Car Tenders
Car Tenders
Misamis Occidental Tender
Publishing and Printing
Philippines
Details: Description Comelec 1. Paper, Multi-purpose, A4 Size 70gsm 30 Ream 2. Paper, Multi-purpose, Legal Size 70gsm 25 Ream 3. Fastener Metal, Non-sharp Edges, 50 Sets Per Box 5 Box 4. Tape Transparent, 24mm 6 Roll 5. Tape Transparent, 48mm 4 Roll 6. Tape Masking 48mm 15 Roll 7. Tape Packaging 48mm 12 Roll 8. Correction Tape 10 Piece 9. Rubber Bond #18 4 Box 10. Epson Ink #001 Black 3 Bot. 11. Epson Ink #003 Black 5 Bot 12. Ballpen Black 50 Pcs Per Box 2 Box 13. Staple Wire #35 3 Box 14. Marker, Permanent, Black, Broad 12 Piece 15. Marker, Refillable, Black, Broad 3 Piece 16. Ink Refill, Black 2 Bot. 17. Brown Envelope Short Size 6 Dozen 18. Brown Envelope Long 6 Dozen Coa 19. Alcohol, 70% Ethyl 500ml 4 Bot 20. Red Ballpen, 0.5 24 Piece 21. Blue Ballpen, 0.5 24 Piece 22. Black Ballpen, 0.5 24 Piece 23. Toilet Tissue Paper, 2 Ply, 12’s Per Pack 3 Pack 24. File Folder Long White 100 Piece 25. Data File Box Long Size W/o Cover 5 Piece 26. Plastic Ring Binding, 25mm 5 Piece 27. Bond Paper, Letter Size, 70gsm 10 Ream 28. Bond Paper A4 Size, 70gsm 5 Ream 29. Bond Paper Legal Size, 70gsm 5 Ream 30. Transparent Binding Cover Short Size, 100’s 1 Box 31. Correction Tape 5 Piece 32. Moroco Binding Cover Short 100 Piece 33. Long Expandable Kraft W/ Garter 50 Piece 34. Permanent Marker, Black, Fine 2 Piece 35. Permanent Marker Refill Ink, Black 1 Bot. 36. White Glue 130ml 2 Bot. 37. Pencil Eraser, Large Size 3 Piece 38. Pencil #2, 12’s Per Box 1 Box 39. Air Freshener, 500ml Per Bot. Aerosol Type 2 Bot. 40. Dishwashing Liquid 250ml Per Bot.(lemon) 1 Bot. 41. Dishwashing Sponge 2 Piece 42. Twine Straw 1kl Per Roll 1 Roll 43. Trash Bag Large Size 50 Piece 44. Epson Ink 001, Black 3 Bot. 45. Epson Ink 001, Cyan 1 Bot. 46. Epson Ink 001, Magenta 1 Bot. 47. Epson Ink 001, Yellow 1 Bot. Mbo 48. Sign Pen Black, 0.3 10 Piece 49. Sign Pen Blue, 0.3 6 Piece 50. Air Freshener, 320ml, Aerosol Type 2 Piece 51. Glass Cleaner, 500ml Per Bot. 2 Bot. 52. Fluorescent Bulb, 12watts, Led 1 Unit 53. Bond Paper Long Size, 80 Gsm 3 Ream 54. Bond Paper Short Size, 80 Gsm 3 Ream 55. Epson Ink #001 Black 3 Bot. 56. Epson Ink #001 Magenta 1 Bot. 57. Epson Ink #001 Yellow 1 Bot. 58. Epson Ink #001 Cyan 1 Bot. 59. Epson Ink #003 Black 3 Bot. 60. Epson Ink #003 Magenta 1 Bot. 61. Epson Ink #003 Yellow 1 Bot. 62. Epson Ink #003 Cyan 1 Bot. 63. Data File Box, Long With Cover 3 Piece 64. Staple Wire #35 1 Box 65. Staple # 35, Heavy Duty 2 Piece 66. Long Folder 2 Dozen 67. Alcohol, 70% Ethyl, 500ml 6 Bot. 68. Toilet Tissue Paper, 12’s Per Pack 2 Pack Meo 69. A4 Bond Paper 210x297mm, 80gsm 2 Ream 70. Long Bond Paper 216x330mm, 80gsm 3 Ream 71. Correction Tape 8mx5mm 2 Piece 72. White Long Folder 50 Piece 73. Clear Cover Long For Book Binding (10’s Per Pack) 1 Pack 74. Flat Rubber Band 350g 1 Box 75. Dishwashing Paste, 400g 2 Piece 76. Epson Ink #664 Magenta 2 Bot. 77. Epson Ink #664 Cyan 2 Bot. 78. Epson Ink #664 Yellow 2 Bot. 79. Epson Ink #664 Black 3 Bot. 80. Ethyl Alcohol 1 Gal 81. Photo Paper, 10’s Per Pack 1 Pack 82. Staple Wire 10mm, 1000pcs Per Box 1 Box 83. Vinyl Coated Clips #50, (100 Pcs Per Box ) 2 Box 84. Vinyl Coated Clips # 33, (100 Pcs Per Box ) 2 Box 85. Clear Tape/transparent Packing Tape (40mm/1¾’’) 1 Roll Menro 86. Bond Paper A4 Size, 80gsm 4 Ream 87. Bond Paper Long Size, 80gsm 4 Ream 88. Bond Paper Short Size, Us 2 Ream 89. Specialty Paper, Long Size Color Green 10’s 6 Pack 90. Chlorine 3 Gal. 91. Folder Long Green 2 Doz 92. Fastener Plastic 1 Box 93. Staple #35, Heavy Duty 1 Piece 94. Staple Wire #35 1 Box 95. Staple Wire #10 1 Box 96. Record Book 500pages 2 Piece 97. Sign Pen 0.3, Black 12’s Per Box 1 Box 98. Sign Pen 0.3, Blue 12’s Per Box 1 Box 99. Liquid Hand Sanitizer, 1000ml Per Bot 1 Bot 100. Dust Pan Metal 3 Piece 101. Hand Gloves, Construction Gloves/leather, Xl 24 Piece 102. Sanggot 3 Piece 103. Broom Soft Tambo 6 Piece 104. Rubber Boots Color Black, Size:39 (7 Pair) 40: (5 Pair) 41: (4 Pair) 42: ( 4 Pair) 43: (4 Apir) 24 Pair 105. Alcohol Ethyl 2 Gal 106. Empty Laminates Sacks, 50kg 300 Piece 107. Trapal Blue/black 30 Meter 108. Big Bolo Sturdy 6 Piece 109. Raincoat, Thick, Xl Size, Up And Down 12 Pair 110. Flower Pot, Color Brown Xl Size 60 Piece Mayor’s Office 111. Leather Work Boots For Men Size 7, Black 2 Pair 112. Leather Work Boots For Men Size 9, Black 2 Pair 113. Detergent Powder, 1 Kl Per Pack 5 Pack 114. Toilet Tissue Paper, 12 ‘s Per Pack 5 Pack 115. Deodorant Cake, 50g 10 Piece 116. Air Freshener, 500ml, Aerosol Type (wild Lavender) 5 Piece 117. Fabric Conditioner, 1 Liter Per Bot. 5 Bot 118. Trash Bag, Transparent /black, Large 10 Roll 119. Broom Soft Tambo 5 Piece 120. Doormat, Cloth Type 5 Piece 121. Mop Head, Made Of Rayon, 400grams 2 Piece 122. Staple Wire #35 2 Box 123. Correction Tape 20x5mm 15 Piece 124. Toilet Bowl Multi-purpose Cleaner, 1 Liter Per Bot 5 Bot 125. Record Book 500 Pages 5 Piece 126. Record Book, 300 Pages Size: 214mmx278mm 5 Piece 127. Car Freshener 70grams 10 Can 128. Facial Tissue 150sheets, 2 Ply 10 Box 129. Soap Liquid Hand Wash, 750ml Per Bot. 5 Bot 130. Alcohol, Ethyl 70% 5 Gal 131. Folder Long White, 100’s 2 Pack 132. Battery Dry Cell, Aa, 2 Pcs Per Blister Pack 2 Pack 133. Battery Dry Cell, Aaa, 3 Pcs Per Blister Pack 2 Pack 134. Sign Pen 0.7 Black, 12’s 1 Box 135. Epson Ink 664, Black 10 Bot. 136. Epson Ink 664, Cyan 10 Bot. 137. Epson Ink 664, Magenta 10 Bot. 138. Epson Ink 664, Yellow 10 Bot. 139. Ball Pen Black, 0.7. 12’s 3 Box 140. Toilet Brush With Long Handle, Plastic 2 Piece 141. Picture Frame 8.5x11 5 Piece 142. Certificate Holder 8.5x11 5 Piece 143. Bond Paper Long Size, 70gsm 20 Ream 144. Bond Paper, A4 Size, 70gsm 15 Ream 145. Balde And Kabo Set, ( Balde 12 L Capacity, Kabo Large Size) 5 Set 146. Tape Packaging, 48mm 2 Roll 147. Tape Transparent, 24mm 2 Roll 148. Tape Transparent, 48mm 2 Roll 149. Tape Double Sided, 12mm/4.5m 2 Roll 150. Furniture Cleaner, Aerosol Type, 300 Ml 3 Can 151. Data File Box, Made Of Chipboard, With Closed Ends Legal Size 3 Piece 152. Envelope Documentary, Legal Size 100’s 2 Box 153. Staple #35, Heavy Duty, Load Cap: 200 Staples 3 Piece 154. Specialty Paper, Yellow, 8.5x13, 10’s Per Pack 10 Pack 155. Specialty Paper, Sky Blue, 8.5x13, 10’s Per Pack 20 Pack 156. Specialty Paper, Pink, 8.5x13, 10’s Per Pack 20 Pack 157. Cotton Gloves With Orange Rubber Palm, Large 6 Pair 158. Sign Pen 0.3mm, Black, 12’s Per Box 1 Box 159. Sign Pen 0.3mm, Blue, 12’s Per Box 1 Box 160. Epson Ink #003, Black 10 Bot 161. Disinfectant Spray, Aerosol Type, 400-550 Grams 6 Can 162. Broom, Ting2 5 Piece 163. Scotch Beige Masking Tape 36mmx50m 5 Piece Gso 164. Paper Multipurpose Copy, 70gsm A4 Size 10 Ream 165. Correction Tape Film, 8mm 5 Piece 166. Data File Box Legal Size 3 Piece 167. Data File Box With Ring, Legal Size, Blue & Green 2 Piece 168. Fastener Plastic Long 2 Box 169. Fastener Metal 3 Box 170. Folder Long Brown 50 Piece 171. Permanent Marker, Fine, Color Black 3 Piece 172. Masking Tape 24mm 2 Piece 173. Masking Tape 48mm 2 Piece 174. Staple Wire #35 5 Box 175. Ball Pen Black, 0.5, 12’s Per Box 2 Box 176. Sign Pen 0.5 Black, 12’s Per Box 2 Box 177. Toilet Tissue Paper 12’s Per Pack 3 Pack 178. 70% Ethyl Alcohol 1 Gal. 179. Broom Soft Tambo 1 Piece Accounting Office 180. A4 Size Bond Paper 80gsm 15 Ream 181. Legal Size Bond Paper 80gsm 5 Ream 182. Spin Mop, Heavy Duty 1 Piece 183. Staple Wire #35 5 Box 184. Pencil #2, 12’s Per Box 2 Box 185. Sign Pen Color Green 0.8, 12’s Per Box 2 Box 186. Sign Pen Black, 0.8, 12’s Per Box 1 Box 187. Correction Tape Big 5 Piece 188. Sign Pen Blue, 0.8, 12’s Per Box 1 Box 189. Scissor Big 1 Piece 190. Staple #35, Heavy Duty 5 Piece 191. Calculator, 16 Digits 1 Piece 192. Packaging Tape 24mm 5 Piece 193. Ball Pen, 0.7, 12 ‘s Per Box 2 Box 194. Rubber Bond #18 2 Box 195. Paper Clip Jumbo 5 Box 196. Staple Remover Plier Type 1 Piece 197. Ruler Plastic 12’’ 10 Piece 198. Garbage Bin 26l Capacity 1 Unit 199. Soft Rubber Mat 2 Meter 200. Welcome Doormat, Standard Size 1 Piece Lydo 201. Bond Paper Legal Size, 80gsm 1 Ream 202. Bond Paper A4 Size, 80gsm 1 Ream 203. Folder Long White 100 Piece 204. Double File Box Long Size, Land Scape 5 Piece 205. Staple # 35, Heavy Duty 1 Piece 206. Staple Wire #35 5 Box 207. Sign Pen 0.5, Black, 12’s Per Box 1 Box 208. Paper Clip Small 5 Box 209. File Organizer, Steel, 3 Tier 2 Piece Kalahi 210. White Folder Long Size, 100’s 1 Ream 211. Bond Paper Legal Size, 80gsm 4 Ream 212. Bond Paper A4 Size, 80gsm 4 Ream 213. Sign Pen 0.5, Black, 12’s Per Box 1 Box 214. Correction Tape (21m) 12 Piece 215. Alcohol 70% 1 Gal 216. Toilet Tissue Paper, 12’s Per Pack 2 Pack 217. Permanent Marker, Broad, 12’s Per Box 1 Box 218. Tape Transparent 48mm 2 Piece 219. Epson Ink 003 Magenta 2 Piece 220. Epson Ink 003 Black 4 Piece 221. Epson Ink 003 Cyan 2 Piece 222. Epson Ink 003 Yellow 2 Piece 223. Empty Sacks, 50kls Capacity (used) 30 Piece 224. Walis Tambo 2 Piece 225. Dust Pan Plastic 1 Piece Mao 226. Alcohol Ethyl, 70%, Scented, 500ml 1 Bot. 227. Stamp Pad Ink, Purple Or Violet, 50ml 1 Bot. 228. Paper Multicopy, 80gsm Size: 216mmx330mm 10 Ream 229. Paper Multipurpose (copy) A4, 70gsm 10 Ream 230. Epson Ink 003 1 Set 231. Epson Ink 664 1 Set 232. Epson 003 Black 2 Piece 233. Staple Wire, (23/13) 1 Box 234. Broom Soft Tambo 1 Piece 235. Broom Ting2 1 Piece 236. Binder Clips, All Metal Clamping: 51mm (2’’) 5 Box 237. Correction Tape, Film Base, 6m Min. 10 Piece 238. Envelope Documentary, A4 Size, 100’s 1 Box 239. Envelope Documentary, Legal Size, 100’s 1 Box 240. Pencil Lead, With Eraser, Wood Case, Hardness, Hb, 12’s Per Box 1 Box 241. Staple #35, Heavy Duty 1 Piece 242. Calculator, Compact , 12 Digits 1 Unit 243. Pencil Sharpener, Heavy Duty, 2 Hole 1 Piece 244. Sign Pen Black 0.5, 12’s Per Box 1 Box 245. Cartolina Color Green 4 Piece 246. Transparent Tape, 48mm 1 Roll 247. Folder L Type (plastic A4 Size) 100’s 1 Pack 248. Folder L Type (plastic Long Size) 100’s 1 Pack 249. Push Pin Flat Head 1 Box 250. Doormat, Cloth Type, Regular Size 1 Piece 251. Dish Drainer, 2 Layer 1 Unit 252. Binder Clip 32mm 2 Box 253. File Organizer Legal, 8.5x13 (data File Box) 10 Piece Wasstu 254. Bond Paper, A4 Size 80gsm 8 Ream 255. Bond Paper, Long Size 80gsm 8 Ream 256. Scissor Heavy Duty, Stainless For Cutting Papers, Regular Size 3 Piece 257. Puncher With 2 Hole Guide, Heavy Duty 2 Piece 258. Correction Tape 20m Large 12 Piece 259. Toilet Tissue Paper, 12’s 1 Pack 260. Scotch Tape 1 Inch 6 Roll 261. Permanent Marker Black, Fine 3 Piece 262. Highlighter Pen, Any Color 6 Piece 263. Data File Box, Long Size 6 Piece 264. Rubber Bond, #18 1 Box 265. Staple Remover, Plier Type, Heavy Duty 2 Piece 266. Staple #35, Heavy Duty 3 Piece 267. Staple Wire, #35 6 Box 268. Record Book 500 Pages (big) 6 Piece 269. Record Book 200 Pages (small) 6 Piece 270. Calculator 12 Digits 1 Piece 271. Epson Ink 003, Black 3 Piece 272. Binder Clip 2 Inch, Or Paper Clamp (black) 12’s 1 Box 273. Binder Clip 1 Inch Or Paper Clamp (black) 12’s 1 Box Vm/sb Office 274. Stamp Pad Ink, Purple Or Violet, 50ml 1 Bot 275. Alcohol, Ethyl 70&, Scented, 500ml 8 Bot 276. Paper, Multicopy, 80gsm, Size: 210mm X 297mm 10 Ream 277. Paper, Multicopy, 80gsm, Size: 216mm X 330mm 15 Ream 278. Toilet Tissue Paper, 12’s Per Pack 4 Pack 279. Trash Bag, Plastic, Transparent Xl Size 5 Roll 280. Sign Pen Black, Liquid Gel, 0.5mm Needle Tip 12 Piece 281. Sign Pen Blue, Liquid Gel, 0.5mm Needle Tip 12 Piece 282. Ball Pen Black 24 Piece 283. Ball Pen Blue 24 Piece 284. Air Freshener, Aerosol Type, 280ml/150g 5 Can 285. Disinfectant Spray, Aerosol Type, 400-500 Grams 4 Can 286. Data File Box, Made Of Chipboard, With Closed Ends Legal Size 5 Piece 287. Data Folder, Made Of Chipboard Taglia Lock Legal Size 5 Piece 288. Stamp Pad, Felt, Bed Dimension 60mm X 100mm Min 2 Piece 289. Stapler # 35, Load Cap: 200 Staples 5 Piece 290. Record Book, 500 Pages Size: 214mm 278mm Min 10 Piece Meeudo Gym 291. Furniture Polish 255ml 5 Piece 292. Chlorine Powder, 1 Kg Per Pack 10 Pack 293. Detergent Powder, 1 Kg Per Pack 30 Pack 294. Sodium Hypochlorite 20 Gal. 295. Handwashing Soap 60g 25 Piece 296. Walis Ting2 5 Piece 297. Walis Tambo 5 Piece 298. Toilet Brush, Plastic Handle 5 Piece 299. Floor Brush, With Long Handle 5 Piece 300. Cleaning Mop With Plastic Handle 3 Piece 301. Fabric Conditioner, 1 Liter Per Bot. 5 Bot. 302. Disinfectant Spray, 255ml 5 Piece 303. Dishwashing Liquid Soap, 250ml Per Bot. 4 Bot. Dilg 304. Bond Paper A4 Size, 80gsm 3 Ream 305. Bond Paper Long Size, 80gsm 3 Ream 306. Ball Pen Black 0.5, 12’s 1 Box 307. Metal Fastener 1 Box 308. Folder Long Us 1 Doz. 309. Epson Ink #003 Cyan 1 Bot 310. Epson Ink #003 Black 1 Bot 311. Epson Ink #003 Magenta 1 Bot 312. Epson Ink #003 Yellow 1 Bot 313. Paper Clip Jumbo, 1 Box 314. Correction Tape Big 6 Piece 315. Alcohol 500ml, 70% Solution 3 Bot. Mpdc (cbms) 316. Paper Multi-purpose, A4 Size 80gsm 15 Ream 317. Paper Multi-purpose, Legal Size 80gsm 10 Ream 318. A3 Paper Size 1 Ream 319. Metal Ruler (sample Picture Attached) 1 Piece 320. Stainless Steel Utility Knife ( Sample Pic Attached) 1 Piece 321. Waxed Line Thread (2 Ply) Color Black & Dark Brown 2 Piece 322. Waxed Line Thread (4 Ply) Brown & Dark Orange 2 Piece 323. Book Cloth 56’’ Per Roll/yard Color Light Blue, Light Green, White, Red, Yellow 5 Roll 324. Needles Set (30 Assorted Needles) 1 Set 325. Paint Brush #3 2 Piece 326. Paint Brush #2 2 Piece 327. Book Board A3 Size, 12’s 1 Ream 328. Book Board A4 Size, 12’s 1 Ream 329. Book Board Legal Size, 12’s 1 Ream Mpdc Office 330. Paper, Multi-purpose (copy) A4 Size, 80gsm 3 Ream 331. Toilet Tissue Paper, 12’s Per Pack 1 Pack 332. Paper Clip, Vinyl/plastic Coat, 50mm 1 Box 333. Folder Long White 12 Piece 334. Sticker Paper, A4 Size, Plain White, 10’s 2 Pack 335. Photo Paper, A4 G/m² 2 Pack 336. Alcohol, 70% Ethyl, 500ml Per Bot 3 Bot 337. Ball Pen Black, 0.5 1 Doz 338. Broom Soft Tambo 2 Piece 339. Broom Ting² 2 Piece 340. Rags, Cloth Type, Regular Size 3 Piece 341. Detergent Powder, 1kg Per Pack 1 Pack 342. Trash Bag, Plastic Transparent, Xl 1 Roll 343. Wastebasket, Non-rigid, Foot Operated, 30liters Cap. 3 Piece 344. Record Book, 500 Pages 1 Piece 345. Mop Bucket, Heavy Duty, Hard Plastic 1 Unit 346. Correction Tape, Big 6 Piece 347. Dishwashing Paste, 200 Grams 1 Piece 348. Pvc Pvc Healing Cutting Mat (steel) Sample Pic Attached 1 Unit 349. Feather Duster, Big 1 Piece 350. Empty Sacks, 50kgs Cap. Brand New 6 Piece Rhu 351. Isopropyl Alcohol 70% 1 Gal. 352. Disinfectant Solution 1 Gal. 353. Disinfectant Spray 510grams 1 Piece 354. Detergent Bar 380grams 5 Bar 355. Detergent Powder 700 Grams Per Pack 3 Pack 356. Liquid Hand Soap 1 Liter Per Bot. 2 Bot 357. Heavy Duty Floor Brush W/ Long Handle (wood) 1 Piece 358. Epson Ink 664 Black 5 Piece 359. Epson Ink 664, Magenta, Yellow, Cyan 1 Set 360. Epson Ink 003 5 Piece 361. Brother Ink Btd60 Black 5 Piece 362. Brother Ink Bt5000, Magenta, Yellow, Cyan 1 Set 363. Bond Paper Long Size 70gsm 10 Ream 364. Bond Paper A4 Size 70gsm 10 Ream 365. Specialty Paper A4, 180gsm, Cream Color, 10’s 5 Pack 366. Ball Pen Black 0.5, 12’s Per Box 5 Box 367. Ball Pen Red 0.5, 12’s Per Box 5 Box 368. Ball Pen Blue 0.5, 12’s Per Box 5 Box
Closing Date26 Feb 2025
Tender AmountPHP 283 K (USD 4.8 K)
DEFENSE LOGISTICS AGENCY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: Amendment 0001 Is Hereby Issued For The Following Reasons:
to Extend The Closing Date To 24 February 2025, 9 Am Eastern Time.
the Following Are Responses To Questions Submitted On Or Before January 28, 2025:
q1. Where Escorts Are Not Stipulated In Delivery Notes, How Will Base/training Area Access Be Arranged, Will Drivers Be Supported For Contractor Passes To Access Locations?
a1. See Attachment A_schedule V2; For All Line Item It States, “vendor Should Discuss With Ordering Officer When Dd1155 Is Received To Determine Base Access And Escort Requirements And Other Scheduling Details For Each Order.” Access Information Will Be Provided After Contract Award.
q2. Can We Understand A Standard Order Volume, I.e., 30,000l (8,000usg), As Opposed To A Minimum (750 Usg)?
a2 See Revised Attachment A_schedule V2. The Minimum Has Been Removed.
q3. Confirm Delivery Locations Within Nt, Assuming: Region 1 - Raaf Darwin, Robertson Barracks, Mt Bundy Training Area & Region 2 -raaf Tindal, Delamere Air Weapons Range, Bradshaw Training Area
a3. These Are The Primary Delivery Locations; However, There Could Be Future Requests For Locations Within The Circle For Each Region Outlined On The Map (i.e. Radius)…
q4. Confirm Requirements For D-1 Commercial Aviation Nozzle - Does This Need To Have The Fittings For Electronic Fuel Sampling?
a4. An Electronic Fuel Sampling Fitting Is Not Required For D-1 Commercial Aviation Nozzle.
q5. For Line Items 12 And 13 – The Requested Volumes Do Not Match The Delivery Instructions. Can You Clarify/confirm.
a5. See Revised Attachment A_schedule V2. Quantities For Line Items 12 And 13 Have Been Updated.
q6. Any Extra Information You Can Provide On Delivery Locations And Volume Splits The Better – Particularly On Region 1 And 2. Is It Possible To Get Addresses And Not Just Regions?
a6. Due To The Customer’s Mission And Line Item Mode Of Delivery Being Drums, Addresses Will Be Available On The Dd Form 1155. See Specific Delivery Narratives That State “customer Will Give 30-day Notice Of Initial Requirement Via Dd Form 1155 With Final Confirmation/changes 72 Hours Of Expected Delivery”. Also, Reference Attachment F_regional Location Map For More Information
line Item 0014 Has Been Added To The Solicitation See Revised Attachment A_schedule V2.
line Items 0005, 0009, And 0010 Have Been Updated To Include Additives. See Revised Attachment A_schedule V2.
the Special Instructions For Offerors Has Been Updated To Include Pre-award Surveys: Dla Energy May Conduct Pre-award Surveys To Determine Responsibility Regarding The Offeror’s Transportation, Technical, Production, Financial And Quality Assurance Capabilities. Certificates Of Analysis May Be Required Upon Request And/or When A Pre-award Survey Is Requested.
section M Far 52.212-2 – Evaluation – Commercial Products And Commercial Services (nov 2021) Has Been Updated To Include: All Offers For Aviation Turbine Fuel Must Be Accompanied By Certificates Of Analysis Or Will Not Be Considered For Evaluation.
a Notice For Sprs Compliance Reports Was Published On The Dibbs Website August 29, 2024, Which Now Requires All Vendors To Complete The Nist Sp 800-171 Assessment (effective December 01, 2024) Located On The Procurement Integrated Enterprise Environment (piee) - Supplier Performance Risk System (sprs) Website In Order To Be Considered For Awards For Contracts With Dla
please See Notice For Sprs Compliance Reports Below:
topic: Reminder To Dla Offerors To Update Nist Sp 800-171 Assessment In Sprs
in Accordance With Dfars Provision 252.204-7019, Notice Of Nist Sp 800-171 Dod Assessment Requirements And Dfars Clause 252.204-7020, Nist Sp 800-171 Dod Assessment Requirements, Dla Offerors Must Have A Valid National Institute Of Standards And Technology (nist) Special Publication (sp) 800-171 Assessment And Score On File In Sprs To Be Considered Eligible For Contract Award. Assessments Are Valid For A Period Of Three Years.
it Is The Offeror's Responsibility To Update Their Assessment Prior To Expiration To Remain Eligible For Awards Subject To Controlled Unclassified Information (cui) And/or Covered Defense Information (cdi) Safeguarding Requirements.
for More Information Regarding Posting Or Updating An Assessment On Sprs, Please Go To: Https://www.sprs.csd.disa.mil/
special Instructions For Offerors:
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued.
the Government Intends To Procure The Petroleum Fuel Products Using Far Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Items. The Government Will Award Requirements-type Contracts Resulting From The Solicitation To The Responsible Offeror(s) Whose Offer, Conforming To The Solicitation That Will Be Most Advantageous To The Government, With Price And Other Factors Considered (see Evaluation Criteria Under Section M).
this Is An Open Continuous Solicitation With Successive Closing Dates For Dla Energy Posts, Camps And Station (pc&s) Purchase Program 1.8t Requirements. The First Closing Date Is February 14, 2025, And Is For Thirteen (13) Line Items Contained In This First Closing. Solicitation No. Spe605-25-r-0207 Has A Performance Period From 01 July 2025 Through 30 June 2030. The Offeror Agrees To Hold The Prices In Its Offer Firm For 240 Calendar Days From The Date Specified For Receipt Of Offers. (ref: Far 52.212-1(d)).
the Government Anticipates Receiving New Requirements Throughout The Performance Period. Therefore, Solicitation Spe605-25- R-0207 Will Remain Open Until 30 June 2030, For Any New Line Items To Be Solicited. As New Requirements Are Received, The Government Will Issue Amendment(s) To The Solicitation, With New Closing Date(s) For The New Requirements And Afford All Offerors An Opportunity To Compete For The New Line Items.
this Solicitation Incorporates Provisions & Clauses In Effect Through Federal Acquisition Circulars 2025-01 Effective 12 November 2024; Defense Federal Acquisition Regulation Supplement (dfars): Dfars Change 11/25/2024 Effective 25 November 2024 And Defense Logistics Acquisition Directive (dlad): Cn2024-0906 Effective 06 September 2024.
solicitation Number Spe605-25-r-0207 Is Hereby Issued As A Request For Proposals (rfp).
clarification: Any Reference To Day(s) Within The Solicitation Should Be Considered Business Day(s) (monday Through Friday). Hours Of Operation Listed In The Schedule (attachment A) Are For Australia’s Time Zone, Any Other Reference To Hours/time, Unless Otherwise Stated, Within The Solicitation Will Be For Eastern Standard Time (est). Any Reference To Holidays Should Be Considered U.s. Holidays Unless Otherwise Noted As Australian Holidays. Any Reference To Bimonthly Should Be Considered Twice A Month, Unless Otherwise Noted. All Quantities Listed On The Schedule (attachment A) Are Estimates.
a Pre-award Survey May Be Performed To Ensure That The Capabilities Exist To Support The Requirement The Offeror Offered Against, Mitigating Risk Of Non-performance Due To Lack Of Capability, And May Include An On-site Review. If An Offeror Does Not Pass A Preaward Survey It Shall Reflect Negatively Against The Offeror’s Responsibility Determination
g9.07-5 Electronic Transfer Of Funds Payments – Federal Reserve Wire Transfer System (dla Energy Jan 2012)– Foreign Offerors May Elect Payment By Electronic Transfer Of Funds Via The Federal Reserve Wire Transfer System, Which Does Not Require The Receiving Bank To Be Located In The United States. Offerors Are Advised To Verify Their Fi Is Capable Of Receiving Federal Wire Transactions Via Either A Swift Code Or An Iban Number. Firms Receiving An Award Under This Solicitation Must Ensure That The Appropriate Arrangements Are Made With Their Fi Prior To Submission Of The First Invoice.
question And Answer Period: To Encourage Maximum Participation On All Line Items (attachment A) A Question And Answer Period Has Been Established. Starting From The Issue Date Of This Solicitation To January 28, 2025, 4:00p.m. Eastern Standard Time (est) All Potential Offerors May Ask Any And As Many Questions As They May Need To Fully Participate And Respond To All The Listed Line Items (attachment A). No Further Questions Will Be Received After January 28, 2025, 4:00p.m. Est. All Questions Should Be Sent To Omar.joyce@dla.mil & Dlaenergyfepaa@dla.mil. Answers Will Be Consolidated And Answered Via An Official Amendment To The Solicitation, If Applicable. Extensions Of The Closing Date To An Open Solicitation Are At The Sole Discretion Of The Contracting Officer And Will Be Issued Via An Amendment, If Applicable. Potential Offerors Are Reminded That They Shall Sign The Amendment (block 15a-c) And Acknowledge The Solicitation/amendment(s) In Their Prospective Submitted Proposals.
shipment And Routing: In Accordance With F51 Shipment And Routing (overseas) (dla Energy Nov 2022), The Contractor Shall Furnish Serially Numbered Seals And Effectively Seal All Tank Cars, Boxcars, Transport Trucks, Trucks And Trailers, Tankers, And Barges, Whether Delivery Is Made On An F.o.b. Origin Or F.o.b. Destination Basis. The Marking On The Seal Shall Be Indicated On All Shipping Documents.
placing Orders: In Accordance With F1.11 Dla Internet Bid Board System (dibbs) (dla Energy) (apr 2014), The Contractor Shall Use Dibbs To Receive Orders. Contractors Must Register In Dibbs To Obtain A Login Account Athttps://www.dibbs.bsm.dla.mil. The Login Account Will Allow A Contractor To Register A Primary And Alternate Email Address For Notifications. All Contractors Must Have An Active System For Award Management (sam) Account, Http://www.sam.gov In Order To Register For Dibbs.
closing Date: The Closing Date For Receipt Of Offers For The Below Line Items Available For Full And Open Competition Under Solicitation Spe605-25-r-0207 Is 14 February 2025 By 3:00 Pm, Ft. Belvoir, Va Time.
tax And Fee Information: Offerors Shall Not Include In Their Offer Prices, Including In The Prices Of Any Subcontractor, Any Taxes From Which The United States Government Is Exempt. In Accordance With Article 9 Of The Agreement Concerning The Status Of United States Forces In Australia, 14 U.s.t. 506, Tias 5349, 469 U.n.t.s. 55, Equipment, Materials, Supplies And Other Property Imported Into Or Acquired In Australia By Or On Behalf Of The United States Government For The Official Use Of The United States Forces And Not For Resale Shall Be Free Of All Australian Duties And Taxes. See Dfars 252.229-7001, Tax Relief (apr 2020) For More Information.
late Offers: Please Note That Offers Must Be Received By 14 February 2025 By 3:00 Pm, Ft. Belvoir, Va Time. Any Offer Received After 3:00 Pm Will Be Considered “late” And Will Be Handled In Accordance With Far 52.212-1(f).
instructions To Offerors – 52.212-1 Instructions To Offerors—commercial Items (sep 2023), Subparagraph (f) Late Submissions, Modifications, Revisions, And Withdrawals Of Offers.
economic Price Adjustment And Base Reference Price: Please Refer To (b19.02) Economic Price Adjustment (overseas)(dla Energy Jan 2012). Offerors Should Use The Preferred Publication In The Table Below For Escalation Reference For Their Offer Prices. The Base Reference Date For This Solicitation Is 02 December 2024. Contract Prices Will Escalate Weekly Using The Previous Weeks Average (m-f). In The Event Of A Holiday That Falls On A Weekday The Average Would Be Calculated With 4 Data Points Instead Of 5.
award Without Discussions: Offerors Are Directed To Paragraph (g) Of Far 52.212-1, Instructions To Offerors. While The Government Intends To Evaluate Proposals In Accordance With Far 52.212-2 Evaluation-- Commercial Items (nov 2021), Lowest Price Technically Acceptable Source Selection Process And Award A Contract(s) Without Discussions, It Reserves The Right To Conduct Discussions If Later Determined By The Contracting Officer To Be Necessary. Therefore, Those Participating Are Advised To Submit Their Best Prices With Their Initial Offer. If The Contracting Officer Determines That Discussions Are Necessary, The Government Will Then Evaluate Proposals And Award A Contract After Conducting Discussions With Offerors Whose Proposals Have Been Determined To Be Within The Competitive Range.
each Clin Is Separately Priced And Evaluated: While The Solicitation Combines A Lot Of Details For Multiple Products/requirements, Each Clin On This Solicitation Is A Separate Requirement With Each Clin Having Its Own Product, Address, Delivery And Ordering Information And Will Be Evaluated And Awarded Individually.
ordering Period: The Ordering Period For All Contracts Awarded Under This Solicitation Will Be 01 July 2025 Through 31 May 2030. Quantities Stated Represent The Government’s Best Estimates Covering Ordering Period.
delivery Notes: This Solicitation Is Being Issued To Support Dod Activities In The Region. Contract Line Items Are For Delivery To A Defined Delivery Region (see Attachments A And F). The Specific Delivery Address Will Be Specified On The Dd1155 Upon Placement Of Orders.
period For Acceptance Of Offers: Pursuant To Paragraph (c) Of 52.212-1 Instructions To Offerors— Commercial Items (sep 2023), Offerors Agree To Honor Prices Indicated In Their Offer For 240calendar Days From The Date Specified For Receipt Of Offers, Unless Another Time Period Is Specified In An Addendum To The Solicitation.
negotiations: Negotiations Under This Solicitation Will Be Conducted Primarily In Writing (via Email), And/or By Telephone, And By Negotiators Identified In K33.01.
proposal Submission: Offer Prices Shall Be Submitted Through The Post Camps And Stations (pc&s) Offer Entry Tool (oet).
a) Pc&s Oet Is An External Web Application Which Allows Prospective Pc&s Ground Fuel Vendors To Securely Bid On Dla Energy Fuel Solicitations. Offerors Must Be Registered In The Pc&s Oet Application In Order To Submit Offer Prices. In Order To Have System Access To Pc&s Oet, Offerors Must Request The Applicable User Roles Via The Account Management And Provisioning System (amps) Website At: Https://amps.dla.mil
b) Please Use Attachment C Titled, “amps Role Guide” To Obtain An Amps Account If You Do Not Already Have One.
c) Once The Amps Registration Process Is Complete, Access Amps With Your Username And Password To Request Access To The Pc&s Ground Vendor Role Oet-100. You Will Be Notified By Email Once Your Oet Access Is Granted.
d) You Will Be Able To Request Access To Oet Through Amps. Please Refer To Attachment D Titled, “requesting The Oet Vendor Role In Amps,” For Instructions On Requesting An Oet Vendor Role.
e) After You Obtain Access To Oet, You Will Be Able To Select A Solicitation To Offer On And Submit Your Offer Prices Via Oet Using Attachment E Instructions Titled, “pc&s Oet Vendor Guide.”
f) If You Experience Trouble Registering Or If Additional Assistance Is Needed, Please Send An Email To The Dla Enterprise Help Desk At Dlaenterprisehelpdesk@dla.mil Or Call Toll Free (855)-352-0001 And Select The Option For Assistance With Amps.
g) In The Event Of Technical Issues On The Part Of Oet That Prevent An Offeror To Successfully Enter Offer Data On Oet, The Offeror Must Immediately Notify Both Government’s Points Of Contact Via Email To Omar.joyce@dla.mil To Request Allowance For An Offeror’s Manual Offer Submission Using Price Data Sheets. Nevertheless, The Offerors Are Still Responsible For Entering Offer Data Thru Oet Upon Its Return To The Fully Functioning State.
all Remaining Proposal Documentation, To Include The Offeror Submission Package (osp), Shall Be Sent Via Email To Dlaenergyfepaa@dla.mil
offeror Submission Package: Carefully Review The Solicitation, Any Subsequent Amendments, And Attachment B The “offeror Submission Package (osp)” Identified By Number Spe605-25-r-0207. Please Keep Copies Of Completed Solicitation Amendments, And The Osp For Your Records.
acknowledgement Of Solicitation Amendments: Please Check Sam.gov Frequently For Any Solicitation Amendments (updates) To Spe605-25-r-0207. To Acknowledge Amendments, Complete Blocks 15a, 15b, And 15c Of The Standard Forms (sf) 30 And Return To Dla Energy By Email At Dlaenergyfepaa@dla.mil , Prior To The Solicitation Closing Date.
international Duns Number: Include Your Company’s Data Universal Numbering System (duns) Number On The Cover Sheet Of Your Offer (see Paragraph J Of Clause 52.212-1 Instructions To Offerors -commercial Items (sep 2023). If You Do Not Have A Duns Number, Your Company Must Register Online At Http://www.dandb.com/eupdate And Click On The “register Your Business” Button. Or You May Call One Of Two Toll Free Numbers 800-333-0505 Or 888-814-1435 For Assistance.
commercial And Government Entity (cage) Code Reporting: Please Insert Your Cage Code (5-digit Alphanumeric Code) In Block 17a Of The Standard Form 1449, In The Box Labeled “cage Code”.
no Response: If Your Company Does Not Intend To Submit An Offer For This Solicitation, Please Notify Us In Writing And Email To Dlaenergyfepaa@dla.mil.
contract Type: The Schedule (list Of Items, Each With Its Own Narrative) Is Listed Under (b1.05) Supplies To Be Furnished (overseas Pc&s) (alaska/hawaii) (dla Energy Jan 2012). Type Of Contracts Awarded As A Resultof This Solicitation Will Be “requirements-type Fixed Price With Economic Price Adjustments” Refer To Clause Far 52.216-21, Requirements (oct 1995) And B19.02, Economic Price Adjustment (overseas) (dla Energy 2012).
evaluation: In Accordance With Far 52.212-2, The Government Will Award A Contract To The Lowest Price Technically Acceptable Offers In A Manner That Will Result In The Lowest Overall Cost To The Government For The Solicited Items, In Accordance With The Evaluation Clauses Contained In This Solicitation. Each Clin Will Be Evaluated And Awarded Individually.
notice: Any Contract Awarded To A Contractor Who At The Time Of Award Was Suspended, Debarred, Or Ineligible For Receipt Of A Contract With Government Agencies Or In Receipt Of Proposed Debarment From Any Government Agency Is Voidable At The Option Of The Government.
incorporated By Reference: Please Refer To Section I For All Clauses And Provisions Listed As Incorporated By Reference.
points Of Contact: For Any Clarification, Explanation Or Additional Information About This Solicitation, Please Contact:
omar Joyce
(571) 540-1918
omar.joyce@dla.mil
Closing Date24 Feb 2025
Tender AmountRefer Documents
Municipality Of Jordan, Guimaras Tender
Others...+2Publishing and Printing, Electrical and Electronics
Corrigendum : Tender Amount Updated
Philippines
Details: Description Republic Of The Philippines Province Of Guimaras Municipality Of Jordan Bids And Awards Committee Invitation To Bid For Supply And Delivery Of Consolidated Office Supplies 1. The Municipality Of Jordan, Through The General Fund Intends To Apply The Sum Of Five Hundred Forty Six Thousand Two Hundred Forty One Pesos Only (p546,241.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Consolidated Office Supplies With Itb No. 2025-010. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Stock No. Unit Item Description Qty. Municipal Engineering Office Abc= Php30,000.00 1 Reams Bond Paper (short) 10 2 Reams Bond Paper (long) 10 3 Reams Bond Paper (a4) 10 4 Reams Bond Paper (a)3 1 5 Sets Epson Ink 003 (assorted) 5 6 Sets Epson Ink 673 (assorted) 1 7 Bottles Alcohol 500ml 10 8 Pcs Ballpen (black) 24 9 Pcs Sign Pen (0.5) Black 4 10 Pcs Folder Long 100 11 Pcs Pencil 12 12 Pc Scotch Tape 2" 2 13 Pc Scotch Tape 1" 5 14 Pcs Correction Tape 10 15 Pcs Dtr 1000 16 Packs Construction Paper 5 17 Pcs Pentel Pen (black) 3 18 Pcs Wyte Board Marker (black) 2 19 Pcs Cutter 2 20 Box Staple Wire #35 4 21 Pcs Paste (water Well) 200 Grams 2 22 Pcs Molar Case 5 23 Gals Muriatic Acid 1 24 Boxes Plastic Fastener 4 25 1 Gal Zonrox 1 26 Pcs Stapler Big 1 27 Pcs Expanded Folder (long) 50 28 Pc Dishwashing Paste 500 Grams 2 29 Pack Detergent Powder 1kg 2 30 Pcs Plastic Envelope (long) 50 31 Pc Calculator 12 Digits 1 32 Pcs Masking Tape 1" 3 33 Pcs Masking Tape 2" 2 34 Pcs Usb 32 Gb 1 Municipal Civil Registrar Office Abc= Php47,180.00 1 Pcs Lever Arch Folder (landscape 16" X 9.5" X 3") Green 40 2 Pcs Lever Arch Folder (landscape 16" X 9.5" X 3") Red 10 3 Pcs Lever Arch Folder (landscape 16" X 9.5" X 3") Black 15 4 Pads Rer 3 5 Pcs Fluid Correction Pen 10 6 Boxes Pencil 3 7 Pcs Epson L6170 Maintenance Box 1 8 Bottle Epson 003 (black) 3 9 Bottle Epson 003 (yellow) 3 10 Bottle Epson 003 (magenta) 3 11 Bottle Epson 003 (cyan) 3 12 Bottle Epson 001 (black) 3 13 Bottle Epson 001 (yellow) 3 14 Bottle Epson 001 (magenta) 3 15 Bottle Epson 001 (cyan) 3 16 Pcs Folder Long 150 17 Reams Bondpaper Long 5 18 Reams Bondpaper A4 5 19 Reams Bondpaper Short 5 20 Pack Carbon Paper (black) 1 21 Boxes Paper Fastener 5 22 Pcs Brown Envelope Long 100 23 Pcs Record Book 5 24 Boxes Paper Clips (colored) 3 25 Boxes White Mailing Envelope Long 1 26 Boxes Staple Wire No.35 5 27 Roll Scotch Tape 2" 5 28 Roll Scotch Tape 1" 5 29 Pcs Sign Pen (black) 40 30 Doz Ballpen Black) 5 31 Doz Ballpen (red) 2 32 Pcs Pentel Pen (black) 3 33 Bottle Glue 240g 2 34 Pack Special Paper A4 200gsm 2 35 Pack Special Paper (8.5" X 13") 200gsm 2 36 Pack Special Paper (letter) 200gsm 2 37 Pack Sticker Paper 2 38 Pack Photopaper 2 39 Pcs Heavy Duty Scissors 2 40 Box Binder Clips (2") 2 41 Box Binder Clips 1 5/8") 2 42 Box Binder Clips 1 1/4") 2 43 Box Binder Clips (1") 2 44 Pcs Digi Stamp 4 45 Bot Digi Stamp Ink Black 2 46 Bot Digi Stamp Ink (violet) 2 47 Bot Stamp Pad Ink (black) 30ml 1 48 Bot Stamp Pad Ink (violet) 30ml 1 49 Pcs Broom 1 50 Kgs Detergent Powder 2 51 Liter Downy 2 52 Gal Zonrox Colored 2 53 Pcs Lysol 2 54 Pcs Baygon Spray 2 55 Pcs Heavy Duty Metal Stapler (120 Sheets Capacity) 2 56 Pcs Heavy Duty Puncher 2 Municipal Tourism Office Abc=php40,270.00 1 Pc Acrylic Sign Holder (t-shaped, Transparent, A4, Landscape) 5 2 Pc Air Freshener (scented Gel, 180 Grams) 10 3 Btl Air Freshener (spray, 320ml) 5 4 Unit Avr/ Automatic Voltage Regulator (voltage:220v; Watts: 500 Watts; Max Capacity: 50va; Fuse:5a; Socket:3 X 220v) 1 5 Ream Bondpaper A4 5 6 Ream Bondpaper Short 5 7 Pc Clip Board (legal Size, Plastic, No Cover) 5 8 Pc Expandable Folder (legal Size Green) 5 9 Pc Expanded Envelope (size: Long, Color: Red, Paper Type) 3 10 Set External Hard Drive (2tb, Black, Complete Accessories With Usb Cable) 1 11 Pc Fabric Conditioner (24ml) 56 12 Box Facemask/ Surgical Mask 3-ply (50 Pcs Per Box Adult Size) 5 13 Pc Feather Duster (length:20in, Black) 2 14 Pc Flash Drive (64gb) 1 15 Ream Folder Short 14pts (100pcs, White) 1 16 Pc Glass Cleaner Spray (500 Ml) 5 17 Pc Glass Window Cleaner Wiper/ Scraper (adjustable Long Handle, Rubber Wiper With Washing Sponge) 1 18 Pc High Stool Monobloc Chair (plastic , Height: 28 In, Green) 3 19 Pc Light Bulb (23w, Daylight, Indoor Use) 10 20 Btl Multi- Insect Killer Spray (600ml) 5 21 Btl Padding Glue (500ml; Red) 1 22 Pc Powdered Detergent (65grams) 56 23 Pc Scotch Tape (1 Inch) 10 24 Pc Tape Dispenser (big, For 1inch Tape) 1 25 Set Tornado Mop (complete Set) 3 26 Set Whiteboard )double-sided/ Back To Back, With Eraser Holder; 90x120cm) 1 Municipal Budget Office Abc=php18,083.00 1 Ream Bond Paper (a4) 20 2 Pcs Folder A4 50 3 Pcs Folder (long) 55 4 Pcs Folder (short) 5 5 Pcs Expanded Folder (long) 20 6 Box Paper Fastener (plastic Coated) 1 7 Box Paper Fastener (big 8"-steel) 1 8 Box Staple Wire #35 2 9 Pc Scotch Tape (1") 3 10 Pc Masking Tape (1") 2 11 Pcs Correction Tape 10 12 Pcs Ruler 5 13 Pc Stapler With Picker 1 14 Pc Calculator 12 Digit 1 15 Bottle Glue (big) 2 16 Pcs Highlighter (green/ Pink) 5 17 Pcs Ballpen (black/blue/ Red) 30 18 Pcs Sign Pen 2 19 Box Pencil 2 20 Pc White Board Marker (black) 1 21 Stub Rer 5 22 Box Stamp Pad Ink (purple) 1 23 Bottle Epson 3210 Ink Refill (black (1), Magenta (1), Cyan (1), Yellow (1) 4 24 Gal Muriatic Acid 1 25 Pack Powder (1kg) 3 26 Pack Fabric Conditioner 12 27 Bottle Zonrox Bleach (500ml) 1 28 Bottle Toilet Bowl Cleaner 2 29 Set Tornado Mop 1 30 Bottle Air Freshener 1 31 Ream Acetate 2 32 Pack Board Paper (a4) (white) 15 33 Pcs Ring Binder 6mm (1/4") Black) 5 34 Pcs Ring Binder 8mm (5/16") Black 10 35 Pcs Ring Binder 32mm (1 1/4") Black 15 Municipal Assessors Office Abc=php34,477.00 1 Reams Special Paper 200gsm (pale Cream) 100's 10 2 Pcs Ballpen (black) 5 3 Reams A4 Bondpaper 5 4 Sheet A2 Paper 80 Gsm 50 5 Sheet A3 Paper 80 Gsm 50 6 Reams Bondpaper (short) 10 7 Reams Bondpaper (long) 10 8 Pcs Dater Stamp 2 9 Pcs Stampad 2 10 Box Sign Pen (.5 Black) 1 11 Pcs White Folder (long) 10 12 Pcs White Folder (short) 10 13 Pcs Plastic Folder (short) 10 14 Pcs Plastic Folder (long) 10 15 Pcs Glue Gun (small) 2 16 Pcs Glue Stick 10 17 Roll Packing Tape 1 18 Pcs Scotch Tape Dispenser 2 19 Box Pencil (#2) 1 20 Pcs Pencil Sharpener Machine Manual 1 21 Box Staple Wire #35-5m 1 22 Pcs Correction Tape 5 23 Box Plastic Fastener 1 24 Pcs Wyte Board Marker 2 25 Pack Battery Aaa 1 26 Pad Reimbursement Expense Receipt (rer) 1 27 Pcs Paper Clamps (big) 10 28 Pad Sticky Note 2 29 Pcs External Ssd (1tb) 1 30 Gal Alcohol 3 31 Pcs Feather Duster (adjustable/ Telescopic Long Pole) 2 32 Bot Insect Spray 510g 2 33 Bot Disinfectant Spray 510 G 2 34 Gal Muriatic Acid 1 35 Gal Bleach 1 36 Bot Toilet Cleaner (1 Liter) 2 37 Pcs Fabric Conditioner 6 38 Pck Soap (powder) 2kg 1 39 Pcs Dishwashing Paste 3 40 Pcs Tornado Mop 1 41 Pcs Broom (walis Tambo) 1 42 Pcs Dustpan 1 43 Pcs Megabox Storage Container (50liters) 10 44 Pcs Vacuum 1 45 Pcs Electric Fan (stand Fan) 2 46 Pcs File/ Magazine Rack Desk Organizer Metal (3 Columns) 6 Mo- Jordan Wharf Management Unit Abc=php38,890.00 1 Pc Dishwashing Liquid (sachet, 40ml) 50 2 Pc Empty Rice-packing Sacks (polyethylene-type, Cap:100kgs) 500 3 Box Face Mask/ Surgical Mask 3-ply (50 Pcs Per Box, Adult Size) 5 4 Pack Garbage Bag (plastic, Black, 85 Liters, 100 Pcs Per Pack) 1 5 Pc Glass Window Cleaner Wiper/ Scraper (adjustable Long Handle, Rubber Wiper With Washing Sponge) 1 6 Box Latex/ Medical Gloves (100pcs Per Box) 2 7 Btl Liquid Sosa (1000ml) 50 8 Pc Soft Whisk Broom/ Walis Tambo (double-sewing) 10 9 Set Tornado Mop (complete Set) 4 10 Pc Traditional Broom Stick (walis Tingting) 10 11 Pc Trigger Spray Bottle (500ml, Blue) 3 12 Pc Urinal Screen Mat (17.5 X 16.5cm) 5 13 Pc Light Bulb (cool Daylight, 23w, Indoor Use) 20 14 Pc Powedered Detergent (65grams) 49 Masso (taxmapping) Abc= Php19,225.00 1 Pcs Special Paper 200 Gsm (pale Cream) (100's) 10 2 Reams Double Sided Tape (18mm) 5 3 Reams A4 Bondpaper 10 4 Box Laptop Pouch 16-17 Inch Soft Sleeve 2 5 Pcs Transparent File Bag (long) 2 6 Pcs Bondpaper (long) 5 7 Roll Bondpaper (short) 6 8 Roll Epson Ink 003 (black/colored) 2 9 Pcs Epson Ink 003 (black) 2 10 Pcs Extension Cord 1 11 Pcs Pocket Wifi 1 12 Box Sign Pen (.5 Black) 2 13 Box White Folder (long) 10 14 Pcs White Folder (short) 10 15 Box Brown Envelope (long) 10 16 Box Brown Envelope (short) 10 17 Pcs Plastic Envelope (long) 10 18 Box Plastic Envelope (short) 10 19 Pcs Pencil #2 5 20 Pcs Paper Clamps (big) 10 21 Pcs Plastic Fastener 1 22 Bot Glue (240ml) 1 23 Pcs Megabox Storage Container (50 Liters) 5 24 Pcs Calculator 3 Mayor’s Office Abc=php46,790.00 1 Reams Bondpaper Short 10 2 Reams Bondpaper Long 25 3 Reams Bondpaper A4 35 4 Boxes Sign Pen Black 0.5 10 5 Pcs Pencil #2 1 6 Pcs Ballpen Black 25 7 Pcs Correction Tape 20 8 Bots Alcohol 500ml 20 9 Pcs Folder Long 50 10 Pcs Folder Short 50 11 Pcs Brown Envelop Long 25 12 Pcs Brown Envelop Short 25 13 Pcs Record Book 220pp 5 14 Stub Rer 40 15 Stub Dtr 50 16 Can Air Freshener 3 17 Can Can Freshener 3 18 Packs Detergent Powder 1000grams 6 19 Pcs Pentel Pen Black 5 20 Pcs Scotch Tape 1" 6 21 Pcs Packing Tape 2" 12 22 Gal Muriatic Acid 6 23 Boxes Paper Clips Big/ Small 35 24 Pcs Wyteboard Marker (black) 10 25 Boxes Staple Wire #35 20 26 Pcs Stapler W/picker 5 27 Pcs Certificate Holder 15 28 Pcs Dishwashing Paste (big) 3 29 Dozen Fabric Conditioner 27 Grms 6 30 Pcs Soft Broom 4 31 Pcs Tornado Mop 4 32 Pcks Post In Note/ Sticky Note 6 33 Pc Paper Cutter 1 34 Boxes Paper Fastener Long 1 35 Bots Padding Glue (for Binding) 2 36 Bots Epson 003 Ink Black 4 37 Pcs Poncho Raincoats 4 Municipal Accounting Office Abc=php37,905.00 1 Rms Bond Paper (long) 10 2 Rms Bond Paper (a4) 5 3 Rsm Bond Paper (short) 10 4 Pcs Ordinary Folder (a4) 50 5 Pcs Ordinary Folder (short) 50 6 Pcs Expanded Folder (a4) - Green 20 7 Pcs Brown Envelope (long) 20 8 Pcs Brown Envelope (short) 20 9 Pcs Pentel Pen (black) 2 10 Bxs Ball Pen (black) 3 11 Box Pencil No. 2 1 12 Pcs Correction Tape 15 13 Box Computer Ink Hp678-black 1 14 Box Computer Ink Hp704- Black 1 15 Box Computer Ink Hp704- Colored 1 16 Btls Computer Ink- Canon Gi-790- Black 2 17 Btls Computer Ink- Canon Gi- 790- Colored 3 18 Pcs Record Book- 300 Pages 3 19 Pcs Record Book- 500 Pages 3 20 Pcs Scotch Tape (1 Inch)- Clear White 6 21 Btls Multi- Purpose Glue 130g 2 22 Unit Stapler 2 23 Bxs Staple Wire (no.35) 3 24 Bxs Steel Paper Fastener (cortan) 1 25 Bxs Steel Paper Fastener 6" (cortan) 1 26 Unit Puncher 1 27 Bxs Foldable Clips-1" Width 4 28 Bxs Foldable Clips -3/4" Width 4 29 Bxs Paper Clips (small) 1 30 Bxs Paper Clips (big) 1 31 Pcs Cd-rw Blank (2gb) 6 32 Pcs Usb Flash Drive (8gb) 3 33 Unit 4 Ports Usb Hub (3.0) 2 34 Unit Electric Calculator 1 35 Unit Tornado Mop 1 36 Gals Bleach 2 37 Btls Toilet Bowl Cleaner 3 38 Kgs Detergent Powder W/ Fabcon 5 39 Gals Ethyl Alcohol (70%) 4 Mdrrmo Abc=php32,350.00 1 Ream Bond Paper (long) 10 2 Ream Bond Paper (short) 10 3 Ream Bond Paper (a4) 10 4 Pcs Continuous Ink (black) Epson 003 8 5 Pcs Continuous Ink (colored- Yellow, Magenta, Cyan) Epson 003 12 6 Box Staple Wire #35 10 7 Pcs Pvc Binding Comb Ring (8mm) 10 8 Pcs Pvc Binding Comb Ring ( 22mm) 10 9 Pcs Pvc Binding Comb Ring (45mm) 10 10 Pack Acetate Paper (a4) 3 11 Pack Acetate Paper (long) 2 12 Pcs Toilet Bowl Cleaner 1000ml 5 13 Pcs Air Freshener (car) 10 14 Pcs Air Freshener (room/ Office) 10 15 Pc Stapler With Remover (heavy Duty) 1 16 Pcs Folder (long) 50 17 Pcs Folder (a4) 50 18 Box Sign Pen (0.5) 2 19 Boxes Ballpen (black) 5 20 Pcs Correction Tape 10 21 Pcs Soft Broom 6 Municipal Agriculture Office Abc=php36,500.00 1 Reams Bondpaper (short) 13 2 Reams Bondpaper (long) 13 3 Reams Bondpaper (a4) 2 4 Box Epson Bk 664 Printer Ink Black 8 5 Box Epson Bk 664 Printer Ink Cyan 3 6 Box Epson Bk 664 Printer Ink Magenta 3 7 Box Epson Bk 664 Printer Ink Yellow 3 8 Box Epson Bk 003 Printer Ink Black 2 9 Box Epson Bk 003 Printer Ink Cyan 1 10 Box Epson Bk 003 Printer Ink Magenta 1 11 Box Epson Bk 003 Printer Ink Yellow 1 12 Pcs Record Book (big) 300 Pages 5 13 Pcs Folder Ordinary (long) 30 14 Pcs Folder Ordinary (short) 30 15 Pcs Plastic Envelope (long) 25 16 Pcs Plastic Envelope (short) 25 17 Pcs Brown Envelope (long) 25 18 Pcs Brown Envelope (short) 25 19 Pack Garbage Bag (xxl) 15 20 Box Pencil #2 5 21 Pcs Correction Tape 15 22 Box Paper Clips (small) 10 23 Box Paper Clips (big) 10 24 Pcs Detergent Powder (1.1kg) 2 25 Pcs Zonrox (4 Liters) 1 26 Pcs Record Book (jr) 300 Pages 5 27 Pcs Glue (130 Grams) 2 28 Pcs Notebook 10 29 Bottle Dishwashing Liquid 780ml 5 30 Box Ballpen 10 31 Pcs Certificate Holder 10 32 Pack Photopaper 3 33 Pack Special Paper (short) 5 34 Pack Special Paper (long) 5 35 Pcs High Light Marker (yellow, Green & Pink) 5 36 Box Binder Clip (1 Inch) 5 37 Box Binder Clip (2 Inches) 3 38 Pcs Heavy Duty Tape Dispenser 1 39 Pcs Scotch Tape ( 1inch) 5 40 Pcs Masking Tape (2 Inches) 5 41 Pcs Molar Box (large) 5 42 Pcs Calculator 2 43 Pcs Wood Paper Cutter 1 44 Box Rubber Eraser 1 45 Pcs Colored Expanding Envelop 10 46 Box Sign Pen (black) 1 47 Box Pentel Pen (broad) 1 48 Pack White Board Eraser 1 49 Box White Board Marker 1 50 Pcs Squigy 1 51 Pcs Towel 10 52 Pcs White Envelope (ordinary Long) 50 53 Pcs White Envelope (ordinary Short) 50 54 Pcs Scissors 5 55 Pcs Wifi Connector Wire 1 56 Pcs Glass Cleaner 3 57 Pcs Power Saving Stapler Max Of 40 Pages 2 58 Pcs Columnar 32 Pages 2 59 Pcs Pen Organizer 5 60 Pcs Ruler 5 61 Pcs Flash Drive 128gb 1 62 Box Fastener 4 Municipal Health Office Abc=php23,100.00 1 Bot 678 Hp Colored Ink 3 2 Bot 678 Hp Black Ink 3 3 Bot Hp Gt53 Xl Black Ink 4 4 Bot Hpgt52 Magenta Ink 4 5 Bot Hp Gt52 Yellow Ink 4 6 Bot Hp Gt52 Cyan Ink 4 7 Unit Hp Laser Jet Ink 35a 2 Mpdo Abc=php34,654.00 1 Reams Bondpaper (short) 5 2 Reams Bondpaper (a4) 10 3 Reams Bondpaper (long) 5 4 Pcs Folder (long) 50 5 Pcs Folder (short) 50 6 Pcs Pencil 20 7 Pad Rer 3 8 Pcs Sign Pen 5 9 Bot Alcohol 99.9% With Moisturizer 500ml 7 10 Pcs Ballpen (black) 15 11 Pcs Wyteboard Pen 3 12 Pcs Scotch Tape 1" 5 13 Bot Air Freshener (spray) 2 14 Can Air Freshener (can) 2 15 Pcs Masking Tape 1" 5 16 Pcs Double Sided Tape 1" 5 17 Set Printer Ink 003 (epson) 1 18 Bot Printer Ink 003 (black Epson) 5 19 Bot Toilet Cleaner 2 20 Bot Glass Cleaner 2 21 Packs Board Paper 3 22 Pad Sticker Paper 4 23 Packs Special Paper 3 24 Pcs Correction Tape 8 25 Pcs Ring Binder (15pcs 1" , 10pcs 1/2") 25 26 Set Gt 52 (hp) 1 27 Set Canon Tc-20m Ink 1 28 Roll Roll Paper A2 (canon Tc-20m) 1 29 Pck Acetate A4 2 Eswm Abc=php42,420.00 1 Set Epson Ink (003) 4 2 Ream Bondpaper Long 2 3 Ream Bondpaper A4 4 4 Reams Bondpaper Substance 16 A4 2 5 Reams Bondpaper Short 4 6 Stub Dtr 4 7 Pcs Logbook (150pp) 20 8 Pcs Folder (long) 40 9 Pcs Folder (short) 40 10 Box Ballpen (black) 3 11 Box Pencil (any Number) 2 12 Pcs Raincoat (10l, 4m) 17 13 Pcs Rubber Boats 13 14 Pairs Cotton Gloves (l) 84 15 Pairs Chemical Resistant Gloves (l) 28 16 Box Facemask (50pcs/box) 20 17 Gal Alcohol 500ml 5 18 Pcs Germicidal Soap 8 19 Pcks Cotton Balls (100s) 4 20 Kilo Detergent Soap 1kilo 10 21 Gal Bleach 2 22 Gal Muriatic Acid 1 23 Bot Wound Solution 120ml 1 24 Roll Wound Gauze 2x10yards 3 Bfp-jordan Station Abc=php25,467.00 1 Pcs Computer Ink Refill Colored (brother) 4 2 Pcs Computer Ink Refill Black (brother) 6 3 Pcs Computer Ink Refill L120 Colored (epson) 6 4 Pcs Computer Ink Refill L120 Black (epson) 7 5 Reams Bondpaper Long 13 6 Reams Bondpaper A4 10 7 Reams Bond Paper Short 10 8 Reams Folder Long (red) 2 9 Pack Laminating Film (a4) 125microns 1 10 Pack Special Paper (long) 1 11 Pack Special Paper (short) 1 12 Pcs Scissor 2 13 Pcs Stand Pile Box (red) 5 14 Box Ballpen Black 3 15 Box Pentel Pen Broad (black) 2 16 Box White Board Marker 1 17 Pcs Double Sided Tape (1/2inch) 9 18 Pcs Scotch Tape Clear 10 19 Pcs Correction Tape 4 20 Pcs Calculator 1 21 Pcs Puncher 2 Municipal Health Office Abc=php38,930.00 1 Reams Bond Paper Long (substance 20) 15 2 Reams Bondpaper Short (substance 20) 20 3 Reams Bond Paper A4 15 4 Roll Plastic Cover (#4) 2 5 Pcs Folder (long) White 100 6 Pcs Folder (short) White 100 7 Pcs Colored (long) Folder (fushia, Pink, Light Pink, Yellow, Orange, Green, Light Blue, Dark Blue) 200 8 Box Pentel Pen (black) 1 9 Box Pentel Pen (blue) 1 10 Box Pencil 1 11 Roll Of 6 Scotch Tape 5 12 Roll Of 6 Masking Tape 4 13 Roll Of 6 Packing Tape 2 14 Pcs Double Sided Tape 5 15 Pcs Mounting Tape 3 16 Box Staple Wire #35 5 17 Pcs Correction Pen 5 18 Pcs Correction Tape 5 19 Boxes Filling Box 8 20 Boxes Paper Clips 10 21 Boxes Fastener 10 22 Pcs Sign Pen 0.7 Blue/ Black 3 23 Roll Rer 5 24 Pcs Record Book 500 Pages 10 25 Pcs Brown Envelope Long 100 26 Pcs Brown Envelope Short 50 27 Pcs Padding Glue 4 28 Pcs Heavy Duty Big Stapler 3 29 Pcs Heavy Duty Tape Dispenser 2 30 Pack Concorde Watermarked Laid Paper (light Yellow) 10 31 Pack Concorde Watermarked Laid Paper (light Green) 11 32 Pcs Ruler 3 2. The Municipality Of Jordan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 30 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 A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Prospective Bidders May Obtain Further Information From Municipality Of Jordan, Guimaras And Inspect The Bidding Documents At The Address Given Below During Working Hours From 8:00 Am To 4:30pm, Mondays To Fridays, Except Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 21, 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 One Thousand Pesos Only (p1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Specify The Manner If It Will Be Presented In Person, By Facsimile, Or Through Electronic Means. 6. Bids Must Be Duly Received By The Bac Secretariat Through, Manual Submission At The Office Address As Indicated Below On Or Before March 4, 2025 At 9:30am. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On March 4, 2025 At 10:00am At The Given Address Below Bac Office, Municipality Of Jordan, Poblacion, Jordan, Guimaras. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Municipality Of Jordan 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. 10. For Further Information, Please Refer To: Ms. Sharon F. Fernandez Head Of The Bac Secretariat Municipality Of Jordan Poblacion, Jordan, Guimaras Tel No: 033-3225495 Email Address: Bacjordan2@gmail.com Issued This 20th Day Of February 2025. _______________________________ Sgd_marilyn Efondo Municipal Budget Officer/ Bac Chairperson
Closing Date4 Mar 2025
Tender AmountPHP 546.2 K (USD 9.4 K)
Municipality Of Los Ba os, Laguna Tender
Others
Corrigendum : Closing Date Modified
Philippines
Details: Description References 1 Pc Get Ahead In Physics From Newton's Laws To Levitating Frogs 1 Pc Fifty Things That Made The Modern Economy 1 Pc The Weather Book Why It Happens And Where It Comes From Diana Craig 1 Pc The Pyramids Of Giza Facts, Legends And Mysteries 1 Pc The First Of Everything-a Celebration Of Human Invention-stewart Ross 1 Pc Life Story Many Lives, One Epic Journey 1 Pc Trivia Quiz-90s 1 Pc Trivia Quiz-80s 1 Pc Trivia Quiz-70s 1 Pc Lift The Flaps-space 1 Pc Lift The Flaps-human Body 1 Pc Lift The Flaps-dinosaurs 1 Pc Lift The Flaps-atlas 1 Pc Lift The Flaps-animals 1 Pc Amazing Facts-space 1 Pc Amazing Facts-science 1 Pc Amazing Facts-human Body 1 Pc Amazing Facts-dinosaurs 1 Pc Ultimate Questions & Answers-science 1 Pc Ultimate Questions & Answers-history And Culture 1 Pc Ultimate Questions & Answers-human Body 1 Pc Ultimate Questions & Answers-space 1 Pc Ultimate Questions & Answers-animals And Nature 1 Pc Ultimate Questions & Answers-planet Earth 1 Pc Book Of Everything 1 Pc Fact Finders-secrets Of The Human Body With Micro-scanner 1 Pc Fact Finders-secrets Of The Dinosaurs With Micro-scanner 1 Pc Hinkler Explore-101 Cool Science Experiments 1 Pc Murderous Maths-all Shapes And Sizes 1 Pc Wonders Of Learning-discover Robotics 1 Pc Hinkler Explore-1001 Cool Freaky Facts 1 Pc Smart Kids The Keepsake Bible 1 Pc Smart Kids Life Cycle Of A Tree 1 Pc Smart Kids Life Cycle Of A Frog 1 Pc Smart Kids Life Cycle Of A Fish 1 Pc Smart Kids Life Cycle Of A Butterfly 1 Pc 500 Fantastic Facts-chemistry 1 Pc 500 Fantastic Facts-biology 1 Pc 500 Fantastic Facts-geography 1 Pc 500 Fantastic Facts-physics 1 Pc 500 Questions And Answers-the Earth 1 Pc 500 Questions And Answers-dinosaurs 1 Pc 500 Questions And Answers-planets 1 Pc 500 Questions And Answers-the Human Body 1 Pc Little Wonders Mega Flap Fact Book-habitats 1 Pc Little Wonders Mega Flap Fact Book-planets 1 Pc Wonders Of Learning-saving Planet Earth 1 Pc Wonders Of Learning-discover Space 1 Pc Wonders Of Learning-discover Science 1 Pc Wonders Of Learning-discover Reptiles 1 Pc Wonders Of Learning-discover Physics 1 Pc Wonders Of Learning-discover Oceans 1 Pc Wonders Of Learning-discover Light, Sound & Motion 1 Pc Wonders Of Learning-discover Computers & Coding 1 Pc Wonders Of Learning-discover Global Warming & Climate Change 1 Pc Wonders Of Learning-discover Geology 1 Pc Wonders Of Learning-discover Geography 1 Pc Wonders Of Learning-discover First Aid 1 Pc Wonders Of Learning-discover Endangered Animals 1 Pc Wonders Of Learning-discover Electricity & Magnetism 1 Pc Wonders Of Learning-discover Earthquakes & Volcanoes 1 Pc Wonders Of Learning-discover Dinosaurs 1 Pc Wonders Of Learning-discover Chemistry 1 Pc Wonders Of Learning-discover Botany 1 Pc Wonders Of Learning-discover Biology 1 Pc Smart Kids My First Atlas Of The Philippines 1 Pc Focus On - Wonders Of The World 1 Pc Focus On With Lenticular - Wild Animals 1 Pc Focus On - Transport 1 Pc Focus On With Lenticular - Inventions 1 Pc Focus On With Lenticular - Flight 1 Pc Focus On With Lenticular - Butterflies And Moths 1 Pc Focus On With Lenticular - Birds 1 Pc Discovery Big Awesome-weather & Natural Disasters Dictionary 1 Pc Webster's Dictionary For Students - 5th Edition 1 Pc Webster's Dictionary & Thesaurus: A Complete Language Resource For Students 1 Pc The Official Webster's English-filipino Dictionary With Thesaurus Inspirational 1 Pc My First Bible Stories-joseph (mini Book) 1 Pc Pop-up Picture Book-jonah And The Whale 1 Pc Pop-up Picture Book-the Story Of Moses 1 Pc Pop-up Picture Book-daniel In The Lion's Den 1 Pc Pop-up Picture Book-the Story Of Noah's Ark 1 Pc The Be Kind Bible Story Book 1 Pc Smart Babies Bible Pop-up-joshua The Faithful Conqueror 1 Pc Smart Babies Bible Pop-up-ruth The Loyal Daughter-in-law 1 Pc Smart Babies Bible Pop-up-zacchaeus The Repentant Believer 1 Pc Smart Babies Bible Pop-up-gideon The Mighty Warrior 1 Pc Smart Kids 100 Awesome Bible Stories 1 Pc Smart Kids The Keepsake Bible 1 Pc Square Paperback Bible Stories-the Story Of Jesus 1 Pc Square Paperback Bible Stories-heroes And Heroines 1 Pc Square Paperback Bible Stories-jesus The Miracle Worker 1 Pc Square Paperback Bible Stories-in The Beginning 1 Pc Square Paperback Bible Stories-great Stories From The Old Testament 1 Pc Square Paperback Bible Stories-jesus The Story Teller 1 Pc Smart Kids My Nighttime Bible Stories 1 Pc Smart Kids My Treasured Bible Stories 1 Pc Smart Kids Bible Stories-ruth The Brave 1 Pc Smart Kids Bible Stories-samuel The Prophet Who Listened 1 Pc Smart Kids Bible Stories-jacob & Esau When God Blesses Brothers 1 Pc Smart Kids Bible Stories-john The Baptist 1 Pc Smart Kids Bible Stories-elijah & Elisha The Faithful Ones 1 Pc Smart Kids Bible Stories-job And The Test Of Faith 1 Pc Smart Kids Bible Stories-paul And His Change Of Heart 1 Pc Smart Kids Bible Stories-nehemiah The Great Leader 1 Pc Children's Bible Stories 1 Pc Smart Babies Bible Stories-jonah & The Big Fish 1 Pc Smart Babies Bible Stories-daniel & The Lions 1 Pc Smart Babies Bible Stories-noah's Ark 1 Pc Smart Babies Bible Stories-david & Goliath 1 Pc The One Year Bible 1 Pc Smart Kids Jumbo Bible-jesus, The Miracle Worker 1 Pc Smart Kids Jumbo Bible-jesus, The Great Teacher 1 Pc Smart Babies Bible Board Book-the Creation 1 Pc Smart Babies Bible Board Book-samson 1 Pc Smart Babies Bible Board Book-queen Esther 1 Pc Smart Babies Bible Board Book-moses 1 Pc Smart Babies Bible Board Book-king Solomon 1 Pc Smart Babies Bible Board Book-joseph The Interpreter Of Dreams 1 Pc Smart Babies Bible Board Book-jesus Is Born 1 Pc Smart Babies Bible Board Book-father Abraham 1 Pc My First Handy Bible 1 Pc First Prayers (padded) 1 Pc First Bible Stories (padded) 1 Pc Bible Story Picture Book-the Story Of Noah's Ark 1 Pc Bible Story Picture Book-the Story Of Moses 1 Pc Bible Story Picture Book-jonah And The Whale 1 Pc Bible Story Picture Book-daniel In The Lion's Den 1 Pc Bible Stories-samson And Delilah Storybooks 1 Pc Thomas & Friends-trevor's Lucky Day 1 Pc Thomas & Friends-thomas And Billy 1 Pc Thomas & Friends-sir Handel Learns A Lesson 1 Pc Thomas & Friends Mini Book-snowy Tracks 1 Pc The Dinosaur Detectives-the Jurassic Coast By Stephanie Baudet 1 Pc The Dinosaur Detectives-in The Scuttlebutt By Stephanie Baudet 1 Pc The Dinosaur Detectives-in The Frozen Desert By Stephanie Baudet 1 Pc The Dinosaur Detectives-in The Amazon Rainforest By Stephanie Baudet 1 Pc The Dinosaur Detectives-dragons, Dracula And Dinosaurs By Stephanie Baudet 1 Pc The Diaries Of Robin's Travels-st. Petersburg By Ken And Angie Lake 1 Pc The Diaries Of Robin's Travels-las Vegas By Ken And Angie Lake 1 Pc The Diaries Of Robin's Toys-taffy The Rabbit By Ken And Angie Lake 1 Pc The Diaries Of Robin's Toys-roger The Reindeer By Ken And Angie Lake 1 Pc The Diaries Of Robin's Toys-geraldo The Giraffe By Ken And Angie Lake 1 Pc The Diaries Of Robin's Toys-gavin The Gorilla And Snuffles By Ken And Angie Lake 1 Pc The Diaries Of Robin's Toys-donkey Hoo-tee By Ken And Angie Lake 1 Pc The Diaries Of Robin's Toys-carla The Cow By Ken And Angie Lake 1 Pc The Diaries Of Robin's Toys-bertie The Bee By Ken And Angie Lake 1 Pc Storytime Treasury-the Complete Follow Your Dreams Collection 1 Pc Storytime Treasury-my Amazing Collection Of Magical Stories 1 Pc Disney 5 Minute Stories Fb-princess 1 Pc Disney 5 Minute Stories Fb-classics 1 Pc Pop-up Fairy Tale House-the Little Mermaid 1 Pc Pop-up Fairy Tale House-hansel And Gretel 1 Pc Pop-up Fairy Tale House-cinderella 1 Pc Disney 7 Days Of Magical Stories-princess 1 Pc Disney 7 Days Of Friendship Stories-100 1 Pc Disney 7 Days Of Heroic Stories 1 Pc Disney 7 Days Of Animal Stories 1 Pc Picture Flats-the Dino Next Door 1 Pc Disney Hb A Twisted Tale-as Old As Time 1 Pc Disney Hb A Twisted Tale-once Upon A Dream 1 Pc Disney Villain Tales Special Edition-the Beast Within 1 Pc Disney Villain Tales Special Edition-mistress Of All Evil 1 Pc Disney Villain Tales Special Edition-fairest Of All 1 Pc Disney Twisted Tale-once Upon A Dream 1 Pc Disney Twisted Tales Special Edition-straight On Till Morning 1 Pc Disney Twisted Tales Special Edition-a Whole New World 1 Pc Disney Twisted Tales Special Edition-let It Go 1 Pc Disney Twisted Tales Special Edition-part Of Your World 1 Pc Disney Frozen Ii Dangerous Secrets 1 Pc Little Readers-jack And The Beanstalk 1 Pc Little Readers-goldilocks And The Three Bears 1 Pc Little Readers-the Three Billy Goats Gruff 1 Pc Little Readers-the Gingerbread Man 1 Pc Little Readers-the Little Mermaid 1 Pc Little Readers-little Red Riding Hood 1 Pc Little Readers-cinderella 1 Pc Little Readers-sleeping Beauty 1 Pc Picture Flats-goodnight Sleepy Fairy 1 Pc Batang Matalino Book Ang Alamat Ng Palay 1 Pc Batang Matalino Book Ang Alamat Ng Ampalaya 1 Pc Batang Matalino Book Ang Alamat Ng Pilipinas 1 Pc Batang Matalino Book Ang Alamat Ng Bahaghari 1 Pc Batang Matalino Ibong Adarna 1 Pc Batang Matalino Florante At Laura 1 Pc Five-minute Stories For 3 Year Olds 1 Pc Smart Babies Fairy Tale Pop-up-the Three Little Pigs 1 Pc Smart Babies Fairy Tale Pop-up-goldilocks And The Three Bears 1 Pc Smart Babies Fairy Tale Pop-up-the Princess And The Pea 1 Pc Smart Babies Fairy Tale Pop-up-pinocchio 1 Pc Batang Matalino Aesop's Fable Set Of 4 (the Honest Woodcutter, The Lion, The Ant, & The Donkey) 1 Pc Batang Matalino Our Values Set Of 4 (respectful, Obedience, Patience, & Sharing) 1 Pc Batang Matalino Ang Alamat Ng Kasoy 1 Pc Batang Matalino Ang Alamat Ng Butiki 1 Pc Batang Matalino Ang Alamat Ng Bayabas 1 Pc Batang Matalino Ang Alamat Ng Pinya 1 Pc First Readers-rumpelstiltskin 1 Pc First Readers-rapunzel 1 Pc First Readers-beauty & The Beast 1 Pc First Readers-sleeping Beauty 1 Pc Smart Babies Fairy Tales-sleeping Beauty 1 Pc Smart Babies Fairy Tales-little Red Riding Hood 1 Pc Smart Babies Fairy Tales-beauty & The Beast 1 Pc Smart Babies Fairy Tales-cinderella 1 Pc The Sherlock Holmes Children's Collection 1 Pc Picture Flats-the Magical Fairy Ball 1 Pc Picture Flats-the Best Dad In The World 1 Pc Picture Flats Portrait-wizard Of Oz 1 Pc Picture Flats Portrait-jungle Book 1 Pc Picture Flats Portrait-alice In Wonderland 1 Pc Nickelodeon Picture Flat-paw Patrol Mighty Pup Power 1 Pc Nickelodeon Shimmer & Shine Storyboard-magical Mermaids 1 Pc My Treasury Of Aesops Fables 1 Pc Jumbo Book (new)-the Two Friends & The Bear 1 Pc Jumbo Book (new)-the Sick Lion 1 Pc Jumbo Book (new)-the North Wind & The Sun 1 Pc Jumbo Book (new)-the Hawk & The Crow 1 Pc Jumbo Book (new)-the Hare & The Tortoise 1 Pc Jumbo Book (new)-the Greedy Dog 1 Pc First Readers-ugly Duckling 1 Pc First Readers-the Princess & The Pea 1 Pc First Readers-the Little Mermaid 1 Pc First Readers-the Gingerbread Man 1 Pc First Readers-the Emperor's New Clothes 1 Pc First Readers-snow White & The Seven Dwarfs 1 Pc First Readers-little Red Riding Hood 1 Pc First Readers-cinderella 1 Pc Disney Princess Beginnings-cinderella Takes The Stage 1 Pc Disney Princess Beginnings-belle's Discovery 1 Pc Disney Princess Beginnings-ariel Makes Waves 1 Pc Disney Platinum Collection-toy Story 4 1 Pc Disney Picture Book-frozen 2 Anna, Elsa And The Secret River 1 Pc Disney Picture Book-cars 3 We Are Racers 1 Pc Disney Magical Story With Lenticular - Finding Dory 1 Pc Disney Hb Magical Story-toy Story 2 1 Pc Disney Hb Magical Story-minnie 1 Pc Disney Hb Magical Story-finding Dory 1 Pc Disney Hb Magical Story-beauty & The Beast 1 Pc 5 Minute Tales-pirate Stories Gift Ideas 1 Pc Hinkler Explore-101 Cool Science Experiments 1 Pc My Stem Day-mathematics 1 Pc My Stem Day-engineering 1 Pc My Stem Day-technology 1 Pc My Stem Day-science 1 Pc Creative Children Memory Game-basic Concept 1 Pc Creative Children Memory Game-alphabet 1 Pc Smart Babies Abcs Set Of 4 (when I Grow Up, Kindness, People In The Bible, & Bible Verses) 1 Pc Creative Children Seek And Find Jigsaw Puzzle Adventure-jungle 1 Pc Creative Children Seek And Find Jigsaw Puzzle Adventure-ocean 1 Pc Smart Kids 100 Awesome Bible Stories 1 Pc Smart Kids Simple Maths Set Of 6 (subtraction, Multiplication, Addition, Division, Fraction, Time) 1 Pc Smart Kids Simple English Set Of 6 (nouns, Vowels,verbs, Reading Compre, Sight Words, &rhyming Words) 1 Pc Smart Kids The Keepsake Bible 1 Pc Little Wonders Mega Flap Fact Book-habitats 1 Pc Stem Learning-diy Science Outdoors 1 Pc Stem Learning-diy Science Engineering Early Learning 1 Pc Smart Babies Book Of Manners-honesty 1 Pc Smart Babies Book Of Manners-taking Turns 1 Pc Smart Babies Book Of Manners-keep Trying 1 Pc Smart Babies Book Of Manners-sharing 1 Pc Smart Babies Book Of Manners-helping 1 Pc Smart Babies Book Of Manners-kindness 1 Pc Smart Babies Book Of Manners-listening 1 Pc Smart Babies Book Of Manners-confidence 1 Pc Smart Kids My First Steam Words-mathematics 1 Pc Smart Kids My First Steam Words-art 1 Pc Smart Kids My First Steam Words-engineering 1 Pc Smart Kids My First Steam Words-technology 1 Pc Smart Kids My First Steam Words-science 1 Pc Smart Babies Abcs Set Of 4 (when I Grow Up, Kindness, People In The Bible, & Bible Verses) 1 Pc Smart Babies Manners-hello 1 Pc Smart Babies Manners-at The Table 1 Pc Smart Babies Manners-at School 1 Pc Smart Babies Manners-at Home 1 Pc Smart Babies Discover The World-solar System 1 Pc Smart Babies Discover The World-planet Earth 1 Pc Smart Babies Discover The World-my Body 1 Pc Smart Babies Discover The World-dinosaur 1 Pc Smart Babies I Can Do It-use My Potty 1 Pc Smart Babies I Can Do It-have A Bath 1 Pc Smart Babies I Can Do It-go To Bed 1 Pc Smart Babies I Can Do It-get Dressed 1 Pc Batang Matalino Board Book-ang Kulturang Pilipino 1 Pc Batang Matalino Board Book-ang Aming Pamilya 1 Pc Batang Matalino Board Book-ang Ating Pamayanan 1 Pc Smart Kids Phonics In Reading Series 2-book 6 To 10 1 Pc Smart Kids Phonics In Reading Book Series 2 Book1 To 5 1 Pc Smart Kids Phonics In Reading Book 6 To 10 1 Pc Smart Kids Phonics In Reading Book 1 To 5 1 Pc Smart Kids My First Picture Dictionary 1 Pc Smart Kids My First 1000 Words (eng-fil) 1 Pc Smart Babies My Big Book Of Early Learning 1 Pc Smart Babies Book Of Manners-thank You 1 Pc Smart Babies Book Of Manners-please 1 Pc Smart Babies Book Of Manners-i'm Sorry 1 Pc Smart Babies Book Of Manners-excuse Me
Closing Date3 Mar 2025
Tender AmountPHP 82.7 K (USD 1.4 K)
Province Of Iloilo Tender
Automobiles and Auto Parts
Philippines
Details: Description Bids And Awards Committee Iloilo Provincial Government Procurement Of Multi-purpose Vehicle Bid No. Acc-24-1846-b(rebid) Philippine Bidding Documents Sixth Edition July 2020 Table Of Contents Section I. Invitation To Bid……………………………………………………..3 Section Ii. Instructions To Bidders………………………………………..…...5 1. Scope Of Bid ………………………………………………………………………. 5 2. Funding Information………………………………………………………………. 5 3. Bidding Requirements ……………………………………………………………. 5 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 5 5. Eligible Bidders…………………………………………………………………… 5 6. Origin Of Goods ………………………………………………………………….. 6 7. Subcontracts ……………………………………………………………………… 6 8. Pre-bid Conference ………………………………………………………………. 7 9. Clarification And Amendment Of Bidding Documents …………………………… 7 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 7 11. Documents Comprising The Bid: Financial Component …………………………... 7 12. Bid Prices …………………………………………………………………………. 8 13. Bid And Payment Currencies ……………………………………………………… 8 14. Bid Security ………………………………………………………………………. 8 15. Sealing And Marking Of Bids ……………………………………………………… 9 16. Deadline For Submission Of Bids …………………………………………………. 9 17. Opening And Preliminary Examination Of Bids ………………………………….. 9 18. Domestic Preference ……………………………………………………………… 9 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 9 20. Post-qualification ………………………………………………………………… 10 21. Signing Of The Contract …………………………………………………………… 10 Section Iii. Bid Data Sheet …………………………………………………..11 Section Iv. General Conditions Of Contract ……………………...………..12 1. Scope Of Contract ………………………………………………………………… 12 2. Advance Payment And Terms Of Payment ……………………………………….. 12 3. Performance Security ……………………………………………………………. 12 4. Inspection And Tests ……………………………………………………………… 12 5. Warranty …………………………………………………………………………. 13 6. Liability Of The Supplier ………………………………………………………….. 13 Section V. Special Conditions Of Contract ………………………………….14 Section Vi. Schedule Of Requirements ……………………………………....16 Section Vii. Technical Specifications …………………………………………17 Section Viii. Checklist Of Technical And Financial Documents …………..19 Section I. Invitation To Bid Purchase Of Multi-purpose Vehicle Bid No. Acc-24-1846-b(rebid) 1. The Iloilo Provincial Government Through The Supplemental Budget No.1 Cy 2024 Capital Outlay Intends To Apply The Sum Of One Million Nine Hundred Thousand Pesos (php 1,900,000.00) Being The Abc To Payments Under The Contract For The Purchase Of Multi-purpose Vehicle 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. Delivery Of The Goods Is Required By 30 Calendar Days Upon Receipt Of The Notice To Proceed (ntp). Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 The Bids And Awards Committee Secretariat Of The Iloilo Provincial Government And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 3, 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 Five Thousand Pesos (php5000.00). 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 February 10, 2025 At The 5th Floor Bac Secretariat Office, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City And/or Through Video Conferencing Or Webcasting, Upon Request At Least Three (3) Days Before The Pre-bid Conference, Via Zoom Or Other Videoconferencing Portals, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The 5th Floor Bac Secretariat Office, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before February 27, 2025 At 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 14. 9. Bid Opening Shall Be On February 27, 2025 At 9:01 A.m. At The 5th Floor Bac Secretariat Office, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. A. The Participating Bidder/supplier Or Its Authorized Representative Must Indicate In Any Of The Eligibility Documents, An Email Address Or A Working Fax Number. The Absence Of Which Shall Be A Ground For Disqualification. Notice To The Bidder/supplier Through The Use Of Either Of These Means (email/fax) Is Considered Sufficient Notice. The Date Of Filing Of Reconsideration And All Communications With The Bac Shall Be Its (bac) Date Of Receipt. B. The Bidder(s)/awardee(s) Or Its Authorized Representative Must Conform To The Notice Of Award Within Three (3) Calendar Days From Receipt Of Such Notice And The Winning Bidder Shall Post The Required Performance Security And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award In Accordance With Section 37.2.1 Of The Revised Irr Of R.a. No. 9184. C. The Bidder/supplier Must Have No Pending Unaccepted Notice To Proceed Three (3) Days From The Date Of Acceptance And Signing Of The Purchase Order. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. D. The Bidder/supplier Must Have No Notice Of Award Pending Its Conformity Three (3) Days From The Date Of Its Receipt Of The Notice Of Award. Otherwise, It Shall Be Aground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. E. The Bidder/supplier Shall Submit A List Of All Its Ongoing And Completed Projects With The Iloilo Provincial Government Indicating The Delivery Periods And Accomplishments Of Such Projects. F. The Bidder/supplier At The Time Of The Bidding Must Have No Pending Unposted Performance Or Warranty Security, As The Case May Be, Beyond The Period Allowed In The Notice Of Award. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. G. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 11. 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 Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Bac Secretariat Head 5th Floor, Bids And Awards Committee Iloilo Provincial Capitol Email Address: Ipg_bacs@yahoo.com Website: Iloilo.gov.ph Telephone Number: (033) 336-0736 13. You May Visit The Following Websites For Downloading Of Bidding Documents: Ipg.gov.ph And/or Philgeps.com January 29, 2025 Atty. Dennis T. Ventilacion Chairman, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Wishes To Receive Bids For The Purchase Of Multi-purpose Vehicle With Bid No. Acc-24-1846-b (rebid) The Procurement Project (referred To Herein As “project”) Is Composed Of One(1) Item, 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 2024 In The Amount Of One Million Nine Hundred Thousand Pesos (php 1,900,000.00) The Source Of Funding Is: Gunian. 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. A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. C. For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: [select Either Failure Or Monopoly Of Bidding Based On Market Research Conducted] I. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And Ii. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 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 Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: 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 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 Three (3) 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 One Hundred Twenty (120) Days. 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 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. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time At Its Physical Address 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 Follows: Complete Bid - One Project Having Several Items That Shall Be Awarded As One Contract In Case Of Complete Bid. Line Bidding/partial Bidding - One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item 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 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 Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Refers To The Contracts To Be Bid Or The Object Of The Contract; B. Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Price Of The Goods Shall Be Quoted Ddp Office Of The Provincial Accountant Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: 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; Or B. The Amount Of Not Less Than Five Percent (5%) Of Abc, If Bid Security Is In Surety Bond. 15 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. 19.3 No Further Instructions. 20.2 For The Procurement Of Drugs And Medicines And Medical Equipment/supplies, The Bidder Shall Submit The Following: A. Certificate Of Product Registration From Food And Drug Administration (fda) For Easy Validation During The Post-qualification; B. Certificate If Good Manufacturing Practice From Fda, For Easy Validation During The Post-qualification; C. Batch Release Certificate From Fda, For Easy Validation During The Post-qualification; D. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/ Dealer Of The Products / Items For Easy Validation During The Post-qualification; E. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license: S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer); F. License To Operate (lto) Issued By Fda, If Applicable; G. After-sales Services/parts, If Applicable; H. Manpower Requirements, If Applicable. 21.2 No Further Instructions. 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. 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 Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 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 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: [for Goods Supplied From Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered To Office Of The Provincial Accountant. 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 The Authorized Employee/official Of The Iloilo Provincial Government. 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; 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. 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 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. 2.2 Partial Payment Is Not Allowed. 4 The Inspections And Tests That Will Be Conducted Are Through Physical Inspection. Item Number Description Quantity Total Delivered, Weeks/months 1 Multi-purpose Vehicle 1 1 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. _______________________ Signature Over Printed Name Section Vii. Technical Specifications Bid No.: Acc-24-1846-b(rebid) 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 Multi-purpose Vehicle With The Following Specifications: Seating Capacity: Maximum Of 8 Seats Engine: In-line 4-cylinder, 16 Valve Double Overhead Camshaft With Intercooler Turbo Charger Or Its Equivalent Displacement: ( 2,700- 2800) Cc Max Output: 174 Ps (minimum) Max Torque: 360 Nm (minimum) Transmission: 6 Speed Automatic (minimum) Suspension (front/rear): Independent, Double Wishbone With Coil Spring/4-link With Coil Spring Brakes(front/rear):ventilated Discs/leading-trailing Drum Tires/wheels: 205/65 R16 Alloy Other Features: Air-conditioning And Audio System, Speed Sensing Door Locks, Power Windows, Keyless Entry, Light Control System Safety Features: Anti-lock Brakes System, Vehicle Stability Control, Seat Belts, Airbags, Emergency Brake Signal, Reverse Camera And Clearance And Back Sonar Fuel: Diesel Fed Terms And Conditions 1. The Vehicle Shall Be Delivered To Iloilo Provincial Capitol, Iloilo City Thirty (30) Calendar Days After Receipt Of Notice To Proceed. 2. Warranty Period Shall Be 36 Months After Acceptance, Or A Milleage Of One Hundred Thousand (100,000) Kilometers, Whichever Comes First. 3. The Bidder Shall Have A Service Center In Iloilo City Or An Agreement With A Service Center In Iloilo City To Do After Sales Which May Be Submitted During Post-qualification. 4. The Dealer Shall Install Stickers Of Iloilo Provincial Government Official Logo And The Word " For Official Use Only" On Both Sides Of The Front Door. 5. The Dealer Shall Shoulder The First Three (3) Years Lto Registration And One (1) Year Gsis Comprehensive Insurance. 6. The Dealer Should Provide For Car Matting, Window Tint, And Seat Cover. _______________________ Signature Over Printed Name Section Viii. 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 ⬜ (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. Class “b” Documents ⬜ (l) 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. Ii. Financial Component Envelope ⬜ (m) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (o) [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. ⬜ (p) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
Closing Date27 Feb 2025
Tender AmountPHP 1.9 Million (USD 32.8 K)
Municipality Of Mercedes, Camarines Norte Tender
Solar Installation and Products...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Province Of Camarines Norte Municipality Of Mercedes Bids And Awards Committee Bids And Awards Committee Office, Lgu - Mercedes, Camarines Norte Invitation To Bid For Purchase Of Various Supplies/materials And Equipment, Livelihood Program: Providing Resources For Opportunities And Prosperity Through Empowerment In Lgu-mercedes, Camarines Norte. The Local Government Unit Of Mercedes, Camarines Norte, Through The Trust Fund Intends To Apply The Sum Of Two Million Seven Hundred Twenty-five Thousand Two Hundred Sixty-six Pesos Only (php2,725,266.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Purchase Of Various Supplies/materials And Equipment, Livelihood Program: Providing Resources For Opportunities And Prosperity Through Empowerment In Lgu-mercedes, Camarines Norte - Identification Number 401-24-11-1495/1496/1497/1498/1499. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Local Government Unit Of Mercedes, Camarines Norte, Now Invites Bids For The Purchase Of Various Supplies/materials And Equipment, Livelihood Program: Providing Resources For Opportunities And Prosperity Through Empowerment In Lgu-mercedes, Camarines Norte As Follows: Item No. Qty Unit Description Lot 1 - Hardware Tools 1 1 Unit Air Compressor Machine, Motor: 1/2 Hp; No. Of Cylinder: 2; Phase: 1; Pressure: 85 Psi; Capacity 46 Liters; Approximate Dimension: 95-100cm (l) X 31-35cm (w) X 64-70cm (h); Weight: 47kg; Inflation Time: 53min; Air Displacement: 208l/min 2 1 Unit Air Spray Gun, Standard Nozzle:1.4mm, Pattern Width:180-250mm, Paint Capacity:600cc, Suitable For Finishing Coat, Optional Nozzle:1.3-2.5mm, Operating Pressure:2-3.5bar Air Cons:4.2-7.1cfm(119-200l/min)" 3 11 Set Angle Grinder Cutting Disk, 10 Pcs.per Set; Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8") 4 11 Unit Angle Grinder, Rated Input Power: 730w; Wheel Diameter: 4"; Rated Voltage: 220v; Frequency: 60hz; No Load Speed: 12,000 Rpm; Weight: Approximately 1.6kg; Grinding Spindle Thread: M10; Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h) 5 7 Pc Chipping Hammer, Item Weight: atleast 13.8 Ounces; Product Dimensions: 11" (l) X 1" (w) X 7.5" (h); Material:, Genuine Leather Grip And Forged Steel 6 3 Set Circular Saw With Diamond Blade, 1400w, 185 Mm Blade, Spindle Lock With 24t Diamond Blade 7 3 Pc Claw Hammer, Head Weight: 16oz; Overall Weight: 17oz-23oz; Forged Steel Head; Smooth Face; Fiberglass Handle With Rubber Cushion; Overall Length: 12-14" 8 3 Pc Concrete Chisel, 10'' Forged Steel Chisel 9 3 Pc Crow Bar, 36" Long; Length Tolerance: +- 1/8; Forged Steel Carbon 10 1 Pc Electric Planer; Voltage: 220-240v; Input Power: 1050w; No Load Speed: 1600rpm; Planing Width And Depth: 82x3mm; Heavy Duty Aluminum Base; 11 1 Pc Framing Hammer, Handle Material: Alloy Steel; Item Dimensions: Approximately 16-17" (l) X 5.75-6" (w) X 1.5-2" (h); Item Weight: Atleast 1.4 Pounds 12 1 Unit Gasoline Marine 7hp Speed Type, Single Cylinder; 4 Stroke, Forced Air Cooling; Ohv Displacement (cc): 196 Compression Ratio: 8.5:1 Bore X Stroke (mm): 68x54 Min. Fuel Consumption;395/(kw.h) Valve Clearance: Input Valve: 0.10-0.15mm Idle Speed (rpm): 1400+-140 Max A.c. Output/rpm:3.8/3600 Noise Level:70db (a) Ignition System: Transistorize Magento Ignition Max Torque (n.m/rpm): 10.7/300 Starting System: Recoil Start (recoil Start/electric Starting) 13 10 Pc Hacksaw With Blade, Adjustable Aluminun Alloy Frame With Soft-grip Handle, 90" Adjustable Bladec Angle, 12 Inches (+/- 1/4") Bi-metal Hacksaw Blade, 24 Tpi 14 10 Unit Heavy Duty Corded Drill, Rated Input Power: 750w; Chuck Capacity: Upto 13mm; Drill Capacity: Metal (16mm), Wood (25mm), Masonry (12mm); Dimension: 268mm (l) X 69mm (w) X 192mm (h); Weight W/out Cable: Approximately 1.6-1.8 Kg; Spindle Collar Diameter Of 43 Mm 15 1 Pc Level, Box Beam Style, Material: Alluminum; Dimension: Approximately 24-24.5" (l) X 2-2.6" (w) X 1.2-1.5" (h); Weight: Atleast 0.8 Pounds 16 3 Pc Mashing Hammer, 3 Lb With Fiberglass Handle, Forged Steel Head 17 3 Pc Masonry Hammer, 800g Solid Rubber Head, Fiberglass Core And Bi-material Slip-resistant Handle, 18 3 Pc Masonry Hand Saw, 15" 380mm Carbon Steel 19 3 Pc Masonry Square, 24"x 16"aluminum, 1/8 '' Thick 20 3 Pc Mason's Level, 60cm Aluminum Reinforced Frame 21 3 Tube Mason's Line, #18 Braided Nylon, 500 Ft, 170 Lb Test 22 10 Set Metal Drill Bit Set, Material: High Speed Steel; 19pcs Per Set (1mm,1.5mm,2mm,2.5mm,3mm,3.5mm,4mm,4.5mm,5mm,5.5mm,6mm,6.5mm,7mm,7.5mm,8mm,8.5mm,9mm,9.5mm,10mm); Point Angle:118degree C; Standards: Din 338; Bit Geometry: Standard Twist Bit 23 8 Pc Meter Tape With Magnetic Hook, Blade Material: Nylon Coated Blade; Dimensions: 16ft (l) X 25mm (w) 24 7 Pc Mig Welding Pliers, Overall Length: Atleast 210mm; Material: High Carbon Steel; Handle Material: Thermoplastic Rubber 25 1 Unit Portable Hand Drill, Power Sourced: Battery Powered - 2pc 21 Volt 1500mah Lithium-ion Batteries; Maximum Rotational Speed: 1500 Rpm; Voltage: 21v; Amperage: 1.5 Amps; Chuck Size: 0.38"; Bit Heads Diameters: From 0.8mm - 10mm; Product Dimensions: 9.6" (l) X 2.1" (w) X 7.5" (h); Material: plastic, Rubber, Metal; Item Dimensions: Approx. 9.6" (l) X 2.1" (w) X 7.5" (h); Item Weight: Atleast 2.5 Pounds; Item Torque: 330 Inch Pounds; Inclusions: 1x21 Volt Inspiritech Cordless Power Drill, 2x Rechargeable Battery, 1x English User Manual, 10x Self-drilling Drywall Anchors,10x Screwdriver Bits, 2x Double Ended Bits, 3x Drilling Bits, 1x Magnetic Extension Socket Bit Holder, 10x Anchors With Screws,1x One-hour Fast Charger, 1x Flexible Extension Shaft, 1x Carrying Bag 26 7 Unit Portable Welding Machine, Input Voltage: 220-240; Frequency: 50-60hz; Output Current: 10-220a; Led Display; No-load Voltage: 85v; Max. Output Current: 220a; Diameter Of Electrode: 1.6-3.2mm; Inclusions: 1 Pc Electrode Holder, 1 Pc Earth Clamp With Cable, 27 3 Pc Pull-push Rule, Blade Length 8m/26ft, Blade Width 1", High Impact Abs Case With Durable Rubber, Corrosion Resistant Tru-zero End 28 3 Pc Putty Knife, 3" Stainless Steel With Rubber Handle 29 1 Pc Roofing Hammer: Item Weight: 1.25 Pounds; Product Dimensions: Approx. 13.7" (l) X 6.75" (w) X 1.5" (h) 30 1 Unit Sander, Item Dimensions: Approx 11.63" (l) X 5.63" (w) X 6.19" (h); Voltage: 110 Volts; Power Source: Corded Electric; Amperage Capacity: 8.8 Amps; Variable Speed Control Dial (690 -1,440 Ft./min.); Grit Number: 80; Item Weight: Atleast 9.5 Pounds; Included Components: belt Sander, 1 Belt, Dust Bag 31 3 Pc Shovel, Rectangular End, Tempered Steel Blade (0.8mm Gauge Orv Higher), 17-23 Cm Blade Tip Width,22-28cm Blade Tip Lenght, All Metal Handle, Overall Lenght 100cm-115 Cm 32 3 Pc Shovel, Round End, Tempered Steel Blade (0.8mm Gauge Orv Higher), 17-23 Cm Blade Tip Width,22-28cm Blade Tip Lenght, All Metal Handle, Overall Lenght 100cm-115 Cm 33 1 Pc Speed Square, Material: Cast Aluminum; Size: About 18x18x2cm/7.09x7.09x0.79"; Weight: About 130g; Triangle-shaped 34 3 Pc Spirit Level Bar, Aluminum Frame With Magnet, Size 12" (+-1/8"), With 3 Vials (horizontal, Vertical And 45 Degrees) 35 3 Pc Steel Float/plastering Trowel, Thickness 0.7 Mm, Surface Measurement 280mm X 125 Mm(+/- 1mm), High Carbon Steel, Soliod Forged Steel With Plastic Handle 36 1 Pc Trim Hammer, Handle Material: Wood; Head Material: Alloy Steel; Item Dimensions Approximately: 14-15" (l) X 5-6"(w) X 1-2" (h); Item Weight: Atleast 594 Grams 37 3 Pc Trowel, 280x120mm Stainless Plastering Trowel With Plastic Handle 38 1 Pc Utility Knife, Handle Material: Aluminum; Material: Aluminum Alloy; Weight: 120g/pcs; Blade Size: 19mm (w) X 61mm (h) X 0.6mm (t); Blade Material: Steel; Thickness: Atleast 0.6mm 39 7 Pc Welding Helmet, Auto Darkening Helmet, Power Supply: Battery And Solar Powered; Light Shade: Din9-1;, Dark Shade: Din4; Switching Time: 1/25000s; Delay Time: 0.1-0.8s; Sensitivity Adjustment: Stepless Control; Operation Temperature: -5 Degrees- 55 Degrees; Active Viewing Area: 93mmx43mm; Active Viewing Area Size: (+/- 10mm); Item Weight: Atleast 1.85 Pounds; Package Dimensions: approximately 12-12.4" (l) X 9-9.61" (w) X 7-7.68" (h) 40 7 Set Welding Magnets, 6 Pcs/set, Overall Length: Atleast (3"); Hold Capacity: Up To 25lbs; Arrow Design Supports Angle: 45°, 90°, And 135°; Item Weight: 295g; Package Dimensions: 4.88 X 4.72 X 3.98 Inches; material: Steel; Magnets Size: Approximately - Top (1-1.4cm), Bottom (6.5-7cm), Side (7-7.5cm) Thickness (1-1.3cm) 41 1 Set Wood Chisel; 4-piece Set (6mm; 12mm; 19m; 25mm); Tempered Chrome Carbon Steel Blade; Hardened Shank; Rust-resistant, Lacquered Coated Blade; Bi-material Handle 42 3 Pc Wooden Float, 18"x 32", Multi-layered Lot 2 - Food Preparation 1 1 Unit 3 In 1 Burger Griller With Deep Fryer And Steamer, Gas Type; Made Of Stainless Steel And Polished Metal Griddle Plate; Dimensions: Burger Griddle - 18" (l) X 12" (w); Deep Fryer - 8" (l) X 12" (w), Capacity: 2.5 L; Steamer: 11" (l) X 12" (w) 2 6 Unit Barbeque Grill With Sauce Holder And Top Grill, Material: Stainless Steel, Dimension(lwh): 24 In X 12 In X 30 In (3.5 In Grill Pan's Depth) 3 33 Pc Basin; Stainless; Diameter: 22"; Base: 16"; Depth: 7"; Thickness: 1cm 4 47 Pc Beach Umbrella; Round-shaped; Material: Poly Canvass; Diameter: 40""; Pole Stand Length: At Least 45""; Pole Material: Stainless Steel Chrome" 5 6 Pc Boiler Caldero; Big Size & Heavy Duty; Size: Diameter 48cm; Height: 42cm; Makapal, Material: Aluminum 6 6 Pc Boning Knife, 27.3cm, Blade Length:14.6cm, Blade Thickness: 4mm, Wood Handle 7 32 Pc Butcher's Knife; Materials: Stainless; Wood Handle; Size: About 10" 8 29 Pc Caldero With Double Handle; Aluminum Material; Diameter: 46cm; Height: 37cm; With Double Handle; Capacity 5kilos/20l(volume Capacity) 9 48 Set Casserole Set, Stainless Steel, 28, 30 And 32cm Diameter; 16, 18, 20cm Height 10 50 Pc Chef's Knife; About 10 3/4" Long; Material: Stainless Steel; Blade: Full Tang; Riveted Handle 11 56 Pc Chest Cooler, Item Package Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h), Package Weight: 5.76kg, Inside Dimensions: 24.95" (l) X 14.58" (w) X 14.77" (h), Material: plastic, Chamber Depth: 24.95", Capacity: 52l, Color: Any Color 12 51 Pc Chopping Board; Thick Wood; 12"x12" 13 6 Pc Cleaver Knife, 11" Stainless Steel, Weight: 310-340g, Blade Size: 6.5 Inches 14 48 Pc Colander; Stainless Steel; 11"diameter; With Stainless Base And Handle 15 6 Unit Digital Weighing Scale ,30kg Capacity,stainless Tray Size: 35x23cm For 30kg Capacity Weighing Scale, Dual - Display : Weight, Unit Price, Amount, High Light Led Display, Rechargeable Battery, Power Supply: Ac/dc Charger (included) 16 47 Unit Double Burner Gas Stove; Stainless Top And Front; Automatic Ignition; Reversible Trivet; Double Detachable Top Burner; Removable Drip Pan; Dimension: 700mm(l) X 390mm(w) X 140mm(h) 17 7 Unit Double Ring Burner; Heavy-duty Cast Iron; Includes Pol Regulator And 1-metre Hose 16750 Btu Brass Valve With Individual Gas Control Minimal Assembly Required Weight; 3.9kg, Material;cast Iron, Dimensions: (lwh) 36cm X 20cm X 9cm, Fuel Type: Lpg Tank Cylinder With Content And Accessories 18 2 Pc Egg Ring, Stainless Steel, 8.5cm Diameter, 1.5cm Height 19 4 Box Face Masks; 3 Ply Non-woven Disposable Earloop Mask; Quantity: 50pcs/box 20 30 Pc Fish Drying Rack, 4-layer, 45x45x66cm, Foldable 21 6 Pc Fish Scaler, 20cm Stainless Steel 22 6 Pc Fish Scraping Tool, 20cm Stainless Steel 23 54 Unit Food Shelve, 2 Layers: Glass Thickness: 3/16 And 1/4, (w-14" X H-17" X L-30"); Adjustable Layer, Material: Glass & Aluminum With Sliding Door, Offer: Screen Sliding Door To Prevent Moisture 24 204 Pc Food Tray With Glass And Stainless Lid/cover, Stainless Body, Rubberized Stand 32x28x10cm 25 12 Pc Food Tray, Flat, Stainless, 60x40x2cm, Depth: 2cm 26 2 Unit Freezer Chest Type, Gross / Net Volume 10.6 Cu.ft. (10 Liters) / 10.1 Cu.ft. (286 Liters), Functionality 3-in-1 Function – Chilling | Freezing | Fast Freezing, Defrosting System: Manual Defrost, Evaporator:aluminum Defrost,led: 6 Led’s, P:2w, Lamp Life: Min. 50,000 Hours, Weight 40 Kg, Dimensions L 63 X W 111.4 X H 84.7 (cm), Key Features: Inverter Compressor, Sliding Glass Door, Embossed Door & Cabinet, Recessed Side Handle (left & Right), Led Light, Removable Gasket , 1x Basket Wire Shelf, 4x Roller Wheel 27 5 Pc Fruit Crate Plastic 21 X 15 X 12 Inches, Heavy Duty Plastic Material, Color : Black 28 37 Pc Frying Pan 14" In Diameter, Cast Iron 29 4 Unit Gas Range, Approx. 55-70cm (l) X 50-60cm (w) X 86-93cm (h); 4-gas Burner; 62l Gas Oven; Button Ignition; Top Glass Lid; Net Weight: Maximum Of 28kg; Pan Support: Light Cast Iron Pan Support 30 1 Box Gloves; 100pcs; Food Grade; Size: Medium(7.5cm); Thermoplastic Elastomer(tpe) Material 31 23 Pc Hairnet With Cap; White; Nylon; Washable 32 1 Unit Industrial Oven Stainless Steel, With Wall Insulator To Minimize Penetration Of Heat To The Walls, With Temperature Gauge, Approx. Outer Dimension: 46.5 X 23.5 X 30 Inches; Oven Stand/rack Is Made Of Metal With Rollers And Braking Systems; Stainless Steel Front Panel, With See Thru Glass; About 4 Inch Thickness Of Walls With 2 Trays Per Deck - 4 Trays Capacity; Gas Type 33 35 Pc Kawa 62 Cm Diameter 18 Cm Height, Aluminum With 2 Aluminum Handles 34 12 Pc Kitchen Apron, Waterproof; Stain Resistant Leather Apron 35 6 Pc Kitchen Scissors, Material: Stainless Steel And Plastic Silicone, Size: 22.5x7.3x1.2cm 36 3 Pc Long Handle Stainless Steel Soup Spoon; Color: Silver; Caliber Length; Approx. 12cm.14cm.16cm.18cm, Handle Length; Approx.45cm(17.72inches) 37 6 Pc Long Wooden Ladle; 14" Stainless Steel 38 58 Set Lpg Tank, 11kg Cylinder With Gas Regulator, 1.8m Hose & Steel Hose Clamp 39 9 Set Measuring Cup (set For Liquid), 1 Measuring Cup With Red Graphics; Made Of Nonporous Glass That Won't Warp, Stain, Or Absorb Odors; Glass Is Preheated Oven, Microwave, Fridge, Freezer & Dishwasher Safe; Dimension: Approx. 7.13" (l) X 6.75" (w) X 4.38" (h); Measuring Capacity: 500ml 40 9 Set Measuring Cups (set For Dry), Smithcraft Stainless Steel Measuring Cups Set Have 8 Cups.the Sizes Are: 1 Cup (240ml), 3/4 Cup (180ml), 2/3 Cup (160ml), 1/2 Cup (120ml), 1/3 Cup (80ml), 1/4 Cup (60ml), 1/8 Cup (30ml), 1/16 Cup (15ml),1 Locking Ring. 41 6 Unit Mini Electric Fan 7.5" - With Base 10'' 69hz 20w (for Bbq), Non-adjustable Height; Any Color; Electric Powered Fan; 3 Blade 42 21 Pc Mixing Bowl Medium, Approx. Diameter: 28cm, Height:11.2cm; Material: Stainless; Capacity: Atleast 4l 43 200 Pc Monoblock Chair Front:monoblock Chair, Front Legs Distance: 355mm Width Seat, With Backrest, Color: Beige, Seat Width :375 Mm, Deapth: 330 Mm, Side Legs Distance Left: 378 Mm, Side Legs Distance Right 378 Mm, Back Legs Distance: 210 Mm, Back Rest Height:779 Mm, Set Back Height: 405 Mm, Seat Height: 376 Mm, Gross Weight: 2.25 Kgs 44 54 Pc Monoblock Table, 36x36 Inches, H- 28 Inches, Color: Beige, Atleast 3mm Thick 45 2 Pc Non-slip Rectangular Chopping Board; Materials:polypropylene Plastic; Approx Length: 40cm; Width: 25cm; Thickness: 0.5cm; Color : White 46 45 Pc Palamigan Container W/ Gripo 15l, Dimension: 31.8x23.8x48.5cm, Material: High Quality Durable Plastic 47 1 Unit Pressure Cooker 50 Liters Capacity, Aluminum Alloy Material, Pressure: 90kpa, Dimension: 44cm Diameter X 47cm Height 48 40 Pc Round Glass Jars With Lid, 220ml 49 41 Pc Sandok, Stainless Steel, 24.7" Length, With Wooden Handle 50 33 Pc Sandok, Stainless Steel, Length: 14" 51 39 Pc Shansi, Stainless Steel, Length: 14" 52 9 Pc Stainless Steel Dough Cutter Scraper Baking Smoother Cake , Approx. Size: 14-15cm (l) X 11.5-12cm (w) And 22cm (h); Material: Stainless Steel 53 41 Pc Stainless Steel Food Tong 14" Length 54 5 Unit Steamer; Aluminum; About 16"/42cm Diameter; 3 Layers With Cover; With Handle Per Layer 55 3 Unit Vacuum Sealer Machine, 220v, 90w, Sealing Width: 270mm, Power Supply: Ac100-240v/50-60hz, Temperature Control Range: 170-210 Celsius, Abs Material, Size: 370*75*50 (mm) 56 15 Pack Vacuum Sealer Storage Pouches | Bpa Free, Commercial Grade For Food Storage & Sous Vides, Size: 17 X 25cm Material: Plastic, 100pcs/pack 57 27 Pc Water Jug/dispenser With Faucet, 5 Gallons, 20 Liters, Color: Blue, Durable And High Quality Plastic Material 58 7 Unit Weighing Scale; Analog; 20kg Capacity; Approx. Dimensions: 6-7" (l); 8-9" (w); 10-11" (h); Dual Unit (kg And Pounds) 59 2 Pc Wide Mouth Funnel, Stainless Steel, Top Opening: At Least 17 X 5.5 X 6cm, Bottom Opening: At Least 13 X 3.7 X 4cm 60 8 Pc Wire Whisk, Large, Stainless, Approx. 14-15" (l) Lot 3 - Fabrication Of Food Cart 1 7 Unit Bicycle With Sidecar: Bicycle Specifications: Bmx Type Bike (frame 1//2 Gi Hd, Rim Set Front X 10 G Wide Jap Hub, Rim Set Rear X 10g Wide Jap Hub, Tire 20 X 2.125 Jumbo, Tube 20 X 2.125, Handle Bar Painted Black, Fork Ex-900 Landing Gear Cp, Head Parts Nikyo/whw, H-post Bmx Ord.m, H-grip Ord. Opc Parts Neco Bearing Type, Opc Plate 36t, Chain Cp Bmx, Freewheel 24t, Pedal Opc Bearing Type, Seat Clamp/s-pin/ S-post P, Saddle With Spring, Footbreak With Spring "full Size" Frame, 175-180mm Cranks Side Car With Provision Of Umbrella And 2 Chest Coolers (52l Capacity) - Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h) Materials: 1/2 J1 Pipe 540, 316 X 1 Flat Square Bar, J1 Pipe De Una 520, 1/4 X 2 Flat Bar, 6203 Gi Set, Tire 20 X 2.125 Jumbo, Note: With Dole, Dilp Logo Fully Painted In A Galvanized Sheet Iron Attached On The Front Of The Sidecar With Approx. 15.7 Inches(h)x15.7 Inches(l) Fully Painted Color: Any Color 2 1 Unit Motorcycle Sidecar (for Fruits And Vegetable Vending): Metal Body, Dimensions L-4ft W-2ft H-2ft, With 17inch Side Wheel 3 11 Unit Negocart With Bicycle Roofing Materials: Bolt & Nut W/ Washer 3/16 X 1 Polycarbonate 6mm X 1.2 X 1.70 Welding Rod Body Materials:tubular 1 X 1 X 1.5;flat Bar 1/8 X 1;flat Bar 2' X 3/8 X 1;plain G.i.;sheet 4' X 8' #26;cylindrical Hinge 1/2" ᴓ;blind Rivets 1/8 X 1/2;cylindrical 1/2;cabinet Handle;cabinet Lock;round Bar 8mm ᴓ;transparents Barrier 1/4 X 4' X 8';welding Rod;stainless Sheet 4' X 8';plain Round Bar 16mm ᴓ: Bicycle Specs: Bmx Type Bike Frame, Front And Rear Free Wheel Hub For Rim Set Single Speed (wheel Set), Tire Size (20"x2.125 Jumbo), Interior Tube (20"x2.125), Bmx Handle Bar, Bmx Fork, Head Parts (h Post, Handle Grip), Chain (single Speed), Pedal (bearing Type), Seat Clamp, Saddle With Spring, Foot Brake (clamp W/ Spring), Crank Pedals (175mm-180mm Cranks) Note: With Dole, Dilp Logo And Tourism Spot At The Front And Side Of Cart, Logo Material: Weather Proof Sticker, Sizes Of Sticker: H-60cm X W-130cm (for Front Of Cart) And H-60cm X W:75cm (for Side Of Cart) Or H-23.6" X W-51" And H-23.6" X W-29.5" Fully Painted Color: Light Blue Lot 4 - Grooming Tools 1 1 Pc All Purpose Comb, 7inch, Plastic Material 2 3 Pc Barber Apron, With Two Pockets, Waterproof, Material: Fiber Size: Approximately 89x69cm - 35x27.2 Inches 3 1 Pc Barber Cape, 140cmx100cm Silk, Waterproof 4 1 Unit Barber Chair, Reclining, Modern Style, Chair Back Height: High-back; Upholstery: Faux Leather; Material: Stainless Steel; Dimension: 21"x22.5"x38" 5 1 Unit Clipper, Cordless, Includes 3 Metal Clip Attachment Comb Cutting Guides, 1/16", 1/8",3/16, 6.25 Inches And Weighs 13 Oz, Equipped With A 2191 Adjustable 0000 Blade 6 2 Unit Curling Iron, 38.5cm, Tourmaline Ceramic, 25-39w, 360 Degree Rotatable 7 2 Set Eyebrow Grooming Kit, 6pcs (2 Eyebrow Razor, 1 Facial Razor, 1 Brush, 1 Scissors, 1 Tweezer) 8 1 Pc Fade Brush, Material: Plastic & Nylon, (hxw) 12.3 X 2.3 Cm, Weight: 0.015 Kg 9 2 Unit Flat Iron, Ceramic Wide Plate, 100-240v Dual Votage, 40-59w, 27.8cm Long 10 2 Unit Hair Blower, 2 Speed - 3 Heat Settings, 2400w, Removable Filter Cover, Cool Shut Function, Dimension: 21.5x8.5x26.5cm 11 1 Set Hair Clips, Plastic, Size: Approximately 7.8cm 12 2 Set Hair Dying Tool Set, (5-pc) Small Brush - 19.5cmx4.5cm, Big Brush - 20.5x6cm, Secondary Comb - 19x5.5cm, Small Bowl - 13x4.5cm, 1 Pair Of Earmuffs 8x4.5cm 13 3 Pc Hair Shear, 6.9 Inch Stainless 14 10 Pc Hair Towel Turban, 49x18cm Microfiber 15 2 Set Make Up Brush Kit, 12 Pcs With Box 16 2 Set Make Up Kit, 35pcs (1 Eyeshadow, 1 Concealer, 4 Osmetic Brush, 3 Lipgloss, 1 Eyebrow Pencil, 1 Pressed Powder, 4 Lipstick, 4 Face Makeup, 1 Lip Balm, 1 12.5cmx19cm Makeup Bag, 1 Eyebrow Cream, 1 Primer, 1 Powder Puff, 1 Mascara) 17 2 Pc Makeup Kit Organizer, 50cmx39.5cmx21.5cm, Black,046 Glittery, Checkered 18 1 Pc Mirror, Double Sided Folding Mirror, (wxh) 24x 37cm, Weight: 0.532 Kg 19 1 Pc Neck Duster, Weight : 100g , Size : 18x7x7cm 20 1 Roll Neck Strips, (28cmx6.5cm) Self Adhesive, Material: Paper 21 4 Set Plastic Hair Roller, 25mm Assorted, 10-pc Large 22 3 Pc Pomade, 80g, Water-based 23 1 Pack Razor Blades, Durable, Stainless, 100 Pcs, (lxwxh) 14x10x1 24 1 Set Shaver, Abs Material,110-220v, Power: 3w, Size: 16.6x5.8cm, Battery Capacity: 600mah 25 2 Pc Shaving Gel, 195g With Aloe 26 2 Pc Talc Powder, 500g 27 1 Set Trimmer, Rechargable, 2 Blades, Power: 50-60 Hz, Voltage:100-240v, Dimension: 11.5x6.5x3cm 28 4 Pc Wide-tooth Comb, 16cm Plastic, Durable 29 1 Pc Wide-tooth Comb, Size: Approximately 21.5x5 Cm, Plastic Material Lot 5 - Sewing 1 7 Set Ball Point Pins, 250 Pcs Per Box With 8 Colors; Durable 2 8 Unit Bobbin Case, Diameter: 20.3mm Width: 11.7mm 3 8 Pc Bobbin, Diameter: 20.3mm Width: 11.7mm 4 4 Set Dressmaker's Shears, Material: Stainless Steel; Item Dimensions: Approximately 0.8" (l) X 3.9" (w) X 10" (h); Blade Length: 8"; Item Weight: Approximately 8.8 Ounces 5 1 Pc Edging/ Overlock Sewing Machine, Metal Material; Overlocker; 1 Stitch; Dimension(lxwxh) 12x13x14 6 3 Pc Electric High Speed Sewing Machine, Power: 90w; Rated Voltage: 220v; Gross Weight: About 7kg; Max Sewing Speed: 1,100 Stiches/min; Materials: Stainless Steel Needle Plate, Metal Frame; Dimensions: Approximately 44cm (l) X 16cm (w) X 28cm (h); Voltage: 220v, Secondary Lifting Height Or Presser Foot: 14mm; Needle Pitch: From 0-4.5mm, Needle Width: From 0-7.0mm 7 4 Pc Flat Iron, 1200w; Stainless Steel Sole Plate; Power Light Indicator; With Steaming/spray Function 8 4 Set French Curve, Dimension(21.65x0.39x7.09); 4.6 Ounce; Made Of Aluminum Or Plastic 9 4 Pc L-square, Material: Stainless; Item Weight: 0.32oz; Product Dimensions: Approx. 14" (l) X 24" (w) 10 1 Pc Manual Sewing Machine With Motor And Foot Controller, Metal Material, Heavy Duty, 9kg Weight, 1 Stitch Dimensions, (lxwxh) 12x13x14 11 4 Unit Meter Stick, Yellow Color; Wood Type 12 4 Pc Needle Threader, Metal Material; Oval Shape; 1 Inch Size 13 31 Pack Sewing Machine Needle, Flat Needles 10pcs/pack 14 11 Pc Sewing Threads 12pcs/box, Material: Cotton; Package Dimensions: Approx. 5.71" (l) X 3.74" (w) X 2.36" (h); Thread Size: Approx. 56mm (h) X 22mm (w); 550 Yards Each Roll 15 25 Pc Tailor’s Chalk, Square Shape; Orange Color;fades Or Brushes Away Easily 16 4 Pc Tape Measure, Material: Durable Soft Plastic; Color: Blue; Measurements: Inches (can Measure Upto 60") And Centimetres (can Measure Upto 150cm) Xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx 2. Delivery Of The Goods Is Required Ninety (90) Calendar Days Delivery Period And Upon Receipt Of Notice To Proceed And Purchase. Bidders Should Have Completed, Within Two (2) 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) 9184, Otherwise Known As The “government Procurement Reform Act”. 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 5183. 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Mercedes, Camarines Norte-bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours - 8:00 Am-12:00 To 1:00 Pm-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 14, 2024 Until 8:30 Am Of January 6, 2025 From The Address 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 Only Php5,000.00. 6. The Local Government Unit Of Mercedes, Camarines Norte Will Hold A Pre-bid Conference On December 23, 2024 9:00am At Bids And Awards Committee Office- Second Floor Jpl Sports Complex - Municipal Compound, Eco Avenue Street, Barangay 5, Mercedes, Camarines Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, On Or Before 8:30am January 6, 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 9:00 Am Of January 6, 2025 At The Bids And Awards Committee Office- Second Floor Jpl Sports Complex - Municipal Compound, Eco Avenue Street, Barangay 5, Mercedes, Camarines Norte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Mercedes, Camarines Norte, 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Macario B. Totanes Municipal Planning And Development Office Lgu Mercedes Municipal Compound, Barangay 5, Mercedes, Camarines Norte 0998-576-8321 Arsenia M. Ordiales Bac Secretariat Bids And Awards Committee Office 2nd Floor Jpl Sports Complex, Lgu Mercedes Municipal Compound, Barangay 5, Mercedes, Camarines Norte 0908-896-9684 Email Address: Lgubac.mercedes@yahoo.com 12. You May Visit The Website: For Downloading Of Bidding Documents: Www.mercedes.gov.ph December 13, 2024 ________________________________ Macario B. Totanes Bac Chairman
Closing Date6 Jan 2025
Tender AmountPHP 2.7 Million (USD 46.9 K)
City Of Dumaguete Tender
Machinery and Tools
Philippines
Details: Description Republic Of The Philippines City Of Dumaguete Bids And Awards Committee Invitation To Bid For The Job Order: 60 Spool Adding Machine Ribbon And Other Items The City Of Dumaguete Thru Its Bids And Awards Committee (bac), Invites All Interested Manufacturers, Suppliers, Dealers And/or Distributors To Apply For Eligibility And To Submit Bids For The Supply Of: 1. 60 Spool Adding Machine Ribbon, P1,500.00 2. 215 Roll Adding Machine Tape, P4,246.25 3. 16 Pieces All Multi-purpose Glue (130g), P768.00 4. 150 Pieces Ballpen Black Pen 0.5, P900.00 5. 50 Pieces Ballpen Blue Pen 0.5, P300.00 6. 150 Pieces Ballpen Blue Pen 0.7, P900.00 7. 200 Pieces Ballpen Black Pen 0.7, P1,200.00 8. 50 Pieces Ballpen Red Pen 0.7, P300.00 9. 180 Pieces Ball Pen (red) Good Quality, P1,035.00 10. 2149 Pieces Ball Pen, (black) Good Quality, P12,356.75 11. 480 Pieces Ball Pen (blue) Good Quality, P2,760.00 12. 50 Pieces Ballpoint Water Gel Pen 0.5 Green, P1,062.50 13. 150 Pieces Ballpoint Water Gel Pen 0.5 Black, P3,187.50 14. 7 Doz Ball Point Pen Fine Black, P126.00 15. 132 Pieces Battery " Aa" Superior Quality, P3,300.00 16. 68 Pieces Battery "aaa" Superior Quality, P1,700.00 17. 20 Pieces Battery "9v" Superior Quality, P3,900.00 18. 1 Set Battery Rechargeable Set, Double A Heavy Duty, P2,500.00 19. 7 Boxes Binder Clip 1 1/2", P255.50 20. 36 Boxes Binder Clip 1", P576.00 21. 65 Boxes Binder Clip 2", P3,802.50 22. 6 Boxes Binder Clip 4", P363.00 23. 5 Boxes Binder Clip 5", P553.75 24. 2 Boxes Binder Clip 1 1/4", P46.00 25. 6 Boxes Binder Clip, 3/4 Inch, P72.00 26. 40 Reams Bond Paper Subs 24 (assorted Colors), P17,480.00 27. 182 Reams Bond Paper A4 70gsm, P36,764.00 28. 10 Reams Bond Paper A4 80gsm, P2,750.00 29. 140 Reams Bond Paper Long, Sub. 16, P26,705.00 30. 22 Reams Bond Paper Short, Sub. 16, P3,558.50 31. 1780 Reams Bond Paper Long, Sub. 20 70gsm, P406,730.00 32. 1277 Reams Bond Paper Short Sub. 20 70gsm, P250,292.00 33. 34 Reams Bond Paper Long, Sub. 20. 80gsm, P9,443.50 34. 12 Reams Bond Paper Short, Sub. 20. 80gsm, P2,820.00 35. 10 Reams Bond Paper A3 Sub. 20, P4,950.00 36. 2 Reams Bond Paper 8 X 14, P600.00 37. 10 Packs Board Paper Long 8 1/2" X 13", P602.50 38. 1860 Pieces Brown Envelope Document Long Sheet, P4,650.00 39. 850 Pieces Brown Envelope Document Short Sheet, P1,700.00 40. 2 Pieces Toilet Bowl Brush Hd, P179.50 41. 20 Bottles Toilet Bowl Cleaner 500ml Liquid, P2,168.00 42. 5 Pieces Toilet Floor Brush Long Handle, P1,802.50 43. 4 Pieces Nylon Hand Brush, P333.00 44. 15 Pieces Calculator 12 Digits Dual Power, P6,750.00 45. 2 Boxes Carbon Paper Film 8 1/2" X 13" Blue, P1,400.00 46. 8 Boxes Carbon Paper Long, Film, Good Quality Black, P5,600.00 47. 1 Boxes Carbon Paper Short, Film, Good Quality Black, P600.00 48. 30 Pieces Cartolina (white), P180.00 49. 100 Pieces Cartolina, Assorted, P675.00 50. 333 Pieces Clear Tape 1" (1x100), P9,324.00 51. 7 Rolls Clear Tape 2", P348.25 52. 20 Pieces Clear Book Long, P900.00 53. 12 Pieces Clip Board (folder Type) 9x12 13", P1,080.00 54. 604 Pieces Correction Tape, (5mmx12m) 12m, P16,761.00 55. 72 Pieces Correction Tape (5mmx7mm), P1,008.00 56. 194 Pieces Correction Tape (5mmx10m), P5,383.50 57. 141 Pieces Correction Tape (5mmx8m), P2,961.00 58. 64 Pieces Correction Tape (5mmx20m), P3,072.00 59. 80 Pieces Correction Tape (5mmx30m), P5,440.00 60. 4 Pieces Correction Liquid 15ml, P152.00 61. 18 Pieces Computer Keyboard (usb Type), P7,092.00 62. 22 Pieces Computer Mouse (usb Type), P4,268.00 63. 7 Pieces High Bar Chair With Arm Rest, P22,400.00 64. 8 Reams Contruction Paper (assorted, Long), P2,184.00 65. 5 Reams Contruction Paper (assorted, Short), P1,176.25 66. 30 Pieces Columnar Notebook 24 Columns, P1,837.50 67. 85 Pieces Certificate Holder Plastic 8.5x11", P2,975.00 68. 3 Pieces Computer Table Tower Type Printer Shelf And Drawer, P9,600.00 69. 4 Pieces Data File Holder Double, P800.00 70. 4 Pieces Data File Holder Triple, P1,200.00 71. 89 Pieces Double Sided Tape 1", P2,202.75 72. 5 Rolls Double-sided Tape (thin) 1/2 Inch, P142.50 73. 24 Pieces Duck Tape Silver 2", P2,370.00 74. 3 Roll Duct Tape (50m X 50mm X 0.17mm), P296.25 75. 2 Pieces Office Table (l 60cm X W 100 Cm X H 75 Cm, 4 Drawers), P9,600.00 76. 13 Pieces Dater (good Quality), P364.00 77. 5000 Pieces Dtr, P2,500.00 78. 1 Piece Electronic Stapler, P560.00 79. 4 1tb External Hard Drive, P17,000.00 80. 209 Pieces Expanding Envelope Long With Elastic Tie, P3,239.50 81. 638 Pieces Expandable Envelope - Long Green, P9,889.00 82. 125 Pieces Expandable Envelope - Long (assorted Color), P1,937.50 83. 1 Pieces Executive Table With Drawers (l 140cm X W 70cm X H 76cm, 4 Drawer), P15,000.00 84. 3 Pieces Ergonomic Chair (mid Back W/ Arm Rest), P9,600.00 85. 1 Pieces Ergonomic Chair (high Back W/ Arm Rest), P5,800.00 86. 6 Pieces Engineering Field Book, P348.00 87. 2 Pieces Flourescent Marker, Highlighter Orange, P53.50 88. 2 Pieces Flourescent Marker, Highlighter Yellow, P53.50 89. 5 Pieces Finger Anfeucher, P240.00 90. 40 Pieces Fingertip Moistener Small, P1,530.00 91. 3780 Pieces Folder, Long, P16,065.00 92. 650 Pieces Folder, Short, P2,275.00 93. 30 Pieces Folder, Orange Long, P270.00 94. 50 Pieces Folders Green, Long, P450.00 95. 25 Pieces Glue White 40grams, P600.00 96. 12 Bottles Glue Gel (blue Gel Type-big) 118ml, P552.00 97. 5 Liter Gentian Violet Ink, P3,650.00 98. 40 Pieces Highlighter Pen, Good Quality Yellow, P1,070.00 99. 50 Pieces Highlighter Pen, (neon Green), P1,337.50 100. 88 Pieces Highlighter Pen, (assorted Colors), P2,354.00 101. 1 Boxes Highlighter Pen, (assorted Colors) 7pcs/box, P187.25 102. 150 Pack Laid Paper 8.5 X 13 (ivory) 20's, P7,350.00 103. 2 Reams Laid Paper Long Asstd. Colors, P2,450.00 104.50 Pieces Long Press Board Folder Thick (green), P912.50 105. 1 Pack Lct Pvc Cover, Short, 216mm X 280mm, P560.00 106. 2 Pieces Ledger File Holder 9-1/2" X16" X 3", P901.50 107. 6 Boxes Mailing Envelope Long, White, P2,268.00 108. 152 Pieces Marker Pentel/permanent Black, P5,206.00 109. 13 Pieces Marker Pentel Pen Red, P445.25 110. 5 Bottles Marker Ink Permanent, P380.00 111. 5 Pieces Marking Pen Blue, P171.25 112. 1 Boxes Marking Pen Blue, P441.00 113. 1 Boxes Marking Pen Black, P441.00 114. 26 Pieces Marking Pen, Permanent, P890.50 115. 2 Boxes Marker Black 12pcs Permanent, P822.00 116. 3 Pieces Masking Tape 1 1/2 12mm, P236.25 117. 193 Rolls Masking Tape 1", P4,873.25 118. 46 Rolls Masking Tape 2", P4,140.00 119. 5 Pieces Mechanical Lead Pencil No. 0.7, P180.00 120. 5 Pieces Mechanical Pencil No. 0.7, P232.50 121. 14 Pieces Meat Pencil (no Blot Ink Pencil), P1,008.00 122. 10 Packs Moth Balls, P780.00 123. 100 Pieces Manila Paper, P400.00 124. 2 Tubes Multi-purpose Oil 3 In 1 120ml, P101.80 125. 33 Reams Mimeo Paper White Wove (long) 70gsm, P7,210.50 126. 68 Reams Mimeo Paper White Wove (short) 70gsm, P12,580.00 127. 4 Reams Newsprint Paper (long), P562.00 128. 10 Pieces Note Book Thread Bound 100 Pp, P187.50 129. 12 Rolls Packaging Tape 2 X 100m, P495.00 130. 5 Packs Parchment Paper, 8 1/2 X 11" 89gsm, 10s, P125.00 131. 10 Rolls Packaging Tape 4", P752.50 132. 186 Boxes Paper Clip, 33mm, 50gms, P2,604.00 133. 195 Boxes Paper Clip, 50mm, 120gms, P4,290.00 134. 1 Unit Paper Cutter Long, P1,100.00 135. 5 Pieces Paper Cutter, P800.00 136. 1 Tube Paper Cutter Blade Refill 1", P150.25 137. 2 Boxes Paper Fastener Metal Long 8", P340.00 138. 5 Jar Paper Paste, 200 Gms. Water Well Paste, P226.25 139. 18 Pieces Pencil No. 1, P175.50 140. 20 Boxes Pencil No. 2, P2,340.00 141. 10 Pieces Pencil No. 3, P97.50 142. 1 Pieces Printer All In One, P13,000.00 143. 4 Meters Plastic Cover, P121.00 144. 74 Pieces Plastic Envelope, Long, P888.00 145. 50 Pieces Plastic Envelope, Short, P525.00 146. 233 Boxes Plastic Fastener, 50's Regular, P8,155.00 147. 71 Boxes Plastic Fastener, 8.5 Inches Long, P12,070.00 148. 230 Pieces Plastic Folder, Long, P2,932.50 149. 25 Pieces Plastic Folder, Short, P237.50 150. 15 Rolls Plastic Twine Or Plastic Straw (good Quality), P1,470.00 151. 1 Pieces Plastic Tape 4", P80.00 152. 6 Rolls Plastic Tape 1", P168.00 153. 12 Packs Photo Paper (a4 Size, 20 Sheets/packs), P936.00 154. 1 Boxes Photo Paper (box Of 100s), P312.50 155. 1 Bottles Padding Glue 1 Kg, P36.25 156. 2 Boxes Push Pin 100pc, P60.00 157. 6 Pieces Puncher Big, P1,200.00 158. 1 Pieces Puncher No. 75, P250.00 159. 1 Pieces Philippines Flag, P700.00 160. 1 Pieces Power Supply 600 Watts, P3,200.00 161. 1 Unit Printer (print,copy,scan Wifi), P14,835.00 162. 40 Pieces Polyethylene Plastic Bag Black, P4,400.00 163. 35 Pieces Record Book 300pp, Hardbound No.85, P14,472.50 164. 4 Bottles Refill Ink For Whiteboard Pen, Black, P488.00 165. 6 Pieces Record Book 150pp, Hardbound No.85, P1,680.00 166. 83 Pieces Record Book 500pp, Hardbound No.85, P45,650.00 167. 76 Pieces Record Book 500 Pages, P7,600.00 168. 65 Pieces Record Book 300 Pages, P5,492.50 169. 11 Bottles Refill Ink For Marking Pen, P836.00 170. 56 Boxes Rubber Band Large Strip Flat 50g, P1,176.00 171. 4 Boxes Rubber Band (big), P631.00 172. 206 Boxes Rubber Band Regular Size, P4,068.50 173. 5 Boxes Rubber Band, Flat 350 Gms., P788.75 174. 8 Pieces Rubber Eraser, Good Quality, Pink, P280.00 175. 6 Pieces Rubber Eraser, White For Isograph, P600.00 176. 10 Packs Rat Killer/ Ready - Made - Bait (50g), P2,176.00 177. 20 Pieces Rugs Small Round, P270.00 178. 16 Pieces Scissor, (approx. 7"), P1,392.00 179. 6 Pieces Scissor Small, P157.50 180. 12 Pieces Sign Pen, C4, P756.00 181. 34 Pieces Sign Pen (gel Pen Ball Point 1.0 Black), P2.652.00 182. 74 Pieces Sign Pen (gel Pen Ball Point 1.0 Blue), P5,772.00 183. 61 Pieces Sign Pen (gel Pen Ball Point Black 0.5), P1,403.00 184. 42 Pieces Sign Pen (gel Pen Ball Point Blue 0.5), P966.00 185. 3 Pieces Sign Pen (gel Pen Ball Point Red 0.5), P69.00 186. 180 Pieces Sign Pen No. 0.7mm Black, P4,140.00 187. 2 Boxes Sign Pen 0.5 Blue Good Quality, P672.00 188. 4 Boxes Sign Pen 0.7 Black Good Quality, P1,344.00 189. 2 Boxes Sign Pen 0.5 Black Good Quality, P672.00 190. 1 Doz Stamp Pad Ink 975 Black, P1,800.00 191. 41 Bottles Stamping Pad Ink 30ml, P3,392.75 192. 6 Bottles Stamp Pad Ink, P300.00 193. 5 Pieces Stamp Pad Large, P275.00 194. 10 Pieces Stamp Pad No.4 With Ink Violet (medium), P310.00 195. 10 Pieces Stamp Pad No.2 With Ink Violet (large), P365.00 196. 36 Pieces Stamp Pad No. 2, P1,314.00 197. 3 Pieces Stamping Pad 4", P93.00 198. 42 Pieces Stamp Pad Refill, Purple 30ml, P2,058.00 199. 5 Bottles Stamp Pad Ink 475ml Violet, P1,907.50 200. 353 Boxes Staple Wire #35, P22,239.00 201. 3 Boxes Staple Wire 23/13, 84.00 202. 11 Boxes Staple Wire 23/6, P943.25 203. 5 Boxes Staple Wire 23/10, P138.75 204. 107 Boxes Staple Wire B8, P6,955.00 205. 4 Boxes Staple Wire For Gun Tucker, P11,200.00 206. 12 Boxes Staple Wire No. 70fe, P4,800.00 207. 50 Boxes Staples No. 35 (5000 Staples), P1,550.00 208. 2 Pieces Stapler Plier No. 88 Hd, P2,201.50 209. 6 Pieces Stapler, Small #10 With Remover, P294.00 210. 72 Pieces Stapler With Built-in Remover No.35, Heavy Duty, P9,072.00 211. 1 Pieces Stapler No. 35 Long-arm, P335.00 212. 100 Pack Stationary Paper Long - 20pcs/pck, P4,900.00 213. 100 Pack Stationary Paper Short - 20pcs/pck, P3,900.00 214. 33 Pads Sticky Notes 3"x5", P1,485.00 215. 4 Pieces Steno Notebook 40 Leaves, P88.00 216. 35 Packs Specialty Paper 200 Gsm (8.5" X 11"), P1,365.00 217. 106 Pieces Stand File Box Blue, P15,900.00 218. 20 Packs Specialty Paper (color Pale Cream Size: Legal), P980.00 219. 12 Packs Specialty Paper (color Light Green Size: Legal), P588.00 220. 10 Packs Special Paper (short Light Yellow 90gsm), P490.00 221. 4 Packs Special Paper (short/light Yellow) 200gsm, P237.00 222. 25 Packs Special Paper-white Color (short) Gsm:85, P975.00 223. 35 Pieces Scouring Balls, P1,715.00 224. 4 Unit Sd Card For Camera (64gb), P2,960.00 225. 100 Pack Special Paper For Certificates 210gsm, P6,025.00 226. 20 Pieces Special Paper (board Paper, 185 Gsm, Ivory, 10's), P1.185.00 227. 12 Pack Sliding Long Plastic Folder (12pcs/pack), P1,008.00 228. 10 Bottles Spray Paint (quick Dry 400cc Silver), P1,950.00 229. 3 Pieces Trashcan Medium Size (red,green, Blue), P1,081.50 230. 5 Boxes Thumb Tacks, P55.00 231. 5 Pieces Trashcan Medium, P1,802.50 232. 42 Rolls Transparent Tape, 1" (approx. 80m.), P1,176.00 233. 20 Pieces Transparent Plastic Sheet (long), P380.00 234. 2 Boxes Typewriter Ribbon, P744.00 235. 1 Rolls Typewriter Ribbon, P31.00 236. 5 Spool Typewriter Ribbon,12's, P275.00 237. 2 Pieces Usb-flash Drive, 16gb, P744.00 238. 2 Pieces Usb-flash Drive, 8gb, P546.00 239. 4 Pieces Usb-flash Drive, 32gb, P2,104.00 240. 2 Pieces Usb-flash Drive, 64gb, P1,256.00 241. 1 Piece Ups 650 Va, P2,100.00 242. 3 Unit Ups Power Supply, P6,300.00 243. 2 Pieces Uni Pen/ Drawing Pen 0.1, P170.00 244. 2 Pieces Uni Pen/ Drawing Pen 0.2, P170.00 245. 2 Pieces Uni Pen/ Drawing Pen 0.3, P170.00 246. 2 Pieces Uni Pen/ Drawing Pen 0.4, P170.00 247. 1 Board White Board Big, P1,100.00 248. 3 Pieces Paper Paste (7oz), P131.25 249. 2 Pieces Wall Clock Big, P800.00 250. 3 Boxes White Board Marker, P1,908.00 251. 104 Pieces White Board Marker Black, P5,512.00 252. 47 Pieces White Board Marker Blue, P2,491.00 253. 3 Pieces White Board Marker Red, P159.00 254. 68 Pads Yellow Pad Paper, Good Quality, P3,740.00 255. 6 Pieces Plastic Chairs Black, P3,211.50 256. 107 Bottles Computer Ink Black - T664, P28,890.00 257. 39 Bottles Computer Ink Cyan - T664, P10,530.00 258. 39 Bottles Computer Ink Magenta - T664, P10,530.00 259. 39 Bottles Computer Ink Yellow - T664, P10,530.00 260. 12 Bottles Computer Ink Black - Btd60bk, P7,200.00 261. 4 Bottles Computer Ink Cyan - Bt5000c, P2,400.00 262. 4 Bottles Computer Ink Magenta - Bt5000m, P2,400.00 263. 4 Bottles Computer Ink Yellow - Bt5000y, P2,400.00 264. 199 Bottles Computer Ink Black – 003, P53,730.00 265. 99 Bottles Computer Ink Cyan – 003, P26,730.00 266. 98 Bottles Computer Ink Magenta - 003, P26,460.00 267. 98 Bottles Computer Ink Yellow – 003, P26,460.00 268. 17 Bottles Computer Ink Black - G1790, P7,650.00 269. 4 Bottles Computer Ink Cyan - G1790, P1,700.00 270. 4 Bottles Computer Ink Magenta - G1790, P1,700.00 271. 4 Bottles Computer Ink Yellow - G1790, P1,700.00 272. 4 Cart Canon 790 Bk For Pixma G4010 Printer, P2,720.00 273. 2 Cart Canon 790 M For Pixma G4010 Printer, P1,360.00 274. 2 Cart Canon 790 Y For Pixma G4010 Printer, P1,360.00 275. 2 Cart Canon 790 C For Pixma G4010 Printer, P1,360.00 276. 4 Cart Canon Pixma 810 Black, P2,400.00 277. 4 Cart Canon Pixma 811 Color, P2,400.00 278. 10 Pieces Computer Ink Epson L5190 Black, P3,800.00 279 6 Pieces Computer Ink Epson L5190 Cyan, P2,280.00 280. 6 Pieces Computer Ink Epson L5190 Magenta, P2,280.00 281. 6 Pieces Computer Ink Epson L5190 Yellow, P2,280.00 282. 10 Crtg. Computer Ribbon Epson Fx-2175, P5,250.00 283. 123 Crtg. Computer Ribbon Epson Lq-310, P21,525.00 284. 110 Bottles Rubbing Alcohol, 500ml., 70%, P10,378.00 285. 2 Pieces Suction Cloth Mop, P580.00 286. 1 Boxes Drum For Brother Copier, P1,950.00 287. 15 Packs Disposable Drinking Cups 10 Oz (50's), P997.50 288. 300 Boxes Disposable Hand Gloves 100's, P29,475.00 289. 50 Boxes Disposable Masks, 50's, P4,000.00 290. 2 Bottles Powder Declogger Liquid 500ml, P770.00 291. 10 Pieces Ink Cartridge No. 678 Black, P7,450.00 292. 11 Pieces Ink Cartridge No. 678 Colored, P8,195.00 293. 11 Pieces Ink Cartridge No. 680 Black, P8,195.00 294. 4 Pieces Ink Cartridge No. 680 Colored, P2,980.00 295. 20 Boxes Ink, Dx 2430, 500ml/17.8 Oz., P10,000.00 296. 8 Packs Pvc Binding Cover Letter Size 300microns, P7,400.00 297. 6 Pieces Pvc, Nylon Toilet Brush, P388.50 298. 5 Bottles Ink Black - Gt53, P1,600.00 299. 15 Bottles Ink Black – 790, P6,750.00 300. 1 Pieces Transport Screw Gear, P1,436.59 301. 3 Crtg. Toner Laserjet 12a, P5,400.00 302. 3 Pieces Plastic Pail 10l, P429.00 303. 2 Bottles Uv Dye Ink (black) 1l, P1,600.00 304. 1 Bottles Uv Dye Ink (yellow) 1l, P800.00 305. 1 Bottles Uv Dye Ink (magenta) 1l, P800.00 306. 1 Bottles Uv Dye Ink (cyan) 1l, P800.00 307. 1 Pieces Mono Toner Cartridge Oki Es5162, 1,850.00 308. 3 Pieces Ribbon Cartridge (lx 310), P525.00 309. 5 Pieces Naphthalene Balls, P425.00 310. 1 Cart 70fe Electronic Staple Cartridge, P1,500.00 311. 18 Gal Alcohol 70%, P10,937.70 312. 4 Liter Isoprophyl Alcohol, P1,200.00 313. 721 Bottles Alcohol - 500ml, P68,026.35 314. 20 Bottles Air Freshener 8.3oz, P4,309.00 315. 7 Bottles Air Freshener Spray, 300ml, P1,508.15 316. 39 Bottles Air Freshener 320ml, P8,402.55 317. 20 Bottles All-around Anti Bac Home Cleanser 1000ml, P3,604.00 318. 40 Pieces Anti-bacterial Handsoap 175g, P2,720.00 319. 2 Bottles All-purpose Cleanser 500g, P190.00 320. 4 Pieces All Purpose Liquid Cleaner 450grms, P764.00 321. 106 Pieces Baguio Broom (good Quality), P17,755.00 322. 2 Pieces Broom Plastic, P183.50 323. 4 Gal Bathroom Cleaner Liquid, P1,526.00 324. 2 Set Bidet, P4,000.00 325. 2 Bottles Bleach Cleanser (1l), P93.80 326. 106 Pieces Bathroom Deodorizer 50g, P4,664.00 327. 35 Gal Bleaching Liquid, 1 Gal, P5,426.75 328. 38 Liter Bleaching Liquid, P5,814.00 329. 60 Bottles Bleaching Liquid, 500ml (original Variant), P1,608.00 330. 42. Bottles Bleach Liquid (gentle Clean, Lemon 1l), P1,969.80 331. 6 Pieces Bowl Brush With Handle, Nylon, P468.00 332. 4 Pieces Bowl Rubber With Handle, P320.00 333. 6 Pieces Bath/toilet Soap Big, P408.00 334. 5 Pieces Bathroom Long Handed Brush, P1,575.00 335. 100 Pieces Broom Stick, P3,000.00 336. 15 Pieces Bulb 20w Led, P1,275.00 337. 26 Bottles Cleanser Powder 500g, P1,640.60 338. 4 Kilo Chlorine, P678.40 339. 4 Bottles Contact Cleaner/multipurpose Penetrating Oil Spray, P1,855.00 340. 5 Pieces Car Gel 70g, P927.50 341. 3 Gals Deodorizer/sanitizer, P450.00 342. 191 Pieces Detergent Bar Soap, P2,865.00 343. 41 Cans Dishwashing Paste 400g, P2,050.00 344. 120 Sachet Detergent Powder Sachet - 40grms, P828.00 345. 100 Doz Detergent Powder Sachet - 40grms, P690.00 346. 72 Pack Detergent Powder 1kg/pack, P8,758.80 347. 20 Pack Detergent Powder 500 Grams, P1,188.00 348. 4 Pieces Dishwashing Gel 750mg, P800.00 349. 88 Tubs Diswashing Soap Paste (big) 400gms, P4,400.00 350. 2 Gallon Disinfectant Liquid - 3785ml, P310.10 351. 17 Bottles Dishwashing Liquid 250ml, P1,615.00 352. 2 Bottles Dishwashing Liquid 1l, P400.00 353. 20 Gal Dishwashing Liquid, P5,800.00 354. 20 Cans Dirt And Stain Remover, 250grams, P6,000.00 355. 46 Bottles Disinfectant Spray 500ml (lavender Scent), P27,951.90 356. 2 Cans Disinfectant Spray 340grams, P871.40 357. 9 Pieces Dustpan, Plastic, P780.75 358. 10 Pieces Floor Brush With Handle, P3,150.00 359. 72 Sachet Fabric Conditioner Sachet, P687.60 360. 38 Bot/pck Fabric Conditioner (1-lit Pack/bot), Quality, P11,400.00 361. 2 Bottles Fabric Conditioner 900ml, P308.90 362. 12 Bottles Fabric Conditioner 500ml, P2,160.00 363. 26 Pieces Floor Doormat, Cotton, Good Quality, P1,430.00 364. 2 Pieces Floor Doormat, Rubber, Good Quality, P380.00 365. 37 Pieces Floor Mop Heavy Duty, P11,100.00 366. 17 Pieces Floor Mop Head, P4,675.00 367. 24 Cans Floor Wax (white, 900gms), P6,404.40 368. 3 Cans Floor Wax 900grams, P800.55 369. 45 Cans Floor Wax, Dye Red, 900grms, P12,008.25 370. 4 Pcs Feather Duster, P480.00 371. 6 Pcs Gel Fresh Air Freshener - Lavender Scent, P1,016.10 372. 36 Rolls Garbage Bag (s. 10's), P802.80 373. 147 Pack Garbage Bag (l.10's), P5,806.50 374. 44 Pack Garbage Bag (m.10's), P1,819.40 375. 36 Rolls Garbage Bag Xxl Heavy Duty Black, P3,960.00 376. 4 Rollls Grass Cutter Nylon Blade # 300, P2,320.00 377. 5 Rollls Garbage Liner/bags (black) Thick Xl, P425.00 378. 100 Bottles Glass Cleaner 500ml, P17,705.00 379. 20 Bottles Glass Cleaner 250ml Refill, P1,808.00 380. 2 Bottles Glass Cleaner Wiper, P500.00 381. 4 Pieces Garbage Can With Cover 50l, P3,600.00 382. 2 Pieces Hand Dredge (5 Meters, Declogger Tool, Pipe), 3,000.00 383. 6 Pieces Hand Wash Bar Soap, P108.00 384. 20 Bottles Hand Soap Anti-bacterial 225ml, P1,633.00 385. 15 Bottles Hand Soap Anti-bacterial 500ml, P1,125.00 386. 2 Pack Toilet Paper (12 Rolls Per Pack), P340.30 387. 34 Bottles Insect Killer Spray 500ml, P9,520.00 388. 9 Cans Insect Killer Spray 300ml, P1,782.00 389. 56 Packs Solid Air Freshener/toilet Deodorizer, P2,800.00 390. 10 Pairs Safety Boots Steeltoe (support Services Personnel), P12,000.00 391. 10 Pairs Rain Coat Good Quality Pants And Long Sleeves, P3,950.00 392. 13 Bottles Toilet Bowl Cleanser 500grms, P1,409.20 393. 10 Pairs Leather Gloves, P1,500.00 394. 2 Bottles Liquid All Purpose Cleaner (1l) Lavender Scent, P360.40 395. 2 Pieces Magic Spin Mop Tornado Rotating Mop, P2,500.00 396. 2 Gal Muriatic Acid, P600.00 Purpose: For The Official Use Of Offices Supplies By The Various Departments And Offices Of The City Government Of Dumaguete Approved Budget For The Contract: Php2,191,343.34 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The City Of Dumaguete Now Invites Bids For 60 Spool Adding Machine Ribbon And Other Items For The Official Use Of Offices Supplies By The Various Departments And Offices Of The City Government Of Dumaguete. Bidders Should Have Completed And/or Accepted, Within 3 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly Section Ii, Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criteria As Specified In The Implementing Rules And Regulations Part A (irr-a) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizen/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty(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 5183 And Subject To Commonwealth Act 138. Interested Bidders Must Secure Eligibility Requirements And Bid Documents From The Secretariat, Bids And Awards Committee, Office On General Services, City Hall Compound, Dumaguete City. For More Information, Contact The Bids And Awards Committee Secretariat, Office Of General Services, City Hall Compound, Dumaguete City, Tel. No. 522-4756. A Complete Set Of Bidding Documents May Be Purchase By Interested Bidders From February 17, 2025 To March 06, 2025 From Address Above And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of P5,000.00 The Schedule Of Activities Is As Follows: 1. Issuance Of Bid Documents February 17, 2025 2. Pre-bid Conference February 21, 2025, 10:00 A.m. 3. Submission And Opening Of Bids March 06, 2025, 10:00 A.m. Sealed Bids/proposals Will Be Received At The Office Of General Services, City Hall Compound, Dumaguete City Not Later Than March 06, 2025 And Bid Opening Shall Be On Thursday, March 06, 2025 At 10:00 (ten O’clock) In The Morning At The Office On General Services, City Hall Compound, Bids Will Be Opened In The Presence Of The Bidders Or Representatives Who Choose To Attend. Late Bids Shall Not Be Accepted. Prospective Bidders Must Not Be Related To The Head Of The Procuring Entity Or Any Member Of The Bids And Awards Committee Or Its Secretariat Either By Consanguinity Or Affinity Up To The Third Civil Degree. All Bids Shall Be Accompanied By A Bid Security Payable To The City Of Dumaguete In Any Of The Acceptable Forms And In The Amount Stated In Sec. 27 Of Ra 9184. The Same Shall Guarantee That, After Receipt Of The Notice Of Award, The Winning Bidder Shall Enter Into Contract With The City Of Dumaguete Within Ten (10) Calendar Days. Copies Of This Invitation Are Posted At The Gso Bulletin Board, Dumaguete Public Market Complex, Province Of Negros Oriental General Services Office Bulletin Board, Philgeps And Dumaguete City Engineer's Office Bulletin Board. The Bids And Awards Committee Reserves The Right To 1) Reject Any Or All Bids, 2) Waive Any Defects Or Informalities Therein, 3) Or Accept Any Bids/ Or Offer/s Which It May Consider To Be Most Advantageous And Beneficial To The Government 4) To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Dumaguete City, February 14, 2025. Atty. Camelo D. Pidor, Jr. Chairman
Closing Date6 Mar 2025
Tender AmountPHP 2.1 Million (USD 37.7 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
United States
Details: Performance Work Statement (pws)
ground Ambulance
visn 09/station 614
purpose: The Lt Col. Luke Weathers, Jr. Va Medical Center (hereafter Memphis Va Medical Center), Its Associated Community-based Outpatient Clinics (cbocs), And Affiliated Healthcare Clinics Require Contracted Non-emergency Ambulance Transportation Services. The Contractor Shall Provide All Vehicles, Personnel, Management, Supplies, Equipment, And Necessary Reporting For The Provision Of Stretcher Transports, Basic Life Support (bls), Advanced Life Support (als), Critical Care Transport (cct) Services. The Contactor Shall Make These Ambulance Services Available To The Va As Needed, 24 Hours A Day, Seven Days A Week (24/7), Including Weekends And Holidays.
background: The Lt. Col. Luke Weathers, Jr. Va Medical Center Main Campus Is Located 116 N Pauline St, Memphis, Tn, 38105, Serving Over 196,000 Veterans, Primarily From The Memphis Area And It S Eight (8) Community-based Outpatient Clinics. The Hospital Has 236 Inpatient Beds And The Facility Servers Veterans That Live Within The 53 Counties From Memphis, Tn, Arkansas, And Mississippi.
county/zip Code
county/zip Code
county/zip Code
county/zip Code
county/zip Code
craighead/72437
crittenden/72364
lauderdale/38063
chester/38340
desoto/38641
poinsett/72342
obion/38261
crockett/38001
shelby/38105
tate/38668
cross/72396
weakley/38225
tipton/38015
fayette/38068
marshall/38635
st Francis/72335
henry/38242
haywood/38012
hardeman/38008
benton/38603
lee/72360
dyer/38024
madison/38301
mcnairy/38375
tippah/38663
phillips/72342
gibson/38382
henderson/38351
hardin/38372
alcorn/38834
mississippi/72370
carroll/38344
decatur/38329
tunica/38376
prentiss/38829
tishomingo/38852
quitman/38646
panola/38606
lafayette/38655
union/38652
coahoma/38614
pontotoc/38863
lee/38804
itawamba/38843
bolivar/38372
tallahatchie/38921
yalobusha/38965
grenada/38901
calhoun/38951
chickasaw/38851
monroe/39730
clay/39773
lake/38079
acronyms
als Advanced Life Support
aod Administrative Officers Of The Day
bls Basic Life Support
cct Critical Care Transport
cctp Critical Care Transport Paramedic
ccemtp Critical Care Emergency Medical Transport
co Contracting Officer
cor Contracting Officer S Representative
cpr Cardiopulmonary Resuscitation
dol Department Of Labor
emt Emergency Medical Technician
iaw In Accordance With
oo Ordering Officer
pws Performance Work Statement
qasp Quality Assurance Surveillance Plan
qc Quality Control Plan
tb Tuberculosis
tjc The Joint Commission
vts Veteran Transportation Service
scope/requirements
Types Of Ambulance Service
the Contractor Shall Provide Emergent, Non-emergent Stretcher Transports, Basic Life Support (bls), Advanced Life Support (als), And Critical Care Transport (cct) Tier 1, 2, And 3 Ambulance Services On An
as-needed Basis In Accordance With All Federal, State, And Local Regulations.
occasionally A Veteran Will Need To Be Transported With Va Staff And Equipment; The Contractor Shall Return Va Staff And Equipment To The Original Place Of Pick-up.
Transport Of Miscellaneous Items With The Patient
the Contractor May Also Be Required To Transport Patient Luggage, Medical Records, Medication, And Comfort Items From Pickup Points To Destination At No Additional Cost To The Government. Luggage To Be Transported Will Be
restricted To Suitcase And Valise Types. When Patients Are Transported To The Va Memphis Va Medical Center, Destination Is Deemed To Be The Er, Admissions, The Clinic, Or Service Within The Hospital, Or Directly To The Ward As Instructed By Va Staff.
Contractor Personnel: Contractor Personnel Shall Be Courteous And Always Conduct Themselves In A Businesslike Manner While Providing Services Under This Contract.
emergency Medical Technicians (emts), Critical Care Transport Paramedics (cctps) & Other Personnel
emts, Cctps And Other Medical Personnel (as Applicable) Shall At All Times Meet The Qualifications Specified In This Contract As Well As All Applicable Federal, State, And Local Government Laws, Regulations, And Standards. Emts, Cctps And Other Medical Personnel (as Applicable) Shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State, Or Regional Government Or Public Entity Where The Emergency Service Is Operated Or By Which It Is Governed.
if The Contractor Wishes To Add Or Replace Personnel Throughout The Life Of The Contract, It Shall Provide Evidence Of Required Training, Certifications, Licensing, And Any Other Qualifications To The Contracting Officer S Representative (cor) For Review.
all Ambulance Drivers Shall Have A Valid Driver S License In Accordance With State Requirements For Their Place Of Operation And The Services They Perform. If The Contractor Wishes To Add Or Replace Drivers Throughout The Life Of The Contract, It Shall Provide A Valid Driver S License To The Cor.
cctps Shall Have Met All State Requirements For The Tier In Which They Are Performing Services In (i, Ii, Iii). Proof In The Form Of A Current Certificate For The Successful Completion Of Such Must Be Provided To The Cor Upon Request.
investigative Requirements For Contract Personnel: Contract Personnel Will Be Subject To The Same Investigative Requirements As Those For Regular Va Appointees And Employees. The Level Of Investigation Commensurate With The Level Of Access To Perform The Performance Work Statement Is: Special Agreement Checks (sac). Fingerprinting For Contract Personnel Will Be Conducted At The Memphis Va Medical Center. Thereafter The Contracted Employees Will Be Subject Annually To The Same Requirement, With A 90-day Window To Complete Such Requirement As Provided By The Memphis Va Medical Center. The Va Security And Investigation Center (sic) Is Responsible For Adjudicating All Background Investigations For Contract Employees.
emts, Cctps, And Other Contractor Personnel As Applicable Must Pass The Contractor S Background Check And Must Not Have Been Convicted Of (or Have Any Pending Charges For) A Felony For The Past
five Years. Personnel (and Contractor) Must Report Any New Or Additional Charges Or Convictions If
they Arise During The Course Of Performance Under This Contract So Va Can Review Them And Determine Whether The Employee In Question Needs To Be Discharged Of His Or Her Duties Until The Matter Is Adjudicated.
tuberculosis Exposure Control Policy
the Contractor Shall Provide The Va With A Policy On Tuberculosis (tb) Exposure And Control, To Include Tb Decontamination.
the Contractor Shall Have Its Personnel Tested For Tb In Accordance With State Guidelines And Provide Written Confirmation To The Cor That All Personnel (current Employees And Any New Hires) Performing Services Under This Contract Are Current In Their Tb Test By At The Start Of Each Ordering Period.
Contractor Equipment, Vehicles, And Inspection
ambulances Shall Meet All Applicable Federal, State, And Local Regulations And Specifications, Including But Not Limited To Licensing, Registration, And Safety Standards.
the Va Reserves The Right To Inspect The Contractor S Equipment And Vehicles Or Require Documentation Of Compliance With State Laws, Rules, Regulations, And Guidelines Governing Emergency Medical Transport Vehicles (ambulances). Va Inspections Of Contractor Equipment Do Not Constitute A Warranty Or Guarantee That The Contractor S Vehicles And Equipment Are Properly Maintained. The Va Reserves The Right To Restrict The Contractor S Use Of Equipment And Vehicles In The Performance Of This Contract Which Are Not In Compliance With Contract Requirements. The Restriction Of Such Equipment And Vehicles Shall Not Relieve The Contractor From Performance In Accordance With The Contract Nor Necessitate Additional Cost To The Va.
vehicles Shall Be Clean And Maintained In Good Repair In Accordance With Manufacturer S Instructions.
the Contractor Shall Not Borrow Or Exchange Supplies, Equipment, And/or Medications With The Va. Equipment Attached To Or In Use By The Patient At Time Of Pick-up May Remain With The Patient During Transport To Ensure Continuity Of Care. Medical Control Authorities Are Responsible For Maintaining And Supplying Medication During Patient Transport. All Va Equipment And Unused Medications Must Be Returned To Va During Patient Drop-off Or As Promptly As Feasible Within 24 Hours.
the Contractor Shall Furnish All Linen Required For Patient Transport At No Additional Cost. Linen Shall Not Be Exchanged With Linen Belonging To Memphis Va Medical Center Or Its Cbocs.
the Contractor Must Be Capable Of Transporting The Drugs And/or Equipment As Required By The Patient As Listed In Attachment A Critical Care Transport Capabilities Confirmation. The Contractor Shall Have The Appropriate Medications, Up To And Including Cct Tier Iii If Necessary, Based On The Ems Region The Ambulance Provider Is Functioning In.
the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract.
the Contractor Personnel Performing Services For The Va, Shall, At All Times, Conduct Themselves In A Professional Manner, And Be Identified By Having The Company Name, And Employee Name Affixed To
the Uniform. The Contractor Shall Be Responsible For Furnishing All Vehicles, Uniforms, Nametags And/or Badges For Performance Of Services Under This Contract. Employee Identifications Shall Be Worn In Clear View Above The Waist. The Contractor Personnel Shall Not Smoke/play Loud Music Originating From Any Device In Vehicles While Transporting Va Patients.
each Driver Shall Possess A Driver S License That Is Valid For The Class Of Vehicle Driven. Evidence Of A Special Transportation Service Vehicle Permit, Or Endorsement Issued By The Commissioner Of Public Safety.
be At Least 18 Years Of Age And Have Not Less Than One Year Of Experience As A Licensed Driver; And
for The Past Three Years:
have Not Had A Driver S License Canceled Or Suspended.
have A Driving Record Clear Of Convictions For Operating A Motor Vehicle Or Motorcycle Without Insurance.
have A Driving Record Clear Of Convictions For Driving A Motor Vehicle Without A Valid Current License For The Class Of Vehicle Driven
have A Driving And Criminal Record Clear Of Convictions For Driving Under The Influence Of Alcohol Or A Controlled Substance.
the Contractor Personnel Will Ensure That The Patient Is Secured To The Stretcher/cot And That The Stretcher /cot Is Secure In The Back Of The Ambulance Before The Vehicle Moves.
ambulance Drivers Shall Have A Valid Driver S License, In Accordance With Federal, State, And Local Government Requirements For Their Place Of Operation For The Services They Perform, Be Capable Of Administering Oxygen And Shall Have Successfully Completed The Standard And Advanced First Aid Course Of The American Red Cross Of U.s. Bureaus Of Mines Of Equivalent And Be Capable Of Providing Necessary Medical Assistance To The Attending Emergency Medical Technician Or Paramedic.
emergency Medical Technician (emt) And Paramedic Qualifications: Emt S And Paramedic S Providing Services Under This Contract Shall Have The Following Qualifications, In Additions To Those Required By Federal, State, And Local Government:
have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974).
shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State Of Regional Government Or Public Entity Where The Emergency Ambulance Service Is Operated Or By Which It Is Governed.
Transportation Request
4.5.1 Vetride Or Va-approved Transportation Software Utilization:
the Contractor Agrees To Utilize The Vetride Vendor Portal Or Va-approved Transportation Software With Every Patient Transported Under This Contract.
department Of Veteran Affairs Will Provide The Software And Access To The Vetride Vendor Portal Or Va-approved Transportation Software For The Vendor/contractor In This Contract. The Contractor Will Utilize The Vetride Vendor Portal Or Va-approved Transportation Software Fully As Instructed:
receive And Respond To Electronic Trip Requests.
receive, Use, And Ensure The Use Of The Vendor Pass By The Driver.
submit Claims Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Va-approved Transportation Software System.
all Invoices Must Be Submitted Within 30 Calendar Days Of Date Of Service In Accordance With 38 Cfr 70 To Be Considered Timely Submission.
the Contractor S Invoice Must Be On The Hcfa 1500 To Include:
contract Number
date Of Service (to Include Box 24 A-j)
authorization Number(s)
pick-up And Drop-off Location Of The Patient
base Rate
name (last, First And Middle Initial (if Any)) And Full Social Security Number (box 1a) Of Patient Transported
date Of Birth And Sex
diagnosis Codes Or Nature Of Illness Or Injury
documentation Of Circumstances When Billing For Waiting Time
any Miscellaneous Charges For Which The Contractor Is Expecting Reimbursement I.e., Tool Charges, Waiting Time, Etc.
va Authorizing Official S Name
healthcare Procedure Coding System/national Level Ii (hcpcs)
unauthorized Charges Will Be Reviewed By The Contracting Officer Representative (cor) As To The Validity Of The Charges And As To Whether The Payment Will Be Made. A Final Determination Will Be Made Within 30 Days After Notifying The Contractor Of The Charges, Which Are Being Suspended.
a Transportation Request Is Defined As One Incidence Of A Request For One-way Service (stretcher Transports, Bls, Als, Cct). No More Than One Patient Will Be Transported Per Order Unless Approved By An Authorized Va Staff. Transportation Requests Will Be Made Through Vetride Or Va-approved Transportation Software Utilization. Contractors Must Have The Capability To Receive Orders, Update Ride Status, And Input Trip Costs And Other Required Data Through This Portal. Contractors Must Have Dedicated Staff Available To Monitor This Portal 24/7. Memphis Va Medical Center Travel Program Staff Will Be Available To Assist With Account Setup And Training For The Contractor S Staff. In The Event Vetride Or Other Va-approved Transportation Software Utilization Is Down, Other Methods Of Communication (i.e., Telephone, Facsimile) Will Be Used To Place Transportation Requests.
memphis Va Medical Center Travel Program Staff/or Authorized Va Employees Will Work With The Contractor The Following Business Day To Reconcile Any Transportation Requests That Were Placed Outside Of Vetride Or Va-approved Transportation Software Utilization.
the Contractor Must Update Vetride Or Va-approved Transportation Software Utilization With Any Data And/or Notes In Real Time That Deviate From The Original Order Such As Invoicing For Additional Mileage Due To A Road Closure, Wait Time, Reason For No Load, Etc. Memphis Va Medical Center Travel Program Staff/or Authorized Va Employees May Place A Hold On Payment Of This Order Until It Has Been Reconciled.
only The Following Va Staff Are Authorized To Place, Cancel, Or Make Changes To Transportation Requests:
contracting Officer (co) Ordering Officers (oo)
administrative Officer Of The Day (aod) Beneficiary Travel Office Staff
contracting Officer S Representative (cor)
the Contracting Officer Will Furnish The Contractor With The Names Of Individuals Above, Who Are Authorized As Ordering Officers, By Separate Memorandum Upon Issuance Of The Contract. The Contracting Officer Will Update This List Throughout The Life Of The Contract As Ordering Officers Change.
ordering Officers Are Responsible For Issuing And Administering Orders Placed Under This Contract. Ordering Officers Have No Authority To Modify Any Term Of This Basic Contract. Any Deviation From The Terms Of The Basic Contract Must Be Approved In Writing By The Contracting Officer Responsible For This Contract. The Contractor Shall Accept Orders Against This Contract Only From The Contracting Officer And/or Authorized Ordering Officers. Fulfilling Orders From Persons Other Than The Contracting Officer Or Ordering Officer May Result In Loss Or Delay In Payment For Supplies/services Provided Under Such Orders.
non-authorized Va Employees And Private Agencies (e.g., Nursing Homes) Are Not Considered Authorized To Place Transportation Requests.
All Patient Pick-up(s) And Drop-off(s) Shall Be Authorized Via Orders Which Shall Only Be Issued By The Designated Ordering Officers. When Placing Orders For Services, The Ordering Officer Shall Contact The Designated Contractor Point Of Contact(s) To Provide The Following Information:
mode Of Transportation Required,
required Time Of Arrival
name Of The Beneficiary,
pick-up And Delivery Point,
type And Number Of Additional Medical Care Specialists Required,
type Of Equipment Required,
last Four Of The Patient's Social Security Number, And
any Other Special Instructions
for All Transports An Audit System Will Be Put In Place By The Va To Include The Cor Or Designee, Beneficiary Travel Department Staff, And Clinical Staff To Ensure Appropriateness Of The Order And Timeliness Of The Response.
the Type Of Transportation Service (stretcher Transports, Bls, Als, Cct) Required Will Be Discussed And Determined By Va Clinical Personnel And The Contractor. The Contractor Shall Transport The Patient Per Its Policies And Standard Industry Practice. If The Type Of Transportation Service Differs From What Was Agreed Upon By The Va And Contractor, The Contractor Shall Submit Documentation To The Va Explaining Its Rationale.
the Va May Authorize An Escort (e.g., Spouse, Relative, Guardian, Etc.) To Accompany The Patient During Medical Transport If It Is Practicable And, In The Patient S, Best Interest. The Contractor Shall Allow The Escort To Accompany The Patient At No Additional Cost.
the Contractor Shall Have Sufficient Vehicles And Personnel To Provide Services For Up To Four (4) Simultaneous Transportation Requests. Transports Required May Be For Any Mix Of Stretcher Transports, Bls, Als Transports. One Of These Four Simultaneous Transports May Require Cct Capability Up To Tier Iii. If Memphis Va Medical Center Requires Ambulance Services Exceeding Four (4) Simultaneous Transportation Requests, The Vendor Will Be Offered To Provide The Services If They Have Sufficient Vehicles/personnel Available; But May Decline These Additional Orders If Sufficient Vehicles/personnel Are Unavailable.
the Number Of Transports Under Normal Operating Conditions Will Typically Range From 2 -5 Transports Each Weekday And Significantly Less On Weekends And Holidays. The Number Of Actual Transports May Vary Throughout The Life Of The Contract.
the Patient May Bring With Her Or Him Up To Three (3) Liters Of Oxygen. The Contractor Shall Be Responsible For Providing Adequate And Safe Storage Of The Oxygen Tanks During Transport.
response Times*
orders That Are Scheduled By 7pm Local Time The Day Before The Required Services Are Defined As Scheduled In Advance. With The Exceptions Found Below, The Contractor Shall Arrive On Time For All Orders Scheduled In Advance.
emergent Transport (originating From Va (only): The Contractor Shall Be Required To Provide Ground Ambulance Arrangements Within Thirty (30) Minutes Of Order/patient Pick Up Call.
for All Add-ons (not Scheduled In Advance) Transportation Requests, With Pick Up At Memphis Va Medical Center: The Contractor Will Be Allotted Up To A Ninety (90) Minute Response Time From Time Of Order Placement For Transportation Requests That Are Not Previously Scheduled In Advance.
for An Urgent Transport Request For A Critical Patient (as Deemed By The Physician) With Pick Up At Memphis Va Medical Center, The Contractor Will Be Allotted Up To A Sixty (60) Minute.
for Transportation Requests Which Do Not Have A Pick-up At Memphis Va Medical Center:
the Contractor May Be Required, If Requested By The Va, To Dispatch Ambulances On Short Notice For Transportation Request Not Scheduled In Advance; For These Transportation Requests The Contractor Shall Dispatch Ambulances Within Thirty (30) Minutes Of Receiving The Order.
pick-up Appointment Times Shall Be Agreed Upon By The Va And Contractor At Time Of Order Placement And Be Reasonable Based Upon Travel Distance, Speed Limits, And Weather Conditions.
the Contractor S Patient Pick-up Time Cannot Be More Than 15 Minutes Prior To The Schedule Pickup Time Nor 15 Minutes Later Than The Scheduled Pickup Time For Transportation Requests Scheduled In Advance.
* The Contractor Shall Not Be Held Liable For Nonperformance Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, And Unusually Severe Weather. The Contractor Must Notify The Va With As Much Advance Notice As Possible Should Any Of These Occur.
cancellations
for Trips In Which The Contractor Is Notified Of Cancellation Before The Vehicle Is Dispatched, There Shall Be No Charge To The Government.
a No Show Is Defined As A Transportation Request Which Is Cancelled After The Contractor Has Dispatched A Vehicle, The Vehicle Is Enroute, Or Has Arrived At The Pick-up Location, And There Is No Longer A Requirement For Patient Transportation. The Contractor May Request One-way Reimbursement For No-shows. No-show Reimbursement Shall Be Based Upon The Base Rate For The Type Of Service Requested (stretcher Transports, Bls, Als, Cct) And The One-way Mileage (stretcher Transports, Bls, Als, Cct) Accrued Enroute To The Pick-up Location At Time Of Cancellation. Mileage For No- Show Cancellations Shall Be Confirmed By The Contractor And Reported To The Va As Soon As Possible From Time Of Cancellation.
for Transportation Requests Out Of Memphis Va Medical Center Only The Contractor Will Immediately Dispatch A Vehicle Upon Receipt Of The Order (including Transportation Requests In Which The Final Destination May Change Prior To Pick Up Due To The Critical Condition Of The Patient). When The Contractor Is Notified Of A Cancellation Prior To Arrival At The Memphis Va Medical Center Campus, There Shall Be No Charge To The Government.
Pick-up/drop-off/reporting Procedures
ambulance Personnel Shall Pick-up And Deliver Patients At Specified Locations (e.g., Front Door Of Memphis Va Medical Center Entrance). These Locations Will Be Specified By Va Staff When An Order Is Placed And Communicated To The Transporting Personnel.
when Applicable, Ambulance Personnel Shall Report To The Veteran Transportation Service (vts) Dispatcher Or Administrative Officer Of The Day (aod) To (1) Announce His/her Arrival To Pick-up And
transfer The Patient And (2) Obtain Report Of Pertinent Information Regarding The Patient S Condition From The Primary Nurse/physician.
when Delivering A Patient, Ambulance Personnel Shall Give Report To The Appropriate Va Healthcare Staff And Provide A Copy Of The Run Sheet Which Will Be Retained By The Facility For Inclusion To The Patient S Medical Record.
in Cases Where Ambulance Personnel Must Divert To A Local Emergency Department While Performing A Va Authorized Transport, The Contractor S Dispatcher Shall Notify The Va Beneficiary Travel Department Or Administrative Officer Of The Day Of The Patient S Location And Status As Soon As This Information Becomes Available.
Patient Welfare
the Contractor Shall Be Responsible For The Patient S Welfare During Transport. The Contractor Shall Be Held Responsible For Patient And/or Va Property During Transport. Any Damaged Or Lost Wheelchairs, Walkers, Crutches, Or Personal Belongings Shall Be Replaced At The Contractor S Expense.
the Va Requires The Contractor To Exercise Extreme Caution And Care In The Handling Of Patients.
if A Va Beneficiary Being Transported Declines To Be Properly Secured Or Removed The Securement Devices Himself/herself, The Driver Will Notify The Contracting Officer S Representative (cor) Of This Fact Prior To Departure. The Contractor Is Not Required To Transport Any Va Beneficiary Who Refuses To Be Properly Secured While Being Transported. In The Event That The Beneficiary Refuses To Be Properly Secured, They Shall Be Returned Back Into The Building Which They Came From.
Incident Reporting
the Contractor Shall Notify The Cor, Requestor, Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Cor, Program Manager, Or Beneficiary Travel Department, By The Close Of Business Of The Next Working Day.
the Cor Will Monitor The Service Provided. The Contractor Shall Cooperate With The Cor In Providing Information And Answering Questions In A Timely Manner. The Contractor Shall Promptly Inform The Cor Of Any Complaints Received Directly From Patients. If Warranted, The Va May Conduct Incident Investigations And Require Written Response From The Contractor Within 48 Hours Of Request.
Invoicing
each Transport Shall Include Thirty (30) Minutes Of Wait Time; The Contractor May Invoice For Wait Times In Excess Of This Initial Thirty (30) Minutes. Wait Time Shall Begin Only Once The Contractor Has Both Reached The Pick-up Address Location And The Appointment Time Has Elapsed. All Wait Times Shall Be Itemized And Invoiced In Fifteen (15) Minute Intervals. For Partial Fifteen (15) Minute Intervals, Zero (0) To Seven (7) Minutes Shall Be Rounded Down To Zero (0) Minutes And Eight (8) To Fifteen (15) Minutes Rounded Up To Fifteen (15) Minutes.
when Invoicing For Mileage, The Contractor Shall Round To The Nearest Mile. Mileage Ending In .5 Or Higher Shall Be Rounded Up To The Nearest Mile. Mileage Ending In .4 Or Lower Shall Be Rounded Down To The Nearest Mile. Payment For Mileage To Or From The Point Of Care Shall Be Limited To The Va S Calculation According To The Va S Bing Maps Api Determination. Bing Maps Api Is Optimized To Determine Mileage Based On The Shortest Time Of Travel.
if Unloaded Mileage Exceeds Loaded Mileage, The Contractor May Invoice For A Flat Fee Only If The Following Also Occur:
unloaded Mileage Exceeds 75 Miles
the Contractor Does Not Deviate From A Route To Intentionally Make Unloaded Mileage Exceed Loaded Mileage.
except For No Shows And Trips When Unloaded Mileage Exceeds Loaded Mileage In Accordance With 4.9.3, The Contractor Shall Invoice For Loaded (patient Onboard) Services And Mileage Only.
upon Notification Of The Contracting Officer, The Vendor Must Receive Training And Begin Implementation Of Invoices Via Vet Ride Within 30 Days Versus Va Tungsten Network E-invoicing Network. Invoices Must Be Submitted Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Other Va Approved Software. These Invoices Shall Not Include Patient Information, But Shall Include The Following:
contractor Name
contract Number
current Purchase Order Number
date Of Service
total Amount Invoiced Including A Summary Of The Total Number Of Charges That Align With The Line Items Of This Contract (i.e., Total Number Of Bls Base Rate, Total Bls Mileage Incurred, Etc.)
an Itemized List Of Charges Or Services Rendered That Align With The Line Items Of This Contract (i.e., Bls Base Rate, Bls Mileage Incurred, Etc.)
payment By Va Under This Contract To A Provider Of Ambulance Transportation Services Authorized Under This Contract Extinguishes Any And All Liability On The Part Of Theâ va Beneficiaryâ for That Transportation Service. Â under No Circumstances Are Va Beneficiaries, Third Party Insurances, Medicare, Or Medicaid To Be Billed For The Services Performed Under This Contract.
period & Place Of Performance
this Contract S Ordering Period Shall Be Effective From Date Of Award Through ___03/31/2030_______.
the Place Of Performance Is Variable And May Occur Within The States Of Tennessee, Mississippi, Arkansas, Georgia Alabama, And Kentucky Ambulance Services May Be Required To Or From Locations Including, But Not Limited To The Following:
lt. Col. Luke Weathers, Jr. Va Medical Center To Include Specific Emergency Department, Pavilions, Or Out-buildings On The Lt. Col. Luke Weathers, Jr. Va Medical Center Campus. The Lt. Col Luke Weathers, Jr. Va Medical Center Address Is: 116 N Pauline St, Memphis, Tn 38105.
memphis Va Medical Center Community-based Outpatient Clinics (cbocs):
cboc Name
address
covington Va Clinic
3461 Austin Peay Highway
memphis, Tn 38128-3801
dyersburg Va Clinic
1067 Vendall Road
dyersburg, Tn 38024-1622
helena Va Clinic
125 Quarles Lane
west Helena, Ar 72390-1923
holly Springs Va Clinic
1700 Crescent Meadows Drive
holly Springs, Ms 38635-7417
jackson Va Clinic
180 Old Hickory Boulevard, Suite A
jackson, Tn 38305-2500
jonesboro Va Clinic
1843 East Highland Drive, Suite B
jonesboro, Ar 72401-6118
nonconnah Blvd Va Clinic
1689 Nonconnah Boulevard
memphis, Tn 38132-2105
savannah Va Clinic
70 Harbert Drive North
savannah, Tn 38372-3451
tupelo Va Clinic
1114 Commonwealth Blvd
tupelo, Ms 38804-4753
other Va Medical Centers, Hospitals, Or Cbocs Within Veterans Integrated Service Network (visn) 09 Including, But Not Limited To:
medical Center Name:
address:
troy Bowling Campus
1101 Veterans Drive
lexington, Ky 40502-2235
franklin R. Sousley Campus
2250 Leestown Road
lexington, Ky 40511-1052
james H. Quillen Department Of Veterans Affairs Medical Center
corner Of Lamont Street And Veterans Way
mountain Home, Tn 37684
robley Rex Department Of Veterans Affairs Medical Center
800 Zorn Avenue
louisville, Ky 40206-1433
alvin C. York Veterans' Administration Medical Center
3400 Lebanon Pike
murfreesboro, Tn 37129-1237
nashville Va Medical Center
1310 24th Avenue South
nashville, Tn 37212-2637
other Non-va Medical Facilities And Community Care Facilities As Authorized By The Va.
veteran S Residence.
local Airports Including Memphis International Airport.
quality Control Plan
Quality Control
the Contractor Shall Maintain A Quality Control Plan (qcp) That Contains, At A Minimum, The Following:
a Description Of The Company S Organizational Structure Including A Description Of The Roles And Responsibilities Of Management And Supervisors.
a Description Of The Methods To Be Used By The Contractor For Identifying And Preventing Deficiencies Or Problems In The Quality Of Service.
a Description Of The Specific Steps The Contractor Will Take For Corrective Action If Needed If A Deficiency Or Problem In The Quality Of Service Occurs.
a Description Of The Company S Records And Tracking System Used To Identify Up-to- Date Background Checks, Applicable Certifications And Tests, And Training Of Each Employee Performing Services Under This Contract.
a Description Of The Method Used To Provide On-time Ambulance Services To Meet The Requirements Of This Contract (24/7 Availability And Up To 4 Simultaneous Transports In Accordance With Pws 4.5.1.7).
a Description Of The Methods Used To Identify And Prevent Radio Communication Breakdowns And A Detailed Procedure For Alternative Communications In The Event Of Electronic And Mechanical Breakdown Of Vehicle Two-way Radios.
contengency Plan: (in Case Vetride Vendor Portal Is Down) A Description Of The Method/system Used To Log All Requests For Service. The Contractor Shall Confirm That The Log Indicates The Date And Time Of Service Call, Actual Time Of Pick-up Versus The Scheduled Time, Name Of Patient Requiring Services, Designated Pick-up And Delivery Points, Mileage, And Actual Waiting Time At Pick-up And Delivery Points If Waiting Charges Are Claimed. The Contractor Shall Confirm The Log Will Be Sent To The Cor Monthly.
the Government Will Evaluate The Contractor S Performance Under This Contract To Ensure That The
contractor S Qcp Is Adequate, And That Quality Is Achieved Through A Quality Assurance Surveillance Plan (qasp).
the Government Shall Prepare A Qasp After Contract Award Derived From The Pws And Contractor S Submitted Quality Control Plan. The Qasp Is A Living Document And The Government May Review And Revise It At Any Time. However, The Government Shall Coordinate Changes To The Qasp With The Contractor.
the Qasp Will Specify The Work Requiring Surveillance And The Government S Method Of Surveillance.
Minimum Performance Standards
the Contractor Shall Maintain Performance Standards In Accordance With The Standards Outlined In The Table Below. Failure To Meet The Acceptable Quality Levels (aql) May Result In Termination Of The Contract.
the Qasp Will Include The Standards Below As Well As Others Derived From The Successful Offeror S Quality Control Plan.
task
pws
reference
standard
acceptable Quality Level
method Of Surveillance
provide On- Time Ambulance
services
section 4.5.1.8.3
scheduled Patient Pick-ups Shall Not Deviate More Than 15 Minutes Past Scheduled Pick-up Time For Scheduled
orders
97%
customer Feedback
incident Reporting
section 4.8
the Contractor Shall Notify The Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Program Manager, Benefits Management, By The Close Of Business Of The Next Working Day.
97%
customer Feedback
invoice Reports
section 4.9
provide A Monthly Invoice Including Secondary Documentation In Accordance With Section 4.10 Of The Pws
95%
100% Inspection
of Monthly Invoices/reports
covid-19 Or Other Similar Infectious Diseases
contractor Shall Not Refuse Transports Of Covid-19 Positive Or Other Similarly Infected Patients.
contractor Shall Abide By All Additional Procedures And Precautions That May Be Implemented By The Va Based On Va-issued Guidance And/or Cdc Recommendations. These Procedures Are Subject To Change Throughout The Life Of The Contract And Will Be Incorporated Via Attachment.
contractor Shall Have Written Policy Of Steps They Will Take To Prevent The Spread Of Covid-19 Or Other Similarly Infectious Diseases By Their Employees And/or Vehicles. This Policy Shall, At A Minimum, Include Procedures Of Screening Drivers Before Each Shift, Deliberate Decontamination Of Their Vehicles And All Other Preventative Precautions Taken By Contractor Employees.
contractor Shall Furnish All Required Ppe Throughout The Life Of The Contract.
conformity To Regulations
8.1 The Contractor And His/her Operators Shall Conform To All Federal, State, And Local Regulations Governing The Performance Of Contracted Services.
8.2 Vamc Facilities Have Been Designated No Smoking Areas In Their Entirety. Individuals Found In Violation Of This No Smoking Policy May Be Subject To A $50.00 Federal Citation For Disregarding Posted Safety Rules And Regulations. Furthermore, The Contractor May Be Directed To Stop Work. The Contractor Is To Notify All Of His/her Employees And/or Sub-contractors Of This Strict Enforcement Policy.
wage Rates
9.1. Wage Determination(s) As Listed In Section D In This Solicitation Are Applicable To Any Resulting Contract.
9.2. The Contractor Certifies By Signature On This Offer That The Salaries To Be Paid Workers Involved In The Performance Of The Contract Are Equal To Or Greater Than Those Specified In The Attached Wage Determination(s).
9.3 The Department Of Labor Has Held That Contractors Must Pay Their Employees The Service Contract Act Waged While They Are Driving Both To And From Destinations For The Va. The Wage Determination Is Attached In Section D.
evidence Of Coverage
10.1 Before Commencing Work Under The Contract, The Contractor Shall Furnish The Contracting Officer With A Certification From His/her Insurance Company Indication That The Coverage Outlined In This Contract Has Been Obtained And That It May Not Be Changed Of Canceled During The Term Of The Contract.
worker S Compensation
11.1 The Act Of June 25, 1936, 42 Stat. 1938 (40 Usc 290), Authorized The Constituted Authority Of The Several States To Apply Their Workmen S Compensation Laws To All Lands And Premises Owned Or Held By The United States. The Contractor Agrees To Procure And Maintain While The Contract Is In Effect, Worker S Compensation And Employers Public Liability Insurance. The Policy Shall Provide Coverage For Public Liability Limits Of Not Less Than The Statutory
limitations For Any One Accident, And At Least Meet The Statutory Limitations If More Than One Person Is Involved., Upon Award Of The Contract, The Contractor Shall Furnish To The Contracting Officer A Certificate From Its Insurance Company Indicating That This Coverage Has Been Obtained And That Such Coverage May Not Be Changed Or Canceled Unless 30 Day Advance Written Notice Is Provided To The Contracting Officer.
contractor Personnel Security Requirements
12.1 All Contractor Employees Who Require Access To The Department Of Veterans Affair's Computer Systems Or Who Come Into Contact With Veteran/beneficiaries Shall Be The Subject Of A Background Investigation And Must Receive A Favorable Adjudication From The Va Office Of Security And Law Enforcement Prior To Contract Performance. This Requirement Is Applicable To All Subcontractor Personnel Requiring The Same Access. If The Investigation Is Not Completed Prior To The Start Date Of The Contract, The Contractor Will Be Responsible For The Actions Of Those Individuals They Provide To Perform Work For The Va.
position Sensitivity - The Position Sensitivity For This Contract Has Been Designated As Low Risk.
background Investigation - The Level Of Background Investigation Commensurate With The Required
level Of Access For This Contract Is National Agency Check With Written Inquiries.
contractor Responsibilities:
The Contractor Shall Pre-screen All Personnel Requiring Va Access To Ensure They Maintain A
U.s. Citizenship And Are Able To Read, Write, Speak, And Understand The English Language.
The Contractor Shall Submit Or Have Their Employees Submit The Following Required Forms
requested By Department Of Veterans Affairs, Office Of Security And Law Enforcement, Security
and Investigations Center, 2200 Fort Roots Drive Bldg. 104, North Little Rock, Ar 72114 Within
30 Days Of Receipt:
All Documents Completed And Submitted At The Following Website: Http://www.va.gov/securityinvestigationscenter/
The Contractor, When Notified Of An Unfavorable Determination By The Government, Shall
withdraw The Employee From Consideration From Working Under The Contract. Failure To Comply
with The Contractor Personnel Security Requirements May Result In Termination Of The Contract Or
cause.
the Contractor Shall Agree That All Deliverables, Associated Working Papers, And Other Material Deemed Relevant By The Contractor In The Performance Of This Task Order Are The Property Of The United States Government. The Contractor Shall Agree That All Individually Identifiable Health Information Shall Be Treated With The Strictest Confidentiality. Access To Records Shall Be Limited To Essential Personnel Only. Records Shall Be Secured When Not In Use. At The Conclusion Of The Contract, All Copies Of Individually Identifiable Health Records Shall Be Destroyed Or Returned To The Va. Any Individually Identifiable Health Records Shall Be Deleted From Computers Not Belonging To The Va. The Contractor Shall Comply With The Privacy Act, 38 U.s.c. 5701, 38 U.s.c. 7332, And 5 U.s.c. 552(a) Et. Seq. Contractor Staff Shall Sign Confidentiality Statements Before The Start Date Of The Contract. The Contractor Shall Comply With All Provisions Of The Health Information Portability And Accountability Act (hipaa), Including But Not Limited To Privacy, Security Of Electronic Health Data, And Adherence To Standards And Code Sets As Required By Hipaa. The Contractor Shall Ensure The Confidentiality Of All Patient And Employee Information And Shall Be Held Liable In The Event Of Breach Of Confidentiality. Any Person, Who Knowingly Or Willingly Discloses Confidential Information Obtained From The Va With Non-essential Persons, May Be Subject To Fines.
12.1.1 Hipaa Compliance. Hipaa Compliance Is Required. The Contractor Must Adhere To The Provisions Of Public Law 104-191, Health Insurance Portability And Accountability Act (hipaa) Of 1996 And The National Standards To Protect The Privacy And Security Of Protected Health Information (phi). As Required By Hipaa, The Department Of Health, And Human Services (hhs) Has Promulgated Rules Governing The Security And Use And Disclosure Of Protected Health Information By Covered Entities, Including The Department Of Veterans Affairs (va). In Accordance With Hipaa, The Contractor May Be Required To Enter Into A Business Associate Agreement (baa) With Va.
12.1.2 Blood Borne Pathogens: The Contractor And The Employees Provided, Pursuant To This Contract, Shall Comply With The Effective Vamc Policy (and Occupational Health Requirements In Accordance With Osha Blood Borne Pathogens (bbp) Law And The Osha Tuberculosis Compliance Directive, Enforceable Under Osha S General Duty Clause) Governing Health Care Workers Infected With A Blood Borne Pathogen. If The Contractor Obtains Information That A Health Care Worker Providing Care Pursuant To This Agreement May Be Infected With A Blood Borne Pathogen, The Contractor Will Advise The Contracting Officer Immediately.
medical Liabilities Insurance
13.1 The Contractor Shall Carry Required Insurance (see Vaar Clause 852.237-7 Indemnification And Medical Liability Insurance) And Vehicle Insurance In Accordance With The Tennessee Department Of State Health Services.
annual Vha Training
14.1 In Accordance With Vha Directive 2003-028 "compliance And Business Integrity Program", Its Updates Or Replacement Directives, Ig Guidance At 8994, Section Ii(c); Guidance At 4875, Section Iii (b)(4) Sentencing Guidelines, Section 8b2.1 (b) (4) (b) Annual Compliance Training Is To Be Provided To All Contractors Within The Scope Of Their Work. The Medical Center Cotr S Are To Coordinate The Annual Training With Their Respective Contracting Officer And
compliance And Business Integrity Officers. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Compliance And Business Integrity Officers For Their Files.
in Accordance With Vha Directive 1605.1 Privacy And Release Of Information , Updates Or Replacement Directives Annual Vha Privacy Policy Training Is To Be Provide To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Privacy Officer For Their Files.
in Accordance With Va Directive 6500, Information Security Program , Updates Or Replacement Directives Annual Vha Cyber And Security Information Training Is To Be Provided To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Information Security Officer For Their Files.
conformance With Environmental Management Systems
15.1 The Contractor Shall Perform Work Under This Contract Consistent With The Relevant Policy And Objectives Identified In The Agency, Organizational, Or Facility Environmental Management System (ems) Applicable For Your Contract. The Contractor Shall Perform Work In A Manner That Conforms To All Appropriate Environmental Management Programs And Operational Controls Identified By The Agency, Organizational, Or Facility Ems, And Provide Monitoring And Measurement Information As Necessary For The Organization To Address Environmental Performance Relative To The Environmental, Energy, And Transportation Management Goals. In The Event An Environmental Nonconformance Or Noncompliance Associated With The Contracted Services Is Identified, The Contractor Shall Take Corrective And/or Preventative Actions. In The Case Of A Noncompliance, The Contractor Shall Respond And Take Corrective Action Immediately. In The Case Of A Nonconformance, The Contractor Shall Respond And Take Corrective Action Based On The Time Schedule Established By The Ems Site Coordinator. In Addition, The Contractor Shall Ensure That Their Employees Are Aware Of The Roles And Responsibilities Identified By The Environmental Management System And How These Requirements Affect Their Work Performed Under This Contract.
all On-site Contractor Personnel Shall Complete Yearly Epa Sponsored Environmental Training Specified For The Type Of Work Conducted On-site. Upon Contract Award, The Contracting Officer's Representative Will Notify The Facility-level Environmental Management Systems Coordinator To Arrange Ems Training For Appropriate Staff.
contractor Performance Assessment Rating System (cpars)
required Registration With Contractor Performance Assessment Rating System (cpars)
16.1 As Prescribed In Federal Acquisition Regulation (far) Part 42.15, The Department Of Veterans Affairs (va) Evaluates Contractor Past Performance On All Contracts That Exceed $1,000,000 And Shares Those Evaluations With Other Federal Government Contract Specialists And Procurement Officials. The Far Requires That The Contractor Be Provided An Opportunity To Comment On Past Performance Evaluations Prior To Each Report Closing. To Fulfill This Requirement Va Uses An Online Database. The Cpars Database Information Is Shared With The Past Performance Information Retrieval System (ppirs) Database, Which Is Available To All Federal Agencies.
16.2 Ach Contractor Whose Contract Award Is Estimated To Exceed $1,000,000 Is Required To Register With The Contractor Performance Assessment Rating System (cpars) Database At The Following Https://www.cpars.gov/
or By Calling (207) 438-1690. Registration Should Occur No Later Than Thirty Days After Contract Award And Must Be Kept Current Should There Be Any Change To The Contractor S Registered Representative.
16.3 For Contracts With A Period Of One Year Or Less, The Contracting Officer Will Perform A Single Evaluation When The Contract Is Complete. For Contracts Exceeding One Year, The Contracting Officer Will Evaluate The Contractor S Performance Annually. Interim Reports Will Be Filed Each Year Until The Last Year Of The Contract When The Final Report Will Be Completed. The Report Shall Be Assigned In Cpars To The Contractor S Designated Representative For Comment. The Contractor Representative Will Have Thirty Days To Submit Any Comments And Re-assign The Report To The Va Contracting Officer.
16.4 Failure To Have A Current Registration In The Cpars Database, Or To Re-assign The Report To The Va Contracting Officer Within Those Thirty Days, Will Result In The Government S Evaluation Being Placed On File In The Database With A Statement That The Contractor Failed To Respond.
surveillance Checklist
lt. Col. Luke Weathers Jr. Va Medical Center
contract: Ground Ambulance
date/time Of Inspection:
government Poc Primary:
government Poc Alternate:
organization:
lt. Col. Luke Weathers, Jr. Va Medical Center
location: Bldg. Post
ss
performance Objective
pws Para
performance Threshold
method Of Surveillance
met
not Met
remarks
ss 1
the Contractor Shall Provide Ambulance Service, 24 Hours Per Day, 365 Days Per Year, As Required In Accordance With The Terms And Conditions Contained Herein.
1
95% Compliance
100% Surveillance Of Each Patient Pick-up.
ss 2
the Objective Of Standards For Maintenance Is To Protect Veterans And To Cause No Harm To All Parties. The Contractor Shall Maintain All Vehicles In A Clean And Orderly Condition, Free From Debris And Accumulations Which May Create An Accident, Injury, Or Fire Hazard.
4.4.3
95% Compliance
100%
surveillance
ss3
the Contractor Shall Maintain (and Furnish Upon Request) Procedures That Outline Preventive Maintenance And/or Repairs On Each Vehicle In An Individual Vehicle File And In Chronological Order, Latest Service On Top. A Statement From The Contractor Indication Compliance Of Vehicle Maintenance Files Is In Place Should Be Submitted At Time Of Offer For Evaluation Purposes. Requested Submission And Verification Of These Documentation Requirements Will Be A Quality Assurance Procedure During The Contract Period.
4.4.3
95% Compliance
100%
surveillance
ss4
the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract.
4.3.1
100% Compliance
100%
surveillance
ss5
have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974).
4.3.1
100% Compliance
100%
surveillance
ss6
a Licensed Mto Shall Ensure That Sanitation Procedures Are Provided To All Personnel In A Written Document That Conforms With Current Standards As Set Forth In Occupational Safety And Health Administration-blood Borne Pathogens Protocol.
attachment B
100% Compliance
100%
surveillance
attachment A
critical Care Transport Capabilities Confirmation
if A Transport Is Classified As A Critical Care Transport (cct) The Offeror Must Be Capable Of Transporting The Drugs And/or Equipment As Required By The Patient (listed Below), Up To And Including Tier Iii, If Necessary, Based On The Ems Region The Ambulance Provider Is Functioning In. Prospective Offerors Must Sign And Return This Form Confirming They Can Meet These Criteria For Ccts
ordered Under This Contract.
drug Supply List: Equipment List:
acetylcysteine (acetadote, Mucomyst) Chest Tubes
amiodarone (cordarone) Portable Mechanical Vents; Including Cpap
antibiotics All Vads
blood And Blood Products Cvp Lines
diltiazem (cardizem) Swan-ganz Line
dobutamine Smartpump Capability: Up To 6 Iv Drips
dopamine
*any Pump(s) Capable For Up To And Including 6 Infusion Lines Or Iv Drips As Required By The Patient. If The Pumps Are Not Compatible With Va Supplied Iv Tubing, The Contracted Ambulance Would Need To Provide Their Own Tubing And Be Able To Switch The Tubing Over Prior To Transport. *
fentanyl (sublimaze)
furosemide (lasix)
heparin
hyperalimentation
(tpn And Lipids)
insulin
labetalol (trandate)
lidocaine
lorazepam (ativan)
magnesium Sulfate
mannitol
zoll X Series Critical Care Monitor Capabilities:
continuous 12-lead Ekg Monitoring
2-temperature Monitoring
automatic Blood Pressure
capnography
2 Arterial Lines Monitoring
midazolam (versed)
milrinone (primacor)
nicardipine (cardene)
nitroglycerin (nitrostat, Nitro-dur, Nitro-bid)
norepinephrine (levophed)
octreotide (sandostatin)
ondansetron (zofran)
pantoprazole (protonix)
phenylephrine (neo-synephrine)
potassium Chloride
propofol
sodium Bicarbonate
vasopressin (pitressin)
tpa* (pending)
i Hereby Confirm That _______________________________ Can Meet The Criterion For Critical Care Transports.
(company Name)
_____________________________________ ______________
signature Of Company Representative Date
cdc Guidance For Disinfecting Nemt And Ems Vehicles (ambulances): See Link Below:
https://www.cdc.gov/coronavirus/2019-ncov/hcp/guidance-for-ems.html
https://www.cdc.gov/coronavirus/2019-ncov/community/organizations/cleaning-disinfection.html
follow-up And/or Reporting Measures By Operators/drivers After Caring For A Patient With Confirmed Or Suspected Covid-19
operators/drivers Should Be Aware Of The Follow-up And/or Reporting Measures They Should Take After Caring For A Patient With Confirmed Or Suspected Covid-19:
va Facilities Should Develop Policies For Assessing Exposure Risk And Management Of Vts Personnel Potentially Exposed To Sars-cov-2 In Coordination With State And/or Local Public Health Authorities And Local Va Facility Infection Prevention And Control Professional. Decisions For Monitoring, Excluding From Work, Or Other Public Health Actions For Vts Operators With Potential Exposure To Sars-cov-2 Should Be Made In Consultation With Transportation Chief, Executive Leadership Team, And Local Va Facility Occupational Health. Refer To Cdc Guidance,â interim U.s. Guidance For Risk Assessment And Public Health Management Of Health Care Personnel With Potential Exposure In A Healthcare Setting To Patients With Coronavirus Disease 2019 (covid-19),â for Additional Information.
personnel Who Have Been Exposed To A Patient With Suspected Or Confirmed Covid-19 Should Immediately Notify Their Chain Of Command To Ensure Appropriate Follow-up.
any Unprotected Exposure (e.g., Not Wearing Recommended Ppe) Should Be Reported To Occupational Health Services, A Supervisor, Or A Designated Infection Control Officer For Evaluation.
operators/drivers Should Be Alert For Fever Or Other Symptoms Of Covid-19 (e.g., Respiratory Symptoms Such As Cough, Shortness Of Breath, Sore Throat). See Cdc Link For Further Information About Covid-19 Symptoms: Https://www.cdc.gov/coronavirus/2019-ncov/symptoms-testing/symptoms.html. If Symptoms Develop, They Should Self-isolate And Notify Their Supervisor
and Occupational Health Services. In Addition, It May Be Required That The Local Public Health Authority Be Notified To Arrange For Appropriate Evaluation.
based On Local Assessment Of The Situation And Actions Taken (e.g., Self-quarantine), Appropriate Osha Documentation May Need To Be Completed.
definition Of Terms:
source Control: Use Of Cloth Face Coverings Or Facemasks To Cover A Person S Mouth And Nose To Prevent Spread Of Respiratory Secretions When They Are Talking, Sneezing, Or Coughing. If A Person Has A Tracheostomy (trach), It Is Important To Cover The Tracheostomy As Well As The Nose And Mouth.
personal Protective Equipment (ppe): Personal Protective Equipment (ppe) Is Used Every Day By Health Care Personnel (hcp) To Protect Themselves, Patients, And Others When Providing Care. Ppe Helps Protect Hcp From Many Hazards Encountered In Health Care Facilities (e.g., Gown, Gloves, Mask, Eye Protection).
face Covering: Typically, Textile (cloth) Covers That Are Intended For Source Control (e.g., Bandanas, Cloth Masks). Face Coverings Are Not Personal Protective Equipment (ppe).
facemask: Facemasks Are Personal Protective Equipment (ppe) And Are Often Referred To As Surgical Masks Or Procedure Masks. Facemasks Are Designed To Protect Against Splashes And Sprays To The Nose And Mouth And Also Can Provide Source Control.
n95 Respirator Or Equivalent: A Respirator Is A Personal Protective Device That Is Worn On The Face, Covers At Least The Nose And Mouth, And Is Used To Reduce The Wearer S Risk Of Inhaling Hazardous Airborne Particles (including Dust Particles And Infectious Agents), Gases, Or Vapors. Respirators Are Certified By The Cdc/niosh, Including Those Intended For Use In Health Care. Health Care Personal Should Be Medically Cleared And Fit Tested If Using Respirators With Tight-fitting Facepieces (e.g., Niosh-approved N95 Respirator) And Trained In The Proper Use Of Respirators, Safe Removal And Disposal, And Medical Contraindications To Respirator Use.
eye Protection: Eye Protection (i.e., Goggles Or A Face Shield That Covers The Front And Sides Of The Face) Protect The Eyes From Splashes Or Sprays. Reusable Face Shields And Goggles Should Be Cleaned And Disinfected After Each Use. Face Shields Are Not A Substitute For A Facemask. Note: Protective Eyewear (e.g., Safety Glasses, Trauma Glasses) With Gaps Between Glasses And The Face Likely Do Not Protect The Eyes From All Splashes And Sprays And Not Considered As Eye Protection. Regular Reading Glasses, Prescription Lenses Or Glasses, And Sunglasses Are Also Not Typically Considered Eye Protection.
Closing Date7 Mar 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: The Martinsburg Va Medical Center Is Conducting This Sources Sought To Identify Contractors Who Possess Capabilities To Provide The Services Described In The Statement Of Work Below.
as Permitted By The Far Part 10, This Is A Market Research Tool Being Utilized For The Informational And Planning Purposes. Your Responses Will Assist The Government In The Development Of Its Acquisition Strategy.
response Is Strictly Voluntary It Is Not Mandatory To Submit A Response To This Notice To Participate In Formal Rfq Process That May Take Place In The Future. However, It Should Be Noted That Information Gathered Through This Notice May Significantly Influence Our Acquisition Strategy. All Interested Parties Will Be Required To Respond Separately To Any Solicitation Posted As A Result Of This Sources Sought Notice.
respondents Will Not Be Notified Of The Results Of The Evaluation. We Appreciate Your Interest And Thank You In Advance For Responding To The Sources Sought.
this Service Will Be Implemented Using The North American Industry Classification System (naics) Code 485999.
if A Small Business Is Interested In This Procurement, They Must Provide At Least 51 Percent Of The Services Rendered.
notes
all Capability Statements/responses To This Sources Sought Notice Shall Be Submitted Via Email Only To Tracy.dotson@va.gov. Telephone, Fax, Or Any Other Form Of Communication Inquiries Will Not Be Reviewed Or Accepted. Responses To This Sources Sought Notice Must Be Received No Later Than January 22, 2025 At 3:00 P.m. (eastern Standard Time). This Sources Sought Notice May Or May Not Assist The Va In Determining Sources Only. A Solicitation Is Not Currently Available. If A Solicitation Is Issued, It May Or May Not Be Announced At A Later Date, And All Interested Parties Shall Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought Notice.
disclaimer
this Rfi Is Issued For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked A Proprietary Will Be Handled Accordingly In Accordance With (iaw) Federal Acquisition Regulation (far) 15.201(e), Rfis May Be Used When The Government Does Not Presently Intend To Award A Contract, But Wants To Obtain Price, Delivery, Other Market Information, Or Capabilities For Planning Purposes. Responses To These Notices Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Incurred Associated With Responding To This Rfi.
interested & Capable Responses
nco 5 Is Seeking Responses From Businesses That Are Interested In This Procurement And Consider Themselves To Have The Resources, Rights, And Capabilities Necessary To Provide These Services. Please Respond With Your:
business Name (including Unique Entity Id (sam.gov), Business Type, Socio-economic Status (e.g., Veteran-owned, Woman-owned, Disadvantaged Small Business, 8(a), Etc.), Person Of Contact (including Telephone Number & Email Address).
capability Statement
gsa Contract Number, If Applicable, To Include Naics
brief Summary Of Categories Of Professional Services That Your Company Can Provide.
applicable Certification(s)/licenses
performance Work Statement (pws)
general Procedure:
the Contractor Shall Be Required To Furnish All Necessary And Appropriate Labor, Supervision, Materials, Equipment, And Supplies To Provide Valet Parking Services In Accordance With The Terms And Conditions Of The Resulting Contract And The Specifications And Requirements, As Specified Herein. The Contractor Shall Provide Valet Parking Services To Alleviate Parking Problems Experienced At The Martinsburg Vamc. The Valet Parking Services Shall Be Intended To Accommodate Veteran Patients, Their Family Members, And Visitors. The Contractor Shall Be Required To:
staffing: The Contractor Will Provide Adequate Staffing Of Customer Service Attendant(s) For The Hours Of Operation Specified. The Contractor Will Always Provide Adequate On-site Supervision To Handle Customer Concerns And Parking Incidents. The Contractor Does All Recruiting, Hiring, Training, And Supervising.
contractor Should Base Their Plan On The Martinsburg Vamc Serving Approximately 100 Vehicles Per Day.
provide Va Approved Valet Claim Checks, Securing Keys, Parking Vehicles, Delivering Vehicles, And Directing Certain Valet Vehicles To And From The Valet Greeting Area.
provide Professional Valet Booth(s), Locking Key Cabinet(s), Safety Cones, Signs, Roadblocks And Other Supplies And Materials And/or Miscellaneous Items Necessary To Operate And Manage Valet Services. All Signs Shall Be At Least 30 X 30 . Hand-written Signs Shall Not Be Allowed.
blocking Of Any Roadway Or Re-routing Of Traffic Must First Be Approved By The Martinsburg Va Police Department.
the Contractor Will Provide Va Approved Walkie-talkies Or Radios For The Valet Staff To Communicate With Each Other While Conducting Their Normal Duties Of Valet Parking.
contractor Will Provide And Install A Minimum Of 2 "no Tipping" Signs. Signs Must Be A Minimum Of 30 X30 . The No Tipping Policy Shall Be Strictly Enforced. Valet Parking Attendants And All Other Parking Staff Shall Be Restricted From Accepting Tips Of Any Kind.
contractor Will Provide And Install A Minimum Of 2 Insurance Liability Signs For Vehicle Damage Claims. Signs Must Be A Minimum Of 30 X30 .
provide Experienced, Fully Trained, And Professional Valet Parking Attendants To Perform The Valet Parking Services.
constantly Assess Va Parking Situation Taking Into Consideration All Parking Spaces Available To Adjust The Level Of Parking Service And Personnel Required To Perform Under The Contract Without Exceeding The Required Wait Time To Valet Parked And Retrieved Vehicles.
provide Parking And Traffic Control Recommendations As Deemed Appropriate And Necessary To Provide Quality Services.
location:
martinsburg, Wv Va Medical Center: 510 Butler Ave, Martinsburg, Wv 25405
period Of Performance:
base Period (year) + 4 Option Periods (year).
site Inspection:
a Pre-proposal Site Inspection / Walk-through For All Interested Contractors Will Be Scheduled By The Contracting Officer For Any Interested Contractors. All Interested Contractors Are Encouraged To Attend The Site Inspection And Walk-through Of The Martinsburg Va Facility. Only One Walk-through For This Solicitation Shall Be Conducted. The Intent Of The Site Inspection Is To Give All Interested Contractors An Opportunity To Get Familiar With The Parking Lots Designated To Be Used For The Valet Parking.
note: The Contractor Shall Be Responsible For All Costs And Travel Expenses Associated With The Site Inspection Visit. While Not Mandatory, Failure To Attend The Site Inspection Walk-through Of The Martinsburg Va Facility Shall Not Release The Contractor From Complying With The Terms, Conditions, Specifications, And Requirements Of The Resulting Contract.
designated Valet Parking Lots:
the Martinsburg Vamc Will Designate Parking Lots To Be Used For The Valet Parking Services.
the Contractor Shall Have Complete Control Of Vehicles Parked In Designated Valet Parking Area(s) In The Context Of Maximizing The Space Available And Facilitating A Smooth Operation. The Martinsburg Vapd Will Always Maintain Authority Over All Vehicles And Parking At The Facility. If Deemed Necessary By The Martinsburg Vamc, The Contractor Shall Be Required To Double Stack Vehicles To Maximize The Space Available. The Contractor Shall Be Responsible For Parking Control And Monitoring The Designated Parking Lots Assigned For The Valet Operation.
contractor Responsibilities:
the Contractor Shall Provide Consistent, Responsive, Secure, And Efficient Valet Parking Operations. The Contractor Shall Be Responsible For Providing Patrons With A Valet Claim Check/ticket, Securing Keys, Parking, Delivering, And Directing Certain Valet Vehicles To And From The Valet Drop Off And Pick Up Area. The Martinsburg Vamc Will, At Their Discretion, Provide The Contractor With Instructions On Addressing The Issue Of Who Qualifies For Valet Parking Services And The Method Of Identifying Such Individuals. Such Instructions May Include Verbiage Such As Vehicles Requiring Valet Parking Shall Be Stopped By The Valet Parking Attendants, Who Shall Be Required To Ask The Patients Or Drivers For An Appointment Letter, Va Patient Identification Card, Clinic Or Healthcare Service Which Will Be Visited And The Estimated Time Of Departure. Valet Parking Attendants Shall Also Be Required To Ask Visitors The Name Of The Inpatient Veteran, Name Of Event Attending Or The Name Of The Va Staff That Will Be Visited And Their Estimated Time Of Departure. The Exact Procedures Will Be Provided To The Contractor By The Cor Covered In This Statement Of Work. The Contractor Shall Be Responsible For Screening Out Vendors And Employees, Except Those With Handicapped Placards Or License Plates, From Inappropriately Using The Valet Parking Services At The Martinsburg Vamc. All Vehicles Parked By The Parking Attendants Shall Be Locked And Secured. Driver S Keys Shall Be Secured At The Valet Booth(s). A Claim Check Shall Be Issued To The Driver Using The Valet Service. Claim Checks Shall Contain The Valet Company S Liability Disclaimer And Contact Information. Contractor Shall Be Responsible For Directing Vehicles Not Wishing To Participate In The Valet Parking Services To Other Designated Parking Locations. Contractor Shall Designate A Full-time Supervisor To Be On Site During Set-up, Tear-down Operations, And Performance Of The Work. The Contractor Shall Always Provide Adequate On-site Supervision To Handle Customer Concerns And Parking Incidents. Duties Of The Supervisor Shall Also Include But Not Be Limited To Customer Relations, Training, And Improving All Valet Services And Coordinating All Work And Additional Services With The Contracting Officer S Representative (cor). Contractor Shall Coordinate With The Cor To Designate Front Drop Off And Pick Up Area(s) Near The Entrance For Loading And Unloading Of Handicapped Patients/patrons So As Not To Interfere With Normal Valet Parking Operation. Handicapped Patients/patrons Shall Be Permitted To Pull To The Designated Drop Off And Pick Up Area(s) Near The Entrance. The Parking Attendants Shall Then Be Required To Park The Vehicles Or Direct The Drivers To A Handicap Space For Self-parking. Patients With Handicap Placards Or License Plates On Their Vehicles Shall Be Given The Option Of Self-parking In Handicapped Slots Or Valet Parking. Non-handicapped Employees Shall Be Directed To Self-park.
patient Assistance:
the Service Shall Include Assisting Patients And Their Families Who Request Front Door Service, Assisting With Wheelchairs And Other Devices In And Out Of Cars, And Parking Of Automobiles To Include Vehicles With Adaptive Equipment. To Reduce The Risk Of Injuries To Valets And Potentially To The Veterans Using Valet Services, Valets Will Be Responsible For Following The Martinsburg Vamc S Practices For Safe Patient Handling And Mobility (sphm) Program. The Contractor Shall Deliver These Wheelchairs Upon Patient Or Caretaker Request To The Patient To Facilitate Patient Travel From The Drop Off Area To The Volunteer Desk At The Hospital Entrance, If Requested. The Contractor Will Not Escort Patients Within The Hospital/facility. All Wheelchairs Used Will Be Noted On The Contractor Ticket For Accountability. Parking Patrons Shall Be Always Treated Courteously And With Respect. Parking Attendants Shall Drive Slowly And Cautiously, Paying Attention To Pedestrian Traffic.
training/licenses/qualifications:
the Contractor Shall Provide Bonded, Fully Trained, Experienced Parking Attendants Who Possess A Valid State Driver S License, Be U.s. Citizens And Be Fluent In The English Language. Contractor Personnel Shall Be At Least 18 Years Of Age, Have No Criminal History, And Be Able To Perform All General Duties, Functions, And Activities As Required. Contractor S Staff Qualifications Shall Also Include Expertise In The Proper Operation Of All Types Of Motor Vehicles, And A Commitment To The Highest Level Of Respect, Courtesy, Compassion, And Safety. The Contractor Shall Furnish At Its Cost, Evidence Of Qualifications And Competency Assessment Of All Employees. Such Evidence Shall Include But Are Not Limited To Copies Of Driver S Licenses, Dmv Printouts, And Copies Of Security Background Checks. To Be Eligible To Perform Under This Contract, Each Contract Employee Must Satisfactorily Complete Va Talent Management System (tms) Web Base Training. Effective March 23, 2012, All Contractors Are Required To Begin Using Tms For Their Mandatory Training, Utilizing The Create New Feature At Contract Employees Will Self-enroll Into Tms And Select The Following Courses. Training Is To Be Accomplished Outside Of Contract Duty Hours. Tms Courses Will Require Completion Annually. The Contractor Shall Be Responsible For Providing A Facility Orientation To All Valet Parking Attendants And Offer A Training Program That A Minimum Will Include The Following:
security
patient Privacy
safety
emergency Procedures
accidents / Injuries
communication (with Contractor Staff /martinsburg Vamc).
the Contractor Shall Maintain Documentation Certifying That All Employees Assigned To The Contract Have Received The Training. If Deemed Necessary By The Government, Additional Training Shall Be Offered At The Martinsburg Vamc And Scheduled At The Post Award Meeting On A Mutually Agreeable Date And/or Coordinate With The Cor. In Addition To Safe Driver Training, The Minimum Customer Service Training Must Be Provided And Documented For Each Employee.
the Importance Of A Positive Attitude
verbal Communication Methods That Are Courteous And Informative
non-verbal Communication
appearance
volume And Tone
face To Face Contact
self-evaluation
violence In The Workplace
contractor Employees Must Know Basic Directions For Destinations In The Hospital And Around The Community. Contractor Employees Must Keep The Work Area Clean And Always Appear Ready For Work, Even When No Customers Are Present.
uniforms:
the Contractor S Uniform Should Be Prior Approved By The Cor Before Initial Commencement Of Work. The Selected Uniform Will Be Standard For All Employees. At No Time Will Any Contract Employee Wear Their Own Jacket, Shirt, Pants, Coat, Gloves, Or Head Gear. All Cold Weather/rain Gear Will Be Supplied By The Contract Company. Uniforms Shall Facilitate Easy Identification Of Contractor Employees By Employee Name And Company Name. Uniforms Shall Be Always Worn During Performance Of Contract Duties. Uniforms Will Be Neat In Appearance. Shirts And Pants Will Be Ironed Or Pressed. The Cor Can Request A Contractor To Be Sent Home If Their Uniform Is Not Presentable. The Contractor Will Replace Any Worn-out Or Torn Uniform At No Cost To The Government Or Employee. Approved Uniforms And Related Accessories, Listed Below, Do Not Have To Be New But Must Be In Good Condition:
Shirt, Button Up, Long Sleeve (cold Weather Days)
Shirt, Button, Up Short Sleeve
trouser, All-season Weight
jacket, Winter, Heavyweight Artic Field Coat
jacket, Lightweight
trench Raincoat
winter Gloves, (pair), (color To Match Accessories)
hat With Company Logo Or Valet Written On Face, (color To Match Accessories)
earmuffs Or, (color To Match Accessories)
the Outermost Article Of Clothing Being Worn By The Valet Staff Above The Waist Shall Have, In Whole Or In Part, Reflective Material To Improve Worker Visibility To Alert Drivers Of The Valet S Presence When Walking Through The Lots. The Reflective Gear Shall At A Minimum Meet Ansi 107-2015 Type R, Class 2 Requirements.
claims/damage:
the Contractor Shall Be Completely Liable For All Vehicle Damages Occurred While At The Possession Of The Valet Staff And/or Service. All Vehicle Damage Claims Brought To The Attention Of The Valet Contractor Shall Be Immediately Investigated And Validated Claims Shall Be Processed For Settlement.
any Claims Of Damage Or Missing/stolen Property Involving Patient/customer S Vehicles Shall Be The Responsibility Of The Contractor. The Va Assumes No Responsibility For Such Claims. All Claims Shall Be Directed To And Handled By The Contractor Supervisor Who Shall Immediately Notify The Cor And The Va Police Department (vapd). Corrective Actions To Resolve All Claims Shall Commence Immediately. All Claims Shall Be Settled Within Fourteen (14) Working Days Unless Extenuating Circumstances Warrant Additional Time And Is Authorized By The Contracting Officer. All Vehicle Accidents Or Theft Claims Should Be Immediately Reported To The Va Police For Investigation.
martinsburg Vamc Hours Of Operation:
proposed Hours Of Operation Are 6:30 Am To 5:00 Pm Monday Through Friday For The Martinsburg Vamc, Excluding Federal Holidays. The Cor Will Notify The Contractor If Valet Will Be Operating On Other Days Specifically Declared By The President Of The United States To Be A Federal Holiday. The Contractor Shall Adjust The Level Of Valet Parking Staff As Necessary To Ensure An Efficient Operation. If Deemed Necessary By The Government, The Hours Of Operation May Be Periodically Adjusted Based Upon Volume And Demand. The Medical Center Does Not Routinely Close For Adverse Weather Conditions. When The Medical Center Remains Open During Adverse Weather Events It Is Expected Sufficient Staff Will Be On Site To Operate The Valet Service. At 5:00 Pm, The Parking Attendants Shall Turn Over All Remaining Keys And Associated Tickets To The Aod. A Log Will Be Completed For All Remaining Keys Turned Over To The Aod. The Log Will Include The Ticket Number, Vehicle Make And Model, Registration Number, Valet Attendant S Name That Tuned Keys Over To The Aod, And The Aod S Name With Signature That Took Responsibility Of The Keys. The Aod Will Then Lock Up The Keys In The Aod S Safe.
federal Holidays:
listed Below Are The Eleven Federal Holidays: No Work Will Be Performed On These Days.
new Year S Day
january 1
martin Luther King S Birthday
third Monday In January
president S Day
third Monday In February
memorial Day
last Monday In May
juneteenth
june 19
independence Day
july 4
labor Day
first Monday In September
columbus Day
second Monday In October
veterans Day
november 11
thanksgiving Day
fourth Thursday In November
christmas Day
december 25
special Events:
the Contractor Shall Be Notified In Advance Of Any Special Events Which Might Cause Parking Problems Because Of Additional Patients, Patrons, Or Visitors To The Medical Center. Contractors Shall Be Required To Adjust The Level Of Parking Staff To Accommodate The Workload Or Extra Vehicle Volume.
proposed Plan:
after Notification Of Contract Award, The Contractor Shall Have Forty-five (45) Calendar Days For Full Operational Implementation. This Must Include Finalizing Staff Requirements, Including Government-administered Background Investigations, Etc. The Contractor Shall Be Required To Implement Their Proposed Valet Parking Service Plan And Perform On A Day-to-day Basis For The Duration Of The Contract.
ordering Activity:
the Contractor Shall Not Accept Any Instructions Issued By Any Person Other Than The Contracting Officer Or Delegated Government Representative Such As The Cor Who Is Acting Within The Limits Of His/her Authority.
quality Assurance:
the Contractor Shall Be Responsible For Complying With All Appropriate Regulations And Guidelines Of The Occupational Safety And Department Of Transportation, And/or Any Other Pertinent Federal, State, And Local Policies Relating To The Herein Mentioned Work Or Valet Parking Services. The Contractor Shall Always Provide Adequate On-site Supervision To Achieve Quality Assurance And To Handle All Customer Concerns And Parking Incidents. All Tasks Accomplished By The Contractor Personnel Shall Be Performed To Preclude Damage Or Defacement To Vehicles Or Government-owned Furnishings, Fixtures, Equipment, And Facilities. The Contractor Shall Report Any Damage Observed Or Caused By The Contractor Personnel To The Cor. The Contractor Shall Be Responsible For The Replacement Of Items Or To Repair Vehicles Or Facilities To Previous Condition If The Contractor Is Determined To Be At Fault For The Damage.
Complaints:
the Contractor Shall Promptly And Courteously Respond To Complaints Within 10 Working Days, Including Complaints Brought To The Contractor S Attention By The Contracting Officer Acting As The Quality Assurance Evaluator (qae). The Contractor Shall Maintain A Written Record Of All Complaints, Both Written And Oral Showing The Identity Of The Individual, The Nature Of The Complaint, And The Contractor S Response. The Contractor Shall Permit The Government To Inspect Such Records Upon Request.
reports:
the Contractor Shall Establish A Method To Validate The Number Of Vehicles Parked Per Day (i.e., Parking Stubs) And Submit A Monthly Report To The Contracting Officer And Cor Within Seven (7) Calendar Days After Each Month Ends. The Report Shall Summarize The Number Of Vehicles Parked By Valet Attendants Based On Date And Time (sorted By Morning Or Afternoon). The Report Shall Also Identify The Peak Hours During The Day And How Many Vehicles Were Parked During Those Peak Hours. The Report Shall Also Include Any Incidents, Accidents Or Special Situations With Patients, Visitors, Va Employees, Or Va Volunteers. The Reports Must Be Legible And Easy To Understand. Reports Should Be Signed By The Supervisor And/or Authorized Representative Of The Contractor. Contractor May Provide For Approval A Sample Of The Types Of Report Forms Used On Similar Projects.
disruptive Behavior:
the Contractor Shall Always Provide Adequate Onsite Supervision To Handle Disruptive Behavior Of Any Parking Attendant Performing Under The Contract. The Contractor Agrees To Permanently Remove Any Member Of Its Parking Staff From Performing Work Associated With This Contract, At The Sole Discretion Of The Va. Any Legal Misconduct Or Violations Will Be Subject To Governing Security, Law Enforcement, And Standards Of Conduct On Veterans Affairs Property, 38 Cfr 1.218.
examples Of Misconduct Include:
neglect Of Duty, Including Sleeping While On Duty, Unreasonable Delays, Or Failure To Carry Out Assigned Tasks, Conducting Personal Affairs During Official Time, Lack Of Or Limited Productive Service And Refusing To Render Assistance Or Cooperate In Upholding The Integrity Of The Valet Program At The Worksite.
disorderly Conduct, Use Of Abusive Or Offensive Language, Quarreling, Rude Inappropriate Comments, Sexual Harassment, Intimidation By Words Or Actions, Or Fighting. Also, Participation In Disruptive Activities Which Interfere With The Normal And Efficient Operations Of The Government.
Theft, Vandalism, Immoral Conduct, Or Any Other Criminal Act.
selling, Consuming Or Being Under The Influence Of Intoxicants, Drugs, Or Substances Which Produce Similar Effects.
involvement In Commercial Activities At Any Time While On Government Controlled Property (included Soliciting Sale, Donation, Etc., From Employees, Patients, Or Others).
Improper Use Of Official Authority Or Credentials.
unauthorized Use Of Communications Equipment Or Government Property (includes Unauthorized Or Personal Use Of Internet, Long Distance Telephone Services Or Government Computer Network).
Possession Or Misuse Of Weapons(s).
Receiving Gifts Or Tips From Va Employees, Veterans, Or Their Family Members.
the Contracting Officer, In Conjunction With Cor Will Make All Determinations Regarding The Removal Of A Person(s) From The Work Site(s). In The Event Of A Dispute, The Contracting Officer Will Make Final Determination. Specific Reasons For Removal Of An Employee(s) Will Be Provided In Writing To The Contractor.
buses Or Large Vehicle:
patients Driving Buses Or Large Motor Vehicles Shall Be Directed To Self-park Their Vehicles In The Parking Areas Designated By Va Police.
changes To Parking Lots:
no Alterations To The Parking Lots Shall Be Permitted.
government Responsibilities:
the Participating Va Medical Center Shall Provide Orientation And Training On Va Policies And Procedures Relating To Security, Patient Privacy, Safety, Emergency Procedures, Accidents/injuries, And Communication With Va Staff. The Required Training Shall Be Scheduled At A Post Award Meeting On A Mutually Agreeable Date And Coordinated With The Cor.
contractor Submittals / Insurance Requirements:
contractor Shall Be Required To Provide Copies Of The Following:
automobile Liability Insurance For Bodily Injury And Property Damage On All Vehicles Used In The Performance Of This Contract. Policies Covering Automobiles Operated In The United States Shall Provide Coverage Of At Least $200,000 Per Person And $500,000 Per Occurrence For Bodily Injury And $20,000 Per Occurrence For Property Damage.
the Contractor Shall Assume Full Responsibility For All Contracted Employees And Maintain At The Minimum Liability Insurance. Proof Will Be Required, And Spot Checked Randomly Per Employee.
background Screening:
in Accordance With Vha Directive 0710 All Contractor Personnel Providing Services Under This Contract Shall Be The Subject To A Background Screening And Must Receive Favorable Adjudication From The Va Prior To Contract Performance. The Level Of Screening For This Contract Is: Special Agency Check (sac). Any Employee Whose Background Investigation Yields Unfavorable Results Shall Be Removed Immediately From Performance Under This Contract. In The Event The Screening Is Not Completed Prior To Contract Performance, The Contractor Shall Be Responsible For The Actions Of Those Individuals Performing Under The Contract.
contractor Personnel Security Requirements:
all Contractor Employee S Will Be Issued A Government Piv Card (id Card). The Piv Card Must Be Always Worn While On Va Property. The Piv Card Must Be Worn Above The Waist And Clearly Visible. The Contractor Shall Be Required To Coordinate With The Cor To Obtain The Va Provided Piv Cards For All Valet Parking Staff. All Va Provided Piv Cards Shall Be Returned If The Contractor Employee Leaves The Employment Of The Contractor, At The End Of The Contract Or Upon Completion Of Service.
the C&a Requirements Do Not Apply, And That A Security Accreditation Is Not Required.
drug/alcohol Policy:
contractor Shall Ensure That All Valet Parking Staff Performing Under This Contract Complied With The Martinsburg Vamc Alcohol And Drug Free Workplace Policy. The Contractor Shall Be Expected To Conduct Random Alcohol And Drug Tests On All Valet Parking Staff. Random Alcohol And Drug Tests Shall Be Conducted At Least Once A Year On Each Employee. Proof Of Drug Screen Shall Be Submitted To The Cor And Will Be The Responsibility Of The Contractor To Cover The Cost. Valet Parking Staff Shall Also Be Subject To Drug And Alcohol Testing When Reasons Exist To Suspect The Use Of Illegal Drugs And/or Alcohol While On Duty That Impaired Judgment, Performance, Operation Of Vehicles And The Safety Of Veteran Patients, Va Employees, Visitors, Voluntaries And/or Other Valet Parking Staff. Upon Request, The Contractor Shall Be Expected To Provide Evidence Or Copy Of The Results Of Employee Drug And Alcohol Testing. This Shall Also Be At The Expense Of The Contractor.
smoking Policy:
vamc Martinsburg Is A Smoke/vape Free Campus. Smoking Or Vaping Is Not Permitted Within Or Around The Va Facility Grounds.
cell Phone:
cell Phone Use Shall Not Be Permitted While Parking Vehicles.
performance Standards Summary:
performance Standards Define Desired Services. The Government Performs Surveillance To Determine If The Contractor Exceeds, Meets, Or Does Not Meet These Standards.
performance Objective
acceptable Quality Level (aql)
method Of Surveillance
incentive/disincentive
contractor Shall Perform All Of The Requirements In Accordance With Sow Section General Procedures -valet
95%
co/cor Direct Observation And Documentation Of Unacceptable Performance
incentives: Favorable Contractor Performance Evaluation.
disincentive: A Contract Discrepancy Report (cdr) May Be Issued On The First Instance Of Failure To Provide The Acceptable Level Of Service.
two Or More Issued Cdrs May Result In Reduction Of The Monthly Invoice Of 5%.
contractor Shall Perform All The Requirements In Accordance With Sow Section: Patient Assists
95%
co/cor Direct Observation And Documentation Of Unacceptable Performance
incentives: Favorable Contractor Performance Evaluation.
disincentive: A Contract Discrepancy Report (cdr) May Be Issued On The First Instance Of Failure To Provide The Acceptable Level Of Service.
two Or More Issued Cdrs May Result In Reduction Of The Monthly Invoice Of 5%.
contractor Shall Perform All The Requirements In Accordance With Sow Section: Training
95%
co/cor Direct Observation And Documentation Of Unacceptable Performance
incentives: Favorable Contractor Performance Evaluation.
disincentive: A Contract Discrepancy Report (cdr) May Be Issued On The First Instance Of Failure To Provide The Acceptable Level Of Service.
two Or More Issued Cdrs May Result In Reduction Of The Monthly Invoice Of 5%.
contractor Shall Perform All The Requirements In Accordance With Sow Section: Uniforms
95%
co/cor Direct Observation And Documentation Of Unacceptable Performance
incentives: Favorable Contractor Performance Evaluation.
disincentive: A Contract Discrepancy Report (cdr) May Be Issued On The First Instance Of Failure To Provide The Acceptable Level Of Service.
two Or More Issued Cdrs May Result In Reduction Of The Monthly Invoice Of 5%.
contractor Shall Perform All The Requirements In Accordance With Sow: Reporting Requirements
95%
co/cor Direct Observation And Documentation Of Unacceptable Performance
incentives: Favorable Contractor Performance Evaluation.
disincentive: A Contract Discrepancy Report (cdr) May Be Issued On The First Instance Of Failure To Provide The Acceptable Level Of Service.
two Or More Issued Cdrs May Result In Reduction Of The Monthly Invoice Of 5%.
contractor Shall Perform All The Requirements In Accordance With Sow Section: Claims For Damages
95%
co/cor Direct Observation And Documentation Of Unacceptable Performance
incentives: Favorable Contractor Performance Evaluation.
disincentive: A Contract Discrepancy Report (cdr) May Be Issued On The First Instance Of Failure To Provide The Acceptable Level Of Service.
two Or More Issued Cdrs May Result In Reduction Of The Monthly Invoice Of 5%.
place Of Performance
martinsburg Va Medical Center
510 Butler Ave
martinsburg, Wv 25405
Closing Date22 Jan 2025
Tender AmountRefer Documents
Caraga Regional Hospital Tender
Others
Philippines
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Bids And Awards Committee Ooooooo --------------------------------------------------------------------------------------------------------------- @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Invitation To Bid Ib No. 2024-01-21 (115) Supply And Delivery Of Various Equipment For Calibration Services - Rebid Abc: ₱ 4,800,000.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy2024 Internally Generated Fund (igf) Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Four Million Eight Hundred Thousand Pesos Only ( Php 4,800,000.00 ) Under The Contract For The Supply And Delivery Of Various Equipment For Calibration Services - Rebid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding, To Wit: Line Item Code Description Qty Unit Of Measure Unit Cost Total Cost 1 Defibrilator Measurement Analyzer 1 Unit 1,600,000.00 1,600,000.00 2 Electrosurgical Devices Analyzer 1 Unit 1,700,000.00 1,700,000.00 3 6 In 1 Patient Vital Signs Simulation/nibp, Spo2, Ecg, Temp, Ibp & Respiration Functionality Test 1 Unit 1,000,000.00 1,000,000.00 4 Gas Flow Equipment Analyzer 1 Unit 500,000.00 500,000.00 Grand Total ₱ 4,800,000.00 1. Defibrilator Measurement Analyzer Description Patient Category Defibrillators Analyzer Automates The Inspection And Preventive Maintenance Testing Of Defibrillators. They Need To Be Able To Test At Least Four Basic Defibrillator Performance Characteristics: Discharge Energy, Synchronized-mode Operation, Automated External Defibrillation, And Ecg Monitoring. Purpose Of Use Clinical Or Other Purpose Calibration Of Your Measuring Instruments Has Two Objectives. It Checks The Accuracy Of The Instrument And It Determines The Traceability Of The Measurement. In Practice, Calibration Also Includes Repair Of The Device If It Is Out Of Calibration. Clinical Department /ward Biomedical Department Technical Specifications Defib Measurement; Load Resistance; 45 -50ω +/- 1% No-inductive Range: 0-200 Joules Accuracy: ±1% Of Reading ±1 Joule Range (high): 200-600 Joules Accuracy: ±1% Of Reading ± 1 Joule Resolution: 0 - 0.1 Joule Voltage: 0 – 1000 To 5000 Volts Current: 0 – 50 To 100 Amps Sampling Rate: 200-250 Khz Sampling Frequency Maximum Pulse Width (capture Time): 5us – 100 To 120 Ms Clock Accuracy; 0.10s To 100+/_ 0.05s Aed Pulse Mode Waveforms; Normal Sinus Rhythm (nsr): 20 -300 Bpm, Amplitude 1.00mv (± 2%) Asystole (asys) Ventricular Fibrillation - Coarse (vfbc) 230-240 Bpm Amplitude) 1.00mv (± 2%) Ventricular Fibrillation – Fine (vfbf) 230-240 Bpm Amplitude) 1.00mv (± 2%) Monomorphic Ventricular Tachycardia(mvt0: 210 Bpm, 1.00mv (±2%) 200-210 Bpm, 1.00mv (±2% Atrial Fibrillation (afb): 20-300 Bpm, Amplitude 1.00mv (± 2%) Ecg Simulator: Ecg Simulation With High Level Output. Ecg Waveforms – Sinus: Normal Sinus Rhythm (nsr): 20 – 300 Bpm, Amplitude 0.50 – 5.00mv (± 2%) St Elevation (ste): 20 -300 Bpm, Amplitude 0.50 – 5.00mv (± 2%) St Depression (std): 20 -300 Bpm, Amplitude 0.50 – 5.00 Mv (±2%) Myocardial Infarction (mi): 20 – 300 Bpm, Amplitude 0.50 – 5.00mv (±2%) Tall T (tt): 20 300 Bpm, Amplitude 0.50 -5.00mv (±2%) Ecg Waveforms – Ventricular Arrhythmias: Premature Ventricular Contraction: 75-80 Bpm Intermittent (pvci): Amplitude 0.50 -5.00 – 5.00 Mv (±2%) Bigeminy (big): 75-80 Bpm, Amplitude 0.50 – 5.00mv (± 2%) Trigeminy (trig): 75-80 Bpm, Amplitude 0.50 – 5.00mv (± 2%) Ventricular Flutter (vflt): 230-240 Bpm, Amplitude 0.50 -5.00mv (± 2%)) Ventricular Fibrillation – Coarse (vfbc); 23-=240 Bpm, Amplitude 0.50 -5.00mv) Ventricular Fibrillation – Fine (vfbf): 230-240 Bpm, Amplitude 0.50 – 5.00mv (± 2%)) Monomorphic Ventricular Tachycardia (mvt): 200-210 Amplitude 0.50 – 5.00mv (±2% Right-focal Premature Ventricular Contraction (rfpvc) : 70-80 Bpm, Amplitude 0.50 -5.00mv (±2%)) Ecg Waveforms – Atrial Conduction Arrhymias: First Degree Av Block (favb): 70-80 Bpm, Amplitude 0.50 – 5.00mv (± 2%) Second Degree Av Block : 70-80 Bpm - Mobitz I (sav_ Mi): Amplitude 0.50 -5.00 Mv (± 2%) Second Degree Av Block: 70-80 Bpm) - Mobitz Ii (savb_mii): Amplitude 0.50 -5.00mv (±2%) Third Degree Av Block (tavb): 45-50 Bpm, Amplitude 0.50 -5.00mv (±2%)) Ecg Waveforms – Atrial Arrhythmias: Sinus Arrhythmias (sar): 20 -300 Bpm, Amplitude 0.50 -5.00 Mv (±2%) Missing Beat (mb): 20 - 300 Bpm, Amplitude 0.50 -5.00mv (±2%) Atrial Flutter (aflt): 250-300 Bpm, Amplitude 0.50 -5.00 Mv (±2%) Atrial Fibrillation (afb); 20 - 300 Bpm, Amplitude 0.50 -5.00 Mv (±2%) Paroxysmal Atrial Tachycardia (pat): 170-180 Bpm, Amplitude 0.50 -5.00mv (±2%) Premature Junctional Contraction (pjc): 20 - 300 Bpm, Amplitude 0.50 -5.00mv (±2%) Ecg Pacer Waveforms: Synchronous Atrial (aai): 20 - 300 Bpm, Pulse Amplitude 0.50 5.00mv Pulse Width 0.1 – 2.0ms Asynchronous Astrial (aoo): 20 - 300bpm Pulse Amplitude 0.50 – 5.00mv Pulse Width 0.1 - 2.0ms Pacer (pcr); 20 – 300 Bpm Pulse Amplitude 0.50 – 5.00mv. Pulse Width 0.1 – 2.0ms Ventricular Pacer (vvi); 20 300 Bpm Pulse Amplitude 0.50 – 5.00mv Pulse Width 0.1 – 2.0ms Atrial & Ventricular Pacer (ddd): 20 - 300 Bpm Pulse Amplitude 0.50 – 5.00mv Pulse Width 0.1 – 2.0ms R-wave Detection (rwd): 20 -300 Bpm Pulse Amplitude 0.50 -5.00mv Ecg Performance Wave Forms: Sine (sine): 0.1 – 300hz 1.00 – 10.00 Mv Square (sq): 0.1 – 300hz 1.00 – 10.00 Mv Triangle (tri): 0.1 – 300hz 1.00 – 10.00 Mv Sawtooth (saw): 0.1 – 300hz 1.00 – 10.00 Mv Inverse Sawtooth (invsaw): 0.1 – 300hz 1.00 – 10.00 Mv Pulse (pulse): 0.1 – 300hz 0.50 – 5.00 Mv Ecg Noise Selection: Amplitude 0 – 10.00mv Frequency 50 - 60 Hz Ecg Accuracy: Rate: ± 1% Bpm Amplitude: ± 2% (la-ll). ± 10% (paddles) Lead Ii: 1 – 10 Mv (in Steps Of 0.5 Mv). Other Leads Are Proportional To Lead Ii By The Following Percentages; Lead I: 60% Lead Ii 100% Lead Iii: 40% Pacer Input: Fix Load: 40-50ω Accuracy: 1 % , Non-inductive Over Voltage Protection: 5000 Va (4500-5000) Variable Load: 50 -1600ω In 50ω Steps Accuracy: 1 % Non Inductive Pulse Rate: 5.0 – 800ppm Accuracy: +/- (0.5% Rdg + 0.1ppm) Heart Rate Selection: 20 - 300 Bpm Under And Overdrive: 85% (20 Bpm Min) And 115% (300bpm Max) Wave Form Selection: Nsr, Vfibc, Vfibf, Mvt, Afib, Missing Beat, R-wave Detection Pulse Current Amplitude: 5.00 – 200ma Accuracy: +/- (1% Rdg + 0.02ma) Current Measurement: Average (rms) Leading Edge, Trailing Edge, Peak ( The Highest During The Pulse ) Pulse Width: 1.00 – 100ms Accuracy: +/- (0.5% Rdg + 0.01ms) Pulse Energy: 1µj – 2.00j Accuracy: +/- 4% + 10µj Pacer Manufacturer Algorithms: Cu Medical, Ge, Hp,laerdal, Mindray, Philips, Physiocontrol, Schiller, Welchallyn, Zoll Pacer Refractory Periods: Refractory Period Test: 15 – 500ms (paced And Sensed) Accuracy; +/- 1ms Pacer Sensitivity Test: Wave Form, R Wave: Polarity Normal And Reversed Selectable Dynamic Sensitivity: 0.05mv -5.00mv In 50µv Steps Pacer Interference Test (immunity): Heart Rate: 20 -300 Bpm Frequency: 50 Or 60 Hz Noise Level In Mv: 0-15.0mv Operation: 9.2-9.6v/2300-2400mah Nickel Metal Hydride Battery Pack Battery Charge Time: 2-2.5 Hours Battery Capacity (fully Charged): 10-12 Hours Mains Supply: 110/230v Ac.: 50 To 60hz 35va Power Supply Storage Environment: - 15°c To 60°c Operating Condition: 0°c To 40°c Environment Protection: Ip 40 Communication: Usb Display: Lcd Colour Graphic Display ¼ Vga Memory: 80-100 Test Results Including Graphs) Impact Rating: 5j Technical Services As Follows: • System Warranty Must Be Five (5) Years • Calibration Of The Unit Must Be Performed After Installation With Certificate • Service Call Within 24 Hours Maximum And Must Have Repair Facility In Mindanao Area. • Preventive Maintenance For Every Quarter Until Warranty Expires. • Service Kits And Consumables To Be Included For One Year Use. • Supplier Must Deliver And Install The Unit Without Cost To The Owner Accessories, Consumables, Spare Parts, Other Components Accessories: • Aed Lead • Ecg Snap Adapter 10 Pack • Usb Cable • Test N Tag 2 Bluetooth Printer • Thermal Labels Rolls 5 Pack • Paddle Adaptor Box • Paddle Adaptor Box Lead (red) • Paddle Adaptor Box Lead (black) • Applied Part Adaptor 10 Pack • Carrying Bag • Manual Guide Training, Installation And Utilisation Pre-installation Requirements Supplier To Perform Installation, Safety And Operation Checks Before Handover. Requirements For Commissioning 1.local Clinical Staff To Affirm Completion Of Installation, 2. Calibration Certificate And Warranty Certificate 3. The Supplier Must Have A Track Record/history/experience For Having A Calibration Center Within The Philippines For Assurance Of Being A Biomedical Company. 4. The Supplier Must Have A Certificate Of Being An Authorized Service Partner. 5. The Supplier Must Have A Branch Office In The Mindanao For Technical Support Purposes. 6. The Supplier Must Have A Local Business Permit For Services In The Mindanao Area. Training Of User/s 5 Days Training And Of User Biomed Engineer & Staff In Operation, Basic Maintenance And Documentation , Shall Be Provided User Care To Demonstrate The Proper Cleaning And Disinfection With Provision Of Printed Cards Or Tags Beside The Unit. Warranty And Maintenance Warranty • 5 Years For Parts And Labor • Cleaning And Maintenance Of Machine • Shall Have Spare Parts Availability Once The End User Needs It. Environmental Factors • Capable Of Being Stored Continuously In Ambient Temperature Of 0 To 50 Deg C And Relative Humidity Of 15 To 90%. • Capable Of Operating Continuously In Ambient Temperature Of 10 To 40 Deg C And Relative Humidity Of 15 To 90% Documentation Documentation Requirements User, Technical And Maintenance Manuals To Be Supplied In English Language. Service Manual In English. List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. Certificate Of Calibration, Warranty And Inspection To Be Provided. Safety And Standards International Standards Risk Classification - Class B (ghtf Rule 11);class Ii (usa); Class Ii (eu, Japan, Canada And Australia) International Standards - Iso 13485, Fda, Ce. Delivery Period 90 Calendar Days From Receipt Of The Notice To Proceed Terms Of Payment Upon Full Delivery, Installed, Tested And Commissioned Service Center Must Have Service Center Within Caraga Regional, Cebu City, Cdo Or Davao City Post Qualification The Bidder Is Required To Send A Demo Unit To Caraga Regional Hospital. Failure To Comply With The Preferred Schedule Of The Procuring Entity For The Post Qualification Can Be A Ground For Disqualification. (no Extensions Allowed) 2. Electrosurgical Devices Analyzer Description Patient Category Electrosurgical Unit (esu) Analyzers Automate The Testing And Inspection Of The Output Circuits And Safety Feature Of Esus. They Perform Testing That Would Otherwise Require Several Other Pieces Of Equipment, As Well As Considerably More Time And Greater Technician Expertise. Purpose Of Use Clinical Or Other Purpose Calibration Of Your Measuring Instruments Has Two Objectives. It Checks The Accuracy Of The Instrument And It Determines The Traceability Of The Measurement. In Practice, Calibration Also Includes Repair Of The Device If It Is Out Of Calibration. Clinical Department /ward Biomedical Department Technical Specifications Power Measurement: True Rms Value Of Applied Waveform Power Rating: 0 – 800w (rms) Accuracy: ± ( 1w + 5% Of Reading) Duty Cycle: 80 – 100% Up To 60 Seconds Load Bank: 0 - 5115ω Resolution: 5 -7ω Voltage (peak): 5– 10kv (peak) - Closed Load Only Accuracy: ± (10% Of Reading + 15v) Voltage: 5 – 700v Rms Accuracy: ± (10% Of Reading + 5v) Current (rms): 0 – 6000 Ma With Load Banks 0 -8000ma External Load Test Accuracy: ± (2% Of Reading + 10ma) Crest Factor: 1.4 – 20 (vpeak / V Rms) Rms Bandwidth; Instrumentation Only: 30 Hz To 10mhz (-3 Db) With Loads: 30 Hz To 2.5 Mhz (-3 Db) Variable Loads: 5 - 5115ω Steps @ 5ω (1023 Steps) Accuracy: ± (1% + 0.5, 0.0ω Of Set Of Load) Load Array: Ceramic Resistors (non-inductive) Measurement Delay: Foot Switch Delay Selectable Between 300-5000ms (8-10m Seconds Resolution) Rf Leakage (high Frequency Leakage): Active: From Active Part To Earth Passive: From Plate – Receptacle – Earth Load: Variable See Power Measurement Fixed 2 X 200ω Accuracy: ± 1%, + 0.5, - 0.0 Ω Contact Quality Monitoring (cqm): Range: 0 -475ω Steps @ 1 Ω Steps Motor Driven Potentiometer Accuracy: ± 5-7% ± 1-2ω Alarm Register: High And Low Manual Confirmation Ranging: Manual Or Automatic Output Connectors: Remote Foot Switch Control (cut): Yellow, Single Relay Contact Remote Foot Switch Control (coag): Blue, Single Relay Contact High Frequency Leakage: Through 4mm Sockets And Power Measurements Usb: Pc Download Oscilloscope Output: 0.5v/a, 100ma, Rf Current Minimum Input, Un-calibrated, Indication Only Isolation: 10kv Isolation Between Measurement Device And Enclosure Low Frequency Filter: 100hz Filter To Avoid Low-frequency Disturbance Or Interference General: Memory: 4000- 5000 Records (4mb) Output: Csv And Sss Format Dimensions: Not More Than 373mm X310mm X210mm Weight: 10-12kg / 22 Lbs Operating Temperature: 10°c - 40°c / 50°c / 32°f -122°f Main’s Power: 115/230v Ac + 10%; 48 To 66 Hz, 35 Va Fuses: 2x 1.6 A (t) Ceramic Standard Accessories: Mains Lead, Usb Lead, Calibration Certification Technical Services As Follows: • System Warranty Must Be Five (5) Years • Calibration Of The Unit Must Be Performed After Installation With Certificate • Service Call Within 24 Hours Maximum And Must Have Repair Facility In Mindanao Area. • Preventive Maintenance For Every Quarter Until Warranty Expires. • Service Kits And Consumables To Be Included For One Year Use. • Supplier Must Deliver And Install The Unit Without Cost To The Owner Accessories, Consumables, Spare Parts, Other Components Accessories: • Test Lead, Usb Lead • Cut/coag Control Interface Cables • Power Cord • Colored Sheathed Banana Set • Operator Cd • Manual • Carrying Bag Training, Installation And Utilisation Pre-installation Requirements • Supplier To Perform Installation, Safety And Operation Checks Before Handover. Requirements For Commissioning • Local Clinical Staff To Affirm Completion Of Installation, Calibration Certificate And Warranty Certificate • The Supplier Must Have A Track Record/history/experience For Having A Calibration Center Within The Philippines For Assurance Of Being A Biomedical Company. • The Supplier Must Have A Certificate Of Being An Authorized Service Partner. • The Supplier Must Have A Branch Office In The Mindanao For Technical Support Purposes. • The Supplier Must Have A Local Business Permit For Services In The Mindanao Area. Training Of User/s 5 Days Training Of User Biomed Engineer & Staff In Operation, Basic Maintenance And Documentation , Shall Be Provided User Care To Demonstrate The Proper Cleaning And Disinfection With Provision Of Printed Cards Or Tags Beside The Unit. Warranty And Maintenance Warranty • 5 Years For Parts And Labor • Cleaning And Maintenance Of Machine • Shall Have Spare Parts Availability Once The End User Needs It. Environmental Factors • Capable Of Being Stored Continuously In Ambient Temperature Of 0 To 50 Deg C And Relative Humidity Of 15 To 90%. • Capable Of Operating Continuously In Ambient Temperature Of 10 To 40 Deg C And Relative Humidity Of 15 To 90% Documentation Documentation Requirements User, Technical And Maintenance Manuals To Be Supplied In English Language. Service Manual In English. List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. Certificate Of Calibration, Warranty And Inspection To Be Provided. Safety And Standards International Standards Risk Classification - Class B (ghtf Rule 11);class Ii (usa); Class Ii (eu, Japan, Canada And Australia) International Standards - Iso 13485, Fda, Ce. Delivery Period 90 Calendar Days From Receipt Of The Notice To Proceed Terms Of Payment Upon Full Delivery, Installed, Tested And Commissioned Service Center Must Have Service Center Within Caraga Regional, Cebu City, Cdo Or Davao City Post Qualification The Bidder Is Required To Send A Demo Unit To Caraga Regional Hospital. Failure To Comply With The Preferred Schedule Of The Procuring Entity For The Post Qualification Can Be A Ground For Disqualification. (no Extensions Allowed) 3. 6 In 1 Patient Vital Signs Simulation / Nibp, Spo2, Ecg, Temperature, Ibp, And Respiration Functionality Test. Description Patient Category A Medical Device Tester Is Responsible For Ensuring That Medical Devices Meet Quality And Safety Standards. They May Work With A Variety Of Devices, From Blood Pressure Monitors To Pacemakers Purpose Of Use Clinical Or Other Purpose Calibration Of Your Measuring Instruments Has Two Objectives. It Checks The Accuracy Of The Instrument And It Determines The Traceability Of The Measurement. In Practice, Calibration Also Includes Repair Of The Device If It Is Out Of Calibration. 6 In 1 Patient Vital Signs Simulation: • Nibp, Spo2, Ecg, Temperature, Ibp, And Respiration Functionality Test. Clinical Department /ward Biomedical Department Technical Specifications Detailed Requirements Displayed Parameters User Adjustable Settings Non-invasive Blood Pressure Simulation: Waveform: Oscillometric Pulse Volume: High, Medeum,low, Pediatric Heart Rate; 20-300bpm Integrated Pump; 0 To 350mmhg User Configuration Leak Test: User Configurable Between 0-350mmhg Chronometer; Configurable Up To 999 – 1100 Secs) Digital Manometer: 0-410mmhg Pressure Accuracy: +/- 0.5% Fs Pressure Unit: Mmhg, Inhg, Kg/cm2. Cmh20, Mbar, Psi, In H20 And Kpa Oxygen Saturation Simulation(puls-r): Range: 30 To 100% Repeatability; Positive/negative 5% Of Reading Between 30-59% Spo2 Positive/negative 3% Of Reading Between 60-89% Spo2 Positive/negative 1% Of Reading Between 90-100% Spo2 ( Accuracy Of Simulation When Used With The Corresponding R-curves Based In Using The Same Probe And Monitor Set Up . Note That Some Montor Type Might Not Be Able To Display Low Range Sats) Heart Rate: 30-300bpm Accuracy: Positive/negative 1bpm Compatibility: Beijing Choice, Criticare, Ge Tuffsat, Masimo, Mindray, Nellcor, Nellcor Oximas, Nihon Kohden, Nonin, Novametrix, Philips,/hp Ecg Arrhythmia Simulator: Simulation: 5 Lead Simulation Including High Level Output On Normal Sinus Rhythm (nsr), St Elevation, St Depression, Myocardial, Infarction, Tall T Heart Rate: 20-300bpm Accuracy: Positive/negative 1 Bpm Amplitudes; Lead Ii: 0.5 -5 Mv (in Steps Of 0.5 Mv). Other Leads Are Proportional To Lead Ii By The Following Percentage: Lead I : 60% Lead Ii : 100% Lead Iii : 40% Accuracy: Positive/negative 2% Connection High Level Ecg 3.5mm Jack Plug St Elevation /depression: Heart Rate: 20-300bpm Elevation %: 7%, 13%, 20% Elevation Slope: Positive, Negative, Flat Myocardial Infarction: Type: Ischemia, Injury, Infarction, Inferior Infarction Heart Rate: 20-300bpm Tall T: Heart Rate: 80 Bpm (ranges 75-80) T Wave Amplitude: 0-1.2mv (steps Of 0.1mv) Arrhythmia Waveforms (atrial); Simulation: 5 Lead Simulation Amplitudes: 0.5 / 1 / 1.5 / 2 / 2.5 / 3 / 3.5 / 4 / 4.5 / 5 Mv. Heart Rate ( When Applicable ) 20 – 300bpm Atrial: Sinus Arrhythmia (sa), Missing Beat, Atrial Flutter (aflt), Atrial Fibrillation (afb), Paroxysmal Atrial Tachycardia (pat), Junctional Premature Contraction. Atrial Conduction: First Degree Av Block, Second Degree Av Block – Mobitz I, Second Degree Av Block – Mobitz Ii, Third Degree Av Block, Right Bundle Branch Block (rbb), Left Bundle Branch Block (lbb), Left Anterior Hemiblock. Ventricular: Premature Ventricular Contraction – Intermittent Premature Ventricular Contraction – Continuous Bigeminy, Trigeminy, Ventricular Flutter (vflt), Ventricular Fibrillation Fine (vfbf), Ventricular Fibrillation Coarse ( Vfbc), Monomorphic Ventricular Tachycardia (mvt), Polymorphic Ventricular Tachycardia (pvt) Right Focal (pvc). Performance Waveforms: Shape: Sine, Square, Triangle Rate: 0.1 To 0.9hz (in Steps Of O.1hz) 1 To 100hz (in Steps Of 1hz) Amplitude: Lead Ii : 0.5-5 Mv (in Steps Of 0.5 Mv) Other Leads As Above Accuracy: 2% Shape: Pulse Rate: 20 Ms Pulse Duration, 4 Second Delay Amplitude: Lead Ii : 1 Mv. Other Leads As Above Accuracy: 2% Pacer Waveforms: Available: Synchronous Atrial, Asynchronous Atrial, Paver Only, Ventricular Pacer, Atrial & Ventricular Pacer. Qrs: 1mv Pacer Pulse Amplitude: 0.1-2mv Pacer Pulse Polarity: Positive/negative Pacer Pulse Width: 0.1-2ms R Wave Detection: Heart Rate: 70 Bpm R Wave Width; 10-120ms (steps Of 10ms) Temperature Simulation: Simulation; Ysi 400 / 700 Static Range; Preset At 25, 23, 37, And 41c Accuracy: ± 0.1c Default Setting: Ysi 400 37c Respiration Simulation: Rates; 5, 10, 15, 30, 60, 120, 180 Breaths Per Minute Base Resistance: 250, 500, 750, 1000 Ohms Accuracy: ± 10% Resistance Variation: 0.1, 0.5, 1.0, 1.5 Ohms Accuracy: ± 10% Default Setting: 15bpm / 250ω / 0.1ω Apnoea Simulation: 0-60 Seconds Duration 0-300seconds Interval Invasive Blood Pressure Simulation; Channels: 2 Channels Static: 0 To 300mmhg Dynamic: 0-300mmhg For Systolic 6 Diastolic Accuracy: ±1mmhg Excitation Voltage: 2 – 16v Impedance: 350ω Nominal Simulated Sensitivity: 5µv / V /mmhg Basic Specification: Operation; Battery Cell, In-site Charge Battery Charger: 100-240vac, 50/60hz Supply; 12 Vdc Centre Positive Battery Life: 8 Hours Standby Or A Maximum Of 200 Nibp Simulations Memory Capacity; Approx. 5, 000 Records Communication: Bluetooth Display: Monochrome, ¼ Vga Full Graphics Keypad: Alpha Numeric Weight: < 1.5 Kg, <3.5lbs Size (lxwxd): 250-270 X 100 To 110 Mm / 10.5 X 4 X3 Operating Environment: - 15° - + 60°c Environmental Protection: Ip 40 Puls-r: Compatibility Beijing Choice, Ge Tuffsat, Mindray, Nellcor Oximax, Nonin, Philips / Hp, Criticare, Masimo, Nellcor, Nihon Kohden, Novametrix Supported Default R-curves Heart Rating: 30 – 300bpm Accuracy Of Simulation When Used With The Corresponding R Curves: Resolution 1% Steps - Range 30-59% - Repeatability ± 5% 1% Steps -range 60 – 89% - Repeatability ±3 % 1% Steps -range 90 – 100% - Repeatability ±1% Technical Services As Follows: • System Warranty Must Be Five (5) Years • Calibration Of The Unit Must Be Performed After Installation With Certificate • Service Call Within 24 Hours Maximum And Must Have Repair Facility In Mindanao Area. • Preventive Maintenance For Every Quarter Until Warranty Expires. • Service Kits And Consumables To Be Included For One Year Use. • Supplier Must Deliver And Install The Unit Without Cost To The Owner Accessories, Consumables, Spare Parts, Other Components Accessories: • Ibp Connection Cable • Nibp Accessories • Temperature Connect Cables • Ecg Cables And Leads • Puls-r Universal Spo2 Simulation Finger Standard Accessories: • Carry Case • Nibp Tubing Kit • Ecg Adaptor Module And Snap-on Adaptors • Quick Start Guide • Power Supply Training, Installation And Utilisation Pre-installation Requirements Supplier To Perform Installation, Safety And Operation Checks Before Handover. Requirements For Commissioning 1. Local Clinical Staff To Affirm Completion Of Installation, 2. Calibration Certificate And Warranty Certificate 3. The Supplier Must Have A Track Record/history/experience For Having A Calibration Center Within The Philippines For Assurance Of Being A Biomedical Company. 4. The Supplier Must Have A Certificate Of Being An Authorized Service Partner. 5. The Supplier Must Have A Branch Office In The Mindanao For Technical Support Purposes. 6. The Supplier Must Have A Local Business Permit For Services In The Mindanao Area. Training Of User/s 5 Days Training Of User Biomed Engineer & Staff In Operation, Basic Maintenance And Documentation , Shall Be Provided User Care To Demonstrate The Proper Cleaning And Disinfection With Provision Of Printed Cards Or Tags Beside The Unit. Warranty And Maintenance Warranty • 5 Years For Parts And Labor • Cleaning And Maintenance Of Machine • Shall Have Spare Parts Availability Once The End User Needs It. Environmental Factors • Capable Of Being Stored Continuously In Ambient Temperature Of 0 To 50 Deg C And Relative Humidity Of 15 To 90%. • Capable Of Operating Continuously In Ambient Temperature Of 10 To 40 Deg C And Relative Humidity Of 15 To 90% Documentation Documentation Requirements User, Technical And Maintenance Manuals To Be Supplied In English Language. Service Manual In English. List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. Certificate Of Calibration, Warranty And Inspection To Be Provided. Safety And Standards International Standards Risk Classification - Class B (ghtf Rule 11);class Ii (usa); Class Ii (eu, Japan, Canada And Australia) International Standards - Iso 13485, Fda, Ce. Delivery Period 90 Calendar Days From Receipt Of The Notice To Proceed Terms Of Payment Upon Full Delivery, Installed, Tested And Commissioned Service Center Must Have Service Center Within Caraga Regional, Cebu City, Cdo Or Davao City Post Qualification The Bidder Is Required To Send A Demo Unit To Caraga Regional Hospital. Failure To Comply With The Preferred Schedule Of The Procuring Entity For The Post Qualification Can Be A Ground For Disqualification. (no Extensions Allowed) 4. Gas Flow Equipment Analyzer Description Patient Category Test Gas Flow And Respiratory Medical Equipment Accurately, Including Ventilators, Flow Meters, Edoscopic Insufflators, Suction Devices, Pressure Gauge And Anaesthesia Machine, Especially When Accuracy Of Low Volume And Pressure Is Crucial. Purpose Of Use Clinical Or Other Purpose Calibration Of Your Measuring Instruments Has Two Objectives. It Checks The Accuracy Of The Instrument And It Determines The Traceability Of The Measurement. In Practice, Calibration Also Includes Repair Of The Device If It Is Out Of Calibration. 5 In 1 Gas Flow Equipment Analyzer • Ventilators, Flow Meters, Pressure Gauge, Suction Machine And Anesthesia Machine Clinical Department /ward Biomedical Department Technical Specifications Flow And Pressure Measurements: Flow: Range: Accuracy: Measuring Direction * Bidirectional Temperature Compensated * Automatic Or Manual Pressure Compensated *automatic Humidity Compensated *- Manually High Flow * ±300 L/min , * ±1.9% Or 0.1 L/min (for 10..40°c) Pressure: High Pressure (p High) * -1 – 9 Bar * ±0.5-1% °or ±6-7 Mbar Differential Pressure (p High): * ±180-200mbar * ±.05-0.75% Or ±0.5-0.1mbar Pressure In High Flow Channel: * - 55-150mbar * ±0.75% Or 0.1mbar Atmospheric Pressure: * 550-1150mbar * ±1% Or ± 5mbar Units: Flow: * L/min, L/s, Cfm, Ml/min, Ml/s Pressure: * Bar, Mbar, Cmh20, Inh20, Torr, Inhg, Hpa, Kpa, Mmhg, Psi Other Measurement: Oxygen; Concentration; * 0-50% * ±15 O2 Pressure Compensated; * ≤100-150mbar Temperature: In High Flow Channel: * 0-55°c * ±1.75% Or ±0.5% °c Co2: Concentration * 0-16 Vol% * ±(0.2vol% + 2% Of Reading) N2o: Concentration * 0-90 Vol% * ±(2% Vol% + 2% Of Reading) Hal, Iso,enf: Concentration * 0-8% Vol% * ±(0.15% + 5% Of Reading) Sev Concentration *1-10% Vol% * ±(0.15% Vol% +5% Of Reading) Des Concentration * 0-20 Vol% * ±(0.15 Vol% +55 Of Reading) Gas Type: * Air,o2, Air/o2, N2o, N2o/o2, He/o2, N2,c02, Gas Standards: * Atp, Atpd, Atps, Ap21, Stp, Stph, Btps, Btps-a, Btpd, Btpd-a, 0/1013, 20/981, 15/1013, 25/991, 20/1013, Ntpd, Ntps Ventilation Parameters: Breath Rate: Rate: * 1-980 Bpm * ±0.5 Bpm Or ±0.5-5% Or 2.0 Time Ti Te * 0.04 – 60 S * ±0.01-0.02 S Ratio I:e * 1:300-300:1 * ±2.5% * 0-90% * ±3-5% Breath Volumes V: * * ±2% Or 0.20ml (> 6 Sl/min) Vti,vte: * ±10l * ±2% Or ±2.20ml (>6 Sl/min) Minute Volume Vi, Ve: * 0-299sl/min * ±2.5% Pressure P Peak, P Mean, Peep, P Plateau, Ipap: * 2-150 Mbar * ±0.75% Or ±0.1mbar Peakflow Pf Insp1, Pf Xp : * ±300 Sl/min * ±1.9% Or ±0.1% Sl/min Compliance C Stat * 1-1000 Ml/mbar * ±3% Or ±1ml/mbar Trigger Adult, Pediatric, Hfo Ext. Trigger * Adult, Pediatric Hfo, Adjustable On Flow Or Pressure Curves With User Defined Limits General Information; Power: * 100-240vac, 50/60hz Battery * 3-5 Hours Power Consumption * 3-6 W Weight * 0.52-1kg Dimension ( W X D Xh) * 11.4x 7x 7.3cm Depends Of The Manufacturer) Data Storage * Internal And Micro Sd Display * Multi Touch (color) , Realtime Curves Interfaces * Rs-232, Usb , Ethernet, Can, Analog Out, Ttl, Wlan, Tsi4000 And Prima Protocool Calibration * Annually Condition Ambient Temperature * 20-40°c (*59-104°f) Condition Humidity * 20-90% R,h Technical Services As Follows: • System Warranty Must Be Five (5) Years • Calibration Of The Unit Must Be Performed After Installation With Certificate • Service Call Within 24 Hours Maximum And Must Have Repair Facility In Mindanao Area. • Preventive Maintenance For Every Quarter Until Warranty Expires. • Service Kits And Consumables To Be Included For One Year Use. • Supplier Must Deliver And Install The Unit Without Cost To The Owner Accessories, Consumables, Spare Parts, Other Components Accessories: • Stand • Smartlung Adult (1l) • Webserver Configurator And Monitoring • Flow Lab Software • Oxygen Sensor • Adapter Set • Laminar Flow Tube • Car Adapter • Micro Sd Memory Card • Protection Filter • Usb Cable • Ethernet Cable • Power Supply • Battery Pack • Usb Adapter • Manual • Protector • Carrying Bag Training, Installation And Utilisation Pre-installation Requirements Supplier To Perform Installation, Safety And Operation Checks Before Handover. Requirements For Commissioning 1. Local Clinical Staff To Affirm Completion Of Installation, Calibration Certificate And Warranty Certificate 2. The Supplier Must Have A Track Record/history/experienced For Having A Calibration Center Within The Philippines For Assurance Of Being A Biomedical Company. 3. The Supplier Must Have A Certificate Of Being An Authorized Service Partner. 4. The Supplier Must Have A Branch Office In The Mindanao For Technical Support Purposes. 5. The Supplier Must Have A Local Business Permit For Services In The Mindanao Area. Training Of User/s 5 Days Training Of User Biomed Engineer & Staff In Operation, Basic Maintenance And Documentation , Shall Be Provided User Care To Demonstrate The Proper Cleaning And Disinfection With Provision Of Printed Cards Or Tags Beside The Unit. Warranty And Maintenance Warranty • 5 Years For Parts And Labor • Cleaning And Maintenance Of Machine • Shall Have Spare Parts Availability Once The End User Needs It. Environmental Factors • Capable Of Being Stored Continuously In Ambient Temperature Of 0 To 50 Deg C And Relative Humidity Of 15 To 90%. • Capable Of Operating Continuously In Ambient Temperature Of 10 To 40 Deg C And Relative Humidity Of 15 To 90% Documentation Documentation Requirements User, Technical And Maintenance Manuals To Be Supplied In English Language. Service Manual In English. List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. Certificate Of Calibration, Warranty And Inspection To Be Provided. Safety And Standards International Standards Risk Classification - Class B (ghtf Rule 11);class Ii (usa); Class Ii (eu, Japan, Canada And Australia) International Standards - Iso 13485, Fda, Ce. Delivery Period 90 Calendar Days From Receipt Of The Notice To Proceed Terms Of Payment Upon Full Delivery, Installed, Tested And Commissioned Service Center Must Have Service Center Within Caraga Regional, Cebu City, Cdo Or Davao City Post Qualification The Bidder Is Required To Send A Demo Unit To Caraga Regional Hospital. Failure To Comply With The Preferred Schedule Of The Procuring Entity For The Post Qualification Can Be A Ground For Disqualification. (no Extensions Allowed) This Procurement Is A Partial Bid Or Line Item Bid. Validity Of The Contract Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: A. When The Total Quantity Specified In The Contract Has Been Exhausted; Or B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specifications And Terms Of Reference Is Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Section 23.4.1.3. (ra 9184) The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. Slcc Must Be Within 2 Years From The Submission Of Bids. (based On The Completion Date). Slcc Shall Be The Same Or Similar In Nature, Which Shall Be Determined By The Bids And Awards Committee. For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 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 5183. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, At Procurement Section, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 10, 2024 – January 21, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference December 18, 2024 At 9:00 O’clock In The Morning Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/83066464127?pwd=umvcd4lcmrkaz6ldz2qhqbhw76cdzk.1 Meeting Id: 830 6646 4127 Passcode: 528376 Deadline Of Submission Of Bids January 21, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com . Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids January 21, 2025 At 2:00 P.m. Via Zoom Platform. Join Zoom Meeting Https://us06web.zoom.us/j/85126317644?pwd=pqhrftd91zoxlr4ufcctyy7gtdz5qj.1 Meeting Id: 851 2631 7644 Passcode: 872092 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1enb1ofcvp2zs4qembcxjjpeilwkths5c?usp=sharing Payment Of Bidding Documents Php 5,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Phlippine Bidding Documents Can Be Accessed In The Philgeps, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before January 21, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 21, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 9. The Crh 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link : Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 Direct Line: (086) 826-9058 Mobile Nos. 09850508783 (smart/tnt) 09539212832 (globe/tm) E-mail Address: Crhprocurement.bac@gmail.com Approved By: (sgd) Fermarie C. Dulpina, Rmt, Mpa, Jd Chief Health Program Officer Chairman, Bids And Awards Committee
Closing Date21 Jan 2025
Tender AmountPHP 4.8 Million (USD 81.9 K)
7891-7900 of 7936 archived Tenders