Chair Tenders
Chair Tenders
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid 1. The Bukidnon Second District Engineering Office, Through The Fy 2025 Gaa (general Appropriations Act) Intends To Apply The Sum Of Four Million Nine Hundred Fifty Thousand Pesos Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25kb0047 – Construction Of Barangay Hall, Brgy. La Roxas, Maramag, Bukidnon (phase 1). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Bukidnon Second District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Barangay Hall, Brgy. La Roxas, Maramag, Bukidnon (phase 1) Contract Id # : 25kb0047 Locations : Maramag, Bukidnon Scope Of Works : Construction Of Two-storey Barangay Hall Inclusive Of Complete Structural Components (reinforced Concrete Works) And Roofing Components (structural Steel Roof Framing, Pre-painted Metal Sheets, Gutters, Flashings And Downspouts). Complete Exterior Walls And Interior Partitions, Installation Of Complete Doors And Windows, Tiles For Complete Ground And Second Floor Area Including Toilet Walls, Installation Of Ceiling For Exterior And Interior, Installation Of Stainless Steel Railings For Pwd Ramp And Tempered Glass Railings For Stairs And Balcony, Complete Painting Works For Masonry/concrete, Steel And Wood, Installation Of Canopy (polycarbonate Sheet/panel On Metal Frame), Installation Of Aluminum Cladding On Building Façade, Laying Of Paver Blocks, Provision Of Office Chairs, Tables, Cabinets, Rain Water Collector And Airconditioning, Complete Plumbing Works And Fixtures (cold Water Lines, Sewer Lines With Catch Basins And Septic Vault), Complete Electrical Works, Lighting Works, Solar Led Street Lights And Provision Of Front-lit Acrylic Signage (barangay Name With Seal). Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 210 Calendar Days 2. Prospective Bidders Should Be Registered With And Classified By The Philippine Accreditation Board (pcab) With Pcab License Category Of C & D (small B) For General Building/gb-1 (building Of Industrial Plant). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedure Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Bukidnon Second District Engineering Office-bac Secretariat And Inspect The Bidding Documents At Pinamaloy, Don Carlos, Bukidnon During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 To February 17, 2025, Until 8:30 Am From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. 6. The Bukidnon Second District Engineering Office Will Hold A Pre-bid Conference On February 04, 2025 At 10:00 Am Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bukidnon2 Https://dpwhgovph.sharepoint.com/sites/bids/shared%20documents/forms/allitems.aspx?id=%2fsites%2fbids%2fshared%20documents%2fregion%2010%2fbukidnon%202&viewid=d1bf3c8e%2d45ca%2d40b1%2dbf89%2d9c3f4e8bc98b For Electronic Submission On Or Before February 17, 2025 At 9:30 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 17, 2025 At 10:00am. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The (bid Data Sheet) Bds, Itb Clause 18. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 11. The Bukidnon Second District Engineering Office 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. 12. For Further Information, Please Refer To: Norma A. Ogabang Head, Procurement Unit 09177901575 Email Ad> Procurementunit2017@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Websites And Dpwh Website For Online Bid Submission: Dpwh Website (january 27, 2025) Juvy F. Paulican Bac Chairperson 09661495577 Email Ad> Paulican.juvy@dpwh.gov.ph
Closing Date17 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid 1. The Bukidnon Second District Engineering Office, Through The Fy 2025 Gaa (general Appropriations Act) Intends To Apply The Sum Of Four Million Nine Hundred Fifty Thousand Pesos Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25kb0052 – Construction Of Barangay Hall (phase 1), Brgy. Dagumbaan, Maramag, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Bukidnon Second District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Barangay Hall (phase 1), Brgy. Dagumbaan, Maramag, Bukidnon Contract Id # : 25kb0052 Locations : Maramag, Bukidnon Scope Of Works : Construction Of Two-storey Barangay Hall Inclusive Of Complete Structural Components (reinforced Concrete Works) And Roofing Components (structural Steel Roof Framing, Pre-painted Metal Sheets, Gutters, Flashings And Downspouts). Complete Exterior Walls And Interior Partitions, Installation Of Complete Doors And Windows, Tiles For Complete Ground And Second Floor Area Including Toilet Walls, Installation Of Ceiling For Exterior And Interior, Installation Of Stainless Steel Railings For Pwd Ramp And Tempered Glass Railings For Stairs And Balcony, Complete Painting Works For Masonry/concrete, Steel And Wood, Installation Of Canopy (polycarbonate Sheet/panel On Metal Frame), Installation Of Aluminum Cladding On Building Façade, Laying Of Paver Blocks, Provision Of Office Chairs, Tables, Cabinets, Rain Water Collector And Airconditioning, Complete Plumbing Works And Fixtures (cold Water Lines, Sewer Lines With Catch Basins And Septic Vault), Complete Electrical Works, Lighting Works, Solar Led Street Lights And Provision Of Front-lit Acrylic Signage (barangay Name With Seal). Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 210 Calendar Days 2. Prospective Bidders Should Be Registered With And Classified By The Philippine Accreditation Board (pcab) With Pcab License Category Of C & D (small B) For General Building/gb-1 (building Of Industrial Plant). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedure Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Bukidnon Second District Engineering Office-bac Secretariat And Inspect The Bidding Documents At Pinamaloy, Don Carlos, Bukidnon During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 To February 17, 2025, Until 8:30 Am From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. 6. The Bukidnon Second District Engineering Office Will Hold A Pre-bid Conference On February 04, 2025 At 10:00 Am Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bukidnon2 Https://dpwhgovph.sharepoint.com/sites/bids/shared%20documents/forms/allitems.aspx?id=%2fsites%2fbids%2fshared%20documents%2fregion%2010%2fbukidnon%202&viewid=d1bf3c8e%2d45ca%2d40b1%2dbf89%2d9c3f4e8bc98b For Electronic Submission On Or Before February 17, 2025 At 9:30 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 17, 2025 At 10:00am. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The (bid Data Sheet) Bds, Itb Clause 18. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 11. The Bukidnon Second District Engineering Office 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. 12. For Further Information, Please Refer To: Norma A. Ogabang Head, Procurement Unit 09177901575 Email Ad> Procurementunit2017@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Websites And Dpwh Website For Online Bid Submission: Dpwh Website (january 27, 2025) Juvy F. Paulican Bac Chairperson 09661495577 Email Ad> Paulican.juvy@dpwh.gov.ph
Closing Date17 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid 1. The Bukidnon Second District Engineering Office, Through The Fy 2025 Gaa (general Appropriations Act) Intends To Apply The Sum Of Nine Million Nine Hundred Thousand Pesos Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25kb0053 – Construction Of Barangay Hall, Brgy. North Poblacion, Maramag, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Bukidnon Second District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Barangay Hall, Brgy. North Poblacion, Maramag, Bukidnon Contract Id # : 25kb0053 Locations : Maramag, Bukidnon Scope Of Works : Construction Of Two-storey Barangay Hall Inclusive Of Complete Structural Components (reinforced Concrete Works) And Roofing Components (structural Steel Roof Framing, Pre-painted Metal Sheets, Gutters, Flashings And Downspouts). Complete Exterior Walls And Interior Partitions, Installation Of Complete Doors And Windows, Tiles For Complete Ground And Second Floor Area Including Toilet Walls, Installation Of Ceiling For Exterior And Interior, Installation Of Stainless Steel Railings For Pwd Ramp And Tempered Glass Railings For Stairs And Balcony, Complete Painting Works For Masonry/concrete, Steel And Wood, Installation Of Canopy (polycarbonate Sheet/panel On Metal Frame), Installation Of Aluminum Cladding On Building Façade, Laying Of Paver Blocks, Provision Of Office Chairs, Tables, Cabinets, Rain Water Collector And Airconditioning, Complete Plumbing Works And Fixtures (cold Water Lines, Sewer Lines With Catch Basins And Septic Vault), Complete Electrical Works, Lighting Works, Solar Led Street Lights And Provision Of Front-lit Acrylic Signage (barangay Name With Seal). Approved Budget For The Contract : Php 9,900,000.00 Contract Duration : 270 Calendar Days 2. Prospective Bidders Should Be Registered With And Classified By The Philippine Accreditation Board (pcab) With Pcab License Category Of C & D (small B) For General Building/gb-1 (building Of Industrial Plant). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedure Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Bukidnon Second District Engineering Office-bac Secretariat And Inspect The Bidding Documents At Pinamaloy, Don Carlos, Bukidnon During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 To February 17, 2025, Until 8:30 Am From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 10,000.00. 6. The Bukidnon Second District Engineering Office Will Hold A Pre-bid Conference On February 04, 2025 At 10:00 Am Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bukidnon2 Https://dpwhgovph.sharepoint.com/sites/bids/shared%20documents/forms/allitems.aspx?id=%2fsites%2fbids%2fshared%20documents%2fregion%2010%2fbukidnon%202&viewid=d1bf3c8e%2d45ca%2d40b1%2dbf89%2d9c3f4e8bc98b For Electronic Submission On Or Before February 17, 2025 At 9:30 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 17, 2025 At 10:00am. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The (bid Data Sheet) Bds, Itb Clause 18. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 11. The Bukidnon Second District Engineering Office 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. 12. For Further Information, Please Refer To: Norma A. Ogabang Head, Procurement Unit 09177901575 Email Ad> Procurementunit2017@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Websites And Dpwh Website For Online Bid Submission: Dpwh Website (january 27, 2025) Juvy F. Paulican Bac Chairperson 09661495577 Email Ad> Paulican.juvy@dpwh.gov.ph
Closing Date17 Feb 2025
Tender AmountPHP 9.9 Million (USD 171.1 K)
BARANGAY BARANGHAWON TABACO CITY, ALBAY Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid The Barangay Baranghawon Of Tabaco City Through The Bids And Awards Committee (bac) Invites Suppliers To Bid For The Hereunder Contract: Name Of Contract: Rehabilitation Of Multi-purpose Hall Location: Barangay Baranghawon, Tabaco City Description Of The Project: Rehabilitation Of Multi-purpose Hall Approved Budget For The Contract: 530,916.00 Source Of Funds: Bdf Rehabilitation Of Multi-purpose Hall I. Masonry Works (includes Plaster Finish) A.materials 770 Pcs Chb 4" 60 Pcs 10mm Ø Rsb @ 6m 100 Bags Portland Cement 7 Cums Sand 1 Roll Tie Wire Ii. Doors And Windows Installation A. Material 3 Unit Panel Type Door Solid Hard Wood On 50x150mm Wooden Door Jamb Complete W / Hardware And Accessories (0.8m X 2.1m) 5.76 Sq.m Aluminum Awning Glass Window ( W/ Complete Accessories) ( 1.2m X 2.4m) 2.16 Sq.m Aluminum Awning Glass Window ( W/ Complete Accessories) (1.2m X 0.6m) Item Iii. Electrical Works A. Materials 4 Pcs 15 Watts Led Bulb 6 Pcs Duplex Convenience Outlet 3 Pcs One-gang Switch W/plate 4 Pcs Lighting Receptacle 6 Pcs 4" X 4" Junction Box 12 Pcs 2" X 2" X 4" Utility Box 1 Kg #16 Tie Wire 2 Rolls Electrical Tape (big) 1 Rolls Rubber Tape 75 Mtrs 2.0mm² Thhn Standard Cu. Wire 30 Mtrs 3.5mm² Thhn Standard Cu. Wire 10 Pcs 20mm Ø Electric Pvc Conduit 8 Pcs 25mm Ø Electric Pvc Conduit 1 Cans Pvc Solvent Item Iv. Ceiling Works A. Materials 18 Pcs 1/4" Marine Plywood 115 Pcs 2"x3"x12' Ccl 8 Kls Cw Nail Item V. Painting Works A. Materials 12 Pail Quick Dry Enamel 8 Pcs Paint Brush 2" 8 Pcs Paint Brush 3" 8 Pcs Roller Brush 7" 9 Gal Glazing Putty 8 Pcs Pvc Paint Tray 19 Pcs Sandpaper #120 Item Vi. Book Shelve A. Materials 8 Pcs Marine Plywood 3/4" Thk 2 Kls Finishing Nail 1" 2 Kls Finishing Nail 2" 4 Pcs 1/2 X 12 X 's4s 2 Lit Stickwell 3 Lit Wood Stain 4 Pair Hinge Loosepin 3" X 3" (stainless) 3 Pcs Wood Casing (1/2" X 1" X 8') 4 Pcs Sandpaper #120 Item Vii. Chairs And Table A. Materials 8 Pcs Marine Plywood 3/4" Thk 2 Kls Finishing Nail 2" 2 Kls Finishing Nail 3" 14 Pcs 2" X 2" Goodlumber S4s 3 Lit Stickwell 4 Lit Wood Stain 15 Pcs Sandpaper #120 B. Equipment Rental 1 Unit Weldng Machine W/genset 1 Unit One Bagger Concrete Mixer I Unit Bar Cutter / Bender Item Viii. Repair Of Drainage Canal A. Materials 80 Bags Portland Cement 10 Cums Gravel 7 Cums Sand 31 Pcs 12mm X 6m Rsb 11 Pcs 2" X 1/4 Flat Bar 16 Pcs 2 X 2 X 1/4 Thick Angle Bar 8 Pcs 12mm X 6m (round Bar) 19 Pcs 1/2 Thick Plywood Ord. 47 Pcs 2" X 2" X 12'ccl 28 Pcs 2" X 3" X 12'ccl 13 Pcs 2" X 6" X12' Ccl 2 Box Asstd.cwn 11 Kgs Tie Wire #16 9 Kgs Welding Rod Item Ix. Tiling Works A. Materials 79 Pcs 60cm X 60cm Ceramix Floor Tiles 11 Pc Tile Adhesive 2 Pack Tile Grout 6 Pc 8' Tile Trim 5 Bags Cement Total Project Materials/equipment - Php 530,916.00 Prospective Bidders Should Have Experience In Undertaking A Similar Contract Within The Last (3) Years With An Amount Of At Least 50% Of The Proposed Contract For Bidding. The Bac Will Use Non - Discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Of Barangay Baranghawon Will Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Bid, Pre-bidding Conference, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of Ra 9184 And Its Implementing Rules And Regulations (irr). Activities Date/time: 1. Advertisement/posting February 15, 2025 2. Issued Of Bids Documents February 15 - February 24, 2025 3. Deadline Of Bids February 24, 2025 - 2:00 Pm 4. Bid Opening February 24, 2025 (2:30 Pm - Barangay Baranghawon , Tabaco City) The Bac Of Barangay Baranghawon Will Issue To Prospective Bidders Bid Forms Upon Their Submission Of Letter Of Intent (loi) And Upon Their Payment Of A Non-refundable Amount Of Five Hundred (php 500.00) Pesos To Barangay Treasurers, Barangay Baranghawon, Tabaco City. The Barangay Baranghawon Reserves The Right To Reject Any All Bids, Waive Any Minor Defect Therein And Accept The Most Advantageous To The Government. The Barangay Baranghawon Assumes No Responsibility Whatsoever To Compensate Or Indemnify The Bidders For Any Expenses Incurred In The Preparation Of The Bid. Issued This 24th Day Of February 2025 At Baranghawon, Tabaco City.
Closing Date24 Feb 2025
Tender AmountPHP 530.9 K (USD 9.1 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Products Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued.
this Is A Brand Name Or Equal To Request For Quote (rfq), And The Solicitation Number Is 36c26025q0188. The Government Anticipates Awarding A Firm-fixed Price Supply Order From This Solicitation.
this Is A Solicitation For Centrella Beds With Accessories. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-02 Effective January 03, 2025.
this Solicitation Is 100% Set-aside For Small Business. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 339113, With A Small Business Size Standard Of 800 Employees, And The Psc Is 6530.
all Interested Companies Shall Provide Quotations That Are Brand Name Or Equal To Hillrom Centrella For The Following:
equipment Needed:
items: Brand Name Or Equal To Hillrom Centrella
item #
description/part Number*
qty
Price
Extended Amount
1
centrella Bed With Pro Surface
cnt 255
3
2
centrella Smart+ Bed With Max Air Surface And Blower
cnt 355
8
3
bed Base
cnt Base
11
4
nurse Call In Siderail
11
5
accessory Outlet
11
6
patient Helper Bracket
11
7
osi Patient Helper Sleeve
11
8
pro Surface For 36 Inch Frame
3
9
safeview With Illumiguide
3
10
second Lcd Touchscreen
3
â
Subtotal (products)
â
salient Characteristics
max Air Feature Must Have Powered Air Mattress That Operates Continuously To Decrease Localized Heat And Moisture Buildup. Allows For Continuous Full-body Pressure Redistribution For Patients 70 To 500 Pounds, Automatically Adjusts The Air System To Accommodate Changes Weight Distribution.
ability To Override And Increase Firmness For Patient Transfers Or Adjust Patient Position.
ability To Adjust For Patient Comfort, With 2 Zones, Which Can Be Adjusted Separately.
gci Touchscreen Must Be Located On The Outside Of The Head Rails For Quick Caregiver Access To Patient And Bed Status As Well As Other Bed Controls. Approximate Size 4x5 Inches
must Include Bed Exit Silence Alarm Exit Alarm Settings To Include Silence, Auto Reset, And Visual And Audible Safety Prompts.
brake Not Set Alarm Must Have Option For Spoken Verbal Safety Alert To Caution Caregiver And Patient In A Non-alarming Manner.
one Button Chair One Button Control To Convert A Flatbed Into A Cardiac Chair.
must Include Battery Backup - 12 Volt, 7 Mil Amp Hour Batteries X 2
digital Angle Indicator Digital Angle Indicator Gives The Specific Reading Of The Angle Of Bed If Trendelenburg Or Reverse Trendelenburg Positioning Is Needed. Must Reach 18 Degrees.
must Have Built In Line And Cord Management - Cutouts For Electrical Cord Or Monitor Cable Management For Use During Transporting. Must Be Located Within The Head And Footboards Or Alternative Built-in To The Bed, Not Hanging.
must Have 4 Iv Pole Sockets - Sized For Standard Hospital Iv Poles. 2-4 Bag Capacity.
must Include Integrated Restraint Holders - Sized For Standard Belt Restraints.
must Have Lockout Controls Ability To Lock Controls.
must Have Drainage Bag Holder Ability To Hold Up To 20 Pounds.
must Have Smart Bed Ready (sidecom Req) - Up To 32 Patients Safety And Bed Matrices To Be Transmitted To Caregiver Devices (such As Smart Phones, Vocera, Etc) And/or Vista Or Cerner Emr
must Have Wi-fi Module
must Have Enhanced 3-mode Bed Exit - Includes Silence, Auto Reset And Visual And Audible Safety Prompts.
must Have Motion Activated Nightlight
must Include Stand Assist - Height Adjust Buttons To Aid In Safely Lifting The Patient Onto Their Feet
advanced Slideguardâ® Feature - Reduces Patient Migration In Bed When The Head Of The Bed Is Raised
must Include Foley Position Limit - Monitors And Alerts If A Foley Bag Is Touching The Floor
patient Hob Angle Display - Digital Head Of Bed Angle Indicator Gives The Specific Reading Of The Angle Of The Head
trend/rev Trendelenburg Ranges From 0-18 Degrees. 18 Degrees Required.
dampened Emergency Cpr - Ability To Quickly And Safely Lower The Head Section To A Flat Position In Case Of A Code. Ability To Access From Both Sides Of The Bed.
must Have Patient Storage In Siderail - Sized To Hold Items Such As Smart Phone, Reading Glasses, Books/magazines.
must Have Integrated Urinal Holders Ability To Hold Any Sized Urine Collection Bottle That Is Filled.
flexafoot Powered Bed Extend Must Have Powered Bed Length Extension.
must Have Steer Caster Font Left Caster Can Be Locked For Steering
36 Inch Frame Width Required
in-bed Scale Must Have Ability To Weight Up To 500 Pounds
usb Charger Required
2nd Lcd Touchscreen Required
patient Pendant - Moveable Bed Control That Allows The Patient Easy Access To Adjust The Bed S Head And Foot Sections. Approx. Size Is 3 X 5 .
removable Iv Pole
must Have Verbal Alerts Verbal Safety Alerts Such As Brake Not Set, Your Care Team Has Been Called, Please Don T Get Up, Etc. Able To Set 6 Different Languages.
additional Information Sought:
warranty Please Describe The Offered Warranty.
place Of Manufacture Please Provide The Place Of Manufacture.
52.211-6â brand Name Or Equal.
as Prescribed Inâ 11.107(a), Insert The Following Provision:
brand Name Or Equalâ (aug 1999)
(a)â if An Item In Thisâ solicitationâ is Identified As "brand Name Or Equal," The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That "equal"â productsâ mustâ meet Are Specified In Theâ solicitation.
(b)â to Be Considered For Award,â offersâ of "equal"â products, Including "equal"â productsâ of The Brand Name Manufacturer,â must-
(1)â meet The Salient Physical, Functional, Or Performance Characteristic Specified In Thisâ solicitation;
(2)â clearly Identify The Item By-
(i)â brand Name, If Any; And
(ii)â make Or Model Number;
(3)â includeâ descriptive Literatureâ such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To Theâ contracting Officer; And
(4)â clearly Describe Any Modifications Theâ offerorâ plans To Make In A Product To Make It Conform To Theâ solicitationâ requirements. Mark Any Descriptive Material To Clearly Show The Modifications.
(c)â theâ contracting Officerâ will Evaluate "equal"â productsâ on The Basis Of Information Furnished By Theâ offerorâ or Identified In Theâ offerâ and Reasonably Available To Theâ contracting Officer. Theâ contracting Officerâ is Not Responsible For Locating Or Obtaining Any Information Not Identified In Theâ offer.
(d)â unless Theâ offerorâ clearly Indicates In Itsâ offerâ that The Product Being Offered Is An "equal" Product, Theâ offerorâ shallâ provide The Brand Name Product Referenced In Theâ solicitation.
(end Of Provision)
delivery Fob Destination Is Preferred, 30 Days After Receipt Of Order. All Deliveries Will Be Coordinated With The Portland Va Medical Center Point Of Contact.
place Of Delivery:
department Of Veterans Affairs
portland Va Medical Center
community Living Center
1601 E 4th Plain Blvd
vancouver, Wa 98661
the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html
http://www.va.gov/oal/library/vaar/index.asp
the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Products
addendum To Far 52.212-1 Instructions To Offerors Commercial
52.204-7
system For Award Management (oct 2018)
52.204-16
commercial And Government Entity Code Reporting (aug 2020)
52.204-20
predecessor Of Offeror (aug 2020)
52.204-24
representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
52.211-6
brand Name Or Equal (aug 1999)
52.212-3
offeror Representations And Certifications-commercial Products And Commercial Services (may 2024)
52.222-50
combatting Trafficking In Persons (nov 2021)
52.225-3
buy American-free Trade Agreements-israeli Trade Act (nov 2023)
52.225-18
place Of Manufacture (aug 2018)
52.252-1
provisions Incorporated By Reference (feb 1998)
vaar Provisions:
852.239-75
information And Communication Technology Accessibility Notice (feb 2023)
(a) Gray Market Items Are Original Equipment Manufacturers (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e., Replacement Parts) For Va Medical Centers. No Remanufactures Or Gray Market Items Will Be Acceptable.
(b) Offeror Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e., Replacement Parts), Verified By An Authorization Letter Or Other Documents From The Oem, Such That The Oem S Warranty And Service Are Provided And Maintained By The Oem. All Software Licensing, Warranty And Service Associated With The Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment Shall Be In Accordance With The Oem Terms And Conditions.
(c) The Delivery Of Gray Market Items To The Va In The Fulfillment Of An Order/award Constitutes A Breach Of Contract. Accordingly, The Va Reserves The Right Enforce Any Of Its Contractual Remedies. This Includes Termination Of The Contract Or, Solely At The Va S Election, Allowing The Vendor To Replace, At No Cost To The Government, Any Remanufactured Or Gray Market Item(s) Delivered To A Va Medical Facility Upon Discovery Of Such Items.
(d) Any Award Made As A Result Of This Solicitation Will Be Made On An All Or Nothing Basis.
(e) Offerors Are Warned Against Contacting Any Va Personnel Other Than The Contracting Officer And Contract Specialist Prior To Placement Of Any Award Made Resulting From This Rfq. If Such Contact Occurs And Found To Be Prejudicial To Competing Contractors, The Offeror Making Such Contact May Be Excluded From Award Considerations.
(f) All Proprietary Information Shall Be Clearly And Properly Marked. If The Offeror Submits Annexes, Documentation, Attachments, Or The Like, Not Specifically Required By This Solicitation, Such Will Count Against The Offeror S Page Limitations Unless Otherwise Indicated In The Specific Volume Instructions Below.
(g) All Information Shall Be Confined To The Appropriate File. The Offeror Shall Confine Submissions To Essential Matters, Sufficient To Define The Quote And Provide An Adequate Basis For Evaluation. Offerors Are Responsible For Including Sufficient Details, In A Concise Manner, To Permit A Complete And Accurate Evaluation Of Each Quote.
(end Of Addendum To 52.212-1)
far 52.212-2, Evaluation-commercial Items : The Government May Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. In Accordance With Far 9.104-2, The Special Standards Of Responsibility Described Below Apply To This Procurement. Offerors Who Fail To Meet Any Special Standards Of Responsibility Will Not Be Eligible To Receive Contract Award. The Following Factors Shall Be Used To Evaluate Offers:
special Standards Of Responsibility: (per Far 9.104-2) The Following Special Standards Of Responsibility Apply To This Procurement:
sp1: Offeror Must Be A Manufacturer Authorized Provider For The Items Provided. A Letter From The Manufacturer Stating Such Must Be Included With Any Response To This Solicitation.
price
(a) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offeror's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
far 52.213-3 Offerors Are Advised To Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Its Offer If Has Not Been Completed On Sam.gov. Offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Items. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
all Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Must Be Registered/certified With The U.s Small Business Administration At Veteran Small Business Certification Veteran Small Business Certification (sba.gov).
the Following Contract Clauses Apply To This Acquisition:
far 52.212-4, Contract Terms And Conditions Commercial Products (oct 2018)
addendum To Far 52.212-4 The Following Clauses Are Included As A Part Of The Addendum:
http://www.acquisition.gov/far/index.html (far)
http://www.va.gov/oal/library/vaar/index.asp (vaar)
52.204-13
system For Award Management Maintenance (oct 2018)
52.204-18
commercial And Government Entity Code Maintenance (aug 2020)
52.225-4
buy American-free Trade Agreements-israeli Trade Act Certificate (nov 2023)
52.232-40
providing Accelerated Payments To Small Business Subcontractors (dec 2013)
52.252-2
clauses Incorporated By Reference (feb 1998)
vaar Clauses:
852.203-70
commercial Advertising (may 2018)
852.212-71
gray Market Items (nov 2018)
852.232-72
electronic Submission Of Payment Requests (nov 2018)
852.239-76
information And Communication Technology Accessibility (feb 2023)
852.242-71
administrative Contracting Officer (oct 2020)
852.246-71
rejected Goods (oct 2018)
852.247-71
delivery Location (oct 2018)
852.247-73
packing For Domestic Shipment (oct 2018)
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products (may 2024)
(a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services:
(1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E. Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(2) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kapersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91).
(3) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) Section 889(a)(1)(a) Of Pub. L. 115-232).
(4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015).
(5) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801).
(6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553).
(7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78) (19 U.s.c. 3805 Note)).
the Following Subparagraphs Of Far 52.212-5 Are Applicable And Incorporated By Reference:
52.203-17
52.204-10
52.204-27
contractor Employee Whistleblower Rights (nov 2023)
reporting Executive Compensation & First-tier Subcontract Awards (jun 2020) (pub. L. 109-282) (31 U.s.c. 6101 Note)
prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328)
52.209-6
protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 2021) (31 U.s.c. 6101 Note)
52.219-6
52.219-28
notice Of Total Small Business Set-aside (noiv 2020)
post Award Small Business Program Representation (feb 2024) (15 U.s.c 632(a)(2))
52.222-3
52.222-19
convict Labor (jun 2003) (e.o. 11755)
child Labor Cooperation With Authorities And Remedies (feb 2024) (e.o. 13126)
52.222-21
prohibition Of Segregated Facilities (apr 2015)
52.222-26
52.222-35
equal Opportunity (sep 2016) (e.o. 11246)
equal Opportunity For Veterans (jun 2020)
52.222-36
52.222-37
equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793)
employment Reports On Veterans (jun 2020)
52.222-50
combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627)
52.225-3
buy American-free Trade Agreements-isreali Trade Act (nov 2023)
52.225-13
restrictions On Certain Foreign Purchases (feb 2021) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury)
52.226-8
52.232-33
encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024)
payment By Electronic Funds Transfer System For Award Management (oct 2018) (31 U.s.c. 3332)
all Quoters Shall Submit According To The Following:
quotes Must Be Emailed To Maureen.sundstrom@va.gov And Received No Later Than 3:00 Pm Pst On 01/21/2025. Quotes May Be Submitted On This Document Or The Vendor S Own Form And Must Include The Completed Buy American Certificate 52.225-4 Available Below, And, If Not The Manufacturer, An Authorized Distributor Letter. Any Offer That Does Not Provide The Following Supporting Documentation May Be Considered Non-responsive.
Required Supporting Documentation And Information:
buy American Certificate
authorized Distributor Letter If Not The Manufacturer
certification That Equipment Meets/exceeds The Salient Characteristics Of The Desired Brand Above
delivery Date
the Government Intends To Make Award Without Discussions.
for Information Regarding The Solicitation, Please Contact Maureen Sundstrom At Maureen.sundstrom@va.gov.
a.1 52.225-4 Buy American-free Trade Agreements-israeli Trade Act Certificate (nov 2023)
(a)â (1)â theâ offerorâ certifies That Eachâ end Product, Except Those Listed In Paragraph (b) Or (c)(1) Of This Provision, Is A Domesticâ end Productâ and That Each Domesticâ end Productâ listed In Paragraph (c)(2) Of This Provision Contains A Criticalâ component.
(2)â the Terms "bahraini, Moroccan, Omani, Panamanian, Or Peruvianâ end Product," "commercially Available Off-the-shelf (cots) Item," "criticalâ component," "domesticâ end Product," "end Product," "foreignâ end Product," "free Trade Agreement Country," "free Trade Agreement Countryâ end Product," "israeliâ end Product," And "united States" Are Defined In The Clause Of Thisâ solicitationâ entitled "buy American-free Trade Agreements-israeli Trade Act."
(b)â theâ offerorâ certifies That The Followingâ suppliesâ are Free Trade Agreement Countryâ end Productsâ (other Than Bahraini, Moroccan, Omani, Panamanian, Or Peruvianâ end Products) Or Israeliâ end Productsâ as Defined In The Clause Of Thisâ solicitationâ entitled "buy American-free Trade Agreements-israeli Trade Act":
free Trade Agreement Countryâ end Productsâ (other Than Bahraini, Moroccan, Omani, Panamanian, Or Peruvianâ end Products) Or Israeliâ end Products:
line Item No.
country Of Origin
[list As Necessary]
(c)â (1)â theâ offerorâ shallâ list Thoseâ suppliesâ that Are Foreignâ end Productsâ (other Than Those Listed In Paragraph (b) Of This Provision) As Defined In The Clause Of Thisâ solicitationâ entitled "buy American-free Trade Agreements-israeli Trade Act." Theâ offerorâ shallâ list As Other Foreignâ end Productsâ those Endâ productsâ manufactured In Theâ united Statesâ that Do Not Qualify As Domesticâ end Products. For Those Foreignâ end Productsâ that Do Not Consist Wholly Or Predominantly Of Iron Or Steel Or A Combination Of Both, Theâ offerorâ shallâ also Indicate Whether These Foreignâ end Productsâ exceed 55 Percent Domestic Content, Except For Those That Are Cots Items. If The Percentage Of The Domestic Content Is Unknown, Select No .â other Foreignâ end Products:
line Item No.
country Of Origin
exceeds 55% Domestic Content (yes/no)
[list As Necessary]
(2)â theâ offerorâ shallâ list Theâ line Item Numbersâ of Domesticâ end Productsâ that Contain A Criticalâ componentâ (see Farâ 25.105).
line Itemâ no.â ___
[list As Necessary]
(d)â the Government Will Evaluateâ offersâ in Accordance With The Policies And Procedures Ofâ partâ 25â of The Federalâ acquisitionâ regulation.
(end Of Provision)
mandatoryelectronicinvoicing
va Published The Final Rule Requiring Vendors To Submit Invoices Electronically To The Financial Services Center (fsc) In The November 27, 2012 Federal Register. The Rule Became Effective December 27, 2012. The Rule Includes A New Contract Clause To Be Inserted In All Solicitations And Contracts By The Contracting Officer (vaar 852.232-72). Vendors Can Comply With The Rule By Using Either Of The Two Methods Below:
facsimile, E-mail, And Scanned Documents Are Not Acceptable Forms Of Submission For Payment Requests. Electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods Below:
va S Electronic Invoice Presentment And Payment System The Fsc Uses A Third-party Contractor, Tungsten, To Transition Vendors From Paper To Electron Icinvoice Submission. Please Go To This Website:http://www.tungsten-network.com/us/en/veterans-affairs/ To Begin Submitting Electronic Invoices, Free Of Charge.
a System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established By The Accredited Standards Center (asc) Chartered By The American National Standards Institute (ansi). The X12 Edi Web Site (http://www.x12.org).
vendor E-invoice Set-up Information:
please Contact Tungsten At The Phone Number Or Email Address Listed Below To Begin Submitting Your Electronic Invoices To The Va Financial Services Center For Payment Processing, Free Of Charge. If You Have Question About The E-invoicing Program Or Tungsten, Please Contact The Fsc At The Phone Number Or Email Address Listed Below:
tungsten E-invoice Set Up Information:1-877-489-6135
tungsten E-invoice Email:va.registration@tungsten-network.com
fsc E-invoice Contact Information:1-877-353-9791
fsc E-invoice Email:vafsccshd@va.gov
Closing Date21 Jan 2025
Tender AmountRefer Documents
Municipality Of Rizal,palawan Tender
Healthcare and Medicine
Philippines
Details: Description Acquisition Of 1 Unit Mobile Clinic Vehicle With Diagnostic Equipment Package And Accessories • Mobile Aluminum Van With An Interior Length Of 16ft. • Insulated Walls And Additional Reinforcement For Industrial Purposes. • All Walls Are Finished With A Composite Panel For The Interior • Sliding Glass Door (inside) And Swing Door (outside) At The Main Entrance • Installation Of 2 Sliding Windows • Provide An Entrance Stair For The Main Entrance • Painting Of The Alluminum Body • Installation Of Sticker Signage (layout Provide By The Client) • Installation Of Electrical Wiring And Lights. • Provide A Fifty-meter #10 Royal Cord As A Connecting Cable Wire •installation Of 1 Split-type And 1 Window-type Air Conditioner. • Installation Of Flooring (marine Plywood And Vinyl Finishing) • Provide An X-ray Room Area With A Small Lead Glass For Viewing (attached To The Sliding Door) • Installation Of An X-ray Unit • Provide A Mini Laboratory Workstation • Provide A Doctor's Consultation/check-up Room With A Patient's Bed And Floor Cabinets • Provide A Water Tank, Sink, Portable Vacuum Toilet With A Waste Tank, And An Exhaust Fan • Installation Of A Canopy • Installation Of A Generator Set •installation Of The Base For A 2-way Radio In The Driver's Dashboard • Comes With Four Pieces Of Park Jack • Provide A Special Key For All Compartments • Wind Breaker Laboratory Equipment * 1 Unit Centrifuge 8 Placer Tabletop Centrifuge Speed 200-6,000rpm, Display Digital Display For Time And Speed Value (or R,c,f, Value) Timer 0-30min Digital Timer Motor Brushless Dc Max. R.c.f. 4,265xg Capacity 8x(10-15)ml. Standard Accessory 8x(10-15)ml. Tube Adapter Optional Accessory (5-7)ml. Or (1.5-2.0)ml Tube Adapter, Weight (kg) N,w. 4,8/g.w.5.8 Overall Dimension W280xd280xh265mm Power Supply Ac 100-240v 50/60hz * 1 Unit Semiauto Chemistry Analyzer Test Mode: Kinetic, Endpoint, Two Point, Absorbance, Wavelength: 7 Standard Filters, 340,405,492,510,546,578,630nm, 1 Free Position, Wavelength Precision: ±2nm,width≤10nm, Absorbance Range: 0-4,500 Abs, Absorbance Precision: Outside 0.0001 Abs, Inside 0.00001 Abs Carryover & Repeatability Cv; <1%, Incubator: 37ᶞc,30ᶞc,25ᶞc And Others, Precision: ±0.1ᶞc, Sample Volume: 0-3000ul(500ul Recommend), Data Storage: 1000, Quality Control Curve: X Sd Cv% L-j Quality Control Curve For Each Test Item, Flow Cell: 32 Ul Quartz Glass 10mm, Lamp: Philips 6v 10w Halogen Lamp With The Longer Lifetime, Screen: 7-inch Color Lcd, Cpu: Arm Series High-speed Cpu, Printer; Internal Thermal Sensitive Printer, Interface; Rs-232 Work Environment; Temperature 0ᶞc-40ᶞc, Humidity:80%, Power Supply; 100240vac, 5060hz, 100va Dimension: L340mm*w270mm*h160mm, Net Weight; 5kc & 10.5kg •initial 1 Set Of Reagents (cholesterol, Hdlc &triclycerides-r-1:60mlx2, R-2: 20ml.x2 320 Test, Alt, Ast, & Glu Cod-pap-r-1:60mlx2, R-2: 15ml.x2 300 Test, Creatinine-s-r-1:60mlx2, R-2: 20ml.x2 320 Test, And Urea, Uric Acid-r-1:60mlx2, R-2: 15ml.x2 300 Test * 1 Unit 3 Parts Hematology Analyzer Priinciple Impedance Method For Wbc, Rbc, And Plt Counting, Cyanide-free Reagent For A Hemoglobin Test 21 Parameters Wbc, Lymph#, Mid#, Gran#, Lymph%, Mid%, Gran%,rbc,hgb,hct,mcv,mch,mchc,rdw-cv,rdw-sd, Plt,mpv,pdw,pct,p-lcr,p-lcc 3 Histograms Wbc,rbc, And Plt Reagent M-30d Diluent, M-20cfl Lyse, Probe Cleanser Sample Volume Prediluted Mode (20ul)whole Blood Mode (9ul) Throughput 70 Samples Per Hour Display 10.4-inch Tft Touch Screen Data Storage Capacity: Up To 500,000 Results Including Numeric And Graphical Information. Communication Lan Port Supports Hl& Protocol Support Bi-directional Lis Interface; 4 Usb Ports (for External Printer, Software Upgrade, Barcode Reader, External Wifi, Keyboard And Mouse) Lan Port (t) Printout Thermal Recorder, 50 Mm Wide Paper, Various Printouts Formats, External Printer Optional Operating Environment Temperature 0ᶞc-40ᶞc, Humidity:10%-90% Air Presure: 70k Pa-106kpa, Power Requirement 100v-24ov, ≤3000va, 50hz/60 Hz Dimension: Depth (410mm) X Width (300mm) X Height (400mm) Weight ≤20kg •initial 1 Set Of Reagents Lyse-0.31ml/cycle 1500, Diluent 20ml/cycle 950, Cleanser 1 Bot. 25 * 1 Unit Microscope Observation Method Brightfield, Darkfield Illuminator Transmitted Illuminator, Led Lamp Focus Focusing Mechanism: Stage Focus, Coarse Handle Stroke: 15mm, Coarse Adjustment Limit Stopper, Torque Adjustment For Coarse Adjustment Knob Field Diaphragm Binocular (option: Cx23-fs), Trinocular Revolving Nosepiece Manual, Standard (4 Positions) Stage Manual Stages With Right-hand Control, Built-in X; 76mm, Y;30mm Condenser Manual Abbe Condenser Na 1.25/w.d.-(4x-100x) (built - In) Observation Tubes Binocular, Standard (fn20), Trinocular, Tube Inclination Angel:30®, Trinocular Tube Light Path Selection (camera Observation): 0%:100%, 100%:0%, Interpupillary Distance Adjustment; 48-75mm Dimension (w X D X H) Binocular: 198 (w) X 398 (d) X 386 (h)mm, Trinocular: 198 (w) X 398 (d) X 430 (h)mm Weight Approx. 5.9kg. * 1 Unit Mini Refrigerator Full Range Digital Temperature Control From 5-20®c/frame And Handle, Triple-layered Tinted Glass Door With Stainless Steel Frame And Handle, 2 Durable And Attractive Wooden Shelves, Easy-to-use Touch Control With Led Temperature Display, Cool White Led Interior Lighting, Quiet And Low-vibration Compressor, Class A Rating Low Energy Consumption, Regulated Humidity, 4 Adjustable Feet * Pipetters • 1 Unit Pipette 1;10-100ul Adjustable Volum Pipette • 1 Unit Pipette 2;100-1000ul Single Channel Pipette * Basic Laboratory And Medical Supplies 1 Unit Digital X-ray With Panel Set • Using High Frequency Inverter Technology To Produce, Stable High Voltage Output Can Obtain Good Image Quality; • With Compact Design, It Is To Carry And Work In Different Areas And Locations; • There Are Three Exposure Cotrol Methods; Remote Control, Hand Switch And Interface Button Type; • Fault Self-diagnosis And Self Protection; • With A Flexible Digital Interface,users Can Go Deep Into The Core Programming Control And Can Be Adapted To Different Dr Detec Tors Parameters; • 5kw Portable X-ray Machine • Maximum Power; 5kw • Photography Kv Range; 40-50kv, 40-60kv, 40-80kv, 40-100kv, 40-110kv • Photography Ma Range; 100ma, 80ma, 63ma, 50ma, 32ma • Mas Range; 0.32-300 Mas • Exposure Time Range; 0.01-6.3s • Operating Frequency;>30 Khz • Input Power Type; 220v ± 10%, 50hz/60hz • Input Power Type; 37(l) X 26 (w) X23 (h) Cm220v ± 10%, 50hz/60hz • Weight; 21kg • X-ray Image Stand And Tube Pillar; Radio-graphic Device Movement Along Pillar1400 Mm ±5%; Focus Distance; 130 Cm ± 5%; Fixed Grid Optional; Grid Density 103l/inch, Grid 10;1; Sid 180cm; Size; 15"x18" * 1 Unit Truck Mounted Digital X-ray Machine Sensor; Scintillator; Direct Deposit Csl (cesium Lodide), Active Area; 434 X 430 Mm2, Image Matrix; 3072 X 3072 Pixels, Pixel Pitch; 140 Um Mechanical Dimension; 460 X 460 X 15 Mm3, Weight; 3.96 Kg, Housing Material; Carbon Fiber Imaging Plate, High Strength Aluminum Alloy Body Communication Communication Interface ; Gigabit Ethernet, Acquisition Timer; 2-4s, Exposure Control; F²aed® (full-field Aed), Manual Sync, External Sync Image Quality Spatial Resolution; 3.57 Ip/mm, Mtf; ≤63% (@1 Lp/mm), ≤35% (@2lp/mm), ≤17% (@3 Lp/mm), Dqe (rqa5, 30 Ugy)≤62% (@ 0 Lp/mm), ≤17% (@ 3 Lp/mm), Dynamic Range; > 80 Db Environmental Operating; Natural Cooling Temperature Range; 5-35 ͦc, Humidity Range (non-condensing); 30%-75% Rh, Storage-temperature Range 20-55 ͦc-humidity Range; 10% - 90% Rh Power Power Supply; 100-240 Volts Ac, Frequency; 50/60 Hz, Power Dissipation; 22w (operating), 8w (standby Mode) * 1 Unit Wired Panel 1800 Le * 1 Unit Laptop * 1 Unit Printer Ultrasound * 1 Unit Portable Ultrasound • 12-inch Rotatable Led Monitor (0-30 Deg) Adapt To Different Viewing Angles • Ultra-light And Compact Design, Ideal For Mobile Services • Applications; Urology, Vascular, Small Parts, Pediatrics, Cardiology • Display Modes; B, B/b, 4b, M, B/m • Gray Scale 256 Levels • Multiple Beam Forming Technology (enhance Frame Rate, Improve Image Resolution) • 240mm Max Scanning Depth (depending On The Probe Type) • 2.5mhz - 11 Mhz Probe Frequency (depending On The Probe Type) • Archives Management - Patient Information Management, Patient Images Record, Patient Exam Report • Power Supply - Ac 240v-100v, 50hz-60hz • A Broad Range Of Transducers Available • Software Packages, General Measurement, Ob, Obstetrics, Gyn, Urology, Abdomen, Cardiac B/m Mode, Vascular, Small Parts, Orthopedic, Pediatrics • Standard Configuration Main Unit, 3x Usb Ports, 1 X Probe Connector, C3-a Convex Probe Included, Vga Port, Video Port & Lan Port Ecg Machine * 1 Unit Portable Ecg Machine • 3 Packs Initial Tracing Paper • 3 Channel Ecg Machine With Interpretation, 5.0" Color Tft Lcd Display, Simultaneous 12 Leads Acquisition And 1, 1+1, 3 Channel (manual/auto) Recording With High Resolution Thermal Printer, Manual/auto Working Modes, Use Digital Isolation Technology And Digital Signal Processing, Baseline Stabilization Inspection, Full Alphanumeric Silicon Keyboard,support U Disk And Sd Card Storage, Support Wifi Connection Workstation, Dimension; 65cm X 35cm X 25cm Communication * 2 Units 2-way Radio • Portable Radio And Base Radio (to Be Installed In The Truck) 136-174mhz; 400-490mhz, Output Power; 60w (vhf), 40w (uhf), 200 Programmable Channels, Ctcss/dcs Scan, Scramble Function, Compander To Reduce Noise, Ani Function (dtmf)/ani, 5-tone/ani) Ptt Id, Qhm-03 Multifunctional Microphone With Dtmf • Receiver (etsi En 300 096 Standard Testing And Transmitted (etsi En 300 066 Standard Testing 1 Unit Generator Set (15 Kva) * Generator •brush, Self-excitation, 2 Poles Single-phase, Automatic Voltage Regulator (avr), 60hz, 15kva Max Ac Output, 10kva Rated Ac Output, 220v Rated Ac Voltage, 100%=1.0 Power Factor * Engine Forced Air-cooled, 4 Stroke, Direct Injection, Displacement; 496cc, Max Output; 18hp, Fuel; Diesel Light Fuel (bs- Al Or Equivalent), Fuel Tank Capacity; 1gl, Continuous Operating Hours; 5 Bh, Oil Capacity; 1.65l, Ignition System; Direct-injection, Standing System; Electric, Operating Noise Level (7m); 72db * Dimensions Dimension Lxwxh; 91cm X 52cm X 65cm * Package Dimensions Overall Dimension Lxwxh; 95cm X 56cm X 72cm, Net/cross Weight; 155kg/165kg 1 Unit Other Equipment And Supplies * Split-type Aircon, 1.5 Hp, Non-inverter, * Window Type Aircon, 1.5hp, Non-inverter, * Compact Silent Generator (10kva Gen Set) * Fire Extinguisher Classes Of Fire; Abc, Chimical Efficacy; 12 Years, Warranty; 5 Years, Non-conductor Of Electricity; Yes Non-corrosiver; No, Non-residual; No, Multi-shot; No * 1 Unit Wheelchair • Foldable Lightweight Alluminum Frame, Fixed Armrest & Flip-up Footrest, Foldable Backrest For Easy Storage, Comes With United Handbrakers, Solid Front Castor; 15cm, Solid Back Castor; 30cm, Nylon Seat, Weight; 8kg, Max Load; 100kg * 1 Unit Stretcher • Unfolded Size (lx W X H); 190x64x45cm, Folded Size (lx W X H); 92x19x11cm, Military Style With Bag, Durable Aluminum Constructed Frame With Steel Legs And Reinforced Water-resistance Polyester Fabric, Perfect For Outings, Traveling, Camping, Daycare, Or Lounging, Dimensions Of 75" L, By 25" W And 18" Off The Ground; Holds Up To 250 Poundsa, Carrying Bag Included; Folds Up To 36"l X 7"w X 4"h And Weight 121lbs, Hassle-free Set Up * 1 Unit First Aid Kit Adhesive Bandages In Various Sizes (also Known As Plasters Or Band-aids), Sterile Gauze Pads Or Rolls, Adhesive Tape, Antiseptic Wipe Or Solution, Alcohol Wipes Or Solution, Disposable Gloves, Tweezers, Scissors, Intant Cold Compress, Face Mask, Oral Thermometer, Pain Relievers (such As Acetaminophen Or Ibuprofen), Antihistamine Tablets Or Cream (for Allergic Reactions), Hydrocortisone Cream (for Skin Irritations And Rashes), Burn Ointment * 3 Unit Table * 12 Units Chairs * 1 Unit Canopy 1 Unit Genxpert Machine And Accessories And Cartridges Cepheid Gxiv-4 Tsk With Cartridges 1 Unit Dental Chair With Dental Kits And Accessories (lights And Forceps) Rapid Diagnostic Test * 10 Bxs. Trimera Drug Of Abuse (doa) Rapid Test Range (25's) * 10 Bxs. Trimera Hcg Pregnancy Test (urine And Serum)(25's) * 10 Bxs. Trimerah. Pylori Rapid Test(25's) * 10 Bxs. Trimera Fecal Occult Blood (fob) Rapid Test (25's) * 10 Bxs. Trimera Typhoid. Rapid Test (25's) * 10 Bxs. Trimera Dengue Nsi And Lgg/lgm Combo Rapid Test (25's) * 10 Bxs. Trimera Malaria Rapid Test (25's) * 10 Bxs. Trimera Leptospira Lgg And Lgm Rapid Test (25's) * 10 Bxs. Trimera Syphilis Rapid Test (25's) * 10 Bxs. Trimera Hepotitis B Virus (hbv) Rapid Test Range (25's) * 10 Bxs. Trimera Hepotitis B Surfoce Antigen (hbsag)) Rapid Test (25's) * 10 Bxs. Trimera Hepotitis C Virus (hcv) Rapid Test (25's) * 10 Bxs. Trimera Human Immunodeficiency Virus (hiv) Rapid Test Range (25's) * 10 Bxs. Trimera Cordioc Marker Rapid Test Range (25's) With Technical Assistance Of Company Manpower For 1 Month To Dry Run The Equipments And Train The Mho Personnel With Lgu Rizal Decals, Lto Registered Under Rizal Lgu And Gsis Insurance
Closing Date11 Feb 2025
Tender AmountPHP 13.5 Million (USD 233.8 K)
City Of Bais Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Construction Of Corn Mill Building At Medalla, Brgy. Calasga-an (rev. I) 8918-1-07-04-990(13), City Engineer’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 56-25 Php 226,905.00 1 20 Pcs. 2" X 2" X 12' G. Melina 2 25 Pcs. 2" X 3" X 12' G. Melina 3 45 Pcs. 2" X 4" X 12' G. Melina 4 15 Kls. Common Wire Nails # 4" 5 10 Kls. Commin Wire Nails # 3" 6 6 Kls. Common Wire Nails # 2" 7 4 Kls. Common Wire Nails # 1" 8 138 Lngth 10mm Dia X 6.0m Def. Bar 9 38 Lngth 16mm Dia X 6.0m Def. Bar 10 20 Kls. G.i Tie Wire # 16 11 6 Pcs. Hacksaw Blade 18t 12 580 Pcs. 4 X 8 16" Chb 13 21 Lngth 5mm X 38mm X 6.0m Angle Bar 14 25 Lngth 5mm X 25mm X 6.0m Angle Bar 15 25 Lngth 1.20mm Thick X 50mm X 100mm X 6.0m C-purlins 16 200 Mtrs. No.2 Service Drop Wire (twisted) 17 5 Lngth 2 1/2" Øft Gi Pipe, Sched 40 18 4 Set Secondary Rack W/ 2 Spool Insulator, Heavy Duty 19 5 Lngth No.10 Deformed Bar 20 1 Gal. Red Oxide Paint 21 1 Gal. Black Qde Paint 22 1 Pc. 60a, Circuit Breaker, Outdoor Type 23 1 Lngth 1 1/2" Ø Rsc Pipe 24 1 Pc 1 1/2" Ø Service Entrace Cap 25 20 Mtrs. No.2 Copper Wire Thw 26 2 Pcs. No. 125 Compression Connector The Approved Budget For The Contract Is To Be Taken From 20% Dev’t Fund 2022. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed 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, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It 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 Activity, And I) 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. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On February 18, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 2:00 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
Closing Date18 Feb 2025
Tender AmountPHP 226.9 K (USD 3.9 K)
Department Of Education Division Of Surigao Del Sur Tender
Others
Philippines
Details: Description Supply And Delivery For Office Equipment Supplies & Consumables And Semi-ict Equipment Of Tambis Nhs (jhs), Barobo 2, Surigao Del Sur Request For Quotation: Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost `001 Piece Signpen Liquid Gel, Black 0.4 20 22.20 444.00 `002 Piece Broom, Soft (walis Tambo) 4 136.24 544.96 `003 Bot Cleaner, Toilet Bowl, 1000ml 20 41.60 832.00 `004 Pack Detergent, Powder 1kg 15 54.08 811.20 `005 Can Floorwax, Red Dye Wax 20 316.00 6,320.00 `006 Roll Acetate A4 2 969.88 1,939.76 `007 Piece Philippine National Flag 2 284.84 569.68 `008 Unit Monobloc Chair, White 20 380.00 7,600.00 `009 Unit Electric Fan, Orbit 1 1,222.00 1,222.00 `010 Bot Glue 5 70.72 353.60 `011 Box Staple Wire No. 35 25 23.76 594.00 `012 Roll Tape, Masking, 24mm 30 61.88 1,856.40 `013 Box Fastener, Vinyl 12 94.64 1,135.68 `014 Pack Folder With Tab, Legal White 5 333.26 1,666.30 `015 Piece Marker, Permanent, Black 30 12.00 360.00 `016 Pair Scissors, Heavy Duty 4 69.67 278.68 `017 Piece Stapler, Heavy Duty 3 145.60 436.80 `018 Pad Notepad Stick On 3" X 3" 10 52.00 520.00 `019 Ream Paper Multicopy A4 100 165.65 16,565.00 `020 Ream Paper Multicopy Legal 5 189.18 945.90 `021 Piece Sprinklers 4 950.00 3,800.00 `022 Piece Pick Mattock 5 900.00 4,500.00 `023 Piece Bolo 10 450.00 4,500.00 `024 Piece Crowbar 5 1,450.00 7,250.00 `025 Piece Shovel 5 350.00 1,750.00 `026 Piece Sundang 2 490.00 980.00 `027 Piece Hammer 1 550.00 550.00 `028 Piece Cross Cut Saw 1 850.00 850.00 `029 Piece Pull Push Rule 1 500.00 500.00 `030 Piece Level Bar 1 650.00 650.00 `031 Set Screw Driver 1 550.00 550.00 `032 Piece Jig Saw 1 1,600.00 1,600.00 `033 Piece Sander 1 2,500.00 2,500.00 `034 Piece Drill 1 5,200.00 5,200.00 `035 Piece Grinder 1 4,500.00 4,500.00 `036 Piece Circular Saw 1 4,000.00 4,000.00 `037 Piece Handheld Steamers Iron 1 1,500.00 1,500.00 `038 Meter Table Cloth (satin Red) 30 35.00 1,050.00 `039 Meter Table Cloth (white Alphagina) 15 30.00 450.00 `040 Box Pins 10 25.00 250.00 `041 Piece Dinner Plate, Plain White 6 450.00 2,700.00 `042 Piece Saucers, Plain White 6 250.00 1,500.00 `043 Piece Spoon 6 150.00 900.00 `044 Piece Fork 6 150.00 900.00 `045 Piece Wine Glass, Red Wine 3 350.00 1,050.00 `046 Piece Wine Glass, White Wine 3 350.00 1,050.00 `047 Piece Goblet 3 350.00 1,050.00 `048 Meter Table Napkins/ Cloth 2 150.00 300.00 `049 Set Stove 1 4,500.00 4,500.00 `050 Piece Plain White Dinner Plate 6 600.00 3,600.00 `051 Piece Dinner Spoon (stainless) 6 150.00 900.00 `052 Piece Dinner Fork 6 150.00 900.00 `053 Piece White Saucer Plate 6 290.00 1,740.00 `054 Set Knives 1 330.00 330.00 `055 Piece Plastic Cutting Board 2 85.00 170.00 `056 Piece Wooden Cutting Board 2 85.00 170.00 `057 Piece Bacin, Stainless 4 110.00 440.00 `058 Piece Laddle 4 80.00 320.00 `059 Piece Peelers 4 50.00 200.00 `060 Set Colander 2 140.00 280.00 `061 Piece Pot 2 600.00 1,200.00 `062 Piece Frying Pan 2 330.00 660.00 `063 Piece Tong 1 100.00 100.00 `064 Piece Grater 1 105.00 105.00 `065 Piece Wire Whisk 2 120.00 240.00 `066 Piece Salad Server 1 540.00 540.00 `067 Set Serving Trays (rectangular) 4 250.00 1,000.00 `068 Piece Bread Knife 1 104.00 104.00 `069 Piece Strainer 1 80.00 80.00 `070 Piece Mixing Bowl 1 130.00 130.00 `071 Piece Placemat 6 45.00 270.00 `072 Unit Hair Blower 1 900.00 900.00 `073 Unit Hair Iron 1 1,350.00 1,350.00 `074 Piece Clippers 1 900.00 900.00 `075 Set Sectioning Clips 1 1,440.00 1,440.00 `076 Piece Wide Toothed Comb 1 105.00 105.00 `077 Piece Tail Comb 1 35.00 35.00 `078 Set Barber Comb 1 74.00 74.00 `079 Piece Paddle Brush 1 125.00 125.00 `080 Piece Round Brush 1 204.00 204.00 `081 Piece Water Bottle 1 42.00 42.00 `082 Piece Blending Shears 1 200.00 200.00 `083 Piece Hair Cutting Shears 1 185.00 185.00 `084 Piece Texturizing Shears 1 250.00 250.00 `085 Set Razors 1 540.00 540.00 `086 Piece Cape 1 120.00 120.00 `087 Bottle Hot Oil 1 160.00 160.00 `088 Bottle Hair Bleach 1 140.00 140.00 `089 Pack Oxidiizing Cream 1 160.00 160.00 `090 Bottle Hair Color 1 50.00 50.00 `091 Set Brazilian Hair Botox 1 550.00 550.00 `092 Set Rubber Gloves 1 60.00 60.00 `093 Box Shower Cap 1 100.00 100.00 `094 Piece Application Brush/comb 1 30.00 30.00 `095 Piece Soldering Iron 4 155.00 620.00 `096 Piece Wire Stripper 4 155.00 620.00 `097 Piece Long Nose Pliers 4 85.00 340.00 `098 Piece Side Cutting Pliers 4 85.00 340.00 `099 Set Allen Wrench 4 185.00 740.00 `100 Piece Philips Head Screw Driver 4 90.00 360.00 `101 Piece Flat Head Screw Driver 4 90.00 360.00 `102 Piece Multi Tester 4 210.00 840.00 `103 Piece Organizer Box 1 350.00 350.00 `104 Piece Tweezers 4 105.00 420.00 `105 Packs Double-sided Photo Paper, A4 50 170.00 8,500.00 `106 Bottle Epson 003 Ink, Assorted Colors 20 320.00 6,400.00 `107 Packs Pvc Board, A4 2 800.00 1,600.00 `108 Piece Duct Tape 1 1/2 6 85.00 510.00 `109 Unit Gun Tucker 1 850.00 850.00 `110 Box Tumb Tacks 17 17.00 289.00 `111 Packs Pins 17 15.00 255.00 `112 Piece Floral Foam 13 50.00 650.00 `113 Piece Stick Glue, Small 28 5.00 140.00 `114 Bottle Spray Paint/gold/silver 10 140.00 1,400.00 `115 Meters Ribbon Cloth (red, Yellow, Green) 3 260.00 780.00 `116 Packs Notarial Seal 4 80.00 320.00 `117 Meters Ribbons (red, Yellow, Green) 3 260.00 780.00 `118 Packs Vellum Board, A4 20 40.00 800.00 `119 Piece Certificate Holder, A4 150 60.00 9,000.00 `120 Piece Medals (gold, Silver, Bronze) 122 50.00 6,100.00 `121 Packs Vellum Board, Legal 20 65.00 1,300.00 `122 Liter Gasoline (unleaded) 30 58.00 1,740.00 `123 Bottle 4t Oil (500ml) 1 344.00 344.00 `124 Bottle Betadine 60ml 10 85.00 850.00 `125 Box Band Aid 5 169.00 845.00 `126 Roll Plaster Tape 5 40.00 200.00 `127 Pads Gauze 2 27.50 55.00 `128 Piece Cotton 10 26.25 262.50 `129 Piece Biogesic 51 4.75 242.25 `130 Box Paracetamol 7 137.00 959.00 `131 Piece Neozep 50 8.00 400.00 `132 Bottle Efficascent Oil, 100 Ml 15 70.00 1,050.00 `133 Piece Sanitary Pads, With Wings 20 26.00 520.00 `134 Botlle Epson 003 Ink, Assorted Colors 40 320.00 12,800.00 `135 Botlle Epson 664 Ink, Assorted Colors 40 330.00 13,200.00 `136 Unit Laptop 1 37,000.00 37,000.00 Abc: 242,206.71 Note: To Be Delivered At Tambis Nhs, Barobo, Surigao Del Sur
Closing Date24 Feb 2025
Tender AmountPHP 242.2 K (USD 4.1 K)
City Of Bais Tender
Others
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Food Preparation Supplies To Be Used At The Kitchen/dining Area And Hygiene Kits Materials For Students During The In-house Training (student-athletes) On February 18 To March 4, 2025 At Bais City, School Division Of Bais City, Viz: Item Approved Budget For The Contract (abc) Pr No. 59-25 Php 190,920.50 1 1320 Sachets Shampoo Sachet 2 660 Pcs. Germicidal Bath Soap, 60 G 3 990 Sachets Toothpaste, 20 G 4 350 Pcs. Toothbrush 5 1320 Packs Deo Lotion Sachet 3 Ml 6 660 Bars Laundry Bar Detergent 7 11 Packs Sanitary Pad, (28cm, With Wings), 10pads/pack 8 24 Rolls All-purpose Kitchen Towel (whole Sheet) 9 6 Pcs. Stainless Steel Kitchen Knife 10 6 Pcs. Heavy Duty Kitchen Chopping Board 11 350 Pcs. 4 Grid Sealed Insulated Plastic Lunch Box With Spoon And Fork 12 6 Boxes Disposable Plastic Gloves (100 Pcs/box) 13 24 Pcs. Kitchen Apron (large) 14 330 Sachets Insect/mosquito Repellent Lotion Sachet, Pocket Size, 6ml 15 12 Pcs. Disinfectant Spray 340 G 16 24 Pcs. Dishwashing Paste 400 G 17 24 Rolls Extra Thick Plastic Garbage Bag Black Xxl (10 Pcs/roll) 18 12 Pcs. Stainless Steel Wool Kitchen Dish Ball 19 12 Pcs. Sako Bag 60x70x28cm (xl) 20 6 Packs Ice Water Wrapper 4x12 (100 Pcs/pack) 21 12 Pcs. Microfiber Cloth 9 Inches Kitchen Clothes Dish Washing Hand Towel 22 24 Pcs. Face Towel 23 8 Pcs. Fruit Vegetable Stainless Steel Peeler 24 3 Pcs. Cast Iron Heavy Duty Stove (single Burner) 25 3 Pcs. Stainless Steel Soup Ladle Long Handles 26 6 Pcs. Stainless Steel Work Spatula Long Handles 27 3 Pcs. Aluminum Cooking Pot (br3 Boiler Body 12 In X 17 In) 28 3 Pcs. Aluminum Frying Pan With Handle (ta.1 Talyasi/kawa 8 In X 25.5 In) The Approved Budget For The Contract Is To Be Taken From Special Education Fund (sef). Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed 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, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It 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 Activity, And I) 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. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On January 30, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera Sao /oic-cbo Chair, Bids And Awards Committee
Closing Date30 Jan 2025
Tender AmountPHP 190.9 K (USD 3.2 K)
City Of Bais Tender
Civil And Construction...+3Construction Material, Pipe Line Project, Water Storage And Supply
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Repair And Maintenance-infrastructure Assets (f) Artesian Wells, Reservoirs, Pumping Station & Conduit, City Engineer’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 51-25 Php 345,600.00 1 90 Pcs. 2" X 2" X 12' G. Melina 2 20 Kls. Common Wire Nails # 4" 3 15 Kls. Common Wire Nails # 3" 4 15 Kls. Common Wire Nails # 2" 5 10 Kls. Common Wire Nails # 1" 6 20 Shts. 1/4" X 4 X 8' Mar. Plywood 7 150 Bags Portland Cement 8 50 Cu.m Sand (fine Aggregates) 9 20 Cu.m Gravel (coarse Aggregates 37.5mm) 10 90 Lngth 10mm Ø X 6.0m Def. Bar 11 90 Kls. G.i Tie Wire, No. 16 12 20 Pcs. Hacksaw Blade 13 20 Lngth 1 1/4" Ø X 20' G.i Pipe (s-40) 14 10 Lngth 1/2" Ø X 20' G.i Pipe (s-40) 15 3 Pcs. Foot Valve 1 1/4" Ø 16 5 Pcs. Foot Valve 1" Ø 17 60 Pcs. Tapelon Tape 3/4" Ø 18 20 Pcs. G.i Coupling 1 1/4" Ø 19 20 Pcs. G.i Coupling 1/2" Ø 20 10 Pcs. G.i Tee 1 1/4" Ø 21 4 Pcs. Jetmatic Pump 22 3 Pcs. Cylinder Pump 1 1/4" Ø 23 4 Pcs. Chek Valve 1 1/4" Ø 24 3 Ltrs. Solvent Cement 25 5 Rolls 1/2" Ø X 300m/roll Polyethylene Pipe The Approved Budget For The Contract Is To Be Taken From Gen. Fund 2025. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed 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, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It 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 Activity, And I) 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. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On February 18, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 2:00 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
Closing Date18 Feb 2025
Tender AmountPHP 345.6 K (USD 5.9 K)
6751-6760 of 6828 archived Tenders