Cars Tenders

Cars Tenders

Municipality Of San Isidro, Surigao Del Norte Tender

Others
Philippines
Details: Description Republic Of The Philippines Province Of Surigao Del Norte Municipality Of San Isidro San Isidro, Surigao Del Norte Section I. Invitation To Bid (rebid) Procurement Of Goods For 1st Quarter Common Supplies For Offices 1. The Municipal Local Government Unit Of San Isidro, Through 2. The Municipal Bids And Awards Committee Now Invites Bids For The Procurement Of Goods For 1st Quarter Common Supplies, Source Of Fund From General Fund To Apply The Sum Of Two Hundred Forty Three Thousand Three Hundred Seventy One & 12/100 (php243,371.12) Being The Approved Budget For The Contract(abc) To Payments Under The Contract For The “procurement Of Goods For 1st Quarter Common Supplies”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 3. Prospective Bidders Should Have Experience In Undertaking Similar Projects Within Two (2) Years From The Deadline Of Submission And Receipt Of Bids. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section Ii, Instruction To Bidders. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 5. Interested Bidders May Obtain Further Information From The Municipal Bids And Awards Committee (bac) Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours From 9:00 A.m. To 4:00 P.m. 6. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On February 4, 2025 To February 11, 2025 From The Address Below And Upon Payment Of A Non- Refundable Fee In The Amount Of Five Hundred Pesos (p500.00). 7. Bids Must Be Delivered To The Address Below On Or Before February 12, 2025 At 1:30 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18 And Bid Security Declaration. 8. Bid Opening Shall Also Be Held On February 12, 2025 At 2:00 Pm At Conference Room, Municipal Hall, San Isidro, Surigao Del Norte. Bids Will Be Opened In The Presence Of The Bidders’ Or Their Authorized Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9. The Municipal Local Government Of San Isidro Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Lgu-bac Secretariat Mrs. Gina B. Consigna Cell Number;09171078715 (sgd) Ismael L. Macalos, Jr. Bac-chairperson Cell Number: 09128053100/09177004958 Item No. Unit Description Qty Pcs 10 Liters Orocan Pail 1 Ream A3 Bond Paper 1 A4 ,joy Plastic Cover,thick 2 Bot Air Freshener,aerosol Type 8 Pcs Albatross 5 Bot Alcohol, 70% Isoprophyl 42 Gal. Alcohol Ethyl 2 Pcs Ballpen Black 290 Pcs Ballpen Blue 142 Box Binder Clip,1inch 2 Box Binder Clips,(2'') 1 Bdle Binding Ring/com.plastic,12mm 2 Bdle Binding Ring/com.plastic,14mm 2 Ream Bond Paper A4 Multi Copy 139 Ream Bond Paper Legal Multi Copy 82 Ream Bond Paper Short 5 Pcs Boots 25 Pcs Bromm Stick,ting2x 3 Pc Broom Soft Tamboo 12 Pcs Calculator 12 Digits 7 Pcs Calculator,compact 4 Pcs Calculator,scientific 1 Pcs Car Freshener 4 Pack Cartolina,assorted Color 1 Pcs Cleaner,toilet And Urinal 1 Pc Clear Book,legal 5 Box Clip Backfold,25mm 12 Box Clip,backfold,50mm 2 Box Coin Envelope (8 1/2) 2 Pcs Correction Tape 69 Pcs Curtain (2mx4m), Maroon/green 2 Pcs Cutter Knife 4 Pcs Data File Box 8 Pcs Detergent Bar 5 Kl Detergent Powder 2 Pouch Detergent Powder,all Purpose 3 Pcs Dipper(kabo) 1 Pcs Dish Drainer Cabinet 1 Unit Dish Rack ,dish Cabinet 1 Can Dish Washing Paste 10 Bot Dishwashing Liquid,780ml 1 Bot Disinfectant Spray,aerosol Type 3 Pc Document Paper Tray,3 Layer(file Rack Metal) 1 Roll Double Sided Tape 2 Doz Downy 1 Pouch Downy,antibac,1.38l 1 Pcs Dust Pan 7 Bot Elmers Glue 4 Pcs Envelop Brown , A4 22 Pcs Envelop Brown , Legal 67 Pcs Envelope,brown,legal,expanded 89 Box Envelope,documentary,legal 1 Box Envelope,expanding,kraft 1 Pc Eraser,plastic Rubber 2 Ream Expanded Envelope Long 1 Box Expanded Envelope,brown,legal 1 Pcs Expanded,folder,long 10 Box Fastener,metal 5 Box Fastener,plastic 7 Pcs Columnar Book (4 Cols.) 5 Pc File Box,stand Box 3 Pcs File Folder,long 17 Pack File Folder,l-type,legal 1 Pc File Orgnizer 1 Pcs Filer 5 Pack Folder,a4 1 Box Folder,brown,legal,50/box 2 Pcs Folder,long 20 Pack Folder,tagboard,legal,pack 4 Ream Folder,white,legal 3 Box Friction Pen 2 Pcs Friction Pen,black 9 Pcs Friction Pen,blue 9 Pair Garden Gloves 45 Jar Glue All Purpose,300 Grams 9 Pcs Glue Gun 1 Jar Glue,all Purpose,500 Ml 1 Pcs Hats 25 Pcs Heavy Duty Padlock 4 Can Insecticide,aerosol Type 2 Pcs Legislative Picture W/ Frame 1 Pcs Marking Pen,permanent,black 1 Pcs Marking Pen,permanent,blue 1 Pcs Marking Pen,permanent,bullet Type,black 1 Pcs Mechanical Sharpener 2 Pcs Mop With Spinner 2 Pad Notepad 2x3 14 Unit Office Swivel Chair 1 Box Paper Clip,33mm,100's/box 5 Box Paper Clip,gen Type,48mm 4 Box Paper Fastener,long 2 Ream Paper,multi-copy,80 Gsm 9 Box Pencil Mongol #2 3 Pcs Pencil,sharpener,big 1 Pcs Pentel Pen,black 4 Pcs Pentel Pen,ink,black 1 Pc Philippine Flag (regular Size) 2 Pack Photo Paper,a4 4 Pc Plastic Chair/ruby 58 Meter Plastic Cover,thick(15m) 15 Kl Powder Detergent 1 Pc Puncher Heavy Duty 3 Box Push Pin 3 Pcs Received Stamp Big 2 Pc Record Book Official,500 Pages 22 Pc Record Book,300 Pages 10 Unit Rice Cooker,2 Kls 1 Box Rubber Band (arrow) 2 Box Rubber Band No.18 4 Pc Ruler,plastic,450mm 4 Pcs Scissor Big 7 Pcs Scouring Pad 1 Pcs Sign Pen,blue 2 Pcs Sign Pen,extra Fine Tip,black 70 Kls. Soap Powder,100 Grams 4 Pc Spinning Mop 2 Box Stabello Yellow 1 Pcs Stamping Pad 3 Bot Stamping Pad Ink 4 Box Staple Wire No.35 13 Pcs Stapler No.35 With Remover 7 Pack Sticker Paper,a4,pack 1 Pack Surf Powder 1 Pc Tape Dispenser,table Top 1 Pcs Tape Measure 2 Roll Tape Packing 2 Inch 3 Roll Tape Transparent 2 Inch 8 Roll Tape Transparent,24mm 7 Roll Tape,masking,48mm 1 Box Thumbtacks 2 Pack Toilet Tissue,12 Roll/pack 18 Pcs Toilet Cleaner (tuff) 4 Trash Bag (big Plastic Celophane) 7 Pcs Trash Bin With Cover 13 Trashbag Xxl Size 2 Pcs T-shirt 40 Pcs T-shirt Printing 40 Pcs Umbrella 7 Pc Wall Clock 2 Pc Waste Basket 4 Pc White Board Eraser 1 Bot Zonrox 1
Closing Date11 Feb 2025
Tender AmountPHP 243.3 K (USD 4.1 K)

City Of Mati Tender

Scraps
Philippines
Details: Description Itb-auction-2025-02 Republic Of The Philippines Province Of Davao Oriental City Of Mati City Mayor’s Office Invitation To Bid For The Sale Of Unserviceable Equipment The Asset Disposal Committee In Behalf Of Lgu – City Of Mati Invites Bidders To Bid For The Purchase Of Unserviceable Property, As Follows: Description Quantity Lot 1a - Heavy Equipment 1. Shantui Bulldozer - Engine No: 41178768, Chassis No: Sd22aa115251 1 Unit 2. Tata Daewoo Garbage Compactor - Engine No: De12tis218321, Chassis No: Kl3f4cefidk000248, Temp Plate No: 1201-121867 1 Unit 3. Tata Daewoo Garbage Compactor - Engine No: De12tis218561cc, Chassis No: Kl3f4cefidk000249, Temp Plate No: 1201-136308 1 Unit 4. Tata Daewoo Garbage Truck Compactor - Engine No: De12tis543922cc, Chassis No: Kl3f4cefifk000339, Temp Plate No: 1201-152709 1 Unit 5. Tata Daewoo Garbage Truck Compactor - Engine No: De12tis543925cc, Chassis No: Kl3f4cefifk000338, Temp Plate No: 1201-152710 1 Unit 6. John Deere Backhoe Loader - Engine No: T04045d748994, Chassis No: 70310ex841884, Plate No: Jd-310e 1 Unit 7. Tata Daewoo Dumptruck - Engine No: De12tis547504cc, Chassis No: Kl3f3defifk000173, Temp Plate No: 1201-141546 1 Unit Starting Bid Price For The Above Units Based On The Coa Region Xi, Appraisal Review Report P 2,920,000.00 Actual Bid Price Lot 1b – Light Vehicles Quantity 1. Jinbei General Utility Response Vehicle - Engine No: Ca4d32090112131, Chassis No: Lsycjd459ah082133, Plate No: Skk-364 1 Unit 2. Ford Ranger 2.2l 4x2 Xlt M/t Pickup - Engine No: P4at1180160, Chassis No: Mnclmff80ew267672, Plate No: Saa-4368 1 Unit 3. Mitsubishi Delica Van - Engine No: D4bf-t652586, Chassis No: P25w-1101367, Plate No: Shn-683 1 Unit 4. Ford Everest 4x4 Suv - Engine No: Wlat437611, Chassis No: Mncls4d403w104178, Plate No: Skb-548 1 Unit 5. Ford Ranger 2.2l 4x2 Xlt M/t - Engine No: P4at1178978, Chassis No: Mnclmff80ew266423, Plate No: Saa-4374 1 Unit 6. Suzuki Multicab - Engine No: Fga5565087, Chassis No: Dc51t-115604, Plate No: Sjj-882 1 Unit 7. Suzuki Multicab (conversion From Left To Right Assemble Car Patrol Body) - Engine No: 7183129, Chassis No: Da52t-245246 1 Unit 8. Suzuki Multicab - Engine No: 5153769, Chassis No: Db51t150630, Plate No: Sha-290 1 Unit 9. 2010 Foton View 2.4l M/t Ambulance - Engine No: Bj486zqa60147, Chassis No: Lvcb1dba8ab004627 1 Unit 10. Suzuki Multicab - Engine No: Fga6215004, Chassis No: Dc51t355554, Plate No: Sgx-878 1 Unit 11. Suzuki Multicab - Engine No: Dk51t304183, Chassis No: F6a6197125, Plate No: 1201-47381 1 Unit 12. Mitsubishi Delica Van - Engine No: 4d56eq6998, Chassis No: P35w0219012, Plate No: Shm-947 1 Unit Starting Bid Price For The Above Units Based On The Coa Region Xi, Appraisal Review Report P 448,000.00 Actual Bid Price Lot 1c – Motorcycle & Three Wheeled Vehicles Quantity 1. Honda Xrm 125 Motorcycle - Engine No: Xrm15e008490, Chassis No: Xrm15008490, Plate No: Se-2994 1 Unit 2. Honda Tmx 155 Motorcycle - Engine No: Kb509e339030, Chassis No: Kb509339019, Plate No: Sh-9300 1 Unit 3. Honda Xrm 125 Motorcycle - Engine No: Xrm16e139052, Chassis No: Xrm16139048, Plate No: Sh-9293 1 Unit 4. Kawasaki Fury Ax 125 Motorcycle - Engine No: Ax125aep16968, Chassis No: Kb509339019, Plate No: Se-2990 1 Unit 5. Kawasaki Bajaj Motorcycle - Engine No: Dumbrd88993, Chassis No: Md2ddd22rwb41621, Plate No: Se-4907 1 Unit 6. Jianshe Motorcycle - Engine No: Jm157fmja01060427, Chassis No: Lapzcklb61a000038, Plate No: Se-1775 1 Unit 7. Kawasaki Rouser 135 Motorcycle - Engine No: Egbuk46064, Chassis No: Mdzjdjdzzuck92816, Plate No: Sh-9279 1 Unit 8. Honda Xrm 125 Motorcycle - Engine No: Xrm17e076867, Chassis No: Xrm17076841, Plate No: Sa-11792 1 Unit 9. Bajaj Re Three-wheeler Vehicle - Engine No: Azzwke05563, Chassis No: Md2a25by2kwe78402, Temp Plate No: 1101-780098 1 Unit 10. Rescue Vehicle Integrated With Rescue Boat - Engine No: S5c8404645, Chassis No: Mbx0000wnsc067335, Temp Plate: 130107 1 Unit 11. Yamaha Dt 125 Motorcycle - Engine No: 4ar-034230, Chassis No: 4ar-034230, Plate: Se-4725 1 Unit 12. Honda Xrm 110 Motorcycle - Engine No: Xrm110me713465, Chassis No: Xrm1205y134651, Plate: Sf-4116 1 Unit 13. Honda Xrm 125 Motorcycle - Engine No: Xrm16e184819, Chassis No: Xrm16184878, Plate: Sh-9302 1 Unit 14. Honda Xrm 110 Motorcycle - Engine No: Xrm110me7134641, Chassis No: Xrm1205y134641, Plate: Sf-4123 1 Unit 15. Honda Xrm 110 Motorcycle - Engine No: Xrm110me7130726, Chassis No: Xrm1205y130726, Plate: Sf-4114 1 Unit 16. Honda Xrm 110 Motorcycle - Engine No: Xrm110me7129566, Chassis No: Xrm1205y129566, Plate: Sf-4119 1 Unit 17. Jianshe Motorcycle - Engine No: Jym157fmj-a01060457, Chassis No: Lapzcklb-91a000-034, Plate No: Se-1784 1 Unit Starting Bid Price For The Above Units Based On The Coa Region Xi, Appraisal Review Report P 48,000.00 Actual Bid Price ______________________________ Signature Of Bidder Deadline Of Submission Of Sealed Proposal Is On February 3, 2025, Monday At 2:00pm Thru Asset Disposition Committee (adc) And The Bids And Awards Committee At Bac Conference Room, 2f Annex Bldg., City Hall, City Of Mati, Davao Oriental. Ocular Inspection Is Scheduled On January 25 - 31, 2025 At 9:00 Am To 3:00pm (working Days Only) Interested Parties May Secure Copy Of This Invitation To The Asset Disposition Committee (adc). 1. All Bids Must Be Accompanied With A Business/mayor’ Permit And Latest Income Tax Return Stamped “received” By Bir Or Its Duly Accredited And Authorized Institutions Shall Be Placed In Sealed Envelope. 2. Bidders Are Required To Enclose / Post A Bidder’s Bond In The Form Of Cash, Cashier Or Manager’s Check Equivalent To Ten Percent (10%) Of The Appraised Value Per Lot. All Bonds Of Non-winning Bidders Are Refundable Immediately After Selection Of Winning Bidder. However, The Winning Bidder’s Bond Shall Only Be Withdrawn Upon Perfection/ Completion Of The Contract. 3. Appraised Value Of The Property For Sale Is Non-negotiable And On An “as-is-where-is” Basis 4. All Expense Related To The Hauling Of These Items Shall Be Borne By The Buyer. 5. Date Of Completion And Full Payment Shall Be Made Not Later Than Three (3) Calendar Days Upon Issuance Of Noticed Of Awards. 6. Non-compliance Of The Winning Bidder On The Above Stipulated Terms And Conditions Shall Be Grounds For The Rejections Of The Bid Without Prejudice To A Re-bidding As The Situation Warrants. The Bidder Is Encouraged To Conduct An Ocular Inspection Of The Property For Sale Before Submitting His/her Proposal. The Head Of The Agency Reserves The Right To Reject Any Or All Of The Bids With Or Without Cause, To Annul The Auction Process, To Waive Any Defect In Them And To Award The Bidder Whose Bid Is The Most Advantageous To The Government. Engr. Crosby B. Balaneg, Ce, Se, Rea, Mpa Chairperson, Asset Disposition Committee
Closing Date3 Feb 2025
Tender AmountPHP 3.4 Million (USD 58.4 K)

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)

DEPT OF THE NAVY USA Tender

Manpower Supply
Corrigendum : Closing Date Modified
United States
Details: Amendment #5: 2nd Round Of Answers To Questions From Industry, Below - In Addition, Updated Attachments To Now Include The Current Cba: question # question answer 1 how Many Guards Are Being Requested? this Is The Responsibility Of The Offeror To Determine Based On The requirements Stated In The Rfq And Attachments Thereto. 2 how Many Shifts Daily Are To Be Covered? the Number Of Shifts Is Determined By The Offeror. Any Firm Shift requirements Are Contained In The Personnel Qualifications Attachment. 3 is 24/7 Coverage Being Requested. yes. 4 do Guards Need To Be Armed/unarmed. all Unarmed. 5 under The Pass/fail Requirement, If Work Is Being Performed At Government facility How/why Does The Contractor Need To: • 2.1 Plan For Obtaining Personnel Clearances the Offeror Shall Provide, A Plan For Obtaining Personnel Clearances Within 30 Days Of The Start Of The Period Of Performance At The Required Level specified In The Dd Form 254, Contract Security Classification Specification attached To This Solicitation. The Plan Shall Include Confirmation Of Existing personnel Clearances, Detail The Offeror's Process For Obtaining New clearances To Perform The Full Requirement By The Time Full Operational tempo Is Reached Within 30 Days Of The Period Of Performance Start Date, and Outline The Schedule For Obtaining Any Required New Clearances During the Life Of The Contract. • There Is A Request For Resumes. How Then Can We Provide Resumes Of staff, Since Staff Won't Be Assigned Until Reward. Pm And Sl Won't And Can't be Determined Until Award And Set Schedule Is In Place. please Clarify Need For Personnel Security Clearance. this Requirement Is Accurate As Stated And Is In Accordance With The Dd 254 attached To The Rfq Which Will Be Included In The Resulting Award. 6 is There An Incumbent In Place Or Is This Anew Request? yes. The Incumbent Contractor Is Shiloh Services, Inc. 7 sow 2.1 States That "work Specified Herein Shall Be Performed At ….newport Rhode Island….or An Alternate Security Monitor Center." a. Can The Government Elaborate On When An Alternate Center Would Be Used? b. Would These Alternate Centers Be At Any Of The Locations Listed In Sow 2.0 (i.e., Usa And International Locations)? a. Whenever The Primary Smc Is Not Capable Of Functioning Or During Tests Of The Alternate Smc’s Systems. b. There Is Only One Alternate Smc And It Is Also Located At Nuwc Newport. 8 sow 4.7.1: Are There Any Specifications For The Type Of Vehicle The Contractor Should Provide (i.e., Compact Car, Sedan, Suv, Truck, Etc.)? a. Does The Vehicle Need Any Type Of Lights (i.e., Roof, Strobe, Spotlight)? b. Is Any Interior Equipment Required (i.e., Fire Extinguisher, First Aid Kit, Etc.)? any Form Of Compact Car, Sedan, Suv, Or Truck Is Acceptable. Gators, Golf Carts, Etc Are Not Considered Acceptable Vehicles As They Must Be Registered To Operate On Ri Roadways. a. No. b. No. 9 sow 5.2: For Pricing Purposes, Is Any Of The Mandatory Training Conducted While Staff Is Off Duty? a. If Training Is Off Duty, How Many Hours Per Employee Would Need To Be Compensated? none Of The Mandatory Training Is Required To Be Performed Off Duty But It Is The Contractor’s Determination As To How It Meets The Government’s Requirements. a. Na. All Training Is Conducted In A Duty Status. 10 attachment 1.b.(a): Can The Senior Technical Representative (str) Also Be The Pm? yes. However, It Is The Offeror’s Responsibility To Propose An Approach That Collectively Meets All Solicitation Requirements. 11 section L.3.(a).(i).(i).(a) States That The "page Limitation For Proposal Is Not To Exceed Fifteen (10) Pages." Please Verify The Page Limit Quantity. the Correct Page Limit Is 10. An Amendment To The Solicitation Criteria Is Issued Concurrent With This Answer Being Posted. 12 section L.3.(a).(i): Are The Staffing Plan, Key Personnel Resume, And Past Performance Reference (attachment 2) Excluded From The Technical Volume Page Limitation? yes. 13 section L.3.(a).(i): Is The Cover Page And Table Of Contents Excluded From The Page Limitation? yes. 14 will The Government Provide A Current Seniority List Consisting Of Hire Dates Only For The Incumbent’s Security Force So That Offerors Can Accurately Price Vacation And Other Leave Benefits? no. There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements. 15 does The Incumbent Currently Have The Contract Fully Staffed? If Not, What Are The Differences? the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. 16 does The Incumbent's Staff Meet The Training And Clearance Requirements Of This Solicitation? a. If Not, What Are The Differences? b. Are The Incumbent's Staff Grandfathered In Terms Of The Training? the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. 17 is There A Union With This Contract? a. If So, Can The Government Provide A Copy Of The Cba? yes. a. The Cba Will Be Amended Into The Posting Concurrent With This Answer Being Posted. 18 are The Alarm Monitors Self-relieving? yes. 19 since A Resume And Letter Of Intent Is Required For Key Personnel: a. Is There An Existing Pm (or Other Key Personnel Staff) Employed By The Incumbent Who Meets The Current Work Experience Referenced In The Sow? b. Does The Government Want The Successful Bidder To Retain These Key People Or Replace Them? c. If Retaining The Current Key People Is Desirable, Would The Government Consider Providing Their Names And Email Or Phone Number So That Offerors Can Contact Them? the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements. 20 are The Alarm Monitors And Pm Required To Wear Uniforms? a. If So, Please Provide A List Of Contractor Provided Items And Any Pertinent Specifications. no. The Government Will Provide Badges That Say “smc” For Additional Identification Purposes. a. Na. 21 is There Any Contractor Provided Equipment Or Supplies That Are Required? no, With The Exception Of The Vehicle Requirement Identified In The Solicitation. 22 for The Project Manager, The Sow Lists Three Duties Of Their Job: A. Ensure Resources, Assignments, Staff, And Training Are Administered; b. Update And Maintain All After-hours And Emergency Recall Information And Reference Materials; And C. Provide Monthly Metrics Data Reports. 17.with The Assumption That The Shift Lead Will Be Handling Most Of The Daily Supervisory Tasks, Does The Pm Have Any Other Duties And/or Responsibilities? determining The Method Of Performance Of The Sow Requirements Is The Responsibility Of The Offeror. 23 is This An Existing Requirement Or Is This A New Requirement? see The Answer To Question 6. 24 if This Is An Existing Effort; What Is The Prior Contract Award Amount, Name Of Incumbent, Period Of Performance, To Include The Dates Of The Final Option Period Exercised? yes, The Current Contract Was Awarded To Shiloh Services, Inc., Which Will Expire On 06/30/2025. The Government Declines To Provide The Dollar Value As More Than Enough Information Is Available To Price Including The Cba Now Amended Into The Solicitation. 25 is The Current Incumbent Contract Currently Fully Staffed With Qualified Personnel? the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. 26 does The Current Incumbent Workforce Meet All Requirements Specified In The Sow? the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements. 27 a. Is There A Security Clearance Requirement? b. If So, What Level Of Security Clearance Is Required? c. Do All Incumbent Personnel Currently Meet All Of The Adjudicated Security Clearance Requirements? a-b. See The Dd 254 Attachment To The Rfq. c. The Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements. 28 "are These Sca Personnel? please Provide A Wage Determination To Be Used For Pricing Purposes? which Occupation Code Listed In The Department Of Labor (dol), Wage [determination] Apply To The Requirement?" applicable Wage Information Is Provided Via The Current Amendment In The Form Of A Cba. 29 please Provide Any Uniform And/or Dress Code Requirements. the Only Applicable Standard Is Business Casual Or Inclement Weather Appropriate Clothing. 30 an Error Code Shows When Attempting To Open The Dd254 Provided. Please Clarify Security Clearance Requirements. the Rfq Posting Is Amended To Include An Updated File, To Now Properly Showing The Dd254. 31 the Work Specified Herein Shall Be Performed At The Naval Undersea Warfare Center, Division newport (nuwcdivnpt) Or The Naval Station, Newport Rhode Island (navsta) Designated or An Alternate Security Monitor Center. please Provide The Location(s) Of The Alternate Security Monitoring Center. all Primary And Alternate Facilities Of Physical Performance Takes Place At The Naval Undersea Warfare Center, Division Newport However Additional Sites Are Remotely Monitored. 32 do All Contract Employees Require Ri State And Federal Certifications For Dispatcher And Monitor Positions? no. 33 what Type Of Situations To Sme's Historically Respond To? how Many Times A Year On Average Do This Incidents Occur? see Sow. 34 4.5.1 Where Are The Temporary Storage And/or Gsa Security Containers Located, I.e. On The Nuwcd Compound, Off-site, Etc.? all Are Within The Nuwcdivnpt Compound. 35 on A Daily Basis, The Contractor Shall Support Tasks Using A Contractor Provided Vehicle In support Of 4.0 Tasks. The Vehicle Shall Display A Distinctive Contractor Emblem For Identification purposes. what Type Of Vehicle Is Required (cargo, Utility, Passenger)? are There Any Make/model/year, Etc. Requirements And/or Limitations? is There Any Relevant Historical Data Available Regarding Mileage, Storage And Offsite Fueling Allowances? is There Parking Available On The Nuwcd Compound? any Vehicle Registered And Inspected In The State Of Ri. no. no. Data Is Available As It Was Not Previously Required. yes 36 31. 5.2.1 The Contractor Shall Require Each Contractor Employee Performing Work At Any Nuwc division Newport Site, Who Has A Common Access Card (cac) And An Nmci Account To complete All Required Mandatory Training And Any Applicable Limited Audience Required training(s). The Contractor Shall Fill Out And Submit To The Government The Training Completion status Report, Gfi #25, Affirming All Mandatory Training And Any Applicable Limited Audience required Training(s) Are Completed. The Required Training And Required Training Schedule Is available At The Following Website: [will Be Provided At Award] Under Mandatory training Instructions. See The .pdf Mandatory Training Instruction – Contractors Only. for Pricing Purposes, Please Provide A List Of All Required Training, Number Of Hours Required For Completions, Government Or Contractor Provided, And Are They Otj Or Not. What Are Average Wait Times For Appointments And Issue?" all Required Training Is Virtual, Accessible From The Nuwcdivnpt Site, And Can Be Accomplished During A Standard Work Period While Performing Other Duties Of The Sow. 37 32. The Government Will Evaluate The Plan For Obtaining Personnel Security Clearances Within 30 Days Of The Start Of The Period Of Performance At The Required Level As Specified In The Dd254, Including Confirmation Of Existing Clearances, Details Of The Offeror's Process For Obtaining New Clearances, And The Schedule For obtaining Any Required New Personnel Security Clearances During The Life Of The Contract. is There A Transition Period? how Long? what Is The Security Clearance Level Required? see The L&m Attachment, And, More Specifically, The Pass Fail Evaluation Criteria For Clearance Requirements And Transition Period To Full Operation Tempo. 38 33. Technical Approach (a) Submit A Personnel Plan To Accomplish All Of The Statement Of Work Tasking. Page Limitation For proposal Is Not To Exceed Fifteen (10) Pages. please Clarify If It Is 15 Or 10 Page Limit For This Section. the Correct Page Limit Is 10. An Amendment To The Solicitation Criteria Is Issued Concurrent With This Answer Being Posted. 39 34. Staffing Plan, Attachment 3 - Staffing if The Offeror Is Proposing To Use Incumbent Personnel In Order To Maintain Continurity Of Operations, Can The Offeror Use Tbd Or Incumbent For The Staffing Plan Attachment? the Proposal Must Meet The Stated Solicitation Criteria Which Are Clear In This Matter. 40 35. Staffing Plan is There A Page Limit For The Staffing Plan? no. 41 36. Offeror Shall Provide A Mapping Of Any Company-specific Labor Categories It, Or Its Subcontractors, Proposes In the Staffing Plan To The Corresponding Government Standard Ecraft Labor Categories. Unless Specified already By The Government, Offeror Shall Propose Standard Ecraft Labor Categories Based On The descriptions Listed At: http://www.navsea.nayy.mil/home/warfare-centers/nuwcnewport/ link States ""www.navsea.nayy.mil’s Server Ip Address Could Not Be Found. please, Use The Following Url: Http://www.navsea.navy.mil/home/warfare-centers/nuwc-newport/partnerships/commercial-contracts/labor-categories/. 42 37. Is Eligibility To Become Ncic, Rilets, Nlets, And Cpic, As Retired Law Enforcement, Sufficient? Specifically In This Scenario What If The Individuals Do Not Currently Have “active” Certifications Into Those Systems. They Have Had Access In The Past And Would Be Eligible For Recertification. Will Their Resumes Meet The Requirements? the Fact That Someone Is “retired Law Enforcement” Does Not Automatically Qualify An Employee For Any Certifications Or Clearances. in Terms Of Incumbent Staff Certifications There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements. 43 as A Follow Up To Question #5, There Is A Request For Resumes. How Then Can We Provide Resumes Of Staff, Since Staff Won’t Be Assigned Until [award]. Pm And Sl Won’t And Can’t Be Determined Until Award And Set Schedule In Place. resumes Are Only Required For The Key Personnel Position And Not For All Employees. For Key Personnel That Are Not Current Staff Letters Of Intent Are Required. there Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements. amendment #4: extended Closing Deadline To 02/18/2025 @ 1400 Est, To Afford Time To Respond To Questions From Industry. amendment #3: extended Closing Deadline To 02/07/2025 @ 1400 Est, To Afford Maximum Compeition. amendment #2: questions To Questions From Industry, Below: question # question answer 1 how Many Guards Are Being Requested? this Is The Responsibility Of The Offeror To Determine Based On The Requirements Stated In The Rfq And Attachments Thereto. 2 how Many Shifts Daily Are To Be Covered? the Number Of Shifts Is Determined By The Offeror. Any Firm Shift Requirements Are Contained In The Personnel Qualifications Attachment. 3 is 24/7 Coverage Being Requested. yes. 4 do Guards Need To Be Armed/unarmed. all Unarmed. 5 under The Pass/fail Requirement, If Work Is Being Performed At Government Facility How/why Does The Contractor Need To: • 2.1 Plan For Obtaining Personnel Clearances the Offeror Shall Provide, A Plan For Obtaining Personnel Clearances Within 30 Days Of The Start Of The Period Of Performance At The Required Level Specified In The Dd Form 254, Contract Security Classification Specification Attached To This Solicitation. The Plan Shall Include Confirmation Of Existing Personnel Clearances, Detail The Offeror’s Process For Obtaining New Clearances To Perform The Full Requirement By The Time Full Operational Tempo Is Reached Within 30 Days Of The Period Of Performance Start Date, And Outline The Schedule For Obtaining Any Required New Clearances During The Life Of The Contract. • There Is A Request For Resumes. How Then Can We Provide Resumes Of Staff, Since Staff Won’t Be Assigned Until Reward. Pm And Sl Won’t And Can’t Be Determined Until Award And Set Schedule Is In Place. please Clarify Need For Personnel Security Clearance. this Requirement Is Accurate As Stated And Is In Accordance With The Dd 254 Attached To The Rfq Which Will Be Included In The Resulting Award. 6 is There An Incumbent In Place Or Is This Anew Request? yes. The Incumbent Contractor Is Shiloh Services, Inc. amendment#1: - Added Dd254 Attached - Added Question Deadline, Which Expires 27-jan-2025 @ 1400 Est. Therefore, Please, Submit All Questions, Before That Deadline. please Read This Entire Notice Carefully As It Constitues The Only Notice That Will Be Issued. this Is A Combined Synopsis And Solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6-streamlined Procedures For Evaluation And Solicitation For Commercial Items, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. Request For Quotation (rfq) Number Is N66604-25-q-0168. the Naval Undersea Warfare Center Division Newport (nuwcdivnpt) Has A Firm Fixed Price Requirement In Accordance With Attachment #1 Statement Of Work (sow) For The Following On-site Monitoring Services: line Item # 0001 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2025 To 30-jun-2026 line Item # 0002 Option 1 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2026 To 30-jun-2027 line Item # 0003 Option 2 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2027 To 30-jun-2028 line Item # 0004 Option 3 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2028 To 30-jun-2029 line Item # 0005 Option 4 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2029 To 30-jun-2030 this Procurement Is Solicited As A Small Business Set-aside As Concurred With By The Nuwcdivnpt Office Of Small Business Program (osbp). The North American Industry Classification System (naics) Code For This Acquisition Is 561612; The Small Business Size Standard Is $29m. rhode Island Wd 2015-4089 Rev 26, Dated 04-09-2024, Applies. Incorporated Provisions And Clauses Are Those In Effect Through The Current Federal Acquisition Circular. The Provision At Far 52.212-1, Instructions To Offerors Commercial Items Applies To This Solicitation. The Provision At Far 52.212-3, Offeror Representations And Certifications Commercial Items Applies To This Solicitation. Clauses Far 52.209-11, Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law, 52.212-5, Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Items, And Dfars 252.204-7009 Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information Apply To This Solicitation. 52.217-9 Option To Extend The Term Of The Contract (mar 2000) (navsea Variation I) (oct 2018) the Government May Extend The Term Of This Contract By Written Notice(s) To The Contractor Within The Periods Specified Below. If More Than One Option Exists, The Government Has The Right To Unilaterally Exercise Any Such Option Whether Or Not It Has Exercised Other Options. item(s) latest Option Exercise Date 7100 07/1/2025 7200 07/1/2026 7300 07/1/2027 7400 07/1/2028 item(s) latest Option Exercise Date 6100 8/30/2025 6200 8/30/2026 6300 8/30/2027 6400 8/30/2028 if The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause. the Total Duration Of This Contract, Including The Exercise Of Any Option(s) Under This Clause, Shall Not Exceed Five (5) Years, However, In Accordance With Paragraph (j) Of The Requirement Of This Contract Entitled "level Of Effort – Alternate I", If The Total Manhours Delineated In Paragraph (a) Of The Level Of Effort Requirement, Have Not Been Expended Within The Period Specified Above, The Government May Require The Contractor To Continue To Perform The Work Until The Total Number Of Manhours Specified In Paragraph (a) Of The Aforementioned Requirement Have Been Expended. (end Of Clause) the Following Addenda Or Additional Terms And Conditions Apply. Defense Priorities And Allocations Systems (dpas) Rating Is Do-c9. A Section 508 Does Not Apply. the Required Period Of Performance Is Listed In The Table Above, F.o.b. Destination Is Newport, Ri 02841. the Government’s Preferred Method Of Payment Is Electronic Payment Through Wide Area Workflow (wawf) Will Be Used. Please Confirm If Government Purchase Card Is An Acceptable Form Of Payment Within The Quotation. full Text Of Incorporated Far/dfars Clauses And Provisions Are Available At: Www.acquisition.gov/far this Solicitation Requires Registration With The System For Award Management (sam) Prior To Award, Pursuant To Applicable Regulations And Guidelines. Registration Information Can Be Found At Www.sam.gov the Quote Shall Include Price, Delivery Terms, A Technical Proposal In Accordance With The Information Contained In Attachment #2 Section L - Instructions For Submission Of Proposals And Section M – Evaluation Factors For Award And The Following Additional Information With Submission: Point Of Contact (including Phone Number And Email Address), Contractor Cage Code, And Contractor Duns. the Quotes May Be Submitted Via Email To The Below Address And Must Be Received On Or Before Monday, 29 Jan 2025 2:00pm Est. Offer Received After The Closing Date Are Considered To Be Late And Will Not Be Considered For Award. For Information On This Procurement, Contact: Kevin E. Silva At Kevin.e.silva2.civ@us.navy.mil Or 401-832-3558.
Closing Date18 Feb 2025
Tender AmountRefer Documents 

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 February - March 2025 Purchase Request No.: Cca-2025-02-0002, Oc-2025-02-0029, Bio-2025-01-0002, Cac-2025-01-0015, Cac-2025-01-0016 Approved Budget For The Contract: ₱61,225.00 Date: 10 February 2025 Rfq No.: 0051 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. 0051 Not Later Than 8:30 Am On 14 February 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 February - March 2025 A. College Of Arts And Communication 1 Snacks For The Artists Talk Series Hosted By Fa 107 On March 5 And March 7, 2025 Lot 1 ₱ 5,100.00 ₱ 5,100.00 Good For 30 Persons Per Event Price: P85.00 Per Head; Type:packed For March 5 Menu Pansit Bihon (at Least 150g Per Person) With Shanghai (at Least 2-3 Small Pieces Per Person) Any Fruit Juice (at Least 250ml) For March 7 Menu Egg Sandwich Bottled Iced Tea (at Least 330ml) 2 Pm Snacks And Lunch For Mcluhan Forum On March 28, 2025 Lot 1 ₱ 5,625.00 ₱ 5,625.00 # Of Pax: 15 Price: P375.00 Per Head Type: Packed Individually Place Of Delivery: Cac Faculty Lounge Time Of Delivery: Snacks And Lunch 11 Am Menu For Lunch Rice (at Least 1 Cup Of Rice Per Person) Roasted Or Fried Chicken (1 Slice Per Person) Any Vegetable Viand (at Least 100g Per Person) Any Pork Viand (at Least 120g Per Person) Dessert: Banana Cue (2 Pcs Per Person) Any Canned Soda (330ml) Menu For Pm Snack Pansit Bihon (at Least 150g Per Person) With Shanghai (at Least 2-3 Small Pieces Per Person) Any Fruit Juice (at Least 250ml) B. Denr Project 3 Afternoon Snacks For Denr Project Focused Group Discussion Presentation Together With Local Government Representative Of Selected Barangays Of Baguio City Lot 1 ₱ 5,000.00 ₱ 5,000.00 Date: March 7, 2025 -1:00 Pm -5:00 Pm Good For 40 Persons Menu: (creamy Carbonara Pasta (atleast 80 Grms.) With 1 Or 2 Pcs Of Toasted Bread And Fruit Juice (atleast 350 Ml Up)-appropriate Utensils Should Be Included. Place To Deliver: University Of The Philipinnes Baguio-college Of Science-biology Department Time: 2:00 P.m. 4 Meals For Exhibt Preparation At Bell House, Camp John Hay Related To Denr Project On March 20, 2025 (8:00 Am To 5:00 Pm) Lot 1 ₱ 3,000.00 ₱ 3,000.00 Menu: Am Snacks-php 125x 6 Pax = Php 750 1 Or 2 Slice Of Biko With Fruit Juice (at Least 350 Mi) Lunch -php 250x 6 Pax = Php 1, 500 1 Rice, 1 Chopsuey (at Least 80 Grms.), 1 Chicken Or Pork (at Least 80 Grms.) 1 Fish Serving And Bottled Water (at Least 250 Ml) Pm Snack -php 125x 6 Pax= Php 750 Chicken Sandwhich (2 Pcs Of Bread) With Fruit Juice (atleast 350 Ml) Place To Deliver: Bell House Of Camp John Hay Time: Before 10:00 A.m. Note: Deliver All The Food Once 5 Denr Project Exhibt Proper And Opening At Bell House Of Camp John Hay Lot 1 ₱ 25,000.00 ₱ 25,000.00 Date: March 21, 2025 (8:00 Am To 5:00 Pm) Menu: Am Snacks- Php 125 X 35 Px= 4,375.00 Champorado (at Least 80 Grms.) With Fruit Juice (at !east 350 Ml Up)- -appropriate Utensils Should Be Included And Well Set Beacuase Its A Foods For Field Work. Lunch- Php 250x 45 Pax = Php 11,250.00 Assisted Buffet (1 Tray Of Rice, 1 Tray Of Vegetables Serving, 1 Tray Of Pork Or Chicken Serving And 1 Tray Of Fish Serving) With Soup And Hot Brewed Coffee Pm Snacks- Php 125 X 75 Px= 9,375.00 (4pcs. Of Palitaw With One Or Two Siices Of Biko (diket) And Fruit Juice (atleast 350 Ml Up) -appropriate Utensils Should Be Included Place To Deliver: Bell House Of Camp John Hay Note: A.m. Snacks Should Be Delivered Before 8:00 Am Only Of The Said Date Because It's A Foods For Field Work. C. Committee On Culture And The Arts 6 Snacks For The Event: Behind The Canvas: The Art Of Managing Art Talk On Feb 28 & March 5, 2025 Lot 1 ₱ 5,000.00 ₱ 5,000.00 Date: 28 February 2025 Number Of Pax: 30 Pax Place Of Delivery: Cac Time Of Delivery: 4:00pm Menu Kakanin -biko With Utensils Date: 05 March 2025 Number Of Pax: 30 Pax Place Of Delivery: Cac Time Of Delivery: 4:00pm Menu Pansit With Utensils D. Office Of The Chancellor 7 Catering Services During The University Council Meeting On February 24, 2025 (pm Snacks) Lot 1 ₱ 12,500.00 ₱ 12,500.00 Good For 100 Persons Packed Choices From : Pasta & Bread Rice Noodles Dish & Kakanin / Native Delicacies With Free Flowing Coffee, Tea/ Fruit Juice General Requirements For Catering Services For Each Activity Stated Above Additional Conditions Unless Stipulated In The Line Item, 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 - In Case Of Unforeseen Circumstances, Availability To Reschedule With No Added Cost. 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: February - March 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: ₱ 61,225.00 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 Date14 Feb 2025
Tender AmountPHP 61.2 K (USD 1 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)

Stadt Schwedt Oder Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Germany
Details: The masonry bridge over the Landin drainage ditch is part of the Stendell-Landin regional cycle path, which is used by agricultural vehicles and occasionally also by cars. It is 12.5 m long, 6 m wide and the passage width is 2 m (see appendix bridge dimensions). In 2023, a main inspection was carried out in accordance with DIN 1076, which was revised and reassessed in October 2024 on the basis of further photo documentation. The structure was given a condition rating of 3.3. There is an urgent need for action in order to be able to maintain unrestricted use. The test report is attached as an appendix. An object-related damage analysis was recommended, which should determine the causes of the damage and ensure continued use in the same way as before or with restrictions. The evaluation must be carried out in accordance with the guidelines for the preservation of engineering structures (ri-erh-ing), OSA guideline using the SIB-bauwerke program system in the current version. The information from the main inspection carried out in 2023, which was revised in October 2024, must be taken into account. A report with a textual assessment in accordance with section 5.2 of the guideline must be prepared according to the requirements of the maintenance planning and a proposal for a new damage assessment. Particular attention must be paid to proposals for necessary short-term remediation measures (remediation concept) with the respective cost estimates. A load-bearing capacity proof must also be carried out. The use of non-destructive examination methods must be selected from now on.
Closing Date12 Feb 2025
Tender AmountRefer Documents 

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)

Offizielle Bezeichnung Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Germany
Description: Contract notice - general guideline, standard rule Open procedure (services) ZKJF GmbH - Lot-based award of primary school care services as part of the Hessian state program "Pact for All-Day Care" from the 2025/2026 school year. The subject of the award procedure is the lot ... MoreZKJF GmbH - Lot-based award of primary school care services as part of the Hessian state program "Pact for All-Day Care" from the 2025/2026 school year. The subject of the award procedure is the lot-based award of primary school care services as part of the Hessian state program "Pact for All-Day Care" from the 2025/2026 school year at thirteen different primary schools in the Main-Kinzig district. Lot 1: Biebertal Primary School Biebergemünd-bieber - Address: Biebertalstraße 12, 63599 Biebergemünd - Start of service: August 1st, 2025 - Number of students: 110 - Students to be supervised: 110 + Of which 90 in Module 1 + Of which 20 in Module 2 - Rooms: The primary school consists of two main buildings and a gymnasium. Around the building there is a spacious outdoor area with a playground and meadows. The total size of the school grounds, including the built-up areas, is 15,030 square meters. The area is not fenced. In the lower building on the ground floor there is the school administration, a teachers' room and a meeting room, as well as the staff toilets. On the 1st floor there are a total of 4 classrooms, a small multifunctional room with games and a larger multifunctional room with the option for exercise and a kitchenette. In the upper building there are a total of 6 classrooms, a workshop, a library and a small meeting room. The support association currently has two classrooms available for the care facility. Other rooms can be used for doing homework. All rooms used across grades and subjects (e.g. library or workshop) are available. As the upper building is in dire need of renovation, the school will be building a new building in the next few years. Plans for this already exist and are currently being revised. There is no specific date for the start of construction yet. This new building complex will include a cafeteria and multi-purpose rooms that can be used as part of the all-day program. A temporary spatial solution must be found for the start on August 1, 2025, as the school does not currently have a cafeteria with a serving kitchen. The support association has set up a room in the school with furniture and toys for the care facility, which is used exclusively for care. There is also a small kitchenette here. Water is heated by an electric boiler. Since the start of the last school year, the childcare service has used a second classroom for lunch and homework support. As part of the all-day pact, the school authority is planning to set up and use as many as four classrooms as possible in a multifunctional manner. One room (or two rooms if necessary) must be converted into a serving kitchen and temporary cafeteria for lunch at short notice. The upcoming new building will mean that some work will be carried out using mobile serving equipment. The primary school gym can also be used for afternoon activities. As it is currently also frequently used by the gymnastics club, clear agreements between all those involved and, if necessary, a reorganization of the times of use are necessary. - Further information can be found in the Biebertal Biebergemünd-Bieber primary school's concept for implementing the all-day pact (appendix II.2.a of the service description). Lot 2: Wilhelm-hauff-schule Flörsbachtal-lohrhaupten - Address: Gartenstraße 28, 63639 Flörsbachtal - Start of service: August 1st, 2025 - Number of students: 82 - Students to be supervised: 30 + of which 25 in module 1 + of which 5 in module 2 - Rooms: The school has sufficient and varied space. Grades 1-4 are housed in building I. Since there have been two classes in year 2 since last school year, there is an additional classroom in building III. The workshop, which is used by all classes, is also located in building III. The religious studies room is in the basement. Since two classes are expected to start in year 1 in the 2025/2026 school year, the religious studies room will move. In the administration building there is an auditorium on the first floor, which is used for parties and celebrations, as well as a school kitchen. The music room is on the first floor. For all parties and celebrations in the auditorium, this means that there are short distances when it comes to transporting instruments, etc. On the ground floor of the administration building there is a reading corner, which is very popular with the students. The school has a paved schoolyard on three levels. There are painted hopscotch games on the third level, a table tennis table on the lower level, a games cupboard in the entrance area in which all the available play equipment is stored, and mobile equipment that is stored in the teaching materials room (ground floor), movable soccer goals, a reading corner in the entrance area with lounge furniture for "lounging" and/or as a place of retreat, a beanbag in the reading corner, a mobile bookshelf in the reading corner, a "green" classroom with an awning on the former gymnastics lawn. The following rooms will be made available for all-day care in the 2025/2026 school year: 1. School kitchen with adjoining, former preparation room as a dining room; the corresponding furniture is not yet available. 2. The existing support association rooms will be included. The rooms for doing homework are known to the students. This room is currently equipped with 14 chairs and corresponding tables. There is also a room opposite for playing and relaxing (= rest area). 3. The schoolyard can be used as a place to play and exercise. The playground games are in the entrance area of the administration. The gym is available to the students and all clubs. Based on current knowledge, it should be possible to use the hall for the all-day offer. 4. There is a cooperation with the local library, which supplies the students with books every week - a selection of books is also available in the book corner. 5. The classrooms in building I can be used as needed. 6. The school premises are not barrier-free. 7. There are no rooms for special education and care for pupils with physical disabilities, for example. 8. The parents' room, the teachers' room or the DAZ room are available for meetings and administrative work by the care provider. 9. The Nawi room in building 3 is available for experiments and projects. In the future, corresponding working groups could take place here. - Further information can be found in the Wilhelm-Hauff-Schule Flörsbachtal-Lohrhaupten concept for implementing the pact for all-day schooling (appendix II.2.b of the service description). Lot 3: School at the village square Freigericht-Altenmittlau - Address: Kegelbahnstraße 59, 63579 Freigericht-Altenmittlau - Start of service: August 1st, 2025 - Number of students: 80 - Students to be supervised: 50 + of which 35 in module 1 + of which 15 in module 2 - Rooms: The school comprises three parts of the building: On the ground floor of the new building there are three classrooms, the student toilets and the technical room. On the first floor there is another classroom, the computer room, administration wing (teachers' room, school management office, caretaker's office and secretary's office) and the teachers' toilets. On the second floor/top floor there are two former classrooms that are used as a school kitchen and music room (choir, guitar and flute course, music club). These rooms were formerly used as care rooms and were renovated by the support association and the caretaker after the move to the old building. Directly past the administration wing is the passage to the attached community hall/gymnasium, which is mainly used for school sports. There are also changing rooms and other toilet facilities there. The gymnasium is currently available for sports activities on 2 afternoons (Zumba courses on Wednesdays, sports club on Thursdays). In the old building (110 years old) the windows were renovated/replaced 2 years ago so that the rooms can still be used. On the ground floor, after the extensive renovation last year, there is a former classroom that serves as a play and care room, the new school kitchen/canteen (former workshop), a laundry/cleaning room and student toilets. On the first floor you will find the lavishly expanded student library, which extends over 2 rooms (wall opening). It also houses the care office and, in the future, the office of the all-day coordinator. Two further rooms are connected by a hole in the wall and are available for educational homework supervision, free learning times and afternoons. On the 2nd floor/attic there are table/chair storage rooms and an attic that is not used. - Further information can be found in the concept of the school at Dorfplatz Freigericht-Altenmittlau for the implementation of the pact for all-day schooling (appendix II.2.c of the service description). Lot 4: Igelsgrundschule Gelnhausen Höchst - Address: Schulstraße 11, 63571 Gelnhausen - Start of service: August 1st, 2025 - Number of pupils: 161 - Pupils to be supervised: 120 + of which 90 in module 1 + of which 30 in module 2 - Rooms: There are currently two separate rooms in the classroom wing available for school supervision. In addition, other multifunctional rooms are used for learning, play and relaxation phases. There is a kitchen with seating for eating meals. The school library also serves as a quiet room and the auditorium is used by children to play together when the weather is bad. Homework support and support group work takes place in classrooms, as these promote a learning atmosphere by being equipped with tables and chairs. The study groups take place in the multifunctional rooms and also in the playground, in the gym or in the garden area. However, the current space is not sufficient for around 90 students. The kitchen is not designed for such a high number of students. In particular, there is no cafeteria. The concept and use of the rooms is to be re-planned and urgently required structural renovation measures are to be implemented as quickly as possible. These are currently planned for 2026. - Further information can be found in the concept of the Igelsgrundschule Gelnhausen Höchst for the implementation of the pact for the whole day (appendix II.2.d of the service description). Lot 5: Herzbergschule Roth Gelnhausen Roth - Address: Rathausstraße 1, 63571 Gelnhausen - Start of service: August 1st, 2025 - Number of students: 84 - Students to be supervised: 55 + of which 35 in module 1 + of which 20 in module 2 - Rooms: The space situation at the Herzbergschule is severely restricted by its location in the middle of town and the right of use of the clubs in the town hall. Nevertheless, an attempt was made to use the little space as best as possible, which in turn leads to increased staff deployment, especially during the full day. The division of the school into two buildings means that double supervision is necessary. The distribution of the number of children according to the number of seats available in the rooms is also a factor. The current spatial conditions can only be reconciled with the school development goals of the Herzbergschule to a limited extent. The existing conditions were optimized together with the school authority. The buildings are separated by a traffic-calmed street. The two buildings, some of which are listed buildings, contain 5 classrooms ranging in size from 49m² to 56m² with ergonomic furniture. There is a multifunctional room (54m²) for the preparatory course, the intensive course, ethics lessons, work time and study groups. There is also a care room (50m²) with a kitchenette and a PC workstation, a PC room, the school library, the secretary's office, the teachers' room and a consultation room. Depending on the weather, the municipal playground and the neighboring village square are used as the schoolyard. The public village square is on the Mkk property, but due to its dual use it can only be included in the Herzbergschule's educational concept to a limited extent. The school relies on flexible, mobile equipment, but the limited storage options mean that the capacity is exhausted. Thanks to the cooperation with the Roth Music Association and TV Roth, their club rooms can be used to counteract the ever-increasing lack of space. The music association room is used as a music room and as an alternative for supervision when it rains. It is not possible to design the room to be child-friendly. The TV Roth club room is available for dance groups and the pre-holiday parties that take place four times a year. For sports lessons, the Willi Bechtold Hall is within walking distance. Unfortunately, the city of Gelnhausen rents out the room at regular intervals, which means that it is not used at all. The teachers' room was redesigned in 2017 and offers limited opportunities for preparing for or following up on lessons. Specialist teachers without a classroom do not have the opportunity to store their own materials in the teachers' room. The staff meeting of the teaching team takes place in the care room on the children's furniture. The furniture does not meet the requirements of ergonomics in the workplace. The serving kitchen and the administrative computer of the all-day coordinator are also located in this room. Due to the age of the school building and the former town hall, the buildings do not have spacious hallway areas. In this respect, there is no possibility of expanding the space available. Since the school does not have a large room for the whole school community, all events have to take place outdoors and are therefore always dependent on the weather. - Further information can be found in the Herzbergschule Roth Gelnhausen Roth concept for implementing the pact for all-day schooling (appendix II.2.e of the service description). Lot 6: School at the Hofgut Mittel-gründau - Address: Hofweg 1, 63584 Gründau - Start of service: August 1st, 2025 - Number of students: 86 - Students to be cared for: 35 + Of which 25 in Module 1 + Of which 10 in Module 2 - Rooms: The school's existing rooms, including the multifunctional rooms and the container building, are used for all-day care. The outdoor area with the play equipment also offers space for exercise and play. The school at the Hofgut has four classrooms, two multifunctional rooms and an outdoor area with play equipment. One multifunctional room is currently used as an additional classroom due to the high number of students in class 4, as well as an inclusion room for the individual instruction of a child with a focus on learning. The other multifunctional room serves as a school library, PC and media room, as well as a room for remedial teaching and school social work. One of the classrooms is a little larger and has a separate outside door that faces the schoolyard playground and the current care building. Due to its location and size, it is ideally suited as one of the future rooms for homework supervision and other all-day activities. Like the classrooms, the multifunctional rooms have digital whiteboards and some work tables with chairs. Another room serves as a materials and workshop room. The administration (school management and secretariat) use two connected office rooms. The school itself has no cafeteria, dining rooms or suitable kitchen for lunch. There is only a fitted kitchen in the teachers' room. The municipality's container building, which is currently used by the "villa Krake" care center, is also possibly available. It could possibly continue to be used as a care and leisure center if the necessary renovation work on the kitchen were carried out in a timely manner. Long-term planning for the construction of a needs-based cafeteria with a kitchen and other rooms on the school premises or the adjacent municipal property is being developed in cooperation with the municipality and the district. In the near future, there will probably be minor adjustments and extensions to the furniture and equipment in the school rooms and the care rooms. In order to be able to use the classrooms both as teaching rooms and as care rooms for homework and other activities, multifunctional furniture, rollable shelves, rollable room divider shelves and, above all, additional height-adjustable seating are essential. - Further information can be found in the concept of the school at Hofgut Mittel-Gründau for the implementation of the pact for all-day schooling (appendix II.2.f of the service description). Lot 7: Geisbergschule Linsengericht Eidengesäß - Address: Schulstraße 29, 63589 Linsengericht - Start of service: August 1st, 2025 - Number of students: 227 - Students to be supervised: 110 + 80 of them in module 1 + 30 of them in module 2 - Rooms: The Geisbergschule is spread over three wings with the administration rooms, the teachers' room, the specialist rooms and the classrooms, all of which are connected to each other but are accessible via different entrances from the upper and lower schoolyard. There are currently 10 classes belonging to the Geisbergschule. The teachers' room is used jointly by the staff of the Geisbergschule and the Brentanoschule. In addition to a first aid room and three administrative rooms, there is a relaxation room that was newly furnished in the 2023/24 school year as part of the project week. The school has additional specialist rooms: a movement room, a multi-purpose room (music/meeting room), a kitchen, a workshop, a network room and a school library. All specialist rooms are shared with the speech therapy school and are regularly and actively used by both schools during morning lessons. The seven speech therapy classes of the Brentano School with a total of 54 pupils are represented at the Geisberg School and are therefore primarily housed in the classrooms in the wing on the upper school yard. Due to the almost daily presence of the speech therapists, an additional support room is primarily used by the Brentano School. Time overlaps between the speech therapy lessons at the speech therapy school and the preparatory course at the Geisberg School recently made it necessary for the latter to take place in a room next to the workshop. The supervision of the pupils before and after lessons currently takes place in an extension with adjacent containers on the upper school yard. There are four rooms in the care center, the fourth of which was built on as a residential container. The kitchen and dining room are also housed in a container built specifically for this purpose. The school's classrooms are available for homework support. The care center also uses the outdoor area and the gymnasium and, depending on staff capacity, parts of the former caretaker's house, which is also on the school premises but urgently needs to be renovated and equipped with furniture and play materials. The gymnasium is shared with the speech therapy school in the mornings and used by the care center and the Geislitz gymnastics club in the afternoons. For swimming lessons in the third year, all children go to the indoor pool in Gelnhausen with their swimming teachers. Due to the high birth rate and the looming three-stream system at the Geisberg School, as well as the steadily growing speech therapy department at the Brentano School, the spatial situation at the Geisberg School is becoming increasingly problematic. The school is in contact with the school authority in this regard. With regard to the rooms, the following measures have already been planned or will be continued: The homework groups are distributed across different classrooms. AGs can take place in the classrooms and specialist rooms in the afternoon, but in the morning lessons the options for moving to other rooms outside of classrooms are limited. Fixed plans for the specialist rooms are not possible due to the fact that two schools are under one roof and share the specialist rooms. With regard to the gym, the Brentano School has been allocated a fixed day of the week for physical education and another fixed period for the weeks in which the indoor pool is closed and no swimming lessons can take place. The situation is similar with the kitchen and other specialist rooms. There will probably still be four lunch groups and these will be mixed together, also changing daily, depending on when lessons end for the respective classes. Every change in the timetable makes a change in the composition of the meal groups unavoidable. The options in the container have proven to be extremely limited. There is still no solution for this. It still needs to be clarified with the school authority how the lunch situation can be alleviated. As part of the digital pact, the network room was re-equipped. There are now a total of 56 iPads available, 20 of which always remain in the network room, while the others can be borrowed for the classrooms (e.g. when doing homework, for research). The room and the iPads can also be used in support lessons and extracurricular activities. - Further information can be found in the Geisbergschule Linsengericht Eidengesäß concept for implementing the pact for all-day schooling (appendix II.2.g of the service description). Lot 8: Erich-Simdorn-Schule Neuberg - Address: Rüdigheimer Straße, 63543 Neuberg - Start of service: August 1st, 2025 - Number of students: 192 - Students to be supervised: 105 + 80 of them in module 1 + 25 of them in module 2 - Rooms: The student care service is currently using an extension consisting of 2 maxi containers, two former classrooms in the pavilion, and in the afternoons the rooms on the ground floor in the main building (2 classrooms and the craft/music room for homework and homework supervision). As part of the all-day school, the library in the main building can be integrated into the room concept. Support offers take place in the existing rooms in the main building. The sports hall is used by the school in the mornings and by local clubs from 2:45 p.m. The sports hall is used for sports groups in alternating mode from 12.15 p.m. to 1.45 p.m. In the summer, the Erich Simdorn School uses the neighboring sports grounds of the municipality of Neuberg. There is currently space for 36 pupils to eat lunch in the cafeteria kitchen. Lunch is currently served to 90 children in five shifts. The kitchen has a food counter with heating devices, a cold food counter, a plate warmer, a crockery cupboard, a refrigerator, an industrial dishwasher, a washing machine, a tumble dryer and a sink with a hand basin. There is also a kitchenette with a sink, two stoves and two ovens. The school has two exercise rooms, the gym and the schoolyard. There are also a number of project rooms, such as a library and a music and craft room. The school also has options for teacher workstations and a teacher's room. - Further information is available in the concept The Erich-Simdorn-Schule Neuberg for the implementation of the pact for all-day schooling (appendix II.2.h of the service description). Lot 9: Adolf-Reichwein-Schule Rodenbach - Address: Alzenauer Str. 25, 63517 Rodenbach - Start of service: August 1st, 2025 - Number of students: 770 in total, of which 398 in the elementary school - Students to be supervised: 150 + of which 100 in module 1 + of which 50 in module 2 - Rooms: The rooms currently available are in the elementary school wing, in the so-called "b-wing". In the two-story building, there is a classroom, the media library, the secondary school workshop and the toilets on the ground floor. On the first floor there are three rooms of the supervised elementary school, a school kitchen and the cafeteria. Opposite there are two more classrooms and toilets on the first floor of the so-called "a-wing", on the ground floor there is the preparatory class, a storage room and the art room, which is currently used by the secondary school. In an extension, in the "e-wing", on the edge of the schoolyard there is the auditorium, which is used for teaching purposes in the morning. The auditorium is also used for a variety of events such as conferences, information events, parents' evenings, parents' cafe on the first day of school, as an exercise room, as a practice room for clubs and much more. From the 2025/26 school year, the new room concept envisages the classrooms being used for lessons in the morning and at lunchtime/afternoons for homework supervision, study time or for the support of individual children or small groups. Appropriate furniture should enable multifunctional use of the rooms (lockable, with wheels). Discussions with the school authority are already taking place. There are currently two sports halls available, which are very busy in the mornings due to physical education classes for primary and secondary school students. In the afternoons, the gyms are mainly used by clubs. Since the halls are to be used all day, discussions with the clubs are planned with a view to cooperation. It must already be taken into account that, given the increasing number of pupils, there are not enough classrooms and that more containers will have to be provided. The auditorium will continue to be available primarily for lessons in the mornings. It will also still be possible to use it for school events and parties. The auditorium can be used as part of the all-day offerings, e.g. for a theater group, for arts activities or quiet exercise activities (relaxation, yoga). - Further information can be found in the Adolf Reichwein School Rodenbach's concept for implementing the all-day pact (Appendix II.2.i of the service description). Lot 10: Sterntalerschule Schöneck - Address: Wiesenau 3, 61137 Schöneck - Start of service: August 1st, 2025 - Number of students: 173 - Students to be supervised: 130 + 85 of them in module 1 + 45 of them in module 2 - Rooms: After completion of the new building, the Sterntalerschule will have 8 classrooms, three multifunctional specialist/ag/care rooms, an open differentiation area, a multifunctional room, a cafeteria and a parents' meeting room (approx. 3m³). There are different rooms in which different activities take place for the children: four classrooms are available as permanent rooms for homework supervision after the end of lessons. There is a games room with a table football table, air hockey, board games, puzzles, a Barbie house and role-playing games. In the creative room you will find everything to do with handicrafts, painting, gluing, cutting, ironing beads etc. The construction room is used for building, playing with Lego, includes a marble run, construction toys and much more. The room is equipped with floor mats, tables and chairs. There is also a so-called mat room, which is used for romping. This is equipped with mats, cushions, foam building blocks, swimming noodles and more. Here 10 children can romp around at the same time for half an hour under the supervision of a carer. There is also a relaxation room and a music room for musical activities. Like the aforementioned rooms, the classrooms are also available for multifunctional use. There is a gym and a fairly spacious outdoor area on the school premises. - Further information can be found in the Sterntalerschule Schöneck concept for implementing the pact for the whole day (appendix II.2.h of the service description). Lot 11: Friedrich-ebert-schule Schöneck - Address: Bleichstraße 9, 61137 Schöneck - Start of service: August 1st, 2025 - Number of students: 240 - Students to be supervised: 135 + of which 90 in module 1 + of which 45 in module 2 - Rooms: Classrooms are available for homework or individual learning time. It is possible to set up different learning groups that are spatially separated. Further supervision takes place in three rooms in the cafeteria wing. There are classrooms and a supervision room with sufficient workstations available, in which both the preparatory courses and support offers take place. There is a gymnasium. The hall plan is adapted annually to the needs of the all-day concept. In the outdoor area, the existing facilities (green classroom, play bushes, school garden, etc.) have been supplemented by a balance bar, among other things. In bad weather, the Erich-Simdorn-Halle right next to the school can be used - in consultation with AGS and clubs. The school also has a room for breaks and lunch. The cafeteria set up for this purpose serves the school and is also used for teaching purposes. - Further information can be found in the Friedrich-Ebert-Schule Schöneck concept for implementing the pact for all-day schooling (appendix II.2.k of the service description). Lot 12: Aufenau Primary School Wächtersbach/aufenau - Address: Frankfurter Str. 26, 63607 Wächtersbach - Start of service: August 1st, 2025 - Number of students: 110 - Students to be supervised: 80 + 60 of them in module 1 + 20 of them in module 2 - Rooms: The primary school's rooms consist of two building complexes: an old building from 1910 and an extension from 1997. In total, the following are available for school purposes: seven classrooms, a cafeteria with kitchen, a multi-purpose room, a teachers' room with materials room, a multifunctional room (craft and music room, room for preparatory course, etc.), a library and two office rooms. The school grounds have a fenced-in playground with climbing equipment, a swing, a play tower with a slide and a sandpit, a large lawn, a green classroom, a playhouse with balls, ropes, pedalos etc., an asphalted schoolyard and a football pitch, a paved area between the two parts of the building with a table tennis table and a car park with 9 spaces. As the school does not have a gymnasium, physical education classes take place in the rooms of the cultural centre in Aufenau. The all-day offer takes place mainly in the old building and in the multi-purpose room of the new building. Classrooms are occasionally used. After meals, the children can play outside or keep themselves busy inside when it rains. - Further information can be found in the concept of the Aufenau Wächtersbach/Aufenau primary school for the implementation of the all-day pact (appendix II.2.l of the service description). Lot 13: Hasela School Linsengericht-Altenhaßlau - Address: Bergstrasse 18, 63589 Linsengericht - Start of service: August 1st, 2025 - Number of students: 137 - Students to be supervised: 70 + 50 of them in module 1 + 20 of them in module 2 - Rooms: The Hasela School has 8 classrooms, a teachers' room, three administration rooms, a tea kitchen and an auditorium/atrium. There are no additional specialist rooms such as music, art or craft rooms, kitchen, parent-teacher room or differentiation or rest rooms. One administration room (the secretariat) was divided: In the rear area, a workstation for the secretary was created; in the front area there is a small student library. A container for supervision is used by the preparatory course in the mornings. The gym is a three-field hall and is used by both the Hasela School and the Brentano School. Occupancy is coordinated with the Brentano School every six months. As the Brentano School is an all-day school, capacity is limited. Swimming lessons, which are given in the third year, take place in the indoor and outdoor pools of the town of Gelnhausen. The following rooms are available for the implementation of the so-called exercise activities: schoolyard, adventure playground behind the school and sports field (artificial turf) directly opposite the school (also used as a play area during recess). - Further information can be found in the Hasela School Linsengericht-Altenhaßlau concept for implementing the pact for all-day schooling (appendix II.2.m of the service description).
Closing Date13 Feb 2025
Tender AmountRefer Documents 
5431-5440 of 5538 archived Tenders