Cloth Tenders
Cloth Tenders
Department Of Education Division Of Talisay City Tender
Textile, Apparel and Footwear...+1Furnitures and Fixtures
Philippines
Details: Description 4 Pcs. "alarm Clock, Digital, Overall Dimensions: 13.5 X 8 X 4.5 Cm (approx.) Material: Plastic (pe/abs) Illuminated Lcd Digital Display: Time (12/24), Calendar (mm/dd), Temperature, Alarm Status (on/off), Snooze Display Size: 10 X 5 Cm (minimum), Time Can Be Read 30 Ft Day Time. Runs On Aaa Battery Which Come Together With The Item Smooth Surface, No Sharp Edges, Includes User's Manual Which Contains Operation Procedure, Name Of Parts, Safety Precautions, Trouble Shooting." 100 Pcs. "apron, Polyester-cotton , Bib Apron, Sleeveless Adjustable Neck Loop Material : Polyester - Cotton Fabric Dimension : 70 To 60 Cm (minimum) With 2 Or 3 Pockets Uni-color, Dark No Sharp Edges And Loose Threads" 20 Pcs. "baskets, Laundry 3 - Bag Laundry Sorter, With Wheels Bag: Polyester, Rectangular Shape, Detachable From Frame With Metal Handle And Hanging Hook Bag Dimensions : Rectangular 22 X 15 X 8 Inch (minimum) Frame Material : Corrosion Resistant Steel, Sturdy No Wobble Frame Overall Dimensions : Rectangular, 31 X 30 X15 Inch (minimum) With Four Casters, 2 Inch Diameter (minimum) Smooth Surface, No Sharp Edges" 3 Pcs. "bed, Queen Bed Set, Queen Size (60 X 75 Inch) Rectangular 1) Frame: Knock-down Type, All Steel, Powder Coated Including Head Board, Bare Weight: 20 Kg (minimum) No Wobble And Noise 2) Comes With Fabric Covered Foam 6 Inches Thick Foam Density: 29 -33 Kg/cu.m. 3) No Sharp Edges" 4 Pcs. "bed, Single Size (w36 X L75 Inch) Rectangular 1) Frame: Knock-down Type, All Steel, Powder Coated Including Head Board, Bare Weight: 13 Kg (minimum) No Wobble And Noise 2) Comes With Fabric Covered Foam 6 Inches Thick Foam Density: 29 -33 Kg/cu.m. 3) No Sharp Edges" 4 Pcs. "board, Ironing Type: Foldable Type Ironing Board Body Shape : Standard Material : 25 Mm Tubing Approx., 0.8 Mm Thickness Board Size: 32 Inches (minimum ) Body Size :120 Cm X 30 Cm X 5 Cm Color : Any Comes With Box No Sharp Edges" 40 Pcs. "boots, Safety, Plastic Upper Material: Elastic Pvc Sizes: 7 Inches - 5pcs 8 Inches - 5pcs 9 Inches - 5pcs 10 Inches -5pcs 11 Inches - 5pcs Height: 13 To 14 Inches Plain Toe Type Of Boots: Unisex Rain Boots With Rugged Tractor Lug Outsole Packed With Carton Box Per Size" 20 Pcs. "brush, For Housekeeping Brush, Floor Scrubbing, Angled Long Handle Bristle Material : Plastic, Stiff Handle Material : Metal Tubular Corrosion Reistant, Overall Length : 120 Cm. (minimum) Bristle Length : 5 Cm (=/- 1cm) Scrubbing Surface : 25 X 6 Cm (+/-1 Cm) No Sharp Edges" 20 Pcs. "water Bucket Bucket Material : Hard Plastic, Round Body Capacity : 10 To 12 Liters Handle Material : Steel Smooth And Glossy Surface, No Sharp Edges" 4 Pcs. "caddy, Toilet Carrying Caddy For Toilet Cleaning Supplies Holds Spray Bottles And Other Cleaning Supplies, No. Of Compartments: 3 (minimum) Material :plastic Tray Depth: 11 Cm (approx.) Overall Dimension: 36 X 26 Cm (approx.) Smooth Surface, No Sharp Edges" 4 Pcs. "carpet Sweeper, Cordless Electric Motorized Single Brush Roll (removable) Body Material : Hard Plastic ,(abs) Or Its Equivalent, Any Color Equipped With Rechargeable Battery (16 Minutes Run Time On Carpet), Removable Dirt Box Sweep Width : 8 Inches (minimum) Capacity (volume) : 0.35 Lit.(minimum) Handle: Metal, Powder- Coated, With Plastic/rubber Grip, Swivel Steering Assembled Height: 44 Inches (minimum) Comes With Battery Charger 220/240vac, 50/60hz With Plug To Adapt Type A Outlet (or Providing 3a Minimum Plug Adapter Is An Option) No Sharp Edges Includes User's Manual Which Contains Operation Procedure, Name Of Parts, Safety Precautions, Trouble Shooting" 4 Pcs. "housekeeping Cart Trolley Equipped With Three-shelves With Steel/laminated Panels Single Door, Top Layer With Divider, Bag Holder, And 4 Wheels Cart Frame: Steel, Powder Coated Wheels: 2non-swivel 2 Swivel, 6 Inch Diameter, Non-markings Overall Dimensions : Rectangular 90 X 48 X 1010 Cm (minimum) Comes With Accessory Linen Bag Smooth Surface, No Sharp Edges" 20 Pcs. "caution Sign, A Shape-2 Panel Self Standing, With D-handle, Collapsible For Easy Storage Material : High Impact Plastic, Panel Dimension : Rectangular (lxw) 55-65 Cm X 25 X 61 0m (minimum), Panel Depth : 2 Cm (minimum) Color : Yellow Print Description : ""caution: Wet Floor"" On One Side ""cleaning In Progress On The Other Side, Both Messages Provided With Graphics Printed In Black. Font Size: 100 -120 Mm X 50 -70 Mm, Arial Smooth Surface, No Sharp Edges" 40 Pcs. "lint Free Cleaning Cloths Material : Cotton Dimensions : Rectangular 16 X 26 Inch" 4 Pcs. "coffee Maker, Electric Material: Metal, Plastic, Glass Capacity: 6 Cups (minimum) Detachable Tank, With Water Level Indicator Non-stick Warming Plate : Removable And Washable Filter Non-drip Valve : Lighted On/off Switch Power Supply: 220 V -240 V Ac 50/60 Hz , 500w Minimum Comes With A Heat Resistant Glass Pitcher With A 1 Meter (minimum) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option) Smooth Surface, No Sharp Edges With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item Comes With English Manual That Contains: Users Guide, List Of Parts, Maintenance Guide, Safety Guide. 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines." 20 Pcs. "dust Pan, Upright Standing Material: Plastic Overall Length: 65 Cm (minimum) Pan: Round Back, 24 X 26 X 9 Cm (minimum) Smooth Surface, No Sharp Edges" 20 Pcs. "anti-static Duster Duster Material : Polypropylene Micro Fiber Duster: Length : 30 Cm (minimum), Overall Length: 50 Cm (minimum) Handle Material : Hard Plastic, No Sharp Edges" 12 Pcs. "stand Fan, Electric Material: Metal, Plastic Size/diameter: 18 Inches Power Rating: 70 Watts (minimum), 220 / 240 Vac, 50 / 60 Hz, Single Phase Rotation Angle: 90 Degrees Base: Stable, 16 Inches Diameter (approx.) Removable Metal Guard On Front And Rear 3-speed Settings Comes With 1.5 Meters Power Cord And With Molded Male Plug To Adapt Type A Outlet (or Providing 3a Minimum Plug Adapter Is An Option) Smooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item 1 Year Warranty Parts And Service" 10 Pcs. "fire Extinguisher (with Contents) 1.for Type A, B, C Fire: Dry Chemicals (monoammonium Phosphate) 2.portable Type 3.capacity : 5 - 6 Kgs 4.rechargeable Cylinder Metal 5.working Pressure Of Cylinder : 400 Psi 6.brass Valve With Pressure Gage 7.with Rubberized Hose And Aluminum Nozzle Attached 8.with Squeeze Lever To Discharge And Safety Pin 10.painted With Metal Primer And Red Enamel Paint 11.includes With User's Guide In English That Contains: A. Operating Procedure On How To Use The Equipment B. Safety Precaution When Using The Equipment 12.1 Year Warranty Parts And Service 13.the Item Must Be Branded And Have Good Quality" 20 Pcs. "flashlight Led 1,000 Lumens (minimum), Color : White , Battery: Rechargeable, At Least 3,500 Mah , Can Be Used Also With 3 X Aaa Batteries; Body: Aluminum Alloy, No Sharp Edges Dimensions : 5 Inches X 1 Inch Diameter (minimum) Operating Duration Of Battery When Fully Charged : At Least 2 Hours; Includes 220/240vac, 50/60hz Power Adapter /charger And User's Manual In English Which Includes: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures Branded, With 1 Year Warranty " 4 Pcs. "clothes Flat Iron, Electric Material : Metal /plasic Body, Heat-resistant Plastic Handle, Aluminum Sole Overall Dimension : (l X W X H) 25 Cm X 12 Cm X 12 Cm (minimum) Power Rating : 220/240 Vac, 50/60 Hz; 1000 Watts (minimum) Equipped With Light Indicator, Variable Temperature Control, Overheat Protection, Power Cord And Plug To Adapt Type A Outlet (or Providing 10a Plug Adapter Is An Option) Smooth Surface, No Sharp Edges, Comes With English Manual That Contains : Users Guide, List Of Parts, Maintenance Guide, Safety Guide. The Item Must Be Branded, With Dti-bps Certification 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines." 40 Pcs. "foam, Scrubbing 1. Material: Cellulose And A Scouring Pad On One Side 2. Dimension: Length : 140 - 180 Mm ; Width : 80 - 100 Mm ; Thickness : 12 - 20 Mm 3. The Item Must Be Of Good Quality" 8 Pcs. "garbage Receptacles 1.bucket / Tub Material : Hard Plastic, (ps) Polystyrene 2.bucket / Tub Color : Any Color 3.capacity (gallons) : 3 Gal. (minimum) Comes With A Cover 4.the Item Must Have Good Quality" 100 Pcs. "gloves, Rubber 1.heavy-duty Latex-free Vinyl Rubber Gloves 2.thickness : 4 Mil 3.color : Any Color 4.size : Medium 5.other Features: Acid/solvent Resistant. 6.the Item Must Be Of Good Quality" 60 Pcs. "safety Goggles, Clear Polycarbonate - One Piece Lens With 180° Panoramic View, Non-fog Size/dimension: L 17 - 18.5 Cm X W 8 Cm X D 5-7.5 Cm High Impact Resistant, Ansi ""z87"" Compliant Firm And Comfortable Seal Around Forehead, Cheeks, Nose And Temples Protects Against Splash, Chemicals, Dust Adjustable Head Strap Shall Bear Mark Z87 Embossed Or Engraved Or Etched On The Item. Smooth Surface, No Sharp Edges" 8 Pcs. "electric Hairdryer, With Concentrator Nozzle Two Heat Setting And 1 Speed (minimum) Rating : 220/240 Vac, 1200 W (minimum) Body Length Including Nozzle: 20 Cm Folding Handle Design, With Hanging Ring Smooth Surface, No Sharp Edges Branded, Brand Name And Electric Rating Permanently Mark On The Item, With Dti-bps Certification With User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safety Procedure, And Maintenance. With Service Centers Located In Major Cities In The Philippines. 1 Year Warranty(parts & Service)" 8 Pcs. "water Hose Material: Pvc Fiber Reinforced, Three (3) Layers; Any Color; Hose Length: 50 Feet; Hose Diameter: 5/8 Inches; Pressure Capacity: 200 Pounds Per Square Inch (minimum); Fitted With Male And Female Brass Couplers (nh, 11.5 Tpi) For Spray Nozzle No Sharp Edges" 8 Pcs. "electric Kettle Cordless (with Pouring Spout), Hinged Lid, Detachable From And Can Rotate On Its Corded Base Material : Round Stainless Body, Plastic Handle, Lid And Base Capacity : 1.5 To 2 Liter Automatic Shut - Off, With Power Indicator Light Power Rating: 220//240vac, 50/60hz, 1000 -1600 Watts Base With A 50 Cm (minimum) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 10a Plug Adapter Is An Option) Smooth Surface, No Sharp Edges; Dti-bps Certified Comes With English Manual That Contains: Operation Procedure, Maintenance And Safety Guide. The Item Must Be Branded, Brand Name And Electrical Ratings Permanently Mark On The Item." 20 Pcs. "3 - Bag Laundry Sorter, With Wheels Bag: Polyester, Rectangular Shape, Detachable From Frame With Metal Handle And Hanging Hook Bag Dimensions : Rectangular 22 X 15 X 8 Inch (minimum) Frame Material : Corrosion Resistant Steel, Sturdy No Wobble Frame Overall Dimensions : Rectangular, 31 X 30 X15 Inch (minimum) With Four Casters, 2 Inch Diameter (minimum) Smooth Surface, No Sharp Edges" 8 Pcs. "emergency Light, 2 Heads Led Materials: Metal, Anti-rust Coated Duration Time (2 Heads): 5 Hours (minimum) Automatically Light Up During Power Outage Overcharge And Over- Discharge Protection Built - In Ac Charger, Power Cord Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option) Battery Test Switch - External Safety Fuse Head: White Led 1w (minimum) 3.5 "" Dome Reflector Power Rating: 220 -240 Vac , 50/60 Hz 20-24 Hours Charge Time Dimensions: Rectangular 27 X 7 X 27 Cm (approx.) Sooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures The Item Must Be Branded, Brand Name And Electrical Ratings Permanently Mark On The Item" 4 Pcs. "wall Mirror With Frame Flat Glass Mirror, 2 Mm Thick (minimum), Clear With No Distortion Frame: Wood Or Plastic Commercial Finish Rectangular Shape, 3600 Sq.cm (minimum) Includes Mounting Accessories Smooth Surface, No Sharp Edges" 21 Pcs. "mop, Handle And Mop Head Set, Refillable Head Handle: Aluminum Or Anti-rust Coated Steel, With Hard/stiff Plastic Mop Head Holder, Clip Type With Tightening Knob Overall Handle Dimension: 130 X 19 Cm (minimum) Mop Head: Cotton Thread/yarn, Sewn Tailband, L 34 X 16 X 4 Cm (minimum), White Handle: Plated Steel Tube Or Wood, Length : 40 (minimum), No Sharp Edges" 4 Pcs. "electric Floor Polisher With Accessories Material: Stainless Steel, Aluminum Alloy Handle: Stainless Tube, Adjustable Height 1 Meter Long (approximate), With Dual Switch Lever Size/capacity :13 Inch (minimum) Diameter Power Supply: 220/240 Vac, 50/60 Hz. Power: 1/3 Hp (minimum) Rotation Speed : 160 Rpm (minimum) Heavy Duty (royal) Power Cord Length : 12 Meters (minimum) With Type A Plug (or Providing 10a Plug Adapter Is An Option) With Pair Of Rubber Wheels, Smooth Surface, No Sharp Edges Comes With Pad Holder, 2 Pcs - Polishing Brush And 3 Pcs - Floor Polishing Pads Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures Branded, Brand Name And Electric Rating Permanently Mark On The Item, With 1 Year Warranty Parts And Service The Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or In Japan Market." 4 Pcs. "shelving, Open, Knockdown Type, Adjustable Shelves Metal Powder Coated Frame Number Of Shelves : 5 Overall Dimensions : 85 X 30 X 180 Cm(minimum) Sturdy Connection, No Wobble Smooth Surface, No Sharp Edges" 40 Pcs. "dish Sponge, Cellulose, Non-scratch Dimensions : 5 X 3 X 1 Inch (minimum) Branded" 23 Pcs. "barber/salon Spray Gun Material: Hdpe Transparent Plastic Capacity: 300 Ml.(minimum) Trigger Type Sprayer Dimension: Diameter :7 Cm. X Height: 16.3 Cm (minimum) Rotating Nozzle To Adjust Spray Patterns Smooth Surface, No Sharp Edges Must Be Branded" 8 Pcs. "squeegee, Short Handle Head/blade Material: Stainless, Rubber Handle: Plastic Or Stainless Steel Blade Length: 25 - 30 Cm Overall Length (handle And Head) 20 - 32 Cm No Sharp Edges " 8 Pcs. "mop Bucket With Squeezer/wringer And Wheels Hand Lever To Squeeze, Made Of Metal, With Hand Grip Material : Hard Plastic, (ps) Polystyrene Or Its Equivalent Capacity : 30 L (minimum) Overall Dimension (excluding Handle: ( L X W X H ) 40 X 27 X 57 Cm (minimum) Color : Yellow With 3 Inches Non-marking Rubber Casters ""caution"" Printed In Black On Both Sides Of The Mop Bucket Smooth Surface, No Sharp Edges" 4 Pcs. "step Ladder Material: Aluminum U Channel Capacity: 250 Lbs (minimum) Type: Flatform Type Number Of Step: 6 (including Top Step) Reach Height: 6 To 8 Feet(minimum) Width: 15 Inches Minimum Spread: 4 Feet (minimum) Twin Steps With Gripped Treads To Prevent Slipping Step Braces On Top And Bottom Step Heavy Duty Aluminum Foot Bracket With Slip-resistant Foot Pad With User's Manual In English Which Includes: A. Parts Manual With Labels, B. Assembly Instructions, Branded" 4 Pcs. "electric Vacuum Cleaner, Wet And Dry Function, Sucks Even Screws, With 4 Swivel Caster Wheels Material : Hard Plastic, (abs) Or Rust Proof Body Equivalent Power Supply : 220/240vac, 50/60hz, 1000 Watts (minimum) Auto Shut Off Tank Capacity : 20 Liters (minimum) Equipped With Complete Accessories I.e., Detachable Vacuum Hose Assembly (flexible Non-kink), Extension Tubes/wands, Carpet (long Square) Brush Nozzle, Wet And Dry Floor Brush Nozzle, Crevice Nozzle, Hepa Filter, Sponge Filter/washable Cloth Bag. Comes With 4 Meters (minimum) Heavy Duty (royal) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 10a Plug Adapter Is An Option) Smooth Surface, No Sharp Edges With User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safety Procedure, And Maintenance. The Item Must Be Branded, Brand Name And Electric Rating Permanently Mark On The Item. 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines. The Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or In Japan Market." 4 Pcs. "washer, Laundry 1. Front Load Electric Washer, Laundry 2. Electronic Control, Digital Indicator Display , Transparent Glass Door 3. Body Material : Steel, Powder Coated, Any Color 4. Dimensions (wxdxh): 590 Mm (minimum) X 490 Mm (minimum) X 820 Mm (minimum) 5. Drum Material : Stainless Steel 6. Capacity : 8 Kg (minimum) 7. Spin Speed : 1200 Rpm (minimum) 8. Power Rating: 220 /240vac, 50/60 Hz. 9. Comes With A 1 Meter (minimum) Heavy Duty Power Cord With Male Plug To Adapt Type A Outlet (or Providing 20a Plug Adapter Is An Option) 10. Smooth Surface, No Sharp Edges 11. With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item 9.includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures 12.the Item Must Be Branded, Dti-bps Certified, 1 Year Warranty Parts And Service 13. With Service Centers Located In Major Cities In The Philippines. 14.the Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or In Japan Market." 8 Pcs. "white Board, Floor Standing, Rolling Board: White Formica Laminated, Plane Will Not Deform. Board Size: Rectangular 1800mm W X 1000 To 1200mm H, Board Edges Secured With Aluminum Clip Edging 17 Mm (minimum) Wih Plastic Corner Caps Comes With Metal Tray For Marker And Eraser The Stand And Frame Are Constructed With Aluminum Or Powder Coated Steel 25mm Square Tube (minimum), Sturdy, No Wobble With 4 Lockable Hard Plastic Caster Wheels Overall Height From Floor: 210 To 214cm Smooth Surface, No Sharp Edges"
Closing Date31 Jan 2025
Tender AmountPHP 1.3 Million (USD 22.2 K)
Bureau Of Corrections leyte Regional Prison Abuyog Leyte Tender
Others
Philippines
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Government Of The Republic Of The Philippines Sixth Edition January 2025 Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….2 Section I. Invitation To Bid……………………………………………………..5 Section Ii. Instructions To Bidders…………………………………………...8 1. Scope Of Bid ………………………………………………………………………. 9 2. Funding Information………………………………………………………………. 9 3. Bidding Requirements ……………………………………………………………. 9 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 9 5. Eligible Bidders…………………………………………………………………… 9 6. Origin Of Goods ………………………………………………………………….. 10 7. Subcontracts ……………………………………………………………………… 10 8. Pre-bid Conference ………………………………………………………………. 10 9. Clarification And Amendment Of Bidding Documents …………………………… 10 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 10 11. Documents Comprising The Bid: Financial Component …………………………... 11 12. Bid Prices …………………………………………………………………………. 11 13. Bid And Payment Currencies ……………………………………………………… 12 14. Bid Security ………………………………………………………………………. 12 15. Sealing And Marking Of Bids ……………………………………………………… 12 16. Deadline For Submission Of Bids …………………………………………………. 13 17. Opening And Preliminary Examination Of Bids ………………………………….. 13 18. Domestic Preference ……………………………………………………………… 13 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 13 20. Post-qualification ………………………………………………………………… 14 21. Signing Of The Contract …………………………………………………………… 14 Section Iii. Bid Data Sheet …………………………………………………..15 Section Iv. General Conditions Of Contract ……………………...………..17 1. Scope Of Contract ………………………………………………………………… 18 2. Advance Payment And Terms Of Payment ……………………………………….. 18 3. Performance Security ……………………………………………………………. 18 4. Inspection And Tests ……………………………………………………………… 18 5. Warranty …………………………………………………………………………. 18 6. Liability Of The Supplier ………………………………………………………….. 19 Section V. Special Conditions Of Contract ………………………………….20 Section Vi. Schedule Of Requirements ……………………………………....24 Section Vii. Technical Specifications …………………………………………25 Section Viii. Checklist Of Technical And Financial Documents …………..29 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Republic Of The Philippines Department Of Justice Bureau Of Corrections Leyte Regional Prison Abuyog, Leyte Invitation To Bid For The Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) 1. The Leyte Regional Prison, Through The General Appropriations Act (gaa) Of 2025 Intends To Apply The Sum Of Three Hundred Ten Thousand Pesos Only (₱310,000.00) Being The Abc To Payments Under The Contract For Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Leyte Regional Prison, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Until December 31, 2025 From The Receipt Of Notice To Proceed (ntp) And Contract Agreement. Bidders Should Have Completed, Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Equivalent To At Least Twenty-five Percent (25%) Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Leyte Regional Prison Bac Secretariat Using The Contact Below And Inspect The Bidding Documents At The Address Given Below During Monday To Friday From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 8:00am - 5:00pm To January 24, 2025 8:00am – 8:55pm From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos Only (₱500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees And Presented In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 24, 2025 @ 9:00am. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On January 24, 2025 @ 9:00am At The Lrp – Conference Room, Administration Building, Leyte Regional Prison. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. Schedule Of The Bidding Activities Shall Be As Follows: Activites Date/time Venue 1. Sale And Issuance Of Bid Documents January 17, 2025 8:00am To 5:00pm To January 24, 2025 8:00am To 8:55am Office Of The Bac/bac Secretariat, Leyte Regional Prison, Abuyog, Leyte 2. Submission And Opening Of Bid Documents January 24, 2025 @ 9:00am Conference Room, Admin Building, Lrp, Abuyog, Leyte 10. The Lrp Bac Shall Use Non-discretionary And Non-discriminatory Measure Based On Sheer Luck As A Tie-breaking Tool (draw Lots) In The Event That Two Or More Bidders Were Declared As Lcrb In-order To Determine The Final Lcrb Based On The Following: I. In Alphabetical Order, The Bidder Shall Pick One Rolled Paper Ii. The Lucky Bidder Who Would Pick A Paper With “congratulations” Remark Shall Be Declared As The Final Lcrb And Recommended For The Award Of The Contract. 11. The Leyte Regional Prison Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Jeruel Go Office Of The Bac Secretariat Leyte Regional Prison, Abuyog, Leyte Cp # 09455311532, Email: Leurejz@yahoo.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.bucor.gov.ph/ Www.philgeps.gov.ph Date Of Issue: January 16, 2025 Mr. Tracy B. Soriano Bac Chairperson Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Leyte Regional Prison Wishes To Receive Bids For The Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) With Identification Number Bid 2024-05rb. The Procurement Project For Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Is Composed Of One (1) Lot, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of Three Hundred Ten Thousand Pesos Only (₱310,000.00). A. The Source Of Funding Is National Expenditure Program. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address {[insert If Applicable] And/or Through Videoconferencing/webcasting} As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 11.5. Financial Proposals For Single Or Multi-year Framework Agreement Shall Be Submitted Before The Deadline Of Submission Of Bids As Prescribed In The Ib. For Multi-year Framework Agreement, Evaluation Of The Financial Proposal During This Stage Is For Purposes Of Determining Eligibility And Whether Or Not Such Financial Proposal Is Within The Abc. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. A. Payment Of The Contract Price Shall Be Made In Philippine Pesos 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until May 24, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On January 24, 2025 @ 9:00 Am At Lrp Administrative Building Conference Room As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As One Project Having Several Items That Shall Be Awarded As One Contract. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.1. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Any Food Catering Services. B. Completed Within The Last Two (2) Years Equivalent To At Least Twenty-five Percent (25%) Of The Abc, Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed 12 No Further Instruction. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than ₱6,200.00, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than ₱15,500.00 If Bid Security Is In Surety Bond. 15 Electronic Copy/electronic Submission Is Not Allowed Each Bidder Shall Submit One (1) Original Copy And Three (3) Photocopies Of The First And Second Components Of Its Bid. 19.4 One Project Having Several Items That Shall Be Awarded As One Contract. 20.1 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its; 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) 2. Supporting Documents For The Slcc (sales Invoice Or Official Receipt Or End-users Acceptance) 3. Valid And Current Registration Certificate (sec Certificate Of Registration For Corporation Or Dti Certificate Of Registration For Sole Proprietorship Or Cda Certificate Of Registration For Cooperative) 4. Valid And Current Mayor’s Or Business Permit 5. Valid And Current Tax Clearance 6. Certificate Of Compliance Occupational Safety And Health Standards Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Special Conditions Of Contract Gcc Clause Delivery And Documents – Delivery Of The Catering Services Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi. Schedule Of Requirements. Delivery Time Of The Food To Be Served As Follows: Am Snacks – Not Later Than 9:30 Am Lunch – Not Later Than 11:30 Am Pm Snacks – Not Later Than 2:30 Pm Upon Delivery Of The Catering Services To The Project Site, The Supplier Shall Notify The Procuring Entity And Present The Following Documents To The Procuring Entity: (i) Original And Four Copies Of The Supplier’s Invoice Showing Goods’ Description, Quantity, Unit Price, And Total Amount; (ii) Delivery Receipt Detailing Number And Description Of Items Received Signed By The Procuring Entity’s Representative At The Project Site; (iii)certificate Of Acceptance/inspection Report Signed By The Procuring Entity’s Representative At The Project Site; For Purposes Of This Clause, The Procuring Entity’s Representative At The Project Site Is The End-user, Or His Duly Authorized Representative. When A Seminar Has Been Rescheduled Or Cancelled, Leyte Regional Prison, Reserves The Right To Cancel The Catering Service Upon Formal Notice To The Caterer Two (2) Days Prior To The Start Of The Occassions. In Such Case, Leyte Regional Prison, Has No Obligation To Pay The Supplier The Amount Corresponding To The Cancelled Catering Service. Where There Is An Increase Or Decrease Of Participants, The End-user Shall Inform The Supplier Of The Same Three (3) Days Prior The Occasion Date. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Transportation – The Transport Of The Food To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. The Procuring Entity Accepts No Liability For The Damage/spoilage Of Food During Transit. The Contract Price For The Catering Service Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Amount Stipulated In The Purchase Request (pr). After Each Occasion, The Supplier Is Responsible For Sending To The Leyte Regional Prison, A Billing Or Final Invoice For The Costs Of The Catering Service For Every Occasion Completed. It Shall Also Turn Over To The Bureau Any Remains/left Over Of The Catering Services Every End Of The Day For Its Use. 2.2 Partial Payment Is Not Allowed Cost For E-vat And Other Governmental Costs Which Fall Equally On All Prospective Suppliers Are Presumed To Be Included In The Computation Of The Bid Price 4 The Inspections And Tests That Will Be Conducted Are: The Evaluation Activities That Will Be Conducted At The Leyte Regional Prison, Upon Delivery Are As Follows: (1) Food Tasting On A Sampling Basis To Determine The Quality Of Food Served. (2) Ocular Inspection To Determine The Quantity And Completeness Of The Food Delivered In Accordance To The Menu Set In The Schedule Of Requirements. (3) Observation Before, During And After The Training Schedule To Determine The Quality Of Service Given By The Supplier. (4) Surveys Among The Participants To Determine The Level Of Satisfaction Of The Participants To The Service Rendered By The Supplier 6 Liability Of The Supplier: A. To Provide Food And Services For The Number Of Participants On The Basis Of The Information Given By The Procuring Entity Thru Df Of Pr Signed By The End-user Or Authorized Representative, At Least Two (2) Days Prior To The Training Schedule. B. During The Training, To Increase/ Decrease The Number Of Meals/snacks To Be Served For The Remaining Days Of A Specific Training Schedule, To Take Effect On The Second Day, Provided That Written Notice Is Given By The Procuring Entity Signed By The End-user Or Authorized Representative, Not Later Than 3:00 Pm On The First Day Of The Training. C. During The Training, To Adjust On Any Specific Food/diet Restrictions (religion Or Health Reasons) Of Participants’ Meals To Be Served For The Remaining Days Of A Specific Training Schedule, To Take Effect On The Second Day Provided That Written Notice Is Given By The Procuring Entity Signed By The End-user Or Authorized Representative, Not Later Than 3:00 Pm On The First Day Of The Training D. To Substitute The Menu For A Specific Training Schedule Due To Justifiable Reasons (unavailability In The Market, Red Tide, Supply And Demand Forces, Tropical Depression, Advisory Of Nonslaughter, Etc.) Provided That Notice Is Given To The Procuring Entity At Least One (1) Day Prior To The Schedule. Provided Further That The Change In The Menu Will Not Change The Unit Cost. E. To Reschedule/cancel The Seminar Due To Fortuitous Event/instances Beyond The Control Of Leyte Regional Prison F. To Provide The Necessary Clean And/or Sterile Dining Utensils During The Training As Enumerated In But Not Limited To The Following: 1) Glasses; 2) Spoons; 3) Forks; 4) Serving Spoons; 5) Cups; 6) Bowls; 7) Knives; 8) Trays; 9) Pitchers; 10) Glass Rack; 11) Ice Bucket; 12) Food Warmers; 13) Toothpicks; And 14) Condiments. G. To Provide Clean Table Cloth, Seat Covers And Table Napkins In The Designated Dining Area. H. To Assign At Least Two (2) Waiters/ Waitresses In Clean Working Garments Per Class/seminar And Shall Secure An Updated Health Certification From The Medical Health/authorized Officer. I. To Maintain A High Standard Of Sanitation And Cleanliness Of The Dining Area And Its Immediate Surroundings At All Times Adopting The Policy Of “clean As You Go”. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. State “comply” Or “not Comply” To The Statement Of Compliance. Item No. Description Quantity Delivery Schedule 1 Meals: Breakfast 620 Pax From The Receipt Of Ntp Up To December 31, 2025 Lunch 620 Pax From The Receipt Of Ntp Up To December 31, 2025 Dinner 620 Pax From The Receipt Of Ntp Up To December 31, 2025 2 Snacks: Am Snacks 620 Pax From The Receipt Of Ntp Up To December 31, 2025 Pm Snacks 620 Pax From The Receipt Of Ntp Up To December 31, 2025 The Quantity/units Is For Bidding Purposes Only. In The Actual Implementation Of The Contract, The Quantity/units That May Be Required May Increase/decrease As The Need Arises. I/we Hereby Commit To Comply And Deliver All The Above Requirements In Accordance With The Above Stated Schedule. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Vii. Technical Specifications Republic Of The Philippines Department Of Justice Bureau Of Corrections Leyte Regional Prison Abuyog, Leyte Section Vii. Technical Specifications Item Specification Statement Of Compliance I The Catering Service Provider Shall Comply With The Government Regulations As Provided In Presidential Decree No. 856 Otherwise Known As “the Code On Sanitation Of The Philippines”. A. Sanitary Permit B. Health Certificate Of Food Handlers C. Quality And Protection Of Food Ii The Catering Service Provider Agrees: A. To Provide Food And Services For The Number Of Participants On The Basis Of The Information Given By The Procuring Entity Thru A Notice Signed By The Coordinator And Service Chief, Atfs Or Her Authorized Representative, At Least Two (2) Days Prior To The Training Schedule. B. During The Training, To Increase/ Decrease The Number Of Meals/ Snacks To Be Served For The Remaining Days Of A Specific Training Schedule, To Take Effect On The Second Day, Provided That Written Notice Is Given By The Procuring Entity Signed By The Coordinator And Service Chief, Atfs Or Her Authorized Representative, Not Later Than 3:00 Pm On The First Day Of The Training. C. During The Training, To Adjust On Any Specific Food/diet Restrictions (religion Or Health Reasons) Of Participants’ Meals To Be Served For The Remaining Days Of A Specific Training Schedule, To Take Effect On The Second Day Provided That Written Notice Is Given By The Procuring Entity Signed By The Coordinator And Service Chief, Atfs Or Her Authorized Representative, Not Later Than 3:00 Pm On The First Day Of The Training. D. To Substitute The Menu For A Specific Training Schedule Due To Justifiable Reasons (unavailability In The Market, Red Tide, Supply And Demand Forces, Tropical Depression, Advisory Of Nonslaughter, Etc.) Provided That Notice Is Given To The Procuring Entity At Least One (1) Day Prior To The Schedule. Provided Further That The Change In The Menu Will Not Change The Unit Cost. E. To Reschedule/cancel The Seminar Due To Fortuitous Event/instances Beyond The Control Of Leyte Regional Prison. F. To Provide The Necessary Clean And/or Sterile Dining Utensils During The Training As Enumerated In But Not Limited To The Following: 1) Glasses; 2) Spoons; 3) Forks; 4) Serving Spoons; 5) Cups; 6) Bowls; 7) Knives; 8) Trays; 9) Pitchers; 10) Glass Rack; 11) Ice Bucket; 12) Food Warmers; 13) Toothpicks; And 14) Condiments. G. To Provide Clean Table Cloth, Seat Covers And Table Napkins In The Designated Dining Area. H. To Assign At Least Two (2) Waiters/ Waitresses In Clean Working Garments Per Class/seminar And Shall Secure An Updated Health Certification From The Medical Health/authorized Officer. I. To Maintain A High Standard Of Sanitation And Cleanliness Of The Dining Area And Its Immediate Surroundings At All Times Adopting The Policy Of “clean As You Go”. Additional Requirements 1 The Lrp Shall Inform The Concessionaire Of The Total Number Of Actual Participants At Least Three (3) Days Before The Conduct Of The Training. 2 The Service Provider Shall Assure The Quality Of Food To Be Served Maintaining High Standards Of Sanitation. In The Event That That The Food Served Has Indication Of Spoilage, The Caterer Shall Be Allowed To Make Substitution Upon The Approval Of The Course Administrator. 3 The Service Provider Shall Submit Or Provide Menu Including Healthy Foods Such As Rice, Beef, Chicken, Pork, Seafoods, Vegetables, Dessert/fruits, Fruit Juice 4 The End User Can Request Specific Meals Or Snacks And Services They Prefer As Long As Requests Remain Within The Allocated Budget Per Meal, Snacks And Services 5 Subject To Increase/decrease Of Participants. 6 The Caterer Shall Serve Consumables Of One (1) Lunch And Two (2) Snacks Per Day Which Shall Be Ready For Inspection By 11:15am, Snacks By 8:45am And 2:30pm, Respectively. 7 The Service Provider Shall Not Require Advance Payment And Deposit To Guarantee Reservation. 8 The Concessionaire Shall Assign At Least Four (4) Waiters/waitresses In Clean Working Garments In Trainings With 50 Or More Participants And At Least 2-3 Waiters/waitresses For Trainings With Less Than Or Equal To 50 Participants. 9 The Lrp Reserves The Right To Cancel/reschedule The Delivery Of Catering Services In Case Of Major Institutional Mandates/changes, Calamities, Etc. Upon Formal Notice To The Caterer At Least Three (3) Days Prior To The Event. 10 The Lrp Shall Pay The Concessionaire At Least Five (5) Days After The Billing Statements Have Been Received By The Office. 11 The Lrp Reserves The Right To Substitute/reschedule Trainings. 12 The Service Provider Shall Provide At Least Two (2) Buffet Tables With Centerpiece For Trainings With Less Than Or Equal To Fifty (50) Participants And At Least Four (4) Buffet Tables Inside The Function Hall For Trainings With More Than Fifty (50) Participants. 13 The Lrp Reserves The Right To Substitute/reschedule Trainings. Rice: A Serving Must Be Provided With Each Meal Viand: Each Meal Should Include One Main Viand Vegetables: A Side Of Vegetables Should Accompany The Meal To Ensure Balanced Nutrition. Desserts Or Sweets: Each Meal Should Include A Dessert Or Any Sweet Treat. Beverage: Participants Should Be Offered Bottled Water/canned Juice/softdrinks. I Hereby Certify That The Statement Of Compliance To The Foregoing Technical Specifications Are True And Correct, Otherwise, If Found To Be False Either During Bid Evaluation Or Post- Qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid ___________________________________________ Name Of Company In Print ___________________________________________ Signature Over Printed Name Of Authorized Representative Section Viii. Checklist Of Technical And Financial Documents Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (d) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (e) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (f) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (h) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (i) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (j) Original Of Duly Signed And Accomplished Price Schedule(s). Ix. Bidding Forms Company Letterhead Statement Of Ongoing Government & Private Contracts Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Bid Reference No.: Bid2024-05rb Statement Of All Its Ongoing Government And Or Private Contracts Including Contracts Awarded But Not Yet Started, If Any Whether Similar Or Not Similar In Nature. Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Value Of Outstanding Contract Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Statement Of Single Largest Completed Contract Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Bid Reference No.: Bid2024-05rb Statement Of Single (1) Largest Completed Contract Of Similar In Nature Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids Amounting To At Least Fifty Percent (50%) Of The Approved Budget Of The Contract (abc) Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa’s Consumer Price Index, If Necessary Date Of Delivery End User’s Acceptance Or Official Receipt(s) Or Sales Invoice Issued For The Contract, (attached Copy) Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Bid Reference No.: Bid2024-05rb Certificate Of Net Financial Contracting Capacity ((please Show Figures At How You Arrived At The Nfcc) This Is To Certify That Our Net Financial Contracting Capacity (nfcc) Is _________________________(p____________) Which Is At Least Equal To The Total Ceiling Price We Are Bidding. The Amount Is Computed As Follows: (please Show Computation Of Nfcc) Nfcc = (ca-cl) (15) – C Where: Ca = Current Assets Cl = Current Liabilities C = Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Going Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract For This Project Note: The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Audited Financial Statement Submitted To The Bir. Issued This _______day Of __________2025 _______________________________________________ Name & Signature Of Authorized Representative ____________________ Position _______________ Date Company Letterhead Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Bid Reference No.: Bid2024-05rb Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: Leyte Regional Prison I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder’s Authorized Representative] [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Bid Reference No.: Bid2024-05rb Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Of The Leyte Regional Prison As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Of The Leyte Regional Prison, As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid). 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Bid Reference No.: Bid2024-05rb Bid Form Date: Invitation To Bid No: Bid 2024-05rb To: Mr. Tracy B. Soriano, Msca Bac Chairperson Leyte Regional Prison Abuyog, Leyte Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply & Deliver Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) In Conformity With The Said Bidding Documents For The Sum Of __________________________________________₱ ________ Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements Of The Bidding Documents. I/we Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert]: As The Owner And Sole Proprietor Or Authorized Representative Of [name Of Bidder], Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Supply & Deliver Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid). We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 20______. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Republic Of The Philippines Department Of Justice Bureau Of Corrections Leyte Regional Prison Abuyog, Leyte Schedule Of Prices Supply & Delivery Of Meals & Services For Various Lrp Seminars, Trainings, Workshops, Events, Programs, & Activities For The Year 2025(rebid) Qty. Unit Of Issue Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat Meals 620 Pax Breakfast ₱62,000.00 620 Pax Lunch ₱93,000.00 620 Pax Dinner ₱93,000.00 Snacks 620 Pax Am Snacks ₱31,000.00 620 Pax Pm Snacks ₱31,000.00 Total Bid Price Inclusive Of Vat In Words The Quantity And Unit Of Issue Is For Bidding Purposes Only. In The Actual Implementation Of The Contract, The Quantity That May Be Required May Increase/decrease As The Need Arises. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________
Closing Date24 Jan 2025
Tender AmountPHP 310 K (USD 5.2 K)
Western Visayas Sanitarium Doh Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Health Western Visayas Sanitarium And General Hospital Santa Barbara, Iloilo Invitation To Bid For Supply, Delivery And Installation Of Various Hospital Equipment Ib No. 2024-12-018-g The Western Visayas Sanitarium, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Supply, Delivery And Installation Of Various Hospital Equipment Location : Western Visayas Sanitarium And General Hospital, Inangayan, Santa Barbara, Iloilo Approved Budget For : Php 34,665,000.00 The Contract (abc) Fund Source : Caf No. 2024-133-gf Delivery Period : Within Ninety (90) Working Days After Receipt Of The Notice To Proceed Line Items Abc: Php 34,665,000.00 Lot 1 No. Description Unit Of Measure Quantity Approved Budget Cost (php) 1 Electrical Machine. Brand New. Product Specifications: Combination Of Electrotherapy And Ultrasound; With 3 Independent Channels And Body Diagram Installed; Power Supply: Ac 100- 240 V, Number Of Channels: 3 Independent (2 For Electrotherapy, 1 For Ultrasound) Electrotherapy; Ten& Ems, Ultrasound Functions; Electrode Pads For Tens & Ems; Us Probe Head: Large And Small. Warranty -1 Year From Delivery And Installation. Unit 1 290,000.00 2 Hand Dynanometer. Brand New. Product Specifications: Hydraulic Adjustable Handle. Strength Can Be Viewed In Pounds Or Kilogram. Can Measure Up To 90kg (200lbs.). Durable Metal Gauge. Warranty –at Least 6 Months Upon Delivery And Installation. Unit 1 55,000.00 3 Parallel Bars. Brand New. Product Specifications: Adjustable And Foldable. Stainless Steel Bars And Steel Base. Height Adjust Within 26''-40''. Width -24''-36". Length Ranges: 7-10 Feet. Warranty -at Least 6 Months Upon Delivery And Installation Unit 1 50,000.00 4 Pulley System. Brand New. Product Specifications: Single Handle/dual Tower. Chest And Floor Height Mounted Handle. Easily Adjustable Handles. Wheelchair Accessible. Warranty –at Least 1 Year Upon Delivery And Installation. Unit 1 150,000.00 5 Pbx, Smart Hybrid. Brand New. Product Specifications: Designed For Telemedicine Use. Genuine And High Quality Brand. Pabx Built-in Extensions 16 Analog. At Least 2 Card Slots And 2 Slots Trunk Extension Card Switch System. Ability To Equip Sub-frame Ns-320; 12-32 Trunk Extensions. Sub-frame To Extend Pbx Ns300. Port Connected To The Main Frame. Dimensions: 40-45 X 35-36 X 86-90 Cms. Warranty –at Least 6 Months From Delivery And Installation * Unit 1 100,000.00 6 Uninterrupted Power Supply. Brand New. Products Specifications: Designed For Telemedicine Operation. 3000va. Output Power Capacity-3000va, Mount: 3u Rack Mountable. Nominal Output Voltage -230v. Dimensions: 20-22 X 19-20 X 5-6 Inches. Warranty –at Least 6 Months Upon Delivery And Installation. * Unit 1 400,000.00 7 Medical Waste Shredder. Brand New. Product Specifications: 20hp Motor Slow-speed And High Torque Dual Shaft Shredders, 5/16″ Wide Cutters, With Bearing Protection And Cleaning Fitters. Features: Efficiently Shred Syringes, Face Masks, Boxed Medical Waste, Pill Bottles, Etc., Available With A Split Cutting Chamber That Allows For Two Different Shred Widths Within One Shredder, The Manner Of In Feed And Output Are Also Divided. Includes Training And Certification, Warranty 1 Year Upon Installation Unit 1 350,000.00 8 Portable Multi-parameter Analyzer Flow Water Quality Testing. Brand New. Product Specifications: Measures Water Quality Parameter For Ph/ec/ise/do/temp. Mv/orp/px/resistivity/tds/sal./do Saturation. Features: Portable Device, Color High Contrast Lcd Touchscreen, Data Storage1000 Sets For Each Parameter, Support For Usb Communication, Ip65 Waterproof, Includes All Necessary Accessories And Consumables, Includes Training And Certification For Use, Warranty For 1 Year Upon Installation Unit 1 200,000.00 9 Water Purification System. Brand New. Product Specifications: 6000 Gdp Reverse Osmosis Machine. Up To 1200 Containers Per Day. Double U.s. Membrane. 2 Tanks 1000ltrs. For Raw & Product Water. At Least 28 Stages Of Water Filtration. To Include Piping Line From Water Station To Specified Areas Within The Health Facility. To Include Necessary. Building/structure For The Water Station. Service Warranty 1 Year After Delivery And Installation. To Include Service And User Training. Including Consumables: 50 Gallons Round Containers, 50 Gallons Slim Containers, 1 Sack Industrial Salt. * Unit 1 350,000.00 10 Anesthesia Machine With Cardiac Monitor. Brand New. Product Specifications: Main Gas Supply -oxygen, Air. Pin Index Supply System: Oxygen, Air. Ventilatior: With At Least Six (6) Ventilation Modes. Machine Must Be Able To Ventilate Patient Using The Preset Settings Provided By The End-user Even Presence Of Driving Gas Is Temporarily Unavailable. Ventilator Must Be Enclosed With Metal Casing To Prevent Entry Of Foreign Items Including Fluid. Ceramic Type Of Inspiratory And Expiratory Valve. Ventilator Must Have High Pressure Valve That Ensures Release Of Excess Pressure When Required. Ventilator Must Be Functional When Machine Is Connected Either Through Direct Power Supply Or Back Up Battery. Breathing System: The Volume Of The Compact Breathing System And Co2 Absorber Must Be 1.7l Excluding Hoses And Breathing Bag. Volume Of Co2 Absorber Reusable Canister Must Be 1.5l. With Bypass Valve Located In Breathing System Allowing Continuous Machine Operation While Changing Co2 Absorber. With Fresh-gas Decoupling Valve That Prevents Direct Entry Of Pressure In The Patient Airway When Pressing The O2 Flush Button, Peep And Pressure Limitation. With Breathing System That Can Be Detached From The Main Unit Without Tools Required. Breathing System Should Be Separated From The Main Unit With Mounting That Can Be Positioned From Any Direction Without Moving The Entire Anesthesia Machine. With Ceramic Type Of Inspiratory And Expiratory Valve. With Sample Gas Return Port. With Pup Off Pressure Release Valve Located At The Apl Valve. With Moisture Reduction System. Hot Steam Sterilization Can Be Carried Out At 134 ° C (273.2 ° F). With Heated Breathing System. Anesthesia Gas Supply Module: Range Of Fresh Gas Flow Indicators: 0.0 To 12.0 L/min. O2 Flush (bypass): At 87 Psi (6 Kpa X 100): Max. 75 L/min At 41 Psi (2.8 Kpa X 100): Min. 25 L/min. With Metering Valve And Dual Flow Tubes For Fresh-gas. With Integrated O2 Monitoring Located In The Screen. Vaporizer: With Two (2) Selectatec Vaporizer Mounting. With One (1) Unit Sevoflurane And One (1) Unit Isoflurane Vaporizer. Vaporizer Must Have No Cloth Component Which Allows Item To Be Functional Immediately Even Transporting It In An Upside Down Position. Oxygen Sensor: With Oxygen Sensor That Measures Percentage Of Oxygen. Flow Sensor: With Constant Temperature Hot-wire Anemometer Flow Sensor. Must Be Located Within The Anesthesia Unit Distal To The Patient Area. Flow Sensor Must Be Reusable. Auxillary Low Flow Oxygen: With Integrated Low Flow Oxygen Supply For Mask And Nasal Cannula Application. Writing Table/drawers/mounting: With At Least 3 Drawers As Storage For Other Accessories. With A Retractable Writing Table That Can Hold At Least 10kgs. Advanced And Safety Features: Functional Even The Battery Is Completely Discharged, All Pneumatic Functions Continue To Be Available (apl Valve, Breathing Pressure Gauge, Cylinder And Pipeline Gauges, Fresh Gas And Agent Delivery, And O2, Air, Flow Meters).manual Or Spontaneous Ventilation Can Be Maintained During Power Failure And Discharged Of Battery. In Case Of No Power And Totally Discharged Battery, Machine Must Be Shifted Automatically From Ventilator Mode To Manual Mode Without Any Switch Or Button Required. Start-up Time Must Be Less Than 15 Seconds. Power Input Data: Power Supply: Rating Non-configurable 100 To 240 Vac, 50/60 Hz, 145 Va. Battery Operation Time: Up To 2 Hours, Minimum Of 45 Minutes. Parameters: Minimum Tidal Volume (vt) Required: 20 Ml. Breathing Frequency (rate): 4 To 60 Bpm (1/min). Inspiratory Pressure: Peep + 5 To 65 Cmh2o. Inspiratory Flow (inspflow): 10 To 75 L/min In Volume And Pressure Control Modes, 10 To 85 L/min In Pressure Support And Simv/ps Modes. Inspiration Pause: 0 To 50 %. Simv Inspiratory Time: 0.3 - 4.0 Sec. Positive End Expiratory Pressure: (peep) 0 To 20 Cmh2o. Inspiration/expiration Ratio: (ti:te) 4:1 To 1:4. Pressure Limiting: 70 Cmh2o. Range Of Fresh Gas Flow Indicators: 0.0 To 12.0 L/min. Pressure Support Level: Peep + 3 To 20 Cmh2o. Min. Frequency For Apnoe-ventilation: (freq. Min.) 3 To 20 Bpm And “off”. Trigger Level: 2 To 15 L/min. Standard Accessories: One (1) Unit O2 Regulator, One (1) Unit Air Regulator, O2, Air Fittings And Hose Clamps, One (1) Unit Adult Anesthesia Circuit With 2l Bag. Biolight M12 Patient Monitor (basic Configuration). Technical Specification: Display/waveforms: Screen Size Display: Not Less Than 12" Color Tft Screen. Screen Navigation: Touch Screen With Quick Volume And Brightness Adjustment. Support Quick Key, Able To Access Specific Functions Or Perform Operations Easily And Quickly. No. Of Waveforms: At Least 7 Waveforms (using Standard Screen Display). Battery: Internal Battery Duration Must Be: ≥ At Least 240 (built In Battery). Can Upgrade Lithium Battery, Battery Power Supply ≥480 Min. Ecg: Ecg Leads: 3/5 Leads, Display Sensitivity: ×0.25, ×0.5, ×1, ×2, ×4,auto Gain, Must Have A Smart Lead Off Feature, Must Have An Ecg Calibration Feature, Must Have An St Segment Analysis And Monitoring. Heart Rate Range Must Be: Adu: 10 To 300 Bpm, Ped/neo: 10 To 350 Bpm, Must Have Two (2) Hr Averaging Method. With Ecg Multi-lead Synchronous Analysis Function, Analysis Of Multiple Cardiac Leads At The Same Time, Can Be Accurately Monitored In The Case Of Individual Lead Interference, With Intelligent Lead Fall Monitoring Function. St-segment Analysis Can Show The St Graphic, Which Help Indicates The St Alarm Status More Faster. Nibp: Nibp Measurements Must Comply With The American National Standard For Electronic Or Automated Sphygmomanometers: - (ansi/aami/iso 81060-2:2009, Ansi/aami Sp10:2002) In Relation To Mean Error And Standard Deviation. Measurement Mode: Manual, Auto, Stat, And Sequence. Sequence Mode Could Support 5 Different Modes. Maximum Measuring Interval In Auto Mode Must. Must Have An Overpressure Protection For Nibp. Temperature: Must Have Dual-channel Body Temperature Monitoring With Difference Display Measurements. Must Support Skin And/or Oral/rectal. If More Than One Temperature Probe Is Used, The Monitor Will Be Capable Of Calculating And Displaying A Delta Reading. Measuring Range: 0~50 ℃. Spo2: Must Be Used In Low Pi (perfusion Index). Resp: Detection Method: Respiratory Rate And Respiratory Waveform Must Be Monitored By Pulse Wave. Trends: Trend Data For All Parameters In Tabular And Graphic Formats Must Be: 180h. Stored Nibp Measurements Must Be: Up To 2400 Groups. Stored Alarm Events Must Be: 3000 Groups And Associated Waveform. Holographic Waveform Must Be 72 Hours. Printer/recorder: Must Support 3-channel Recorder To Realize Thermal Printing; Support Network Printing Function. Network Capability: The Ip Address Of Each Patient Monitor Shall Be User Configurable. Features: -the Monitor Must Provide Electronic Early Warning Scor (ews, Glasgow Coma Scale (gcs), And Oxycrg Screen. -oxycrg Screen Shows Two Trend Curves And A Compression Waveform, Support To Review 48 Hours Trend Curve And Compression Waveform On The Oxycrg Review Screen. -accessories Storage Box, Help Manage Accessories And Prevent Accessories Missing Or Broken Problem. -user Shall Be Able To Freeze The Waveforms On The Screen And Then Review It To Carefully Observe The Patient During This Time. -up To 4 Timers Shall Be Able To Be Configured On Monitor Display To Count Up Or Down The Required Time In Minute And Second With Audio Alarm To Alert User. - The Monitor Shall Provide Following Specific Working Modes: Standby, Intubation, Night, Privacy, And Demo Modes. Accessories Included: 3/5 Lead Ecg Cable, 3/5 Lead Ecg Lead Wires, Adult Spo2 Sensor, Pediatric Spo2 Sensor, Temperature Probe Skin, Temperature Probe Oral/rectal, Nibp Cuff Adult, Nibp Cuff Pedia, Wall Mount / Trolley, One (1) Unit Pediatric Anesthesia Circuit With 1l Bag, Two (2) Units Power Adapter. Includes Avr Machine For Anesthesia Machine. Warranty -2 Years From Delivery, Installation, And Training/orientation. Unit 1 3,300,000.00 11 Cardiac Monitor With Capnograph. Brand New. Product Specifications: Display/waveforms: Screen Size Display: Not Less Than 12" Color Tft Screen. Screen Navigation: Touch Screen With Quickly Volume And Brightness Adjustment By Gestures Operate. Support Quick Key, Can Easily And Quickly Access Some Functions Or Perform Operations. No. Of Waveforms: At Least 7 Waveforms (using Standard Screen Display). Size Must Be: At Least 175mm X 320mm X262mm. With Auto Speech Recognition Module Implements The Voice Interaction With The Patient Monitor. Battery: Internal Battery Duration Must Be: ≥ At Least 240 (built In Battery). Can Up-grade Lithium Battery Power Supply ≥480min. Ecg: 5 Leads Display Sensitivity: ×0.25, ×0.5, ×1, ×2, ×4, Auto Gain. Must Have A Smart Lead Off Feature, Must Have An Ecg Calibration Feature, Must Have An St Segment Analysis And Monitoring. Heart Rate Range Must Be: Adu: 15 To 300 Bpm, Ped/neo: 10 To 350 Bpm. Must Have Two (2) Hr Averaging Method. With Ecg Multi-lead Synchronous Analysis Function, Analysis Of Multiple Cardiac Leads At The Same Time, Can Be Accurately Monitored In The Case Of Individual Lead Interference, With Intelligent Lead Fall Monitoring Function. St-segment Analysis Can Show The St Graphic, Which Help Indicates The St Alarm Status More Faster. Nibp: Nibp Measurements Must Comply With The American. National Standard For Electronic Or Automated. Sphygmomanometers: - (ansi/aami/iso 81060-2:2009, Ansi/aami. Sp10:2002) In Relation To Mean Error And Standard Deviation. Measurement Mode: Manual,auto, Stat, And Sequence,sequence Mode Could Support 5 Different Modes. Maximum Measuring Interval In Auto Mode Must. Must Have A Dual Overpressure Protection For Nibp. Temperature: Must Have Dual-channel Body Temperature Monitoring With Difference Display Measurements. Must Support Skin Or Oral If More Than One Temperature Probe Is Used, The Monitor Will Be Capable Of Calculating And Displaying A Delta Reading. Measuring Range: 0~50 ℃. Spo2: Must Be Used In Low Pi (perfusion Index). Resp: Detection Method: Respiratory Rate And Respiratory Waveform Must Be Monitored By Pulse Wave. Ibp: Support 2-channel Ibp Measurement Range: -50mmhg~+350mmhg. Types Of Measuring Blood Vessels: Arterial Pressure (art), Pulmonary Artery Pressure (pa), Central Venous Pressure (cvp), Right Atrial Pressure (rap), Left Atrial Pressure (lap), Intracranial Pressure (icp); Pulmonary Artery Wedge Pressure (pawp); Cerebral Perfusion Pressure (cpp). The Monitor Will Calculate The Ppv Based On Any Arterial Pressure Value Between Heartbeats. Etco2: Measuring Range: Etco 2 0 To 150 Mmhg. Fico: 3 To 50 Mmhg. Awrr: 0 To 150 Rpm (mainstream). Trends: Trend Data For All Parameters In Tabular And Graphic Formats Must Be: 180h. Stored Nibp Measurements Must Be: Up To 2400 Groups. Stored Alarm Events Must Be: 3000 Groups And Associated Waveform. Holographic Waveform Must Be 72 Hours Printer/recorder: Must Support 3-channel Recorder To Realize Thermal Printing; Support Network Printing Function Network Capability: The Ip Address Of Each Patient Monitor Shall Be User Configurable. The Upper/lower Limits Of Alarms Can Be Configured Via Networking From The Central. The Alarms At Bedside Can Be Paused Or Muted Via Networking From The Central. Features: -the Monitor Must Provide Electronic Early Warning Scor (ews), Glasgow Coma Scale (gcs ), And Oxycrg Screen. -oxycrg Screen Shows Two Trend Curves And A Compression Waveform, Support To Review 48 Hours Trend Curve And Compression Waveform On The Oxycrg Review Screen -accessories Storage Box, Help Manage Accessories And Prevent Accessories Missing Or Broken Problem -all-in-one Monitoring Adult, Children, And Newborn Patients. -user Shall Be Able To Freeze The Waveforms On The Screen And Then Review It To Carefully Observe The Patient During This Time. -up To 4 Timers Shall Be Able To Be Configured On Monitor Display To Count Up Or Down The Required Time In Minute And Second With Audio Alarm To Alert User. - The Monitor Shall Provide Following Specific Working Modes: Standby, Intubation, Night, Privacy, And Demo Modes. Warranty -1 Year From Delivery And Installation. Unit 2 500,000.00 12 Ceasarian Instrument Set. Brand New. Product Specifications: Made Of Heavy Duty Stainless Steel. Includes The Following Items: 1 Pc. Scalpel Handle #3 With Measure 125mm, 1 Pc. Scalpel Handle #4 135mm, 1 Pc. Tc Metzenbaum Scissors Cvd 180mm, 1 Pc. Lexer Scissors Narr Str 165mm, 1 Pc. Mayo-lexer Scissors Cvd 165mm, 1 Pc. Lister Bandage Scissors Hvy 180mm, 1 Pc. Standard Forceps Serr 160mm, 1 Pc. Standard Tissue Forceps 1x2 160mm, 5 Pcs. Lorna Towel Clamp Non-perf 130mm, 6 Pcs. Halsted-mosquito Forceps Delstr125mm, 6 Pcs. Halsted-mosquito Forceps Del Cvd125mm, 2 Pcs. Kelly Forceps Del Str 140mm, 6 Pcs Moynihan Hemostatic Forceps, Crv, 150mm, 1 Pc. Tc Mayo-hegar Ndlholderhvyserr150mm, 1 Pc. Tc Hegar Needle Holder Hvy-serr 205mm, 1 Pc. Us-army Retrac.26x15/43x15-23x15/40x15, 1 Pc. Richardson-eastman Bt471rbt472r, 6 Pcs. Boys-allis Forceps 5x6 155mm, 2 Pcs. Kidney Tray Stainless Steel 250mm, 1 Pc. Bottom For 3/4 Container Height:135 Mm, 1 Pc. Primeline Pro 3/4 Lid Red, 1 Pc. 3/4 Size Perf Basket 406x253x76mm, 1 Pc. Silicone Basket Liner 3/4 Size, 1 Pc.mayo Safety Pin F/ring-hdl Inst 140mm, 1 Pc. Ident. Label Up To 13 Letters Red. Warranty –at Least Eat 1 Year From Delivery. Set 2 1,520,000.00 13 Chemical Analyzer. Brand New. Product Specifications: Combined Instrument With Two Complementary Technologies: Raman Spectroscopy And Colorimetric Detection Confirmatory Testing: One Instrument Capable Of Confirmatory Testing Using Two Technologies Including 1) Swgdrug Category A Technique For Presumptive Testing, And 2) Swgdrug Category C Technique For Confirmatory Testing Safety Of Features For Measuring Energetic Samples: Trace Detection Testing For Energetics Without Need For Opening The Container Nor Inducing Laser Light To The Sample, Scan Delay Timer: 15 Sec – 10 Min Sample Size: Able To Detect / Identify Samples From 1 Microgram Traces To Large Bulk Samples Materials Covered: Common Raman Substances, Explosives, Narcotics, Cwas, Tics, Tims, Precursors, Common Chemicals, Fluorescent Materials Not Covered By 785nm Raman: E.g. Colored Materials, Heroin, Colored Mdma Pills, Oils, Npss, Etc., Low Concentration Materials Not Covered By Any Raman Instruments: Lsd, Thc, Magic Mushrooms, Gunpowder, Etc. Raman Excitation Wavelength: 1064nm Minimizes Fluorescence Effects: Allows For Direct Analysis Of Colored/impure Chemicals Through Colored Packaging. Spectral Wavelength Range 200 – 2500 Cm-1 Portability Power: Small Handheld Device, Optimized For One Handed Operation. , 18.5cm-20cm (l) X 15cm-20cm (w) X 7.9cm-10cm (h), 3.65lbs-5lbs (1.65 Kg-2.27kg)., Quantity 2 Lithium Ion Rechargeable Batteries With Battery Life Of More Than 6 Hours Per Charge Per Battery. Cr123a Rechargable Batteries Can Be Used. Including Spare 2 Lithium-ion Battery. Ruggedness Decontamination: Us Mil-std 810g Designed Rugged., Ip 68 Rated For Use In Varying Environmental Conditions And For Complete Decontamination. Operational Temperature Range: Unit Can Be Operated In -20°c To +50°c Temperatures., Withstands Temperature Fluctuations And Humidity Fluctuations. Rapid Start-up Rapid Results: 60 Seconds From Power On To Analysis., Analysis Results In Less Than One Minute. Operational Mode Options: Raman Analysis And Colorimetric Analysis Oraman: • Auto-collect Adjusts Raman Settings Automatically Optimizes Use For Routine Operations • Advanced User Adjustable Raman Settings For Advanced Operators And Custom Library Build: • Laser Power Level 30-490 Mw Adjustable In 5 Mw Increments Exposure Time 5ms To 30s In Increments • Custom Applications Optimize Raman Analysis Parameters Specific To Material Type Ocolorimetrics: • Pouches Including Both Swipes And Colorimetric Chemicals In One Pouch • Pouches For Explosives And Narcotics • General Pouches For Detecting A Wide Range Of Explosives Or Narcotics • Specific Pouches For One Explosive/narcotic Substance Or Substance Group Easy Raman Operation: • Scans In Direct Contact And Through Translucent Plastic Or Glass Containers. • Universal Sample Holder For Analysis Of Samples In Varying Forms And Packaging. • Smartphone Like Touch-screen Interface Or Large Button Activation. • User Prompted Step-by-step Onscreen Analysis Activation. • Typically, 4 Button Presses To Receive Analysis Result. • Onboard System Status Monitoring And Calibration. Reduces Down-time And Necessity For Re-calibration At A Service Depot Analytical Performance: • Liquids, Solids, Powders, Pastes, Gels, Invisible Traces. • Colored Substances And Substances Found In Colored Translucent Packaging. These Types Of Substances Are Most Often Encountered In Real-world Samples. • Comparative Spectral Analysis Overlay Easily Performed Onboard. • User Adjustable Focus Ensures Analysis Of Material And Not The Packaging. • 4c Software Automatically Monitors Results For Combinations Of Precursors Used In Threat, Drug Manufacturing, And Other Recipes. Users Receive Onscreen Alert To Potential Threat Or Clandestine Drug Manufacturing Activity. Library: Raman: • Over 12,000 Substances. • Resq Library Includes The Latest Explosives, Precursors, Cwas, Tics/tims, Narcotics And Psychotropic Drugs, Steroids, Cutting Agents, Pharmaceuticals, Diluents And Pesticides. • Easily Expandable To Add Emerging Threats And Other Substances. • Fleet Management And Library Transfer To Units In The Field. • 4c Library With Explosive, Drug Manufacturing And Other Types Of Threat Manufacturing Recipes. • Library Updates Provided More Than Once A Year Colorimetrics: • General Narcotics Pouches: Multi Drug Test Incl. Fentanyl, Special Opiate Pouch, Cannabinoids • General Explosives Pouches: Chlorates/perchlorates, General Explosives • Specific Pouches: Cocaine, Ephedrine, Heroin, Ketamine, Lsd, Meth/mdma, Mushrooms, Opiates, Pcp, Thc, Ghb Evidence Documentation Traceability: • Onboard 5mp Camera Captures Image Of Sample And Surroundings, As Well As Colorimetric Swab. • Image(s) Stored Along With Analysis Results In Tamper-resistant File. All Analysis Results Are Traceable And Include Unique Date, Time And Serial Number Stamp. • Ability To Activate Password Protect Operator Log-in. Record Of User Associated Activity Stored Onboard And Cannot Be Deleted. Data Access And Transfer Reporting: • View Results In Real Time On Cell Phone Or Tablet, Computer Or Laptop (pc, Ios, Android, Linux) Via Wifi (can Be Disabled). • Exportable Data In Numerous File Formats. • Data Access And Transfer On Computer Or Laptop Via Usb And Wifi (can Be Disabled). • Easy Report Generation. Customer Support Package: • 24/7/ 365 Days Reachback Service For The Life Of The Unit. • Library Updates Provided For The Life Of The Unit. • Software Updates Provided For The Life Of The Unit. • Support: Online, Phone, Email, And In Some Cases Text Message For The Life Of The Unit Cql Complete Package: • Rugged Shipping Case With Custom Foam Insert. • Qty 2 Rechargeable Lithium-ion Batteries. • Cr123a Battery Cartridge (does Not Include Cr123a Batteries). • External Battery Charger. • Ac Power Supply. • Adjustable Base Adaptor. • Universal Sample Holder. • Certified Benzonitrile Performance Verification And Calibration Standard. • Flash Drive Containing User Manual And Supporting Documentation. • Quick Start Guide. • Usb-c To Usb-a Data Transfer Cable. • 1064nm Laser Test Card. • Including Hand Strap And Wrist Strap. . Training: • Comprehensive Onsite Training For An Unlimited Number Of Users. Add-on Accessories And Software: • Periscope Adaptor. • Vial Holder. • Bottle Adaptor. • Integrated Quickdetect Automated Colorimetrics • Detect Trace Quantities Of Non-visible Residues Left On Surfaces: • Explosives And Explosive Precursors • Narcotics Standard Requirements: • Bidder’s Certificate That Will Provide Manual In English Language (2 Copies Of Operator's/user's Manual And 2 Copies Of Service/technical And Maintenance Manual) Upon Delivery. • Brochure/sales Literature. Training Requirements: • Bidder’s Certificate That Will Conduct Free Technical Training And Product Demo For The End-user/s And In-house Biomed On Equipment Operation And On Maintenance Of Equipment. • After Sales Service: Bidder’s Certificate That Parts Shall Be Available At The Authorized Philippine Service Center/s For A Period Of Five (5) Years After The Warranty Period. • Certification From Local Distributor On The Availability Of Service Technicians And/or Biomedical Engineers In Case Of Equipment Breakdown. Preventive Maintenance - • Bidder’s Certificate Free Quarterly Preventive Maintenance During The Warranty Period With Preventive Maintenance Plan. Warranty Certificate: • Warranty Certificate Minimum Of Five (5) Years For Service And Three (3) Years For Parts. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user After Testing And Commissioning. • Calibration: With Certificate Of Calibration Upon Delivery. The Bidder Must Be Iso 9001 And The Manufacturer Should Be Iso 13485 Certified Unit 1 6,900,000.00 14 Common Bile Duct Exploration Supplement Set. Brand New. Product Specifications: Made Of Heavy Duty Stainless Steel. Includes The Following Items: 1 Pc. Randall Kidney-stone Frcpsslt-cvd225mm, 1 Pc. Randall Kidney-stone Forceps Cvd225mm, 1 Pc. Randall Kidney-stone Frcpshvy-cvd225mm, 1 Pc. Randall Kidney-stone Frcps U-cvd225mm, 1 Pc. Bakes Bile-duct Dilator 1mm, Bakes Bile-duct Dilator 2mm, 1 Pc. Bakes Bile-duct Dilator 3mm, 1 Pc. Bakes Bile-duct Dilator 4mm, 1 Pc. Bakes Bile-duct Dilator 5mm, 1 Pc. Bakes Bile-duct Dilator 6mm, 1 Pc. Bakes Bile-duct Dilator 7mm, 1 Pc. Bakes Bile-duct Dilator 8mm, 1 Pc. Bakes Bile-duct Dilator 9mm, 1 Pc. Bakes Bile-duct Dilator 1mm, 1 Pc. Randall Kidney-stone Forcepscvd190mm, 1 Pc. Randall Kidney-stone Fcpshvy-cvd190mm, 1 Pc. Bottom For 1/2 Container Height:135mm, 1 Pc. Prime Line Pro 1/2 Lid Green, 1 Pc. 1/2 Size Perf Basket 243x253x76mm, 1 Pc. Identification Label Green. Set 1 590,000.00 15 Defibrillator. Brand New. Product Specifications: General Features: 7-10 Inch Lcd Display, Maximum Of 3 Waveforms. High Contrast Display Mode For Bright Environments. Ambulance-ready, Rugged Casting: Ip44, Impact Test Of 0.75m. Output Energy: 1-360j. Charge Times Of <3s T O200j, <7s To 360j. Auto-volt With Smart Charging. Lithium-ion Battery Supports To 6 Hours Monitoring/200 Shocks @360j/ 4.5 Hours Pacing, With Built-in Led Power Level Indicator. Lightweight At 4-5kg., Full Configuration, Main Unit. Automatically Switch Defibrillator Energy, Cpr Prompts, And Alarm Limits Depending On Patient Type. Display Ecg During Aed Mode. Ecg Recovery Within 2.5s Or Less. Contact Status Can Be Checked Through Paddle And Monitor, Impedance Value Can Be Checked In Monitor. Auto-testing Includes Maximum Energy Discharge Test. Parameters: 3/5 Lead Ecg, Pacer. Includes: Thermal Recorder, External Paddle Kits, Ecg Cable And Lead Wires, Ecg Electrode, Multifunction Electrode Pad. Printer Paper, Electrode Gel, Power Cord, Lithium-ion Battery. Unit 5 1,500,000.00 16 Dish Sterilizer. Brand New. Product Specifications: − High Light Led Display, − With Special Boiler Temperature Drainage Settings, − Washing (non-recycling) Parameters Can Be Set Free And With Control Memory Function, − Can Meet Different Washing Demand, − Self - Research Internal Water Softener, − Double Construction Design For Top Cover, − Power: 380v/50hz, − Basket Dimension : 500x500mm, − Washing Ability : At Least 60 Basket / H, − Rinse Water Quantity : 3 L/h, − Inlet Height :400-430mm, − Machine Dimension : 800-850x800-820x1450-1500mm, − Rated Power : 14.75kw, − Gross Weight : 140-150, − Net Weight : 100-110, − Packing Size : 890-900x900-910x1630-1700mm. Warranty Period- Within 1 Year Upon Delivery And Installation To Cover Parts (excluding Wearable Parts) And Service With Preventive Maintenance Every 6 Months Within 2 Years Period. Provides Orientation And Training To End-user Representative.* Unit 1 500,000.00 17 Electrocardiography Machine (ecg) Brand New. Product Specifications. High Resolution Lcd Touch Screen, 320-330x240-250vivid Waveform Display. 12 Leads Ecg Resolution Thermal Printer. Built-in Rechargeable Li-ion Battery, Ac/dc Power Supply. Anti-defibrillator And Pace Maker Detection. Complete Digital Filtering, Resisting Baseline Drift, Automatic Baseline Adjustment. Automatic Ecg Measurement And Interpretation. Large Patient Data Storage; 150 Cases, Equipped With Usb Port For Data Transfer. Three (30 Printing Formats (auto, Manual And Rhythm) Selectable. 1/2/3 Channel Ecg Waveform And Rhythm Leads Record Out. Lead Status Diagram Display. Unit 4 200,000.00 18 Electrosurgical Dessicator Machine. Brand New. Product Specifications: Use For Removal Of Lesions, Warts, Skin Tags, And Other Blemishes Easily With Minimally-invasive Treatment. For Superficial Treatments, Safe To Use Around The Eye And Nose Area. Includes Re-usable Pen And Tips. Unit Specifications: Depth:4-5 Inches, Width:8-9 Inches, Height:7-8 Inches, Weight:6-8 Pounds, Output Power -low At 0-20watts (1/10 Watt Increments Up To 10 Watts), High At 0-35 Watts, Bipolar: 0-35 Watts. Offers Hand-or-foot Activated Operation. Autoclavable, Reusable Hand Control Pencil With Power Adjustment Buttons. Pencils Are Designed With Non-spinning Hex Collar For Multi-positional Fall-safe Blade Locking. Equipped With Mobile Stand. Includes Consumables.warranty-6 Months From Delivery And Installation. Set 1 100,000.00 19 Fetal Maternal Monitoring System: Brand New. Product Specifications: Foldable Screen. Probe Rack And Wall Mounting Rack. Handle For Easy Carrying. User-friendly Gui With 3 Display Modes. Four (4) Optional Color Background. Capable Of 24 Hours Ctg Storage. Fast Print For Store Traces. "smart Notes" Annotation. Signals Overlap Verification. Real-time And Offline Data Transmission To Pc. 10-12 Inch Color Touch Screen. Excellent Algorithm. 12-crystal And 1 Mhz Water-proof Transducer For Accurate Detection. Configuration: Dual-fhr, Toco, Fm, Afm, Mecg, Nibp, Mspo2, Temp. Includes: 3 Each Belt, 1 Each Event Marker, 1 Bottle Ultrasound Gel, 1 Ea. Fhr Transducer, Purple, 1 Each Transducer, Yellow, 1 Each Spo2 Sensor, Adult, 1 Each Temperature Probe, Skin, 1 Each Toco Probe, 1 Each Nibp Cuff, Adult, 1 Each Nibp Tube, Adult. Unit 3 1,110,000.00 20 Infusion Pump. Brand New. Product Specifications: Mechanism: Peristaltic Pump, Operating Mode: Flow Rate Mode, Drip Rate Mode(optional), Preset Volume: 1-9999 Ml, Flow Rate Range: 1 – 600 Ml/h, Increment: 1, 10, 100 (ml/h), Accuracy: ± 5%, Kvo Rate: 1 Ml/h, Bolus Rate: 600 Ml/h, Drop Rate Range: 1 – 400 Drop/min With Optional Drip Sensor, Screen: 2.7 Inches B/w Lcd, Information: Flow Rate, Preset Volume, Accumulated Infusion Volume, Completion, Occlusion, Air Bubble, Bed No, Ac Power Indicator, Battery Capacity, Battery Charge Indicator, Iv Set, Etc., Status Indicator: Stop, Run, Bolus, Kvo, Alarm Type: Air Bubble, Finish, Occlusion, No Ac Power, Low Battery, Battery Empty, Reminder To Operate, Communication Error (err1), Operation Error (err2), Drops Error (err3), Handle Open (err4), Air Bubble Level: 1-3 Levels Adjustable, Universal Compatibility, Turn On/off, Occlusion Alarm Pressure Range: 3 Levels: 60kpa, 100kpa, 140kpa (±20kpa), Battery Type: Lithium Polymer, Battery Life: Up To 4 Hours Continuous Operation 25 Ml/h Flow Rate, With Delivery And Installation, Provision Of Trainings Of Staff With Certificates, And Manual. Unit 4 320,000.00 21 Laboratory Oven. Brand New. Product Specifications: Working Temperature Range At Least 5 Above Ambient Temperature To +300 °c; Setting Accuracy Temperature Up To 99.9 °c: 0.1 / From 100 °c: 0.5; Setting Temperature Range +20 To +300°c; Temperature Sensor 1 Pt100 Sensor Din Class A In 4-wire-circuit. Control Cockpit Single Display. Adaptive Multifunctional Digital Pid-microprocessor Controller With High-definition Tft-colour Display; Timer Digital Backwards Counter With Target Time Setting, Adjustable From 1 Minute To 99 Days; Adjustable Parameters: Temperature (celsius Or Fahrenheit), Air Flap Position, Programme Time; Ventilation: Natural Convection, Vent Connection With Restrictor Flap; Works Calibration Certificate : Calibration At +160°c; Door Fully Insulated Stainless Steel Door With 2-point Locking (compression Door Lock); Internals 1 Stainless Steel Grid(s), Electro Polished; Stainless Steel Interior; Interior Easy-to-clean Interior, Made Of Stainless Steel, Reinforced By Deep Drawn Ribbing With Integrated And Protected Large-area Heating On Four Sides; Volume 32 L; Dimensions W(a) X H(b) X D(c): 400 X 320 X 250 Mm; Max. Number Of Internals: 3; Max. Loading Of Chamber 60 Kg; Max. Loading Per Internal 20 Kg; With Free Power Back-up System, With Free Installation And Demonstration. Unit 1 130,000.00 22 Newborn Hearing Screening Test Equipment. Brand New. Product Specifications: • Capable Of Screening And Diagnostic Testing With Te And / Or Dpoae. • Fast Automatic Test With Pass / Refer And Graphical Test Result Display. • Direct Evaluation Via Value And Bar Diagram. • Up To 12 Frequencies Displayed Within The Device, Dp Up To 12 Khz. • 5 Dp / 2 Te Protocols With User Customizable Parameters (diagnostic Version). • High Noise Immunity For Operation In Normal Clinical Environment. • Lightweight, Small Ear Probe. • Environmentally Friendly Due To Long Life, Rechargeable Battery. • Bluetooth Communication To Optional Printer And Pc • Evaluation Of Results In Pc. Screener With At Least 4 Frequency Dpoae Testing Protocols. • Qualified Protocols Built Into The Device. • 4 Dpoae Test Frequencies Reported. • Integration To State Tracking Systems, Hi-track Or Oz. Diagnostic With Up To 12 Frequency Dpoae Testing Protocols. • 1.5 To 12 Khz Frequency Range With Up To 12 Test Frequencies Reported. • Customizable Test Protocols Teoae Available As An Upgradeable Option. Measurement Type: Distortion Product Otoacoustic Emissions (dpoae) Transient Evoked Otoacoustic Emissions (teoae). Frequency Range: Screener Version: Dpoae: 2.0 Khz To 5.0 Khz Teoae: 1.5 Khz To 4.0 Khz. Diagnostic Version: Dpoae: 1.5 Khz To 12.0 Khz Teoae: 0.7 Khz To 4.0 Khz. Stimulus Intensity Range: Dpoae: 40 Db Spl To 70 Db Spl Teoae: 83 Db Spl Peak Equivalent (±3 Db). Microphone System Noise: -20 Db Spl @ 2 Khz (1 Hz Bandwidth)/ -13 Db Spl @ 1 Khz (1 Hz Bandwidth). Dimensions And Weight (unit): 2.5 To 3” W X 1.2 To 1.8” D X 5.5 To 6.5” H 6.2 To 6.8 Oz. Power Supply: Lithium-ion Rechargeable. Battery Life: 1000 Tests Per Charge, Minimum 15 Hours On-time. Connectors/ Communications: Integrated Usb Communication Capability For Battery Charging And Communication With Pc-based Database Programs Or An Optional Printer. Hdmi Connector For Connection To The Micro-probe. Integrated Bluetooth Class 2 + Edr With Spp. Protocol For Communication With Optional Printer. Standard Accessories: Micro-probe, Box Of Single Use Ear Tip And Ear Tip Remover, Package Of Probe Tubes, Micro-usb Power Supply For Charging Lithium Ion-battery, Pc Database Software With Manual, Micro B To A Usb Cable For Pc Communicator/charging, Protective Carrying Case, Data Management Tool That Provides The Ability To Transfer Patient. Oae Test Data From The Testing Device To A Pc For The Purposes Of Viewing, Archiving, Managing And Printing Oae Reports. Using The Database Also Gives You The Means To Create Letter Sized, Detailed Reports That Can Be Easily Filed Or Faxed. You Can Also Create A “paperless” Office By Saving The Test Results As A Pdf For Electronic Filing Or Email. Dpoae: 40 Db Spl To 70 Db Spl Teoae: 83 Db Spl Peak Equivalent (±3 Db). Includes Ups. Warranty –at Least 1 Year After Delivery And Installation. Unit 1 1,000,000.00 23 Operating Room Lights. Brand New. Product Specifications: Dual Head- Ceiling Type. Major Operating Room Light Multi-color. Merging Of Light Fields, Light Intensity Control. Comfortable Display Of Key-pad On Major Lighting Head. Back Light Key Pad Display. Depth And Merging Light Field Should Be Operated At The Sterilizable Handle. Cool Light Temperature Increasing In Head Area: 0.5 ºc. 360° Continuous Rotation Around All Major Joints. Anti-bacterial Coating Head. - Light Head Diameter: 66cm. Ideal Laminar Flow Ceiling System. With Endo Mode: Must Be Color Green Light. Main Light Head. Electronic Light Intensity Control At Lamp Head. - Light Intensity At 1 Meter Distance: 160,000 Lux. Colour Rendering Index Ra At Kelvin: 98 (for Better Quality Image Of Skin, Blood And Tissues). Colour Rendering Index R9 At Kelvin: 99 (for Better Quality Image Of Skin, Blood And Tissues). Focusable Light Field Size: 19-30 Cm. Colour Temperature: 3,750, 4,000, 4,250, 4,500, 4,750 K. - Adjusting The Shadow Activating Via The Touch Panel. - Maximum Of Four Groups Of Lenses Are Dimmed Simultaneously. Shadow Management System. Number Of Led’s: 99 On Lamp Head. Life Span Of Leds: > 60,000 H. Working Distance: 70-160 Cm. Light Intensity Control (standard): 5% - 100%. Outstanding Depth Illumination: 70, 100, 130 Cm. Laser Pointer On Head (main Light Head Only). Lf-index Leenemann: 26. Lf-index Oostlander: 28. Input Voltage: Single Phase 110 ~ 230 Vac Free Volt. Total Power Consumption: 82 - 92watts. Adjustable Brakes At The Horizontal Arm. Light Head Weights: 18.5 Kg. Protection Type Lamp Head: Iec60529. - Aluminum Housing. Satellite Head. Electronic Light Intensity Control At Lamp Head. - Light Intensity At 1 Meter Distance: 140,000 Lux. Colour Rendering Index Ra At Kelvin: 98 (for Better Quality Image Of Skin, Blood And Tissues). Colour Rendering Index R9 At Kelvin: 99 (for Better Quality Image Of Skin, Blood And Tissues). Focusable Light Field Size: 18-30 Cm. Colour Temperature: 3,750, 4,000, 4,250, 4,500, 4,750 K. Number Of Led’s: 69 On Lamp Head. Life Span Of Leds: > 60,000 H. Working Distance: 70-160 Cm. Light Intensity Control (standard): 5% - 100%. Outstanding Depth Illumination: 70, 100, 130 Cm. Input Voltage: Single Phase 110 ~ 230 Vac Free Volt. Total Power Consumption: 82-92 Watts. Adjustable Brakes At The Horizontal Arm. Light Head Weights: 17.9 Kg Minimum. - Aluminum Housing. Protection Type Lamp Head: Iec60529. Standard Accessories: - Sterilized Handle: 2 Pcs/ Lamp Head, - Ceiling Anchorage Ring With Screws, - Spring Arm, - Ceiling Cover, Including Installation Of Brackets To Embed Overhead Ceiling- User Manual, - Ups. Warranty Of Two (2) Years For Parts And Labor With Free Preventive Maintenance Every Quarter Within Warranty Period Five (5) Years Warranty For Led Bulb Only. Unit 1 2,500,000.00 24 Operating Room Table (motorized). Brand New. Product Specifications: Total Length: 2000-2100 Mm. Width Including Side Rails: 600-630 Mm. Mattress Width: 550-570 Mm. Total Weight: 200-210 Kg. Safe Working Load (swl): Up To 250 Kg. Height Adjustment Range: From 595 Up To 1005 Mm. Castors: Four Ø 120-125 Mm Central Locking Twin Castors. Head Section: -58° ... +37°, 135 Mm. Back Section: -10° ... +70°. Leg Section: -80° ... +10°. Lateral Tilt: 20° / 20°. Trendelenburg/anti-trendelenburg: 30° / 20°. Sliding Tabletop For C-arm Function: 300-320 Mm. Flex / Reflex: 220° / 120°. Electrical System: 24 Vdc, Battery Operated, 100 - 240 Vac, 50/60 Hz. Controls: Hand Control And Integrated Control Panel On The Column. Memory Positions: Four Programmable Positions. Visco-elastic Mattresses. Radio Lucent Tabletop For X-ray. Accessories For General Surgery: 1. Arm Rest, 2. Anesthesia Frame With Clamp And, 3. Attachment Clamp. Transport And Storage Conditions: Temperature 7 10° C + 50° C. Relative Humidity 10 %, 85 %. Air Pressure 700 Hpa, 1060 Hpa. Operating Condition: Temperature +10° C, + 40° C. Relative Humidity 30 %, 75 %. Air Pressure 700 Hpa 1060 Hpa. Side Rail Accessories: 25 X 10mm. Warranty-1 Year From Delivery And Installation. Certificate Of Parts Available In The Next 5 Years. Includes Training To End-user. Includes Product Manual. Unit 2 5,500,000.00 25 Radiant Warmer With Phototherapy Units. Brand New. Product Specifications: Fixed Height Radiant Warmer, Mounted On A Column. The Unit Is Supported By A T-shaped Sturdy And Stable Wheeled Base. Bases Is Provided With A Minimum Three (3) Anti-static Swivel Casters. At Least Two (2) Of The Casters Are Equipped With Brakes. The Base Is Equipped With A Side Handle/rail For Easy Positioning. The Design Of The Base Is Suitable To Be Fitted Over Standard Cradles, Cribs, And Bassinets. Overhead Radiant Heater At A Fixed Height Of 1.80-2.0m. Radiant Heating Is Achieved By Quartz/ceramic Elements, Placed In A Parabolic Reflector. The Radiator Is Equipped With A Safety Grid. The Unit Support Three (3) Modes: Pre-heating, Manual And Servo Mode. The Unit Allows For Instant Switching Been The Different Operating Modes. The Minimum Skin Temperature Setting Range Is 32°c To 37°c. The Resolution Of The Temperature Is: ± 0.5°c Or Better. In Manual And Pre-heating Modes Heating Settings Allow For A Range Of 0 – 100%. Led Spotlight(s) For Examination Are Integrated In The Overhead Radiant Heater, The Angle Of The Overhead Light Is Adjustable. Warm-up Time < 30 Min To 25°c. Power Requirements: 1 Ph, 100 - 240 Volts - 50/60 Hz 900 To 1300va (with Ups And Avr). Display Features: The Display Panel Is Integrated In The Column For Visualizing Working Parameters And Alarms. The Display Indicates: - The Current Active Mode: Pre-heating, Manual Or Servo, - The Current Heating Power In Percentages, - The Current Pre-set Temperature, - The Current Actual Skin Temperature, - The Current Air Temperature. The Unit Is Equipped With A Self-check Feature. Alarm And Safety Features: Alarms Are Audible And Visible. Alarms Indicating: - Sensor Disconnection Or Malfunction. - Power Failure. - Skin Temperature, After Stabilizing, Varying Beyond 0.5° To 1°c From Set-point. - 10 To 15 Minutes After Manual Mode Has Been Engaged An Audible Alarm Will Sound. In Addition, The Unit Will Either Reduce Or Cut The Power To The Heater. In Skin Mode, When The Temperature Exceeds 39°c, The Unit Will Cut The Power To The Heater. Supplied With: Instructions For Assembly, Use And Maintenance In English: 1 X Installed And 2 X Spare Reusable Skin Temperature Sensors, Including Connection Cable And Plug. 1 X Spare Quartz/ceramic Heating Element Or The Same With Installed Heating Element. 2 X Spare Examination Light Bulbs. 1 X Set Of Spare Fuses, If Applicable. Accessories: A Durable Light Weight Cradle/crib And Mattress. Oxygen Regulator Including A Pressure Gauge, Flow Meter, Humidifier Bottle And All Required Tubing. Integrated Weighing Scale. Electrically Operated, Slow Suction Unit Including A Vacuum Regulator, Vacuum Gauge And Autoclavable Collection Jar. Electrical Height Adjustment. T-piece Resuscitator. Integrated Phototherapy Unit. Led Phototherapy Unit 36cm: 620-2800μw/c㎡. Led Phototherapy Unit 50cm: 400-1620μw/c㎡. Estimated Life Span: Eight Years. Includes Avr. Unit 3 600,000.00 26 Refrigerator (biological). Brand New. Product Specifications: External Dimension: W = 700-750 Mm D = 730-750 Mm H = 2000-2100 Mm. Inside Dimension: Useful Space On Top W = 600-620 Mm D = 550-570 Mm H = 500-550 Mm. Useful Space At The Bottom W = 590-610 Mm D = 540-560 Mm H = 500-550 Mm. Capacity: 600 L Temperature Range: Top 2°c To 20°c Bottom 2°c To 20°c. Optional: Other Temperature Ranges. Housing Galvanized Sheet Steel With High Quality White Coating, Antibacterial Coated. With 4 Feet, Height Adjustable. Optional: Set Of 4 Casters, 2 With Brakes. Interior Space Inner Case Of Galvanized Sheet Steel With High Quality White Coating, Antibacterial Coated. Cleaning Friendly By Rounded Corners, Slippery Surface In The Interior, Meets Highest Hygiene Requirements Insulation High Density Foamed-in-place Polyurethane, With A Thickness Of 60 Mm. Cfc-free. Circulation Air Cooling For Rapid And Uniform Temperature Control, Reducing Temperature Gradients To A Minimum. When The Door Is ""open"" The Circulating Fan Is Switched Off Automatically By A Micro Switch In Order To Prevent Warmer Ambient Air Being Drawn In. Door 2 Pcs. Three-layer Thermally Insulating Glass Door (arranged On Above The Other), Supplied As Standard With Right Hand Hinge, Also Available With Left Hand Hinge At No Extra Cost. Grease Resistant Magnetic Seal. Optional: With Door Lock. Interior Fittings 4 Pcs. Grating-type Shelves (dim.: 530x550 Mm), White Coated. Interior Lighting With Automatic On/off Micro Switch. Optional: Stainless Steel Shelves Or Stainless-steel Drawer Compartments, With 3 Lengthwise Dividers With Telescopic-type Guides On Rollers With Stops, Drawer Dimensions: 500x480x77 Mm (wxdxh) Usable With Between The Lengthwise Dividers: 106 Mm (lengthwise Dividers Easily Removable). Working Range 1 From 2°c To 20°c (assuming The Ambient Temperature Is Approximately 4°c Above The Set Point). Temperature Accuracy +/- 1,8°c After Stabilization (with 50% Of Loading). Acoustics Signal When The Set Value Is Undercut Or Exceeded Potential-free Connection Socket For Extern Alarm Refrigerating Unit 2 Pcs. Fully Hermetically Sealed, Forced Ventilation, Fitted On Vibration – Absorbing Mounts (ambient Temperature Max. 32°c), Low Noise (48dba/1m), Energy Saving Compressor With High Quality Vaporization System. Refrigerant: R 290 Or Equivalent Defrost Automatically With Thermal And Time Limit. Condensate Evaporation In Heated Tray. During The Defrost Period, The Temperature Inside The Cabinet (only The Air Temperature – Not The Stored Goods) Will Arise For A Short Time. Electrical Date: Power Supply220-230 V/50 Hz/single Phase Optional: 60 Hz. Power Input 2x 0,20 Kw. Fuse 16a. Power Cable: 2x 1,5 M. Packing Details (palletized) Dimensions: Approx. 85x98x224 Cm. Net Weight: 150-170 Kg. Gross Weight: 180-200 Kg. Include Avr. Unit 1 100,000.00 27 Rigid Video Procto-sigmoidoscope. Brand New. Product Specifications: Plastic Obturator. Video Camera. Stainless Steel Tube. Handle Of Polyacetal (delrin), Usb Male Connector. Analogue To Digital Converter Nozzle For Gas. Instrumentation Channel. Silicone Washer. Includes Universal Fiber Optic Light Source Machine And Tube Connector From The Proctoscope To The Light Source Machine. Warranty -6 Months From Delivery And Installation. Set 1 50,000.00 28 Stretcher, Transport Type. Brand New. Product Specifications: Hydraulic Stretcher. Numbers Of Function: Five-function. Certification: Ce, Fda, Iso13485. Size: 2000-2100 Mm (l)*770-800mm (w)*600-610/900-920mm (h). Height:600mm-930mm. Lowest Position-floor To Platform-580mm. Highest Position-floor To Platform-905mm. Side Rail Height Above Mattress Platform-340 To 360mm. Maximum Back Rest-0-80 Degrees. Maximum Knee Rest-0-30 Degrees. Maximum Trendelenburg Reverse Tr-0-16 Degrees. Mattress Size -1850-1880 X 650-670 X 80-90mm. Loading Capacity -up To 200 Kg. Side Rails: Collapsible Aluminum Alloy Side Rails. Bed Platform: X-ray Transparent. Specification: Ce, Fda, Iso. Other Features: 1. Central Brake System: Equipped With Four Brake Pedals On All Sides Of The Bed Make The Brakes At The Optimal Position Effectively. 2. Multi-function Instrument Support: The Instrument Support Can Put The Monitor And Can Also Be Used As A Headboard To Prevent Accidental Slippage Of The Patient. 3. Push Handle: Reducing The Workload And Preventing The Injuries. 4. High Quality Mattress: The European Standard Waterproof Cloth With The Smooth Surface Of The Mattress, Easy To Clean And Not Misplaced. 5. Large Diameter Wheel: Using The Imported 8-inch Silent Caster Make It Flexible And Durable. 6. The Fifth Wheel: The Fifth Wheel Can Provide A Smaller Radius Of Gyration. The Telescopic Collapse Design Can Slide Smoothly Even On The Rough Surface Or Obstacles Such As The Elevator Sill, Reducing Effectively The Damage Caused By Transport To Patients. 7. Plastic Coated Side Rails: The Side Rails With Stainless Steel Column Guardrail Covers Almost Entire Length Of Bed. 8. High-strength Carbon Steel Structure And Spray Procedure: The High Quality Carbon Steel And Robot Welding Guarantee The Mechanical Strength. The Spray Surface Treatment Is Easy To Clean And Guarantees A Longer Life. 9. Rapid Lifting Hydraulics: The Imported Dual-pressure Lifting System Can Be Used To Quickly Lift The Bed Or The Push Handle For 2 Seconds In An Emergency, And The Bed Will Automatically Locate The Height To Form A Special Body Position Of The Patient. 10. X-ray Imaging: Equipped With X-ray Material Bed Surface And X Ray Cassette Holder, The Whole Body Can Be X-rayed. 11. With Oxygen Cylinder Holder. Warranty -1 Year From Delivery And Installation. Unit 18 5,400,000.00 29 Suction Machine. (heavy Duty). Brand New. Product Specifications: Floor, Standing Type. Oil-less Piston Suction Motor. Double Anti-overflow Protection (mechanical Float And Electronic Sensor). Flow Rate: 40-50 Liter Per Minute. Water Displacement. Vacuum -700-800mmhg. Includes 2x3 Liters Polycarbonate Collection Jar. Attach/detach Abs Plastic Cover Jar. Anti-bacterial And Hydrophobic Filter. Patented Anti-vibration System. Dimensions: 300-400mm X 380-420mm X 800-850mm (lxwxh). Weight -15-25 Kg. Equipped With Foot Switch. Power -250w. Power Requirement -ac 200, 50-60hz. Silicone Hose. Operation And Service Manual Included. Warranty Of 6 Months From Delivery And Installation. Includes Orientation And Training Of End-user Staff. Unit 2 600,000.00 30 Syringe Pump. Brand New. Product Specifications: With Delivery And Installation, Provision Of Trainings Of Staff With Certificates, And Manual. Applicable Syringes (universal Compatibility To Various Brands): 10ml, 20ml, 30ml, 50ml/60ml, Accuracy: ±2% (mechanical ±1%). Flow Rate: 10ml: 0.1 Ml/h -300ml/h, 20ml: 0.1 Ml/h -600ml/h, 30ml: 0.1 Ml/h -900ml/h, 50ml: 0.1 Ml/h -1500ml/h. Bolus Rate: 10ml: 100-300ml/h (default 300ml), 20ml: 100-600ml/h (default 600ml), 30ml: 100-900ml/h (default 900ml), 50ml: 100-1500ml/h (default 1500ml). Purge Rate: 10ml: 300ml, 20ml: 600ml, 30ml: 900ml, 50 Ml: 1500ml. Volume To Be Infused: 0.1ml~1000ml. Injection Increment: 0.1ml. Infusion Mode: Rate Mode, Time Mode. Time Mode: Volume Limit: 0.1~999.9ml. Pre-set Time: 1min To 99h99min. Remaining Time: **h **min. Occlusion Pressure: 3 Adjustable Occlusion Pressure Settings: Low, Middle And High. Alarm Function: Infusion Completion, Near Completion, Empty, Occlusion, Low Battery, Syringe Disengaged, Incorrect Installation Of Syringe Plunger, No Ac Power Supply, Low Battery, Battery Exhausted, Malfunction Etc. Battery: Rechargeable Lithium Polymer Battery, 7.4v, 2100mah, Can Operate For More Than 3 Hours After Fully Charged At 25ml/h. Unit 5 300,000.00 Total 34,665,000.00 Note: Winning Bidder Shall Conduct Product Demonstration/end-user’s Training Of The Actual Unit And Issue Training Certificate To The End-user And Medical Equipment Technician Of Wvsgh. The Bidder’s Single Largest Completed Contract Similar To The Contract To Be Bid Should Have Been Completed Within 3 Years From The Date Of The Deadline Of Submission And Receipt Of Bids, Award For This Contract Should Have Been Awarded By A Hospital Or Health Facility And Not By Another Supplier, Except For Line Items With Asterisk (*) Which Have Been Awarded By A Non-health Facility. Likewise, The Contract Price Of The Slcc Should Be At Least 50% Of The Sum Of The Abc Of The Line Items Joined. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. The Complete Schedule Of Activities Is As Follows: Bac Activities Schedule Availability Of Bidding Documents December 12, 2024 At 8:00 Am To 4:00 Pm And Up To Before 9:00 Am Of January 7, 2025, At The Procurement/bac Office, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Pre Bid Conference December 20, 2024 (thursday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Opening Of Bids January 7, 2025 (tuesday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Bid Documents May Be Acquired By Interested Bidders On The Dates And Address Above And Upon Payment Of Applicable Fee For The Bidding Documents In The Amount Of: Php 25,000.00 Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac/procurement Office On Or Before 9:00 Am Of January 7, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 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, Wvs.doh.gov.ph , Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Western Visayas Sanitarium And General Hospital Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Mr. Jasond Rex A. Huyaban/jessie H. Jarbadan Bac Secretariat Western Visayas Sanitarium And General Hospital Sta. Barbara, Iloilo Tel. No.: (033) 332-4778 Loc. 119 Email: Wvsbac.procurement@gmail.com Website: Wvs.doh.gov.ph Renia Grace G. Salapare, Md, Fpafp, Mpa Bac Chairperson
Closing Date17 Jan 2025
Tender AmountPHP 36.6 Million (USD 627.7 K)
Municipality Of Irosin, Sorsogon Tender
Others
Philippines
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Supply & Delivery Of Various Supplies & Materials For Dole Integrated Livelihood Program And Sustainable Industry Project 1. The Local Government Unit Of Irosin, Through The Trust Fund(dole) Intends To Apply The Sum Of Three Million Four Hundred Twenty Six Thousand One Hundred Thirty Six Pesos (p 3,426,136.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply & Delivery Of Various Supplies And Materials For Dole Integrated Livelihood Program And Sustainable Industry Project, Good-01-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Supply & Delivery Of Various Supplies & Materials For Dole Integrated Livelihood Program And Sustainable Industry Project Brief Description: 4 Pcs Barber Brush: 23.3cmx7cm, Soft Fiber Material And Wooden Handle/4 Pcs Hair Clipper: Electric, 110v-240v, 50-60hz,all Metal Machine,led Light Display Stainless Steel Blade, Blade Width 45mm,low Noise High Power, 2000 Ma Lithium Battery, 210 Minutes Working Time,4pcs Comb Guide 3/6/10/13mm,body Size: 17x4cm, Body Weight: 371g,with Complete Accessories - Fiber Comb, Cleaning Brush, Lubricant, Charger/4 Pcs Paddle Brush:body Material: Wood, Dimensions: (lxwxh) 25x8x3cm, Brown/8pcs Spray Bottle: 250ml Plastic Hairdressing Spray Bottle/4pcs Hair Blower: 4000w Accurate Power,2-speed Settings (high & Low), 3 Temperature (cold, Hot & Hotter), Glossy, Thick Long Wires, With Light And Perfume Button/4pcs Hair Blower: 4000w Accurate Power,2-speed Settings (high & Low), 3 Temperature (cold, Hot & Hotter), Glossy, Thick Long Wires,with Light And Perfume Button/4pcs Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm,length: 20.9"/52cm,width: 14"/36cm,4 Drawers, Blower Holder/4pcs Talcum Powder: 200g, Hypo-allergenic, Dermatologist Tested/4 Pcs Cordless Clipper: Body Material: Aluminum,motor: Rotary,power/source Battery: Lithium-ion Battery (90+ Minutes Of Runtime), Blades: Titanium Blades, 3 Guide Combs Plastic Material (#1/2, #1, And #1½),cutting Lengths: 0.4-25mm,inclusions: A Blade Guard, 1 Recharging Transformer (charger), 1 Cleaning Brush, With Lubricating Oil Of At Least 5 Ml And English User Manual,product Dimension: Approximately 6.5-7" (l) X 2-3" (w),weight: Maximum Of 400g, Input: Can Be Used For 110-240 Voltage/4pcs Hair Trimmer: Running Time 120 Minutes Battery Powered, Rechargeable Li-ion Battery 1500 Mah, Dimension: Approximately 6-7" (l) X 1.5-2.5 (w), Material: Stainless,accessories: 4 Plastic Combs In Different Sizes 3mm, 6mm, 9mm, 12mm, Inclusions: 1 Recharging Transformer (charger) And 1 English User Manual, Input: Can Be Used For 110-240 Voltage/4pcs Electric Shaver: With 3d Floating Cutter Head, 40mins. Running Time For 8hrs Fully Charged, Material: Stainless Steel,product Dimension: Approximately 6.5-7" (l) X 2-3" (w),automatic Voltage 100-240v,battery: 2 Cell Nickel-metal Hydride Cylindrical Battery Pack, 4000mah,power Type: Rechargeable/4pcs Hair Shear: Material: Stainless Steel,1 Precision Scissor Approximately 6-7",1 Thinning Scissor Atleast 6",accesories: Scissors Oil Atleast 5ml/4 Pcs Razor Blades: 10pcs/box (double Edge Stainless)/4 Pcs Shaving Razor/labaha: Dimensions: Approximately 5-6" (l) X 3/4-1" (w), Material: Carbon Steel, Color: Black/ 4 Pcs Barber Skin Fade Brush: Handle: Wood, With Soft Bristles 1" (l),dimensions: Atleast 5.5" (l) X 1" (w)/4pcs Comb Set: (4pcs/set), Material: High Quality Plastic, Inclusions: #1-approx. Size: 4.88" (l) X 1.02" (w), #2-approx. Size: 7.09" (l) X 1.46" (w), #3-approx. Size: 7.87" (l) X 1.18" (w), #4-6.10" (l) X 0.20" (w)/4pcs Shaving Gel: (foam), 195g/4pcs Barber's Cape: Color: Black,about 140cm (l) X 110cm (w), Cloth: Polyester/4pcs 360 Degree Swivel Barber Chair: Classic Back Seat With Chrome Steel Base, Premium Steel Frame And High Class Foot Pump, Heavy Duty Leather Cover; Lower Height - At Least 51cm, Top Height - At Least 61cm, Sandles Height - At Least 40cm/8pcs Barber Apron: With Two Pockets, Waterproof, Material: Cotton And Acrylic, Item Size: Approx. 38-38.19" (l) X 27-27.36" (w)/ 4pcs Pomade: 80g, Water-based/26pcs Speed Square: Material: Cast Aluminum, Size: About 18x18x2cm/7.09x7.09x0.79", Weight: About 130g, Triangle-shaped/26pcs Meter Tape With Magnetic Hook: Blade Material, Nylon Coated Blade,dimensions: 16ft (l) X 25mm (w)/26pcs Circular Saw: Voltage: 220-240v, Frequency: 50-60hz, Input Power: 1400w, No-load Speed: Atleast 4800rpm, Blade Diameter: 185mm, Cutting Capacity: 45degree,44mm, 90 Degree: 65mm,maximum Cutting Depth: Atleast 90°62mm, Weight: Maximum Of 5.2kg,item Approximate Dimension: 15-17cm (h), 25-28cm (w), 30-35cm (l)/26pcs Angle Grinder: Rated Input Power: 730w, Wheel Diameter: 4", Rated Voltage: 220v,frequency: 60hz, No Load Speed: 12,000 Rpm, Weight: Approximately 1.6kg, Grinding Spindle Thread: M10, Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h )/26pcs Angle Grinder Cutting Disk: 10 Pcs. Per Set, Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8")/26 Pcs Portable Hand Drill: Power Sourced: Battery Powered - 2pc 21 Volt 1500mah Lithium-ion Batteries, Maximum Rotational Speed: 1500 Rpm, Voltage: 210v,amperage: 1.5 Amps, Chuck Size: 0.38",bit Heads Diameters: From 0.8mm-10mm,product Dimensions: 9.6" (l) X 2.1" (w) X 7.5" (h), Material: plastic, Rubber, Metal, Item Dimensions: Approx. 9.6" (l) X 2.1" (w) X 7.5" (h),item Weight: Atleast 2.5 Pounds,item Torque: 330 Inch Pounds; Inclusions: 1x21 Volt Inspiritech Cordless Power Drill, 2x Rechargeable Battery, 1x English User Manual, 10x Self-drilling Drywall Anchors,10x Screwdriver Bits, 2x Double Ended Bits, 3x Drilling Bits, 1x Magnetic Extension Socket Bit Holder, 10x Anchors With Screws,1x One-hour Fast Charger, 1x Flexible Extension Shaft, 1x Carrying Bag/26pcs Wood Planer: Rated Voltage: 220v, Rated Input Power: 600w, Cutting Width: 82mm, Load Speed: 15,000rpm, Frequency: 60hz, Weight: 3kg./26 Pcs Framing Hammer: Handle Material: Alloy Steel, Item Dimensions: Approximately 16-17" (l) X 5.75-6" (w) X 1.5-2" (h), Item Weight: Atleast 1.4 Pounds/26 Pcs Trim Hammer: Handle Material: Wood, Head Material: Alloy Steel; Item Dimensions Approximately: 14-15" (l) X 5-6"(w) X 1-2" (h),item Weight: Atleast 594 Grams/26pcs Roofing Hammer: Item Weight: 1.25 Pounds, Product Dimensions: Approx. 13.7" (l) X 6.75" (w) X 1.5" (h)/26 Pcs Chalk Line: Item Weight: 10.6 Ounces, Product Dimensions: approx. 1200" (l) X 4.72" (w) X 5.91" (h) Inches, Color: blue, Material Type: Alloy Steel, Rubber/26 Pcs Utility Knife: Handle Material: Aluminum, Material: Aluminum Alloy, Weight: 120g/pcs, Blade Size: 19mm (w) X 61mm (h) X 0.6mm (t),blade Material: Steel, Thickness: Atleast 0.6mm/26 Pcs Tin Snips: Item Weight: atleast 1 Pound, Package Dimensions: Approx. 12.36" (l) X 3.7" (w) X 1.3" (h),size: long Straight, 12 Inches Long, Blade Length: 3.20",material: Steel, Cutting Thickness Range Up To 1.2mm Carbon Steel And 0.7mm/26 Pcs Framing Square: Shorter Leg Measures At 8 Inch Outside And 6.5 Inch Inside, Longer Leg Measures At 12 Inch Outside And 11 Inch Inside,material: Carbon Steel/26 Pcs Level: Box Beam Style, Material: Aluminum,dimension: Approximately 24-24.5" (l) X 2-2.6" (w) X 1.2-1.5" (h), Weight: Atleast 0.8 Pounds/26 Pcs Electric Planer: Voltage: 220-240v,input Power: 1050w, No Load Speed: 1600rpm, Planing Width And Depth,82x3mm,heavy Duty Aluminum Base/1 Pc Meter Tape With Magnetic Hook: Blade Material: Nylon Coated Blade, Dimensions: 16ft (l) X 25mm (w)/1 Pc Air Compressor Machine: Motor Power: 1hp, Size: Approx. 935x385x800mm,voltage: 220-240v, 60hz, Speed: 3400 Rpm, Tank Capacity: 24l , Operating Pressure: Max 8 Bar, Air Displacement: 93l/min, Pump Lubricated With Oil/1 Pc Blue Painters Tape, Color: Blue, Size: Atleast 1.41" X 20m,thickness: 0.13mm, Item Weight: 1.92 Pounds, Material: Paper/2pcs Electric Spray Gun: Voltage: 220-240v~50/60hz,spraying Pressure: 0.1-0.2 Bar, Max Flow: 850ml/min, Max Viscosity: 50din-s, Container Capacity: Atleast 800ml,power Cord Length: 2m, Rated Power 500w, Spraying Pressure: Atleast 0.1-0.2bar, Item Dimensions: Approximately 13" (l) X 5" (w) X 11" (h)/1 Pc Extension Pole, (3 Stage Extender) Reach: 1.5-to-3ft,weight: Maximum Of 0.5 Pounds, Max. Standing Reach: 10ft, Material : Aluminum/2 Pcs Paint Brush Set, 5 Pcs/set, Material: Synthetic Bristle, Wood Handle, Overall Length: Atleast 11", Bristles Length: Atleast 3", Brush Width: 1", 1-1/2" 2", 2-2.5", 3"and 4"/ 5 Pcs Paint Roller, Material: Plastic,package Dimensions: Approximately 15.16" (l) X 11.22" (w) X 3.15" (h),item Weight: Atleast 1.06 Pounds, Inclusion: Roller, Atleast 7" In Length, Material: Polyester/2 Pcs Painters Gloves, 12 Pcs/pack, Material: Cotton, Color: Red/1 Pc Putty Knife/paint Scraper Set (4pcs), Stainless Steel Blade With Rubberized Handle, Blade Width: 1", 2" And 3", Length Including Handle: Approximately 8-9"/1 Pc Steel Float/plastering Trowel: Thickness: Atleast 0.7 Mm, Surface Measurement, Length: 12", Width: 4", Material: High Carbon Steel With Wood Handle/2 Pcs Lpg Tank With Gas Regulator And Accessories, Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/2 Pcs Kawali: Aluminum, (diameter X Height) 28cmx8cm With Double Handle/2 Pcs Food Warmer/chafing Dish: Rectangular, 2l Capacity, 6 Pcs In 1 Set Stainless Steel, No Side Handle, Glass Lid Cover With Handle, Dimensions: Same Sizes - 32cm (l) X 26cm (w) X 8cm (h)/2 Pcs Gas Range: Approx. 55-70cm (l) X 50-60cm (w) X 86-93cm (h), 4-gas Burner, 62l Gas Oven, Button Ignition, Top Glass Lid, Net Weight: Maximum Of 28kg, Pan Support: Light Cast Iron Pan Support/2 Pcs Baking Sheet: Aluminum, 12x16 Inches/2 Pcs Digital Kitchen Scale: Accurate Measurement; Weigh Up To 5 Kg / 11 Lb Precisely In 1 G / 0.05 Oz Increments, Quality Material: Measure Food, Small Items, And Liquids With Confidence On The 304 Food-grade, Stainless Steel Platform, Approx. Dimension 7.3-7.5" (l) X 5.7-5.90" (w) X 0.6-08" (h), 2 X 1.5v Aaa Batteries/2 Pcs Measuring Cup (for Liquid Ingredients): 1 Measuring Cup With Red Graphics, Made Of Non-porous Glass That Won't Warp, Stain, Or Absorb Odors, Glass Is Preheated Oven, Microwave, Fridge, Freezer & Dishwasher Safe, Dimension: Approx. 7.13" (l) X 6.75" (w) X 4.38" (h), Measuring Capacity: 500ml/2 Pcs Measuring Cups (for Dry Ingredients): Material: Stainless Steel, 5 Pieces Per Set (1 Cup, 1/2 Cup, 1/3 Cup, 1/4 Cup, 1/8 Cup)/2 Pcs Measuring Spoons (set): 7pcs Stainless Measuring Spoon Kit, The Kit Includes: 1/8 Tsp (0.63ml), 1/4 Tsp (1.25ml), 1/2 Tsp (2.5ml), 3/4 Tsp (3.75ml), 1 Tsp (5ml), 1/2 Tbsp (7.5ml), 1 Tbsp (15ml)/2 Pcs Mixing Bowl: Medium, Approx. Diameter: 28cm, Height:11.2cm, Material: Stainless; Capacity: At Least 4l/2 Pcs Standmixer: 2-in-1 360 Automatic Rotating Bowl Electric Stand & Hand Mixer, 4.5l W/ 5-speed Turbo Function,color: Black/1 Pc Double Burner Gas Stove: Stainless Top And Front, Automatic Ignition ,reversible Trivet, Double Detachable Top Burner, Removable Drip Pan, Dimension: 730mm(l) X 395mm(w) X 105mm(h)/1 Pc Lpg Tank With Gas Regulator And Accessories: Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/1 Pc Caldero: Aluminum, #2, Diameter Height 28cmx16cm With Double Handle/2 Pcs Kawali: Aluminum, (diameter X Height) 28cmx8cm With Double Handle/1 Pc Kawa: 19.5" Cast Iron With Double Handle Depth/height: 21cm (medium)/1 Pc Food Warmer/chafing Dish: Rectangular, 2l Capacity, 6 Pcs In 1 Set Stainless Steel, No Side Handle, Glass Lid Cover With Handle, Dimensions: Same Sizes - 32cm (l) X 26cm (w) X 8cm (h)1 Pc Food Glass Display (estante): 3 Layers; 20(h)x18(w)x36(l)", Aluminum Base, Glass With Screen Door/1 Pc Casserole With Double Handle: Material: Aluminum, Size: 26cm Dimension: 36(l) X 28.5(w) X 21(h)cm/2 Pcs Frying Tongs: Materials: Stainless Steel With Rubber Or Plastic Coated Handles, 12 Inch Long/1 Pc Chopping Board: Material: Polypropylene/1 Pc Chopping Knife: 10” Stainless,wood Handle/1 Pc Butcher's Knife: Materials: Stainless, Wood Handle, Size: About 10"/1 Pc Plastic Table: 4 Seaters, Square Type With Umbrella Hole At The Center, Table Dimension: 36" (length) X 36" (width) X 30" (height), Thickness: Approximately 1.5in To 2in; Color: Beige2 Pcs Monoblock Chairs: With Backrest, Seat 375mmxdepth 330mm, 2.25 Kg, Class B Plastic, Thickness: Approximately 1.5in, Color: Beige/1 Pc Beach Umbrella: 90" Diameter X 8 Ft. Height, 8 Rib Round Metal Pole, Polyester Multi-coloured Umbrella Canopy/2 Pcs Cooler Container: Chest Insulated Cooler, Materials: Polystyrene, Sizes And Capacities: 30 Liters - 45.5cm(l) X 39cm(w) X 31cm(h),color: Blue Or Red/1 Pc Grill/ Ihawan With Stand,material Of Body And Stand: Stainless , 24x12x33inches (lxwxh), Depth: 5inches/2 Pcs Bicycle With Sidecar: Bicycle Specifications: Bmx Type Bike (frame 1//2 Gi Hd, Rim Set Front X 10 G Wide Jap Hub, Rim Set Rear X 10g Wide Jap Hub, Tire 20 X 2.125 Jumbo, Tube 20 X 2.125, Handle Bar Painted Black, Fork Ex-900 Landing Gear Cp, Head Parts Nikyo/whw, H-post Bmx Ord.m, H-grip Ord. Opc Parts Neco Bearing Type, Opc Plate 36t, Chain Cp Bmx, Freewheel 24t, Pedal Opc Bearing Type, Seat Clamp/s-pin/ S-post P, Saddle With Spring, Footbreak With Spring "full Size" Frame, 175-180mm Cranks Side Car With Umbrella Holder And 2 Chest Coolers Carrier (52l Capacity) - Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h) Materials: 1/2 J1 Pipe 540, 316 X 1 Flat Square Bar, J1 Pipe De Una 520, 1/4 X 2 Flat Bar, 6203 Gi Set, Tire 20 X 2.125 Jumbo/2 Pcs Weighing Scale: 10kg Capacity, Colored Body / Stainless Pan, Graduation: 50g, Powder Coated Body, Pan Size: 255mm Ø X 55mm Deep, Dial Face: 185mm Ø, 4 Units/master Carton/4 Pcs Plastic Fruit Crate 21 X 15 X 12 Inches/1 Pc Hair Dryer, With 3 Temperature Setting (from High To Low): Size: Atleast 200mm (h), 74mm (w), Weight: Minimum Of 315g, Wattage: 2200w, Voltage: 120-240v, Body Material: Plastic/1 Pc 2 In 1 Steam Pro Hair Straightener (straightener & Curler): Tourmaline Ceramic Wide Plates - 1.25" Wide Heating Plate, Adjustable Temperature Display - 150-235◦c, 360◦, Swivel Cord - Tangle-free, Hanger Design, Ptc Heater - Instant Heat-up/1 Pc Hair Combs: Material: Plastic, Inclusions: Flat Comb Size - 21.5cm (l) X 4.2cm (w), Massage Comb Size: 22cm (l) X 8.5cm (w), Ribs Comb Size: 21.5cm (l) X 4cm (w), Curling Comb Size: 20.2cm (l) X 2.5cm (w), Mirror Size: Atleast 22cm (l) X 10cm (w); Storage Base Size: Atleast 10cm (l) X 15cm (w), Package Size: Approx. 22-23cm (l) X 16cm (w) X 11cm (h), Package Weight: Approx. 305g/1 Pc Hair Clips: Plastic, Product Size: Approx. 4.5", Color: Black (12pcs)/1 Pc 7pcs Face Brush Set, Inclusion: Powder Brush, Size: 17cm, Bristle Length: 3.2cm, Ferrule Width:1.9cm, Powder Buffer Brush, Size: 19cm, Bristle Length: 5cm, Ferrule Width: 2.1cm,foundation Brush, Size: 17cm, Bristle Length: 3.3cm, Ferrule Width: 2.2cm, Flat Foundation Brush, Size: 17cm,bristle Length: 3.2cm; Ferrule Width:1.2cm, Highlight Brush, Size: 16.5cm,bristle Length: 2.7cm, Ferrule Width: 2.3cm,angle Cheek Brush, Size: 17cm, Bristle Length: 3.1-2.3cm,ferrule Width: 2.4cm, Highlighting Fan Brush, Size: 16.5cm, Bristle Length: 4cm, Ferrule Width: 2.5cm, With Brush Bag/1 Pc Eyelash Curler: Material: Carbon Steel, Size: Approx. 5.91 X 3.94 X 1.97"/1 Pc Eyebrow Razor: Handle Material: Plastic, Size: Approx. 6.8(l) X 2(w) X 0.1"(h), 6pcs/pack/1 Pc Makeup Sponge Set Blender: Material: Sponge, Size: Approx. 4.02 (l) X 3.94(w) X 2.52"(h), 4pcs/set/1 Pc False Eyelashes, Product Dimensions: Approx. 0.75(l) X 3.88(w) X 5.38"(h), 5pairs/pack/1 Pc Eye Shadow Pallete: 12 Curated Peach-inspired Shades, Finish Type: Metallic, Matte, Product Dimension: Approx. 0.08 (l) X 0.04 (w) X 0.06" (h)/1 Pc Contour Palette: Multi-colored, Finish Type: Matte, Package Dimension: Approx. 5.75 (l) X 4.25 (w) X 0.5" (h)/1 Pc Hypercurl Waterproof Mascara Make Up Set: Product Dimensions: Approx. 0.85 (l) X 2.75 (w) X 5.63" (h), Color: Black/1 Pc Waterproof Matte Gel Eyeliner Pencil: Item Form: Pencil, Powder, Creamy, Finish Type: Matte, Product Dimensions: About 5.77 X 1.97 X 0.81", Color: Black/1 Pc Eyebrow Gel, Waterproof: Weight: About 0.16 Oz, Product Dimension: Approx. 0.75 (l) X 1.9 (w) X 5.65 (h) Inches, Color Black, Brown/1 Pc Blush On, 3 Complimentary Skin-flushed Shades, Product Dimensions: Approx. 2.89 (l) X 0.43 (w) X 2.33" (h)/1 Pc Powder Blush Makeup Palette, Product Dimensions: approx. 2.43 (l) X 2.43 (w) X 0.66" (h)/1 Pc Eye Shadow Palette; 12 Curated Peach-inspired Shades, Finished Type:metallic,matte, Product Dimensions:approx 0.08(l)x0.04(w) X0.06”(h)/ 1 Pc Applicator Brush And Plastic Comb: 13cm Black, Double-sided Comb, Pointed Handle For Sectioning Hair/1 Pc Hair Clipper: Electric; 110v-240v, 50-60hz,all Metal Machine, Led Light Display Stainless Steel Blade, Blade Width 45mm,low Noise High Power, 2000 Ma Lithium Battery, 210 Minutes Working Time, 4pcs Comb Guide 3/6/10/13mm, Body Size: 17x4cm, Body Weight: 371g, With Complete Accessories - Fiber Comb: Cleaning Brush, Lubricant, Charger/1 Pc Spray Bottle: 250ml Plastic Hairdressing Spray Bottle/1 Pc Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm, Length: 20.9"/52cm, Width: 14"/36cm, 4 Drawers, Blower Holder/1 Pc Curling Iron: 220v Power, 4gen; White, 32x25x13mm, Energy Efficient-48w,360degree Rotating Tail, Automatic Hair Curler, Iron Ceramic, Adjustable Size/1 Pc Apron: Length: 76cm, Width: 59cm, Color: Black, Material: Nylon, Waterproof/1 Pc Curling Rod: Small, 2cm, Cylindrical, Plastic Resin With Rubber Band Kits,multi-color/1 Pc Curling Rod: Medium, 2.5cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/1 Pc Curling Rod: Large, 3cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/1 Pc Spray Net: 600ml, 27.5cm, Hard Hold/1 Pc Hair Spray Aerosol Extra Hold: Weight: About 7ounces /198g, Scented, Package Dimensions: 7.83 X 6.69 X 2.17"/1 Pc Hair Trimmer: Running Time 120 Minutes Battery Powered,rechargeable Li-ion Battery 1500 Mah, Dimension: Approximately 6-7" (l) X 1.5-2.5 (w), Material: Stainless; Accessories: 4 Plastic Combs In Different Sizes 3mm, 6mm, 9mm, 12mm, Inclusions: 1 Recharging Transformer (charger), And 1 English User Manual, Input: Can Be Used For 110-240 Voltage/3 Pcs Hair Dryer, With 3 Temperature Setting (from High To Low): Size: Atleast 200mm (h), 74mm (w), Weight: Minimum Of 315g, Wattage: 2200w, Voltage: 120-240v,body Material: Plastic/3 Pcs 2 In 1 Steam Pro Hair Straightener (straightener & Curler): Tourmaline Ceramic Wide Plates - 1.25" Wide Heating Plate, Adjustable Temperature Display - 150-235◦c, 360◦, Swivel Cord - Tangle-free; Hanger Design, Ptc Heater - Instant Heat-up/3 Pcs Hair Combs: Material: Plastic, Inclusions: Flat Comb Size - 21.5cm (l) X 4.2cm (w), Massage Comb Size: 22cm (l) X 8.5cm (w), Ribs Comb Size: 21.5cm (l) X 4cm (w),curling Comb Size: 20.2cm (l) X 2.5cm (w), Mirror Size: Atleast 22cm (l) X 10cm (w), Storage Base Size: Atleast 10cm (l) X 15cm (w),package Size: Approx. 22-23cm (l) X 16cm (w) X 11cm (h), Package Weight: Approx. 305g/3 Pcs Hair Clips: Plastic, Product Size: Approx. 4.5",color: Black (12pcs)/3 Pcs Disposable Latex Free Gloves: Non-sterile, 100 Pcs Per Pack, Product Dimensions: Approx. 8.6" (l) X 4.9" (w) X 3" (h), Weight: 1.25 Pounds, Material: Synthetic Pvc/3 Pcs Cutting Scissors: 6" Stainless Steel, 65g/3 Pcs Thinning Scissors: 17.5x5cm Stainless Steel/3 Pcs Drip Pan: 32cmx35cm Plastic, Black/3 Pcs Hair Clipper: Electric,110v-240v, 50-60hz,all Metal Machine,led Light Display Stainless Steel Blade, Blade Width 45mm, Low Noise High Power, 2000 Ma Lithium Battery, 210 Minutes Working Time, 4pcs Comb Guide 3/6/10/13mm, Body Size: 17x4cm, Body Weight: 371g,with Complete Accessories - Fiber Comb, Cleaning Brush, Lubricant, Charger/3 Pcs Nail Tool Set: Material: Stainless Steel, Case: Leather, Package Size: Approximately 15-15.5cm (l) X 8cm (w) X 2cm (h),inclusions: Cuticle Trimmer (95mm), Blackhead Needle And Loop Remover (83mm), Eyebrow Tweezer (86mm) Peeling Knife (90mm), Nail File (75mm), Ear Pick (78mm), Double Pick (75mm), Dead Skin Fork (86mm), Small Pedicure Plier (95mm), Acne Needle (83mm), Small Nail Clipper (62mm) Bevel Nail Clipper (61mm), Large Nail Clipper (82mm), Beauty Tip Scissor (89mm), Pusher/3 Pcs Cotton Balls: 300g (100 Pcs Large Cotton Balls)/3 Pcs Nail Polish: Volume: 15ml, With 24 Colors Inclusions: 14k Gold, 18k Gold, 24k Gold, African Plum, Baby Pink, Black Velvet, Carolina Peach, Cashmere, Emerald Shimmer, Golden Bronze, Italian Nude, Platinum Special, Pussy Red, Red Pearl, Saphire Glow, Silver Platinum, Simply Red, Tahiti Brown, White Satin, White Rose, Platinum Silver, Touch Of Tan, Touch Of Beige, Colorless/3 Pcs Foot Spa Soaker: With Pumice Stone, Package Dimensions: Approximately 16.42" X 13.58" X 7.91", Weight: About 4.63 Pounds, Rated Power: 500 Watts, Rated Voltage: 110~120v, Rated Frequency: 50hz, Temperature Adjustable Range: 35℃ To 48℃/3 Pcs Astringent Foot Soaker: 128oz/3 Pcs Cooling Foot Soak: Product Dimensions: approximately 6.5-7" X 2.38-2.50" X 9.259.50", Weight: Atleast 900g/3 Pcs Exfoliating Foot Scrub: Package Dimensions: Approximately 7.05-7.50" X 2.32-3" X 1.97-2", Weight: Atleast 6oz/3 Pcs Foot File And Callus Remover: Material: Metal, Steel, Item Dimensions: Approx. 10-10.78" X 2.7" X 0.29", Item Weight: 3.2 Pounds/3 Pcs Foot Scrub/3 Pcs Manicurist Bag: Made Of Heavy Duty Nylon, Large Capacity: Enough Room To Hold Up To 42 Bottles Of 15ml Nail Polish, Size: Approx. 8-9" (l) X 6-7" (w) X 4-5" (h)/3 Pcs Spray Bottle: 250ml Plastic Hairdressing Spray Bottle/3 Pcs Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm, Length: 20.9"/52cm, Width: 14"/36cm, 4 Drawers, Blower Holder/3 Pcs Apron: Length: 76cm, Width: 59cm,color: Black,material: Nylon, Waterproof/3 Pcs Alcohol: 70% Ethyl Alcohol With Moisturizer,500ml/3 Pcs Shampoo: 1000ml, Green Apple And Citrus Lemon Variant/3 Pcs Hair Spa: 1000ml, Lavender And Strawberry Variant/3 Pcs Hot Oil: Keratin Organic Hot Oil, 1000ml, Aloe Vera Variant/3 Pcs Hair Cellophane: 500ml, Natural, Brown,burgundy And Ash Blonde Variant/3 Pcs Hair Rebonding Set: 1000ml Hair Straightening And Hair Neutralizing (ion Perm)/3 Pcs Hair Color Dye:100 Ml, 2pcs Each (black, Dark Brown, Medium Brown, Light Brown, Blonde, Light Blond, Lighter Blonde, Lightest Blonde, Dust)/3 Pcs Hair Color Developer: 100ml 2pcs Each 6%, 9%, 12% Oxidizer/3 Pcs Hair Bleaching Powder: 500g/3 Pcs Brazilian Blowout: 120ml, 3-in-1 Set (clarifying Shampoo, Brazilian Blowout, After Treatment Conditioner)/24 Pcs Hair Dryer, With 3 Temperature Setting (from High To Low): Size: Atleast 200mm (h), 74mm (w), Weight: Minimum Of 315g, Wattage: 2200w, Voltage: 120-240v, Body Material: Plastic/24 Pcs 2 In 1 Steam Pro Hair Straightener (straightener & Curler): Tourmaline Ceramic Wide Plates - 1.25" Wide Heating Plate, Adjustable Temperature Display - 150-235◦c, 360◦,swivel Cord - Tangle-free, Hanger Design, Ptc Heater - Instant Heat-up/24 Pcs Hair Combs: Material: Plastic, Inclusions: Flat Comb Size - 21.5cm (l) X 4.2cm (w), Massage Comb Size: 22cm (l) X 8.5cm (w), Ribs Comb Size: 21.5cm (l) X 4cm (w), Curling Comb Size: 20.2cm (l) X 2.5cm (w), Mirror Size: Atleast 22cm (l) X 10cm (w), Storage Base Size: Atleast 10cm (l) X 15cm (w), Package Size: Approx. 22-23cm (l) X 16cm (w) X 11cm (h), Package Weight: Approx. 305g/24 Pcs Hair Clips: Plastic, Product Size: Approx. 4.5", Color: Black (12pcs)/24 Pcs Disposable Latex Free Gloves: Non-sterile, 100 Pcs Per Pack, Product Dimensions: Approx. 8.6" (l) X 4.9" (w) X 3" (h), Weight: 1.25 Pounds, Material: Synthetic Pvc/24 Pcs Drip Pan: 32cmx35cm Plastic, Black/24 Pcs Shower Caps: 32cm, Thick Plastic, Elastic, Washable/24 Pcs Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm, Length: 20.9"/52cm, Width: 14"/36cm, 4 Drawers, Blower Holder/24 Pcs Curling Iron: 220v Power, 4gen, White, 32x25x13mm, Energy Efficient-48w, 360degree Rotating Tail, Automatic Hair Curler, Iron Ceramic, Adjustable Size/24 Pcs Hair Steamer: With 4 Wheels, 360degrees Movable, Gray Color, Adjustable Height With Timer And Control/120 Pcs Cape: 140x110cm, Satin, Nylon, Waterproof, Black/72 Pcs Microfiber Towel: 25x65cm, 135g, Microfiber, Dark Colors/24 Pcs Curling Rod:small, 2cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/24 Pcs Curling Rod: Medium, 2.5cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/24 Pcs Curling Rod: Large, 3cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/120 Pcs Ear Caps: (l X W X T): 8cm X 4.5cm X 2.1cm/3.15" X 1.77" X 0.83", Black,plastic/24 Pcs Shampoo: 1000ml, Green Apple And Citrus Lemon Variant/24 Pcs Hair Spa: 1000ml, Lavender And Strawberry Variant/24 Pcs Hot Oil: Keratin Organic Hot Oil, 1000ml, Aloe Vera Variant/24 Pcs Hair Cellophane: 500ml, Natural, Brown, Burgundy And Ash Blonde Variant/24 Pcs Hair Rebonding Set: 1000ml Hair Straightening And Hair Neutralizing (ion Perm)/24 Pc Hair Color Dye:100 Ml, 2pcs Each (black, Dark Brown, Medium Brown, Light Brown, Blonde, Light Blond, Lighter Blonde, Lightest Blonde, Dust)/24 Pcs Hair Color Developer: 100ml 2pcs Each 6%, 9%, 12% Oxidizer/24 Pcs Hair Bleaching Powder: 500g/24 Pcs Brazilian Blowout: 120ml, 3-in-1 Set (clarifying Shampoo, Brazilian Blowout, After Treatment Conditioner)/24 Pcs Hair Shear: Material: Stainless Steel, 1 Precision Scissor Approximately 6-7",1 Thinning Scissor Atleast 6", Accesories: Scissors Oil Atleast 5ml/34 Pcs Angle Grinder Cutting Disk: 10 Pcs. Per Set, Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8")/34 Pcs Crow Bar: At Least 36" Long,length Tolerance: +- 1/8, Material: Forged Steel Carbon/34 Pcs Claw Hammer: Round Head, Head Weight: At Least 16oz, Overall Weight: Approximately 17oz-23oz, Head Material: Forged Steel, Handle Material: Fiberglass Handle With Rubber Cushion, Overall Length: Approximately 12-14"/34 Pcs Hacksaw With Blade: Material: Aluminum Alloy Frame With Soft-grip Handle, At Least 12"-15" Long Including Handle, With Soft-grip Rubber Handle, Bi-metal, Blade Length: About 30cm, Width: 3cm/34 Pcs Meter Tape With Magnetic Hook: Blade Material: Nylon Coated Blade, Dimensions: 16ft (l) X 25mm (w)/34 Pcs Handsaw: Blade Length: About 15",blade Material: Carbon Steel, Handle Length: 5", Handle Material: Plastic/rubber, Color: Gray,8 Teeth Per Inch/34 Pcs Shovel: Round End, Tempered Steel Blade: 17-23 Cm, Blade Tip Width, 22-28cm Blade Tip Length, All Metal Handle, Overall Length: 100cm-115 Cm, Capacity: 350-400 Lbs/34 Pcs Shovel: Rectangular End, Tempered Steel Blade: 22-26 Cm, Blade Tip Width, 22-28cm Blade Tip Length, All Metal Handle, Overall Length: 100cm-115 Cm/34 Pcs Level Bar: Aluminum Frame, Length: At Least 24"/60cm, Aluminum Thickness: 1.5mm, Double Side Milles, 0.5mm/m Accurate Vials/34 Pcs Steel Float/plastering Trowel: Thickness: At Least 0.7 Mm, Surface Measurement, Length: 12", Width: 4", Mmaterial: High Carbon Steel With Wood Handle/34 Pcs Steel Square: Carpenter's Framing Square, Blade Width: 2" Scale: At Least 16" (l) X 24" (w), Material: Steel/34 Pcs Masonry Trowel: Length: At Least 12"long, Width: 6", Material: Flat Steel, With Wood Handle/34 Pcs Circular Saw: Voltage: 220-240v, Frequency: 50-60hz, Input Power: 1400w, No-load Speed: Atleast 4800rpm, Blade Diameter: 185mm, Cutting Capacity: 45degree: 44mm, 90 Degree: 65mm, Maximum Cutting Depth: Atleast 90°62mm, Weight: Maximum Of 5.2kg, Item Approximate Dimension: 15-17cm (h), 25-28cm (w), 30-35cm (l)/34 Pcs Masonry Square/metric Square: Material: Aluminum, Length: Approx. 24", Width: 16", 1/8 '' Thickness/34 Pcs Mason's Level: At Least 48'' Long, Aluminum Reinforced Frame, 60cm Only/34 Pcs Sledgehammer: Weight: At Least 3 Lbs With Fiberglass Handle, Forged Steel Round Head, Length: Approximately 25-27"/34 Pcs Concrete Chisel: Pointed Sharp End, Material: Forged Steel Chisel, With Rubberized Handle, Length: Approximately 10''/34 Pcs Putty Knife/paint Scraper Set (4pcs): Stainless Steel Blade With Rubberized Handle, Blade Width: 1", 2" And 3", Length Including Handle: Approximately 8-9"/34 Pcs Mason's Line: #18 Braided Nylon, 500 Ft/roll, Color Orange/34 Pcs Hammer Drill: Electric, 1980w 220v, Rated Frequency: 50/60hz, Load Speed: 0-3800rpm (revolutions Per Minute), Chuck: 13mm With Ergonomic Anti-slip Handle/34 Pcs Angle Grinder: Rated Input Power: 730w, Wheel Diameter: 4",rated Voltage: 220v, Frequency: 60hz, No Load Speed: 12,000 Rpm, Weight: Approximately 1.6kg, Grinding Spindle Thread: M10, Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h )/34 Pcs Wooden Float: Size: At Least 12x4", Has 5/8" Thick Rubber Pad, With Wooden Handle/4 Pcs Nail Tool Set: Material: Stainless Steel, Case: Leather, Package Size: Approximately 15-15.5cm (l) X 8cm (w) X 2cm (h), Inclusions: Cuticle Trimmer (95mm), Blackhead Needle And Loop Remover (83mm), Eyebrow Tweezer (86mm) Peeling Knife (90mm), Nail File (75mm), Ear Pick (78mm), Double Pick (75mm), Dead Skin Fork (86mm), Small Pedicure Plier (95mm), Acne Needle (83mm), Small Nail Clipper (62mm) Bevel Nail Clipper (61mm), Large Nail Clipper (82mm), Beauty Tip Scissor (89mm), Pusher/4 Pcs Cotton Balls: 300g (100 Pcs Large Cotton Balls)/4 Pcs Nail Polish: Volume: 15ml, With 24 Colors Inclusions: 14k Gold, 18k Gold, 24k Gold, African Plum, Baby Pink, Black Velvet, Carolina Peach, Cashmere, Emerald Shimmer, Golden Bronze, Italian Nude, Platinum Special, Pussy Red, Red Pearl, Sapphire Glow, Silver Platinum, Simply Red, Tahiti Brown, White Satin, White Rose, Platinum Silver, Touch Of Tan, Touch Of Beige, Colorless/4 Pcs Foot Spa Soaker: With Pumice Stone, Package Dimensions: Approximately 16.42" X 13.58" X 7.91", Weight: About 4.63 Pounds, Rated Power: 500 Watts, Rated Voltage: 110~120v, Rated Frequency: 50hz, Temperature Adjustable Range: 35℃ To 48℃/2 Pcs Astringent Foot Soaker: 128oz/2 Pcs Cooling Foot Soak: Product Dimensions: approximately 6.5-7" X 2.38-2.50" X 9.259.50", Weight: Atleast 900g/2 Pcs Exfoliating Foot Scrub: Package Dimensions: Approximately 7.05-7.50" X 2.32-3" X 1.97-2", Weight: Atleast 6oz/4 Pcs Foot File And Callus Remover: Material: Metal, Steel, Item Dimensions: Approx. 10-10.78" X 2.7" X 0.29", Item Weight: 3.2 Pounds/2 Pcs Foot Scrub/2 Pcs Manicurist Bag: Made Of Heavy Duty Nylon, Large Capacity: Enough Room To Hold Up To 42 Bottles Of 15ml Nail Polish, Size: Approx. 8-9" (l) X 6-7" (w) X 4-5" (h)/6 Pcs Microfiber Towel: 25x65cm, 135g, Microfiber,dark Colors/2 Pcs Alcohol: 70% Ethyl Alcohol With Moisturizer, 500ml/1 Pc Double Burner Gas Stove: Stainless Top And Front, Automatic Ignition ,reversible Trivet, Double Detachable Top Burner, Removable Drip Pan, Dimension: 730mm(l) X 395mm(w) X 105mm(h)/1 Pc Lpg Tank With Gas Regulator And Accessories: Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/2 Pcs Kawa: 19.5" Cast Iron With Double Handle Depth/height: 21cm (medium)/1 Pc Plastic Table: 4 Seaters, Square Type With Umbrella Hole At The Center, Table Dimension: 36" (length) X 36" (width) X 30" (height), Thickness: Approximately 1.5in To 2in, Color: Beige/1 Pc Monoblock Chairs: With Backrest, Seat 375mmxdepth 330mm, 2.25 Kg, Class B Plastic, Thickness: Approximately 1.5in, Color: Beige/1 Pc Peanut Grinding Machine: Electric, 220v, 300w, 50-60hz,material: High Quality Stainless Steel Body And Base, Color: Black, Dimension: Approx. Length: 43.5cm, Width: 23cm, Height: 13.5cm/1 Pc Hand Cobbler Shoe Repair Machine Dual Cotton Nylon Line Sewing Machine Manual Leather Machine Shoe Sewing Machine Color Silver: Product Dimensions 14.4"d X 20.5"w X 5.5"h, Material: Cast Iron Item Weight: 22 Pounds, Power Source: Crank/5 Pcs Wooden Handle Shoes Repairing Awl Shoe Sewing Tool Diy Craft Repair Hand Straight Hook Shoes Sewing Awl Type: Shoes Sewing Awl Material: Wood+metal, Features: Shoes Sewing Awl, Repair Hand , Crochet Needle Tool Dimension: 1: App.2x13.5x6cm/0.79x5.31x2.36in 2: App.2x13x5.5cm/0.79x5.12x2.17in 3: App.2x13x5.5cm/0.79x5.12x2.17in, Color: Wood Color + Silver/5 Pcs Upholstery Stitching Thread Black 100 Mtr. 1 Pc Upholstery Hand Stitching Tools For Belts, Saddles, Shoes, Fabric Household Use Handwork Sewing Leather Craft Shoes Repairing/5 Pcs Upholstery Stitching Thread Brown 100 Mtr 1 Pc Upholstery Hand Stitching Tools For Belts, Saddles, Shoes, Fabric Household Use Handwork Sewing Leather Craft Shoes Repairing/5 Pcs Upholstery Stitching Thread White 100 Mtr. 1 Pc Upholstery Hand Stitching Tools For Belts, Saddles, Shoes, Fabric Household Use Handwork Sewing Leather Craft Shoes Repairing/2 Pcs Angle Grinder Cutting Disk: 10 Pcs. Per Set, Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8")/2 Pcs Angle Grinder: Rated Input Power: 730w, Wheel Diameter: 4", Rated Voltage: 220v,frequency: 60hz, No Load Speed: 12,000 Rpm, Weight: Approximately 1.6kg, Grinding Spindle Thread: M10, Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h)/2 Pcs Chipping Hammer: Item Weight: at Least 13.8 Ounces, Product Dimensions: 11" (l) X 1" (w) X 7.5" (h), Material: Genuine Leather Grip And Forged Steel/2 Pcs Heavy Duty Corded Drill: Rated Input Power: 750w, Chuck Capacity: Up To 13mm, Drill Capacity: Metal (16mm), Wood (25mm), Masonry (12mm), Dimension: 268mm (l) X 69mm (w) X 192mm (h), Weight W/out Cable: Approximately 1.6-1.8 Kg, Spindle Collar Diameter Of 43 Mm/2 Pcs Metal Drill Bit Set: Material: High Speed Steel, 19pcs Per Set(1mm,1.5mm,2mm,2.5mm,3mm,3.5mm,4mm,4.5mm,5mm,5.5mm,6mm,6.5mm,7mm,7.5mm,8mm,8.5mm,9mm,9.5mm,10mm), Point Angle: 118degree C, Standards: Din 338, Bit Geometry: Standard Twist Bit/2 Pcs Mig Welding Pliers: Overall Length: Atleast 210mm, Material: High Carbon Steel, Handle Material: Thermoplastic Rubber/2 Pcs Needle File Set: (6 Pieces Hand Metal Files, Hardened Alloy, Strength Steel Set Includes Flat, Flat Warding, Square, Triangular, Round, And Half-round File), Color Black, Metal Type: Carbon Steel, Handle Material: Wood, Alloy Steel, Item Dimensions: Approximately 6.1" (l) X 3" (w) X 0.5" (h)/2 Pcs Portable Welding Machine: Input Voltage: 220-240, Frequency: 50-60hz, Output Current: 10-220a, Led Display, No-load Voltage: 85v, Max. Output Current: 220a, Diameter Of Electrode: 1.6-3.2mm, Inclusions: 1 Pc Electrode Holder, 1 Pc Earth Clamp With Cable/2 Pcs Speed Square: Material: Cast Aluminum, Size: About 18x18x2cm/7.09x7.09x0.79", Weight: About 130g,triangle-shaped/2 Pcs Welding Helmet: Auto Darkening Helmet: Power Supply: Battery And Solar Powered, Light Shade: Din9-1, Dark Shade: Din4, Switching Time: 1/25000s, Delay Time: 0.1-0.8s, Sensitivity Adjustment: Stepless Control, Operation Temperature: -5 Degrees- 55 Degrees, Active Viewing Area: 93mmx43mm, Active Viewing Area Size: (+/- 10mm), Item Weight: At Least 1.85 Pounds, Package Dimensions: approximately 12-12.4" (l) X 9-9.61" (w) X 7-7.68" (h)/2 Pcs Welding Magnets: 6 Pcs/set, Overall Length: At Least (3"), Hold Capacity: Up To 25lbs, Arrow Design Supports Angle: 45°, 90°, And 135°, Item Weight: 295g, Package Dimensions: 4.88 X 4.72 X 3.98 Inches, material: Steel, Magnets Size: Approximately - Top (1-1.4cm), Bottom (6.5-7cm), Side (7-7.5cm) Thickness (1-1.3cm)/2 Pcs Welding Suit: 100% Cotton With Pyrovatex, 2 Back Pockets And Rule Pocket With Safety Gusset Feature, High Quality And Long Lasting, Two Way Zipper, Approximate Cloth Size: Large/10 Pcs Camping Dome Tent: Product Dimensions: 82.7"l X 55"w X 43.5"h, Item Weight: 4 Pounds Shape: D Shape Occupancy: 2 Person Included Components: Carry Bag, Stakes, Rainfly Water Resistance Technology 1000 Millimeters, Special Feature: Windproof, Sun Protection/outdoor Mat (banig):size (48" X 75") Material: Palm Leaves (buri)/10 Pcs Double Burner Gas Stove: Stainless Top And Front, Automatic Ignition ,reversible Trivet, Double Detachable Top Burner, Removable Drip Pan, Dimension: 730mm(l) X 395mm(w) X 105mm(h)/2 Unit Lpg Tank With Gas Regulator And Accessories: Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/1 Unit Gas Range: Approx. 55-70cm (l) X 50-60cm (w) X 86-93cm (h), 4-gas Burner, 62l Gas Oven, Button Ignition, Top Glass Lid, Net Weight: Maximum Of 28kg, Pan Support: Light Cast Iron Pan Support/5 Pcs Kawali: Aluminum, (diameter X Height) 28cmx8cm With Double Handle/2 Pc S Kawa: 19.5" Cast Iron With Double Handle Depth/height: 21cm (medium)/5 Pcs Wok Ladle: Material: Stainless Steel With Wooden Handle: Total Length Of Item: 24 Inches/5 Pcs Wok Spatula: Material: Stainless Steel With Wooden Handle, Total Length Of Item:24 Inches/5 Pcs Stainless Steel Long Wooden Handle Skimmer Strainer: Material: Stainless Steel, Size: 32.3*11.5cm/5 Pcs Casserole With Double Handle: Material: Aluminum, Size: 26cm, Dimension: 36(l) X 28.5(w) X 21(h)cm/5 Pcs Frying Tongs: Materials: Stainless Steel With Rubber Or Plastic Coated Handles, 12 Inch Long/5 Pcs Chopping Board: Material: Polypropylene Plastic: 8"(w) X 10"(l), 1cm (thickness)/5 Pcs Chopping Knife: 10" Stainless; Wood Handle/5 Pcs Grill/ Ihawan With Stand, Material Of Body And Stand: Stainless, 24x12x33inches (lxwxh), Depth: 5inches/1 Unit Heavy Duty Commercial Micromatic Big 7.8l Mrc-50 Rice Cooker 45cups (white)/10 Dz Melamine Round Dinner Plate: 9" Diameter, Color; White/10dz Platito (saucer): Material: Melamine Plastic, Standard Size: 6 Inch (diameter) X ¾ Inch Height/10 Pcs Serving Tray Bamboo - Wooden Tray With Handles, Color Brown Material Wood, Product Dimensions 17"l X 11"w X 2"h/10dz Drinking Glass: 8 Oz, Glass, Product Size: Base Diameter-7cm, Top Diameter: 7cm, H-11.4cm, Heat Resistant, Dishwasher Safe/10dz Spoon: Stainless, 12pcs/per Pack, Size: 8"/10dz Fork: Stainless, 12 Pcs/per Pack, Size 8"/5dz Mangkok (round Shape Bowl), Materials: Ceramic, Size: 6inch (diameter) X 5cm (height)/5 Pcs Storage Box With Wheels For Easy Transport, Measurements: L72 X W52 X H44cm, Food Grade Material, 120l Capacity, Stackable; With Lid And Handle, Color: White/2 Pcs Butcher's Knife: Materials: Stainless, Wood Handle, Size: About 10"/5 Pcs Gallon Acrylic Juice Dispenser Type: Type: Water/juice Dispensers, Overall Dimensions: Height:32 1/2 Inches, Top Diameter: 6 11/16 Inches, Capacity:1.1 Gallons, Base Material: Stainless Steel, Container Material: Acrylic, Style: Single/5 Pcs Chafing Dish Food Warmer Buffet Set: Size: 1/1pan*3, Color: Silver, Material: Stainless Steel, Product Dimensions: 13.39"l X 15.35"w X 23.62"h, Capacity: 8 Quarts/5 Pcs Chest Cooler: Item Package Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h), Package Weight: 5.76kg, Inside Dimensions: 24.95" (l) X 14.58" (w) X 14.77" (h), Material: plastic, Chamber Depth: 24.95", Capacity: 52l , Color: Blue Or Red/5 Pcs Matress: Size: Semi Double (48" X 75"), Thickness: 4"/15 Pcs Matress Size: Queen (60" X 75") Thickness: 4"/15 Pcs Pillow: Size: Standard (20" X 26")/10 Sets Bed Linen Set Of 3pcs, 1-bed Sheet Size (48" X 75"), 2-pillow Case (20" X 26")/2 Sets Bed Linen Set Of 3pcs: 1-bed Sheet Size (60" X 75"), 2-pillow Case (20" X 26")/6 Unit Electric Fan: Color: Black, Electric Fan Design: Floor Fan, Power Source: Corded Electric Style: 3-speed Ac Motor Fan, Product Dimensions: 15.75"d X 17.72"w X 53.15"h, Room Type: Bedroom, Special Feature: Oscillating, Adjustable Height, Adjustable Tilt,wattage: 60 Watt/4 Unit Industrial Ceiling Fan: Product Material: Cast Aluminum Casing, Product Specifications: 2000mm, Operating Voltage: 220v, Wind Speed: 5th Gear, Number Of Fan Product Color: Black, White, Product Power: 165w, Blades: 6 Blades/150 Pcs Monoblock Chairs: With Backrest, Seat 375mmxdepth 330mm, 2.25 Kg, Class B Plastic, Thickness: Approximately 1.5in, Color: White/15 Pcs Solid Top Round Table: Material: Plastic, Color: White, Size(cm): 115 X 74 X 4.5, Foldable Legs,diameter: 45″, 6 To 8 Seater Capacity Approved Budget For The Contract : P 3,426,136.00 Contract Duration : 30 Calendar Days Delivery Period : 7 Calendar Days After The Issuance Of Notice To Proceed Source Of Fund : Trust Fund((dole) 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Seven(7) Calendar Days. Bidders Should Have Completed For The Last Two(2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent(60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 Until January 30, 2025 From The Given Address And Philgeps Website And Lgu-irosin Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (p 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Hold A Pre-bid Conference On January 15, 2025, 9:00am At The Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon Which Shall Be Open To All Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 30, 2025, 8:59 Am At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 30, 2025, 9:00 Am At The Given Address Below Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations(irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Judith O. Baeza Peso Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Publication: January 8, 2025 _____________________ Noel D. Mercado Ii Bac Chairman Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Supply & Delivery Of Various Supplies And Materials For Dole Integrated Livelihood Program And Sustainable Industry Project, With Project Identification Number Good-01-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website. The Procurement Project (referred To Herein As “project”) Is Composed Of 1 Lot Various Supplies And Materials For Livelihood Program, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For Trust Fund(dole) In The Amount Of 2.2. The Source Of Funding Is: Three Million Four Hundred Twenty Six Thousand One Hundred Thirty Six Pesos (p 3,426,136.00) Trust Fund(dole) 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A.foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or B. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No. 9184, The Bidder Shall Have An Slcc That Is At Least One(1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must At Least Equivalent To: A. For The Procurement Of Expandable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent (25%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.2 Subcontracting Is Not Allowed During The Bidding. 7.3 Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.4 Subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On January 15, 2025, 9:00am At The Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii( Checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicted In Itb Clause 5.3 Should Have Completed Within The Last Two(2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostile Convention, Only The Translated Documents Shall Be Authenticated Through The Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii( Checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification From Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 3184. 12. Bid Prices 12.1 Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A.for Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw(ex-works,ex-factory,ex-warehouse,ex-showroom, Or Off The Shelf, As Applicable); Ii. The Cost Of All Custom Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other(incidental) Services, If Any, Listed In The Bds. 13. Bid And Payment Currencies 14.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Adopted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreigh Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos 14. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty(120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1 The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii(technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Option 1- One Project Having Several Items That Shall Be Awarded As One Contract. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply & Delivery Of Various Supplies And Materials For Dole Integrated Livelihood Program And Sustainable Industry Project Brief Description: 4 Pcs Barber Brush: 23.3cmx7cm, Soft Fiber Material And Wooden Handle/4 Pcs Hair Clipper: Electric, 110v-240v, 50-60hz,all Metal Machine,led Light Display Stainless Steel Blade, Blade Width 45mm,low Noise High Power, 2000 Ma Lithium Battery, 210 Minutes Working Time,4pcs Comb Guide 3/6/10/13mm,body Size: 17x4cm, Body Weight: 371g,with Complete Accessories - Fiber Comb, Cleaning Brush, Lubricant, Charger/4 Pcs Paddle Brush:body Material: Wood, Dimensions: (lxwxh) 25x8x3cm, Brown/8pcs Spray Bottle: 250ml Plastic Hairdressing Spray Bottle/4pcs Hair Blower: 4000w Accurate Power,2-speed Settings (high & Low), 3 Temperature (cold, Hot & Hotter), Glossy, Thick Long Wires, With Light And Perfume Button/4pcs Hair Blower: 4000w Accurate Power,2-speed Settings (high & Low), 3 Temperature (cold, Hot & Hotter), Glossy, Thick Long Wires,with Light And Perfume Button/4pcs Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm,length: 20.9"/52cm,width: 14"/36cm,4 Drawers, Blower Holder/4pcs Talcum Powder: 200g, Hypo-allergenic, Dermatologist Tested/4 Pcs Cordless Clipper: Body Material: Aluminum,motor: Rotary,power/source Battery: Lithium-ion Battery (90+ Minutes Of Runtime), Blades: Titanium Blades, 3 Guide Combs Plastic Material (#1/2, #1, And #1½),cutting Lengths: 0.4-25mm,inclusions: A Blade Guard, 1 Recharging Transformer (charger), 1 Cleaning Brush, With Lubricating Oil Of At Least 5 Ml And English User Manual,product Dimension: Approximately 6.5-7" (l) X 2-3" (w),weight: Maximum Of 400g, Input: Can Be Used For 110-240 Voltage/4pcs Hair Trimmer: Running Time 120 Minutes Battery Powered, Rechargeable Li-ion Battery 1500 Mah, Dimension: Approximately 6-7" (l) X 1.5-2.5 (w), Material: Stainless,accessories: 4 Plastic Combs In Different Sizes 3mm, 6mm, 9mm, 12mm, Inclusions: 1 Recharging Transformer (charger) And 1 English User Manual, Input: Can Be Used For 110-240 Voltage/4pcs Electric Shaver: With 3d Floating Cutter Head, 40mins. Running Time For 8hrs Fully Charged, Material: Stainless Steel,product Dimension: Approximately 6.5-7" (l) X 2-3" (w),automatic Voltage 100-240v,battery: 2 Cell Nickel-metal Hydride Cylindrical Battery Pack, 4000mah,power Type: Rechargeable/4pcs Hair Shear: Material: Stainless Steel,1 Precision Scissor Approximately 6-7",1 Thinning Scissor Atleast 6",accesories: Scissors Oil Atleast 5ml/4 Pcs Razor Blades: 10pcs/box (double Edge Stainless)/4 Pcs Shaving Razor/labaha: Dimensions: Approximately 5-6" (l) X 3/4-1" (w), Material: Carbon Steel, Color: Black/ 4 Pcs Barber Skin Fade Brush: Handle: Wood, With Soft Bristles 1" (l),dimensions: Atleast 5.5" (l) X 1" (w)/4pcs Comb Set: (4pcs/set), Material: High Quality Plastic, Inclusions: #1-approx. Size: 4.88" (l) X 1.02" (w), #2-approx. Size: 7.09" (l) X 1.46" (w), #3-approx. Size: 7.87" (l) X 1.18" (w), #4-6.10" (l) X 0.20" (w)/4pcs Shaving Gel: (foam), 195g/4pcs Barber's Cape: Color: Black,about 140cm (l) X 110cm (w), Cloth: Polyester/4pcs 360 Degree Swivel Barber Chair: Classic Back Seat With Chrome Steel Base, Premium Steel Frame And High Class Foot Pump, Heavy Duty Leather Cover; Lower Height - At Least 51cm, Top Height - At Least 61cm, Sandles Height - At Least 40cm/8pcs Barber Apron: With Two Pockets, Waterproof, Material: Cotton And Acrylic, Item Size: Approx. 38-38.19" (l) X 27-27.36" (w)/ 4pcs Pomade: 80g, Water-based/26pcs Speed Square: Material: Cast Aluminum, Size: About 18x18x2cm/7.09x7.09x0.79", Weight: About 130g, Triangle-shaped/26pcs Meter Tape With Magnetic Hook: Blade Material, Nylon Coated Blade,dimensions: 16ft (l) X 25mm (w)/26pcs Circular Saw: Voltage: 220-240v, Frequency: 50-60hz, Input Power: 1400w, No-load Speed: Atleast 4800rpm, Blade Diameter: 185mm, Cutting Capacity: 45degree,44mm, 90 Degree: 65mm,maximum Cutting Depth: Atleast 90°62mm, Weight: Maximum Of 5.2kg,item Approximate Dimension: 15-17cm (h), 25-28cm (w), 30-35cm (l)/26pcs Angle Grinder: Rated Input Power: 730w, Wheel Diameter: 4", Rated Voltage: 220v,frequency: 60hz, No Load Speed: 12,000 Rpm, Weight: Approximately 1.6kg, Grinding Spindle Thread: M10, Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h )/26pcs Angle Grinder Cutting Disk: 10 Pcs. Per Set, Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8")/26 Pcs Portable Hand Drill: Power Sourced: Battery Powered - 2pc 21 Volt 1500mah Lithium-ion Batteries, Maximum Rotational Speed: 1500 Rpm, Voltage: 210v,amperage: 1.5 Amps, Chuck Size: 0.38",bit Heads Diameters: From 0.8mm-10mm,product Dimensions: 9.6" (l) X 2.1" (w) X 7.5" (h), Material: plastic, Rubber, Metal, Item Dimensions: Approx. 9.6" (l) X 2.1" (w) X 7.5" (h),item Weight: Atleast 2.5 Pounds,item Torque: 330 Inch Pounds; Inclusions: 1x21 Volt Inspiritech Cordless Power Drill, 2x Rechargeable Battery, 1x English User Manual, 10x Self-drilling Drywall Anchors,10x Screwdriver Bits, 2x Double Ended Bits, 3x Drilling Bits, 1x Magnetic Extension Socket Bit Holder, 10x Anchors With Screws,1x One-hour Fast Charger, 1x Flexible Extension Shaft, 1x Carrying Bag/26pcs Wood Planer: Rated Voltage: 220v, Rated Input Power: 600w, Cutting Width: 82mm, Load Speed: 15,000rpm, Frequency: 60hz, Weight: 3kg./26 Pcs Framing Hammer: Handle Material: Alloy Steel, Item Dimensions: Approximately 16-17" (l) X 5.75-6" (w) X 1.5-2" (h), Item Weight: Atleast 1.4 Pounds/26 Pcs Trim Hammer: Handle Material: Wood, Head Material: Alloy Steel; Item Dimensions Approximately: 14-15" (l) X 5-6"(w) X 1-2" (h),item Weight: Atleast 594 Grams/26pcs Roofing Hammer: Item Weight: 1.25 Pounds, Product Dimensions: Approx. 13.7" (l) X 6.75" (w) X 1.5" (h)/26 Pcs Chalk Line: Item Weight: 10.6 Ounces, Product Dimensions: approx. 1200" (l) X 4.72" (w) X 5.91" (h) Inches, Color: blue, Material Type: Alloy Steel, Rubber/26 Pcs Utility Knife: Handle Material: Aluminum, Material: Aluminum Alloy, Weight: 120g/pcs, Blade Size: 19mm (w) X 61mm (h) X 0.6mm (t),blade Material: Steel, Thickness: Atleast 0.6mm/26 Pcs Tin Snips: Item Weight: atleast 1 Pound, Package Dimensions: Approx. 12.36" (l) X 3.7" (w) X 1.3" (h),size: long Straight, 12 Inches Long, Blade Length: 3.20",material: Steel, Cutting Thickness Range Up To 1.2mm Carbon Steel And 0.7mm/26 Pcs Framing Square: Shorter Leg Measures At 8 Inch Outside And 6.5 Inch Inside, Longer Leg Measures At 12 Inch Outside And 11 Inch Inside,material: Carbon Steel/26 Pcs Level: Box Beam Style, Material: Aluminum,dimension: Approximately 24-24.5" (l) X 2-2.6" (w) X 1.2-1.5" (h), Weight: Atleast 0.8 Pounds/26 Pcs Electric Planer: Voltage: 220-240v,input Power: 1050w, No Load Speed: 1600rpm, Planing Width And Depth,82x3mm,heavy Duty Aluminum Base/1 Pc Meter Tape With Magnetic Hook: Blade Material: Nylon Coated Blade, Dimensions: 16ft (l) X 25mm (w)/1 Pc Air Compressor Machine: Motor Power: 1hp, Size: Approx. 935x385x800mm,voltage: 220-240v, 60hz, Speed: 3400 Rpm, Tank Capacity: 24l , Operating Pressure: Max 8 Bar, Air Displacement: 93l/min, Pump Lubricated With Oil/1 Pc Blue Painters Tape, Color: Blue, Size: Atleast 1.41" X 20m,thickness: 0.13mm, Item Weight: 1.92 Pounds, Material: Paper/2pcs Electric Spray Gun: Voltage: 220-240v~50/60hz,spraying Pressure: 0.1-0.2 Bar, Max Flow: 850ml/min, Max Viscosity: 50din-s, Container Capacity: Atleast 800ml,power Cord Length: 2m, Rated Power 500w, Spraying Pressure: Atleast 0.1-0.2bar, Item Dimensions: Approximately 13" (l) X 5" (w) X 11" (h)/1 Pc Extension Pole, (3 Stage Extender) Reach: 1.5-to-3ft,weight: Maximum Of 0.5 Pounds, Max. Standing Reach: 10ft, Material : Aluminum/2 Pcs Paint Brush Set, 5 Pcs/set, Material: Synthetic Bristle, Wood Handle, Overall Length: Atleast 11", Bristles Length: Atleast 3", Brush Width: 1", 1-1/2" 2", 2-2.5", 3"and 4"/ 5 Pcs Paint Roller, Material: Plastic,package Dimensions: Approximately 15.16" (l) X 11.22" (w) X 3.15" (h),item Weight: Atleast 1.06 Pounds, Inclusion: Roller, Atleast 7" In Length, Material: Polyester/2 Pcs Painters Gloves, 12 Pcs/pack, Material: Cotton, Color: Red/1 Pc Putty Knife/paint Scraper Set (4pcs), Stainless Steel Blade With Rubberized Handle, Blade Width: 1", 2" And 3", Length Including Handle: Approximately 8-9"/1 Pc Steel Float/plastering Trowel: Thickness: Atleast 0.7 Mm, Surface Measurement, Length: 12", Width: 4", Material: High Carbon Steel With Wood Handle/2 Pcs Lpg Tank With Gas Regulator And Accessories, Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/2 Pcs Kawali: Aluminum, (diameter X Height) 28cmx8cm With Double Handle/2 Pcs Food Warmer/chafing Dish: Rectangular, 2l Capacity, 6 Pcs In 1 Set Stainless Steel, No Side Handle, Glass Lid Cover With Handle, Dimensions: Same Sizes - 32cm (l) X 26cm (w) X 8cm (h)/2 Pcs Gas Range: Approx. 55-70cm (l) X 50-60cm (w) X 86-93cm (h), 4-gas Burner, 62l Gas Oven, Button Ignition, Top Glass Lid, Net Weight: Maximum Of 28kg, Pan Support: Light Cast Iron Pan Support/2 Pcs Baking Sheet: Aluminum, 12x16 Inches/2 Pcs Digital Kitchen Scale: Accurate Measurement; Weigh Up To 5 Kg / 11 Lb Precisely In 1 G / 0.05 Oz Increments, Quality Material: Measure Food, Small Items, And Liquids With Confidence On The 304 Food-grade, Stainless Steel Platform, Approx. Dimension 7.3-7.5" (l) X 5.7-5.90" (w) X 0.6-08" (h), 2 X 1.5v Aaa Batteries/2 Pcs Measuring Cup (for Liquid Ingredients): 1 Measuring Cup With Red Graphics, Made Of Non-porous Glass That Won't Warp, Stain, Or Absorb Odors, Glass Is Preheated Oven, Microwave, Fridge, Freezer & Dishwasher Safe, Dimension: Approx. 7.13" (l) X 6.75" (w) X 4.38" (h), Measuring Capacity: 500ml/2 Pcs Measuring Cups (for Dry Ingredients): Material: Stainless Steel, 5 Pieces Per Set (1 Cup, 1/2 Cup, 1/3 Cup, 1/4 Cup, 1/8 Cup)/2 Pcs Measuring Spoons (set): 7pcs Stainless Measuring Spoon Kit, The Kit Includes: 1/8 Tsp (0.63ml), 1/4 Tsp (1.25ml), 1/2 Tsp (2.5ml), 3/4 Tsp (3.75ml), 1 Tsp (5ml), 1/2 Tbsp (7.5ml), 1 Tbsp (15ml)/2 Pcs Mixing Bowl: Medium, Approx. Diameter: 28cm, Height:11.2cm, Material: Stainless; Capacity: At Least 4l/2 Pcs Standmixer: 2-in-1 360 Automatic Rotating Bowl Electric Stand & Hand Mixer, 4.5l W/ 5-speed Turbo Function,color: Black/1 Pc Double Burner Gas Stove: Stainless Top And Front, Automatic Ignition ,reversible Trivet, Double Detachable Top Burner, Removable Drip Pan, Dimension: 730mm(l) X 395mm(w) X 105mm(h)/1 Pc Lpg Tank With Gas Regulator And Accessories: Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/1 Pc Caldero: Aluminum, #2, Diameter Height 28cmx16cm With Double Handle/2 Pcs Kawali: Aluminum, (diameter X Height) 28cmx8cm With Double Handle/1 Pc Kawa: 19.5" Cast Iron With Double Handle Depth/height: 21cm (medium)/1 Pc Food Warmer/chafing Dish: Rectangular, 2l Capacity, 6 Pcs In 1 Set Stainless Steel, No Side Handle, Glass Lid Cover With Handle, Dimensions: Same Sizes - 32cm (l) X 26cm (w) X 8cm (h)1 Pc Food Glass Display (estante): 3 Layers; 20(h)x18(w)x36(l)", Aluminum Base, Glass With Screen Door/1 Pc Casserole With Double Handle: Material: Aluminum, Size: 26cm Dimension: 36(l) X 28.5(w) X 21(h)cm/2 Pcs Frying Tongs: Materials: Stainless Steel With Rubber Or Plastic Coated Handles, 12 Inch Long/1 Pc Chopping Board: Material: Polypropylene/1 Pc Chopping Knife: 10” Stainless,wood Handle/1 Pc Butcher's Knife: Materials: Stainless, Wood Handle, Size: About 10"/1 Pc Plastic Table: 4 Seaters, Square Type With Umbrella Hole At The Center, Table Dimension: 36" (length) X 36" (width) X 30" (height), Thickness: Approximately 1.5in To 2in; Color: Beige2 Pcs Monoblock Chairs: With Backrest, Seat 375mmxdepth 330mm, 2.25 Kg, Class B Plastic, Thickness: Approximately 1.5in, Color: Beige/1 Pc Beach Umbrella: 90" Diameter X 8 Ft. Height, 8 Rib Round Metal Pole, Polyester Multi-coloured Umbrella Canopy/2 Pcs Cooler Container: Chest Insulated Cooler, Materials: Polystyrene, Sizes And Capacities: 30 Liters - 45.5cm(l) X 39cm(w) X 31cm(h),color: Blue Or Red/1 Pc Grill/ Ihawan With Stand,material Of Body And Stand: Stainless , 24x12x33inches (lxwxh), Depth: 5inches/2 Pcs Bicycle With Sidecar: Bicycle Specifications: Bmx Type Bike (frame 1//2 Gi Hd, Rim Set Front X 10 G Wide Jap Hub, Rim Set Rear X 10g Wide Jap Hub, Tire 20 X 2.125 Jumbo, Tube 20 X 2.125, Handle Bar Painted Black, Fork Ex-900 Landing Gear Cp, Head Parts Nikyo/whw, H-post Bmx Ord.m, H-grip Ord. Opc Parts Neco Bearing Type, Opc Plate 36t, Chain Cp Bmx, Freewheel 24t, Pedal Opc Bearing Type, Seat Clamp/s-pin/ S-post P, Saddle With Spring, Footbreak With Spring "full Size" Frame, 175-180mm Cranks Side Car With Umbrella Holder And 2 Chest Coolers Carrier (52l Capacity) - Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h) Materials: 1/2 J1 Pipe 540, 316 X 1 Flat Square Bar, J1 Pipe De Una 520, 1/4 X 2 Flat Bar, 6203 Gi Set, Tire 20 X 2.125 Jumbo/2 Pcs Weighing Scale: 10kg Capacity, Colored Body / Stainless Pan, Graduation: 50g, Powder Coated Body, Pan Size: 255mm Ø X 55mm Deep, Dial Face: 185mm Ø, 4 Units/master Carton/4 Pcs Plastic Fruit Crate 21 X 15 X 12 Inches/1 Pc Hair Dryer, With 3 Temperature Setting (from High To Low): Size: Atleast 200mm (h), 74mm (w), Weight: Minimum Of 315g, Wattage: 2200w, Voltage: 120-240v, Body Material: Plastic/1 Pc 2 In 1 Steam Pro Hair Straightener (straightener & Curler): Tourmaline Ceramic Wide Plates - 1.25" Wide Heating Plate, Adjustable Temperature Display - 150-235◦c, 360◦, Swivel Cord - Tangle-free, Hanger Design, Ptc Heater - Instant Heat-up/1 Pc Hair Combs: Material: Plastic, Inclusions: Flat Comb Size - 21.5cm (l) X 4.2cm (w), Massage Comb Size: 22cm (l) X 8.5cm (w), Ribs Comb Size: 21.5cm (l) X 4cm (w), Curling Comb Size: 20.2cm (l) X 2.5cm (w), Mirror Size: Atleast 22cm (l) X 10cm (w); Storage Base Size: Atleast 10cm (l) X 15cm (w), Package Size: Approx. 22-23cm (l) X 16cm (w) X 11cm (h), Package Weight: Approx. 305g/1 Pc Hair Clips: Plastic, Product Size: Approx. 4.5", Color: Black (12pcs)/1 Pc 7pcs Face Brush Set, Inclusion: Powder Brush, Size: 17cm, Bristle Length: 3.2cm, Ferrule Width:1.9cm, Powder Buffer Brush, Size: 19cm, Bristle Length: 5cm, Ferrule Width: 2.1cm,foundation Brush, Size: 17cm, Bristle Length: 3.3cm, Ferrule Width: 2.2cm, Flat Foundation Brush, Size: 17cm,bristle Length: 3.2cm; Ferrule Width:1.2cm, Highlight Brush, Size: 16.5cm,bristle Length: 2.7cm, Ferrule Width: 2.3cm,angle Cheek Brush, Size: 17cm, Bristle Length: 3.1-2.3cm,ferrule Width: 2.4cm, Highlighting Fan Brush, Size: 16.5cm, Bristle Length: 4cm, Ferrule Width: 2.5cm, With Brush Bag/1 Pc Eyelash Curler: Material: Carbon Steel, Size: Approx. 5.91 X 3.94 X 1.97"/1 Pc Eyebrow Razor: Handle Material: Plastic, Size: Approx. 6.8(l) X 2(w) X 0.1"(h), 6pcs/pack/1 Pc Makeup Sponge Set Blender: Material: Sponge, Size: Approx. 4.02 (l) X 3.94(w) X 2.52"(h), 4pcs/set/1 Pc False Eyelashes, Product Dimensions: Approx. 0.75(l) X 3.88(w) X 5.38"(h), 5pairs/pack/1 Pc Eye Shadow Pallete: 12 Curated Peach-inspired Shades, Finish Type: Metallic, Matte, Product Dimension: Approx. 0.08 (l) X 0.04 (w) X 0.06" (h)/1 Pc Contour Palette: Multi-colored, Finish Type: Matte, Package Dimension: Approx. 5.75 (l) X 4.25 (w) X 0.5" (h)/1 Pc Hypercurl Waterproof Mascara Make Up Set: Product Dimensions: Approx. 0.85 (l) X 2.75 (w) X 5.63" (h), Color: Black/1 Pc Waterproof Matte Gel Eyeliner Pencil: Item Form: Pencil, Powder, Creamy, Finish Type: Matte, Product Dimensions: About 5.77 X 1.97 X 0.81", Color: Black/1 Pc Eyebrow Gel, Waterproof: Weight: About 0.16 Oz, Product Dimension: Approx. 0.75 (l) X 1.9 (w) X 5.65 (h) Inches, Color Black, Brown/1 Pc Blush On, 3 Complimentary Skin-flushed Shades, Product Dimensions: Approx. 2.89 (l) X 0.43 (w) X 2.33" (h)/1 Pc Powder Blush Makeup Palette, Product Dimensions: approx. 2.43 (l) X 2.43 (w) X 0.66" (h)/1 Pc Eye Shadow Palette; 12 Curated Peach-inspired Shades, Finished Type:metallic,matte, Product Dimensions:approx 0.08(l)x0.04(w) X0.06”(h)/ 1 Pc Applicator Brush And Plastic Comb: 13cm Black, Double-sided Comb, Pointed Handle For Sectioning Hair/1 Pc Hair Clipper: Electric; 110v-240v, 50-60hz,all Metal Machine, Led Light Display Stainless Steel Blade, Blade Width 45mm,low Noise High Power, 2000 Ma Lithium Battery, 210 Minutes Working Time, 4pcs Comb Guide 3/6/10/13mm, Body Size: 17x4cm, Body Weight: 371g, With Complete Accessories - Fiber Comb: Cleaning Brush, Lubricant, Charger/1 Pc Spray Bottle: 250ml Plastic Hairdressing Spray Bottle/1 Pc Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm, Length: 20.9"/52cm, Width: 14"/36cm, 4 Drawers, Blower Holder/1 Pc Curling Iron: 220v Power, 4gen; White, 32x25x13mm, Energy Efficient-48w,360degree Rotating Tail, Automatic Hair Curler, Iron Ceramic, Adjustable Size/1 Pc Apron: Length: 76cm, Width: 59cm, Color: Black, Material: Nylon, Waterproof/1 Pc Curling Rod: Small, 2cm, Cylindrical, Plastic Resin With Rubber Band Kits,multi-color/1 Pc Curling Rod: Medium, 2.5cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/1 Pc Curling Rod: Large, 3cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/1 Pc Spray Net: 600ml, 27.5cm, Hard Hold/1 Pc Hair Spray Aerosol Extra Hold: Weight: About 7ounces /198g, Scented, Package Dimensions: 7.83 X 6.69 X 2.17"/1 Pc Hair Trimmer: Running Time 120 Minutes Battery Powered,rechargeable Li-ion Battery 1500 Mah, Dimension: Approximately 6-7" (l) X 1.5-2.5 (w), Material: Stainless; Accessories: 4 Plastic Combs In Different Sizes 3mm, 6mm, 9mm, 12mm, Inclusions: 1 Recharging Transformer (charger), And 1 English User Manual, Input: Can Be Used For 110-240 Voltage/3 Pcs Hair Dryer, With 3 Temperature Setting (from High To Low): Size: Atleast 200mm (h), 74mm (w), Weight: Minimum Of 315g, Wattage: 2200w, Voltage: 120-240v,body Material: Plastic/3 Pcs 2 In 1 Steam Pro Hair Straightener (straightener & Curler): Tourmaline Ceramic Wide Plates - 1.25" Wide Heating Plate, Adjustable Temperature Display - 150-235◦c, 360◦, Swivel Cord - Tangle-free; Hanger Design, Ptc Heater - Instant Heat-up/3 Pcs Hair Combs: Material: Plastic, Inclusions: Flat Comb Size - 21.5cm (l) X 4.2cm (w), Massage Comb Size: 22cm (l) X 8.5cm (w), Ribs Comb Size: 21.5cm (l) X 4cm (w),curling Comb Size: 20.2cm (l) X 2.5cm (w), Mirror Size: Atleast 22cm (l) X 10cm (w), Storage Base Size: Atleast 10cm (l) X 15cm (w),package Size: Approx. 22-23cm (l) X 16cm (w) X 11cm (h), Package Weight: Approx. 305g/3 Pcs Hair Clips: Plastic, Product Size: Approx. 4.5",color: Black (12pcs)/3 Pcs Disposable Latex Free Gloves: Non-sterile, 100 Pcs Per Pack, Product Dimensions: Approx. 8.6" (l) X 4.9" (w) X 3" (h), Weight: 1.25 Pounds, Material: Synthetic Pvc/3 Pcs Cutting Scissors: 6" Stainless Steel, 65g/3 Pcs Thinning Scissors: 17.5x5cm Stainless Steel/3 Pcs Drip Pan: 32cmx35cm Plastic, Black/3 Pcs Hair Clipper: Electric,110v-240v, 50-60hz,all Metal Machine,led Light Display Stainless Steel Blade, Blade Width 45mm, Low Noise High Power, 2000 Ma Lithium Battery, 210 Minutes Working Time, 4pcs Comb Guide 3/6/10/13mm, Body Size: 17x4cm, Body Weight: 371g,with Complete Accessories - Fiber Comb, Cleaning Brush, Lubricant, Charger/3 Pcs Nail Tool Set: Material: Stainless Steel, Case: Leather, Package Size: Approximately 15-15.5cm (l) X 8cm (w) X 2cm (h),inclusions: Cuticle Trimmer (95mm), Blackhead Needle And Loop Remover (83mm), Eyebrow Tweezer (86mm) Peeling Knife (90mm), Nail File (75mm), Ear Pick (78mm), Double Pick (75mm), Dead Skin Fork (86mm), Small Pedicure Plier (95mm), Acne Needle (83mm), Small Nail Clipper (62mm) Bevel Nail Clipper (61mm), Large Nail Clipper (82mm), Beauty Tip Scissor (89mm), Pusher/3 Pcs Cotton Balls: 300g (100 Pcs Large Cotton Balls)/3 Pcs Nail Polish: Volume: 15ml, With 24 Colors Inclusions: 14k Gold, 18k Gold, 24k Gold, African Plum, Baby Pink, Black Velvet, Carolina Peach, Cashmere, Emerald Shimmer, Golden Bronze, Italian Nude, Platinum Special, Pussy Red, Red Pearl, Saphire Glow, Silver Platinum, Simply Red, Tahiti Brown, White Satin, White Rose, Platinum Silver, Touch Of Tan, Touch Of Beige, Colorless/3 Pcs Foot Spa Soaker: With Pumice Stone, Package Dimensions: Approximately 16.42" X 13.58" X 7.91", Weight: About 4.63 Pounds, Rated Power: 500 Watts, Rated Voltage: 110~120v, Rated Frequency: 50hz, Temperature Adjustable Range: 35℃ To 48℃/3 Pcs Astringent Foot Soaker: 128oz/3 Pcs Cooling Foot Soak: Product Dimensions: approximately 6.5-7" X 2.38-2.50" X 9.259.50", Weight: Atleast 900g/3 Pcs Exfoliating Foot Scrub: Package Dimensions: Approximately 7.05-7.50" X 2.32-3" X 1.97-2", Weight: Atleast 6oz/3 Pcs Foot File And Callus Remover: Material: Metal, Steel, Item Dimensions: Approx. 10-10.78" X 2.7" X 0.29", Item Weight: 3.2 Pounds/3 Pcs Foot Scrub/3 Pcs Manicurist Bag: Made Of Heavy Duty Nylon, Large Capacity: Enough Room To Hold Up To 42 Bottles Of 15ml Nail Polish, Size: Approx. 8-9" (l) X 6-7" (w) X 4-5" (h)/3 Pcs Spray Bottle: 250ml Plastic Hairdressing Spray Bottle/3 Pcs Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm, Length: 20.9"/52cm, Width: 14"/36cm, 4 Drawers, Blower Holder/3 Pcs Apron: Length: 76cm, Width: 59cm,color: Black,material: Nylon, Waterproof/3 Pcs Alcohol: 70% Ethyl Alcohol With Moisturizer,500ml/3 Pcs Shampoo: 1000ml, Green Apple And Citrus Lemon Variant/3 Pcs Hair Spa: 1000ml, Lavender And Strawberry Variant/3 Pcs Hot Oil: Keratin Organic Hot Oil, 1000ml, Aloe Vera Variant/3 Pcs Hair Cellophane: 500ml, Natural, Brown,burgundy And Ash Blonde Variant/3 Pcs Hair Rebonding Set: 1000ml Hair Straightening And Hair Neutralizing (ion Perm)/3 Pcs Hair Color Dye:100 Ml, 2pcs Each (black, Dark Brown, Medium Brown, Light Brown, Blonde, Light Blond, Lighter Blonde, Lightest Blonde, Dust)/3 Pcs Hair Color Developer: 100ml 2pcs Each 6%, 9%, 12% Oxidizer/3 Pcs Hair Bleaching Powder: 500g/3 Pcs Brazilian Blowout: 120ml, 3-in-1 Set (clarifying Shampoo, Brazilian Blowout, After Treatment Conditioner)/24 Pcs Hair Dryer, With 3 Temperature Setting (from High To Low): Size: Atleast 200mm (h), 74mm (w), Weight: Minimum Of 315g, Wattage: 2200w, Voltage: 120-240v, Body Material: Plastic/24 Pcs 2 In 1 Steam Pro Hair Straightener (straightener & Curler): Tourmaline Ceramic Wide Plates - 1.25" Wide Heating Plate, Adjustable Temperature Display - 150-235◦c, 360◦,swivel Cord - Tangle-free, Hanger Design, Ptc Heater - Instant Heat-up/24 Pcs Hair Combs: Material: Plastic, Inclusions: Flat Comb Size - 21.5cm (l) X 4.2cm (w), Massage Comb Size: 22cm (l) X 8.5cm (w), Ribs Comb Size: 21.5cm (l) X 4cm (w), Curling Comb Size: 20.2cm (l) X 2.5cm (w), Mirror Size: Atleast 22cm (l) X 10cm (w), Storage Base Size: Atleast 10cm (l) X 15cm (w), Package Size: Approx. 22-23cm (l) X 16cm (w) X 11cm (h), Package Weight: Approx. 305g/24 Pcs Hair Clips: Plastic, Product Size: Approx. 4.5", Color: Black (12pcs)/24 Pcs Disposable Latex Free Gloves: Non-sterile, 100 Pcs Per Pack, Product Dimensions: Approx. 8.6" (l) X 4.9" (w) X 3" (h), Weight: 1.25 Pounds, Material: Synthetic Pvc/24 Pcs Drip Pan: 32cmx35cm Plastic, Black/24 Pcs Shower Caps: 32cm, Thick Plastic, Elastic, Washable/24 Pcs Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm, Length: 20.9"/52cm, Width: 14"/36cm, 4 Drawers, Blower Holder/24 Pcs Curling Iron: 220v Power, 4gen, White, 32x25x13mm, Energy Efficient-48w, 360degree Rotating Tail, Automatic Hair Curler, Iron Ceramic, Adjustable Size/24 Pcs Hair Steamer: With 4 Wheels, 360degrees Movable, Gray Color, Adjustable Height With Timer And Control/120 Pcs Cape: 140x110cm, Satin, Nylon, Waterproof, Black/72 Pcs Microfiber Towel: 25x65cm, 135g, Microfiber, Dark Colors/24 Pcs Curling Rod:small, 2cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/24 Pcs Curling Rod: Medium, 2.5cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/24 Pcs Curling Rod: Large, 3cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/120 Pcs Ear Caps: (l X W X T): 8cm X 4.5cm X 2.1cm/3.15" X 1.77" X 0.83", Black,plastic/24 Pcs Shampoo: 1000ml, Green Apple And Citrus Lemon Variant/24 Pcs Hair Spa: 1000ml, Lavender And Strawberry Variant/24 Pcs Hot Oil: Keratin Organic Hot Oil, 1000ml, Aloe Vera Variant/24 Pcs Hair Cellophane: 500ml, Natural, Brown, Burgundy And Ash Blonde Variant/24 Pcs Hair Rebonding Set: 1000ml Hair Straightening And Hair Neutralizing (ion Perm)/24 Pc Hair Color Dye:100 Ml, 2pcs Each (black, Dark Brown, Medium Brown, Light Brown, Blonde, Light Blond, Lighter Blonde, Lightest Blonde, Dust)/24 Pcs Hair Color Developer: 100ml 2pcs Each 6%, 9%, 12% Oxidizer/24 Pcs Hair Bleaching Powder: 500g/24 Pcs Brazilian Blowout: 120ml, 3-in-1 Set (clarifying Shampoo, Brazilian Blowout, After Treatment Conditioner)/24 Pcs Hair Shear: Material: Stainless Steel, 1 Precision Scissor Approximately 6-7",1 Thinning Scissor Atleast 6", Accesories: Scissors Oil Atleast 5ml/34 Pcs Angle Grinder Cutting Disk: 10 Pcs. Per Set, Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8")/34 Pcs Crow Bar: At Least 36" Long,length Tolerance: +- 1/8, Material: Forged Steel Carbon/34 Pcs Claw Hammer: Round Head, Head Weight: At Least 16oz, Overall Weight: Approximately 17oz-23oz, Head Material: Forged Steel, Handle Material: Fiberglass Handle With Rubber Cushion, Overall Length: Approximately 12-14"/34 Pcs Hacksaw With Blade: Material: Aluminum Alloy Frame With Soft-grip Handle, At Least 12"-15" Long Including Handle, With Soft-grip Rubber Handle, Bi-metal, Blade Length: About 30cm, Width: 3cm/34 Pcs Meter Tape With Magnetic Hook: Blade Material: Nylon Coated Blade, Dimensions: 16ft (l) X 25mm (w)/34 Pcs Handsaw: Blade Length: About 15",blade Material: Carbon Steel, Handle Length: 5", Handle Material: Plastic/rubber, Color: Gray,8 Teeth Per Inch/34 Pcs Shovel: Round End, Tempered Steel Blade: 17-23 Cm, Blade Tip Width, 22-28cm Blade Tip Length, All Metal Handle, Overall Length: 100cm-115 Cm, Capacity: 350-400 Lbs/34 Pcs Shovel: Rectangular End, Tempered Steel Blade: 22-26 Cm, Blade Tip Width, 22-28cm Blade Tip Length, All Metal Handle, Overall Length: 100cm-115 Cm/34 Pcs Level Bar: Aluminum Frame, Length: At Least 24"/60cm, Aluminum Thickness: 1.5mm, Double Side Milles, 0.5mm/m Accurate Vials/34 Pcs Steel Float/plastering Trowel: Thickness: At Least 0.7 Mm, Surface Measurement, Length: 12", Width: 4", Mmaterial: High Carbon Steel With Wood Handle/34 Pcs Steel Square: Carpenter's Framing Square, Blade Width: 2" Scale: At Least 16" (l) X 24" (w), Material: Steel/34 Pcs Masonry Trowel: Length: At Least 12"long, Width: 6", Material: Flat Steel, With Wood Handle/34 Pcs Circular Saw: Voltage: 220-240v, Frequency: 50-60hz, Input Power: 1400w, No-load Speed: Atleast 4800rpm, Blade Diameter: 185mm, Cutting Capacity: 45degree: 44mm, 90 Degree: 65mm, Maximum Cutting Depth: Atleast 90°62mm, Weight: Maximum Of 5.2kg, Item Approximate Dimension: 15-17cm (h), 25-28cm (w), 30-35cm (l)/34 Pcs Masonry Square/metric Square: Material: Aluminum, Length: Approx. 24", Width: 16", 1/8 '' Thickness/34 Pcs Mason's Level: At Least 48'' Long, Aluminum Reinforced Frame, 60cm Only/34 Pcs Sledgehammer: Weight: At Least 3 Lbs With Fiberglass Handle, Forged Steel Round Head, Length: Approximately 25-27"/34 Pcs Concrete Chisel: Pointed Sharp End, Material: Forged Steel Chisel, With Rubberized Handle, Length: Approximately 10''/34 Pcs Putty Knife/paint Scraper Set (4pcs): Stainless Steel Blade With Rubberized Handle, Blade Width: 1", 2" And 3", Length Including Handle: Approximately 8-9"/34 Pcs Mason's Line: #18 Braided Nylon, 500 Ft/roll, Color Orange/34 Pcs Hammer Drill: Electric, 1980w 220v, Rated Frequency: 50/60hz, Load Speed: 0-3800rpm (revolutions Per Minute), Chuck: 13mm With Ergonomic Anti-slip Handle/34 Pcs Angle Grinder: Rated Input Power: 730w, Wheel Diameter: 4",rated Voltage: 220v, Frequency: 60hz, No Load Speed: 12,000 Rpm, Weight: Approximately 1.6kg, Grinding Spindle Thread: M10, Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h )/34 Pcs Wooden Float: Size: At Least 12x4", Has 5/8" Thick Rubber Pad, With Wooden Handle/4 Pcs Nail Tool Set: Material: Stainless Steel, Case: Leather, Package Size: Approximately 15-15.5cm (l) X 8cm (w) X 2cm (h), Inclusions: Cuticle Trimmer (95mm), Blackhead Needle And Loop Remover (83mm), Eyebrow Tweezer (86mm) Peeling Knife (90mm), Nail File (75mm), Ear Pick (78mm), Double Pick (75mm), Dead Skin Fork (86mm), Small Pedicure Plier (95mm), Acne Needle (83mm), Small Nail Clipper (62mm) Bevel Nail Clipper (61mm), Large Nail Clipper (82mm), Beauty Tip Scissor (89mm), Pusher/4 Pcs Cotton Balls: 300g (100 Pcs Large Cotton Balls)/4 Pcs Nail Polish: Volume: 15ml, With 24 Colors Inclusions: 14k Gold, 18k Gold, 24k Gold, African Plum, Baby Pink, Black Velvet, Carolina Peach, Cashmere, Emerald Shimmer, Golden Bronze, Italian Nude, Platinum Special, Pussy Red, Red Pearl, Sapphire Glow, Silver Platinum, Simply Red, Tahiti Brown, White Satin, White Rose, Platinum Silver, Touch Of Tan, Touch Of Beige, Colorless/4 Pcs Foot Spa Soaker: With Pumice Stone, Package Dimensions: Approximately 16.42" X 13.58" X 7.91", Weight: About 4.63 Pounds, Rated Power: 500 Watts, Rated Voltage: 110~120v, Rated Frequency: 50hz, Temperature Adjustable Range: 35℃ To 48℃/2 Pcs Astringent Foot Soaker: 128oz/2 Pcs Cooling Foot Soak: Product Dimensions: approximately 6.5-7" X 2.38-2.50" X 9.259.50", Weight: Atleast 900g/2 Pcs Exfoliating Foot Scrub: Package Dimensions: Approximately 7.05-7.50" X 2.32-3" X 1.97-2", Weight: Atleast 6oz/4 Pcs Foot File And Callus Remover: Material: Metal, Steel, Item Dimensions: Approx. 10-10.78" X 2.7" X 0.29", Item Weight: 3.2 Pounds/2 Pcs Foot Scrub/2 Pcs Manicurist Bag: Made Of Heavy Duty Nylon, Large Capacity: Enough Room To Hold Up To 42 Bottles Of 15ml Nail Polish, Size: Approx. 8-9" (l) X 6-7" (w) X 4-5" (h)/6 Pcs Microfiber Towel: 25x65cm, 135g, Microfiber,dark Colors/2 Pcs Alcohol: 70% Ethyl Alcohol With Moisturizer, 500ml/1 Pc Double Burner Gas Stove: Stainless Top And Front, Automatic Ignition ,reversible Trivet, Double Detachable Top Burner, Removable Drip Pan, Dimension: 730mm(l) X 395mm(w) X 105mm(h)/1 Pc Lpg Tank With Gas Regulator And Accessories: Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/2 Pcs Kawa: 19.5" Cast Iron With Double Handle Depth/height: 21cm (medium)/1 Pc Plastic Table: 4 Seaters, Square Type With Umbrella Hole At The Center, Table Dimension: 36" (length) X 36" (width) X 30" (height), Thickness: Approximately 1.5in To 2in, Color: Beige/1 Pc Monoblock Chairs: With Backrest, Seat 375mmxdepth 330mm, 2.25 Kg, Class B Plastic, Thickness: Approximately 1.5in, Color: Beige/1 Pc Peanut Grinding Machine: Electric, 220v, 300w, 50-60hz,material: High Quality Stainless Steel Body And Base, Color: Black, Dimension: Approx. Length: 43.5cm, Width: 23cm, Height: 13.5cm/1 Pc Hand Cobbler Shoe Repair Machine Dual Cotton Nylon Line Sewing Machine Manual Leather Machine Shoe Sewing Machine Color Silver: Product Dimensions 14.4"d X 20.5"w X 5.5"h, Material: Cast Iron Item Weight: 22 Pounds, Power Source: Crank/5 Pcs Wooden Handle Shoes Repairing Awl Shoe Sewing Tool Diy Craft Repair Hand Straight Hook Shoes Sewing Awl Type: Shoes Sewing Awl Material: Wood+metal, Features: Shoes Sewing Awl, Repair Hand , Crochet Needle Tool Dimension: 1: App.2x13.5x6cm/0.79x5.31x2.36in 2: App.2x13x5.5cm/0.79x5.12x2.17in 3: App.2x13x5.5cm/0.79x5.12x2.17in, Color: Wood Color + Silver/5 Pcs Upholstery Stitching Thread Black 100 Mtr. 1 Pc Upholstery Hand Stitching Tools For Belts, Saddles, Shoes, Fabric Household Use Handwork Sewing Leather Craft Shoes Repairing/5 Pcs Upholstery Stitching Thread Brown 100 Mtr 1 Pc Upholstery Hand Stitching Tools For Belts, Saddles, Shoes, Fabric Household Use Handwork Sewing Leather Craft Shoes Repairing/5 Pcs Upholstery Stitching Thread White 100 Mtr. 1 Pc Upholstery Hand Stitching Tools For Belts, Saddles, Shoes, Fabric Household Use Handwork Sewing Leather Craft Shoes Repairing/2 Pcs Angle Grinder Cutting Disk: 10 Pcs. Per Set, Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8")/2 Pcs Angle Grinder: Rated Input Power: 730w, Wheel Diameter: 4", Rated Voltage: 220v,frequency: 60hz, No Load Speed: 12,000 Rpm, Weight: Approximately 1.6kg, Grinding Spindle Thread: M10, Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h)/2 Pcs Chipping Hammer: Item Weight: at Least 13.8 Ounces, Product Dimensions: 11" (l) X 1" (w) X 7.5" (h), Material: Genuine Leather Grip And Forged Steel/2 Pcs Heavy Duty Corded Drill: Rated Input Power: 750w, Chuck Capacity: Up To 13mm, Drill Capacity: Metal (16mm), Wood (25mm), Masonry (12mm), Dimension: 268mm (l) X 69mm (w) X 192mm (h), Weight W/out Cable: Approximately 1.6-1.8 Kg, Spindle Collar Diameter Of 43 Mm/2 Pcs Metal Drill Bit Set: Material: High Speed Steel, 19pcs Per Set(1mm,1.5mm,2mm,2.5mm,3mm,3.5mm,4mm,4.5mm,5mm,5.5mm,6mm,6.5mm,7mm,7.5mm,8mm,8.5mm,9mm,9.5mm,10mm), Point Angle: 118degree C, Standards: Din 338, Bit Geometry: Standard Twist Bit/2 Pcs Mig Welding Pliers: Overall Length: Atleast 210mm, Material: High Carbon Steel, Handle Material: Thermoplastic Rubber/2 Pcs Needle File Set: (6 Pieces Hand Metal Files, Hardened Alloy, Strength Steel Set Includes Flat, Flat Warding, Square, Triangular, Round, And Half-round File), Color Black, Metal Type: Carbon Steel, Handle Material: Wood, Alloy Steel, Item Dimensions: Approximately 6.1" (l) X 3" (w) X 0.5" (h)/2 Pcs Portable Welding Machine: Input Voltage: 220-240, Frequency: 50-60hz, Output Current: 10-220a, Led Display, No-load Voltage: 85v, Max. Output Current: 220a, Diameter Of Electrode: 1.6-3.2mm, Inclusions: 1 Pc Electrode Holder, 1 Pc Earth Clamp With Cable/2 Pcs Speed Square: Material: Cast Aluminum, Size: About 18x18x2cm/7.09x7.09x0.79", Weight: About 130g,triangle-shaped/2 Pcs Welding Helmet: Auto Darkening Helmet: Power Supply: Battery And Solar Powered, Light Shade: Din9-1, Dark Shade: Din4, Switching Time: 1/25000s, Delay Time: 0.1-0.8s, Sensitivity Adjustment: Stepless Control, Operation Temperature: -5 Degrees- 55 Degrees, Active Viewing Area: 93mmx43mm, Active Viewing Area Size: (+/- 10mm), Item Weight: At Least 1.85 Pounds, Package Dimensions: approximately 12-12.4" (l) X 9-9.61" (w) X 7-7.68" (h)/2 Pcs Welding Magnets: 6 Pcs/set, Overall Length: At Least (3"), Hold Capacity: Up To 25lbs, Arrow Design Supports Angle: 45°, 90°, And 135°, Item Weight: 295g, Package Dimensions: 4.88 X 4.72 X 3.98 Inches, material: Steel, Magnets Size: Approximately - Top (1-1.4cm), Bottom (6.5-7cm), Side (7-7.5cm) Thickness (1-1.3cm)/2 Pcs Welding Suit: 100% Cotton With Pyrovatex, 2 Back Pockets And Rule Pocket With Safety Gusset Feature, High Quality And Long Lasting, Two Way Zipper, Approximate Cloth Size: Large/10 Pcs Camping Dome Tent: Product Dimensions: 82.7"l X 55"w X 43.5"h, Item Weight: 4 Pounds Shape: D Shape Occupancy: 2 Person Included Components: Carry Bag, Stakes, Rainfly Water Resistance Technology 1000 Millimeters, Special Feature: Windproof, Sun Protection/outdoor Mat (banig):size (48" X 75") Material: Palm Leaves (buri)/10 Pcs Double Burner Gas Stove: Stainless Top And Front, Automatic Ignition ,reversible Trivet, Double Detachable Top Burner, Removable Drip Pan, Dimension: 730mm(l) X 395mm(w) X 105mm(h)/2 Unit Lpg Tank With Gas Regulator And Accessories: Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/1 Unit Gas Range: Approx. 55-70cm (l) X 50-60cm (w) X 86-93cm (h), 4-gas Burner, 62l Gas Oven, Button Ignition, Top Glass Lid, Net Weight: Maximum Of 28kg, Pan Support: Light Cast Iron Pan Support/5 Pcs Kawali: Aluminum, (diameter X Height) 28cmx8cm With Double Handle/2 Pc S Kawa: 19.5" Cast Iron With Double Handle Depth/height: 21cm (medium)/5 Pcs Wok Ladle: Material: Stainless Steel With Wooden Handle: Total Length Of Item: 24 Inches/5 Pcs Wok Spatula: Material: Stainless Steel With Wooden Handle, Total Length Of Item:24 Inches/5 Pcs Stainless Steel Long Wooden Handle Skimmer Strainer: Material: Stainless Steel, Size: 32.3*11.5cm/5 Pcs Casserole With Double Handle: Material: Aluminum, Size: 26cm, Dimension: 36(l) X 28.5(w) X 21(h)cm/5 Pcs Frying Tongs: Materials: Stainless Steel With Rubber Or Plastic Coated Handles, 12 Inch Long/5 Pcs Chopping Board: Material: Polypropylene Plastic: 8"(w) X 10"(l), 1cm (thickness)/5 Pcs Chopping Knife: 10" Stainless; Wood Handle/5 Pcs Grill/ Ihawan With Stand, Material Of Body And Stand: Stainless, 24x12x33inches (lxwxh), Depth: 5inches/1 Unit Heavy Duty Commercial Micromatic Big 7.8l Mrc-50 Rice Cooker 45cups (white)/10 Dz Melamine Round Dinner Plate: 9" Diameter, Color; White/10dz Platito (saucer): Material: Melamine Plastic, Standard Size: 6 Inch (diameter) X ¾ Inch Height/10 Pcs Serving Tray Bamboo - Wooden Tray With Handles, Color Brown Material Wood, Product Dimensions 17"l X 11"w X 2"h/10dz Drinking Glass: 8 Oz, Glass, Product Size: Base Diameter-7cm, Top Diameter: 7cm, H-11.4cm, Heat Resistant, Dishwasher Safe/10dz Spoon: Stainless, 12pcs/per Pack, Size: 8"/10dz Fork: Stainless, 12 Pcs/per Pack, Size 8"/5dz Mangkok (round Shape Bowl), Materials: Ceramic, Size: 6inch (diameter) X 5cm (height)/5 Pcs Storage Box With Wheels For Easy Transport, Measurements: L72 X W52 X H44cm, Food Grade Material, 120l Capacity, Stackable; With Lid And Handle, Color: White/2 Pcs Butcher's Knife: Materials: Stainless, Wood Handle, Size: About 10"/5 Pcs Gallon Acrylic Juice Dispenser Type: Type: Water/juice Dispensers, Overall Dimensions: Height:32 1/2 Inches, Top Diameter: 6 11/16 Inches, Capacity:1.1 Gallons, Base Material: Stainless Steel, Container Material: Acrylic, Style: Single/5 Pcs Chafing Dish Food Warmer Buffet Set: Size: 1/1pan*3, Color: Silver, Material: Stainless Steel, Product Dimensions: 13.39"l X 15.35"w X 23.62"h, Capacity: 8 Quarts/5 Pcs Chest Cooler: Item Package Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h), Package Weight: 5.76kg, Inside Dimensions: 24.95" (l) X 14.58" (w) X 14.77" (h), Material: plastic, Chamber Depth: 24.95", Capacity: 52l , Color: Blue Or Red/5 Pcs Matress: Size: Semi Double (48" X 75"), Thickness: 4"/15 Pcs Matress Size: Queen (60" X 75") Thickness: 4"/15 Pcs Pillow: Size: Standard (20" X 26")/10 Sets Bed Linen Set Of 3pcs, 1-bed Sheet Size (48" X 75"), 2-pillow Case (20" X 26")/2 Sets Bed Linen Set Of 3pcs: 1-bed Sheet Size (60" X 75"), 2-pillow Case (20" X 26")/6 Unit Electric Fan: Color: Black, Electric Fan Design: Floor Fan, Power Source: Corded Electric Style: 3-speed Ac Motor Fan, Product Dimensions: 15.75"d X 17.72"w X 53.15"h, Room Type: Bedroom, Special Feature: Oscillating, Adjustable Height, Adjustable Tilt,wattage: 60 Watt/4 Unit Industrial Ceiling Fan: Product Material: Cast Aluminum Casing, Product Specifications: 2000mm, Operating Voltage: 220v, Wind Speed: 5th Gear, Number Of Fan Product Color: Black, White, Product Power: 165w, Blades: 6 Blades/150 Pcs Monoblock Chairs: With Backrest, Seat 375mmxdepth 330mm, 2.25 Kg, Class B Plastic, Thickness: Approximately 1.5in, Color: White/15 Pcs Solid Top Round Table: Material: Plastic, Color: White, Size(cm): 115 X 74 X 4.5, Foldable Legs,diameter: 45″, 6 To 8 Seater Capacity B. Completed Within The Last Two(2) Years From The Date Of The Submission Of Bids 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 12 The Price Of Goods Shall Be Quoted Ddp Lgu-irosin, Irosin, Sorsogon. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.3 Various Supplies And Materials For Dole Integrated Livelihood Program And Sustainable Industry Project 4 Pcs Barber Brush: 23.3cmx7cm, Soft Fiber Material And Wooden Handle/4 Pcs Hair Clipper: Electric, 110v-240v, 50-60hz,all Metal Machine,led Light Display Stainless Steel Blade, Blade Width 45mm,low Noise High Power, 2000 Ma Lithium Battery, 210 Minutes Working Time,4pcs Comb Guide 3/6/10/13mm,body Size: 17x4cm, Body Weight: 371g,with Complete Accessories - Fiber Comb, Cleaning Brush, Lubricant, Charger/4 Pcs Paddle Brush:body Material: Wood, Dimensions: (lxwxh) 25x8x3cm, Brown/8pcs Spray Bottle: 250ml Plastic Hairdressing Spray Bottle/4pcs Hair Blower: 4000w Accurate Power,2-speed Settings (high & Low), 3 Temperature (cold, Hot & Hotter), Glossy, Thick Long Wires, With Light And Perfume Button/4pcs Hair Blower: 4000w Accurate Power,2-speed Settings (high & Low), 3 Temperature (cold, Hot & Hotter), Glossy, Thick Long Wires,with Light And Perfume Button/4pcs Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm,length: 20.9"/52cm,width: 14"/36cm,4 Drawers, Blower Holder/4pcs Talcum Powder: 200g, Hypo-allergenic, Dermatologist Tested/4 Pcs Cordless Clipper: Body Material: Aluminum,motor: Rotary,power/source Battery: Lithium-ion Battery (90+ Minutes Of Runtime), Blades: Titanium Blades, 3 Guide Combs Plastic Material (#1/2, #1, And #1½),cutting Lengths: 0.4-25mm,inclusions: A Blade Guard, 1 Recharging Transformer (charger), 1 Cleaning Brush, With Lubricating Oil Of At Least 5 Ml And English User Manual,product Dimension: Approximately 6.5-7" (l) X 2-3" (w),weight: Maximum Of 400g, Input: Can Be Used For 110-240 Voltage/4pcs Hair Trimmer: Running Time 120 Minutes Battery Powered, Rechargeable Li-ion Battery 1500 Mah, Dimension: Approximately 6-7" (l) X 1.5-2.5 (w), Material: Stainless,accessories: 4 Plastic Combs In Different Sizes 3mm, 6mm, 9mm, 12mm, Inclusions: 1 Recharging Transformer (charger) And 1 English User Manual, Input: Can Be Used For 110-240 Voltage/4pcs Electric Shaver: With 3d Floating Cutter Head, 40mins. Running Time For 8hrs Fully Charged, Material: Stainless Steel,product Dimension: Approximately 6.5-7" (l) X 2-3" (w),automatic Voltage 100-240v,battery: 2 Cell Nickel-metal Hydride Cylindrical Battery Pack, 4000mah,power Type: Rechargeable/4pcs Hair Shear: Material: Stainless Steel,1 Precision Scissor Approximately 6-7",1 Thinning Scissor Atleast 6",accesories: Scissors Oil Atleast 5ml/4 Pcs Razor Blades: 10pcs/box (double Edge Stainless)/4 Pcs Shaving Razor/labaha: Dimensions: Approximately 5-6" (l) X 3/4-1" (w), Material: Carbon Steel, Color: Black/ 4 Pcs Barber Skin Fade Brush: Handle: Wood, With Soft Bristles 1" (l),dimensions: Atleast 5.5" (l) X 1" (w)/4pcs Comb Set: (4pcs/set), Material: High Quality Plastic, Inclusions: #1-approx. Size: 4.88" (l) X 1.02" (w), #2-approx. Size: 7.09" (l) X 1.46" (w), #3-approx. Size: 7.87" (l) X 1.18" (w), #4-6.10" (l) X 0.20" (w)/4pcs Shaving Gel: (foam), 195g/4pcs Barber's Cape: Color: Black,about 140cm (l) X 110cm (w), Cloth: Polyester/4pcs 360 Degree Swivel Barber Chair: Classic Back Seat With Chrome Steel Base, Premium Steel Frame And High Class Foot Pump, Heavy Duty Leather Cover; Lower Height - At Least 51cm, Top Height - At Least 61cm, Sandles Height - At Least 40cm/8pcs Barber Apron: With Two Pockets, Waterproof, Material: Cotton And Acrylic, Item Size: Approx. 38-38.19" (l) X 27-27.36" (w)/ 4pcs Pomade: 80g, Water-based/26pcs Speed Square: Material: Cast Aluminum, Size: About 18x18x2cm/7.09x7.09x0.79", Weight: About 130g, Triangle-shaped/26pcs Meter Tape With Magnetic Hook: Blade Material, Nylon Coated Blade,dimensions: 16ft (l) X 25mm (w)/26pcs Circular Saw: Voltage: 220-240v, Frequency: 50-60hz, Input Power: 1400w, No-load Speed: Atleast 4800rpm, Blade Diameter: 185mm, Cutting Capacity: 45degree,44mm, 90 Degree: 65mm,maximum Cutting Depth: Atleast 90°62mm, Weight: Maximum Of 5.2kg,item Approximate Dimension: 15-17cm (h), 25-28cm (w), 30-35cm (l)/26pcs Angle Grinder: Rated Input Power: 730w, Wheel Diameter: 4", Rated Voltage: 220v,frequency: 60hz, No Load Speed: 12,000 Rpm, Weight: Approximately 1.6kg, Grinding Spindle Thread: M10, Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h )/26pcs Angle Grinder Cutting Disk: 10 Pcs. Per Set, Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8")/26 Pcs Portable Hand Drill: Power Sourced: Battery Powered - 2pc 21 Volt 1500mah Lithium-ion Batteries, Maximum Rotational Speed: 1500 Rpm, Voltage: 210v,amperage: 1.5 Amps, Chuck Size: 0.38",bit Heads Diameters: From 0.8mm-10mm,product Dimensions: 9.6" (l) X 2.1" (w) X 7.5" (h), Material: plastic, Rubber, Metal, Item Dimensions: Approx. 9.6" (l) X 2.1" (w) X 7.5" (h),item Weight: Atleast 2.5 Pounds,item Torque: 330 Inch Pounds; Inclusions: 1x21 Volt Inspiritech Cordless Power Drill, 2x Rechargeable Battery, 1x English User Manual, 10x Self-drilling Drywall Anchors,10x Screwdriver Bits, 2x Double Ended Bits, 3x Drilling Bits, 1x Magnetic Extension Socket Bit Holder, 10x Anchors With Screws,1x One-hour Fast Charger, 1x Flexible Extension Shaft, 1x Carrying Bag/26pcs Wood Planer: Rated Voltage: 220v, Rated Input Power: 600w, Cutting Width: 82mm, Load Speed: 15,000rpm, Frequency: 60hz, Weight: 3kg./26 Pcs Framing Hammer: Handle Material: Alloy Steel, Item Dimensions: Approximately 16-17" (l) X 5.75-6" (w) X 1.5-2" (h), Item Weight: Atleast 1.4 Pounds/26 Pcs Trim Hammer: Handle Material: Wood, Head Material: Alloy Steel; Item Dimensions Approximately: 14-15" (l) X 5-6"(w) X 1-2" (h),item Weight: Atleast 594 Grams/26pcs Roofing Hammer: Item Weight: 1.25 Pounds, Product Dimensions: Approx. 13.7" (l) X 6.75" (w) X 1.5" (h)/26 Pcs Chalk Line: Item Weight: 10.6 Ounces, Product Dimensions: approx. 1200" (l) X 4.72" (w) X 5.91" (h) Inches, Color: blue, Material Type: Alloy Steel, Rubber/26 Pcs Utility Knife: Handle Material: Aluminum, Material: Aluminum Alloy, Weight: 120g/pcs, Blade Size: 19mm (w) X 61mm (h) X 0.6mm (t),blade Material: Steel, Thickness: Atleast 0.6mm/26 Pcs Tin Snips: Item Weight: atleast 1 Pound, Package Dimensions: Approx. 12.36" (l) X 3.7" (w) X 1.3" (h),size: long Straight, 12 Inches Long, Blade Length: 3.20",material: Steel, Cutting Thickness Range Up To 1.2mm Carbon Steel And 0.7mm/26 Pcs Framing Square: Shorter Leg Measures At 8 Inch Outside And 6.5 Inch Inside, Longer Leg Measures At 12 Inch Outside And 11 Inch Inside,material: Carbon Steel/26 Pcs Level: Box Beam Style, Material: Aluminum,dimension: Approximately 24-24.5" (l) X 2-2.6" (w) X 1.2-1.5" (h), Weight: Atleast 0.8 Pounds/26 Pcs Electric Planer: Voltage: 220-240v,input Power: 1050w, No Load Speed: 1600rpm, Planing Width And Depth,82x3mm,heavy Duty Aluminum Base/1 Pc Meter Tape With Magnetic Hook: Blade Material: Nylon Coated Blade, Dimensions: 16ft (l) X 25mm (w)/1 Pc Air Compressor Machine: Motor Power: 1hp, Size: Approx. 935x385x800mm,voltage: 220-240v, 60hz, Speed: 3400 Rpm, Tank Capacity: 24l , Operating Pressure: Max 8 Bar, Air Displacement: 93l/min, Pump Lubricated With Oil/1 Pc Blue Painters Tape, Color: Blue, Size: Atleast 1.41" X 20m,thickness: 0.13mm, Item Weight: 1.92 Pounds, Material: Paper/2pcs Electric Spray Gun: Voltage: 220-240v~50/60hz,spraying Pressure: 0.1-0.2 Bar, Max Flow: 850ml/min, Max Viscosity: 50din-s, Container Capacity: Atleast 800ml,power Cord Length: 2m, Rated Power 500w, Spraying Pressure: Atleast 0.1-0.2bar, Item Dimensions: Approximately 13" (l) X 5" (w) X 11" (h)/1 Pc Extension Pole, (3 Stage Extender) Reach: 1.5-to-3ft,weight: Maximum Of 0.5 Pounds, Max. Standing Reach: 10ft, Material : Aluminum/2 Pcs Paint Brush Set, 5 Pcs/set, Material: Synthetic Bristle, Wood Handle, Overall Length: Atleast 11", Bristles Length: Atleast 3", Brush Width: 1", 1-1/2" 2", 2-2.5", 3"and 4"/ 5 Pcs Paint Roller, Material: Plastic,package Dimensions: Approximately 15.16" (l) X 11.22" (w) X 3.15" (h),item Weight: Atleast 1.06 Pounds, Inclusion: Roller, Atleast 7" In Length, Material: Polyester/2 Pcs Painters Gloves, 12 Pcs/pack, Material: Cotton, Color: Red/1 Pc Putty Knife/paint Scraper Set (4pcs), Stainless Steel Blade With Rubberized Handle, Blade Width: 1", 2" And 3", Length Including Handle: Approximately 8-9"/1 Pc Steel Float/plastering Trowel: Thickness: Atleast 0.7 Mm, Surface Measurement, Length: 12", Width: 4", Material: High Carbon Steel With Wood Handle/2 Pcs Lpg Tank With Gas Regulator And Accessories, Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/2 Pcs Kawali: Aluminum, (diameter X Height) 28cmx8cm With Double Handle/2 Pcs Food Warmer/chafing Dish: Rectangular, 2l Capacity, 6 Pcs In 1 Set Stainless Steel, No Side Handle, Glass Lid Cover With Handle, Dimensions: Same Sizes - 32cm (l) X 26cm (w) X 8cm (h)/2 Pcs Gas Range: Approx. 55-70cm (l) X 50-60cm (w) X 86-93cm (h), 4-gas Burner, 62l Gas Oven, Button Ignition, Top Glass Lid, Net Weight: Maximum Of 28kg, Pan Support: Light Cast Iron Pan Support/2 Pcs Baking Sheet: Aluminum, 12x16 Inches/2 Pcs Digital Kitchen Scale: Accurate Measurement; Weigh Up To 5 Kg / 11 Lb Precisely In 1 G / 0.05 Oz Increments, Quality Material: Measure Food, Small Items, And Liquids With Confidence On The 304 Food-grade, Stainless Steel Platform, Approx. Dimension 7.3-7.5" (l) X 5.7-5.90" (w) X 0.6-08" (h), 2 X 1.5v Aaa Batteries/2 Pcs Measuring Cup (for Liquid Ingredients): 1 Measuring Cup With Red Graphics, Made Of Non-porous Glass That Won't Warp, Stain, Or Absorb Odors, Glass Is Preheated Oven, Microwave, Fridge, Freezer & Dishwasher Safe, Dimension: Approx. 7.13" (l) X 6.75" (w) X 4.38" (h), Measuring Capacity: 500ml/2 Pcs Measuring Cups (for Dry Ingredients): Material: Stainless Steel, 5 Pieces Per Set (1 Cup, 1/2 Cup, 1/3 Cup, 1/4 Cup, 1/8 Cup)/2 Pcs Measuring Spoons (set): 7pcs Stainless Measuring Spoon Kit, The Kit Includes: 1/8 Tsp (0.63ml), 1/4 Tsp (1.25ml), 1/2 Tsp (2.5ml), 3/4 Tsp (3.75ml), 1 Tsp (5ml), 1/2 Tbsp (7.5ml), 1 Tbsp (15ml)/2 Pcs Mixing Bowl: Medium, Approx. Diameter: 28cm, Height:11.2cm, Material: Stainless; Capacity: At Least 4l/2 Pcs Standmixer: 2-in-1 360 Automatic Rotating Bowl Electric Stand & Hand Mixer, 4.5l W/ 5-speed Turbo Function,color: Black/1 Pc Double Burner Gas Stove: Stainless Top And Front, Automatic Ignition ,reversible Trivet, Double Detachable Top Burner, Removable Drip Pan, Dimension: 730mm(l) X 395mm(w) X 105mm(h)/1 Pc Lpg Tank With Gas Regulator And Accessories: Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/1 Pc Caldero: Aluminum, #2, Diameter Height 28cmx16cm With Double Handle/2 Pcs Kawali: Aluminum, (diameter X Height) 28cmx8cm With Double Handle/1 Pc Kawa: 19.5" Cast Iron With Double Handle Depth/height: 21cm (medium)/1 Pc Food Warmer/chafing Dish: Rectangular, 2l Capacity, 6 Pcs In 1 Set Stainless Steel, No Side Handle, Glass Lid Cover With Handle, Dimensions: Same Sizes - 32cm (l) X 26cm (w) X 8cm (h)1 Pc Food Glass Display (estante): 3 Layers; 20(h)x18(w)x36(l)", Aluminum Base, Glass With Screen Door/1 Pc Casserole With Double Handle: Material: Aluminum, Size: 26cm Dimension: 36(l) X 28.5(w) X 21(h)cm/2 Pcs Frying Tongs: Materials: Stainless Steel With Rubber Or Plastic Coated Handles, 12 Inch Long/1 Pc Chopping Board: Material: Polypropylene/1 Pc Chopping Knife: 10” Stainless,wood Handle/1 Pc Butcher's Knife: Materials: Stainless, Wood Handle, Size: About 10"/1 Pc Plastic Table: 4 Seaters, Square Type With Umbrella Hole At The Center, Table Dimension: 36" (length) X 36" (width) X 30" (height), Thickness: Approximately 1.5in To 2in; Color: Beige2 Pcs Monoblock Chairs: With Backrest, Seat 375mmxdepth 330mm, 2.25 Kg, Class B Plastic, Thickness: Approximately 1.5in, Color: Beige/1 Pc Beach Umbrella: 90" Diameter X 8 Ft. Height, 8 Rib Round Metal Pole, Polyester Multi-coloured Umbrella Canopy/2 Pcs Cooler Container: Chest Insulated Cooler, Materials: Polystyrene, Sizes And Capacities: 30 Liters - 45.5cm(l) X 39cm(w) X 31cm(h),color: Blue Or Red/1 Pc Grill/ Ihawan With Stand,material Of Body And Stand: Stainless , 24x12x33inches (lxwxh), Depth: 5inches/2 Pcs Bicycle With Sidecar: Bicycle Specifications: Bmx Type Bike (frame 1//2 Gi Hd, Rim Set Front X 10 G Wide Jap Hub, Rim Set Rear X 10g Wide Jap Hub, Tire 20 X 2.125 Jumbo, Tube 20 X 2.125, Handle Bar Painted Black, Fork Ex-900 Landing Gear Cp, Head Parts Nikyo/whw, H-post Bmx Ord.m, H-grip Ord. Opc Parts Neco Bearing Type, Opc Plate 36t, Chain Cp Bmx, Freewheel 24t, Pedal Opc Bearing Type, Seat Clamp/s-pin/ S-post P, Saddle With Spring, Footbreak With Spring "full Size" Frame, 175-180mm Cranks Side Car With Umbrella Holder And 2 Chest Coolers Carrier (52l Capacity) - Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h) Materials: 1/2 J1 Pipe 540, 316 X 1 Flat Square Bar, J1 Pipe De Una 520, 1/4 X 2 Flat Bar, 6203 Gi Set, Tire 20 X 2.125 Jumbo/2 Pcs Weighing Scale: 10kg Capacity, Colored Body / Stainless Pan, Graduation: 50g, Powder Coated Body, Pan Size: 255mm Ø X 55mm Deep, Dial Face: 185mm Ø, 4 Units/master Carton/4 Pcs Plastic Fruit Crate 21 X 15 X 12 Inches/1 Pc Hair Dryer, With 3 Temperature Setting (from High To Low): Size: Atleast 200mm (h), 74mm (w), Weight: Minimum Of 315g, Wattage: 2200w, Voltage: 120-240v, Body Material: Plastic/1 Pc 2 In 1 Steam Pro Hair Straightener (straightener & Curler): Tourmaline Ceramic Wide Plates - 1.25" Wide Heating Plate, Adjustable Temperature Display - 150-235◦c, 360◦, Swivel Cord - Tangle-free, Hanger Design, Ptc Heater - Instant Heat-up/1 Pc Hair Combs: Material: Plastic, Inclusions: Flat Comb Size - 21.5cm (l) X 4.2cm (w), Massage Comb Size: 22cm (l) X 8.5cm (w), Ribs Comb Size: 21.5cm (l) X 4cm (w), Curling Comb Size: 20.2cm (l) X 2.5cm (w), Mirror Size: Atleast 22cm (l) X 10cm (w); Storage Base Size: Atleast 10cm (l) X 15cm (w), Package Size: Approx. 22-23cm (l) X 16cm (w) X 11cm (h), Package Weight: Approx. 305g/1 Pc Hair Clips: Plastic, Product Size: Approx. 4.5", Color: Black (12pcs)/1 Pc 7pcs Face Brush Set, Inclusion: Powder Brush, Size: 17cm, Bristle Length: 3.2cm, Ferrule Width:1.9cm, Powder Buffer Brush, Size: 19cm, Bristle Length: 5cm, Ferrule Width: 2.1cm,foundation Brush, Size: 17cm, Bristle Length: 3.3cm, Ferrule Width: 2.2cm, Flat Foundation Brush, Size: 17cm,bristle Length: 3.2cm; Ferrule Width:1.2cm, Highlight Brush, Size: 16.5cm,bristle Length: 2.7cm, Ferrule Width: 2.3cm,angle Cheek Brush, Size: 17cm, Bristle Length: 3.1-2.3cm,ferrule Width: 2.4cm, Highlighting Fan Brush, Size: 16.5cm, Bristle Length: 4cm, Ferrule Width: 2.5cm, With Brush Bag/1 Pc Eyelash Curler: Material: Carbon Steel, Size: Approx. 5.91 X 3.94 X 1.97"/1 Pc Eyebrow Razor: Handle Material: Plastic, Size: Approx. 6.8(l) X 2(w) X 0.1"(h), 6pcs/pack/1 Pc Makeup Sponge Set Blender: Material: Sponge, Size: Approx. 4.02 (l) X 3.94(w) X 2.52"(h), 4pcs/set/1 Pc False Eyelashes, Product Dimensions: Approx. 0.75(l) X 3.88(w) X 5.38"(h), 5pairs/pack/1 Pc Eye Shadow Pallete: 12 Curated Peach-inspired Shades, Finish Type: Metallic, Matte, Product Dimension: Approx. 0.08 (l) X 0.04 (w) X 0.06" (h)/1 Pc Contour Palette: Multi-colored, Finish Type: Matte, Package Dimension: Approx. 5.75 (l) X 4.25 (w) X 0.5" (h)/1 Pc Hypercurl Waterproof Mascara Make Up Set: Product Dimensions: Approx. 0.85 (l) X 2.75 (w) X 5.63" (h), Color: Black/1 Pc Waterproof Matte Gel Eyeliner Pencil: Item Form: Pencil, Powder, Creamy, Finish Type: Matte, Product Dimensions: About 5.77 X 1.97 X 0.81", Color: Black/1 Pc Eyebrow Gel, Waterproof: Weight: About 0.16 Oz, Product Dimension: Approx. 0.75 (l) X 1.9 (w) X 5.65 (h) Inches, Color Black, Brown/1 Pc Blush On, 3 Complimentary Skin-flushed Shades, Product Dimensions: Approx. 2.89 (l) X 0.43 (w) X 2.33" (h)/1 Pc Powder Blush Makeup Palette, Product Dimensions: approx. 2.43 (l) X 2.43 (w) X 0.66" (h)/1 Pc Eye Shadow Palette; 12 Curated Peach-inspired Shades, Finished Type:metallic,matte, Product Dimensions:approx 0.08(l)x0.04(w) X0.06”(h)/ 1 Pc Applicator Brush And Plastic Comb: 13cm Black, Double-sided Comb, Pointed Handle For Sectioning Hair/1 Pc Hair Clipper: Electric; 110v-240v, 50-60hz,all Metal Machine, Led Light Display Stainless Steel Blade, Blade Width 45mm,low Noise High Power, 2000 Ma Lithium Battery, 210 Minutes Working Time, 4pcs Comb Guide 3/6/10/13mm, Body Size: 17x4cm, Body Weight: 371g, With Complete Accessories - Fiber Comb: Cleaning Brush, Lubricant, Charger/1 Pc Spray Bottle: 250ml Plastic Hairdressing Spray Bottle/1 Pc Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm, Length: 20.9"/52cm, Width: 14"/36cm, 4 Drawers, Blower Holder/1 Pc Curling Iron: 220v Power, 4gen; White, 32x25x13mm, Energy Efficient-48w,360degree Rotating Tail, Automatic Hair Curler, Iron Ceramic, Adjustable Size/1 Pc Apron: Length: 76cm, Width: 59cm, Color: Black, Material: Nylon, Waterproof/1 Pc Curling Rod: Small, 2cm, Cylindrical, Plastic Resin With Rubber Band Kits,multi-color/1 Pc Curling Rod: Medium, 2.5cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/1 Pc Curling Rod: Large, 3cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/1 Pc Spray Net: 600ml, 27.5cm, Hard Hold/1 Pc Hair Spray Aerosol Extra Hold: Weight: About 7ounces /198g, Scented, Package Dimensions: 7.83 X 6.69 X 2.17"/1 Pc Hair Trimmer: Running Time 120 Minutes Battery Powered,rechargeable Li-ion Battery 1500 Mah, Dimension: Approximately 6-7" (l) X 1.5-2.5 (w), Material: Stainless; Accessories: 4 Plastic Combs In Different Sizes 3mm, 6mm, 9mm, 12mm, Inclusions: 1 Recharging Transformer (charger), And 1 English User Manual, Input: Can Be Used For 110-240 Voltage/3 Pcs Hair Dryer, With 3 Temperature Setting (from High To Low): Size: Atleast 200mm (h), 74mm (w), Weight: Minimum Of 315g, Wattage: 2200w, Voltage: 120-240v,body Material: Plastic/3 Pcs 2 In 1 Steam Pro Hair Straightener (straightener & Curler): Tourmaline Ceramic Wide Plates - 1.25" Wide Heating Plate, Adjustable Temperature Display - 150-235◦c, 360◦, Swivel Cord - Tangle-free; Hanger Design, Ptc Heater - Instant Heat-up/3 Pcs Hair Combs: Material: Plastic, Inclusions: Flat Comb Size - 21.5cm (l) X 4.2cm (w), Massage Comb Size: 22cm (l) X 8.5cm (w), Ribs Comb Size: 21.5cm (l) X 4cm (w),curling Comb Size: 20.2cm (l) X 2.5cm (w), Mirror Size: Atleast 22cm (l) X 10cm (w), Storage Base Size: Atleast 10cm (l) X 15cm (w),package Size: Approx. 22-23cm (l) X 16cm (w) X 11cm (h), Package Weight: Approx. 305g/3 Pcs Hair Clips: Plastic, Product Size: Approx. 4.5",color: Black (12pcs)/3 Pcs Disposable Latex Free Gloves: Non-sterile, 100 Pcs Per Pack, Product Dimensions: Approx. 8.6" (l) X 4.9" (w) X 3" (h), Weight: 1.25 Pounds, Material: Synthetic Pvc/3 Pcs Cutting Scissors: 6" Stainless Steel, 65g/3 Pcs Thinning Scissors: 17.5x5cm Stainless Steel/3 Pcs Drip Pan: 32cmx35cm Plastic, Black/3 Pcs Hair Clipper: Electric,110v-240v, 50-60hz,all Metal Machine,led Light Display Stainless Steel Blade, Blade Width 45mm, Low Noise High Power, 2000 Ma Lithium Battery, 210 Minutes Working Time, 4pcs Comb Guide 3/6/10/13mm, Body Size: 17x4cm, Body Weight: 371g,with Complete Accessories - Fiber Comb, Cleaning Brush, Lubricant, Charger/3 Pcs Nail Tool Set: Material: Stainless Steel, Case: Leather, Package Size: Approximately 15-15.5cm (l) X 8cm (w) X 2cm (h),inclusions: Cuticle Trimmer (95mm), Blackhead Needle And Loop Remover (83mm), Eyebrow Tweezer (86mm) Peeling Knife (90mm), Nail File (75mm), Ear Pick (78mm), Double Pick (75mm), Dead Skin Fork (86mm), Small Pedicure Plier (95mm), Acne Needle (83mm), Small Nail Clipper (62mm) Bevel Nail Clipper (61mm), Large Nail Clipper (82mm), Beauty Tip Scissor (89mm), Pusher/3 Pcs Cotton Balls: 300g (100 Pcs Large Cotton Balls)/3 Pcs Nail Polish: Volume: 15ml, With 24 Colors Inclusions: 14k Gold, 18k Gold, 24k Gold, African Plum, Baby Pink, Black Velvet, Carolina Peach, Cashmere, Emerald Shimmer, Golden Bronze, Italian Nude, Platinum Special, Pussy Red, Red Pearl, Saphire Glow, Silver Platinum, Simply Red, Tahiti Brown, White Satin, White Rose, Platinum Silver, Touch Of Tan, Touch Of Beige, Colorless/3 Pcs Foot Spa Soaker: With Pumice Stone, Package Dimensions: Approximately 16.42" X 13.58" X 7.91", Weight: About 4.63 Pounds, Rated Power: 500 Watts, Rated Voltage: 110~120v, Rated Frequency: 50hz, Temperature Adjustable Range: 35℃ To 48℃/3 Pcs Astringent Foot Soaker: 128oz/3 Pcs Cooling Foot Soak: Product Dimensions: approximately 6.5-7" X 2.38-2.50" X 9.259.50", Weight: Atleast 900g/3 Pcs Exfoliating Foot Scrub: Package Dimensions: Approximately 7.05-7.50" X 2.32-3" X 1.97-2", Weight: Atleast 6oz/3 Pcs Foot File And Callus Remover: Material: Metal, Steel, Item Dimensions: Approx. 10-10.78" X 2.7" X 0.29", Item Weight: 3.2 Pounds/3 Pcs Foot Scrub/3 Pcs Manicurist Bag: Made Of Heavy Duty Nylon, Large Capacity: Enough Room To Hold Up To 42 Bottles Of 15ml Nail Polish, Size: Approx. 8-9" (l) X 6-7" (w) X 4-5" (h)/3 Pcs Spray Bottle: 250ml Plastic Hairdressing Spray Bottle/3 Pcs Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm, Length: 20.9"/52cm, Width: 14"/36cm, 4 Drawers, Blower Holder/3 Pcs Apron: Length: 76cm, Width: 59cm,color: Black,material: Nylon, Waterproof/3 Pcs Alcohol: 70% Ethyl Alcohol With Moisturizer,500ml/3 Pcs Shampoo: 1000ml, Green Apple And Citrus Lemon Variant/3 Pcs Hair Spa: 1000ml, Lavender And Strawberry Variant/3 Pcs Hot Oil: Keratin Organic Hot Oil, 1000ml, Aloe Vera Variant/3 Pcs Hair Cellophane: 500ml, Natural, Brown,burgundy And Ash Blonde Variant/3 Pcs Hair Rebonding Set: 1000ml Hair Straightening And Hair Neutralizing (ion Perm)/3 Pcs Hair Color Dye:100 Ml, 2pcs Each (black, Dark Brown, Medium Brown, Light Brown, Blonde, Light Blond, Lighter Blonde, Lightest Blonde, Dust)/3 Pcs Hair Color Developer: 100ml 2pcs Each 6%, 9%, 12% Oxidizer/3 Pcs Hair Bleaching Powder: 500g/3 Pcs Brazilian Blowout: 120ml, 3-in-1 Set (clarifying Shampoo, Brazilian Blowout, After Treatment Conditioner)/24 Pcs Hair Dryer, With 3 Temperature Setting (from High To Low): Size: Atleast 200mm (h), 74mm (w), Weight: Minimum Of 315g, Wattage: 2200w, Voltage: 120-240v, Body Material: Plastic/24 Pcs 2 In 1 Steam Pro Hair Straightener (straightener & Curler): Tourmaline Ceramic Wide Plates - 1.25" Wide Heating Plate, Adjustable Temperature Display - 150-235◦c, 360◦,swivel Cord - Tangle-free, Hanger Design, Ptc Heater - Instant Heat-up/24 Pcs Hair Combs: Material: Plastic, Inclusions: Flat Comb Size - 21.5cm (l) X 4.2cm (w), Massage Comb Size: 22cm (l) X 8.5cm (w), Ribs Comb Size: 21.5cm (l) X 4cm (w), Curling Comb Size: 20.2cm (l) X 2.5cm (w), Mirror Size: Atleast 22cm (l) X 10cm (w), Storage Base Size: Atleast 10cm (l) X 15cm (w), Package Size: Approx. 22-23cm (l) X 16cm (w) X 11cm (h), Package Weight: Approx. 305g/24 Pcs Hair Clips: Plastic, Product Size: Approx. 4.5", Color: Black (12pcs)/24 Pcs Disposable Latex Free Gloves: Non-sterile, 100 Pcs Per Pack, Product Dimensions: Approx. 8.6" (l) X 4.9" (w) X 3" (h), Weight: 1.25 Pounds, Material: Synthetic Pvc/24 Pcs Drip Pan: 32cmx35cm Plastic, Black/24 Pcs Shower Caps: 32cm, Thick Plastic, Elastic, Washable/24 Pcs Trolley With Blower Holder: 5-layered Wheeled Trolley Cart, Height: 35"/89cm, Length: 20.9"/52cm, Width: 14"/36cm, 4 Drawers, Blower Holder/24 Pcs Curling Iron: 220v Power, 4gen, White, 32x25x13mm, Energy Efficient-48w, 360degree Rotating Tail, Automatic Hair Curler, Iron Ceramic, Adjustable Size/24 Pcs Hair Steamer: With 4 Wheels, 360degrees Movable, Gray Color, Adjustable Height With Timer And Control/120 Pcs Cape: 140x110cm, Satin, Nylon, Waterproof, Black/72 Pcs Microfiber Towel: 25x65cm, 135g, Microfiber, Dark Colors/24 Pcs Curling Rod:small, 2cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/24 Pcs Curling Rod: Medium, 2.5cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/24 Pcs Curling Rod: Large, 3cm, Cylindrical, Plastic Resin With Rubber Band Kits, Multi-color/120 Pcs Ear Caps: (l X W X T): 8cm X 4.5cm X 2.1cm/3.15" X 1.77" X 0.83", Black,plastic/24 Pcs Shampoo: 1000ml, Green Apple And Citrus Lemon Variant/24 Pcs Hair Spa: 1000ml, Lavender And Strawberry Variant/24 Pcs Hot Oil: Keratin Organic Hot Oil, 1000ml, Aloe Vera Variant/24 Pcs Hair Cellophane: 500ml, Natural, Brown, Burgundy And Ash Blonde Variant/24 Pcs Hair Rebonding Set: 1000ml Hair Straightening And Hair Neutralizing (ion Perm)/24 Pc Hair Color Dye:100 Ml, 2pcs Each (black, Dark Brown, Medium Brown, Light Brown, Blonde, Light Blond, Lighter Blonde, Lightest Blonde, Dust)/24 Pcs Hair Color Developer: 100ml 2pcs Each 6%, 9%, 12% Oxidizer/24 Pcs Hair Bleaching Powder: 500g/24 Pcs Brazilian Blowout: 120ml, 3-in-1 Set (clarifying Shampoo, Brazilian Blowout, After Treatment Conditioner)/24 Pcs Hair Shear: Material: Stainless Steel, 1 Precision Scissor Approximately 6-7",1 Thinning Scissor Atleast 6", Accesories: Scissors Oil Atleast 5ml/34 Pcs Angle Grinder Cutting Disk: 10 Pcs. Per Set, Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8")/34 Pcs Crow Bar: At Least 36" Long,length Tolerance: +- 1/8, Material: Forged Steel Carbon/34 Pcs Claw Hammer: Round Head, Head Weight: At Least 16oz, Overall Weight: Approximately 17oz-23oz, Head Material: Forged Steel, Handle Material: Fiberglass Handle With Rubber Cushion, Overall Length: Approximately 12-14"/34 Pcs Hacksaw With Blade: Material: Aluminum Alloy Frame With Soft-grip Handle, At Least 12"-15" Long Including Handle, With Soft-grip Rubber Handle, Bi-metal, Blade Length: About 30cm, Width: 3cm/34 Pcs Meter Tape With Magnetic Hook: Blade Material: Nylon Coated Blade, Dimensions: 16ft (l) X 25mm (w)/34 Pcs Handsaw: Blade Length: About 15",blade Material: Carbon Steel, Handle Length: 5", Handle Material: Plastic/rubber, Color: Gray,8 Teeth Per Inch/34 Pcs Shovel: Round End, Tempered Steel Blade: 17-23 Cm, Blade Tip Width, 22-28cm Blade Tip Length, All Metal Handle, Overall Length: 100cm-115 Cm, Capacity: 350-400 Lbs/34 Pcs Shovel: Rectangular End, Tempered Steel Blade: 22-26 Cm, Blade Tip Width, 22-28cm Blade Tip Length, All Metal Handle, Overall Length: 100cm-115 Cm/34 Pcs Level Bar: Aluminum Frame, Length: At Least 24"/60cm, Aluminum Thickness: 1.5mm, Double Side Milles, 0.5mm/m Accurate Vials/34 Pcs Steel Float/plastering Trowel: Thickness: At Least 0.7 Mm, Surface Measurement, Length: 12", Width: 4", Mmaterial: High Carbon Steel With Wood Handle/34 Pcs Steel Square: Carpenter's Framing Square, Blade Width: 2" Scale: At Least 16" (l) X 24" (w), Material: Steel/34 Pcs Masonry Trowel: Length: At Least 12"long, Width: 6", Material: Flat Steel, With Wood Handle/34 Pcs Circular Saw: Voltage: 220-240v, Frequency: 50-60hz, Input Power: 1400w, No-load Speed: Atleast 4800rpm, Blade Diameter: 185mm, Cutting Capacity: 45degree: 44mm, 90 Degree: 65mm, Maximum Cutting Depth: Atleast 90°62mm, Weight: Maximum Of 5.2kg, Item Approximate Dimension: 15-17cm (h), 25-28cm (w), 30-35cm (l)/34 Pcs Masonry Square/metric Square: Material: Aluminum, Length: Approx. 24", Width: 16", 1/8 '' Thickness/34 Pcs Mason's Level: At Least 48'' Long, Aluminum Reinforced Frame, 60cm Only/34 Pcs Sledgehammer: Weight: At Least 3 Lbs With Fiberglass Handle, Forged Steel Round Head, Length: Approximately 25-27"/34 Pcs Concrete Chisel: Pointed Sharp End, Material: Forged Steel Chisel, With Rubberized Handle, Length: Approximately 10''/34 Pcs Putty Knife/paint Scraper Set (4pcs): Stainless Steel Blade With Rubberized Handle, Blade Width: 1", 2" And 3", Length Including Handle: Approximately 8-9"/34 Pcs Mason's Line: #18 Braided Nylon, 500 Ft/roll, Color Orange/34 Pcs Hammer Drill: Electric, 1980w 220v, Rated Frequency: 50/60hz, Load Speed: 0-3800rpm (revolutions Per Minute), Chuck: 13mm With Ergonomic Anti-slip Handle/34 Pcs Angle Grinder: Rated Input Power: 730w, Wheel Diameter: 4",rated Voltage: 220v, Frequency: 60hz, No Load Speed: 12,000 Rpm, Weight: Approximately 1.6kg, Grinding Spindle Thread: M10, Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h )/34 Pcs Wooden Float: Size: At Least 12x4", Has 5/8" Thick Rubber Pad, With Wooden Handle/4 Pcs Nail Tool Set: Material: Stainless Steel, Case: Leather, Package Size: Approximately 15-15.5cm (l) X 8cm (w) X 2cm (h), Inclusions: Cuticle Trimmer (95mm), Blackhead Needle And Loop Remover (83mm), Eyebrow Tweezer (86mm) Peeling Knife (90mm), Nail File (75mm), Ear Pick (78mm), Double Pick (75mm), Dead Skin Fork (86mm), Small Pedicure Plier (95mm), Acne Needle (83mm), Small Nail Clipper (62mm) Bevel Nail Clipper (61mm), Large Nail Clipper (82mm), Beauty Tip Scissor (89mm), Pusher/4 Pcs Cotton Balls: 300g (100 Pcs Large Cotton Balls)/4 Pcs Nail Polish: Volume: 15ml, With 24 Colors Inclusions: 14k Gold, 18k Gold, 24k Gold, African Plum, Baby Pink, Black Velvet, Carolina Peach, Cashmere, Emerald Shimmer, Golden Bronze, Italian Nude, Platinum Special, Pussy Red, Red Pearl, Sapphire Glow, Silver Platinum, Simply Red, Tahiti Brown, White Satin, White Rose, Platinum Silver, Touch Of Tan, Touch Of Beige, Colorless/4 Pcs Foot Spa Soaker: With Pumice Stone, Package Dimensions: Approximately 16.42" X 13.58" X 7.91", Weight: About 4.63 Pounds, Rated Power: 500 Watts, Rated Voltage: 110~120v, Rated Frequency: 50hz, Temperature Adjustable Range: 35℃ To 48℃/2 Pcs Astringent Foot Soaker: 128oz/2 Pcs Cooling Foot Soak: Product Dimensions: approximately 6.5-7" X 2.38-2.50" X 9.259.50", Weight: Atleast 900g/2 Pcs Exfoliating Foot Scrub: Package Dimensions: Approximately 7.05-7.50" X 2.32-3" X 1.97-2", Weight: Atleast 6oz/4 Pcs Foot File And Callus Remover: Material: Metal, Steel, Item Dimensions: Approx. 10-10.78" X 2.7" X 0.29", Item Weight: 3.2 Pounds/2 Pcs Foot Scrub/2 Pcs Manicurist Bag: Made Of Heavy Duty Nylon, Large Capacity: Enough Room To Hold Up To 42 Bottles Of 15ml Nail Polish, Size: Approx. 8-9" (l) X 6-7" (w) X 4-5" (h)/6 Pcs Microfiber Towel: 25x65cm, 135g, Microfiber,dark Colors/2 Pcs Alcohol: 70% Ethyl Alcohol With Moisturizer, 500ml/1 Pc Double Burner Gas Stove: Stainless Top And Front, Automatic Ignition ,reversible Trivet, Double Detachable Top Burner, Removable Drip Pan, Dimension: 730mm(l) X 395mm(w) X 105mm(h)/1 Pc Lpg Tank With Gas Regulator And Accessories: Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/2 Pcs Kawa: 19.5" Cast Iron With Double Handle Depth/height: 21cm (medium)/1 Pc Plastic Table: 4 Seaters, Square Type With Umbrella Hole At The Center, Table Dimension: 36" (length) X 36" (width) X 30" (height), Thickness: Approximately 1.5in To 2in, Color: Beige/1 Pc Monoblock Chairs: With Backrest, Seat 375mmxdepth 330mm, 2.25 Kg, Class B Plastic, Thickness: Approximately 1.5in, Color: Beige/1 Pc Peanut Grinding Machine: Electric, 220v, 300w, 50-60hz,material: High Quality Stainless Steel Body And Base, Color: Black, Dimension: Approx. Length: 43.5cm, Width: 23cm, Height: 13.5cm/1 Pc Hand Cobbler Shoe Repair Machine Dual Cotton Nylon Line Sewing Machine Manual Leather Machine Shoe Sewing Machine Color Silver: Product Dimensions 14.4"d X 20.5"w X 5.5"h, Material: Cast Iron Item Weight: 22 Pounds, Power Source: Crank/5 Pcs Wooden Handle Shoes Repairing Awl Shoe Sewing Tool Diy Craft Repair Hand Straight Hook Shoes Sewing Awl Type: Shoes Sewing Awl Material: Wood+metal, Features: Shoes Sewing Awl, Repair Hand , Crochet Needle Tool Dimension: 1: App.2x13.5x6cm/0.79x5.31x2.36in 2: App.2x13x5.5cm/0.79x5.12x2.17in 3: App.2x13x5.5cm/0.79x5.12x2.17in, Color: Wood Color + Silver/5 Pcs Upholstery Stitching Thread Black 100 Mtr. 1 Pc Upholstery Hand Stitching Tools For Belts, Saddles, Shoes, Fabric Household Use Handwork Sewing Leather Craft Shoes Repairing/5 Pcs Upholstery Stitching Thread Brown 100 Mtr 1 Pc Upholstery Hand Stitching Tools For Belts, Saddles, Shoes, Fabric Household Use Handwork Sewing Leather Craft Shoes Repairing/5 Pcs Upholstery Stitching Thread White 100 Mtr. 1 Pc Upholstery Hand Stitching Tools For Belts, Saddles, Shoes, Fabric Household Use Handwork Sewing Leather Craft Shoes Repairing/2 Pcs Angle Grinder Cutting Disk: 10 Pcs. Per Set, Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8")/2 Pcs Angle Grinder: Rated Input Power: 730w, Wheel Diameter: 4", Rated Voltage: 220v,frequency: 60hz, No Load Speed: 12,000 Rpm, Weight: Approximately 1.6kg, Grinding Spindle Thread: M10, Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h)/2 Pcs Chipping Hammer: Item Weight: at Least 13.8 Ounces, Product Dimensions: 11" (l) X 1" (w) X 7.5" (h), Material: Genuine Leather Grip And Forged Steel/2 Pcs Heavy Duty Corded Drill: Rated Input Power: 750w, Chuck Capacity: Up To 13mm, Drill Capacity: Metal (16mm), Wood (25mm), Masonry (12mm), Dimension: 268mm (l) X 69mm (w) X 192mm (h), Weight W/out Cable: Approximately 1.6-1.8 Kg, Spindle Collar Diameter Of 43 Mm/2 Pcs Metal Drill Bit Set: Material: High Speed Steel, 19pcs Per Set(1mm,1.5mm,2mm,2.5mm,3mm,3.5mm,4mm,4.5mm,5mm,5.5mm,6mm,6.5mm,7mm,7.5mm,8mm,8.5mm,9mm,9.5mm,10mm), Point Angle: 118degree C, Standards: Din 338, Bit Geometry: Standard Twist Bit/2 Pcs Mig Welding Pliers: Overall Length: Atleast 210mm, Material: High Carbon Steel, Handle Material: Thermoplastic Rubber/2 Pcs Needle File Set: (6 Pieces Hand Metal Files, Hardened Alloy, Strength Steel Set Includes Flat, Flat Warding, Square, Triangular, Round, And Half-round File), Color Black, Metal Type: Carbon Steel, Handle Material: Wood, Alloy Steel, Item Dimensions: Approximately 6.1" (l) X 3" (w) X 0.5" (h)/2 Pcs Portable Welding Machine: Input Voltage: 220-240, Frequency: 50-60hz, Output Current: 10-220a, Led Display, No-load Voltage: 85v, Max. Output Current: 220a, Diameter Of Electrode: 1.6-3.2mm, Inclusions: 1 Pc Electrode Holder, 1 Pc Earth Clamp With Cable/2 Pcs Speed Square: Material: Cast Aluminum, Size: About 18x18x2cm/7.09x7.09x0.79", Weight: About 130g,triangle-shaped/2 Pcs Welding Helmet: Auto Darkening Helmet: Power Supply: Battery And Solar Powered, Light Shade: Din9-1, Dark Shade: Din4, Switching Time: 1/25000s, Delay Time: 0.1-0.8s, Sensitivity Adjustment: Stepless Control, Operation Temperature: -5 Degrees- 55 Degrees, Active Viewing Area: 93mmx43mm, Active Viewing Area Size: (+/- 10mm), Item Weight: At Least 1.85 Pounds, Package Dimensions: approximately 12-12.4" (l) X 9-9.61" (w) X 7-7.68" (h)/2 Pcs Welding Magnets: 6 Pcs/set, Overall Length: At Least (3"), Hold Capacity: Up To 25lbs, Arrow Design Supports Angle: 45°, 90°, And 135°, Item Weight: 295g, Package Dimensions: 4.88 X 4.72 X 3.98 Inches, material: Steel, Magnets Size: Approximately - Top (1-1.4cm), Bottom (6.5-7cm), Side (7-7.5cm) Thickness (1-1.3cm)/2 Pcs Welding Suit: 100% Cotton With Pyrovatex, 2 Back Pockets And Rule Pocket With Safety Gusset Feature, High Quality And Long Lasting, Two Way Zipper, Approximate Cloth Size: Large/10 Pcs Camping Dome Tent: Product Dimensions: 82.7"l X 55"w X 43.5"h, Item Weight: 4 Pounds Shape: D Shape Occupancy: 2 Person Included Components: Carry Bag, Stakes, Rainfly Water Resistance Technology 1000 Millimeters, Special Feature: Windproof, Sun Protection/outdoor Mat (banig):size (48" X 75") Material: Palm Leaves (buri)/10 Pcs Double Burner Gas Stove: Stainless Top And Front, Automatic Ignition ,reversible Trivet, Double Detachable Top Burner, Removable Drip Pan, Dimension: 730mm(l) X 395mm(w) X 105mm(h)/2 Unit Lpg Tank With Gas Regulator And Accessories: Capacity: 11kg Cylinder With Gauge And Safety Device, Safety Push Protection For Leakage, Gas Auto Safe Controller, Rubber Gasket, Steel Belted, About 1.8m Hose, With Clamp/1 Unit Gas Range: Approx. 55-70cm (l) X 50-60cm (w) X 86-93cm (h), 4-gas Burner, 62l Gas Oven, Button Ignition, Top Glass Lid, Net Weight: Maximum Of 28kg, Pan Support: Light Cast Iron Pan Support/5 Pcs Kawali: Aluminum, (diameter X Height) 28cmx8cm With Double Handle/2 Pc S Kawa: 19.5" Cast Iron With Double Handle Depth/height: 21cm (medium)/5 Pcs Wok Ladle: Material: Stainless Steel With Wooden Handle: Total Length Of Item: 24 Inches/5 Pcs Wok Spatula: Material: Stainless Steel With Wooden Handle, Total Length Of Item:24 Inches/5 Pcs Stainless Steel Long Wooden Handle Skimmer Strainer: Material: Stainless Steel, Size: 32.3*11.5cm/5 Pcs Casserole With Double Handle: Material: Aluminum, Size: 26cm, Dimension: 36(l) X 28.5(w) X 21(h)cm/5 Pcs Frying Tongs: Materials: Stainless Steel With Rubber Or Plastic Coated Handles, 12 Inch Long/5 Pcs Chopping Board: Material: Polypropylene Plastic: 8"(w) X 10"(l), 1cm (thickness)/5 Pcs Chopping Knife: 10" Stainless; Wood Handle/5 Pcs Grill/ Ihawan With Stand, Material Of Body And Stand: Stainless, 24x12x33inches (lxwxh), Depth: 5inches/1 Unit Heavy Duty Commercial Micromatic Big 7.8l Mrc-50 Rice Cooker 45cups (white)/10 Dz Melamine Round Dinner Plate: 9" Diameter, Color; White/10dz Platito (saucer): Material: Melamine Plastic, Standard Size: 6 Inch (diameter) X ¾ Inch Height/10 Pcs Serving Tray Bamboo - Wooden Tray With Handles, Color Brown Material Wood, Product Dimensions 17"l X 11"w X 2"h/10dz Drinking Glass: 8 Oz, Glass, Product Size: Base Diameter-7cm, Top Diameter: 7cm, H-11.4cm, Heat Resistant, Dishwasher Safe/10dz Spoon: Stainless, 12pcs/per Pack, Size: 8"/10dz Fork: Stainless, 12 Pcs/per Pack, Size 8"/5dz Mangkok (round Shape Bowl), Materials: Ceramic, Size: 6inch (diameter) X 5cm (height)/5 Pcs Storage Box With Wheels For Easy Transport, Measurements: L72 X W52 X H44cm, Food Grade Material, 120l Capacity, Stackable; With Lid And Handle, Color: White/2 Pcs Butcher's Knife: Materials: Stainless, Wood Handle, Size: About 10"/5 Pcs Gallon Acrylic Juice Dispenser Type: Type: Water/juice Dispensers, Overall Dimensions: Height:32 1/2 Inches, Top Diameter: 6 11/16 Inches, Capacity:1.1 Gallons, Base Material: Stainless Steel, Container Material: Acrylic, Style: Single/5 Pcs Chafing Dish Food Warmer Buffet Set: Size: 1/1pan*3, Color: Silver, Material: Stainless Steel, Product Dimensions: 13.39"l X 15.35"w X 23.62"h, Capacity: 8 Quarts/5 Pcs Chest Cooler: Item Package Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h), Package Weight: 5.76kg, Inside Dimensions: 24.95" (l) X 14.58" (w) X 14.77" (h), Material: plastic, Chamber Depth: 24.95", Capacity: 52l , Color: Blue Or Red/5 Pcs Matress: Size: Semi Double (48" X 75"), Thickness: 4"/15 Pcs Matress Size: Queen (60" X 75") Thickness: 4"/15 Pcs Pillow: Size: Standard (20" X 26")/10 Sets Bed Linen Set Of 3pcs, 1-bed Sheet Size (48" X 75"), 2-pillow Case (20" X 26")/2 Sets Bed Linen Set Of 3pcs: 1-bed Sheet Size (60" X 75"), 2-pillow Case (20" X 26")/6 Unit Electric Fan: Color: Black, Electric Fan Design: Floor Fan, Power Source: Corded Electric Style: 3-speed Ac Motor Fan, Product Dimensions: 15.75"d X 17.72"w X 53.15"h, Room Type: Bedroom, Special Feature: Oscillating, Adjustable Height, Adjustable Tilt,wattage: 60 Watt/4 Unit Industrial Ceiling Fan: Product Material: Cast Aluminum Casing, Product Specifications: 2000mm, Operating Voltage: 220v, Wind Speed: 5th Gear, Number Of Fan Product Color: Black, White, Product Power: 165w, Blades: 6 Blades/150 Pcs Monoblock Chairs: With Backrest, Seat 375mmxdepth 330mm, 2.25 Kg, Class B Plastic, Thickness: Approximately 1.5in, Color: White/15 Pcs Solid Top Round Table: Material: Plastic, Color: White, Size(cm): 115 X 74 X 4.5, Foldable Legs,diameter: 45″, 6 To 8 Seater Capacity 20.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: None General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract(scc). 2. Advance Payment 2.1 Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2 The Procuring Entity Is Allowed To Determine The Terms Of The Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 4. Inspection And Tests The Procuring Entity Or Its Representatives Shall Have The Right To Inspect And/or The Test The Goods To Confirm Their Conformity To The Project. In Addition To Tests In The Scc, Section Vii(technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identify Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 7.1. In Order To Assure The Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 7.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines] “the Delivery Terms Applicable To This Contract Are Delivered [indicate Place Of Destination]. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Wilson G. Baliwas. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E. Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. F. No Additional Incidental Service Requirements. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: 1. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And 2. In The Event Of Termination Of Production Of The Spare Parts: I. Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii. Following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Costs Thereof Are Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of Three(3) Months. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within Three(3) Months Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 Partial Payment Is Not Applicable. 4 The Inspections And Tests That Will Be Conducted Are: Inspection Of The Livelihood Supplies And Materials If It Follows The Technical Specification Set By The End-user Unit. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item No. Quantity Item Description Total Delivered, Weeks/months Remarks Indicate Here Any Other Appropriate Information As May Be Necessary. Signature Over Printed Name Position Department/division Technical Specifications Technical Specifications Item / Service Maximum Quantity Technical Specifications / Scope Of Work Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution.] Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; (b) Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives (c) Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located (d) Tax Clearance Per Eo 398 Technical Documents ⬜ (e) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (j) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (k) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (l) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (m) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (n) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (o) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. Omnibus Sworn Statement(revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g. Duly Notarized Secretary’s Certificate, Board/partnership Resolution Or Special Power Of Attorney, Whichever Is Applicable]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For And In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Of 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 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2024 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2024 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2024. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. ______ To: [insert Name And Address Of Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two(2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen(15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1(f) Of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am Declared Ineligible Or Post Disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And (c) I Am/we Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2024 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2024 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2024. Bid Form For The Procurement Of Goods (shall Be Submitted With The Bid) Bid Form Date: _____________________________ Project Identification No.: _____________ To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin Numbers_____, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To (supply/deliver/perform) (description Of The Goods) In Conformity With The Said Pbds For The Sum Of (total Bid Amount In Words And Figures) Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors , And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To (specify The Applicable Taxes, E.g. (i) Value Added Tax, (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties), Which Are Itemized Herein Or In The Price Schedules. If Our Bid Is Accepted, We Undertake: A.to Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents(pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Specified In The Pbds And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/conform That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of (name Of The Bidder) As Evidenced By The Attached (state The Written Authority). We Acknowledge That Failure To Sugn Each And Every Page Of This Bid Form, Including, The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Goods(revised) __________________________________________________________________________ This Agreement, Made The _________ Day Of _______________, ________ Between [name And Address Of Procuring Entity] Of The Philippines (hereinafter Called The“entity”) Of The One Part And [name Of Supplier] (hereinafter Called The “supplier”) Of The Other Part. Whereas, The Entity Invited Bids For Certain Goods And Ancillary Services, Particularly (brief Description Of Goods And Services) And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of (contract Price In Words And Figures In Specified Currency) (hereinafter Called The “contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: I. Philippine Bidding Documents(pbds) I. Schedule Of Requirements; Ii.technical Specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins, If Any Ii. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Supplier: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2024.
Closing Date30 Jan 2025
Tender AmountPHP 3.4 Million (USD 58.4 K)
DEPARTMENT OF EDUCATION SCHOOLS DIVISION OF EASTERN SAMAR Tender
Education And Training Services
Philippines
Details: Description Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 12-cookery Support Service Area: Skills Development) 1. The Deped Schools Division Of Eastern Samar, Through The General Appropriation Act Of 2024 Intends To Apply The Sum Of ₱ 442,032.83 Being The Abc To Payments Under The Contract For Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 12-cookery Support Service Area: Skills Development) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Deped Schools Division Of Eastern Samar Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4. Prospective Bidders May Obtain Further Information From Deped Schools Division Office Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below During Monday-friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 500.00. It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Deped Schools Division Of Eastern Samar Will Hold A Pre-bid Conference On January 14, 2025, 10:00am At The Bac Office, Deped Schools Division Of Eastern Samar Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 28, 2025, 9:00am Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 28, 2025, 10:00am At The Given Address Below Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Only The Proprietor Or Authorized Representative May Be Allowed To Purchase Bidding Documents. Letter Of Intent (loi), Special Power Of Attorney (spa) (for Authorized Representative), And Drl (document Request List From Philgeps) Are Required Upon Purchase. 11. The Deped Schools Division Of Eastern Samar Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Items, Specifications, Quantity Of Delivery, And Abc: Chef’s Knife, Stainless Steel Chef Chopping Knife Household Kitchen Knife Size: 8 Inches Blade Material: 3cr14 High Carbon Stainless Steel Blade Handle: Pom Handle 5 Pieces Boning Knife, 6″ Boning Knife Chef’s Edge Handles Are Ergonomically Designed To Minimize Wrist Tension And Provide A Natural Fit. Heat Treatment Process Makes The Knives Extremely Sharp And Corrosion Resistance. Country Of Origin: Germany Blade Material: 3cr14 High Carbon Stainless Steel Blade Handle: Pom Handle 4 Pieces Oysters Knife, Material: Stainless Blade, Plastic Handle Size: 16 Cm Easily Pry Open Oyster/clam Shells Sharp, Beveled Blade 2 Pieces Cleaver Knife, Butcher Cleaver Knife With Ergonomic Design Highly Corrosion Resistant Stainless Steel Wooden Handle Handle Length Measures 5" Blade Length Measures 8" Long And 3.5" Wide Dishwasher-safe Blade Material: Stainless Steel Color: Stainless Steel Handle Material: Wood Blade Edge: Plain 2 Pieces Tenderizer (pin Tenderizer), Stainless-steel Prongs Break Down Tough Meat Fibers. Also Useful For Piercing Meats Before Marinating. Heavy-duty Spring-loaded Mechanism Controls Action Precisely. A Practical Solution For Turning A Tough Cut Of Meat Into A Delicious, Tender Piece Of Meat. Type: Meat Tenderizer Material: Stainless-steel, Abs Size: 5cm X 5.1cm X 19.4cm/1.97" X 2.01" X 7.64" (approx.) 2 Pieces Tenderizer (mallet Tenderizer), Material: Aluminum Weight:100g Size: Length: 19.5cm; Hammer: 4.5 * 4.5cm Integrated Aluminum Construction For Strength And Durability. There Are Two Sides. Use The Spiked Surface To Tenderize And The Flat Surface To Pound Meat. Ideal For Beef, Veal, Pork And Chicken, Etc. Package Content: 1x Two Side Meat Hammer 4 Pieces Skimmer, Fine, 6"x5"length Width 5" Handle: Length11 5/8 Material: Nickel-plated Stainless Steel Handle Material: Nickel Plated 4 Pieces Wire Skimmer, Small, 3" Diameter X 1"depth 13.75 Handle Length Material: Stainless Steel, Bamboo Handle 4 Pieces Skimmers, Spider, Mesh Basket Tool(5inches) Material:18/8 Stainless Steel, Style Stainless Steel Mesh, Asian, Color: Silver 4 Pieces Strainer, Small, Fine, Material: Stainless Steel Diameter: Approx. 8.5cm / 3.35 Inch Total Length: Approx. 22cm / 8.66 Inch Handle Length: Approx. 11.2cm / 4.41 Inch Color: Silver/golden/copper Plating (optional) Package Includes: 1 Piece Fine Mesh Stainless Steel Cocktail Strainer 4 Pieces Colander Strainer Type: Colanders & Strainers Item Type: Pearl Milk Tea Colander Material: 100% Food Grade Stainless Steel Temperature: -40f To +446f (-40c To +230c) Multiple Use Kitchen Gadgets: Kitchen Helper Feature: Made Of Premium Stainless Steel, No Toxic Chemicals, Lead Free, Pvc Free. The Versatile Design Will Fit Nearly All-round Pots, Pans And Bowls. Uses: For Hot Pot Eating, Soup Draining And Pearl Food Holding. 4 Pieces Siever,small, Stainless Steel Fine Mesh Strainer Material: Stainless Steel; Diameter: 12 Inches; Depth: 2 Inches To 2.5 Inches; Fine Mesh:0.025mm To 0.5mm; 4 Pieces Strainer,medium Fine, Strainer Type: Easy-grip Colander Medium:stainless Steel:item Dimensions:lxwxh: 8x4x0.2 Inches 8 Pieces Turner, 3” X 6”, Item Dimension: L40.1 Cm X W9.6 Cm X H13.4 Cm Item Weight: 0.3 Kg Material: 18/10 Stainless Steel Tool Head & High Impact Nsf Approved Polypropylene Textured Handles (pro-gourmet) Lightweight & Easy To Hold Accommodates Right- And Left-handed Users Use & Care Easy To Clean And Dishwasher Safe. 8 Pieces Spatula, Stainless Steel Teppanyaki Spatula L 14.8cmxw11.8cmxh 2cm 8 Pieces Wooden Spoon, Material: Beech Wood Color: Wood Color Size: 26.3cm X 6.3cm 8 Pieces Parisienne Scoop, Stainless Steel Baller Heads - 22mm Diameter And 25mm Diameter. Head Include Small Air Hole For Easy Release. Non-slip Handle Made From Fibrox - Tpe Plastic Able To Withstand Temperatures Of Up To 80°c - 110°c. Dishwasher Safe. 8 Pieces Zester, Durable And Rust Resistant Stainless Steel Material Five Sharp Zester Holes That Quickly And Easily Zest Lemons, Oranges, And Other Citrus Fruits Built-in Channel Knife That Peels Citrus Fruits To Make Beautiful Garnishing Easy To Grip Stainless Steel Handle For Steady Control When Testing With A Built-in Hole For Easy And Proper Storage Easy To Clean And Dishwasher Safe Dimensions: L16.3 X W2.4 X H16.3 Cm 8 Pieces Piping, Bag Size: Small: About 26cm Long, About 15cm Wide At The Opening, Medium: About 30cm Long, About 17cm Wide At The Opening, Large: About 34cm Long, About 21cm Wide At The Opening. Material: Silica Gel Package: 6 * Small Connectors 2 * 12-inch Bags 2 * 14-inch Bags 2 * 16-inch Bags 8 Sets Pastry Tubes, 8pcs/set Stainless Steel Pastry Piping Nozzles Size: Approx. 30cmx17.5cm; Material: Eva And 430 Stainless Steel 8 Pcs. Strainer Chinois,small, Commercial Grade Quality China Cap Strainer With Pot Ring Hang Hook Coarse Mesh - 10" Handle, 8" Diameter, 8" Deep", 18" Total Length Material:18/8 Stainless Steel Color:silver Item Dimensions: Lxwxh 17.13 X 8 X 7.75 Inches Item Weight:0.71 Lbs 3 Pieces Filling Funnel, Material:304 Stainless Steel Size Dimension:14x11cm 4 Pieces Measuring Spoon, Material: Stainless Steel , Weight:110g Size:1/8 Tsp-length: 4.25″,diameter: 0.59″ 1/4 Tsp-length: 4.33″,diameter: 0.71″ 1/2 Tsp-length: 4.45″,diameter: 0.91″ 1 Tsp-length: 4.60″,diameter: 1.10″ 1/2 Tbsp-length: 4.72″,diameter: 1.26″ 1 Tbsp-length: 4.92″,diameter: 1.57 6 Pieces Tongs, 9 Inches, Material: 304 Stainless Steel With Silicone Handle; Size:9 Inches; Feature: Ring Pull Locking System, Scalloped Heads 10 Pieces Tongs, 12 Inches, Material: 304 Stainless Steel With Silicone Handle; Size:12 Inches; Feature: Ring Pull Locking System, Scalloped Heads 8 Pieces Measuring Cup, Material: 304 Stainless Steel; Feature: 4cups/set. 100ml, 50ml, 15ml And 5ml Cup Sizes On A Storage Ring; 1 Set Measuring Urn, Specification: 500ml Colour: Silver Material: 304 Stainless Steel 1 Pc Ice Cream Scoop, Size: 18*4.2cm/18*4.8cm Color: Black/silver Material: Aluminum Alloy; Feature: Anti-freeze Ice Cream Scooper With Comfortable Handle 4 Pieces Cheese Cloth, *made Of Natural Cotton, Never Been Dyed Or Bleached. It's Safe And Healthy To Use And There Is No Color Will Dye Over The Cheese, Yogurt, Turkey Or Any Other Foods. *due To Tight-weave Mesh, It Can Filter More Impurities And Work Efficiently. *it Could Be Used For Making And Wrapping Homemade Cheese. It Is Used As Greek Yogurt Or Butter, Almond Milk Or Nut Milk, Fruit Juice. Furthermore, More Impurities Will Be Filtered Out When You Filter Cold Brew Coffee Or Homemade Beer Wort, Honey And Etc. Specification: *material:cotton *color:as Show *size:100 X 120 Cm/39.3 X 49.2 In 10 Pieces Serving Spoon, Material: 304 Stainless Steel Color: Silver Size: 24cm 24 Pieces Pepper And Salt Grinder, Size: 5.3cm/2.09"x 19cm/7.48"; Material: Stainless Steel Case Grinder With High Quality Glass Container 4 Set Weighing Scale, 5 Kgs, Type:hanging Scale Origin:cn(origin) Size:18.5*14*1.9cm Rated Load:other Display Type:lcd Digital Screen Power Supply:3*aaa Battery(not Included) Certification:ce Model Number:electric Scale Capacity:10kg/1g,3kg/5kg/0.1g Is Smart Device:no Color:black Unit:g, Lb, Oz Measuring Range:10kg/10g, 3kg/5kg/1g Material:new Abs Engineering Plastic + Stainless Steel Backlight:yes Ftion 1:kitchen Scales Ftion 2:jewelry Scales Ftion 3:electronic Scales Ftion 4:electronic Balance 2 Unit Core Seed Remover, Effortlessly Remove Cores From Fruit Simply Push The Stem Into The Core Of The Apple And Twist To Remove Ultra Stainless Steel Coring Blade Twist And Slide Body For Easy Core Removal Length: Approx. 180mm / 7inch Diameter Of The Core: Approx. 2cm / 0.8 Inch Material: 304 Stainless Steel 8 Pieces Wire Whisk,small, Material: Stainless Steel; Size: H01-8 Inch:21*5cm; 8 Pieces Wire Whisk, Medium, Material: Stainless Steel; Size: H02-10 Inch:26*6cm; 8 Pieces Wire Whisk, Heavy Duty, Material: Stainless Steel; Size: H03-12 Inch:29*6cm 2 Pieces Can Opener, Material: Stainless Steel + Pp Plastic Size: 19.5cm X 7.5cm Color: Silver + Black Features: 1. 100%brand New And High Quality 2. Ergonomic, Non-slip Grip, Comfortable And Safe In Operation. 3. High-quality Stainless Steel Material, Won't Break Or Bend, Corrosion Resistant, Smooth Felling And High Durability. 4. Rotating Handle And Precision Gears, Efficient And Labor Saving, Children, Adults And The Elderly Can Easily Work With. 5. It Combines 3 Functions In One Unit. This Versatile Can Opener Is Designed For Opening A Can Lid, Opening A Bottle Cap, Levering Or Loosening A Can Lid. 6. Easily Pierce And Open Various Types Of Cans, Like Tin Can, Oil Can, Milk Can, Cat Dog Food Can, Metal Can, Beer Can, Small Can, Large Can, Water Bottle, Jar Etc 7. High Quality Food-grade Material - The Sharp Cutting Disc Is Made Of Food-grade Material Especially The Metal Tooth Is Made Of Stainless Steel, Please Rest Assured Use. 8. No Dangerous Sharp Edges - Protect Yourself And Your Family With This Tin Opener That Leaves Edges Completely Smooth. Safely And Easily Opens Big And Small Cans In All Shapes And Sizes In Seconds. 9. Comfortable And Convenient For Storage - The Opener's Soft, Anti-slip Handles Are Easy To Grip - Which Is Especially Handy For Senior Citizens. You Can Store It In A Drawer Or Simply Hang It On A Hook In Your Kitchen. 1 Piece Multi-purpose Kitchen Scissors/shears, Material: Stainless Steel Size: 21 X 9 Cm; Features: Extra Sharp For Cutting Meat, Poultry Or Fish With Cracking And Bottle Opening Function 8 Pieces Soup Ladle, 4 Oz, Material: 18/10 Stainless Steel With Hole On Handle Serving. Size: Length 34cm*diameter 7.5cm 8 Pieces Soup Ladle, 6 Oz, Material: 18/10 Stainless Steel With Hole On Handle Capacity: 6 0z; Handle Length:3 Inches; Size: Length 34cm*diameter 9.5cm 8 Pieces Soup Ladle, 8 Oz, Color: Stainless Steel Material: Stainless Steel Style: 8 Oz Ladle Item Dimension Lxwxh: 14.6 X 2.5 X 3.9 3 Pieces Soup Ladle, 12 Oz, Soup Ladle Food Grade Rust-proof Stainless Steel Dishwasher Safe Hot Pot Soup Ladle Length: 18 Width: 4.6 Height: 2 Freezer Safe: Yes Type: Gravy / Sauce Ladles Dishwasher Safe: Yes Microwave Safe: No Capacity: 10.0-14.9oz Feature: Heavy Duty 2 Pieces Kitchen Spoon, Mirror Finished Durable Stainless Steel Material Dishwasher Safe Ss Dinner Spoon 4.0mm Thickness Length: 21cm Weight: 73gm 8 Pieces Kitchen Spoon, Slotted, Stainless Steel Slotted Spoon Is Ideal For Stirring And Straining Pasta Or Vegetables. The Soft, Non-slip Handle Cushions Your Hand During Use, And The Polished Stainless Steel Is Both Sleek And Durable. Dimensions: 2 X 2.75 X 12.4 Weight: 0.29 8 Pieces Kitchen Fork, Color: Silver Substance: 18/10 Stainless Steel Surface Finishing: Matt/polished Net Weight: 0.11 Kg Length: 33.40 Cm Width: 2.50 Cm Height: 1.90 Cm Handle Length: 12.50 Cm 4 Pieces Carving Fork, Package Dimensions: 13.07 X 1.42 X 0.87 Inches (33.2 X 3.6 X 2.2 Cm) Item Weight: 5.6 Ounces (158.76 Grams) Handle Material: Stainless, Stainless Steel, Abs, Plastic, Steel 3 Pieces Digital Kitchen Thermometer, Digital Kitchen Food Thermometer For Meat Cooking Water Milk Food Probe Temperature Temperature Range: -50°c To 300°c Or -58°f To 572°f Resolution: 0.1°c Or 0.1°f Accuracy: ± 1°c Or ± 1 °f Optional Temperature Unit: °c / °f Material: 304 Stainless Steel & Abs Plastic Buttons: On/off, °c/°f, Hold Power Supply: 1 X 1.5v Lr44/ag13 Battery (not Included) Power Saving: Auto Power Off After 10 Minutes Total Length: 24.6cm Probe Length: 14.5cm 3 Pieces Multi-function Vegetable Fruit Peeler Slicer Cutter Chopper, Stainless Steel Multifunction Fruit And Vegetable Peeler Slicer Shedder Peeler 5 Different Inserts With 11 Different Ways To Cut Cut Into Cubes Or Sticks In 3 Different Sizes Slices In 2 Different Thicknesses Cut In To Quarters, Eighths And Wedges Long- Lasting Super- Sharp Stainless Steel Blades Extra Sharp Grater Mandolin Slicer With Safety Food Holder 1 X Cutting Top With Integrated Stylus 1 X Cutting Base 1 X Transparent Collecting Container (capacity 1,500 Ml) 1 X Fresh Cover For Collecting Container 1 X Knife Insert (6 Mm X 6 Mm Or 12 Mm X 12 Mm) 1 X Knife Insert For Quarter Or Eighth 1 X Planer Insert With Blade Protection 1 X Food Holder With Guide 1 X Detachable Cutting Punch For Eighth 1 X Part Cover For All Knife Inserts 2 Set Stock Pot (big), Stainless Steel Large Stock Pots Casserole Stew Pan Type: Soup & Stock Pots Material: Metal Type: Stainless Steel Feature: Eco-friendly Applicable Stove: General Use For Gas And Induction Cooker Product Name: Soup Pot Usage: Soup, Milk, Noodle Pot, Cooking Pots Shape: Straight Material Type: Stainless Steel Diameter: 25 / 30 / 35/ 40 /45/ 50 Cm 2 Pieces Frying Pan, Small, Frying A Single Egg, Sausages, Seafood, Poultry, Burgers Or Vegetables, Toasting Pine Nuts Or Even Toasting Off Some Spices. Specification: Pot Diameter: 13cm Pot Height: 2.8cm Full Length Of Pot Body: 25cm Pot Bottom Diameter: 11.5cm Included: 1 X Mini Saucepan 12cm Small Nonstick Frying Pan For Household Fried Egg Pancakes Round Mini Saucepan 4 Pieces Frying Pan, Medium, Material: 304 Stainless Steel Size Diameter: 32cm Feature: New Technology Experience, New Design Suitable For: General Use For Gas And Induction Cooker Product Features: 1.13.4 Inch Stir Fry Pan Made Of Stainless Steel, Nonstick Cookware Interior Is Honeycomb Texture, Achieve Separation State Nonstick. 4 Pieces Frying Pan, Large, Material: Carbon Steel Wok Handle: 12cm Wood (beechwood) Diameter: 36cm Depth: 10.5cm Handle Socket: Welded Non-stick Pan, Perfect For Your Daily Home Cooking 2 Pieces Colander, Small, Ergonomic Design, Smooth Handle Grip. Top Hanging Ring Design, Free To Hang Up. Specification: Material: Stainless Steel Size: 32 * 10cm / 12.60 * 3.94" Color: As Shown Package Included: 1pc * Colander 3 Pieces Colander, Medium, Features And Usage: Good Quality Stainless Steel Material With Competitive Price Can Be Used For Strain Soup, Juice, Milk, Tea, And Other Liquids. Strong, Sturdy, And Durable. Made For Heavy Work. Rust, Crack, And Stain Resistant Easy To Clean And Carry High, The Goods Quality Support With Your Demand. The Long Handles Protect Your Hands From Hot Grease And Oils While Letting You Cook Your Favorite Foods Product Name: Stainless Kitchen Wire Skimmer/strainer/colander Material: Stainless Steel Size / Capacity: 22cm Color: Silver Shape, Round Type: Strainer Item Number: 22cm F/h Skimmer 2 Pieces Cutting Board, Packing: 1 X 1pcs Chopping Board Material: Bamboo Wood + Stainless Steel Color: Brown, Light Brown (random) Size: 34cmx 1.7cm X 24cm Design: Arc Corners Features: Made Of High-quality Bamboo Anti-mildew And Germ Proofing 100% Brand New And High Quality Easy To Clean And Very Affordable The Whole Bamboo Panel Has A Clear Bamboo Pattern. The Curved Design Of The Handle Makes It Easy To Hang. Thick, Extremely Durable, The Smooth Surface Also Prevents Your Knives From Dulling Too Quickly. 4 Pieces Fish Poacher, Medium, Stainless Steel Fish Streamer For Big Fish, Big Cooking Pot With Complete Accessories Pan Material: Stainless Steel Thickness: 0.7mm (+0.3mm) Dimensions (l X W X D): 18" X 5" X 6" (±0.5") Handle Material: Stainless Steel; With Two Side Handles Includes A Lid With Handle And A Perforated Rack Insert Dishwasher Safe 1 Piece Casserole, Small, Aluminum Casserole High Quality Aluminum Durable Handles & Knobs Size #14 (25cm Diameter, 15cm Height) Color: Aluminum Size: 35cm*28cm*20cm Weight: 0.7kg 6 Pieces Casserole, Medium, Heavy Gauge Aluminum Forged Base For Extreme Strength And Wrap Prevention Durable 3 Layer Blue Diamond Non-stick Coating Coating Lasts Longer Than Any Other Pan Works On All Stovetops: Induction, Gas, Electric, Ceramic, Etc. Heat Resistant Riveted Bakelite Handle And Knob Tempered Glass Lid Heats Up Quickly And Evenly Ideal For Healthy Cooking Easy-to-clean And Dishwasher Safe 4 Pieces Wok, Small, Material: Wok Is Made With Carbon Steel With Wooden Handle Available Size: 34cm Diameter Double Handle Suitable For Gas Stove And Induction Cooker Good Thermal Conductance For Even Cooking Of Vegetables And Meat 4 Pieces Wok, Medium, Features And Usage: Whether Stir-frying Veggies Eggs Meats Or More This Wok Distributes Heat Evenly And Wipes Clean When You’re Finished Riveted Acacia Wood Handles Make Flipping And Releasing Food Easy And Will Add A Touch Of Elegance To Your Kitchen Perfect For Veteran Chefs Or Others Simply Looking To Expand Their Culinary Palette This Wok Serves Up Delicious Results With Effortless Performance Color: Black Size: 14” Material: Carbon Steel Wok Non-stick Surface Healthier Cooking 1 Piece Double Boiler, Medium Specialty Pan Type: Egg Poacher/boiler Cookware Material: Stainless Steel Cookware Capacity: 1.1l - 2l Cookware Diameter (cm): 22 Model: Db22. Cookware Features: Includes Lid, Dishwasher Safe, Induction Safe, Helper Handle, Pfoa Free, Eco Friendly, Cover Included What’s In The Box: 1 X Double Boiler 22cm 1 Piece Paellera, Product Details: Made With Top Grade Carbon Steel, These Pans Conduct Heat Quickly And Evenly Throughout To Create The Perfect Paella. It’s Thin And Lightweight Material Makes This Pan Durable And Trustworthy. It’s Innovative Hammered Dimple Technology Makes The Bottoms Of The Pans Rigid And Perfect For Cooking Paellas Package Dimensions: 15.24 X 13.62 X 2.05 Inches (38.7 X 34.6 X 5.2 Cm) Item Weight: 2 Pounds (0.9 Kg) Material: Carbon Steel Item Diameter: 13 Inches (33 Cm) Color: Silver Capacity: 468 Cubic Inches (1188.7 Cm) 8 Pieces Glass Rack, Description: Product Category: Wine Glass Rack Color: Black Height: 5.5 Cm Width: 22.5 Cm3 5 Rows: 50cm In Length, Can Hold 10-15 Weight: 0.55kg For 5 Rows Application: 4cm- 9cm In Base Diameter, Less Than 3cm In Column Diameter, 10cm In Belly Diameter Of Glass. Material: Iron Product List:1* Wine Glass 2 Pieces Soup Cup Rack, Material: Plastic Color: Grey Shape: Square Length: 19.75" In Width: 19.75" In Height: 4" In Size: Compartment 4.375"l X 4.375"w X 4.25" Temperature Range: Up To 200°f Features: Dishwasher Safe 6 Pieces Plate Rack, Specification: Color: White, Green Material: Stainless Steel Dimension: W X L X H (25cm X 50cm X 43.5cm) Features: Stainless Steel Material, No Rusting, Long Lasting Durability. Saves Tons Of Space And Time By Making It Easier To Access Utensils And Supplies, Making Your Kitchen More Clean And Tidy. Dish Placement Area (16 Dishes) Cutting Board Placement Area (5cm/1.97in) Tool Placement Area: 3 Spaced Grids Hanging Spoon Placement Area: 4 Storage Hooks Bowl Placement Area: More Than 12 Bowls Removable Drain Board 2 Pieces Baking Tray, Small, 1pc Small Rectangular Baking Tray Measurement: 8x12 8x 12 Outside, 6.5x10 Inside Color: Black Made Of Carbon Steel Durable And Good Quality This Can Be Fit To Small Oven 8 Pieces Utility Tray, Stainless, Stainless Steel Food Measurement: 9" Length X 6.75" Width X 1" Height. Material: Stainless Steel. 12 Pieces Roasting Pan, Material: Stainless Steel Color: Silver Size: 42*32*7cm Features: Easy To Clean Up. Big Enough For Whole Chicken Or Turkey. Very Convenient To Serve With Rack. Package Included: 1 X Pan (with A Rack) 4 Pieces Dishtowels, Material: Cotton/linen Blend With High Absorption Capacity. Color: Square Stripe/gray Beige Length: 70 Cm (28 ") Width: 50 Cm (20 ") Package Quantity: 2 Pieces 8 Pack Plastic “silverware” Or Real Silverware, Package Dimensions: 9.92 X 6.57 X 3.23 Inches (25.2 X 16.7 X 8.2 Cm) Item Weight: 7 Pounds (3.15 Kg) Material: Stainless Steel Finish Type: Polished Color: Silver Is Stain Resistant: Yes Is Dishwasher Safe: Yes Number Of Pieces: 60 2 Set Glasses, Capacity: 11.8 Ounces Color: Clear Item Weight: 14.4 Ounces Size: 2.91x5.83 In Product Detail: 11.8-ounce Highball Drinking Glass (set Of 6) With A Sleek Design And A Thick, Sturdy Base; Ideal For Serving Mixed Drinks, Beer, Soda, And Other Ice-cold Beverages Made Of All-purpose 100% Soda-lime Glass (not Tempered Glass); Odor-resistant, Stain-resistant, Shatter-resistant, And Cadmium- And Lead-free; Suitable For Residential And Restaurant Use Crystal-clear Glass Provides Exceptional Clarity For Nicely Highlighting Colorful Concoctions And Bubbly Beverages Residential And Commercial Dishwasher- And Microwave-safe Up To 95°f; Not Oven Safe; Accommodates Temperatures Ranging From 50°f To 212°f When Heated And Cooled Slowly; Do Not Put Hot Water In Freezing-cold Glass 6 Set Tea Cups, Bc Coffee Cup And Saucer- Black Piggy Pink, Bone Tea Cream, Candy Green 2 Pieces Small Plate/saucers, Material: Ceramic High Quality Can Be Use In Coffee Or Tea Cup Size H: 9.5cm W: 14.5cm Saucer Size H: 2cm W: 15.5cm 6 Pieces Per Set 6 Set Cabinet Dish Organizer Material: Plastic Dimension: L39cmxw35cmx122cm Colors Available: Green & Blue 1 Piece Sink, Surface Treatment: Brushed, Brushed Installation Type: Undermount Bowl Shape: Rectangular Number Of Holes: One Sink Style: Single Bowl Material: Stainless Steel 304-18/8 Dim (inch): 32"x19" Bowl Size (inch): 30"x17" Depth (inch): 10" Thickness (guage): 18 Usage: Kitchen Packing: Carton Box 1 Piece Sponge And Soap Holder For Kitchen Sink, Material: Stainless Steel Size: L X W X H (18.3cm X 10cm X 9cm) Color: Silver 3 Pieces Pots/pans, Product Description: Non-stick With Thermo-spot 9 Pieces Cooking Set Features & Details: Set Contains: ▫️stewpot: 22/24cm With Lids ▫️24cm Fry Pan ▫️28cm Wok Pan ▫️spatula ▫️spoon ▫️slotted Spoon Product Information: Package Dimension: 61.8 X 41.6 X 17.6 Cm Item Diameter: 28 Cm Item Weight: 6.7 Kgs Care Instruction: Dishwasher Safe No. Of Pcs: 9 Pcs 1 Set Cooking Utensils, Stainless Steel 25-piece Set Lids And Accessories Included Comes With 1- And 2-quart Saucepans, A 5-quart Dutch Oven, A 9.5” Skillet, An 8” Frying Pan, A 10” X 15” Cookie Sheet, A Storage Tub And 5 Round Glass Bowls The Stainless-steel Heating Surface Cooks Everything Evenly Made From A Single-ply Stainless Steel That’s Designed To Handle High Heats And Is Easy To Clean Each Piece Comes With A Cover To Keep In The Heat Set Includes 9 Nylon Cooking Tools Like Spatulas, Solid And Slotted Spoons And Turners, Ladle And More 1 Set Rotary Egg Beater, Stainless Steel Whisk Set Come In 2 Sizes. This Two-piece Stainless-steel Kitchen Utensil Set Will Blend In Well When You’re Trying To Outfit Your Kitchen With Everything You Need To Keep Your Chef At Home Happy As Can Be. High Quality Material Wear-resistant And Durable, Not Easy To Rust Size:16cm,21cm Material: Stainless Steel Package Includes: 2x Whisk Beater 2 Set Scraper, Made Of Silicone And Bpa Free, Flexible, Non-stick Nontoxic, Heat Resistance: -40 To + 230 Ergonomically Designed Long Handles And Being Perfectly Shaped With A Rounded Edge For Bowls And A Pointed Edge For Corners. Great Design, Easy To Clean Specification: Type: Cake Tools Material: Silicone Color: Orange, Purple, Green, Red, Yellow, Blue, Black Size: About 21x4.1cm Uses: Stirring, Baking, Scraping Noodles, Etc. Features: Integrated Design, High And Low Temperature Resistance Quantity: 1 Package Includes: 1x Scraper 3 Piece Gas Range And Oven, 3 Gas Burners, 1 Hot Plate Stainless Drip Tray Gas Thermostat Oven Electric Grill With Rotisserie Black Enameled Body 50x50cm Weight: 39.5 Kg Dimensions: 54 × 50 × 88 Cm 1 Piece Refrigerator, Height: 111.5 Cm Width: 51. Cm Length: 53.6 Cm Gross Weight: 34 Kg Refrigerator Type: Single Door Net Weight: 31 Kg Capacity: 5.6 Cu.ft Frost System: Semi-automatic Wattage: 75 Watts Warranty: 1 Year Of Parts And Labor; 5 Years Of Compressor Led Light Safety Glass Shelves Silver Finish 2 Piece Drawers, 3 Layered Drawer ½” Thick Plywood Captured Ceiling Panel ½” Thick Plywood End Panels ¾” Thick Plywood Full Depth Adjustable Shelves ½” Thick Plywood Panel ¾” Thick Full Overlay Doors And Drawer Fronts ½” Thick Plywood Captured Floor Panel ¾” Thick Solid Hardwood Face Frames ½” Thick Plywood Captured “i-beam” Braces ½” Thick Plywood End Panels ¾” Thick Plywood Full Depth Adjustable Shelves 5/8” Thick Solid Wood Dovetail Drawer Box With ¼” Thick Plywood Captured Floor ½” Thick Plywood Captured Floor Panel ¾” Thick Solid Hardwood Face Frames ½” Thick Plywood Captured Toe Kick 1 Piece Cupboards, Completely Made Of High-grade Stainless Steel. Professional Furnishing Systems That Meet The Highest Quality And Functional Standards. The Stainless-steel Furniture Made Of Stainless Steel Aisi 18/10/304 Is Primarily Made According To The Special Needs, The Available Rooms, And The Functional Requirements Of The Operator. All Edges Welded And Polished. Best Solutions In Quality And For Installation Flexibility. Project Solutions And Other Dimensions May Vary. Wall Cupboard With O Bottom Storage Shelf, Intermediate Bottom, O 2 Sliding Doors. Dimensions: Ca. 1500 X 400 X 600 Mm (l X D X H) Carrying Capacity: Max. 200 Kg Net Weight: Approx. 30 Kg. 1 Piece Brush, Feature: 100% Brand New And High Quality Non-toxic And Environmentally Friendly. Multipurpose Kitchen Utensil Tool. Suitable For Baking, Cooking, Bbq Basting. For Brushing Oil On Cookers When Making Cakes, Bread, Butter Or Barbecuing. Practical And Stylish Can Be Used Repeatedly Easy-to-clean And Good Temperature Resistance Material: Silicone Color: Blue, Orange, Red And Violet Size: 21 X 3.3 X 1.1cm Package Included 1 X Silicone Basting Brush 3 Piece Blender, Cord Length: 1.2m Power: 350w Voltage: 220-240v Frequency: 50/60hz Pulp Container: 500ml Blender Jar Capacity: 1l Integrated Cord Storage: Yes Speed Settings: 2 Safety Clamps: Yes Suction Feet: Yes Accessories: Blender, Chopper, Juice Jug, Mill Colors: Bright White With Silver Accents Housing And Clamps Material: Pp Lid Material: San Pusher Material: Pp Product Weight: 2.48kg Box Dimension (w X H X D): 232 X 330 X 470 Mm 1 Year Warranty 1 Piece Microwave Oven, 3-layer Porcelain Coated Metal Body Manual Rotary Control Defrost Function 20l Capacity Measurements: L45 X W34 X H26cm Output Power: 700w Input Power: 1200w 1 Year Warranty 100% Authentic Microwave Features: Stainless Steel Microwave Type: Countertop Inverter: Non-inverter 1 Piece Kitchen Scale, Features: Square And Round Plate Available Mechanical Dial With Zero Adjustment Knob It Includes Removable Pan Colors: Random Spring Kitchen Scale, Mechanical Kitchen Scale, Food Scale Suitable For Shopping E-commerce Sales, Kitchen Activities Dial Display With Clear Mark, Easy To Read And Comfortable. Square Shape, Drip-proof, Durable And Can Hold Things Weighed. Plastic Shell, Lightweight, Durable And Environment Friendly. No Need Electricity, Easy To Operate And Portable To Take And Store Quality Product With Precise Portion Easy To Use, Multi-function Home Scale Compact Scale 5 Kilos Capacity Size: Removable Pan: 15.5cm X 15 Cm X 5cm Kitchen Scale: 12 Cm X 12.5 Cm X 20 Cm Material: Plastic 2 Piece Measuring Spoons, Stainless Steel Measuring Spoons Set Of 7 Stackable Measure Spoon For Dry And Liquid Ingredients Etched Marked Baking Cooking Spoon With Detachable Ring Holder Convenient For Your Life. Stainless Steel Without Bpa And Could Be Used For Any Food, Rust Resistant, Will Not Be Polluted Or Eroded, Make Your Cooking Always Safe And Health. Conveniently Nests Inside One Another Design And One Steel D-ring Allowing You To Store Them In Any Drawer, Cabinet Or Cupboard. Easy To Clean, Simply Wash With Soap And Warm Water Or Load Them Into The Dishwasher For Fast Cleaning. Color: Silver Material: Stainless Steel Size: Length 12.6* Width 4* Height 2.2cm Package Contents: 7 * Measuring Spoons 1 * D-ring 3 Set Measuring Cups, Product Description: 3-piece Measuring Cup Set Includes One Each: 1-cup, 2-cup And 4-cup Measuring Cups Easy To Read Measurements In Cups, Ounces, And Milliliters. Features A Curved Spout For Precise Pouring And Easy-grip Handles For Comfort Durable High-quality Tempered Glass Is Dishwasher, Freezer, Microwave, And Preheated Oven Safe Nonporous Glass Won’t Absorb Food Odors, Flavors, Or Stains Bpa Free Secure-fit Plastic Lids Are Freezer, Microwave, And Top-rack Dishwasher Safe 1 Pcs. Kitchen Shears, Multifunction Comfortable Handle Kitchen Scissors Heavy Duty Food Shears For Chicken Meat, Vegetable Fish Heb, Poultry Stainless Steel Cooking Scissors Material:30cr13 Stainless Steel Highly Antagonistic And Very Sharp- Soft And Hard Double Plastic Handle Double-edged Blade Non-slip, Stable Removable Rivet Design Flexible Application, Easy To Clean Package Included:1 X Stainless Steel Kitchen Shears Color: Black + Silver Weight: 145g Size: 227 X 78 Mm 2 Pieces Potato Masher, Multifunctional Stainless Steel Potato Masher For Fruit, Vegetable Baby Food Supplement Mashed Potato Tool Selected Materials, Safe And Durable. Strong And Not Easy To Rust. Ergonomic Design, Easy To Use And Save Effort. Suitable For A Variety Of Foods. Material: 304 Stainless Steel 4mm Thickness One-piece Molding Size: 7 Cm X 7 Cm X 13.6 Cm Color: Silver 5 Piece Graters, Product Name: Tabletop Drum Grater High Quality: The 3 Different Rotary Ultra-sharp Cylinders Slicer Made Of Food Grade Stainless Steel. All Pieces Are Detachable For Easy To Clean, Dishwasher Safe Universal Fit: Rotary Drum Grater Is Great For Cheese, Vegetables, Potatoes, Coleslaw, Nuts, Hash Browns, Onions And More With This Hand-powered Rotary Grater Cooking Choice: Rotary Cheese Grater Package Includes 3 Different Interchangeable Rotary Ultra-sharp Cylinders Drums For Different Cooking Choice Features: The Drum Shredder With Suction Base Ensures Solid Grip And Stability On Flat Surface; Simple Hand Crank Turns Drum Creates Perfectly Grated Ingredients Type: Graters Use: Home Kitchen Material: Metal, Stainless Steel & Abs Plastic Blades: 3 Stainless Steel Feature: Kitchen Creative Tools Function: Shred A Wide Variety Of Fruit And Vegetables, As Well As Cheeses Accessories: Chopping / Mixing Blade, Shredding Disc, Slicing Disc Color: Green Size: 26 X 11.5 X 24 Cm Weight: 674g 5 Piece Funnels, Stainless Steel Piston Funnel With Holder For Cream Sauce Dosing Funnel For Sauce Style: Silver Material: Stainless Steel Size: Shelf Height Is About 17cm, Handheld Funnel Height Is 20cm 2 Piece Can Opener, Chef’s Classic Multi Can Opener Features: Durable And Easy To Clean. Material: Designed With High-grade Stainless Steel Size: 18/8 Stainless Steel Ergonomic Stainless-steel Handles Hygienic Design Ensures Easy Cleaning Of All Surfaces 5 Piece Cast Iron Pots And Pans, Pots And Pans Set Cast Iron Cookware Non-stick Wok Pan 316 Stainless Steel Household Frying Pan With Gas-fired Induction Cooker Diameter: 28cm Metal Type: Stainless Steel Wok Type: Non-coating Pans Type: Chef’s Pans Material: Stainless Steel Type: Pans Pot Cover Type: Glass Cover Capacity: 4-5l Applicable Stove: General Use For Gas And Induction Cooker Feature: Eco-friendly Pot Cover: Glass Cover Pot Cover: Glass Cover Product Categories: Wok Application Of The Stove: General-purpose Material:316 Stainless Steel Characteristics: Non-stick Pan Item:316 Xue Ping Guo The Bottom Of A Pan Material: Composite Multi-layer Base Packaging: Carton The Lid Type: The Glass Cover Product Quality Grade: Accepts Style: European 1 Piece Gas Burner, Double Top Gas Stove Automatic Ignition Removable Trivet With Drip Pan Stainless Top And Front Double Detachable Top Burner High Quality And Durable The Powder Coated Pan Support Provide Ample Support At The Base Of The Pan Such That They Maintain Their Balance On The Stove And The Utensils Do Not Fall Or Rattle While Stirring Your Food. Stainless Steel Body Facilitates Anti-rust Property Which Give Our Gas Stove Longevity And Durability. This Range Of Cooktop Comes With A Stainless-steel Body 650mm X390mm X 135mm 1 Piece Double Broiler Steamer, 2 Layer Stainless Steel Steamer Pot Large Capacity Soup Pot With Double Boilers Stockpot Cookware Cooking Tools Feature: Eco-friendly Model Number: Stainless Steel Thicken 2 Layer Steamer Pot Layers: Double Type: Double Boilers Sheet Size: 28cm Material: Stainless Steel Specification: Name: Steamer Pot Material: Stainless Steel Size: Thickened Double Steamer Pot-28cm/11.02inch Packing List: Steamer Pot*1 2 Piece Food Thermometer Weight: 80 G Dimensions: 218 X 34 X 20 Mm Operating Temperature: -20 To +50 °c Product-/housing Material: Abs Protection Class: Ip67 With Topsafe Product Colour: White Length Probe Shaft: 55 Mm Length Probe Shaft Tip: 17 Mm Diameter Probe Shaft: 3 Mm Diameter Probe Shaft Tip: 2.3 Mm Standards: En 13485 Battery Type: 3v Button Cell (cr 2032) Battery Life: 350 H Display Type: Lcd (liquid Crystal Display) Display Size: One-line Display Lighting: No Storage Temperature: -40 To +70 °c Temperature – Ntc Measuring Range: -50 To +275 °c Accuracy: ±1 % Of Mv (+100 To +275 °c) ±0.5 °c (-30 To +99.9 °c) ±1.0 °c (-50 To -30.1 °c) Resolution: 0.1 °c Reaction Time: T₉₉ = 10 S (measured In Moving Liquid) Measuring Rate: 0.5 S 1 Piece Kitchen Knife Set, 8 Pieces Kitchen Knife Set Chef Knives Fruit Stainless Steel Knife Sharpener Rod Peller Scissors Pairing Tools Specifications: Item Name: Kitchen Knife Set Main Material: 3cr13 Stainless Steel Quantity: 8pcs Note: Please Kindly Note That There Could Be A Few Deviations As The Result Of Manual Measurement. Thank You Package Information: Package Size: 31 * 28 * 2.5cm / 12.3 * 11.2 * 0.98in Package Weight: 700g Package List: 2 * Chef Knife 1 * Chopping Knife 1 * Knife Sharpener 2 * Fruit Knife 1 * Scissors 1 * Peeler 5 Piece Meat Slicer, Description: Meat Slicer Material: The Frozen Meat Slicer Is Made Of High-quality Stainless Steel, Which Is Easy To Clean And Has A Long Service Life. It Helps To Cut Frozen Meat Into Various Uses, Including Making Hot Pot, Sukiyaki, Pizza Toppings, Sandwiches Or Ginger. It Can Effectively Avoid The Vibration And Noise Of The Electric Tool During The Working Process, It Is Simple To Operate And Easy To Clean. The Thickness Of The Meat Can Be Adjusted From 0.3mm To 8mm, Just Turn The Knob Slightly. Handle And Suction Cup: Even If There Is Oil On The Hand, It Will Not Slide. The Rubber Suction Cup At The Bottom Is More Suitable For Flat Desktops, And Ceramic Tiles, Glass And Metal Desktops Are Easier To Hold. Specification: Handle Length: 43.5/17.10inch Size (l X W): About 33x17cm / 12.96x6.69inch Blade Length: About 20cm Material: Stainless Steel Package Includes: 1x Vegetable Cutting Machine 2 Piece Bread Toaster, 2 Bread Toaster Includes Removable Crumb Tray For Cleaning Cancel, Reheat, Defrost Button Includes Bun Burner Variable Heating Control 2 Piece Cookie Press, Decorative Tool Use, Press The Front End Of The Handle Button, Use The Above Operating Rod, The Extrusion Is Under Your Control. Features: 100% High Quality Type: Cookie Machine Material: Aluminum Alloy, Abs Plastic Size: Diameter:5.5cm,height:21cm Included: 1 X Cookie Machine 20 X Design Discs 4 X Icing Tips 10 Piece Cake Decorating, "26 Pcs "specifications: Color: Pink / Blue / White / Green Material: Silicone & Stainless Steel Cake Nozzle Size: Approx.1.8cm X 3.3cm Pastry Bag Size (length):approx.32cm X 17.5cm Material: Lfgb Food Grade Eva Material Purpose: Diy Necessary Utensils For Cake Cream Package Included: 24 X Cake Nozzles 1 X Pastry Bag 1 X Plastic Piping Converter 5 Set Serving Tray, Rectangular Brown Serving Tray/ Multi-purpose Utility Tray Non-skid Feature: Non-slip Material Heat Resistance Space Saving Wide Application Fine Workmanship Specification: Item Type: Round Serving Tray Material: Nonslip Rubber, Tempered Glass Fiber Color: Brown Package List: 1 X Round Serving Tray 6 Pieces Electric Oven, 30 Liter Capacity -mechanical Control -30 Minute Timer With Bell Ring -grill/broil Function -convection Function -upper Heating,lower Heating And Upper & Lower Heating Options -90-230 Degrees Centrigrate Tempreture Control -metal Body -keep Warm Function -stainless Steel Finish -timer Settings With Alarm -includes: 1 Food Tray 1 Grill Rack 1 Crumb Tray 1 Tray Handle 230v-60hz,1500 W -20.79 X 16.38 X 12.13 Inches 9 Piece Weighing Scale, Manual Weighing Scale; 10kg.,stainless Small Bowl, Heavy Duty 6 Piece Measuring Cup, 7 Pieces With A Convenient 1/8 Coffee Scoop; Complete Set Of 7with Pouring Lip, Sizes Include 1/8, 1/4, 1/3, 1/2, 2/3, 3/4 And 1 Cup, Food Grade Material Of Stainless Steel, Dishwasher Safe, 12 Set Measuring Spoon, Sizes: 1/8tsp (0.63ml),1/4tsp (1.25ml),1/2tsp (2.5ml), 1 Tsp(5ml), 1/2tbsp (7.5ml),1 Tbsp (15ml), High Quality Stainless Steel, Dishwasher Safe 14 Set Measuring Urn, Glass,capacity: 100 Ml. (with 10 Ml Increments),metric And English System Of Measurement; With Handle And Spout, Clear, Non-porous, Tempered Glass 6 Piece Mixing Bowl, Capacity:2.5l,high Quality,durable, Stain And Rust Resistant, Stainless Steel,diameter 22cm 15 Piece Baking Sheet, 13'x18', Tray Size 46x34cm, Aluminum 30 Piece Wire Whisk, 12inch, Heavy Duty, Stainless Steel, French Wire 9 Piece Muffin Pan, 12 Cups Muffin Bun Cupcake Bakewear Mold Material:carbon Steel With Non-stick Coating, Size:l:35cm X W:26cm X H:3.0cm Large Inner 7.0cm 42 Piece Rubber Scraper, Big Size Silicone Rubber Spatula/scraper, Material:plastic+silicone Rubber, Size 24cm X 5cm 5 Piece Hand Mixer, 5-speed Selection,175w Power Consumption, 1.7m Power Cord, Weight: 1.08g., Dimensions:9.3cm X 19.5cm X 15.1cm, 220-240v 3 Piece Supply And Delivery To Oras East District Sped Center, Oras, Eastern Samar Abc = 442,032.83
Closing Date28 Jan 2025
Tender AmountPHP 442 K (USD 7.5 K)
Municipality Of Mapanas, Northern Samar Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Bidding Documents Procurement Of Infrastructure Projects Name Of Project: Construction Of Accessible Stairs To Municipal Evacuation Center Phase I Barangay Sta Potenciana, Mapanas Northern Samar Contract Reference No. 2025-01-03 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 7 Section Iii. Bid Data Sheet 35 Section Iv. General Conditions Of Contract 38 Section V. Special Conditions Of Contract 70 Section Vi. Specifications 72 Section Vii. Drawings 75 Section Viii. Bill Of Quantities Error! Bookmark Not Defined. Section Ix. Bidding Forms 77 Section X. Foreign-assisted Projects Error! Bookmark Not Defined. Section I. Invitation To Bid Bid Notice Abstract Invitation To Bid (itb) Republic Of The Philippines Province Of Northern Samar Municipality Of Mapanas Invitation To Bid For Project: Construction Of Accessible Stairs To Municipal Evacuation Center Phase I, Brgy. Sta Potenciana, Mapanas, Northern Samar The Lgu- Mapanas, Northern Samar, Through The 20% Economic Development Fund (edf) Of Fy 2025 Intends To Apply The Sum Of Three Million Nine Hundred Sixty Four Thousand Three Hundred Fifty Eight Pesos 83/100 Only (p3,964,358.83) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For : Construction Of Accessible Stairs To Municipal Evacuation Center Phase I, Brgy. Sta Potenciana, Mapanas, Northern Samar Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Lgu- Mapanas, Northern Samar Now Invites Bids For The Following Description Of Works To Be Procured: Item No. Scope Of Work Quantity Unit Construction Of Accessible Stairs To Municipal Evacuation Center Phase I, Brgy. Sta Potenciana, Mapanas, Northern Samar B.5 Project Billboard/sign Board 1.00 Lot B.7 Construction Safety And Health 1.00 Lot B.9 Mobilization/demobilization 1.00 Lot 103(1)a Structure Excavation (common Soil) 109.54 Cu.m 804(4) Gravel Bedding 20.09 Cu.m 804 Embankment 186.32 Cu.m. 900(1)c1 Structural Concrete (class A), 28 Days 226.00 Cu.m. 902(1)a Reinforcing Steel, Deformed Grade 1440.00 Kg. 903 Formworks And Falseworks 113.17 Sq.m. 1047 Metal Structures 1,235.10 In.m. 505(2)a Grouted Riprap 115.10 Cu.m. 200(1) Aggregate Sub Base Course 56.00 Cu.m 201(1) Aggregate Base Course 42 Cu.m 311 Pcc Pavement (plain)-conventional Method, 200mm Thk. 280 Sq.m. Completion Of The Works Is Required 180 Calendar Days. Bidders Should Have Completed, Within Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Section Ii. Instructions To Bidders. 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Lgu- Bac Mapanas, Northern Samar And Inspect The Bidding Documents At The Address Given Below From January 3-20, 2025, 8:00 A.m. To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of P5,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 5. The Lgu- Mapana, Northern Samar Will Hold A Pre-bid Conference On January 10, 2025 At 10:00 A.m. At Executive Conference, 2nd Floor Of New Municipal Bldg. Mapanas, Northern Samar, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 6. Bids Must Be Delivered To The Address Below On Or Before 9:00 A.m. Of January 21, 2025 At Bac Office, @ Municipal Planning & Development Office (mpdo), Mapanas, Northern Samar. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Authorized Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Bidder May Request That The Bid Documents Be Sent To Them By Mail Or Courier, And For This, The Bidder Shall Pay The Amount In Philippine Peso To Cover The Cost Of Mail Or Courier Delivery. The Fee For Obtaining A Copy Of The Bid Documents And The Cost Of Mail Or Courier Shall Be Paid By The Bidder Thru S Cashier’s Check Or Manager’s Check Issued In Favor Of The Municipality Of Mapanas. 7. The Lgu- Mapanas, Northern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. For Further Information, Please Refer To: Reno C. Salazar Bac Secretary Mapanas, Northern Samar Mobile # 09459852914 Ma. Teresa L. Minguez Bac Chairperson Mapanas, Northern Samar Mobile # 09778033758 Section Ii. Instructions To Bidders 1. The Bids Must Be Delivered On Or Before January 21, 2025 At 9:00 A.m And Failure To Submit The Bid Proposal May Ground For Disqualification Of The Bid. 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Lgu- Mapanas, Northern Samar Now Invites Bids For The Following Description Of Works To Be Procured: Item No. Scope Of Work Quantity Unit Construction Of Accessible Stairs To Municipal Evacuation Center Phase I, Brgy. Sta Potenciana, Mapanas, Northern Samar B.5 Project Billboard/sign Board 1.00 Lot B.7 Construction Safety And Health 1.00 Lot B.9 Mobilization/demobilization 1.00 Lot 103(1)a Structure Excavation (common Soil) 109.54 Cu.m 804(4) Gravel Bedding 20.09 Cu.m 804 Embankment 186.32 Cu.m. 900(1)c1 Structural Concrete (class A), 28 Days 226.00 Cu.m. 902(1)a Reinforcing Steel, Deformed Grade 1440.00 Kg. 903 Formworks And Falseworks 113.17 Sq.m. 1047 Metal Structures 1,235.10 In.m. 505(2)a Grouted Riprap 115.10 Cu.m. 200(1) Aggregate Sub Base Course 56.00 Cu.m 201(1) Aggregate Base Course 42 Cu.m 311 Pcc Pavement (plain)-conventional Method, 200mm Thk. 280 Sq.m. Completion Of The Works Is Required 180 Calendar Days. Bidders Should Have Completed, Within Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 3. Interested Bidders May Obtain Further Information From Lgu- Bac Mapanas, Northern Samar And Inspect The Bidding Documents At The Address Given Below From January 03-20, 2025, 8:00 A.m. To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of P5,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 4. The Lgu- Mapanas, Northern Samar Will Hold A Pre-bid Conference On January 10, 2025 At 10:00 A.m. At Executive Conference, 2nd Floor Of New Municipal Bldg. Mapanas, Northern Samar, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 5. Bids Must Be Delivered To The Address Below On Or Before 9:00 A.m. Of January 21, 2025 At Bac Office, Mapanas, Northern Samar. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Authorized Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Bidder May Request That The Bid Documents Be Sent To Them By Mail Or Courier, And For This, The Bidder Shall Pay The Amount In Philippine Peso To Cover The Cost Of Mail Or Courier Delivery. The Fee For Obtaining A Copy Of The Bid Documents And The Cost Of Mail Or Courier Shall Be Paid By The Bidder Thru S Cashier’s Check Or Manager’s Check Issued In Favor Of The Municipality Of Mapanas. 6. The Lgu- Mapanas, Northern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. For Further Information, Please Refer To: Reno C. Salazar Bac Secretary Mapanas, Northern Samar Mobile # 09459852914 Ma. Teresa L. Minguez Bac Chairperson Mapanas N. Samar Mobile # 09778033758 Table Of Contents A. General 11 1. Scope Of Bid 11 2. Source Of Funds 11 3. Corrupt, Fraudulent, Collusive, And Coercive Practices 11 4. Conflict Of Interest 12 5. Eligible Bidders 14 6. Bidder’s Responsibilities 15 7. Origin Of Goods And Services 17 8. Subcontracts 17 B. Contents Of Bidding Documents 17 9. Pre-bid Conference 17 10. Clarification And Amendment Of Bidding Documents 18 C. Preparation Of Bids 18 11. Language Of Bids 18 12. Documents Comprising The Bid: Eligibility And Technical Components 18 13. Documents Comprising The Bid: Financial Component 21 14. Alternative Bids 21 15. Bid Prices 22 16. Bid Currencies 22 17. Bid Validity 23 18. Bid Security 23 19. Format And Signing Of Bids 25 20. Sealing And Marking Of Bids 26 D. Submission And Opening Of Bids 26 21. Deadline For Submission Of Bids 26 22. Late Bids 26 23. Modification And Withdrawal Of Bids 27 24. Opening And Preliminary Examination Of Bids 27 E. Evaluation And Comparison Of Bids 28 25. Process To Be Confidential 28 26. Clarification Of Bids 29 27. Detailed Evaluation And Comparison Of Bids 29 28. Post Qualification 30 29. Reservation Clause 31 F. Award Of Contract 32 30. Contract Award 32 31. Signing Of The Contract 33 32. Performance Security 33 33. Notice To Proceed 34 A. General 1. Scope Of Bid 1.1. The Procuring Entity As Defined In The Bds, Invites Bids For The Construction Of Works, As Described In 1.2. 1.3. Section Vi. Specifications. The Name And Identification Number Of The Contract Is Provided In The Bds. 1.4. The Successful Bidder Will Be Expected To Complete The Works By The Intended Completion Date Specified In Scc Clause 1.16. 2. Source Of Funds The Procuring Entity Has A Budget Or Has Applied For Or Received Funds From The Funding Source Named In The Bds, And In The Amount Indicated In The Bds. It Intends To Apply Part Of The Funds Received For The Project, As Defined In The Bds, To Cover Eligible Payments Under The Contract For The Works. 3. Corrupt, Fraudulent, Collusive, And Coercive Practices 3.1. Unless Otherwise Specified In The Bds, The Procuring Entity, As Well As Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. In Pursuance Of This Policy, The Funding Source: (a) Defines, For Purposes Of This Provision, The Terms Set Forth Below As Follows: (i) "corrupt Practice" Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Procuring Entity, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Republic Act 3019; (ii) "fraudulent Practice" Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition; (iii) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels; And (iv) “coercive Practices” Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Affect The Execution Of A Contract; (v) “obstructive Practice” Is (aa) Deliberately Destroying, Falsifying, Altering Or Concealing Of Evidence Material To An Administrative Proceedings Or Investigation Or Making False Statements To Investigators In Order To Materially Impede An Administrative Proceedings Or Investigation Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Into Allegations Of A Corrupt, Fraudulent, Coercive Or Collusive Practice; And/or Threatening, Harassing Or Intimidating Any Party To Prevent It From Disclosing Its Knowledge Of Matters Relevant To The Administrative Proceedings Or Investigation Or From Pursuing Such Proceedings Or Investigation; Or (bb) Acts Intended To Materially Impede The Exercise Of The Inspection And Audit Rights Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Herein. (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Corrupt Or Fraudulent Practices In Competing For The Contract; And (c) Will Declare A Firm Ineligible, Either Indefinitely Or For A Stated Period Of Time, To Be Awarded Contract Funded By The Funding Source If It At Any Time Determines That The Firm Has Engaged In Corrupt Or Fraudulent Practices In Competing Or, Or In Executing, A Contract Funded By The Funding Source. 3.2. Further, The Procuring Entity Will Seek To Impose The Maximum Civil, Administrative, And/or Criminal Penalties Available Under The Applicable Laws On Individuals And Organizations Deemed To Be Involved In Any Of The Practices Mentioned In Itb Clause 3.1(a). 3.3. Furthermore, The Funding Source And The Procuring Entity Reserve The Right To Inspect And Audit Records And Accounts Of A Contractor In The Bidding For And Performance Of A Contract Themselves Or Through Independent Auditors As Reflected In The Gcc Clause 34. 4. Conflict Of Interest 4.1. All Bidders Found To Have Conflicting Interests Shall Be Disqualified To Participate In The Procurement At Hand, Without Prejudice To The Imposition Of Appropriate Administrative, Civil, And Criminal Sanctions. A Bidder May Be Considered To Have Conflicting Interests With Another Bidder In Any Of The Events Described In Paragraphs (a) Through (c) And A General Conflict Of Interest In Any Of The Circumstances Set Out In Paragraphs (d) Through (g) Below: (a) A Bidder Has Controlling Shareholders In Common With Another Bidder; (b) A Bidder Receives Or Has Received Any Direct Or Indirect Subsidy From Any Other Bidder; (c) A Bidder Has The Same Legal Representative As That Of Another Bidder For Purposes Of This Bid; (d) A Bidder Has A Relationship, Directly Or Through Third Parties, That Puts Them In A Position To Have Access To Information About Or Influence On The Bid Of Another Bidder Or Influence The Decisions Of The Procuring Entity Regarding This Bidding Process. This Will Include A Firm Or An Organization Who Lends, Or Temporarily Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project If The Personnel Would Be Involved In Any Capacity On The Same Project; (e) A Bidder Submits More Than One Bid In This Bidding Process. However, This Does Not Limit The Participation Of Subcontractors In More Than One Bid; (f) A Bidder Who Participated As A Consultant In The Preparation Of The Design Or Technical Specifications Of The Goods And Related Services That Are The Subject Of The Bid; Or (g) A Bidder Who Lends, Or Temporary Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project, If The Personnel Would Be Involved In Any Capacity On The Same Project. 4.2. In Accordance With Section 47 Of The Irr Of Ra 9184, All Bidding Documents Shall Be Accompanied By A Sworn Affidavit Of The Bidder That It Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), Members Of The Technical Working Group (twg), Members Of The Bac Secretariat, The Head Of The Project Management Office (pmo) Or The End-user Unit, And The Project Consultants, By Consanguinity Or Affinity Up To The Third Civil Degree. On The Part Of The Bidder, This Clause Shall Apply To The Following Persons: (a) If The Bidder Is An Individual Or A Sole Proprietorship, To The Bidder Himself; (b) If The Bidder Is A Partnership, To All Its Officers And Members; (c) If The Bidder Is A Corporation, To All Its Officers, Directors, And Controlling Stockholders; And (d) If The Bidder Is A Joint Venture (jv), The Provisions Of Items (a), (b), Or (c) Of This Clause Shall Correspondingly Apply To Each Of The Members Of The Said Jv, As May Be Appropriate. Relationship Of The Nature Described Above Or Failure To Comply With This Clause Will Result In The Automatic Disqualification Of A Bidder. 5. Eligible Bidders 5.1. Unless Otherwise Indicated In The Bds, The Following Persons Shall Be Eligible To Participate In This Bidding: (a) Duly Licensed Filipino Citizens/sole Proprietorships; (b) Partnerships Duly Organized Under The Laws Of The Philippines And Of Which At Least Seventy Five Percent (75%) Of The Interest Belongs To Citizens Of The Philippines; (c) Corporations Duly Organized Under The Laws Of The Philippines, And Of Which At Least Seventy Five Percent (75%) Of The Outstanding Capital Stock Belongs To Citizens Of The Philippines; (d) Cooperatives Duly Organized Under The Laws Of The Philippines, And Of Which At Least Seventy Five Percent (75%) Of The Interest Belongs To Citizens Of The Philippines; And (e) Persons/entities Forming Themselves Into A Jv, I.e., A Group Of Two (2) Or More Persons/entities That Intend To Be Jointly And Severally Responsible Or Liable For A Particular Contract: Provided, However, That, In Accordance With Letter Of Instructions No. 630, Filipino Ownership Or Interest Of The Joint Venture Concerned Shall Be At Least Seventy Five Percent (75%): Provided, Further, That Joint Ventures In Which Filipino Ownership Or Interest Is Less Than Seventy Five Percent (75%) May Be Eligible Where The Structures To Be Built Require The Application Of Techniques And/or Technologies Which Are Not Adequately Possessed By A Person/entity Meeting The Seventy Five Percent (75%) Filipino Ownership Requirement: Provided, Finally, That In The Latter Case, Filipino Ownership Or Interest Shall Not Be Less Than Twenty Five Percent (25%). For This Purpose Filipino Ownership Or Interest Shall Be Based On The Contributions Of Each Of The Members Of The Joint Venture As Specified In Their Jva. 5.2. The Procuring Entity May Also Invite Foreign Bidders When Provided For Under Any Treaty Or International Or Executive Agreement As Specified In The Bds. 5.3. Government Corporate Entities May Be Eligible To Participate Only If They Can Establish That They (a) Are Legally And Financially Autonomous, (b) Operate Under Commercial Law, And (c) Are Not Dependent Agencies Of The Gop Or The Procuring Entity. 5.4. (a) Unless Otherwise Provided In The Bds, The Bidder Must Have Completed, Within Ten (10) Years From The Submission Of Bids, A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted To Current Prices Using The National Statistics Office Consumer Price Index. (b) For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bds. For This Purpose, Contracts Similar To The Project Shall Be Those Described In Thebds, And Completed Within The Period Stated In The Invitation To Bid And Itb Clause 12.1(a)(iii). 5.5. The Bidder Must Submit A Computation Of Its Net Financial Contracting Capacity (nfcc) Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Its Favor If Awarded The Contract For This Project (clc). The Nfcc, Computed Using The Following Formula, Must Be At Least Equal To The Abc To Be Bid: Nfcc = [(current Assets Minus Current Liabilities) (k)] Minus The Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract For This Project. Where: K = 10 For A Contract Duration Of One Year Or Less, 15 For A Contract Duration Of More Than One Year Up To Two Years, And 20 For A Contract Duration Of More Than Two Years. The Clc Must Be At Least Equal To Ten Percent (10%) Of The Abc For This Project. If Issued By A Foreign Bank, It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank. In The Case Of Local Government Units (lgus), The Bidder May Also Submit Clc From Other Banks Certified By The Bangko Sentral Ng Pilipinas (bsp) As Authorized To Issue Such Financial Instrument. 6. Bidder’s Responsibilities 6.1. The Bidder Or Its Duly Authorized Representative Shall Submit A Sworn Statement In The Form Prescribed In Section Ix. Bidding Forms As Required In Itb Clause 12.1(b)(iii). 6.2. The Bidder Is Responsible For The Following: (a) Having Taken Steps To Carefully Examine All Of The Bidding Documents; (b) Having Acknowledged All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; (c) Having Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; (d) Having Complied With Its Responsibility To Inquire Or Secure Supplemental/bid Bulletin/s As Provided Under Itb Clause 10.3. (e) Ensuring That It Is Not “blacklisted” Or Barred From Bidding By The Gop Or Any Of Its Agencies, Offices, Corporations, Or Lgus, Including Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Gppb; (f) Ensuring That Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; (g) Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative/s To Verify All The Documents Submitted; (h) Ensuring That The Signatory Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The Bidder In The Bidding, With The Duly Notarized Secretary’s Certificate Attesting To Such Fact, If The Bidder Is A Corporation, Partnership, Cooperative, Or Joint Venture; (i) Complying With The Disclosure Provision Under Section 47 Of The Act In Relation To Other Provisions Of Republic Act 3019; And (j) Complying With Existing Labor Laws And Standards, If Applicable. Failure To Observe Any Of The Above Responsibilities Shall Be At The Risk Of The Bidder Concerned. 6.3. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contract Works And The Conditions For This Project And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 6.4. It Shall Be The Sole Responsibility Of The Prospective Bidder To Determine And To Satisfy Itself By Such Means As It Considers Necessary Or Desirable As To All Matters Pertaining To This Project, Including: (a) The Location And The Nature Of The Contract, Project, Or Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work. 6.5. The Procuring Entity Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions By The Prospective Or Eligible Bidder Out Of The Data Furnished By The Procuring Entity. 6.6. Before Submitting Their Bids, The Bidders Are Deemed To Have Become Familiar With All Existing Laws, Decrees, Ordinances, Acts And Regulations Of The Philippines Which May Affect The Contract In Any Way. 6.7. The Bidder Shall Bear All Costs Associated With The Preparation And Submission Of His Bid, And The Procuring Entity Will In No Case Be Responsible Or Liable For Those Costs, Regardless Of The Conduct Or Outcome Of The Bidding Process. 6.8. Bidders Should Note That The Procuring Entity Will Only Accept Bids Only From Those That Have Paid The Nonrefundable Fee For The Bidding Documents At The Office Indicated In The Invitation To Bid. 7. Origin Of Goods And Services There Is No Restriction On The Origin Of Goods, Or Contracting Of Works Or Services Other Than Those Prohibited By A Decision Of The United Nations Security Council Taken Under Chapter Vii Of The Charter Of The United Nations. 8. Subcontracts 8.1. Unless Otherwise Specified In The Bds, The Bidder May Subcontract Portions Of The Works To An Extent As May Be Approved By The Procuring Entity And Stated In The Bds. However, Subcontracting Of Any Portion Shall Not Relieve The Bidder From Any Liability Or Obligation That May Arise From The Contract For This Project. 8.2. Subcontractors Must Submit The Documentary Requirements Under Itb Clause 12 And Comply With The Eligibility Criteria Specified In The Bds. In The Event That Any Subcontractor Is Found By The Procuring Entity To Be Ineligible, The Subcontracting Of Such Portion Of The Works Shall Be Disallowed. 8.3. The Bidder May Identify The Subcontractor To Whom A Portion Of The Works Will Be Subcontracted At Any Stage Of The Bidding Process Or During Contract Implementation. If The Bidder Opts To Disclose The Name Of The Subcontractor During Bid Submission, The Bidder Shall Include The Required Documents As Part Of The Technical Component Of Its Bid. B. Contents Of Bidding Documents 9. Pre-bid Conference 9.1. (a) If So Specified In The Bds, A Pre-bid Conference Shall Be Held At The Venue And On The Date Indicated Therein, To Clarify And Address The Bidders’ Questions On The Technical And Financial Components Of This Project. (b) The Pre-bid Conference Shall Be Held At Least Twelve (12) Calendar Days Before The Deadline For The Submission Of And Receipt Of Bids. If The Procuring Entity Determines That, By Reason Of The Method, Nature, Or Complexity Of The Contract To Be Bid, Or When International Participation Will Be More Advantageous To The Gop, A Longer Period For The Preparation Of Bids Is Necessary, The Pre-bid Conference Shall Be Held At Least Thirty (30) Calendar Days Before The Deadline For The Submission And Receipt Of Bids, As Specified In The Bds. 9.2. Bidders Are Encouraged To Attend The Pre-bid Conference To Ensure That They Fully Understand The Procuring Entity’s Requirements. Non-attendance Of The Bidder Will In No Way Prejudice Its Bid; However, The Bidder Is Expected To Know The Changes And/or Amendments To The Bidding Documents As Recorded In The Minutes Of The Pre-bid Conference And The Supplemental/bid Bulletin. 9.3. Any Statement Made At The Pre-bid Conference Shall Not Modify The Terms Of The Bidding Documents Unless Such Statement Is Specifically Identified In Writing As An Amendment Thereto And Issued As A Supplemental/bid Bulletin. 10. Clarification And Amendment Of Bidding Documents 10.1. Bidders Who Have Purchased The Bidding Documents May Request For Clarification(s) On Any Part Of The Bidding Documents Or For An Interpretation. Such A Request Must Be In Writing And Submitted To The Procuring Entity At The Address Indicated In The Bds At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.2. Supplemental/bid Bulletins May Be Issued Upon The Procuring Entity’s Initiative For Purposes Of Clarifying Or Modifying Any Provision Of The Bidding Documents Not Later Than Seven (7) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. Any Modification To The Bidding Documents Shall Be Identified As An Amendment. 10.3. Any Supplemental/bid Bulletin Issued By The Bac Shall Also Be Posted On The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity Concerned, If Available. Unless, Otherwise Provided In The Bds, It Shall Be The Responsibility Of All Bidders Who Secure The Bidding Documents To Inquire And Secure Supplemental/bid Bulletins That May Be Issued By The Bac. However, Bidders Who Have Submitted Bids Before The Issuance Of The Supplemental/bid Bulletin Must Be Informed And Allowed To Modify Or Withdraw Their Bids In Accordance With Itb Clause 23. C. Preparation Of Bids 11. Language Of Bids The Bid, As Well As All Correspondence And Documents Relating To The Bid Exchanged By The Bidder And The Procuring Entity, Shall Be Written In English. Supporting Documents And Printed Literature Furnished By The Bidder May Be In Another Language Provided They Are Accompanied By An Accurate Translation In English Certified By The Appropriate Embassy Or Consulate In The Philippines, In Which Case The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 12. Documents Comprising The Bid: Eligibility And Technical Components 12.1. Unless Otherwise Indicated In The Bds, The First Envelope Shall Contain The Following Eligibility And Technical Documents: (a) Eligibility Documents – Class "a" Documents: (i) Registration Certificate From The Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives, Or Any Proof Of Such Registration As Stated In The Bds; (ii) Mayor’s Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located; (iii) Statement Of All Its Ongoing And Completed Government And Private Contracts Within Ten (10) Years From The Submission Of Bids, Including Contracts Awarded But Not Yet Started, If Any. The Statement Shall Include, For Each Contract, The Following: (iii.1) Name Of The Contract; (iii.2) Date Of The Contract; (iii.3) Contract Duration; (iii.4) Owner’s Name And Address; (iii.5) Nature Of Work; (iii.6) Contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation; (iii.7) Total Contract Value At Award; (iii.8) Date Of Completion Or Estimated Completion Time; (iii.9) Total Contract Value At Completion, If Applicable; (iii.10) Percentages Of Planned And Actual Accomplishments, If Applicable; (iii.11) Value Of Outstanding Works, If Applicable; (iii.12) The Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And (iii.13) The Statement Shall Be Supported By The Constructors Performance Evaluation System (cpes) Rating Sheets, And/or Certificates Of Completion And Owner’s Acceptance, If Applicable; (iv) Unless Otherwise Provided In The Bds, Valid Philippine Contractors Accreditation Board (pcab) License And Registration For The Type And Cost Of The Contract For This Project; (v) Audited Financial Statements, Showing, Among Others, The Prospective 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; (vi) Nfcc Computation Or Clc In Accordance With Itb Clause 5.5; And Class "b" Document: (vii) If Applicable, Valid Joint Venture Agreement (jva) Or, In Lieu Thereof, Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful Shall Be Included In The Bid. (b) Technical Documents – (i) Bid Security As Prescribed In Itb Clause 18. If The Bidder Opts To Submit The Bid Security In The Form Of: (i.1) A Bank Draft/guarantee Or An Irrevocable Letter Of Credit Issued By A Foreign Bank, It Shall Be Accompanied By A Confirmation From A Universal Or Commercial Bank; Or (i.2) A Surety Bond Accompanied By A Certification Coming From An Authorized Insurance Commission That A Surety Or Insurance Company Is Authorized To Issue Such Instrument; (ii) Project Requirements, Which Shall Include The Following: (ii.1) Organizational Chart For The Contract To Be Bid; (ii.2) List Of Contractor’s Personnel (viz, Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; And (ii.3) List Of Contractor’s Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project; And (iii) Sworn Statement In Accordance With Section 25.2(b)(iv) Of The Irr Of Ra 9184 And Using The Form Prescribed In Section Ix. Bidding Forms. 13. Documents Comprising The Bid: Financial Component 13.1. Unless Otherwise Stated In The Bds, The Financial Component Of The Bid Shall Contain The Following: (a) Financial Bid Form In Accordance With The Form Prescribed In Section Ix. Bidding Forms; And (b) Any Other Document Related To The Financial Component Of The Bid As Stated In The Bds. 13.2. (a) Unless Indicated In The Bds, All Bids That Exceed The Abc Shall Not Be Accepted. (b) Unless Otherwise Indicated In The Bds, For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Following Conditions Are Met: (i) Bidding Documents Are Obtainable Free Of Charge On A Freely Accessible Website. If Payment Of Bidding Documents Is Required By The Procuring Entity, Payment Could Be Made Upon The Submission Of Bids. (ii) The Procuring Entity Has Procedures In Place To Ensure That The Abc Is Based On Recent Estimates Made By The Engineer Or The Responsible Unit Of The Procuring Entity And That The Estimates Are Based On Adequate Detailed Engineering (in The Case Of Works) And Reflect The Quality, Supervision And Risk And Inflationary Factors, As Well As Prevailing Market Prices, Associated With The Types Of Works Or Goods To Be Procured. (iii) The Procuring Entity Has Trained Cost Estimators On Estimating Prices And Analyzing Bid Variances. In The Case Of Infrastructure Projects, The Procuring Entity Must Also Have Trained Quantity Surveyors. (iv) The Procuring Entity Has Established A System To Monitor And Report Bid Prices Relative To Abc And Engineer’s/procuring Entity’s Estimate. (v) The Procuring Entity Has Established A Monitoring And Evaluation System For Contract Implementation To Provide A Feedback On Actual Total Costs Of Goods And Works. 14. Alternative Bids 14.1. Alternative Bids Shall Be Rejected. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 14.2. Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 14.3. Each Bidder Shall Submit Only One Bid, Either Individually Or As A Partner In A Jv. A Bidder Who Submits Or Participates In More Than One Bid (other Than As A Subcontractor If A Subcontractor Is Permitted To Participate In More Than One Bid) Will Cause All The Proposals With The Bidder’s Participation To Be Disqualified. This Shall Be Without Prejudice To Any Applicable Criminal, Civil And Administrative Penalties That May Be Imposed Upon The Persons And Entities Concerned. 15. Bid Prices 15.1. The Contract Shall Be For The Whole Works, As Described In Itb Clause 1.1, Based On The Priced Bill Of Quantities Submitted By The Bidder. 15.2. The Bidder Shall Fill In Rates And Prices For All Items Of The Works Described In The Bill Of Quantities. Bids Not Addressing Or Providing All Of The Required Items In The Bidding Documents Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) For The Said Item Would Mean That It Is Being Offered For Free To The Government. 15.3. All Duties, Taxes, And Other Levies Payable By The Contractor Under The Contract, Or For Any Other Cause, Prior To The Deadline For Submission Of Bids, Shall Be Included In The Rates, Prices, And Total Bid Price Submitted By The Bidder. 15.4. All Bid Prices For The Given Scope Of Work In The Contract As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Specified In Gcc Clause 48. Price Escalation May Be Allowed In Extraordinary Circumstances As May Be Determined By The National Economic And Development Authority In Accordance With The Civil Code Of The Philippines, And Upon The Recommendation Of The Procuring Entity. Furthermore, In Cases Where The Cost Of The Awarded Contract Is Affected By Any Applicable New Laws, Ordinances, Regulations, Or Other Acts Of The Gop, Promulgated After The Date Of Bid Opening, A Contract Price Adjustment Shall Be Made Or Appropriate Relief Shall Be Applied On A No Loss-no Gain Basis. 16. Bid Currencies 16.1. All Bid Prices Shall Be Quoted In Philippine Pesos Unless Otherwise Provided In The Bds. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate Prevailing On The Day Of The Bid Opening. 16.2. If So Allowed In Accordance With Itb Clause 16.1, The Procuring Entity For Purposes Of Bid Evaluation And Comparing The Bid Prices Will Convert The Amounts In Various Currencies In Which The Bid Price Is Expressed To Philippine Pesos At The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 16.3. Unless Otherwise Specified In The Bds, Payment Of The Contract Price Shall Be Made In Philippine Pesos. 17. Bid Validity 17.1. Bids Shall Remain Valid For The Period Specified In The Bds Which Shall Not Exceed One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 17.2. In Exceptional Circumstances, Prior To The Expiration Of The Bid Validity Period, The Procuring Entity May Request Bidders To Extend The Period Of Validity Of Their Bids. The Request And The Responses Shall Be Made In Writing. The Bid Security Described In Itb Clause 18 Should Also Be Extended Corresponding To The Extension Of The Bid Validity Period At The Least. A Bidder May Refuse The Request Without Forfeiting Its Bid Security, But His Bid Shall No Longer Be Considered For Further Evaluation And Award. A Bidder Granting The Request Shall Not Be Required Or Permitted To Modify Its Bid. 18. Bid Security 18.1. The Bid Security In The Amount Stated In The Bds Shall Be Equal To The Percentage Of The Abc In Accordance With The Following Schedule: Form Of Bid Security Amount Of Bid Security (equal To Percentage Of The Abc) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank. Two Percent (2%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial 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; And/or Five Percent (5%) (d) Any Combination Of The Foregoing. Proportionate To Share Of Form With Respect To Total Amount Of Security For Biddings Conducted By Local Government Units, The 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 Such Financial Statement. 18.2. The Bid Security Should Be Valid For The Period Specified In The Bds. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 18.3. No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except To Those That Failed Or Declared As Post-disqualified, Upon Submission Of A Written Waiver Of Their Right To File A Motion For Reconsideration And/or Protest. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Bidder With The Lowest Calculated Responsive Bid Has Signed The Contract And Furnished The Performance Security, But In No Case Later Than The Expiration Of The Bid Security Validity Period Indicated In Itb Clause 18.2. 18.4. Upon Signing And Execution Of The Contract, Pursuant To Itb Clause 31, And The Posting Of The Performance Security, Pursuant To Itb Clause 32, The Successful Bidder’s Bid Security Will Be Discharged, But In No Case Later Than The Bid Security Validity Period As Indicated In Itb Clause 18.2. 18.5. The Bid Security May Be Forfeited: (a) If A Bidder: (i) Withdraws Its Bid During The Period Of Bid Validity Specified In Itb Clause 17; (ii) Does Not Accept The Correction Of Errors Pursuant To Itb Clause 27.3(b); (iii) Fails To Submit The Requirements Within The Prescribed Period, Or A Finding Against Their Veracity, As Stated In Itb Clause 28.2; (iv) Submission Of Eligibility Requirements Containing False Information Or Falsified Documents; (v) Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding; (vi) Allowing The Use Of One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding; (vii) Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid; (viii) Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time; (ix) Refusal To Clarify Or Validate In Writing Its Bid During Post-qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification; (x) Any Documented Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor; (xi) Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared Successful; Or (xii) All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons. (b) If The Successful Bidder: (i) Fails To Sign The Contract In Accordance With Itb Clause 31; (ii) Fails To Furnish Performance Security In Accordance With Itb Clause 32. 19. Format And Signing Of Bids 19.1. Bidders Shall Submit Their Bids Through Their Duly Authorized Representative Using The Appropriate Forms Provided In Section Ix. Bidding Forms On Or Before The Deadline Specified In The Itb Clause 21 In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously. The First Shall Contain The Technical Component Of The Bid, Including The Eligibility Requirements Under Itb Clause 12.1, And The Second Shall Contain The Financial Component Of The Bid. 19.2. Forms As Mentioned In Itb Clause 19.1 Must Be Completed Without Any Alterations To Their Format, And No Substitute Form Shall Be Accepted. All Blank Spaces Shall Be Filled In With The Information Requested. 19.3. The Bidder Shall Prepare An Original Of The First And Second Envelopes As Described In Itb Clauses 12 And 13. In Addition, The Bidder Shall Submit Copies Of The First And Second Envelopes. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.4. The Bid, Except For Unamended Printed Literature, Shall Be Signed, And Each And Every Page Thereof Shall Be Initialed, By The Duly Authorized Representative/s Of The Bidder. 19.5. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder. 20. Sealing And Marking Of Bids 20.1. Bidders Shall Enclose Their Original Eligibility And Technical Documents Described In Itb Clause 12, In One Sealed Envelope Marked “original - Technical Component”, And The Original Of Their Financial Component In Another Sealed Envelope Marked “original - Financial Component”, Sealing Them All In An Outer Envelope Marked “original Bid”. 20.2. Each Copy Of The First And Second Envelopes Shall Be Similarly Sealed Duly Marking The Inner Envelopes As “copy No. ___ - Technical Component” And “copy No. ___ – Financial Component” And The Outer Envelope As “copy No. ___”, Respectively. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. 20.3. The Original And The Number Of Copies Of The Bid As Indicated In The Bds Shall Be Typed Or Written In Indelible Ink And Shall Be Signed By The Bidder Or Its Duly Authorized Representative/s. 20.4. All Envelopes Shall: (a) Contain The Name Of The Contract To Be Bid In Capital Letters; (b) Bear The Name And Address Of The Bidder In Capital Letters; (c) Be Addressed To The Procuring Entity’s Bac Identified In Itb Clause 10.1; (d) Bear The Specific Identification Of This Bidding Process Indicated In The Invitation To Bid; And (e) Bear A Warning “do Not Open Before…” The Date And Time For The Opening Of Bids, In Accordance With Itb Clause 21. 20.5. If Bids Are Not Sealed And Marked As Required, The Procuring Entity Will Assume No Responsibility For The Misplacement Or Premature Opening Of The Bid. D. Submission And Opening Of Bids 21. Deadline For Submission Of Bids Bids Must Be Received By The Procuring Entity’s Bac At The Address And On Or Before The Date And Time Indicated In The Bds. 22. Late Bids Any Bid Submitted After The Deadline For Submission And Receipt Of Bids Prescribed By The Procuring Entity, Pursuant To Itb Clause 21, Shall Be Declared “late” And Shall Not Be Accepted By The Procuring Entity. 23. Modification And Withdrawal Of Bids 23.1. The Bidder May Modify Its Bid After It Has Been Submitted; Provided That The Modification Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. The Bidder Shall Not Be Allowed To Retrieve Its Original Bid, But Shall Be Allowed To Submit Another Bid Equally Sealed, Properly Identified, Linked To Its Original Bid Marked As “technical Modification” Or “financial Modification” And Stamped “received” By The Bac. Bid Modifications Received After The Applicable Deadline Shall Not Be Considered And Shall Be Returned To The Bidder Unopened. 23.2. A Bidder May, Through A Letter Of Withdrawal, Withdraw Its Bid After It Has Been Submitted, For Valid And Justifiable Reason; Provided That The Letter Of Withdrawal Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. 23.3. Bids Requested To Be Withdrawn In Accordance With Itb Clause 23.1 Shall Be Returned Unopened To The Bidders. A Bidder May Also Express Its Intention Not To Participate In The Bidding Through A Letter Which Should Reach And Be Stamped By The Bac Before The Deadline For Submission And Receipt Of Bids. A Bidder That Withdraws Its Bid Shall Not Be Permitted To Submit Another Bid, Directly Or Indirectly, For The Same Contract. 23.4. No Bid May Be Modified After The Deadline For Submission Of Bids. No Bid May Be Withdrawn In The Interval Between The Deadline For Submission Of Bids And The Expiration Of The Period Of Bid Validity Specified By The Bidder On The Financial Bid Form. Withdrawal Of A Bid During This Interval Shall Result In The Forfeiture Of The Bidder’s Bid Security, Pursuant To Itb Clause 18.5, And The Imposition Of Administrative, Civil, And Criminal Sanctions As Prescribed By Ra 9184 And Its Irr. 24. Opening And Preliminary Examination Of Bids 24.1. The Bac Shall Open The First Bid Envelopes Of Bidders In Public As Specified In The Bds To Determine Each Bidder’s Compliance With The Documents Prescribed In Itb Clause 12. For This Purpose, The Bac Shall Check The Submitted Documents Of Each Bidder Against A Checklist Of Required Documents To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion. If A Bidder Submits The Required Document, It Shall Be Rated “passed” For That Particular Requirement. In This Regard, Bids That Fail To Include Any Requirement Or Are Incomplete Or Patently Insufficient Shall Be Considered As “failed”. Otherwise, The Bac Shall Rate The Said First Bid Envelope As “passed”. 24.2. Unless Otherwise Specified In The Bds, Immediately After Determining Compliance With The Requirements In The First Envelope, The Bac Shall Forthwith Open The Second Bid Envelope Of Each Remaining Eligible Bidder Whose First Bid Envelope Was Rated “passed”. The Second Envelope Of Each Complying Bidder Shall Be Opened Within The Same Day. In Case One Or More Of The Requirements In The Second Envelope Of A Particular Bid Is Missing, Incomplete Or Patently Insufficient, And/or If The Submitted Total Bid Price Exceeds The Abc Unless Otherwise Provided In Itb Clause 13.1(b), The Bac Shall Rate The Bid Concerned As “failed”. Only Bids That Are Determined To Contain All The Bid Requirements For Both Components Shall Be Rated “passed” And Shall Immediately Be Considered For Evaluation And Comparison. 24.3. Letters Of Withdrawal Shall Be Read Out And Recorded During Bid Opening, And The Envelope Containing The Corresponding Withdrawn Bid Shall Be Returned To The Bidder Unopened. If The Withdrawing Bidder’s Representative Is In Attendance, The Original Bid And All Copies Thereof Shall Be Returned To The Representative During The Bid Opening. If The Representative Is Not In Attendance, The Bid Shall Be Returned Unopened By Registered Mail. The Bidder May Withdraw Its Bid Prior To The Deadline For The Submission And Receipt Of Bids, Provided That The Corresponding Letter Of Withdrawal Contains A Valid Authorization Requesting For Such Withdrawal, Subject To Appropriate Administrative Sanctions. 24.4. If A Bidder Has Previously Secured A Certification From The Procuring Entity To The Effect That It Has Previously Submitted The Above-enumerated Class “a” Documents, The Said Certification May Be Submitted In Lieu Of The Requirements Enumerated In Itb Clause 12.1(a), Items (i) To (vi). 24.5. In The Case Of An Eligible Foreign Bidder As Described In Itb Clause 5, The Class “a” Documents Enumerated In Itb Clause 12.1(a) May Be Substituted With The Appropriate Equivalent Documents, If Any, Issued By The Country Of The Foreign Bidder Concerned. 24.6. Each Partner Of A Joint Venture Agreement Shall Likewise Submit The Documents Required In Itb Clauses 12.1(a)(i) And 12.1(a)(ii). Submission Of Documents Required Under Itb Clauses 12.1(a)(iii) To 12.1(a)(vi) By Any Of The Joint Venture Partners Constitutes Compliance. 24.7. A Bidder Determined As “failed” Has Three (3) Calendar Days Upon Written Notice Or, If Present At The Time Of Bid Opening, Upon Verbal Notification Within Which To File A Request For Reconsideration With The Bac: Provided, However, That The Request For Reconsideration Shall Not Be Granted If It Is Established That The Finding Of Failure Is Due To The Fault Of The Bidder Concerned: Provided, Further, That The Bac Shall Decide On The Request For Reconsideration Within Seven (7) Calendar Days From Receipt Thereof. If A Failed Bidder Signifies His Intent To File A Request For Reconsideration, The Bac Shall Keep The Bid Envelopes Of The Said Failed Bidder Unopened And/or Duly Sealed Until Such Time That The Request For Reconsideration Or Protest Has Been Resolved. E. Evaluation And Comparison Of Bids 25. Process To Be Confidential 25.1. Members Of The Bac, Including Its Staff And Personnel, As Well As Its Secretariat And Twg, Are Prohibited From Making Or Accepting Any Kind Of Communication With Any Bidder Regarding The Evaluation Of Their Bids Until The Issuance Of The Notice Of Award, Unless N The Case Of Itb Clause 26. 25.2. Any Effort By A Bidder To Influence The Procuring Entity In The Procuring Entity’s Decision In Respect Of Bid Evaluation, Bid Comparison Or Contract Award Will Result In The Rejection Of The Bidder’s Bid. 26. Clarification Of Bids To Assist In The Evaluation, Comparison And Post-qualification Of The Bids, The Procuring Entity May Ask In Writing Any Bidder For A Clarification Of Its Bid. All Responses To Requests For Clarification Shall Be In Writing. Any Clarification Submitted By A Bidder In Respect To Its Bid And That Is Not In Response To A Request By The Procuring Entity Shall Not Be Considered 27. Detailed Evaluation And Comparison Of Bids 27.1. The Procuring Entity Will Undertake The Detailed Evaluation And Comparison Of Bids Which Have Passed The Opening And Preliminary Examination Of Bids, Pursuant To Itb Clause 24, In Order To Determine The Lowest Calculated Bid. 27.2. In Evaluating The Bids To Get The Lowest Calculated Bid, The Procuring Entity Shall Undertake The Following: (a) The Detailed Evaluation Of The Financial Component Of The Bids, To Establish The Correct Calculated Prices Of The Bids; And (b) The Ranking Of The Total Bid Prices As So Calculated From The Lowest To Highest. The Bid With The Lowest Price Shall Be Identified As The Lowest Calculated Bid. 27.3. The Procuring Entity's Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary “pass/fail” Criterion. The Bac Shall Consider The Following In The Evaluation Of Bids: (a) Completeness Of The Bid. Unless The Itb Specifically Allows Partial Bids, Bids Not Addressing Or Providing All Of The Required Items In The Schedule Of Requirements Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) For The Said Item Would Mean That It Is Being Offered For Free To The Procuring Entity; And (b) Arithmetical Corrections. Consider Computational Errors And Omissions To Enable Proper Comparison Of All Eligible Bids. It May Also Consider Bid Modifications If Expressly Allowed In The Bds. Any Adjustment Shall Be Calculated In Monetary Terms To Determine The Calculated Prices. 27.4. Based On The Detailed Evaluation Of Bids, Those That Comply With The Above-mentioned Requirements Shall Be Ranked In The Ascending Order Of Their Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, To Identify The Lowest Calculated Bid. Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, Which Exceed The Abc Shall Not Be Considered, Unless Otherwise Indicated In The Bds. 27.5. The Procuring Entity’s Evaluation Of Bids Shall Only Be Based On The Bid Price Quoted In The Financial Bid Form 27.6. Bids Shall Be Evaluated On An Equal Footing To Ensure Fair Competition. For This Purpose, All Bidders Shall Be Required To Include In Their Bids The Cost Of All Taxes, Such As, But Not Limited To, Value Added Tax (vat), Income Tax, Local Taxes, And Other Fiscal Levies And Duties Which Shall Be Itemized In The Bid Form And Reflected In The Detailed Estimates. Such Bids, Including Said Taxes, Shall Be The Basis For Bid Evaluation And Comparison. 28. Post Qualification 28.1. The Procuring Entity Shall Determine To Its Satisfaction Whether The Bidder That Is Evaluated As Having Submitted The Lowest Calculated Bid (lcb) Complies With And Is Responsive To All The Requirements And Conditions Specified In Itb Clauses 5, 12, And 13. 28.2. Within A Non-extendible Period Of Three (3) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lcb, The Bidder Shall Submit The Following Documentary Requirements: (a) Tax Clearance Per Executive Order 398, Series Of 2005; (b) Latest Income And Business Tax Returns In The Form Specified In The Bds; (c) Certificate Of Philgeps Registration; And (d) Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. Failure Of The Bidder Declared As Lcb To Duly Submit The Requirements Under This Clause Or A Finding Against The Veracity Of Such, Shall Be Ground For Forfeiture Of The Bid Security And Disqualification Of The Bidder For Award. 28.3. The Determination Shall Be Based Upon An Examination Of The Documentary Evidence Of The Bidder’s Qualifications Submitted Pursuant To Itb Clauses 12 And 13, As Well As Other Information As The Procuring Entity Deems Necessary And Appropriate, Using A Non-discretionary “pass/fail” Criterion. 28.4. If The Bac Determines That The Bidder With The Lowest Calculated Bid Passes All The Criteria For Post-qualification, It Shall Declare The Said Bid As The Lowest Calculated Responsive Bid, And Recommend To The Head Of The Procuring Entity The Award Of Contract To The Said Bidder At Its Submitted Price Or Its Calculated Bid Price, Whichever Is Lower, Subject To Itb Clause 30.3. 28.5. A Negative Determination Shall Result In Rejection Of The Bidder’s Bid, In Which Event The Procuring Entity Shall Proceed To The Next Lowest Calculated Bid To Make A Similar Determination Of That Bidder’s Capabilities To Perform Satisfactorily. If The Second Bidder, However, Fails The Post Qualification, The Procedure For Post Qualification Shall Be Repeated For The Bidder With The Next Lowest Calculated Bid, And So On Until The Lowest Calculated And Responsive Bid Is Determined For Contract Award. 28.6. Within A Period Not Exceeding Seven (7) Calendar Days From The Date Of Receipt Of The Recommendation Of The Bac, The Head Of The Procuring Entity Shall Approve Or Disapprove The Said Recommendation. In The Case Of Government Owned And Government-owned And/or -controlled Corporations (goccs) And Government Financial Institutions (gfis), The Period Provided Herein Shall Be Fifteen (15) Calendar Days. 29. Reservation Clause 29.1. Notwithstanding The Eligibility Or Post-qualification Of A Bidder, The Procuring Entity Concerned Reserves The Right To Review Its Qualifications At Any Stage Of The Procurement Process If It Has Reasonable Grounds To Believe That A Misrepresentation Has Been Made By The Said Bidder, Or That There Has Been A Change In The Bidder’s Capability To Undertake The Project From The Time It Submitted Its Eligibility Requirements. Should Such Review Uncover Any Misrepresentation Made In The Eligibility And Bidding Requirements, Statements Or Documents, Or Any Changes In The Situation Of The Bidder Which Will Affect Its Capability To Undertake The Project So That It Fails The Preset Eligibility Or Bid Evaluation Criteria, The Procuring Entity Shall Consider The Said Bidder As Ineligible And Shall Disqualify It From Submitting A Bid Or From Obtaining An Award Or Contract. 29.2. Based On The Following Grounds, The Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding At Any Time Prior To The Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability, And Make No Assurance That A Contract Shall Be Entered Into As A Result Of The Bidding: (a) If There Is Prima Facie Evidence Of Collusion Between Appropriate Public Officers Or Employees Of The Procuring Entity, Or Between The Bac And Any Of The Bidders, Or If The Collusion Is Between Or Among The Bidders Themselves, Or Between A Bidder And A Third Party, Including Any Act Which Restricts, Suppresses Or Nullifies Or Tends To Restrict, Suppress Or Nullify Competition; (b) If The Procuring Entity’s Bac Is Found To Have Failed In Following The Prescribed Bidding Procedures; Or (c) For Any Justifiable And Reasonable Ground Where The Award Of The Contract Will Not Redound To The Benefit Of The Government As Follows: (i) If The Physical And Economic Conditions Have Significantly Changed So As To Render The Project No Longer Economically, Financially Or Technically Feasible As Determined By The Head Of The Procuring Entity; (ii) If The Project Is No Longer Necessary As Determined By The Head Of The Procuring Entity; And (iii) If The Source Of Funds For The Project Has Been Withheld Or Reduced Through No Fault Of The Procuring Entity. 29.3. In Addition, The Procuring Entity May Likewise Declare A Failure Of Bidding When: (a) No Bids Are Received; (b) All Prospective Bidders Are Declared Ineligible; (c) All Bids Fail To Comply With All The Bid Requirements Or Fail Post-qualification; Or (d) The Bidder With The Lowest Calculated Responsive Bid Refuses, Without Justifiable Cause To Accept The Award Of Contract, And No Award Is Made. F. Award Of Contract 30. Contract Award 30.1. Subject To Itb Clause 28, The Procuring Entity Shall Award The Contract To The Bidder Whose Bid Has Been Determined To Be The Lowest Calculated And Responsive Bid (lcrb). 30.2. Prior To The Expiration Of The Period Of Bid Validity, The Procuring Entity Shall Notify The Successful Bidder In Writing That Its Bid Has Been Accepted, Through A Notice Of Award Received Personally Or Sent By Registered Mail Or Electronically, Receipt Of Which Must Be Confirmed In Writing Within Two (2) Days By The Lcrb And Submitted Personally Or Sent By Registered Mail Or Electronically To The Procuring Entity. 30.3. Notwithstanding The Issuance Of The Notice Of Award, Award Of Contract Shall Be Subject To The Following Conditions: (a) Submission Of The Following Documents Within The Prescribed Period From Receipt By The Bidder Of The Notice That It Has The Lowest Calculated And Responsive Bid: (i) Valid Jva, If Applicable, Within Ten (10) Calendar Days; (ii) Valid Pcab License And Registration For The Type And Cost Of The Contract To Be Bid For Foreign Bidders, Within Thirty (30) Calendar Days, If Allowed Under A Treaty Or International Or Executive Agreement Mentioned In Itb Clause 12.1(a)(iv); (b) Posting Of The Performance Security In Accordance With Itb Clause 32; (c) Signing Of The Contract As Provided In Itb Clause 31; And (d) Approval By Higher Authority, If Required. 31. Signing Of The Contract 31.1. At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Contract Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 31.2. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award, The Successful Bidder Shall Post The Required Performance Security, Sign And Date The Contract And Return It To The Procuring Entity. 31.3. The Procuring Entity Shall Enter Into Contract With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 31.4. The Following Documents Shall Form Part Of The Contract: (a) Contract Agreement; (b) Bidding Documents; (c) Winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted; (d) Performance Security; (e) Credit Line In Accordance With Itb Clause 5.5, If Applicable; (f) Notice Of Award Of Contract; And (g) Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. 32. Performance Security 32.1. To Guarantee The Faithful Performance By The Winning Bidder Of Its Obligations Under The Contract, It Shall Post A Performance Security Within A Maximum Period Of Ten (10) Calendar Days From The Receipt Of The Notice Of Award From The Procuring Entity And In No Case Later Than The Signing Of The Contract. 32.2. The Performance Security Shall Be Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity In An Amount Equal To The Percentage Of The Total Contract Price As Stated In The Bds In Accordance With The Following Schedule: 33. 33.1. Form Of Performance Security Amount Of Performance Security (equal To Percentage Of The Total Contract Price) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank. Ten Percent (10%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial 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; And/or Thirty Percent (30%) (d) Any Combination Of The Foregoing. Proportionate To Share Of Form With Respect To Total Amount Of Security 33.2. Failure Of The Successful Bidder To Comply With The Above-mentioned Requirement Shall Constitute Sufficient Ground For The Annulment Of The Award And Forfeiture Of The Bid Security, In Which Event The Procuring Entity Shall Initiate And Complete The Post Qualification Of The Second Lowest Calculated Bid. The Procedure Shall Be Repeated Until The Lowest Calculated And Responsive Bid Is Identified And Selected For Contract Award. However If No Bidder Passed Post-qualification, The Bac Shall Declare The Bidding A Failure And Conduct A Re-bidding With Re-advertisement. 34. Notice To Proceed 34.1. Within Three (3) Calendar Days From The Date Of Approval Of The Contract By The Appropriate Government Approving Authority, The Procuring Entity Shall Issue Its Notice To Proceed To The Bidder. 34.2. The Contract Effectivity Date Shall Be Provided In The Notice To Proceed By The Procuring Entity, Which Date Shall Not Be Later Than Seven (7) Calendar Days From The Issuance Of The Notice To Proceed. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is Lgu- Mapanas, Northern Samar. The Name Of The Contract Is Construction Of Accessible Stairs To Municipal Evacuation Center Phase I Brgy. Sta Potenciana, Mapanas N. Samar The Identification Number Of The Contract Is Pr No-2025-01-03___ 2 The Funding Source Is: 20% Economic Development Fund (edf) For Fy 2025. The Name Of The Project Is: Construction Of Accessible Stiars To Municipal Evacuation Center Phase I, Brgy. Sta Potenciana, Mapanas N. Samar. 3.1 No Further Instructions. 5.1 No Further Instructions. 5.2 Bidding Is Restricted To Eligible Bidders As Defined In Itb Clause 5.1. 5.4 For This Purpose, Similar Contracts Shall Refer To Bidder’s Annual Turnover From All Works Average Over The Last Three Years Shall Be Equal To 50% Of The Estimated Cost Of The Contract Being Procured. The Bidder Must Have Completed, Within The Past Ten (10) Years From The Submission Of Bids, A Single Contract That Is Similar To This Project, Equivalent To At Least Eighty Percent (80%) Of The Abc. 8.1 “subcontracting Is Not Allowed.” 8.2 “not Applicable”. 9.1 The Procuring Entity Will Hold A Pre-bid Conference For This Project On January 10, 2025 At 10:00 A.m. At Executive Conference 2nd Floor Of New Municipal Bldg. Mapanas, Northern Samar. 10.1 The Procuring Entity’s Address Is: The Municipality Of Mapanas, Province Of Northern Samar Ma. Teresa L. Minguez Lgu-bac Chairperson Tel. No. 09778033758 10.3 No Further Instructions. 12.1 Not Applicable 12.1(a)(i) “no Other Acceptable Proof Of Registration Is Recognized.” 12.1(a)(iv) No Further Instructions. 13.1 “no Additional Requirements” 13.1(b) The Abc Is Php3,964,358.83 Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted. 14.2 “no Further Instructions.” 15.4 No Further Instruction. 16.1 The Bid Prices Shall Be Quoted In Philippine Pesos. 17.1 Bids Will Be Valid Until 60 Calendar Days After The Bid Submission Deadline Date As Prescribed By The Procuring Entity) 18.1 The Bid Security Shall Be In The Following Amount: 1. The Amount Of 79,287.17 If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; 2. The Amount Of P198,217.94 If Bid Security Is In Surety Bond; Or 3. Any Combination Of The Foregoing Proportionate To The Share Of Form With Respect To Total Amount Of Security. 18.2 The Bid Security Shall Be Valid Twenty Eight Days Beyond The Validity Period Of The Bid. 20.3 Each Bidder Shall Submit One Original And One Copy Of The First And Second Components Of Its Bid. 21 The Address For Submission Of Bids Is Ma. Teresa L. Minguez Lgu-bac Chairperson Bac Office @ Mpdo, 1st Floor, New Municipal Bldg. Municipality Of Mapanas, Northern Samar The Deadline For Submission Of Bids Is 9:00 A.m. On January 21, 2025. 22 The Place Of Bid Opening Is Executive Conference Room, 2nd Floor, New Municipal Bldg. Municipality Of Mapanas, Northern Samar. The Date And Time Of Bid Opening Is January 21, 2025 At Exactly 10:00 A.m. 24.2 No Further Instructions. 27.3(b) Bid Modification Is Not Allowed. 27.4 No Further Instructions. 28.2(b) Bidders Have Option To Submit Manually Filed Tax Returns Or Tax Returns Filed Through The Electronic Filing And Payments System (efps). Note: The Latest Income And Business Tax Returns Are Those Within The Last Six Months Preceding The Date Of Bid Submission. 28.2(d) List Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It. 1. Taxpayer’s Identification Number 2. Vat Registration 3. Philippine Contractors Accreditation Board (pcab) License The Requirements Are Applicable Only In A Case Where The Lowest Calculated Bid (lcb) Is Submitted By A Domestic Bidder, And If The Lowest Calculated Bid (lcb) Is Submitted By A Foreign Bidder, This Requirements Are Not Applicable 31.4(g) List Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Department Of Labor And Employment, And Pert/cpm. 32.2 The Performance Security Shall Be In The Following Amount: 1. The Amount Of 10% Of Contract If Performance Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; 2. The Amount Of 30% Of Contract If Performance Security Is In Surety Bond; Or 3. Any Combination Of The Foregoing Proportionate To The Share Of Form With Respect To Total Amount Of Security. Section Iv. General Conditions Of Contract Table Of Contents 1. Definitions 41 2. Interpretation 43 3. Governing Language And Law 43 4. Communications 43 5. Possession Of Site 43 6. The Contractor’s Obligations 44 7. Performance Security 45 8. Subcontracting 46 9. Liquidated Damages 46 10. Site Investigation Reports 47 11. The Procuring Entity, Licenses And Permits 47 12. Contractor’s Risk And Warranty Security 47 13. Liability Of The Contractor 49 14. Procuring Entity’s Risk 49 15. Insurance 49 16. Termination For Default Of Contractor 51 17. Termination For Default Of Procuring Entity 51 18. Termination For Other Causes 52 19. Procedures For Termination Of Contracts 53 20. Force Majeure, Release From Performance 56 21. Resolution Of Disputes 56 22. Suspension Of Loan, Credit, Grant, Or Appropriation 57 23. Procuring Entity’s Representative’s Decisions 57 24. Approval Of Drawings And Temporary Works By The Procuring Entity’s Representative 57 25. Acceleration And Delays Ordered By The Procuring Entity’s Representative 58 26. Extension Of The Intended Completion Date 58 27. Right To Vary 58 28. Contractors Right To Claim 59 29. Dayworks 59 30. Early Warning 59 31. Program Of Work 59 32. Management Conferences 60 33. Bill Of Quantities 60 34. Instructions, Inspections And Audits 61 35. Identifying Defects 61 36. Cost Of Repairs 61 37. Correction Of Defects 61 38. Uncorrected Defects 62 39. Advance Payment 62 40. Progress Payments 62 41. Payment Certificates 63 42. Retention 63 43. Variation Orders 64 44. Contract Completion 66 45. Suspension Of Work 66 46. Payment On Termination 67 47. Extension Of Contract Time 67 48. Price Adjustment 68 49. Completion 68 50. Taking Over 69 51. Operating And Maintenance Manuals 69 1. Definitions For Purposes Of This Clause, Boldface Type Is Used To Identify Defined Terms. 1.1. The Arbiter Is The Person Appointed Jointly By The Procuring Entity And The Contractor To Resolve Disputes In The First Instance, As Provided For In Gcc Clause 21. 1.2. Bill Of Quantities Refers To A List Of The Specific Items Of The Work And Their Corresponding Unit Prices, Lump Sums, And/or Provisional Sums. 1.3. The Completion Date Is The Date Of Completion Of The Works As Certified By The Procuring Entity’s Representative, In Accordance With Gcc Clause 49. 1.4. The Contract Is The Contract Between The Procuring Entity And The Contractor To Execute, Complete, And Maintain The Works. 1.5. The Contract Price Is The Price Stated In The Letter Of Acceptance And Thereafter To Be Paid By The Procuring Entity To The Contractor For The Execution Of The Works In Accordance With This Contract. 1.6. Contract Time Extension Is The Allowable Period For The Contractor To Complete The Works In Addition To The Original Completion Date Stated In This Contract. 1.7. The Contractor Is The Juridical Entity Whose Proposal Has Been Accepted By The Procuring Entity And To Whom The Contract To Execute The Work Was Awarded. 1.8. The Contractor’s Bid Is The Signed Offer Or Proposal Submitted By The Contractor To The Procuring Entity In Response To The Bidding Documents. 1.9. Days Are Calendar Days; Months Are Calendar Months. 1.10. Dayworks Are Varied Work Inputs Subject To Payment On A Time Basis For The Contractor’s Employees And Equipment, In Addition To Payments For Associated Materials And Plant. 1.11. A Defect Is Any Part Of The Works Not Completed In Accordance With The Contract. 1.12. The Defects Liability Certificate Is The Certificate Issued By Procuring Entity’s Representative Upon Correction Of Defects By The Contractor. 1.13. The Defects Liability Period Is The One Year Period Between Contract Completion And Final Acceptance Within Which The Contractor Assumes The Responsibility To Undertake The Repair Of Any Damage To The Works At His Own Expense. 1.14. Drawings Are Graphical Presentations Of The Works. They Include All Supplementary Details, Shop Drawings, Calculations, And Other Information Provided Or Approved For The Execution Of This Contract. 1.15. Equipment Refers To All Facilities, Supplies, Appliances, Materials Or Things Required For The Execution And Completion Of The Work Provided By The Contractor And Which Shall Not Form Or Are Not Intended To Form Part Of The Permanent Works. 1.16. The Intended Completion Date Refers To The Date Specified In The Scc When The Contractor Is Expected To Have Completed The Works. The Intended Completion Date May Be Revised Only By The Procuring Entity’s Representative By Issuing An Extension Of Time Or An Acceleration Order. 1.17. Materials Are All Supplies, Including Consumables, Used By The Contractor For Incorporation In The Works. 1.18. The Notice To Proceed Is A Written Notice Issued By The Procuring Entity Or The Procuring Entity’s Representative To The Contractor Requiring The Latter To Begin The Commencement Of The Work Not Later Than A Specified Or Determinable Date. 1.19. Permanent Works All Permanent Structures And All Other Project Features And Facilities Required To Be Constructed And Completed In Accordance With This Contract Which Shall Be Delivered To The Procuring Entity And Which Shall Remain At The Site After The Removal Of All Temporary Works. 1.20. Plant Refers To The Machinery, Apparatus, And The Like Intended To Form An Integral Part Of The Permanent Works. 1.21. The Procuring Entity Is The Party Who Employs The Contractor To Carry Out The Works Stated In The Scc. 1.22. The Procuring Entity’s Representative Refers To The Head Of The Procuring Entity Or His Duly Authorized Representative, Identified In The Scc, Who Shall Be Responsible For Supervising The Execution Of The Works And Administering This Contract. 1.23. The Site Is The Place Provided By The Procuring Entity Where The Works Shall Be Executed And Any Other Place Or Places Which May Be Designated In The Scc, Or Notified To The Contractor By The Procuring Entity’s Representative As Forming Part Of The Site. 1.24. Site Investigation Reports Are Those That Were Included In The Bidding Documents And Are Factual And Interpretative Reports About The Surface And Subsurface Conditions At The Site. 1.25. Slippage Is A Delay In Work Execution Occurring When Actual Accomplishment Falls Below The Target As Measured By The Difference Between The Scheduled And Actual Accomplishment Of The Work By The Contractor As Established From The Work Schedule. This Is Actually Described As A Percentage Of The Whole Works. 1.26. Specifications Means The Description Of Works To Be Done And The Qualities Of Materials To Be Used, The Equipment To Be Installed And The Mode Of Construction. 1.27. The Start Date, As Specified In The Scc, Is The Date When The Contractor Is Obliged To Commence Execution Of The Works. It Does Not Necessarily Coincide With Any Of The Site Possession Dates. 1.28. A Subcontractor Is Any Person Or Organization To Whom A Part Of The Works Has Been Subcontracted By The Contractor, As Allowed By The Procuring Entity, But Not Any Assignee Of Such Person. 1.29. Temporary Works Are Works Designed, Constructed, Installed, And Removed By The Contractor That Are Needed For Construction Or Installation Of The Permanent Works. 1.30. Work(s)refer To The Permanent Works And Temporary Works To Be Executed By The Contractor In Accordance With This Contract, Including (i) The Furnishing Of All Labor, Materials, Equipment And Others Incidental, Necessary Or Convenient To The Complete Execution Of The Works; (ii) The Passing Of Any Tests Before Acceptance By The Procuring Entity’s Representative; (iii) And The Carrying Out Of All Duties And Obligations Of The Contractor Imposed By This Contract As Described In The Scc. 2. Interpretation 2.1. In Interpreting The Conditions Of Contract, Singular Also Means Plural, Male Also Means Female Or Neuter, And The Other Way Around. Headings Have No Significance. Words Have Their Normal Meaning Under The Language Of This Contract Unless Specifically Defined. The Procuring Entity’s Representative Will Provide Instructions Clarifying Queries About The Conditions Of Contract. 2.2. If Sectional Completion Is Specified In The Scc, References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Governing Language And Law 3.1. This Contract Has Been Executed In The English Language, Which Shall Be The Binding And Controlling Language For All Matters Relating To The Meaning Or Interpretation Of This Contract. All Correspondence And Other Documents Pertaining To This Contract Which Are Exchanged By The Parties Shall Be Written In English. 3.2. This Contract Shall Be Interpreted In Accordance With The Laws Of The Republic Of The Philippines. 4. Communications Communications Between Parties That Are Referred To In The Conditions Shall Be Effective Only When In Writing. A Notice Shall Be Effective Only When It Is Received By The Concerned Party. 5. Possession Of Site 5.1. On The Date Specified In The Scc, The Procuring Entity Shall Grant The Contractor Possession Of So Much Of The Site As May Be Required To Enable It To Proceed With The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 5.2. If Possession Of A Portion Is Not Given By The Date Stated In The Scc Clause 5.1, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contact Time To Address Such Delay Shall Be In Accordance With Gcc Clause 47. 5.3. The Contractor Shall Bear All Costs And Charges For Special Or Temporary Right-of-way Required By It In Connection With Access To The Site. The Contractor Shall Also Provide At His Own Cost Any Additional Facilities Outside The Site Required By It For Purposes Of The Works. 5.4. The Contractor Shall Allow The Procuring Entity’s Representative And Any Person Authorized By The Procuring Entity’s Representative Access To The Site And To Any Place Where Work In Connection With This Contract Is Being Carried Out Or Is Intended To Be Carried Out. 6. The Contractor’s Obligations 6.1. The Contractor Shall Carry Out The Works Properly And In Accordance With This Contract. The Contractor Shall Provide All Supervision, Labor, Materials, Plant And Contractor's Equipment, Which May Be Required. All Materials And Plant On Site Shall Be Deemed To Be The Property Of The Procuring Entity. 6.2. The Contractor Shall Commence Execution Of The Works On The Start Date And Shall Carry Out The Works In Accordance With The Program Of Work Submitted By The Contractor, As Updated With The Approval Of The Procuring Entity’s Representative, And Complete Them By The Intended Completion Date. 6.3. The Contractor Shall Be Responsible For The Safety Of All Activities On The Site. 6.4. The Contractor Shall Carry Out All Instructions Of The Procuring Entity’s Representative That Comply With The Applicable Laws Where The Site Is Located. 6.5. The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel, As Referred To In The Scc, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 6.6. If The Procuring Entity’s Representative Asks The Contractor To Remove A Member Of The Contractor’s Staff Or Work Force, For Justifiable Cause, The Contractor Shall Ensure That The Person Leaves The Site Within Seven (7) Days And Has No Further Connection With The Work In This Contract. 6.7. During Contract Implementation, The Contractor And His Subcontractors Shall Abide At All Times By All Labor Laws, Including Child Labor Related Enactments, And Other Relevant Rules. 6.8. The Contractor Shall Submit To The Procuring Entity For Consent The Name And Particulars Of The Person Authorized To Receive Instructions On Behalf Of The Contractor. 6.9. The Contractor Shall Cooperate And Share The Site With Other Contractors, Public Authorities, Utilities, And The Procuring Entity Between The Dates Given In The Schedule Of Other Contractors Particularly When They Shall Require Access To The Site. The Contractor Shall Also Provide Facilities And Services For Them During This Period. The Procuring Entity May Modify The Schedule Of Other Contractors, And Shall Notify The Contractor Of Any Such Modification Thereto. 6.10. Should Anything Of Historical Or Other Interest Or Of Significant Value Be Unexpectedly Discovered On The Site, It Shall Be The Property Of The Procuring Entity. The Contractor Shall Notify The Procuring Entity’s Representative Of Such Discoveries And Carry Out The Procuring Entity’s Representative’s Instructions In Dealing With Them. 7. Performance Security 7.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Contractor Shall Furnish The Performance Security In Any The Forms Prescribed In Itb Clause 32.2. 7.2. The Performance Security Posted In Favor Of The Procuring Entity Shall Be Forfeited In The Event It Is Established That The Contractor Is In Default In Any Of Its Obligations Under The Contract. 7.3. The Performance Security Shall Remain Valid Until Issuance By The Procuring Entity Of The Certificate Of Final Acceptance. 7.4. The Performance Security May Be Released By The Procuring Entity And Returned To The Contractor After The Issuance Of The Certificate Of Final Acceptance Subject To The Following Conditions: (a) There Are No Pending Claims Against The Contractor Or The Surety Company Filed By The Procuring Entity; (b) The Contractor Has No Pending Claims For Labor And Materials Filed Against It; And (c) Other Terms Specified In The Scc. 7.5. The Contractor Shall Post An Additional Performance Security Following The Amount And Form Specified In Itb Clause 32.2 To Cover Any Cumulative Increase Of More Than Ten Percent (10%) Over The Original Value Of The Contract As A Result Of Amendments To Order Or Change Orders, Extra Work Orders And Supplemental Agreements, As The Case May Be. The Contractor Shall Cause The Extension Of The Validity Of The Performance Security To Cover Approved Contract Time Extensions. 7.6. In Case Of A Reduction In The Contract Value Or For Partially Completed Works Under The Contract Which Are Usable And Accepted By The Procuring Entity The Use Of Which, In The Judgment Of The Implementing Agency Or The Procuring Entity, Will Not Affect The Structural Integrity Of The Entire Project, The Procuring Entity Shall Allow A Proportional Reduction In The Original Performance Security, Provided That Any Such Reduction Is More Than Ten Percent (10%) And That The Aggregate Of Such Reductions Is Not More Than Fifty Percent (50%) Of The Original Performance Security. 7.7. Unless Otherwise Indicated In The Scc, The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Act 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 8. Subcontracting 8.1. Unless Otherwise Indicated In The Scc, The Contractor Cannot Subcontract Works More Than The Percentage Specified In Itb Clause 8.1. 8.2. Subcontracting Of Any Portion Of The Works Does Not Relieve The Contractor Of Any Liability Or Obligation Under This Contract. The Contractor Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants Or Workmen. 8.3. Subcontractors Disclosed And Identified During The Bidding May Be Changed During The Implementation Of This Contract, Subject To Compliance With The Required Qualifications And The Approval Of The Procuring Entity. 9. Liquidated Damages 9.1. The Contractor Shall Pay Liquidated Damages To The Procuring Entity For Each Day That The Completion Date Is Later Than The Intended Completion Date. The Applicable Liquidated Damages Is At Least One-tenth (1/10) Of A Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Total Amount Of Liquidated Damages Shall Not Exceed Ten Percent (10%) Of The Amount Of The Contract. The Procuring Entity May Deduct Liquidated Damages From Payments Due To The Contractor. Payment Of Liquidated Damages Shall Not Affect The Contractor. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of This Contract, The Procuring Entity Shall Rescind This Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 9.2. If The Intended Completion Date Is Extended After Liquidated Damages Have Been Paid, The Engineer Of The Procuring Entity Shall Correct Any Overpayment Of Liquidated Damages By The Contractor By Adjusting The Next Payment Certificate. The Contractor Shall Be Paid Interest On The Overpayment, Calculated From The Date Of Payment To The Date Of Repayment, At The Rates Specified In Gcc Clause 40.3. 10. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 11. The Procuring Entity, Licenses And Permits The Procuring Entity Shall, If Requested By The Contractor, Assist Him In Applying For Permits, Licenses Or Approvals, Which Are Required For The Works. 12. Contractor’s Risk And Warranty Security 12.1. The Contractor Shall Assume Full Responsibility For The Works From The Time Project Construction Commenced Up To Final Acceptance By The Procuring Entity And Shall Be Held Responsible For Any Damage Or Destruction Of The Works Except Those Occasioned By Force Majeure. The Contractor Shall Be Fully Responsible For The Safety, Protection, Security, And Convenience Of His Personnel, Third Parties, And The Public At Large, As Well As The Works, Equipment, Installation, And The Like To Be Affected By His Construction Work. 12.2. The Defects Liability Period For Infrastructure Projects Shall Be One Year From Contract Completion Up To Final Acceptance By The Procuring Entity. During This Period, The Contractor Shall Undertake The Repair Works, At His Own Expense, Of Any Damage To The Works On Account Of The Use Of Materials Of Inferior Quality Within Ninety (90) Days From The Time The Head Of The Procuring Entity Has Issued An Order To Undertake Repair. In Case Of Failure Or Refusal To Comply With This Mandate, The Procuring Entity Shall Undertake Such Repair Works And Shall Be Entitled To Full Reimbursement Of Expenses Incurred Therein Upon Demand. 12.3. Unless Otherwise Indicated In The Scc, In Case The Contractor Fails To Comply With The Preceding Paragraph, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property (ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 12.4. After Final Acceptance Of The Works By The Procuring Entity, The Contractor Shall Be Held Responsible For “structural Defects”, I.e., Major Faults/flaws/deficiencies In One Or More Key Structural Elements Of The Project Which May Lead To Structural Failure Of The Completed Elements Or Structure, Or “structural Failures”, I.e., Where One Or More Key Structural Elements In An Infrastructure Facility Fails Or Collapses, Thereby Rendering The Facility Or Part Thereof Incapable Of Withstanding The Design Loads, And/or Endangering The Safety Of The Users Or The General Public: (a) Contractor – Where Structural Defects/failures Arise Due To Faults Attributable To Improper Construction, Use Of Inferior Quality/substandard Materials, And Any Violation Of The Contract Plans And Specifications, The Contractor Shall Be Held Liable; (b) Consultants – Where Structural Defects/failures Arise Due To Faulty And/or Inadequate Design And Specifications As Well As Construction Supervision, Then The Consultant Who Prepared The Design Or Undertook Construction Supervision For The Project Shall Be Held Liable; (c) Procuring Entity’s Representatives/project Manager/construction Managers And Supervisors – The Project Owner’s Representative(s), Project Manager, Construction Manager, And Supervisor(s) Shall Be Held Liable In Cases Where The Structural Defects/failures Are Due To His/their Willful Intervention In Altering The Designs And Other Specifications; Negligence Or Omission In Not Approving Or Acting On Proposed Changes To Noted Defects Or Deficiencies In The Design And/or Specifications; And The Use Of Substandard Construction Materials In The Project; (d) Third Parties - Third Parties Shall Be Held Liable In Cases Where Structural Defects/failures Are Caused By Work Undertaken By Them Such As Leaking Pipes, Diggings Or Excavations, Underground Cables And Electrical Wires, Underground Tunnel, Mining Shaft And The Like, In Which Case The Applicable Warranty To Such Structure Should Be Levied To Third Parties For Their Construction Or Restoration Works. (e) Users - In Cases Where Structural Defects/failures Are Due To Abuse/misuse By The End User Of The Constructed Facility And/or Non–compliance By A User With The Technical Design Limits And/or Intended Purpose Of The Same, Then The User Concerned Shall Be Held Liable. 12.5. The Warranty Against Structural Defects/failures, Except Those Occasioned On Force Majeure, Shall Cover The Period Specified In The Scc Reckoned From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. 12.6. The Contractor Shall Be Required To Put Up A Warranty Security In The Form Of Cash, Bank Guarantee, Letter Of Credit, Gsis Or Surety Bond Callable On Demand, In Accordance With The Following Schedule: Form Of Warranty Minimum Amount In Percentage (%) Of Total Contract Price (a) Cash Or Letter Of Credit Issued By Universal Or Commercial Bank: Provided, However, That The Letter Of Credit Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank Five Percent (5%) (b) Bank Guarantee Confirmed By Universal Or Commercial Bank: Provided, However, That The Letter Of Credit Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank Ten Percent (10%) (c) Surety Bond Callable Upon Demand Issued By Gsis Or Any Surety Or Insurance Company Duly Certified By The Insurance Commission Thirty Percent (30%) 12.7. The Warranty Security Shall Be Stated In Philippine Pesos And Shall Remain Effective For One Year From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity, And Returned Only After The Lapse Of Said One Year Period. 12.8. In Case Of Structural Defects/failure Occurring During The Applicable Warranty Period Provided In Gcc Clause 12.5, The Procuring Entity Shall Undertake The Necessary Restoration Or Reconstruction Works And Shall Be Entitled To Full Reimbursement By The Parties Found To Be Liable For Expenses Incurred Therein Upon Demand, Without Prejudice To The Filing Of Appropriate Administrative, Civil, And/or Criminal Charges Against The Responsible Persons As Well As The Forfeiture Of The Warranty Security Posted In Favor Of The Procuring Entity. 13. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. 14. Procuring Entity’s Risk 14.1. From The Start Date Until The Certificate Of Final Acceptance Has Been Issued, The Following Are Risks Of The Procuring Entity: (a) The Risk Of Personal Injury, Death, Or Loss Of Or Damage To Property (excluding The Works, Plant, Materials, And Equipment), Which Are Due To: (i) Any Type Of Use Or Occupation Of The Site Authorized By The Procuring Entity After The Official Acceptance Of The Works; Or (ii) Negligence, Breach Of Statutory Duty, Or Interference With Any Legal Right By The Procuring Entity Or By Any Person Employed By Or Contracted To Him Except The Contractor. (b) The Risk Of Damage To The Works, Plant, Materials, And Equipment To The Extent That It Is Due To A Fault Of The Procuring Entity Or In The Procuring Entity’s Design, Or Due To War Or Radioactive Contamination Directly Affecting The Country Where The Works Are To Be Executed. 15. Insurance 15.1. The Contractor Shall, Under His Name And At His Own Expense, Obtain And Maintain, For The Duration Of This Contract, The Following Insurance Coverage: (a) Contractor’s All Risk Insurance; (b) Transportation To The Project Site Of Equipment, Machinery, And Supplies Owned By The Contractor; (c) Personal Injury Or Death Of Contractor’s Employees; And (d) Comprehensive Insurance For Third Party Liability To Contractor’s Direct Or Indirect Act Or Omission Causing Damage To Third Persons. 15.2. The Contractor Shall Provide Evidence To The Procuring Entity’s Representative That The Insurances Required Under This Contract Have Been Effected And Shall, Within A Reasonable Time, Provide Copies Of The Insurance Policies To The Procuring Entity’s Representative. Such Evidence And Such Policies Shall Be Provided To The Procuring Entity’s Through The Procuring Entity’s Representative. 15.3. The Contractor Shall Notify The Insurers Of Changes In The Nature, Extent, Or Program For The Execution Of The Works And Ensure The Adequacy Of The Insurances At All Times In Accordance With The Terms Of This Contract And Shall Produce To The Procuring Entity’s Representative The Insurance Policies In Force Including The Receipts For Payment Of The Current Premiums. The Above Insurance Policies Shall Be Obtained From Any Reputable Insurance Company Approved By The Procuring Entity’s Representative. 15.4. If The Contractor Fails To Obtain And Keep In Force The Insurances Referred To Herein Or Any Other Insurance Which He May Be Required To Obtain Under The Terms Of This Contract, The Procuring Entity May Obtain And Keep In Force Any Such Insurances And Pay Such Premiums As May Be Necessary For The Purpose. From Time To Time, The Procuring Entity May Deduct The Amount It Shall Pay For Said Premiums Including Twenty Five Percent (25%) Therein From Any Monies Due, Or Which May Become Due, To The Contractor, Without Prejudice To The Procuring Entity Exercising Its Right To Impose Other Sanctions Against The Contractor Pursuant To The Provisions Of This Contract. 15.5. In The Event The Contractor Fails To Observe The Above Safeguards, The Procuring Entity May, At The Contractor’s Expense, Take Whatever Measure Is Deemed Necessary For Its Protection And That Of The Contractor’s Personnel And Third Parties, And/or Order The Interruption Of Dangerous Works. In Addition, The Procuring Entity May Refuse To Make The Payments Under Gcc Clause 40 Until The Contractor Complies With This Clause. 15.6. The Contractor Shall Immediately Replace The Insurance Policy Obtained As Required In This Contract, Without Need Of The Procuring Entity’s Demand, With A New Policy Issued By A New Insurance Company Acceptable To The Procuring Entity For Any Of The Following Grounds: (a) The Issuer Of The Insurance Policy To Be Replaced Has: (i) Become Bankrupt; (ii) Been Placed Under Receivership Or Under A Management Committee; (iii) Been Sued For Suspension Of Payment; Or (iv) Been Suspended By The Insurance Commission And Its License To Engage In Business Or Its Authority To Issue Insurance Policies Cancelled; Or (v) Where Reasonable Grounds Exist That The Insurer May Not Be Able, Fully And Promptly, To Fulfill Its Obligation Under The Insurance Policy. 16. Termination For Default Of Contractor 16.1. The Procuring Entity Shall Terminate This Contract For Default When Any Of The Following Conditions Attend Its Implementation: 16.2. Due To The Contractor’s Fault And While The Project Is On-going, It Has Incurred Negative Slippage Of Fifteen Percent (15%) Or More In Accordance With Presidential Decree 1870, Regardless Of Whether Or Not Previous Warnings And Notices Have Been Issued For The Contractor To Improve His Performance; 16.3. Due To Its Own Fault And After This Contract Time Has Expired, The Contractor Incurs Delay In The Completion Of The Work After This Contract Has Expired; Or 16.4. The Contractor: (a) Abandons The Contract Works, Refuses Or Fails To Comply With A Valid Instruction Of The Procuring Entity Or Fails To Proceed Expeditiously And Without Delay Despite A Written Notice By The Procuring Entity; (b) Does Not Actually Have On The Project Site The Minimum Essential Equipment Listed On The Bid Necessary To Prosecute The Works In Accordance With The Approved Program Of Work And Equipment Deployment Schedule As Required For The Project; (c) Does Not Execute The Works In Accordance With This Contract Or Persistently Or Flagrantly Neglects To Carry Out Its Obligations Under This Contract; (d) Neglects Or Refuses To Remove Materials Or To Perform A New Work That Has Been Rejected As Defective Or Unsuitable; Or (e) Sub-lets Any Part Of This Contract Without Approval By The Procuring Entity. 16.5. All Materials On The Site, Plant, Equipment, And Works Shall Be Deemed To Be The Property Of The Procuring Entity If This Contract Is Rescinded Because Of The Contractor’s Default. 17. Termination For Default Of Procuring Entity The Contractor May Terminate This Contract With The Procuring Entity If The Works Are Completely Stopped For A Continuous Period Of At Least Sixty (60) Calendar Days Through No Fault Of Its Own, Due To Any Of The Following Reasons: (a) Failure Of The Procuring Entity To Deliver, Within A Reasonable Time, Supplies, Materials, Right-of-way, Or Other Items It Is Obligated To Furnish Under The Terms Of This Contract; Or (b) The Prosecution Of The Work Is Disrupted By The Adverse Peace And Order Situation, As Certified By The Armed Forces Of The Philippines Provincial Commander And Approved By The Secretary Of National Defense. 18. Termination For Other Causes 18.1. The Procuring Entity May Terminate This Contract, In Whole Or In Part, At Any Time For Its Convenience. The Head Of The Procuring Entity May Terminate This Contract For The Convenience Of The Procuring Entity If He Has Determined The Existence Of Conditions That Make Project Implementation Economically, Financially Or Technically Impractical And/or Unnecessary, Such As, But Not Limited To, Fortuitous Event(s) Or Changes In Law And National Government Policies. 18.2. The Procuring Entity Or The Contractor May Terminate This Contract If The Other Party Causes A Fundamental Breach Of This Contract. 18.3. Fundamental Breaches Of Contract Shall Include, But Shall Not Be Limited To, The Following: (a) The Contractor Stops Work For Twenty Eight (28) Days When No Stoppage Of Work Is Shown On The Current Program Of Work And The Stoppage Has Not Been Authorized By The Procuring Entity’s Representative; (b) The Procuring Entity’s Representative Instructs The Contractor To Delay The Progress Of The Works, And The Instruction Is Not Withdrawn Within Twenty Eight (28) Days; (c) The Procuring Entity Shall Terminate This Contract If The Contractor Is Declared Bankrupt Or Insolvent As Determined With Finality By A Court Of Competent Jurisdiction. In This Event, Termination Will Be Without Compensation To The Contractor, Provided That Such Termination Will Not Prejudice Or Affect Any Right Of Action Or Remedy Which Has Accrued Or Will Accrue Thereafter To The Procuring Entity And/or The Contractor. In The Case Of The Contractor's Insolvency, Any Contractor's Equipment Which The Procuring Entity Instructs In The Notice Is To Be Used Until The Completion Of The Works; (d) A Payment Certified By The Procuring Entity’s Representative Is Not Paid By The Procuring Entity To The Contractor Within Eighty Four (84) Days From The Date Of The Procuring Entity’s Representative’s Certificate; (e) The Procuring Entity’s Representative Gives Notice That Failure To Correct A Particular Defect Is A Fundamental Breach Of Contract And The Contractor Fails To Correct It Within A Reasonable Period Of Time Determined By The Procuring Entity’s Representative; (f) The Contractor Does Not Maintain A Security, Which Is Required; (g) The Contractor Has Delayed The Completion Of The Works By The Number Of Days For Which The Maximum Amount Of Liquidated Damages Can Be Paid, As Defined In The Gcc Clause 9; And (h) In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To, The Following: (i) Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Defined In Itb Clause 3.1(a), Unless Otherwise Specified In The Scc; (ii) Drawing Up Or Using Forged Documents; (iii) Using Adulterated Materials, Means Or Methods, Or Engaging In Production Contrary To Rules Of Science Or The Trade; And (iv) Any Other Act Analogous To The Foregoing. 18.4. The Funding Source Or The Procuring Entity, As Appropriate, Will Seek To Impose The Maximum Civil, Administrative And/or Criminal Penalties Available Under The Applicable Law On Individuals And Organizations Deemed To Be Involved With Corrupt, Fraudulent, Or Coercive Practices. 18.5. When Persons From Either Party To This Contract Gives Notice Of A Fundamental Breach To The Procuring Entity’s Representative In Order To Terminate The Existing Contract For A Cause Other Than Those Listed Under Gcc Clause 18.3, The Procuring Entity’s Representative Shall Decide Whether The Breach Is Fundamental Or Not. 18.6. If This Contract Is Terminated, The Contractor Shall Stop Work Immediately, Make The Site Safe And Secure, And Leave The Site As Soon As Reasonably Possible. 19. Procedures For Termination Of Contracts 19.1. The Following Provisions Shall Govern The Procedures For The Termination Of This Contract: (a) Upon Receipt Of A Written Report Of Acts Or Causes Which May Constitute Ground(s) For Termination As Aforementioned, Or Upon Its Own Initiative, The Procuring Entity Shall, Within A Period Of Seven (7) Calendar Days, Verify The Existence Of Such Ground(s) And Cause The Execution Of A Verified Report, With All Relevant Evidence Attached; (b) Upon Recommendation By The Procuring Entity, The Head Of The Procuring Entity Shall Terminate This Contract Only By A Written Notice To The Contractor Conveying The Termination Of This Contract. The Notice Shall State: (i) That This Contract Is Being Terminated For Any Of The Ground(s) Afore-mentioned, And A Statement Of The Acts That Constitute The Ground(s) Constituting The Same; (ii) The Extent Of Termination, Whether In Whole Or In Part; (iii) An Instruction To The Contractor To Show Cause As To Why This Contract Should Not Be Terminated; And (iv) Special Instructions Of The Procuring Entity, If Any. The Notice To Terminate Shall Be Accompanied By A Copy Of The Verified Report; (c) Within A Period Of Seven (7) Calendar Days From Receipt Of The Notice Of Termination, The Contractor Shall Submit To The Head Of The Procuring Entity A Verified Position Paper Stating Why The Contract Should Not Be Terminated. If The Contractor Fails To Show Cause After The Lapse Of The Seven (7) Day Period, Either By Inaction Or By Default, The Head Of The Procuring Entity Shall Issue An Order Terminating The Contract; (d) The Procuring Entity May, At Anytime Before Receipt Of The Bidder’s Verified Position Paper Described In Item (c) Above Withdraw The Notice To Terminate If It Is Determined That Certain Items Or Works Subject Of The Notice Had Been Completed, Delivered, Or Performed Before The Contractor’s Receipt Of The Notice; (e) Within A Non-extendible Period Of Ten (10) Calendar Days From Receipt Of The Verified Position Paper, The Head Of The Procuring Entity Shall Decide Whether Or Not To Terminate This Contract. It Shall Serve A Written Notice To The Contractor Of Its Decision And, Unless Otherwise Provided In The Said Notice, This Contract Is Deemed Terminated From Receipt Of The Contractor Of The Notice Of Decision. The Termination Shall Only Be Based On The Ground(s) Stated In The Notice To Terminate; And (f) The Head Of The Procuring Entity May Create A Contract Termination Review Committee (ctrc) To Assist Him In The Discharge Of This Function. All Decisions Recommended By The Ctrc Shall Be Subject To The Approval Of The Head Of The Procuring Entity. 19.2. Pursuant To Section 69(f) Of Ra 9184 And Without Prejudice To The Imposition Of Additional Administrative Sanctions As The Internal Rules Of The Agency May Provide And/or Further Criminal Prosecution As Provided By Applicable Laws, The Procuring Entity Shall Impose On Contractors After The Termination Of The Contract The Penalty Of Suspension For One (1) Year For The First Offense, Suspension For Two (2) Years For The Second Offense From Participating In The Public Bidding Process, For Violations Committed During The Contract Implementation Stage, Which Include But Not Limited To The Following: (a) Failure Of The Contractor, Due Solely To His Fault Or Negligence, To Mobilize And Start Work Or Performance Within The Specified Period In The Notice To Proceed (“ntp”); (b) Failure By The Contractor To Fully And Faithfully Comply With Its Contractual Obligations Without Valid Cause, Or Failure By The Contractor To Comply With Any Written Lawful Instruction Of The Procuring Entity Or Its Representative(s) Pursuant To The Implementation Of The Contract. For The Procurement Of Infrastructure Projects Or Consultancy Contracts, Lawful Instructions Include But Are Not Limited To The Following: (i) Employment Of Competent Technical Personnel, Competent Engineers And/or Work Supervisors; (ii) Provision Of Warning Signs And Barricades In Accordance With Approved Plans And Specifications And Contract Provisions; (iii) Stockpiling In Proper Places Of All Materials And Removal From The Project Site Of Waste And Excess Materials, Including Broken Pavement And Excavated Debris In Accordance With Approved Plans And Specifications And Contract Provisions; (iv) Deployment Of Committed Equipment, Facilities, Support Staff And Manpower; And (v) Renewal Of The Effectivity Dates Of The Performance Security After Its Expiration During The Course Of Contract Implementation. (c) Assignment And Subcontracting Of The Contract Or Any Part Thereof Or Substitution Of Key Personnel Named In The Proposal Without Prior Written Approval By The Procuring Entity. (d) Poor Performance By The Contractor Or Unsatisfactory Quality And/or Progress Of Work Arising From His Fault Or Negligence As Reflected In The Constructor's Performance Evaluation System (“cpes”) Rating Sheet. In The Absence Of The Cpes Rating Sheet, The Existing Performance Monitoring System Of The Procuring Entity Shall Be Applied. Any Of The Following Acts By The Contractor Shall Be Construed As Poor Performance: (i) Negative Slippage Of 15% And Above Within The Critical Path Of The Project Due Entirely To The Fault Or Negligence Of The Contractor; And (ii) Quality Of Materials And Workmanship Not Complying With The Approved Specifications Arising From The Contractor's Fault Or Negligence. (e) Willful Or Deliberate Abandonment Or Non-performance Of The Project Or Contract By The Contractor Resulting To Substantial Breach Thereof Without Lawful And/or Just Cause. In Addition To The Penalty Of Suspension, The Performance Security Posted By The Contractor Shall Also Be Forfeited. 20. Force Majeure, Release From Performance 20.1. For Purposes Of This Contract The Terms “force Majeure” And “fortuitous Event” May Be Used Interchangeably. In This Regard, A Fortuitous Event Or Force Majeure Shall Be Interpreted To Mean An Event Which The Contractor Could Not Have Foreseen, Or Which Though Foreseen, Was Inevitable. It Shall Not Include Ordinary Unfavorable Weather Conditions; And Any Other Cause The Effects Of Which Could Have Been Avoided With The Exercise Of Reasonable Diligence By The Contractor. 20.2. If This Contract Is Discontinued By An Outbreak Of War Or By Any Other Event Entirely Outside The Control Of Either The Procuring Entity Or The Contractor, The Procuring Entity’s Representative Shall Certify That This Contract Has Been Discontinued. The Contractor Shall Make The Site Safe And Stop Work As Quickly As Possible After Receiving This Certificate And Shall Be Paid For All Works Carried Out Before Receiving It And For Any Work Carried Out Afterwards To Which A Commitment Was Made. 20.3. If The Event Continues For A Period Of Eighty Four (84) Days, Either Party May Then Give Notice Of Termination, Which Shall Take Effect Twenty Eight (28) Days After The Giving Of The Notice. 20.4. After Termination, The Contractor Shall Be Entitled To Payment Of The Unpaid Balance Of The Value Of The Works Executed And Of The Materials And Plant Reasonably Delivered To The Site, Adjusted By The Following: (a) Any Sum To Which The Contractor Is Entitled Under Gcc Clause 28; (b) The Cost Of His Suspension And Demobilization; (c) Any Sum To Which The Procuring Entity Is Entitled. 20.5. The Net Balance Due Shall Be Paid Or Repaid Within A Reasonable Time Period From The Time Of The Notice Of Termination. 21. Resolution Of Disputes 21.1. If Any Dispute Or Difference Of Any Kind Whatsoever Shall Arise Between The Parties In Connection With The Implementation Of The Contract Covered By The Act And This Irr, The Parties Shall Make Every Effort To Resolve Amicably Such Dispute Or Difference By Mutual Consultation. 21.2. If The Contractor Believes That A Decision Taken By The Procuring Entity’s Representative Was Either Outside The Authority Given To The Procuring Entity’s Representative By This Contract Or That The Decision Was Wrongly Taken, The Decision Shall Be Referred To The Arbiter Indicated In The Scc Within Fourteen (14) Days Of The Notification Of The Procuring Entity’s Representative’s Decision. 21.3. Any And All Disputes Arising From The Implementation Of This Contract Covered By The R.a. 9184 And Its Irr Shall Be Submitted To Arbitration In The Philippines According To The Provisions Of Republic Act No. 876, Otherwise Known As The “ Arbitration Law” And Republic Act 9285, Otherwise Known As The “alternative Dispute Resolution Act Of 2004”: Provided, However, That, Disputes That Are Within The Competence Of The Construction Industry Arbitration Commission To Resolve Shall Be Referred Thereto. The Process Of Arbitration Shall Be Incorporated As A Provision In This Contract That Will Be Executed Pursuant To The Provisions Of The Act And Its Irr: Provided, Further, That, By Mutual Agreement, The Parties May Agree In Writing To Resort To Other Alternative Modes Of Dispute Resolution. 22. Suspension Of Loan, Credit, Grant, Or Appropriation In The Event That The Funding Source Suspends The Loan, Credit, Grant, Or Appropriation To The Procuring Entity, From Which Part Of The Payments To The Contractor Are Being Made: (a) The Procuring Entity Is Obligated To Notify The Contractor Of Such Suspension Within Seven (7) Days Of Having Received The Suspension Notice. (b) If The Contractor Has Not Received Sums Due It For Work Already Done Within Forty Five (45) Days From The Time The Contractor’s Claim For Payment Has Been Certified By The Procuring Entity’s Representative, The Contractor May Immediately Issue A Suspension Of Work Notice In Accordance With Gcc Clause 45.2. 23. Procuring Entity’s Representative’s Decisions 23.1. Except Where Otherwise Specifically Stated, The Procuring Entity’s Representative Will Decide Contractual Matters Between The Procuring Entity And The Contractor In The Role Representing The Procuring Entity. 23.2. The Procuring Entity’s Representative May Delegate Any Of His Duties And Responsibilities To Other People, Except To The Arbiter, After Notifying The Contractor, And May Cancel Any Delegation After Notifying The Contractor. 24. Approval Of Drawings And Temporary Works By The Procuring Entity’s Representative 24.1. All Drawings Prepared By The Contractor For The Execution Of The Temporary Works, Are Subject To Prior Approval By The Procuring Entity’s Representative Before Its Use. 24.2. The Contractor Shall Be Responsible For Design Of Temporary Works. 24.3. The Procuring Entity’s Representative’s Approval Shall Not Alter The Contractor’s Responsibility For Design Of The Temporary Works. 24.4. The Contractor Shall Obtain Approval Of Third Parties To The Design Of The Temporary Works, When Required By The Procuring Entity. 25. Acceleration And Delays Ordered By The Procuring Entity’s Representative 25.1. When The Procuring Entity Wants The Contractor To Finish Before The Intended Completion Date, The Procuring Entity’s Representative Will Obtain Priced Proposals For Achieving The Necessary Acceleration From The Contractor. If The Procuring Entity Accepts These Proposals, The Intended Completion Date Will Be Adjusted Accordingly And Confirmed By Both The Procuring Entity And The Contractor. 25.2. If The Contractor’s Financial Proposals For An Acceleration Are Accepted By The Procuring Entity, They Are Incorporated In The Contract Price And Treated As A Variation. 26. Extension Of The Intended Completion Date 26.1. The Procuring Entity’s Representative Shall Extend The Intended Completion Date If A Variation Is Issued Which Makes It Impossible For The Intended Completion Date To Be Achieved By The Contractor Without Taking Steps To Accelerate The Remaining Work, Which Would Cause The Contractor To Incur Additional Costs. No Payment Shall Be Made For Any Event Which May Warrant The Extension Of The Intended Completion Date. 26.2. The Procuring Entity’s Representative Shall Decide Whether And By How Much To Extend The Intended Completion Date Within Twenty One (21) Days Of The Contractor Asking The Procuring Entity’s Representative For A Decision Thereto After Fully Submitting All Supporting Information. If The Contractor Has Failed To Give Early Warning Of A Delay Or Has Failed To Cooperate In Dealing With A Delay, The Delay By This Failure Shall Not Be Considered In Assessing The New Intended Completion Date. 27. Right To Vary 27.1. The Procuring Entity’s Representative With The Prior Approval Of The Procuring Entity May Instruct Variations, Up To A Maximum Cumulative Amount Of Ten Percent (10%) Of The Original Contract Cost. 27.2. Variations Shall Be Valued As Follows: (a) At A Lump Sum Price Agreed Between The Parties; (b) Where Appropriate, At Rates In This Contract; (c) In The Absence Of Appropriate Rates, The Rates In This Contract Shall Be Used As The Basis For Valuation; Or Failing Which (d) At Appropriate New Rates, Equal To Or Lower Than Current Industry Rates And To Be Agreed Upon By Both Parties And Approved By The Head Of The Procuring Entity. 28. Contractor's Right To Claim If The Contractor Incurs Cost As A Result Of Any Of The Events Under Gcc Clause 13, The Contractor Shall Be Entitled To The Amount Of Such Cost. If As A Result Of Any Of The Said Events, It Is Necessary To Change The Works, This Shall Be Dealt With As A Variation. 29. Dayworks 29.1. Subject To Gcc Clause 43 On Variation Order, And If Applicable As Indicated In The Scc, The Day Works Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 29.2. All Work To Be Paid For As Day Works Shall Be Recorded By The Contractor On Forms Approved By The Procuring Entity’s Representative. Each Completed Form Shall Be Verified And Signed By The Procuring Entity’s Representative Within Two Days Of The Work Being Done. 29.3. The Contractor Shall Be Paid For Day Works Subject To Obtaining Signed Dayworks Forms. 30. Early Warning 30.1. The Contractor Shall Warn The Procuring Entity’s Representative At The Earliest Opportunity Of Specific Likely Future Events Or Circumstances That May Adversely Affect The Quality Of The Work, Increase The Contract Price, Or Delay The Execution Of The Works. The Procuring Entity’s Representative May Require The Contractor To Provide An Estimate Of The Expected Effect Of The Future Event Or Circumstance On The Contract Price And Completion Date. The Estimate Shall Be Provided By The Contractor As Soon As Reasonably Possible. 30.2. The Contractor Shall Cooperate With The Procuring Entity’s Representative In Making And Considering Proposals For How The Effect Of Such An Event Or Circumstance Can Be Avoided Or Reduced By Anyone Involved In The Work And In Carrying Out Any Resulting Instruction Of The Procuring Entity’s Representative. 31. Program Of Work 31.1. Within The Time Stated In The Scc, The Contractor Shall Submit To The Procuring Entity’s Representative For Approval A Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. 31.2. An Update Of The Program Of Work Shall The Show The Actual Progress Achieved On Each Activity And The Effect Of The Progress Achieved On The Timing Of The Remaining Work, Including Any Changes To The Sequence Of The Activities. 31.3. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 31.4. The Procuring Entity’s Representative’s Approval Of The Program Of Work Shall Not Alter The Contractor’s Obligations. The Contractor May Revise The Program Of Work And Submit It To The Procuring Entity’s Representative Again At Any Time. A Revised Program Of Work Shall Show The Effect Of Any Approved Variations. 31.5. When The Program Of Work Is Updated, The Contractor Shall Provide The Procuring Entity’s Representative With An Updated Cash Flow Forecast. The Cash Flow Forecast Shall Include Different Currencies, As Defined In The Contract, Converted As Necessary Using The Contract Exchange Rates. 31.6. All Variations Shall Be Included In Updated Program Of Work Produced By The Contractor. 32. Management Conferences 32.1. Either The Procuring Entity’s Representative Or The Contractor May Require The Other To Attend A Management Conference. The Management Conference Shall Review The Plans For Remaining Work And Deal With Matters Raised In Accordance With The Early Warning Procedure. 32.2. The Procuring Entity’s Representative Shall Record The Business Of Management Conferences And Provide Copies Of The Record To Those Attending The Conference And To The Procuring Entity . The Responsibility Of The Parties For Actions To Be Taken Shall Be Decided By The Procuring Entity’s Representative Either At The Management Conference Or After The Management Conference And Stated In Writing To All Who Attended The Conference. 33. Bill Of Quantities 33.1. The Bill Of Quantities Shall Contain Items Of Work For The Construction, Installation, Testing, And Commissioning Of Work To Be Done By The Contractor. 33.2. The Bill Of Quantities Is Used To Calculate The Contract Price. The Contractor Is Paid For The Quantity Of The Work Done At The Rate In The Bill Of Quantities For Each Item. 33.3. If The Final Quantity Of Any Work Done Differs From The Quantity In The Bill Of Quantities For The Particular Item And Is Not More Than Twenty Five Percent (25%) Of The Original Quantity, Provided The Aggregate Changes For All Items Do Not Exceed Ten Percent (10%) Of The Contract Price, The Procuring Entity’s Representative Shall Make The Necessary Adjustments To Allow For The Changes Subject To Applicable Laws, Rules, And Regulations. 33.4. If Requested By The Procuring Entity’s Representative, The Contractor Shall Provide The Procuring Entity’s Representative With A Detailed Cost Breakdown Of Any Rate In The Bill Of Quantities. 34. Instructions, Inspections And Audits 34.1. The Procuring Entity’s Personnel Shall At All Reasonable Times During Construction Of The Work Be Entitled To Examine, Inspect, Measure And Test The Materials And Workmanship, And To Check The Progress Of The Construction. 34.2. If The Procuring Entity’s Representative Instructs The Contractor To Carry Out A Test Not Specified In The Specification To Check Whether Any Work Has A Defect And The Test Shows That It Does, The Contractor Shall Pay For The Test And Any Samples. If There Is No Defect, The Test Shall Be A Compensation Event. 34.3. The Contractor Shall Permit The Funding Source Named In The Scc To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Appointed By The Funding Source, If So Required By The Funding Source. 35. Identifying Defects The Procuring Entity’s Representative Shall Check The Contractor’s Work And Notify The Contractor Of Any Defects That Are Found. Such Checking Shall Not Affect The Contractor’s Responsibilities. The Procuring Entity’s Representative May Instruct The Contractor To Search Uncover Defects And Test Any Work That The Procuring Entity’s Representative Considers Below Standards And Defective. 36. Cost Of Repairs Loss Or Damage To The Works Or Materials To Be Incorporated In The Works Between The Start Date And The End Of The Defects Liability Periods Shall Be Remedied By The Contractor At The Contractor’s Cost If The Loss Or Damage Arises From The Contractor’s Acts Or Omissions. 37. Correction Of Defects 37.1. The Procuring Entity’s Representative Shall Give Notice To The Contractor Of Any Defects Before The End Of The Defects Liability Period, Which Isone (1) Year From Project Completion Up To Final Acceptance By The Procuring Entity’s. 37.2. Every Time Notice Of A Defect Is Given, The Contractor Shall Correct The Notified Defect Within The Length Of Time Specified In The Procuring Entity’s Representative’s Notice. 37.3. The Contractor Shall Correct The Defects Which He Notices Himself Before The End Of The Defects Liability Period. 37.4. The Procuring Entity Shall Certify That All Defects Have Been Corrected. If The Procuring Entity Considers That Correction Of A Defect Is Not Essential, He Can Request The Contractor To Submit A Quotation For The Corresponding Reduction In The Contract Price. If The Procuring Entity Accepts The Quotation, The Corresponding Change In The Scc Is A Variation. 38. Uncorrected Defects 38.1. The Procuring Entity Shall Give The Contractor At Least Fourteen (14) Days Notice Of His Intention To Use A Third Party To Correct A Defect. If The Contractor Does Not Correct The Defect Himself Within The Period, The Procuring Entity May Have The Defect Corrected By The Third Party. The Cost Of The Correction Will Be Deducted From The Contract Price. 38.2. The Use Of A Third Party To Correct Defects That Are Uncorrected By The Contractor Will In No Way Relieve The Contractor Of Its Liabilities And Warranties Under The Contract. 39. Advance Payment 39.1. The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum Or, At The Most Two, Installments According To A Schedule Specified In The Scc. 39.2. The Advance Payment Shall Be Made Only Upon The Submission To And Acceptance By The Procuring Entity Of An Irrevocable Standby Letter Of Credit Of Equivalent Value From A Commercial Bank, A Bank Guarantee Or A Surety Bond Callable Upon Demand, Issued By A Surety Or Insurance Company Duly Licensed By The Insurance Commission And Confirmed By The Procuring Entity. 39.3. The Advance Payment Shall Be Repaid By The Contractor By An Amount Equal To The Percentage Of The Total Contract Price Used For The Advance Payment. 39.4. The Contractor May Reduce His Standby Letter Of Credit Or Guarantee Instrument By The Amounts Refunded By The Monthly Certificates In The Advance Payment. 39.5. The Procuring Entity Will Provide An Advance Payment On The Contract Price As Stipulated In The Conditions Of Contract, Subject To The Maximum Amount Stated In Scc Clause 39.1. 40. Progress Payments 40.1. The Contractor May Submit A Request For Payment For Work Accomplished. Such Request For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 40.2. The Procuring Entity Shall Deduct The Following From The Certified Gross Amounts To Be Paid To The Contractor As Progress Payment: (a) Cumulative Value Of The Work Previously Certified And Paid For. (b) Portion Of The Advance Payment To Be Recouped For The Month. (c) Retention Money In Accordance With The Condition Of Contract. (d) Amount To Cover Third Party Liabilities. (e) Amount To Cover Uncorrected Discovered Defects In The Works. 40.3. Payments Shall Be Adjusted By Deducting There From The Amounts For Advance Payments And Retention. The Procuring Entity Shall Pay The Contractor The Amounts Certified By The Procuring Entity’s Representative Within Twenty Eight (28) Days From The Date Each Certificate Was Issued. No Payment Of Interest For Delayed Payments And Adjustments Shall Be Made By The Procuring Entity. 40.4. The First Progress Payment May Be Paid By The Procuring Entity To The Contractor Provided That At Least Twenty Percent (20%) Of The Work Has Been Accomplished As Certified By The Procuring Entity’s Representative. 40.5. Items Of The Works For Which A Price Of “0” (zero) Has Been Entered Will Not Be Paid For By The Procuring Entity And Shall Be Deemed Covered By Other Rates And Prices In The Contract. 41. Payment Certificates 41.1. The Contractor Shall Submit To The Procuring Entity’s Representative Monthly Statements Of The Estimated Value Of The Work Executed Less The Cumulative Amount Certified Previously. 41.2. The Procuring Entity’s Representative Shall Check The Contractor’s Monthly Statement And Certify The Amount To Be Paid To The Contractor. 41.3. The Value Of Work Executed Shall: (a) Be Determined By The Procuring Entity’s Representative; (b) Comprise The Value Of The Quantities Of The Items In The Bill Of Quantities Completed; And (c) Include The Valuations Of Approved Variations. 41.4. The Procuring Entity’s Representative May Exclude Any Item Certified In A Previous Certificate Or Reduce The Proportion Of Any Item Previously Certified In Any Certificate In The Light Of Later Information. 42. Retention 42.1. The Procuring Entity Shall Retain From Each Payment Due To The Contractor An Amount Equal To A Percentage Thereof Using The Rate As Specified In Itb Sub-clause 42.2. 42.2. Progress Payments Are Subject To Retention Of Ten Percent (10%), Referred To As The “retention Money.” Such Retention Shall Be Based On The Total Amount Due To The Contractor Prior To Any Deduction And Shall Be Retained From Every Progress Payment Until Fifty Percent (50%) Of The Value Of Works, As Determined By The Procuring Entity, Are Completed. If, After Fifty Percent (50%) Completion, The Work Is Satisfactorily Done And On Schedule, No Additional Retention Shall Be Made; Otherwise, The Ten Percent (10%) Retention Shall Again Be Imposed Using The Rate Specified Therefore. 42.3. The Total “retention Money” Shall Be Due For Release Upon Final Acceptance Of The Works. The Contractor May, However, Request The Substitution Of The Retention Money For Each Progress Billing With Irrevocable Standby Letters Of Credit From A Commercial Bank, Bank Guarantees Or Surety Bonds Callable On Demand, Of Amounts Equivalent To The Retention Money Substituted For And Acceptable To The Procuring Entity, Provided That The Project Is On Schedule And Is Satisfactorily Undertaken. Otherwise, The Ten (10%) Percent Retention Shall Be Made. Said Irrevocable Standby Letters Of Credit, Bank Guarantees And/or Surety Bonds, To Be Posted In Favor Of The Government Shall Be Valid For A Duration To Be Determined By The Concerned Implementing Office/agency Or Procuring Entity And Will Answer For The Purpose For Which The Ten (10%) Percent Retention Is Intended, I.e., To Cover Uncorrected Discovered Defects And Third Party Liabilities. 42.4. On Completion Of The Whole Works, The Contractor May Substitute Retention Money With An “on Demand” Bank Guarantee In A Form Acceptable To The Procuring Entity. 43. Variation Orders 43.1. Variation Orders May Be Issued By The Procuring Entity To Cover Any Increase/decrease In Quantities, Including The Introduction Of New Work Items That Are Not Included In The Original Contract Or Reclassification Of Work Items That Are Either Due To Change Of Plans, Design Or Alignment To Suit Actual Field Conditions Resulting In Disparity Between The Preconstruction Plans Used For Purposes Of Bidding And The “as Staked Plans” Or Construction Drawings Prepared After A Joint Survey By The Contractor And The Procuring Entity After Award Of The Contract, Provided That The Cumulative Amount Of The Variation Order Does Not Exceed Ten Percent (10%) Of The Original Project Cost. The Addition/deletion Of Works Should Be Within The General Scope Of The Project As Bid And Awarded. The Scope Of Works Shall Not Be Reduced So As To Accommodate A Positive Variation Order. A Variation Order May Either Be In The Form Of A Change Order Or Extra Work Order. 43.2. A Change Order May Be Issued By The Procuring Entity To Cover Any Increase/decrease In Quantities Of Original Work Items In The Contract. 43.3. An Extra Work Order May Be Issued By The Procuring Entity To Cover The Introduction Of New Work Necessary For The Completion, Improvement Or Protection Of The Project Which Were Not Included As Items Of Work In The Original Contract, Such As, Where There Are Subsurface Or Latent Physical Conditions At The Site Differing Materially From Those Indicated In The Contract, Or Where There Are Duly Unknown Physical Conditions At The Site Of An Unusual Nature Differing Materially From Those Ordinarily Encountered And Generally Recognized As Inherent In The Work Or Character Provided For In The Contract. 43.4. Any Cumulative Variation Order Beyond Ten Percent (10%) Shall Be Subject Of Another Contract To Be Bid Out If The Works Are Separable From The Original Contract. In Exceptional Cases Where It Is Urgently Necessary To Complete The Original Scope Of Work, The Head Of The Procuring Entity May Authorize A Positive Variation Order Go Beyond Ten Percent (10%) But Not More Than Twenty Percent (20%) Of The Original Contract Price, Subject To The Guidelines To Be Determined By The Gppb: Provided, However, That Appropriate Sanctions Shall Be Imposed On The Designer, Consultant Or Official Responsible For The Original Detailed Engineering Design Which Failed To Consider The Variation Order Beyond Ten Percent (10%). 43.5. In Claiming For Any Variation Order, The Contractor Shall, Within Seven (7) Calendar Days After Such Work Has Been Commenced Or After The Circumstances Leading To Such Condition(s) Leading To The Extra Cost, And Within Twenty-eight (28) Calendar Days Deliver A Written Communication Giving Full And Detailed Particulars Of Any Extra Cost In Order That It May Be Investigated At That Time. Failure To Provide Either Of Such Notices In The Time Stipulated Shall Constitute A Waiver By The Contractor For Any Claim. The Preparation And Submission Of Variation Orders Are As Follows: (a) If The Procuring Entity’s Representative/project Engineer Believes That A Change Order Or Extra Work Order Should Be Issued, He Shall Prepare The Proposed Order Accompanied With The Notices Submitted By The Contractor, The Plans Therefore, His Computations As To The Quantities Of The Additional Works Involved Per Item Indicating The Specific Stations Where Such Works Are Needed, The Date Of His Inspections And Investigations Thereon, And The Log Book Thereof, And A Detailed Estimate Of The Unit Cost Of Such Items Of Work, Together With His Justifications For The Need Of Such Change Order Or Extra Work Order, And Shall Submit The Same To The Head Of The Procuring Entity For Approval. (b) The Head Of The Procuring Entity Or His Duly Authorized Representative, Upon Receipt Of The Proposed Change Order Or Extra Work Order Shall Immediately Instruct The Technical Staff Of The Procuring Entity’s To Conduct An On-the-spot Investigation To Verify The Need For The Work To Be Prosecuted. A Report Of Such Verification Shall Be Submitted Directly To The Head Of The Procuring Entity Or His Duly Authorized Representative. (c) The, Head Of The Procuring Entity Or His Duly Authorized Representative, After Being Satisfied That Such Change Order Or Extra Work Order Is Justified And Necessary, Shall Review The Estimated Quantities And Prices And Forward The Proposal With The Supporting Documentation To The Head Of Procuring Entity For Consideration. (d) If, After Review Of The Plans, Quantities And Estimated Unit Cost Of The Items Of Work Involved, The Proper Office Of The Procuring Entity Empowered To Review And Evaluate Change Orders Or Extra Work Orders Recommends Approval Thereof, Head Of The Procuring Entity Or His Duly Authorized Representative, Believing The Change Order Or Extra Work Order To Be In Order, Shall Approve The Same. (e) The Timeframe For The Processing Of Variation Orders From The Preparation Up To The Approval By The Head Of The Procuring Entity Concerned Shall Not Exceed Thirty (30) Calendar Days. 44. Contract Completion Once The Project Reaches An Accomplishment Of Ninety Five (95%) Of The Total Contract Amount, The Procuring Entity May Create An Inspectorate Team To Make Preliminary Inspection And Submit A Punch-list To The Contractor In Preparation For The Final Turnover Of The Project. Said Punch-list Will Contain, Among Others, The Remaining Works, Work Deficiencies For Necessary Corrections, And The Specific Duration/time To Fully Complete The Project Considering The Approved Remaining Contract Time. This, However, Shall Not Preclude The Claim Of The Procuring Entity For Liquidated Damages. 45. Suspension Of Work 45.1. The Procuring Entity Shall Have The Authority To Suspend The Work Wholly Or Partly By Written Order For Such Period As May Be Deemed Necessary, Due To Force Majeure Or Any Fortuitous Events Or For Failure On The Part Of The Contractor To Correct Bad Conditions Which Are Unsafe For Workers Or For The General Public, To Carry Out Valid Orders Given By The Procuring Entity Or To Perform Any Provisions Of The Contract, Or Due To Adjustment Of Plans To Suit Field Conditions As Found Necessary During Construction. The Contractor Shall Immediately Comply With Such Order To Suspend The Work Wholly Or Partly. 45.2. The Contractor Or Its Duly Authorized Representative Shall Have The Right To Suspend Work Operation On Any Or All Projects/activities Along The Critical Path Of Activities After Fifteen (15) Calendar Days From Date Of Receipt Of Written Notice From The Contractor To The District Engineer/regional Director/consultant Or Equivalent Official, As The Case May Be, Due To The Following: (a) There Exist Right-of-way Problems Which Prohibit The Contractor From Performing Work In Accordance With The Approved Construction Schedule. (b) Requisite Construction Plans Which Must Be Owner-furnished Are Not Issued To The Contractor Precluding Any Work Called For By Such Plans. (c) Peace And Order Conditions Make It Extremely Dangerous, If Not Possible, To Work. However, This Condition Must Be Certified In Writing By The Philippine National Police (pnp) Station Which Has Responsibility Over The Affected Area And Confirmed By The Department Of Interior And Local Government (dilg) Regional Director. (d) There Is Failure On The Part Of The Procuring Entity To Deliver Government-furnished Materials And Equipment As Stipulated In The Contract. (e) Delay In The Payment Of Contractor’s Claim For Progress Billing Beyond Forty-five (45) Calendar Days From The Time The Contractor’s Claim Has Been Certified To By The Procuring Entity’s Authorized Representative That The Documents Are Complete Unless There Are Justifiable Reasons Thereof Which Shall Be Communicated In Writing To The Contractor. 45.3. In Case Of Total Suspension, Or Suspension Of Activities Along The Critical Path, Which Is Not Due To Any Fault Of The Contractor, The Elapsed Time Between The Effective Order Of Suspending Operation And The Order To Resume Work Shall Be Allowed The Contractor By Adjusting The Contract Time Accordingly. 46. Payment On Termination 46.1. If The Contract Is Terminated Because Of A Fundamental Breach Of Contract By The Contractor, The Procuring Entity’s Representative Shall Issue A Certificate For The Value Of The Work Done And Materials Ordered Less Advance Payments Received Up To The Date Of The Issue Of The Certificate And Less The Percentage To Apply To The Value Of The Work Not Completed, As Indicated In The Scc. Additional Liquidated Damages Shall Not Apply. If The Total Amount Due To The Procuring Entity Exceeds Any Payment Due To The Contractor, The Difference Shall Be A Debt Payable To The Procuring Entity. 46.2. If The Contract Is Terminated For The Procuring Entity’s Convenience Or Because Of A Fundamental Breach Of Contract By The Procuring Entity, The Procuring Entity’s Representative Shall Issue A Certificate For The Value Of The Work Done, Materials Ordered, The Reasonable Cost Of Removal Of Equipment, Repatriation Of The Contractor’s Personnel Employed Solely On The Works, And The Contractor’s Costs Of Protecting And Securing The Works, And Less Advance Payments Received Up To The Date Of The Certificate. 46.3. The Net Balance Due Shall Be Paid Or Repaid Within Twenty Eight (28) Days From The Notice Of Termination. 46.4. If The Contractor Has Terminated The Contract Under Gcc Clauses 17 Or 18, The Procuring Entity Shall Promptly Return The Performance Security To The Contractor. 47. Extension Of Contract Time 47.1. Should The Amount Of Additional Work Of Any Kind Or Other Special Circumstances Of Any Kind Whatsoever Occur Such As To Fairly Entitle The Contractor To An Extension Of Contract Time, The Procuring Entity Shall Determine The Amount Of Such Extension; Provided That The Procuring Entity Is Not Bound To Take Into Account Any Claim For An Extension Of Time Unless The Contractor Has, Prior To The Expiration Of The Contract Time And Within Thirty (30) Calendar Days After Such Work Has Been Commenced Or After The Circumstances Leading To Such Claim Have Arisen, Delivered To The Procuring Entity Notices In Order That It Could Have Investigated Them At That Time. Failure To Provide Such Notice Shall Constitute A Waiver By The Contractor Of Any Claim. Upon Receipt Of Full And Detailed Particulars, The Procuring Entity Shall Examine The Facts And Extent Of The Delay And Shall Extend The Contract Time Completing The Contract Work When, In The Procuring Entity’s Opinion, The Findings Of Facts Justify An Extension. 47.2. No Extension Of Contract Time Shall Be Granted The Contractor Due To (a) Ordinary Unfavorable Weather Conditions And (b) Inexcusable Failure Or Negligence Of Contractor To Provide The Required Equipment, Supplies Or Materials. 47.3. Extension Of Contract Time May Be Granted Only When The Affected Activities Fall Within The Critical Path Of The Pert/cpm Network. 47.4. No Extension Of Contract Time Shall Be Granted When The Reason Given To Support The Request For Extension Was Already Considered In The Determination Of The Original Contract Time During The Conduct Of Detailed Engineering And In The Preparation Of The Contract Documents As Agreed Upon By The Parties Before Contract Perfection. 47.5. Extension Of Contract Time Shall Be Granted For Rainy/unworkable Days Considered Unfavorable For The Prosecution Of The Works At The Site, Based On The Actual Conditions Obtained At The Site, In Excess Of The Number Of Rainy/unworkable Days Pre-determined By The Procuring Entity In Relation To The Original Contract Time During The Conduct Of Detailed Engineering And In The Preparation Of The Contract Documents As Agreed Upon By The Parties Before Contract Perfection, And/or For Equivalent Period Of Delay Due To Major Calamities Such As Exceptionally Destructive Typhoons, Floods And Earthquakes, And Epidemics, And For Causes Such As Non-delivery On Time Of Materials, Working Drawings, Or Written Information To Be Furnished By The Procuring Entity, Non-acquisition Of Permit To Enter Private Properties Within The Right-of-way Resulting In Complete Paralyzation Of Construction Activities, And Other Meritorious Causes As Determined By The Procuring Entity’s Representative And Approved By The Head Of The Procuring Entity. Shortage Of Construction Materials, General Labor Strikes, And Peace And Order Problems That Disrupt Construction Operations Through No Fault Of The Contractor May Be Considered As Additional Grounds For Extension Of Contract Time Provided They Are Publicly Felt And Certified By Appropriate Government Agencies Such As Dti, Dole, Dilg, And Dnd, Among Others. The Written Consent Of Bondsmen Must Be Attached To Any Request Of The Contractor For Extension Of Contract Time And Submitted To The Procuring Entity For Consideration And The Validity Of The Performance Security Shall Be Correspondingly Extended. 48. Price Adjustment Except For Extraordinary Circumstances As Determined By Neda And Approved By The Gppb, No Price Adjustment Shall Be Allowed. Nevertheless, In Cases Where The Cost Of The Awarded Contract Is Affected By Any Applicable New Laws, Ordinances, Regulations, Or Other Acts Of The Gop, Promulgated After The Date Of Bid Opening, A Contract Price Adjustment Shall Be Made Or Appropriate Relief Shall Be Applied On A No Loss-no Gain Basis. 49. Completion The Contractor Shall Request The Procuring Entity’s Representative To Issue A Certificate Of Completion Of The Works, And The Procuring Entity’s Representative Will Do So Upon Deciding That The Work Is Completed. 50. Taking Over The Procuring Entity Shall Take Over The Site And The Works Within Seven (7) Days From The Date The Procuring Entity’s Representative Issues A Certificate Of Completion. 51. Operating And Maintenance Manuals 51.1. If “as Built” Drawings And/or Operating And Maintenance Manuals Are Required, The Contractor Shall Supply Them By The Dates Stated In The Scc. 51.2. If The Contractor Does Not Supply The Drawings And/or Manuals By The Dates Stated In The Scc, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative Shall Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Gcc Clause 1.16 The Intended Completion Date Is 180 Cd From Ntp. 1.21 The Procuring Entity Is Lgu- Mapanas, Northern Samar. 1.22 The Procuring Entity’s Representative Is Atty. Ronn Michael L. Tejano Municipal Mayor Municipality Of Mapanas Province Of Northern Samar 1.23 The Site Is Located At Mapanas, Northern Samar. 1.27 The Start Date Is: Upon Receipt Of Notice To Proceed. 1.30 The Works Consist Of: Item No. Scope Of Work Quantity Unit Construction Of Accessible Stairs To Municipal Evacuation Center Phase I, Brgy. Sta Potenciana, Mapanas Northern Samar B.5 Project Billboard/sign Board 1.00 Lot B.7 Construction Safety And Health 1.00 Lot B.9 Mobilization/demobilization 1.00 Lot 103(1)a Structure Excavation (common Soil) 109.54 Cu.m 804(4) Gravel Bedding 20.09 Cu.m 804 Embankment 186.32 Cu.m. 900(1)c1 Structural Concrete (class A), 28 Days 226.00 Cu.m. 902(1)a Reinforcing Steel, Deformed Grade 1440.00 Kg. 903 Formworks And Falseworks 113.17 Sq.m. 1047 Metal Structures 1,235.10 In.m. 505(2)a Grouted Riprap 115.10 Cu.m. 200(1) Aggregate Sub Base Course 56.00 Cu.m 201(1) Aggregate Base Course 42 Cu.m 311 Pcc Pavement (plain)-conventional Method, 200mm Thk. 280 2.2 Note: The Items To Follow 5.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon The Issuance Of Notice To Proceed. 6.5 The Contractor Shall Employ The Following Key Personnel: Key Personnel Number Civil Engineer 1 Construction Foreman 1 Labor Workers 3 7.4(c) “no Further Instructions”. 7.7 No Further Instructions. 8.1 No Further Instructions. 10 The Site Investigation Reports Are: None 12.3 No Further Instructions. 12.5 In Case Of Semi-permanent Structures, Such As Buildings Of Types 1, 2, And 3 As Classified Under The National Building Code Of The Philippines, Concrete/asphalt Roads, Concrete River Control, Drainage, Irrigation Lined Canals, River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Semi-permanent Structures: Five (5) Years. 13 “no Additional Provision.” 18.3(h)(i) No Further Instructions. 21.2 The Arbiter Is: Construction Industry Arbitration Commission 29.1 No Day Works Are Applicable To The Contract. 31.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within 15days Of Delivery Of The Letter Of Acceptance. 31.3 The Period Between Program Of Work Updates Is 15days. The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is P 1,000.00. 34.3 The Funding Source Is Coming From Nia 39.1 The Amount Of The Advance Payment Is 15% Of The Contract Price (lump Sum) And Shall Be Release Once Upon Presentation Of The Following Documents As Required: 1. Letter Request For Advance Payment From The Contractor 2. Bank Guarantee For Advance Payment 40.1 Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Be Included For Payment. 51.1 The Date By Which Operating And Maintenance Manuals Are Required Is Not Applicable. The Date By Which “as Built” Drawings Are Required Is 20 Days Upon Completion Of The Subproject. 51.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is P1,000.00. Section Vi. Specifications Project Name: Construction Of Accessible Stiars To Municipal Evacuation Location : Brgy. Magtaon, Mapanas, Northern Samar Item No. Description Qty. Unit. B.5 Project Billboard/signboard 1.00 Each A. A. Tarpaulin (8’x8’) 1.00 Pc B. Plywood Marine (1/4” X1.2m X1.2m X 2.44m) 2.00 Pc C. Coco Lumber, 2”x3” X 12” 84.00 Bd.ft. D. Common Nails Assorted 1.00 Kg Labor Requirement Foreman 1.00 1.00 Skilled Carpenter 1.00 1.00 Unskilled 1.00 1.00 B.7 Construction Safety And Health Program A. Safety Helmet 1.00 Pc. B. Safety Shoes 1.00 Pc. C. Safety Vest 1.00 Pc. D. Working Gloves 1.00 Pc. E. Facemask (surgical/cloth) 5.00 Pc. F. Eye Googles 1.00 Pc. G. Sanitizing Solution 1.00 Lit. H. Ethyl Alcohol 1.00 Lit. I. Disinfectant Spray 1.00 Can J. Liquid Hand Soap 1.00 Lit. Environmental Mitigating Cost A. Plywood Ordinary (¼” X 1.2m X 2.44m) 1.00 Pc. B. Coco Lumber (2” X 2” X 12’) 32.00 Pcs. C. Qde White Enamel 2.00 Lit. D. Qde Red 1.00 Pint E. Qde Green 1.00 Pint F. Qde Blue 1.00 Pint G. Paint Brush, 2” 1.00 Pc. H. Lettering Brush 1.00 Pc. I. Cwn 2” 1.00 Kg. J. Cwn ½” 1.00 Kg. K. Trapal, 12’ X 12’ 1.00 Unit Labor Requirement Safety Officer 1.00 15 Days Health Personnel (full Time First Aider) 1.00 15 Days Sanitation Aide 1.00 15 Days Material A. Gravel G1-1/2 20.00 Cu.m. 804 Embankment A. Common Borrow (w/ 25% Shrinkage Factor) 187.00 Cu.m. Labor Requirement Foreman 1.00 18.00 Days Unskilled 1.00 18.00 Days Material A. Portland Cement, Type 1 592.00 Bag B. Gravel, ¾” 53.00 Cu.m. C. Sand, Washed 33.00 Cu.m. Labor Requirement Foreman 1.00 15.00 Days Skilled Mason 2.00 15.00 Days Unskilled 8.00 15.00 Days 902(1)a Reinforcing Steel, Deformed Grade 40 Material A. Rsb, Deformed, 10mmo 4,841.76 Kgs. B. Tie Wire # 16 54.00 Kg Equipment Bar, Cutter, Single Phase 1.00 16 Days Labor Requirement Foreman 1.00 16 Days Skilled Steel Man 4.00 16 Days Unskilled 4.00 16 Days 903 Formworks And Falsworks 113.17 Sq.m. Material Forms (2 Uses) A. Plywood Ordinary (1/4” X 1.2m X 2.44m) 21.00 Pc. B. Good Lumber, 2”x3”x12’ 121.00 Pc. C. Cwn 1” 26.00 Kg. Scaffoldings (2 Uses) A. Good Lumber, 2” X 3” X 12’ 142.00 Pc. B. Coco Lumber, 2” X 3” X 12 182.00 Pc. C. Cwn 4” 120.00 Kg. Labor Requirement Foreman 1.00 6.00 Days Skilled Carpenter 2.00 6.00 Days Unskilled 4.00 6.00 Days 1047 Metal Structures A. Gi Pipe Schedule 40 Dia (38mm) 206.00 Pc. B. Welding Rod 233.00 Kg. C. Paint Red Lead, Epoxy Paint 10.00 Gal. D. Paint Brush, 2” 8.00 Pc. Labor Derivation (subsidiary Work Description) Truss Fabrication And Installation (including Purlins) Fabrication And Install: 1 Gang=1 Foreman, 1-welder, 3 Laborers Capability: 18 In.m./day/gang 1,235.10 18.00 Labor Requirement Foreman 1.00 69.00 Days Skilled Welder 1.00 69.00 Days Unskilled 3.00 69.00 Days 200(1) Aggregate Sub Base Corse Labor Labor A. Construction Foreman 1.00 1 C. Unskilled Laborer 1.00 2 Equipment A. Motorized Road Grader, G710a 1.00 1 B. Vibratory Roller (10ml.), Sd 100dc 1.00 1 C. Water Truck/pump (16000 L) 0.25 1 Materials A. Aggregate Subbase Course (w/ 15% Shrinkage Factor) 1.15 Cu.m. 201(1) Aggregate Base Course 42.00 Cu.m. Labor A. Construction Foreman 1.00 1 B. Unskilled Laborer 1.00 2 Equipment A. Motorized Road Grader 1.00 1 B. Vibratory Roller (10 Ml.) Sd1000c 1.00 1 C. Water Truck/pump (16000 L) 0.25 1 Materials A. Aggregate Subbase Course 1.15 Cu.m. 311(1)a.2 Pcc Pavement (plain)-conventional Method, 200mm Thk. Labor A. Construction Foreman 1.00 1 B. Skilled Laborer 1.00 4 C. Unskilled Laborer 1.00 12 Equipment A. Transit Mixer (5-6 Cu. Yd) 1.00 4.00 B. Concrete Vibrator 1.00 2.00 C. Concrete Batch Plant (30 Cu.m.) 1.00 1 D. Payloader (1.50 Cu.m.), Lx80-2c 1.00 1 E. Concrete Screeder (5.5 Hp) 1.00 1 F. Water Truck/pump (16000l) 1.00 1 G. Concrete Saw, Blade O14”(7.5hp) 1.00 1 H. Bar Cutter Single Phase 0.10 1 I. Joint Sealer Machine 0.25 1 Materials A. Reinforcing Steel Bar, Grade 40 0.39 Kg. B. Curing Compound 0.29 Lit. C. Asphalt Sealant 0.12 Lit. D. Steel Forms (rental) 0.46 I.m. E. Sand 0.1100 Cu.m. F. Gravel 0.20 Cu.m. G. Portland Cement, Type 1 1.90 Bag H. Concrete Saw (diamond Blade 14”) 0.00015 Pc. I. Pipe Sleeve, 2” Dia 0.0086 I.m. J. Greasse/tar 0.0056 Lit. 505(2)a Grouted Riprap Labor A. Construction Foreman 1.00 1 B. Skilled Laborer 1.00 2 C. Unskilled Laborer 1.00 8 Equipment A.one Bagger 1.00 1 B.water Truck (16000 L) 0.05 1 Materials A. Portland Cement 3.00 Bag B. Sand 0.25 Cu.m. C. Gravel Fill 0.015 Cu.m. D. Weep Holes (pvc) 0.30 M. E. Filter Cloth 0.015 Sq.m. F. Boulder (15-25 Kg.) 1.05 Cu.m. Section Vii. Drawings Bill Of Quantities Item No. Scope Of Work Quantity Unit Unit Cost Total Amount 1.) Construction Of Accessible Stairs To Municipal Evacuation Center Phase 1, Brgy. Sta Potenciana, Mapanas, N. Samar B.5 Project Billboard/signboard 1.00 Lot 9,015.36 10,959.69 B.7 (2) Construction Safety And Health 1.00 Lot 36,645.00 36,645.00 B.9 Mobilization/demobilization 1.00 Lot 12,528.00 12,528.00 103(1)a Structure Excavation (common Soil) 109.54 Cu.m. 376.50 41,242.08 804(4) Gravel Bedding 20.09 Cu.m 2,775.33 55,752.80 804 Embankment 186.32 Cu.m. 1,006.26 187,483.20 900(1)c1 Structural Concrete (class A), 28 Days 65.77 Cu.m. 7,333.26 482,280.00 902(1)a Reinforcing Steel, Deformed Grade 40 4,841.76 Kg. 83.46 404,093.28 903 Formworks And Falseworks 113.17 Sq.m. 1,817.10 205,645.12 1047 Metal Structures 1,235.10 In.m. 389.60 481,199.40 505(2)a Grouted Riprap 115.10 Cu.m. 4,284.76 493,188.73 200(1) Aggregate Sub Base Course 56.00 Cu.m. 1,243.72 69,648.32 201(1) Aggregate Base Course 42.00 Cu.m. 2,166.59 90,996.78 311 Pcc Pavement (plain) Conventional Method, 200mm Thk 280.00 Sq.m. 1,644.93 460,580.40 Total 3,030,298.47 Total Cost Of All Line Item Includes Cost Of Contractor’s Profit, Taxes And Ocm. Attached Detailed Cost Estimates Section Ix. Bidding Forms Table Of Contents Bid Form 79 Form Of Contract Agreement 81 Omnibus Sworn Statement 83 Bid Form Date: Iaeb No: To: Lgu-mapanas Northern Samar Address: Mapanas Northern Samar We, The Undersigned, Declare That: We Have Examined And Have No Reservation To The Bidding Documents, Including Addenda, For The Contract Construction Of Accessible Stairs To Municipal Evacuation Center Phase I , Barangay Magtaon , Mapanas N. Samar (a) We Offer To Execute The Works For This Contract In Accordance With The Bid And Bid Data Sheet, General And Special Conditions Of Contract Accompanying This Bid; The Total Price Of Our Bid, Excluding Any Discounts Offered In Item (d) Below Is: [insert Information]; The Discounts Offered And The Methodology For Their Application Are: [insert Information]; (b) Our Bid Shall Be Valid For A Period Of 120 Days From The Date Fixed For The Bid Submission Deadline In Accordance With The Bidding Documents, And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period; (c) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract; (d) Our Firm, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Have Nationalities From The Following Eligible Countries: [insert Information]; (e) We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; (f) Our Firm, Its Affiliates Or Subsidiaries, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Has Not Been Declared Ineligible By The Funding Source; (g) We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And (h) We Understand That You Are Not Bound To Accept The Lowest Evaluated Bid Or Any Other Bid That You May Receive. Name: In The Capacity Of: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Form Of Contract Agreement This Agreement, Made This [insert Date] Day Of [insert Month], [insert Year] Between [name And Address Of Procuring Entity](hereinafter Called The “entity”) And [name And Address Of Contractor] (hereinafter Called The “contractor”). Whereas, The Entity Is Desirous That The Contractor Execute [name And Identification Number Of Contract] (hereinafter Called “the Works”) And The Entity Has Accepted The Bid For [insert The Amount In Specified Currency In Numbers And Words] By The Contractor For The Execution And Completion Of Such Works And The Remedying Of Any Defects Therein. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents Shall Be Attached, Deemed To Form, And Be Read And Construed As Part Of This Agreement, To Wit: (a) General And Special Conditions Of Contract; (b) Drawings/plans; (c) Specifications; (d) Invitation To Apply For Eligibility And To Bid; (e) Instructions To Bidders; (f) Bid Data Sheet; (g) Addenda And/or Supplemental/bid Bulletins, If Any; (h) Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes; (i) Eligibility Requirements, Documents And/or Statements; (j) Performance Security; (k) Credit Line Issued By A Licensed Bank, If Any; (l) Notice Of Award Of Contract And The Bidder’s Conforme Thereto; (m) Other Contract Documents That May Be Required By Existing Laws And/or The Entity. 3. In Consideration Of The Payments To Be Made By The Entity To The Contractor As Hereinafter Mentioned, The Contractor Hereby Covenants With The Entity To Execute And Complete The Works And Remedy Any Defects Therein In Conformity With The Provisions Of This Contract In All Respects. 4. The Entity Hereby Covenants To Pay The Contractor In Consideration Of The Execution And Completion Of The Works And The Remedying Of Defects Wherein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of This Contract At The Times And In The Manner Prescribed By This Contract. In Witness Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Signed, Sealed, Delivered By The (for The Entity) Signed, Sealed, Delivered By The (for The Contractor). Binding Signature Of Procuring Entity ________________________________________________ Binding Signature Of Contractor _____________________________________________ [addendum Showing The Corrections, If Any, Made During The Bid Evaluation Should Be Attached With This Agreement] Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In The Bidding For [name Of The Project] Of The [name Of The Procuring Entity]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The [name Of Bidder] In The Bidding As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate Issued By The Corporation Or The Members Of The Joint Venture)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder]is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: I Am Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [jurat] * This Form Will Not Apply For Wb Funded Projects.
Closing Date21 Jan 2025
Tender AmountPHP 3.9 Million (USD 67.6 K)
1651-1660 of 1661 archived Tenders