Architect Tenders

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 2) At Brgy. Banbanan, Miagao, Iloilo Bid No. Agr-25-87-b Iloilo Provincial Government Sixth Edition Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 4 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 9 5. Eligible Bidders 9 6. Origin Of Associated Goods 9 7. Subcontracts 9 8. Pre-bid Conference 10 9. Clarification And Amendment Of Bidding Documents 10 10. Documents Comprising The Bid: Eligibility And Technical Components 10 11. Documents Comprising The Bid: Financial Component 10 12. Alternative Bids 11 13. Bid Prices 11 14. Bid And Payment Currencies 11 15. Bid Security 11 16. Sealing And Marking Of Bids 11 17. Deadline For Submission Of Bids 12 18. Opening And Preliminary Examination Of Bids 12 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 24 Section Viii. Bill Of Quantities 26 Section Ix. Checklist Of Technical And Financial Documents 30 Glossary Of Terms, Abbreviations, And Acronym 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 The Construction Of Rice Mill (phase 2) At Brgy. Banbanan, Miagao, Iloilo Bid No. Agr-25-87-b 1. The Iloilo Provincial Government, Through The Capital Outlay- Supplemental Budget No. 1 Fy 2023 Intends To Apply The Sum Of Three Million Fourteen Thousand Three Hundred Sixty-six Pesos And Thirty-six Centavos (p3,014,366.36) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Agr-25-87-b For The Construction Of Rice Mill (phase 2) At Brgy. Banbanan, Miagao, 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 One Hundred Twenty (120) 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 Five Thousand Pesos (p5, 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 June 17, 2025, 9:00 A.m. 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 July 1, 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 July 1, 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 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 2) At Brgy. Banbanan, Miagao, Iloilo, With Project Identification Number Agr-25-87-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 Three Million Fourteen Thousand Three Hundred Sixty Six Pesos And Thirty Six Centavos (p3,014,366.36) 2.2. The Source Of Funding Is: A.) Lgu’s, Capital Outlay- Supplemental Budget No. 1 Cy 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 29, 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 Philippine Contractors Accreditation Board License 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units Welding Machine 1 Generator Set 1 Compactor 1 One Bagger Mixer 1 Concrete Vibrator 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. Itb Clause 16 All Envelopes Shall: A. Contain The Name Of The Contract To Be Bid In Capital Letters: “construction Of Rice Mill (phase Ii) At Brgy. Banbanan, Miagao, 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-25-87-b” E. Bear A Warning “do Not Open Before July 1, 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 Bid Is 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. Specifications 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 Authorized Representative Or The Engineer In-charge. 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 Works The Works Include Furnishing Of Labor, Materials, Tools, Equipment And Other Incidentals Necessary To Complete The Project Such As Clearing, Grubbing & Staking, Excavation, Backfilling, Embankment, Concrete Works, Masonry Works, Plastering Works, Roofing Works, Ceiling Works, Tile Works, Door And Windows With Complete Accessories, Plumbing Works, Electrical Works, Painting Works, And Installation Of Logo. General Condition A. The Works To Be Done Herein Shall Be The Construction Of Rice Mill (phase 2) 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 Pao Billboard The Billboard’s Specifications Shall Conform To The Following Requirements: A. Tarpaulin, White, 8ft X 8ft (coa) And 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 Project Billboard Shall Be In Accordance With Provisions Of This Specification. Basis Of Payment No Additional Payment Shall Be Made In This Regard. 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. Staking-out The Building Lines Shall Be Staked Out On The Lines And Grades Shown In The Drawings Established Before Any Excavation Is Started. Batter Boards And Reference Marks Shall Be Erected At Such Place Where They Will Not Be Disturbed During The Excavation Of The Building. 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 Meter Of The Edge Of The Trench. No Excavation Or Foundation Work Shall Be Filled In Or Covered Up Before The Inspection And Approval Of The Project Engineer. Backfill, Embankment And Gravel Bedding Use Earth Or Sand Free From Waste And Objectionable Materials. Place Backfill And Embank In Uniform Horizontal Layer Not More 150mm Thick At A Time, Puddle And Tamper Each Layer As Required To Make Firm Adequate Compaction. Fill Bottom Of Excavation For Structured Foundation With At Least 100mm Thk Gravel Before Placing Reinforcing Steel Bars And Pouring Concrete. Concrete, Masonry And Plastering 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 (type1) 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 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. Splices Shall Be Approved Prior To Use. Do Not Splice At Points Of Maximum Stress. Overlapped Welded Wire Fabric The Spacing Of The Cross Wires, Plus 50 Mm (2 Inches). H. Concrete Hollow Blocks: 1. For Walls And Partitions, Use Chb Or Its Equivalent. 2. Minimum Comprehensive Strength Shall Be 700 Psi. 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. K. Mixture For Plastering: Thickness Of Plaster Shall Be 16mm Thick. A Mixture Of Washed Sand And Portland Cement. Roof & Roof Framing A. All Roofing Must Be 0.5mm Pre-painted Rib-type Long Span With Compatible Ridge Roll, Gutter And Fascia. B. All Trusses And Rafter Shall Be ¼” Thick X 2” X 2” Angle Bars For Top And Bottom Chord And All Web Members. C. For Girt Use ¼” Thick X 2” X 2” Angle Bar For Top And Bottom Chord And All Web Members. D. For Fascia Frame Use 3/16” Thick X 2” X 2” Angle Bar. E. Use 2” X 6” Light Gauge C-purlins. F. Fasten Framing Members Together By Welding Or By Using Bolts. Welding Shall Conform To Aws D1.3 Welding Procedure. G. All Metal Surfaces Must Be Metal Primer Red Oxide Painted. Ceiling Works All Materials Shall Be Of Kind And Size Specified On Plans. Interior And Exterior Ceiling Will Use 4” Spandrel Ceiling With A Carrying Channel, Metal Furring And Wall Angle For Corner As Main Frame. Use Blind Rivets To Fix The Spandrel To The Main Frame. Tile Works Tiles Should Be Installed In Office And Comfort Room Using A 0.60mx0.60m Granite Tile. Shall Have Tile Trim At The Edges And Provide Tile Grout Between Tiles. It Should Be Done By A Tile Setter To Ensure Quality Workmanship. Doors And Windows With Complete Accessories Use Wooden Panel Door 0.80m X 2.10m Dimension With Complete Accessories At Office Area And Pvc Door 0.70m X 2.10m Dimension With Complete Accessories At Comfort Room. Use Chain Operated Roll-up Door With 3.20m X 3m Dimension. Windows Are Concrete Louver With 0.15m X 0.15m Dimension, Analoc Sliding Glass Window With 1.20m X 1.20m Dimension, Clear Fixed Glass Window With 1.20m X 1.20m Dimension, And Analoc Awning Glass Window With 0.40m X 0.40m Dimension That Should Be Install In Comfort Room. 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. The Type Of Electrical Services To Be Supplied To The Building Shall Be 240v, Ac Single Phase Or Three Phase. There Shall Only One Service To Be Dropped From The Nearest Or Local Electrical Company Pole For The Proposed Building. See Attached Plans For Specifications. Plumbing Works All Works Shall Be Done In Accordance With The Provisions Of The Latest Edition Of The Plumbing Code And Local Ordinance. All Works Shall Be Done Under The Direct Supervision Of A Duly Licensed Master Plumber. See Attached Plans For Specifications. A. Use 1-roll 1-1/2” Hdpe Pipe For Connection From Water Source To The Building For The Operation Of Comfort Room And Rice Mill Machine. B. Use 2" G.i Pipe Schedule 40 For Connection From Engine Of The Rice Mill To The Concrete Tank. Painting Works I. Complete Painting Covers All Concrete And Other Interior Parts Except Otherwise Specified. Ii. Apply Three (3) Coats As Paint Follows: 1st Coat = Sealer 2nd Coat = Primer 3rd Coat = Color Selected And Approved (2 Coats) Iii. 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 Iv. 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) For Iloilo Provincial Government (ipg) And Department Of Interior Local Government (dilg) Logo: Use Stainless (202) Size: 33.5” Diameter Logo B) For Morprogres: Use Stainless (304) For Big Letter- Size 7” Use Stainless (304) For Small Letter- Size 5.3” C. For Iloilo: Use Stainless (304)- Size 8.3” Section Vii. Drawings Annex A – Architectural Design Annex B – Project Billboard Plan Section Viii. Bill Of Quantities Bid No. Agr- 25-87-b Item Description Quantity Unit Unit Cost Total Cost No. I. Clearing, Grubbing And Staking 156.25 Sq.m. Pesos And Ctvs. (p ) / Sq.m. P Ii. Excavation Works 33.93 Cu.m. Pesos And Ctvs. (p ) / Cu.m P Iii. Backfilling 26.83 Cu.m. Pesos And Ctvs. (p ) / Cu.m P Iv. Embankment (spreading And Compaction) 116.00 Cu.m Pesos And Ctvs. (p ) / Cu.m P V. Concrete Works Includes Engine Cooling Tank A. Concreting 42.09 Cu.m. Pesos And Ctvs. (p ) / Cu.m. P B. Steel Works 4,785.60 Kg Pesos And Ctvs. (p ) / Kg P Item Description Quantity Unit Unit Cost Total Cost No. C. Form Works 181.13 Sq.m. Pesos And Ctvs. (p ) / Sq.m. P D. Gravel Bedding 12.00 Cu.m. Pesos And Ctvs. (p ) / Cu.m. Vi. Masonry Works (includes Septic Tank) 223.79 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Vii. Plastering Works 699.85 Sq.m Pesos And Ctvs. (p ) / Sq.m P Viii Roofing Works 154.00 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Ix. Ceiling Works 24.85 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Item Description Quantity Unit Unit Cost Total Cost No. X. Tile Works 19.92 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Xi. Door And Windows With Complete Accessories 1.00 Lot Pesos And Ctvs. (p ) / Lot P Xii. Plumbing Works 1.00 Lot Pesos And Ctvs. (p ) / Lot P Xiii. Electrical Works 1.00 Lot Pesos And Ctvs. ) / Lot P Xiv. Painting Works 653.46 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Xv. Installation Of Logo 1.00 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, Grubbing & Staking ₽________________________________ Ii. Excavation Works ₽________________________________ Iii. Backfilling ₽________________________________ Iv. Embankment (spreading And Compacting) V. Concrete Works Includes Engine Cooling Tank ₽________________________________ A. Concreting ₽________________________________ B. Steel Works ₽________________________________ C. Form Works ₽________________________________ D. Gravel Bedding ₽________________________________ Vi. Masonry Works (includes Septic Tank) ₽________________________________ Vii. Plastering Works ₽________________________________ Viii. Roofing Works ₽________________________________ Ix. Ceiling Works ₽________________________________ X. Tile Works ₽________________________________ Xi. Door And Windows With Complete Accessories ₽________________________________ Xii. Plumbing Works ₽________________________________ Xiii. Electrical Works ₽________________________________ Xiv. Painting Works ₽________________________________ Xv. Installation Of Logo ₽________________________________ Total Bid Amount ₽________________________________ Section Ix. Checklist Of Technical And Financial Documents I. Technical Component Envelope Ii. Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; 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 (b) 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). (i) Class “b” Documents ⬜ (j) 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. (k) Ii.financial Component Envelope ⬜ (l) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (m) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And (n) ⬜ (o) 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 (p) ⬜ Cash Flow By Quarter. Bid Form For The Procurement Of Infrastructure Projects [shall Be Submitted With The Bid] Bid Form Date : Project Identification No. : To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: A. We Have No Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Project: [insert Name Of Contract]; B. We Offer To Execute The Works For This Contract In Accordance With The Pbds; C. The Total Price Of Our Bid In Words And Figures, Excluding Any Discounts Offered Below Is: [insert Information]; D. The Discounts Offered And The Methodology For Their Application Are: [insert Information]; E. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein And Reflected In The Detailed Estimates, F. Our Bid Shall Be Valid Within The A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; G. If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract, Or A Performance Securing Declaration In Lieu Of The The Allowable Forms Of Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines12 For This Purpose; H. 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; I. 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 J. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Other Bid That You May Receive. K. We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute 12 Currently Based On Gppb Resolution No. 09-2020 And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The [name Of Project] Of The [name Of The Procuring Entity]. L. 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: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: Date: Bid Securing Declaration Form [shall Be Submitted With The Bid If Bidder Opts To Provide This Form Of Bid Security] Republic Of The Philippines) City Of ) S.s. Bid Securing Declaration Project Identification No.: [insert Number] To: [insert Name And Address Of The Procuring Entity] 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 Procurement 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 No. 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; And 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 Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] Republic Of The Philippines ) City/municipality Of ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This Day Of , 20 At , Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
Closing Date1 Jul 2025
Tender AmountPHP 3 Million (USD 53.2 K)

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. Wayang, Miag-ao, Iloilo Bid No. Agr-25-85-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 10 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 11 10. Documents Comprising The Bid: Eligibility And Technical Components 11 11. Documents Comprising The Bid: Financial Component 11 12. Alternative Bids 12 13. Bid Prices 12 14. Bid And Payment Currencies 12 15. Bid Security 12 16. Sealing And Marking Of Bids 12 17. Deadline For Submission Of Bids 13 18. Opening And Preliminary Examination Of Bids 13 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 26 Section Viii. Bill Of Quantities 27 Section Ix. Checklist Of Technical And Financial Documents 30 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. Wayang, Miag-ao, Iloilo Bid No. Agr-25-85-b 1. The Iloilo Provincial Government, Through The Capital Outlay - Supplemental Budget No. 1 Fy 2023 Intends To Apply The Sum Of One Million Four Hundred Twenty-seven Thousand Three Hundred Forty-five Pesos (p1,427,345.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Agr-25-85-b For The Construction Of Rice Mill Phase Ii At Brgy. Wayang, 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 Ninety 90 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 Five Thousand Pesos (p5, 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 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, 9:01 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 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. Wayang, Miag-ao, Iloilo, With Project Identification Number Agr-25-85-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 One Million Four Hundred Twenty-seven Thousand Three Hundred Forty-five Pesos (p1,427,345.00) 2.2. The Source Of Funding Is: A.) Lgu’s, Capital Outlay – Supplemental Budget No. 1 Cy 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 Philippine Contractors Accreditation Board License 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience 1-project Engineer 1 Year 1 Year 1-material Engineer 1 Year 1 Year 1-agricultural And 1biosystems Engineer 1 Year 1 Year 1-health & Safety Officer 1 Year 1 Year 1-foreman 1 Year 1 Year 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units Generator - 1 One Bagger Mixer - 1 Concrete Vibrator - 1 Bar Cutter - 1 Welding Machine - 1 Compactor - 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 11 At Brgy. Wayang, 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-25-85-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 Bid Is 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 Installed Or Constructed 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 Authorized Representative Or The Engineer In-charge. 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 Works The Works Include Furnishing Of Labor, Materials, Tools, Equipment And Other Incidentals Necessary To Complete The Project Such As Clearing And Grubbing, Excavation, Backfilling, Concrete Works, Masonry Works, Plastering Works, Roofing Works, Ceiling Works, Tile Works, Door And Windows With Complete Accessories, Plumbing Works, Electrical Works, Painting Works, And Installation Of Logo. General Condition A. The Works To Be Done Herein Shall Be The Construction Of Rice Mill Phase Ii 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 Pao Billboard The Billboard’s Specifications Shall Conform To The Following Requirements: A. Tarpaulin, White, 8ft X 8ft (coa) And 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 Project Billboard Shall Be In Accordance With Provisions Of This Specification. Basis Of Payment No Additional Payment Shall Be Made In This Regard. 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 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 Of 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 Meter Of The Edge Of The Trench. No Excavation Or Foundation Work Shall Be Filled In Or Covered Up Before The Inspection And Approval Of The Project Engineer. Backfill And Gravel Bedding Use Earth Or Sand Free From Waste And Objectionable Materials. Place Backfill In Uniform Horizontal Layer Not More 150mm Thick At A Time, Puddle And Tamper Each Layer As Required To Make Firm Adequate Compaction. Fill Bottom Of Excavation For Structured Foundation With At Least 100mm Thick Gravel Before Placing Reinforcing Steel Bars And Pouring Concrete. Concrete, Masonry And Plastering 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 (type1) 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 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. Splices Shall Be Approved Prior To Use. Do Not Splice At Points Of Maximum Stress. Overlapped Welded Wire Fabric The Spacing Of The Cross Wires, Plus 50 Mm (2 Inches). H. Concrete Hollow Blocks: 1. For Walls And Partitions, Use Chb Or Its Equivalent. 2. Minimum Comprehensive Strength Shall Be 700 Psi. 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. K. Mixture For Plastering: Thickness Of Plaster Shall Be 16mm Thick. A Mixture Of Washed Sand And Portland Cement. Roof & Roof Framing A. All Roofing Must Be 0.5mm Pre-painted Rib-type Long Span With Compatible Ridge Roll, And Fascia. B. All Trusses And Rafter Shall Be 1/4” Thick X 2” X 2” Angle Bars For Top And Bottom Chord And All Web Members. C. For Girt Use 1/4” Thick X 2” X 2” Angle Bar For Top And Bottom Chord And All Web Members. D. For Fascia Frame Use 1/4” Thick X 2” X 2” Angle Bar. E. Use 2” X 6” Light Gauge C-purlins. F. Fasten Framing Members Together By Welding Or By Using Bolts. Welding Shall Conform To Aws D1.3 Welding Procedure. G. All Metal Surfaces Must Be Metal Primer Red Oxide Painted. Ceiling Works All Materials Shall Be Of Kind And Size Specified On Plans. Interior And Exterior Ceiling Will Use 6” Spandrel Ceiling With A Carrying Channel, Metal Furring And Wall Angle For Corner As Main Frame. Use Blind Rivets To Fix The Spandrel To The Main Frame. Tile Works Tiles Should Be Installed In Office And Comfort Room Using A 0.60mx0.60m Granite Tile. Shall Have Tile Trim At The Edges And Provide Tile Grout Between Tiles. It Should Be Done By A Tile Setter To Ensure Quality Workmanship. Doors And Windows Use Wooden Panel Door 0.80m X 2.10m Dimension With Complete Accessories At Office Area And Pvc Door 0.70m X 2.10m Dimension With Complete Accessories At Comfort Room. Use Chain Operated Roll-up Door With 3.20m X 3m Dimension. Windows Are Concrete Louver With 0.15m X 0.15m Dimension, Analoc Sliding Glass Window With 1.20m X 1.20m Dimension, Clear Fixed Glass Window With 1.20m X 1.20m Dimension, And Analoc Awning Glass Window With 0.40m X 0.40m Dimension That Should Be Install In Comfort Room. 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. The Type Of Electrical Services To Be Supplied To The Building Shall Be 240v, Ac Single Phase Or Three Phase. There Shall Only One Service To Be Dropped From The Nearest Or Local Electrical Company Pole For The Proposed Building. See Attached Plans For Specifications. Plumbing Works All Works Shall Be Done In Accordance With The Provisions Of The Latest Edition Of The Plumbing Code And Local Ordinance. All Works Shall Be Done Under The Direct Supervision Of A Duly Licensed Master Plumber. See Attached Plans For Specifications. A. Use 1 Roll 1-1/2” Hdpe Pipe For Connection From Main Source Of Water To The Building For The Operation Of Comfort Room And Rice Mill Machine. B. Use 2" G.i Pipe Schedule 40 For Connection From Engine Of The Rice Mill To The Concrete Tank. Painting Works I. Complete Painting Covers All Concrete Surfaces And Other Interior Parts Except Otherwise Specified. Ii. Apply Three (3) Coats As Paint Follows: 1st Coat = Sealer 2nd Coat = Primer 3rd Coat = Color Selected And Approved (2 Coats) Iii. 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 Iv. 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 And Local Government (dilg) Logo: Use 33.5" Ø Stainless (202) B. Morpogres: Use 7” And 5.3” Stainless (304) For Big And Small Letters, Respectively. C. Iloilo: Use 8.3” Stainless (304) Section Vii. Drawings Annex A – Architectural Design Annex B- Project Billboard Plan Section Viii. Bill Of Quantities Bid No. Agr- 25-85-b Item Description Quantity Unit Unit Cost Total Cost No. I. Clearing And Grubbing 6.50 Sq.m Pesos And Ctvs. (p ) / Sq.m P Ii. Excavation Works 13.15 Cu.m Pesos And Ctvs. (p ) / Cu.m P Iii. Backfill 2.00 Cu.m Pesos And Ctvs. (p ) / Cu.m P Iv. Concrete Works Includes Septic Tank And Engine Cooling Tank A. Concreting 6.50 Cu.m. Pesos And Ctvs. (p ) / Cu.m P B. Gravel Bedding 1.00 Cu.m. Pesos And Ctvs. (p ) / Cu.m P C. Steel Works 713.00 Kgs Pesos And Ctvs. (p ) / Kgs P D. Formworks 71.26 Sq.m Pesos And Ctvs. ) / Sq.m P Item Description Quantity Unit Unit Cost Total Cost No. V. Masonry 55.18 Sq.m Pesos And Ctvs. (p ) / Sq.m P Vi. Plastering Works 359.48 Sq.m Pesos And Ctvs. (p ) / Sq.m P Vii. Roofing Works 110.00 Sq.m Pesos And Ctvs. (p ) / Sq.m P Viii. Ceiling Works 25.21 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Ix. Tile Works 19.30 Sq.m Pesos And Ctvs. (p ) Sq.m P X. Doors And Windows With 1.00 Lot Pesos Complete Accessories And Ctvs. (p ) Lot P Item Description Quantity Unit Unit Cost Total Cost No. Xi. Plumbing Works 1.00 Lot Pesos And Ctvs. (p ) / Lot P Xii. Electrical Works 1.00 Lot Pesos And Ctvs. (p ) / Lot P Xiii. Painting Works 424.50 Sq.m Pesos And Ctvs. (p ) / Sq.m P Xiv. Installation Of Logo 1.00 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 Works Iii. Backfill Iv. Concrete Works Includes Septic Tank And Engine Cooling Tank A. Concreting B. Gravel Bedding C. Steel Works D. Formworks V. Masonry Vi. Plastering Works Vii. Roofing Works Viii. Ceiling Works Ix. Tile Works X. Doors And Windows With Complete Accessories Xi. Plumbing Works Xii. Electrical Works Xiii. Painting Works Xiv. 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; 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. Bid Form For The Procurement Of Infrastructure Projects [shall Be Submitted With The Bid] Bid Form Date : Project Identification No. : To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: A. We Have No Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Project: [insert Name Of Contract]; B. We Offer To Execute The Works For This Contract In Accordance With The Pbds; C. The Total Price Of Our Bid In Words And Figures, Excluding Any Discounts Offered Below Is: [insert Information]; D. The Discounts Offered And The Methodology For Their Application Are: [insert Information]; E. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein And Reflected In The Detailed Estimates, F. Our Bid Shall Be Valid Within The A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; G. If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract, Or A Performance Securing Declaration In Lieu Of The The Allowable Forms Of Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines12 For This Purpose; H. 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; I. 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 J. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Other Bid That You May Receive. 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 [name Of Project] Of The [name Of The Procuring Entity]. 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: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: Date: 12 Currently Based On Gppb Resolution No. 09-2020 Bid Securing Declaration Form [shall Be Submitted With The Bid If Bidder Opts To Provide This Form Of Bid Security] Republic Of The Philippines) City Of ) S.s. Bid Securing Declaration Project Identification No.: [insert Number] To: [insert Name And Address Of The Procuring Entity] 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 Procurement 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 No. 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; And 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 Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] Republic Of The Philippines ) City/municipality Of ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This Day Of , 20 At , Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
Closing Date17 Jun 2025
Tender AmountPHP 1.4 Million (USD 25.5 K)

CITY OF CARCAR, CEBU Tender

Publishing and Printing...+1Furnitures and Fixtures
Corrigendum : Tender Amount Updated
Philippines
Details: Description Item No. Item Description Qty. Unit Unit Price Total Price Architect 1 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 10 Ream 2 Binder Clip, 1" (12pcs/box) 2 Box 3 Flashdrive 32gb 1 Piece 4 Magazine Filer Long, Double, Good Quality (blue) 2 Piece 5 Printer Ink 664 (4 Colors) 2 Set 6 Printer Ink #680, (black) 12 Piece 7 Printer Ink #680, (colored) 10 Piece 8 Sign Pen, 0.5, Gel Ink, Black 40 Piece 9 Sign Pen, 0.5, Gel Ink, Blue 40 Piece 10 Sign Pen, 0.5, Refill, Black 12 Piece 11 Sign Pen, 0.5, Refill, Blue 12 Piece Subtotal Budget 1 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 50 Ream 2 Bondpaper,u.s.,short, Sub 20,70gsm Good Quality 25 Ream 3 Binder Clip, 1" (12pcs/box) 5 Box 4 Binder Clip, 2" (12pcs/box) 5 Box 5 Calculator, 12 Digits Mx125,2 Way Power 2 Piece 6 Calculator, Two-way Power Dj-120d, 12 Digits 2 Piece 7 Correction Tape, 5mm X 6m, Refill, Pack Of 2 15 Pack 8 Fastener, Plastic Coated Small 4 Box 9 Paper Fastener Long 8.5 Inches 70mm (50sets/box) 2 Box 10 Tape, Transparent 2'' 4 Roll 11 Staple Wire #35, 5000 Staples 8 Box 12 Flashdrive (64gb) 5 Piece 13 Ballpen, Ordinary 50 Pcs/box (black) 3 Box 14 Ballpen, Ordinary 50 Pcs/box (blue) 1 Box 15 Sign Pen, 0.5, Gel Ink, (black) 12 Pcs/box 3 Box 16 Sign Pen G-2 0.5, Retractable (black) 12 Piece 17 Sign Pen 0.5 Refill (black) 50 Piece 18 Pencil No.2 With Eraser 12pcs Per Box 1 Box 19 Folder, Long, Us White (100pcs/pack) 2 Pack 20 Folder Expanding, Long (pastel Color) 25 Piece 21 Paper Clip,120gms 50mm (big Plastic Coated) 5 Box 22 Paper Clip, Small (plastic Coated) 5 Box 23 Printer Ink #680, (colored) 6 Piece 24 Printer Ink #680, (black) 6 Piece 25 Glue White, 130g 4 Bottle 26 Highlighter (pink) 6 Piece 27 Logbook, 500 Pages, Good Quality 6 Piece 28 Magazine Filer Long Single, Good Quality (blue) 4 Piece 29 Marker Pen, Broad (black) 4 Piece 30 Marker Pen, Broad (red) 1 Piece 31 Puncher, Heavy Duty (2 Holes 7cm) 2 Piece 32 Pencil Eraser, Small 6 Piece 33 Twine No.36 1 Pack 34 Rubber Band (big) 1 Box 35 Sticky Notes, 100 Sheets, 76x100mm, 3x4", Pastel Color 3 Pad 36 Ruler, Transparent, 24 Inches 4 Piece 37 Tape Flag 14x60mm (neon, 100s) 2 Pack 38 Metal Tray, 3-layers 3 Piece 39 Metal Tray, 2-layers 4 Piece 41 A4 File Case Waterproof Expanding File Folder With Handle 2 Piece 42 A4 Transparent File Folder Multi-layer 2 Piece 43 File Document Organizer 2 Piece Subtotal Bplo 1 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 30 Ream 2 Bondpaper,u.s.,short, Sub 20,70gsm Good Quality 30 Ream 3 Envelope, Long Brown 20 Piece 4 Envelope, Short Brown 12 Piece 5 Logbook, 500 Pages, Good Quality 7 Piece 6 Specialty Paper, Board, 210gsm, Short (cream) 110 Pack 7 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 1 Piece 8 Correction Tape, 5mm X 6m, Refill, Pack Of 2 10 Pack 9 Sign Pen, 0.5 Gel Ink (black) 12pcs/box 6 Box 10 Sign Pen, 0.5 Gel Ink (red) 12pcs/box 6 Box 11 Sign Pen, 0.5 Gel Ink (blue) 12pcs/box 5 Box 12 Ballpen, Ordinary 50 Pcs/box (black) 3 Box 13 Glue White 130g 2 Bottle 14 Marker, Permanent, Fine (black) 2 Piece 15 Marker, Permanent, Fine (red) 2 Piece 16 Stapler With Remover,(heavy Duty,#35, (hd-50df) 1 Piece 17 Stapler With Remover, Hd-50/50r,heavy Duty (55x36x125mm) 3 Piece 18 Staple Wire #35, 5000 Staples 3 Box 19 Magazine Filer Long Single, Good Quality (red) 6 Piece 20 Thumbtacks No. 555 (90 Pcs/box) 1 Box 21 Rubber Band, Small #16 (50g) 1 Box 22 Tape, Transparent 2'' 3 Roll 23 Stamp Pad Ink (black)30ml 1 Bottle 24 Stamp Pad, Medium 1 Piece 25 Fastener, Plastic Coated, Small 15 Box 26 Laminating Film,sheets, A4 (100s, 216x303mm,250 Microns) 2 Pack 27 Glossy Photo Sticker Paper 150gsm A4 25 Pack 28 Photopaper, Glossy (8.27 X 11.69 Inches A4) 25 Ream Subtotal Cbms 1 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 14 Ream 2 Bondpaper,u.s.,short, Sub 20,70gsm Good Quality 14 Ream 3 Bondpaper,u,s.,a4, Sub 20,70gsm Good Quality 14 Ream 4 Sticky Notes, 100 Sheets, 76x100mm, 3x4", Pastel Colors- Orange) 2 Pad 5 Sticky Notes, 100 Sheets, 76x100mm, 3x4", Pastel Colors- Pink) 2 Pad 6 Sticky Notes, 100 Sheets, 76x100mm, 3x4", Pastel Colors- Yellow) 2 Pad 7 Staple Wire #10, 5mm (1000 Staples) 5 Box 8 Staple Small #10 2 Piece 9 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 5 Piece 10 Correction Tape, 5mm X 6m, Refill, Pack Of 2 5 Pack 11 Sign Pen, 0.5, Gel Ink, (black) 12 Pcs/box 2 Box 12 Tape, Transparent 1'' 2 Roll 13 Tape, Masking 1'' 4 Roll 14 Fastener, Plastic Coated Small 3 Box 15 Scissor Big, Heavy Duty, 8.5 2 Piece 16 Tape, Double-sided 1'' 2 Roll 17 Stapler With Remover,(heavy Duty,#35, (hd-50df) 2 Piece 18 Magazine Filer, Long Single, Good Quality 3 Piece 19 Highlighter Yellow 2 Pc 20 Highlighter Orange 2 Pc 21 Marker Pen, Broad Black (12pcs/box) 1 Box 22 Paper Clip120 Gsm 50mm (big Plastic Coated) 2 Box 23 Paper Clipp Small, Plastic Coated 5 Box 24 Photopaper, Glossy, A4 Size 200gsm 10pcs/pack 2 Pack 25 Specialty Paper, A4, 10's (white) 2 Pack 26 Specialty Paper, Board, 210gsm, Short Cream 2 Pack 27 Tape (packaging,brown, 3 Inch) 2 Roll 28 Flashdrive 32gb 2 Piece 29 Laminating Film,sheets, A4 (100s, 216x303mm,250 Microns) 1 Pack 30 Printer Ink #003, (black) 11 Bottle 31 Printer Ink #003, (yellow) 7 Bottle 32 Printer Ink #003, (cyan) 7 Bottle 33 Printer Ink #003, (magenta) 7 Bottle Subtotal Ccr 1 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 50 Ream 2 Bondpaper,u.s.,short, Sub 20,70gsm Good Quality 25 Ream 3 Folder, Long, Us White (100pcs/pack) 8 Pack 4 Sign Pen G-2 0.5, Retractable (black) 24 Piece 5 Logbook Stock No.85 (500 Pages Hardbound) 4 Piece 6 Ballpen 0.5 Fine (black) 40 Piece 7 Ballpen 0.5 Fine (blue) 10 Piece 8 Ballpen 0.5 (red) 10 Piece 9 Envelope, Expanding, Long With Garter, Colored 12 Piece 10 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 12 Piece 11 Tape, Masking 1'' 10 Roll 12 Tape, Transparent 2'' 10 Roll 13 Tape, Transparent 1'' 10 Roll 14 Tape, Double Sided 1'' 10 Roll 15 Binder Clip, 1" (12pcs/box) 10 Box 16 Binder Clip, 2" (12pcs/box) 5 Box 17 Flashdrive 32gb 2 Piece 18 Fastener, Plastic Coated (small) 6 Box 19 Glue White, 130g 6 Bottle 20 Glue Stick Big 10 Piece 21 Push Pin (12.70 Mmx6.35 Mm) Diameter - 100pcs / Box 1 Box 22 Paper Clip,120gms 50mm (jumbo Colored) 20 Box 23 Paper Clip Small, Plastic Coated 12 Box 24 Marker Ink Refill, Permanent, (black) 1 Bottle 25 Continuous Paper W/ Carbon (11x9 1/2, 2ply) Sub.20 6 Ream Subtotal Cco 1 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 10 Ream 2 Bondpaper,u.s.,a4, Sub 20,70gsm,good Quality 4 Ream 3 Bondpaper,u.s.,short, Sub 20,70gsm Good Quality 8 Ream 4 Plastic Certificate Holder, Legal Size 6 Piece 5 Plastic Certificate Holder, 8'' X 11' 6 Piece 6 Envelope, Long, Brown 60 Piece 7 Envelope, Short, Brown 60 Piece 8 Envelope, Expanding Long With Garter, Brown 10 Piece 9 Mailing, Envelope, White Long, Good Quality 128 Piece 10 Mailing, Envelope White, Short, Good Quality 200 Piece 11 Folder, Long, Us White (100pcs/pack) 1 Pack 12 Folder, Short, Us White (100pcs/pack) 1 Pack 13 Logbook, 500 Pages, Good Quality 3 Piece 14 Specialty Paper, Board, 210gsm, Short (cream) 3 Pack 15 Specialty Paper, Board, Long, 10 Pcs/pack (cream) 3 Pack 16 Specialty Paper, Short, 10pcs/pack (cream) 3 Pack 17 Specialty Paper, Long, 10pcs/pack (cream) 3 Pack 18 Sticker Paper, White, Long, Non-glossy 5 Pack 19 Sticky Notes, 100 Sheets, 76x100mm, 3x4", Pastel Color 8 Pad 20 Sticky Notes, 100 Sheets, 76x100mm, 3x3", Pastel Color 8 Pad 21 Yellow Pad (80 Leaves/pad) 3 Pad 22 Sign Pen, Hi-tecpoint V5 10 Piece 23 Sign Pen, 0.4, Black 10 Piece 24 Sign Pen, 0.4, Blue 10 Piece 25 Sign Pen, 0.4, Red 15 Piece 26 Ballpen 0.5 Fine (black) 20 Piece 27 Ballpen 0.5 Fine (blue) 20 Piece 28 Ballpen 0.5 Fine (red) 15 Piece 29 Sign Pen 0.5 Refill (black) 15 Piece 30 Sign Pen 0.5 Refill (blue) 15 Piece 31 Sign Pen 0.5 Refill (red) 15 Piece 32 Mechanical Pencil, 0.5 3 Piece 33 Mechanical Pencil Lead (0.5) 12pcs.per Tube 2 Tube 34 Pencil No.2 With Eraser 12pcs Per Box 2 Box 35 Flashdrive, 32gb 1 Piece 36 Printer Ink #680, Black 3 Piece 37 Printer Ink #680, Colored 2 Piece 38 Printer Ink #678, Black 3 Piece 39 Printer Ink #678, Colored 2 Piece 40 Stamp Pad Ink, Blue, 30ml 1 Bottle 41 Stamp Pad, Medium 1 Piece 42 Binder Clip, 1" (12pcs/box) 9 Box 43 Binder Clip, 2" (12pcs/box) 4 Box 44 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 6 Piece 45 Correction Tape, 5mm X 6m, Refill, Pack Of 2 6 Pack 46 Fastener, Plastic,coated, Small 3 Box 47 Fastener, Plastic,coated, Long 1 Box 48 Glue White, 130g 3 Bottle 49 Paper Clip,120gms 50mm (big Plastic Coated) 3 Box 50 Paper Clip, Small, Plastic Coated 6 Box 51 Puncher, Heavy Duty (2 Holes 7cm) 1 Piece 52 Stapler With Remover,(heavy Duty,#35, (hd-50df), Heavy Duty, 7.25" (184mm), Height: 3.12'' (80mm), Weight: 1.1 1 Piece 53 Staple Wire #35, 5000 Staples 3 Box 54 Tape, Masking 1'' 3 Roll 55 Tape, Masking 2'' 1 Roll 56 Tape, Transparent 1'' 4 Roll 57 Tape, Transparent 2'' 1 Roll 58 Tape, Double Sided 1'' 3 Roll 59 Ring Binder 1'' 9 Length 60 Ring Binder 1/2'' 9 Length 61 Ring Binder 1/4'' 14 Length Subtotal Cdrrmo 1 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 12 Ream 2 Bondpaper,u.s.,short, Sub 20,70gsm Good Quality 12 Ream 3 Ballpen 0.5 Fine (black) 25 Piece 4 Ballpen 0.5 Fine (blue) 25 Piece 5 Ballpen 0.5 (red) 10 Piece 6 Ballpen, Ordinary 50 Pcs/box (black) 1 Box 7 Highlighter, Assorted 5 Piece 8 Index Card 5x8 2 Pack 9 Fastener, Plastic Coated, Small 3 Box 10 Fastener, Plastic Coated, Long 3 Box 11 Staple Wire, #10, 5mm, (1000 Staples) 3 Box 12 Staple Wire, #35, (5000 Staples) 2 Box 13 Stapler With Remover,(heavy Duty,#35, (hd-50df) 3 Piece 14 Sticky Notes, 100 Sheets, 76x100mm, 3x3", Pastel Color 5 Pack 15 Sticky Notes, 100 Sheets, 76x100mm, 3x4", Pastel Color 5 Pack 16 Printer Ink #003, (black) 6 Bottle 17 Printer Ink #003, (cyan) 4 Bottle 18 Printer Ink #003, (magenta) 4 Bottle 19 Printer Ink #003, (yellow) 4 Bottle 20 External Drive 2tb (desktop) 1 Piece 21 Expanded Plastic Envelope (long/no Handle) 10 Piece 22 Folder, Long, Us White (100pcs/pack) 1 Pack 23 Folder, Short, Us White (100pcs/pack) 1 Pack 24 Glue White, 130g 5 Bottle 25 Gun Tucker T50 Staple Wire 2 Box 26 Logbook Stock No.85 (500 Pages Hardbound) 10 Piece 27 Magazine Filer, Double, Good Quality 5 Piece 28 Table Organizer (steel) 3 Layers 5 Piece 29 Marker, Permanent, Fine (black) 5 Piece 30 Marker, Permanent, Fine (blue) 5 Piece 31 Marker, Whiteboard (blue) 5 Piece 32 Marker, Whiteboard (black) 5 Piece 33 Marker Ink Refill, Whiteboard (blue) 3 Bottle 34 Marker Ink Refill, Whiteboard (black) 3 Bottle 35 Marker Ink Refill, Permanent, (black) 3 Bottle 36 Metal Tray (3 Layers) 4 Piece 37 Paper Clip, Small, Plastic Coated 6 Box 38 Paper Clip,120gms 50mm (big Plastic Coated) 6 Box 39 Push Pin (12.70 Mmx6.35 Mm) Diameter - 100pcs / Box 1 Box 40 Stamp Pad Ink Black (30ml) 3 Bottle 41 Stamp Pad Ink Blue (30ml) 3 Bottle 42 Stamp Pad Medium 1 Piece 43 Tape, Masking 1" 3 Roll 44 Tape, Transparent 1" 2 Roll 45 Tape, Double Sided 1" 2 Roll 46 Correction Tape, 5mm X 6m, Refill, Pack Of 2 10 Pack 47 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 5 Piece 48 Date Stamp 2 Piece Subtotal Cenro 1 Ballpen, Ordinary 50 Pcs/box (black) 2 Box 2 Ballpen 0.5 Fine (blue) 10 Piece 3 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 15 Ream 4 Bondpaper,u.s.,short, Sub 20,70gsm Good Quality 15 Ream 5 Clearbook, Long, 20 Sheet 2 Piece 6 Clipboard,big, Heavy Duty, Legal Size 2 Piece 7 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 1 Piece 8 Correction Tape, 5mm X 6m, Refill, Pack Of 2 2 Pack 9 Cutter Big (13cm X 2cm) 1 Piece 10 Envelope, Expanding, Long With Garter, Brown 4 Piece 11 Folder Expanding,long, Blue 10 Piece 12 Logbook, 500 Pages, Good Quality 2 Piece 13 Plastic Certificate Holder, Legal Size 9 Piece 14 Plastic Certificate Holder, "8x11" 9 Piece 15 Printer Ink Bt5000 Yellow 4 Piece 16 Printer Ink Bt5000 Magenta 4 Piece 17 Printer Ink Bt5000 Cyan 4 Piece 18 Printer Ink Bt D60 Black 4 Piece 19 Printer Ink #790, Black 6 Piece 20 Printer Ink #790, Cyan 6 Piece 21 Printer Ink #790, Magenta 6 Piece 22 Printer Ink #790, Yellow 6 Piece 23 Sign Pen, 0.5 Gel Ink (black) 12pcs/box 2 Box 24 Sign Pen 0.5 Refill (black) 10 Piece 25 Sticky Paper, 10 Sheets/pack, White, Long, Glossy 10 Pack Subtotal City Nutrition 1 Envelope, Long Brown 200 Piece 2 Envelope, Expanding, Long With Garter, Brown 50 Piece 3 Bondpaper,u,s.,a4, Sub 20,70gsm Good Quality 2 Ream 4 Bondpaper,u.s.,short, Sub 20,70gsm Good Quality 4 Ream 5 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 15 Ream 6 Correction Tape, 5mm X 6m, Refill, Pack Of 2 10 Pack 7 Plastic Certificate Holder, Legal Size 30 Piece 8 Specialty Paper, Short, 10pcs/pack (cream) 40 Pack 9 Specialty Paper, Long, 10pcs/pack (cream) 40 Pack 10 Ballpen 0.5 Fine (black) 10 Piece 11 Ballpen, Ordinary 50 Pcs/box (black) 1 Box 12 Staple Wire #35, 5000 Staples 6 Box 13 Marker Ink Refill, Permanent, (black) 2 Bottle 14 Marker Pen, Broad (assorted) 12 Pcs/box 1 Box 15 Tape, Transparent 2" 2 Roll 16 Tape (packaging,brown, 3 Inch) 5 Roll 17 Tape, Double Sided 1" 2 Roll 18 Folder, Long, Us White (100pcs/pack) 3 Pack 19 Binder Clip, 1" (12pcs/box) 5 Box 20 Binder Clip, 2" (12pcs/box) 5 Box 21 Glue Gun Big 1 Piece 22 Glue Stick, Big 10 Piece 23 Photopaper, Glossy, A4 Size 200gsm 10pcs/pack 2 Pack 24 Glue White, 130g 2 Bottle 25 Printer Ink #790 (black,cyan,magenta,yellow) 5 Set 26 Highlighter (green) 2 Piece 27 Highlighter (orange) 2 Piece 28 Logbook, 500 Pages, Good Quality 10 Piece 29 Scissor 5" Good Quality 5.25x2.5x0.5 (handle Contoured Plastic) 4 Piece Subtotal City Vet 1 Ballpen 0.5 Fine (black) 50 Piece 2 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 36 Ream 3 Bondpaper,u.s.,short, Sub 20,70gsm Good Quality 36 Ream 4 Calculator Mx-12b Heavy Duty,two Way Power, 12 Digits (big) 1 Piece 5 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 6 Piece 6 Daily Time Record (dtr) 1 Pad 7 Data Folder-long, Plastic 5 Piece 8 Envelope, Expanding, Long With Garter, Brown 6 Piece 9 Envelope, Long Brown 50 Piece 10 Envelope, Short Brown 49 Piece 11 Fastener, Plastic Coated Small 2 Box 12 Fastener, Plastic Coated, Long 2 Box 13 Folder, Long, Us White (100pcs/pack) 1 Pack 14 Folder, Short, Us White (100pcs/pack) 1 Pack 15 Logbook, 500 Pages, Good Quality 1 Piece 16 Magazine Filer, Double, Good Quality 2 Piece 17 Manila Paper 40 Piece 18 Paper Clip,120gms 50mm-jumbo Vinyl 2 Box 19 Paper Clip Plastic Coated Small 2 Box 20 Pencil No.2 With Eraser 12pcs Per Box 1 Box 21 Photopaper, Glossy, A4 Size 200gsm 10pcs/pack 7 Pack 22 Plastic Certificate Holder, Legal Size 20 Piece 23 Printer Ink #680, Black 3 Piece 24 Printer Ink #680, Colored 3 Piece 25 Printer Ink #003, Black 7 Bottle 26 Printer Ink #003, Cyan 2 Bottle 27 Printer Ink #003, Magenta 2 Bottle 28 Printer Ink #003, Yellow 2 Bottle 29 Sharpener Heavy Duty ( 3.15 X 1.97 X 3.94 Inches (8 X 5 X 10 Cm) 1 Piece 30 Sign Pen 0.5,gel Ink (red) 6 Piece 31 Sign Pen 0.5,gel Ink (blue) 12 Piece 32 Specialty Paper, Short 10pcs/pack (pink ) 5 Pack 33 Staple Wire #35, 5000 Staples 2 Box 34 Tape, Masking 1" 2 Roll 35 Tape, Masking 2" 1 Roll 36 Tape, Transparent 1" 2 Roll 37 Tape, Transparent 2" 2 Roll 38 Watermarked Laid Paper, Long 90gsm (light Green) 6 Ream Subtotal Cpdo 1 Binder Clip, 1" (12pcs/box) 2 Box 2 Binder Clip, 2" (12pcs/box) 1 Box 3 Marker Ink Refill, Permanent, (black) 4 Bottle 4 Pencil No.2 With Eraser 12pcs Per Box 2 Box 5 Folder, Short, Us White (100pcs/pack) 1 Pack 6 Photopaper, Glossy, A4 Size 200gsm 10pcs/pack 1 Pack 7 Marker Pen, Broad (black) 12 Pcs/box 2 Box 8 Sign Pen, 0.5 Gel Ink (black) 12pcs/box 2 Box 9 Sign Pen, 0.5 Gel Ink (black) 20 Piece 10 Sign Pen G-2 0.5, Retractable (black) 9 Piece 11 Specialty Paper, Long, 10pcs/pack (cream) 2 Pack 12 Specialty Paper Short, 10pcs/pack Scented Green 2 Pack 13 Specialty Paper, A4, 10's (white) 2 Pack 14 Parchment Paper 9x12 Clear 100s 2 Pack 15 Date Stamp 1 Piece 16 Tape (packaging,brown, 3 Inch) 10 Roll 17 Tape Packaging, 2x80 10 Roll 18 Tape, Transparent 1" 10 Roll 19 Tape Transparent 2" 10 Roll 20 Tape, Double Sided 1" 10 Roll 21 Tape, Masking 1" 10 Roll 22 Tape, Masking 2" 10 Roll 23 Twine No.36 2 Pack 24 Logbook, 300 Pages, Good Quality 10 Piece 25 Pvc Binding Cover, 200micron, Size A4, Clear (100pcs/pack) 1 Pack 26 Pvc Cover A4 (micron) 1 Pack 27 Pvc Cover (long) 1 Pack 28 Pvc Cover (short) 1 Pack 29 Ruler, Transparent, 12 Inches 6 Piece 30 Calculator Mx-12b Heavy Duty,two Way Power, 12 Digits (big) 1 Piece 31 Cutter Big Heavy Duty (45mm X 13mm X 145mm(lwh) 1 Piece 32 Cutter Blade (45mm X 13mm X 145mm(lwh) 6 Piece 33 Glue Gun Big 1 Piece 34 Marker, Whiteboard (black) 3 Piece 35 Marker, Whiteboard (red) 3 Piece 36 Marker, Whiteboard, (blue) 3 Piece 37 Marker Ink Refill, Whiteboard (black) 1 Bottle 38 Marker Ink Refill, Whiteboard (red) 1 Bottle 39 Marker Ink Refill, Whiteboard (blue) 1 Bottle 40 Stapler With Remover,(heavy Duty,#35, (hd-50df) 2 Piece 41 Triangular Scale (standard Size) 1 Piece Subtotal Cswdo 1 Stamp Pad Ink Blue (30ml) 1 Bottle 2 Stapler With Remover, Hd-50/50r,heavy Duty (55x36x125mm) 1 Piece 3 Stapler With Remover,(heavy Duty,#35, (hd-50df) 1 Piece 4 Staple Wire #35, 5000 Staples 10 Box 5 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 250 Ream 6 Bondpaper,u.s.,short, Sub 20,70gsm,good Quality 250 Ream 7 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 30 Piece 8 Correction Tape, 5mm X 6m, Refill, Pack Of 2 30 Pack 9 Sign Pen 0.5,gel Ink (black) 15 Piece 10 Sign Pen, 0.5, Gel Ink (blue) 15 Piece 11 Sign Pen 0.5 Refill (blue) 30 Piece 12 Ballpen 0.5 Fine (black) 150 Piece 13 Ballpen, Ordinary 50 Pcs/box (blue) 1 Box 14 Expanded Plastic Envelope Long W/ Handle 15 Piece 15 Paper Clip Plastic Coated Small 5 Box 16 Envelope, Expanding, Long With Garter, Brown 35 Piece 17 Fastener, Plastic Coated Small 12 Box 18 Paper Clip,120gms 50mm (big Plastic Coated, Jumbo Colored) 5 Box 19 Printer Ink #680, Black 80 Piece 20 Printer Ink #680, Colored 80 Piece 21 Printer Ink Refill L210, Black 10 Piece 22 Printer Ink Refill L210, Cyan 10 Piece 23 Printer Ink Refill L210, Magenta 10 Piece 24 Printer Ink Refill L210, Yellow 10 Piece 25 Printer Ink #003, ( 4 Colors) 10 Set 26 Specialty Paper, Board, 210gsm, Short (white) 50 Pack 27 Laminating Film 80mmx100mm, 250 Microns 10 Pcs Per Box 12 Box 28 Logbook, 300 Pages, Good Quality 15 Piece 29 Logbook, 500 Pages, Good Quality 15 Piece 30 Envelope ,mailing, White Long Good Quality 148 Piece 31 Marker Ink Refill, Permanent, (black) 2 Bottle 32 Marker Ink Refill, Whiteboard (black) 2 Bottle 33 Metal Tray (3 Layers) 1 Piece 34 Pencil No.2 With Eraser 12pcs Per Box 2 Box 35 Plastic Certificate Holder, "8x11" 10 Piece 36 Push Pin (12.70 Mmx6.35 Mm) Diameter - 100pcs / Box 2 Box 37 Scissor, Big, Heavy Duty, 8.5 2 Piece 38 Tape Transparent 2" 3 Roll 39 Tape, Double Sided 1" 3 Roll 40 Tape, Masking 2" 4 Roll 41 Flashdrive 64gb 1 Piece 42 Daily Time Record ( Dtr) 2 Pad 43 Glue White, 130g 5 Bottle 44 Photopaper, Glossy, A4 Size 200gsm 10pcs/pack 15 Pack 45 Desktop Calculator, Black 2 Piece Subtotal Csu 1 Bondpaper,u,s.,a4, Sub 20,70gsm Good Quality 10 Ream 2 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 10 Ream 3 Bondpaper,u.s.,short, Sub 20,70gsm,good Quality 10 Ream 4 Notebook 80lvs. (composition) 5 Piece 5 Marker Ink Refill, Permanent, (black) 2 Bottle 6 Tape Transparent 1" 6 Roll 7 Logbook, 500 Pages, Good Quality 5 Piece 8 Sign Pen 0.5,gel Ink (black) 21 Piece 9 Fastener, Plastic Coated Small 2 Box 10 Flashdrive 64gb 1 Piece 11 Printer Ink G3020 Gi-71 (black) 4 Bottle 12 Printer Ink G3020 Gi-71 (cyan) 2 Bottle 13 Printer Ink G3020 Gi-71 (yellow) 2 Bottle 14 Printer Ink G3020 Gi-71 (magenta) 2 Bottle 15 Correction Tape Mini Roller 5 Piece 16 Correction Tape, 5mm X 6m, Refill, Pack Of 2 6 Pack 17 Stapler With Remover, Hd-50/50r,heavy Duty (55x36x125mm) 1 Piece 18 Staple Wire #35, 5000 Staples 2 Box 19 Specialty Paper Short, 10pcs/pack (blue) 1 Pack 20 Portable Tape Dispenser, (1-1.5", Good Quality) 1 Piece 21 Thumbtacks No. 555 (90 Pcs/box) 1 Box 22 Arch Filer (gray) 1 Piece 23 Marker Pen, Broad Black 3 Piece 24 Glue White, 130g 3 Bottle 25 Highlighter (green) 3 Piece 26 Scissor, Big, Heavy Duty, 8.5 1 Piece 27 Envelope ,mailing, White Short Good Quality 7 Piece 28 Tape (packaging,brown, 3 Inch) 2 Roll Subtotal Engineering 1 Bondpaper,u,s.,a3, Sub 20,70gsm Good Quality 6 Ream 2 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 80 Ream 3 Bondpaper,u.s.,short, Sub 20,70gsm Good Quality 40 Ream 4 Ballpen (retractable-black) 70 Piece 5 Ballpen 0.5 Fine (black) 40 Piece 6 Binder Clip, 1" (12pcs/box) 10 Box 7 Binder Clip, 2" (12pcs/box) 7 Box 8 Calculator Mx-12b Heavy Duty,two Way Power, 12 Digits (big) 2 Piece 9 Carbon Paper Long Black 100 Sheets/pad 2 Pad 10 Correction Tape, 5mm X 6m, Refill, Pack Of 2 25 Pack 11 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 5 Piece 12 Cutter Big Heavy Duty (45mm X 13mm X 145mm) (lwh) 1 Piece 13 Envelope Expanding (long With Garter, Assorted Colored) 30 Piece 14 Envelope, Expanding, Long With Garter, Brown 400 Piece 15 Fastener, Plastic Coated Small 5 Box 16 Flashdrive 16gb 4 Piece 17 Folder, Long, Us White (100pcs/pack) 2 Pack 18 Glue White, 130g 2 Bottle 19 Highlighter (pink) 4 Piece 20 Highlighter (yellow Green) 4 Piece 21 Logbook, 300 Pages, Good Quality 25 Piece 22 Magazine Filer, Double, Good Quality 2 Piece 23 Marker, Permanent, Fine (black) 9 Piece 24 Marker Pen, Broad Black 14 Piece 25 Marker Pen, Broad Blue 10 Piece 26 Marker Ink Refill, Permanent, (black) 2 Bottle 27 Metal Tray (3 Layers) 2 Piece 28 Parchment Paper 9x12 Clear 100s 1 Pack 29 Paper Clip,120gms 50mm (big Plastic Coated) 4 Box 30 Paper Clip Plastic Coated Small 5 Box 31 Pencil Eraser, Small 3 Piece 32 Pencil No.2 With Eraser 12pcs Per Box 5 Box 33 Puncher, Heavy Duty (2 Holes 7cm) 1 Piece 34 Ruler, Transparent, 12 Inches 3 Piece 35 Scissor, Big, Heavy Duty, 8.5 3 Piece 36 Portable Pencil Sharpener (8 × 12 × 10 Cm) 1 Piece 37 Sign Pen 0.5,gel Ink (black) 60 Piece 38 Sign Pen 0.5,gel Ink (blue) 16 Piece 39 Sign Pen 0.5,gel Ink (green) 10 Piece 40 Sign Pen 0.5,gel Ink (red) 10 Piece 41 Stamp Pad, Medium 2 Piece 42 Stamp Pad Ink (purple/violet) 30ml 2 Bottle 43 Staple Wire #35, 5000 Staples 7 Box 44 Stapler Remover Standard Size 2 Piece 45 Stapler, Heavy Duty (133mm X 40mmx 60mm) 4 Piece 46 Stapler With Remover, Hd-50f, Heavy Duty 7.25'' (184mm) Height" 3.12''(80mm) Weight: 1.1 1 Piece 47 Sticky Notes, 100 Sheets, 76x100mm, 3x3", Pastel Color 6 Pad 48 Tape (packaging,brown, 3 Inch) 3 Roll 49 Tape Transparent 2" 3 Roll 50 Triangular Scale (standard Size) 2 Piece 51 Twine No. 36 7 Pack 52 Yellow Pad (80 Leaves/pad) 2 Pad 53 Computer Ribbon Lq310 7 Box 54 Printer Ink Bt D60 Black 6 Piece 55 Printer Ink Bt5000 Magenta 5 Piece 56 Printer Ink Bt5000 Cyan 5 Piece 57 Printer Ink Bt5000 Yellow 5 Piece 58 Printer Ink #61 Colored 12 Piece 59 Printer Ink 664, Black 4 Piece 60 Rubber Band (small) 1 Box Subtotal Gso 1 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 50 Ream 2 Bondpaper,u.s.,short, Sub 20,70gsm,good Quality 40 Ream 3 Correction Tape, 5mm X 6m, Refill, Pack Of 2 10 Pack 4 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 5 Piece 5 Envelope, Expanding, Long With Garter, Brown 100 Piece 6 Envelope, Long Brown 50 Piece 7 Fastener, Plastic Coated Small 5 Box 8 Fastener, Plastic Coated, Long 5 Box 9 Flashdrive 64gb 1 Piece 10 Folder, Long, Us White (100pcs/pack) 5 Pack 11 Glue White, 130g 2 Bottle 12 Highlighter (yellow) 3 Piece 13 Highlighter (orange) 3 Piece 14 Logbook, 200 Pages,good Quality 10 Piece 15 Logbook, 500 Pages, Good Quality 5 Piece 16 Paper Clip,120gms 50mm (jumbo, Vinyl Coated, Colored) 5 Box 17 Paper Clip, Small, Plastic Coated 5 Box 18 Pencil No.2 With Eraser 12pcs/box 1 Box 19 Printer Ink #003, Black 25 Bottle 20 Printer Ink #003, Cyan 10 Bottle 21 Printer Ink #003, Magenta 10 Bottle 22 Printer Ink #003, Yellow 10 Bottle 23 Puncher, Heavy Duty 75xl 1 Piece 24 Ruler, Transparent, 12 Inches 4 Piece 25 Scissor, Big, Heavy Duty, 8.5 2 Piece 26 Sign Pen, 0.5 Gel Ink (black) 12pcs/box 3 Box 27 Sign Pen, 0.5 Gel Ink (blue) 12 Pcs/box 3 Box 28 Staple Wire #35, 5000 Staples 2 Box 29 Stapler With Remover,(heavy Duty,#35, (hd-50df) 3 Piece 30 Sticky Notes, 100 Sheets, 76x100mm, 3x3", Pastel Color 2 Pad 31 Tape Transparent 2" 4 Roll 32 Tape, Masking 1" 2 Roll 33 Tape, Transparent 1" 4 Roll 34 Twine No.36 1 Pack Subtotal Hr 1 Printer Ink #810 (black) 10 Piece 2 Printer Ink #811 (colored) 8 Piece 3 Printer Ink #680, Black 13 Piece 4 Printer Ink #680, Colored 8 Piece 5 Printer Ink #61 Colored 5 Piece 6 Printer Ink #61 Black 4 Piece 7 Printer Ink #003, Black 40 Piece 8 Printer Ink #003, Yellow 13 Piece 9 Printer Ink #003, Magenta 13 Piece 10 Printer Ink #003, Cyan 13 Piece 11 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 70 Ream 12 Bondpaper,u.s.,short, Sub 20,70gsm,good Quality 69 Ream 13 Special Paper, Board Long, 10 Pcs/pack (cream) 25 Pack 14 Specialty Paper, Board 210gsm Short (cream) 25 Pack 15 Photopaper, Glossy, A4 Size 200gsm 10pcs/pack 8 Pack 16 Folder Long - Us White (100pcs/pack) 2 Pack 17 Folder Short- Us White (100pcs/pack) 1 Pack 18 Sign Pen, 0.5 Gel Ink (black) 12pcs/box 4 Box 19 Sign Pen, 0.5, Gel Ink (red) 14 Piece 20 Ballpen, Ordinary 50 Pcs/box (black) 1 Box 21 Ballpen Ordinary (red) 30 Piece 22 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 6 Piece 23 Correction Tape, 5mm X 6m, Refill, Pack Of 2 20 Pack 24 Logbook, 500 Pages, Good Quality 5 Piece 25 Laminating Film 80mmx100mm, 250 Microns 100 Pcs/box 5 Box 26 Laminating Film,sheets, A4 (100s, 216x303mm,250 Microns) 4 Pack 27 Envelope, Expanding, Long With Garter, Brown 23 Piece 28 Envelope, Long Brown 37 Piece 29 Envelope, Short Brown 22 Piece 30 Pencil No.2 With Eraser 12pcs Per Box 3 Box 31 Fastener, Plastic Coated Small 25 Box 32 Paper Clip,120gms/50mm (jumbo Colored) 25 Box 33 Paper Clips,small, Plastic Coated 35 Box 34 Marker Pen, Broad Black 5 Piece 35 Stapler With Remover, Hd-50/50r,heavy Duty (55x36x125mm) 1 Piece 36 Staple Wire #35, 5000 Staples 5 Box 37 Tape, Masking 2" 3 Roll 38 Tape, Masking 1" 3 Roll 39 Tape, Double Sided 1" 3 Roll 40 Tape, Transparent 1" 3 Roll 41 Tape Transparent 2" 3 Roll 42 Glue White, 130g 3 Bottle 43 Binder Clip, 2" (12pcs/box) 5 Box 44 Binder Clip, 1" (12pcs/box) 5 Box 45 Sharpener Heavy Duty ( 3.15 X 1.97 X 3.94 Inches (8 X 5 X 10 Cm) 1 Piece 46 Calculator, 12 Digits Mx125,2 Way Power 2 Piece Subtotal Osca 1 Bondpaper,u.s.,short, Sub 20,70gsm,good Quality 10 Ream 2 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 10 Ream 3 Ballpen, Ordinary 50 Pcs/box (black) 1 Box 5 Tape Transparent 2" 2 Roll 6 Tape, Double Sided 1" 2 Roll 7 Scissor 8" Heavy Duty 1 Piece 8 Printer Ink #71 (black) 3 Piece 9 Printer Ink #71 (cyan) 3 Piece 10 Printer Ink #71 (magenta) 3 Piece 11 Printer Ink #71 (yellow) 3 Piece 12 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 4 Piece 13 Special Paper, Board Long, 10 Pcs/pack (mint Green) 10 Pack 14 Specialty Paper, Board, 210gsm, Short (cream) 10 Pack 15 Laminating Film 80mmx100mm, 250 Microns 10 Pcs Per Box 5 Box 16 Stapler With Remover,(heavy Duty,#35, (hd-50df) 1 Piece 17 Puncher, Heavy Duty (2 Holes 7cm) 1 Piece Subtotal Legal 1 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 12 Ream 2 Ballpen 0.5 Fine (black) 7 Piece 3 Ballpen 0.5 Fine (blue) 6 Piece 4 Correction Tape, 5mm X 6m, Refill, Pack Of 2 3 Pack 5 Flashdrive 32gb 1 Piece 6 Highlighter (orange) 3 Piece 7 Highlighter (green) 3 Piece 8 Highlighter (yellow) 3 Piece 9 Logbook, 200 Pages,good Quality 3 Piece 10 Marker Pen, Broad Black 3 Piece 11 Marker Ink Refill, Permanent, (black) 2 Bottle 12 Newsprint (long) 480 Sheets 2 Ream 13 Printer Ink #680, Black 4 Piece 14 Printer Ink #680, Colored 4 Piece 15 Sign Pen, 0.5 Gel Ink (black) 12pcs/box 1 Box 16 Sign Pen 0.5 Refill (black) 3 Piece 17 Stamp Pad, Medium 2 Piece 18 Date Stamp 2 Piece 19 Tape Transparent 2" 3 Piece 20 Printer Ink #003, Black 2 Piece 21 Envelope, Long Brown 30 Piece 22 Envelope, Short Brown 25 Piece 23 Envelope, Expanding, Long With Garter-colored, Long Brown 10 Piece 24 Folder, Long, Us White (100pcs/pack) 1 Pack 25 Folder, Short, Us White 25 Piece 26 Folder Expanding, Long (brown) 5 Piece 27 Fastener, Plastic Coated Small 1 Box Subtotal Peso 1 Ballpen, Ordinary 50 Pcs/box (black) 1 Box 2 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 7 Ream 3 Bondpaper,u.s.,short, Sub 20,70gsm,good Quality 5 Ream 4 Correction Tape, 5mm X 6m, Refill, Pack Of 2 5 Pack 5 Folder U.s White, Long 30 Piece 6 Glue White, 130g 1 Bottle 7 Plastic Certificate Holder, "8x11" 100 Piece 8 Staple Wire #35, 5000 Staples 1 Box Subtotal Population Office 1 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 5 Ream 2 Bondpaper,u.s.,short, Sub 20,70gsm,good Quality 6 Ream 3 Sign Pen, 0.5,gel Ink (black) 5 Piece 4 Printer Ink #003, Black 5 Bottle 5 Printer Ink #003, Yellow 1 Bottle 6 Printer Ink #003, Magenta 1 Bottle 7 Printer Ink #003, Cyan 1 Bottle 8 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 2 Piece 9 Correction Tape, 5mm X 6m, Refill, Pack Of 2 1 Pack 10 Paper Clip, Plastic Coated, Small 2 Box 11 Fastener, Plastic Coated, Small 1 Box 12 Staple Wire #35, 5000 Staples 1 Box 13 Tape, Masking 1" 1 Roll 14 Tape, Double Sided 1" 1 Roll 15 Tape, Transparent 1" 1 Roll Subtotal Prosecutor 1 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 1 Ream 2 Binder Clip, 2" (12pcs/box) 3 Box 3 Correction Tape, 5mm X 6m, Refill, Pack Of 2 10 Pack 4 External Drive 2tb (desktop) 2 Piece 5 Flashdrive 64gb 1 Piece 6 Glue White, 130g 3 Bottle 7 Envelope ,mailing, White Short Good Quality 5 Piece 8 Marker Pen, Broad Blue 4 Piece 9 Marker Pen, Broad Black 5 Piece 10 Marker Pen, Broad Red 3 Piece 11 Paper Clip,120gms 50mm (big Plastic Coated) 2 Box 12 Pencil No.2 With Eraser 12pcs Per Box 1 Box 13 Photopaper, Glossy, A4 Size 200gsm 10pcs/pack 2 Pack 14 Printer Ink #003, Black 4 Bottle 15 Printer Ink #003, Cyan 3 Bottle 16 Printer Ink #003, Magenta 3 Bottle 17 Printer Ink #003, Yellow 3 Bottle 18 Push Pin (12.70 Mmx6.35 Mm) Diameter - 100pcs / Box 1 Box 19 Sign Pen V10 Grip Blue 12 Pcs/box 2 Box 20 Sign Pen V10 Grip Black 0.5 10 Piece 21 Sign Pen, 0.5,gel Ink (black) 2 Piece 22 Sign Pen, 0.5, Gel Ink (blue) 3 Piece 23 Sign Pen, 0.5 Gel Ink ( Green ) 2 Piece 24 Sign Pen, 0.5, Gel Ink (red) 3 Piece 25 Stapler With Remover,(heavy Duty,#35, (hd-50df) 1 Piece 26 Sticky Notes, 100 Sheets, 76x100mm, 3x4" (yellow) 1 Pad 27 Sticky Notes, 100 Sheets, 76x100mm, 3x4" (yellow Green) 1 Pad 28 Sticky Notes, 100 Sheets, 76x100mm, 3x4" (pink) 1 Pad 29 Date Stamp 1 Piece 30 Tape (packaging,brown, 3 Inch) 1 Roll 31 Tape Transparent 2" 2 Roll 32 Tape, Double Sided 1" 3 Roll 33 Tape, Transparent 1" 1 Roll 34 Watermarked Laid Paper, Long 90gsm (light Green) 2 Ream 35 Cork Board With Frame L24" X W12" Brown 1 Piece Subtotal Purok 1 Bondpaper,u,s.,long, Sub 20,70gsm Good Quality 225 Ream 2 Bondpaper,u,s.,short, Sub 20,70gsm Good Quality 125 Ream 3 Folder, Long, Us White (100pcs/pack) 2 Pack 4 Folder, Short, Us White (100pcs/pack) 2 Pack 5 Pencil No.2 With Eraser 12pcs Per Box 10 Box 6 Envelope, Long Brown 50 Piece 7 Ballpen 0.5 Fine (black) 50 Piece 8 Marker, Whiteboard, (blue) 3 Piece 9 Marker, Permanent, Fine (black) 3 Piece 10 Sign Pen, 0.5 Gel Ink (assorted) 12pcs/box 3 Box 11 Highlighter (assorted) 5 Piece 12 Printer Ink #003, Black 20 Bottle 13 Printer Ink #003, Yellow 10 Bottle 14 Printer Ink #003, Cyan 10 Bottle 15 Printer Ink #003, Magenta 10 Bottle 16 Specialty Paper, Board, 210gsm, Short (assorted) 20 Pack 17 Fastener, Plastic Coated Small 5 Box 18 Glue Stick, Big 25 Piece 19 Glue White, 130g 5 Bottle 20 Gun Tucker T50 Staple Wire 2 Box 21 Paper Clip Plastic Coated Small 5 Box 22 Photopaper, Glossy, A4 Size 200gsm 10pcs/pack 3 Pack 23 Rubber Band (small) #16 (50g) 2 Box 24 Specialty Paper, Short, 10pcs/pack (white) 16 Pack 25 Stamp Pad, Medium 3 Piece 26 Stamp Pad Ink Black (30ml) 2 Bottle 27 Stapler With Remover, Hd-50/50r,heavy Duty (55x36x125mm) 1 Piece 28 Staple Wire #35, 5000 Staples 5 Box 29 Stapler With Remover Standard Size 2 Piece 30 Scissor 8" Heavy Duty 5 Piece 31 Tape, Double Sided 1" 3 Roll 32 Tape, Masking 1" 3 Roll 33 Puncher, Heavy Duty (2 Holes 7cm) 2 Piece 34 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 15 Piece 35 Correction Tape Mini Roller 19 Piece Subtotal Rtc Branch 11 1 Bondpaper,u,s.,long, Sub 20,70gsm Good Quality 115 Ream 2 Bondpaper,u,s.,short, Sub 20,70gsm Good Quality 15 Ream 3 Colored Bondpaper Long, (pink) 10 Ream 4 Colored Bondpaper Long, (green) 10 Ream 5 Colored Bondpaper Long, (yellow) 10 Ream 6 Envelope, Long Brown 50 Piece 7 Envelope, Short Brown 15 Piece 8 Envelope, Expanding, Long With Garter, Brown 20 Piece 9 Envelope, Expanding, Long With Garter, Blue 11 Piece 10 Envelope ,mailing, White Long Good Quality 1500 Piece 11 Folder, Long, Us White (100pcs/pack) 10 Pack 12 Folder, Short, Us White (100pcs/pack) 2 Pack 13 Logbook, 300 Pages, Good Quality 3 Piece 14 Logbook, 500 Pages, Good Quality 5 Piece 15 Logbook Stock No. 85 (500 Pages Hardbound) 5 Piece 16 Sticky Notes, 100 Sheets, 76x100mm, 3x4", Pastel Color 5 Pad 17 Sticky Notes, 100 Sheets, 76x100mm, 3x3", Pastel Color 5 Pad 18 Ballpen 0.5 Fine (blue) 10 Piece 19 Ballpen 0.5 Fine (black) 10 Piece 20 Ballpen 0.5 Fine (red) 10 Piece 21 Marker Pen, Broad Blue 3 Piece 22 Marker Pen, Broad Black 3 Piece 23 Marker Pen, Broad Red 1 Piece 24 Pencil No.2 With Eraser 12pcs Per Box 1 Box 25 Sign Pen, 0.5 Gel Ink (black) 12pcs/box 2 Box 26 Sign Pen, 0.5 Gel Ink (blue) 12pcs/box 2 Box 27 Sign Pen, 0.5 Refill (black) 9 Piece 28 Sign Pen G-2 0.5, Retractable (black) 5 Piece 29 Highlighter (pink) 3 Piece 30 Highlighter (yellow) 3 Piece 31 Highlighter (green) 3 Piece 32 Flashdrive 16gb 2 Piece 33 Flashdrive 64gb 2 Piece 34 Binder Clip, 1" (12pcs/box) 2 Box 35 Binder Clip, 2" (12pcs/box) 2 Box 36 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 10 Piece 37 Correction Tape, 5mm X 6m, Refill, Pack Of 2 10 Piece 38 Correction Tape Mini Roller 4 Piece 39 Fastener, Plastic Coated Small 1 Box 40 Paper Clip,120gms 50mm (big Plastic Coated) 6 Box 41 Paper Clip Plastic Coated Small 6 Box 42 Glue White, 130g 6 Bottle 43 Stapler With Remover,(heavy Duty,#35, (hd-50df) 2 Piece 44 Staple Wire #35, 5000 Staples 7 Box 45 Staple Wire #10, 5mm (1000 Staples) 3 Box 46 Stamp Pad, Medium 3 Piece 47 Stamp Pad Ink Blue (30ml) 2 Bottle 48 Stamp Pad Ink Black (30ml) 2 Bottle 49 Tape, Transparent 1" 10 Roll 50 Tape, Transparent 2" 15 Roll 51 Puncher, Heavy Duty (2 Holes 7cm) 1 Piece 52 Sharpener Heavy Duty ( 3.15 X 1.97 X 3.94 Inches (8 X 5 X 10 Cm) 1 Piece 53 Cork Board With Frame L24" X W12" Brown 1 Piece Subtotal Rtc. Branch 77 1 Ballpen, 0.5 Fine (black) 10 Piece 2 Ballpen, 0.5 Fine (blue) 10 Piece 3 Ballpen, Ordinary 50 Pcs/box (black) 10 Piece 4 Ballpen, Ordinary 50 Pcs/box (blue) 10 Piece 5 Ballpen, Ordinary 50 Pcs/box (red) 10 Piece 6 Binder Clip, 1" (12pcs/box) 4 Box 7 Binder Clip, 2" (12pcs/box) 4 Box 8 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 25 Ream 9 Bondpaper,u.s.,short, Sub 20,70gsm,good Quality 6 Ream 10 Bondpaper,u.s.,short, Sub 20,70gsm Good Quality-pink 6 Ream 11 Bondpaper,u.s.,short, Sub 20,70gsm Good Quality-green 6 Ream 12 Bondpaper,u.s.,short, Sub 20,70gsm Good Quality-blue 6 Ream 13 Bondpaper,u.s.,short, Sub 20,70gsm Good Quality-yellow 6 Ream 14 Correction Tape Mini Roller 8 Piece 15 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 4 Piece 16 Correction Tape, 5mm X 6m, Refill, Pack Of 2 6 Pack 17 Envelope, Expanding, Long With Garter, Brown Color 20 Piece 18 Envelope, Long Brown 100 Piece 19 Envelope, Short Brown 20 Piece 20 Expanded Plastic Envelope (long/no Handle) 20 Piece 21 Flashdrive 64gb 2 Piece 22 Glue White, 130g 7 Bottle 23 Highlighter (green) 2 Piece 24 Highlighter (pink) 2 Piece 25 Highlighter (yellow) 2 Piece 26 Logbook, 300 Pages, Good Quality 2 Piece 27 Logbook, 500 Pages, Good Quality 2 Piece 28 Envelope ,mailing, White Long Good Quality 1000 Piece 29 Marker Pen, Broad (black) 4 Piece 30 Marker Pen, Broad (blue) 4 Piece 31 Marker Pen, Broad (red) 4 Piece 32 Newsprint, Long (480 Sheet) 4 Ream 33 Notebook 80lvs. (composition) 4 Piece 34 Paper Clip,120gms 50mm (big Plastic Coated) 4 Box 35 Paper Clip, Small, Plastic Coated 6 Box 36 Pencil No.2 With Eraser 12pcs Per Box 2 Box 37 Portable Tape Dispenseer, (1''-1.5'' Good Quality) 2 Piece 38 Printer Ink #790, Black 4 Piece 39 Printer Ink #790, Cyan 2 Piece 40 Printer Ink #790, Magenta 2 Piece 41 Printer Ink #790, Yellow 2 Piece 42 Puncher, Heavy Duty (2 Holes 7cm) 2 Piece 43 Ruler, Transparent, 12 Inches 6 Piece 44 Scissor 8" Heavy Duty 6 Piece 45 Sign Pen 0.5 Refill (black) 4 Piece 46 Sign Pen, 0.5,gel Ink (black) 4 Piece 47 Sign Pen, 0.5,gel Ink (blue) 4 Piece 48 Specialty Paper, Long, 10pcs/pack (assorted) 2 Pack 49 Stamp Pad, Medium 2 Piece 50 Staple Wire #35, 5000 Staples 10 Box 51 Stapler With Remover,(heavy Duty,#35, (hd-50df) 4 Piece 52 Sticky Notes, 100 Sheets, 76x100mm, 3x3", Pastel Color 10 Pad 53 Sticky Notes, 100 Sheets, 76x100mm, 3x4", Pastel Color 10 Pad 54 Tape, Transparent 1" 20 Roll 55 Tape Transparent 2" 10 Roll 56 Tape, Double Sided 1" 5 Roll 57 Yellow Pad (80 Leaves/pad) 14 Pad Subtotal Tourism 1 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 10 Ream 2 Bondpaper,u.s.,short, Sub 20,70gsm,good Quality 12 Ream 3 Calculator Dual Power 10 Digits Dimension: (8 X 12 X1 Cm) 1 Piece 4 Fastener, Plastic Coated Small 5 Box 5 Fastener, Plastic Coated, Long 5 Box 6 Flashdrive 32gb 1 Piece 7 Folder, Long, Us White (100pcs/pack) 1 Pack 8 Highlighter (yellow) 2 Piece 9 Printer Ink 664, Black 8 Piece 10 Printer Ink 664, Cyan 2 Piece 11 Printer Ink 664, Magenta 2 Piece 12 Printer Ink 664, Yellow 2 Piece 13 Logbook, 500 Pages, Good Quality 3 Piece 14 Pencil No.2 With Eraser 12pcs Per Box 1 Box 15 Ruler, Transparent, 12 Inches 3 Piece 16 Staple Wire #35, 5000 Staples 4 Box 17 Correction Tape, 5mm X 6m, Refill, Pack Of 2 17 Piece Subtotal Youth 1 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 16 Ream 2 Bondpaper,u.s.,short, Sub 20,70gsm,good Quality 16 Ream 3 Printer Ink #680, Black 10 Piece 4 Printer Ink #680, Colored 10 Piece 5 Stapler With Remover,(heavy Duty,#35, (hd-50df) 1 Piece 6 Stapler Small #10 2 Piece 7 Staple Wire #10, 5mm (1000 Staples) 5 Box 8 Staple Wire #35, 5000 Staples 5 Box 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 1.7 Million (USD 31 K)

Province Of Iloilo Tender

Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Construction Of Warehouse And Drying Facility At Art Center, Brgy. Nanga, Pototan, Iloilo Bid No. Agr-25-149-b Iloilo Provincial Government Sixth Edition Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 4 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 11 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 12 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 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 24 Section Viii. Bill Of Quantities 30 Section Ix. Checklist Of Technical And Financial Documents 37 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 Warehouse And Drying Facility At Art Center, Brgy. Nanga, Pototan, Iloilo Bid No. Agr-25-149-b 1. The Iloilo Provincial Government, Through The 20% Nta Development Fund – Fy 2025 Intends To Apply The Sum Of Twenty Million Pesos (p 20,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Agr-25-149-b For The Construction Of Warehouse And Drying Facility At Art Center, Brgy. Nanga, Pototan, 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 One Eighty 180 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 March 28, 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 Ten Thousand Pesos (p10, 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 April 8, 2025, 9:00 A.m. 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 22, 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 22, 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 17, 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 Construction Of Warehouse And Drying Facility At Art Center, Brgy. Nanga, Pototan, Iloilo, With Project Identification Number Agr-25-149-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 Twenty Million Pesos (p 20,000,000.00) 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 20, 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 Warehouse/buildings 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 10.3 [specify If Another Contractor License Or Permit Is Required.] 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience 1-project Engineer 1 Year 1 Year 1-materials Engineer 1 Year 1 Year 1-agricultural And Biosystems Engineer 1 Year 1 Year 1-health & Safety Officer 1 Year 1 Year 1-foreman 1 Year 1 Year 1-carpenter 1 Year 1 Year 1-steelman 1 Year 1 Year 1-mason 1 Year 1 Year 1-welder 1 Year 1 Year 1-electrician 1 Year 1 Year 1-plumber 1 Year 1 Year 1-painter 1 Year 1 Year 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units Dump Truck - 1 Chainsaw - 1 Backhoe - 1 Pneumatic Tire Roller - 1 One Bagger Mixer - 1 Bar Cutter - 1 Welding Machine - 1 Electric Drill - 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. Itb Clause 16 All Envelopes Shall: A. Contain The Name Of The Contract To Be Bid In Capital Letters: “construction Of Warehouse And Drying Facility At Art Center, Brgy, Nanga, Pototan, 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-25-149-b” E. Bear A Warning “do Not Open Before April 22, 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 Bid Is 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 Installed Or Constructed 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 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 Authorized Representative Or The Engineer In-charge. 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 Works The Works Include Furnishing Of Labor, Materials, Tools, Equipment And Other Incidentals Necessary To Complete The Project Such As Mobilization/demobilization, Clearing, Grubbing & Staking, Excavation Works, Backfilling, Embankment With Compaction, Concrete Works, Masonry Works, Plastering Works, Wall Installation, Roof Framing, Roofing Works, Ceiling Works, Tile Works, Door And Windows With Complete Accessories, Plumbing Works, Painting Works, Construction Of Catch Basin, Installation Of Logo & Installation Of Electrical Works And Fire Alarm System. General Condition A. The Works To Be Done Herein Shall Be The Construction Of Warehouse And Drying Facility 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 Pao Billboard The Billboard’s Specifications Shall Conform To The Following Requirements: A. Tarpaulin, White, 8ft X 8ft (coa) And 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 Project Billboard Shall Be In Accordance With Provisions Of This Specification. Basis Of Payment No Additional Payment Shall Be Made In This Regard. A. Construction Of Warehouse I. Mobilization/demobilization Mobilization And Demobilization The Work Consists Of The Mobilization And Demobilization Of The Contractor’s Forces And Equipment Necessary For Performing The Work Required Under The Contract. It Does Not Include Mobilization And Demobilization For Specific Items Of Work In Fulfilling The Contract Requirements For The Commencement Of Work. Equipment And Material Mobilization Shall Include All Activities And Associated Costs For Transportation Of Contractor’s Personnel, Equipment, And Operating Supplies To The Site; Establishment Of Offices, Buildings, And Other Necessary General Facilities For The Contractor’s Operations At The Site. Demobilization Demobilization Shall Include All Activities And Associated Costs For Transportation Of Personnel, Equipment, And Supplies Not Required Or Included In The Contract From The Site; Including The Disassembly, Removal, And Site Cleanup Of Offices, Buildings, And Other Facilities Assembled On The Site Specifically For This Contract. Ii. 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. Staking-out The Building Lines Shall Be Staked Out On The Lines And Grades Shown In The Drawings Established Before Any Excavation Is Started. Batter Boards And Reference Marks Shall Be Erected At Such Place Where They Will Not Be Disturbed During The Excavation Of The Building. 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. Iii. 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 Meter Of The Edge Of The Trench. No Excavation Or Foundation Work Shall Be Filled In Or Covered Up Before The Inspection And Approval Of The Project Engineer. Iv. Backfilling, Embankment With Compaction And Gravel Bedding Use Earth Or Sand Free From Waste And Objectionable Materials. Place Backfill And Embank In Uniform Horizontal Layer Not More 150mm Thick At A Time, Puddle And Tamper Each Layer As Required To Make Firm Adequate Compaction. Fill Bottom Of Excavation For Structured Foundation With At Least 100mm Thick Gravel Before Placing Reinforcing Steel Bars And Pouring Concrete. V. Concrete, Masonry And Plastering 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 (type1) 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 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. Splices Shall Be Approved Prior To Use. Do Not Splice At Points Of Maximum Stress. Overlapped Welded Wire Fabric The Spacing Of The Cross Wires, Plus 50 Mm (2 Inches). H. Concrete Hollow Blocks: 1. For Walls And Partitions, Use Chb Or Its Equivalent. 2. Minimum Comprehensive Strength Shall Be 700 Psi. 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. K. Proportions Of All Materials Entering Into Concrete Shall Be Of Class “a”. L. Mixture For Concrete Slab: Thickness Of Slab Shall Be 200mm Thick. A Mixture Of Washed Sand, Screened Gravel And Portland Cement. M. Mixture For Plastering: Thickness Of Plaster Shall Be 16mm Thick. A Mixture Of Washed Sand And Portland Cement. Vi. Wall Installation Use 0.5mm Thk G.i. Rib-type Longspan Prepainted For Wall Cladding And 2” X 4” X 1.5mm X 6m C-purlins For Wall Cladding Framing. Vii. Roofing Works And Framing A. Roofing Must Be 0.5mm Pre-painted Rib-type Long Span With Compatible Ridge Roll, And Fascia With Skylight Roof. B. For Full Truss 1 & 2 And Half Truss 1, Trusses And Rafter Shall Be 2” X 2” X 5mm Thk Angle Bars For Top And Bottom Chord And 1-1/2” X 1-1/2” X 4.5mm Thk Angle Bar For All Web Members. C. For Half Truss 2, Use 2” Ø G.i. Pipe Schedule 40 For All Members. D. For Girt Use 2” X 2” X 5mm Thk Angle Bars For Top And Bottom Chord And 1-1/2” X 1-1/2” X 4.5mm Thk Angle Bar For All Web Members. E. For Fascia Frame Use 1” X 1” X 3/16” Thk Angle Bar For All Members. F. Use 2” X 6” X 1.5mm Thk C-purlins. Please Refer To The Attached Plan For Specifications. G. Fasten Framing Members Together By Welding Or By Using Bolts. Welding Shall Conform To Aws D1.3 Welding Procedure. H. All Metal Surfaces Must Be Metal Primer Red Oxide Painted. Ix. Ceiling Works All Materials Shall Be Of Kind And Size Specified On Plans. Interior And Exterior Ceiling Will Use 0.4mm Thk Spandrel Ceiling With A Carrying Channel, Metal Furring And Wall Angle For Corner As Main Frame. Use Blind Rivets To Fix The Spandrel To The Main Frame. X. Tile Works Tiles Should Be Installed In Comfort Room Using A 0.60m X 0.60m Polished Tiles. For Wall Tiles, Height Should Be 1.5m From The Finished Floor Line. Shall Have Tile Trim At The Edges And Provide Tile Grout Between Tiles. It Should Be Done By A Tile Setter To Ensure Quality Workmanship. Xi. Installation Of Doors A. For Sliding Door, Use G.a. 18 Plain Sheet For Door And 2” Ø G.i. Pipe Schedule 40 For The Frame With Heavy Duty Rack And Complete Accessories Including Installation. B. For Louver Windows, Use 0.5mm Plain Sheet Bended Louver Panels And 2” X 4” Rectangular Tube Framing With Complete Accessories Including Installation. C. For Comfort Room, Use 0.7m X 2.1m Pvc Door With Complete Accessories, Louver, Dr Pad And Lockset, And Use 6mm Thk X 0.4m X 0.6m Clear Glass Window On Analok Aluminum Tubular Frame With Complete Accessories. D. Use 0.9m X 2.1m Swing Panel Door, Kiln Dried Panel Door With 3mm Thk Lead Sheet With Heavy Duty Door Knob And Hinges On 2” X 6” Wooden Door Jamb. E. For Doors And Windows, Use #6, 4.5mm Steel Matting 2” X 2” X 4’ X 8’ And Use 3/16” X 1” X 6m Flat Bar And 2” Ø G.i. Pipe Schedule 40 For Framing. Xii. Plumbing Works All Works Shall Be Done In Accordance With The Provisions Of The Latest Edition Of The Plumbing Code And Local Ordinance. All Works Shall Be Done Under The Direct Supervision Of A Duly Licensed Master Plumber. See Attached Plans For Specifications. A. Use 1"ø Pvc Blue X 3m With Fittings And Accessories For Connection From Main Source Of Water To The Building For The Operation Of Comfort Room. B. Use 1/2"ø Pvc Blue X 3m With Fittings And Accessories For Faucets. C. Use 2"ø Pvc Sanitary X 3m S1000 With Fittings And Accessories For Floor Drain. D. Use 4"ø Pvc Sanitary X 3m S1000 With Fittings And Accessories For Septic Tank. Xiii. Painting Works I. Complete Painting Covers All Concrete Surfaces And Other Interior Parts Except Otherwise Specified. Ii. Apply Three (3) Coats As Paint Follows: 1st Coat = Sealer 2nd Coat = Primers 3rd Coat = Color Selected And Approved (2 Coats) Iii. 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 Iv. 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. B. Construction Of Catch Basin And Septic Tank I. 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 Meter Of The Edge Of The Trench. No Excavation Or Foundation Work Shall Be Filled In Or Covered Up Before The Inspection And Approval Of The Project Engineer. Ii. Concrete, Masonry And Plastering 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 (type1) 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 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. Splices Shall Be Approved Prior To Use. Do Not Splice At Points Of Maximum Stress. Overlapped Welded Wire Fabric The Spacing Of The Cross Wires, Plus 50 Mm (2 Inches). H. Concrete Hollow Blocks: 1. For Walls And Partitions, Use Chb Or Its Equivalent. 2. Minimum Comprehensive Strength Shall Be 700 Psi. 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. K. Proportions Of All Materials Entering Into Concrete Shall Be Of Class “b”. L. Mixture For Concrete Slab: Thickness Of Slab Shall Be 100mm Thick. A Mixture Of Washed Sand, Screened Gravel And Portland Cement. M. Mixture For Plastering: Thickness Of Plaster Shall Be 16mm Thick. A Mixture Of Washed Sand And Portland Cement. Iii. Pipings Use 6” Ø Pvc Sanitary Pipe X 3m S1000 With Complete Fittings And Accessories. It Should Be Installed By A Skilled Plumber To Ensure Quality Workmanship. Please Refer To The Attached Plan For Specifications. C. Installation Of Logo Use 1.5m Ø X 4” Thk Stainless 202 Round Logo For The Iloilo Provincial Government Seal With Installation. It Should Be Installed By A Skilled Worker To Ensure Quality Workmanship. Please Refer To The Attached Plan For Specifications. D. Installation Of Electrical Works And Fire Alarm 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. 1. All Electrical Works And Materials Shall Conform To The Provisions Of The Latest Edition Of The Philippine National Electrical Code. The Rules, Regulations And Requirements Of The Local Authorities That Have Jurisdiction Over The Project, And Of The Local Utility Companies For Electrical And Communication. 2. Power Service To The Building Shall Be 230 Vac, 3ø + Ground, & 60hz 3. Unless Otherwise Indicated, All Wiring Method Shall Be Done In Rigid Steel Conduit (rsc), Condulet Fittings & Metal Boxes. 4. All Electrical Materials/equipment To Be Used Shall Be New And Of The Approved Type In Accordance With Drawings And Specifications For Both Location And Purpose. 5. Unless Otherwise Specified In The Plans, The Minimum Size Of The Wire And Conduit To Be Used Shall Be 3.5mm2 Thhn And 20mmø, Respectively. All Wires Shall Be Insulated For 600v And Except As Specified In The Plan. 6. All Non-current Carrying Metal Parts Of Electrical Equipments, Panel Board & Other Devices Shall Be Effectively Bonded To The Ground. 7. The Entire Electrical Works Herein Shall Be Done Under Direct Supervision Of A Competent Registered Electrical Engineer. 8. Where So Required, Provide All Fittings, Condulets/boxes For All Systems. 9. Use Wire With Color Red For Line 1, Yellow For Line 2, Blue For Line 3, And Green For Line Ground. 10. Electrical Works/system Shall Be Commissioned With The Present Of Project Engineer. Fire Alarm System 1. Installation Of Fire Detection And Alarm System (fdas) Will Be In Accordance With The National Fire Protection Association (nfpa) 72 And 70 And Local Fire Code Of The Philippines. 2. All Wiring Will Be In Accordance With Fdas Manufacturer’s Recommendations To Properly Conduct The Circuit Current: -awg #16 Tf Wire Signaling Line Circuit -awg #16 Tf Wire 24vdc Auxiliary Circuit 3. Smoke Detectors And Heat Detectors Are To Be Installed According To The Recommended Spacing As Per Nfpa 72 And Manufacturer’s Listing: -smoke Detector 9.1m (area Coverage 0.7 Times Listed Spacing) -heat Detector 13.9m (area Coverage 0.7 Times Listed Spacing) 4. All Audible Devices Is At Least 15dba Above The Average Ambient Sound 5. Wiring Method Will Be In Electrical Metal Tubing (imc) And All Electrical Box Are Galvanized Ga #16 Minimum. 6. All Materials To Be Used Are New And Will Be Installed In Application For Which They Are Intended. Section Vii. Drawings Annex A – Architectural Design Annex B- Project Billboard Plan Section Viii. Bill Of Quantities Bid No. Agr- 25-149-b Item Description Quantity Unit Unit Cost Total Cost No. A. Construction Of Warehouse And Drying Facility I. Mobilization/demobilization 1.00 L.s. Pesos And Ctvs. (p ) / L.s. P Ii. Clearing, Grubbing & Staking 1080.00 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Iii. Excavation Works 265.90 Cu.m. Pesos And Ctvs. (p ) / Cu.m P Iv. Backfilling 155.38 Cu.m. Pesos And Ctvs. (p ) / Cu.m P V. Embankment With Compaction 2067.00 Cu.m. Pesos And Ctvs. (p ) / Cu.m P Vi. Concrete Works A. Concreting 349.07 Cu.m. Pesos And Ctvs. (p ) / Cu.m P Item Description Quantity Unit Unit Cost Total Cost No. B. Gravel Bedding 151.01 Cu.m. Pesos And Ctvs. (p ) / Cu.m. P C. Steelworks 28,624.00 Kgs. Pesos And Ctvs. (p ) / Kgs. P D. Formworks 1,415.66 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Vii. Masonry Works 186.12 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Viii. Plastering Works 1,249.04 Sq.m. Pesos And Ctvs. (p ) /sq.m. P Ix. Wall Installation 764.47 Sq.m. Pesos And Ctvs. (p ) /sq.m. P X. Roof Framing 17,556.15 Kgs. Pesos And Ctvs. (p ) /kgs. P Item Description Quantity Unit Unit Cost Total Cost No. Xi. Roofing Works 619.50 Sq.m. Pesos And Ctvs. (p ) /sq.m. P Xii. Ceiling Works 22.33 Sq.m. Pesos And Ctvs. (p ) /sq.m. P Xiii. Tile Works 14.38 Sq.m. Pesos And Ctvs. (p ) /sq.m. P Xiv. Installation Of Doors And Windows A. Sliding Door (4.95m X 4.8m, 3.00 Units Pesos G.a. 18 Plain Sheet And 2” Ø G.i. Pipe S-40) W/ Heavy Duty Rack And Complete Accessories With Installation And Ctvs. (p ) /unit P B. Louver Windows (4.7m X Tube 18.00 Units Pesos 0.6mm, 2” X 4” Rectangular Framing And 0.5mm Plain Sheet Bended Louver Panels) W/ Complete Accessories With And Ctvs. Installation (p ) /unit P C. Panel/pvc/steel Matting Door 13.65 Sq.m. Pesos And Window And Clear Glass Window Installation And Ctvs. (p ) /sq.m. P Item Description Quantity Unit Unit Cost Total Cost No. Xv. Plumbing Works 1.00 L.s. Pesos And Ctvs. (p ) /l.s. P Xvi. Painting Works 3,727.18 Sq.m. Pesos And Ctvs. (p ) /sq.m. P B. Construction Of Catch Basin And Septic Tank I. Excavation Works 16.86 Cu.m. Pesos And Ctvs. (p ) /cu.m. P Ii. Concrete Works A. Concreting 3.30 Cu.m. Pesos And Ctvs. (p ) /cu.m. P B. Steel Works 178.00 Kgs. Pesos And Ctvs. (p ) /kgs. P C. Formworks 21.90 Sq.m. Pesos And Ctvs. (p ) /sq.m. P Iii. Masonry Works 40.60 Sq.m. Pesos And Ctvs. (p ) /sq.m. P Itemno. Description Quantity Unit Unit Cost Total Cost Iv. Plastering Works 77.90 Sq.m. Pesos And Ctvs. (p ) /sq.m. P V. Pipings 1.00 L.s. Pesos And Ctvs. (p ) /l.s. P C. Installation Of Logo (1.5m Ø 1.00 L.s. Pesos X 4” Thk Stainless 202 Round Logo With Installation) And Ctvs. (p ) /l.s. P D. Installation Of Electrical Works & Fire Alarm System I. Installation Of Primary Lines, & 1.00 L.s. Pesos Metering & Three (3) Units Of 25 Kva Distribution Transformers (ileco Ii Works Recommended Materials) And Ctvs. (p ) /l.s. P Ii. Secondary Power Distribution 1.00 L.s. Pesos System And Ctvs. (p ) /l.s. P Iii. Fire Alarm System 1.00 L.s. Pesos And Ctvs. (p ) /l.s. P Total Bid Cost In Words Summary Of Costs Item No. Bid Amount A. Construction Of Warehouse And Drying Facility I. Mobilization/demobilization ₱ _____________________________ Ii. Clearing, Grubbing & Staking ₱ _____________________________ Iii. Excavation Works ₱ _____________________________ Iv. Backfilling ₱ _____________________________ V. Embankment With Compaction ₱ _____________________________ Vi. Concrete Works A. Concreting ₱ _____________________________ B. Gravel Bedding ₱ _____________________________ C. Steelworks ₱ _____________________________ D. Formworks ₱ _____________________________ Vii. Masonry Works ₱ _____________________________ Viii. Plastering Works ₱ _____________________________ Ix. Wall Installation ₱ _____________________________ X. Roof Framing ₱ _____________________________ Xi. Roofing Works ₱ _____________________________ Xii. Ceiling Works ₱ _____________________________ Xiii. Tile Works ₱ _____________________________ Xiv. Installation Of Doors And Windows A. Sliding Door (4.95m X 4.8m, G.a. 18 Plain Sheet And 2"ø G.i. Pipe S-40) W/ Heavy Duty Rack And Complete Accessories With Installation ₱ _____________________________ B. Louver Windows (4.7m X 0.6m, 2" X 4" Rectangular Tube Framing And 0.5mm Plain Sheet Bended Louver Panels) W/ Complete Accessories With Installation ₱ _____________________________ C. Panel/pvc/steel Matting Door And Window And Clear Glass Window Installation ₱ _____________________________ Xv. Plumbing Works ₱ _____________________________ Xvi. Painting Works ₱ _____________________________ B. Construction Of Catch Basin And Septic Tank I. Excavation Works ₱ _____________________________ Ii. Concrete Works A. Concreting ₱ _____________________________ B. Steelworks ₱ _____________________________ C. Formworks ₱ _____________________________ Iii. Masonry Works ₱ _____________________________ Iv. Plastering Works ₱ _____________________________ V. Pipings ₱ _____________________________ C. Installation Of Logo ₱ _____________________________ D. Installation Of Electrical Works & Fire Alarm System I. Installation Of Primary Lines, Metering & Three (3) Units Of 25 Kva Distribution Transformers (ileco Ii Works & Recommended Materials) ₱ _____________________________ Ii. Secondary Power Distribution System ₱ _____________________________ Iii. Fire Alarm System ₱ _____________________________ 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. Bid Form For The Procurement Of Infrastructure Projects [shall Be Submitted With The Bid] Bid Form Date : Project Identification No. : To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: A. We Have No Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Project: [insert Name Of Contract]; B. We Offer To Execute The Works For This Contract In Accordance With The Pbds; C. The Total Price Of Our Bid In Words And Figures, Excluding Any Discounts Offered Below Is: [insert Information]; D. The Discounts Offered And The Methodology For Their Application Are: [insert Information]; E. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein And Reflected In The Detailed Estimates, F. Our Bid Shall Be Valid Within A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; G. If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract, Or A Performance Securing Declaration In Lieu Of The Allowable Forms Of Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines12 For This Purpose; H. 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; I. 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 J. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Other Bid That You May Receive. K. We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute 12 Currently Based On Gppb Resolution No. 09-2020 And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The [name Of Project] Of The [name Of The Procuring Entity]. L. 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: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: Date: Bid Securing Declaration Form [shall Be Submitted With The Bid If Bidder Opts To Provide This Form Of Bid Security] Republic Of The Philippines) City Of ) S.s. Bid Securing Declaration Project Identification No.: [insert Number] To: [insert Name And Address Of The Procuring Entity] 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 Procurement 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 No. 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; And 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 Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] Republic Of The Philippines ) City/municipality Of ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This Day Of , 20 At , Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
Closing Date22 Apr 2025
Tender AmountPHP 20 Million (USD 352.7 K)

Apayao State College Tender

Education And Training Services
Philippines
Details: Description 1 9798891611009 - Animal Physiology/2024/armstrong, A. Copy 1 2 9786218035027 - Campus Journalism Within Your Reach/2016*/bulusan, F. Copy 1 3 9789392333811 - Introduction To Kinesiology (hb)/2023/rathor, M. Copy 1 4 9786214092376 - 9786214092376 - Basic Of Arnis De Mano: A Handbook For Teachers And Students/2023/anajao Et Al. Copy 2 5 9789351119746 - Agricultural Land Drainage- Hb/2017/anand, A. Copy 1 6 9789719655145 - Physical Education And Health: Aquatic (basic Swimming) And Mountaineering Revised Edition 2023/latorre Copy 1 7 9786214510351 - Let Comprehensive Reviewer General Education/2023/corpuz, B. Et Al. Copy 1 8 9786214510368 - Let Rev. Professional Education/2023/corpuz Et. Al. Copy 1 9 9789719655688 - English For Purposive Communication (a Modular Approach)/2023/gutierrez-ang, J. Copy 1 10 9789719655282 - Purposive Communication (revised Edition)/2023/zoleta Copy 1 11 9786214092079 - Essentials Of Purposive Communication/2023/caudilla Copy 1 12 9786214092246 - Understanding The Self:new Normal Edition/2024/palean Et Al. Copy 1 13 9786214060450 - Understanding Society And Culture: A Sociological And Anthropological Approach/2016/ Riodique Iii, F.c. Et Al. Copy 1 14 9786214091935 - Introduction To Ethics/2023/umali, Et Al Copy 1 15 9789719655527 - Science, Technology And Society/2023/tabotabo, C. Copy 1 16 9786214271634-ethics/2023/bacolod, Et, Copy 1 17 9786214092277 - Art Of Self Discovery, The: An Understand The Self Workbook-textbook 2023/villanueva; Egargo Copy 1 18 9786214271641 - Readings In Philippine History/2023/bacolod, Et, Copy 1 19 9786214063550 - Life And Works Of Dr. Jose P. Rizal Revised Edition/2024/pangilinan Copy 1 20 9786214510405 - The Contemporary World/2024/mananay, Sanchez Copy 1 21 9786214510375 - Inclusive Education In Early Childhood Settings/2024/boholano,menoria Copy 1 22 9786214510443 - Interactive And Innovative Teaching Strategies: A Compendium/2024/milagros L. Copy 2 23 9786214510320 - Let Rev. Prof.ed Assessment In Learning/2023/corpuz, B. Copy 1 24 9786214091690f - Facilitating Student-centered Teaching & Learning/2023/larioque, Et Copy 1 25 9786214271726 - Gender And Society/2024/bacolod, Et, Copy 1 26 9786214460069 - Physical Education 101 For College Students/2022/enrique Copy 1 27 9789393274137 - Marketing Research/2020/chanda Copy 1 28 9786214161256 - Strategic Management - Concepts And Application/2022/ Cabrera, E. & Cabrera, G. Copy 1 29 9786214063482 - Mastering Pricing And Costing: Strategies For Profitable Business Growth/2024/pasahol Et Al Copy 1 30 9789719655800 - Foundations Of Operations Management: A Practical Guide For Higher Learning/2024/perida, Arcadio Copy 1 31 9786214271481 - Understanding Marketing Research/2024/mutya Copy 1 32 9789719655978 - Entrepreneurial Behavior Growth Mindset And Fixed Mindset/2024/pasahol Et Al Copy 1 33 9789390674206 - Social Media Marketing (hb)/2021/barman, R.d. Copy 1 34 9789350301685 - The Era Of Commerce And E-commerce /2022/ Zaveri, N. Et Copy 1 35 9781984678928 - Agricultural Implements And Machinery/2023/3g E-learning Copy 1 36 9789391972066 - Scientific Poultry Production And Nutrition/ 2022/ Pandey, D. Copy 1 37 9789350305645 - Nutrition And Disease Management In Poultry/2020/lewis, G. Copy 1 38 9789391096632 - Principles And Methods Of Sampling In Animal Diseases Surveys/ 2022/singh, S. K Copy 1 39 9789352220328 - Animal Physiology (hb)/2022/eyeson, S.r. Copy 1 40 9781912859030 - Environmental Pollution Research (hb)/2023/adams, K. Copy 1 41 9781799600794 - Forest Biodiversity And Its Conservation Practices/reprinted 2024/ezra Altenwerth Copy 1 42 9789710391448 - Cordillera Games/ 2009/flores, J. Copy 1 43 9786214092239 - The Teaching Profession/2024/fernando Copy 1 44 9789389740660 - Humour In Classroom/2021/k.s. Bhardwaj Copy 1 45 9786214092369 - An Eye For Art Appreciation Perception And Expression/2024/sonsana, Et. Al. Copy 2 46 9789395546966 - Research In Physical Education And Sports Science (hb) 2023/ Kumar, R. Copy 1 47 9789719655404 - The Teaching Profession In The 21st Century/2024/ Sarandi & Babao Copy 2 48 9789392516191 - Sociological Aspects In Physical Education/2023/bhoj Ram Copy 1 49 9789719655145 - Physical Education And Health: Aquatic (basic Swimming) And Mountaineering Revised Edition/2023/latorre Copy 1 50 9789391972400 - Poultry Feed Technology (hb)/2022/pandey, D. Copy 1 51 9789391096960 - Poultry Farming And Feed Formulations (hb)/2022/lewis, G. D Copy 1 52 9798891612655 - Animal Breeding And Genetics/2024/matthews, K Copy 1 53 9786214091706 - Art Appreciation 2nd Edition/2023/etm Copy 1 54 9786214063475 - Reading Visual Arts/2024/zoleta Copy 1 55 9786214061105 - Physical Education And Health 4 For Shs/2018/gonzalvo, R. Copy 1 56 9789719655855 - (path Fit 4 Sports) Menu Of Sports/2024/punzalan Et Al. Copy 1 57 9789719655503 - Physical Activity Towards Health And Fitness (path-fit 4 Sports) Individual/dual And Team Sports/2023/medina-bulatao, M.g. Et. Al. Copy 1 58 9798891612341 - Agricultural Entomology/2024/watkins, R. Copy 1 59 9789719656210 - Research Fundamentals From Concept To Output: A Guide For Researchers & Thesis Writers/ 2016/ Almeida, Et Al. Copy 1 60 9789710391622 - Effective Classroom Management/2010/patron, Ida Copy 1 61 9716858143 - Let Comprehensive Reviewer Based On The Ncbts And Tos Professional Education Beed & Bsed Volume 2/2016/bautista, Et Al. Copy 1 62 9786214092062 - Physical Activities Towards Health And Fitness Pathfit 2: Exercise-based Fitness Activities/2023/ Ballecer, M. Copy 15 63 9786214460069 - Physical Education 101 For College Students/2022/enrique, W. Dc Copy 2 64 9786214092239 - The Teaching Profession/2024/fernando, Et Al. Copy 1 65 9789352692293 - Psychological Aspects In Physical Education And Sport/ 2019/ Singh, S. Copy 1 66 9789392333927 - Motor Control And Human Movement (hb)/2023/bissu, A. Copy 1 67 9789392333927 - Motor Control And Human Movement (hb)/2023/bissu, A. Copy 1 68 9789710391448 - Cordillera Games/2009/flores, J. Copy 1 69 9789392516160 - Physical Education And Psychology/2023/bhoj Ram Rawte Copy 1 70 9789395337083 - Sports And Exercise Psychology (hb)/2023/kaswan, S.s. Copy 1 71 9789357510745 - Biomechanical Evaluation Of Movement In Sport & Exercise/2024/roshan Sinha/ John Michael Aquino Copy 1 72 9789395431804 - Tourism As An Industry (hb)/2023/rajpal, N. Copy 1 73 9786214510351 - Let Comprehensive Reviewer General Education/ 2023/ Corpuz, B. Et Al. Copy 1 74 2244-4734 - Licensure Examination For Teachers (let) Reviewer 2024 Updated Edition/2024/jose-pangan, M. / Duque-novales, M. Copy 1 75 9786214063659 - (path Fit 1) Physical Activity Towards Health And Fitness 1 Movement Compentency Revised Ed./2024/bulatao Et Al Copy 1 76 9789719655565 - Physical Activity Towards Health & Fitness 1 (path-fit 1) Health & Wellness, Movement Education And Exercise Program/2023/ Punzalan, M.d, Et. Al. Copy 1 77 9786214062669 - Physical Education 2 Rhythmic Dance And Social Activities/ 2020/punzalan & Habana Copy 1 78 9786214092062 - Physical Activities Towards Health And Fitness Pathfit 2: Exercise-based Fitness Activities/2023/ Ballecer, M. Copy 1 79 9786214510368 - Let Rev. Professional Education/2023/corpuz Et. Al. Copy 1 80 9786214510320 - Let Rev. Prof.ed Assessment In Learning/2023/corpuz, B. And Cuartel, I. Copy 5 81 9786214510450 - Let Reviewer Filipino/2024/elmer B. De Leon Copy 5 82 9786214510368 - Let Rev. Professional Education /2023/corpuz Et. Al. Copy 5 83 9786214510351 - Let Comprehensive Reviewer General Education/2023/corpuz, B. Et Al. Copy 5 84 9789719647744 - Technical English 1 (investigative Report Writing And Presentation)/2023/alvarez, J. Copy 1 85 9789719647751 - Technical English 2 (legal Forms)/2023/alvarez, J. Copy 1 86 9786214880041 - Criminological Research 2nd Ed./2024/beit-chavez Copy 1 87 9786214880300 - Law Enforcement Organization And Administration 2nd Edition/2025/detran, A. Et. Al. Copy 1 88 9786214880270 - Therapeutic Modalities/2024/bayog, M. Et. Al. Copy 1 89 9789719647874 - Fire Protection And Arson Investigation/ 2023/ Tello, W/cejes, L Copy 1 90 9786214880034 - Forensic Photography 6th Ed./2024/ma.elena Magadia/ Ma. Elizabeth Bulan Copy 1 91 9789395080521 - Auto Mechanic A Career Guide/2024/josef Carter Copy 1 92 9789395080538 - Automotive Mechanic Advanced/2024/josef Carter Copy 1 93 9789395080729 - Electrical Installation And Maintenance Basic And Intermediate/2024/laxman Singh Copy 1 94 9781984685551 - Basic Knowledge Of Electrical Technology/2024/3g E-learning Copy 1 95 9786214510207 - Simplified Ojt Methods (on-job-training) On Building Construction For Engineers & Architects/2022/virgilio N. Porte Copy 4 96 9798891612075 - Introduction To Linguistics/2024/fletcher, H. Copy 1 97 9781639876686 - Educational Psychology/2023/richards, S. Copy 1 98 9786214180455 - Licensure Examination For Criminologist (review Orientation Module) 2018 Millennial Edition/2018/peckley, M. F. Copy 1 99 9786214510481 - Reviewer For Civil Service Examination/2024/corpuz, Borabo, Cuartel Copy 6 100 2244-4734 - Licensure Examination For Teachers (let) Reviewer 2024 Updated Edition/2024/jose-pangan, M. / Duque-novales, M. Copy 3 101 9786214880102 - Security Officer Manual On Leadership And Management/2024/dino B. Bobier Copy 1 102 9781916784574 - Technological Assessment Of Poultry Production And Management/2024/yani Taylor Copy 1 103 9786210612189 - Duck Egg Production And Processing Principple And Practices In The Philippine Context/2024/anglel L. Lambio Copy 1 104 9798891612310 - Soil Fertitlity And Fertilizers/2024/mcmahon, N. Copy 1 105 9798891612341 - Agricultural Entomology/2024/watkins, R. Copy 1 106 9798891611009 - Animal Physiology/2024/armstrong, A. Copy 1 107 9798891612662 - Animal Nutrition And Feeding/2024/matthews, K. Copy 1 108 9789389740172 - Educational Philosophy/2020/nibedita Guru / Binaya Bhusan Mohapatra Ganesh Panda / Sujatha M. Copy 1 109 9789395577199 - Digital Electronics/2024/kumar, S. Copy 1 110 9789395577205 - Basic Electronics/2024/kumar, S. Copy 1 111 9798891612266 - Introduction To Agribusiness Management And Entrepreneurship/2024/mitchell, F. Copy 1 112 9781641722070 - Crop Production: Techniques And Technology/2023/ Ingram, L. Copy 1 113 9781984636850 - Computer Aided Drawing And Drafting/2020/3g E-learning Copy 1 114 9798891612440 - Introduction To Forensic Science/2024/hodges, M. Copy 1 115 9786214880287 - Special Crime Investigation 2 With Interview And Interrogation/2024/astilla, A. Et. Al. Copy 1 116 9789350306666 - Encyclopaedia Of Crime, Criminology And Forensic Science (2 Vols.)/2021/kumar, A./yadav, R.k. Copy 1 117 9781984680242 - 3g Handy Guide: Construction Operations And Supervision - 2nd Ed./3g E-learning/2023, Pb Copy 1 118 9789391383299 - A Glossary Of Soil Science/khambalkar/2023, Hb Copy 1 119 9798887153407 - Agribusiness Management/gilbert/2024, Hb Copy 1 120 9781774699010 - Apiculture/ Wafullah/ 2024, Hb Copy 2 121 9789388387682 - Applied Plant Anatomy And Plant Breeding/pragati/2024, Hb Copy 1 122 9780357766620 - Automotive Maintenance & Light Repair - 3rd Ed./thompson/2024, Pb Copy 1 123 9781119730996 - Barry's Introduction To Construction Of Buildings - 5th Ed./emmitt/2024, Pb Copy 1 124 9781984680402 - Basic Calculus - 3rd Ed./3g E-learning/2023, Pb Copy 1 125 9798887150871 - Biotechnology Of Plant Tissues/burnett/2023, Hb Copy 1 126 9798887153377 - Bridge Engineering/billington/2024, Hb Copy 1 127 9781119772408 - Building Codes Illustrated: A Guide To Understanding The 2021 International Building Code - 7th Ed./ching/2022, Pb Copy 1 128 9781119772514 - Building Codes Illustrated: The Basics/ching/2023, Pb Copy 1 129 9798887153391 - Civil Engineering: Construction Design And Management/maison/2024, Hb Copy 1 130 9781119895305 - Continuous Cover Forestry: Theories, Concepts And Implementation/pommerening/2024, Hb Copy 1 131 9781984688699 - Core Concepts In Engineering: Civil Engineering - 2nd Edition/arduman/2024, Pb Copy 1 132 9781984688675 - Core Concepts In Mathematics: Differential Equations - 2nd Edition/mashoko/2024, Pb Copy 1 133 9781984688644 - Core Concepts In Mathematics: Geometry - 2nd Edition/leo/2024, Pb Copy 1 134 9781984688682 - Core Concepts In Mathematics: Trigonometry - 2nd Edition/alwazeer/2024, Pb Copy 1 135 9798214031958 - Differential Equations With Boundary-vatue Problems - Metric Version 10th Edition/zill/2024, Pb Copy 1 136 9781984680464 - Disaster Readiness And Risk Reduction - 4th Edition/3g E-learning/2023, Pb Copy 1 137 9781119890904 - Ecological Silvicultural Systems: Exemplary Models For Sustainable Forest Management/palik/2024, Pb Copy 1 138 9781984688439 - Electrical Engineering Drawing - 2nd Edition/nollen/2024, Pb Copy 1 139 9780357618707 - Electricity For Refrigeration, Heating And Air Conditioning - 11th Edition/smith/2023, Hb Copy 1 140 9781266262494 - Engineering Circuit Analysis - 10th Edition/hayt, Jr./2024, Pb Copy 1 141 9780357684429 - Engineering Fundamentals: An Introduction To Engineering - 7th Si Edition/moaveni/2024, Pb Copy 1 142 9789395763028 - Entrepreneurship Development In Specialty Agriculture/kachroo/2023, Hb Copy 1 143 9781119476085 - Forest Ecology - 5th Edition/kashian/2023, Pb Copy 1 144 9781641167259 - Forest Ecology And Conservation: An Interdisciplinary Perspective/erickson/2024, Pb Copy 1 145 9798887150727 - Handbook Of Forests And Forestry/kumar/2023, Hb Copy 1 146 9781666868036 - Handbook Of Useful Fungi In Agriculture Sustainability/blackburn/2024, Hb Copy 1 147 9781984688149 - Illustrated Dictionary Of Algebra - 3rd Edition/harvey/2024, Pb Copy 1 148 9781641167178 - Introduction To Botany/ Sawyer/2023, Pb Copy 1 149 9781260598025 - Introduction To Environmental Engineering/davis/2023, 6th, Pb Copy 1 150 9781641730242 - Introduction To Renewable Energy/carter/2024, Pb Copy 1 151 9789358871289 - Mastering Agricultural Extension Education/jarial/2024, Pb Copy 1 152 9789395431712 - Mechanical Machine Design/singh/2023, Hb Copy 1 153 9781337904919 - Modern Hydronic Heating & Cooling: For Residential And Light Commercial Buildings - 4th Edition/siegenthaler/2023, Hb Copy 1 154 9798887153094 - Pest Management: Principles And Practices/ Kingston/ 2024, Hb Copy 1 155 9789395319263 - Pests Of Vegetables - 2nd Fully Revised And Enlarged Edition/laskar/2023, Hb Copy 1 156 9788119920259 - Plane Surveying/young/2024, Hb Copy 1 157 9780357543726 - Plant & Soil Science: Fundamentals And Applications - 2nd Edition/parker/2023, Hb Copy 1 158 9798887153117 - Plant Cell And Tissue Culture/marshall/2024, Hb Copy 1 159 9781647404505 - Plant Pathology And Plant Pathogens/bennett/2024, Pb Copy 1 160 9781266281624 - Plants And Society - 9th Edition/levetin/2024, Pb Copy 1 161 9780357026328 - Plumbing 101 - 7th Edition/phcc Ef/2025, Pb Copy 1 162 9780357684672 - Principles Of Foundation Engineering - 10th Si Edition/das/2024, Pb Copy 1 163 9781639896783 - Principles Of Soil Microbiology/silva/2023, Hb Copy 1 164 9781071818107 - Qualitative Research Writing: Credible And Trustworthy Writing From Beginning To End/salmona/2024, Pb Copy 1 165 9789394490789 - Seed Production Of Field Crops - 2nd Fully Revised And Enlarged Edition/mondal/2023, Hb Copy 1 166 9781264441389 - Teach Yourself Electricity And Electronics - 7th Edition/gibilisco/2022, Pb Copy 1 167 9780357766385 - Today's Technician: Automotive Electricity & Electronics (2 Books) - 8th Edition/hollembeak/2024, Pb Copy 1 168 9781337567336 - Today's Technician: Automotive Suspension & Steering Systems (2 Books) - 7th Edition/schnubel/2020, Pb Copy 1 169 9781799601470 - Veterinary Anatomy Of Domestic Mammals/sanderson/2023, Hb Copy 1 170 9789352691265 - Principles & Concepts Criminology/sharma/2019 Copy 1 171 9781835352533 - Investigation Of Crime Scene Techniques/wiltshira/2025 Copy 1 172 9789362245946 - Organized Crime Investigation/strohmeier/2025 Copy 1 173 9781774698600 - Fundamentals Of Forensic Linguistics/singla/2024 Copy 1 174 9781666888720 - Forensic Dna Technology/snow/2022 Copy 1 175 9781835350355 - Study Of Computer Crime And Forensics/blaylock E.c/2025 Copy 1 176 9781835352052 - Forensic Science Encyclopedia/m. Nelson/2025 Copy 1 177 9789352691524 - Criminology & Penology, Theories On Crime & Punishment/sharma/2019 Copy 1 178 9781835353479 - Technology Of Forensic Dna/geradts/2024 Copy 1 179 9781835353004 - Principles Of Fingerprint/simon A./2025 Copy 1 180 9781666888782 - The Science Examination Of Questioned Documents/bender/2022 Copy 1 181 Forensic Dna Analysis Made Simple/bagasra/2024 Copy 1 182 9789357510394 - Comparative Models And Policing/pandey/2023 Copy 1 183 9781912859733 - Automotive Engineering: Atomotive Transmissions And Transaxles/salas/2023 Copy 1 184 9781984681065 - 3ge Collection On Engineering: Hybrid Electric Vehicles3g E-learning/2023 Copy 1 185 9781984689238 - Core Concepts In Chemistry: Physical Chemistry (2nd Edition) (with Access Code)/tanaka/2024 Copy 1 186 9781984688446 - Electric Circuits (2nd Edition) (with Access Code)/tryon/2024 Copy 1 187 9781774697320 - Services Marketing And Customer Relationship Management/kumar/2024 Copy 1 188 9781984680235 - 3g Handy Guide: Retail Manager 2nd Ed W/ Dvd/3g E-learning/2023 Copy 1 189 9781774697276 - Production And Operations Management/sharma/2024 Copy 1 190 621-418-330-2 - The Blue Book - Reviewer For Board Licensure Examination For Criminologists Volume 1: Professional Courses/garcia/2024, Bp Copy 1 191 621-418-356-2 - The Blue Book - Reviewer For Board Licensure Examination For Criminologists: Volume 2: Area 2 A-c Major Courses/garcia/2024, Bp Copy 1 192 621-418-358-6 - The Blue Book - Reviewer For Board Licensure Examination For Criminologists Volume 3: Area 2 D-e Major Courses + Area 3 Special Courses/garcia/2024, Bp Copy 1 193 621-418-175-9 - Forensic Reviewer A Comprehensive Forensic And Criminalistics Reviewer/domingo/2021, Bp Copy 1 194 621-418-244-2 - Victimology A Comprehensive Guide To Practitioners/depayso/2022, Bp Copy 1 195 621-418-375-3 - Juvenile Delinquency & Juvenile Justice (ra 11131 & Blec Tos Compliance)/mariano Et Al/2024, Bp Copy 1 196 621-418-334-0 - Special Crime Investigation With Interview And Interrogation Protocols/domingo/2024, Bp Copy 1 197 621-418-346-3 - Introduction To The Forensic Sciences/taduran/2024, Bp Copy 1 198 621-418-303-6 - Specialized Crime Investigation With Legal Medicine/dascil /santos/2023, Bp Copy 1 199 621-418-327-2 - Dispute Resolutions And Crises / Incident Management/caño/2024, Bp Copy 1 200 621-418-302-9 - Fire Behavior & Arson Investigations, 4th Edition/bustria/2023, Bp Copy 1 201 621-418-374-6 - Criminology Criminal Sociology - A Comprehensive Reviewer/domingo Et Al/2024, Bp Copy 1 202 621-418-249-7 - Fingerprint - Uniqueness And Persistency Of Friction Ridge Skin Volume 1/rocamora/2023, Bp Copy 1 203 621-418-368-5 - Forensic Handwriting Examination - A Student Guide With Laboratory Activities/immatong/2024, Bp Copy 1 204 9780357676189 - Power System Analysis And Design Copy 1 205 9781292440996 - Introduction To Materials Science For Engineers Copy 1 206 9789811270154 - Handbook Of Accelerator Physics And Engineering Copy 1 207 9780357684429 - Engineering Fundamentals An Introduction To Engineering Copy 1 208 9781292725734 - Mechanics Of Materials (si) Copy 1 209 9788119205691 - Machine Elements Copy 1 210 9781266968365 - Fluid Mechanics: Fundamentals And Applications Copy 1 211 9781484289884 - Industrial Robotics Control: Mathematical Models Copy 1 212 9781119897743 - Sketchup For Interior Design: 3d Visualizing Copy 1 213 9789815097306 - The Nature Of Mathematics Copy 1 214 9781266152115 - Thermodynamics: An Engineering Approach Copy 1 215 9781266115837 - Statistics For Engineers And Scientists Copy 1 216 9789813313545 - Stern's Introductory Plant Biology Copy 3 217 9781266929892 - Shigley's Mechanical Engineering Design: 2024 Release Copy 1 218 9789814839815 - Advanced Engineering Mathematics, Metric Edit Copy 1 219 9789814846189 - Differential Equations With Boundary Value Problems Copy 1 220 9789814846493 - Engineering Fundamentals: An Introduction To Engineering Copy 1 221 9789814866262 - Engineering Mechanics: Dynamics Copy 1 222 9789719814474 - Engineering Drawing And Design: Solid Mensuration Copy 5 223 9789719820239 - Essential Mathematics For The Modern World Copy 1 224 9789815161120 - Calculus International Metric Edition Copy 1 225 9781394183869 - Chemistry: Core Concepts (print And Interactive Copy 1 226 9780357684429 - Engineering Fundamentals An Introduction To Engineering Copy 1 227 9781760427122 - Automotive Mechanics, Revised Edition Copy 1 228 9789719811152 - Principles And Reactions: Chemistry For Engineering Students Copy 2 229 9781107160002 - Mechanics Of Wave-seabed-structure Interact Copy 1 230 9789814846127 - Physics For Scientists And Engineers With Modern Physics Copy 1 231 9789719818106 - Mathematics In The Modem World: Outcomes-based Module Copy 1 232 9781292438221 - Physics For Scientists And Engineers: A Strategic Approach With Modern Physics, Global Edition, 5th Edition Copy 1 233 9781292725734 - Mechanics Of Materials (si) Copy 1 234 9780357684672 - Si Principles Of Foundation Engineering Copy 1 235 9788119677283 - Steel And Timber Design Copy 1 236 9781799601227 - Soil Microbiology Copy 1 237 9781292460208 - Statics And Mechanics Of Materials, Si Units Copy 1 238 9781119911906 - Automotive Handbook Copy 1 239 9780367758776 - Earthquake Science And Engineering Copy 1 240 9781266091797 - Engineering Economy Copy 2 241 9780357684429 - Engineering Fundamentals An Introduction To Engineering Copy 1 242 9780357766248 - Automotive Engines: Diagnosis, Repair, And Rebuilding Copy 1 243 9781760427122 - Automotive Mechanics, Revised Edition Copy 1 244 9780357766965 - Electrical Wiring Residential Copy 1 245 9780357908426 - Calculus: Earty Transcendental Functions, International Metric Edition Copy 1 246 9781292451930 - Engineering Mechanics: Dynamics, Si Units Copy 1 247 9781484296448 - Build Autonomous Mobile Robot From Scratch Using Ros Copy 1 248 9781071884607 - Transforming Schools For Multilingual Leamers Copy 1 249 9781266152115 - Thermodynamics: An Engineering Approach Copy 1 250 9780357766392 - Today's Technician: Automotive Electricity And Electronics Classroom Manual Copy 1 251 9781266277474 - Technology Of Machine Tools Copy 1 252 9789719817253 - Technopreneurship Tech To Go: A Student's Guide To Bringing Technology To The Market Copy 1 253 9781260547887 - Statistics For Engineers And Scientists Copy 1 254 9781266152115 - Thermodynamics: An Engineering Approach Copy 1 255 9780357766392 - Today's Technician: Automotive Electricity And Electronics Classroom Manual Copy 1 256 9788119365098 - Workshop Theory And Practice Copy 1 257 9781266277474 - Technology Of Machine Tools Copy 1 258 9781266929892 - Shigley's Mechanical Engineering Design: 2024 Release Copy 1 259 9781394199501 - Power Systems: Fundamental Concepts And The Transition To Sustainability Copy 1 260 9781394177820 - Willis's Elements Of Quantity Surveying Copy 1 261 9781032137995 - Bioenergy Engineering Copy 1 262 9780128211793 - Chemical Engineering Design: Principles, Practice And Economics Of Plant And Process Design Copy 1 263 9781119718932 - Electron Flow In Organic Chemistry: A Decision-based Guide To Organic Mechanisms Copy 1 264 9780357760451 - Differential Equations With Boundary - Value Problems Copy 1 265 9780357719428 - Energy: It's Use And The Environment Copy 1 266 9780357766248 - Automotive Engines: Diagnosis, Repair, And Rebuilding Copy 1 267 9780357908426 - 9780357908426 - Calculus: Earty Transcendental Functions, International Metric Edition Copy 1 268 9783030793777 - Electronic Circuit Design And Application Copy 1 269 9783031296840 - Education And Research For The Future: Engineering As An Illustrative Case Copy 1 270 9789719820031 - Mathematics In The Modem World Copy 1 271 9780357675854 - Environmental Engineering And Sustainable Design Copy 1 272 9781292440996 - Introduction To Materials Science For Engineers Copy 1 273 9781292444048 - Engineering Mechanics: Statics, Si Units (book) Copy 1 274 9789719820239 - Essential Mathematics For The Modern World Copy 1 275 9789813351684 - Engineering Mechanics: Statics & Dynamics Copy 1 276 9789719822530 - Foundation Of Social Studies Copy 1 277 9781666871357 - Matlab: An Introduction Mathematical Computation Copy 1 278 9781266968365 - Fluid Mechanics: Fundamentals And Applications Copy 1 279 9781484289884 - Industrial Robotics Control: Mathematical Models Copy 1 280 9781266159244 - Organic Chemistry Copy 1 281 9783031134357 - Introduction To Intelligent Construction Technology Copy 1 282 9780357684672 - Si Principles Of Foundation Engineering Copy 1 283 9781799600794 - Forest Biodiversity And Its Conservation Practice Copy 1 284 9781799600817 - Forest Genetics And Tree Breeding Copy 1 285 9781799600824 - Forest Management And Sustainable Development Copy 1 286 9780357766712 - Illustrated Guide To The National Electrical Code Copy 1 287 9780357026328 - Plumbing 101 Copy 1 288 9781292440996 - Introduction To Materials Science For Engineers Copy 1 289 9789811270154 - Handbook Of Accelerator Physics And Engineering Copy 1 290 9780357684429 - Engineering Fundamentals An Introduction To Engineering Copy 1 291 9781292725734 - Mechanics Of Materials (si) Copy 1 292 9781266968365 - Fluid Mechanics: Fundamentals And Applications Copy 1 293 9781484289884 - Industrial Robotics Control: Mathematical Models Copy 1 294 9781119897743 - Sketchup For Interior Design: 3d Visualizing Copy 1 295 9789719820437 - The Contemporary World Copy 10 296 9789815097306 - The Nature Of Mathematics Copy 1 297 9781266152115 - Thermodynamics: An Engineering Approach Copy 1 298 9781266115837 - Statistics For Engineers And Scientists Copy 1 299 9789813313545 - Stern's Introductory Plant Biology Copy 3 300 9781266929892 - Shigley's Mechanical Engineering Design: 2024 Release Copy 1 301 9789814839815 - Advanced Engineering Mathematics, Metric Edit Copy 3 302 9789814846189 - Differential Equations With Boundary Value Problems Copy 3 303 9789814846493 - Engineering Fundamentals: An Introduction To Engineering Copy 3 304 9789814866262 - Engineering Mechanics: Dynamics Copy 3 305 9789719814474 - Engineering Drawing And Design: Solid Mensuration Copy 5 306 9789719820239 - Essential Mathematics For The Modern World Copy 10 307 9789815161120 - Calculus International Metric Edition Copy 3 308 9781394183869 - Chemistry: Core Concepts (print And Interactive Copy 1 309 9780357684429 - Engineering Fundamentals An Introduction To Engineering Copy 1 310 9781760427122 - Automotive Mechanics, Revised Edition Copy 1 311 9789719811152 - Principles And Reactions: Chemistry For Engineering Students Copy 3 312 9789814846127 - Physics For Scientists And Engineers With Modern Physics Copy 3 313 9789719818106 - Mathematics In The Modem World: Outcomes-based Module Copy 10 314 9781292438221 - Physics For Scientists And Engineers: A Strategic Approach With Modern Physics, Global Edition, 5th Edition Copy 1 315 9781292725734 - Mechanics Of Materials (si) Copy 1 316 9780357684672 - Si Principles Of Foundation Engineering Copy 1 317 9788119677283 - Steel And Timber Design Copy 2 318 9781799601227 - Soil Microbiology Copy 1 319 9781292460208 - Statics And Mechanics Of Materials, Si Units Copy 1 320 9781119911906 - Automotive Handbook Copy 1 321 9780367758776 - Earthquake Science And Engineering Copy 1 322 9781266091797 - Engineering Economy Copy 3 323 9780357684429 - Engineering Fundamentals An Introduction To Engineering Copy 1 324 9780357766248 - Automotive Engines: Diagnosis, Repair, And Rebuilding Copy 1 325 9781760427122 - Automotive Mechanics, Revised Edition Copy 1 326 9780357766965 - Electrical Wiring Residential Copy 1 327 9780357908426 - Calculus: Earty Transcendental Functions, International Metric Edition Copy 1 328 9781292451930 - Engineering Mechanics: Dynamics, Si Units Copy 1 329 9781484296448 - Build Autonomous Mobile Robot From Scratch Using Ros Copy 1 330 9781071884607 - Transforming Schools For Multilingual Leamers Copy 1 331 9781266152115 - Thermodynamics: An Engineering Approach Copy 1 332 9783031095917 - Traffic Engineering Copy 1 333 9780357908549 - Transportation: A Global Supply Chain Perspective Copy 1 334 9780357766392 - Today's Technician: Automotive Electricity And Electronics Classroom Manual Copy 1 335 9781266277474 - Technology Of Machine Tools Copy 1 336 9789719817253 - Technopreneurship Tech To Go: A Student's Guide To Bringing Technology To The Market Copy 10 337 9781260547887 - Statistics For Engineers And Scientists Copy 3 338 9781266152115 - Thermodynamics: An Engineering Approach Copy 1 339 9780357766392 - Today's Technician: Automotive Electricity And Electronics Classroom Manual Copy 1 340 9789719822677 - Purposive Communication In The 21st Century Copy 10 341 9788119365098 - Workshop Theory And Practice Copy 1 342 9781266277474 - Technology Of Machine Tools Copy 1 343 9781266929892 - Shigley's Mechanical Engineering Design: 2024 Release Copy 1 344 9781394199501 - Power Systems: Fundamental Concepts And The Transition To Sustainability Copy 1 345 9781394177820 - Willis's Elements Of Quantity Surveying Copy 1 346 9781284272383 - Ems Safety Course Manual Copy 1 347 9780357760451 - Differential Equations With Boundary - Value Problems Copy 1 348 9780357766248 - Automotive Engines: Diagnosis, Repair, And Rebuilding Copy 1 349 9780357908426 - 9780357908426 - Calculus: Earty Transcendental Functions, International Metric Edition Copy 1 350 9783030793777 - Electronic Circuit Design And Application Copy 1 351 9789719820031 - Mathematics In The Modem World Copy 10 352 9780357675854 - Environmental Engineering And Sustainable Design Copy 1 353 9781292440996 - Introduction To Materials Science For Engineers Copy 2 354 9781292444048 - Engineering Mechanics: Statics, Si Units (book) Copy 1 355 9789719820239 - Essential Mathematics For The Modern World Copy 10 356 9789813351684 - Engineering Mechanics: Statics & Dynamics Copy 3 357 9781119883302 - Highway Engineering Copy 1 358 9781119879435 - Ethics, Technology, And Engineering - An Introduction Copy 1 359 9789719822530 - Foundation Of Social Studies Copy 3 360 9781666871357 - Matlab: An Introduction Mathematical Computation Copy 1 361 9781266968365 - Fluid Mechanics: Fundamentals And Applications Copy 2 362 9781484289884 - Industrial Robotics Control: Mathematical Models Copy 2 363 9789719820505 - Science, Technology And Society: An Evidence-driven Outcomes-based Module Copy 10 364 9781266159244 - Organic Chemistry Copy 1 365 9781394175710 - Planning For Community Copy 1 366 9783031134357 - Introduction To Intelligent Construction Technology Copy 1 367 9780357684672 - Si Principles Of Foundation Engineering Copy 1 368 9780357766712 - Illustrated Guide To The National Electrical Code Copy 1 369 9780357026328 - Plumbing 101 Copy 1 370 Filipino Sa Iba't Ibang Disiplina/billy/2024 Copy 5 371 Sangguniang Aklat Ng Gramatika At Pagbuo Ng Mapa Sa Wika/alvarado/2023 Copy 5 372 Panimulang Lingwistika Pandalubhasaan/lonez/2021 Copy 5 373 Intoduksyon Sa Pananaliksik Sa Wika At Panitikan/alvarado/2022 Copy 5 374 Intoduksyon Sa Pag-aaral Ng Wika Pandalubhasaan/balawan/2021 Copy 5 375 Panitikang Panlipunan/acopra/2020 Copy 5 376 Introduction To Discreet Mathematics/2023/sirug Copy 10 377 Jose Rizal: The Man And The Hero/pasigui/2024 Copy 10 378 Life And Works Of Dr. Jose Rizal/2024/pangilinan Copy 10 379 Readings In Philippine History/baes/2025 Copy 10
Closing Date4 Mar 2025
Tender AmountPHP 1.9 Million (USD 32.9 K)

Rail Land Development Authority - RLDA Tender

Civil And Construction...+3Consultancy Services, Education And Training Services, Civil And Architectural Services
India
Tender Id: RLDA/RFP/CT-05 of 2025-Consultant selection for architectural services to upgrade training institutes and HR facilities at IRIEEN Nashik | Selection Of Consultant For Providing Comprehensive Architectural And Other Services For Capacity/augmentation And Upgradation Of Training Institutes And Hr Facilities For Integrated Skill Development Of Railway Employees At Irieen, Nashik.
Closing Date11 Apr 2025
Tender AmountINR 19.8 Million (USD 228.6 K)

Engineering Projects India Limited - EPI Tender

Works
Consultancy Services...+1Civil And Architectural Services
India
Tender Id: EPI/CO/CON/NU/895 Architectural and Engineering Consultancy Services for various works/ services as defined in scope of work, for the project of Nagaland University in various locations. | Architectural And Engineering Consultancy Services For Various works/ Services As Defined In Scope Of Work, For The Project Of
Closing Date13 May 2025
Tender AmountINR 1.9 Billion (USD 22 Million)

BULACAN AGRICULTURAL STATE COLLEGE Tender

Philippines
Details: Description Bulacan Agricultural State College San Ildefonso, Bulacan 3010 Procurement Of Goods 2025-01g: Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub Fy 2025 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B. Specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign-assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….4 Section I. Invitation To Bid……………………………………………………..7 Section Ii. Instructions To Bidders…………………………………………...10 1. Scope Of Bid ………………………………………………………………………. 11 2. Funding Information………………………………………………………………. 11 3. Bidding Requirements ……………………………………………………………. 11 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 11 5. Eligible Bidders…………………………………………………………………… 11 6. Origin Of Goods ………………………………………………………………….. 12 7. Subcontracts ……………………………………………………………………… 12 8. Pre-bid Conference ………………………………………………………………. 12 9. Clarification And Amendment Of Bidding Documents …………………………… 12 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 12 11. Documents Comprising The Bid: Financial Component …………………………... 13 12. Bid Prices …………………………………………………………………………. 13 13. Bid And Payment Currencies ……………………………………………………… 14 14. Bid Security ………………………………………………………………………. 14 15. Sealing And Marking Of Bids ……………………………………………………… 14 16. Deadline For Submission Of Bids …………………………………………………. 14 17. Opening And Preliminary Examination Of Bids ………………………………….. 15 18. Domestic Preference ……………………………………………………………… 15 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 15 20. Post-qualification ………………………………………………………………… 16 21. Signing Of The Contract …………………………………………………………… 16 Section Iii. Bid Data Sheet …………………………………………………..17 Section Iv. General Conditions Of Contract ……………………...………..19 1. Scope Of Contract ………………………………………………………………… 20 2. Advance Payment And Terms Of Payment ……………………………………….. 20 3. Performance Security ……………………………………………………………. 20 4. Inspection And Tests ……………………………………………………………… 20 5. Warranty …………………………………………………………………………. 21 6. Liability Of The Supplier ………………………………………………………….. 21 Section V. Special Conditions Of Contract ………………………………….22 Section Vi. Schedule Of Requirements ……………………………………....30 Section Vii. Technical Specifications …………………………………………34 Section Viii. Checklist Of Technical And Financial Documents …………..38 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Bulacan Agricultural State College San Ildefonso, Bulacan 3010 Invitation To Bid For 2025-01g: Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub 1. The Bulacan Agricultural State College, Through The Gaa Capital Outlay Fy 2025 Intends To Apply The Sum Of One Billion Pesos Pesos (php1,000,000,000.00) Being The Abc To Payments Under The Contract For Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bulacan Agricultural State College Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required With Contract Duration Of 280 Calendar Days. Bidders Should Have Completed, Within The Last Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Bulacan Agricultual State College And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8am To 4:30pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16, 2025 To February 7, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php75,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting The Receipt Upon Submission Of Their Bid Documents. 6. The Bulacan Agricultural State College Will Hold A Pre-bid Conference On January 24, 2025, 09:00 Am Via Zoom Platform (meeting Id: 853 1254 4715, Passcode: 578270) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 08:30 Am Of February 7, 2025. 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 14. 9. Bid Opening Shall Be On February 7, 2025, 09:00 Am At The Conference Room, Administration Building, Basc, San Ildefonso, Bulacan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Observers Will Be Invited To Attend And Witness The Bid Proceedings. 11. The Bulacan Agricultural State College Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Rona Angela O. Clarin Bac Secretariat Head Bulacan Agricultural State College Brgy. Pinaod, San Ildefonso, Bulacan (044) 697-1240 And 0923-108-1526 Ronaangela_clarin@basc.edu.ph Www.basc.edu.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://www.basc.edu.ph January 16, 2025 (sgd) Ronald Reagan T. Alonzo,ph.d. Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1. Scope Of Bid The Procuring Entity, Bulacan Agricultural State College Wishes To Receive Bids For The Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub With Identification Number 2025-01g. The Procurement Project (referred To Herein As “project”) Is Composed Of Twenty-eight (28) Components The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For Gaa Fy 2025 In The Amount Of Php1,000,000,000.00 2.2. The Source Of Funding Is: A. Nga, The General Appropriations Act Of 2025. 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 Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. Not Applicable. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To At Least Fifty Percent (50%) Of The Abc Or Have Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. 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 At Its Physical Address 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 Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within The Last Five (5) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 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 Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In Philippine Pesos. 14. Bid Security 14.1. 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. 14.2. The Bid And Bid Security Shall Be Valid Until 120 Days From The Opening Of Bids. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The Original Of The First And Second Components Of Its Bid And Plus Two (2) Copies Of Each Kind, Labeled As Copy 1 And Copy 2 Duly Signed By The Authorized Representative Of The Bidder. 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 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. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. 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. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As One Project Having Several Items That Shall Be Awarded As One Contract. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.1. Not Applicable 20.2. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Notes On The Bid Data Sheet The Bid Data Sheet (bds) Consists Of Provisions That Supplement, Amend, Or Specify In Detail, Information, Or Requirements Included In The Itb Found In Section Ii, Which Are Specific To Each Procurement. This Section Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb And Has To Be Prepared For Each Specific Procurement. The Procuring Entity Should Specify In The Bds Information And Requirements Specific To The Circumstances Of The Procuring Entity, The Processing Of The Procurement, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing The Bds, The Following Aspects Should Be Checked: A. Information That Specifies And Complements Provisions Of The Itb Must Be Incorporated. B. Amendments And/or Supplements, If Any, To Provisions Of The Itb As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply, Delivery, Installation, Commissioning And Set-up Of Ict Materials And Laboratory Equipment With Any Of The Two (2) Components As Follows: 1. Productivity Software And/or Licenses 2. Hardware Such As Servers, Desktops And/or Laptops 3. Closed-circuit Television (cctv) 4. Smart Solar Lighting Systems 5. Network Infrastructure B. Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids That Is Equivalent To 50% Of Abc Or Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; 7.1 Subcontracting Is Not Allowed. 12 The Bid Prices Of Goods And Services Supplied From Outside Of The Philippines Shall Be Quoted In Philippine Pesos. 14.1 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 Php20,000,000.00 [(2%) Of The Abc] If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Php50,000,000.00[(5%) Of The Abc], If Bid Security Is In Surety Bond. 19.3 The Project Will Be Awarded As A Single Project. 20.2 1. Income Tax Return (form 1701/1702) With Audited Financial Statement., 2. Business Tax Return (forms 2550m And 2550q) Prior To Opening Of Bids Filed Thru Electronic Filing And Payment System (efps). Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing And Payment System (efps) Shall Be Accepted. 21.2 Not Applicable Section Iv. General Conditions Of Contract Notes On The General Conditions Of Contract The General Conditions Of Contract (gcc) In This Section, Read In Conjunction With The Special Conditions Of Contract In Section V And Other Documents Listed Therein, Should Be A Complete Document Expressing All The Rights And Obligations Of The Parties. Matters Governing Performance Of The Supplier, Payments Under The Contract, Or Matters Affecting The Risks, Rights, And Obligations Of The Parties Under The Contract Are Included In The Gcc And Special Conditions Of Contract. Any Complementary Information, Which May Be Needed, Shall Be Introduced Only Through The Special Conditions Of Contract. 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. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Notes On The Special Conditions Of Contract Similar To The Bds, The Clauses In This Section Are Intended To Assist The Procuring Entity In Providing Contract-specific Information In Relation To Corresponding Clauses In The Gcc Found In Section Iv. The Special Conditions Of Contract (scc) Complement The Gcc, Specifying Contractual Requirements Linked To The Special Circumstances Of The Procuring Entity, The Procuring Entity’s Country, The Sector, And The Goods Purchased. In Preparing This Section, The Following Aspects Should Be Checked: A. Information That Complements Provisions Of The Gcc Must Be Incorporated. B. Amendments And/or Supplements To Provisions Of The Gcc As Necessitated By The Circumstances Of The Specific Purchase, Must Also Be Incorporated. However, No Special Condition Which Defeats Or Negates The General Intent And Purpose Of The Provisions Of The Gcc Should Be Incorporated Herein. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: “the Delivery Terms Applicable To This Contract Are Delivered At Basc, San Ildefonso, Bulacan. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Dr. Ma. Melanie A. Cruz And Mr. Florentino S. Casuco, Jr. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E. Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof 2.2 The Terms Of Payment Shall Be As Follows: 15% : Upon Submission Of Signed Contract 25% : Submission And Acceptance Of Detailed Work Plan And Systems Design 1. University Information System 2. Learning Management System 3. Cashiering System 4. Human Resource Management System & Time Keeping System 5. Payroll Management System 6. Assets & Fleet Management System 7. Document Management System 8. Trouble Ticketing System 9. Queuing / Appointment System 10. Executive Information System 11. Campus Portal System 12. University Library System 13. Econference Room W/ Video Conferencing 14. Internet Connectivity 15. Campus Network System 16. Fiber Optics Works 17. Structured Cabling Works 18. It Security Operations Center & Network Operations Center 19. Campus Data Center Upgrade 20. Data Center Network Switches 21. Data Center Compute System & Data Center Block And File Storage System 22. Data Center Backup And Recovery System 23. Cloud Infrastructure 24. Ip-pabx System 25. Software & Networking Laboratories 26. E-classroom, E-room Infrastructure And Smart Led Solar Powered Light 27. E-library Infrastructure 28. Smart Function Hall 26.43% 1st Batch Hardware Completion Of Equipment Deliverables For The Following Components At Basc Facility 1. It Security Operations Center & Network Operations Center 2. Campus Data Center Upgrade 3. Data Center Network Switches 4. Data Center Compute System & Data Center Block And File Storage System 5. Data Center Backup And Recovery System 6. Ip-pabx System 7. Software & Networking Laboratories 8. E-classroom, E-room Infrastructure And Smart Led Solar Powered Light 9. E-library Infrastructure 10. Smart Function Hall 11. Campus Network System 12. Fiber Optics Works 13. Structured Cabling Works 14. Human Resource Management System & Time Keeping System 15. Document Management System 16. Queuing / Appointment System 1st Batch User Acceptance Testing (uat) Completion For The Following System Components At Basc Facility 1. Human Resource Management System & Time Keeping System 2. Payroll Management System 3. Assets & Fleet Management System 4. Document Management System 5. Trouble Ticketing System 6. Queuing / Appointment System 7. Campus Portal System 23.57% 2nd Batch Hardware Completion Of Equipment Deliverables For The Following Components At Basc Facility 1. Internet Connectivity 2. University Library System 3. Econference Room W/ Video Conferencing 2nd Batch User Acceptance Testing (uat) Completion For The Following System Components At Basc Facility 1. Cloud Infrastructure 2. University Information System 3. Learning Management System 4. Executive Information System 5. University Library System Hardware Installation, Configuration And Integration 1. Campus Network System 2. Structured Cabling Works 3. It Security Operations Center & Network Operations Center 4. Data Center Network Switches 5. Data Center Backup And Recovery System 6. Ip-pabx System 7. E-library Infrastructure Acceptance Of Volume Testing 1. University Information System 2. Learning Management System 3. Cashiering System 4. Human Resource Management System & Time Keeping System 5. Payroll Management System 6. Assets & Fleet Management System 7. Document Management System 8. Trouble Ticketing System 9. Queuing / Appointment System 10. Executive Information System 11. Campus Portal System 12. University Library System 13. Econference Room W/ Video Conferencing : Completion Of Training 1. University Information System 2. Learning Management System 3. Cashiering System 4. Human Resource Management System & Time Keeping System 5. Payroll Management System 6. Assets & Fleet Management System 7. Document Management System 8. Trouble Ticketing System 9. Queuing / Appointment System 10. Executive Information System 11. Campus Portal System 12. University Library System 13. Econference Room W/ Video Conferencing 14. Campus Network System 15. It Security Operations Center & Network Operations Center 16. Campus Data Center Upgrade 17. Data Center Backup And Recovery System 18. Smart Function Hall 10% : Project Acceptance And Turnover 1. University Information System 2. Learning Management System 3. Cashiering System 4. Human Resource Management System & Time Keeping System 5. Payroll Management System 6. Assets & Fleet Management System 7. Document Management System 8. Trouble Ticketing System 9. Queuing / Appointment System 10. Executive Information System 11. Campus Portal System 12. University Library System 13. Econference Room W/ Video Conferencing 14. Internet Connectivity 15. Campus Network System 16. Fiber Optics Works 17. Structured Cabling Works 18. It Security Operations Center & Network Operations Center 19. Campus Data Center Upgrade 20. Data Center Network Switches 21. Data Center Compute System & Data Center Block And File Storage System 22. Data Center Backup And Recovery System 23. Cloud Infrastructure 24. Ip-pabx System 25. Software & Networking Laboratories 26. E-classroom And E-room Infrastructure And Smart Led Solar Powered Light 27. E-library Infrastructure 28. Smart Function Hall 4 The Inspections And Tests That Will Be Conducted Are: On Site Testing Of All Items To Be Procured. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Delivered, Weeks/months 1 University Information System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 2 Learning Management System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 3 Innovative Cashiering System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 4 Human Resource Management System & Time Keeping System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 5 Payroll Management System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 6 Assets & Fleet Management System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 7 Document Management System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 8 Trouble Ticketing System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 9 Queuing System / Appointment System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 10 Executive Information System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 11 Campus Portal System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 12 University Library System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 13 Econference Room W/ Video Conferencing 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 14 Internet Connectivity 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 15 Campus Network System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 16 Fiber Optics Works 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 17 Structured Cabling Works 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 18 It Security Operations Center & Network Operations Center 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 19 Campus Data Center Upgrade 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 20 Data Center Network Switches (network Infrastructure) 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 21 Data Center Compute System & Data Center Block & File Storage System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 22 Data Center Backup And Recovery System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 23 Basc Cloud Infrastructure 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 24 Ip-pabx System 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 25 Software And Networking Laboratories 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 26 E-classroom And E-room Infrastructure And Smart Led Solar Powered Light 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 27 E-library Infrastructure 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed 28 Smart Function Hall 1 Lot 280 Calendar Days From Receipt Of Notice To Proceed For Details See Terms Of Reference [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Section Vii. Technical Specifications Notes For Preparing The Technical Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Their Bids. In The Context Of Competitive Bidding, The Specifications (e.g. Production/delivery Schedule, Manpower Requirements, And After-sales Service/parts, Descriptions Of The Lots Or Items) Must Be Prepared To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured. Only If This Is Done Will The Objectives Of Transparency, Equity, Efficiency, Fairness , And Economy In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation And Post-qualification Facilitated. The Specifications Should Require That All Items, Materials And Accessories To Be Included Or Incorporated In The Goods Be New, Unused, And Of The Most Recent Or Current Models, And That They Include Or Incorporate All Recent Improvements In Design And Materials Unless Otherwise Provided In The Contract. Samples Of Specifications From Previous Similar Procurements Are Useful In This Respect. The Use Of Metric Units Is Encouraged. Depending On The Complexity Of The Goods And The Repetitiveness Of The Type Of Procurement, It May Be Advantageous To Standardize The General Technical Specifications And Incorporate Them In A Separate Subsection. The General Technical Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Manufacturing Similar Goods. Deletions Or Addenda Should Then Adapt The General Technical Specifications To The Particular Procurement. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Equipment, Materials, And Workmanship, Recognized Philippine And International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Equipment, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure At Least A Substantially Equal Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Special Conditions Of Contract Or The Technical Specifications. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Technical Specifications To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished Or Tested, The Provisions Of The Latest Edition Or Revision Of The Relevant Standards And Codes Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure Substantial Equivalence To The Standards And Codes Specified Will Be Acceptable. Reference To Brand Name And Catalogue Number Should Be Avoided As Far As Possible; Where Unavoidable They Should Always Be Followed By The Words “or At Least Equivalent.” References To Brand Names Cannot Be Used When The Funding Source Is The Gop. Where Appropriate, Drawings, Including Site Plans As Required, May Be Furnished By The Procuring Entity With The Bidding Documents. Similarly, The Supplier May Be Requested To Provide Drawings Or Samples Either With Its Bid Or For Prior Review By The Procuring Entity During Contract Execution. Bidders Are Also Required, As Part Of The Technical Specifications, To Complete Their Statement Of Compliance Demonstrating How The Items Comply With The Specification. Technical Specifications Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 University Information System 2 Learning Management System 3 Innovative Cashiering System 4 Human Resource Management System & Time Keeping System 5 Payroll Management System 6 Assets & Fleet Management System 7 Document Management System 8 Trouble Ticketing System 9 Queuing System / Appointment System 10 Executive Information System 11 Campus Portal System 12 University Library System 13 Econference Room W/ Video Conferencing 14 Internet Connectivity 15 Campus Network System 16 Fiber Optics Works 17 Structured Cabling Works 18 It Security Operations Center & Network Operations Center 19 Campus Data Center Upgrade 20 Data Center Network Switches (network Infrastructure) 21 Data Center Compute System & Data Center Block & File Storage System 22 Data Center Backup And Recovery System 23 Basc Cloud Infrastructure 24 Ip-pabx System 25 Software And Networking Laboratories 26 E-classroom And E-room Infrastructure And Smart Led Solar Powered Light 27 E-library Infrastructure 28 Smart Function Hall For Details See Terms Of Reference [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Republic Of The Philippines Bulacan Agricultural State College Address: Pinaod, San Ildefonso, Bulacan Website: Https://basc.edu.ph/ Tel/fax No.: (044) 931 8660 Terms Of Reference Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub   Definition Of Terms Key Description Internet-based Application A Client/server Application That Uses Standard Internet Protocols For Connecting The Client To The Server. Acl Access Control List Ap Transmit Power Access Point Transmit Power Aec Acoustic Echo Cancellation Ad Database Active Directory Database Arp Address Resolution Protocol Awg American Wire Gauge Api Application Programming Interface Abc Approved Budget Cost Ai Rf Artificial Intelligence Radio Frequency Afms Assets & Fleet Management System Aes/ebu Audio Engineering Society / European Broadcasting Union Ah Authentication Header Ajb Auto Jitter Buffer Agc Automatic Gain Control Agronomy The Application Of Science And Technology From The Fields Of Biology, Chemistry, Economics, Ecology, Soil Science, Water Science, Pest Management, And Genetics To The Improvement And Management Of The World's Major Food Crops. Animal Husbandry The Branch Of Agriculture Is Concerned With Animals That Are Raised For Meat, Fiber, Milk, Or Other Products. It Includes Day-to-day Care, Management, Production, Nutrition, Selective Breeding, And Livestock Raising. Anpr Camera Automatic Number Plate Recognition Camera Basc Bulacan Agricultural State College Bunas Bulacan National Agricultural School Bi Dashboard Business Intelligence Dashboard Cmmi5 Capability Maturity Model Integration 5 Cpu Central Processing Unit Ca Certificate Authentication Certificate Authority Certificate Authentication Cor Certificate Of Registration Ceh Certification Certified Ethical Hacker Certification Cgeit Certified In The Governance Of Enterprise It Isc Certified Information Systems Security Professional Cpmp Certified Project Management Practitioner Cos Class Of Service Cctv Closed-circuit Television Cng Comfort Noise Generation Dtr Daily Time Record Dpa Data Privacy Act [r.a. No. 10173] Db Decibel Dbm Department Of Budget And Management Dscp Differentiated Services Code Point Dsp Digital Signal Processing Dvi Digital Visual Interface Dss Direct Station Selection Dr Drills Disaster Recovery Drills Dms Document Management System Dns Domain Name System Ddr4 Double Data Rate 4 Dfp Dynamic Fabric Provisioning Dhcp Dynamic Host Configuration Protocol Dps Dynamic Path Selection Ecc Employee Compensation Contribution Esp Encapsulating Security Payload Eis Executive Information System Xlr External Line Return Fpi Fabric Performance Impact Fspf Fabric Shortest Path First Foc Fiber Optic Cable Ftp File Transfer Protocol Fdmi Flat Display Mounting Interface Fhd Ir Full High Definition Infrared Camera Fqdn Fully Qualified Domain Name Fdm Fused Deposition Modeling Gbe Gigabit Ethernet Gb Gigabyte Gbps Gigabyte Per Second Gui Graphical User Interface Gddr5 Graphics Double Data Rate 5 Hdd Hard Disk Drive Hi-fi High Fidelity Hdmi High-definition Multimedia Interface Hf Amplifier High-frequency Amplifier Hris Human Resource Information System Http Hypertext Transfer Protocol Ict Information And Communications Technology Ict Information Communication Technology Itil Certification Information Technology Infrastructure Library Certification Ir Infrared Radiation Ir/rgb Infra-red/red, Green And Blue Ieee Institute Of Electrical And Electronics Engineers Ipmi Intelligent Platform Management Interface Iec Standard International Electrotechnical Commission Standard Iso International Organization For Standardization Igmp Internet Group Management Protocol Ike Internet Key Exchange Ip Internet Protocol Ipofc Internet Protocol Over Fibre Channel Ip-pabx Internet Protocol Private Branch Exchange Ipsec Internet Protocol Security Ipv4 Internet Protocol Version 4 Ipv6 Internet Protocol Version 6 Isp Internet Service Provider Isl Trunking Inter-switch Link Trunking Management Tunnel Encryption It Is A Secure Channel Or Connection Established Between A Management Station And A Network Device To Remotely Manage And Configure The Device. Intelligent Load Balancing It Is The Technique Used In Computer Networking And Server Management To Distribute Incoming Network Traffic Or Workload Across Multiple Servers Or Resources In A Way That Optimizes Resource Utilization, Improves Performance, And Ensures High Availability. Kpi Key Performance Indicator Kvm Keyboard, Video, Mouse Lms Learning Management System Ldap Lightweight Directory Access Protocol Lacp Link Aggregation Control Protocol Lan Local Area Network Lf Amplifier Low-frequency Amplifier Mac Media Access Control Mp Megapixels Ms Milliseconds Mcb Miniature Circuit Breaker Maps Monitoring And Alerting Policy Suite M-lag Multichassis Link Aggregation Group Mimo Multiple-input And Multiple-output Nhmfc National Home Mortgage Finance Corporation Nat Network Address Translation Nat-t Network Address Translation-traversal Ndi Network Device Interface Nic’s Network Interface Cards Nvme Network Address Translation Ops Open Pluggable Specification Ospf Open Shortest Path First Oem Original Equipment Manufacturer Oem Certification Original Equipment Manufacturer Certification Pppoe Point-to-point Protocol Over Ethernet Pptp Point-to-point Tunneling Protocol Pvc Polyvinyl Chloride Pdu Power Distribution Unit Poe Power Over Ethernet Pacu Precision Air-conditioning Units Pc Project Category Psc Project Sub– Category Rfid Radio Frequency Identification Ram Random Access Memory Rdp Read Diagnostics Parameter Rstp Real-time Streaming Protocol Rj Registered Jack Rdbms Relational Database Management System Rh Relative Humidity Rcs Reliable Commit Service Rog Report Of Grades Rotc Reserve Officers' Training Corps Rpm Revolutions Per Minute Rip Routing Information Protocol Srtp Secure Real-time Transport Protocol Ssl Secure Sockets Layer Ssl Vpn Secure Sockets Layer Virtual Private Network Sata Serial Advanced Technology Attachment Sp Service Provider Ssid Service Set Identifier Sip Session Initiation Protocol Stp Shielded Twisted Pair Sms Short Message Service Sns Simple Name Server Sso Single Sign-on Sddq Slow Drain Device Quarantine Sddq Slow Drain Device Quarantine Sfp Small Form-factor Pluggable Cadre A Small Group Of People Specially Trained For A Particular Purpose Or Profession. Ssd Solid State Drive Spl Sound Pressure Level Soa Statement Of Account San Storage Area Network Sqlnet Structured Query Language Network Tb Terabyte Encrypted Communication The Process Of Encoding Information In Such A Way That Only Authorized Parties Can Access And Understand It. Tat Time & Attendance Terminal Tor Transcript Of Records Tcp/ip Transmission Control Protocol/internet Protocol Tls Transport Layer Security Tftp Trivial File Transfer Protocol Uhd Ultra High Definition Ups Uninterruptible Power Supply Usb Universal Serial Bus Uis University Information System Utp Unshielded Twisted Pair Udp User Datagram Protocol Ui User Interface Vga Video Graphics Array Vram Video Random-access Memory Vlan Virtual Local Area Network Vms Virtual Machines Vpn Virtual Private Network Vad Voice Activity Detection Voip Voice Over Internet Protocol Wpa Wi-fi Protected Access Wep Wired Equivalent Privacy Wan Wireless Area Network Wi-fi Wireless Fidelity Wips Wireless Intrusion Prevention System I. Introduction A. Executive Summary The Bulacan Agricultural State College (basc) Was Established In 1952. It Started As The Community Agricultural School In Bintog, Plaridel, Bulacan With About 100 Students. The Succeeding Years Saw An Increase In The Number Of Students. Unlike Before, Students Came Not Only From The Local Community But Also From Elsewhere In The Province. With This, The School Was Aptly Named The Bulacan Provincial High School. In 1955, With A Growing Population And A Need To Accommodate The Same, Presidential Proclamation No. 163 Was Issued Allocating 200 Hectares Of Land For The School In Pinaod, San Ildefonso, Bulacan. Not Long After, Republic Act (r.a.) No. 948 Was Issued Changing The School’s Name To Bulacan National Agricultural School (bunas). In 1960, Tertiary Education Was Offered In Bunas With A Two-year Associate In Agriculture Program, Which Eventually Led To The Offering Of The Bachelor Of Science In Agriculture Degree With Majors In Agronomy And Animal Husbandry. Cognizant Of The Broad-based Agricultural Education And Training Needs Of The Bulakeños, Hon. Ricardo C. Silverio, And Then Representative Of District Ii Of The Province Of Bulacan Authored House Bill No. 2389 Which Moved For An Expanded Educational Program For Bunas. With The Bilateral Approval Of Both Houses, President Fidel V. Ramos Signed R.a. No. 8548, Officially Converting The Bunas Into A Chartered State College Known As The Bulacan National Agricultural State College On February 24, 1998. Its Name Was Changed To Bulacan Agricultural State College By Virtue Of R.a. No. 9249 Signed By Her Excellency Gloria Macapagal Arroyo On February 19, 2004. As Mandated By Its Charter, Basc Shall Provide Higher Professional, Technical, And Special Instructions For Special Purposes And Promote Research And Extension Services And Advanced Studies In Agriculture, Arts And Science Programs, And Other Allied Courses. It Shall Also Offer Short-term Technical And Vocational Non-degree Courses Within Its Area Of Specialization To Meet The Needs Of Its Constituents. Basc Main Campus Is Situated In Pinaod, San Ildefonso, Bulacan. It Has Three Extension Campuses – Doña Remedios Trinidad Campus; Balagtas Technical Vocational School Campus; And Fortunato Halili National Agricultural School. The Basc Board Of Trustees Is The Policy-making Body Of The College Composed Of The Following: Chairperson: Chairperson, Commission On Higher Education Vice-chairperson: President, Bulacan Agricultural State College Members: Chairperson, Senate Committee On Higher And Technical Education Chairperson, House Committee On Higher And Technical Education Director, Neda Region Iii Director, Da Region Iii President, Basc Alumni Association Faculty Trustee Student Trustee Prominent Citizen Resource Person: Director, Dost Region Iii The College Is Headed By Its President, Dr. Jameson H. Tan, And Assisted By Dr. Cecilia S. Santiago, Vice President For Academic Affairs; Dr. Ronald Reagan T. Alonzo, Vice President For Administration, Finance And Business Affairs; And Dr. Honeylet J. Nicolas, Vice President For Research, Extension, Production And Development. The Bulacan Agricultural State College Shall Strive For Excellence In Agriculture And Other Allied Disciplines. It Shall Provide For And Address Ever-changing Educational Needs And Services For Those Seeking To Expand Their Intellectual Horizons. Basc Shall Address National And International Issues And Be Established As A Major Presence And Contributor To The Progress Of The Global Community. To Ensure The Training Of Productive And Competitive Graduates In Agriculture And Other Related Disciplines, Basc Is Keen On Delivering The Following Goals/objectives. 1. Produce Quality Graduates Equipped With Knowledge And Expertise Enough To Meet The Demands And Challenges Of The Fast-changing Society. 2. Develop A Cadre Of Highly Competent Manpower To Implement The Various Academic, Research, Extension, Training, And Production Programs Of The College. 3. Undertake Relevant Research, Extension, And Training Programs To Accelerate Productivity And For Additional Income Of People In Rural And Urban Areas. 4. Promote The General Welfare Of The Faculty And Staff As Well As The Students. 5. Maintain A Wholesome Academic Community Conducive To Learning By Providing A State-of-the-art Laboratory, Information And Communication Equipment, And A Modern Library, Sports, And Other Facilities. 6. Establish Networks, Linkages, Or Collaboration With Other Stakeholders To Take Advantage Of The Synergy For Fund Sourcing. 7. Develop And Implement Resource Generation Projects To Modernize And Sustain The Operation Of The College. 8. Implement An Improved Administrative Efficiency And Financial Management System. Delivering These Goals/objectives Would Require Adding And Improving Systems As Well As Information Communication Technology (ict) Equipment For Basc To Provide Better Management, Process, Technology, And System, Thus, Achieving An Improvement For The Goals Outlined Above. The Agency Aligns Its Support Commitments To Its Core Programs Focused On The Desired Impact Of Improved Ict Equipment And Systems Using The Latest Technology And Developing A Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub. To Address These Services, Systems Are Needed To Properly Put In Place All The Information. These Systems Will Target All The Services Mentioned In Such That Each Service Will Be Dealt With One By One As Follows: 1. University Information System – A Platform That Can Oversee And Streamline All Aspects Of University Operations, From Student Admission, Enrollment, Student And Alumni Services, Faculty And Staff Management, Curriculum Management, Grades, And Academic Progress. 2. Learning Management System – It Should Integrate Course Development, Distribution, Evaluation, And Control Into A Unified, Device-compatible Interface. It Facilitates Personalized Learning Trajectories That Enhance Student Engagement And Achievement By Centralizing Communication, Content, Analytics, And Work Process Automation. 3. Cashiering System – This Is A Cutting-edge And Highly Efficient Solution To Transform Cashiering Operations Within The Basc Setting. 4. Human Resource Management System & Timekeeping System – Integrates All Human Resource (hr) Functions Into A Unified System Designed To Streamline Hr Process Workflow And Improve Data Management, Data Security, Integrity, Onboarding, Benefits Administration, Compliance, Performance Tracking, Development, And Retention. 5. Payroll Management System – This Represents A Cutting-edge Solution To Revolutionize And Simplify Payroll Management. 6. Assets & Fleet Management System – A Comprehensive Platform Designed To Assist The University In Efficiently Monitoring And Administering The University’s Valuable Assets And Fleet Of Vehicles. 7. Document Management System – A Digital Platform Designed To Consolidate And Enhance The Document Management Processes Within Basc. 8. Trouble Ticketing System – Provides Centralized Incident/problem Reporting, Coordinated Troubleshooting, Assignment, Tracking, Knowledge Base Documentation, And Customer Communication Streams To Rapidly Restore Technology Performance And Availability While Optimizing Resource Efficiency And Minimizing Disruptions Across Users And Business Operations. 9. Queueing / Appointment System – A Solution Designed To Streamline And Enhance The Way Universities Handle Queues And Appointments For A Wide Range Of Services. 10. Executive Information System – Selectively Aggregate, Analyze, And Visualize Kpis On Vital Organizational Statistics From Integrated Bi Dashboards Tuned To Strategic Objectives To Reveal Insights Driving Informed Decisions And Management By Exception For Optimized, Data-driven Governance And Outcomes. 11. Campus Portal System - This Should Encompass Intranet Platforms Facilitating Single Sign-on Access For Faculty, Staff, And Administrators. These Portals Practically Incorporate Critical Academic Resources, College Services, And Administrative Systems For Their Respective Roles. 12. University Library System – Consolidates The Management Of Physical And Digital Resources On Campus. These Include Discovery Layers, Circulation, Patron Records, Book/media Cataloging, And User Usage Analytics. 13. Econference Room With Video Conferencing – A Solution Designed To Streamline And Enhance The Institution By Facilitating Seamless Real-time Communication Between Individuals Or Groups In Different Locations. Reporting And Any Associated Sub-modules Thereof May Be Necessary. Ii. Project Objectives A. General Objectives The Main Objective Of Bulacan Agriculture State College (basc) Is To Enhance The Educational Experience, Improve Campus Operations, And Address The Needs Of Students, Faculty, And Staff In An Efficient, Sustainable, And Forward-thinking Way. The System Shall Be Securely Accessible By All Stakeholders Anytime And Anywhere. B. Specific Objectives The Project Aims To Provide A System With The Following Features: • The System Must Promote The Virtue Of Transparency. • The System Runs On An Internet-based Application. • The System Is Available On Both Android And Ios Mobile Devices. • The System Should Record And Track Potential Students From Their First Inquiry To Enrollment. • The System Should Record And Calculate Grades, As Well As Facilitate The Transmission Of Grades To The Dean’s And Registrar’s Office. • The System That Manages Academic Records, Courses, And Academic-related Information For Students. • The System Should Record Each Student's Class Attendance And Allow The Teachers To View It. • The System Should Have A Dashboard For Quickly Identifying The Total Quantity Of Tasks, Assignments, Tests, Quizzes, Finished Projects, And Subjects For Each User. • The System That Handles The Student’s Enrollment Charges, Accounts Receivable, Payment, And Adjustment Of Student’s Fees. • The System Should Have An Online Registration That Automatically Assesses Fees. • The System That Can Manage The Payments Of The Students Includes Printing Official Receipts And Cashier Settings. • The System Can Manage Registrar Department Transactions From The Submission Of Records, Enrollment Up To Graduation, And The Issuance Of Transcript Of Records Of Students. • The System That Can Manage And Monitor Students’ Health And Well-being. • The System Can Display Upcoming Events, Announcements, And News. • The System Handles The Alumni Master File And Enables The User To Create, Edit, And Update The Alumni Profile. • The System Can Enable Parents To Monitor The Activities And Progress Of Their Children. • The System Is Accessible Anywhere, Anytime. • The System That Is User-friendly. The Proposal To Be Submitted Shall Include The Following: • Executive Summary. O Cost Of The System O Advantages Of The Proposal • Company Information • Solution Overview O Solution Architecture O High-level Component Description • Process Flows • Detailed Description Of Sub-system • Technical Specification • Dimensioning • Web-based System • Mobile Web Access (android And Ios) • Project Workshop • Performance Management • Hardware And Site Information • Installation And Trainin Iii. Scope Of Work The Project Comprises Several Phases Of Development And Implementation. It Includes Not Only The Provision Of The Software Development/customization Services, Hardware, And Network With Accessories But Also Support Services, Necessary To Achieve The Project’s Objective. A. Systems Analysis This Phase Covers The Data Collection Process In Order To Improve The Efficiency Of Related Systems In Basc. The Process Includes But Is Not Limited To The Following: 1. Data Gathering, Consultation, And Evaluation Of Existing Systems-related Information Management Systems In Basc. 2. Documentation, Assessment, And Testing Of The Existing Basc Processes. 3. Preparation, Assessment, And Evaluation Of The Current Database Of The Existing Systems. 4. Identification Of Issues, System Requirements, And Development Opportunities Of The Existing Versus The Proposed System. 5. Data Migration Plan, Execution Plan, Reversion Plan, Backup Plan, And Verification Process From Existing Database To New Database. 6. Actual Migration And Verification Of Data. 7. Executions Of Backup Plan. 8. Post-migration Verifications. 9. Capacity Planning. 10. Knowledge Transfer B. Systems Design And Development Supply, Install, And Implement A System Upgrade For Availability To A Web, Desktop, And Mobile Version, Inclusive Of (2) Two Years Of Software And Maintenance Support. The Solution Shall Include The Following Modules And Sub-modules Of The System Software: The Development/customization Of The System Consists Of But Is Not Limited To The Five Functionalities: (a) Information Management; (b) Provision Of Statistical Chart On Dashboard; (c) Service Status Monitoring; (d) Security Management; (e) Reporting And Any Associated Sub-modules Thereof As May Be Necessary. B.1 Pre-requisite Setup Module ● University Information Settings ● Secured Access Management ● Module To Set Organizational Units With The Following Hierarchy ○ University > Campus > College > Department ○ Approval Level Hierarchy ● The Admission Setups Should Have The Following: Document Types, Application Types, Admission Limits, Entrance Exams, Entrance Exam Schedules, Interview Schedules, Medical Schedules. ● Furthermore, Clinic Records Management Setups That Play A Vital Role In University Operations. ● Clearance Management Setups ● Learning Management Settings ● Secured Access Management ● It Should Have A Configuration Grading Parameters, Rubrics Matrix Of The Activities, Major Course Output (mco), Syllabus, And Lesson Plans. ● Cashiering Settings ● Secured Access Management ● Cashiering Setup: Must Allow Setting Up Customer Master Data, Accounts Group, Sub Groups, Discounts, Collection Of Terms Settings, And Interests, Fines, & Penalties Settings. ● Human Resource Management Settings ● Secured Access Management ● Holiday: Holiday Types And Holidays ● People Attributes: Talents, Hobbies, And People Relationships ● Hr Settings: Employment Types, Positions, And Leave Types ● Schedule Settings: Schedule Templates And Schedule Parts ● Government Settings: Withholding Tax, Sss, Philhealth, Pag-ibig, Gsis. ● Salary Grades: Salary Grades And Salary Level ● Default Leave Types: Manage Default Leave Types, Which Are Used For Easy Assignment Of Leaves To Employees (e.g., Regular, Jo, Casual, Oyster, And Part-time Employees) ● Training And Seminar: Manage Training And Seminar; Use For Easy Training, Seminar, Certification, And Workshop Creation. ● Manage Suspension Types ● Manage Termination Types ● Payroll Settings ● Secured Access Management ● Mandatory Deductions: ○ Withholding Tax ○ Philhealth Contribution ○ Pag-ibig Contributions/home Development Mutual Fund (hdmf) ○ Gsis Contribution ● Loans ○ Gsis Mpl (multi-purpose Loan) ○ Gsis Gfal (governmentfinancial Assistance Loans) ○ Gsis Housing Loan ○ Gsis Policy Loan ○ Gsis Computer Loan ○ Gsis Salary Loan ○ Gsis Consolidated Loan ○ Gsis Emergency Loan ○ Gsis Educational Loan ○ Gsis Old Loan ○ Pag-ibig Housing Loan ○ Pag-ibig Multi Purpose Loan ○ Pag-ibig Calamity Loan ○ Grocery Loan ○ Koop ○ Hospital Bills Loan ○ Psmb Fund ○ National Home Mortgage Finance Corporation(nhmfc) ○ Provident Fund ○ Land Bank Of The Philippines(lbp) Salary Loan ○ Unlimited Optional Life Insurance (uoli) ○ Development Bank Of The Philippines (dbp) Loan ● Other Deductions ○ Absences/lates ○ Sss Contribution ○ Gsis Optional Insurance ○ Pag-ibig Mpii ○ Child Support ○ Philhealth Up ○ Additional Tax ○ Basc Personnel Credit Cooperative (pcc) ○ Basc Faculty And Employee Association (fea) ● Other Income ○ Overtime (e.g., Normal O.t., Rest Day O.t., Holiday O.t., Non-working Holiday O.t., And Special Non-working Holiday O.t.) ○ Night Differential ○ Salary Adjustment ○ Pera (personnel Economic Relief Allowance) ○ Meal Allowance ○ Fitness Allowance ○ Transportation Allowance ○ Rice Allowance ○ Uniform Allowance ○ Laundry Allowance ○ Communication ○ Internet Allowance ○ 13th Month ○ Bonus Pay ○ Retirement Pay ● Assets And Fleets Management Settings ● Secured Access Management ● Asset Groups ● Asset Categories ● Asset Types ● Asset Articles ● Annual Procurement Plan (app) / Project Procurement Management Plan (ppmp) ● Document Management Settings ● Secured Access Management ● Delivery Type ● Document Category ● Document Security Level ● Document Type ● Process Flow ● Trouble Ticketing Settings ● Secured Access Management ● The Solution Must Have A Maintenance Module For Category Settings. ● The Solution Must Have A Maintenance Module For System Settings. ● The Solution Must Have A Maintenance Module For Types Settings. ● The Solution Must Have A Maintenance Module For State Settings. ● The Solution Must Have A Maintenance Module For Impact Settings. ● The Solution Must Have A Maintenance Module For Urgency Settings. ● The Solution Must Have A Maintenance Module For Team Settings. ● Executive Information Settings ● Secured Access Management ● Dashboard Configuration And Control ● Campus Portal Settings ● Secured Access Management ● Basc Active Directory W/ Configuration ● Themes Configurations ● University Library Settings ● Secured Access Management ● Access Control ● Library Locations ● Shelves Mapping ● Call Number/book Mapping ● Queueing/appointment Settings ● Secured Access Management ● The Solution Must Have An Office/department Setups To Manage The List Of Office/departments. ● The Solution Must Have A Service Set Up To Handle The List Of Services. ● The Solution Must Have Window Settings To Manage The Window List. ● The Solution Must Have Window-type Setups To Control The Queueing System Window Types. ● The Solution Must Have Marquee Setups To Configure The Footer Data Or Information. ● The Solution Must Have Printer Setups To Manage The List Of Printers. ● The Solution Must Have Advertisement Setups To Manage The List Of Advertisements. B.2 University Information System ● Academics ● The Solution Must Enable The Setup Of Courses, Sections, Course Programs, And Curriculum. ● The Solution Must Include A Course Master List To Manage And View Course Information, Course Program Inclusion, And Section Details. ● The Solution Must Include A Master List Of Course Programs To Streamline The Management And Viewing Of Course Program Information, Curriculum Details, And Curriculum Structure. ● The Solution Must Include A Curriculum List To Easily Manage And View Academic Progression Or Flowchart. ● Enrollment Module ● The System Must Have An Online Registration With Automatic Assessment Of Fees, Interconnected With The Other Modules To Facilitate The Automatic Course Advising. ● The System Must Have A Monitoring Of Section Fill Rates. ● The System Must Have A Post-enrollment (adding/changing/dropping) Module. ● The System Must Support Automatically Generating A “list Of Allowed Subjects And Schedules To Be Taken”. ● The System Must Support The Ability To Prevent Choosing Subjects With Prerequisites Not Yet Taken. ● The System Must Support The Ability To Show The Maximum Number Of Allowed Units A Particular Student Can Enroll In Based On Previous Semester Grades With The Capability To Add And Decrease Units By The Registrar Department. ● The System Must Support Enlistment To Rotc And Pe Subjects. ● The System Must Support The Automatic Generation Of Assessment Slips And Registration Slips. ● The System Must Have A Curriculum Auditing. ● The System Must Support Students' Online Queries Of Available Subjects. ● The System Must Support The Generation Of Reports Such As A Summary Of Enrolled Students. ● Section Management Module ● The Solution Must Be Able To Assist In Creating Multiple Sections For Courses To Accommodate Varying Class Sizes, Instructor Availability, And Scheduling Preferences. ● The System Must Aid In Managing Instructor Workloads To Ensure Equitable Distribution Of Teaching Assignments And Compliance With Contractual Obligations. ● The Solution Must Provide Real-time Updates And Notifications To Students, Faculty, And Staff Regarding Changes To Class Schedules, Room Assignments, Or Instructor Assignments. ● The System Must Be Able To Generate Reports On Room Utilization, Resource Usage, And Scheduling Patterns To Inform Decision-making And Resource Allocation. ● The Solution Must Be Able To Enroll Students In Courses And Sections Using Normal Scheduling Techniques While Supporting Non-standard Term Arrangements. ● The System Must Be Able To Generate Schedules For Both Students And Professors. ● Admission Module ● The Solution Must Allow The Creation Of Applications For Potential Students. ● The Solution Must Contain A List Of Applicants To Easily Manage/view The Applicant’s Complete Information, Attachments, And Progress Status. ● The Solution Must Allow The Setting Of Admission Limits To Know The Number Of Allowed Applicants Quickly. ● The Solution Must Allow Applicant Pooling That Is Printable. ● Must Have A List Of Applicants Scheduled For The Entrance Exam, Interviews, And Medical. ● The Solution Must Be Able To Customize The Requirements Of Students For Admission. ● Must Support The Fast Generation Of Reports For The List Of Applicants. ● Grade Management Module ● The System Maintains Complete Records Of The Academic Grades Of The Students. ● The System Must Facilitate Academic Grade Crediting For Transfer Students. ● The System Must Have A Module To Handle Effortless Reviews Of Grades Submitted By Faculty Members. ● The Students Must Be Able To View Their Historical Grades Anytime Thereby Replacing Class Cards. ● Registrar Module ● Must Have Tools To Monitor And Manage Various Operations Of The Registrar Like Monitoring Screen For Records, Certification, And Documents Requested By Students And Alumni. ● Must Contain Complete Student Information, Academic Data File, And Scanned Submitted Documents Of Students. ● Must Support The Fast Generation Of Tor, Cor, Rog, And Form 9 ● Must Be Capable Of Generating A List Of Candidates For Graduation, Scholarships, And Honors. ● The Solution Must Allow The Generation Of The Following Reports: Academic Evaluation, Official List Of Enrollment, Diploma, Registration, Shiftee, Student Directory, Subject Masterlist, And Summary Of Enrollment Reports. ● Must Be Able To Apply Tags To Documents Being Submitted By New Enrollees And Remind The User Of Documents That Students Need To Submit. ● Must Have The List Of Student Subsidy And Adding Of Students For The Scholarship. ● The System Must Be Capable Of Correcting Student Grades. ■ Students With An 'incomplete' (inc) Grade Will Have One Year To Fulfill Requirements To Update Their Grades; Otherwise, The Grade Will Be Changed To A Failing Grade. ● Student Services ● Must Allow Teachers To Submit Requests For Grade Corrections In Case Of Errors Or Discrepancies In Their Recorded Grades. ● The Solution Must Facilitate Tracking The Progress Of Such Requests And Include Checks To Ensure The Necessary Supporting Documentation Is Provided. ● The Grade Correction Request Must Be Reviewed And Approved By Relevant Faculty Members And The Registrar. ● The Solution Must Allow Students To Request Essential Documents Such As Copies Of Report Cards And Academic Certifications For Various Purposes (e.g., Employment, Further Education, Or Personal Records.) ● The Solution Must Allow Students To Specify The Details Of Their Requests (e.g., Number Of Copies, Type Of Document, Purpose) And Provide Estimated Processing Times. ● The Solution Must Notify The Students About The Status Of Their Requests, From Submission To Approval And Document Issuance. ● The Solution Must Have A Feature That Supports Students To Request For Change Of Their Course Or Program Of Study. ● The Solution Must Have A Process That Involves Submitting A Detailed Request, Including The Reason For The Change And Relevant Supporting Information. ● Alumni Module ● The Solution Must Have An Alumni Module That Can Populate The Alumni Master File. ● The System Must Have A Record That Can Be Utilized To Contact The Alumni. ● The Solution Must Be Able To Update Alumni Information. ● The Solution Must Be Able To Search The Directory Of Alumni. ● The Solution Must Be Able To Update The Alumni Profile. ● Scholarship Management ● The System Must Serve As A Central Repository For All Scholarships. ● The Solution Must Handle Recurring Scholarships, Including Reminders To Renew. ● The Solution Must Provide Tools To Automatically Monitor Compliance With Scholarship Conditions (e.g., Gwa Maintenance). ● The System Must Be Integrated With Academic Records And Financial Systems For Validation. ● The System Must Be Able To Provide Real-time Application Status Tracking For Students. ● Awards And Distinction Management ● The System Must Provide A Streamlined Management Of Awards Through Automation. ● The System Must Be Able To Support Multiple Types Of Awards (e.g., Academic Excellence, Leadership, Research, Sports, And Cultural Activities) ● The System Must Be Able To Select Recipients By Committees. ● The System Must Be Able To Ensure Adherence To University Policies And Regulations Regarding Awards. ● The System Must Provide Fields To Define Award Qualifications (e.g., Gwa Thresholds, Competition Results, Or Nomination-based Recognitions) ● Academe Module ● The System Must Provide An Overview Of The Academic Organizational Chart Of The University's Faculties. ● Curriculum Module ● The System Must Provide Tools For Designing And Structuring Academic Programs, Including Defining Course Sequences, Corequisites, And Prerequisites ● The System Must Allow The User To Maintain A Comprehensive Catalog Of Available Academic Programs, Including Undergraduate Majors, Minors, Graduate Programs, And Certificates. ● Acts As A Map Between Program Learning Goals And Course Learning Objectives To Guarantee Coherence And Alignment Across The Curriculum. ● Block Sections Management Module ● The System Must Be Able To Efficiently Manage Student Groupings (block Sections) For Better Academic And Administrative Coordination. ● This Module Manages Predetermined Groupings Of Students Who Attend Classes Together For The Entirety Of A Course Or Academic Program. ● This Module Must Be Able To Automatically Assign Students To Sections Based On Predefined Rules, Such As Enrollment Data, Course Requirements, And Class Size Limits. ● Short Courses Management Module ● This Module Offers Enrollment Information, Fees, And Course Content For Tesda Courses And Other Modules. ● The System Should Include A Student List, Class Schedules, Faculty Assignments, Assessment Results, And The Issue Of Training Certificates, As Well As Other Data On Short-term Courses. ● Clinic Records Management Module ● The System Must Have A Component Designed To Facilitate The Management Of The Clinical Records Of The Students And The Dispensing Of Clinic Items. B.3 Learning Management System ● Administration Module ● The System Must Show Interactive Analytics ● The System Must Allow The Customization Of The Grading Transmutation. ● The System Must Allow The Customization Of The General Passing Percentage. ● Professor Module ● The System Must Show Interactive Analytics ● The System Must Automatically Retrieve The Classes Assigned To Teachers. ● The System Must Automatically Retrieve The List Of Students Enrolled In Each Class. ● The System Must Allow Teachers To Manage The Student Attendance Records. ● The System Must Support The Creation Of Lessons And The Attachment Of Related Files, Including Modules, Powerpoint Presentations, Excel Spreadsheets, Pdfs, Word Documents, Text Files, Videos, And Images. ● The System Must Permit The Addition Of User Activities, Such As Assignments, Projects, Quizzes, And Exams. ● The System Must Be Capable Of Creating And Generating A Rubric To Provide Clear Expectations For Each Evaluation Criterion. ● The System Must Be Capable Of Generating The Student Portfolio For A Range Of 3 To 5 Years. ● The System Must Be Able To Archive The Students' Assignments, Projects, Quizzes, And Exams. ● The System Must Be Able To Have A Grade Consultation ● The System Must Allow Teachers To Set Time Limits For Activity Questions. ● The System Must Be Capable Of Preventive Measures For Cheating. (e.g. Disabling Screenshots) ● The System Must Enable The Configuration Of Date Ranges For Users To Complete Assigned Activities. ● The System Must Be Able To Set Schedules And Deadlines For Posting The Activities, And Quizzes. ● The System Must Allow The Shuffling Of Quizzes And Exam Item Numbers And Answers. ● The System Must Provide Immediate Visibility Of Scores On Activities Upon Completion. ● The System Must Allow The List Of Created Questions To Be Viewable And Editable By The Activity Creator. ● The System Must Support The Creation Of Lessons And Quizzes One At A Time, All With The Same Subject Description. ● The System Must Allow The Teachers To View The Grades Of His/her Students. ● The System Must Allow The Teachers To Generate Reports For Each Class. ● Student Module ● The System Must Show Interactive Analytics ● The System Must Have A Dashboard To Easily Identify The Total Number Of Completed Activities, Assignments, Quizzes, Exams, Projects, And Subjects Per User. ● The System Must Allow Students To Change Their Passwords And Usernames During Their Initial Login. ● The System Must Provide A Newsfeed Feature To Display Upcoming Events And The School's Mission And Vision. ● The System Must Enable Students To Upload Profile Pictures. ● The System Must Support Live Chat And Messaging Functionality Between Students Of The Class. ● The System Must Automatically Post Classes In Which A Student Is Enrolled To Their User Account. ● The System Must Support User/class Attendance Tracking Within The Learning Management System (lms). ● The System Must Enable File Attachments To Lessons That Are Downloadable To The Users' Devices. ● The System Must Allow Students To View The Results Of Their Activities. ● The System Must Ensure That Detailed Activity Results Are Posted. ● The System Must Include An Activity Stream To Summarize The Recent, Upcoming, Later, And Missed Activities Providing An Overview Of A Student's Activity Status. ● The System Must Include Notifications When There’s New Activity Uploaded, Modifications, And Grade Posting. ● The System Must Provide Visibility Into Student Ranking. ● Parents Module ● The System Must Enable Parents To Monitor The Activities And Progress Of Their Children Within The System. ● The System Must Support The Addition Of Children With No Limitations, With An Auto-identification Feature. ● The System Must Comply With The Data Privacy Act. ● Student Transcript Module ● The System Must Have An Academic Record Or Course Management ● The System Must Play A Crucial Role In Managing And Organizing Academic-related Information For Students. ● The System Must Have A Module That Focuses On Tracking And Displaying Details Related To Individual Courses, Classes, And Academic Progress. B.4 Cashiering System ● Cashier Module ● The System Must Be Capable Of Setting Up The Assessment Fees. ● The System Must Be Able To Keep A Record Of A Student's Soa And Its Current Status Whether It’s An Active Soa Or Inactive. ● The System Must Be Able To Preview Or Print Student’s Soa Based On The Selected Academic Year And Semester. ● The System Must Be Able To Have An Audit Trail For Any Actions Or Activity Made Per Account. ● The System Should Support Walk-in Payments At Physical Locations Whether By Cash Or By Check. It Should Enable The Manual Entry Of Payment Details And Generate Receipts. ● The System Must Be Capable Of Identifying Eligible Students Based On Predefined Criteria And Offer A Range Of Financial Incentives, Including Scholarships, Fee Reductions, And Grants. It Must Also Establish An Efficient Application And Selection Process While Promoting Transparency And Fairness In Awarding Scholarships. B.5 Human Resource Management System And Timekeeping System ● Employee Management Module ● The System Must Be Able To Provide A Single Repository Where All Employee Records Are Stored, Updated, And Maintained. ● The System Must Be Able To Reflect Any Updates Or Changes Made To The Master Database Across All Modules. ● The System Must Be Able To Allow Linkage Of Personnel Files To The University Information System. ● The System Must Be Able To Prepare And Generate An Employee Masterlist. ● The System Must Be Able To Set Up Organizational Units With A Hierarchy. ● The System Must Be Able To Provide A Viewable Organizational Chart Of The University, Which Is Linked To The Employee Plantilla Records. ● The System Must Be Able To Manage Employees Based On Their Plantilla Numbers. ● The System Must Be Able To Organize The Employee Hierarchy By Rearranging The Plantilla Numbers Of Specific Employees Through A Drag-and-drop Interface. ● The System Must Be Able To Provide Employee Self Service For The Following: ■ Request To Update Profile. ■ Receive Notifications, News, And Announcements. ■ View Attendance. ■ View Schedule. ■ View Leave Balances, Benefit Balance, And Ledgers. ■ View Monthly Net Pay Summary/payslip. ■ Request Dtr Correction. ■ Submit Requests For Leave, Overtime, Business Trip, And Six Days Of Work. ● The System Must Be Able To Record And Generate Audit Trail Reports. ● Time-keeping Monitoring Modules ● The System Must Be Able To Link With The Biometrics Attendance System. ● The System Must Be Able To Link With The Payroll Management System. ● The System Must Be Able To Do Auto-tracking Of Sick Leave And Vacation Leave Balances. ● The System Must Be Able To Monitor Regular And Special Holidays With Automated Computation Of Pay Rates. ● The System Must Be Able To Prepare A Summary Of Attendance And Absences. ● The System Must Be Able To Prepare A Summary Of Overtime For Validation And Approval. ● The System Must Be Able To Provide A Calendar Of Approved And Pending Leave Requests. ● The System Must Be Able To Set Up Holidays Such As But Not Limited To Recurring Regular-holidays And Special Non-working Holidays. ● The System Must Be Able To Set Up Template Schedules To Be Assigned To A Bulk/group/ Per Employee. ● The System Must Be Able To Record And Generate Audit Trail Reports. B.6 Payroll Management System ● Automated Payroll System ● The System Must Be Able To Provide The Analytics Of Payroll Reports With Real-time And Accurate Data. ● The System Must Be Able To Display, Create, And Manage Payroll Period/s For Generating Payroll Reports. ● The System Must Be Able To Create And Manage Payroll Groups And Assign Employees To Their Payroll Groups Accordingly. ● The System Must Be Able To Set Bank Details And Salary Pertaining To The Corresponding Employee’s Job Type, Salary Grade, And Step. ● The System Must Have A Feature That Customizes And Manages Employees’ Allowances, Deductions, Loans, And Other Compensation Components. ● The System Must Be Able To Export Files For All Tables/lists Within The Payroll System (e.g., Employee Lists, Payroll Reports For A Certain Period, And Others). ● The System Must Have A User Access Control Wherein The Administrator Can Manage Who Can View, Edit, And Delete The Employee And Payroll Information. ● The System Must Be Able To Track Audit Logs Including Who Accessed The System And Made Changes. ● The System Must Have A Feature For Providing Alerts And Notifications Regarding Updates About Generating Payroll Reports And Releasing Payslips. ● The System Must Be Able To Archive Data With Complete Accessibility For Future Reference. ● The System Must Have A Feature That Allows The User To Have Backup And Recovery To Maintain Historical Payroll Records For Auditing And Compliance Purposes. ● Mandatory Deductions And Contribution Module ● The System Must Be Able To Accurately Calculate And Deduct Mandatory Contributions Such As Gsis Contribution, Philhealth, Pag-ibig, And Withholding Tax. ● The System Must Be Able To Integrate With The Latest Bir Tax Tables To Ensure Compliance With Tax Regulations. ● The System Must Be Able To Automatically Generate Reports For Government Agencies. ● Other Deductions Module ● The System Must Allow Flexible Customization Of Other Deductions. ● The System Must Have A User-friendly Interface For Easy Input And Management Of Deduction Rules. ● Other Income Module ● The System Must Be Able To Accommodate Various Types Of Other Income. ● The System Must Be Able To Calculate The Appropriate Tax. ● Loans Module ● The System Must Be Able To Allow The Creation And Tracking Of Different Loan Types With Varying Interest Rates And Repayment Terms. ● The System Must Be Able To Automatically Compute Loan Amortization And Deduct Payments From Employee Salaries. ● The System Must Be Able To Automatically Update Loan Balances And Remaining Dues. ● Attendance Module ● The System Should Be Able To Record Employee Attendance And Generate Accurate Time And Attendance Reports. ● The System Must Be Able To Calculate Overtime, Night Differential, And Other Time-based Compensations. ● Bank Transmittal ● The System Must Be Able To Generate Accurate Bank Files For Payroll Disbursement. ● The System Must Be Compatible With Various Bank Formats To Ensure Seamless Integration With Banking Systems. ● Integration To Time Keeping Monitoring Module ● The System Must Be Able To Connect And Communicate With The Biometrics Attendance System. ● The System Must Be Able To Provide Automated Tracking Of Sick Leave And Vacation Leave Balances Of Employees. ● The System Must Be Able To Monitor Regular And Special Holidays With The Inclusion Of An Automated Computation Of Pay Rates. ● Integration To Hris System ● The System Must Be Able To Integrate Data With The Human Resources Information System (hris) For The Employees’ Relevant Data Including Basic Information, Job Position, Salary Grade, And Bank Details. ● The System Must Be Able To Integrate Data With Hris To Track Employee Work Hours, Including Regular Hours, Overtime, Absences, And Leave Requests. B.7 Assets & Fleet Management System ● Asset Management System ● The System Must Be Able To Show And Manage The General Information, Vendor Details, Warranty Information, Financial Info, And Depreciation Info. ● The System Must Be Able To Show The Operational Cost And Progress Of The Asset Requests. ● The System Must Be Able To Show Operational Costs And Progress Of The Asset Update. ● The System Must Be Able To Show The Operational Cost And Progress Of The Asset Auction. ● The System Must Be Able To Show Operational Costs And The Progress Of The Repair And Maintenance. ● The System Must Be Able To Show The Operational Cost And Progress Of The Decommissioning. ● The System Must Be Able To Show Operational Cost And Progress Of The Disposal. ● The System Must Be Able To Show The Operational Cost And Progress Of The Asset Issuance. ● The System Must Be Able To Show The Operational Cost And Progress Of The User Transfer. ● The System Must Be Able To Create, Update, And Delete Assets With Their Respective Information. ● The System Must Be Able To Create A Comprehensive Inventory Of All Assets, Including Physical Equipment, Software, Licenses, And Other Resources. Each Asset Is Typically Associated With Relevant Information Such As: ■ Article (laptops, Furniture, Or Journals) ■ Property Number ■ Assigned Number ■ Purchase Date ■ Vendor Name ■ Service Provider (optional If Different As To Vendor Name) ■ Financial Information ■ Required Documents (e.g., Purchase Request) ● The System Must Be Able To Track The Movement And Changes In The Status Of Assets. This Includes: ■ Recording Of Asset Transfers ■ Disposal ● Fleet Management System ● The System Must Be Able To Show And Manage General Information, Vehicle Registration Details, Vendor Details, Warranty Information, Financial Info, And Depreciation Info. ● The System Must Be Able To Show Operational Costs And The Progress Of The Fleet Requests. ● The System Must Be Able To Show Operational Costs And Progress Of The Fleet Update. ● The System Must Be Able To Show The Operational Cost And Progress Of The Fleet Auction. ● The System Must Be Able To Show Operational Costs And Progress Of The Repair And Maintenance. ● The System Must Be Able To Show The Operational Cost And Progress Of The Decommissioning. ● The System Must Be Able To Show Operational Cost, And Progress Of The Disposal. ● The System Must Be Able To Show Operational Cost, And Progress Of The Fleet Issuance. ● The System Must Be Able To Show Operational Cost, And Progress Of The User Transfer. ● The System Must Be Able To Show A Statistical Overview Of Fleets According To Its Categories And Types (e.g., Motorcycles, Service Vehicles, Heavy Equipment). ● The System Must Be Able To Have An Elaborative List Of Records Of All Fleets And Their Corresponding Information. ● The System Must Be Able To Have Integration With The Asset Management System To Be Able To Handle Instances Of Assets Being Carried On A Vehicle, Allowing Easier Management, Monitoring, And Inventory. ● The System Must Be Able To Create A Comprehensive Inventory Of All Fleets. Each Fleet Is Typically Associated With Relevant Information Such As: ■ Article (service Vehicle, Car, Heavy Equipment) ■ Body No./ Plate No./ Conduction Sticker No. ■ Assigned Department ■ Registration Information ■ Vendor Information ■ Insurance Information ■ Financial Information ■ Depreciation Information ■ Attachments ● Requisition And Issuance Slip ● Par ● Purchase Request ● The System Must Be Able To Have A Feature That Schedules And Tracks Vehicle Maintenance, Including Oil Changes, Tire Rotation,s And Physical Inspections. ● Inventory Management Module ● The System Must Be Accountable For Tracking, Managing, And Maintaining Various Assets And Fleets Owned Or Used By The Academic Institution. ● The System Must Be Able To Maintain A Centralized Database Of University-owned Resources, Including Computers, Equipment, Furniture, And Other Tangible Assets. B.8 Document Management System ● Document Management System (dms) ● The System Must Be Able To Track Both Physical And Electronic Documents. ● The System Must Be Able To Store Electronic Documents, Such As Pdfs, Word Processing Files, And Digital Images Of Paper-based Content. ● The System Must Be Able To Be A Centralized Repository Where Documents Can Be Easily Searched, Accessed, And Updated By Authorized Business Users. ● The System Must Be Able To Define The Recipient’s Routes With Information Such As Time & Date Sent, Time & Date Received, And Remarks. ● The System Must Be Able To Save/download Uploaded Attachments. ● The System Must Be Able To Generate Tracking With A Unique Batch Number As A Tracking Reference. ● The System Must Be Able To Provide Easier Identification Of Status For Users By Using Color Codes. ● The System Must Be Able To Send System Notifications On Printing Barcodes, Tracking Status Changes, Receiving Recipients, And Other System Actionable Functionalities. ● Process Flow Management ● The System Must Allow For The Customization Of Workflows To Accommodate Various Document Types And Other Business Processes. ● The System Must Offer A Visual Interface, Such As A Dashboard, To Display And Monitor Process Flows Efficiently. ● Routing Management ● The System Must Be Able To Automate The Routing Of Documents To Appropriate Individuals Or Departments Based On Predefined Rules And Flow. ● The System Must Be Able To Allow For Dynamic Routing, Where Documents Can Be Rerouted As Needed. ● The System Must Be Able To Provide Real-time Notifications To Users Upon Receipt Of A Document. ● The System Must Be Able To Include A History Log To Track The Routing Path For Auditing Purposes. ● Integration To Hris ● The System Must Be Able To Seamlessly Integrate With The Organization's Hris To Access Employee Information, Such As Names, Email Addresses, And Department Affiliations. ● Barcode Printing Module ● The System Must Be Able To Print Barcode Labels In Batches With A Unique Tag/number. ● The System Must Be Able To Provide Accurate Status Of The Document Based On The Printed/attached Barcode. ● Security Module ● The System Must Be Able To Record The Audit Trail For All The User Actions Inside The System. ● The System Must Provide Document Security And Access Control Depending On The Security Level. ● The System Must Be Able To Create/update Accounts And Give Them Access Rights Depending On The Business User's Role. B.9 Trouble Ticketing System ● Incident Ticket Management ● The System Must Be Able To Create A New Incident Ticket. ● The System Must Be Able To Identify Related Incident Tickets Based On Category, Type, System, And Description During Creation. ● The System Must Be Able To Assign The Incident Ticket To The Appropriate Team Based On The System Defined In The Assignment Rules. ● The System Must Be Able To Filter Incident Ticket Lists Based On State (e.g., Open, In Progress, Hold, Resolved, Closed, And All). ● The System Must Be Able To Show An Overview Of Incident Ticket Statistics, I.e.; ■ Open ■ Inprogress ■ Overdue ■ Overview Of Incident Ticket By Severity And State ● The System Must Be Able To Capture The Notes, Attachments, And Resolution Information. ● The System Must Be Able To Notify The Team Member To Whom The Ticket Is Assigned. ● The System Must Be Able To Notify The Team Manager To Whom The Ticket Is Assigned Whenever A Critical Ticket Is Created. ● Problem Ticket Management ● The System Must Be Able To Create A New Problem Ticket. ● The System Must Be Able To Create A New Problem Ticket From An Existing Incident Ticket. ● The System Must Be Able To Identify Related Tickets Or Problem Tickets Based On Category, Type, System, And Description During Creation. ● The System Must Be Able To Assign The Problem Ticket To The Appropriate Team Based On The System Defined In Assignment Rules. ● The System Must Be Able To Filter Problem Ticket Lists Based On Status (e.g., Open, In Progress, Hold, Resolved, Close,d And All). ● The System Must Be Able To Show An Overview Of Problem Ticket Statistics, I.e.; ■ Open ■ Inprogress ■ Overdue ■ Overview Of Incident Ticket By Severity And State ● The System Must Be Able To Capture The Notes, Attachments, Analysis, And Resolution Information. ● The System Must Be Able To Notify The Team Member To Whom The Ticket Is Assigned. ● The System Must Be Able To Notify The Team Manager To Whom The Ticket Is Assigned Whenever A Critical Ticket Is Created. ● Security Module ● The System Must Ensure That Only Authorized Personnel Can Access And Modify Tickets. ● The System Must Maintain A Detailed Audit Trail Of All Actions Taken On A Ticket To Ensure Accountability And Traceability. B.10 Queueing / Appointment System ● Queueing Admin Module ● The System Must Be Able To Allow Administrators To Manage And Monitor The Entire Queueing Process And Appointments. ● The System Must Be Able To Apply The Concept Of Calling Population To Determine And Measure The Arrival Process Of Customers. ● The System Must Be Able To Have Its Service Counters, Its Own Common Queue, And The Probability Distribution Of Customers’ Service Time. ● The System Must Be Able To Have The First-in-first-out (fifo) Approach To Have A Systematic And Consistent Flow To Maximize The Throughput Of The Customer Service Center. ● The System Must Be Able To Measure The Logical Ordering Of Customers In A Queue And Determine Which Customer Will Be Chosen For Service When The Service Counter Becomes Free. ● The System Must Be Able To Measure Performance Based On Steady-state Average Delay And Steady-state Average Waiting Time In The System. ● The System Must Be Able To Measure The Conversation Steady State Time Average Number In The Queue And The Steady State Time Average Number In The System. ● The System Must Be Able To Administer Parallel Management Through Multiple Counters By Navigating The Queue And Finding The Appropriate Counter For Their Needed Service. ● The System Must Be Able To Allow The Customers To Request Services Without Being Physically Present Throughout The Waiting Time Of The Lineup Of Customers. ● The System Must Be Able To Give Freedom To The Customers To Wait Outside The Premises Of The Branch Upon Enabling Virtual Sign-up. ● Admin Appointment Module ● The System Must Be Able To Manage And Oversee The Scheduling, Modification, And Cancellation Of Appointments. ● Local Kiosk Module ● The System Must Be Able To Provide A Self-service Station That Allows Users (clients, Customers, Or Employees) To Interact With The System For Tasks Like Check-ins, Appointment Booking, Ticket Printing, And Managing Their Queue Status. ● Mobile Kiosk Module ● The System Must Be Able To Provide A Mobile-based Self-service Solution That Enables Users To Interact With The System Directly From Their Smartphones Or Tablets. ● Security Module ● The System Must Be Able To Offer Protection For The System And Its Users By Managing Access, Ensuring Data Privacy, And Preventing Unauthorized Actions. ● Appointment System ● The System Must Be Able To Provide Users To Schedule An Appointment According To Their Needs. ● The System Must Gather Needed Information For The Services That The Customer Wants To Avail Or Request. ● The System Must Have The Feature Of Canceling Or Rescheduling A Registered Appointment Within A Specific Period. ● The System Must Have The Feature Of Sending Out A Notification Or Reminder To The Customer Regarding His/her Appointment. ● As An Admin/ Team Member ● The System Must Be Able To Have A Dashboard To Provide An Overview Of Queues And Appointments From The Web And Mobile Web Access Such As: ■ Currently Serving ■ Next Queue Number ■ Next Appointment Number / Priority Lane (pwd, Senior Citizens, Pregnant) ■ Summary ● The System Must Be Able To Provide A Queuing List Including The Queue’s: ■ Status (unserved, Served, Canceled) ■ Queue Date And Time ■ Last Call Date And Time ■ Called By (counter, Name And Position) ■ Actions (view, Recall/call, Start/end, Cancel, Hold) ● The System Must Be Able To Identify Customer Appointment Referrals Including: ■ Id Number ■ First Name ■ Last Name ● The System Must Be Able To Receive Notification/s When A Certain Appointment Needs To Be Accommodated Within A Specific Period. ● The System Must Be Able To Receive Notification/s When An Appointment Has Been Canceled Or Rescheduled. ● The System Must Be Able To Provide Reports And Data Exports In Excel And Pdf Formats. ● The System Must Have Customization Capabilities And A Control Console. ■ Marquee ■ Advertisements On The Tv Screen ● The System Must Be Able To Track The History Of Registered Appointments And Passed Queues. B.11 Executive Information System ● Executive Dashboard Module ● The System Must Be Able To Allow Configurable Layouts, Enabling Users To Choose, Arrange, And Resize Charts To Suit Their Preferences Or Specific Needs. ● The System Must Be Able To Reflect Almost Real-time Information, Ensuring That Executives Are Always Working With The Latest Data. ● Security Module ● The System Should Be Able To Include A Security Module To Ensure Robust Access Control, Data Protection, And Compliance, Safeguarding Sensitive Information And System Integrity Against Unauthorized Access. ● Dashboard Configuration ● This Module Should Allow The Administrators To Create And Configure The Layout And Content Of Dashboards To Reflect Key Business Metrics And Performance Indicators, Ensuring That The Right Data And Accurate Data Are Properly Presented. ● Access Control ● This Module Should Allow The Administrators To Assign Users Or Groups Of Users Who Will Have Access To The Different Dashboards. B.12 Campus Portal System ● Sso-based User Management System ● The System Must Have Sso (single Sign-on) To Enable Users To Authenticate Once And Automatically Gain Access To Multiple Campus Services, Eliminating The Need To Log In To Each Service Separately. This Seamless Authentication Process Must Enhance User Convenience, Improve Security By Reducing The Number Of Passwords Needed, And Streamline Access To Various Tools And Resources, Saving Time, And Effort For Both Students And Staff. ● Basc Active Directory W/ Configuration ● The System Must Allow Centralized User Management Through Active Directory (ad), Which Stores And Organizes Information About Users, Groups, Computers, And Other Network Resources. ● Web Traffic Statistic ● The System Must Allow The Administrators To Monitor Standard Web Traffic Data, Such As Page Views, No. Of Visitors, Geographic Locations, Duration Of Visits, And Referrals, Integrated With Google Analytics (ga4). ● Content Management ● The System Must Allow The Administrators To Manage And Update The Contents Of The School’s Campus Portal Page. Such As Announcements, Blogs, Calendars, Articles, And Activities. B.13 University Library System ● Cataloging And Inventory Management Module ● The System Must Allow The Cataloging And Inventory Management Of The Library's Collection Of Books, Journals, Dissertations, And Other Materials. ● Circulation Module ● The System Must Allow The Librarian To Monitor The Borrowing, Returning, And Renewing Of Library Materials, Ensuring Efficient And Accurate Tracking Of Resources As They Move Between The Library And The Borrowers. ● Acquisition Module ● The System Must Allow The Processing Of Acquiring New Library Resources, Including Books, Journals, E-books, Multimedia Materials, And Other Educational Or Research Content. ● The System Must Allow The Management Of Book Requisitions From Students And/or Teachers. ● Student Module ● The System Must Allow Students To Access New Library Resources, Including Books, Journals, E-books, Multimedia Materials, And Other Educational Or Research Content. ● The System Must Be Able To Provide The Following Information And Services: ■ Book Details (non-dissertation) ■ Book Details (dissertation) ■ My Library Card ■ Request For Purchase/acquisition ■ Reservation ■ Notices Of Due Dates ■ Notices Of Overdue Penalties ● Librarian Module ● The System Must Have A Dashboard That Shows The Librarian’s Crucial Kpis For The Library Such As: ■ Search Word Statistics ■ Tags And Metadata Of The Book Statistics ■ Circulation Statistics ● Student Request List (book Reservation, Purchase Request, Clearance Request, Dissertation Access Request) ■ This Module Must Allow The Students To Submit Various Types Of Requests Related To Their Academic And Campus Activities. ● Book Reservation ■ This Module Must Allow The Students And Faculty To Reserve Library Books Or Materials. ● Purchase Request ■ This Module Must Enable The Students, Faculty, Or Staff To Submit Requests For Purchasing Books, Equipment, Or Other Materials Needed For Academic Or Administrative Purposes. ● Clearance Request ■ This Module Must Enable The Students, Faculty, Or Staff To Submit Requests For Clearance. ● Dissertation Access Request ■ This Module Must Enable The Students, Faculty, Or Researchers To Request Access To Dissertations Or Theses Stored In The Library’s Collection From The Authors. ● Kiosk (self Check-in And Check-out Student) ● The System Allows The Kiosk To Provide Students With A Self-service Station For Managing Their Borrowing And Return Activities. Using Touch-screen Kiosks Or Other Interactive Devices, Students Can Quickly And Efficiently Check Out Library Materials, Return Items, And Access Various Library Services Without Requiring Staff Intervention. ● Integration With Sso Services ● The System Allows Integrating Single Sign-on (sso) Services With An Application Or System, Providing A Unified Authentication Process That Allows Users To Log In Once And Gain Access To Multiple Connected Systems Or Applications Without Needing To Log In Again For Each Service. B.14 Econference Room With Video Conferencing ● Video Conferencing System ● The System Must Be Able To Provide A Seamless And User-friendly Video Conferencing Experience. ● The System Must Enhance Remote Collaboration And Communication. ● The System Must Have Integrated Audio, Video, And Collaboration Tools For Effective Virtual Meetings. ● The System Must Ensure The Scalability And Flexibility To Accommodate Future Needs. B.15 Mobile Version Module ● Mobile Version ● The System Must Have A Mobile Version Of The Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub Subsystems Website Designed For Smartphones And Tablets. It Gives Students, Professors, Staff, And Stakeholders Easy Access To University Information And Services. ● The System Should Promote Accessibility, Convenience, And A Great User Experience By Allowing Users To Communicate With The University Community Anytime. ● The System Should Accommodate Each Module's Specialized Functionalities While Staying Mobile-friendly And Focusing On Users. ● The System Must Be Able To Receive Notifications. C. Report Requirements These Are The Suggested Reports That Ought To Be Produced By The System To Analyze The Information Systems Trends In Bulacan's Colleges. It Is Recommended That The Data Be Automatically Submitted Through An Api In Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub To Give Basc Staff The Information They Need To Enhance The School Community. C.1 University Information System ● Admission Module ● List Of Applicants - The Overall List Of Potential Students With Their Personal Or Application Information. ● Registrar Module ● Academic Evaluation - Assessment Of A Student's Academic Performance, Conducted By The Institution's Instructors. ● Official List Of Enrollment - Document Provided By The Institution That Confirms The Students That Are Registered Or Enrolled For A Specific Academic Year. ● Diploma - Gives Thorough Details Regarding A Student's Academic Accomplishments And The Diploma's Presentation As Evidence Of Completion Of An Academic Program. ● Registration - A Document That Gives Information About A Student's Course Enrollment At The Institution For A Certain Term Or Semester. ● Shiftee - Document Of Proof For Students Who Are Changing Or Shifting Their Academic Programs Or Courses. ● Student Directory - Comprehensive And Manageable List Of Students Enrolled At The Institution. ● Subject Master List - A Thorough List Or Catalog Of Each Field Or Course That The Educational Institution Offers ● Summary Of Enrollment - Overview Of The Current Enrollment Status Of The Students At The Institution For A Specific Semester Or Academic Year. ● Enrollment Module ● Summary Of Enrolled Students - A Summary Of The Current Student Population, Including Enrollment Data And Demographics. ● Summary Of Unpaid School Fees - Gives A Summary Of The Unpaid Fees That Students Owe For The Current Semester Or Academic Term. ● Summary Of Tuition Fees Collected - Gives A Summary Of The Fees Collected/received From The Students For The Current Semester Or Academic Term. ● Clinic Record Management Module ● Health Management Report - A Document That Typically Focuses On The Health And Wellness Of Its Students And Covers Various Aspects Related To Healthcare Services Offered By The University. C.2 Learning Management System ● Professor Module ● Class Report - A Summary Of The Progress, Performance, And Involvement Of The Students In A Particular Course Or Class. ● Student Transcript Module: ● Subject Modules Report - Provides Comprehensive Insights And Summaries Related To The Modules Listed In A Specific Subject. ● Lesson Plan Report - Generates A Summary Lesson Plan That Is Defined By The Institution Or Organization. C.3 Human Resource Management System And Timekeeping System ● Audit Trail Report: ● Gives A Thorough Account Of All The Actions And Modifications Conducted Within The Hr System. Monitoring User Behavior, Protecting Data Integrity, And Upholding Adherence To Hr Rules And Regulations All Depend On This Report. C.4 Payroll Management System ● Payroll Management System ● Daily Time Record (dtr) - An In-depth Record Of Employees' Daily Attendance That Includes The Total Number Of Hours Worked, The Number Of Leaves Taken, And Other Essential Time-related Data. ● Payslip/s - A Detailed Breakdown Of An Employee's Earnings And Deductions For A Specific Pay Period. ● Payroll Report For A Specific Period - A Complete Summary Of Payroll Costs And Associated Information For A Specific Pay Period. C.5 Assets & Fleet Management System ● This Applies To Both Systems ● Assets And Fleets Reporting - A Document Containing Management Insights For Different Vehicles And Assets Used For Administrative And Academic Purposes. ● Depreciation Tracking - A Detailed Overview And Monitoring Of The Decrease In Value Of Such Assets Over Time Over A Specified Period. C.6 Document Management System ● Document Management System (dms) ● List Of On-hand Documents - Displays A List Of All Of The Documents That Are Available Or Accessible At The Moment Within The System. ● List Of Incoming Documents - Provides An Inventory Of Documents That Have Been Recently Received Or Uploaded Into The System. ● List Of Received Documents - Provides A List Of All The Documents The Institution Has Received In A Given Time Frame. ● List Of Finalized Or Kept Documents - Provides An Inventory Of All The Documents That Have Been Approved, Completed, And Archived In The System. ● List Of Archived Documents - Provides Comprehensive Details About The Documents That Have Been Stored In The System's Archive. ● Details Of Document Batch Tracked - Provides Full Details On The Batches Of Documents That The System Is Tracking. Documents Pertaining To Research Projects, Financial Transactions, Student Records, Admissions, And Other Aspects Of University Operations May Be Included In These Sections. ● Audit Logs Of Documents - Detailed Log Of Every Activity And Modification Performed To Any Document In The System. C.7 Trouble Ticketing System ● Reporting And Analytics ● The Solution Must Be Able To Provide Reports In Different Formats I.e., Pie Graph, Line Graph, Or Bar Graph. ● The Solution Must Be Able To Extract The Following Data Groupings: Open Tickets, Open With Critical Severity, In Progress, Overdue, Not Updated For 7 Days And Older Than 30 Days, And Tickets By State. C.8 Queueing / Appointment System ● The Solution Must Be Able To Generate Reports Which Show The Following: ● Queue List - Presents A Summary Of The System's Appointments And Queue Status At The Given Moment. ● Visitors List - Provides A Summary Of The Visitors' List And The Appointments They Have Made Using The Appointment/queuing System. ● Advertisements - Provides An Overview Of Advertisements And The Details That Are Displayed In The System. ● Queue Service - Presents An Overview Of The Queue Service Availability And Performance Within The Queueing/appointment System. ● Audit Trail - List Of Users' Activities On Who Approves, Disapproves, Cancels, And Reschedules Appointments. C.9 Executive Information System ● Reporting And Dashboard ● All-in-one Reporting, Dash Boarding, And Analysis. The Solution Should Support Multiple Use Cases Of Visualization Software Including Reporting, Interactive Analysis, And Business Intelligence. C.10 Campus Portal System ● Web Traffic Report ● The Web Traffic Report Provides Insights Into The Usage Patterns And Trends Within The Campus Portal, Offering Valuable Information About How Users Interact With The Platform. This Report Encompasses Various Metrics And Analytics That Help Administrators And Stakeholders Understand The Effectiveness Of The Portal And Identify Areas For Improvement. Key Components Of The Web Traffic Report Include: ■ Page Views: This Metric Quantifies The Total Number Of Times Each Page Within The Portal Has Been Viewed By Users Over A Specified Period. It Helps Gauge The Popularity And Relevance Of Different Sections Or Features Of The Portal. ● Unique Visitors: Unique Visitors Represent The Number Of Distinct Individuals Who Have Accessed The Portal Within A Given Timeframe. Tracking Unique Visitors Provides A Measure Of The Portal's Reach And User Engagement. ● Traffic Sources: Understanding Where The Traffic Originates From Can Provide Insights Into The Effectiveness Of Marketing Efforts Or The Impact Of External Events. Traffic Sources May Include Direct Visits, Referrals From Other Websites, Search Engines, Or Social Media Platforms. ● Bounce Rate: The Bounce Rate Indicates The Percentage Of Visitors Who Navigate Away From The Portal After Viewing Only One Page. A High Bounce Rate May Suggest Issues With Content Relevance, User Experience, Or Site Performance. ● User Demographics: Analyzing Demographic Data Such As Geographic Location, Device Type, And Browser Preferences Can Help Tailor The Portal's Content And Optimize Its Compatibility Across Different Platforms. ● Session Duration: This Metric Measures The Average Amount Of Time Users Spend On The Portal During Each Visit. Longer Session Durations Generally Indicate Higher User Engagement And Interest In The Provided Content. ● Popular Pages: Identifying The Most Visited Pages Or Sections Of The Portal Can Inform Content Prioritization And Resource Allocation Efforts. It Also Highlights Areas Of Interest Or Importance To The User Community. ● Audit Logs Report ● The Audit Logs Report Offers A Comprehensive Overview Of All Activities And Interactions Within The Campus Portal, Serving As A Vital Tool For Monitoring Compliance, Security, And Accountability. By Maintaining Detailed Records Of User Actions, System Events, And Administrative Changes, The Audit Logs Report Enables Administrators To Track User Behavior, Detect Anomalies, And Investigate Incidents Effectively. Key Features Of The Audit Logs Report Include: ■ User Activity Tracking: Every Action Performed By Users Within The Portal, Such As Login Attempts, File Uploads, Document Downloads, And Profile Modifications, Is Logged And Timestamped For Auditing Purposes. ■ Access Control Monitoring: The Report Monitors Changes To User Permissions, Role Assignments, And Access Privileges, Ensuring That Only Authorized Individuals Can View Or Modify Sensitive Information. ■ System Events Recording: Critical System Events, Including Software Updates, Database Modifications, Error Messages, And Security Alerts, Are Recorded To Facilitate Troubleshooting And Maintain System Integrity. ■ Compliance Verification: By Documenting Compliance-related Activities, Such As Data Access Requests, Consent Agreements, And Policy Acknowledgments, The Audit Logs Report Helps Organizations Demonstrate Adherence To Regulatory Requirements And Internal Policies. C.11 University Library System ● Reporting And Analytics Module ● The System Must Enable The Library To Gather, Analyze, And Present Data Related To Its Operations And Performance. ● The Solution Must Be Able To Generate Reports That Show The List Of Patrons. D. System Requirements • Sso Should Be Able To Manage People's Information And Authentication Of Security. • Hris Should Be Able To Manage The Employee Information • The System Should Be Developed Using The Coreui Framework. • The System Shall Support Connectivity And Access To Data Stored In Relational Ms– -sql Databases. • The System Must Support Interfaces To Common Packaged Applications Via The Standard Application Interface Provided. • The System Shall Support Paperless Reporting. • The System Shall Support Mobile (android & Ios) Devices. • The System Shall Support Web Desktop And Mobile Web Access. • A System With Superior Wide Area Network (wan) Performance, Highly Secured Features/functionalities, And Uses Web–enabled Workflow Systems Available To The Offices. E. Supply, Delivery, And Implementation E.1 University Information System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Server Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration (qa) 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.2 Learning Management System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.3 Cashiering System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.4 Human Resource Information System Infrastructure 1. Twenty (20) Units - Biometric - Time & Attendance A. Must Support Up To 1,500 Fingerprints, Up To 100,000 Records, And Up To 2,000 Cards (optional). B. Must Support Multi-languages. C. Must Have Communication: Tcp/ip, Usb-host, Wi-fi (optional). D. Must Have High Verification Speed. E. Must Have Professional Firmware And Platform. 2. One (1) Unit - Desktop Computer A. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) B. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) C. Operating System (os): Windows 11 Or Higher D. Memory: 16 Gb (or Higher) E. Storage: 500 Gb Ssd (or Higher) F. Display: 14” Display G. Graphic Card: Integrated Graphics H. Camera: 1080p Fhd Ir/rgb Hybrid I. Wireless: Wi-fi 6e Ax211 2x2, Bluetooth 5.1 Or Above J. Ethernet Port Or Usb K. Power Cord: At Least 45w L. Warranty: 1 Year Courier Or Carry-in M. Must Have 1*650va Ups 3. One (1) Service - Vulnerability And Pen-testing 4. One (1) Service - Database Modelling Design Services 5. One (1) Service - Installation And Configuration Services 6. One (1) Service - Application Installation 7. One (1) Service - User Workflow Integration 8. One (1) Service - Ssl And Dns Configuration 9. One (1) Service - Integration To Basc Rdbms Database 10. One (1) Service - Data Migration 11. One (1) Service - Project Management Services 12. One (1) Service - User Acceptance Testing (uat) 13. One (1) Service - User Training Services 14. One (1) Service - Scaling And Optimization 15. One (1) Service - Manpower Cost 16. One (1) Service - Mobilization Cost 17. Two (2) Years - Support 18. One (1) Year - Warranty E.5 Payroll Management System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization Of Payroll Management System 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.6 Assets & Fleet Management System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.7 Document Management System Infrastructure 1. Ten (10) Units - Barcode Printer A. Should Be Capable Of Printing High-quality, Durable Barcodes On Various Label Materials. B. Should Offer Customizable Printing Options, Including Label Size, Orientation, And Font. C. Must Be Easy To Integrate With The Document Management System For Automated Barcode Generation And Printing. 2. One-hundred (100) Rolls - 2 X 1 Risen Label Sticker (2688 Stickers Per Roll) A. Should Be Durable And Resistant To Wear And Tear. B. Must Be Compatible With The Chosen Barcode Printer. 3. One-hundred (100) Rolls - 2 X 1 Ribbon For Risen Label Sticker (4 Rolls Sticker: 1 Ribbon) A. Should Produce Clear And Legible Barcode Prints. B. Must Be Compatible With The Chosen Barcode Printer And Label Stickers. C. Should Provide A Long Print Life And Minimize Ribbon Wastage. 4. Twenty (20) Units - Industrial Doc Imaging Machine A. Should Be Capable Of High-volume, High-speed Scanning Of Various Document Types (e.g., Paper, Plastic Cards). B. Must Offer Advanced Image Processing Features, Such As Automatic Document Feeding, Image Enhancement, And Ocr. C. Should Be Durable And Reliable, Suitable For Heavy-duty Use In Industrial Environments. D. Must Be Easy To Integrate With The Document Management System For Automated Image Capture And Indexing. 5. Three (3) Units -departamental Doc Imaging Machine A. Should Be Suitable For Lower-volume Scanning Needs In Departmental Settings. B. Must Offer Basic Image Processing Features, Such As Automatic Document Feeding And Image Enhancement. C. Should Be Compact And Easy To Use. D. Must Be Compatible With The Document Tracking System For Automated Image Capture And Indexing. 6. Twelve (12) Units -departamental Doc Imaging Machine Peripherals A. Should Include Necessary Accessories For Efficient Document Scanning, Such As Paper Trays, Feeder Units, And Cleaning Kits. B. Must Be Compatible With The Chosen Departmental Doc Imaging Machine. C. Should Be Easy To Install And Maintain. 7. Forty (40) Units -barcode Scanner A. Should Be Capable Of Accurately Scanning Various Barcode Types. B. Must Offer High-speed Scanning And Reliable Performance. C. Should Be Durable And Ergonomic, Suitable For Frequent Use. D. Must Be Easy To Integrate With The Document Management System For Automated Data Entry And Workflow Triggering. 8. One (1) Service - Vulnerability And Pen-testing 9. One (1) Service - Database Modelling Design Services 10. One (1) Service - Installation And Configuration Services 11. One (1) Service - Application Installation 12. One (1) Service - User Workflow Integration 13. One (1) Service - Ssl And Dns Configuration 14. One (1) Service - Integration To Basc Rdbms Database 15. One (1) Service - Data Migration 16. One (1) Service - Project Management Services 17. One (1) Service - User Acceptance Testing (uat) 18. One (1) Service - User Training Services 19. One (1) Service - Scaling And Optimization 20. One (1) Service - Manpower Cost 21. One (1) Service - Mobilization Cost 22. Two (2) Years - Support 23. One (1) Year - Warranty E.8 Trouble Ticketing System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.9 Queueing / Appointment System Infrastructure 1. Six (6) Units - Kiosk Stand With Touch Screen Monitor And Printer 2. Six (6) Units - Kiosk Audio Panel 3. Twelve (12) Units - Kiosk Interactive 65” Smart Tv 4. One Million (1m) Credits - Sms 5. One (1) Service - Vulnerability And Pen-testing 6. One (1) Service - Database Modelling Design Services 7. One (1) Service - Installation And Configuration Services 8. One (1) Service - Application Installation 9. One (1) Service - User Workflow Integration 10. One (1) Service - Ssl And Dns Configuration 11. One (1) Service - Integration To Basc Rdbms Database 12. One (1) Service - Data Migration 13. One (1) Service - Project Management Services 14. One (1) Service -user Acceptance Testing (uat) 15. One (1) Service - User Training Services 16. One (1) Service - Scaling And Optimization 17. One (1) Service - Manpower Cost 18. One (1) Service - Mobilization Cost 19. Two (2) Years - Support 20. One (1) Year - Warranty E.10 Executive Information System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service - Installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service - Project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.11 Campus Portal System Infrastructure 1. One (1) Service - Vulnerability And Pen-testing 2. One (1) Service - Database Modelling Design Services 3. One (1) Service -installation And Configuration Services 4. One (1) Service - Application Installation 5. One (1) Service - User Workflow Integration 6. One (1) Service - Ssl And Dns Configuration 7. One (1) Service - Integration To Basc Rdbms Database 8. One (1) Service - Data Migration 9. One (1) Service -project Management Services 10. One (1) Service - User Acceptance Testing (uat) 11. One (1) Service - User Training Services 12. One (1) Service - Scaling And Optimization 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Two (2) Years - Support E.12 University Library System Infrastructure 1. One (1) Unit - Kiosk (self Check-in & Self Check-out) With Monitor And Barcode Reader. 2. Fifty Thousand (50,000) Pcs - Rfid Tags For Books 3. Two (2) Units - Rfid Reader 4. One (1) Unit - Barcode Printer 5. Twenty Five (25) Rolls - Barcode Sticker 6. One (1) Unit - Barcode 3d Scanner 7. One (1) Service - Vulnerability And Pen-testing 8. One (1) Service - Database Modelling Design Services 9. One (1) Service - Installation And Configuration Services 10. One (1) Service - Application Installation 11. One (1) Service - User Workflow Integration 12. One (1) Service - Ssl And Dns Configuration 13. One (1) Service - Integration To Basc Rdbms Database 14. One (1) Service - Data Migration 15. One (1) Service - Project Management Services 16. One (1) Service - User Acceptance Testing (uat) 17. One (1) Service - User Training Services 18. One (1) Service - Scaling And Optimization 19. One (1) Service - Manpower Cost 20. One (1) Service - Mobilization Cost 21. Two (2) Years - Support 22. One (1) Year - Warranty E.13 Internet Connectivity 1. Eighteen (18) Months - Speed Requirement: 5 Gbps Bandwidth A. Connection Should Be Of Cable Type, Preferably Fiber-optic; Wireless Solutions May Be Considered. B. No Limitations On Traffic/ports; Bandwidth Capacity Should Be Ensured Through A Direct Ip Connection. C. A Subnet Of At Least 14 Static Publicly Routable Ip Addresses Is Required. D. Service Reliability Must Be Ensured. Overall Uptime Should Not Be Less Than 99%. E. All Necessary Hardware, Cabling, And Software (if Required For Internet Service) Should Be Provided And Set Up By The Provider. F. Support Managed Vpn Services. G. Isp Must Be Able To Manage The Customer Premises Equipment (cpe) To Be Installed In The Bulacan Agricultural State College. H. Traffic Management, Network Monitoring, And Access To Raw Log Files. I. Fiber Optic Connectivity From The Isp To The Internet Backbone. 2. One (1) Unit - Multiple Wan Router 3. One (1) Unit - Core Routing Switch 4. Four (4) Units - Distribution Switch 5. Ten (10) Units - Qsfp+ Module Xq+cm0000-xs+ 6. One (1) Service - Project Management Services Network Configuration Services 7. One (1) Service - Training And Knowledge Transfer 8. One (1) Service - Scaling And Optimization (testing And Analysis By Fluke Systems) 9. One (1) Service - Manpower Cost 10. One (1) Service - Mobilization Cost 11. Two (2) Years - Support 12. One (1) Year - Defect Liability E.14 Campus Network System 1. Ninety-four (94) Units - Indoor Wireless Access Points A. The Proposed Equipment Shall Support 802.11a/b/g/n/ac/ac Wave2/ax Protocol B. Triple-band Design, Support 2*2 Mimo, 2.4g ≥570mbps, 5g ≥3200 Mbps, The Maximum Speed ≥3.8gbps. C. Support Built-in Omnidirectional Antenna D. 1 Gigabit Ethernet Port E. 1*micro-usb Port F. Support 802.3at Standard Poe Power Supply And Power Adaptor G. Ap Full Load Working Power Consumption ≤ 17.5w H. Ap Transmit Power ≤20dbm (smaller Than 100mw), And Power Can Be Adjusted (adjustment Granularity Is 1dbm, Adjustment Range Is 3dbm~27dbm) I. Protection Degree≥41 J. Operating Temperature: -10~50℃, Humidity:5%~95% Non-condensing K. Maximum Concurrent Client ≤ 256 L. Support For Ssid-based Access User Limit M. Support Virtual Ap Technology, The Number Of Ssid Per Rf ≥16, Per Ap ≥32; N. Support Hiding Of Ssid O. Support Multiple Vlans Per Ssid P. Support Standalone Mode And Controller-based Mode, The Controller Must Be On-premise. Q. Ap Supports Tunnel Mode And Bridge Mode. Each Ssid Can Choose Its Own Working Mode. R. Support Ap Zero Configuration, Support Layer 2 And Layer 3 Discovery, Dhcp Option43, Dns Domain Name, And Other Network Access Controller Automatic Discovery Mechanisms S. Supports Ap Deployment Across Layer 3 Network, Wan, And Nat, And Supports Management Tunnel Encryption With Network Access Controller. T. Support The Service Sense Via Ai Rf, Including Connection And Delay For Network Access, Dhcp, Gateway, Dns, Internet And Other Server Address U. Support The Environment Sense Via Ai Rf, Including Channel Utilization, Co-channel Ap, Interference Ssid V. Supports 802.1x, Portal, Mac Address Authentication, Ca Certificate Authentication, Qr Code Approval Authentication, Sms Authentication, App Authentication, Guest Account, Facebook, 802.1x Wep, Wpa, Wpa2, And Other Authentication Methods; W. Support 802.11i, Aes, Tkip, And Other Encryption Methods X. Support Wips/anti-phishing Wifi Via Independent Rf (non-user Connected Radio Frequency) To Conduct Real-time Detection, Alarm, And Countermeasures For Illegal Access Points. Y. Support East-west Traffic Security, By Detecting Abnormal Behavior To Block Viruses Within The Intranet Z. Support Ap Vpn, An Encrypted Communication Tunnel Can Be Established Across The Internet And Remote Wireless Controllers For Encrypted Remote Access, The Ap Vpn Should Also Support Bidirectional Access From Site To Site. Aa. Support Intelligent Load Balancing Based On The Number Of Users, Signal Strength, And Channel Utilization, And Automatically Balance The Access Pressure Between Aps Bb. Support Rf Guiding Function To Guide Wireless Terminals To Preferentially Access 5g Frequency Bands With Low Interference Cc. Supports Fit Ap Switching To Gateway Mode (non-fat Ap Mode), Supports Pppoe Dial-up, Static Ip, And Dhcp. Dd. Support Dhcp Server And Dns Proxy Ee. Support The Wireless Controller Escape Function, When The Wireless Controller Is Down, The Ap Still Can Guarantee The Normal Online Access Of Online Users, And Ensure That New Users Can Also Connect To The Wireless Network Through Authentication; 2. One (1) Lot - Network Access Controller A. The Proposed Controller Shall Support At Least 5 Service Ports, 1 Rj45 Console Port, 1 Rj45 Manage Port, 2 Usb Ports, And 2 Expansion Slots. B. The Proposed Controller Shall Support Up To 1200 Access Points. C. The Proposed Controller Shall Support At Least 8 Built-in Captive Portal Templates. D. The Proposed Controller Shall Support Access Controller And Qos-based Applications And Urls. The Application Fingerprints In The Controller Database Should Be Larger Than 6400 At Least One Year Application And A Url Update License Should Be Included E. The Proposed Controller Shall Support A Questionnaire Survey And The Survey Result Can Be Shown In The Controller F. Web Ui To Show Survey Results In The Controller G. The Proposed Controller Can Configure The Time/data Quota Policy For Wi-fi Users. H. The Proposed Controller Shall Support The Topology Of The Switch. I. The Proposed Controller Shall Support The Big Data Analysis For The Guests, And Staff. The Content Should Include The Favorite Application, Online Duration, Time Starts, And Checkout. J. The Proposed Controller Shall Be Capable Of Identifying Terminal Types And Assigning The Different Policy-based Terminal Types. K. The Proposed Controller Shall Support The Graphical Dhcp Address Pool From The Controller And Switch And Can View The Following Information In Each Address Pool: I. Conflict Ip Address Ii. Terminal Devices Fail To Obtain An Ip Address Iii. Address Pool Utilization Iv. Ip Allocation Times Distribution L. The Proposed Controller Can Be Used As The Gateway, Support Ppoe, Nat, Policy-based Routing, Dhcp Server, Dhcp Replay, Provide Authentication And Access Controller For Both Wired And Wireless Users, M. The Proposed Software Controller Shall Support The Following: I. 802.1x Authentication Ii. Portal Authentication Iii. Mac Address-based Authentication N. Also Need To Support The Integration With Radius, Ldap, Ad, And Other Databases O. The Proposed Controller Shall Support Viewing Of The Following Status Of Ap. I. Power Supply Load Ii. System Resources (memory, Cpu) Iii. Chip Resources (mac Table, Arp Table, Acl Table, Route Table Utilization) Iv. Packet Drop Ratio V. Jumbo/normal Frame Vi. Traffic Load Vii. Packet Analysis (broadcast, Multicast, And Unicast Packets) Viii. Network Protocol Packet Receiving Rate Analysis (dhcp, Icmp, Arp, And Tcp Packet Rate) P. The Proposed Controller Shall Support A Security Log To View Switch Attack Events, Including Event Types, Attacker Mac Address, And Attack Device Types. Q. The Proposed Controller Shall Support The Binding Of Terminals To Ip Based On Switch Port Groups, And The Binding Of Terminals And Ports Based On Switch Port Groups. R. The Proposed Controller Manufacturer Shall Have A Cmmi5 Certificate To Ensure The Maturity Of The Product Software. S. The Proposed Brand Must Be Iso 9001 Certified 3. Forty-seven (47) Units - Access Poe Switch A. The Proposed Equipment Shall Have At Least I. 24 Gigabit Ethernet Poe Ports Ii. 4* Sfp+ Ports B. The Proposed Equipment Shall Support Ieee 802.3af/at Power Supply Standard, Single Port Maximum Output Poe Power 30w, The Whole Machine Maximum Output Poe Power 370w C. The Proposed Equipment Shall Have A Console Port D. The Proposed Equipment Shall Support Standalone Web Gui Management And Controller-based Management. E. The Proposed Equipment Shall Have A Switching Capacity Of At Least 336gbps F. The Proposed Equipment Shall Have Packet Forwarding Of At Least 108mpps G. The Proposed Equipment Shall Support Acl Policies Based On Single-port And Aggregation Of Interfaces. H. The Proposed Equipment Shall Support Acl Policies Based On Source Ip Address And Mac Address. I. The Proposed Equipment Shall Support Acl Policies Based On Protocols (ospf, Udp, Arp) J. The Proposed Equipment Shall Support Time-based Acl Policies K. The Proposed Equipment Shall Support 802.1p, Ip And Service Level, Dscp Priority Settings L. The Proposed Equipment Shall Support Traffic Shaping; And Packet Forwarding Rate Setting Based On The Outbound And Inbound Directions Of Switch Ports. M. The Proposed Equipment Shall Support Cos And Dscp Priority Mapping Based On Switch Groups N. The Proposed Equipment Shall Support Congestion Management That Supports Multiple Scheduling Modes To Implement Traffic Based On Packet Or Port Priority. O. The Proposed Equipment Shall Support Port Mirroring And Redirection. P. The Proposed Equipment Shall Support Dhcp Snooping, Dhcp Server Q. The Proposed Equipment Shall Support The Spanning Tree Protocol (stp, Rstp, Mstp) R. The Proposed Equipment Shall Support Igmp V1/v2/v3 Snooping S. The Proposed Equipment Shall Support 4,000 Vlan T. The Proposed Equipment Shall Support 16,000 Mac Address U. The Proposed Equipment Shall Support Mac Address Dynamic Learning V. The Proposed Equipment Shall Support Mac Address Filtering W. The Proposed Equipment Shall Support Mac Address Learning Limit X. The Proposed Equipment Shall Support Link Aggregation Y. The Proposed Equipment Shall Support M-lag Technology, Cross-device Link Aggregation Z. The Proposed Equipment Shall Have Layer 3 Routing Protocols Such As Static Routing, Rip, Ospf, Vrrp Aa. The Proposed Equipment Shall Support East-west Traffic Security With Policies Based On Area Or User Role, And Prevent The Virus Spread Within The Intranet Bb. The Proposed Equipment Shall Support Topology In The Controller, Configuration And Status Checking Can Be Done By Clicking The Topology. Cc. The Proposed Equipment Shall Support The Replacement By One Click On The Controller Platform To Replace The Defective Device Dd. The Proposed Equipment Manufacturer Shall Have A Cmmi5 Certificate To Ensure The Maturity Of The Product Software Ee. The Proposed Brand Must Be Iso 9001 Certified 4. One (1) Lot - Installation Consumables 5. One (1) Service - Network Design, Consultation (signed By Pece) And Permits 6. One (1) Service - Project Management Services 7. One (1) Service - Switch & Access Point Installation 8. One (1) Service -network Configuration Services 9. One (1) Service - User's Training And Knowledge Transfer 10. One (1) Service - Scaling And Optimization (testing And Analysis By Fluke Systems) 11. One (1) Service - Manpower Cost 12. One (1) Service - Mobilization Cost 13. One (1) Service - Forwarding Cost 14. One (1) Year - Campus Network System Defect Liability (base Bundle Warranty-support) A. 1-year Warranty For All Active Devices B. 1-year Subscription To Licenses C. 1-year Workmanship Warranty And After-sales Support E.15 Fiber Optics Works 1. Fiber Optics Passive Components A. Thirteen Thousand (13,000) Meters - Fiber Optic Cable Single Mode I. 8-core Single-mode 8 Ii. Fiber Type=g.652.d And G.657.a1, Teraspeed, Os2 Iii. Armored-type Corrugated Steel Iv. Stranded Loose-tube Cable-type V. Gel-free Sub-unit Type B. Forty-seven (47) Units - Fms Panel I. 1u Standard Size 19” Ii. Includes 6 X Lc Sm Adaptors (12f) Iii. Includes 12 X Sm Lc Pigtails Iv. Includes 12 X Splice Protectors V. With Splice Tray And Cable Glands (12 Port Loaded) C. One (1) Unit - Epx 4u Sliding Panel Splicing Cassette I. Symmetrical Body Style Ii. Sliding Shelf Iii. Splicing Type = Heat Shrink, Single Fiber Fusion Iv. Dimension: 44.45h X 482.6w X 320d Mm V. Powder Coated Finish D. Sixteen (16) Units - G2 Splice Cassette 24lc/upc With Internal Shutters Os2 With Pigtails I. Lc/upc Interface Ii. Method A Polarity Iii. Shuttered Iv. Maximum Insertion Loss = 0.25db V. Minimum Return Loss = 50db E. One Hundred Eighty-eight (188) Pcs - Fiber Patch Cords I. Lc-lc Patch Cord Ii. 1.6mm Duplex Iii. Riser Single Mode Os2, 0.9m F. Forty-seven (47) Units - Data Cabinet 15u I. Wall-mounted Type Ii. 600 X 600mm X 15u Dimension Iii. Glass Door With Lock With 8-gang Pdu G. One (1) Lot - Handhole Fabrication And Heat Shrinkable Seal Fiber Optic Splice Dome Closure I. With 24-core Pigtail Splicing Plate Termination H. One (1) Lot - Earth Ground Material And Accessories 2. Fiber Optics Active Components A. Two (2) Units - Network Core Switches I. 24-ports 10ge Layer 3 Managed Core And Aggregation Switch Ii. With 4 X 25g Ports Backward Compatible With 10g Iii. With 40g Uplink Capability Iv. With 150w Ac Power Module V. 19” Rack-mountable Vi. Steel Case B. Forty-seven (47) Units - Network Managed Switch I. 24-ports Layer 2 Managed Switch Ii. With 4 X 10g Uplink Ports Iii. 19” Rack-mountable Iv. Steel Case C. Four (4) Units - 40g Transceiver Modules I. 40g Lr Single-mode Fiber Module Ii. Qspf+ Transceiver Iii. Lc (1310nm) D. Ninety-four (94) Units - 10g Transceiver Modules I. 10g Lr Single-mode Fiber Module Ii. Qspf+ Transceiver Iii. Lc (1310nm) 3. One (1) Service - Roughing Ins Cost (piping Of Foc Per Building, Pvc/hdpe Pipes, Pullbox 10" X 10" X 6", Metal Clamps, Tox & Screws, Gi Wire) 4. One (1) Service - Labor Cost: Horizontal Direct Drilling (hdd) Wire Pulling, Roughing Ins For Expose Foc Going To Idf And/mdf 5. One (1) Service - Termination/splicing Of Pigtail Connectors/otdr Testing 6. One (1) Service - Electronic Permit Layout And Design (as-built Plan) 7. One (1) Service - Network Design And Consultation (signed By Pece) 8. One (1) Service - Project Management Services 9. One (1) Service - Switch Installation 10. One (1) Service - Network Configuration Services 11. One (1) Service - Training And Knowledge Transfer 12. One (1) Service - Cable Testing And Analysis By Fluke Systems 13. One (1) Service - Scaling And Optimization Of Network Security 14. One (1) Service - Manpower Cost 15. One (1) Service - Mobilization Cost 16. One (1) Service - Forwarding Cost 17. One (1) Year - Defect Liability 18. One (1) Year - Fiber Optic Passive Components Support Warranty A. 1-year Warranty For All Active Devices B. 1-year Subscription To Licenses C. 1-year Workmanship Warranty And After-sales Support E.16 Structured Cabling Works 1. Structured Cabling Passive Components A. Sixty-seven (67) Units – 24-ports 1u Keystone-type Patch Panel With Io Assembly I. 24-ports 1u Keystone Blank Panel Ii. 24-pcs Cat6+ Modular Jack, Rj45 Keyconnect Style B. One Thousand Four Hundred Thirty-three (1,433) Pcs – Cat6+ Modular Jack I. Cat6+ Modular Jack, Rj45 Keyconnect Style Ii. T568 A/b Wiring Scheme C. One Thousand Four Hundred Thirty-three (1,433) Pcs – 1-meter Cat6 Stranded Patch Cord I. 1-meter Cat6 Stranded Patch Cord Ii. T568b- Standard Machine-made Termination D. One Thousand Four Hundred Thirty-three (1,433) Pcs – 2 Meters Cat6 Stranded Patch Cord I. 2-meter Branded Cat6 Stranded Patch Cord Ii. T568b- Standard Machine-made Termination E. Sixty-seven (67) Units – Cable Organizer 1u I. 24 Slots Plastic With Cover F. Three Hundred Seventy-five (375) Rolls– Utp Cat6 Pure Copper I. Solid Bare-copper 24awg 4-pairs Ii. Pe-polyethylene Insulation Material Iii. 0.97 Mm Insulation Diameter Iv. Outer Jacket = Pvc Polyvinyl Chloride V. Operating Temperature = -20°c To +75°c Vi. Bending Radius = 23.2 Mm (0.913 In) G. Sixty-seven (67) Units – 15u Data Cabinet 600 X 600mm I. Wall-mounted Type Ii. 600 X 600mm Iii. Glass Door With Lock Iv. With 8-gang Pdu H. Sixty-seven (67) Sets – Fabricated Data Cabinet Bracket I. Five Hundred Fifteen (515) Pcs – Simplex Faceplate I. Keyconnect Faceplates, 1-port Ii. Plastic-made J. One Hundred Thirty-three (130) Pcs – Duplex Faceplate I. Keyconnect Faceplates, 2-ports Ii. Plastic-made K. Six Hundred Forty-five (645) Pcs – Faceplate Box I. Standard, Rectangular 2. Structured Cabling Active Components Technical Specification A. Seventy-two (72) Units – 24-ports L2+ Gigabit Switch + 4-sfp Ports Rack-mountable Ii. 24 X Gigabit Rj45 Iii. 4 X 10g Sfp+ Ports Iv. 19” Standard Size Rack-mountable B. Eighty-one (81) Units – 24-ports L2+ High-poe Switch Gigabit, With 4-sfp Module Rack-mountable I. 24 X Gigabit Poe Ports Ii. 4 X Sfp+ Slots Iii. 19” Standards Size Rack-mountable Iv. Poe Budget: At Least 370w C. Six (6) Units – 16-ports Aggregation Switch With 16-ports 10ge Ports I. 16 X 10g Sfp+ Slots Ii. 1u Rack Mountable 19” Iii. 802.3at/af D. Three Hundred Six (306) Units – Sfp+ Module, Single Mode Lc Connector I. 1310nm Single Mode Ii. Lc Duplex Connector Iii. Up To 10km Distance E. Three Hundred Six (306) Pcs – Lc Fiber Patch Cord I. Lc-lc Patch Cord Ii. 1.6mm Duplex Iii. Riser Single Mode Os2 0.9m F. Sixty-seven (67) Units – 1kva Ups, Tower Type I. 1000va/600w Ratings Ii. 1 X 12v/9ah Battery Iii. 4 X Universal Socket Iv. Not More Than 5.3kg G. One (1) Unit – 5kva Ups 4u, Online I. 5000va/5000w Ii. Dimension: Not Bigger Than 420 X 630 X 217mm Iii. Operating Voltage = 176 To 288 Vac Iv. Maximum Allowable Voltage = 288 Vac V. Input Frequency Without Battery Operation = 40 To 70hz Vi. Factory Default Voltage = 230 Vac Vii. Waveform = Pure Sinewave Viii. Backup Time At Full Load = 7 Ix. Backup Time At Half Load = 18.5 X. Audible Noise <55dba H. Sixty-seven (67) Units– Pdu With Reset And Switch, Metal Case I. 8-gang Metal With Reset Button Ii. Standard 19’’ Rack Mountable 3. Structured Cabling Roughing-ins A. One (1) Lot – Conduiting/piping Materials B. One (1) Lot – Cable Tray, Cable Ladder And Support Assembly (noc) C. One (1) Lot – Cable Tray Support & Hangers (distribution Per Building) D. One (1) Lot – Restoration Materials E. One (1) Lot – Cable Distribution Materials F. One (1) Lot – Grounding Materials, Installation And Consumables G. One (1) Lot – External Cabling Materials 4. One (1) Service - Network Design And Consultation (signed By Pece) 5. One (1) Service - Project Management Services 6. One (1) Service- Switch Installation 7. One (1) Service - Network Configuration Services 8. One (1) Service - Training And Knowledge Transfer 9. One (1) Service - External Cabling 10. One (1) Service - Scaling And Optimization (cable Testing And Analysis By Fluke Systems) 11. One (1) Service - Manpower Cost 12. One (1) Service - Mobilization Cost 13. One (1) Service - Forwarding Cost 14. One (1) Year - Service -structured Cabling Works Defect Liability 15. One (1) Year - Structured Cabling Passive Components Support Warranty A. 1-year Warranty For All Active Devices B. 1-year Workmanship Warranty And After-sales Support E.17 It Security Operations Center & Network Operations Center 1. One (1) Lot – Indoor Video Wall A. One (1) Lot – Led Panel I. Must Have 4.2x2.025m P0.9375 Indoor Led Screen Ii. Led Lamp Parameter: Color Configuration: Rgb 3in1, Color: Red, Green, Blue, Luminance: 990-1210 Mcd, 1980-2420 Mcd, 495-605 Mcd, Viewing Angle: 160º/160º, Wavelength: 625-630 Nm, 520-525 Nm, 465-470 Nm Iii. Must Have Led Module Parameter: Pixel Pitch(mm) 0.9375, Iv. Pixel Configuration Cob, Module Size(mm) W 300 H 168.75, Module Resolution(dots) W 320 H 180, Drive Ic Icn1069 V. Must Have Led Cabinet Parameter: Cabinet Size (mm) W 600 H 337.5, Cabinet Resolution (dots) W 640 H 360, Cabinet Pixels (dots) 230400, Cabinet Material Die Casting Aluminum, Cabinet Weight (kg) 4.8 Vi. Must Have Led Screen Parameter: Screen Size(m)w 4.2 W 2.025 H, Screen Resolution(dots)w 4480 W 2160 H, Cabinet Quantity(pc)w 7 W 6 H, Pixel Density(pixel/m2) 1137778, Brightness(cd/m2) 600, Brightness Adjusted 256 Grade By Software Or By Auto-optic Induced, Driving Method 1/46 Scan Display Color 439, 804, 651, 110, Viewing Distance (m) ≥0.9375m, View Angle Horizontal 160°; Vertical 160° Color Contrast Ratio 5000:1, Gray Grade 16bit, Refresh Frequency (hz) 3840, Protective Grade Ip43, Working Temperature(ºc) -30~+70, Stored Temperature (ºc) -40~+80, Operation Humidity(rh) 0-95%, Lifetime 100,000 Hrs Maintenance Front Side Working Voltage Ac110 / Ac220v±10% 47~63hz, Power Consumption Max: 800w/㎡ ; Ave:310w/㎡" B. One (1) Unit – Controller I. Must Have Three Kinds Of Led 4k Sending Cards: (1) − H_20xrj45 Sending Card Loads Up To 13,000,000 Pixels, (2) − H_16xrj45+2xfiber Sending Card Loads Up To 10,400,000 Pixels And Provides Two Opt Ports That Copy The Outputs On Ethernet Ports, (3) − H_4xfiber Sending Card Loads Up To 20,800,000 Pixels And Supports Three Working Modes, Including Independent, Copy And Backup. The Three Cards Mentioned Above Cannot Be Used Together To Load The Same Screen. Ii. Must Have Multi-capacity Configuration On A Single Card Slot: − 4x 2k×1k@60hz, − 2x 4k×1k@60hz, − 1x 4k×2k@60hz Iii. Must Have A Simple Screen Configuration Using A Single Card And Connector Iv. Must Have Online Status Monitoring Of All Input And Output Cards V. Must Have Hot-swappable Input And Output Cards Vi. Must Have An H_2xrj45 Ip Input Card That Supports Up To 512 Ip Camera Inputs And Input Mosaic. Vii. Must Have Auto Decryption Of Hdcp-encrypted Sources Viii. Must Have Decimal Frame Rates Supported Ix. Must Have Hdr10 And Hlg Processing X. Each Screen Can Have Its Output Resolution. Xi. Must-have Output Mosaic: Adopts The Frame Synchronization Technology, Which Ensures All The Output Connectors Output The Image Synchronously, And The Image Is Complete And Played Smoothly, Without Any Stuck, Frame Loss, Tearing, Or Piercing. Xii. Must Support Irregular Screen Configuration: Supports Irregular Rectangle Mosaic Without Any Limitations. Xiii. Must Have Input Source Grouping Management Xiv. Must Have Eye-saver Mode: Display The Image In A Warmer But Less Bright Way To Relieve Eye Strain. Xv. Lcd Bezel Compensation Xvi. Must Have Multi-layer Display: A Single Card Supports 16x 2k Layers, 8x Dl, Layers Or 4x 4k Layers. All Layers Support Cross-connector Output And The Layer Quantity Is Not Reduced For Cross-connector Output. Xvii. Must Have High-definition Scrolling Text, Customize The Scrolling Text Content, Such As Slogans Or Notification Messages, And Set The Text Style, Scrolling Direction, And Speed. Xviii. Must Support Up To 2,000 Presets: Fade Effect And Seamless Switching Supported, Less Than 60ms Preset Switching Duration Xix. Must Have Scheduled Playback Of Preset Playlist, Set Whether To Add The Presets To Playlist, Which Is Ideal For Monitoring, Exhibitions, Presentations, And Other Applications. Xx. Must Have Osd Settings On A Single Screen And Adjustable, Osd Transparency Xxi. Must Have Bkg Settings, Bkg Images Do Not Occupy The Layer Resources. The Max Width And Height Of A Bkg Image Is Up To 15k And 8k Respectively. Xxii. Must Have Channel Logo Management: Set A Text Or Image Logo For Identifying The Input Source. Xxiii. Must Have Input Source Cropping And Renaming After Cropping, Crop Any Input Source Image And Form A New Input Source After Cropping. Xxiv. Must Have Hdr And 10-bit Video Processing, Allowing For A More Exquisite And Clear Image. Xxv. Must Have Color Adjustment: Output Connector Color And Screen Color Adjustable, Including Brightness, Contrast, Saturation, Hue, And Gamma. Xxvi. Must Have Xr Scenario Control Xxvii. Must Have Low Latency: Reduce The Latency From The Input Source To The Receiving Card To As Low As 1 Frame. Xxviii. Must Have Web Control: Real-time Response And 1000m/100m Self-adaptive Network Control, Allowing For Multi-user Collaboration. Xxix. Must Have Monitoring Of Inputs And Outputs On A Web Page Xxx. Must Support Firmware Updates On Web Page Xxxi. Must Have Ark Visualized Management And Control Platform App Control On Pad Device. Xxxii. Must Have Self-test For Fault Detection Xxxiii. Must Have Auto-monitoring And Alarms: Supports Hardware Monitoring, Such As Fan Rotation Speed, Module Temperature And Voltage, And Running Status, And Sends Fault Alarms If Necessary. Xxxiv. Must Support An Optional Power Supply For Higher System Reliability. Xxxv. Must Have Backup Design − Backup Between Devices − Backup Between Led 4k Sending Cards. C. Accessories I. One (1) Unit - Vacuum Suction Ii. One (1) Unit - Structure/bracket 4.2x2.025m Iii. Nine (9) Units - Hdmi Cable (4k) 10 Meters D. Six (6) Units - 1500va/900w Line Interactive Ups E. Three (3) Units – Desktop Computers I. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) Ii. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) Iii. Operating System (os): Windows 11 Or Higher Iv. Memory: 16 Gb (or Higher) V. Storage: 500 Gb Ssd (or Higher) Vi. Display: 14” Display Vii. Graphic Card: Integrated Graphics Viii. Camera: 1080p Fhd Ir/rgb Hybrid Ix. Wireless: Wi-fi 6e Ax211 2x2, Bluetooth 5.1 Or Above X. Ethernet Port Or Usb Xi. Power Cord: At Least 45w Xii. Warranty: 1 Year Courier Or Carry-in 2. Desktop Computers W/ Extended Monitor A. Six (6) Units – Desktop Computer I. Processor: Intel I7 Or Amd Ryzen7 Processor (or Higher) Ii. Memory: 16 Gb Ddr4 Or Higher Iii. Form Factor: Tower Iv. Storage: At Least 500 Gb Ssd (or Higher) V. Graphics Processing Unit (gpu): 4gb Vram, Gddr5 (or Higher) Vi. Display: At Least 23.8” Hd Led Display (or Higher) Vii. Motherboard: B760-g Wifi D5 Micro-atx Motherboard Viii. Power Supply: Modular Power Supply 850w 80+ Gold Argb Modular Psu Ix. Peripherals: Power Cords, Keyboard & Optical Mouse X. Chassis: Usb Ports, Audio Port, Mic Port, Power Switch, Reset Switch Xi. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) Xii. Operating System (os): Windows 11 Pro Or Higher Xiii. Warranty: 1 Year Courier Or Carry-in B. Six (6) Pcs For 6 Units Of Desktop – Extended Monitor I. Display: At Least 23.8” Hd Led Display (or Higher) C. Six (6) Units – Ups For Command Center I. Must Have Capacity 650va 3. Communication Equipment A. Six (6) Units – Desktop Computer Headphone I. Audio Specifications Must Have, Frequency Response: 20 Hz To 20,000 Hz (standard Range For Human Hearing), Impedance: 32 Ohms (standard For Most Headsets; Higher Impedance May Be Better For High-end Audio), Sensitivity: 90-120 Db (decibels) At 1 Mw For Sound Level, Driver Size: 30-50 Mm (larger Drivers Often Provide A Better Bass Response), Sound Output: Stereo Or 7.1 Surround Sound (for Gaming And Multimedia), Total Harmonic Distortion (thd): Less Than 1% (minimizes Audio Distortion), Noise-canceling: Active (anc) Or Passive, Ii. Microphone Specifications Must Have, Type: Omnidirectional Or Unidirectional, Frequency Response: 100 Hz To 10,000 Hz, Sensitivity: -38 Db ± 3 Db, Noise Cancellation: Active Or Passive Noise-canceling Microphone, Mute Function: Usually Included For Easy On/off Control, Iii. Connectivity Wired: 3.5 Mm Audio Jack, Usb (type-a Or Type-c) Iv. Controls Volume Control: On-ear Cup Or Inline Volume Adjustment, Playback Control: Some Models Allow Pause/play/skip For Media. B. Six (6) Units – Ip Phone Handset Note: Covered In Ip-pa System And Ip-pbx System I. Must Have The Following Physical Specifications: 2.3-inch 128x48 Pixel Dot-matrix Display, Graphical Lcd With Backlight, Keypad: 33 Keys, Including: 4soft-keys, 9 Function Keys (hold / Transfer / Voice Message / Conference / Phonebook, Mwi / Headset / Redial / Hands-free) 4 Navigation Keys, 12 Standard Phone Digits Keys, 3 Volume Control Keys (up/down/mute (microphone), Desktop Stand X1 Status Indicator Light X1 (red), Rj9/rj11 Port X2: Handset X1, Headset X1, Rj45 Port X2: Network X1, Pcx1 (bridged To Network), Security Slot X1, Dc Power Input: 5v/0.6a, Power Consumption (adapter): 0.8~1.29w, Power Consumption (poe): 1.25~1.86w, Device Dimensions: Desktop Stand (45°): 169x201.1x177.4 Mm, Desktop Stand (50°): 169x191.9x185.8 Mm, Wall Mountable: 169x120.1x213.7 Mm Ii. Must Have 6-way Audio Conference Iii. Must Have At Least 600 Call Logs Iv. Must Have At Least 1000 Local Phonebook V. Must Have At Least 1000 Remote Phonebook Vi. Must Have G.722, Opus Wideband Codec Vii. Must Have G.711a/u,g.726,g.723.1, G.729a/b, Ilbc Narrowband Codec Viii. Must Have 2 X 10/100/1000 Mbps Network Rate Ix. Must Have Power Supply Poe X. Must Support Ehs Wireless Headset Xi. Must Have Desktop Stand Xii. Must Support Plantronics Wireless Headset (through Plantronics Apd-80 Ehscable) Xiii. Must Support Recording (through Server) Xiv. Must-have Physical: 10/100/1000 Mbps Ethernet, Dual Bridged Port For Pc Bypass Xv. Must Support Ip Configuration: Static Ip / Dhcp / Pppoe Xvi. Must Support The Following Protocols: Sip 2.0 Over Udp/tcp/tls, Rtp/rtcp/srtp, Stun, Dhcp, Ipv6, Lldp, Pppoe, 802.1x, L2tp, Openvpn, Sntp, Ftp/tftp, Http/https, Tr-069, Aes 128 & Aes 256 Xvii. Must-have Generic Ip Phone Features: 2siplines, Hdvoice, Poeenabled, Dot-matrix Display Screen, Handset/hands-free /headset Mode, Desktopstand/ Wall Mountable (optional), Optional External Power Supply Xviii. Must Have The Following Call Functions: Callout/ Answer/ Reject, Mute/unmute(microphone), Callhold / Resume, Callwaiting, Intercom, Caller Id Display, Speeddial, Anonymouscall(hide Caller Id), Callforward(always/busy/no Answer), Calltransfer (attended/unattended), Callparking/pick-up (depending On Server), Redial, Do-not-disturb, Auto-answering, Voicemessage(with Server), 6-wayconference, Hotline, Hot Desking. 4. Two (2) Units – Laptop A. Processor: Intel I7 Or Amd Ryzen7 Processor (or Higher) B. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) C. Operating System (os): Windows 11 Pro Or Higher D. Memory: 16 Gb (or Higher) E. Storage: 500 Gb Ssd (or Higher) F. Display: 14” Display G. Graphic Card: Integrated Graphics H. Camera: 1080p Fhd Ir/rgb Hybrid I. Wireless: Wi-fi 6e Ax211 2x2, Bluetooth 5.1 Or Above J. Ethernet Port Or Usb K. Power Cord: At Least 45w L. Warranty: 1 Year Courier Or Carry-in 5. One (1) Lot - Outdoor Video Wall W/ Smart Led Solar Powered Light A. Led Panel I. Pixel Pitch 3.91mm Ii. Pixel Configuration 1r1g1b Iii. Led Type Smd1921 Iv. Brightness (max) 5000 Nit V. Color Temperature 3500k-10000k(adjustable) Vi. Viewing Angle H140° / V120° Vii. Pixel Density 65,536 Dots/m² Viii. Module Size 500mm×250mm Ix. Module Resolution 128x64 Dots X. Cabinet Size W500mm×h1000mm×d77mm Xi. Cabinet Resolution (w×h) 128×256 Dots Xii. Cabinet Weight 17.0 Kg ± 0.5 Xiii. Cabinet Material Aluminum Xiv. Operating Temperature/ Xv. Humidity -40℃~+60℃/10~80%rh Xvi. Storage Temperature/ Xvii. Humidity -40℃~+60℃/10~80%rh Xviii. Ip Rating Front Ip68/rear Ip66 Xix. Mounting: Ground Structured Support For Outdoor Video Wall Display Unit (181"w X 138"h) B. Four (4) Unit – Smart Led Solar Powered Light I. Independent Distributed Power Supply System Ii. Solar Powered W/ Smart Sensors Iii. High Quality Lithium Battery Iv. Input Voltage Ac 110~220v (+/-10%) V. Pole-mounted Installation Vi. Mounting: Ground Structured Support For Outdoor Smart Led Solar Powered Light C. One (1) Lot - Controller Required: Quantity I. Must Have Sending Box, Receiving Card, And Light Sensor D. Accessories I. One (1) Unit - Vacuum Suction Ii. One (1) Unit - Structure/bracket 4.2x2.025m Iii. Nine (9) Units - Hdmi Cable (4k) 10 Meters Iv. Two (2) Units - 1500va/900w Line Interactive Ups E. One (1) Unit – Desktop Computer I. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) Ii. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) Iii. Operating System (os): Windows 11 Pro Or Higher Iv. Memory: 16 Gb (or Higher) V. Storage: 500 Gb Ssd (or Higher) Vi. Display: 14” Display Vii. Graphic Card: Integrated Graphics Viii. Camera: 1080p Fhd Ir/rgb Hybrid Ix. Wireless: Wi-fi 6e Ax211 2x2, Bluetooth 5.1 Or Above X. Ethernet Port Or Usb Xi. Power Cord: At Least 45w Xii. Warranty: 1 Year Courier Or Carry-in 6. One (1) Lot – Security Software Licenses A. Access Rights Manager B. Patch Manager C. Serv-u File Transfer Protocol Server D. Serv-u Managed File Transfer Server E. Server Configuration Monitor F. Engineer's Toolset G. Ip Address Manager H. Log Analyzer I. Network Performance Monitor J. Security Event Manager K. Network Topology Mapper 7. One (1) Service - Electronic Permit Layout And Design (as-built Plan) 8. One (1) Service - Electronic Permit Layout And Design Signed By Pece 9. One (1) Lot - Security Software Licenses W/ Dashboard 10. One (1) Lot - Structured Cabling (including External Cabling) 11. One (1) Lot - Roughing-in Materials 12. One (1) Service - Network Design And Consultation 13. One (1) Service - Project Management Services 14. One (1) Service - Temporary Facility (temfacil) For 30 Days 15. One (1) Service - Installation & Configuration 16. One (1) Service - Network Configuration Services 17. One (1) Service - User's Training And Knowledge Transfer 18. One (1) Service - Scaling And Optimization 19. One (1) Service - Manpower Cost 20. One (1) Service - Mobilization Cost 21. One (1) Service - Forwarding Cost 22. One (1) Year - Support Warranty E.18 Campus Data Center Upgrade 1. Non-electrical Components A. Seven (7) Units - Data Racks I. 1200mm Deep Static Rack Cabinet. Ii. Rack Capacity Must Be 42u Iii. Must Be Equipped With Casters And Leveling Feet Iv. Front And Back Doors Must Be Perforated V. Must Have A Load-carrying Capacity Of 950 Kg Or Higher Vi. Optional: Front And Side Stabilizers B. Three (3) Units - Gpu Server I. Must Have Warranty Support (4hr Resp) Ii. Gpu Server Add Ons Iii. Management Controller With 3-year Subscription For Server Endpoint Iv. Console Manager With 3-year Software Subscription C. One (1) Unit - Telephone Terminal Cabinet (ttc) I. The Ttc Must Be Made With Stainless Steel (304 Or 316) Gauge 16. Ii. At Least (800mm X 500mm X 200mm), With Canopy And Locking Mechanism. Iii. Water-resistant 2. Electrical Components A. One (1) Lot - Power Management System I. Design And Install Based On The Requirements Of Section 5.b (electrical Works Services) B. Fourteen (14) Lot - Power Distribution Unit I. 2 Units Shall Be Installed Per Data Rack. Ii. Input Voltage (v): 200-230 Iii. Input Plug Type: Iec 60309 32 A 2p + E Iv. Input Current Limit: 32 A V. Load Capacity: 7400 Va Vi. Network Frequency: 47...63 Hz Vii. Outlet Type And Quantity: (20) Iec 60320 C13, (4) Iec 60320 C19 C. One (1) Unit - Uninterruptible Power Supply 20kva (ups) And One (1) Unit - Uninterruptible Power Supply 5kva (ups) I. At Least 20kva/20kw Rackmount And 5kva/5kw Rackmount 1. Input: A) Ac Input Nominal Voltage (single-phase): 220/230/240 Vac, 3 Wire (l + N + G), Connected Via Hardwire. B) Ac Input Nominal Voltage (three-phase): 380/400/415 Vac, 5 Wire (l1 + L2 + L3 + N + G), Connected Via Hardwire. C) Ac Input Voltage Range: 160 – 285 Vac (l-n) At Full Load, While Providing Nominal Charging To The Battery System; Or 100 – 160 Vac (l-n) At 50% Load, While Providing Nominal Charging To The Battery System. D) Input Frequency Range: 40-70 Hz, Auto-selecting. E) Online Input Power Factor: 0.99 For 75% And 100% At 230 Vac. F) Green Mode Input Power Factor: ≥ 0.95 (for Resistive Load ≥ 25%) At 230 Vac.) At 230 Vac G) Input Current Distortion: <4% For 50% Resistive Load, <3% For 100% Resistive Load. H) Surge Protection: 600 Joules 2. Output: A) Ac Nominal Output Voltage: Single-phase B) Single-phase: 220/ 230/ 240 Vac. Models Are Factory Set At 230 Vac. C) 3-phase: 380/400/415 Vac. Models Are Factory Set At 400 Vac. (for 20kva) D) Output Frequency: 50/60 +/- 4 Hz (auto-sense). 3. Battery: A) Battery Type: Maintenance-free Sealed Lead-acid Battery With Suspended Electrolyte, Leakproof. 4. Installation: A) All Materials To Be Used In The Installation Should Be Included. From The Tapping Point To Ups. D. One (1) Unit - Generator With Automatic Transfer Switch (ats) I. 50kva Generator With Built-in Ats Or Ats Ready Ii. Automatic Start, Electric Start Iii. Phase: 3-phase/1-phase Iv. Operating Mode: Silent/soundproof V. Frequency Rating (hz): 50-70 Vi. Voltage Rating (v): 220-240 Vii. Engine Type: Turbo Diesel Viii. Large Capacity Fuel Tank Ix. Cooling System: Water Cooled X. Protection System: Low Oil Alarm, Temperature Sensor Xi. Should Include Installation And Configuration Services E. One (1) Set - Precision Air Conditioning Unit (pacu) I. Cooling Capacity: 7 Tr (20kw Or 75,400 Btu/hr) Ii. Power Supply: 230 Volts/60 Hz./3 Phase/pe Iii. System Type: Air-cooled Non-inverter Compressor Iv. Air Circuit: 1. Air Direction - Downflow Vertical Discharge 2. Air Inlet Into The A/c On A Large Surface From The Top Of The Unit V. Refrigerant Circuit: 1. Equipped With An Open Refrigerant Circuit The Basic Version Consists Of The Following Components: A. Fully Hermetic, Variable-speed Dc Scroll Compressor B. Oil Separator C. High-performance Evaporator With A Large Surface Area D. Liquid Receiver With Rota Lock On-off Valve And Safety Valve E. Dehydrating Filter F. Liquid Sight Glass G. Thermostatic Electronic Expansion Valve H. High-pressure Switches With Manual Resetting I. Needle Valves For The Refrigerant Change For Pressure Control J. External Welded Connections Vi. Standard Functions: Cooling Mode, Humidification & Dehumidification Mode Vii. User Terminal: 1. 64 X 120 Pixel Backlit Lcd Display And 6 Backlit Keys To Move Between And Change Parameters. 2. Set The Operating Parameters, Monitor The Trend Of The Main Working Parameters, And Read Any Alarm Messages. 3. Capable Of Enabling The Following Functions: A. Temperature And Humidity Control B. Setting Double Temperature And Humidity Set Point C. Complete Alarm Detection System D. Alarm Event History Storage E. Automatic Restart When Power Returns After A Cutout F. Remote Switching On/off Of The Unit G. Graphical Display With Icons Displaying The State Of The Unit Components H. Time Bands For Differential Weekly Switching On/off Of The Unit I. Management Of The Local Network With Setting The Rotation Of One Or Two Units In Standby J. Alarm Sequence History With Up To 100 Alarm Events Viii. Fan Section (indoor): 1. Radial Fan With Electronically Commutated (ec) Motor 2. High-efficiency Ec Motor With Wear-resistant And Maintenance-free Ball Bearing 3. Variable Speed Motor Modulating Fan Speed According To Load Density 4. Eurovent Certification 5. Ce Certification Ix. Air Filter: 1. Made From Self-extinguishing, Synthetic Fiber Cellular Material. 2. Large Filter Surface, Small Pressure Loss, Long Service Life, And Easy Replaceability X. Condenser: 1. Connections To The Remote Condenser 2. Witha Kit Of Legs For Vertical Discharge 3. With Rota Lock Shutoff Valves 4. Regulate The Fan Speed To Ensure Trouble-free Operations F. One (1) Unit - Dehumidifier I. At Least 80 Liters Capacity Ii. Adjustable Humidistat Iii. Auto Restart Iv. Automatic Bucket Full Shut-off V. Automatic Humidistat Control Vi. Bucket Full Indicator Light Vii. External Drain Connect Viii. Removable Water Tank Ix. Washable Air Filter 3. Safety Components A. Eight (8) Units - Fire Suppression System I. Hfc236fa (fe36) / /hcfc-123 Ii. At Least 20 Lbs Iii. Non-residual Iv. Non-corrosive V. Lifetime Chemical Efficacy Vi. Built-in Sensor For Automatic Discharge Vii. Should Include Mounting Plates And Installation Service B. Two (2) Units - Metal Door With Panic Lock Mechanism Note: Included In E-classroom, E-conference Room And Smart Led Solar Powered Light I. The Door Jamb Must Be Able To Hold The Weight Of The Metal Door. Ii. The Door Hinge Must Be Able To Contain The Stress Of The Sudden Swing Of The Metal Door Induced By The Panic Lock Mechanism. Iii. Panic Lock Mechanism Has Priority Over Electronic Security Locks For Exit. C. Four (4) Units - Environmental Monitoring System I. Temperature Sensor And Humidity Data Logger. Ii. Logging Capacity: 60000 Readings Or Higher. Iii. Alarm Status Indicator. Iv. Wired Or Wireless Connection Mode. V. Inclusion Of Cloud Access And/or Mobile Application For Data Access. Vi. Optional: Sms And/or Email Capability. 4. Warranty-three (3) Years Warranty A. Non-electrical Components I. Data Racks Ii. Telephone Terminal Cabinet (ttc) B. Electrical Components I. Electrical Management System Ii. Uninterruptible Power Supply 20kva Iii. Uninterruptible Power Supply 5kva Iv. Power Distribution Units V. 100 Kw Generator With Automatic Transfer Switch (ats) Vi. Air Conditioning Units Vii. Dehumidifier C. Safety Components I. Fire Suppression System Ii. Metal Door With Panic Lock Mechanism Iii. Environmental Monitoring System 5. Included Supply, Installation, And Configuration Services A. Civil Works Services I. Supply And Installation Of Telephone Terminal Cabinet (ttc) (800mm X 500mm X 200mm) With Canopy And Locking Mechanism. Ii. Supply And Installation Of 2 Fire Rated Metal Door With Panic Locking Mechanisms 400mm(w) X 900mm(w) X 2100mm(h)(1-unit) Iii. Supply And Installation Of 2hr Fire-rated Wall Partition 4” Thick (40 Sqm.) Iv. Supply And Installation Of Anti-static Raised Flooring (75 Sqm.) V. Supply And Installation Of The Acoustic-type Ceiling (75 Sqm.) Vi. Supply And Installation Of Led Lighting With Complete Wiring Vii. Painting Inside The Data Center Viii. Water Proofing (covering Part Of Data Center) Ix. Supply And Installation Of Emergency Lights X. Installation Of Generator System Housing B. Electrical Works Services I. Creation And Installation Of An Electrical Design Supporting Ups Power, Air-conditioning, Emergency Light And Exhaust Fan System, With The Capability To Switch To A Generator System With Ats And Auto-start Function. Ii. Independent Circuits For Ups And Regular Power Distributed On A Per Rack Basis. Iii. Independent Circuits For Air Conditioning Systems (ahu) On A Per Unit Basis. Iv. Provision Of Ups Circuits For Security And Environment Monitoring Devices. V. Provision Of Circuits For Future Use. Vi. Installation Of Grounding Systems. Vii. Electrical Panel Boxes Should Be Equipped With Surge Suppressors, Low Voltage Detectors And Power Monitoring. C. Mechanical Works Services I. Plumbing Works For Ahu Drain System. Ii. Plumbing Works For The Dehumidifier Drain System. Iii. Supply And Installation Of Electrical Wire Ways From Main Electrical Panel To Generator Location. Iv. Supply And Installation Of Data Wire Ways For Inter-rack Connections. 6. One (1) Service - System Design Services 7. One (1) Service - Cabling Works 8. One (1) Service - Structured Cabling (including External Cabling) 9. One (1) Service - Forwarding Cost 10. One (1) Service - Project Management Services 11. One (1) Service - User Acceptance Testing (uat) 12. One (1) Service - User's Training And Knowledge Transfer 13. One (1) Service - Scaling And Optimization 14. One (1) Service - Manpower Cost 15. One (1) Service - Mobilization Cost E.19 Data Center Network Switches 1. Two (2) Units - Core Switch A. Hot Swap Power Supply B. Open Ports Configuration With At Least 16 100g Qsfp28 Ports C. Open Ports Configuration With At Least 4 25g Qsfp28 Ports D. All Open Ports Enabled E. Zero License Fee For Modules Inserted I. Four (4) 100 Gbit Fiber Module Ii. Four (4) 40 Gbit Fiber Module Iii. Six (6) 10 Gbit Copper Module Iv. Six (6)10 Gbit Fiber Module V. 100 Gbit Dac Cable 2. Two (2) Units - Core Fiber Switch 3. One (1) Unit - Router A. Redundant Power Supply B. Load Balancing/failover Capability For Unequal Bandwidth C. At Least 12 1gbit Ports D. All Open Ports Enabled E. Zero License Fee For Modules Inserted F. One (1) Lot - X 10g Sfp+ Ports G. One (1) Lot - 10gbit Fiber Module (sfp / Sfp+ / Sfp28) H. One (1) Lot - 10gbit Copper Module 4. One (1) Unit- Top Of Rack (tor) Switch Poe A. Redundant Power Supply B. At Least 48 Gbit Ports C. All Open Ports Enabled D. Zero License Fee For Modules Inserted E. Four (4) X 10g Sfp+ F. Two (2) 40g Qsfp+ G. 48 Poe Ports H. Poe Out Standard: 802.3af/at I. Max Power Output Per Port (input 18-30 V): 1000 Ma J. Max Power Output Per Port (input 30-57 V): 570 Ma K. Total Power: 700w L. Six (6) 40gbit Fiber Module 5. One (1) Unit - Top Of Rack (tor) Switch Non-poe A. Redundant Power Supply B. At Least 48 Gbit Ports C. All Open Ports Enabled D. Zero License Fee For Modules Inserted E. Four (4) X 10g Sfp+ F. Two (2) 40g Qsfp+ G. 48 Poe Ports H. Six (6) 40gbit Fiber Module 6. One (1) Unit - Management Switch A. Redundant Power Supply B. At Least 24 Gbit Ports C. 10gbit Fiber Module D. Sfp+ To Sfp+ Connector 7. Two (2) Units - Access Point Cap-ac 8. One (1) Service - Electrical And Racking Design Services 9. One (1) Service - Network Design And Consultation 10. One (1) Service - Project Management Services 11. One (1) Service - Switch Installation 12. One (1) Service - Network Configuration Services Supplier 13. One (1) Service - Training And Knowledge Transfer 14. One (1) Service - Scaling And Optimization Of Data Center Network Switches 15. One (1) Service - Manpower Cost 16. One (1) Service - Mobilization Cost 17. One (1) Service - Forwarding Cost 18. One (1) Year - Support Warranty E.20 Data Center Compute System & Data Center Block And File Storage 1. Eight (8) Lots - Hci Cluster: A. Form Factor: 2u Rack Server B. A Total Of Eight (8) Hci Nodes C. Must Have 2x 6426y 16c 185w 2.5ghz Processor Per Node D. Must Have A Total Of 256gb 2rx8 4800mhz Memory Per Node. Can Support Up To 8tb Of Memory E. Network Interfaces Must Have A 2x 2-ports 10gb Base-t F. Storage Drives Must Have 2.5" Cache Drives And 3.5" For The Capacity Drives G. Must Have 2x M.2 Nvme 960gb Read Intensive Pcie Gen 4 Ssd For The Boot Drive H. Must Have A Total Effective Capacity Of At Least 500 Tb And 700 Tb Raw Capacity On Rf2 With 0% Savings I. Must Have Redundant 1100w Platinum Psu J. 2u Rack Mounted K. Software Inclusion: I. Must Include Rhel For Virtual Datacenters Premium 3 Years. Ii. Must Include Microsoft Center Licenses, Cals, And Sql Server With Software Assurance For The Education Sector. L. Hypervisor Support: I. Supports Industry-standard Hypervisors Like Vmware Esxi, And Native (bundled) M. Hci Features: Ii. Hci Licenses Should Be Oem Iii. Can Support Heterogeneous Clusters And Storage Nodes Only Iv. Must Have Vm-centric Snapshots & Clones V. Must Have Data Tiering Vi. Must Have Online Cluster Grow/shrink Vii. Must Have Data Path Redundancy Viii. Up To 2 Tunable Redundancy Factor Ix. Basic Compression (lz4) - Inline And Post-process X. Deep Compression (lz4hc) - Greater Efficiency For Cold Data Xi. Cache Deduplication Xii. Capacity Deduplication Xiii. Volume Groups - For In-cluster Vms Xiv. Async Replication (rpo = 1 Hr Or Greater) Xv. Application Consistent Snapshots Xvi. Client Authentication Xvii. Centralized Management Can Support Multi-cluster Management Xviii. Infrastructure Management, Monitoring, And Health Xix. Enterprise Authentication And Rbac Xx. Rest Apis Xxi. Comprehensive Search Xxii. Management Can Support The Report Xxiii. Management Has A Customizable Dashboard Xxiv. Management Can Plan And Forecast The Capacity Xxv. Resource Inefficiency Detection And Right-sizing Xxvi. Low-code/no-code Operations Automation Xxvii. Must Have 50tib Licenses For Unified Storage N. Hardware Management Features: I. Configure An Hci Node Ii. Update An Hci Node Iii. Integrate Into External Apps Through Integrators Or Rest Apis Iv. Manage Servers, Network, And Storage V. Auto-discover Systems Vi. Monitor And Track Multiple Systems, And Handle Faults Including Call Home Or Equivalent Vii. Manage Server, Network, And Storage Updates With Policies Viii. Configure Multiple Servers With Software Patterns Ix. Install Operating Systems And Hypervisors X. View The Status Summary Of All Hardware Components Xi. Encapsulation, Which Enables Us To Configure The Management Software To Change The Firewall Rules For The Devices So That Incoming Requests Are Accepted Only From The Management Software Xii. Compliant With Nist Sp 800-131a Or Fips 140-2. Hardware Management Should Support Self-signed Ssl Certificates (issued By An Internal Certificate Authority) Or External Ssl Certificates (private Or Commercial Ca). Xiii. Must Include An Audit Log That Provides A Historical Record Of User Actions, Such As Logging On, Creating Users, Or Changing User Passwords. O. Hardware Management Platform Should Have A Mobile App With The Following Features: I. View The Status Summary Of All Hardware Ii. Monitor The Detailed Status Of Each Device Iii. Monitor Inventory Of Each Device Iv. Monitor Audit Events, Hardware And Management Events, Alerts, And Jobs. V. Performs Power Actions On The Device. Vi. Act On Common System-level Tasks To Minimize The Risk Of Disruptions And Downtime. Vii. Forward Emails To Share Inventory, Alerts, And Event Information. Viii. Perform Initial Configuration Of Servers, Retrieve Diagnostic Information (virtual Lcd) And Perform Actions, Initiate Hardware Management From A Mobile Device. Ix. Monitor Hardware Inventory For Unexpected Component Changes, And Simply Log The Event Or Prevent Booting X. Enforces Cnsa 1.0 Level Security Xi. Enables Administrators To Manage And Synchronize Configurations And Firmware Levels Across Multiple Servers Xii. Should Be Available On Both Ios And Android. Xiii. The Hci Should Provide A Single Unified Management Console For The Management Of The Entire Environment Including Virtualized Environment As Well As Software Defined Storage Environment, Underlying Hardware, And Associated Components. Xiv. The Hci Should Provide Enterprise Data Services Such As Deduplication And Compression With Erasure Coding Completely In Software Without Dependency On Any Proprietary Hardware. Xv. System Management Must Be Able To Provide Proactive Alerts For Processors, Voltage Regulators, Memory, Internal Storage, Fans, Power Supplies, Raid Controllers, And Server Ambient And Sub-component Temperatures. Xvi. Must Be 100% Software-defined Without Dependency On Proprietary Hardware Or Networking Components. Xvii. Supports Differing Cpu & Memory Configurations Of Nodes Within The Same Cluster Xviii. The Hyper-converged Platform Must Have Fips 140-2 Certification Xix. The Hyper-converged Platform Must Have Common Criteria Security Certification. 2. One (1) Lot - Kvm Switch With Lcd Console A. 16-ports Kvm Switch And One (1) Lcd Console. Must Be The Same Brand As The Hci Nodes. B. Must Be Able To Handle 2 Concurrent Users. C. Local User Connection For Kvm: Vga + Usb D. Maximum Number Of Target Systems: 16 E. Maximum Video Resolution: 1600x1200 (4:3),1680x1050 (wide) 3. Thirty-two (32) Roll - Green Cat6 Cable 4. One (1) Service - Storage System Installation 5. One (1) Service - Storage Network Configuration Services 6. One (1) Service - System Design Services 7. One (1) Service - Application Installation 8. One (1) Service - Project Management Services 9. One (1) Service - User Acceptance Testing (uat) 10. One (1) Service - User's Training And Knowledge Transfer 11. One (1) Service - Scaling And Optimization Of Data Center Compute System 12. One (1) Service - Manpower Cost 13. One (1) Service - Mobilization Cost 14. One (1) Service - Forwarding Cost 15. Three (3) Years - Software Warranty 16. Three (3) Years - Support Warranty E.21 Data Center Backup And Recovery System 1. One (1) Lot - Enterprise On-premises Data Backup System - Hardware A. Must Have At Least 4410t 10c 150w 2.7ghz Processor. B. Must Have At Least 32gb 4800mhz Memory With Expansion Of Up To 8tb. C. Must Have 4-ports 10gb Base-t. D. Must Have At Least 22tb Storage Capacity. E. Must Have 2x M.2 480gb Read Intensive Sata Ssd. F. Raid Controller Should Support Raid 0,1,10,5,50,6 Configurations With 4gb Cache. G. Must Include Microsoft Windows Server Standard And Client Access Licenses (cals) For The Education Sector. 2. One (1) Lot - Enterprise On-premises Data Backup System – Software A. The Backup And Recovery Solution Should Work With Virtualized Infrastructure Based On Version 6.x, 7.0, 8.0, Microsoft Hyper V 2022 Or Higher And Later Versions, Nutanix Ahv Version 6.5 And Later, And Red Hat Virtualization Version 4.4 Sp1 (red Hat Virtualization Manager Version 4.5.0 Or Later) In A Single Product B. The Solution Should Provide A Centralized Console To Coordinate Backup, Replication, Recovery Verification And Restore Tasks. It Is Also Used To Set Up And Manage Backup Infrastructure Components. C. The Solution Must Provide Immutability To Prohibit Modification Or Deletion Of Backup Data As A Result Of Malware Activity Or Ransomware Attacks. D. Must Provide Agentless Protection Without The Need To Install Agents Inside Each Vm Running On Vmware, Hyper-v, Nutanix Ahv, And Rhv Platforms E. Must Support Direct Attached Storage, Network Attached Storage, Deduplicating Storage Appliances, And Object Storage As Backup Repositories F. Ability To Utilize Forever Forward Incremental, Forward Incremental & Reverse Incremental Backup Methodology. G. Ability To Perform Agentless Transaction Log Backup And Replay And Database Restore To Original Or New Sql Server H. Ability To Select And Choose Multiple Mssql Databases When Performing A Mass Database Export, Restore, Or Instant Recovery. I. The Solution Must Provide Automated Tests And Verification Of Each Backup Or Replica To Assure Recoverability In Case Of Production Failure. The Verification Must Include Vm Files, Os, And Applications Including Custom Testing Using Scripts J. The Solution Must Provide 105 Options To Perform Recovery. K. The Solution Must Have The Ability To Provide Recovery Delegation For Individual Or Group Vms L. Included Built-in Aes 256-bit Encryption, Compression, And Deduplication In A Single Product Without An Additional Option To Purchase M. The Solution Should Support Direct Backup To Object Storage Such As Amazon S3, Google Cloud Storage, Ibm Cloud Object Storage, Microsoft Azure Blob Storage, And Any S3-compatible Object Storage On-premise And In The Cloud. N. Ability To Combine One Or More Backup Repositories Or Object Storage (aws S3, Azure Blob, Gcp & Any S3 Object Compatible) Repositories And Tier Backup Data From Performance To Capacity And Archive Tier. O. Provide Agent-based Data Protection For Physical Server On Windows Or Linux With Support For Bare Metal Recovery, Export As Virtual Disk & Able To Perform Instant Recovery To Vmware Platform, Microsoft Hyper-v, And Nutanix Ahv P. Able To Provide Secure Access To The Backup Console With Optional Two-factor Authentication (2fa) That Is Based On Time-based One-time Passwords (totp) 3. Twenty-four (24) Months - Cloud-based Disaster Recovery System A. The Solution Must Have The Ability To Provide Recovery Delegation For Individual Or Group Vms B. The Solution Should Support Direct Backup To Object Storage Such As Amazon S3, Google Cloud Storage, Ibm Cloud Object Storage, Microsoft Azure Blob Storage, And Any S3-compatible Object Storage On-premise And In The Cloud. C. Provide Agent-based Data Protection For Physical Server On Windows Or Linux With Support For Bare Metal Recovery, Export As Virtual Disk & Able To Perform Instant Recovery To Vmware Platform, Microsoft Hyper-v, And Nutanix Ahv D. The Billing Of Dr Site Resources Must Only Be In Effect When The Resources Are Used. E. Must Provide For Monitoring And Periodic Conduct Of Dr Drills F. Must Have The Capability To Instantiate Test Instances For Non-disruptive Testing G. Must Be Able To Set Up And Initiate Continuous Data Replication. H. Must Provide Replication For At Least 10 Servers 4. One (1) Service - Electrical And Racking Design Services 5. One (1) Service - Network Design And Consultation 6. One (1) Service - Disaster Recovery Site Provisioning And Testing 7. One (1) Service - Application Installation 8. One (1) Service - Project Management Services 9. One (1) Service - Network Configuration Services 10. One (1) Service - User's Training And Knowledge Transfer 11. One (1) Service - Scaling And Optimization Of Data Center Backup And Recovery System 12. One (1) Service - Forwarding Cost 13. One (1) Service - Manpower Cost 14. One (1) Service - Mobilization Cost 15. Three (3) Years - Support Warranty E.22 Cloud Infrastructure-as-a-service 1. Cloud Infrastructure Subscription A. Payment Terms I. Basc Shall Pay The Vendor A Fixed Monthly Fee For All Cloud-related Services. Ii. The Accumulated Payables Within The Validity Of The Subscription Period Must Not Exceed The Budget Set For This Procurement. Iii. All Activated Additional Resources Must Be Billed Not Less Than 30 Calendar Days From The Date Of Activation, Or 60 Calendar Days Should It Be Activated Beyond The Agreed “cut-off” Period. Iv. All Chargeable Costs Must Be Inclusive Of Vat. V. Basc Shall Reserve The Right To Take Over The Root Account And Pay The Billings Directly. To Avail Of This Prerogative, Basc Must Inform The Vendor In Writing At Least 3 Months Prior To Contract Expiration. B. One (1) Lot – Cloud Management Services I. The Vendor Shall Have Cloud Provider Preference, Provided That The Cloud Provider Adheres To The Standards Stated In Section 2.b. Ii. The Vendor Shall Migrate Agreed-upon Resources From The Current Cloud Computing Service Platform Or Its Current Site To The New Cloud Computing Platform In Coordination/collaboration With Basc’s It Team. Iii. The Vendor Shall Provide Counterpart Technical Support In The Setup, Configuration And Monitoring Of Cloud Infrastructure. 2. Cloud Infrastructure Standards A. Cloud Infrastructure Providers Should Have Global Presence. B. Certified For Information Security Management Systems (iso 27001) C. Certified For Code Of Practice For Information Security Controls Based On Iso/iec 27002 For Cloud Services (iso/iec 27017) D. Certified For Code Of Practice For Protection Of Personally Identifiable Information (pii) In Public Clouds Acting As Pii Processors (iso/iec 27018) 3. Data Center Standards A. Must Have The Capability To Deploy A Highly Available And Multi-zone Disaster Recovery Solution Across Multiple Data Centers Within The Asean Region B. Must Have The Ability To Provide A Managed Relational Database Service That Can Be Integrated With Any Chosen Software Solutions. C. Must Have The Capability To Deploy Standard Virtual Machines And Cloud-native Services. 4. Account Management A. The Account Ownership And Its Related Services Shall Belong To The Vendor. Access Rights Should Be Given To Basc, As Deemed Necessary, To Perform Monitoring Services Related To The Project 5. Warranty A. Cloud Management Services - One (1) Year 6. One (1) Lot - Secure Access Path A. Split Tunneling: Routes Only Specific Traffic Through The Vpn. B. Always-on Vpn: Maintains A Constant Secure Connection. C. Kill Switch: Disconnects If The Vpn Tunnel Fails. D. Dynamic Multipoint Vpn (dmvpn): For Dynamic And Scalable Vpn Networks. 7. One (1) Service - Cloud Infrastructure Design And Consultation Services 8. One (1) Service -vpn Network Design And Consultation 9. One (1) Service - Cloud Resources Provisioning And Testing 10. One (1) Service- Project Management Services 11. One (1) Service - User's Training And Knowledge Transfer 12. One (1) Service - Manpower Cost 13. One (1) Service - Mobilization Cost 14. Three (3) Years - Support Warranty E.23 Ip-pa System And Ip-pabx System 1. Ip-pabx System Components A. One (1) Unit - Ip Phone System I. Base Users / Max Users Up To 300 / 500 Ii. Max Concurrent Calls 60 / 120 Iii. Base / Max Call Center Agents 300 / 500 Iv. Max Fxs Ports 16 V. Max Fxo/bri Ports 16 Vi. Max Gsm/3g/4g Ports 6 Vii. Max E1/t1/j1 Ports 2 Viii. Expandable D30 2 Ix. Nfc Read/write X. Ethernet Interfaces 2 X (10/100/1000 Mbps) Xi. Hard Disk 1 Sata (up To 2tb) Xii. Usb 1 (usb Portable Ssd, Up To 2tb) (usb Flash Drive, Up To 256) Xiii. Power Supply Ac 100-240v 50/60hz Xiv. Form Factor 1u Rackmount Xv. Environment Operation Range: 0°c To 40°c, 32°f To 104°f Storage Range: -20°c To 65°c, -4°f To 149°f Humidity: 10-90% Non-condensing B. One (1) Unit - D30 Expansion Module I. Dsp Module, Used To Expand The Capacity Of Pbx. Ii. Extensions Increase By 100 And Concurrent Calls Increase By 30 Additionally. C. One (1) Unit - Ex 08 Module I. Must Support Up To 4 Modules (8 Rj11 Ports). D. Two (2) Units - O2 Module I. Ports 2 Rj11 Fxo Ports Ii. Supported Model S20, S50, S100, S300 Iii. Ring Frequency Detection 15~50 Hz Iv. Ring Voltage Detection 30+ Vrms (depending On The Fxo Mode) V. Termination Pstn Lines Vi. Echo Cancellation Signaling Modes Foreign Exchange Office: 2-way Connection To Prx Or Key System Trunk. Foreign Exchange Station Defined Network: Provides Access To Major Carrier Services. Private Line Automatic Ringdown (plar)-point-to-point Unswitched Connections. E. One (1) Unit - Voip Gateway I. Rj11 Fxo Ports Ii. Lan 1 10/100mbps Iii. Protocol Sip (rfc3261), Iax2 Iv. Transport Udp, Tcp, Tls, Srtp V. Codec G.711 (alaw/ulaw), G.722, G.723, G.726, G.729a, Gsm, Adpcm Vi. Voice Capability Itu-t G.168 Lec Echo Cancellation, Dynamic Jitter Buffer, Vad, Cng, Plc Vii. Dtmf Mode Rfc2833, Sip Info, In-band Viii. Fax T.30 Ix. Qos Diffserv, Tos, 802.1 P/q Vlan Tagging X. Network Dhcp, Ddns, Openvpn, Pppoe, Static Route, Vlan Xi. Network Protocol Ftp, Tftp, Http, Https, Ssh Xii. Management Protocol Radius Xiii. Signaling Fxs Loop Start, Fxs Kewlstart Xiv. Caller Id: Bell202, Etsi (v23), Ntt (v23-japan), And Dtmf-based Cid Xv. Disconnect Methods: Busy Tone, Polarity Reversal Xvi. Fxo Connectivity: Programmable Ac Impedance, Hangup Detection, Answer Detection, Caller Id Detection Xvii. Power 12v, 1a Xviii. Mounting Desktop, Wall-mount Xix. Compatibility: Interoperable With Asterisk, Lync Server, Freepbx And Certified With Elastix F. Forty-six (46) Units - Ip Phone Handset I. Must Have A Linux Operating System Ii. Must Have 132x64 2.3” Dot-matrix Display Iii. Must Have 6-way Audio Conference Iv. Must Have At Least 600 Call Logs V. Must Have At Least 1000 Local Phonebook Vi. Must Have At Least 1000 Remote Phonebook Vii. Must Have G.722, Opus Wideband Codec Viii. Must Have G.711a/u,g.726,g.723.1, G.729a/b, Ilbc Narrowband Codec Ix. Must Have 2x10/100/1000mbps Network Rate X. Must Have Power Supply Poe Xi. Must Have An Ehs Headset Xii. Must Have Desktop Stand G. Two (2) Units - Enterprise Ip Phone I. Must Have A 3.5-inch Main Color Screen And 2.4-inch Extended Screen For Dss Keys Ii. Hd Audio On Speakerphone And Handset Iii. Support 6-way Audio Conference Iv. Line Keys On The Main Display V. 6 Dss Keys On The Extended Screen, Up To 30 Dss Keys Via 5 Pages Vi. Built-in Bluetooth 4.2, Support Bluetooth Headset; Support Wi-fi Dongle Vii. Support Ehs Wireless Headset Viii. Dual Gigabit Ports, Integrated Poe Ix. Stand With 2 Adjustable Angles Of 45 And 50 Degrees 2. Ip-pa System Components A. One (1) Unit - Digital Ip Network Broadcasting Client Management Software I. Support Each Audio Terminal’s Operation, Audio Streaming Transmission Management, Broadcasting From Each Audio Terminal, And Full Duplex Exchange Of Audio. It Adopts B /s Architecture And Supports Terminal Management, User Management, Program Broadcasting Management, Audio Files Management, Record Storage, And Internal Communication Scheduling Through Web Login. Ii. Support Program Database Sources Management, Timing Broadcast, And Real-time Media Service Vod For All Audio Terminals, Program Broadcasting For Each Terminal, And Data Interface Service For Each Audio Workstation Iii. Support Full-duplex Voice Data Exchange, Paging And Call From Each Intercom Terminal, Various Calling Modes (like One Button To Call, One Button To The Intercom, One Button To Ask For Help, One Button To Alarm, And So On), Automatic Answer, Manual Answer, And Custom Answer Tone. Iv. Support Multiple Calling Strategies, Including Call Waiting, Call Forwarding, No Answer Reminder, And Custom Setting For Time Strategy And Forwarding Strategy. It Supports Setting Up The Call Strategy Of The Intercom Terminal. It Can Customize The Call Time From 0 To 180s Or No Limit. It Can Choose Whether To Answer Automatically Or Not. It Also Supports Customizing The Choice Of Calling Ringtones And Waiting Ringtones. V. Support Terminal Short Circuit Linkage Trigger. Users Can Arbitrarily Set The Trigger Scheme And Trigger Terminal Quantity. The Trigger Scheme Includes Short Circuit Output, Music Playback, And Patrol Alarm. Vi. Support To Program Timing Tasks, Multiple Timing Programs, Support Selecting Any Terminal, And Setting Any Time. Support Timed Task Execution Test, Setting Repetition Period And A Variety Of Audio Source Selections For Timing Tasks (music Playback, Sound Card Acquisition, Terminal Acquisition). Vii. Support Multiple Schemes Of Timed Ringing To Be Enabled At The Same Time. Viii. Support Multiple Tasks To Be Carried Out At The Same Time Ix. Support All Schemes To Be Enabled/ Disabled By One Button. X. Support Bell Scheme Cloning, Task Execution, And Stop Control, Disable And Enable The Function Of A Timing Task. Xi. Support Timing Patrol, Support Execution Time And Repetition Period Of The Custom Patrol Task, 0-30s Customized Interval Of The Indicator Flashing, And External Lock-free Button Short-circuit Switch (with 3.3v Led Indicator Light). Xii. Support Today's Task List View, Which Makes It Easy To Manage All Scheduled Task Information And Execution Status Performed Today. Xiii. Support Terminal Tamper Alarm. Trigger Terminal Alarm When A Terminal Is Demolished Or Trigger Alarm For Other Terminal Linkages. Support Alarm Task To Automatically Cancel The Alarm Function. Xiv. Support External Power Management Of Audio Terminals, Timing Switch O,n And Delay Off. Xv. Support Light Control And The Light Mode Configuration. Xvi. Support All Zones, Part Of The Zones Fire Linkage, N±n Fire Mode, Manual Alarm And Digital Alarm Mixing, Alarm Configuration To Trigger Terminal Collection Tasks Xvii. Support Terminals’ Login Password Central Management, Multiple Priority Management, Easy Automatic Authorization, Task Priority, Terminal Priority, And User Priority Customization. Xviii. Support Sub-control Management Of Multi-users And Arbitrary Degrees To Achieve Remote Program Broadcasting Management. Xix. Support Multi-user, Multi-level, Specified Permissions, Specified Functions, And Specified Terminals To Classify And Manage The Background. Xx. The Terminals Support Three-wire And Four-wire Volume Control Functions; The Four-wire Volume Control Needs An External Power Supply. Xxi. Support To Set The Zones And Control The Power To The 8-channel Terminal Through Web Background Or Sub-control Client Side. Xxii. Support To Set The Time Display In The Terminals Can Set 0 - 6 Level Brightness Value, It Can Realize No Time Display Mode When The Terminal Is Offline. Xxiii. Support Broadcast, Intercom, Real-time Acquisition, Terminal Monitoring ,and Recording. Xxiv. Support Remote On-demand Operation By Remote Controller. Xxv. Support Terminal Audio Acquisition And Broadcast Function. Xxvi. Support Local Audio Collection Function, The Local File Can Be Played To Any Designated Terminal. Xxvii. Support Scheduled Offline Ringing Function, Which Enables The Terminal To Perform Scheduled Ringing Tasks When The Network Is Disconnected Xxviii. Support Offline Downloading Of Ringing Tasks; Xxix. Support To Clear The Offline Tasks On The Terminals. Xxx. Support The Telephone Broadcasting Function, Realize The Function That The Telephone Initiates All Zone Broadcasting Or Part Of The Zones Or Single Zone Broadcasting. Xxxi. Support Remote Firmware Upgrade To The Terminal, No Need To Upgrade Locally, Which Can Reduce The Maintenance Work. Xxxii. Support Background Skin Change Function, You Can Switch Skin Themes Freely According To Your Preference. Xxxiii. Support Terminal Details Exporting Function, Support To Export The Configuration Details Of The Current System Terminal By Table. Xxxiv. Support Batch Modification Of The Time Of Scheduled Tasks And Execution Terminal. Xxxv. Support Sdk Kits, Standard Mfc Dynamic Link Libraries, And Http Protocols To Achieve Integration With Third-party Platforms. Xxxvi. Support The Terminal To Self-define The Area Division, Realizing The Management Of The Terminal’s Real-time Status According To Different Zones. Xxxvii. The Log Records The System Operation Status And Records The System Operation And Terminal Working Status In Real-time. Each Paging, Call, And Broadcast Operation Is Recorded. Xxxviii. The System Is Compatible With Any Network Structure Such As Router, Switch, Bridge Gateway, Modem, Internet, 2g, 3g, And 4g. Xxxix. Windows Service Mode, Support Win7, Server2008, And Higher Systems. Xl. It Uses The Background System Service To Run, Which Is An Enterprise-level Standard Server Working Mode. The System Can Run Automatically When The System Is Turned On. It Has Higher Stability And Reliability Than The Software Running In The Foreground Of The Interface. B. One (1) Unit - Desktop Computer I. Processor: Intel I7 Or Amd Ryzen7 Processor (or Higher) Ii. Memory: 16 Gb Ddr4 Or Higher Iii. Form Factor: Tower Iv. Storage: At Least 500 Gb Ssd (or Higher) V. Graphics Processing Unit (gpu): 4gb Vram, Gddr5 (or Higher) Vi. Display: At Least 23.8” Hd Led Display (or Higher) Vii. Peripherals: Power Cords, Keyboard & Optical Mouse Viii. Chassis: Usb Ports, Audio Port, Mic Port, Power Switch, Reset Switch Ix. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) X. Operating System (os): Windows 11 Pro Or Higher Xi. Warranty: 1 Year Courier Or Carry-in C. One (1) Unit - 2kva Ups I. Must Have Capacity 2000va Ii. Must Support Input Rated Voltage 220vac~240vac 110vac~120vac Iii. Must Support Voltage Range 140vac~290vac 81vac~145vac Iv. Must Have A Rated Frequency Range Of 50hz Or 60hz V. Must Have Output Voltage 220/230/240 Vac 110/120 Vac Vi. Must Have Ac Voltage Regulation (batt. Mode) ±10% Vii. Must Have Frequency Range (batt. Mode) 50hz Or60hz±1hz Viii. Must Transfer Time 2-6ms Ix. Must Support Battery Type & Number 12 V/9 Ah X 2 X. Must Charging Voltage 27.4v±1% Xi. Must Have Indicators: Battery Mode Green Lighting, Ac Mode Green Lighting Xii. Must Have Alarm: Battery Mode Sounding Every 10 Seconds Xiii. Must Have A Low Battery Sounding Every Second Xiv. Must Have Overload Sounding Every 0.5 Second Xv. Must Have Fault Continuously Sounding Xvi. Must Have Protection: Full Protection Overload, Discharge, And Overcharge Protection Xvii. Must Operating Temperature 0°c ~ +40°c (+32°f ~ +104°f) Xviii. Must Operating Humidity 0~90% Rh(non-condensing) D. Two (2) Units - Desktop Intercom Paging Microphone I. With Desktop Design, It’s Built-in 7-inch Resistance Touch Screen By 800 × 480 Dot Matrix K600 + Kernel 65k Color, To Fulfill Clear Display And Sensitive Touch. Ii. With Numeric And Function Keys Interface. Iii. Support Paging To Single Or Multiple Zones, All Zones. Support Direct Paging Or Intercom With Terminal, Support Environmental Monitoring To Any Terminal, With Distance Up To 5 Meters. Iv. With Embedded Computer Technology And Dsp Audio Processing Technology, High-speed Industrial-grade Chips. V. Built-in 1 Channel Network Hardware Audio Decoding Module That Supports Tcp / Ip, Udp, Igmp (multicast) Protocol To Achieve 16-bit Stereo Cd Quality Network Audio Signal Transmission. Vi. It Is Compatible With Routers, Switches, Bridges, Gateways, Modem, Internet, 2g, 3g, 4g, Multicast, Unicast, And Other Arbitrary Network Structures. Vii. Support Full-duplex Two-way Intercom Function, Built-in Network Echo Cancellation Module. Viii. Support Two-way Intercom Between The Terminals, With A Network Delay Of Less Than 100ms, And Suppress The Network Echo Howling Completely. Ix. Support Hints Of Asking For Help Signal Ringing And Flashing Lights, One Key To Accept The Call, Intercom, Hands-free Calls And Receive Broadcast, To Achieve Quick Links. X. Support Multiple Paging Modes, Including Paging Waiting, Paging Forwarding, And Answer Reminding. Xi. Support For Answering Automatically, Manual Answering, And Support For Custom Answer Tone. Xii. Support The User-defined Setting Of Time For Call Forwarding, No Answer, And Call Waiting. Xiii. Built-in 2w Full-frequency Hi-fi Speaker, To Fulfill Two-way Conversation And Network Monitoring. Xiv. One Φ3.5 Headphone Jack And One Φ3.5 Mic Input Socket, Matching 95% Headphones And A Portable Microphone In The Market. Xv. With One Line Output For External Amplifier Expansion, And One Line Input For More Audio Source Transmission. Xvi. One-way Alarm Output For Short Circuit Trigger Can Be Cascaded With An External Alarm Device Or Access Control; One-way Short Circuit Input Can Be Used To Trigger Preset Voice Prompts (or Alarm) And Also Can Be Used To Control The Access Control To Linkage With Input Short-circuit Signal. Xvii. The Digital Products Are More Convenient For Extension, With No Limit By The Geographical Position, No Need To Increase Management Equipment In The Control Center, Sharing Network To Save Cabling And Simple Installation. Xviii. It Supports Remote Updating To The Hardware Terminal, With No Need To Upgrade Locally, To Reduce Maintenance Work And Make Simpler Operation. Xix. With 10 Buttons, Supports Customized One-button Paging And One-button Broadcasting. E. Twenty (20) Units - Wall Mount Speakers 30w I. The Equipment Is Designed With Embedded Computer Technology And Dsp Audio Processing Technology. Ii. Built-in 1-channel Network Hardware Audio Decoding Module, Supports Tcp/ip, Udp Protocol, Realizes The Network Transmission Of 16-bit Cd Audio Signal. Iii. Supporting Poe (ieee 802.3af) Power Supply Mode, Only One Network Cable Is Needed To Connect To The Poe Switch, So The Operation Is Simple And Convenient. Iv. Equipped With A Dc 24v Standby Power Interface, It Is Suitable For Power Supply When Power Demand Is Greater Than 10w Or For Non-poe Networks. V. Digital Power Amplifiers With Intelligent Gain Adjustment, Adaptive Power Supply, And Automatic Power Adjustment Are Always In The State Of Performance Optimization And Efficiency Maximization. Vi. Full-band, High-sensitivity Amplifier Unit With Abundant Power And High Fidelity. Vii. Compatible With Any Network Architecture Such As Router, Switch, Bridge Gateway, Modem, Internet, 2g, 3g, And 4g. Viii. Supporting The Broadcasting System To Upgrade The Terminal Firmware Remotely, Without Upgrading To The Terminal Locally, So As To Reduce The Work Intensity Of Maintenance. F. Forty-six (46) Units - Outdoor Column Speaker 20w I. Outdoor Waterproof Column Speaker, Streamlined Design. Ii. The Shell Is Made Of One-piece Thickened Aluminum Alloy, Which Can Effectively Reduce The Resonance Of The Cabinet When The Sound Pressure Is High, And The Surface Adopts Outdoor Powder Spraying To Prolong The Service Life. Iii. The Mesh Cover Is Made Of Aluminum Alloy, One-piece Stamping, And Covered With A High Acoustic Sponge, Further Improving The Waterproof Performance And Increasing The Service Life. Iv. Using Six 2.5-inch Full-range Speaker Units, Bearing High Power, Low Distortion, And Excellent Vocal Performance. V. Built-in High-performance 100v Audio Transformer, Which Can Reduce The Loss In The Circuit Due To Impedance. Vi. Using High-quality Wires, It Can Be Used At Full Load For A Long Time, With Good Anti-scald And Conductivity Capabilities. Vii. L-shaped Bracket Design, Convenient And Flexible Adjustment Scheduling, User-friendly Operation, And Installation Debugging. 3. One (1) Lot - Roughing-in Materials 4. One (1) Lot - Scope Of Works I. Device Installation And Termination Ii. Cable Testing And Tracing Iii. Technical Configuration, Testing, Commissioning, System Configuration, Training, System Design, And System Management. 5. One (1) Service - Network Design, Consultation (signed By Pece) And Permits 6. One (1) Service - Project Management Services 7. One (1) Service - Switch & Access Point Installation 8. One (1) Service - Network Configuration Services 9. One (1) Service - Training And Knowledge Transfer 10. One (1) Service - Scaling And Optimization (testing And Analysis By Fluke Systems) 11. One (1) Service - Temporary Facility (temfacil), Field Office 12. One (1) Service - Mobilization Cost 13. One (1) Service - Forwarding Cost 14. Two (2) Years - Warranty E.24 E-library Infrastructure 1. Twenty (20) Units – Desktop Computers A. Processor: Intel I5 Or Amd Ryzen 5 Processor (or Higher) B. Memory: 8 Gb Ddr4 Or Higher C. Form Factor: Tower D. Storage: At Least 500 Gb Ssd (or Higher) E. Graphics Processing Unit (gpu): 4g Gddr5 (or Higher) F. Display: At Least 23.8” Hd Led Display (or Higher) G. Peripherals: Power Cords, Keyboard & Optical Mouse H. Chassis: Usb Ports, Audio Port, Mic Port, Power Switch, Reset Switch I. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) J. Operating System (os): Windows 11 Or Higher K. Warranty: 1 Year Courier Or Carry-in L. Must Have 650va Ups 2. Twenty (20) Units – Desktop Computers Headphones A. Audio Specifications Must Have, Frequency Response: 20 Hz To 20,000 Hz (standard Range For Human Hearing), Impedance: 32 Ohms (standard For Most Headsets; Higher Impedance May Be Better For High-end Audio), Sensitivity: 90-120 Db (decibels) At 1 Mw For Sound Level, Driver Size: 30-50 Mm (larger Drivers Often Provide A Better Bass Response), Sound Output: Stereo Or 7.1 Surround Sound (for Gaming And Multimedia), Total Harmonic Distortion (thd): Less Than 1% (minimizes Audio Distortion), Noise-canceling: Active (anc) Or Passive, B. Microphone Specifications Must Have, Type: Omnidirectional Or Unidirectional, Frequency Response: 100 Hz To 10,000 Hz, Sensitivity: -38 Db ± 3 Db, Noise Cancellation: Active Or Passive Noise-canceling Microphone, Mute Function: Usually Included For Easy On/off Control, C. Connectivity Wired: 3.5 Mm Audio Jack, Usb (type-a Or Type-c) D. Controls Volume Control: On-ear Cup Or Inline Volume Adjustment, Playback Control: Some Models Allow Pause/play/skip For Media. 3. One (1) Lot - Roughing-ins Materials 4. One (1) Service - Project Management Services 5. One (1) Service - User's Training & Knowledge Transfer 6. One (1) Service - User Training 7. One (1) Service - Manpower Cost 8. One (1) Service - Mobilization Cost 9. One (1) Service- Forwarding Cost 10. One (1) - Temporary Facility (temfacil) 11. One (1) Service - Desktop Installation/software Setup And Configuration 12. One (1) Year - Support Warranty E.25 E-classroom, E-room Infrastructure And Smart Led Solar Powered Light 1. Twenty (20) Units - Smart Tv A. Screen Size: 65” B. Resolutions: 3840x2160, Picture Quality: 4, Brightness Detection C. Ultimate Dimming, Contrast Enhancer, Adaptive Sound D. Multi-device Experience, Hdmi At Least Two (2) Port, Bluetooth E. Usb At Least One (1) Port, Wireless Lan Built-in, F. Power-supply: Ac100-240v~ 50/60hz 2. Eight (8) Unit – Smart Led Solar Powered Light I. Independent Distributed Power Supply System Ii. Solar Powered W/ Smart Sensors Iii. High Quality Lithium Battery Iv. Input Voltage Ac 110~220v (+/-10%) V. Pole-mounted Installation Vi. Mounting: Ground Structured Support For Outdoor Smart Led Solar Powered Light 3. Eleven (11) Units - Interactive Smart Board A. Screen Size: 75” Or Higher I. Must Have Built-in System 1. Cpu Frequency 2.2 Ghz + 2.0 Ghz 2. Gpu Arm Mali-g52 Mp8 (8ee) 3. Operating System Android 11.0 4. Cpu Quad-core A73 + Quad-core A53 5. Ram 12 Gb (system: 8 Gb, Camera: 4 Gb) 6. Rom 64 Gb Ii. Must Support The Following Function 1. Operating System Of External Module Windows 7/8/10;android 2. Wifi Dual-band 2.4 G/5 G; Supports 802.11 A/b/g/n/ac Wireless Frequency Range 3. Wi-fi Hotspot Dual-band 2.4 G/5 G; Supports Enabling Hotspot And Wi-fi At The Same Time Iii. Lcd Panel Must Have The Following Features 1. Response Time 8ms 2. Panel Dimensions 75-inch To 98-inch 3. Backlight Dled 4. Aspect Ratio 16:9 5. Lifespan At Least 50,000 H 6. Refresh Rate 60 Hz 7. Static Contrast Va: 4000 (typ.); Ips: 1200 (typ.) Iv. Must Have The Camera Features 1. Pixel At Least 48 Mp 2. Auto Control, Auto Flip; Auto White Balance 3. Max. Resolution 3840 × 2160@30 Fps 4. Storage 8 Gb Emmc 5. Face Detection: Yes V. Must Have Device Ports 1. Light Sensor 1 2. Front Button 1 × Power Button (right Side) 3. Front Ports 1 × Usb 3.0 (left Side) 4. Network Port 1 × Rj-45 5. Wi-fi 1 × Wi-fi; 1 × Hotspot Vi. Must Support The Following Power Features 1. Power Requirements: 100v-240v, 50-60 Hz 2. Power Consumption (normal): ≤430w 3. Power Consumption (standby): ≤0.5w 4. Usb 3 × Usb 3.0; 1 × Micro Usb 5. Rs-232 1 × Rs-232 6. Video Input 1 × Hdmi In 7. Video Output 1 × Hdmi Out 8. Audio Output 1 × 3.5 Mm (line Out) Port 9. Irda 1 10. Microphone 8 Array 11. Type-c Port 1 × Type-c Vii. Must Have The Following Touchscreen Features 1. Touch Technology Type Infrared Touch Technology 2. Response Time < 10 Ms 3. Touch Points Supports 20 Touch Points And Drawing Up To 20 Lines 4. Valid Touch 2 Mm 5. Touch Accuracy ± 1 Mm 6. Writing Mode Finger + Pen (attaches Magnetically) 7. Touch Resolution 32767 × 32767 8. Number Of Multi-user Writing Points 10 Viii. Must Have The Following Speaker Features 1. Frequency 150 Hz–20 Khz 2. Power 15 W × 3 (max.) 3. Built-in Speaker 3 Ix. Must Have Fingerprint Features 1. Fingerprint Capacity 100 2. Fingerprint Resolution 160 × 160 3. Far 0.001% X. Microphone Must Have The Following Features 1. Pick-up Distance Far-field Sound Pickup: 6 M–8 M (19.69 Ft–26.25 Ft) 2. Number Of Microphones 8 3. Agc: Yes 4. Echo Cancellation: Yes 5. Polar Pattern: Omnidirectional 6. Intelligent Noise Filtering: Yes Xi. Must Have The Following Features 1. Power Supply 100–240 Vac, 50/60 Hz 2. Product Material Metal Casing 3. Protective Glass Anti-dazzle Tempered Glass With A Hardness Of 7 On The Mohs Scale 4. Installation - Wall Mount; Mobile Bracket 5. Standby Power Consumption ≤ 0.5 W 6. Energy Star (except 98-inch Model); Cb; Ce 4. Eleven (11) Units - Ups A. Must Have Capacity 1500va/900w B. Must Support Input Rated Voltage 220vac~240vac 110vac~120vac C. Must Support Voltage Range 140vac~290vac 81vac~145vac D. Must Have A Rated Frequency Range Of 50hz Or 60hz E. Must Have Output Voltage 220/230/240 Vac 110/120 Vac F. Must Have Ac Voltage Regulation (batt. Mode) ±10% G. Must Have Frequency Range (batt. Mode) 50hz Or60hz±1hz H. Must Transfer Time 2-6ms I. Must Support Battery Type & Number 12 V/9 Ah X 2 J. Must Charging Voltage 27.4v±1% K. Must Have Alarm: Battery Mode Sounding, Low Battery Sounding, Overload Sounding, And Fault Continuously Sounding L. Must Have Protection: Full Protection Overload, Discharge, And Overcharge Protection M. Must Operating Temperature 0°c ~ +40°c (+32°f ~ +104°f) 5. Biometric And Door Access With Connectivity (restricted Rooms And Offices Only) A. Eighty-six (86) Units - Fingerprint And Card Reader I. Must Have Rs-485 Protocol1 Ii. Must Support Mifare 13.56 Mhz Card Or Fingerprint Iii. Must Store Up To 3,000 Fingerprints Iv. Must Have Watchdog Function For Tamper Detection V. Must Have Audible And Visual Indicators Vi. Must Support Surface-mount Installation Vii. Must Support Unlock Mode Ic Card, Fingerprint, Combination Viii. Must Have Card Reader Format 13.56 Mhz Mifare Ix. Must Have Response Time 0.1s B. Eighty-six (86) Units - Access Controller I. Must Have Tcp/ip Communication. Ii. Must Support Communication Protocols Rs-485 And Wiegand. Iii. Must Support Storing 100,000 User And 500,000 Card-swiping Records. Iv. Must Support Multi-door Interlock, Multi-user Unlock, Aand Nti-passback. V. Must Support Remote Unlock. Vi. Must Support Reader Tamper Alarm, Intrusion Alarm, Unlocking Timeout Vii. Must Have An Alarm, Duress Alarm, Invalid Card Exceeding Threshold Alarm, And Incorrect Password Alarm. Viii. Must Support Built-in Rtc, Manual Time Fixing, And Automatic Time Fixing. Ix. Must Support Online Upgrades. X. Must Support A Watchdog Mechanism To Ensure The Operation Stability. C. Eighty-six (86) Units - Ups I. Must Have Capacity 1500va/900w Ii. Must Support Input Rated Voltage 220vac~240vac 110vac~120vac Iii. Must Support Voltage Range 140vac~290vac 81vac~145vac Iv. Must Have A Rated Frequency Range Of 50hz Or 60hz V. Must Have Output Voltage 220/230/240 Vac 110/120 Vac Vi. Must Have Ac Voltage Regulation (batt. Mode) ±10% Vii. Must Have Frequency Range (batt. Mode) 50hz Or60hz±1hz Viii. Must Transfer Time 2-6ms Ix. Must Support Battery Type & Number 12 V/9 Ah X 2 X. Must Charging Voltage 27.4v±1% Xi. Must Have Alarm: Battery Mode Sounding, Low Battery Sounding, Overload Sounding, And Fault Continuously Sounding Xii. Must Have Protection: Full Protection Overload, Discharge And Overcharge Protection Xiii. Must Operating Temperature 0°c ~ +40°c (+32°f ~ +104°f) D. Ninety-eight (98) Units - Electromagnetic Lock I. The Casing Must Made Of Aluminum Alloy Ii. Must Have The Following Functions: Signal Output Com/no/nc, Door Status Detection 1, Relay Iii. Must Have Tension Up To 280 Kg (617.29 Lb), Tensile Force Iv. Must Have Anti-corrosion Level Basic Protection E. Ninety-eight (98) Units - Bracket For Door I. Must Support Up To 280kg Magnetic Lock Ii. Must The Material: High Strength Aluminum Alloy Iii. Must Support Door Type: Wooden, Metal, Fire Door Iv. Must Support Open Way: 90°/180° F. Eight (8) Units - Card Enrollment Reader I. Must Be Equipped With The 32-bit High-speed Processor Ii. Must Have A Built-in Audible Beeper Iii. Must Support Read Format 13.56mhz 125khz Iv. Must Have Read Range 3cm-5cm (max.) V. Must Have Communication Interface Usb To Pc Vi. Must Have Power Supply 5v Dc/100ma Vii. Must Have Ce And Fcc Certificates G. Five Hundred (500) Pcs - Laminated Integrated Circuit (ic) Card I. Must Have Read/write Function Ii. Must Be Made Of Pvc Material Iii. Must Support Standard: Mifare S50, 13.56 Mhz Iv. Must Have Range: Approximately 10 Cm (3.94 In.) H. Accessories I. Eighty-six (86) Units - Infrared Exit Button 1. Must Have Plastic Or Stainless Steel Case 2. Must Support Working Temperature Is -30°c~+60°c Ii. Eighty-six (86) Units - Emergency Break Glass Button 1. Must Have Nc/no/com Ports 2. Must Support Working Temperature Is -20°c~+55°c I. One (1) Lot - Software Note: Stand-alone 1. Must Have Video Surveillance, Access Control, And Various Attendance Functions. 2. Must Built To Be Versatile, Provide Direct Access To The Web Client, And Feature P2p Linking, Real-time Monitoring, Video Playback, Event Center, Access Control And Attendance, 3. Must Have A Monitoring Screen That Can Be Viewed In Real-time On The Platform. Can Also View Snapshots Taken Of The Monitoring Screen, And Play Video Recordings. 4. Built To Work With Access Control Devices, It Can Be Used To Remotely Open And Close Doors, Access Videos From Cameras, And Remotely Configure Alarm Settings. 5. Works Together With Attendance Devices To Allow You To Manage Shifts, Handle Errors, Configure Settings For Business Trips And Leave Of Absence, And Generate Statistics On Attendance. 6. Access Control: Device Type Face Recognition Access Terminal (asi), Access Controller, (asc), Time & Attendance Terminal (asa), Number Of People 1000, Time Template 128, Time Period Up To 4, Holiday Plan Up To 16, Anti-passback Group Max. 2, First Card Unlock Record Max. 64, Multi Card Unlock Record Max. 64, Inter-door Lock Record Max. 64, Real-time Event Display Max. 100 J. One (1) Unit - Desktop Computer 1. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) 2. Memory: 16 Gb Ddr4 Or Higher 3. Form Factor: Tower 4. Storage: At Least 500 Gb Ssd (or Higher) 5. Graphics Processing Unit (gpu): 4g Gddr5 (or Higher) 6. Display: At Least 23.8” Hd Led Display (or Higher) 7. Peripherals: Power Cords, Keyboard & Optical Mouse 8. Chassis: Usb Ports, Audio Port, Mic Port, Power Switch, Reset Switch 9. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) 10. Operating System (os): Windows 11 Pro Or Higher 11. Warranty: 1 Year Courier Or Carry-in 12. Must Have 1*1500va Ups 6. Thirty (30) Units - Biometric For Employees With Connectivity For Time-in And Timeout A. Thirty (30) Units - Biometric - Time & Attendance I. Must Support Up To 1.500 Fingerprints, Up To 100.000 Record,s And Up To 2.000 Cards (optional). Ii. Must Support Multi-languages. Iii. Must Have Communication: Tcp/ip, Usb-host, Wi-fi (optional). Iv. Must Have High Verification Speed. V. Must Have Professional Firmware And Platform. B. One (1) Lot - Management Software Note: Included In Hris And Payroll Management System C. One (1) Unit - Desktop Computer I. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) Ii. Memory: 16 Gb Ddr4 Or Higher Iii. Form Factor: Tower Iv. Storage: At Least 500 Gb Ssd (or Higher) V. Graphics Processing Unit (gpu): 4g Gddr5 (or Higher) Vi. Display: At Least 23.8” Hd Led Display (or Higher) Vii. Peripherals: Power Cords, Keyboard & Optical Mouse Viii. Chassis: Usb Ports, Audio Port, Mic Port, Power Switch, Reset Switch Ix. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) X. Operating System (os): Windows 11 Or Higher Xi. Warranty: 1 Year Courier Or Carry-in Xii. Must Have 1*650va Ups 7. One (1) Site - Electrical Works Temporary Facility (temfacil) 8. One (1) Site - Structured Cabling (including External Cabling) / Roughing - In 9. One (1) Service - Smart Tv Installation 10. One (1) Service - Smartboard Installation, Setup, And Configuration 11. One (1) Site - Installation Components (biometric Installation, Setup, And Configuration) 12. One (1) Service - Project Management Services 13. One (1) Service - User's Training & Knowledge Transfer 14. One (1) Service - Manpower Cost 15. One (1) Service Mobilization Cost 16. One (1) Service - Forwarding Cost 17. One (1) Year - Extended Support Warranty E.26 Software And Network Laboratories 1. Twenty (20) Units - Desktop Computers A. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) B. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) C. Operating System (os): Windows 11 Or Higher D. Memory: 16 Gb (or Higher) E. Storage: 500 Gb Ssd (or Higher) F. Display: 14” Display G. Graphic Card: Integrated Graphics H. Camera: 1080p Fhd Ir/rgb Hybrid I. Wireless: Wi-fi 6e Ax211 2x2, Bluetooth 5.1 Or Above J. Ethernet Port Or Usb K. Power Cord: At Least 45w L. Warranty: 1 Year Courier Or Carry-in 2. Four (4) Units - Interactive Smart Tv ( 65") A. Screen Size: 65” B. Resolutions: 3840x2160 C. Picture Quality: 4 D. Brightness Detection E. Ultimate Dimming F. Contrast Enhancer G. Adaptive Sound H. Multi-device Experience I. Hdmi At Least Two (2) Port J. Usb At Least One (1) Port K. Wireless Lan Built-in L. Bluetooth M. Power-supply: Ac100-240v~ 50/60hz 3. One (1) Unit - Interactive Smart Board A. Screen Size: 75” Or Higher I. Must Have Built-in System 1. Cpu Frequency 2.2 Ghz + 2.0 Ghz 2. Gpu Arm Mali-g52 Mp8 (8ee) 3. Operating System Android 11.0 4. Cpu Quad-core A73 + Quad-core A53 5. Ram 12 Gb (system: 8 Gb, Camera: 4 Gb) 6. Rom 64 Gb Ii. Must Support The Following Function 1. Operating System Of External Module Windows 7/8/10;android 2. Wifi Dual-band 2.4 G/5 G; Supports 802.11 A/b/g/n/ac Wireless Frequency Range 3. Wi-fi Hotspot Dual-band 2.4 G/5 G; Supports Enabling Hotspot And Wi-fi At The Same Time Iii. Lcd Panels Must Have The Following Features 1. Response Time 8ms 2. Panel Dimensions 75-inch To 98-inch 3. Backlight Dled 4. Aspect Ratio 16:9 5. Lifespan At Least 50,000 H 6. Refresh Rate 60 Hz 7. Static Contrast Va: 4000 (typ.); Ips: 1200 (typ.) Iv. Must Have The Camera Features 1. Pixel At Least 48 Mp 2. Auto Control, Auto Flip; Auto White Balance 3. Max. Resolution 3840 × 2160@30 Fps 4. Storage 8 Gb Emmc 5. Face Detection: Yes V. Must Have Device Ports 1. Light Sensor 1 2. Front Button 1 × Power Button (right Side) 3. Front Ports 1 × Usb 3.0 (left Side) 4. Network Port 1 × Rj-45 5. Wi-fi 1 × Wi-fi; 1 × Hotspot Vi. Must Support The Following Power Features 1. Power Requirements: 100v-240v, 50-60 Hz 2. Power Consumption (normal): ≤430w 3. Power Consumption (standby): ≤0.5w 4. Usb 3 × Usb 3.0; 1 × Micro Usb 5. Rs-232 1 × Rs-232 6. Video Input 1 × Hdmi In 7. Video Output 1 × Hdmi Out 8. Audio Output 1 × 3.5 Mm (line Out) Port 9. Irda 1 10. Microphone 8 Array 11. Type-c Port 1 × Type-c Vii. Must Have The Following Touchscreen Features 1. Touch Technology Type Infrared Touch Technology 2. Response Time < 10 Ms 3. Touch Points Supports 20 Touch Points And Drawing Up To 20 Lines 4. Valid Touch 2 Mm 5. Touch Accuracy ± 1 Mm 6. Writing Mode Finger + Pen (attaches Magnetically) 7. Touch Resolution 32767 × 32767 8. Number Of Multi-user Writing Points 10 Viii. Must Have The Following Speaker Features 1. Frequency 150 Hz–20 Khz 2. Power 15 W × 3 (max.) 3. Built-in Speaker 3 Ix. Must Have Fingerprint Features 1. Fingerprint Capacity 100 2. Fingerprint Resolution 160 × 160 3. Far 0.001% X. Microphone Must Have The Following Features 1. Pick-up Distance Far-field Sound Pickup: 6 M–8 M (19.69 Ft–26.25 Ft) 2. Number Of Microphones 8 3. Agc: Yes 4. Echo Cancellation: Yes 5. Polar Pattern: Omnidirectional 6. Intelligent Noise Filtering: Yes Xi. Must Have The Following Features 1. Power Supply 100–240 Vac, 50/60 Hz 2. Product Material Metal Casing 3. Protective Glass Anti-dazzle Tempered Glass With A Hardness Of 7 On The Mohs Scale 4. Installation - Wall Mount; Mobile Bracket 5. Standby Power Consumption ≤ 0.5 W 6. Energy Star (except 98-inch Model); Cb; Ce B. Ops I5 8+256 Win 10 C. Screen Sharingdongle 4. One (1) Unit - 1500va/900w Line-interactive Ups 5. One (1) Lot - Roughing-ins Materials 6. One (1) Service - Project Management 7. One (1) Service - Temporary Facility (temfacil) For 30 Days 8. One (1) Service - Smart Board Installation, Set Up, And Configuration 9. One (1) Service - Training And Knowledge Transfer 10. One (1) Service - Smart Tv Installation 11. One (1) Service - Desktop Installation/software Setup And Configuration 12. One (1) Service - Manpower Cost 13. One (1) Service - Mobilization Cost, Demobilization 14. One (1) Service - Forwarding Cost 15. One (1) Service - Cabling Works 16. One (1) Lot - Structured Cabling (including External Cabling) 17. One (1) Year - Support Warranty E.27 Smart Function Hall 1. Smart Function Hall (audio System) A. Six (6) Units - Active Speakers I. Power: 1300w Peak, 650w Rms Ii. Lf Driver: 12" Ferrite Woofer Iii. Hf Driver: 1" Neodymium Tweeter Iv. Frequency Range: 50hz - 20khz V. Maximum Spl: 127db Vi. Mounting Options: Suspension Points, Pole Socket, Universal Yoke Mount B. One (1) Unit - Digital Mixer With Ipad Controller I. Channels: 32 Input, 40 Mix Channels Ii. Inputs: 8 X Xlr, 8 X Xlr-1/4" Combo, 1 X Dual Rca Stereo Iii. Outputs: 2 X Xlr, 1 X Xlr (mono Sum), 6 X Xlr (mix Out) Iv. Effects: Flex Fx Multi-effects Processor, 4 Effects Slots V. Control: Touch-sensitive Motorized Faders, Daw Control C. One (1) Set - Control Room Monitor Speakers I. Driver: 6.5" Composite Cone Lf, 1.25" Silk Tweeter Hf Ii. Power: 130w Rms Iii. Frequency Response: 42hz - 20khz Iv. Maximum Spl: 104db D. Two (2) Units - Wireless Microphones With Stands I. Frequency Response: 50hz - 20khz Ii. Operating Range: 300 Ft Line-of-sight Iii. Battery Life: Up To 14 Hours E. Four (4) Units - Wired Microphones With Stands I. Frequency Response: 50hz - 15khz Ii. Max Spl: 94db Spl F. One (1) Unit - Rack Mount Server I. Cpu: Intel I7 12th Gen Ii. Ram: 32gb Iii. Storage: 1tb Sata, 500gb Ssd Iv. Graphics Cards: 4 G. One (1) Unit - Ptz Camera Ai Auto Tracking I. Resolution: Uhd 4k, 1080p Signal Format Ii. Zoom: 30x Optical, 16x Digital Iii. Connectivity: Ethernet, Hdmi, 3g-sdi H. One (1) Unit - Ptz Camera Controller With Lcd Screen I. Control: Ndi, Ip, And Serial Control Ii. Protocols: Visca, Pelco-p & D Iii. Compatibility: Sony, Newtek Iv. Display: Lcd Screen For Real-time Status I. One (1) Lot - Cabling And Installation Smart Function Hall 2. Smart Function Hall (indoor Video Wall) A. One (1) Lot - Led Panel I. Must Have 4.2x2.025m P0.9375 Indoor Led Screen Ii. Led Lamp Parameter: Color Configuration: Rgb 3in1, Color: Red, Green, Blue, Luminance: 990-1210 Mcd, 1980-2420 Mcd, 495-605 Mcd, Viewing Angle: 160º/160º, Wavelength: 625-630 Nm, 520-525 Nm, 465-470 Nm Iii. Must Have Led Module Parameter: Pixel Pitch(mm) 0.9375, Iv. Pixel Configuration Cob, Module Size(mm) W 300 H 168.75, Module Resolution(dots) W 320 H 180, Drive Ic Icn1069 V. Must Have Led Cabinet Parameter: Cabinet Size (mm) W 600 H 337.5, Cabinet Resolution (dots) W 640 H 360, Cabinet Pixels (dots) 230400, Cabinet Material Die Casting Aluminum, Cabinet Weight (kg) 4.8 Vi. Must Have Led Screen Parameter: Screen Size(m)w 4.2 W 2.025 H, Screen Resolution(dots)w 4480 W 2160 H, Cabinet Quantity(pc)w 7 W 6 H, Pixel Density(pixel/m2) 1137778, Brightness(cd/m2) 600, Brightness Adjusted 256 Grade By Software Or By Auto-optic Induced, Driving Method 1/46 Scan Display Color 439, 804, 651, 110, Viewing Distance (m) ≥0.9375m, View Angle Horizontal 160°; Vertical 160° Color Contrast Ratio 5000:1, Gray Grade 16bit, Refresh Frequency (hz) 3840, Protective Grade Ip43, Working Temperature(ºc) -30~+70, Stored Temperature (ºc) -40~+80, Operation Humidity(rh) 0-95%, Lifetime 100,000 Hrs Maintenance Front Side Working Voltage Ac110 / Ac220v±10% 47~63hz, Power Consumption Max: 800w/㎡ ; Ave:310w/㎡" B. One (1) Lot - Controller I. Must Have Three Kinds Of Led 4k Sending Cards: (1) − H_20xrj45 Sending Card Loads Up To 13,000,000 Pixels, (2) − H_16xrj45+2xfiber Sending Card Loads Up To 10,400,000 Pixels And Provides Two Opt Ports That Copy The Outputs On Ethernet Ports, (3) − H_4xfiber Sending Card Loads Up To 20,800,000 Pixels And Supports Three Working Modes, Including Independent, Copy And Backup. The Three Cards Mentioned Above Cannot Be Used Together To Load The Same Screen. Ii. Must Have Multi-capacity Configuration On A Single Card Slot: − 4x 2k×1k@60hz, − 2x 4k×1k@60hz, − 1x 4k×2k@60hz Iii. Must Have A Simple Screen Configuration Using A Single Card And Connector Iv. Must Have Online Status Monitoring Of All Input And Output Cards V. Must Have Hot-swappable Input And Output Cards Vi. Must Have An H_2xrj45 Ip Input Card That Supports Up To 512 Ip Camera Inputs And Input Mosaic. Vii. Must Have Auto Decryption Of Hdcp-encrypted Sources Viii. Must Have Decimal Frame Rates Supported Ix. Must Have Hdr10 And Hlg Processing X. Each Screen Can Have Its Own Output Resolution. Xi. Must-have Output Mosaic: Adopts The Frame Synchronization Technology, Which Ensures All The Output Connectors Output The Image Synchronously, And The Image Is Complete And Played Smoothly, Without Any Stuck, Frame Loss, Tearing, Or Piercing. Xii. Must Support Irregular Screen Configuration: Supports Irregular Rectangle Mosaic Without Any Limitations. Xiii. Must Have Input Source Grouping Management Xiv. Must Have Eye-saver Mode: Display The Image In A Warmer But Less Bright Way To Relieve Eye Strain. Xv. Lcd Bezel Compensation Xvi. Must Have Multi-layer Display: A Single Card Supports 16x 2k Layers, 8x Dl, Layers, Or 4x 4k Layers. All Layers Support Cross-connector Output And The Layer Quantity Is Not Reduced For Cross-connector Output. Xvii. Must Have High-definition Scrolling Text, Customize The Scrolling Text Content, Such As Slogans Or Notification Messages, And Set The Text Style, Scrolling Direction, And Speed. Xviii. Must Support Up To 2,000 Presets: Fade Effect And Seamless Switching Supported, Less Than 60ms Preset Switching Duration Xix. Must Have Scheduled Playback Of Preset Playlist, Set Whether To Add The Presets To Playlist, Which Is Ideal For Monitoring, Exhibitions, Presentations, And Other Applications. Xx. Must Have Osd Settings On A Single Screen And Adjustable, Osd Transparency Xxi. Must Have Bkg Settings, Bkg Images Do Not Occupy The Layer Resources. The Max Width And Height Of A Bkg Image Are Up To 15k And 8k Respectively. Xxii. Must Have Channel Logo Management: Set A Text Or Image Logo For Identifying The Input Source. Xxiii. Must Have Input Source Cropping And Renaming After Cropping, Crop Any Input Source Image And Form A New Input Source After Cropping. Xxiv. Must Have Hdr And 10-bit Video Processing, Allowing For A More Exquisite And Clear Image. Xxv. Must Have Color Adjustment: Output Connector Color And Screen Color Adjustable, Including Brightness, Contrast, Saturation, Hue, And Gamma. Xxvi. Must Have Xr Scenario Control Xxvii. Must Have Low Latency: Reduce The Latency From The Input Source To The Receiving Card To As Low As 1 Frame. Xxviii. Must Have Web Control: Real-time Response And 1000m/100m Self-adaptive Network Control, Allowing For Multi-user Collaboration. Xxix. Must Have Monitoring Of Inputs And Outputs On A Web Page Xxx. Must Support Firmware Updates On A Web Page Xxxi. Must Have Ark Visualized Management And Control Platform App Control On Pad Device. Xxxii. Must Have Self-test For Fault Detection Xxxiii. Must Have Auto-monitoring And Alarms: Supports Hardware Monitoring, Such As Fan Rotation Speed, Module Temperature And Voltage, And Running Status, And Sends Fault Alarms If Necessary. Xxxiv. Must Support An Optional Power Supply For Higher System Reliability. Xxxv. Must Have Backup Design − Backup Between Devices − Backup Between Led 4k Sending Cards. C. Accessories I. One (1) Unit - Vacuum Suction Ii. One (1) Unit - Structure/bracket 4.2x2.025m Iii. Nine (9) Units - Hdmi Cable 8k 10 Meters Iv. Six (6) Units - 1500va/900w Line Interactive Ups D. Three (3) Units - Desktop Computer I. Processor: Intel I5 Or Amd Ryzen5 Processor (or Higher) Ii. Microsoft Office: Microsoft Office Home And Student 2021 Or Microsoft Office 365 (1-year) Iii. Operating System (os): Windows 11 Pro Or Higher Iv. Memory: 16 Gb (or Higher) V. Storage: 500 Gb Ssd (or Higher) Vi. Display: 14” Display Vii. Graphic Card: Integrated Graphics Viii. Camera: 1080p Fhd Ir/rgb Hybrid Ix. Wireless: Wi-fi 6e Ax211 2x2, Bluetooth 5.1 Or Above X. Ethernet Port Or Usb Xi. Power Cord: At Least 45w Xii. Warranty: 1 Year Courier Or Carry-in 3. One (1) Service - Project Management Services 4. One (1) Service - User Acceptance Testing (uat) 5. One (1) Service - User Training And Knowledge Transfer 6. One (1) Service - Manpower Cost 7. One (1) Service - Mobilization Cost 8. One (1) Service - Forwarding Cost 9. One (1) Year- Support Warranty E.28 Econference Room With Video Conferencing 1. Six (6) Units - Interactive Smart Board A. Screen Size: 75” Or Higher I. Must Have Built-in System 1. Cpu Frequency 2.2 Ghz + 2.0 Ghz 2. Gpu Arm Mali-g52 Mp8 (8ee) 3. Operating System Android 11.0 4. Cpu Quad-core A73 + Quad-core A53 5. Ram 12 Gb (system: 8 Gb, Camera: 4 Gb) 6. Rom 64 Gb Ii. Must Support The Following Function 1. Operating System Of External Module Windows 7/8/10; Android 2. Wifi Dual-band 2.4 G/5 G; Supports 802.11 A/b/g/n/ac Wireless Frequency Range 3. Wi-fi Hotspot Dual-band 2.4 G/5 G; Supports Enabling Hotspot And Wi-fi At The Same Time Iii. Lcd Panels Must Have The Following Features 1. Response Time 8ms 2. Panel Dimensions 75-inch To 98-inch 3. Backlight Dled 4. Aspect Ratio 16:9 5. Lifespan At Least 50,000 H 6. Refresh Rate 60 Hz 7. Static Contrast Va: 4000 (typ.); Ips: 1200 (typ.) Iv. Must Have The Camera Features 1. Pixel At Least 48 Mp 2. Auto Control, Auto Flip; Auto White Balance 3. Max. Resolution 3840 × 2160@30 Fps 4. Storage 8 Gb Emmc 5. Face Detection: Yes V. Must Have Device Ports 1. Light Sensor 1 2. Front Button 1 × Power Button (right Side) 3. Front Ports 1 × Usb 3.0 (left Side) 4. Network Port 1 × Rj-45 5. Wi-fi 1 × Wi-fi; 1 × Hotspot Vi. Must Support The Following Power Features 1. Power Requirements: 100v-240v, 50-60 Hz 2. Power Consumption (normal): ≤430w 3. Power Consumption (standby): ≤0.5w 4. Usb 3 × Usb 3.0; 1 × Micro Usb 5. Rs-232 1 × Rs-232 6. Video Input 1 × Hdmi In 7. Video Output 1 × Hdmi Out 8. Audio Output 1 × 3.5 Mm (line Out) Port 9. Irda 1 10. Microphone 8 Array 11. Type-c Port 1 × Type-c Vii. Must Have The Following Touchscreen Features 1. Touch Technology Type Infrared Touch Technology 2. Response Time < 10 Ms 3. Touch Points Supports 20 Touch Points And Drawing Up To 20 Lines 4. Valid Touch 2 Mm 5. Touch Accuracy ± 1 Mm 6. Writing Mode Finger + Pen (attaches Magnetically) 7. Touch Resolution 32767 × 32767 8. Number Of Multi-user Writing Points 10 Viii. Must Have The Following Speaker Features 1. Frequency 150 Hz–20 Khz 2. Power 15 W × 3 (max.) 3. Built-in Speaker 3 Ix. Must Have Fingerprint Features 1. Fingerprint Capacity 100 2. Fingerprint Resolution 160 × 160 3. Far 0.001% X. Microphone Must Have The Following Features 1. Pick-up Distance Far-field Sound Pickup: 6 M–8 M (19.69 Ft–26.25 Ft) 2. Number Of Microphones 8 3. Agc: Yes 4. Echo Cancellation: Yes 5. Polar Pattern: Omnidirectional 6. Intelligent Noise Filtering: Yes Xi. Must Have The Following Features 1. Power Supply 100–240 Vac, 50/60 Hz 2. Product Material Metal Casing 3. Protective Glass Anti-dazzle Tempered Glass With A Hardness Of 7 On The Mohs Scale 4. Installation - Wall Mount; Mobile Bracket 5. Standby Power Consumption ≤ 0.5 W 6. Energy Star (except 98-inch Model); Cb; Ce B. Ops I5 8+256 Win 10 C. Screen Sharingdongle’ D. Must Have 6*1500va/900w Line-interactive Ups 2. Four (4) Lots - Microphones, Speakers And Accessories A. Four (4) Units - Full Digital Conference System Controller I. Microphone Capacity: Wired Microphone≤4096: Wireless Microphone≤300 Ii. Simultaneous Interpretation Channel: 63+1 Channels Iii. Frequency Response: 80~16khz Iv. Main Power: 100-120vac / 200-240vac By Switch V. Audio Input: Linein1: 775mvrms Balanced; 2 Output Phoenix Terminals: 775mvrms Balanced; Linein2: 775mvrms Unbalanced Vi. Audio Output: Lineout1: 1vrms Balanced; 16 Multi-function Output Phoenix Terminals: 1vrms Balanced; Lineout2: 1vrms Unbalanced Vii. Output Load >1kω Viii. Extension Port 1 For Connecting Conference System Extension Equipment Ix. Pc Network Port: 1 For Connect To The Computer X. Delegates Output Interface: 4 For Connecting Conference Speaking Units Xi. Rs-232 Interface: 2 Channels, 1 Channel For Camera Tracking, 1 Channel For Docking External Equipment Xii. Rs-485 Interface: 1 For Camera Tracking Xiii. Wired Microphone Connection Method Special Cable (6 Pins) Xiv. Rack Mountable B. Four (4) Units - Audio Processor, Afc Feedback Suppression Function I. The Panel Is Designed With Afc Touch Keys And Working Indicators. Ii. Equipped With 2 Network Ports For Connecting Wireless Ap And Communicating With The Conference Server; Connect To The Digital Conference Server Through Network Protocol To Realize Audio Data Transmission. Iii. With Automated Functions, Including Gain Sharing Type Auto-mixing And Gate Type Auto-mixing. Iv. Support Afc Feedback Suppression Function, Adopt Dual Notch + Frequency Shift Method, Automatically Grab The Howling Point, And Set The Notch Frequency, The Notch Filter Supports 12 Fixed Points + 12 Dynamic Points To Effectively Eliminate The Howling Function. V. With Automatic Gain Function, It Can Effectively Keep The Microphone Volume Within A Certain Dynamic Range. Vi. With The Microphone Voice Activation Function, Set The Tracking Threshold, And The Camera Tracking Function Can Be Realized When The Microphone Speech Reaches The Threshold. Vii. Working With The Digital Conference Server, With The Auto-mixing Function, It Can Support Up To 16 Wired Microphones And 8 Wireless Microphones At The Same Time. Viii. With 1 Xlr Balanced Output And 1 Rca Unbalanced Output. Ix. With 1 Extension Interface, Used To Connect The Extension Port Of The Digital Conference Server. X. With 1rs-232 Communication Interface (camera Tracking), Connected To The Central Controller Or The Camera Tracking Controller To Realize The Speech Camera Tracking Function. Xi. With 1 Rs-485 Communication Interface, Used To Connect Cameras To Achieve Camera Tracking. Xii. With 1 Rs-232 Communication Interface (speech Transcription), Used To Connect A Speech Transcription Server To Realize The Function Of Speech Transcription. Xiii. Simultaneous Turned-on Microphone: 16 Wired Mics + 8 Wireless Mics Xiv. Main Power Supply: 100-240ac/50-60hz Xv. Audio Output: Line Out 1: 1v Xlr Balanced Output ; Line Out 2: 1v Rca Unbalanced Output Xvi. Output Load: >1kω Xvii. Connection Method: Rj45 Network Port Xviii. Rack Mountable C. Four (4) Units - 5g Wifi Full Digital Conference - Chairman Unit I. Adopt A 48khz Sampling Rate, Clear And Bright Sound. Ii. Using Advanced Processing Chip Architecture And A Unique Processing Algorithm, The Microphone Power-on Connection Time Only Takes 5 Seconds. Iii. Support Intelligent Detection Of Faults, Prompting Users Of Ap Faults, Host Communication Faults, And Low Signal Strength. Iv. Support Charging Through Type-c Port, Support 18w Fast Charging, With Smart Indicator Status. V. Support Setting Ssid Function Through Ui. Vi. Support Multi-language Switching, And Uniformly Set Through Pc Software. Vii. The Chairman Unit Has A Speech Timing Function. When The Timing Speech Function Is Turned On, The Chairman Unit Is Not Restricted. Viii. With A Voice Control Function, The Microphone Can Be Turned On Intelligently. Support Adjusting The Sensitivity Of The Voice Control And Setting The Closing Time Through The Software. Ix. Support Sign-in Function, Set And Initiate Through Pc Software. X. Support Conference Voting Function, Five-key Voting, Three-key Voting Function, Flexible And Convenient. Xi. Adopt 128-bit Aes Encryption Technology, Support Wpa/wpa2 Wireless Security Technology, Prevent Eavesdropping And Unauthorized Access, And Provide Higher Confidentiality Of The Conference System. Xii. Using Wireless Transmission Technology, It Only Takes Very Little Time For The Venue Layout To Carry Out Activities. Xiii. The Chairman Has A Priority Function To Turn Off All Speaking Delegate Microphones. Xiv. Equipped With A 3.5mm Headphone Jack For Connecting An External Microphone. Xv. Built-in Lithium Battery, The Battery Capacity Supports 14 Hours Of Continuous Speech. D. Sixty-eight (68) Units - 5g Wifi Full Digital Conference - Delegate Unit I. Adopt A 48khz Sampling Rate, Clear And Bright Sound. Ii. Using Advanced Processing Chip Architecture And A Unique Processing Algorithm, The Microphone Power-on Connection Time Only Takes 5 Seconds. Iii. Support Intelligent Detection Of Faults, Prompting Users Of Ap Faults, Host Communication Faults, And Low Signal Strength. Iv. Support Charging Through Type-c Port, Support 18w Fast Charging, With Smart Indicator Status. V. Support Setting Ssid Function Through Ui. Vi. Support Multi-language Switching, And Uniformly Set Through Pc Software. Vii. Support Speech Timing And Timing Speech Functions, And The Delegate Unit Has The Function Of Applying For Speech. Viii. With A Voice Control Function, The Microphone Can Be Turned On Intelligently. Ix. Support Adjusting The Sensitivity Of The Voice Control And Setting The Closing Time Through The Software. X. Support Sign-in Function, Set And Initiate Through Pc Software. Xi. Support Conference Voting Function, Five-key Voting, Three-key Voting Function, Flexible And Convenient. Xii. Adopt 128-bit Aes Encryption Technology, Support Wpa/wpa2 Wireless Security Technology, Prevent Eavesdropping And Unauthorized Access, And Provide Higher Confidentiality Of The Conference System. Xiii. Using Wireless Transmission Technology, It Only Takes Very Little Time For The Venue Layout To Carry Out Activities. Xiv. The Delegate Unit Can Apply To Speak With The Approval Of The Chairman. Xv. Equipped With A 3.5mm Headphone Jack For Connecting An External Microphone. Xvi. Built-in Lithium Battery, The Battery Capacity Supports 14 Hours Of Continuous Speech. E. Seven (7) Units - Power Charger, With 10 Usb Charger Interfaces Support 18w Charge I. All Usb Ports Of The Charger Can Be Used Simultaneously For Batch Charging Of Devices. Ii. Use A Usb Cable, Connect One End To The Charger And The Other End To The Conference Unit; Support 18w Fast Charging. Iii. With Auto Circuit Protection, All Usb Ports Support Short-circuit Protection And Self-recovery Functions F. Four (4) Units - Ap Transmitter I. Comply With The Wi-fi 6 Protocol Standard (ieee 802.11ax), Backward Compatibility With 802.11a/b/g/n/ac/wave2, Support Mu-mimo, And Allow The Ap To Receive Data From Multiple Terminals At The Same Time. The Maximum Transmission Rate Of The Whole Machine Can Reach 1.601gbps, Effectively Providing Higher-performance Wireless Access Services In Terms Of Coverage, Access Density, And Traffic Throughput. Ii. Support Ofdma Spatial Multiplexing Technology And 1024 Qam Modulation And Demodulation Algorithm, Which Can Provide Faster Wireless Internet Access And Larger Wireless Coverage. Iii. Through The Virtual Wireless Access Point (virtual Ap) Technology, Up To 32 Essids Can Be Provided. Iv. Layer 2 Isolation Can Be Performed On The Subnets Using The Same Ssid Or Under The Same Vlan To Ensure User Data Security. V. Support Wpa3 Security Protocol. Vi. Support 80/160mhz High Bandwidth Frequency Band. Vii. Support Local Power Supply And Poe Remote Power Supply. Viii. It Is Suitable For Ceiling Mounting, Wall Mounting, And Desktop Installation. G. Eight (8) Units - Speaker I. Adopt 1 Mid-woofer And 2 Cone Tweeters. Ii. 12mm Plywood Housing, Lightweight, Wear-resistant Spray Paint Treatment, And Dust-proof Net Cotton Outside. Iii. The Frequency Divider In Precise Design Optimizes The Vocal Mf Performance H. Four (4) Units - Amplifier I. 1u Cabinet Design, Small In Size And Light In Weight. Ii. Adopt The Latest Class D Digital Amplifier Design, With Low Distortion And High Efficiency. Iii. Adopt Switched Power Supply Technology, With High Efficiency. Iv. Adopt A Smart Peak Clipper To Control The Power Module And Speaker System To Work In A Safe Range. V. Designed With Standard Xlr Input Interface And Link Output Interface. Vi. Support Soft Start To Prevent Absorbing Large Currents From The Power Grid During Startup And Interfering With Other Electrical Equipment. Vii. Smart Control Forced Heat Dissipation Design, Low Fan Noise, And High Heat Dissipation Efficiency. Viii. Support Overvoltage Protection, Undervoltage Protection, Overcurrent Protection, Dc Protection, Output Short Circuit Protection, Temperature Control, Fan, And So On. I. Eight (8) Units - Professional Loudspeaker Wall - Mounted Bracket I. Fixed Panel Size: 34×34mm (length×width) Ii. Cabinet Fixed Panel Size: 110mm Iii. Weight: 0.31kg 3. One (1) Lot - Roughing-ins Materials 4. Six (6) Lots - Cabling Works 5. Six (6) Lots - Structured Cabling (including External Cabling) 6. Three (3) Licenses - Video Conferencing System 7. One (1) Service - Project Management Services 8. One (1) Service - User Acceptance Testing (uat) 9. One (1) Service - User's Training & Knowledge Transfer 10. One (1) Service - Manpower Cost 11. One (1) Service - Mobilization Cost 12. One (1) Service - Forwarding Cost 13. One (1) Year - Warranty Iv. Mandatory Technical Requirements/qualifications A. Statement Of Accumulated Similar Completed Government And Private Contracts Within The Last Five (5) Years With A Total Contract Amount Of At Least Php 500,000,000.00 Or 50% Of The Abc. A. Contract Definition Must Be Supported By The Following Documents: I. Copy Of Contract Or Po; Ii. Certificate Of Completion And Acceptance B. The Software Provider (sp) Should Be In The Business Of Software Development For At Least Five (5) Years With At Least Five (5) Completed And Accepted Combined Network And Software Projects. C. The Sp Shall Have At Least One (1) Software Accredited By The Bureau Of Internal Revenue (bir) Either An Inventory System Or Pos System Or Accounting System. D. The Sp Should Have Delivered At Least (2) Government Projects Within The Past 3 Years. E. The Sp’s Technical Director(s) Such As Senior Project Manager, Senior System Project Manager, Senior Network Project Manager, Senior Infrastructure Project Manager Must Have A Project Management Experience Of At Least Five (5) Years. Attach Curriculum Vitae, Diploma, Any Government Id With Signature, Relevant Certification/s And Relevant Training/s, Seminar. F. The Sp Shall Be A Partner/distributor Of The Oem Of The Devices Which Has Been In The Market For At Least 3 Years. G. The Sp’s Program Director Must Have A Project Management Experience Of At Least Five (5) Years, With Itil Service Management Certification Or Training And Fifteen (15) Years Of Experience In Software Architecture - Development, Service Delivery Management, State-of-the-art Network Infrastructure, And Delivered Project(s) In At Least One Of The 500 Fortune Companies Or At Least One Of The Telecommunication Companies In The Philippines. Attach Curriculum Vitae, Diploma, Any Government Id With Signature, Relevant Certification/s And Relevant Training/s, Seminar. H. The Sp’s Software Architect Must Have A Devops Foundation Certification Of At Least Five (5) Years Of Experience. Attach Curriculum Vitae, Diploma, Any Government Id With Signature, Relevant Certification/s And Relevant Training/s, Seminar. I. The Sp’s Security Lead Must Be A Certified Information Systems Security Professional (isc)2 For At Least Ten (10) Years Of Experience And Certified Ethical Hacker (ceh) For At Least Ten (10) Years Of Experience. Attach Curriculum Vitae, Diploma, Any Government Id With Signature, Relevant Certification/s And Relevant Training/s, Seminar. J. The Delivery Period Of The Project Is Two Hundred Eighty (280) Days. V. Progress Billing The Project Milestones Are Identified And Aimed At Improving The Hard, Soft, And Infrastructure Of The Basc Organization Leading To The Following Output And Outcome: 15% : Upon Submission Of Signed Contract 25% : Submission And Acceptance Of Detailed Work Plan And Systems Design 29. University Information System 30. Learning Management System 31. Cashiering System 32. Human Resource Management System & Time Keeping System 33. Payroll Management System 34. Assets & Fleet Management System 35. Document Management System 36. Trouble Ticketing System 37. Queuing / Appointment System 38. Executive Information System 39. Campus Portal System 40. University Library System 41. Econference Room W/ Video Conferencing 42. Internet Connectivity 43. Campus Network System 44. Fiber Optics Works 45. Structured Cabling Works 46. It Security Operations Center & Network Operations Center 47. Campus Data Center Upgrade 48. Data Center Network Switches 49. Data Center Compute System & Data Center Block And File Storage System 50. Data Center Backup And Recovery System 51. Cloud Infrastructure 52. Ip-pabx System 53. Software & Networking Laboratories 54. E-classroom, E-room Infrastructure And Smart Led Solar Powered Light 55. E-library Infrastructure 56. Smart Function Hall 26.43% 1st Batch Hardware Completion Of Equipment Deliverables For The Following Components At Basc Facility 17. It Security Operations Center & Network Operations Center 18. Campus Data Center Upgrade 19. Data Center Network Switches 20. Data Center Compute System & Data Center Block And File Storage System 21. Data Center Backup And Recovery System 22. Ip-pabx System 23. Software & Networking Laboratories 24. E-classroom, E-room Infrastructure And Smart Led Solar Powered Light 25. E-library Infrastructure 26. Smart Function Hall 27. Campus Network System 28. Fiber Optics Works 29. Structured Cabling Works 30. Human Resource Management System & Time Keeping System 31. Document Management System 32. Queuing / Appointment System 1st Batch User Acceptance Testing (uat) Completion For The Following System Components At Basc Facility 8. Human Resource Management System & Time Keeping System 9. Payroll Management System 10. Assets & Fleet Management System 11. Document Management System 12. Trouble Ticketing System 13. Queuing / Appointment System 14. Campus Portal System 23.57% 2nd Batch Hardware Completion Of Equipment Deliverables For The Following Components At Basc Facility 4. Internet Connectivity 5. University Library System 6. Econference Room W/ Video Conferencing 2nd Batch User Acceptance Testing (uat) Completion For The Following System Components At Basc Facility 6. Cloud Infrastructure 7. University Information System 8. Learning Management System 9. Executive Information System 10. University Library System Hardware Installation, Configuration And Integration 8. Campus Network System 9. Structured Cabling Works 10. It Security Operations Center & Network Operations Center 11. Data Center Network Switches 12. Data Center Backup And Recovery System 13. Ip-pabx System 14. E-library Infrastructure Acceptance Of Volume Testing 14. University Information System 15. Learning Management System 16. Cashiering System 17. Human Resource Management System & Time Keeping System 18. Payroll Management System 19. Assets & Fleet Management System 20. Document Management System 21. Trouble Ticketing System 22. Queuing / Appointment System 23. Executive Information System 24. Campus Portal System 25. University Library System 26. Econference Room W/ Video Conferencing : Completion Of Training 19. University Information System 20. Learning Management System 21. Cashiering System 22. Human Resource Management System & Time Keeping System 23. Payroll Management System 24. Assets & Fleet Management System 25. Document Management System 26. Trouble Ticketing System 27. Queuing / Appointment System 28. Executive Information System 29. Campus Portal System 30. University Library System 31. Econference Room W/ Video Conferencing 32. Campus Network System 33. It Security Operations Center & Network Operations Center 34. Campus Data Center Upgrade 35. Data Center Backup And Recovery System 36. Smart Function Hall 10% : Project Acceptance And Turnover 29. University Information System 30. Learning Management System 31. Cashiering System 32. Human Resource Management System & Time Keeping System 33. Payroll Management System 34. Assets & Fleet Management System 35. Document Management System 36. Trouble Ticketing System 37. Queuing / Appointment System 38. Executive Information System 39. Campus Portal System 40. University Library System 41. Econference Room W/ Video Conferencing 42. Internet Connectivity 43. Campus Network System 44. Fiber Optics Works 45. Structured Cabling Works 46. It Security Operations Center & Network Operations Center 47. Campus Data Center Upgrade 48. Data Center Network Switches 49. Data Center Compute System & Data Center Block And File Storage System 50. Data Center Backup And Recovery System 51. Cloud Infrastructure 52. Ip-pabx System 53. Software & Networking Laboratories 54. E-classroom And E-room Infrastructure And Smart Led Solar Powered Light 55. E-library Infrastructure 56. Smart Function Hall Vi. Warranties And Guarantees A. Software – At Least 1-year License Coverage, Starts Upon The First Day Of Acceptance. B. Network And Hardware Support – At Least 1-year Warranty In Parts And Labor Upon Acceptance, Onsite 24x7x365. C. Db Services – At Least 1-year License Coverage, Starts Upon Delivery And Installation. D. Implementation Services – At Least 1 Year Of License Coverage With 1,000 Users. E. Technical Support – Local 24x7x365 Online/onsite Support For At Least 1 Year. F. Onsite Support – Within 8 Hours From Receipt Of The Notice, Spare Parts Ready If Necessary. G. Supply Of Spare Parts – Availability Of Parts Shall Be Within 72 Hours. H. Provision Of Service Units If The Repair Will Exceed 3 Days. I. Sp Shall Provide A Testing Facility For Functionality Demonstration. Vii. Training The Project Supports The Capacity Building For Top-level Managers, Trainers, Developers, Network/systems/database/security Administrators, Hardware Maintenance And Troubleshooting. Training For A Minimum Of 10 Persons Per Component/system For The Following Categories: A. 3 -top-level Management – Designed For The Basc Executives B. 10 - Trainers – Specifically For The Trainers Of The Basc To Ensure Continuous Training To End-users. C. 10 - Network/systems/database/security Administrators - Training Designed For Administrators To Ensure 24x7x365 Monitoring Of The Services As Well As Prompt Response As Needed. D. 10 - End-user Training Is Designed For The Users Of The System And/or Encoders. Viii. Manpower The Proposed Project Team Shall Be Composed Of Experts And Specialists As Indicated In The Table Below. The Roster Shall Include A Minimum Of 19 Distinct Physical Persons. There Shall Be No Overlapping Of Functions. In This Respect, The Persons’ Names And Functions Shall Be Explicitly Specified. However, The Sp Has The Option To Add More Personnel Depending On His Work Strategy. The Curriculum Vitae Shall Be Signed By The Person. They Will Closely Collaborate And Coordinate With The Project Management Team Of The Basc. Personnel Role / Qualification Min. No. Program Director Point Person For Issues And Concerns About The Contract And Deliverables. With Project Management Experience Of At Least Ten (10) Years, Cs/it/engineering Degree Or Equivalent. 1 Senior Project Manager With Project Management Experience Spanning Seven (7) Years And A Leadership Role, Also Have Experience Managing Teams Of Project Managers And Business Analysts. With Servicenow Certification For Certified System Administrator. 1 Senior System Project Manager With Project Management Experience Spanning Five (5) Years And A Leadership Role, Also Have Experience Managing Teams Of Project Managers And Developers. With A Itil Service Management Certification, Cs/it/engineering Degree Or Equivalent. 1 Senior Network Project Manager With At Least Seven (7) Years Of Experience In Planning, Implementing, And Maintaining It Networks. With A Network Cable Installer Certification And A Jablotron 100+ Alarm System Training Course Certification. With A Cs/it/engineering Degree Or Equivalent. 1 Senior Infrastructure Project Manager With At Least Seven (7) Years Of Experience In Taking Charge Of The Planning, Implementation, And Maintenance Of Infrastructure And Service Delivery Management. With A Microsoft Certified Professional Certification With A Cs/it/engineering Degree Or Equivalent. 1 Senior Project Manager For Peripherals With At Least Seven (7) Years Of Experience In Project Management With A Focus On It Networks, Infrastructure, And Peripherals (biometrics, Cctv, And Alarm Systems). With A Fiber Optic Preparation & Splicing And Jablotron 100+ Alarm System Training Course Certification With A Cs/it/engineering Degree Or Equivalent. 1 Business Analyst Person In Charge Of The Business And System Specifications With Experience In Systems Analysis And Design. With A Cs/it/engineering Degree Or Equivalent. 4 Enterprise/ Software Architect Person In Charge Of System Architecture And Structural Design With At Least Ten (10) Years Of Experience In Software Architecture And Development. Microsoft Office Sharepoint Server 2007, Application Development Certification Of At Least Three (3) Years Or Openspan Certified Developer Certification Of At Least Ten (10) Years. With A Cs/it/engineering Degree Or Equivalent. 2 Systems Analyst/ Developers Person In Charge Of The System Specifications With At Least Three (3) Years Of Experience In Systems Analysis And Design. Basic React Programming Certification Or With A Cs/it/engineering Degree Or Equivalent. 9 Senior Database Administrator Person In Charge Of Installing, Administering, Maintaining, And Performance Tuning Databases With At Least Seven (7) Years Of Experience In Rdbms. With A Cs/it/engineering Degree Or Equivalent. 2 Senior Security Analyst Person In Charge Of Securing And Administering Smart Campus Security System With At Least Seven (7) Years Of Experience In It Security. With A Cs/it/engineering Degree Or Equivalent. Certified Information Systems Security Professional (isc) And Certified Ethical Hacker (ceh). 1 Quality Assurance Manager With Quality Assurance Experience Spanning Three (3) Years And A Leadership Role, Also Have Experience Managing Teams Of Project Managers And Developers. With A Cs/it/engineering Degree Or Equivalent. 4 Operations Support Lead With Operations Support Experience Spanning Three (3) Years Of The Same Role In A Customer Service, Help Desk, Technical Support, And/or Call Center. With A Bachelor's Degree Or Equivalent. 1 Help Desk And Technical Support With Operations Support Experience Spanning Two (2) Years Of The Same Role In A Help Desk, Technical Support, And/or Call Center. With A Bachelor's Degree Or Equivalent. 5 Senior Trainers With Trainer Or Teaching Experience Spanning Five (5) Years Of The Same Role In Education Institutions. With A Bachelor's Degree Or Equivalent. 2 Total (minimum Physical Count) 36 Section Viii. Checklist Of Technical And Financial Documents Notes On The Checklist Of Technical And Financial Documents The Prescribed Documents In The Checklist Are Mandatory To Be Submitted In The Bid, But Shall Be Subject To The Following: A. Gppb Resolution No. 09-2020 On The Efficient Procurement Measures During A State Of Calamity Or Other Similar Issuances That Shall Allow The Use Of Alternate Documents In Lieu Of The Mandated Requirements; Or B. Any Subsequent Gppb Issuances Adjusting The Documentary Requirements After The Effectivity Of The Adoption Of The Pbds. The Bac Shall Be Checking The Submitted Documents Of Each Bidder Against This Checklist To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion Pursuant To Section 30 Of The 2016 Revised Irr Of Ra No. 9184. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages);or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (f) 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 ⬜ (g) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (h) 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 ⬜ (i) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (j) 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 ⬜ (k) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (l) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (m) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (n) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (o) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. 25 Financial Component Envelope ⬜ (a) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (b) Original Of Duly Signed And Accomplished Price Schedule(s). Bid Form Date: ____________ Project Identification No. 2025-01g To: Bulacan Agricultural State College Brgy. Pinaod, San Ildefonso, Bulacan 3010 Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers______ [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hubin Conformity With The Said Bidding Documents For The Sum Of __________________________________________________________(php____________)[total Bid Amount In Words And Figures] Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In The Bidding Documents Provisions And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per The Bidding Documents. We Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Name Of Project Of The Name Of The Procuring Entity] [for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter’s Behalf For Name Of Project Of The Name Of The Procuring Entity]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 2022. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of _______________________ Price Schedule Name Of Bidder ____. Invitation To Bid Number 2025-01g Page _____ Of______. 1 2 3 4 5 6 7 8 9 10 Item Description Country Of Origin Quantity Unit Price Exw Per Item Transportation And Insurance And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+6+7+8) Total Price Delivered Final Destination (col 9) X (col 4) 1 Grand Total (in Words) (in Figures) [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of _________________________ [bidder’s Letterhead] Name Of The Procuring Entity : Bulacan Agricultural State College Project: 2025-01g: Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub Location Of The Project : San Ildefonso, Bulacan List Of All Ongoing Government & Private Contracts Including Contracts Awarded But Not Yet Started Business Name : Business Address :______________________________________________________________________ Name Of Contract/ Project Cost A. Owner’s Name B. Address C. Telephone Nos. Nature Of Work Bidder’s Role A. Date Awarded B. Date Started C. Date Of Completion % Of Accomplishment Value Of Outstanding Works / Undelivered Portion Description % Planned Actual Government Private Note: This Statement Shall Be Supported With: Total Cost 1 Notice Of Award (for Government Projects) 2 Notice To Proceed (for Government Projects) 3 Contract Submitted By : (printed Name & Signature) Designation : Date : [bidder’s Letterhead] Name Of The Procuring Entity : Bulacan Agricultural State College Project: 2025-01g: Supply, Delivery, And Installation Of Digital Harvest: Transforming Bulacan Agricultural State College Into A Digital Innovation Hub Statement Of Single Largest Completed Contracts (slcc) In The Last Five (5) Years Business Name : Business Address : Name Of Contract A. Owner Name B. Address C. Telephone Nos. Nature Of Work Bidder’s Role A. Amount At Award B. Amount At Completion C. Duration A. Date Awarded B. Contract Effectivity C. Date Completed Description % Government Private Attached Herewith Are The Following Documents: Contract Agreement, Notice Of Award, Notice To Proceed, Official Receipt/invoice, Certificate Of Final Inspection, Certificate Of Good Performance And Certificate Of Acceptance, As Evidences In Support Of The Foregoing Information. Submitted By : (printed Name & Signature) Designation : ____________________________________________ Contract Agreement Form This Agreement Made The _____ Day Of __________ 20_____ Between [name Of Procuring Entity] Of The Philippines (hereinafter Called “the Entity”) Of The One Part And [name Of Supplier] Of [city And Country Of Supplier] (hereinafter Called “the Supplier”) Of The Other Part: Whereas The Entity Invited Bids For Certain Goods And Ancillary Services, Viz., [brief Description Of Goods And Services] And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of [contract Price In Words And Figures] (hereinafter Called “the Contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Referred To. 2. The Following Documents Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: (a) The Supplier’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g. Bidder’s Response To Clarifications On The Bid), Including Corrections To The Bid Resulting From The Procuring Entity’s Bid Evaluation; (b) The Schedule Of Requirements; (c) The Technical Specifications; (d) The General Conditions Of Contract; (e) The Special Conditions Of Contract; (f) The Performance Security; And (g) The Entity’s Notice Of Award. 3. In Consideration Of The Payments To Be Made By The Entity To The Supplier As Hereinafter Mentioned, The Supplier Hereby Covenants With The Entity To Provide The Goods And Services And To Remedy Defects Therein In Conformity In All Respects With The Provisions Of The Contract 4. The Entity Hereby Covenants To Pay The Supplier In Consideration Of The Provision Of The Goods And Services And The Remedying Of Defects Therein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of The Contract At The Time And In The Manner Prescribed By The Contract. In Witness Whereof The Parties Hereto Have Caused This Agreement To Be Executed In Accordance With The Laws Of The Republic Of The Philippines On The Day And Year First Above Written. Signed, Sealed, Delivered By The (for The Entity) Signed, Sealed, Delivered By The (for The Supplier) Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 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 Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 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. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory 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 His/her Community Tax Certificate 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 _____ * This Form Will Not Apply For Wb Funded Project Bid Securing Declaration Form Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: [insert Name And Address Of The Procuring Entity] 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 Financial Documents For Eligibility Check Year 20 1 Total Assets 2 Current Assets 3 Total Liabilities 4 Current Liabilities 5 Net Worth (1-3) 6 Net Working Capital (2-4) The Net Financial Contracting Capacity (nfcc) Based On The Above Data Is Computed As Follows: Nfcc = [(current Assets – Current Liabilities) (15)] Minus Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts Including Awarded Contracts Yet To Be Started Coinciding With The Contract To Be Bid. The Values Of The Domestic Bidder’s Current Assets And Current Liabilities Shall Be Based On The Latest Audited Financial Statements Submitted To The Bir. Nfcc = Php Submitted By: Name Of Bidder Signature Of Authorized Representative Over Printed Name Date:
Closing Date7 Feb 2025
Tender AmountPHP 1 Billion (USD 17.1 Million)
2131-2140 of 2138 archived Tenders