification 01 35 33 Infection Control Requirements As Applicable To This Location And Work. Follow Pra & Icra Plan And Permit Generated And Issued By Va. Remove Only Upon Completion Approval Of The Cor. After Establishing And Gaining Approval Of The Temporary Modular Hard Plastic Dust-tight Construction Dust Control Barrier System, Including Lockable Door. Where This Is The Sole Containment, Include Differential Pressure Monitoring For The Work Area, With Monitor Located Adjacent To The Temporary Entry Door. Where Fire Or Smoke-rated Wall Assemblies Are Planned For Alternation Even If Temporarily, Provide A Dust-tight 1-hour Rated Temporary Construction Wall With Locking Door To Isolate The Area Of Work, Finished With One Coat Of Paint On The Outside Were Indicated. The 1-hour Temporary Wall Shall Include Differential Pressure Monitoring For The Work Area, With Monitor Located Adjacent To The Temporary Entry Door. The 1-hour Temporary Wall And Differential Pressure Monitoring Must Be Complete And Approved Prior To Removal Of The (outer) Temporary Modular Wall Barrier, And Commencement Of Demolition Within The Space. Prior To Removal Of A Temporary Fire Or Smoke-rated Walls, Completely Restore Rated Wall Assemblies Required Of The Work, And Then Re-erect The Temporary Modular Hard Plastic, Dust-tight, Barrier System. In No Case Shall Any Containment Be Removed Unless And Until The Work Area, Including The Inside Of The Ventilation System, Has Been Thoroughly Cleaned And Approved For Progress Toward Activation. Immediately Prior To Turnover, Remove All Air Filters From The Ventilation System Used During Construction, And Supply And Install New Specified Filters. Supply Case Quantities Of Each Filter To Va With The System. Perform Selective Demolition And Construction As Described In The Specifications And Drawings. Special Acceptance Criteria For The Work Shall Include: Hvac System Shall Not Be Acceptable In Whole Or In Part Unless And Until Testing, Adjusting, And Balancing (tab) Is Completed And Accepted In Accordance With The Specifications, Drawings, And The Current Edition Ashrae 170 Ventilation Of Health Care Facilities (and Errata) Requirements Specific To The Room/suite Type And Purpose. Va Reserves The Right To Conduct, Or Have Conducted, Verification Testing, And Deduct Its Cost From The Contract If Noncompliant Conditions Are Found. The Contractor Shall Provide Eia/tia Testing And Certification Of All New Cat 6a Communications Cable. Restore All Finishes Damaged During The Work Match Existing. Thoroughly Clean All Surfaces Using Hepa-filtered Vacuum Cleaner And Anti-bacterial Wipes. Part 4: Meetings, Submittals, And Deliverables: Kick-off Meeting And Documentation The Contractor S Project Manager And Field Supervisor Shall Attend A Preconstruction Safety And Coordination Meeting To Discuss Project Details. Kick-off Meeting Documentation: Prepare And Submit For Review And Acceptance A Draft Critical Path Method (cpm) Baseline Schedule Reflecting Each Phase And Activity Of The Work Beginning With Mobilization, Including Each Critical Activity, And Each Essential Task Required To Optimally Meet The Objectives Of The Project. The Baseline Schedule Must Also Include All Activities To Be Performed By Va, Including Maintenance Shops Support, Safety And Infection Control, The Ae, The Commissioning Agent, Etc. It Is Expected That This Timeline Will List All Activities Of The Work Leading Up To The Delivery Of Long Lead Items, The Target Dates Of Long Lead Items, Installation Of Long Lead Items, And Each Work Activity That Follows Until All Work Is Complete, Compliant, And Ready For Acceptance. The Durations Of Each Phase Will Change Once The Gc Completes All Procurement Activities And Submit For Review And Approval The Final Baseline Schedule. To Enable Objective Assessment Of Costs And Progress, The Baseline Schedule Shall Be Cost-loaded At Each Work Activity (essentially Division 02 On), Ensuring That The Total Cost Of Each Phase And Division Of Work Match The Corresponding Schedule Of Values, And The Total Of The Construction Contract At Award. Develop The Cpm Schedule In Sufficient Detail To Enable Readers To Understand All Planned Activities, Their Predecessors, And Successors, Who Is Performing The Work, Durations, And Costs. Activity Durations Shall Not Exceed Two Calendar Weeks. Indicate Resource Sdvosb Status. The Project Manual Index Of Specifications Is A Useful Guide For Starting The Cpm Schedule And Schedule Of Values In Sufficient Detail. For Example: Simply Listing Hvac Is Unacceptable For Projects Including More Than Basic Work In This Category. The Inclusion Of Specifications For An Ahu, Controls, Ductwork, Demolition Of Each, Testing And Balancing, Etc. Also Prompt Their Inclusion As Categories Of Activities And Tasks In The Schedule. In Fact, For Larger Work Categories, Breaking Down The Cost By System/material And Installation And Testing Enables Partial Payment For Higher Cost Items Upon Delivery Into The Facility Work Area. Preparation And Processing Of Submittals Are Gc Procurement (administrative) Activities And Not Work Activities Contributing To The Compensable Work In The Field. Should The Contractor Elect To Include Submittal Planning In Their Internal Use Schedule For Their Own Purposes, Do Not Show Those Line Items In The Schedule Submitted To Va For Consideration In The Baseline Schedule. Not Less Than One Item Per Subcontractor At Any Tier. Subcontractors, By Definition, Are Contributing Work In The Field To The Project. Pass-throughs Are Not Acceptable. Include All Expected Utility System Shutdowns, Road Closures, Crane Lifts, And Off- Hours Work In The Cpm Schedule. Do Not Include Costs Associated With Non-work Administrative Activities Inherent In The Listed Work Items. The Government Cannot Pay For What It Has Not Inspected And Accepted As Compliant, Or For Activities Which Add No Value To Va Facilities. Front-loading Proposals, Bids, Schedules Of Values, And Line-item Costs Of Cost-loaded Cpm Schedules With Non-work Items Puts The Contractor, The Government, And The Bonding Company At Otherwise Avoidable Risk Associated With Paying Out More Than The Value Of Work In Place Should The Work Stop Prior To Completion. Administrative And Managerial Activities Associated With Each Work Line Item Are To Be Included In Each Line Item, Along With Prorated Overhead And Profit. The Contractor Shall Prepare And Submit Sf-1413 For Each Subcontractor To The Co, Copying The Cor. List Of All Subcontractors And Suppliers, Including Company Names, Office Address, And Main Point Of Contact Name With Telephone Number, And Sdvosb Status. As Required At 01 35 26 Safety Requirements: Develop And Submit A Project- Specific Construction Safety And Accident Prevention Plan With Project-specific Procedures, Processes, Analysis, And Details, Including But Not Limited To: Access And Use The U.s. Army Corps Of Engineers Em 385-1-1 Safety And Health Requirements And Its Appendix A Minimum Basic Outline For Accident Prevention Plans For Development Of Meaningful, Effective, And Compliant Project Safety Plans. Submission Of Generic, Non-project Specific Safety Plans Will Be Rejected, Resulting In A Contractor-caused Delay In Commencement Of The Work. Project-specific Activity Hazard Analysis (aha), Which Forms The Basis Of The Construction Safety And Accident Prevention Plan Highlighting Identified Risks Such As Isolation Of Stored Energy (lock-out*), Fall Protection, Or Confined Space Access. (*) Note That Tag-out Is Not An Acceptable Form Of Isolation, Therefore It Was Intentional Not To Use The Term Loto. Submit An Electronic Copy Of The Gc And All Subcontractor Competent Persons Osha 30-hour Construction Safety Training Certificates With Project-specific Construction Safety And Accident Prevention Plan. Submit An Electronic Copy Of All Workers Osha 30-hour Construction Safety Training Certificates Or Cards Prior To Allowing Entry To The Site. Assist The Cor In Completing Project-specific Va Infection Control Risk Assessment (icra) And Interim Life Safety Measures (ilsm) Documentation. Public Safety Compliance Requirements: The Following Applies To All Va And Navy Properties, Including Leased Facilities, Regardless Of Building Occupancy Or Current Use And Does Not Differentiate Between Medical Or Administrative Spaces As All Are Occupied By People We Are Collectively Working To Protect From Harm Including Contractor Staff. Contractors Shall Adhere To And Ensure Compliance With Federal Laws, Regulations, And Executive Orders Regarding Screening, Vaccinations, And Or Testing Designed To Protect Contractor Employee And General Public Health And Safety, As Well As All Associated Health Information And Personally Identifiable Information. All Contractor Staff Share A Common Moral Responsibility To Stay Away From The Facility When Feeling Ill. Quality Control Plan And Quality Assurance Plan: 01 40 00 Quality Requirements Is Included In Its Entirety In This Contract. This Specification Is Brief But Very Informative And Enabling To Those Who Approach It As An Opportunity. Submittal Register (aka Submittal Log) Is Described In Quality Assurance Of The Above Specification, And The Project Manual At 01 33 23. Submittal Register Must List Each Submission Listed In Each And Every Specification. Because Each Project Is Different, Do Not Recycle Submittal Logs From Other Projects. (dis)approval Of A Submittal Never Constitutes A Change To The Quantity, Quality, Cost, Or Duration Of A Contract. The General Contractor Is Solely Responsible For Submitting And Delivering Complete And Compliant Work. Defective Work Shall Be Removed And Replaced At The Contractor S Expense. The Government Has The Right And Responsibility To Withhold Funds Equivalent To The Cost For The Government To Complete The Work Should The Contractor Fail To Promptly Act In Executing The Work Or Remedying Defective Work. To Help Prevent (unfortunately) Common Shortcomings And Mistakes With Submittal Preparation And Submission, As Well As Ensure That The Installation Of Systems Is Complete And Compliant, The Gc Shall Provide The Services Of At Least One Licensed Professional Engineer To Pre-review And Certify As Compliant All Submittals And Subsequent Systems Prior To Requests For Va Or Its Ae To Review For Compliance. For Projects Requiring Alteration Or Replacement Of Mechanical Systems, The Gc Consulting Engineer Is Required To Be A Licensed Mechanical Engineer. Similarly, For Projects With Significant Electrical Scope, Retain A Licensed Electrical Engineer. The Consulting Engineer May Be A Firm. Engaging A Verified Sdvosb Firm Is Always Encouraged. The Consulting Engineer (or Firm) Cannot Be The Ae Of-record Or Part Of Their Consulting Team. Upon Issuance Of Notice To Proceed, Gc Shall Immediately Submit To Va For Review And Information The Contact Information And Credentials Of The Contracted Consulting Engineer. Construction Progress Meetings: The Contractor S Project Manager And Field Supervisor Shall Provide On-site Weekly Construction Progress Meetings With The Cor For The Entire Period Of Performance. Include Preparation Of Meeting Agendas, And Subsequent Minutes Of The Meeting For Each Event Not Later Than 1 Day (next Business Day) After Each Meeting. Construction Progress Meeting Agenda S And Minutes Shall Include No Less Than: List Of Invitees/attendees, List Of Past/ongoing And New Issues Or Concerns, Indicate Days Remaining Per The Contract, Detail Any Safety Incidents, And Include Current Updated Copies Of The Rfi Log, The Shop Drawing Log, And A Detailed 3-week Look- Ahead And Utility Shutdown Schedule. Daily Reports: The Contractor Shall Provide A Daily Report Each Day, Along With Accompanying Digital Photos And Other Supporting Documents. The Daily Report Shall Include: List Of Issues Or Concerns, Days Remaining Per The Contract, Detail Regarding Any Safety Incidents, Detail Of Daily Safety Inspections (including Items Checked And Corrective Actions Taken), Notations Regarding Any Visitors To The Work Area. Use Of Va Form 10101 Contractor Production Report (fillable Pdf At Https://www.va.gov/vaforms/va/pdf/va10101.pdf) Is Required Each Day Even On Days With No Contractor Activity, Which Is What To Report On Such Days. Contractor May And Should Provide More Information Than Shown In The Standard Form, But The Standard Form Is Required. The Report Must Be Accompanied By Relevant Time And Date-stamped Photos Of Construction Progress Of Sufficient Quantity And Detail To Enable Viewers To Clearly See The Progress Of All Work To-date, All Issues Discovered (including Those Which Become The Subject Of Rfi S). Email The Va Form 10101 Contractor Production Report And Photos To The Cor Not Later Than 9 Am The Next Working Day. No Photography On Va Premises Is Allowed Without Written Permission Of The Cor. In No Case Shall The Gc Allow Any Team Member To Take Photographs With Patients, Visitors, Or Employees In The Picture. Acceptance And Closeout: Acceptance Criteria For The Work: Schedule Demonstration Of New Equipment And Systems At Least 21 Calendar Days In Advance With The Cor. Provide Factory Startup And Certification Of All Systems. Demonstrate The Operation Of The System. Newly Installed Water Or Medical Gas Piping And Distribution System Components Shall Be Flushed And Disinfected Prior To Being Placed In Service. Include Documenting Completion/certifications. Startup And Testing Of New Systems Or Equipment, Or Moving In Va Purchased Equipment Or Furnishings, Or Their Use, Does Not Constitute Any Form Of Acceptance (or Beneficial Occupancy). The Project Is Planned Around The Complete, Complaint, And Unconditional Fulfillment Of All Requirements Of The Contract Which Enable The Work To Be Complete By Definition. Please Work With Va To Expedite This Process. Closeout Records: Provide One Full-size, And One Half-size Printed Set Of As-built Drawings, As Well As Cd-rom Or Dvd-rom Media Containing A Complete Archive Of All Project Documents And Files, Including But Not Limited To: As-built Record Drawings Of The Installed Condition As Cad And Pdf Files. Approved Shop Drawings. Operations And Maintenance Manuals. Spare Parts Lists. All Photographs. All Daily Reports. All Communications. All Pay Applications. All Communication, Change, And Cost Data. All Safety Records. A Project Warranty For Construction Written By The General Contractor, Projected To Start Upon Final Acceptance By Va (typically Within A Business Week Of Receiving A Complete And Compliant Closeout Package). Where Manufacturer S Warranties Exceed One Year, Provide All Documentation Necessary For Va To Exercise Warranty Rights Beyond The Standard Gc Warranty. Where Specified, Such As With Roofing Systems, Provide The Warranty Written By The Manufacturer To Va For The Term Specified Or Greater (typically 20 Years). Note That Moving Furnishings Or Equipment Into The Space Does Not Constitute Occupancy Or Acceptance, However, Damage To Completed Work During These Activities Shall Be The Responsibility Of Va To Correct. Lien Waivers And Other Documents Required By The Contracting Officer. Part 5: Applicable Performance Standards All Work Shall Comply With All Va And Fhcc Policies Including And Not Limited To: Va Construction Safety And Va Infection Control Policies. Codes, Standards And Executive Orders (topic 1) Found At Http://www.cfm.va.gov/til/cpro.asp 01 32 16.15 Project Schedules With Long Lead Items (d/b/b Projects At Fhcc) 01 35 26 Safety Requirements 01 35 33 Infection Control Requirements 01 40 00 Quality Requirements 01 41 00 Regulatory Requirements 01 42 16 Definitions And Abbreviations Coordinating With Va-retained Commissioning Agent (cxa) And Architect-engineer (ae). Va Intends To Retain The Services Of An Independent Cxa. Ae Field-verification And Documentation Of Compliant Systems Remains An Essential Part Of Construction Period Services. The General Contractor Is Responsible For Communication And Cooperation With The Ae And Cxa And Enabling Compliant Execution Of Contracts. No Action Or Inaction By The Ae, Cxa, Va, Or Other Government Agencies Ever Relieves The Gc From Responsibility To Deliver 100% Of The Project Requirements As Specified And Designed. The General Contractor Shall Have A Competent Supervisory Person On Site At All Times When Any Worker(s) Or Subcontractor(s) Are Present. The General Contractor Is Also Required To Maintain On Site A Competent Site Safety And Health Officer (see 01 35 26 Safety Requirements When Any Worker(s) Or Subcontractor(s) Are Present. The Va Cor May, At His Or Her Discretion, May Allow The Competent Supervisory Person To Also Act At The Ssho, Based On Demonstrated Competency And Performance In The Two Roles. If Demonstrated Lack Of Competency Or Effectiveness In Either Role Is Observed, The Va Cor May Revoke The Privilege. Safety: Prior To Any Activity, Review The Following With All Project And Craft Team Leaders: 01 35 26 Safety Requirements. The Contractor Shall Provide A Proactive And Complaint Construction Safety And Accident Prevention Plan In Accordance With The Occupational Safety And Health Act, 01 35 26 Safety Requirements, And Site-specific Policies: All Persons Working On Any Electrical Systems Rated 50 Volts Or More Shall Have The Minimum Qualification As A State Licensed Master Electrician Or Registered Journeyman Electrician, And All Activities Shall Follow The Safe Work Practices In Compliance With Nfpa 70e Electrical Safety In The Workplace. 01 35 26 Safety Requirements Is Included In Its Entirety In This Contract. Each Contractor-employer Is Required To Be Solely Responsible For The Health And Safety Of Its Employees In Accordance With 29 Cfr 1910, 1926, & 1960 Of The Occupational Safety And Health Act Of 1970, As Amended. Because Each Contractor-employer Is Required To Be Solely Responsible For The Health And Safety Of Its Employees, Part Of A Compliant And Effective Safety Management Program Requires Each Employer To Plan And Implement Their Own Compliant Permit- Required Work Including Written Permits. Do Not Rely On, Or Request That Va Generate Required Permits Such As Hot Work Or Confined Space Documents. Prior To The Beginning Of Any Work, Fire Extinguisher(s) Complying With Nfpa 10 Shall Be Pedestal-mounted In The Work Area. Inspection Of The Work Area Includes Verification That Inspection Tags Are Current. Where Non-compliant, The Contractor May Be Required To Remove And Replace The Unit(s) Before Resuming Work Activity. All Work In Crawl Spaces Shall Be Planned And Carried Out As Osha Permit-required Confined Space. Immediately Stop Work And Notify The Cor If Asbestos Is Noticed Or Suspected In The Area Of Work. Exception: The Above Will Not Necessarily Apply To Areas Where The Documents Call For Abatement Activities. This Item Is Concerned With Unplanned Locations. Fire-seal All Penetrations Made Or Discovered Through Any Wall Or Floor Assembly With Ul Listed Fire-rated Products Or Systems. Infection Control: 01 35 33 Infection Control Requirements Is Included In Its Entirety In This Contract. Its Construct Is Enabling For Each Condition Experienced Through Each Phase Of The Work. The Following Are High-level Requirements Most Often Found Deficient During Inspections Yet Required. Prior To Any Activity, Review The Following With All Project Team Leaders: 01 35 33 Infection Control Requirements. Review And Comply With Containment Construction And Sequence Described In The Design And Specification Documents. Provide A Modular Dust-tight System Designed And Manufactured Specifically To Be Used As A Temporary Construction Isolation Barrier. Before The Start Of Work Provide Pressure Differential Monitoring System At The Entry Door To The Construction Area To Prove That The Construction Area Is Under Negative Pressure. Maintain Daily Logs Of Readings And Submit To The Cor Weekly. Remove At The Completion Of Construction. Walk-off Sticky Mats Are Required At All Times Inside And Outside All Entry / Exit Points To All Workspaces. Sticky Mats Must Be Changed At Least Once Per Shift, Or More As Required By The Construction Or Cor. Size Sticky Mats To Match The Width Of The Door Opening And Ensure That No Less Than 24 Depth Is Provided. Block Off All Hvac Return Ductwork And Louvers To Prevent Introduction Of Dust Into The Hvac System. 1) Where Existing Hvac Ducts Are Being Removed, Immediately, Permanently, And Compliantly Seal Off The Opening. Provide High-efficiency Particulate Air Filtration (hepa) Recirculating Air Equipment Inside The Workspace. Size The Air Filtration System Sufficiently Large Enough To Ensure That Negative Pressure Remains Effective When Doors Are Opened. When Working Above The Ceiling Outside Of The Work Area, Such As In A Corridor, Open Only One Ceiling Tile At A Time, And Provide Dust Containment Tent Or Portable Containment Cube, With Hepa Filtering Negative Air System To Seal The One Opening. Broom-sweep The Work Area At The End Of Each Day (or Shift During Days With Multiple Shifts). Provide Hepa Vacuum And Damp (not Wet) Mop Daily Where Broom Sweeping Creates Airborne Dust. Provide Fire-sealing Of All Existing Wall And Ceiling Openings In Area Of Work Needed To Allow The Hepa Filtration Equipment To Effectively Generate Negative Air Pressure Within The Work Area, With Respect To The Surrounding Area. Provide Hepa-filtered Vacuum Cleaning Of All Surfaces, And Damp Mop The Work Area Every Day. Do Not Allow Corrugated Carboard To Be Stored For Any Period Of Time Within The Hospital. Upon Arrival, Unpack, And Transfer All Products From Cardboard Containers To Sealed Plastic Containers, And Immediately Dispose Of The Cardboard Outside Of The Building. Part 6: Site-specific Requirements Project Number And The Contract Number In The Subject Line Of All Emails And Documents. Example: 556-23-101 Renovate B134-2c Clc , Or Simply 556-23-101 B134-2c And Then Specific Subject Such As Pay App, Rfi, Submittal, Meeting, Etc. Transmissions Deviating From This Focused And Simple Standard May Be Rejected, Or Simply Lost Because Recipients Could Not Readily-acquire Their Subject Or Importance Over The Plethora Of Ambiguous Emails Received Each Day. Comply With All Site-specific Requirements And Sops Including And Not Limited To: Key Policy, Badging Policy, Rules Of Behavior, And Smoking Policy. Normal Construction Work Hours Are 7:00 Am To 3:30 Pm Monday Through Friday. Normal Work Hours Can Be Modified Only By Written Approval Of The Cor, And At No Additional Cost To Va. No Work By The Contractor On Federal Holidays, And No Work On The Weekend When The Federal Holiday Is On The Respective Monday Or Friday. No Work In Stairs, Corridors, Lobbies, Or Other Interior / Exterior Public Areas Shall Be Performed During The Above-designated Work Hours. Any Work Including And Not Limited To Noise, Vibration, Dust, Odors, Core Drilling, Hammer- Drilling, Saw Cutting, Equipment Moving In Public Corridors, Soil Compaction Shall Be Performed During The Above-designated Work Hours Only. Crane Lifts, Or Any Work That Closes Drive Isles, Closes Building Entries, Or Closes Public Corridors Shall Be During Low Patient Times And Performed Between Saturday 6 Pm Through Midnight Concluding By 6 Pm On The Following Sunday. All Building Systems Shall Be Maintained In Full Operation At All Times: Request Utility System Shutdowns In Writing Not Less Than 21 Calendar Days In Advance And Scheduled With The Cor At Times Least Impacting Patient Care. Shutdown Work Shall Be During Low Patient Times And Performed Between Saturday 6 Pm Through Midnight Concluding By 6 Pm On The Following Sunday. Wherever Demolition Is Planned, Ceiling Tiles Are To Be Removed, Or The Sprinkler System Is To Be Disabled, Gc Shall First Provide Uniform Heat Detection Throughout The Work Area, Connected To The Existing Supervised Building Master Fire Alarm System, For The Duration Of The Work. Fire And Or Smoke Detection Devices Shall Be Provided Prior To Turnover And Acceptance. Deliveries, Parking, Elevators: Deliveries At The Dock: At Time Of Delivery: Provide Vehicle Information To The Va Police And Remove The Vehicle As Soon As Delivery Is Complete. Move Materials In Public Corridors During Low Patient Times Between 6 Pm Through 6 Am The Following Day. No Parking In The Va Garages. As Part Of The Mobilization Plan Submission, Indicate Where Workers Are To Park. Contractor Shall Use Freight Elevators. Do Not Move Materials And Employees In Passenger Elevators Without Written Approval Of The Cor, And Never Within Elevators Occupied By Staff Or Patients. The Mobilization Plan Submission Shall Indicate If And Where A Construction Dumpster Is Intended To Be Placed. The Contractor Shall Provide A Construction Dumpster With A Locked Safety Fence Surrounding It, At A Location Submitted To And Approved By The Cor. Pavement, Concrete Surfaces, And Landscaping Shall Be Protected From Damage Resulting From Delivery And Retrieval, Loading And Unloading, And Dumpster Weight. Construction Waste Diversion Reports Are Required For Every Dumpster Removed From Every Construction Site At Every Va Facility. Provide These Reports To Va Cor Immediately After The Waste Hauler Removes Each Dumpster To Comply With Va Gems Policy. No Trash, Used Packaging, Or Construction Spoils Shall Be Stored In The Work Area. Never Use Dumpsters Other Than Those Rented For This Work. Severe Penalties, Including Potential Criminal Charges May Be Levied For Use Of Government-rented Or Owned Containers, Or Those Of Other Contractors. Trash Removal From The Work Area Shall Be Within Gondolas Which Have Sealed Covers (completely Enclosed), And During Non-business Hours, Via The Freight Elevators. No On-site Office Or Storage Container Shall Be Allowed. Provide Just-in-time Delivery And Pickup. Coordinate With The Cor For Staging Within The Area Of Work. No Music Radios Within Work Areas. No Noise Generated Within The Work Area Can Be Allowed To Leave It. The Use Of Powder-actuated Fasteners Is Forbidden. Performing Demolition Using Motorized Equipment, Whether Tracked Or Wheeled, Pushed Or Driven, Is Forbidden. Two-way Communications Radios Are Allowed Where Transmit/receive Frequencies Will Not Disrupt Any Hospital System. Before Starting Work The Contractor Shall Give 21 Days Notice To The Cor So That Security Arrangements Can Be Provided For The Employees. This Notice Is Separate From Any Notices Required For Utility Shutdown Described Elsewhere In This Section. Va Reserves The Right To Close Or Shut Down The Project Site And Or Require Contractor Employees To Leave The Premises In The Event Of A Civil Emergency Or Operational Requirement. The Contractor May Return To The Site Only With The Written Approval Of The Cor. Compatible System Procurements Shall Include The Following: Locks And Keys: Temporary And Permanent Door Hardware Shall Be Compatible With Bestâ® 7-pin, G-keyway, Interchangeable Core. Prior To Commencement Of Work, The Contractor Shall Provide Va With Blank Cores; Quantity Matching The Number Of Openings Planned. Va Shall Then Provide Construction Coring, And A Key For Same To The General Contractor, Who Will Sign Acknowledgement And Receipt And Responsibility For The Key Until Returned To The Va Cor. Final Pinout And Keying Is Provided By Va. Exit Signs: All Exit Signs Shall Be City Of Chicago Approved Specification Red Letters On White Edge-lit Led Fixtures Continuously Illuminated 90 Mins. After Loss Of Power, Push-to- Test Switch And Led Pilot Light On The Housing, Available As Single Or Double-sided Models, And Meeting Ul924. Building Automation: Components, Programming And Start Up: Native Bacnet Communications Protocol For Building Automation And Control (bac) Connected To The Existing Johnson Controls Head End Equipment. 27 15 00 Communications Cabling (and Other Specifications Which Include Telecom Cabling): All New Telecom Cabling Shall Be Cat 6a Vs. 5e. Cat 6a Telecom Cable, Termination Punch-down T-568-(b.1, B.2, C.2, Etc.), Tested And Certified (submit Result To Cor), 6-port Modular Wall Jacks With Two Rj45 On Top And Bottom And Two Blanks In Middle. While Va Facilities Generally Do Not Include Plenum Return Spaces Above Ceilings, It Nonetheless Requires Plenum-rated Teledata Cabling Complying With Codes Pertaining To Plenum Environments. Sole Source Procurement, The Contractor Shall Provide Fully Functional Complete Systems, Including The Following Sole Source Procurements For The Following Special Systems: Fire Alarm: Components, Programming And Start Up Within The West Campus Is By Johnson Controls/simplex. Building Automation: Components, Programming And Start Up: Automated Logic Company Of Chicago. Proximity Card Reader And Door Lock Release Entry System: Components, Programming And Start Up: Enorman Patient Lift Systems And Components: Guldmann
Closing Date15 Apr 2025
Tender AmountRefer Documents
Province Of Iloilo Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Improvement Of Water System At Western Visayas Goat Nuclues Farm, Brgy. Calamigan, Concepcion, Iloilo Bid No. Agr-25-147-b Iloilo Provincial Government Sixth Edition Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 3 Section I. Invitation To Bid 6 Section Ii. Instructions To Bidders 8 1. Scope Of Bid 8 2. Funding Information 8 3. Bidding Requirements 8 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 8 5. Eligible Bidders 9 6. Origin Of Associated Goods 9 7. Subcontracts 9 8. Pre-bid Conference 9 9. Clarification And Amendment Of Bidding Documents 9 10. Documents Comprising The Bid: Eligibility And Technical Components 10 11. Documents Comprising The Bid: Financial Component 10 12. Alternative Bids 10 13. Bid Prices 10 14. Bid And Payment Currencies 11 15. Bid Security 11 16. Sealing And Marking Of Bids 11 17. Deadline For Submission Of Bids 11 18. Opening And Preliminary Examination Of Bids 11 19. Detailed Evaluation And Comparison Of Bids 12 20. Post Qualification 12 21. Signing Of The Contract 12 Section Iii. Bid Data Sheet 13 Section Iv. General Conditions Of Contract 15 1. Scope Of Contract 15 2. Sectional Completion Of Works 15 3. Possession Of Site 15 4. The Contractor’s Obligations 15 5. Performance Security 16 6. Site Investigation Reports 16 7. Warranty 16 8. Liability Of The Contractor 16 9. Termination For Other Causes 16 10. Dayworks 17 11. Program Of Work 17 12. Instructions, Inspections And Audits 17 13. Advance Payment 17 14. Progress Payments 17 15. Operating And Maintenance Manuals 17 Section V. Special Conditions Of Contract 18 Section Vi. Specifications 19 Section Vii. Drawings 23 Section Viii. Bill Of Quantities 25 Section Ix. Checklist Of Technical And Financial Documents 28 Glossary Of Terms, Abbreviations, And Acronyms Abc – Approved Budget For The Contract. Arcc – Allowable Range Of Contract Cost. 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. Cda – Cooperative Development Authority . 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]) 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. Contractor – Is A Natural Or Juridical Entity Whose Proposal Was Accepted By The Procuring Entity And To Whom The Contract To Execute The Work Was Awarded. Contractor As Used In These Bidding Documents May Likewise Refer To A Supplier, Distributor, Manufacturer, Or Consultant. Cpi – Consumer Price Index. Dole – Department Of Labor And Employment. Dti – Department Of Trade And Industry. 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]). 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. 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. Pcab – Philippine Contractors Accreditation Board. 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. Un – United Nations. Republic Of The Philippines Iloilo Provincial Government Section I. Invitation To Bid For Improvement Of Water System At Western Visayas Goat Nuclues Farm, Calamigan, Concepcion, Iloilo Bid No. Agr-25-147-b 1. The Iloilo Provincial Government, Through The 20% Nta Development Fund Fy 2025 Intends To Apply The Sum Of Five Hundred Thousand Pesos (p500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Agr-25-147-b For The Improvement Of Water System At Western Visayas Goat Nucleus Farm, Calamigan, Concepcion, Iloilo For The Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Sixty (60) Calendar Days. Bidders Should Have Completed 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 Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 02, 2025 From 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, In The Amount Of One Thousand Pesos (p1, 000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On None At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines, And/or Through Videoconferencing/webcasting Via Zoom Conference Which Shall Be Open To Prospective Bidders. The Default Meeting Id And Password Shall Be: Meeting Id: 4340851724 // Password: 0922 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before April 10, 2025, 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On April 10, 2025, 9:01 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Iloilo Provincial Government 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Head, Bac Secretariat 5f New Iloilo Provincial Capitol Bonifacio Drive, Iloilo City Tel. No. (33) 336-0736 Fax No. (33) 337-7731 Email: Ipg_bacs@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.iloilo.gov.ph March 26, 2025 Atty. Dennis T. Ventilacion Bac Chairperson Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Invites Bids For The Improvement Of Water System At Western Visayas Goat Nucleus Farm, Calamigan, Concepcion, Iloilo, With Project Identification Number Agr-25-147-b. The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of Five Hundred Thousand Pesos ( ₱ 500,000.00) 2.2. The Source Of Funding Is: A.) Lgu’s, 20% Nta Development Fund Fy 2025, As Approved By Sanggunian. 3. 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 Manual 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 Invitation To Bid 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 Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) 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. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, 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. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated 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. 7. Subcontracts 7.1. 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 Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. 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 Bac Office, 5th Floor, New Iloilo Provincial Capitol, Iloilo City And/or Through Videoconferencing As Indicated In Paragraph 6 Of The Ib. 9. 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. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2. 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. 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. 10.3. In Joint Ventures, A Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project, Shall Be Required. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. 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. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. 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. 14.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration 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. 15.2. The Bid And Bid Security Shall Be Valid Until August 08, 2025 Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. 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. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website 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. 17. Deadline For Submission Of Bids 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. 18. Opening And Preliminary Examination Of Bids 18.1. 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. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s 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 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification 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. 21. Signing Of The Contract 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 Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: A) Installation Of Water Tank B) Establishment Of Dugwell With Cover C) Installation Of Centrifugal Pump Motor With Pipe Connections D) Electrical Works 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 10.3 Special Philippines Contractors Accreditors Board License 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience Project Engineer 1 Year 1 Year Material Engineer 1 Year 1 Year Electrical Engineer 1 Year 1 Year Agricultural & Biosystems Engineer 1 Year 1 Year Health & Safety Officer 1 Year 1 Year 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units Welding Machine - 1 One Bagger Mixer - 1 Minor Tools - 12 Alternative Bids Are Not Allowed 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less Than Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 16 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 16.1 All Envelopes Shall: A. Contain The Name Of The Contract To Be Bid In Capital Letters: “improvement Of Water System At Western Visayas Goat Nucleus Farm, Calamigan, Concepcion, Iloilo” B. Bear The Name And Address Of The Bidder In Capital Letters; C. Addressed To: Atty. Dennis T. Ventilacion, Chairperson, Bids And Awards Committee: D. Bear The Specific Identification Of This Procurement: “agr-25-147-b” E. Bear A Warning “do Not Open Before April 10, 2025” Indicating The Date And Time For The Submission Of Bids On The Blank: Bid Envelopes That Are Not Properly Sealed And Marked, As Required In The Bidding Documents, Shall Not Be Rejected, But The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Or The Procuring Entity Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or For Its Premature Opening. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder 19.2 Partial Bids Are Not Allowed 20 No Further Instructions. 21 The Additional Contract Documents Relevant To The Project That Are Required By The Procuring Entity Are: A. Construction Schedule And S-curve; B. Manpower Schedule; C. Construction Methods; D. Equipment Utilization Schedule; E. Construction Safety And Health Program Approved By The Department Of Labor And Employment; And F. Pert/cpm Section Iv. General Conditions Of Contract 1. 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. 2. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Possession Of Site 4.1. The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 4.2. If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 5. Performance Security 5.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than 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. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 6. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property(ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15. Operating And Maintenance Manuals 15.1. If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. 15.2. If The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Gcc Clause 2 As Per Construction Schedule/contract Period 3.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon Effectivity Of The Contracts. 6 No Further Instructions 7.2 [in Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures:] Fifteen (15) Years. 10 Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 No Further Instructions 11.2 No Further Instructions 13 The Amount Of The Advance Shall Not Exceed 15% Of The Total Contract Price. 14 Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15.1 The Date By Which Operating And Maintenance Manuals Are Required Shall Be At Least 5 Days Before The Testing And Commissioning. The Date By Which “as Built” Drawings Are Required Shall Be At Least 10 Days Prior To The Final Billing. 15.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is 1% Of The Final Contract Amount. Section Vi. Specification General Requirements All Works To Be Done Shall Be With First Class Workmanship And Shall Conform To The Plans And Specifications. All Materials To Be Used Shall Be Of Good Quality And Properly Inspected By The Project Engineer. The Provincial Agriculturist Is Reserved The Right To Rescind, Terminate, Suspend The Contract If He Deems Necessary And To The Best Interest Of The Government. The Contractor Shall Be Liable For All Damages That Will Occur During The Construction Of The Project. Scope Of Work The Works Include Furnishing Of Labor, Materials, Tools, Equipment’s And Other Incidentals Necessary To Complete The Project Such As Clearing, Grubbing & Staking, Excavation Works, Backfill, Concreting, Steel Works, Form Works, Pre-painted Rib Type Wall, Plastering Works, Roofing Works, Ceiling Works, Doors, Rice Mill, Water Tank, Electrical Works. General Condition A. The Works To Be Done Herein Shall Be The Construction Of Rice Mill As Of Approved And Of Quality Materials Completed As Per Plans, Details And Specifications. Supervision Of The Work Shall Be Done Under The Responsibility Of The Project Engineer With The Help Of The Construction Foreman. B. All Materials Employed And To Be Used In The Construction Shall Be Brand New, Unless Otherwise Or As Directed And Approved By The Project Engineer. C. Skilled Workmen And Workmanship Subject To Project Engineer’s Approval Shall Perform Methods Of The Construction In The Most Acceptable Manner. D. The Drawings Referred To In The Specifications Including Supplementary One, To Be Furnished As The Work Progress Are Intended To Cooperate With The Specification And To Form Part Hereof. Where Figures Are Given, They Are To Be Followed In Performance To Measurement By Scale. E. The Assigned Engineer Or Construction Foreman Shall Lay – Out The Building In Accordance With The Drawings And Directions On Plans As He Shall Not Only Responsible But Liable For Any Failure To Comply In This Respect With The Said Drawings, Specifications And Directions For Its Due And Accurate Location On The Lot. Project Sign Board / Billboard The Contractor Shall Ensure That The Project Site Is Identified With Information Billboard Which Shall Be Erected At The Beginning And Ending Of The Proposed Project. The Layout Of The Billboard Shall Accord To The Specifications Pursuant To The Commission On Audit (coa) Circular No. 2013-004 Issued On January 30, 2013. Coa Billboard Projects Status Project Status Remarks Duration Started Target Date Of Completion Percentage Of Completion As Of (date) Cost Incurred To Date Date Completed Pao Billboard Republic Of The Philippines Province Of Iloilo Provincial Agriculture Office Iloilo City Name Of Project: Location Of Project: Contractor: Implementing Agency: Appropriation: Fund Source: Contract Duration: Project Starting Date: Project Completion Date: Another Priority Project Of The Iloilo Provincial Government The Billboard’s Specifications Shall Conform To The Following Requirements: A. Tarpaulin, White 8ft X 8ft (coa) 4ft X 8ft (pao) B. Resolution 70 Dpi; C. Font Helvetica; D. Font Size: Main Information – 3”; E. Sub Information – 1”; F. Font Color: Black; G. Suitable Frame: Rigid Wood Or Steel Frame With Post; And, H. Posting: Outside Display At The Project Location After Award Has Been Made. Measurement The Supply And Erection Of The Project Billboard Shall Be In Accordance With Provisions Of This Specifications. Basis Of Payment No Additional Payment Shall Be Made In This Regard. Description Of Works: Clearing And Grubbing Clearing And Grubbing And Cutting Of Trees Shall Include Handling, Salvaging, Piling And Disposing Off The Cleared Materials With All Leads And Lifts. Trees Shall Be Cut In Sections From The Top Downwards. All Timber Shall Not Be Used By The Contractor For Any Purpose And Shall Remain The Property Of The Provincial Agriculture Office. Clearing Shall Consist Of The Cutting, Removing And Disposal Of All Trees, Bushes, Shrubs, Grass, Weeds, Other Vegetation, Anthills, Rubbish, Fences, Top Organic Soil And Rocks And Boulders Exposed Or Lying On The Surface. The Construction Site Shall Be Leveled According To The Plans And Cleared Of Rubbish, Roots And Other Perishable And Objectionable Matters To A Suitable Subgrade. All Such Unsuitable Materials Shall Be Removed From The Construction Site And Spread Uniformly Over The Areas Adjacent To The Proposed Building, Or Otherwise Disposed Of As Maybe Directed By The Architect/engineer In-charge Of The Construction. Materials Obtained From Clearing And Grubbing Shall Be Disposed Off In Borrow Pits Or Other Suitable Places And Be Covered Up With Soil Or Gravel As Directed By The Engineer. The Burning Of Combustible Materials Shall Not Be Permitted. During The Period Of Commencement Of Works, The Contractor Shall Survey The Construction Area And Confirm The Levels. He Shall Immediately Notify The Engineer Of Any Discrepancies And Shall Agree With The Engineer Any Amended Values On The Plan. All Stations And Reference Points Shall Be Clearly Marked And Protected To The Satisfaction Of The Engineer. All Working Benchmarks Shall Be Near Major/medium Structure Sites. Accurate Establishment Of The Centerlines Based On The Drawing Is Required. The Existing Profile And Cross-section Shall Be Jointly Taken With The Engineer. Excavation Foundation Trench Shall Be Dug To The Exact Width And Depth And Levels As Indicated In The Drawings. Sides Of The Trenches Shall Be Vertical. In Case Soil Does Not Permit Vertical Sides, The Contractor Shall Protect The Sides With Timber Shoring. Excavated Earth Shall Not Be Placed Within 1.5 Meters Of The Edge Of The Trench. The Project Engineer May Direct The Contractor To Be Excavated Earth At A Particular Site Up To 30 Meters Away From The Proposed Building. No Excavation Or Foundation Work Shall Be Filled In Or Covered Up Before The Inspection And Approval Of The Project Engineer. Concrete Works A. General: All Concrete Works To Be Done Herein Shall Be In Accordance With Aci Requirement And/ Or Standard Specifications As Adopted By The Government. B. Cement Shall Be Portland Cement (type 1) With 40 Kgs/bag. C. Fine Aggregates Shall Be Clean Hold River Sand, Free From Injurious Amount Of Clay, Loam And Vegetable Matter. D. Coarse Aggregates Shall Be River Run Gravel Or Broken Stones. The Maximum Size Shall Be 1/5 Of The Nearest Dimensions Between Side Forms Of The Concrete Members Or ¾ The Maximum Clear Spacing Between Reinforcing Bars. E. Reinforcing Bars: Reinforcing Bars Shall Be Intermediate Grade And Deformed And Shall Have Minimum Yield Strength Of 275 Mpa (40,000 Psi) F. The Wires Shall Be Locally Produced G.i. Wire Gauge No. 16. G. Placing Reinforcement And Miscellaneous Materials: Provide Bars, Wire Fabrics, Wire Ties, Supports And Other Devices Necessary To Install And Secure Reinforcement. Reinforcement Shall Not Contain Rust, Scale Oil, Grease Clay And Foreign Substances That Would Reduce The Bond. Rusting Of Reinforcement Is A Basis Of Rejection If The Effective Cross Sectional Area Of The Normal Weight Per Foot Of The Reinforcement Has Been Reduced To Less Than Specified In Paragraph Entitled “reinforcing Bars”. Remove Loose Rust Prior To Placing Of Steel. H. Proportioning Of Concrete For Concrete Works Use 1:2:4 I. All Concrete Cured For Least Seven (7) Days To Twenty-eight (28) Days If Possible After Placement To Attain The Required Strength Of Concrete. J. Removal Of Forms: Forms Shall Be Removed In Such A Manner As Not To Impair The Safety And Serviceability Of The Structures. Installation Of Water Tank Use Brand New 2000 Liters Vertical Stainless Water Tank And 2”x2”x4mm Angle Bars With Two (2) Coats Of Metal Primer For The Tank Stand. Establishment Of Dugwell With Cover For The Installation Of The Dugwell, Use 610mm Rc Pipe. For Concrete Works, Use A Mix Ratio Of 1:2:4 For The Dugwell Cover, With 150mm Cement Mortar And A Wall Thickness Of 100 Mm For Both Inside And Outside Diameter. Cement Shall Be Portland Cement (type 1) With A Weight Of 40 Kgs/bag. Reinforcing Bars: Reinforcing Bars Shall Be Intermediate Grade And Deformed And Shall Have Minimum Yield Strength Of 275 Mpa (40,000 Psi). Installation Of Centrifugal Pump Motor With Pipe Connections Use A 1.5 Hp Centrifugal Pump Motor With A 2”x3m Pvc Blue Pipe For Suction, Along With A 2” Foot Valve. For The Discharge, Use 1 ¼” Hdpe Sdr 11. Electrical Works The Electrical Installation Shall Be Done In Accordance With The Approved Plans And Under The Direct Supervision And Control Of A Professional Electrical Engineer And Or Registered Electrical Engineer. All Electrical Works And Materials Shall Conform To The Provisions Of The Latest Edition Of The Philippine National Electrical Code. There Shall Only One Service To Be Dropped From The Nearest Or Local Electrical Company Pole For The Proposed Building. See Attached Plans For Details And Specifications. Section Vii. Drawings All Annexes Shall Be Annexed And The Title Shall Be Specified As To What Plan The Drawing Pertain To Annex A – Architectural Design Annex B- Project Billboard Plan Section Viii. Bill Of Quantities Bid No. Agr- 25-147-b Item Description Quantity Unit Unit Cost Total Cost No. I. Clearing And Grubbing 209 Sq.m Pesos And Ctvs. (p ) / Sq.m P Ii. Excavation 0.71 Cu.m Pesos And Ctvs. (p ) / Cu.m P Iii. Concrete Works A. Concreting 0.74 Cu.m Pesos And Ctvs. (p ) / Cu.m P B. Steel Works 66.53 Kgs Pesos And Ctvs. (p ) / Kgs P C. Form Works 3.60 Sq. M Pesos And Ctvs. (p ) / Sq.m P Itemno. Description Quantity Unit Unit Cost Total Cost Iv. Installation Of Water Tank 1 Lot Pesos And Ctvs. (p ) / Lot P V. Establishment Of Dugwell With Cover 1 Lot Pesos And Ctvs. (p ) / Lot P Vi. Installation Of Centrifugal Pump Motor With Pipe Connections 1 Lot Pesos And Ctvs. (p )/lot P Vii. Electrical Works 1 Lot Pesos And Ctvs. (p )/ Lot P Total Bid Cost In Figures P Total Bid Cost In Words Summary Of Costs Item No. Bid Amount I. Clearing And Grubbing ₱ ________________________________ Ii. Excavation ₱ ________________________________ Iii. Concrete Works A. Concreting ₱ ________________________________ B. Steel Works ₱ ________________________________ C. Formworks ₱ ________________________________ Iv. Installation Of Water Tank ₱ ________________________________ V. Establishment Of Dugwell With Cover ₱ ________________________________ Vi. Installation Of Centrifugal Pump Motor With Pipe Connections ₱ ________________________________ Vii. Electrical Works ₱ ________________________________ Total Bid Amount ₱ ________________________________ Section Ix. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; (b) 1. Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship Or Cda For Cooperatives, Or Any Proof Of Such Registration. 2. Mayor’s Permit Issued By The City Or Municipality – Where The Principal Place Of Business Of The Prospective Bidder Is Located; 3. Tax Clearance Per Executive Order 398, Series Of 2005, A S Finally Reviewed And Approved By The Bir 4. Audited Financial Statements, Showing, Among Others, The Prospective 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; For The Type And Cost Of The Contract To Be Bid Technical Documents ⬜ (b) 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 ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided Under The Rules; And ⬜ (d) Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) 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 (f) Project Requirements, Which Shall Include The Following: ⬜ A. Organizational Chart For The Contract To Be Bid; ⬜ B. List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; ⬜ C. List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) 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 ⬜ (h) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (i) If Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr 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. Ii. Financial Component Envelope ⬜ (j) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (k) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (l) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ Cash Flow By Quarter.
Closing Date10 Apr 2025
Tender AmountPHP 500 K (USD 8.7 K)
Bureau Of Corrections Muntinlupa City Metro Manila Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Philippine Bidding Documents Renovation Of Dhws Office (procurement/ Contract No. 002) Sixth Edition July 2020 Bids And Awards Committee 2025 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 6 Section Iii. Bid Data Sheet 13 Section Iv. General Conditions Of Contract 16 Section V. Special Conditions Of Contract 21 Section Vi. Specifications 23 Section Vii. Drawings 27 Section Viii. Bill Of Quantities 37 Section Ix. Checklist Of Technical And Financial Documents 39 Section I. Invitation To Bid Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Invitation To Bid Renovation Of Dhws Office 1. The Bureau Of Corrections, Through The General Appropriations Act (gaa) Of 2025 Intends To Apply The Sum Of Two Million Three Hundred Sixty-seven Thousand Seven Hundred Ninety Pesos And 18/100 (₱2,367,790.18) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Renovation Of Dhws Office With Identification Number __2025-002___. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Corrections Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within One Hundred Eighty (180) Calendar Days From The Date Of Issuance Of Notice To Proceed. Bidders Should Have Completed A Contract Similar To The Project Amounting To At Least Fifty Percent (50%) Of The Abc Within The Last Four (4) Years. 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 Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bureau Of Corrections And Inspect The Bidding Documents At The Address Given Below From Monday To Friday From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On _march 22, 2025 (08: 00am To 05:00pm) To April 15, 2025 (08:00am To 01:29pm)_ From The Given Address And Website(s) Below. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity Bucor.gov.ph, Provided That Bidders Shall Pay The Applicable Fee Of Five Thousand (₱5,000.00) Pesos Only For The Bidding Documents Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or By Facsimile. 6. The Bureau Of Corrections Will Hold A Pre-bid Conference On__april 2, 2025 (01:30 Pm)_ At Bac Conference Room Nbp Reservation Muntinlupa City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before _april 15, 2025 (01:29pm)___. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On _april 15, 2025 (01:30 Pm)_ At The Bac Conference Room Nbp Reservation Muntinlupa City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Bureau Of Corrections 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Csinsp Francis Jade P Pajunar Office Of The Bac Secretariat Supply Office, Bureau Of Corrections, Muntinlupa City Tel # 02-8809-8587/02-8478-0907/02-8659-0833 Bacsec2022@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Bucor.gov.ph Date Of Issue: _______________ Ccsupt Celso S Bravo Chairman, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Bureau Of Corrections Invites Bids For The Renovation Of Dhws Office, With Project Identification Number [indicate Number]. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding Through The General Appropriations Act (gaa) Of 2024 In The Amount Of Two Million Three Hundred Sixty-seven Thousand Seven Hundred Ninety Pesos And 18/100 (₱2,367,790.18). 2.2. The Source Of Funding Is: A. Nga, The General Appropriations Act Or Special Appropriations. 3. 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 Manual 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 Invitation To Bid 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 Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) 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. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, 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. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated 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. 7. Subcontracts 7.1. 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 Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.1. [if Procuring Entity Has Determined That Subcontracting Is Allowed During The Bidding, State:] The Bidder Must Submit Together With Its Bid The Documentary Requirements Of The Subcontractor(s) Complying With The Eligibility Criteria Stated In Itb Clause 5 In Accordance With Section 23.4 Of The 2016 Revised Irr Of Ra No. 9184 Pursuant To Section 23.1 Thereof. 7.2. [if Subcontracting Is Allowed During The Contract Implementation Stage, State:] The Supplier May Identify Its Subcontractor During The Contract Implementation Stage. Subcontractors Identified During The Bidding May Be Changed During The Implementation Of This Contract. Subcontractors Must Submit The Documentary Requirements Under Section 23.1 Of The 2016 Revised Irr Of Ra No. 9184 And Comply With The Eligibility Criteria Specified In Itb Clause 5 To The Implementing Or End-user Unit. 7.3. Subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. 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 Bac Conference Room Nbp Reservation Muntinlupa City And/or Through Videoconferencing/webcasting} As Indicated In Paragraph 6 Of The Ib. 9. 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. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2. 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. 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. 10.3. A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. 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. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. Bid Prices May Be Quoted In The Local Currency Or Tradable 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. 14.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration 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. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. 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. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website 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. 17. Deadline For Submission Of Bids 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. 18. Opening And Preliminary Examination Of Bids 18.1. 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. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s 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 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification 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. 21. Signing Of The Contract 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 Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Repair, Rehabilitation And Infrastructure/construction Works. 7.1 Subcontracting Is Not Allowed 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience Project Manager Duly Licensed Civil Engineer/architect With At Least 5 Years’ Experience Similar Or Comparable Projects, With Know- Ledge In The Application Of Rapid Construction Foreman With At Least 5 Years’ Experience As Foreman Similar Or Comparable Projects, With Know- Ledge In The Application Of Rapid Construction 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units Service Vehicle For Hauling Of Materials One (1) Welding Machine 300 Amps One (1) Electric Grinder Heavy Duty Three (3) Electric Drill Heavy Duty Three (3) 12 No Further Instructions. 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than 2% Of The Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less Than 5% Of The Abc, If Bid Security Is In Surety Bond. 19.2 No Further Instructions. 20 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; 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) 2. Supporting Documents For The Slcc (notice Of Award And/or Notice To Proceed And Project Owner’s Certificate Of Final Acceptance Issued By The Owner Other Than The Contractor Or The Constructors Performance Evaluation System (cpes) Final Rating, Which Must Be At Least Satisfactory. In Case Of Contracts With The Private Sector, An Equivalent Document Shall Be Submitted) 3. Certified True Copy Coming From The Issuing Agency Of Valid And Current Registration Certificate (sec Certificate Of Registration For Corporation Or Dti Certificate Of Registration For Sole Proprietorship Or Cda Certificate Of Registration For Cooperative) 4. Valid And Current Mayor’s Or Business Permit 5. Valid And Current Tax Clearance 6. Audited Financial Statement 7. Copy 1 And Copy 2 Of Eligibility And Financial Bid Envelopes 21 A. Pert/cpm Or Other Acceptable Tools Of Project Scheduling B. Construction Methodology C. Manpower Utilization Schedule D. Equipment Utilization Schedule Section Iv. General Conditions Of Contract 1. 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. 2. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Possession Of Site 3.1 The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 3.2 If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 5. Performance Security 5.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than 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. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 6. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property (ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15. Operating And Maintenance Manuals 15.1. If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. 15.2. If The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Special Conditions Of Contract Gcc Clause 2 Sectional Completion Is Not Applicable The Intended Completion Date Is One Hundred Eighty (180) Calendar Days From The Date Of Receipt Of The Ntp. 4.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor From The Date Of The Receipt Of Notice To Proceed (ntp). 6 No Further Instructions. 7.2 Five (5) Years. 10 No Dayworks Are Applicable To The Contract. 11.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within Fourteen (14) Days Of Delivery Of The Notice Of Award. 11.2 The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is [insert Amount]. 13 The Amount Of The Advance Payment Is Fifteen Percent (15%) Of The Contract Price To Be Made In Lump Sum Upon Submission To And Acceptance By The Bureau Of Corrections Of An Irrevocable Standby Letter Of Credit Of Equivalent Value From A Commercial Bank, A Bank Guarantee Or A Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Licensed By The Insurance Commission And Confirmed By The Bureau Of Corrections. 14 Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15.1 The Date By Which Operating And Maintenance Manuals Are Required Is Upon Actual Completion Of The Project. The Date By Which “as Built” Drawings Are Required Is Upon Actual Completion Of The Project. 15.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is Equivalent To Five Percent (5%) Of The Contract Price. Section Vi. Specifications Contract Duration: 180 Calendar Days Conforme: Name Of Company In Print Signature Over Printed Name Of Authorized Representative/date Contract Duration: 180 Calendar Days Conforme: Name Of Company In Print Signature Over Printed Name Of Authorized Representative/date Contract Duration: 180 Calendar Days Conforme: Name Of Company In Print Signature Over Printed Name Of Authorized Representative/date Section Vii. Drawings Conforme: Name Of Company In Print Signature Over Printed Name Of Authorized Representative/date Conforme: Name Of Company In Print Signature Over Printed Name Of Authorized Representative/date Conforme: Name Of Company In Print Signature Over Printed Name Of Authorized Representative/date Conforme: Name Of Company In Print Signature Over Printed Name Of Authorized Representative/date Conforme: Name Of Company In Print Signature Over Printed Name Of Authorized Representative/date Conforme: Name Of Company In Print Signature Over Printed Name Of Authorized Representative/date Conforme: Name Of Company In Print Signature Over Printed Name Of Authorized Representative/date Conforme: Name Of Company In Print Signature Over Printed Name Of Authorized Representative/date Conforme: Name Of Company In Print Signature Over Printed Name Of Authorized Representative/date Section Viii. Bill Of Quantities Submitted By: ______________________________ Contractor/authorized Representatives Section Ix. Checklist Of Technical And Financial Documents Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b) 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 ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided Under The Rules; And ⬜ (d) Valid Pcab License, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project; And ⬜ (e) 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 (f) Project Requirements, Which Shall Include The Following: ⬜ A. Organizational Chart For The Contract To Be Bid; ⬜ B. List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; ⬜ C. List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) 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 ⬜ (h) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (i) Jv Bidders Shall Submit A Jva In Accordance With R.a. 4566 And Its Irr. Each Partner Of The Joint Venture Shall Submit Their Respective Philgeps Certificates Of Registration In Accordance With Section 8.5.2 Of This Irr. The Submission Of Technical And Financial Eligibility Documents By Any Of The Joint Venture Partners Constitutes Compliance: Provided, That The Partner Responsible To Submit The Nfcc Shall Likewise Submit The Statement Of All Of Its Ongoing Contracts And Audited Financial Statements. Ii. Financial Component Envelope ⬜ (j) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (k) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (l) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ (m) Cash Flow By Quarter. Bidding Form Company Letterhead Statement Of Ongoing Government & Private Contracts Renovation Of Dhws Office Statement Of All Its Ongoing Government And Or Private Contracts Including Contracts Awarded But Not Yet Started, If Any Whether Similar Or Not Similar In Nature. Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Nature Of Work Contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation Total Contract Value At Award Date Of Completion Or Estimated Completion Time Value Of Outstanding Works Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Statement Of Single Largest Completed Contract Renovation Of Dhws Office Statement Of Single (1) Largest Completed Contract Of Similar In Nature Within The Last Four (4) Years From The Date Of Submission And Receipt Of Bids Amounting To At Least Fifty Percent (50%) Of The Approved Budget Of The Contract (abc) Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Nature Of Work Contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation Total Contract Value At Award Amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa’s Consumer Price Index, If Necessary Date Of Completion Or Estimated Completion Time Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Renovation Of Dhws Office Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: Bureau Of Corrections I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. 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’s Authorized Representative] _____________________________ [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ Issued On ______________ At ___________________________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Omnibus Sworn Statement Renovation Of Dhws Office _________________________________________________________________________ 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 Renovation Of Dhws Office Of The Bureau Of Corrections, 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 Renovation Of Dhws Office Of The Bureau Of Corrections, 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 Renovation Of Dhws Office. 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 ___, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Affiant Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ And Issued On ____________________ At _____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Certificate Of Net Financial Contracting Capacity Renovation Of Dhws Office (please Show Figures At How You Arrived At The Nfcc) This Is To Certify That Our Net Financial Contracting Capacity (nfcc) Is _____________________ (p____________) Which Is At Least Equal To The Total Ceiling Price We Are Bidding. The Amount Is Computed As Follows: (please Show Computation Of Nfcc) Nfcc = (ca-cl) (15) – C Where: Ca = Current Assets Cl = Current Liabilities C = Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Going Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract For This Project Note: The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Audited Financial Statement Submitted To The Bir. Issued This _________________day Of ________________, 2025 _______________________________________________ Name & Signature Of Authorized Representative ____________________ Position _______________ Date Company Letterhead Bid Form Date: Ib No: To Bids And Awards Committee Bureau Of Corrections Nbp Reservation Muntinlupa City We, The Undersigned, Declare That: (a) We Have Examined And Have No Reservation To The Bidding Documents, Including Addenda, For The Contract Renovation Of Dhws Office; (b) We Offer To Execute The Works For This Contract In Accordance With The Bid And Bid Data Sheet, General And Special Conditions Of Contract Accompanying This Bid; The Total Price Of Our Bid, Excluding Any Discounts Offered Below Is: ________________________________________₱_________________; The Discounts Offered And The Methodology For Their Application Are: [insert Information]; (c) Our Bid Shall Be Valid For A Period Of 120 Calendar Days From The Date Fixed For The Bid Submission Deadline In Accordance With The Bidding Documents, And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period; (d) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of 30% Percent Of The Contract Price For The Due Performance Of The Contract; (e) Our Firm, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Have Nationalities From The Following Eligible Countries; (f) We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; (g) Our Firm, Its Affiliates Or Subsidiaries, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Has Not Been Declared Ineligible By The Funding Source; (h) We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And (i) We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Other Bid That You May Receive. (j) We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And 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 The Renovation Of Dhws Office Of The Bureau Of Corrections. (k) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be A Ground For The Rejection Of Our Bid. Name: In The Capacity Of: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________
Closing Date15 Apr 2025
Tender AmountPHP 2.3 Million (USD 41.2 K)
CITY OF CARCAR, CEBU Tender
Textile, Apparel and Footwear
Corrigendum : Tender Amount Updated
Philippines
Details: Description Item No. Item Description Qty. Unit Unit Price Total Price City Planning And Development Office (cpdo) 1 Jumbo Roll Tissue (12 Rolls/box), 2ply, White, Soft, Good Quality 1 Box 2 Alcohol (70% Solution) 3.7 Liters With Moisturizer, Hypoallergenic, Ethyl 2 Gallon 3 Fabric Conditioner (sunrise Fresh), 660ml 2 Bottle 4 Glass Cleaner 500ml 1 Bottle 5 Multi - Purpose Cleaner, 1liter, 1 Bottle 6 Garbage Bag Xxl, Black 10's/roll 2 Roll 7 Tornado Mop, Medium 1 Set 8 Dishwashing Liquid 500ml, Kalamansi 4 Bottle 9 Air Freshener/spray - 320ml Fresh Lemon 4 Bottle 10 Disinfectant Spray, 510ml, Scent: Crisp Linen, 1 Bottle 11 Disinfectant Spray, 510ml, Scent: Early Morning Breeze 1 Bottle 12 Multi-insect Killer Aerosol Spray 600ml, (water Based) 2 Bottle 13 Furniture Polish With Cleansing Conditioner 330ml, Lemon Scent 1 Bottle 14 Battery (aa), 4pcs/pack 2 Pack 15 Battery (aaa), 4pcs/pack 2 Pack 16 Disposable Face Mask, 3layer, Blue, 50pcs/box 2 Box 17 Stainless Steel Cleaner & Polish, 21oz/600grams, Line Scent 1 Bottle Subtotal City Civil Registrar Office 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 13 Pack 2 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic 6 Bottle 3 Fabric Conditioner (sunrise Fresh), 660ml 2 Bottle 4 Detergent Powder (6pcs/bundle) 70grms 4 Bundle 5 Baguio Soft Broom Original Good Quality, Medium 5 Pc 6 Scrub Sponge/foam, Heavy Duty, 4 Pc 7 Dishwashing Paste With Sponge (anti-bacterial), 200g, Kalamansi 17 Pc 8 Air Freshener Hanging Gel, 180g, Scent: Lemon 3 Can 9 Air Freshener/spray - 320ml Morning Freshness 12 Bottle 10 Disinfectant Spray, 510ml, Scent: Early Morning Breeze 5 Bottle 11 Battery (aa), 4pcs/pack 1 Pack 12 Shoelace Medium (white) 99 Pc Subtotal Budget Office 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 8 Pack 2 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic, Ethyl 25 Bottle 3 Fabric Conditioner (sunrise Fresh), 660ml 2 Bottle 4 Glass Cleaner 500ml 3 Bottle 5 Glass Wiper With Rubber , Squeegee Sponge, Extendable 1 Pc 6 Garbage Bag (large) 10's/roll 4 Roll 7 Feather Duster, Cotton 2 Pc 8 Rag (round) Medium, Cloth, Good Quality 35 Pc 9 Antibacterial Liquid Hand Soap, 750ml 3 Bottle 10 Dust Pan (heavy Duty) Big, Plastic, Good Quality 1 Pc 11 Dishwashing Liquid 500ml, Kalamansi 3 Bottle 12 Air Freshener/spray - 320ml Morning Freshness 8 Bottle 13 Furniture Polish With Cleansing Conditioner 330ml, Lemon Scent 1 Bottle Subtotal City Health Office (cho) 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 150 Pack 2 Alcohol (70% Solution) 3.7 Liters With Moisturizer, Hypoallergenic 100 Bottle 3 Fabric Conditioner (sunrise Fresh), 40ml, 6pcs/bundle 250 Bundle 4 Glass Cleaner 500ml 15 Bottle 5 Multi - Purpose Cleaner, 1liter, 30 Bottle 6 Toilet Bowl Cleaner, 1liter 25 Bottle 7 Toilet Bowl Brush With Holder, Heavy Duty 10 Set 8 Muriatic Acid (ready Mix), 460ml 20 Bottle 9 Toilet Deodorizer 100grams 25 Pc 10 Garbage Bag (medium), Black 25's/roll 250 Roll 11 Garbage Bag (large) Black 10's/roll 250 Roll 12 Garbage Bag (large) Yellow 10's/roll 150 Roll 13 Rag (round) Medium, Cloth, Good Quality 200 Pc 14 Rug, Cloth, Rectangle Shape, Medium Size 40 Pc 15 Antibacterial Bath Soap 180g 35 Pc 16 Antibacterial Liquid Hand Soap, 750ml 15 Bottle 17 Liquid Hand Soap With Antibac, 1 Gallon 10 Gallon 18 Detergent Powder (6pcs/bundle) 70grms 400 Bundle 19 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 30 Pc 20 Broomstick With Long Handle, Thick, Good Quality 20 Pc 21 Dust Pan (heavy Duty) Big, Plastic, Good Quality 5 Pc 22 Dust Pan (heavy Duty) Big, G.i. , Good Quality 5 Pc 23 Tornado Mop, Medium 5 Set 24 Dishwashing Liquid 250ml, Lemon 150 Bottle 25 Air Freshener Hanging Gel, 180g, Scent: Lemon 40 Can 26 Disinfectant Spray, 510ml, Scent: Crisp Linen, 50 Bottle 27 Battery (aa), 4pcs/pack 100 Pack 28 Battery (aaa), 4pcs/pack 100 Pack 29 Rubberized Gloves, Medium, Good Quality, Non-disposable 5 Pair 30 Chlorine, Liquid, 1gallon 70% 15 Gallon 31 Chlorine, Granules, Powder, 70%,1kilo.pack 100 Pack Subtotal City Agriculture Office (cao) 1 Garbage Bag (medium), Black 25's/roll 5 Roll 2 Garbage Bag (large) Black 10's/roll 5 Roll 3 Garbage Bag Xxl, Black 10's/roll 5 Roll 4 Rag (round) Medium, Cloth, Good Quality 20 Pc 5 Rug, Cloth, Rectangle Shape, Medium Size 5 Pc 6 Dishwashing Paste With Sponge (anti-bacterial), 200g, Lemon 3 Pc 7 Air Freshener/spray - 320ml Fresh Lemon 2 Bottle 8 Sando Bag, Large (100pcs/pack) 3 Pack 9 Plastic Twine, Straw, (black) 1kl/roll 1 Roll Subtotal City Engineering Office 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 55 Pack 2 Paper/kitchen Towel (2ply) Twin Pack, 120 Pulls 6 Pack 3 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic 45 Bottle 4 Fabric Conditioner (sunrise Fresh), 660ml 16 Bottle 5 Glass Cleaner 500ml 5 Bottle 6 Glass Wiper With Rubber , Squeegee Sponge, Extendable 1 Pc 7 Garbage Bag (small) Black 25's/roll 5 Roll 8 Garbage Bag Xl, Black 10's/roll 30 Roll 9 Feather Duster, Cotton 2 Pc 10 Rag (round) Medium, Cloth, Good Quality 37 Pc 11 Antibacterial Liquid Hand Soap, 750ml 10 Bottle 12 Detergent Powder (6pcs/bundle) 70grms 10 Bundle 13 Baguio Soft Broom Original Good Quality, Medium 2 Pc 14 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 4 Pc 15 Dust Pan (heavy Duty) Big, Plastic, Good Quality 1 Pc 16 Tornado Mop, Medium 1 Set 17 Mop Head, Heavy Duty, Cotton, Medium 1 Pc 18 Floor Mop, Replaceable Head, Medium 1 Set 19 Scrub Sponge/foam, Heavy Duty, 13 Pc 20 Dishwashing Paste With Sponge (anti-bacterial), 200g, Kalamansi 15 Pc 21 Dishwashing Paste With Sponge (anti-bacterial), 200g, Lemon 10 Pc 22 Dishwashing Liquid 500ml, Kalamansi 5 Bottle 23 Dishwashing Liquid 500ml, Lemon 6 Bottle 24 Air Freshener Hanging Gel, 180g, Scent: Lemon 5 Can 25 Air Freshener/spray - 320ml Morning Freshness 10 Bottle 26 Air Freshener/spray - 320ml Ocean Escape 15 Bottle 27 Disinfectant Spray, 510ml, Scent: Early Morning Breeze 3 Bottle 28 Multi-insect Killer Aerosol Spray 600ml, (water Based) 2 Bottle 29 Furniture Polish With Cleansing Conditioner 330ml, Lemon Scent 2 Bottle 30 Chamoise Cloth, Small 2 Pc 31 Trash Can (small) (12inch Height, 8inch Wide) 2 Pc 32 Battery (aa), 4pcs/pack 4 Pack 33 Battery (aaa), 4pcs/pack 5 Pack 34 12" (320mm) Distance Measuring Wheel, Digital Lcd 1 Pc Subtotal Legal Office 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 8 Pack 2 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic 8 Bottle 3 Fabric Conditioner (sunrise Fresh), 40ml, 6pcs/bundle 4 Bundle 4 Glass Cleaner 500ml 3 Bottle 5 Glass Wiper With Rubber , Squeegee Sponge, Extendable 1 Pc 6 Rag (round) Medium, Cloth, Good Quality 10 Pc 7 Antibacterial Liquid Hand Soap, 750ml 2 Bottle 8 Detergent Powder (6pcs/bundle) 70grms 4 Bundle 9 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 4 Pc 10 Tornado Mop, Medium 2 Set 11 Dishwashing Liquid 500ml, Kalamansi 3 Bottle 12 Disinfectant Spray, 510ml, Scent: Early Morning Breeze 2 Bottle Subtotal General Services Office(gso) 1 Jumbo Roll Tissue (12 Rolls/box), 2ply, White, Soft, Good Quality 110 Box 2 Alcohol (70% Solution) 3.7 Liters With Moisturizer, Hypoallergenic 25 Gallon 3 Fabric Conditioner (sunrise Fresh), 660ml 150 Bottle 4 Glass Cleaner 500ml 30 Bottle 5 Toilet Bowl Cleaner, 1liter 50 Bottle 6 Toilet Bowl Brush With Holder, Heavy Duty 29 Set 7 Muriatic Acid (pure), 1liter 40 Bottle 8 Toilet Deodorizer 100grams 500 Pc 9 Garbage Bag (small) Black 25's/roll 200 Roll 10 Garbage Bag (medium), Black 25's/roll 250 Roll 11 Garbage Bag (large) Black 10's/roll 275 Roll 12 Garbage Bag Xl, Black 10's/roll 150 Roll 13 Garbage Bag Xxl, Black 10's/roll 100 Roll 14 Rag (round) Medium, Cloth, Good Quality 1000 Pc 15 Rug, Cloth, Rectangle Shape, Medium Size 50 Pc 16 Liquid Hand Soap With Antibac, 1 Gallon 25 Gallon 17 Detergent Powder (6pcs/bundle) 70grms 250 Bundle 18 Broomstick With Long Handle, Thick, Good Quality 25 Pc 19 Dust Mop With Handle (60r), Heavy Duty, Aluminum Handle, Big 25 Pc 20 Tornado Mop, Medium 25 Set 21 Scrub Sponge/foam, Heavy Duty, 10 Pc 22 Dishwashing Paste With Sponge (anti-bacterial), 200g, Kalamansi 15 Pc 23 Air Freshener/spray - 320ml Morning Freshness 150 Bottle 24 Disinfectant Spray, 510ml, Scent: Early Morning Breeze 50 Bottle 25 Multi-insect Killer Aerosol Spray 600ml, (water Based) 10 Bottle 26 Furniture Polish With Cleansing Conditioner 330ml, Lemon Scent 3 Bottle 27 Liquid Floor Wax, 1000ml, Natural, White 50 Bottle 28 Trash Can ( Medium) (29inch Height, 16inch Wide) 10 Pc 29 Sando Bag, Large (100pcs/pack) 7 Pack 30 Disposable Gloves, Medium, Powder Free, Latex Free, 100pc/box 25 Box 31 Cotton Rubber Palm Gloves, Medium, Good Quality 40 Pair 32 Chlorine, Liquid, 1gallon 70% 65 Gallon 33 Nylon #300 15 Kilo Subtotal City Cooperative Office (cco) 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 20 Pack 2 Paper/kitchen Towel (2ply) Twin Pack, 120 Pulls 19 Pack 3 Alcohol (70% Solution) 250ml With Moisturizer, Hypoallergenic, Ethyl 15 Bottle 4 Fabric Conditioner (sunrise Fresh), 40ml, 6pcs/bundle 4 Bundle 5 Glass Cleaner 500ml 3 Bottle 6 Multi - Purpose Cleaner, 1liter, 2 Bottle 7 Garbage Bag (small) Black 25's/roll 6 Roll 8 Garbage Bag (medium), Black 25's/roll 6 Roll 9 Garbage Bag (large) Black 10's/roll 10 Roll 10 Rag (round) Medium, Cloth, Good Quality 110 Pc 11 Antibacterial Liquid Hand Soap, 750ml 6 Bottle 12 Detergent Powder (6pcs/bundle) 70grms 5 Bundle 13 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 1 Pc 14 Dust Mop With Handle (60r), Heavy Duty, Aluminum Handle, Big 1 Pc 15 Scrub Sponge/foam, Heavy Duty, 6 Pc 16 Dishwashing Paste With Sponge (anti-bacterial), 200g, Kalamansi 7 Pc 17 Dishwashing Liquid 500ml, Kalamansi 5 Bottle 18 Air Freshener Hanging Gel, 180g, Scent: Lemon 6 Can 19 Air Freshener/spray - 320ml Fresh Lemon 6 Bottle 20 Disinfectant Spray, 510ml, Scent: Early Morning Breeze 1 Bottle 21 Hand Sanitizer Gel 50ml 10 Bottle 22 Multi-insect Killer Aerosol Spray 600ml, (water Based) 1 Bottle 23 Furniture Polish With Cleansing Conditioner 330ml, Lemon Scent 2 Bottle 24 Battery (aa), 4pcs/pack 5 Pack Subtotal City Environment And Natural Resources Office (cenro) 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 6 Pack 2 Alcohol (70% Solution) 3.7 Liters With Moisturizer, Hypoallergenic 2 Gallon 3 Fabric Conditioner (sunrise Fresh), 660ml 2 Bottle 4 Garbage Bag (large) Black 10's/roll 90 Roll 5 Garbage Bag Xl, Black 10's/roll 160 Roll 6 Garbage Bag Xxl, Black 10's/roll 200 Roll 7 Detergent Powder (6pcs/bundle) 70grms 2 Bundle 8 Broomstick With Long Handle, Thick, Good Quality 10 Pc 9 Dishwashing Liquid 500ml, Lemon 4 Bottle 10 Air Freshener Hanging Gel, 180g, Scent: Lemon 2 Can 11 Air Freshener/spray - 320ml Fresh Lemon 3 Bottle 12 Disposable Face Mask, 3layer, Blue, 50pcs/box 2 Box Subtotal City Architect Office 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 3 Pack 2 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic, Ethyl 3 Bottle 3 Glass Cleaner 500ml 2 Bottle 4 Garbage Bag (medium), Black 25's/roll 4 Roll 5 Feather Duster, Cotton 1 Pc 6 Rug, Cloth, Rectangle Shape, Medium Size 4 Pc 7 Baguio Soft Broom Original Good Quality, Medium 1 Pc 8 Plastic Soft Broom With Adjustable Handle, Good Quality 1 Pc 9 Dishwashing Liquid 500ml, Kalamansi 3 Bottle 10 Air Freshener Hanging Gel, 180g, Scent: Lavender 2 Can 11 Disinfectant Spray, 510ml, Scent: Fresh Blossom 1 Bottle 12 Furniture Polish With Cleansing Conditioner 330ml, Lemon Scent 1 Bottle Subtotal Pop Com 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 5 Pack 2 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic, Ethyl 4 Bottle 3 Multi - Purpose Cleaner, 1liter, 1 Bottle 4 Garbage Bag (medium), Black 25's/roll 3 Roll 5 Rag (round) Medium, Cloth, Good Quality 20 Pc 6 Antibacterial Liquid Hand Soap, 750ml 1 Bottle 7 Air Freshener Hanging Gel, 180g, Scent: Lemon 1 Can 8 Air Freshener/spray - 320ml Ocean Escape 3 Bottle 9 Hand Sanitizer Gel 50ml 2 Bottle 10 Furniture Polish With Cleansing Conditioner 330ml, Lemon Scent 2 Bottle Subtotal City Disaster Risk Reduction And Management Office (cdrrmo) 1 Fabric Conditioner (sunrise Fresh), 660ml 12 Bottle 2 Glass Cleaner 500ml 5 Bottle 3 Glass Wiper With Rubber , Squeegee Sponge, Extendable 6 Pc 4 Toilet Bowl Cleaner, 1liter 6 Bottle 5 Toilet Bowl Brush With Holder, Heavy Duty 2 Set 6 Muriatic Acid (ready Mix), 1liter 3 Bottle 7 Garbage Bag (small) Black 25's/roll 24 Roll 8 Garbage Bag (medium), Black 25's/roll 24 Roll 9 Garbage Bag (large) Black 10's/roll 24 Roll 10 Garbage Bag Xxl, Black 10's/roll 24 Roll 11 Rag (round) Medium, Cloth, Good Quality 50 Pc 12 Rug, Cloth, Rectangle Shape, Medium Size 12 Pc 13 Antibacterial Liquid Hand Soap, 750ml 6 Bottle 14 Detergent Powder (6pcs/bundle) 70grms 24 Bundle 15 Plastic Soft Broom With Adjustable Handle, Good Quality 5 Pc 16 Dust Pan (heavy Duty) Big, Plastic, Good Quality 3 Pc 17 Tornado Mop, Medium 2 Set 18 Scrub Sponge/foam, Heavy Duty, 6 Pc 19 Sponge Cloth, 2pcs/pack 6 Pack 20 Dishwashing Paste With Sponge (anti-bacterial), 200g, Lemon 24 Pc 21 Air Freshener Hanging Gel, 180g, Scent: Lavender 18 Can 22 Air Freshener Hanging Gel, 180g, Scent: Lemon 18 Can 23 Air Freshener/spray - 320ml Fresh Lemon 5 Bottle 24 Disinfectant Spray, 510ml, Scent: Fresh Blossom 6 Bottle 25 Disinfectant Spray, 510ml, Scent: Early Morning Breeze 6 Bottle 26 Multi-insect Killer Aerosol Spray 600ml, (water Based) 2 Bottle 27 Chamoise Cloth, Small 6 Pc Subtotal Clean & Green 1 Garbage Bag (large) Black 10's/roll 100 Roll 2 Garbage Bag Xl, Black 10's/roll 150 Roll 3 Garbage Bag Xxl, Black 10's/roll 100 Roll 4 Broomstick With Long Handle, Thick, Good Quality 25 Pc 5 Dust Pan (heavy Duty) Big, G.i. , Good Quality 5 Pc 6 Hedge Shear, Heavy Duty 5 Pc 7 Pruning Shear, Heavy Duty 5 Pc 8 Nylon #300 3 Kilo 9 Trash Cart, 400kg Capacity, Hard Plastic Platform, Foldable Handle, Heavy Duty 20 Unit 10 Raincoat, Heavy Duty (whole Coat) 10 Pc 11 Cotton Rubber Palm Gloves, Large, Good Quality 24 Pair Subtotal Human Resource Management Office (hrmo) 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 20 Packs 2 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic, Ethyl 20 Bottle 3 Fabric Conditioner (sunrise Fresh), 660ml 2 Bottle 4 Glass Cleaner 500ml 2 Bottle 5 Multi - Purpose Cleaner, 1liter, 1 Bottle 6 Garbage Bag (medium), Black 25's/roll 15 Roll 7 Garbage Bag (large) Black 10's/roll 9 Roll 8 Rag (round) Medium, Cloth, Good Quality 11 Pc 9 Antibacterial Liquid Hand Soap, 750ml 3 Bottle 10 Detergent Powder 1klg 1 Pack 11 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 2 Pc 12 Mop Head, Heavy Duty, Cotton, Medium 1 Pc 13 Scrub Sponge/foam, Heavy Duty, 5 Pc 14 Dishwashing Liquid 500ml, Lemon 10 Bottle 15 Air Freshener Hanging Gel, 180g, Scent: Lavender 2 Can 16 Air Freshener Hanging Gel, 180g, Scent: Lemon 1 Can 17 Air Freshener/spray - 320ml Fresh Lemon 1 Bottle 18 Air Freshener/spray - 320ml Morning Freshness 1 Bottle 19 Disinfectant Spray, 510ml, Scent: Fresh Blossom 2 Pc 20 Multi-insect Killer Aerosol Spray 600ml, (water Based) 1 Bottle 21 Furniture Polish With Cleansing Conditioner 330ml, Lemon Scent 4 Bottle Subtotal Public Employment Service Office (peso) 1 Tissue Paper 2 Ply Soft (individual Wrap), White, Good Quality 45 Pc/roll 2 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic, Ethyl 5 Bottle 3 Fabric Conditioner (sunrise Fresh), 660ml 3 Bottle 4 Glass Cleaner 500ml 1 Bottle 5 Muriatic Acid (pure), 1liter 1 Bottle 6 Garbage Bag Xxl, Black 10's/roll 3 Roll 7 Rug, Cloth, Rectangle Shape, Medium Size 2 Pc 8 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 1 Pc 9 Dishwashing Paste With Sponge (anti-bacterial), 200g, Lemon 2 Pc 10 Air Freshener/spray - 320ml Fresh Lemon 2 Bottle 11 Disinfectant Spray, 510ml, Scent: Fresh Blossom 2 Bottle Subtotal Tourism Office 1 Jumbo Roll Tissue (12 Rolls/box), 2ply, White, Soft, Good Quality 3 Box 2 Alcohol (70% Solution) 3.7 Liters With Moisturizer, Hypoallergenic, Ethyl 3 Gallon 3 Fabric Conditioner (sunrise Fresh), 660ml 9 Bottle 4 Multi - Purpose Cleaner, 1liter, 6 Bottle 5 Glass Wiper With Rubber , Squeegee Sponge, Extendable 2 Pc 6 Toilet Bowl Cleaner, 1liter 10 Bottle 7 Toilet Bowl Brush With Holder, Heavy Duty 8 Set 8 Muriatic Acid (pure), 1liter 5 Bottle 9 Toilet Deodorizer 100grams 20 Pc 10 Garbage Bag (small) Black 25's/roll 50 Roll 11 Garbage Bag (medium), Black 25's/roll 5 Roll 12 Feather Duster, Cotton 3 Pc 13 Rag (round) Medium, Cloth, Good Quality 200 Pc 14 Rug, Cloth, Rectangle Shape, Medium Size 5 Pc 15 Antibacterial Bath Soap 180g 5 Pc 16 Liquid Hand Soap With Antibac, 1 Gallon 3 Gallon 17 Detergent Powder (6pcs/bundle) 70grms 100 Bundle 18 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 6 Pc 19 Broomstick With Long Handle, Thick, Good Quality 3 Pc 20 Dust Pan (heavy Duty) Big, Plastic, Good Quality 3 Pc 21 Dust Mop With Handle (60r), Heavy Duty, Aluminum Handle, Big 1 Pc 22 Dishwashing Paste With Sponge (anti-bacterial), 200g, Kalamansi 5 Pc 23 Dishwashing Paste With Sponge (anti-bacterial), 200g, Lemon 5 Pc 24 Dishwashing Liquid 500ml, Kalamansi 5 Bottle 25 Disinfectant Spray, 510ml, Scent: Crisp Linen, 1 Bottle 26 Disinfectant Spray, 510ml, Scent: Fresh Blossom 1 Bottle 27 Disinfectant Spray, 510ml, Scent: Early Morning Breeze 1 Bottle 28 Furniture Polish With Cleansing Conditioner 330ml, Lemon Scent 6 Bottle 29 Floor Wax (white) 450 Grms, Colorless 4 Can Subtotal Youth Office 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 16 Packs 2 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic, Ethyl 18 Bottle 3 Fabric Conditioner (sunrise Fresh), 660ml 16 Bottle 4 Glass Cleaner 500ml 16 Bottle 5 Garbage Bag (medium), Black 25's/roll 6 Roll 6 Garbage Bag (large) Black 10's/roll 6 Roll 7 Rag (round) Medium, Cloth, Good Quality 50 Pc 8 Rug, Cloth, Rectangle Shape, Medium Size 4 Pc 9 Detergent Powder 1klg 1 Pack 10 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 4 Pc 11 Tornado Mop, Medium 2 Set 12 Dishwashing Paste With Sponge (anti-bacterial), 200g, Kalamansi 11 Pc 13 Dishwashing Liquid 250ml, Kalamansi 10 Bottle 14 Air Freshener/spray - 320ml Fresh Lemon 18 Bottle 15 Cooler Box, Small, 5liters 1 Pc Subtotal Regional Trial Court Branch 77 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 4 Packs 2 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic 5 Bottle 3 Glass Cleaner 500ml 2 Bottle 4 Glass Wiper With Rubber , Squeegee Sponge, Extendable 1 Pc 5 Toilet Bowl Cleaner, 1liter 2 Bottle 6 Toilet Deodorizer 100grams 6 Pc 7 Garbage Bag (medium), Black 25's/roll 4 Roll 8 Garbage Bag (large) Black 10's/roll 4 Roll 9 Rag (round) Medium, Cloth, Good Quality 20 Pc 10 Rug, Cloth, Rectangle Shape, Medium Size 6 Pc 11 Antibacterial Liquid Hand Soap, 750ml 2 Bottle 12 Detergent Powder (6pcs/bundle) 70grms 10 Bundle 13 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 2 Pc 14 Dust Pan (heavy Duty) Big, G.i. , Good Quality 2 Pc 15 Dishwashing Liquid 500ml, Lemon 2 Bottle 16 Air Freshener/spray - 320ml Fresh Lemon 1 Bottle 17 Multi-insect Killer Aerosol Spray 600ml, (water Based) 1 Bottle 18 Trash Can ( Medium) (29inch Height, 16inch Wide) 2 Pc 19 Chlorine, Liquid, 1gallon 70% 1 Gallon 20 Chlorine, Granules, Powder, 70%,1kilo.pack 2 Pack 21 Toilet Bowl Plunger, Wooden Handle, Standard Size 2 Pc Subtotal Regional Trial Court Branch 11 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 5 Packs 2 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic 3 Bottle 3 Fabric Conditioner (sunrise Fresh), 660ml 1 Bottle 4 Glass Cleaner 500ml 1 Bottle 5 Glass Wiper With Rubber , Squeegee Sponge, Extendable 1 Pc 6 Toilet Bowl Cleaner, 1liter 1 Bottle 7 Muriatic Acid (pure), 1liter 1 Bottle 8 Toilet Deodorizer 100grams 3 Pc 9 Garbage Bag (medium), Black 25's/roll 5 Roll 10 Rag (round) Medium, Cloth, Good Quality 10 Pc 11 Rug, Cloth, Rectangle Shape, Medium Size 2 Pc 12 Antibacterial Liquid Hand Soap, 750ml 1 Bottle 13 Detergent Powder (6pcs/bundle) 70grms 2 Bundle 14 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 1 Pc 15 Dust Pan (heavy Duty) Big, G.i. , Good Quality 1 Pc 16 Tornado Mop, Medium 1 Set 17 Dishwashing Liquid 500ml, Lemon 1 Bottle 18 Air Freshener/spray - 320ml Morning Freshness 1 Bottle 19 Multi-insect Killer Aerosol Spray 600ml, (water Based) 1 Bottle 20 Furniture Polish With Cleansing Conditioner 330ml, Lemon Scent 1 Bottle 21 Trash Can ( Medium) (29inch Height, 16inch Wide) 2 Pc Subtotal Prosecutors Office 1 Jumbo Roll Tissue (12 Rolls/box), 2ply, White, Soft, Good Quality 1 Box 2 Alcohol (70% Solution) 3.7 Liters With Moisturizer, Hypoallergenic 1 Gallon 3 Fabric Conditioner (sunrise Fresh), 40ml, 6pcs/bundle 1 Bundle 4 Fabric Conditioner (sunrise Fresh), 660ml 1 Bottle 5 Glass Cleaner 500ml 1 Bottle 6 Toilet Bowl Cleaner, 1liter 2 Bottle 7 Toilet Deodorizer 100grams 2 Pc 8 Garbage Bag (medium), Black 25's/roll 3 Roll 9 Garbage Bag (large) Black 10's/roll 2 Roll 10 Rag (round) Medium, Cloth, Good Quality 19 Pc 11 Rug, Cloth, Rectangle Shape, Medium Size 3 Pc 12 Liquid Hand Soap With Antibac, 1 Gallon 1 Gallon 13 Detergent Powder 1klg 1 Pack 14 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 1 Pc 15 Broomstick, Thick, Good Quality 1 Pc 16 Scrub Sponge/foam, Heavy Duty, 1 Pc 17 Sponge Cloth, 2pcs/pack 1 Pack 18 Dishwashing Liquid 500ml, Kalamansi 1 Bottle 19 Air Freshener Hanging Gel, 180g, Scent: Lemon 1 Can 20 Air Freshener/spray - 320ml Morning Freshness 1 Bottle 21 Disinfectant Spray, 510ml, Scent: Early Morning Breeze 1 Bottle 22 Disposable Gloves, Large, Powder Free, Latex Free, 100pc/box 1 Box 23 Garden Boots, Size 8 (for Boys) 1 Pair 24 Chlorine, Liquid, 1gallon 70% 1 Gallon 25 Laundry Brush, Heavy Duty, Standard Size 1 Pc Subtotal Bureau Of Fire Protection (bfp) 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 5 Packs 2 Fabric Conditioner (sunrise Fresh), 660ml 3 Bottle 3 Glass Cleaner 500ml 2 Bottle 4 Multi - Purpose Cleaner, 1liter, 2 Bottle 5 Toilet Bowl Cleaner, 1liter 8 Bottle 6 Toilet Bowl Brush With Holder, Heavy Duty 2 Set 7 Muriatic Acid (pure), 1liter 7 Bottle 8 Toilet Deodorizer 100grams 8 Pc 9 Garbage Bag (large) Black 10's/roll 4 Roll 10 Feather Duster, Cotton 2 Pc 11 Rag (round) Medium, Cloth, Good Quality 58 Pc 12 Antibacterial Liquid Hand Soap, 750ml 3 Bottle 13 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 4 Pc 14 Broomstick, Thick, Good Quality 3 Pc 15 Plastic Soft Broom With Adjustable Handle, Good Quality 2 Pc 16 Dust Pan (heavy Duty) Big, Plastic, Good Quality 1 Pc 17 Scrub Sponge/foam, Heavy Duty, 5 Pc 18 Dishwashing Paste With Sponge (anti-bacterial), 200g, Lemon 9 Pc 19 Dishwashing Liquid 250ml, Kalamansi 18 Bottle 20 Air Freshener/spray - 320ml Fresh Lemon 3 Bottle 21 Disinfectant Spray, 510ml, Scent: Fresh Blossom 3 Bottle 22 Multi-insect Killer Aerosol Spray 600ml, (water Based) 3 Bottle 23 Furniture Polish With Cleansing Conditioner 330ml, Lemon Scent 3 Bottle 24 Chamoise Cloth, Small 3 Pc 25 Battery (aa), 4pcs/pack 3 Pack 26 Battery (aaa), 4pcs/pack 3 Pack 27 Disposable Gloves, Medium, Powder Free, Latex Free, 100pc/box 1 Box Subtotal Municipal Trial Court In Cities (mtcc) 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 4 Packs 2 Alcohol (70% Solution) 3.7 Liters With Moisturizer, Hypoallergenic 1 Gallon 3 Toilet Bowl Cleaner, 1liter 2 Bottle 4 Garbage Bag (large) Black 10's/roll 4 Roll 5 Rag (round) Medium, Cloth, Good Quality 18 Pc 6 Dishwashing Liquid 500ml, Kalamansi 2 Bottle 7 Disinfectant Spray, 510ml, Scent: Fresh Blossom 2 Bottle Subtotal Commission On Audit (coa) 1 Alcohol (70% Solution) 3.7 Liters With Moisturizer, Hypoallergenic, Ethyl 1 Gallon 2 Toilet Bowl Cleaner, 1liter 1 Bottle 3 Toilet Deodorizer 100grams 2 Pc 4 Garbage Bag (large) Black 10's/roll 4 Roll 5 Garbage Bag Xl, Black 10's/roll 5 Roll 6 Rag (round) Medium, Cloth, Good Quality 23 Pc 7 Rug, Cloth, Rectangle Shape, Medium Size 2 Pc 8 Liquid Hand Soap With Antibac, 1 Gallon 1 Gallon 9 Detergent Powder 1klg 1 Pack 10 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 3 Pc 11 Dust Pan (heavy Duty) Big, Plastic, Good Quality 1 Pc 12 Chamoise Cloth, Small 2 Pc 13 Sando Bag, Large (100pcs/pack) 6 Pack 14 Battery (aa), 4pcs/pack 1 Pack Subtotal Commission On Election (comelec) 1 Tissue Paper 2 Ply Soft (individual Wrap), White, Good Quality 70 Pc/roll 2 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic, Ethyl 70 Bottle 3 Rag (round) Medium, Cloth, Good Quality 70 Pc 4 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 1 Pc 5 Sponge Cloth, 2pcs/pack 2 Pack 6 Dishwashing Liquid 250ml, Kalamansi 70 Bottle 7 Air Freshener Hanging Gel, 180g, Scent: Lemon 20 Can 8 Air Freshener/spray - 320ml Fresh Lemon 8 Bottle 9 Disinfectant Spray, 510ml, Scent: Early Morning Breeze 7 Bottle 10 Furniture Polish With Cleansing Conditioner 330ml, Lemon Scent 10 Bottle 11 Battery (aaa), 4pcs/pack 5 Pack Subtotal City Nutrition Council 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 9 Packs 2 Alcohol (70% Solution) 250ml With Moisturizer, Hypoallergenic, Ethyl 20 Bottle 3 Fabric Conditioner (sunrise Fresh), 40ml, 6pcs/bundle 15 Bundle 4 Glass Cleaner 500ml 8 Bottle 5 Toilet Bowl Cleaner, 1liter 4 Bottle 6 Toilet Bowl Brush With Holder, Heavy Duty 1 Set 7 Toilet Deodorizer 100grams 20 Pc 8 Garbage Bag (medium), Black 25's/roll 10 Roll 9 Rug, Cloth, Rectangle Shape, Medium Size 15 Pc 10 Antibacterial Bath Soap 180g 15 Pc 11 Detergent Powder (6pcs/bundle) 70grms 15 Bundle 12 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 4 Pc 13 Dust Pan (heavy Duty) Big, Plastic, Good Quality 1 Pc 14 Dust Mop With Handle (60r), Heavy Duty, Aluminum Handle, Big 1 Pc 15 Mop Head, Heavy Duty, Cotton, Medium 3 Pc 16 Dishwashing Liquid 500ml, Lemon 7 Bottle 17 Air Freshener Hanging Gel, 180g, Scent: Lemon 4 Can 18 Disinfectant Spray, 510ml, Scent: Crisp Linen, 8 Bottle 19 Battery (aaa), 4pcs/pack 3 Pack Subtotal Community Based Monitoring System (cbms) 1 Tissue Paper 2 Ply Soft (individual Wrap), White, Good Quality 25 Pc/roll 2 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic 20 Bottle 3 Fabric Conditioner (sunrise Fresh), 40ml, 6pcs/bundle 3 Bundle 4 Rag (round) Medium, Cloth, Good Quality 29 Pc 5 Antibacterial Liquid Hand Soap, 750ml 4 Bottle 6 Dishwashing Liquid 500ml, Kalamansi 5 Bottle 7 Disinfectant Spray, 510ml, Scent: Early Morning Breeze 3 Bottle Subtotal Purok Office 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 6 Pack 2 Alcohol (70% Solution) 250ml With Moisturizer, Hypoallergenic, Ethyl 25 Bottle 3 Garbage Bag (medium), Black 25's/roll 20 Roll 4 Rag (round) Medium, Cloth, Good Quality 50 Pc 5 Liquid Hand Soap With Antibac, 1 Gallon 1 Gallon 6 Detergent Powder (6pcs/bundle) 70grms 15 Bundle 7 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 5 Pc 8 Dust Pan (heavy Duty) Big, Plastic, Good Quality 3 Pc 9 Tornado Mop, Medium 1 Set 10 Scrub Sponge/foam, Heavy Duty, 15 Pc 11 Dishwashing Liquid 500ml, Kalamansi 5 Bottle 12 Air Freshener/spray - 320ml Fresh Lemon 10 Bottle 13 Multi-insect Killer Aerosol Spray 600ml, (water Based) 5 Bottle 14 Furniture Polish With Cleansing Conditioner 330ml, Lemon Scent 5 Bottle 15 Detergent Bar (blossom Fresh) 40grams 50 Pc Subtotal Business Permit & Licensing Office (bplo) 1 Tissue Paper 2 Ply Soft (individual Wrap), White, Good Quality 120 Pc/roll 2 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic, Ethyl 130 Bottle 3 Fabric Conditioner (sunrise Fresh), 660ml 12 Bottle 4 Glass Cleaner 500ml 1 Bottle 5 Toilet Bowl Cleaner, 1liter 4 Bottle 6 Toilet Deodorizer 100grams 13 Pc 7 Garbage Bag Xl, Black 10's/roll 25 Roll 8 Rag (round) Medium, Cloth, Good Quality 15 Pc 9 Rug, Cloth, Rectangle Shape, Medium Size 10 Pc 10 Antibacterial Liquid Hand Soap, 750ml 10 Bottle 11 Tornado Mop, Medium 2 Set 12 Sponge Cloth, 2pcs/pack 5 Pack 13 Dishwashing Liquid 250ml, Kalamansi 17 Bottle 14 Air Freshener/spray - 320ml Fresh Lemon 8 Bottle 15 Disinfectant Spray, 510ml, Scent: Fresh Blossom 8 Bottle 16 Hand Sanitizer Gel 50ml 12 Bottle 17 Furniture Polish With Cleansing Conditioner 330ml, Lemon Scent 2 Bottle 18 Coffee Cup And Saucer, Ceramic White, 220ml (6pcs/box), Plain White 1 Set 19 Toilet Bowl Plunger, Wooden Handle, Standard Size 1 Pc Subtotal Civil Security Unit (csu) 1 Jumbo Roll Tissue (12 Rolls/box), 2ply, White, Soft, Good Quality 1 Box 2 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic, Ethyl 10 Bottle 3 Fabric Conditioner (sunrise Fresh), 660ml 2 Bottle 4 Multi - Purpose Cleaner, 1liter, 2 Bottle 5 Garbage Bag (small) Black 25's/roll 5 Roll 6 Garbage Bag (large) Black 10's/roll 6 Roll 7 Garbage Bag Xl, Black 10's/roll 4 Roll 8 Rag (round) Medium, Cloth, Good Quality 50 Pc 9 Rug, Cloth, Rectangle Shape, Medium Size 4 Pc 10 Antibacterial Bath Soap 180g 2 Pc 11 Antibacterial Liquid Hand Soap, 750ml 2 Bottle 12 Baguio Soft Broom Original Good Quality, Medium 1 Pc 13 Dust Pan (heavy Duty) Big, Plastic, Good Quality 1 Pc 14 Tornado Mop, Medium 1 Set 15 Dishwashing Paste With Sponge (anti-bacterial), 200g, Kalamansi 3 Pc 16 Dishwashing Liquid 500ml, Kalamansi 2 Bottle 17 Air Freshener Hanging Gel, 180g, Scent: Lavender 2 Can 18 Air Freshener/spray - 320ml Fresh Lemon 2 Bottle 19 Hand Sanitizer Gel 50ml 4 Bottle 20 Multi-insect Killer Aerosol Spray 600ml, (water Based) 1 Bottle 21 Chamoise Cloth, Small 2 Pc 22 Trash Can (small) (12inch Height, 8inch Wide) 1 Pc 23 Trash Can ( Medium) (29inch Height, 16inch Wide) 1 Pc 24 Disposable Face Mask, 3layer, Blue, 50pcs/box 1 Box Subtotal Bids And Awards Committee (bac) 1 Tissue Paper 2 Ply Soft (individual Wrap), White, Good Quality 40 Pc/roll 2 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic, Ethyl 40 Bottle 3 Garbage Bag (large) Black 10's/roll 5 Roll 4 Rag (round) Medium, Cloth, Good Quality 44 Pc 5 Detergent Powder (6pcs/bundle) 70grms 1 Bundle 6 Dishwashing Paste With Sponge (anti-bacterial), 200g, Lemon 20 Pc 7 Air Freshener Hanging Gel, 180g, Scent: Lemon 20 Can 8 Air Freshener/spray - 320ml Fresh Lemon 25 Bottle 9 Disinfectant Spray, 510ml, Scent: Early Morning Breeze 5 Bottle 10 Furniture Polish With Cleansing Conditioner 330ml, Lemon Scent 20 Bottle 11 Trash Can ( Medium) (29inch Height, 16inch Wide) 1 Pc Subtotal Note: The Bidding Shall Be Done Lot Per Office Total Brand And Model: Delivery Period: Warranty: Price Validity: After Having Read And Accepted Your General Conditions, I/we Quote Your On The Item At Price Noted Above. Printed Name / Signature Tel. No./ Cellphone No./e-mail Address Date: __________________________________
Closing Date27 May 2025
Tender AmountPHP 1.9 Million (USD 35.8 K)
Johannesburg Water Tender
Civil And Construction...+3Consultancy Services, Civil And Architectural Services, Water Storage And Supply
South Africa
Tender Id: RFQJW0065BZ25 -Architectural Services | Rfqjw0065bz25 -architectural Services
Closing Date15 Apr 2025
Tender AmountRefer Documents
Province Of Iloilo Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Construction Of Rice Mill Phase Ii At Brgy. San Jose, Miag-ao, Iloilo Bid No. Agr-25-72-b Iloilo Provincial Government Sixth Edition Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 4 Section I. Invitation To Bid 7 Section Ii. Instructions To Bidders 9 1. Scope Of Bid 9 2. Funding Information 9 3. Bidding Requirements 9 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 9 5. Eligible Bidders 10 6. Origin Of Associated Goods 10 7. Subcontracts 10 8. Pre-bid Conference 10 9. Clarification And Amendment Of Bidding Documents 10 10. Documents Comprising The Bid: Eligibility And Technical Components 11 11. Documents Comprising The Bid: Financial Component 11 12. Alternative Bids 11 13. Bid Prices 11 14. Bid And Payment Currencies 12 15. Bid Security 12 16. Sealing And Marking Of Bids 12 17. Deadline For Submission Of Bids 12 18. Opening And Preliminary Examination Of Bids 12 19. Detailed Evaluation And Comparison Of Bids 13 20. Post Qualification 13 21. Signing Of The Contract 13 Section Iii. Bid Data Sheet 14 Section Iv. General Conditions Of Contract 16 1. Scope Of Contract 16 2. Sectional Completion Of Works 16 3. Possession Of Site 16 4. The Contractor’s Obligations 16 5. Performance Security 17 6. Site Investigation Reports 17 7. Warranty 17 8. Liability Of The Contractor 17 9. Termination For Other Causes 17 10. Dayworks 18 11. Program Of Work 18 12. Instructions, Inspections And Audits 18 13. Advance Payment 18 14. Progress Payments 18 15. Operating And Maintenance Manuals 18 Section V. Special Conditions Of Contract 19 Section Vi. Specifications 20 Section Vii. Drawings 25 Section Viii. Bill Of Quantities Error! Bookmark Not Defined. Section Ix. Checklist Of Technical And Financial Documents 31 Glossary Of Terms, Abbreviations, And Acronyms Abc – Approved Budget For The Contract. Arcc – Allowable Range Of Contract Cost. 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. Cda – Cooperative Development Authority. 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]) 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. Contractor – Is A Natural Or Juridical Entity Whose Proposal Was Accepted By The Procuring Entity And To Whom The Contract To Execute The Work Was Awarded. Contractor As Used In These Bidding Documents May Likewise Refer To A Supplier, Distributor, Manufacturer, Or Consultant. Cpi – Consumer Price Index. Dole – Department Of Labor And Employment. Dti – Department Of Trade And Industry. 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]). 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. 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. Pcab – Philippine Contractors Accreditation Board. 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. Un – United Nations Republic Of The Philippines Iloilo Provincial Government Section I. Invitation To Bid For Construction Of Rice Mill Phase Ii At Brgy. San Jose, Miag-ao, Iloilo Bid No. Agr-25-72-b 1. The Iloilo Provincial Government, Through The Capital Outlay – Supplemental Budget No. 1 Cy 2023 Intends To Apply The Sum Of Six Hundred Thousand Pesos (p 600,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Agr-25-72-b For The Construction Of Rice Mill Phase Ii At Brgy. San Jose, Miag-ao, Iloilo For The Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Sixty (60) Calendar Days. Bidders Should Have Completed 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 Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 9, 2025 From 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, In The Amount Of One Thousand Pesos (p1, 000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On None. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines, And/or Through Videoconferencing/webcasting Via Zoom Conference Which Shall Be Open To Prospective Bidders. The Default Meeting Id And Password Shall Be: Meeting Id: 4340851724 // Password: 0922 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before June 17, 2025, 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On June 17, 2025, 9:00 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Iloilo Provincial Government 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Head, Bac Secretariat 5f New Iloilo Provincial Capitol Bonifacio Drive, Iloilo City Tel. No. (33) 336-0736 Fax No. (33) 337-7731 Email: Ipg_bacs@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.iloilo.gov.ph Atty. Dennis T. Ventilacion Bac Chairperson Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Invites Bids For The Construction Of Rice Mill Phase Ii At Brgy. San Jose, Miag-ao,iloilo, With Project Identification Number Agr-25-72-b. The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2023 In The Amount Of Six Hundred Thousand Pesos ( ₱ 600,000.00) 2.2. The Source Of Funding Is: A.) Capital Outlay – Supplemental Budget No. 1 C.y. 2023 As Approved By The Sanggunian. 3. 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 Manual 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 Invitation To Bid 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 Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) 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. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, 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. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated 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. 7. Subcontracts 7.1. 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 Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. 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 Bac Office, 5th Floor, New Iloilo Provincial Capitol, Iloilo City And/or Through Videoconferencing As Indicated In Paragraph 6 Of The Ib. 9. 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. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2. 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. 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. 10.3. In Joint Ventures, A Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project, Shall Be Required. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. 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. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. 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. 14.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration 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. 15.2. The Bid And Bid Security Shall Be Valid Until October 15, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. 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. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website 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. 17. Deadline For Submission Of Bids 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. 18. Opening And Preliminary Examination Of Bids 18.1. 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. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s 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 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification 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. 21. Signing Of The Contract 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 Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: A) Construction Of Rice Mill 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 10.3 Special Philippines Contractors Accreditors Board License 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience Project Engineer 1 Year 1 Year Material Engineer 1 Year 1 Year Agricultural & Biosystems Engineer 1 Year 1 Year Health & Safety Officer 1 Year 1 Year 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units Generator - 1 Welding Machine - 1 Bar Cutter - 1 12 Alternative Bids Are Not Allowed 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less Than Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 16 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. All Envelopes Shall: A. Contain The Name Of The Contract To Be Bid In Capital Letters: “construction Of Rice Mill Phase Ii At Brgy. San Jose, Miag Ao, Iloilo” B. Bear The Name And Address Of The Bidder In Capital Letters; C. Addressed To: Atty. Dennis T. Ventilacion, Chairperson, Bids And Awards Committee: D. Bear The Specific Identification Of This Procurement: “agr-25-72-b” E. Bear A Warning “do Not Open Before June 17, 2025” Indicating The Date And Time For The Submission Of Bids On The Blank: Bid Envelopes That Are Not Properly Sealed And Marked, As Required In The Bidding Documents, Shall Not Be Rejected, But The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Or The Procuring Entity Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or For Its Premature Opening. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder 19.2 Partial Bids Are Not Allowed 20 All Communications With Regards To This Procurement Shall Be Submitted Through Personal Receipt By Bidder To The Bac Secretariat Or Through Electronic Mail. Official Communications Through Email Shall Be Sent To The Official Email Address Ipg_bacs@yahoo.com. Only Communications Through Bidder’s Official Email Address Or Authorized Representative Shall Be Entertained. 21 The Additional Contract Documents Relevant To The Project That Are Required By The Procuring Entity Are: A. Construction Schedule And S-curve; B. Manpower Schedule; C. Construction Methods; D. Equipment Utilization Schedule; E. Construction Safety And Health Program Approved By The Department Of Labor And Employment; And F. Pert/cpm Section Iv. General Conditions Of Contract 1. 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. 2. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Possession Of Site 4.1. The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 4.2. If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 5. Performance Security 5.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than 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. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 6. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property(ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15. Operating And Maintenance Manuals 15.1. If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. 15.2. If The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Gcc Clause 2 As Per Construction Schedule/contract Period 3.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon Effectivity Of The Contracts. 6 No Further Instructions 7.2 [in Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures:] Fifteen (15) Years. 10 Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 No Further Instructions 11.2 No Further Instructions 13 The Amount Of The Advance Shall Not Exceed 15% Of The Total Contract Price. 14 Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15.1 The Date By Which Operating And Maintenance Manuals Are Required Shall Be At Least 5 Days Before The Testing And Commissioning. The Date By Which “as Built” Drawings Are Required Shall Be At Least 10 Days Prior To The Final Billing. 15.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is 1% Of The Final Contract Amount. Section Vi. Specification General Requirements All Works To Be Done Shall Be With First Class Workmanship And Shall Conform To The Plans And Specifications. All Materials To Be Used Shall Be Of Good Quality And Properly Inspected By The Project Engineer. The Provincial Agriculturist Is Reserved The Right To Rescind, Terminate, Suspend The Contract If He Deems Necessary And To The Best Interest Of The Government. The Contractor Shall Be Liable For All Damages That Will Occur During The Construction Of The Project. Scope Of Work The Works Include Furnishing Of Labor, Materials, Tools, Equipments And Other Incidentals Necessary To Complete The Project Such As Clearing & Grubbing, Concrete Works (concreting, Steel Works, Form Works), Pre-painted Rib Type Wall, Plastering Works, Roofing Works, Ceiling Works, Doorsl, Water Tank, Electrical Works, Painting Works, Installation Of Logo. General Condition A. The Works To Be Done Herein Shall Be The Construction Of Rice Mill As Of Approved And Of Quality Materials Completed As Per Plans, Details And Specifications. Supervision Of The Work Shall Be Done Under The Responsibility Of The Project Engineer With The Help Of The Construction Foreman. B. All Materials Employed And To Be Used In The Construction Shall Be Brand New, Unless Otherwise Or As Directed And Approved By The Project Engineer. C. Skilled Workmen And Workmanship Subject To Project Engineer’s Approval Shall Perform Methods Of The Construction In The Most Acceptable Manner. D. The Drawings Referred To In The Specifications Including Supplementary One, To Be Furnished As The Work Progress Are Intended To Cooperate With The Specification And To Form Part Hereof. Where Figures Are Given, They Are To Be Followed In Performance To Measurement By Scale. E. The Assigned Engineer Or Construction Foreman Shall Lay – Out The Building In Accordance With The Drawings And Directions On Plans As He Shall Not Only Responsible But Liable For Any Failure To Comply In This Respect With The Said Drawings, Specifications And Directions For Its Due And Accurate Location On The Lot. Clearing, Grubbing And Staking Clearing And Grubbing And Cutting Of Trees Shall Include Handling, Salvaging, Piling And Disposing Off The Cleared Materials With All Leads And Lifts. Trees Shall Be Cut In Sections From The Top Downwards. All Timber Shall Not Be Used By The Contractor For Any Purpose And Shall Remain The Property Of The Provincial Agriculture Office. Clearing Shall Consist Of The Cutting, Removing And Disposal Of All Trees, Bushes, Shrubs, Grass, Weeds, Other Vegetation, Anthills, Rubbish, Fences, Top Organic Soil And Rocks And Boulders Exposed Or Lying On The Surface. The Construction Site Shall Be Leveled According To The Plans And Cleared Of Rubbish, Roots And Other Perishable And Objectionable Matters To A Suitable Subgrade. All Such Unsuitable Materials Shall Be Removed From The Construction Site And Spread Uniformly Over The Areas Adjacent To The Proposed Building, Or Otherwise Disposed Of As Maybe Directed By The Architect/engineer In-charge Of The Construction. Materials Obtained From Clearing And Grubbing Shall Be Disposed Off In Borrow Pits Or Other Suitable Places And Be Covered Up With Soil Or Gravel As Directed By The Engineer. The Burning Of Combustible Materials Shall Not Be Permitted. During The Period Of Commencement Of Works, The Contractor Shall Survey The Construction Area And Confirm The Levels. He Shall Immediately Notify The Engineer Of Any Discrepancies And Shall Agree With The Engineer Any Amended Values On The Plan. All Stations And Reference Points Shall Be Clearly Marked And Protected To The Satisfaction Of The Engineer. All Working Benchmarks Shall Be Near Major/medium Structure Sites. Accurate Establishment Of The Centerlines Based On The Drawing Is Required. The Existing Profile And Cross-section Shall Be Jointly Taken With The Engineer. Project Sign Board / Billboard The Contractor Shall Ensure That The Project Site Is Identified With Information Billboard Which Shall Be Erected At The Beginning And Ending Of The Proposed Project. The Layout Of The Billboard Shall Accord To The Specifications Pursuant To The Commission On Audit (coa) Circular No. 2013-004 Issued On January 30, 2013. Coa Billboard Projects Status Project Status Remarks Duration Started Target Date Of Completion Percentage Of Completion As Of (date) Cost Incurred To Date Date Completed Pao Billboard Republic Of The Philippines Province Of Iloilo Provincial Agriculture Office Iloilo City Name Of Project: Location Of Project: Contractor: Implementing Agency: Appropriation: Fund Source: Contract Duration: Project Starting Date: Project Completion Date: Another Priority Project Of The Iloilo Provincial Government The Billboard’s Specifications Shall Conform To The Following Requirements: A. Tarpaulin, White 8ft X 8ft (coa) 4ft X 8ft (pao) B. Resolution 70 Dpi; C. Font Helvetica; D. Font Size: Main Information – 3”; E. Sub Information – 1”; F. Font Color: Black; G. Suitable Frame: Rigid Wood Or Steel Frame With Post; And, H. Posting: Outside Display At The Project Location After Award Has Been Made. Measurement The Supply And Erection Of The Project Billboard Shall Be In Accordance With Provisions Of This Specifications. Basis Of Payment No Additional Payment Shall Be Made In This Regard. Description Of Works: Concrete Works A. General: All Concrete Works To Be Done Herein Shall Be In Accordance With Aci Requirement And/ Or Standard Specifications As Adopted By The Government. B. Cement Shall Be Portland Cement (type 1) With 40 Kgs/bag. C. Fine Aggregates Shall Be Clean Hold River Sand, Free From Injurious Amount Of Clay, Loam And Vegetable Matter. D. Coarse Aggregates Shall Be River Run Gravel Or Broken Stones. The Maximum Size Shall Be 1/5 Of The Nearest Dimensions Between Side Forms Of The Concrete Members Or ¾ The Maximum Clear Spacing Between Reinforcing Bars. E. Reinforcing Bars: Reinforcing Bars Shall Be Intermediate Grade And Deformed And Shall Have Minimum Yield Strength Of 275 Mpa (40,000 Psi) F. The Wires Shall Be Locally Produced G.i. Wire Gauge No. 16. G. Placing Reinforcement And Miscellaneous Materials: Provide Bars, Wire Fabrics, Wire Ties, Supports And Other Devices Necessary To Install And Secure Reinforcement. Reinforcement Shall Not Contain Rust, Scale Oil, Grease Clay And Foreign Substances That Would Reduce The Bond. Rusting Of Reinforcement Is A Basis Of Rejection If The Effective Cross Sectional Area Of The Normal Weight Per Foot Of The Reinforcement Has Been Reduced To Less Than Specified In Paragraph Entitled “reinforcing Bars”. Remove Loose Rust Prior To Placing Of Steel. H. Proportioning Of Concrete For Concrete Works Use 1:2:4 I. All Concrete Cured For Least Seven (7) Days To Twenty-eight (28) Days If Possible After Placement To Attain The Required Strength Of Concrete. J. Removal Of Forms: Forms Shall Be Removed In Such A Manner As Not To Impair The Safety And Serviceability Of The Structures. Pre-painted Rib Type Wall All Wall Must Be Pre-painted Rib Type With 0.4mm Thick Shall Be Brand New As Approved By The Engineer. All Purlins (1.2mm Thick) Shall Be Carbon Steel Conforming Astm A570 Or Astm A611 And Having Yielded Strength Not Less Than 227mpa (33,000) And Shall Be Metal Primer Red Oxide Painted. Fasten Framing Members Together By Welding Or By Using Bolts. Welding Shall Conform To Aws D1.3 Welding Procedure. Do Not Field Weld Materials Lighter Than 18 Gauge. Plastering Mixture For Plastering: Thickness Of Plaster 16mm Thick. A Mixture Of Washed Sand And Portland Cement. Roofing Works 1. Use 0.4 Mm Thick Pre-painted Rib Type Thermoplastic Long Span Roofing With Compatible Flashing, Fascia And Ridge Roll. It Shall Be Brand New As Approved By The Project Engineer. A. All Trusses Shall Be 1/4” Thick X 2” X 2” Angle Bars For Top And Bottom Chord And 1/4” Thick X 1-1/2” X 1-1/2” Angle Bar For All Web Members. B. For Girt Use 1/4” Thick X 2” X 2” Angle Bar For Top And Bottom Chord And 1/4” Thick X 1-1/2” X 1-1/2” Angle Bar For All Web Members. C. For Fascia Frame Use 1/4” Thick X 1” X 1” Angle Bar For Main Frame With 1”x1/8” Thk Flatbar For Braces. D. Use 2” X 3” Light Gauge C-purlins. 2. Fasten Framing Members Together By Welding Or By Using Bolts. Welding Shall Conform To Aws D1.3 Welding Procedure. Do Not Field Weld Materials Lighter Than 18 Gauge. See Attached Plans For Details And Specifications. 3. Complete Painting Covers All Metal Surfaces And Other Interior Parts Except Otherwise Specified. Areas To Be Painted Shall Be Cleaned And Sanded Before Applying The Paint. Painting Works Should Be Done With Good Quality Workmanship By A Skilled Painter. 4. Paint To Be Used Shall Be Leading Brand Available In The Market With The Approval Of The Project Engineer. Apply Two (2) Coats As Paint Follows: 1st Coat = Metal Primer Red Oxide Paint Shall Be Thoroughly Dry Before Applying The Succeeding Coat No Exterior Painting Shall Be Done With The Surface To Be Applied Is Damp Or During Rainy Weather. Proper Works At All Times By Suitable Materials As Work Progress, Upon Completion Of Work, Remove All Paints Stains And Varnish Spots From Floors And Other Surfaces, Leave Work Clean And In Acceptable Condition. Ceiling Works All Materials Shall Be Of Kind And Size Specified On Plans. Exterior Ceiling Will Use 4 Inches Spandrel As Ceiling Board With A Carrying Channel, Metal Furring, End Moulding, Center Moulding, Metal Wall Angle For Corner As Main Frame. Use Blind Rivets To Fix The Spandrel To The Main Frame. All Materials Shall Be Brand New. It Should Be Done With A Good Quality Workmanship By A Skilled Worker. Doors (roll Up Door) Use Motorized Roll Up Door With 3.70m X 3.70m Dimension With Complete Accessories At Front Elevation And Right Elevation. Water Tank Use Brand New 500 Liter Vertical Stainless Water Tank Attached With 2 Inches Diameter Pvc Blue Pipe Which Supply Water For The Engine Cooling System. Electrical Works The Electrical Installation Shall Be Done In Accordance With The Approved Plans And Under The Direct Supervision And Control Of A Professional Electrical Engineer And Or Registered Electrical Engineer. All Electrical Works And Materials Shall Conform To The Provisions Of The Latest Edition Of The Philippine National Electrical Code. There Shall Only One Service To Be Dropped From The Nearest Or Local Electrical Company Pole For The Proposed Building. See Attached Plans For Details And Specifications. Painting Works Complete Painting Covers All Concrete And Other Interior Parts Except Otherwise Specified. Apply Three (3) Coats As Paint Follows: 1st Coat = Sealer 2nd Coat = Primer 3rd Coat = Color Selected And Approved (2 Coats) Paint Shall Be Thoroughly Dry Before Applying The Succeeding Coat No Exterior Painting Shall Be Done With The Surface To Be Applied Is Damp Or During Rainy Weather Proper Works At All Times By Suitable Materials As Work Progress, Upon Completion Of Work, Remove All Paints Stains And Varnish Spots From Floors And Other Surfaces, Leave Work Clean And In Acceptable Condition. Installation Of Logo A) Iloilo Provincial Government (ipg) And Department Of Interior Local Government (dilg) Logo : Use Stainless (202) Size: 33.5" Diameter Logo B) Morprogress : Use Stainless (304) For Big Letters - Size Letters 7" C) Morprogress : Use Stainless (304) For Small Letters - Size: 5.3" D) Iloilo: Use Stainless (304) - Size:8.3" Section Vii. Drawings All Annexes Shall Be Annexed And The Title Shall Be Specified As To What Plan The Drawing Pertain To Annex A – Architectural Design Annex B- Project Billboard Plan Section Viii. Bill Of Quantities Bid No. Agr- 25-72-b Item Description Quantity Unit Unit Cost Total Cost No. I. Clearing And Grubbing 100 Sq.m Pesos And Ctvs. (p ) / Sq.m P Ii. Concrete Works A. Concreting 1.42 Cu.m Pesos And Ctvs. (p ) / Cu.m P B. Steel Works 159 Kgs Pesos And Ctvs. (p ) / Kg P C. Formworks 3.96 Sq.m And Ctvs. (p ) / Sq.m P Iii. Pre-painted Rib Type Wall 94.14 Sq. M Pesos And Ctvs. (p ) / Sq.m P Iv. Plastering Works 11.61 Sq. M Pesos And Ctvs. (p ) / Sq.m P V. Roofing Works 125.28 Sq. M Pesos And Ctvs. (p ) / Sq.m P Vi. Ceiling Works 37.24 Sq. M Pesos And Ctvs. (p ) / Sq.m P Vii. Doors 2 Sets Pesos And Ctvs. (p ) / Set P Viii. Water Tank 1 L.s Pesos And Ctvs. (p )/l.s P Ix. Electrical Works 1 L.s Pesos And Ctvs. (p )/ L.s P X. Painting Works 103.92 Sq.m Pesos And Ctvs. ) / Sq.m P Xi. Installation Of Logo 1 Lot Pesos And Ctvs. (p ) /lot P Total Bid Cost In Figures P Total Bid Cost In Words Summary Of Costs Item No. Bid Amount I. Clearing And Grubbing ₱ ________________________________ Ii. Concrete Works A. Concreting ₱ ________________________________ B. Steel Works ₱ ________________________________ C. Formworks ₱ ________________________________ Iii. Pre-painted Rib Type Wall ₱ ________________________________ Iv. Plastering Works ₱ ________________________________ V. Roofing Works ₱ ________________________________ Vi. Ceiling Works ₱ ________________________________ Vii. Doors ₱ ________________________________ Viii. Water Tank ₱ ________________________________ Ix. Electrical Works ₱ ________________________________ X. Painting Works ₱ ________________________________ Xi. Installation Of Logo ₱ ________________________________ Total Bid Amount ₱ ________________________________ Section Ix. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; (b) 1. Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship Or Cda For Cooperatives, Or Any Proof Of Such Registration. 2. Mayor’s Permit Issued By The City Or Municipality – Where The Principal Place Of Business Of The Prospective Bidder Is Located; 3. Tax Clearance Per Executive Order 398, Series Of 2005, A S Finally Reviewed And Approved By The Bir 4. Audited Financial Statements, Showing, Among Others, The Prospective 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; For The Type And Cost Of The Contract To Be Bid Technical Documents ⬜ (b) 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 ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided Under The Rules; And ⬜ (d) Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) 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 (f) Project Requirements, Which Shall Include The Following: ⬜ A. Organizational Chart For The Contract To Be Bid; ⬜ B. List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; ⬜ C. List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) 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 ⬜ (h) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (i) If Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr 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. Ii. Financial Component Envelope ⬜ (j) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (k) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (l) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ Cash Flow By Quarter.
Closing Date17 Jun 2025
Tender AmountPHP 600 K (USD 10.7 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Is A Request For Information (rfi) Only. This Is Not A Request For Proposal (rfp) Or A Request For Quote (rfq). The Department Of Veterans Affairs Is Not Soliciting Offers Of Any Kind. No Contract Award Will Be Made On The Basis Of Any Response(s) To This Notice. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. In Accordance With The Federal Acquisition Regulation (far) Part 10 On Market Research And Public Law 109-461, The Department Of Veterans Affairs Is Conducting Market Research To Identify Verified Service-disabled Veteran-owned Small Business (sdvosb) Concerns That Have The Capability To Provide Contractor Support Services To The Government At A Fair And Reasonable Price. This Announcement Is For Informational And Planning Purposes Only And Should Not Be Interpreted As A Commitment By The Government To Issue A Solicitation Or Award A Contract. A Sources Sought Notice (36c776-24-q-0280) Was Posted On Sam.gov On July 22, 2024. Initially, The Va Sought To Consolidate Acquisition Support Services And Acquisition Utilization Services Into A Single Indefinite Delivery, Indefinite Quantity (idiq) Contract. However, The Va Has Decided That Combining The Roles Of 1101 And 1102 Is Not The Best Approach. This Request For Information (rfi) Aims To Inform The Industry Of Our Revised Plan To Conduct Market Research Specifically For 1102 Contract Specialist Support Only. The U.s. Department Of Veterans Affairs (va), Veterans Health Administration (vha), Regional Procurement Office Central (rpo-c) Has A Need For An Experienced Contractor Who Has Five (5) Or More Years Of Experience Supplying Acquisition Support Services To Federal Agencies.â The Contractor Is Needed To Assist Various Contracting Teams In Their Procurement Requirements. The Contractor Shall Provide Experienced Entry-level Contract Support (ecs), Mid-level Contract Support (mcs), And Senior Contract Support (scs). Contractor Acquisition Support Services Will Be Required Throughout The Life Of This Contract. The Contractor S Office And Contractor Personnel Shall Be Located Within The Continental United States, Alaska, Hawaii And Puerto Rico. The Contractor Shall Provide Non-personal, Non-inherently Governmental Acquisition Support Services In Support Of The Vha S Contracting Offices. The Contractor And Contractor Personnel Shall Not Be Designated As The Co Or Cor Or Make Decisions; Rather They Will Support The Various Va Procurement Teams In Their Procurement Needs. Contractor Personnel May Not Supervise Or Otherwise Direct Government Employees. Va Cos, Css, Cors And Other Staff Shall Ultimately Be Responsible For Making Decisions On Behalf Of Va.â Final Contract Support Services Performance Work Statement (pws) Introduction The U.s. Department Of Veterans Affairs (va), Veterans Health Administration (vha), Regional Procurement Office - Central (rpo-c) Has A Need For Contract Support Services To Assist Various Vha Central Region Contracting Teams In Their Procurement Requirements. The Contractor Shall Provide Experienced Contract Acquisition Specialists As Outlined In Section 4 Of This Performance Work Statement (pws). Scope Of Work Contractor Support Services Will Be Required Throughout The Life Of This Contract. The Contractor S Office And Contractor Personnel Shall Be Located Within The Continental United States, Alaska, Hawaii And Puerto Rico. The Contractor Shall Provide Non-personal, Non-inherently Governmental Contract Support Services In Support Of The Vha S Contracting Offices. The Contractor And Contractor Personnel Shall Not Be Designated As The Co Or Cor Or Make Decisions; Rather They Will Support The Various Va Procurement Teams In Their Procurement Needs. Contractor Personnel May Not Supervise Or Otherwise Direct Government Employees. Va Cos, Css, Cors And Other Staff Shall Ultimately Be Responsible For Making Decisions On Behalf Of Va. Contract Support Services May Include, But Are Not Limited To Strategy, Planning, Data Analysis, Requirements And/or Documentation Development, Preparing Independent Government Cost Estimate (igce), Compliance Reviews For Acquisition Documents And Forms. Services May Include Advisory Support And Assisting Functional Area Technical Experts With The Development Of Writing Requirements Into Sound/sufficient Statement Of Work (sow), Pws And/or Orders. Other Support Functions May Include Acquisition Planning, Solicitation Preparation, Market Research/analysis, Source Selection Document Preparation, Administration Of Terms And Conditions, Preparing Contract Modifications And Documents, Cost/price Analysis, Development Of Analytics, Creating Reports, Preparation Of Contract Termination Documents, And Drafting Contract Close-out Documents. Successful Performance Of This Contract Requires A Wide Variety Of Associated Procurement Skills And Activities Including Research, Analysis, Data Entry, Writing, Document Preparation, Editing, Scanning, Document Management, Phone Calls, Faxing, Filing, And Other Activities As Necessary To Complete The Tasks Assigned. Description Of Services During The Life Of The Resulting Contract The Contractor Will Be Required To Provide Three Contract Support Categories Which Include Diverse And Various Support Responsibilities In Support Of The Nco/pcac. The Contractor Shall Provide Qualified Personnel Who Can Perform Cradle To Grave Acquisitions Functions In Accordance With The Federal Acquisition Regulations (far), Veterans Affairs Acquisition Regulation (vaar), And All Other Applicable Regulations And Policies. Contractor Personnel Shall Perform Pre-award Procurement Functions Such As Requirements Definition, Market Research, Drafting Contractual Documents Such As Solicitations, Awards, And Amendments Using The Electronic Contract Management System (ecms), Coordinating With Requiring Activities, Industry, And Other Stakeholders, And Completing Contractual Files. Contractor Personnel Shall Perform Post-award Procurement Functions Such As Drafting Modifications, Drafting Option Year Notices And Modifications, Monitoring Contractor Performance, And Preparing Contracts For Close-out. Requirement Qualifications And Categories Minimum Qualifications: Each Proposed Candidate Shall Possess All The Demonstrated Experience And Educational Requirements Described In This Section For The Specific Discipline Needed On Each Task Order Executed. Pre-screened Detailed Resumes Showing Work Experience (to Include Actual Duties Performed, Contract Types And Actions; Not Only Job Descriptions) Must Be Submitted To And Approved By The Cor To Start The Onboarding Process. If An Nco/pcac Is Looking For A Specific Type Of Acquisition Experience, Such As Construction, Complex Services, And/or Leasing, The Contractor Will Be Advised When A Task Order Is Issued. Entry-level Contract Support (ecs): Each Proposed Ecs Shall Possess All The Demonstrated Experience And Educational Requirements As Delineated In This Section. Experience Must Reflect Abilities To Support Federal Acquisitions. In Respect To The Minimum Qualifications, One Qualification May Not Be Substituted For Another. Each Applicant Must Possess All Minimum Qualifications. Education: Four (4) Years Above High School From An Accredited College Or University As Recognized By The Secretary, U.s. Department Of Education. Experience: The Ecs Shall Have A Minimum Of Two (2) Years Of Federal Contracting Experience Working On Government Acquisitions Within The Last Five (5) Years. Additional Required Knowledge And Skills: In Addition To The Experience And Educational Requirements Described In Sections 4.1.1. And 4.1.2., The Ecs Must Possess The Following Knowledge And Skills: Ability To Conduct Comprehensive Review Of Procurement Documents For Accuracy, Adequacy, And Completeness. Ability To Identify And Resolve Inconsistencies Through Communication. Ability To Read And Interpret Federal And Agency Acquisition Policy, Regulations, And Directives. Ability To Draft And Prepare Contract Related Documents And Forms. Ability To Perform And/or Evaluate Market Research, Trends, Conditions, Alternative Sources, And Technological Advances As They Apply To The Program. Ability To Prepare And Process Purchase Requisitions And Procurement Packages To The Supporting Co For Award. Ability To Research, Analyze, Prepare, And Review Invoice Receipts, Receiving Reports, Fund Status, Final Payments, Release Of Claims, Certificates Of Completion, Close-out Documents, And Any Additional Supporting Documents Or Activities Needed For Contract Closeout. Ability To Investigate, Review, And Prepare Open Obligations/undelivered Orders (udo) For Closeout. Ability To Perform Post-award Administration In Support Of Co. Ability To Monitor Quality Assurance Surveillance Plans (qasps) To Ensure Contracted Services Meet Contract Requirements Along With The Expectations And Needs Of The Facility. Mid-level Contract Support (mcs): The Mcs Shall Possess All The Demonstrated Experience And Educational Requirements Delineated In This Section. Experience Must Reflect Abilities To Support Federal Acquisitions. In Respect To The Minimum Qualifications, One Qualification May Not Be Substituted For Another. Each Candidate Must Possess All Minimum Qualifications As Verified By A Signed And Dated Resume By The Individual And A Corporate Executive. Resume Must Reflect Documented Experience Of Pre- And Post-award Acquisition Processes And Activities. Experience: A Minimum Of Three (3) Recent Years (within The Last Five Years) Relevant Experience In Conducting Comprehensive Contract Acquisition Support Services With Knowledge Of Federal Acquisition Regulation (far), Veterans Affairs Acquisition Regulation (vaar), And All Other Applicable Regulations And Policies. Education: Bachelor's Degree With A Major In Any Field; Or At Least Twenty-four (24) Semester Hours In Any Combination Of The Following Fields: Accounting, Business, Finance, Law, Contracts, Purchasing, Economics, Industrial Management, Marketing, Quantitative Methods, And Organization And Management. Additional Knowledge And Skills: In Addition To The Experience And Educational Requirements Described In Sections 4.2.1. And 4.2.2., The Mcs Must Possess The Knowledge And Skills Of An Ecs As Described In Section 4.1.3. As Well As The Following Knowledge And Skills: Possess A Working Knowledge Of The Federal Acquisition Life Cycle. Ability To Conduct Comprehensive Research And Analysis Of Technical And Cost/price Data. Ability To Read And Interpret Federal Acquisition Policy, Regulations, And Directives. Ability To Review And/or Write Requirements, Ensuring Receipt Of Sound And Sufficient Procurement Packages Submitted By Nco Customers. Ability To Provide Business Advice And Assistance To Functional Area Technical Experts, Requiring Activities, And Customers. Ability To Analyze And Assist In The Development Of Igces. Ability To Work With The Technical Experts And The Co To Ensure Project Milestones Are Reflected In The Contractual Documents And Project Plan. Ability To Plan, Coordinate, Evaluate, And Execute The Logistical Actions Required To Support The Mission Of The Organization. Ability To Support, Coordinate, And Assist With The Planning, Preparing, Developing, Executing, And Maintaining Of Current Acquisition Plans, Strategies, And Overall Program Office Acquisition Administration Functions Including Program Control And Tracking. Ability To Research And Review All Applicable Policies, Guidance, And Regulations To Support The Customer And Contracting Officer (co) In Their Decision Making. Ability To Coordinate With Leadership, Staff, And Other Stakeholders To Conduct Analyses And Recommend Or Develop A Course Of Action. Ability To Assist In The Performance Of Cost Benefit Analysis. Ability To Analyze And Evaluate Pricing Data And Other Types Of Pricing Information To Draft A Price Reasonableness Recommendation For The Co. Ability To Establish Parameters And Maintain Controls To Ensure Contracts Are Executed In Accordance With Terms And Conditions. Ability To Assist With Monitoring Contract Performance Over The Life Of The Concerning Contract And Demonstrate The Ability To Solve A Broad Range Of Problems Relating To Proposals For Change, Claims, Payments, And Similar Problems. Ability To Prepare Or Draft Contract Modifications And Associated Modification Documentation Requirements. Ability To Support Cos And Css On All Phases Of Acquisition For Contract Modifications, Change Orders, Supplemental Agreements And Delivery Order Processes Including Requirements Requiring Definitions, Justification And Approval For Service Contract Extension, Method Of Contracting, Evaluation Of Proposals And Advice Concerning Contract Administration. Senior Contract Support (scs): The Scs Must Possess All The Demonstrated Experience And Knowledge Requirements Delineated In This Section. Experience Must Reflect Abilities To Support All Federal Acquisitions Regardless Of Acquisition Type Or Dollar Value. In Respect To The Minimum Qualifications, One Qualification May Not Be Substituted For Another. Each Candidate Must Possess All Minimum Qualifications As Verified By A Signed And Dated Resume By The Individual And A Corporate Executive. Resume Must Reflect Abilities To Support All Aspects Of Acquisition To Include Experience With Contracts Greater Than The Sat. Experience: A Minimum Of Five (5) Recent Years Within The Last Seven (7) Years Relevant Experience In Conducting Comprehensive And Complex Contract Acquisition Support Services With An Extensive Knowledge Of The Far, Veterans Affairs Acquisition Regulation (vaar), And All Other Applicable Regulations And Policies. Resume Must Reflect Documented Experience Of Pre- And Post-award Acquisition Processes And Activities Along With Related Training And Certifications. 4.3.1.1. Construction/architect-engineering (ae) Specialized Experience Requirements. Ability To Apply The Required Knowledge Of Laws, Regulations, And Procedures To The Act Of Properly Issuing And Administering A Construction Contract In Accordance With Federal Acquisition Laws, Regulations, And Best Business Practices. Have Knowledge Of Construction And Ae Contracting Request And Develop Construction/ae Solicitation Packages In Accordance With Far, Vaar, And Agency Policies And Procedures. Familiar With Far Part(s) 14, 15, 36, And 43. Unless Otherwise Approved By The Va Any Scs (who Meets The 5 Years General Experience Requirement) Who Will Be Specializing In Construction/ae Requirements Must Also Have The Following Experience: (1) 3 Years Of Experience In Developing Ae Solicitations And Administrating Ae Contracts And Modifications; (2) 3 Years Of Experience Developing Construction Solicitations And Administering Construction Contracts And Modifications All Within The Guidelines Set Forth In Paragraph 4.3.1. 4.3.1.2. Complex Service Contracts (such As Health Care Contracts) Experience Requirements. Have In-depth Knowledge Of Far 13/15. Familiarity With Medical Language. Any Scs (who Meets The 5 Years General Experience Requirement) Who Will Be Specializing In Complex Service Contracts Must Also Have The Following Experience: 5 Years Of Experience Developing Complex Service Solicitations And Administering Complex Service Contracts And Modifications All Within The Guidelines Set Forth In Paragraph 4.3.1. 4.3.1.3. Leasing And Specialized Experience Requirements: Be Familiar With Real Property Leasing, Utilities Contracts, Sharing Of Space And Other Non-medical Agreements (selling/sharing Agreements, Revokable Licenses, Interagency Agreements), And Hotel Services For Veterans Using Procedures Outlined In The Far, Vaar, General Services Acquisition Manual (gsam), General Services Acquisition Regulation (gsar), Public Laws, And Agency Policy. Unless Otherwise Approved By The Va Any Scs (who Meets The 5 Years General Experience Requirement) Who Will Be Specializing In Leasing And Specialized Contracts Must Also Have The Following Experience: 2 Years Of Experience Developing Real Property/lease Related Solicitations, Contracts And Modifications All Within The Guidelines Set Forth In Paragraph 4.3.1. Education: Bachelor's Degree With A Major In Any Field; Or At Least Twenty-four (24) Semester Hours In Any Combination Of The Following Fields: Accounting, Business, Finance, Law, Contracts, Purchasing, Economics, Industrial Management, Marketing, Quantitative Methods, And Organization And Management. A Federal Acquisition Certification In Contracting (fac-c Level I, Ii, Or Iii), Fac-c (professional), Or Dawia Level Iii In Contacting Certification Or Courses Leading To Certification, Or Demonstration Of The Completion Of Commercial Courses Equivalent To Certification. Additional Knowledge And Skills: In Addition To The Experience And Educational Requirements Described In Sections 4.3.1. And 4.3.2., The Scs Shall Possess The Following Knowledge And Skills An Mcs As Described In Section 4.2.3. As Well As The Following Knowledge And Skills: Ability To Provide Clear Leadership, Technical Direction, And Guidance To All Lower-level Acquisition Personnel. Possess Excellent Time Management And Writing Skills. Ability To Collaborate With Customers And Stakeholders On Performance Requirements Among Multiple Sites And Service Lines To Obtain Agreement, Standardize Enterprise Equipment, Supply And/or Service Requirements In Support Of Strategic Acquisition Plans. Ability To Refine And Improve Source Selection Evaluation Criteria. Ability To Make Suggestions By Analyzing Difficult Contracting Issues And Identifying Alternative Courses Of Action To Satisfy Specialized Requirements And Solve A Variety Of Contracting Problems. Ability To Conducting Gap Analyses And Understanding Of Cost Elements Which Go Into The Production, Management Or Delivery Of A Healthcare Resource Service Or Product. Ability To Provide Advisory Support And Prepare Procurement Packages For Review In Accordance With Customer Requirements And In Compliance With Va Policy And Procedures, To Include Federal And State Laws And Regulations. General It Systems And Applications: The Following It Systems And Applications Are Utilized For These Positions. All Candidates Must Have A Working Knowledge Of These Systems And Websites: Ms Teams, Word, Excel, Outlook, Powerpoint, Internet Explorer, And Edge Sharepoint Adobe Acrobat Google Chrome Government Contract Writing Systems System For Award Management (sam.gov) Contractor Performance Assessment Reporting System (cpars) Fpds-ng (federal Procurement Data System) Gsa Ebuy/gsa Advantage! Small Business Administration (sba.gov) English Language Requirement: The Contractor Shall Ensure All Personnel Performing Under This Contract Are Able To Read, Write, And Speak English Fluently. All Personnel Must Have The Ability To Effectively Communicate Orally Via Telephone And Ms Teams Communications As Well As Via Email Communications. U.s. Citizenship: All Contractor Personnel Performing Under This Contract Shall Be U.s. Citizens. Physical Requirements: Position Is Primarily Sedentary, Working While Seated And/or Standing. Period Of Performance, Place Of Performance And Hours Term Of Contract This Contract Has A Single Five-year Ordering Period, With Five One-year Pricing Periods. The Nco/pcac Contracting Office Will Issue The Task Orders. Each Task Order (to) Shall Specify The Hours And Period Of Performance. Pricing Period Dates Pricing Period 1 May 28, 2025 May 27, 2026 Pricing Period 2 May 28, 2026 May 27, 2027 Pricing Period 3 May 28, 2027 May 27, 2028 Pricing Period 4 May 28, 2028 May 27, 2029 Pricing Period 5 May 28, 2029 May 27, 2030 Place Of Performance Contractor Personnel May Be Required To Work On- Or Off-site (i.e., Government Office, Home Or The Contractor S Office); The Assigned Contractor Personnel Will Be Provided A Laptop And Personal Identity Verification (piv) Card. Specific Location To Be Identified In The Individual Task Order. Potential Locations Include Any Of The Following: Murfreesboro, Memphis, Johnson City, Tn; Lexington, Louisville, Ky; Ann Arbor, Battle Creek, Detroit, Mi; Cincinnati, Columbus, Kettering, Dayton, Cleveland/independence, Oh; Indianapolis, Marion, In; Milwaukee, Madison, Green Bay, Tomah, Wi; North Chicago, Marion, Il; Leavenworth, Wichita, Topeka, Ks; St. Louis, Poplar Bluff, Columbia, Mo; Houston, Tx; New Orleans, Alexandria, Shreveport, La; Biloxi, Jackson, Ms; Fayetteville, Little Rock, Ar; Florida Panhandle, Fl; St. Paul, St. Cloud, Mn; Coralville, Des Moines, Ia; Omaha, Ne; Fort Meade, Sioux Falls, Sd; Or Fargo, Nd. Travel To The Nearest Va Medical Center Is Required For On-boarding (fingerprinting, Piv Picture, Piv Card And Issuance Of Government Furnished Equipment (gfe)). Contractor Personnel Are Usually Required To Physically Access The Nearest Va Facility When Receiving Gfe. The Contractor S Services Are Expected To Be Needed For Six (6) Ncos: 9, 10, 12, 15, 16, And 23; And Pcac. The Location Area Of Each Nco Is Shown On Attachment D.2. Each Task Order Will Show The Number Of Hours And Estimated Number Of Personnel Needed For Each Location. Schedule Information And Tour Of Duty The Contractor Shall Provide The Minimum Number Of Personnel For Each Contracting Office To Meet The Number Of Hours Shown In The Schedule And To Ensure Continuity. The Number Of Hours And Personnel Shown In The Schedule Are Estimates Only. Task Order(s) Will Be Issued Based On The Number Of Hours (personnel) Needed For Each Nco, And Pcac Office. Please Note The Hourly Rate Submitted By The Contractor Must Be A Fully Burdened Rate, With A Single Hourly Rate For All Locations For Each Pricing Period. Tour Of Duty (work Hours): Each Cor And The Contractor S Representative Shall Work Together To Determine The Work Hours (tour Of Duty) Of Each Assigned Contractor Employee To Ensure A Consistent Schedule. Work Hours Will Adhere To The Local Time Zone Of The Nco Or Pcac Office In Which The Individual Contractor Personnel Supports. The Hours Of Operation Are Monday Through Friday 6:00 Am To 6:00 Pm With The Local Time Of Their Issuing Office, Excluding Federal Holidays. Full-time Contractor Personnel Shall Work 40 Hours Per Week (part-time Contractor Personnel Are Expected To Work At Least 20 Hours Per Week). A Normal Tour Of Duty For Full-time Contractor Personnel Is Eight (8) Hours Per Day With An Unpaid 30-minute Lunch (8.5 Hours), Five (5) Days Per Week, Monday Through Friday, Excluding Federal Holidays. The Tour Of Duty (work Hours) For Part-time Contractor Personnel Shall Be Coordinated Between The Cor And Contractor And Shall Be Within The Hours Of Operation. Variations To A 40-hour Work Week, Including Alternative Work Schedules, Require Advance Approval By The Co And Cor. Any Changes To The Tour Of Duty Must Be Submitted To The Cor Prior To Any Adjustment. Cors Are Responsible For Tracking Hours And May Require Contractor Employees To Send An Email Verification When Employee Shift Starts And Ends. The Day-to-day Supervision And Direct Control Over Contractor Personnel Will Be The Sole Responsibility Of The Contractor. Federal Holidays: The Following Holidays Are Observed By The Federal Government: New Year S Day (january 1) Birthday Of Martin Luther King, Jr. (third Monday In January) Washington S Birthday (third Monday In February) Memorial Day (last Monday In May) Juneteenth National Independence Day (june 19) Independence Day (july 4) Labor Day (first Monday In September) Columbus Day (second Monday In October) Veterans Day (november 11) Thanksgiving Day (fourth Thursday In November) Christmas Day (december 25) This List Shall Include Any Additional Day Specifically Declared By The President Of The United States To Be A Federal Holiday. **if A Holiday Falls On A Saturday, For Most Federal Employees, The Preceding Friday Will Be Treated As A Holiday For Pay And Leave Purposes. (see 5 U.s.c. 6103(b).) If A Holiday Falls On A Sunday, For Most Federal Employees, The Following Monday Will Be Treated As A Holiday For Pay And Leave Purposes. (see Section 3(a) Of Executive Order 11582, February 11, 1971.) ***contractor-employees Are Prohibited From Working On Any Federal Holiday. Planned/unplanned Absences: The Contractor Is Required To Notify The Cor Immediately For Sick/delay Absences From Work And At Least Two Days Prior To Vacation Or Other Absences From Work. Personnel May Use Vacation And Sick Time In Accordance With The Contractor S Policies, But The Contractor Shall Schedule Its Employees Vacation Time To Ensure That Employees Are Not Absent From Performance Availability For More Than Two (2) Consecutive Weeks At A Time.âthe Contractor Shall Ensure That No More Than One Of Their Assigned Personnel To A Specific Office Is Out Of The Office Simultaneously Unless The Absence Is Related To Inclement Weather, Illness, Or Other Unforeseen Events. Temporary Schedule Adjustments: Any Temporary Adjustments To A Contractor-employee S Work Schedule Must Be Requested In Advance And Approved By The Cor. For Example, A Temporary Schedule Adjustment Could Be To Work Longer On One Day In Exchange For A Shorter Workday Later In The Same Two-week Pay Period. Under No Circumstances Will A Contractor Work More Than 40 Hours In A Week Unless Authorized By The Cor; All Make Up Time Must Be Worked During Core Hours. Government Furnished Information, Property, And Equipment Government Furnished Equipment (gfe): The Government Shall Provide A Piv Card, A Laptop Computer And Software Applicable To Contract Personnel In Performance Of This Contract. Contractor Personnel May Be Required To Physically Access The Nearest Government Va Facility To Receive The Gfe. Contractor Personnel Shall Safeguard All Government Property, Documents, And Equipment. Government Personal Identification Verification Card (piv): Piv Cards Will Be Issued At The Start Of Contract Services For Security Access To Government Equipment And Sites. Contractor Shall Ensure All Government Furnished Equipment (gfe) And Piv Cards Are Returned To The Va (or Relevant Cor) Within Seven (7) Calendar Days When The Contract Ends Or When An Employee Leaves For Any Reason Prior To Contract End. Additional Gfe May Be Provided Depending On Circumstance And Equipment Availability. The Contractor Shall Furnish Any Other Required Equipment And Supplies As Necessary. Government Furnished Information (gfi): The Government May Provide All Applicable Policies, Guides, Standard Operating Procedures, Templates, Information, And Access To Va Networks And Sharepoint Necessary For Performance Under This Pws. The Va Retains Ownership Of All Government Furnished Equipment, Materials, Documents, And Information And Services Furnished Under This Contract. Other Costs Other Direct Costs (odc): The Cost Of General-purpose Items (notebooks, Paper, Pens, Calculators, Headsets, Folders, Tape, Staplers, Internet, Etc.) Required For The Conduct Of The Contractor S Normal Business Operations Will Not Be Considered An Allowable Odc In Performance Of This Contract. The Government Does Not Anticipate Odcs Not Already Accounted For As General-purpose Items Required Under This Contract. The Proposed Price Shall Include All Necessary Odcs. The Day-to-day Supervision And Direct Control Over The Work Performed By Contractor Personnel Shall Be The Sole Responsibility Of The Contractor. This Supervision Is Not A Separate Reimbursable Item Under This Requirement. Supervision Is An Overhead Cost That Is The Responsibility Of The Contractor. Performance Requirements And Summary Inherently Government Functions/non-personal Services: In Performance Of This Contract, The Contractor Shall Provide Services As Required By Contracting Activities Within The Rpo-c Area, To Support Va S Overall Mission. It Is Expressly Agreed And Understood That This Is A Non-personal Services Contract, As Defined In Federal Acquisition Regulation (far) 37.101, Under Which The Professional Services Rendered By The Contractor, Or Its Employees Are Rendered In Its Capacity As An Independent Contractor And Shall Not Be Considered Va Employees For Any Purpose Whatsoever. The Contract Acquisition Support Services Required On This Contract Constitute Professional And Management Services Within The Definition Provided By Far 37.201. This Contract Allows The Government To Obtain Professional Services Which Are Essential To The Va Mission, But Not Otherwise Available At This Time Within The Va. Contractor Personnel Shall Not Perform Inherently Governmental Functions (igf) As Defined In Federal Acquisition Regulation (far) Part 7.503(c)(12). All Contract Acquisition Support Services Shall Be Conducted In Accordance With The Far, Veterans Affairs Acquisition Regulation (vaar), Va Acquisition Manual (vaam), Procurement Policy Memorandums (ppms), Veterans Health Administration Procurement Manual (vhapm), Vha Procurement Guide (vhapg), Public Laws, Statutes, And Va Policies And Procedures. Tasks Executed By The Contractor Shall Be Considered Recommendations Subject To The Review And Approval By The Government. It Shall Be The Responsibility Of The Contractor To Manage Their Employees And Guard Against Any Actions That Are Personal Services In Nature. Professional Conduct And Performance: Contract Employees Shall Adhere To Professional Conduct Standards That Include Professional Courtesy, Punctuality, And Respect. Professional Conduct Includes Being Accessible During Duty Hours And Adhering To Each Contractor Employee S Work Schedule. The Respective Cor Shall Be Notified Of Any Schedule Changes Prior To The Contractor Employee S Absence Or Tardiness. Schedule Changes Shall Be Approved By The Cor Prior To Working. Should Any Contractor Employee Be Determined To Be Unacceptable In Terms Of Professional Conduct During Duty Hours, The Co And Contractor Poc Shall Be Notified By The Cor. If The Unacceptable Conduct Continues, The Contractor, Upon Direction From The Co, Shall Remove And Replace The Contractor Personnel Involved At No Additional Cost To The Government. All Contract Personnel Shall Sign A Contractor Rules Of Behavior (rob - Attachment D.4) Annually From Date Of Hire. Contractor Identification: Contractor Personnel Shall Clearly Identify Themselves As Contractors At All Times, In All Communications And Representations, To Avoid Situations Arising Where Sensitive Topics Might Be Better Discussed Solely Between Government Employees. Identification Shall Include When In The Workplace, In Meetings, In Conversations, Telecommunications, Mail, Electronic Mail (email), Faxes, With Government Personnel, Other Contractor Personnel And The Public. Answering Telephones: Contractor Personnel Must Identify Themselves As Contract Personnel In Telephone Conversations And Meetings Via Telephone, Or When Working In Situations Where Their Actions May Be Construed As Official Government Acts And/or Personnel. Telephone Script: Hello, This Is (name) With (contractor Name) In Support Of (nco Number, Or Pcac), How May I Help You? Utilizing Electronic Mail: When Prime Contractor Or Sub-contractor Personnel Send Email Messages As A Part Of Contract Performance (or Otherwise Relating To Contract Matters), Each Sender Shall Have A Signature Line That Includes: First Name And Last Name (contractor) Title Phone Number Email Address Individual S Employer Name Assigned Team Or Ordering Facility Non-disclosure And Conflict Of Interest Agreements: To Ensure The Integrity Of Government Contracting Operations, All Contractor Personnel Shall Execute A Non-disclosure Agreement (nda) During The On-boarding Process. All Contractor Personnel Will Have Ongoing Access To Proprietary Information Which They Are Required To Protect. All Information Is Considered Sensitive And Shall Not Be Disclosed Outside The Workplace. This Includes, But Is Not Limited To, Proprietary Data, Passwords, For Official Use Only Documents And Source Selection Information . All Contractor Personnel Assigned To And Performing On This Requirement May Not Work On Other Contracts For The Contractor, Or Other Agencies Without A Formal Written Request And Prior Written Consent. All Contract Personnel Shall Sign A Statement Of Non-disclosure (attachment D.3). Background Investigation: In Accordance With Homeland Security Presidential Directive-12 (hspd-12), Office Of Management And Budget Guidance M-05-24, And Federal Information Processing Standards Publication Number 201, A Criminal Background Check/investigation (bi) Is Required For All Contract Personnel To Determine Suitability For Routine Access To Government Facilities And Systems. Contract Personnel Must Receive A Favorable Adjudication After Investigation Paperwork. Additionally, All Contractor Personnel Must Start The Paperwork For A Background Investigation And Complete Finger Printing, As Well As Completion Of All Required Training Prior To The Start Of Placement Or Performance On The Contract. Va Mandatory Training Requirements: All Contractor Staff Must Log Onto Www.tms.va.gov, And Self-enroll. Information Security Awareness Training. Contractor Support Personnel Are Required To Complete Annual Information Security Awareness Training (during Onboarding And Annually Thereafter). Contractor Rules Of Behavior. Sign And Acknowledge Understanding Of And Responsibilities For Compliance With The Contractor Rules Of Behavior Relating To Access To Va Information (during On-boarding And Annually). Va Privacy Training. Complete Va Privacy Training (during Onboarding And Annually Thereafter). Government Contract Writing Training. Complete Any And All Required Training Applicable To Current Government Contract Writing Systems Such. If Previously Completed And Valid, The Contractor Shall Provide The Completion Certificate To The Cor And Co. Failure To Complete The Mandatory Training And Sign The Rules Of Behavior Annually, Within The Timeframe Required, Will Be Grounds For Suspension Or Termination Of All Physical Or Electronic Access Privileges And Removal From Work On The Contract Until Such Time As The Training And Documents Are Completed. The Nco/pcac Cors Will Be Responsible For Technical Monitoring Of The Contractor S Personnel Performance And Deliverables. The Cor And The Contractor S Representative Shall Work Together To Ensure All Contractual Requirements Are Being Met. The Cor Will Interpret Specifications Or Technical Portions Of The Work. Contractor Requirements And Responsibilities The Contractor Shall Provide Contractor Personnel, Expertise, Supervision Of Contractor Resources, And Any Required Deliverable Necessary To Satisfy The Requirements In This Pws. 9.1. Personnel Placement The Contractor Shall Provide A Sufficiently Detailed Resume Of Experience For Each Proposed Candidate To The Governments Contracting Officer Representatives (cor) For Approval And Verification Of Education And Experience Requirements. Responses To Submitted Resumes Will Normally Be Provided To The Contractor Within 7 Calendar Days. The Contractor Shall Pre-screen The Resumes To Ensure Each Proposed Candidate Has Met The Minimum Requirements Shown In Section 4 And To Ensure Each Resume Shows Specific And Detailed Experience (company Name, Dates Of Employment, Job Duties, Contract Types And Actions, Etc.). The Contractor Shall Effectively Fill And Assign Qualified Approved Contractor Personnel At Each Nco/pcac Office Within 40 Calendar Days Of Task Order Award. (this Does Not Include Va Onboarding Time.) The Contractor Shall Ensure All Required Information For Onboarding And All Background Investigation Paperwork Is Submitted Within 14 Calendar Days Of Cors Acceptance Of Contractor Personnel And Eqip Is Completed Within Six (6) Calendar Days Of Initiation. Va Staff Will Assist Contractor Personnel In Obtaining Personal Identity Verification (piv) Card And System Access To Va Networks. Personnel Maintenance And Gfe Turnover: The Contractor Shall Minimize The Effect And Impact To The Va By Strategically Managing Contractor Personnel Turnover To The Greatest Extent Possible Throughout The Life Of The Contract. Contractor Shall Ensure Continuation Of Services During Prolonged Personnel Absences Due To Sickness, Leave And Voluntary Or Involuntary Termination From Employment Such That Impact To The Government Is Minimal. Once A Contractor Is Aware That An Employee Is Leaving And Will No Longer Support A Task, The Contractor Shall Provide Written Documentation (email) To The Co And The Cor Within One (1) Business Days Of The Employee Advising The Contractor Of Their Intent To Leave. The Written Notification Shall Include The Date And Time The Position Will Be Vacant, The Anticipated Replacement Date, And What Management Action Will Be Taken To Ensure Task Completion. Any Position Vacancies Shall Not Exceed 14 Calendar Days (does Not Include Va Onboarding Time) Unless Directed Or Approved, In Writing, By The Co. Replacement/substitution: Any Change In Personnel Will Be Subject To Prior Government Approval. Prior To Replacing/substituting Personnel Performing On This Contract, The Contractor Shall Provide A Sufficiently Detailed Resume Of Proposed Contractor Personnel To The Cor For Verification And Approval Of Education And Experience Requirements. Responses To Submitted Resumes Will Be Provided To The Contractor Within Seven (7) Calendar Days. The Co/cor Reserves The Right To Refuse A Replacement/substitution If The Co/cor Deems The Replacement/substitution Does Not Meet The Qualifications. Government Equipment And Badges: Contractor Shall Ensure All Government Furnished Equipment (gfe) And Piv Cards Are Returned To The Va (or Relevant Cor) Within Seven (7) Calendar Days When The Contract Or Task Order Ends Or When An Employee Leaves For Any Reason Prior To Contract Or Task Order Expiration. The Contractor Shall Be Financially Responsible For Any Gfe That Is Lost, Stolen, Damaged, Or Not Returned To The Va Within Seven (7) Calendar Days Of Contract Or Task Order Expiration Or After A Contractor Employee Has Vacated Their Position. The Contractor Shall Report Any Lost Items (gfe, Piv) Immediately To The Co And Cor. Supervisory Controls: The Contractor Shall Be Responsible For Managing And Overseeing All Actions To Ensure Timely And Practical Support Performed Under This Contract. The Day-to-day Supervision And Direct Control Over The Work Performed By Off-site Or Remote Contractor Personnel Will Be The Sole Responsibility Of The Contractor. The Government Will Not Supervise Contractor Personnel, Prepare Contractor Personnel Work Schedules, Or Control The Method By Which The Contractor Personnel Perform The Required Tasks. The Government Will Only Provide Tasks To Contractor Personnel For Execution. The Contractor Personnel Will Work Independently And Keep The Relevant Co And/or Cor Informed Of All Actions Assigned. All Assignments Will Be Completed In A Timely Fashion. Work Will Be Reviewed By The Relevant Co And/or Cor For Compliance With Va Policies, Far And Vaar Regulations, Overall Objectives, And Effectiveness In Achieving Results. Quality Assurance (qa) / Acceptance Quality Limit (aql): The Government Reserves The Right To Survey All Services Received Under This Contract To Determine Whether The Contractor Is Meeting Performance Standards, Service Levels, And Objectives. The Government Has The Right To Change Or Modify Inspection Methods At Its Discretion. Quality Control: Contractor Shall Develop And Maintain Its Own Quality Control Program / Inspection Plan That Assures Compliance With All Requirements Of This Contract. Acceptance Quality Level: As A Minimum, The Contractor S Plan Should Address These Items Shown Below For The Acceptance Quality Level (aql) During The Contract S Performance Period. Standards Basis Aql Contractor Personnel Placement With Onboarding And Background Investigation Documents Reference Pws Paragraphs 4., 6., 8.4., 8.5., 8.6., And 9.1. Positions Filled With Approved And Qualified Personnel Within 40 Calendar Days Of Task Order Award And Onboarding Documents Submitted / Completed Within 14 Calendar Days. 95% Coordination And Placement Of Qualified Personnel. No More Than One (1) Instance Of An Initial Vacancy Not Filled Within 40 Days Of Task Order Award. No More Than Two (2) Instances Where Onboarding Documents Were Not Submitted/completed Within 7 Calendar Days. Effective Replacement / Substitute Personnel Reference Pws Paragraphs 4., 5.3.5., 6., 8.4., 8.5., 8.6., 9.11., 9.1.2., 9.1.4., And 9.2. Vacancies Due To Turnover Filled With Approved And Qualified Personnel Within 14 Days Of Departure. Prior Coordination 100% Of The Time For Replacement Personnel. No More Than Three (3) Instances Of Failure To Fill Vacancies With Qualified Personnel Within 14 Days Of Vacancy Notification. Monthly Activity Report (mar) Reference Pws Paragraph 10.2. No More Than Two (2) Mars Submitted Late Annually. Quarterly Activity Report (qar) Reference Pws Paragraph 10.3. No More Than One (1) Qar Submitted Late Annually. Personnel List Reference Pws Paragraph 10.4. No More Than Three (3) Personnel Reports Submitted Late During The Life Of The Contract. Gfe And Piv Returned To The Va Within 7 Calendar Days. Reference Pws Paragraph 9.2.3. No More Than Two (2) Instances Reported During The Life Of The Contract. Timeliness Procurement Action Lead Time (palt), Contractor Deliverables (contractor Personnel) Based On Current Va Policy. 90% Customer Service Reference Pws Paragraph 8. Feedback From Stakeholders On Contractor Personnel. No More Than 3 Significant And Substantiated Complaints. 90% Quality Of Contractual Documentation Contracting Officer And Cor Reviews Of Submitted And Completed Documents. 90% Productivity Number Of Actions Completed As A Function Of Complexity 90% Contracting Officer S Representative (cor): The Government Will Identify And Delegate A Cor For Each Participating Office (nco/pcac). The Cor Shall Monitor All Technical Aspects Of The Contract And Assist In Contract Administration. Unless Otherwise Identified In A Delegation Letter, The Cor Is Authorized To Perform The Following Functions: Assure That The Contractor Performs The Technical And Administrative Requirements Of The Contract; Perform Necessary Inspections In Connection With Contract Performance; Maintain Written And Oral Communications With The Contractor Concerning Technical Aspects Of The Contract; Issue Written Interpretations Of Technical Requirements; Monitor The Contractor's Performance And Notify Both The Co And Contractor Of Any Deficiencies; Oversee The Distribution Of Government Furnished Property; Coordination Of Required Security/background Documentation; And, Provide Facility Access Of Contractor Personnel Through Arranging Scheduling And Piv Card Pick Up. The Co Will Send A Letter Of Delegation To The Cor And The Contractor, Which States The Specific Responsibilities And Limitations Of The Cor. The Cor Is Not Authorized To Change Any Of The Terms And Conditions Of The Contract. Cors Are Not Authorized To Obligate Funds Or Execute Any Contract Modifications. Cors Will Be Responsible For Reviewing, Approving, And Certifying Invoices For Their Respective Location. Cor Reviews: The Cor Will Interpret Specifications Or Technical Portions Of The Work. All Performance Concerns Shall Be Addressed Between The Cor, Co, And Contractor. The Cor And The Contractor S Representative Shall Work Together To Ensure All Contractual Requirements Are Being Met. Contractor Deliverables Contractor Point Of Contact: The Contractor Shall Provide A Point Of Contact (poc) / Supervisor Who Shall Be Responsible For The Performance Of Work From The Contract Acquisition Support Specialists. The Contractor Shall Designate This Individual, In Writing, To The Co And Cors Before The Start Of Performance. An Alternate Poc May Be Designated, But The Contractor Shall Identify Those Times When The Alternate Shall Be The Primary Poc. The Contractor Poc Shall Be Available Via Telephone And Email, Monday Through Friday, 8:00 A.m. Until 4:30 P.m. Central Time (ct) Excluding Federal Holidays. The Poc Shall Have Authority To Direct Contract Employees On The Contract Or Have Direct Contact With The Manager/supervisor For The Contract Support Employees. Monthly Activity Report Deliverable: The Contractor Shall Submit A Monthly Activity Report (mar) To Each Cor, On Or Before The 15th Day Of The Following Month. Contractor Shall Develop And Submit Monthly Activity Reports (mars) To The Cor And Administering Co For Review At Any Monthly/quarterly Meetings. The Mars Shall Include A Summary Of Activities For The Month, Issues, And Goals For The Next Month. The Mars Shall Summarize The Contractor S Accomplishments During The Previous Month, Planned Work During The Upcoming Month And Any Significant Problems Or Issues Requiring Resolution, Along With Proposed Corrective Actions. The Contractor Shall Deliver These Reports To All Appropriate Parties Identified In This Section. The Mar Shall Include, At A Minimum, The Following Information: Contract Number Task Order Number Reporting Period Number Of Hours Each Employee Worked Brief Task Description For Each Employee For Each Employee: A Narrative Review Of Work Accomplished During The Reporting Period And Significant Events Personnel Actions For The Period (separations, Labor Category Changes, Recruitments) Quarterly Report Deliverable: The Contractor Shall Submit A Quarterly Activity Report (qar) To The Co On Or Before The 15th Day Following Each Quarter, Summarizing, At A Minimum: The Contract Number The List Of Contractor Employees Including Location The Number And Location Of Any Open/unfilled Positions The Number Of Calendar Days It Takes/took To Fill Each Open Position. List Of Contractor Employees: The Contractor Shall Maintain A Current List Of Employees Assigned Under This Contract And Their Assigned Nco/pcac Location. The List Shall Be Validated And Signed By The Contractor And Provided To The Co Once All Employees Are Assigned. An Updated List Shall Be Provided Upon Any Changes (additions/deletions). Once A Contractor Is Aware That An Employee Is Leaving, Or Termination Of Employment The Contractor Shall Provide Written Documentation To The Cor Within One (1) Business Day. The Written Notification Shall Include The Date And Time The Position Will Be Vacant, And Anticipated Replacement Date. Organizational Conflicts Of Interest (oci): The Contractor Shall Have An Oci Plan In Place For Detecting, Disclosing, Avoiding, And Mitigating Oci Issues/risks Involved In The Performance Of This Contract. An Oci Exists When A Contractor Employee Participates Personally And Substantially In A Particular Matter (e.g., A Contract) That Would Have A Direct And Predictable Effect On The Contractor Employee S Own Financial Interest Or The Financial Interest Of The Contractor Employee S Spouse, Minor Child, General Partner, Any Person Or Entity Whom The Contractor Employee Serves As An Officer, Director, Trustee Or Employee, Or Any Person With Whom The Contractor Employee Is Negotiating Or Has An Arrangement For Prospective Employment. The Oci Will Include The Contractor And All Assigned Contractor Employees On This Contract And Associated Family Members. The Plan Shall Identify Any Potential Conflicts Of Interest And Shall Provide A Process For Dealing With Any Oci That Is Identified During Contract Execution. The Oci Plan Shall Disclose All Cross-teaming Arrangements And Shall Include A Representation That There Will Be No Crosstalk , Or Information Shared Between The Two Affiliates Regarding The Contract. The Contractor Shall Notify The Co Within Two Business Days Of Any Oci Violations On This Contract. Non-disclosure Agreements: All Contractor Personnel Assigned To Work On This Contract Shall Be Required To Sign A Non-disclosure Agreement (nda) During Their Onboarding Regarding Key Aspects Of The Project And Project Content. All Information Is Considered Sensitive And Will Not Be Disclosed Outside The Workplace. This Includes Proprietary Data, Passwords, For Official Use Only Documents And Source Selection Information. Background Investigation: A Criminal Background Check Is Required For All Contract Personnel. Contract Personnel Must Receive A Favorable Adjudication After Investigation Paperwork. All Contractor Personnel Must Complete Finger Printing And Start Background Investigation Paperwork Prior To Placement On The Contract. Invoices Each Nco/pcac Location Will Be Assigned A Cor Who Shall Serve As The Governments Primary Point Of Contact (poc) For That Location. Inspection And Acceptance Of Services Is Delegated To The Corresponding Cor. The Contractor Shall Submit A Separate Monthly Itemized Invoice To Each Cor In Arrears For Services Performed. The Invoice Shall Contain Contractor S Name, Address, Point Of Contact, Invoice Number, Contract Number, Task Order Number, And Purchase Order (po) Number Along With A Listing Of Each Contractor Employee S Name, Dates Worked, Actual Number Of Hours Worked, Work Location (nco/pcac), The Agreed Upon Fixed Hourly Rate And Total Price. Reduction In Services: Each Task Order Issued Under This Contract Will Be For A Specific Number Of Hours. If, At The End Of The Task Order Period Of Performance, The Government Has Not Utilized The Total Number Of Hours Ordered Because Of A Change In Its Anticipated Needs Or Delays That Are Due To Recruiting, Hiring, Onboarding, Turnover And Finding Replacements, The Contractor Agrees To Enter Into A Good Faith Negotiation To Bilaterally Reduce The Scope Of The Task Order With A Corresponding Adjustment In The Total Task Order Price. In No Event Will The Government Pay The Contractor For Hours Not Actually Worked. Vha Onboarding / Offboarding Process The Contractor Shall Provide Onboarding/offboarding Liaising And A Liaising Tracker For Onboarding And Offboarding Contractor Personnel. The Liaising Tracker Shall Be Updated Within A Day Of Onboarding/offboarding Action. The Contractor Shall Collect All The Required Documents For Onboarding Personnel, Perform Preliminary Review Of All Documents To Ensure The Forms Are Completed Accurately, And Submit All Forms To The Cor To Initiate The Background Investigation For All New Hires. All Forms And Supporting Documents Shall Be In .pdf Format And Use The Naming Convention Shown In The Example Below For Each File: The Following Onboarding Forms Shall Be Completed And Submitted To The Cor Within A Week Of Identifying (cor Approval) The Contract Personnel: Declaration For Federal Employment (of 306) Background Investigation Request (fm 1a) Contractor / Employee Piv Office Fingerprint Request Form (fm 2) Self-certification Of Continuous Service (sc) Non-disclosure Agreement (nda) Tms Training Certificates For Va Privacy And Information Security Awareness And Rules Of Behavior Certificate (valid For Only One Year) Tms Training Certificates For Privacy And Hipaa Training Certificate (valid For Only One Year) The Following Tasks Are Required By The Contractor When Onboarding Contractor Personnel: Schedule New Hires For Fingerprints At The Nearest Va Facility From The Contractor-employee S Physical Location Ensure All Onboarding Forms Are Completed Properly Submit All Onboarding Forms To The Cor In A Password Protected Email For The Initial Background Investigation And Send Password To Cor In A Separate Email Ensure All Contractor Personnel Working On This Contract Have Been Favorably Adjudicated Advise The Cor If Contractor-employee Is Transferring From Another Va Facility/department Request Contractor-employee Tms Access From Cor Coordinate With The Cor Regarding Wmc-hroo Persec Contractor Onboarding Process. Verify The Last 5 Years Of Related Work Experience On Candidates Resume The Following Tasks Are Required By The Contractor When Offboarding Contractor Personnel: When The Contractor Is Made Aware Of A Departure Of A Contract-employee, The Contractor Must Notify The Cor And Co Within One (1) Business Day. Complete The Offboarding Form For Each Contractor Employee. On The Final Day Of The Contractor Employee Day Of Employment The Employee Will Turn In All Government Issued Equipment, Piv Card And Any Subsequent Reports And Incomplete Tasks. Security Issues And Access General: Department Of Veterans Affairs Medical Centers Are Federal Government Facilities. Prior To Contractor Personnel Start Day, A Personnel Background Investigation (bi) Shall Be Completed And Sent To The Contracting Officer And Respective Cor. The Piv Card Will Not Be Issued Until The Background Checks Are Completed And Approved By The Security Investigation Center (sic). Security Identification Badges: Contract Employees Shall Comply With Their Assigned Location S Identification And Access Requirements. The Contractor Is Responsible For Absences Of Contract Employees Due To Expired Or Lost Identification And Access Documents. Contractor/contract Employees Shall Turn In All Identification Badges To The Contracting Officer, Or Designated Representative Upon Termination Of Their Services Under The Contract. The Contractor Shall Be Responsible For The Replacement Cost Of Lost Or Non-returned Piv Cards. Subject To Criminal Penalties; Equipment And Piv Badges (need To Run By Ogc) Security: All Contractors And Contractor Personnel Shall Be Subject To The Same Federal Security And Privacy Laws, Regulations, Standards, And Va Policies, Including The Privacy Act, 5 U.s.c. 552a, And Va Personnel, Regarding Information And Information System Security. Contractors Shall Follow Policies And Procedures Outlined In Va Directive 6500, Information Security Program Which Is Available At: Http://www.va.gov/vapubs/ And Its Handbooks To Ensure Appropriate Security Controls Are In Place. All Contractor Personnel Requiring Access To Va Computer Networks Are Required To Complete Va S Information Security And Privacy Awareness Training Annually. Confidentiality: Contractor Personnel Who Obtain Access To Hardware, Software, Or Media, Which May Manipulate Or Store Any Sensitive Information, That Is Protected Under 38 Usc 4132 Or 3305, As Defined By The Department Of Veterans Affairs, Must Not Access Information Unless Absolutely Necessary To Perform Their Contractual Duties. Disclosure Of Any Sensitive Data Obtained During Performance Of Assigned Duties Under This Contract Is Prohibited. Violation Of These Statutory Provisions May Involve Imposition Of Criminal Penalties. Contractor Is Considered To Be A Va Contractor For Purposes Of Privacy Act, Title 5 U.s.c. 552a. Hipaa: The Contractor Shall Abide By The Standards For Privacy Of Individually Identifiable Health Information Of The Health Insurance Portability And Accountability Act (hipaa), Public Law 104-01. The Contractor Shall Not Use Or Further Disclose Protected Health Information Other Than As Permitted Or Required By The Contract Or As Required By Law. The Contractor Shall Use Appropriate Safeguards To Prevent Use Or Disclosure Of The Protected Health Information. The Contractor Shall Mitigate, To The Extent Practicable, Any Harmful Effect That Is Known To The Contractor Of A Use Or Disclosure Of Protected Health Information By The Contractor In Violation Of The Requirements Of This Contract. The Contractor Shall Report To The Government Any Use Or Disclosure Of The Protected Health Information Not Provided For By This Contract. The Contractor Shall Document, In A Time And Manner Designated By The Government, Any Disclosure Of Protected Health Information As Would Be Required For The Government To Respond To A Request By An Individual For An Accounting Of Disclosure Of Protected Health Information. Removal Of Personnel At Government Request: The Government May Request Removal (permanent Or Temporary) Of Contract Personnel For Security, Safety, Or Health Reasons, Upon Discovery Of Fraudulent Resume Documentation, Or When Contractor Personnel Behave In An Unprofessional Manner That Would Be Considered Unacceptable By A Reasonable Person. The Government May Also Request Removal If It Is Determined That There Is No Available Work To Assign Them. Removals Shall Be Effective By Close Of Business On The Same Day As Notification, Unless Otherwise Determined By The Government. Prior To Replacing/substituting Personnel Under These Circumstances (reference Sections 4, 5.3.5., 9.1., And 9.2.) The Contractor Shall Provide A Sufficiently Detailed Qualification Summary/resume Of Proposed Personnel For Government Coordination. End Of Pws
Closing Date14 Feb 2025
Tender AmountRefer Documents
MFR-IREO Les Herbiers (85) Tender
Civil And Construction...+2Civil Works Others, Agriculture or Forestry Works
France
Tender Id: Phase 1 bis : Architecte | Project Management Market for the Renovation and Extension of Several Buildings of the Mfr - Ireo Les Herbiers Training Center
Closing Date5 Mar 2025
Tender AmountRefer Documents
Johannesburg Water Tender
Civil And Construction...+3Consultancy Services, Civil And Architectural Services, Water Storage And Supply
South Africa
Tender Id: RFQJW0089BZ25 -Architectural Services | Rfqjw0089bz25 -architectural Services
Closing Date13 Jun 2025
Tender AmountRefer Documents
1911-1920 of 1958 archived Tenders