- Home/
- Philippines/
- Bureau Of Customs/
- Overview
Bureau Of Customs Tender
Bureau Of Customs Tender
Costs
Summary
Office And Cleaning Supplies For 1st Quarter , Office Supplies And Devices ,bureau Of Customs - Port Of Cebu
Description
Description Procurement Of Office And Cleaning Supplies For 1st Quarter (series No) Government Of The Republic Of The Philippines Invitation To Bid 1. The Bureau Of Customs Sub-port Of Mactan, Through The National Expenditure Program (nep) Of Fy 2025 Intends To Apply The Sum Of Five Hundred Thousand Pesos (₱500,000.00) Being The Abc To Payments Under The Contract For The Procurement Of Office And Cleaning Supplies For 1st Quarter With Project Identification Number 2025-008mtn. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Customs Sub-port Of Mactan Now Invites Bids For The Above Procurement Project. 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. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:00 Am On March 4, 2025. Late Bids Shall Not Be Accepted. The Bidders Shall Drop Their Duly Accomplished Technical Proposal Including The Eligibility Requirements And Financial Proposals In Two Separate Sealed Envelopes In The Bid Box Located At The Address Indicated Below. Late Bids Shall Not Be Accepted. 5. Bid Opening Shall Be On March 4, 2025, 1:00 Pm At The Given Address Below. 6. The Bureau Of Customs Sub-port Of Mactan 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. 7. For Further Information, Please Refer To: Jennifer A. Duyogan (coo I, Acting Procurement Officer) Or Victoria C. Arandillo (coo Iii, Acting Accountant) Bureau Of Customs Sub-port Of Mactan Mcia Cargo Access Road, Barangay Ibo, Lapu-lapu City Jennifer.duyogan@customs.gov.ph /victoria.arandillo@customs.gov.ph +639171649903 General Conditions Of The 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 He 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. 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 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 Test The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. 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 5.1 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. 5.2 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. Specific Scope Of Service Supplier’s Must State Here Either “comply” Or Any Equivalent Term In The Column “supplier’s Statement Of Compliance” Against Each Of The Individual Parameters Of Each Specification. Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free. After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation For The Item/s As Follows: Specific Scope Of Service Procurement Of Office And Cleaning Supplies For 1st Quarter Scope Of Service Description Supplier’s Statement Of Compliance Quantity Unit Cost (vat Incl) Total Cost (vat Incl) Supply And Delivery Ballpen (ballpoint) - Black- Fine Ballpoint 150 Ballpen (ballpoint) - Blue- Fine Ballpoint 150 Sign Pen, Black- 0.7mm 100 Sign Pen, Black- 1.0mm 50 Battery (double A) 20 Bondpaper (a4), 70gsm, Sub 20 150 Bondpaper (long), 70gsm, Sub 20 150 Bondpaper (short), 70gsm, Sub 20 100 Brother Tn - 451- B 2 Brother Tn - 451- C 2 Brother Tn - 451- M 2 Brother Tn - 451- Y 2 Calculator 15 Certificate Holder (a4) 150 Correction Tape 100 Dater 10 Disinfectant Spray, 510g 15 Door Knob (for Female Cr; 2/f) 4 Door Knob (for Female Cr; G/f) 6 Double-sided Tape 1 Inch (small) 20 Double-sided Tape 24mmx10m (big) 50 Epson Ink 003 Black 15 Epson Ink 003 Cyan 15 Epson Ink 003 Magenta 15 Epson Ink 003 Yellow 15 Expandable Envelope- Brown 500 Face Mask, Made In Philippines 10 Fastener (plastic)- 7cm, 50's 50 Desk File Organizer Rack, 4-layer 10 Latex Examination Gloves Medium 100pcs 10 Log Book (300 Pages; Vertical) 20 Numbering Stamp (10 Digits) 2 Packaging Tape, 100mm, Brown 200 Packaging Tape Clear/brown 100m 100 Padlock (big Size; For Generator Cage) 3 Permanent Marker (black), Refillable 50 Permanent Marker (blue), Refillable 50 Photo Paper, 260gsm, A4, 10s 25 Push Pin, 100s 10 Plastic Ruler Clear 12 20 Multi Purpose Scissors, 8 Inches 10 Stamp Pad Ink (blue), 30ml 25 Stapler With Remover 50 Sticky Notes, 4"x3", 100sheets 50 Stock & File Box/storage Box 10" H X 12" W X15" L 300 Usb (8 Gb) 15 Comfort Room Diodorizer (50g) 50 Broom (baguio;lanot) 30 Fabric Conditioner For Cr 15 Furniture Polish, Lemon, 320ml, Aerosol 15 Garbage Bag (large) 20 Garbage Bag (medium) 20 Garbage Bag (xxl) 20 Multi Insect Killer, 600ml 25 Mop Handle 10 Mop Head 20 Powder Detergent, 1.0-1.5kgs 20 Tissue 2ply (4 Rolls Per Pack) 50 Toilet Bowl Cleaner, Concentrated, Multi-purpose 20 Waste Bin, With Cover, 20 Ltrs 15 60l Water Container W/ Cover Diameter 475mm × H 467mm 5 16 Liter Pail W/ Cover; Diameter 305mm × H 279mm 10 1.5l Standing Water Dipper 20 Total In ₱ Words ₱ *the Above Quoted Prices Are Inclusive Of All Costs And Applicable Taxes. __________________________ __________________________ Signature Over Printed Name Office Telephone No. __________________________ __________________________ Position/designation Email Address/es Confidentiality Agreement The Winning Bidder/supplier Shall Protect Confidential Information About Boc Mactan, And To Use It Only For Purposes Of Complying With Its Tasks And Obligations Under The Official Bid Document/contract/purchase Order. It Shall Not Disclose Any Confidential Information About The Boc Mactan Project Or Procurement To A Third Party Without The Consent Of Boc Mactan. “confidential Information” Refers To Information Concerning The Affairs Of The Boc Mactan Which Are Not Available To The Public Which, If Disclosed, May Compromise The Security Of The Bureau. The Winning Bidder/supplier Shall Not Disclose Any Confidential Information Acquired Its Engagement With Boc Mactan Even After The Expiration Or Termination Of The Contract. __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents A) ⬜ Valid Philgeps Registration Certificate (platinum Membership If Public Bidding) (all Pages) In Accordance With Section 8.5.2 Of The Irr; 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 E) ⬜ 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 F) ☐ 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 G) ☐ 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 H) ☐ Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After- Sales/parts, If Applicable; And I) ☐ 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 J) ☐ 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 K) ☐ 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. Ii. Financial Component Envelope L) ☐ Original Of Duly Signed And Accomplished Financial Bid Form; And M) ☐ Original Of Duly Signed And Accomplished Price Schedule(s). 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.
Contact
Tender Id
35ea2211-a30f-3aa8-a0e2-7715f57aff67Tender No
11798438Tender Authority
Bureau Of Customs ViewPurchaser Address
-Website
http://https://customs.gov.ph/