Cars Tenders

Cars Tenders

Bureau Of Corrections Muntinlupa City Metro Manila Tender

Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Philippine Bidding Documents Supply And Delivery Of Various Bucor Vehicles 2025 (procurement/contract No. 010) Sixth Edition July 2020 Bids And Awards Committee 2024 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 6 Section Iii. Bid Data Sheet 16 Section Iv. General Conditions Of Contract 19 Section V. Special Conditions Of Contract 22 Section Vi. Schedule Of Requirements 27 Section Vii. Technical Specifications 29 Section Viii. Bidding Forms 34 Section I. Invitation To Bid Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Invitation To Bid For Supply And Delivery Of Various Bucor Vehicles 2025 1. The Bureau Of Corrections, Through The National Expenditure Program Fy 2025 (capital Outlay) Intends To Apply The Sum Of Seventeen Million Three Hundred Thousand Pesos Only (₱17,300,000.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Various Bucor Vehicles 2025 With Identification Number __epa-010__. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Corrections Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within Thirty (30) Calendar Days. Bidders Should Have Completed, Within The Last Four (4) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Equivalent To At Least Fifty Percent (50%) Of The Abc. 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 Bureau Of Corrections And Inspect The Bidding Documents At The Address Given Below During Monday To Friday From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On __december 29, 2024 (08:00am To 05:00pm) To January 20, 2025 (08:00am To 01:29pm)___ 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 Twenty-five (₱25,000.00) Thousand Pesos Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees And Presented In Person. 6. The Bureau Of Corrections Will Hold A Pre-bid Conference On __january 06, 2025 (01:30pm)____ At Bac Conference Room Nbp Reservation Muntinlupa City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before __january 20, 2025 (01:29pm)__. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On __january 20, 2025 (01:30pm)__ At The Given Address Below Bac Conference Room Nbp Reservation Muntinlupa City, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Schedule Of Bidding Activities Shall Be As Follows: Activites Date/time Venue 1. Sale And Issuance Of Bid Documents December 29, 2024 (08:00am To 05:00pm) To January 20, 2025 (08:00am To 01:29pm)_ Supply Division Bureau Of Corrections Muntinlupa City 2. Pre-bid Conference January 06, 2025 (01:30pm Bac Conference Room Bureau Of Corrections Muntinlupa City 3. Submission And Opening Of Bid Documents January 20, 2025 (01:30pm) Bac Conference Room Bureau Of Corrections Muntinlupa City 11. The Bureau Of Corrections Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Maria Adoracion I. Viñas Office Of The Bac Secretariat Supply Office, Bureau Of Corrections, Muntinlupa City Tel # 02-8809-8587/02-8478-0907 Bacsec2022@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Bucor.gov.ph Date Of Issue: _______________ Ccsupt. Celso S. Bravo Chairperson, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Bureau Of Corrections Wishes To Receive Bids For The Supply And Delivery Of Various Bucor Vehicles 2025 {[insert, If Applicable:] Under A Framework Agreement}, With Identification Number [indicate Number]. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project Supply And Delivery Of Various Bucor Vehicles 2025 Is Composed Of One (1) Lot, 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 National Expenditure Program Fy 2025 (capital Outlay) In The Amount Of Seventeen Million Three Hundred Thousand Pesos Only (₱17,300,000.00). 2.2. The Source Of Funding Is: A. Nga, The General Appropriations Act Or Special Appropriations. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement 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. [select One, Delete Other/s] 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. B. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 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. 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: A. Subcontracting Is Not Allowed. 7.2. [if Procuring Entity Has Determined That Subcontracting Is Allowed During The Bidding, State:] The Bidder Must Submit Together With Its Bid The Documentary Requirements Of The Subcontractor(s) Complying With The Eligibility Criteria Stated In Itb Clause 5 In Accordance With Section 23.4 Of The 2016 Revised Irr Of Ra No. 9184 Pursuant To Section 23.1 Thereof. 7.3. [if Subcontracting Is Allowed During The Contract Implementation Stage, State:] The Supplier May Identify Its Subcontractor During The Contract Implementation Stage. Subcontractors Identified During The Bidding May Be Changed During The Implementation Of This Contract. Subcontractors Must Submit The Documentary Requirements Under Section 23.1 Of The 2016 Revised Irr Of Ra No. 9184 And Comply With The Eligibility Criteria Specified In Itb Clause 5 To The Implementing Or End-user Unit. 7.4. Subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Supplier’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address Bac Conference Room Nbp Reservation, Poblacion, Muntinlupa, City And/or Through Videoconferencing/webcasting} As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within The Last Four (4) 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. 11.5. [include If Framework Agreement Will Be Used:] Financial Proposals For Single Or Multi-year Framework Agreement Shall Be Submitted Before The Deadline Of Submission Of Bids As Prescribed In The Ib. For Multi-year Framework Agreement, Evaluation Of The Financial Proposal During This Stage Is For Purposes Of Determining Eligibility And Whether Or Not Such Financial Proposal Is Within The Abc. 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). 12.2. [include If Framework Agreement Will Be Used:] For Framework Agreement, The Following Should Also Apply In Addition To Clause 12.1: A. For A Single Year Framework Agreement, The Prices Quoted By The Bidder Shall Be Fixed During The Bidder’s Performance Of The Contract And Not Subject To Variation Or Escalation On Any Account. Price Schedules Required Under Clause 12.1 Shall Be Submitted With The Bidding Documents. B. For A Multi-year Framework Agreement, The Prices Quoted By The Bidder During Submission Of Eligibility Documents Shall Be The Ceiling And The Price Quoted During Mini-competition Must Not Exceed The Initial Price Offer. The Price Quoted During Call For Mini-competition Shall Be Fixed During The Bidder’s Performance Of That Call-off And Not Subject To Variation Or Escalation On Any Account. Price Schedules Required Under Clause 12.1 Shall Be Submitted With The Bidding Documents. 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: A. 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 [indicate Date]. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 14.3. [include If Framework Agreement Will Be Used:] In The Case Of Framework Agreement, Other Than The Grounds For Forfeiture Under The 2016 Revised Irr, The Bid Security May Also Be Forfeited If The Successful Bidder Fails To Sign The Framework Agreement, Or Fails To Furnish The Performance Security Or Performance Securing Declaration. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Posting Of Performance Security Or Performance Securing Declaration, As The Case May Be, By The Winning Bidder Or Compliant Bidders And The Signing Of The Framework Agreement. 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. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 16.2. [include If Framework Agreement Will Be Used:] For Multi-year Framework Agreement, The Submission Of Bids Shall Be For The Initial Evaluation Of Their Technical And Financial Eligibility. Thereafter, Those Declared Eligible During The Said Initial Eligibility Evaluation And Entered Into A Framework Agreement With The Procuring Entity Shall Submit Anew Their Best Financial Offer At The Address And On Or Before The Date And Time Indicated In The Call For Each Mini-competition. 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. 18.2. [include If Framework Agreement Will Be Used:] For Multi-year Framework Agreement, Determination Of Margin Of Preference Shall Be Conducted Every Call For Mini-competition. 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. [include The Following Options If Framework Agreement Will Be Used:] A. In The Case Of Single-year Framework Agreement, The Lowest Calculated Bid Shall Be Determined Outright After The Detailed Evaluation; B. For Multi-year Framework Agreement, The Determination Of The Eligibility And The Compliance Of Bidders With The Technical And Financial Aspects Of The Projects Shall Be Initially Made By The Bac, In Accordance With Item 7.4.2 Of The Guidelines On The Use Of Framework Agreement. 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: Option 1 – One Project Having Several Items That Shall Be Awarded As One Contract. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.1. [include If Framework Agreement Will Be Used:] For Multi-year Framework Agreement, All Bidders Initially Determined To Be Eligible And Financially Compliant Shall Be Subject To Initial Post-qualification. The Bac Shall Then Recommend The Execution Of A Framework Agreement Among All Eligible, Technically And Financially Compliant Bidders And The Procuring Entity And Shall Be Issued By Hope A Notice To Execute Framework Agreement. The Determination Of The Lowest Calculated Bid (lcb) Shall Not Be Performed By The Bac Until A Mini-competition Is Conducted Among The Bidders Who Executed A Framework Agreement. When A Call For Mini-competition Is Made, The Bac Shall Allow The Bidders To Submit Their Best Financial Proposals On Such Pre-scheduled Date, Time And Place To Determine The Bidder With The Lcb. 20.2. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, {[include If Framework Agreement Will Be Used:] Or In The Case Of Multi-year Framework Agreement, That It Is One Of The Eligible Bidders Who Have Submitted Bids That Are Found To Be Technically And Financially Compliant,}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. {[include If Framework Agreement Will Be Used:] For Every Mini-competition In Framework Agreement, The Lcb Shall Likewise Submit The Required Documents For Final Post Qualification.} 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. [include The Following Clauses If Framework Agreement Will Be Used:] 21.2. At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Framework Agreement Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 21.3. Within Ten (10) Calendar Days From Receipt Of The Notice To Execute Framework Agreement With The Procuring Entity, The Successful Bidder Or Its Duly Authorized Representative Shall Formally Enter Into A Framework Agreement With The Procuring Entity For An Amount Of One Peso To Be Paid To The Procuring Entity As A Consideration For The Option Granted By The Procuring Entity To Procure The Items In The Framework Agreement List When The Need Arises. 21.4. The Procuring Entity Shall Enter Into A Framework Agreement With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 21.5. The Following Documents Shall Form Part Of The Framework Agreement: A. Framework Agreement Form; B. Bidding Documents; C. Call-offs; D. Winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; E. Performance Security Or Performance Securing Declaration, As The Case May Be; F. Notice To Execute Framework Agreement; And G. Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Motor Vehicle. B. Completed Within The Last Four (4) Years Equivalent To At Least Fifty Percent (50%) Of The Abc, 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 Bureau Of Corrections Iwahig Prison And Penal Farm (ippf) Puerto Prinsesa City, Palawan 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. 19.3 One Project Having Several Items That Shall Be Awarded As One Contract. 20.2 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its; 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) 2. Supporting Documents For The Slcc (sales Invoice Or Official Receipt Or End-users Acceptance) 3. Certified True Copy Coming From The Issuing Agency Of Valid And Current Registration Certificate (sec Certificate Of Registration For Corporation Or Dti Certificate Of Registration For Sole Proprietorship Or Cda Certificate Of Registration For Cooperative) 4. Valid And Current Mayor’s Or Business Permit 5. Valid And Current Tax Clearance 6. Audited Financial Statement 7. 2 Sets Photo Copy Of Eligibility And Financial Envelope Marked As “copy 1” And “copy 2” 21.2 No Additional Contract Documents. 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. [include The Following Clauses If Framework Agreement Will Be Used:] 2.3. For A Single-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier In Its Bid. 2.4. For Multi-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier During Conduct Of Mini-competition. 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.{[include If Framework Agreement Will Be Used:] In The Case Of Framework Agreement, The Bidder May Opt To Furnish The Performance Security Or A Performance Securing Declaration As Defined Under The Guidelines On The Use Of Framework Agreement.} 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 {[include If Framework Agreement Will Be Used:] Or Framework Agreement} 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 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Special Conditions Of Contract Gcc Clause 1 [list Here Any Additional Requirements For The Completion Of This Contract. The Following Requirements And The Corresponding Provisions May Be Deleted, Amended, Or Retained Depending On Its Applicability To This Contract:] Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: The Delivery Terms Applicable To This Contract Are Delivered To Bureau Of Corrections Iwahig Prison And Penal Farm (ippf) Puerto Prinsesa City, Palawan. 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 Acting Director, Directorate For Engineering Services. 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. 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. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: A. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And B. In The Event Of Termination Of Production Of The Spare Parts: I. Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii. Following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Cost Thereof Are Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of [indicate Here The Time Period Specified. If Not Used Indicate A Time Period Of Three Times The Warranty Period]. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within [insert Appropriate Time Period] Months Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 Not Applicable 4 The Inspections And Tests That Will Be Conducted Are: Partial/complete Goods Shall Be Inspected By The Tiac Technical Inspection And Acceptance Committee. Representative From Supply Division To Be Witnessed By: Coa Representative The Goods Shall Be Accepted By The End User After Passing The Inspection Of The Tiac (technical Inspection And Acceptance Committee). 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. Section Vi. Schedule Of Requirements Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Section Vi. Schedule Of Requirements Supply And Delivery Of Various Bucor Vehicles 2025 The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Delivered, Weeks/months 1 Prison Van 6 30 Calendar Days 2 Staff Car 2 30 Calendar Days 3 Staff Car 4 30 Calendar Days I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Schedule. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Vii. Technical Specifications Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 1 Prison Van Overall Dimensions L X W X H (mm): 4,600 X 1,695 X 1,955 Wheelbase: 2400 Seating Capacity: 3 Engine Type Type: 4ja1 Direct Injection Common Rail Displacement (cc):2499 Maximum Output (ps/rpm): 78 Hp @3900 Rpm Maximum Torque (nm/rpm): 176.5 Nm @ 1800 Rpm Fuel Type: Diesel Fuel Tank Capacity: 50 Liters Transmission: 5-speed Manual Brakes: Front: Ventilated Discs Rear: Drum. Leading & Trailing Tires: 195r 14c 8pr Wheels (size): 14 X 5.5jj (6 Studs) Color: Camouflage Safety And Security Blinker And Siren Comm. Sys. Basic Tools, Jack And Manual Others: Bucor Logo Registration: 3 Years Lto Registration 1 Year Gsis Comprehensive Insurance __________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 2 Staff Car Overall Dimensions L X W X H (mm): 4,735 X 1,830 X 1,795 Seating Capacity:8 Engine Type Type: 4-cylinder, In-line, 16-valve Double Overhead Camshaft (variable Nozzleturbo Charger W/ Intercooler) Engine Displacement (cc): 2755 Maximum Output (ps/rpm) 174 / 3,400 Maximum Torque (nm/rpm): 360 / 1,200 - 3,400 Fuel Type: Diesel 1 Gd - Ftv 6 - Speed At Multi - Reflector Halogen Black+silver Front Grille Function Fabric (black)* With Keyless Entry Eco+power Apple Carplay + Android Auto Safety And Security Driver + Front Passenger + Knee (d) With + Brake Assist + Ebd With Vehicle Stability Control ( Vsc) With Hill-start Assist Control (hsa) With Reverse Camera Other Modification: Color- Black Blinker And Siren Com. Sys. Basic Tools, Jack And Manual Others: Bucor Logo- Magnetic Type Registration: 3 Years Lto Registration 1 Year Gsis Comprehensive Insurance _________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 3 Staff Car Overall Dimensions L X W X H (mm): 4,395 X 1,730 X 1,690 Wheelbase(mm): 2750 Seating Capacity: 7 Engine Type Type: 4-cylinder, In-line, 16-valve Dohc With Duel Vvt-idisplacement (cc):1329 Maximum Output (ps/rpm) 98/6000 Maximum Torque (nm/rpm): 122/4200 Fuel Type: Gasoline Fuel Tank Capacity: 43l Chassis Drivetrain: Front Wheel Drive Cvt Transmission 1nr-ve Brakes: Front: Disc Rear: Drum Tires: 185/ 65 R15 Alloy 15" Alloy Wheels __________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 3 Continuation: Exterior Segment Lcd Mid Headlamps: Split Type Led Rear Combination: Led Lamp 2-tone Interior Function Key Start Digital Aircon Control Back Camera & Sensor 8" Audio Display With Apple Carplay And Android Auto Safety And Security Driver And Front Passenger Airbags Alarm+immobilizer+indicator Back Camera Color: Black Metallic 1 Blinker And Siren Comm. Sys. Basic Tools, Jack And Manual Others: Bucor Logo- Magnetic Type Registration: 3 Years Lto Registration 1 Year Gsis Comprehensive Insurance __________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Viii. Checklist Of Technical And Financial Documents Checklist Of Technical And Financial Documents I. Eligibility Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages); Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Bidders Should Have Completed, Within The Last Four (4) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Equivalent To At Least Fifty Percent (50%) Of The Abc, 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 ⬜ Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; 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 Schedule Of Requirements; And ⬜ (i) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And A. Certificate Of Dealership B. List Of Service Centers Nationwide C. Certificate Of Availability Of Spare Parts D. Brochure And ⬜ (j) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate/board Resolution In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc; Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation At Least Equal To Ten Percent (10%) Of The Abc. 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. Each Partner Of The Joint Venture Shall Submit Their Respective Philgeps Certificates Of Registration In Accordance With Section 8.5.2 Of This Irr. The Submission Of Technical And Financial Eligibility Documents By Any Of The Joint Venture Partners Constitutes Compliance: Provided, That The Partner Responsible To Submit The Nfcc Shall Likewise Submit The Statement Of All Of Its Ongoing Contracts And Audited Financial Statements Ii. Financial Component Envelope ⬜ (m) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n) Original Of Duly Signed And Accomplished Price Schedule(s). Bidding Forms Company Letterhead Statement Of Ongoing Government & Private Contracts Supply And Delivery Of Various Bucor Vehicles 2025 Statement Of All Its Ongoing Government And Or Private Contracts Including Contracts Awarded But Not Yet Started, If Any Whether Similar Or Not Similar In Nature. Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Value Of Outstanding Contract Total Value Of Outstanding Contract: Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Statement Of Single Largest Completed Contract Supply And Delivery Of Various Bucor Vehicles 2025 Statement Of Single (1) Largest Completed Contract Of Similar In Nature Within The Last Four (4) Years From The Date Of Submission And Receipt Of Bids Amounting To At Least Fifty Percent (50%) Of The Approved Budget Of The Contract (abc) Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa’s Consumer Price Index, If Necessary Date Of Delivery Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Supply And Delivery Of Various Bucor Vehicles 2025 Certificate Of Net Financial Contracting Capacity (please Show Figures At How You Arrived At The Nfcc) This Is To Certify That Our Net Financial Contracting Capacity (nfcc) Is _____________________ (p____________) Which Is At Least Equal To The Total Ceiling Price We Are Bidding. The Amount Is Computed As Follows: (please Show Computation Of Nfcc) Nfcc = (ca-cl) (15) – C Where: Ca = Current Assets Cl = Current Liabilities C = Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Going Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract For This Project Note: The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Audited Financial Statement Submitted To The Bir. Issued This _________________day Of ________________, 2025 _______________________________________________ Name & Signature Of Authorized Representative ____________________ Position _______________ Date Company Letterhead Supply And Delivery Of Various Bucor Vehicles 2025 Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: Bureau Of Corrections I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Ten (10) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. ______________________________________________________ [insert Name Of Bidder’s Authorized Representative] _____________________________ [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ Issued On ______________ At ___________________________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Supply And Delivery Of Various Bucor Vehicles 2025 Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1 Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: A) If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Supply And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections, As Shown In The Attached Duly Notarized Special Power Of Attorney; B) If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Supply And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections, As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting ; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder]is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The Supply And Delivery Of Various Bucor Vehicles 2025. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ And Issued On ____________________ At _____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Supply And Delivery Of Various Bucor Vehicles 2025 Bid Form Date: Invitation To Bid No: [insert Reference Number] To: Bids And Awards Committee Bureau Of Corrections Nbp Reservation Muntinlupa City Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply And Delivery Of Various Bucor Vehicles 2025 In Conformity With The Said Bidding Documents For The Sum Of ________________________________________₱_________________ Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In Bds Provision For Itb Clause 17.1 And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And You’re Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per Itb Clause 5 Of The Bidding Documents. We Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Supply And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections. [for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter’s Behalf For Supply And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 2025. [signature Over Printed Name] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of __________________________ Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Schedule Of Prices Supply And Delivery Of Various Bucor Vehicles 2025 Quantity Units Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat 6 Units Prison Van ₱8,700,000.00 2 Units Staff Car ₱3,600,000.00 4 Units Staff Car ₱5,000,000.00 Total: ₱17,300,000.00 Total Bid Price Inclusive Of Vat In Words [signature Over Printed Name] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of _______________________________ Sixth Edition July 2020 Bids And Awards Committee 2024
Closing Date20 Jan 2025
Tender AmountPHP 17.3 Million (USD 295.3 K)

Nueva Ecija University Of Science And Technology - NEUST Tender

Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid The Nueva Ecija University Of Science And Technology (neust) Through The Bids And Awards Committee (bac) Will Conduct Early Procurement Activities (epa) For The Following Project Funded By Nep/gaa 2025 In Accordance With The Guidelines On The Implementation Of Epa. Interested Entities Are Hereby Invited To Bid For The Following: Name Of Project: Hospitality And Tourism Management Virtual-reality Laboratory Set/package Location: Neust Cabanatuan City Approved Budget For The Contract: Php5,500,000.00 Contract Duration: 90 Calendar Days Source Of Fund: Nep/gaa 2025 Cost Of Bidding Documents: Php10,000.00 Project Description: 1lot/package Item No. Item & Description Quantity Unit 1 Hospitality And Tourism Management Virtual-reality Laboratory Set/package A. 90 Pcs. Virtual Reality Device (head Goggles And Hand So) B. 3 Units 50 Inches 4k Led Smart - 4k Uhd - Smart Tv - Bluetooth Connectivity, Hdr, Wireless Connectivity C. 3 Units All-in-one Computer - Apple M4 Chip With 10-core Cpu, 10-core Gpu, 16-core Neural Engine - 24" 4.5k Retina Display² - Standard Glass - 16gb Unified Mem9ory 512gb Ssd Storage - Four Thunderbolt 4 Ports Gigabit Ethernet - Magic Mouse - Magic Keyboard With Touch Id - Us English D. Simulation Program Software • Hotel Operations And Services - Hotel Section / Department Familiarization - Hotel Room Housekeeping Procedure (cleaning And Bed Preparation) - Housekeeping Tools And Equipment Familiarization • Food And Beverage Operations And Services - Restaurant Section/department Familiarization - Bar Tools And Equipment Familiarization - Kitchen Tools And Equipment Familiarization - Bartending And Cocktail Mixing - Food Service Procedures • Tourism And Travel Management - Phase 1 O Philippine Virtual Tour & Tourism Destination (360 Vr Tour) O Wonders Of The World (famous International Tourism Destination) (360 Vr Tour) O Country Familiarization (map And Flag Of The World) O Philippine And Tourism Geography (map, Province, Capital, Municipality, Culture) - Phase 2 O Travel Booking Simulation (using Global Distribution System) O Travel Agency Facility Familiarization O In-flight Safety Demonstration And Familiarization (aircraft) O Cruise Ship Vessel Familiarization 1 Set 2 Global Distribution System (gds) With Hotel Property Management System (pms) – Package/set A. 3 Units – Server Computer - Processor: 1 X Intelâ® Xeonâ® E3-1220v3 Quad Core Processor (3.10ghz/80w) - Cache: 8mb L3 Cache - Memory: 4gbâ 1 X 4gb Ddr3-1333 Unbuffered Ecc Memory - Expansion Slots • 1 X Pcieâ® 3.0 X16 • 1 X Pcieâ® 2.0 X4 (x8 Connector) • 1 X Pcieâ® 2.0 X1 (x4 Connector) • 1 X Pci - Graphics: Intel Hd P4600 Graphics - Ethernet: Onboard Gigabit Lan (intel� 82576eb) - Power Supply: 500w 80 Plus Bronze Certified Efficient Fixed Power Supply - Storage: 1 X 500gb 3.5” Sata 7200rpm (up To 4 X 3.5” Sata Hdd) - Chassis Form Factor: Tower Chassis - Optical Drive: Dvd-rw - Dimensions: 180 (w) X 450 (d) X 358 (h) Mm (7.1 X 17.7 X 14.1 Inches) - Weight: 7.9- 12.4 Kg (17.4-27.3 Lbs.) - Os Support: Windows 11 Os 64 Bit - Security And Service Features • Chassis Intrusion Alert, • Admin/user Password, • Device Boot Control, • Power On Password, • Setup Password - Emissions Classification (emc) • Fcc (class B) Bsmi (class A) - Accessories: Keyboard And Mouse - Warranty: 3 Years Warranty On Parts, 1 Year On Labor, 1 Year On-site - Monitor: 20 Inches Led Monitor With Hdmi/ Vga Inputs A. Comprehensive Travel Distribution And Hotel Management Solution Software - Gds Core Features - Airline Reservations, Hotel Booking, Car Rentals, Ancillary Services, Payment Integration, And Customer Experience Enhancements. - Hotel Property Management System (pms) Features • Reservation And Front Desk Management O Dashboard For Reservations. O Room Availability And Rate Management. O Check-in/check-out Processing. Housekeeping Module O Task Updates For Housekeeping Staff. O Room Status Management (clean, Occupied, Out Of Service). Inventory And Revenue Management Dynamic Pricing Based On Demand And Seasonality. Room Inventory Distribution To Online Travel Agents (otas) And Gds Channels. • Customer Relationship Management (crm) Guest Profiles With History And Preferences. Automated Communication (confirmation Emails, Pre-arrival Messages). • Billing And Payments (mockup Payments Only) Integrated Billing For Services (room Stays, Minibar, Spa, Etc.). Secure Online And Offline Payment Options. Reporting And Analytics Customizable Reports (occupancy, Revenue, Guest Demographics). Business Insights For Demand Forecasting And Trend Analysis. Advanced Features For Gds + Pms Integration Unified Booking Engine: A Single Platform For Travel Agents To Book Hotels Channel Management: Automatic Synchronization Of Room Availability And Pricing Across Otas, Gds, And Direct Booking Channels. Software Specification Windows Executable Supports Windows 10 & 11 Unlimited Installations To Any Computer Software License Custom Developed For Neust Hrm, This Means That The Full Ownership Of This Application Or Software Will Be Neust Htm Updates Are Free For Up To 3 Years 1 Set 3 Point Of Sales Simulation For Retail And Restaurant Operations – Package/set A. 6 Units - Android Tablet Connectivity: Sim: Nano-sim, Esim - Cellular Model; Wifi Display: 8.7 Inches, 214.9 Cm2 (~81.7% Screen-to-body Ratio) Resolution: 800 X 1340 Pixels, 5:3 Ratio (~179 Ppi Density) Platform/ Os: Android 13, Upgradable To Android 14, One Ui 6.1 Chipset: Mediatek Helio G99 (6 Nm) Cpu: Octa-core (2x2.2 Ghz Cortex-a76 & 6x2.0 Ghz Cortex-a55) Gpu: Mali-g57 Mc2 Memory: Card Slot, Microsdxc (dedicated Slot) Internal: 128gb 8gb Ram A. 6 Units - Portable Bluetooth Receipt Printer Support Cash Drawer Drive Parallel, Serial, Usb, Lan Interface Optional Built-in Data Buffer(able To Receive New Data While Printing) Character Can Be Enlarged, Adjusted Line Spacing Left And Right Spacing, As Well As Bold And Underline Support Different Density Nv Bitmap Download And Printing Esc/pos Compatible, Setting Dip Switch To Choose Characters And Fonts Support Configuration Through Web Multiple Connect Printing Through Software Binding To Set Printer Identification Support International Language A. Pos Simulation And Training Software For Retail And Restaurant Operations Simulation Modules: -retail Operations: Barcode Scanning, Payment Processing (mock-up Cash, Card, Digital Wallets), Refunds, And Discounts. - Restaurant Operations: Table Ordering, Kitchen Communication, Split Bills, And Menu Updates. Interactive Dashboard: Real-time Analytics For Tracking Sales, Errors, And Performance Metrics During Training. Admin And Trainer Tools: Ability To Create Custom Scenarios, Define Learning Objectives, And Review Performance. Lifetime Ownership: No Recurring License Fees; Updates For Educational Purposes Included. Software Specification Android Application;supports Android 13 - 16 Operating Systems; Unlimited Installations To Any Android Tablet Device Software License Custom Developed For Neust Htm, This Means That The Full Ownership Of This Application Or Software Will Be Neust Htm Updates Are Free For Up To 3 Years 1 Set The Summary Of The Bidding Activities Is As Follows: Activities Schedule 1. Advertisement December 11-18, 2024 2. Issuance Of Bid Documents December 19, 2024 To January 3, 2025 3. Pre-bid Conference December 19, 2024, 2:30pm (via Zoom) 4. Deadline For Submission Of Bids (manual Submission) January 3, 2025, Until 5:00pm Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City 5. Opening Of Bids (face To Face) January 6, 2025, 9:00am Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City General Conditions: All Particulars To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulations. 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 Business Organizations With At Least Sixty Percent (60%) Interest Or Ownership Of At Least 60% Of The Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Business Organizations Of A Country Where The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From December 19, 2024 To January 3, 2025 Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. 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 Pay The Applicable Fee For The Bidding Documents Not Later Than The Deadline For Submission Of Bids. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 3, 2025, Until 5:00pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Pbd. Late Bids Shall Not Be Accepted. On The Last Day For The Submission Of Bids And No Prospective Bidder/s Submitted Its Bid Documents Or Only One (1) Bid Was Submitted For The Above-mentioned Project, The Same Is Deemed Extended Until January 10, 2025, 5:00 Pm. This Is To Protect The Interest Of The University And Full Opportunity For A Competitive Bidding May Be Achieved. The University Likewise Reserves The Right To Cause Extension Or Postponement Of The Filing Of Bids Should Similar Situation Arises. Bid Opening Shall Be On January 6, 2025, 9:00 Am At The Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City Unless Extended. Bids Will Be Opened In The Presence Of The Bidder Or His/her/its Duly Authorized Representative/s. Failure To Attend During The Opening Of Bids Shall Be Considered A Waiver On The Part Of The Bidder Who Likewise Waives His/her/its Right To Raise Questions During The Bidding Procedures. The Nueva Ecija University Of Science And Technology 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. For More Information Concerning This Bidding, Please Contact The Following: Engr. Joel G. De Mesa Head, Bac Secretariat For Goods And Services Neust Gen. Tinio St., Cabanatuan City Email Address: Neust.bacsec@gmail.com Approved By: Dr. Honorato P. Panahon (sgd.) Bac Chairperson
Closing Date6 Jan 2025
Tender AmountPHP 5.5 Million (USD 94.7 K)

DEPARTMENT OF EDUCATION SCHOOLS DIVISION OF EASTERN SAMAR Tender

Education And Training Services
Philippines
Details: Description Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 2- Support Service Area: Speech Therapy And Language Area) 1. The Deped Schools Division Of Eastern Samar, Through The General Appropriation Act Of 2024 Intends To Apply The Sum Of ₱ 310,183.00 Being The Abc To Payments Under The Contract For Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 2- Support Service Area: Speech Therapy And Language Area) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Deped Schools Division Of Eastern Samar Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, 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 And Subject To Commonwealth Act 138. 4. Prospective Bidders May Obtain Further Information From Deped Schools Division Office Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below During Monday-friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 500.00. It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Deped Schools Division Of Eastern Samar Will Hold A Pre-bid Conference On January 13, 2025, 10:00am At The Bac Office, Deped Schools Division Of Eastern Samar Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 27, 2025, 9:00am 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 January 27, 2025, 10:00am At The Given Address Below Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Only The Proprietor Or Authorized Representative May Be Allowed To Purchase Bidding Documents. Letter Of Intent (loi), Special Power Of Attorney (spa) (for Authorized Representative), And Drl (document Request List From Philgeps) Are Required Upon Purchase. 11. The Deped Schools Division Of Eastern Samar 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. Items, Specifications, Quantity Of Delivery, And Abc: Cabinet, Open Shelves 4x6 Ft 2 Set Sofa, Seating Capacity 2 Velvet: 100 % Polyester Frame Material Manufactured Wood Leg Material Manufactured Wood Seat Fill Material Foam Seat Construction Mdf Back Fill Material Foam Tufted Cushions Square Arm 1 Set Wooden Cubicle Partition, 4 Panel Divider (l 70.25 Inches X H70.25 Inches X T0.75 Inches) 4 Set Mirror, Aluminum Frame (thickness 1/4 Inch X 4 X 8 Ft) 1 Set Filing Cabinet, Vertical Filing Cabinet In 2, 3 And 4 Drawers With Plastic Divider And Central Lock Heavy Duty Construction Assembles In Minutes Power Coated Finish Anti-tilt Mechanism Quiet Closing 3 Sectional Railings For Smooth Actions Central Locking System 1 Unit Book Shelves, Plywood Construction Cladded W/ High Pressured Laminate W/ Box 3880mm L X 400mm W X 1800mm H 2 Piece Small Table With Chairs, Kindergarden Table Heavy Duty Metal Legs 60cm X 120 Cm X 55 Cm Ht Php 2,500.00 Blue Color Rectangular Table 24x48 Php 2000 Chairs 34cm D X 35 Cm L X 28 Cm Ht X 52 Cm Total Ht. Php 400 .00 (4 Chairs) 1 Set White Board, Aluminum Frame, 4 X 8 Ft. Wall Mounted 1 Piece Table, Lockable Pu Casters Dia 65mm -18mm Thickness E1grade Mdf With Marble Color Pvc Veneer -powder Coated Aluminum Frame -class 3 Gas Lift Height Adjustable Range: 77-106cm -max Loading Capacity: 60kg -tabletop With I Pad Holders 2 Unit Floor Mats, Dimension: 1mx1mx24mm Material: Rubber Colors: Blue, Red, Orange, Yellow, Green, Brown, Grey, Black, Maroon 20 Piece Phonics Phones, Pack Of 16: Perfect For Classrooms. You Get 16 Whisper Phones For Classroom Reading. 4 From Each Color. Comes In Red, Purple, Green, & Pink. Our Phonic Phone Is A Great Addition To Your Phonic Manipulative Materials, Speech Therapy Toys For Kids Package Dimensions: 8.9 X 8.9 X 4.1 Inches Item Weight: 8.8 Ounces 1 Set Communication Boards, Book And Cards Specification: Binder Features Two Interior Storage Pockets For Loose Materials, Color Black, And It Measures 9x7.5 Convenient To Travel And Put In Your Child's Backpack Or Carry In Hand. Binder Comes With 5 Different Colorful 10 Mil Poly Dividers, 3 Hard Strips (hook) Attached On Each Side To Hold 30 Cards. Each Card Measures 1.5 X 1.5. Inch Mounted With 1/2-inch Soft Dot (loop), And Round Corner Cut Safe For Little Hands From Scratching And Poking. 3 Set Augmentative Communication Systems, Pocket Go-talk 5-level Communication Device Five Message Buttons At 2.2cm X 3.8cm (7/8” X 1 1/2”) Five Recording Levels 4.16 Minutes Total Recording Time (10 Seconds Per Message) Dial Controlled Volume Button Excellent Sound Quality Two Aa Batteries Included Low Power Consumption Record And Level Lock Capable 7.6cm X 13.6cm X 3.8cm 212 Grams (7.5 Oz) 4 Unit Call Lights, With Many Colors: Red, Blue, Green Or Mix Different Color For Different Service Type It Can Work With 30 Transmitter In Max. With Separate Output Power Supply: Dc5v The Prompting Sound Can Be Turned On/off Dimension: 78*78*60mm Color: White 2 Unit Dry Erase Sleeves, Premium Materials: Dry Erase Pockets Are Durable And Durable, Which Can Withstand Lots Of Student Wear And Tear. Fantastic Idea: You Print Of The Alphabet And Kids Can Use A Dry Erase Marker To Trace The Letters. Oversize: The Width And Length Is 10 Inch * 13 Inch. The Large Size Makes It Easy To Slip Papers In And Out. Saving Money: Dry Erase Sleeves Save Money On Having To Re-purchase Workbooks For Each Child, And You Would Not Have To Print Much Paper No Residue: They Write And Wipe Off Well After The Kids Use Them. Moreover, Dry Erase Pockets Sleeves Are Definitely Long Lasting. 5 Set Wind Up Toys, Powered By A Metal Spring That Is Tightened By Turning It, Classical Funny Simple Games, Non-toxic And Odor-free. Perfect Gift For Kids Party Favors, Goodie Bags, Classroom Rewards, Stocking Stuffers, Easter Egg Stuffers. Clockwork Toy, Each Character Does A Different Trick Such As Swimming In Water, Flipping, Sliding, Spinning, Walking, Shaking Head Or Tail And Many More To Be Discovered. Wind-up Toys Measure About 2 Inch, Including Dinosaur, Egg, Cat, Bird, Caterpillar, Beetle And Car Etc. Package Content: 16 No Duplicate Wind Up Toys (contents And Color May Vary). Every One Of Them Has A Windup Mechanism. 1 Set Wordless Picture Books, Language: ‎ English Hardcover: ‎ 32 Pages Reading Age: ‎ 4 - 6 Years Item Weight: ‎ 1.28 Pounds Dimensions: ‎ 10.25 X 0.5 X 12 Inches 5 Piece File Folders, File 2 Rings 2" Thick Or 3" Thick From Cover To Cover Front, Inside And Back Cover Are All Same Cover Size: Long 14"l X 11"w X 3" Thick Color(s): Black, Blue, Green, Red 10 Piece Articulation Cards, 7 Illustrated Card Decks (448 Cards, 3¼" X 4¼") – Each Deck Of 32 Picture-word Card Pairs Targets A Specific Speech Sound - P, B, T, D, M, J, Includes Storage Tins In A Metal Tote, Master Word Lists, 50 Smiley Face Tokens, And Game Ideas Card Set 1, Card Set 2 And Card Set 3 3 Set Audio Voice Recorder, Dimensions (w X H X D) 38.3 X 114.1 X 19.3 Mm Weight 74gg Colour Black Recording Format: Dss Digital Speech Standard Digital Speech Standardmp3 Standard Playing: 35 Hr Built-in Microphone Yes Pc Connectivity Yes Expandable Memory Yes Features Frequency Response: 50 - 20000hz Connections: Usb Display: Yes Battery Type: Alkaline Aaa 2 Unit Basic Vocabulary Board, Each Unit Comes With: Flashcards Smash Mat Trace And Color Cut And Glue Flipbook Black And White Versions Of All Activities! 2 Set Kidney-shape Table With Learner's Chair, Key Features Includes Four Stacking Chairs And One 36" X 72" Kidney-shaped Activity Table The 16" Seat Height Is Recommended For Fourth Through Sixth Grade Table Tabletop Material: 1 1/8" Thick Particleboard W/ Melamine Finish Edge Band Material: 3mm Pvc Leg Material: Powder-coated Tubular Steel Height: 21" - 30" Adjustable In 1" Increments Width: 36" Length: 72" Assembly Required Warranty: 10 Years Lead Time: Supply Chain Issues Are Effecting Lead Times. Need It Quickly? Please Call (877) 839-3330 To Confirm Shipping Timelines. Shipping Method: Ground Weight: 102.00 Pounds Table Height Adjusts From 21" - 30" Available In Several Color Combinations Chairs Suggested Grade Level: 4th - 6th Seat Material: Polypropylene Frame Material: 18-gauge Tubular Steel Frame Finish: Chrome Seat Height: 16" Fully Assembled Warranty: 10 Years 1 Set Abc = 310,183.00
Closing Date28 Jan 2025
Tender AmountPHP 310.1 K (USD 5.2 K)

University Of The Philippines Tender

Others
Philippines
Details: Description University Of The Philippines Baguio Governor Pack Road, Baguio City, Benguet, Car Vat Reg. Tin: 000-864-006-00007 Telephone No. 074-442-3484 Email Address: Spmo.upbaguio@up.edu.ph Request For Quotation (rfq) Procurement Project: Catering Services For Various University Activities On January - June 2025 Purchase Request No.: Hkp-2025-01-0003, Ovca-2025-01-0004, Oc-2025-01-0012, Bac-2025-01-0001, Css-2025-01-0003, Oc-2025-01-0011, Cs-2501-00002, Dic-2025-01-0002, Bio-2025-01-0001, Cac-2025-01-0008 Approved Budget For The Contract: ₱306,425.00 Date: 24 January 2025 Rfq No.: 0024 Mop: Np-small Value Procurement Instructions: 1. Accomplish This Rfq Correctly And Completely. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidder Or Any Of Your Duly Authorized Representative/s. 2. Bidder Should Attach A Copy Of The Latest #business Permit, Philgeps Registration Number And Notarized Omnibus Sworn Statement For An Approved Budget For The Contract (abc) Above ₱50,000 Except For Shopping As An Alternative Method Of Procurement That Requires The Latest Business Permit And Philgeps Registration Only. Quotations Exceeding The Abc Shall Be Rejected. In Addition: 2a. For Corporations & Cooperatives: A Notarized Secretary's Certificate Or Notarized Board Resolution; 2b. For Sole Proprietorship: A Notarized Special Power Of Attorney If The Oss Affiant Is Other Than The Sole Proprietor. 3. Warranty**, If Appropriate, Shall Be Six (6) Months For Supplies And Materials, One (1) Year For Equipment From The Date Of Acceptance Of The Procuring Entity. 4. Submit Your Quotation, Preferably Sealed, At The Supply And Property Management Office, Up Baguio Or Send To This Email Address Only - Spmo.upbaguio@up.edu.ph And Cc: Bac.upbaguio@up.edu.ph With The Subject Heading Rfq No. 0024 Not Later Than 8:30 Am On 29 January 2025. 5. Price Validity Shall Be For A Period Of 90 Calendar Days. 6. If Applicable, Bidders Shall Indicate The Brand And Model Number Of The Item/s Being Offered. 7. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Please Quote Your Lowest Government Price (including Vat) On The Item/s Listed Below, And State The Time Of Which You Can Make Delivery. The Information Stated Below Shall Be The Basis For The Evaluation And Calculation Of Your Quotation. Canvassed By: Brian D. Lumague Mary Anne R. Rivera (sgd.) Head, Spmo Item No. General Description Compliance With Technical Specifications (pls. Check) Brand (n/a If Not Applicable) Unit Of Mea-sure (ex. Pc, Lot, Kl) Qty Unit Price Total Price Quoted Unit Price* Total Quoted Price Yes No Catering Services For Various University Activities On January - June 2025 A. College Of Science 1 Supply And Delivery Of Food (catering Services) For College Based Meetings From January To March 2025 Lot 1 ₱ 20,000.00 ₱ 20,000.00 Requirements & Scope Of Work The Contract Will Be Awarded As Lot (abc For Snacks Is Php 100.00 Per Person Per Snack; For Lunch Is Php 200.00 Per Person) Offered Menu Must Be Submitted With The Bid Form Packed Meals (1 Snack And 1 Lunch) Good For 50 Persons (accumulated) For The Duration Of The Contract. Do Not Use Styrofoam, Disposable Cups And Spoons & Forks Instead Reusable Take Out Boxes And The Like Snack Consists Of At Least Pasta, Noodles, Bread Or Its Equivalent Lunch Consists Of At Least One Meat Or Fish And Vegetables, Generous Serving Of Rice & Dessert Or Its Equivalent Both Snacks And Lunch Includes Beverages B. Human Kinetics Program 2 Supply And Delivery Of Food (catering Services) For Hkp Faculty Meetings From January To March 2025 Lot 1 ₱ 7,875.00 ₱ 7,875.00 Requirements & Scope Of Work The Contract Will Be Awarded As Lot (abc For Snacks Is Php 125.00 Per Person Per Snack; For Lunch Is Php 250.00 Per Person) Offered Menu Must Be Submitted With The Bid Form Packed Meals (1 Snack And 1 Lunch) Good For 21 Persons (accumulated) For The Duration Of The Contract. Do Not Use Styrofoam, Disposable Cups And Spoons & Forks Instead Reusable Take Out Boxes And The Like Snack Consists Of At Least Pasta, Noodles, Bread Or Its Equivalent Lunch Consists Of At Least One Meat Or Fish And Vegetables, Generous Serving Of Rice & Dessert Or Its Equivalent Both Snacks And Lunch Includes Beverages C. College Of Social Sciences 3 Lunch & Pm Snacks For The College Faculty Meeting On February 17, 2025 Lot 1 ₱ 20,000.00 ₱ 20,000.00 Place Of Delivery: Css Avr Time Of Delivery: 9:40 Am Am Snack: Banana Chocolate Chip Muffins, Overflowing Coffee, Juice Meal: Plain Rice, Pork Binagoongan, Chicken Adobo, Chopsuey, Mixed Fruits, Iced Tea Pm Snack: Buko Pie, Juice Good For 40 Persons D. Office Of The Chancellor 4 Supply And Delivery Of Food (catering Services) For Executive Committee Meetings From January To June 2025 (once Every Quarter) Lot 1 ₱ 28,800.00 ₱ 28,800.00 Requirements & Scope Of Work The Contract Will Be Awarded As Lot (abc For Snacks Is Php 125.00 Per Person Per Snack; For Lunch Is Php 250.00 Per Person) Offered Menu Must Be Submitted With The Bid Form Buffet Meals (2 Snacks And 1 Lunch) Good For 24 Persons (accumulated) For The Duration Of The Contract. Do Not Use Styrofoam, Disposable Cups And Spoons & Forks Instead Reusable Take Out Boxes And The Like Snack Consists Of At Least Pasta, Noodles, Bread Or Its Equivalent Lunch Consists Of At Least One Meat Or Fish And Vegetables, Generous Serving Of Rice & Dessert Or Its Equivalent Both Snacks And Lunch Includes Beverages 5 Supply And Delivery Of Food (catering Services) For Executive Staff Meetings From January To June 2025 (once A Month) Lot 1 ₱ 72,000.00 ₱ 72,000.00 Requirements & Scope Of Work The Contract Will Be Awarded As Lot (abc For Snacks Is Php 125.00 Per Person Per Snack; For Lunch Is Php 250.00 Per Person) Offered Menu Must Be Submitted With The Bid Form Buffet Meals (2 Snacks And 1 Lunch) Good For 60 Persons (accumulated) For The Duration Of The Contract. Do Not Use Styrofoam, Disposable Cups And Spoons & Forks Instead Reusable Take Out Boxes And The Like Snack Consists Of At Least Pasta, Noodles, Bread Or Its Equivalent Lunch Consists Of At Least One Meat Or Fish And Vegetables, Generous Serving Of Rice & Dessert Or Its Equivalent Both Snacks And Lunch Includes Beverages E. Office Of The Vice Chancellor For Administration 6 Supply And Delivery Of Food (catering Services) For Various Ovca Proper And Committee Meetings For The Period February - March 2025 Lot 1 ₱ 30,000.00 ₱ 30,000.00 Requirements & Scope Of Work The Contract Will Be Awarded As Lot (abc For Snacks Is Php 125.00 Per Person; For Lunch Is Php 250.00 Per Person) Offered Menu Must Be Submitted With The Bid Form Packed Meals (1 Snack And 1 Lunch) Good For 80 Persons (accumulated) For The Duration Of The Contract. Do Not Use Styrofoam, Disposable Cups And Spoons & Forks Instead Reusable Take Out Boxes And The Like Snack Consists Of At Least Pasta, Noodles, Bread Or Its Equivalent Lunch Consists Of At Least One Meat Or Fish And Vegetables, Generous Serving Of Rice & Dessert Or Its Equivalent Both Snacks And Lunch Includes Beverages F. Bids And Awards Committee 7 Supply And Delivery Of Food (catering Services) For Three (3) Months For Bac Related Activities For The Period Of January - March 2025 Lot 1 ₱ 90,000.00 ₱ 90,000.00 Requirements & Scope Of Work The Contract Will Be Awarded As Lot (abc For Snacks Is Php 125.00 Per Person; For Lunch Is Php 250.00 Per Person) Offered Menu Must Be Submitted With The Bid Form Packed Meals (1 Snack And 1 Lunch) Good For 240 Persons (accumulated) For The Duration Of The Contract. Do Not Use Styrofoam, Disposable Cups And Spoons & Forks Instead Reusable Take Out Boxes And The Like Snack Consists Of At Least Pasta, Noodles, Bread Or Its Equivalent Lunch Consists Of At Least One Meat Or Fish And Vegetables, Generous Serving Of Rice & Dessert Or Its Equivalent Both Snacks And Lunch Includes Beverages G. College Of Arts And Communication 8 Am Snacks & Lunch For The College Faculty Meeting On February 17, 2025 Lot 1 ₱ 7,500.00 ₱ 7,500.00 The Contract Will Be Awarded As Lot (abc For Snacks Is Php 125.00 Per Person; For Lunch Is Php 250.00 Per Person) Place Of Delivery: Cac Lounge Good For 20 Persons Buffet Style Am Snack: Bread With Assorted Spread (liver Spread, Cheese, Sandwich Spread And Its Equivalent); Iced Tea (at Least 5 Liters) Meal: Cooked Rice (at Least 3000g); Any Chicken Viand (at Least 3000g), Any Vegetable Viand (at Least 2500g), Any Fish Viand (3500g), Buko Pandan (served In At Least 240g Per Cup), Fruit Juice (at Least 6 Liters) H. Denr-fasps Project 9 Fgd Presentation On February 3, 2025 Lot 1 ₱ 4,375.00 ₱ 4,375.00 Pm Snacks For Denr Project Focused Group Discussion Presentation Together With Local Government Representative Of Selected Barangays Of Baguio City On Febuary 3, 2025 From 1:00 Pm To 5:00 Pm Menu: Creamy Carbonara Pasta (at Least 80 Grams) With At Least 1-2 Toasted Bread And Fruit Juice (at Least 350 Ml) Appropriate Utensils Should Be Included Place To Deliver: University Of The Phillplnnes Baguio- College Of Science- Biology Department Time Of Delivery: 2:30 Pm Good For 35 Persons 10 Exhibit Opening On February 14, 2025 Lot 1 ₱ 9,375.00 ₱ 9,375.00 Pm Snacks For Denr Project Exhibit At Bell House Of Camp John Hay On Febuary 14, 2025 From 1:00 Pm - 5:00 Pm Menu: 4pcs. Of Palitaw With One Or Two Slices Of Biko (diket) And Fruit Juice (atleast 350 Ml) Apprupriate Utensils Should Be Included Place To Deliver: Bell House Of Camp John Hay Time Of Delivery: 2:30 Pm Good For 75 Persons I. Digital Innovation Center Catering Services For The Period February-may 2025 Snack And Lunch For 11 Pax At 375.00 Per Pax Lot 1 ₱ 16,500.00 ₱ 16,500.00 February 2025 Snack: Pancit (at Least 175g) Puto Beverage (fruit Juice Or Soda) Lunch: Pork Steak (at Least 175g) Vegetable Stir Fry (at Least 150g) Rice (1 Cup) Beverage (fruit Juice Or Soda) March 2025 Snack: Spaghetti (at Least 175g) Garlic Bread Beverage (fruit Juice Or Soda) Lunch: Chicken Or Pork Afritada (at Least 175g) Buttered Vegetable (at Least 150g) Rice (1 Cup) Beverage (fruit Juice Or Soda) April 2025 Snack: Ensaymada Beverage (fruit Juice Or Soda) Lunch: Sweet And Sour Pork (at Least 175g) Fried Chicken Tenders Rice (1 Cup) Beverage (fruit Juice Or Soda) May 2025 Snack: Ham And Cheese Sandwich Beverage (fruit Juice Or Soda) Lunch: Beef Broccoli (at Least 175g) Lumpiang Shanghai Rice (1 Cup) Beverage (fruit Juice Or Soda) General Requirements For Catering Services For Each Activity Stated Above Additional Conditions Delivery Of Snacks Not Later Than 9:30 Am (for Am Snacks) And/ Or 2:30 Pm (for Pm Snacks) And Meals Not Later Than 11:30 Am Supplier Will Be Informed On The Following 2-3 Days Before The Scheduled Event: - Room/ Hall Where Will The Food Be Delivered - Date Of Delivery - Guaranteed Number Of Person Per Activity Mode Of Payment Bid Price Inclusive Of All Taxes And Charges No Downpayment Will Be Made Purchase Order Will Be Made Monthly & Billed Monthly Payment Will Be Based On The Actual Number Of Persons On The Specific Activity Contract Award: Per Line Item (which Means That Supplier Can Bid For One Item Only Or Can Bid For All The Items Because Awarding Will Be Per Line Item) Delivery Period: January - June 2025 A Recently Expired Mayor’s/business Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit. However, A Copy Of Your Mayor's Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. *indicating A Price/amount Under "quoted Unit Price" Shall Mean Complying With The Technical Specification Of The Item Without Checking The Compliance Column Otherwise Provide A Counter-offer **warranty Included ꙳꙳꙳ Nothing Follows ꙳꙳꙳ Total: ₱ 306,425.00 Total Quoted Amount In Words: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Items At Prices Noted Above. Name Of The Company: Tel. No. : Address: Fax No. : Name Of Representative: Email Address: Position: Signature: Date:
Closing Date29 Jan 2025
Tender AmountPHP 306.4 K (USD 5.2 K)

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 

Municipality Of Polillo, Quezon Tender

Others
Philippines
Details: Description Republic Of The Philippines Province Of Quezon Municipality Of Polillo ***** Invitation To Bid For Supply And Delivery Of Office And Other Supplies For The 1st Quarter-lgu Polillo Quezon 1. The Municipality Of Polillo, Through The Approved Budget 2025, Approved By The Sangguniang Bayan Of Polillo Intends To Apply The Sum Of Eight Hundred Fifty-seven Thousand Three Twelve Pesos & 68/100 Only (php 857,312.68) Being The Abc To Payments Under The Contract For Supply And Delivery Of Office And Other Supplies For The 1st Quarter-lgu Polillo Quezon Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Polillo Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 30 Calendar Days. 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. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) 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 Municipality Of Polillo And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 3-10, 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 (php 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. Bids Must Be Duly Received By The Bac Secretariat Through: (i) Manual Submission At The Office Address Indicated Below Or (ii) Online Or Electronic Submission As Indicated Below On Or Before February 10, 2025 2:30pm. 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 February 10, 2025 2:30pm At The Given Address Below And/or Messenger. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Municipality Of Polillo 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: Deborah B. Marasigan Bac Chairperson & Bac Secretariat Mabini St. Brgy. Poblacion, Polillo, Quezon, 4339 Bac.polillo@gmail.com Deborah B. Marasigan Bac Chairperson Office Supplies Anti-virus, Internet Security, Multi-device 3 Box Ballpen, Supergrip; Black; Rubbergrip, Retractable 12 Piece Ballpen, Supergrip; Black ; 12piece/box 8 Box Ballpen, Black, Gel Pen G2-05 86 Piece Ballpen, Pink, Gel Pen G2-07 5 Piece Ballpen, M&g Gelpen 0.5 (orange) 10 Piece Ballpen, Black,ballpoint Bps Fine 0.7mm 7 Piece Ballpen, Black 0.5mm/50pcs/box 3 Box Ballpen, Blue 0.5mm/50pcs/box 1 Box Ballpen, Signpen Black,hi-tech-point V7 Grip 7 Box Ballpen, Sign Pen, Blue Liquid/gel Ink,0.4mm 4 Piece Ballpen, Sign Pen, Black Liquid/gel Ink,0.7mm 47 Piece Ballpen, Sign Pen, Blue Liquid/gel Ink,0.7mm 6 Piece Ballpen, Signpen, 1pt. 25 Piece Ballpen, .5/50pcs Per Box 1 Box Ballpen, .5mm/50pcs Per Box, Black 4 Box Battery,aa, 2's/pack 24 Pack Battery, Aaa, 2's/pack 19 Pack Bond Paper, Short Subs. 24, (blue Cover) 35 Ream Bond Paper, Multi Purpose Legal 80 Gsm,(blue Cover) 20 Ream Bond Paper, A3 10 Ream Carbon Film, Legal, 10's 2 Pack Certificate Frame, A4 Size, Glass Cover, Wood Frame 2 Piece Certificate Frame, 8.5 X 11 Pvc Black 10 Piece Certificate Holder, A4 80 Piece Certificate Holder, Legal 50 Piece Clip Backfold, 1" Colored,25mm 12's 6 Box Clip Backfold, 1 1/4" Colored ,12's 4 Box Clip Backfold, 2" Colored 3 Box Clip Backfold, 19mm 3/4 Inch 45 Box Clip Backfold, 25mm 1inch 30 Box Clip Backfold, 32mm 1.25inch 30 Box Clip Backfold, 50mm ,2inch 18 Box Clipboard, Long With Cover With Clip 4 Piece Correction Tape, Refill; 2s/pack ,whiper Mr;wh-605 7 Piece Correction Tape, Refill; 2s/pack , Dong-a 6 Pack Correction Tape 5mm X 8m, Clear, Roller 46 Pack Correction Tape 5mm X 8m, Clear, Roller 19 Pack Data Folder, With Taglia Lock 12 Piece Double Adhesive 1/2" 27 Roll Double Adhesive 1" 39 Roll Double Adhesive 2" 6 Roll Double Adhesive 3/4 15 Roll Duct Tape 12 Roll Envelope, Plastic With Handle & Zipper 3 Piece Envelope, Documentary, For Legal Size, Brown 1 Pack Envelope, Expanding, With Garter, Legal 23 Piece Envelope,mailing 4 Box Envelop, Transparent Plastic, Long W/out Handle 11 Piece Electrical Tape, (flame Retardant, Pvc Electrical Isulating) 13 Roll Eraser, Plastic Or Rubber 2 Piece Expandable Folder, White, Long 55 Piece Fastener, 7cm -plastic 21 Box Fastener, Metal- 7cm 2 Box Flower Wrapper, 20pcs 58x58cm 2 Sided Color Lilac Purple And Nude Pink 2 Pack Flower Wrapper, 20pcs 58x58cm 3 Sided Color Cardamon Purple And Ash 1 Pack Folder, Long Tab 100pc/pack 7 Bundle Folder,expanding, Legal; For Thick Files 25 Piece Folder,expanding, Legal; For Thick Files (red) 20 Piece Folder,expanding, Legal; For Thick Files (blue) 20 Piece Folder,expanding, Legal; For Thick Files (green) 20 Piece Glue, 225 G 11 Bottle Guntacker Staple Wire, Tr45 3 Box Ink 001, Magenta 10 Bottle Ink 001, Yellow 8 Bottle Ink 001, Black 11 Bottle Ink 001, Cyan 10 Bottle Ink 003,black 57 Bottle Ink 003,cyan 31 Bottle Ink 003,magenta 29 Bottle Ink 003,yellow 31 Bottle Ink 680, Colored 1 Bottle Ink 680, Black 1 Bottle Ink, Btd60 Black 48 Bottle Ink, Bt5000 Cyan 27 Bottle Ink, Bt5000 Magenta 27 Bottle Ink, Bt5000 Yellow 27 Bottle Ink, Bt6000 Black 10 Bottle Ink, Bt6000 Cyan 6 Bottle Ink, Bt6000 Magenta 6 Bottle Ink, Bt6000 Yellow 6 Bottle Label Tape, Lk-wbvn 36mm Black & White 3 Roll Manila Paper 50 Piece Marker, Permanent, Fine , Black 13 Piece Marker, Permanent, Broad , Black 25 Piece Marker, Whiteboard Black 9 Piece Marker, Whiteboard Red 2 Piece Marker, Highlighter 6 Piece Marker, 3 Colors 6 Set Notepad, 3m, Assorted Colored 6 Pad Notepad, Stick On, 2 X 3" A03, 100 Sheets (76 X 76mm) 24 Pad Notepad, Stick On, 3 X 4" A04 100 Sheets (101 X 76mm) 13 Pad Notepad, Stick On, 3 X 3" 5 Pad Paper Clip, 33mm 100pcs/box, Vinyl Coated 39 Box Paper Clip, 55mm 100pcs/box, Vinyl Coated 38 Box Pencil, No.2, With Eraser ; 12s/box 8 Box Philippine National Flag 3 Piece Photopaper, 10's/pack , Glossy, A4 200 Gsm 19 Pack Photopaper, 10's/pack , Matte 32 Pack Plastic Ring Binder, 8mm 20 Piece Plastic Ring Binder, 10mm 20 Piece Plastic Ring Binder, 14mm 20 Piece Push Pins, 50pcs/pack 2 Box Record Book, 300 Pages, 2 Book Record Book, 150 Pages, 2 Book Rer 7 Pad Self-inking Stamp Ink, 28ml,black 1 Piece Signpen, G-tech, C-3, Black 16 Piece Signpen, G-tech, C-4, Black 29 Piece Signpen, G-tech, C-4, Red 4 Piece Signpen, G-tech, C-4, Blue 5 Piece Signpen, Hi-techpoint V5 Retractable, Green 3 Piece Signpen, Hi-techpoint V5 Retractable, Black 6 Piece Signpen, Hi-techpoint V10, Black (1.0mm) 11 Piece Signpen, .7 Black 85 Piece Signpen, .7 Blue 85 Piece Signpen Refill, C-4, Blue 8 Piece Signpen Refill, C-4, Black 17 Piece Specialty Board, 8.5 X 10 Thickness: 235gsm; Quantity 10pcs/pack 10 Pack Specialty Board, 8.5 X 13 Thickness: 200gsm; Quantity 100pcs/pack 6 Pack Specialty Paper, 200gsm, 8.5x13", 100 Sheets/pack 6 Pack Specialty Paper, 200gsm, Letter, 10 Sheets/pack 3 Pack Staple Wire, Standard 23 Box Stamp Pad 2 Piece Stamp Pad Ink, Black 4 Piece Sticker Paper, A4 Matte, 10 Sheets 29 Pack Sticker Paper, A4 Glossy Vinyl Sticker, 10 Packs 8 Pack Sticky Flag, Brialliant Adhesive/indexing Note (ai-5, 12's/pack.' 5 Colors 143 Pack Table Signage 7 Piece Tape Masking , 48mm 3 Roll Tape Masking , 24mm 3 Roll Tape Transparent 48mm 26 Roll Tape Transparent 24mm 22 Roll Toner Kit, Tk-6329 For Kyocera Taskalfa 5003i 3 Unit Other Supplies Alcohol, 500ml, 70% 50 Bottle Alcohol, 70% Ethyl/isopropyl, 4liters/gal 7 Gallon Airfreshner, Bathroom Deodorizer, Scented Gel 23 Piece Airfreshner, Bathroom Deodorizer, Scented Gel- Sakura & Water Lily 2 Piece Airfreshner, Automatic Spray Refill, Morning Freshness 20 Piece Airfreshner, Automatic Spray Refill, Lavander & Vanilla 3 Piece Airfreshner, Spray 58 Piece Airfreshner, Sport Car, Wild Berries Refill 9 Piece Antibac Fabric Conditioner 18 Pack Baby Wipes 5 Pack Bathroom Cleaner, 900 Ml, Thick Solution 28 Bottle Bathroom Tissue, 2 Ply, 12's/pack 15 Roll Bathroom Tissue, 3 Ply, 12's/pack 3 Roll Bleach, 1 Liter ; Color Safe 46 Bottle Bleach, 2 Liter ; Color Safe 11 Bottle Bleach, 1 Gallon 8 Bottle Bleach, 1 Liter, White 3 Bottle Broom, Tingting Kaong 11 Piece Broom, Soft ; Tambo 20 Piece Brush, Laudry 1 Piece Bulb, Led 18 Watts 20 Piece Cleaner, Scouring Powder 18 Can Deodorizer, For Toilet ; Sampaguita 3 Piece Deodorizer, For Toilet ; Lemon , Albatros 39 Piece Detergent Bar, 140g As Pack 12 Bar Detergent Powder, 1kg 30 Pack Disinfectant Spray, Aerosol 510g 21 Can Diswashing Liquid, Kalamansi, 250 Ml 44 Bottle Diswashing Liquid, 1 Gallon 15 Gallon Doormat, Clothe; Large 20 Piece Door Knob,finish: Satin Stainless Steel, Backset: 2 3 Piece Eco Lum, Led T8 Tube Box Type Set 3 Piece First Aid Kit, Medicine/first Aid Kit Cabinet With Contains Medicines 1 Set Floor Wax, Liquid, 900 Ml 12 Can Fragrance Oil, 100ml Okada Scent Scenssivity Corner 3 Bottle Fragrance Oil, 100ml Fresh Bambo Scenssivity Corner 2 Bottle Fragrance Oil, 100ml Espresso Scent Scenssivity Corner 3 Bottle Fragrance Oil, 100ml Merry Vanilla Scent Scenssivity Corner 3 Bottle Fragrance Oil, 100ml Sparkling Lemon Scent Scenssivity Corner 3 Bottle Furniture Polisher 1 Bottle Gasul Refill 16 Tank Glass Cleaner, Regular, 500 Ml 2 Bottle Hand Sanitizer, Scented Moisturizing Gel, 50ml 2 Bottle Hand Towel 2 Doz Insecticide, Big 31 Bottle Liquid Sosa, Clear Clogged Pipes, Sinks & Drains 6 Bottle Liquid Hand Sanitizer,500ml 12 Bottle Liquid Hand Soap, 500ml 2 Bottle Muriatic Acid, 1 Liter 20 Bottle Nylon Rope, Polythylene Rope No. 5 2.5m/ 200meter 1 Roll Pot Holder 9 Bundle Rags, All Cotton 28 Piece Raincoat, Pants & Jacket (large) 4 Piece Raincoat, Pants & Jacket (x-large) 4 Piece Sacks 4 Piece Scouring Pad With Foam 28 Piece Table Top Glass 1 Unit Tissue, 12 Rolls Per Pack 37 Pack Tissue, Interfolded Paper Towel 22 Pack Toilet Bowl Cleaner, 1 Liter 5 Bottle Toilet Brush, With Handle 6 Piece Trashbag, Medium 13 X 13x 32; 10 Pcs/pack 70 Piece Trashbag, Medium 15 X 15x 17; 10 Pcs/pack 24 Piece Trashbag, 940mm X 1016mmm 10pcs/roll/pack 32 Piece Trashbag, Plastic,transparent 32 Piece Wipes, 20sheets, Cooling Wipes 12 Pack Wipes, Disinfectant Multi-surface Wipes 4 Pack
Closing Date10 Feb 2025
Tender AmountPHP 857.3 K (USD 14.7 K)

National Farming Promotion Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
Poland
Details: The subject of the proceedings is the provision of vulcanization services in official vehicles used by the District Police Headquarters in Miechów. As part of the Subject of the Order, the Contractor undertakes to perform vulcanization services in company vehicles, i.e.: passenger cars (including SUVs) and commercial vehicles (including off-road vehicles), on wheels with aluminum and steel rims, as well as those with a tire pressure control system. Kolo. The scope of the service includes: - Comprehensive tire replacement, which should be understood as: removing the wheel from the vehicle, removing the tire from the rim, installing a tire appropriate to the season on the rim, equalizing the tire pressure and balancing the wheel mounted on the vehicle, installing the wheel on the vehicle, as well as If necessary, calibration of the wheel pressure sensor, - comprehensive replacement of complete wheels, which should be understood as: removing the wheel from the vehicle, equalizing the tire pressure and balancing the wheel that is to be mounted on the vehicle, installing the wheel on the vehicle, as well as if necessary Performing the Calibration of the Wheel Pressure Sensor, - wheel balancing, which should be understood as: removing the wheel from the vehicle, balancing the wheel, installing the wheel on the vehicle, - vulcanization repairs, which should be understood as: removing the wheel from the vehicle, repairing the damage (through, among others, patching) Tires, replacing valves, valves, sealing the rim seat), mounting the tire on the rim, equalizing the pressure, balancing the wheel and installing it on the vehicle, as well as, if necessary, calibrating the wheel pressure sensor. 4. The actual quantity and type of services provided will result from the actual needs of the Ordering Party. The Ordering Party reserves the right to increase the number of vulcanization repairs, but their total may not exceed the value specified in the contract. 5. The Ordering Party requires that the service point with technical facilities enabling the entire execution of the subject of the order be located within the administrative boundaries of the city of Miechów. 6. The Ordering Party will require the conclusion of an Agreement, the template of which constitutes Annex No. 2 to the Procedure. 7. The Ordering Party requires completing the Offer Form constituting Annex No. 1. Then, the completed Annex should be uploaded to the Purchasing Platform in the "attachments" tab, Add an Annex. 8. The Ordering Party reserves the right to resign from the subject of the order in the event that the amount allocated for the execution of the order is not fully covered by current police expenses, which will not constitute grounds for any claims on the part of the Contractor. In the Purchasing Platform Form, Enter the Gross Offer Value. Please submit all inquiries via the Purchasing Platform. In case of problems with submitting an offer, please contact the Eb2b Helpdesk - Contact in the footer of the website.
Closing Date20 Jan 2025
Tender AmountRefer Documents 

The City Government Of Baguio Tender

Telecommunication Services
Philippines
Details: Description Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-220 Bidding December 2, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Thirty (30) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 1 1 Lot Communications Equipment 2,200,000.00 6 Unit Base Radio, Ntc-type Approved Equipment, 136-174 Mhz Frequency Range, 50 Watts Maximum Output Power, Programmable To Ntc Assigned Frequency Specifications General A. Frequency Range - Uhf: 400-470mhz*; Vhf:136-174mhz B. Channel Capacity- 48 (16 Channels Per Zone) C. Zone Capacity - 3 D. Channel Spacing - 12.5/25khz E. Operating Voltage - 13.6 V ± 15% F. Current Drain - Standby: Around 0.3a Receive: < 1>1ghz G. Weight - 1100g H. Dimensions - 164 X 43 X150 Mm I. Frequency Stability - ±0.5 Ppm J. Antenna Impedance - 50ω Receiver A. Sensitivity - Analog: 0.3µv (12db Sinad); 0.22µv (typical) (12db Sinad); 0.4µv (20db Sinad) Digital: 0.3µv/bers5% B. Selectivity - Tia-603: 60db @ 12.5khz/ 70db @ 25khz Etsi: 60db @ 12.5khz/ 70db @ 25khz C. Intermodulation - Tia-603: 70db @ 12.5/25khz Etsi: 65db @ 12.5/25khz D. Spurious Response Rejection- Tia-603: 70db @ 12.5/25khz Etsi: 70db @ 12.5/25khz E. Blocking- Tia-603: 90db Etsi: 84db E. Hum And Noise- 40db @ 12.5khz; 45db @ 25khz F. Rated Audio Power Output- Internal (@ 16 Ohm Load): 4w External (@8 Ohm Load): 8w Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry Brgy., Baguio City, January 10, 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 1 Of 5 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-220 Bidding December 2, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Thirty (30) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) G. Max Audio Power Output - Internal (@16 Ohm Load): 6w External (@ 8ohm Load): 12w H. Rated Audio Distortion - ≤3% I. Audio Response - +1~-3db J. Conducted Spurious Emission - <-57dbm Transmitter A. Rf Power Output – Low Power Version: 1-25w (uhf/vhf) High Power Version: 5-45w (uhf) / 5-50w (vhf) B. Fm Modulation – 11kof3e @ 12.5khz; 16k0fe @ 25 Khz’ C. 4fsk Digital Modulation – 12.5khz Data Only: 7k60fxd 12.5khz Data & Voice:7k60fxw D. Conducted/radiated Emission - -36dbm<1ghz>1ghz E. Modulation Limiting- ±205khz @ 12.5khz F. Fm Hum & Noise- 40db @ 12.5khz 45db @ 25khz G. Adjacent Channel Power- 60db @ 12.5khz; 70db @ 25khz’ H. Audio Response- +1 ~ -3db I. Audio Distortion- ≤3% J. Digital Vocoder Type- Ambe+2™ Or Selp K. Digital Protocol- Etsi-tsi02 361-1, -2, -3 1 Lot Engineering Plans And Services (professional Fee) 30 Unit Handheld Radio (vhf), Ntc Type Approved Equipment, 136-174mhz Frequency Range, 5 Watts' Maximum Out-put Power, Programmable To Ntc Award Frequency. Accessories: 1. Belt Clip 2. Standard Desk Charger 3. Rubber Duck Antenna 4. Manual General: A. Frequency Range- Uhf: 400-470 Mhz, Vhf:136-174mhz B. Channel Capacity - 128 C. Zone Capacity - 8 D. Zone Channel - 16 E. Channel Spacing - 12.5khz/20kh/25khz F. Operating Voltage -7.4v G. Battery - 1500mah (standard); 2000mah (optional) H. Battery Life - (5/5/90 Duty Cycle, High Tx Power) - Analog: 12h (1500mah), 16h (2000mah) - Digital: 16h (1500mah), 21h (2000mah) I. Frequency Stability - ±0.5ppm J. Antennal Impedance - 50ω K. Weight (with Antenna & Battery) -230g L. Dimensions (h X W X D) - 115 X 55 X 295mm M. Display - 1.77 Inch Tft Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry Brgy., Baguio City, January 10, 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 2 Of 5 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-220 Bidding December 2, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Thirty (30) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) Receiver: A. Sensitivity - Digital: 0.18µv / Bers % Analog: 0.18µv(12db Sinad) B. Adjacent Channel Selectivity - Tia -603: 60db@12.5khz, 70db@20/25khz Etsi: 60db@12.5khz, 70db@20/25khz C. Intermodulation- Tia- 603:70db@12.5/20/25khz Etsi: 65db@12.5/20/25khz D.spurious Response Rejection- Tia -603: 70db@ 12.5/20/25khz Etsi: 70db@12.5/20/25khz E. Blocking - Tia -603:80db Etsi: 84db F. Hum And Noise- 40db@20khz, 45db@25khz G. Rated Audio Power Output - 1w H. Rated Audio Distortion - <3>1ghz E. Modulation Limiting - +2.5khz@12.5khz, +4.0khz@20khz, 15.0khz@25khz F. Fm Hum&noise - 40db@12.5khz, 43db@20khz, 45db@25khz G. Adjacent Channel Power- 60db@12.5khz, 70db@20/25khz H. Audio Response- +1 To -3db I. Audio Distorted - ≤% J. Digital Vocoder Type - Ambe +2™ Environmental: A. Operating Temperature - -30°~+60°c B. Storage Temperature - -40°c~+85°c C. Esd - Iec 61000-4.2 (level 4) ±8kv (contact); ±15kv(air) D. Dust And Water Intrusion - Iec60529-ip54 E. Humidity - Mil -std-810g F. Shock And Vibration - Mil-std-810g 1 Lot Installation Of Communication Equipment 1 Unit Mini Duplexer (vhf) -tuned To Working Frequency, 50 Watts 7 Unit Mobile Radio (vhf) - Ntc-approved Type (commercial), 50w, Programmable To Ntc Assigned Frequency Frequency Range 136-174 Mhz, With Magnetic Mount Mobile Antenna 6 Lot Ntc Permit To Purchase/possess And Radio Station License 6 (six) Units Base Radio 30 Lot Ntc Permit To Purchase/possess And Radio Station License For 30 (thirty) Units Handheld Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry Brgy., Baguio City, January 10, 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 3 Of 5 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-220 Bidding December 2, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Thirty (30) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 1 Lot Ntc Permit To Purchase/possess And Radio Station License For 1 (one) Unit Repeater 7 Lot Ntc Permit To Purchase/possess And Radio Station License For 7 (seven) Mobile Radio 1 Lot Programming, Commissioning/propagation And Testing And Delivery (30 Days) Additional Requirements: * Provide A Network Diagram That Is Applicable To The Area * With History/experience In The Installation Of A Working Communication System In The Area *accredited With Ntc-car 1 Unit Repeater (vhf), Ntc-type Approved Equipment, 136-174 Mhz Frequency Range, 50 Watts Maximum Output Power, Programmable To Ntc Assigned Frequency. Specifications: General A. Frequency Range - Uhf 1: 400-470mhz; Uhf 2: 450-520mhz; Uhf 3: 350-400mhz; Vhf: 136-174 Mhz B. Channel Capacity - 16 C. Channel Spacing - 12.5khz/20khz/25 Khz D. Operating Voltage - 13.6v±15% E. Current Drain - Standby: ≤0.8a; Transmit:≤11a F. Frequency Stability - ± O.5ppm G. Antenna Impedance - 50ω H. Duty Cycle - 100% I. Dimensions (h X W X D) - 88 X 483 X 366 Mm J. Weight - 8.5 Kg K. Lcd Display - 220 X 176 Pixels, 262000 Colors; 2.0 Inch, 4 Rows Receiver A. Sensitivity - Analog: 0.28µv (12 Db Sinad); 0.22µv (typical) 12db Sinad) 0.4 Μv (20db Sinad) Digital: 0.3µv/ber5% B. Adjacent Channel Selectivity- Tia-603: 65db @ 12.5 Khz; 75 Db @20/25khz Etsi: 65 Db @ 12.5 Khz; 75 Db @ 20/25khz C. Intermodulation- Tia -603: 75db @ 12.5/20/25khz Etsi: 70db @ 12.5/20/25khz D. Spurious Response Rejection Tia-603: 80db @ 12.5/20/25khz Etsi: 80db @ 12.5/20/25khz E. Hum And Noise - 40db@ 12.5khz; 43db@20khz; 45db@25khz F. Rated Audio Power Output - 0.5w G. Rated Audio Distortion- ≤3% H. Audio Response - +1 ~ -3db I. Conducted Spurious Emission - <-57dbm Transmitter Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry Brgy., Baguio City, January 10, 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 4 Of 5 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-220 Bidding December 2, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Thirty (30) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) A. Rf Power Output - 5-50w B. Fm Modulation - 11k0f3e @ 12.5khz; 14k0f3e @ 20khz; 16k0f3e @ 25 Khz C. 45sk Digital Modulation - 12.5khz Data Only: 7k60fxd; 12.5khz Data And Voice:7k60fxw D. Conducted/radiated Emission - -36dbm ≤ 1ghz; -30dbm > 1ghz E. Modulation Limiting - ±2.5khz @ 12.5 Khz; ±4.0khz @ 20khz; ±5.0khz @ 25khz F. Fm Hum & Noise - 40db @ 12.5khz; 43db @ 20khz; 45db @ 25khz G. Adjacent Channel Power - 60db @ 12.5khz; 70db @ 20/25khz H. Audio Response - +1 ~ -3db I. Audio Distortion - ≤3% J. Digital Vocoder Type - Ambe +2™, Selp, Nvoc, Comm K. Digital Protocol - Etsi-ts102 361-1, -2-, -3 Environmental Specifications A. Operating Temperature - -30°c ~+60°c B. Storage Temperature - -40°c ~ +85°c Accessories: 1. 1 Unit Tx Antenna (2 Elements Of Variloop Antenna) Cut, Fold And Tuned To Ntc Tx Assigned Frequency 2. 1 Unit Rx Antenna (2 Elements Of Variloop Antenna) Cut, Fold And Tuned To Ntc Tx Frequency 3. 100 M Coax Cable Rg-8 (japan) 4. 4 Pcs. Pi-259 Connector (good Quality) 5. Regulated Power Supply (13.8 V Dc/30 Amp) 6. With Pt Mask Antenna And Repeater Cabinet This Is A Lot Bidding, Partial Bids Are Not Allowed Please Indicate Brands Of Offers And Attach Technical Brochures In The Eligibility And Technical Proposal Please Indicate Unit Prices Of Offers In The Financial Proposal Bidders Must Possess Valid Mayor's/business Permit With A Relevant Line Of Business In The Supply, Delivery And Installation Of Communications Equipment For Use Of Bfp Under Pr No. 2 Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry Brgy., Baguio City, January 10, 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 5 Of 5
Closing Date10 Jan 2025
Tender AmountPHP 2.2 Million (USD 37.9 K)

Doln Dobrou Village Tender

Electronics Equipment...+1Electrical and Electronics
Czech Republic
Details: The subject of the construction work is the modernization of the existing building of the fire station. The modernization includes the insulation of the entire building, the raising of the roof structure and minor modifications to the internal layout. The building will be used in the existing way, namely as a fire station. The building has a floor plan in the shape of LO with a total area of 519.0 m2 with a hipped roof over the garage part and a gable roof over the administrative part. The building is located on flat terrain. The armory has two floors above ground. This is the administrative part, two-story, where the corridors with a staircase, the warning technology room, SDH warehouses, a gym, a workshop, SDH locker rooms, social facilities and a washroom are located in the I.np. In Ii.np There Is A Corridor, A Commander's Office, A Kitchenette And A Vocational Training Classroom. In The Second One-Story Part Of The Object, There Are Two Built-In Garages For Three And One Parking Spaces For Vehicles Of Group 2 SDH. For Liquid Fuels And A Storage Room For Garden Tools. Garages For SDH Cars Must Correspond With Their Dimensions And Entrance Gates To Čsn 73 5710 According To The Type Of SDH Vehicle. Furthermore, The Entrance Gates To Existing Garages Will Be Replaced, The Internal Installations In The Object Will Be Repaired, The Internal Walls And Plaster Will Be Repaired. The construction is divided into the following construction objects: So-01 – Fire Station So-02 – Gas Pipeline Connection The Client assumes, for operational reasons, the construction will be divided into 2 stages, namely: Stage 1 – Garage Spaces with Facilities Necessary for the Unit's Operational Capability Stage 2 – Main Building However, the construction procedure in relation to maintaining the unit's operational capability and the operation of the fire station building will be discussed and defined in detail with the winning bidder before the start of construction. The Client draws attention to the fact that the construction will be carried out during operation, while complying with the conditions set out below by the user – the Volunteer Fire Department Unit (hereinafter referred to as "JSDH"): The JSDH's operational capability must be maintained (response); For the purposes of preparing the construction site, it is possible to be without electricity and water for a maximum of 2 – 3 days. The selected supplier must contact the Jsdh commander by phone at least 2 days in advance (so that it is possible to arrange services for the preparation of equipment). The object must have: - lighting and electricity connections, - a construction switchboard with a 2x380v socket connection and at least 4x220v, - an air connection for equipment from the garage area must be ensured - for a transitional period and under suitable climatic conditions, it is assumed that emergency vehicles will be parked in a neighboring public area, the construction site equipment must allow for the parking and exit of these vehicles. - in the event of negative outdoor air temperatures, the parking of emergency vehicles in garages must be allowed. The subject of the public contract is described in detail in: - the construction project documentation (constitutes Annex No. 7 to this call); - List of Construction Works, Supplies and Services with Addressed Statement of Measurements (constitutes Annex No. 8 to this Call);
Closing Date30 Jan 2025
Tender AmountCZK 14.7 Million (USD 614.2 K)

Rheingau Taunus Verkehrsgesellschaft MbH Tender

Germany
Details: The Order Includes The Provision Of On-demand Traffic “emil Taunusstein” In Area Operations, Hereinafter Referred To As “odv”. In Terms Of Approval, This Corresponds To Regular Scheduled Traffic In Accordance With Section 44 Pbefg. This Involves A Demand-oriented, Timetable-independent Transport Of People By The Operator Using Passenger Cars Ordered In Advance By The Passengers And Without A Fixed Route Between Certain Entry And Exit Points In The Operating Area Determined By The Client. Operation Of All Virtual Stopping Points In The Control Area: Https://www.google.com/maps/d/0/viewer?mid=1lfx6h_jur7lubull1dfs4ayhsolmkps&femb=1&ll=50.1583023410848%2c8.1966926373&z=13 The Order Includes. . Driving Staff, Disposition And Depot, The Procurement And Maintenance Of The Vehicles, As Well As The Provision Of The Necessary Software. Passengers' Travel Requests Are To Be Served As Promptly And Efficiently As Possible. The Waiting Times Should Be As Short As Possible. Travel Requests Are Booked Via The App (see On-demand Software). In Addition, The Operator Also Accepts Travel Requests By Telephone During Operating Hours. The Requirements For The On-demand Software Can Be Seen In The Appendix “http://ausscription.igdb.de/rtv/20240105_funktionalitaeten_odv_software.pdf”. The Odv Is Operated At The Following Times: Monday To Thursday: 5:30 A.m. - 10:30 P.m. Friday: 5:30 A.m. - 12:30 A.m. Saturday: 7:30 A.m. - 12:30 A.m. Sunday And Public Holidays: 8:30 A.m. - 22 :30 P.m. During Operating Hours, One To Two Vehicles Are In Use At The Same Time. From The Distribution Of The Service Time In The System “http://ausschreib.igdb.de/rtv/20240103_mindestsoll_betriebsstunden_odv_2025.pdf” There Is An Expected Total Of 9,058 Operating Hours In A Standard Year (250 Days Monday To Friday, 52 Saturdays And 63 Sundays And Public Holidays). , Of Which 4,875 Are In Daytime Traffic And 4,183 Are In Late-night And Weekend Traffic. Requirements For The Vehicles: The Vehicle Fleet Consists Of At Least Three Battery-electric Minibuses Or Minivans With A Maximum Of Nine Seats (including Driver's Seat) Per Vehicle. In Each Vehicle There Are At Least Five And Up To Seven Passenger Seats In The Passenger Compartment. The Front Rows Of Seats In The Passenger Compartment Have A Maximum Of Two Seats And Only The Last Row Of Seats Has Up To Three Seats, So That It Is Possible To Climb Through To The Rear Without Folding Down The Seats. Passenger Seats Are Not Counted Or Used As Passenger Seats. At Least Two Of The Vehicles Have A Barrier-free Parking Space For Wheelchairs With Devices To Properly Secure Passengers. If The Wheelchair Space Is Used, The Number Of Additional Passenger Seats In The Vehicle May Be Temporarily Reduced To Three. All Vehicles Have A Step On The Side Door To Make It Easier For Passengers To Get In. The Common Conditions Of Carriage Of The Rhein-main-verkehrsverbund (gb-rmv) Apply On-demand Transport In The Rhine-main Transport Association Https://www.rmv.de/c/de/fahrkarten/infos-regelen/on-demand-verkehre-befoerderung-und-tarif.
Closing Date10 Jan 2025
Tender AmountRefer Documents 
4441-4450 of 4523 archived Tenders