Cloud Tenders

GOV CELESTINO GALLARES MEMORIAL MEDICAL CENTER Tender

Healthcare and Medicine
Philippines
Details: Description Invitation To Bid For Procurement Of Goods: Supply And Delivery Of Various Drugs And Medicines Through Framework Agreement 1. The Gov. Celestino Gallares Memorial Medical Center, Using A Single-year For A Framework Agreement, Through The 2025 Hospital Medicines And Drugs – Revolving Fund Intends To Apply The Sum Of One Hundred Fifty-five Million Seven Hundred Thirty-six Thousand Four Hundred Fifty-four Pesos And Ninety-four Centavos Only (php155,736,454.94) Being The Abc To Payments Under The Contract For Ib No. 2025-05-013. Bids Received In Excess Of The Total Cost Per Lot And/or Line Items Shall Be Automatically Rejected. 2. The Gov. Celestino Gallares Memorial Medical Center Now Invites Bids For Procurement Of Goods: Supply And Delivery Of Various Drugs And Medicines Through Framework Agreement. Delivery Of The Goods Is Required Within Ten (10) Calendar Days After Issuance Of A Call-off Or Any Date As Determined By The Pe. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least 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 Gcgmmc Bids And Awards Committee (bac) Office Through Electronic Mail Via Gcgmmc.bacdrugsnmeds@gmail.com Or Telephone Call At (038) 411-4868 To 69 Local 286 And Inspect The Bidding Documents At The Address Given Below During Office Hours. 5. A Complete Set Of Bidding Documents May Be Acquired And Downloaded By Interested Bidders On May 8 – May 28, 2025 From Gcgmmc Google Drive (gcgmmc.bacdrugsnmeds@gmail.com) And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Cash Or Bank Deposit With The Following Bank Details: Bank Name: Development Bank Of The Philippines Account Name: Gcgmmc General Fund Account Number: General Fund Account No. 00-0-00001-780-3 For Bidders Paying Through Bank Deposits, A Successful Transaction/payment Must Be Sent To The Bac’s Official Email Address. Acknowledgement Receipt Will Be Issued In Lieu Of The Official Receipt (coa Circular No. 2021-014 Clause 5.2) As Proof That Payment Is Verified, Confirmed And Received By Gcgmmc. Only Upon The Issuance Of The Acknowledgement Receipt Shall The Bidder Be Granted Access To The Bac Google Drive. 6. The Gov. Celestino Gallares Memorial Medical Center Will Hold A Pre-bid Conference On May 16, 2025 @9:30am At Gcgmmc, 5th Flr., Training Hall, 0053 Miguel Parras St., Poblacion Ii, Tagbilaran City, Bohol 6300 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 May 28, 2025 @9:29am. 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 May 28, 2025, 9:30am At Gcgmmc, 5th Flr., Mktm Cloud Lounge, 0053 Miguel Parras St., Poblacion Ii, Tagbilaran City, Bohol 6300. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Bidders Are Required To Include A Flash Drive In The Submission Of Their Bidding Documents Containing Their Bid Form In Excel Format And Their Bid Documents In Pdf Format. 11. The Gov. Celestino Gallares Memorial Medical Center 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: April Mae M. Monredondo, Lpt Bids And Awards Committee (bac) Office Gov. Celestino Gallares Memorial Medical Center 0053, M. Parras St., Poblacion Ii, Tagbilaran City, Bohol 6300 Email: Gcgmmc.bacdrugsnmeds@gmail.com Tel. No.: (038) 411-4868 Local 286 Cel. No.: +63 991 825 0786 13. You May Visit The Following Websites: Philgeps Website For Downloading Of Bidding Documents: Https://www.gcgmh.gov.ph/procurement/ Approved: Sgd. Jhobert P. Tan Bac Chairperson (drugs And Medicines) Noted: Sgd. Miguelito S. Jayoma, Md, Fpcs, Fpsgs, Mhm Medical Center Chief Ii Head Of Procuring Entity (hope) *_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_ Lot Stock Property No. Item Description Unit Qty Unit Cost Total Cost Lot 1 1 79400000 Ceftolozane/tazobactam 1.5g Vial 2,000 3,321.00 6,642,000.00 2 52700000 Sugammadex, 100mg/ml, 2ml, Injection Vial 500 5,257.00 2,628,500.00 3 51000000 Sevoflurane, 250ml Bottle 200 10,995.00 2,199,000.00 4 23300000 Fentanyl (as Citrate), 50mcg/ml 2ml, Injection Ampule 3,000 197.92 593,760.00 5 49800000 Rocuronium Bromide, 50mg/5ml Or 10mg/ml, 5ml Ampule/vial 300 250.00 75,000.00 6 962275 All In One Admixture, 1000ml, 1,400 Kcal. Bag 300 1,680.00 504,000.00 7 47500000 Propofol, 10mg/ml, 20ml, Intravenous Ampule/vial 1,000 180.00 180,000.00 8 28600000 Hydroxyethyl Starch 6%, 500ml Bag/bottle 150 562.00 84,300.00 Sub - Total 12,906,560.00 Lot 2 1 254692 Ceftazidime/ Avibactam 2g/500mg Powder For Concentrate For Solution For Infusion Vial 1,000 6,228.00 6,228,000.00 2 41600000 Norepinephrine, 1mg/ml, 4ml, Intravenous Ampule 24,000 265.00 6,360,000.00 3 14700000 Clindamycin Phosphate, 150mg/ml 4ml, Or 600mg/4ml Ampule 15,000 330.00 4,950,000.00 4 33400000 Levetiracetam, 500mg/5ml (100mg/ml) Concentrate Solution For Iv Infusion, 5ml Vial 6,000 511.82 3,070,920.00 5 14800000 Clindamycin, 300mg Capsule 10,000 27.00 270,000.00 6 36500000 Mefenamic Acid, 500mg Capsule / Tablet 5,000 25.00 125,000.00 7 34700000 Linezolid, 2mg/ml, (600mg/300ml) Solution Iv Bag/ Bottle 400 1,800.00 720,000.00 8 84300000 Brinzolamide 1%, 5ml, Eye Drops Bottle 30 1,039.23 31,176.90 9 50200000 Sacubitril/valsartan, 100mg Tablet 10,000 50.00 500,000.00 10 50300000 Sacubitril/valsartan, 50mg Tablet 8,000 50.00 400,000.00 11 687397 Octreotide Acetate, 100mcg/ml, 1ml, Injection Ampule 1,000 477.55 477,550.00 Sub - Total 23,132,646.90 Lot 3 1 26100000 Gabapentin, 300mg Capsule 4,000 7.89 31,560.00 2 15900000 Clozapine, 100mg Tablet 4,800 6.38 30,624.00 3 43600000 Oxytocin Synthetic, 10 I.u./ml, 1ml, Injection Ampule 10,000 241.90 2,419,000.00 4 12800000 Celecoxib, 200mg Capsule 20,000 8.32 166,400.00 5 6600000 Atorvastatin (calcium), 80mg Tablet 30,000 29.50 885,000.00 6 4000000 Amlodipine (as Besilate/camsylate), 10mg Tablet 80,000 6.00 480,000.00 7 3500000 Amino Acid 8%, Branched Chained, 500ml, Intravenous Bottle 500 1,056.00 528,000.00 8 3600000 Amino Acids + Glucose + Electrolytes + Vitamin B1, 500ml Bottle 1,000 900.00 900,000.00 9 6500000 Atorvastatin (calcium), 40mg Tablet 25,000 24.50 612,500.00 10 4100000 Amlodipine (as Besilate/camsylate), 5mg Tablet 20,000 4.50 90,000.00 11 2600000 Alprazolam 500 Mcg Tablet 1,000 12.00 12,000.00 Sub - Total 6,155,084.00 Lot 4 1 25400000 Fondaparinux (as Sodium Salt), 2.5mg/0.5ml Solution Pfs 500 1,270.00 635,000.00 2 57400000 Azathioprine 50mg Tablet 3,000 34.30 102,900.00 Sub - Total 737,900.00 Lot 5 1 48500000 Rabies Immunoglobulin (human), 150 I.u./ml, 2ml, Injection Vial 600 3,876.00 2,325,600.00 2 53800000 Tetanus Immunoglobulin (human), 250 Unit/ml, 1ml Pfs 2,000 1,028.88 2,057,760.00 3 48600000 Rabies Vaccine, Vero Cell (purified), Lyophilized Powder, 2.5 I.u./0.5ml Vial + Diluent (id/im) Vial 1,000 1,280.00 1,280,000.00 Sub - Total 5,663,360.00 Lot 6 1 83000000 Rivaroxaban 20mg Tablet 2,400 126.20 302,880.00 2 82900000 Rivaroxaban 15mg Tablet 1,000 126.20 126,200.00 3 41200000 Nimodipine, 30mg Tablet 5,000 27.52 137,600.00 4 41100000 Nifedipine, 30mg, Mr Tablet 1,000 41.25 41,250.00 Sub - Total 607,930.00 Lot 7 1 12000000 Cefoxitin (as Sodium), 1gram, Injection Vial 3,000 500.00 1,500,000.00 2 35700000 Losartan + Hydrochlorothiazide, 50mg + 12.5mg, Hctz Tablet 1,000 18.00 18,000.00 3 900000 Acetylcysteine, 100mg/ml, 3ml, Inhalation Ampule 3,000 115.00 345,000.00 4 54600000 Trimetazidine (as Hydrochloride), 35mg Tablet 15,000 14.55 218,250.00 5 74500000 Gadoteric Acid Inj.: 0.5 Mmol/ml Solution For Injection, 10 Ml Vial 200 1,998.00 399,600.00 6 3800000 Amiodarone (as Hydrochloride), 200mg Tablet 2,000 13.50 27,000.00 7 50400000 Salbutamol (as Sulfate), 1mg/ml, 2.5ml Nebule 35,000 15.00 525,000.00 8 66400000 Hydrocortisone, 1% 5gram, Cream Tube 100 45.80 4,580.00 9 21000000 Doxycycline, 100mg Capsule 2,000 3.45 6,900.00 10 30900000 Isosorbide 5 Mononitrate, 60mg Mr Capsule / Tablet 3,000 6.43 19,290.00 11 129382 Cefepime (as Hydrochloride), 1gram (vial) Vial 6,000 340.00 2,040,000.00 12 42100000 Olanzapine, 10mg Tablet 6,000 4.50 27,000.00 13 23100000 Fenofibrate, 160mg Tablet 2,400 24.25 58,200.00 14 319205 Ceftriaxone + Sulbactam, 1.5 Grams Vial 1,500 910.00 1,365,000.00 Sub - Total 6,553,820.00 Lot 8 1 24900000 Fluticasone 250mcg + Salmeterol 25mcg X 120 Actuations, Metered Dose Inhaler Bottle 300 476.00 142,800.00 2 70800000 Acetylcysteine 100mg/ml 3ml Injection Ampule 600 115.00 69,000.00 3 4800000 Ampicillin + Sulbactam, 750mg Or 500mg+250mg, Intravenous Vial 5,000 250.00 1,250,000.00 4 38400000 Metronidazole, 500mg/100ml Or 5mg/ml, 100ml (i.v. Infusion) Vial 8,000 50.00 400,000.00 5 4700000 Ampicillin + Sulbactam, 1.5gram, Intravenous Vial 6,000 425.00 2,550,000.00 6 9100000 Budesonide, 250mcg/ml 2ml, Inhalation Nebule 10,000 60.00 600,000.00 7 38300000 Metronidazole, 500mg Tablet 8,000 5.00 40,000.00 8 1000000 Acetylcysteine, 200mg Sachet 1,000 14.00 14,000.00 9 10700000 Carvedilol, 6.25mg Tablet 15,000 3.63 54,450.00 10 14600000 Clarithromycin, 500mg Tablet 1,200 30.00 36,000.00 11 42600000 Ondansetron, 8mg Tablet 2,000 65.00 130,000.00 12 75700000 Docetaxel 40mg/ml, 2ml Vial 200 1,200.00 240,000.00 13 24400000 Fluconazole, 50mg Capsule 400 81.00 32,400.00 14 26600000 Gliclazide, 80mg Tablet 5,000 4.35 21,750.00 15 16100000 Co-amoxiclav, 400mg + 57mg/5ml 70ml, Suspension Bottle 400 246.00 98,400.00 Sub - Total 5,678,800.00 Lot 9 1 36700000 Meropenem (as Trihydrate), 1gram, Powder Vial 5,500 800.00 4,400,000.00 2 36600000 Meropenem (as Trihydrate), 500mg, Powder Vial 3,000 500.00 1,500,000.00 3 12100000 Ceftazidime (as Pentahydrate), 1gram, Vial, Injection Vial 12,000 210.00 2,520,000.00 4 12200000 Ceftriaxone, 1g Vial + 10ml Diluent (iv) Vial 12,000 350.00 4,200,000.00 5 25500000 Fosfomycin, 3gram Granules For Solution Sachet 10 430.00 4,300.00 Sub - Total 12,624,300.00 Lot 10 1 19900000 Divalproex Sodium, 500mg, Er Tablet 3,000 11.38 34,140.00 2 48400000 Quetiapine Fumarate, 25mg Tablet 1,500 11.16 16,740.00 3 19800000 Divalproex Sodium, 250mg Tablet 2,000 9.00 18,000.00 4 48300000 Quetiapine Fumarate, 100mg Tablet 1,000 23.66 23,660.00 5 208310 Dorzolamide (as Hydrochloride) 2%, 5ml, Eye Drops Bottle/vial 50 782.25 39,112.50 6 33200000 Levetiracetam, 100mg/ml Oral Solution, 300ml Bottle 300 975.00 292,500.00 7 81000000 Levofloxacin Eye Drops 5mg/ml (0.5%) Ophthalmic Solution Bottle 50 390.00 19,500.00 8 50800000 Sertraline, 50mg Tablet 2,400 6.80 16,320.00 9 15200000 Clonazepam, 2mg Tablet 2,500 9.25 23,125.00 10 82700000 Zoledronic Acid 4mg/5ml Concentrated Solution For Iv Infusion Vial 100 2,195.00 219,500.00 11 700000 Acetazolamide, 250mg Tablet 1,000 14.93 14,930.00 Sub - Total 717,527.50 Lot 11 1 12700000 Cefuroxime, 750mg, Injection Vial 6,000 88.00 528,000.00 2 37900000 Metoclopramide, 5mg/ml, 2ml, Intravenous Or 10mg/2ml Ampule 3,000 14.73 44,190.00 3 25600000 Furosemide, 10mg/ml 2ml Or 20mg/2ml Ampule 12,500 15.00 187,500.00 4 10600000 Carvedilol, 25mg Tablet 1,500 7.25 10,875.00 Sub - Total 770,565.00 Lot 12 1 42400000 Omeprazole, 40mg Vial + 10ml Solvent Ampule/vial 18,000 240.00 4,320,000.00 2 40100000 Mupirocin 2%, 5gram, Ointment Tube 3,000 179.50 538,500.00 3 733783 Acetylcysteine, 200mg/ml, 25ml (i.v. Infusion) Bottle 10 1,813.00 18,130.00 4 11100000 Cefazolin, 1gram, Injection Vial 6,500 230.00 1,495,000.00 Sub - Total 6,371,630.00 Lot 13 1 46500000 Polymyxin B Sulfate, 500,000 International Units/5ml, Injection Vial 3,000 3,988.00 11,964,000.00 2 23700000 Ferrous Sulfate, (equivalent To 30mg Elemental Iron/5ml), 60ml, Syrup Bottle 144 22.00 3,168.00 3 39800000 Multivitamins, 1mg/15ml, 15ml, Drops Bottle 288 31.50 9,072.00 4 39900000 Multivitamins, 5mg/5ml, 60ml, Syrup Bottle 432 33.00 14,256.00 5 38200000 Metronidazole, 125mg/5ml 60ml, Suspension Bottle 144 29.75 4,284.00 6 38100000 Metoprolol (as Tartrate), 50mg Tablet 3,000 2.90 8,700.00 7 123527 Zinc 55mg/5ml Equiv. To 20mg Elemental Zinc/5ml, Syrup Bottle 500 40.00 20,000.00 Sub - Total 12,023,480.00 Lot 14 1 74900000 0.9% Sodium Chloride, 500ml (glass) Bottle 600 100.00 60,000.00 2 51700000 Sodium Chloride, 2.5 Meq/ml, 20ml Vial 300 52.00 15,600.00 3 500000 0.9% Sodium Chloride, 50ml, Bottle, Injection Bag/bottle 2,500 44.00 110,000.00 4 35900000 Mannitol 20%, 500ml, Intravenous Bottle 800 88.00 70,400.00 5 685531 Intraocular Irrigating Solution (balanced Salt Solution) 500ml Bottle 100 390.00 39,000.00 6 46600000 Potassium Chloride, 2meq/ml, 20ml, Injection (iv Infusion) Ampule / Vial 2,000 30.00 60,000.00 7 17800000 Dextrose 5% In 0.9% Normal Saline Solution 1 L Bottle 2,000 50.00 100,000.00 8 17600000 Dextrose 5% 0.3% In Sodium Chloride, 500ml, Intravenous Bottle 500 50.00 25,000.00 9 17900000 Dextrose 5% In Lactated Ringer's Solution, 1 L Bag/bottle 1,200 60.00 72,000.00 10 31900000 Lactated Ringer's Solution, 1 Liter Bag/bottle 10,000 60.00 600,000.00 11 400000 0.9% Sodium Chloride, 1l Bottle 36,000 30.00 1,080,000.00 12 18400000 Dextrose 50% Water, 50ml Bag/bottle 1,500 50.00 75,000.00 13 35800000 Magnesium Sulfate, 250mg/ml, 20ml Ampule/vial 1,200 50.00 60,000.00 Note: Winning Supplier Shall Provide Iv Trainings. Sub - Total 2,367,000.00 Lot 15 1 311646 0.9% Sodium Chloride For Irrigation 1 L Bottle 6,500 85.00 552,500.00 2 300000 0.9% Sodium Chloride, 100ml, Bottle, Injection (isotonic) Bag/bottle 600 79.77 47,862.00 3 136732 Dextrose 5% In 0.45% Sodium Chloride, 500ml, Intravenous Bottle 200 185.00 37,000.00 4 600000 Acetated Ringers Solution, 1 L Intravenous Bag/bottle 50 210.00 10,500.00 Note: Winning Supplier Shall Provide Iv Trainings. Sub - Total 647,862.00 Lot 16 1 16800000 Cyclophosphamide, 1gram, Injection Vial 350 350.00 122,500.00 2 37000000 Methotrexate, 2.5mg Tablet 500 16.02 8,010.00 3 183766 Potassium (as Citrate) 1620mg (15meq) Extended Release (er) Tablet Tablet 1,200 32.04 38,448.00 Sub - Total 168,958.00 Lot 17 1 55400000 Vitamin B1 B6 B12, 100mg + 100mg + 1mg, 3ml Ampule 1,200 30.00 36,000.00 2 938821 Lagundi, 300mg/5ml 60ml, Syrup Bottle 288 75.00 21,600.00 3 1700000 Aciclovir, 800mg Tablet 1,000 40.00 40,000.00 4 8700000 Bisacodyl, 10mg Suppository 1,500 65.00 97,500.00 5 19500000 Diphenhydramine (as Hydrochloride), 50mg Capsule 2,000 2.50 5,000.00 6 29300000 Ibuprofen, 200mg Tablet 500 3.50 1,750.00 7 35300000 Loratadine, 10mg Tablet 1,000 5.00 5,000.00 8 47000000 Prednisone, 10mg Tablet 1,000 4.00 4,000.00 9 10200000 Captopril, 25mg Tablet 1,500 2.00 3,000.00 10 8100000 Betahistine (as Hydrochloride/dihydrochloride), 16mg, Tablet 2,000 10.00 20,000.00 11 38000000 Metoprolol (as Tartrate), 100mg Tablet 5,000 3.00 15,000.00 Sub - Total 248,850.00 Lot 18 1 26500000 Gliclazide, 30mg Tablet 2,800 4.00 11,200.00 2 81300000 Insulin Glargine 100 Iu/ml, 3 Ml Pre-filled Pen Piece 400 710.00 284,000.00 Sub - Total 295,200.00 Lot 19 1 24800000 Fluphenazine Decanoate, 25mg/ml 1ml Ampule 50 75.45 3,772.50 2 31600000 Ketamine (hcl), 50mg/ml, 10ml Vial 50 2,297.00 114,850.00 3 646017 Aztreonam 1g, Powder, Injection Vial 1,500 989.00 1,483,500.00 4 32900000 Letrozole 2.5mg Tablet 5,000 28.89 144,450.00 5 39500000 Morphine, 10mg/ml, 1ml, Injection Ampule 600 65.00 39,000.00 6 45100000 Pethidine (meperidine), 50mg/ml, 2ml Ampule 100 252.00 25,200.00 7 83900000 Remifentanil 1mg Powder For Injection Vial 50 1,647.00 82,350.00 8 23400000 Ferrous Salt + Folic Acid 60mg Elemental Iron + 400mcg Folic Acid Cap/tablet 40,000 0.84 33,600.00 9 29200000 Ibuprofen, 100mg/5ml, 60ml Syrup/suspension Bottle 288 49.95 14,385.60 10 476432 Hepatitis B Vaccine (recombinant Dna, Adult 20mcg/ml, 1ml Vial 400 310.00 124,000.00 Sub - Total 2,065,108.10 Lot 20 1 24600000 Fluorouracil, 50mg/ml 10ml Or 500mg/10ml Ampule /vial 400 64.29 25,716.00 2 43000000 Oxaliplatin, 5mg/ml, 10ml Vial 300 1,340.00 402,000.00 3 74100000 Etoposide 100mg (20mg/ml, 5ml) Vial 200 265.18 53,036.00 4 491752 Paclitaxel 6mg/ml, 43.4ml (w/ Infusion Set) Vial 200 3,505.36 701,072.00 5 23800000 Filgrastim, 300mcg/0.5ml Pfs 600 912.50 547,500.00 6 69900000 Trastuzumab 600mg/5ml (120 Mg/ml) Solution For Injection (sc), 5ml Vial Vial 100 23,214.29 2,321,429.00 7 490303 Bevacizumab 25mg/ml,(400mg/16ml) Vial 20 23,332.40 466,648.00 Sub - Total 4,517,401.00 Lot 21 1 12900000 Cetirizine (as Hydrochloride), 1mg/ml 60ml, Syrup Bottle 432 32.00 13,824.00 2 4300000 Amoxicillin (as Trihydrate), 250mg/5ml, 60ml Suspension Bottle 864 41.00 35,424.00 3 5600000 Ascorbic Acid, 100mg/ml 15ml, Drops Bottle 432 28.00 12,096.00 4 44000000 Paracetamol, 100mg/ml, 15ml, Drops (alcohol-free) Bottle 288 25.00 7,200.00 5 50500000 Salbutamol (as Sulfate), 2mg/5ml, 60ml , Syrup Bottle 600 25.00 15,000.00 6 71000000 Cefotaxime, 1gm Vial + 2ml Diluent (im, Iv) Vial 2,500 60.00 150,000.00 7 57700000 Calcium Carbonate + Cholecalciferol (vitamin D3),500mg+400iu Tablet 25,000 4.00 100,000.00 8 10900000 Cefalexin, 250mg/5ml, Suspension, 60ml Bottle 288 48.00 13,824.00 9 4400000 Amoxicillin, 500mg Capsule 10,000 3.48 34,800.00 10 25200000 Folic Acid, 5mg Capsule/ Tablet 1,000 2.23 2,230.00 11 47200000 Prednisone, 20mg Tablet 4,000 4.50 18,000.00 12 15700000 Cloxacillin (as Sodium Salt), 500mg Capsule 1,800 6.25 11,250.00 13 13000000 Cetirizine, 10mg Tablet 10,000 0.88 8,800.00 14 44600000 Paracetamol, 250mg/5ml, 60ml Bottle 600 27.00 16,200.00 15 24000000 Finasteride, 5mg Tablet 1,000 8.75 8,750.00 16 48800000 Ranitidine, 25mg/ml, 2ml, Intravenous Ampule/vial 3,000 22.00 66,000.00 17 20500000 Domperidone, 1mg/ml 60ml Bottle 50 90.00 4,500.00 Sub - Total 517,898.00 Lot 22 1 785225 Leuprorelin Acetate Lyophilized Powder For Injection (im/sc) Gelatin Free Gnrh Antagonist 3.75mg/2ml With Syringe Vial 200 2,778.00 555,600.00 2 10500000 Carboprost, 125mcg/0.5ml Solution For Injection Ampule/vial 2,000 180.00 360,000.00 3 80700000 Dinoprostone Endocervical Gel 0.5mg Pfs 100 1,045.00 104,500.00 4 82500000 Immunoglobulin Normal, Human (ig Iv) 50mg/ml, 100ml Vial 100 17,998.00 1,799,800.00 Sub - Total 2,819,900.00 Lot 23 1 1900000 Albumin, Human 20% 50ml, Intravenous Bottle 1,500 2,752.00 4,128,000.00 Sub - Total 4,128,000.00 Lot 24 1 30200000 Ipratropium Bromide+ Salbutamol, 500mcg + 2.5mg X 2.5ml Nebule 30,000 29.00 870,000.00 2 16200000 Co-amoxiclav, 625mg Or 500mg + 125mg Tablet 36,000 22.00 792,000.00 3 441438 Rosuvastatin, 20mg Tablet 6,000 28.00 168,000.00 4 489886 Tamsulosin, 200mcg Cap/tablet 4,200 25.00 105,000.00 5 17100000 Dexamethasone, 4mg Tablet 3,000 25.00 75,000.00 6 42300000 Omeprazole, 40mg Capsule 20,000 48.00 960,000.00 7 2300000 Allopurinol, 100mg Tablet 8,000 7.00 56,000.00 8 30800000 Isosorbide 5 Mononitrate, 30mg Mr Cap/tablet 10,000 7.50 75,000.00 9 6100000 Aspirin, 80mg Tablet 30,000 4.00 120,000.00 10 36800000 Metformin Hcl, 500mg Tablet 20,000 12.00 240,000.00 11 54400000 Tranexamic Acid, 100mg/ml 5ml Ampule 8,000 130.00 1,040,000.00 12 35600000 Losartan (as Potassium Salt), 50mg Tablet 25,000 15.90 397,500.00 13 22700000 Escitalopram (as Oxalate), 10mg Tablet 5,000 8.37 41,850.00 14 33600000 Levodopa + Carbidopa, 100mg + 25mg Tablet 5,000 14.00 70,000.00 Sub - Total 5,010,350.00 Lot 25 1 55000000 Vancomycin (as Hydrochloride), 1gram Vial 2,000 295.00 590,000.00 2 55100000 Vancomycin (as Hydrochloride), 500mg, Injection Vial 2,000 224.00 448,000.00 3 40900000 Nicardipine Hcl, 1mg/ml 10ml, Or 10mg/10ml, Intravenous Ampule 5,000 124.00 620,000.00 4 387868 Vasopressin 20 Iu/ml Ampule/vial 20 2,004.80 40,096.00 5 28300000 Hydrocortisone, 50mg/ml 2ml Or 100mg/2ml (as Sodium Succinate) Vial Vial 2,400 64.00 153,600.00 6 257415 Iron Sucrose, 20mg/ml 5ml, Injection Ampule 2,000 198.00 396,000.00 7 31100000 Isosorbide Dinitrate, 1mg/ml 10ml, Injection Ampule 2,000 485.72 971,440.00 8 3100000 Amikacin Sulfate, 250mg/ml, 2ml (500mg/2ml) Ampule/vial 2,400 96.00 230,400.00 9 44400000 Paracetamol, 150mg/ml, 2ml Ampule 50,000 13.74 687,000.00 10 31800000 Ketorolac (as Tromethamol), 30mg/ml/1ml Ampule 7,000 27.00 189,000.00 Sub - Total 4,325,536.00 Lot 26 1 53400000 Telmisartan, 40mg Tablet 10000 4.80 48,000.00 2 53500000 Telmisartan, 80mg Tablet 18000 9.00 162,000.00 3 12600000 Cefuroxime, 500mg, (as Axetil) Tablet, Oral Tablet 5000 25.00 125,000.00 4 7200000 Azithromycin, 500mg Tablet 5000 40.00 200,000.00 5 8600000 Biphasic Isophane Human Insulin 70/30 (recombinant Dna) Vial 800 260.00 208,000.00 6 184934 Dapagliflozin 10 Mg Tablet 10,000 19.00 190,000.00 7 495514 Edaravone 30mg/20ml Ampule 12,000 1,520.00 18,240,000.00 Sub - Total 19,173,000.00 Lot 27 1 12400000 Cefuroxime, 125mg/5ml, 70ml, Suspension Bottle 288 175.00 50,400.00 2 12500000 Cefuroxime, 250mg/5ml, Suspension, 120ml Bottle 288 198.00 57,024.00 3 14900000 Clindamycin, 75mg/5ml 60ml Bottle 288 389.28 112,112.64 4 15000000 Clobetasol (as Propionate) 0.05%, 5g, Ointment/cream Tube 100 115.00 11,500.00 5 46700000 Potassium Chloride, 750mg Tablet 14,000 30.60 428,400.00 6 48100000 Pyridostigmine (as Bromide), 60mg Tablet 1000 39.86 39,860.00 7 54000000 Tobramycin + Dexamethasone, Eye Drops, Suspension, 0.3% + 0.1%, 5ml Bottle 50 500.00 25,000.00 Sub - Total 724,296.64 Lot 28 1 13600000 Chlorhexidine Gluconate, 0.12%, 120ml Bottle 2,500 158.80 397,000.00 2 25100000 Folic Acid, 2.5mg/ml Pediatric Drops Bottle 600 175.00 105,000.00 3 9000000 Bisoprolol (as Fumarate), 5mg Tablet 2500 22.95 57,375.00 4 405245 Sulodexide 300 Lsu/ml (600 Lsu/2ml) Ampule 300 429.75 128,925.00 5 300278 Calcium Polystyrene Sulfonate Powder For Suspension Piece 1,000 124.75 124,750.00 Sub - Total 813,050.00 Lot 29 1 39300000 Morphine Sulfate, 10mg, Mr Capsule/ Tablet 500 11.29 5,645.00 2 39400000 Morphine Sulfate, 30mg, Mr Tablet 500 29.32 14,660.00 3 55300000 Verapamil, Hcl, 2.5mg/ml, 2ml Ampule 20 127.94 2,558.80 Sub - Total 22,863.80 Lot 30 1 25700000 Furosemide, 20mg Tablet 1,500 3.00 4,500.00 2 25800000 Furosemide, 40mg Tablet 3,000 5.00 15,000.00 3 46200000 Phytomenadione, 10mg/ml, 1ml, Intravenous Ampule 6,000 43.50 261,000.00 4 53900000 Tetanus Toxoid, 0.5ml Ampule 1400 79.95 111,930.00 5 51600000 Sodium Bicarbonate, 650mg Tablet 10000 3.95 39,500.00 6 34100000 Levothyroxine (as Sodium), 100mcg Tablet 4200 7.37 30,954.00 7 34200000 Levothyroxine (as Sodium), 50mcg Tablet 2800 5.00 14,000.00 8 52200000 Spironolactone, 25mg Tablet 10000 15.00 150,000.00 9 57800000 Colchicine 500mcg Tablet 6,000 3.00 18,000.00 Sub - Total 644,884.00 Lot 31 1 75400000 Vincristine (as Sulfate), 1 Mg/ml, 2 Ml Vial 100 750.00 75,000.00 2 77800000 Cytarabine 100mg/ml, 5ml Vial 200 400.00 80,000.00 Sub - Total 155,000.00 Lot 32 1 37100000 Methotrexate, 25mg/ml, 2ml, Injection Ampule/vial 200 270.00 54,000.00 2 758252 Paclitaxel 6mg/ml, 16.7 Ml (w/ Infusion Set) Vial 100 980.00 98,000.00 Sub - Total 152,000.00 Lot 33 1 401142 Dacarbazine,200mg Vial 200 714.30 142,860.00 2 77900000 Vinblastine 1mg/ml, 10ml Vial 150 1,375.00 206,250.00 Sub - Total 349,110.00 Lot 34 1 2700000 Aluminum Hydroxide + Magnesium Hydroxide, 200mg+100mg Tablet 2800 3.00 8,400.00 2 9900000 Calcium Carbonate, 500mg Tablet 25000 2.50 62,500.00 3 19600000 Diphenhydramine (as Hydrochloride), 50mg/ml/1ml, Injection Ampule 1200 35.00 42,000.00 4 22000000 Epinephrine (adrenaline), 1mg/ml 1ml, Injection Ampule 3200 35.00 112,000.00 5 29000000 Hyoscine N-butyl Bromide, 20mg/ml 1ml, Injection Ampule 4000 35.00 140,000.00 6 14200000 Ciprofloxacin, 500mg Tablet 2500 8.00 20,000.00 Sub - Total 384,900.00 Lot 35 1 33000000 Calcium Folinate (leucovorin Calcium) 10mg/ml, 5ml (im, Iv) Ampule/vial 400 125.00 50,000.00 2 10400000 Carboplatin 10mg/ml, 45ml (450mg) Vial 50 1,590.00 79,500.00 Sub - Total 129,500.00 Lot Total 143,604,270.94 Line Item No. Stock Property No. Item Description Unit Qty Unit Cost Total Cost 1 79500000 Evening Primrose Oil Softgel 1000mg Softgel 10,000 31.00 310,000.00 2 839381 Lemborexant 5 Mg Tablet 2,000 80.95 161,900.00 3 312748 Cerebrolysin 215.2 Mg/ml, 10ml Ampule 12,000 760.00 9,120,000.00 4 9200000 Budesonide/formoterol 160mg/4.5mcg 120 Doses With Accompanying Dispenser Piece 240 766.05 183,852.00 5 28500000 Hydroxychloroquine (as Sulfate), 200mg Tablet 3,000 31.00 93,000.00 6 54200000 Tramadol (as Hydrochloride), 50mg Capsule 10,000 5.00 50,000.00 7 2800000 Aluminum Hydroxide + Magnesium Hydroxide, 225mg + 200mg/5ml, 60ml, Suspension Bottle 288 40.00 11,520.00 8 7100000 Azithromycin, 200mg/5ml, 15ml, Oral Suspension Bottle 72 175.00 12,600.00 9 7600000 Baclofen, 10mg Tablet 500 14.00 7,000.00 10 9700000 Butamirate Citrate, 50mg, Mr Tablet 2,400 12.00 28,800.00 11 11400000 Cefixime, 100mg/5ml, Suspension, 60ml Bottle 100 220.00 22,000.00 12 13100000 Cetirizine, 10mg/ml Drops, 10ml Bottle 144 65.00 9,360.00 13 15800000 Cloxacillin, 250mg/5ml 60ml, Powder For Oral Solution Bottle 144 41.00 5,904.00 14 17400000 Dextrose 10% Water, 500ml Bag/bottle 100 24.00 2,400.00 15 21200000 Enalapril (as Maleate), 5mg Tablet 2,000 8.00 16,000.00 16 23600000 Ferrous Sulfate, (equivalent To 15mg Elemental Iron/0.6ml) 15ml, Drops Bottle 72 20.00 1,440.00 17 221801 Human Papillomavirus 9-valent (types 6,11,16,18,31,33,35,52,58) Recombinant Vaccine Vial 180 5,411.00 973,980.00 18 28700000 Hydroxyurea, 500mg Capsule 1,000 30.00 30,000.00 19 31200000 Isosorbide Dinitrate, 5mg Sublingual Tablet 1,200 16.90 20,280.00 20 50900000 Sevelamer Carbonate, 800mg Tablet 10,000 34.63 346,300.00 21 55500000 Vitamin B1 B6 B12, 100mg + 5mg + 50mcg Capsule/ Tablet 45,000 3.50 157,500.00 22 277138 Hypertonic Lactate 250ml Solution For Injection Bag 300 883.60 265,080.00 23 962148 Abiraterone, 250 Mg Bottle/120's 5 20,400.00 102,000.00 24 28000000 Hydrochlorothiazide, 25mg Tablet 1000 4.95 4,950.00 25 40400000 Naproxen Sodium, 550mg Tablet 500 9.50 4,750.00 26 77600000 Pantoprazole 40mg Tablet 8,500 12.00 102,000.00 27 77700000 Potassium Chloride, 600mg Tablet 5,000 13.00 65,000.00 28 21900000 Ephedrine (as Sulfate), 50mg/ml/1ml, Injection Ampule 200 122.84 24,568.00 Line Total 12,132,184.00 Grand Total >>>>>>>>>> 155,736,454.94 Requirements: Upon Quotation 1. Return/after Sales Policy Of The Company For Expiring Drugs & Medicines 2. Certificate Of Product Registration (cpr) From Fda/proof Of Renewal 3. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/ Dealer Of The Product/ Items 4. License To Operate From Fda With List Of Sources (whether It Is Manufacturer, Importer, Seller Or Distributor) 5. Supplier' Evaluation Rating From Gcgmmc (any Grade Below 2.33 Is Ineligible To Participate In The Subsequent Procurement Process Within A Twelve-month Period.) Have At Least 2-3 Days In The Processing Of Csp (covid Meds/ Anti-venom Only) During Delivery: 1. Winning Supplier Must Deliver Items With At Least 24 Months Of Expiry 2. Must Provide A Guarantee Letter Indicating Commitment To Issue A Credit Memo For Expired Or Near Expiry Items. 3. Batch Release Certificate Or Batch Notification From Fda (if Applicable) 4. Delivery Receipt/invoice Bearing Lot Nos And Expiry Dates Of The Drugs & Medicines 5. The Awarded Supplier For Each Lot Shall Be Required To Conduct A Product Presentation Whenever Requested By The End-user. Delivery Term: 10 Calendar Days Upon Receipt Of Purchase Order ************************************ Nothing Follows ************************************
Closing Date28 May 2025
Tender AmountPHP 155.7 Million (USD 2.7 Million)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: This Is A Request For Information (rfi) Only. This Is Not A Request For Proposal (rfp) Or A Request For Quote (rfq). The Department Of Veterans Affairs Is Not Soliciting Offers Of Any Kind. No Contract Award Will Be Made On The Basis Of Any Response(s) To This Notice. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. In Accordance With The Federal Acquisition Regulation (far) Part 10 On Market Research And Public Law 109-461, The Department Of Veterans Affairs Is Conducting Market Research To Identify Verified Service-disabled Veteran-owned Small Business (sdvosb) Concerns That Have The Capability To Provide Contractor Support Services To The Government At A Fair And Reasonable Price. This Announcement Is For Informational And Planning Purposes Only And Should Not Be Interpreted As A Commitment By The Government To Issue A Solicitation Or Award A Contract. A Sources Sought Notice (36c776-24-q-0280) Was Posted On Sam.gov On July 22, 2024. Initially, The Va Sought To Consolidate Acquisition Support Services And Acquisition Utilization Services Into A Single Indefinite Delivery, Indefinite Quantity (idiq) Contract. However, The Va Has Decided That Combining The Roles Of 1101 And 1102 Is Not The Best Approach. This Request For Information (rfi) Aims To Inform The Industry Of Our Revised Plan To Conduct Market Research Specifically For 1102 Contract Specialist Support Only. The U.s. Department Of Veterans Affairs (va), Veterans Health Administration (vha), Regional Procurement Office Central (rpo-c) Has A Need For An Experienced Contractor Who Has Five (5) Or More Years Of Experience Supplying Acquisition Support Services To Federal Agencies.â The Contractor Is Needed To Assist Various Contracting Teams In Their Procurement Requirements. The Contractor Shall Provide Experienced Entry-level Contract Support (ecs), Mid-level Contract Support (mcs), And Senior Contract Support (scs). Contractor Acquisition Support Services Will Be Required Throughout The Life Of This Contract. The Contractor S Office And Contractor Personnel Shall Be Located Within The Continental United States, Alaska, Hawaii And Puerto Rico. The Contractor Shall Provide Non-personal, Non-inherently Governmental Acquisition Support Services In Support Of The Vha S Contracting Offices. The Contractor And Contractor Personnel Shall Not Be Designated As The Co Or Cor Or Make Decisions; Rather They Will Support The Various Va Procurement Teams In Their Procurement Needs. Contractor Personnel May Not Supervise Or Otherwise Direct Government Employees. Va Cos, Css, Cors And Other Staff Shall Ultimately Be Responsible For Making Decisions On Behalf Of Va.â Final Contract Support Services Performance Work Statement (pws) Introduction The U.s. Department Of Veterans Affairs (va), Veterans Health Administration (vha), Regional Procurement Office - Central (rpo-c) Has A Need For Contract Support Services To Assist Various Vha Central Region Contracting Teams In Their Procurement Requirements. The Contractor Shall Provide Experienced Contract Acquisition Specialists As Outlined In Section 4 Of This Performance Work Statement (pws). Scope Of Work Contractor Support Services Will Be Required Throughout The Life Of This Contract. The Contractor S Office And Contractor Personnel Shall Be Located Within The Continental United States, Alaska, Hawaii And Puerto Rico. The Contractor Shall Provide Non-personal, Non-inherently Governmental Contract Support Services In Support Of The Vha S Contracting Offices. The Contractor And Contractor Personnel Shall Not Be Designated As The Co Or Cor Or Make Decisions; Rather They Will Support The Various Va Procurement Teams In Their Procurement Needs. Contractor Personnel May Not Supervise Or Otherwise Direct Government Employees. Va Cos, Css, Cors And Other Staff Shall Ultimately Be Responsible For Making Decisions On Behalf Of Va. Contract Support Services May Include, But Are Not Limited To Strategy, Planning, Data Analysis, Requirements And/or Documentation Development, Preparing Independent Government Cost Estimate (igce), Compliance Reviews For Acquisition Documents And Forms. Services May Include Advisory Support And Assisting Functional Area Technical Experts With The Development Of Writing Requirements Into Sound/sufficient Statement Of Work (sow), Pws And/or Orders. Other Support Functions May Include Acquisition Planning, Solicitation Preparation, Market Research/analysis, Source Selection Document Preparation, Administration Of Terms And Conditions, Preparing Contract Modifications And Documents, Cost/price Analysis, Development Of Analytics, Creating Reports, Preparation Of Contract Termination Documents, And Drafting Contract Close-out Documents. Successful Performance Of This Contract Requires A Wide Variety Of Associated Procurement Skills And Activities Including Research, Analysis, Data Entry, Writing, Document Preparation, Editing, Scanning, Document Management, Phone Calls, Faxing, Filing, And Other Activities As Necessary To Complete The Tasks Assigned. Description Of Services During The Life Of The Resulting Contract The Contractor Will Be Required To Provide Three Contract Support Categories Which Include Diverse And Various Support Responsibilities In Support Of The Nco/pcac. The Contractor Shall Provide Qualified Personnel Who Can Perform Cradle To Grave Acquisitions Functions In Accordance With The Federal Acquisition Regulations (far), Veterans Affairs Acquisition Regulation (vaar), And All Other Applicable Regulations And Policies. Contractor Personnel Shall Perform Pre-award Procurement Functions Such As Requirements Definition, Market Research, Drafting Contractual Documents Such As Solicitations, Awards, And Amendments Using The Electronic Contract Management System (ecms), Coordinating With Requiring Activities, Industry, And Other Stakeholders, And Completing Contractual Files. Contractor Personnel Shall Perform Post-award Procurement Functions Such As Drafting Modifications, Drafting Option Year Notices And Modifications, Monitoring Contractor Performance, And Preparing Contracts For Close-out. Requirement Qualifications And Categories Minimum Qualifications: Each Proposed Candidate Shall Possess All The Demonstrated Experience And Educational Requirements Described In This Section For The Specific Discipline Needed On Each Task Order Executed. Pre-screened Detailed Resumes Showing Work Experience (to Include Actual Duties Performed, Contract Types And Actions; Not Only Job Descriptions) Must Be Submitted To And Approved By The Cor To Start The Onboarding Process. If An Nco/pcac Is Looking For A Specific Type Of Acquisition Experience, Such As Construction, Complex Services, And/or Leasing, The Contractor Will Be Advised When A Task Order Is Issued. Entry-level Contract Support (ecs): Each Proposed Ecs Shall Possess All The Demonstrated Experience And Educational Requirements As Delineated In This Section. Experience Must Reflect Abilities To Support Federal Acquisitions. In Respect To The Minimum Qualifications, One Qualification May Not Be Substituted For Another. Each Applicant Must Possess All Minimum Qualifications. Education: Four (4) Years Above High School From An Accredited College Or University As Recognized By The Secretary, U.s. Department Of Education. Experience: The Ecs Shall Have A Minimum Of Two (2) Years Of Federal Contracting Experience Working On Government Acquisitions Within The Last Five (5) Years. Additional Required Knowledge And Skills: In Addition To The Experience And Educational Requirements Described In Sections 4.1.1. And 4.1.2., The Ecs Must Possess The Following Knowledge And Skills: Ability To Conduct Comprehensive Review Of Procurement Documents For Accuracy, Adequacy, And Completeness. Ability To Identify And Resolve Inconsistencies Through Communication. Ability To Read And Interpret Federal And Agency Acquisition Policy, Regulations, And Directives. Ability To Draft And Prepare Contract Related Documents And Forms. Ability To Perform And/or Evaluate Market Research, Trends, Conditions, Alternative Sources, And Technological Advances As They Apply To The Program. Ability To Prepare And Process Purchase Requisitions And Procurement Packages To The Supporting Co For Award. Ability To Research, Analyze, Prepare, And Review Invoice Receipts, Receiving Reports, Fund Status, Final Payments, Release Of Claims, Certificates Of Completion, Close-out Documents, And Any Additional Supporting Documents Or Activities Needed For Contract Closeout. Ability To Investigate, Review, And Prepare Open Obligations/undelivered Orders (udo) For Closeout. Ability To Perform Post-award Administration In Support Of Co. Ability To Monitor Quality Assurance Surveillance Plans (qasps) To Ensure Contracted Services Meet Contract Requirements Along With The Expectations And Needs Of The Facility. Mid-level Contract Support (mcs): The Mcs Shall Possess All The Demonstrated Experience And Educational Requirements Delineated In This Section. Experience Must Reflect Abilities To Support Federal Acquisitions. In Respect To The Minimum Qualifications, One Qualification May Not Be Substituted For Another. Each Candidate Must Possess All Minimum Qualifications As Verified By A Signed And Dated Resume By The Individual And A Corporate Executive. Resume Must Reflect Documented Experience Of Pre- And Post-award Acquisition Processes And Activities. Experience: A Minimum Of Three (3) Recent Years (within The Last Five Years) Relevant Experience In Conducting Comprehensive Contract Acquisition Support Services With Knowledge Of Federal Acquisition Regulation (far), Veterans Affairs Acquisition Regulation (vaar), And All Other Applicable Regulations And Policies. Education: Bachelor's Degree With A Major In Any Field; Or At Least Twenty-four (24) Semester Hours In Any Combination Of The Following Fields: Accounting, Business, Finance, Law, Contracts, Purchasing, Economics, Industrial Management, Marketing, Quantitative Methods, And Organization And Management. Additional Knowledge And Skills: In Addition To The Experience And Educational Requirements Described In Sections 4.2.1. And 4.2.2., The Mcs Must Possess The Knowledge And Skills Of An Ecs As Described In Section 4.1.3. As Well As The Following Knowledge And Skills: Possess A Working Knowledge Of The Federal Acquisition Life Cycle. Ability To Conduct Comprehensive Research And Analysis Of Technical And Cost/price Data. Ability To Read And Interpret Federal Acquisition Policy, Regulations, And Directives. Ability To Review And/or Write Requirements, Ensuring Receipt Of Sound And Sufficient Procurement Packages Submitted By Nco Customers. Ability To Provide Business Advice And Assistance To Functional Area Technical Experts, Requiring Activities, And Customers. Ability To Analyze And Assist In The Development Of Igces. Ability To Work With The Technical Experts And The Co To Ensure Project Milestones Are Reflected In The Contractual Documents And Project Plan. Ability To Plan, Coordinate, Evaluate, And Execute The Logistical Actions Required To Support The Mission Of The Organization. Ability To Support, Coordinate, And Assist With The Planning, Preparing, Developing, Executing, And Maintaining Of Current Acquisition Plans, Strategies, And Overall Program Office Acquisition Administration Functions Including Program Control And Tracking. Ability To Research And Review All Applicable Policies, Guidance, And Regulations To Support The Customer And Contracting Officer (co) In Their Decision Making. Ability To Coordinate With Leadership, Staff, And Other Stakeholders To Conduct Analyses And Recommend Or Develop A Course Of Action. Ability To Assist In The Performance Of Cost Benefit Analysis. Ability To Analyze And Evaluate Pricing Data And Other Types Of Pricing Information To Draft A Price Reasonableness Recommendation For The Co. Ability To Establish Parameters And Maintain Controls To Ensure Contracts Are Executed In Accordance With Terms And Conditions. Ability To Assist With Monitoring Contract Performance Over The Life Of The Concerning Contract And Demonstrate The Ability To Solve A Broad Range Of Problems Relating To Proposals For Change, Claims, Payments, And Similar Problems. Ability To Prepare Or Draft Contract Modifications And Associated Modification Documentation Requirements. Ability To Support Cos And Css On All Phases Of Acquisition For Contract Modifications, Change Orders, Supplemental Agreements And Delivery Order Processes Including Requirements Requiring Definitions, Justification And Approval For Service Contract Extension, Method Of Contracting, Evaluation Of Proposals And Advice Concerning Contract Administration. Senior Contract Support (scs): The Scs Must Possess All The Demonstrated Experience And Knowledge Requirements Delineated In This Section. Experience Must Reflect Abilities To Support All Federal Acquisitions Regardless Of Acquisition Type Or Dollar Value. In Respect To The Minimum Qualifications, One Qualification May Not Be Substituted For Another. Each Candidate Must Possess All Minimum Qualifications As Verified By A Signed And Dated Resume By The Individual And A Corporate Executive. Resume Must Reflect Abilities To Support All Aspects Of Acquisition To Include Experience With Contracts Greater Than The Sat. Experience: A Minimum Of Five (5) Recent Years Within The Last Seven (7) Years Relevant Experience In Conducting Comprehensive And Complex Contract Acquisition Support Services With An Extensive Knowledge Of The Far, Veterans Affairs Acquisition Regulation (vaar), And All Other Applicable Regulations And Policies. Resume Must Reflect Documented Experience Of Pre- And Post-award Acquisition Processes And Activities Along With Related Training And Certifications. 4.3.1.1. Construction/architect-engineering (ae) Specialized Experience Requirements. Ability To Apply The Required Knowledge Of Laws, Regulations, And Procedures To The Act Of Properly Issuing And Administering A Construction Contract In Accordance With Federal Acquisition Laws, Regulations, And Best Business Practices. Have Knowledge Of Construction And Ae Contracting Request And Develop Construction/ae Solicitation Packages In Accordance With Far, Vaar, And Agency Policies And Procedures. Familiar With Far Part(s) 14, 15, 36, And 43. Unless Otherwise Approved By The Va Any Scs (who Meets The 5 Years General Experience Requirement) Who Will Be Specializing In Construction/ae Requirements Must Also Have The Following Experience: (1) 3 Years Of Experience In Developing Ae Solicitations And Administrating Ae Contracts And Modifications; (2) 3 Years Of Experience Developing Construction Solicitations And Administering Construction Contracts And Modifications All Within The Guidelines Set Forth In Paragraph 4.3.1. 4.3.1.2. Complex Service Contracts (such As Health Care Contracts) Experience Requirements. Have In-depth Knowledge Of Far 13/15. Familiarity With Medical Language. Any Scs (who Meets The 5 Years General Experience Requirement) Who Will Be Specializing In Complex Service Contracts Must Also Have The Following Experience: 5 Years Of Experience Developing Complex Service Solicitations And Administering Complex Service Contracts And Modifications All Within The Guidelines Set Forth In Paragraph 4.3.1. 4.3.1.3. Leasing And Specialized Experience Requirements: Be Familiar With Real Property Leasing, Utilities Contracts, Sharing Of Space And Other Non-medical Agreements (selling/sharing Agreements, Revokable Licenses, Interagency Agreements), And Hotel Services For Veterans Using Procedures Outlined In The Far, Vaar, General Services Acquisition Manual (gsam), General Services Acquisition Regulation (gsar), Public Laws, And Agency Policy. Unless Otherwise Approved By The Va Any Scs (who Meets The 5 Years General Experience Requirement) Who Will Be Specializing In Leasing And Specialized Contracts Must Also Have The Following Experience: 2 Years Of Experience Developing Real Property/lease Related Solicitations, Contracts And Modifications All Within The Guidelines Set Forth In Paragraph 4.3.1. Education: Bachelor's Degree With A Major In Any Field; Or At Least Twenty-four (24) Semester Hours In Any Combination Of The Following Fields: Accounting, Business, Finance, Law, Contracts, Purchasing, Economics, Industrial Management, Marketing, Quantitative Methods, And Organization And Management. A Federal Acquisition Certification In Contracting (fac-c Level I, Ii, Or Iii), Fac-c (professional), Or Dawia Level Iii In Contacting Certification Or Courses Leading To Certification, Or Demonstration Of The Completion Of Commercial Courses Equivalent To Certification. Additional Knowledge And Skills: In Addition To The Experience And Educational Requirements Described In Sections 4.3.1. And 4.3.2., The Scs Shall Possess The Following Knowledge And Skills An Mcs As Described In Section 4.2.3. As Well As The Following Knowledge And Skills: Ability To Provide Clear Leadership, Technical Direction, And Guidance To All Lower-level Acquisition Personnel. Possess Excellent Time Management And Writing Skills. Ability To Collaborate With Customers And Stakeholders On Performance Requirements Among Multiple Sites And Service Lines To Obtain Agreement, Standardize Enterprise Equipment, Supply And/or Service Requirements In Support Of Strategic Acquisition Plans. Ability To Refine And Improve Source Selection Evaluation Criteria. Ability To Make Suggestions By Analyzing Difficult Contracting Issues And Identifying Alternative Courses Of Action To Satisfy Specialized Requirements And Solve A Variety Of Contracting Problems. Ability To Conducting Gap Analyses And Understanding Of Cost Elements Which Go Into The Production, Management Or Delivery Of A Healthcare Resource Service Or Product. Ability To Provide Advisory Support And Prepare Procurement Packages For Review In Accordance With Customer Requirements And In Compliance With Va Policy And Procedures, To Include Federal And State Laws And Regulations. General It Systems And Applications: The Following It Systems And Applications Are Utilized For These Positions. All Candidates Must Have A Working Knowledge Of These Systems And Websites: Ms Teams, Word, Excel, Outlook, Powerpoint, Internet Explorer, And Edge Sharepoint Adobe Acrobat Google Chrome Government Contract Writing Systems System For Award Management (sam.gov) Contractor Performance Assessment Reporting System (cpars) Fpds-ng (federal Procurement Data System) Gsa Ebuy/gsa Advantage! Small Business Administration (sba.gov) English Language Requirement: The Contractor Shall Ensure All Personnel Performing Under This Contract Are Able To Read, Write, And Speak English Fluently. All Personnel Must Have The Ability To Effectively Communicate Orally Via Telephone And Ms Teams Communications As Well As Via Email Communications. U.s. Citizenship: All Contractor Personnel Performing Under This Contract Shall Be U.s. Citizens. Physical Requirements: Position Is Primarily Sedentary, Working While Seated And/or Standing. Period Of Performance, Place Of Performance And Hours Term Of Contract This Contract Has A Single Five-year Ordering Period, With Five One-year Pricing Periods. The Nco/pcac Contracting Office Will Issue The Task Orders. Each Task Order (to) Shall Specify The Hours And Period Of Performance. Pricing Period Dates Pricing Period 1 May 28, 2025 May 27, 2026 Pricing Period 2 May 28, 2026 May 27, 2027 Pricing Period 3 May 28, 2027 May 27, 2028 Pricing Period 4 May 28, 2028 May 27, 2029 Pricing Period 5 May 28, 2029 May 27, 2030 Place Of Performance Contractor Personnel May Be Required To Work On- Or Off-site (i.e., Government Office, Home Or The Contractor S Office); The Assigned Contractor Personnel Will Be Provided A Laptop And Personal Identity Verification (piv) Card. Specific Location To Be Identified In The Individual Task Order. Potential Locations Include Any Of The Following: Murfreesboro, Memphis, Johnson City, Tn; Lexington, Louisville, Ky; Ann Arbor, Battle Creek, Detroit, Mi; Cincinnati, Columbus, Kettering, Dayton, Cleveland/independence, Oh; Indianapolis, Marion, In; Milwaukee, Madison, Green Bay, Tomah, Wi; North Chicago, Marion, Il; Leavenworth, Wichita, Topeka, Ks; St. Louis, Poplar Bluff, Columbia, Mo; Houston, Tx; New Orleans, Alexandria, Shreveport, La; Biloxi, Jackson, Ms; Fayetteville, Little Rock, Ar; Florida Panhandle, Fl; St. Paul, St. Cloud, Mn; Coralville, Des Moines, Ia; Omaha, Ne; Fort Meade, Sioux Falls, Sd; Or Fargo, Nd. Travel To The Nearest Va Medical Center Is Required For On-boarding (fingerprinting, Piv Picture, Piv Card And Issuance Of Government Furnished Equipment (gfe)). Contractor Personnel Are Usually Required To Physically Access The Nearest Va Facility When Receiving Gfe. The Contractor S Services Are Expected To Be Needed For Six (6) Ncos: 9, 10, 12, 15, 16, And 23; And Pcac. The Location Area Of Each Nco Is Shown On Attachment D.2. Each Task Order Will Show The Number Of Hours And Estimated Number Of Personnel Needed For Each Location. Schedule Information And Tour Of Duty The Contractor Shall Provide The Minimum Number Of Personnel For Each Contracting Office To Meet The Number Of Hours Shown In The Schedule And To Ensure Continuity. The Number Of Hours And Personnel Shown In The Schedule Are Estimates Only. Task Order(s) Will Be Issued Based On The Number Of Hours (personnel) Needed For Each Nco, And Pcac Office. Please Note The Hourly Rate Submitted By The Contractor Must Be A Fully Burdened Rate, With A Single Hourly Rate For All Locations For Each Pricing Period. Tour Of Duty (work Hours): Each Cor And The Contractor S Representative Shall Work Together To Determine The Work Hours (tour Of Duty) Of Each Assigned Contractor Employee To Ensure A Consistent Schedule. Work Hours Will Adhere To The Local Time Zone Of The Nco Or Pcac Office In Which The Individual Contractor Personnel Supports. The Hours Of Operation Are Monday Through Friday 6:00 Am To 6:00 Pm With The Local Time Of Their Issuing Office, Excluding Federal Holidays. Full-time Contractor Personnel Shall Work 40 Hours Per Week (part-time Contractor Personnel Are Expected To Work At Least 20 Hours Per Week). A Normal Tour Of Duty For Full-time Contractor Personnel Is Eight (8) Hours Per Day With An Unpaid 30-minute Lunch (8.5 Hours), Five (5) Days Per Week, Monday Through Friday, Excluding Federal Holidays. The Tour Of Duty (work Hours) For Part-time Contractor Personnel Shall Be Coordinated Between The Cor And Contractor And Shall Be Within The Hours Of Operation. Variations To A 40-hour Work Week, Including Alternative Work Schedules, Require Advance Approval By The Co And Cor. Any Changes To The Tour Of Duty Must Be Submitted To The Cor Prior To Any Adjustment. Cors Are Responsible For Tracking Hours And May Require Contractor Employees To Send An Email Verification When Employee Shift Starts And Ends. The Day-to-day Supervision And Direct Control Over Contractor Personnel Will Be The Sole Responsibility Of The Contractor. Federal Holidays: The Following Holidays Are Observed By The Federal Government: New Year S Day (january 1) Birthday Of Martin Luther King, Jr. (third Monday In January) Washington S Birthday (third Monday In February) Memorial Day (last Monday In May) Juneteenth National Independence Day (june 19) Independence Day (july 4) Labor Day (first Monday In September) Columbus Day (second Monday In October) Veterans Day (november 11) Thanksgiving Day (fourth Thursday In November) Christmas Day (december 25) This List Shall Include Any Additional Day Specifically Declared By The President Of The United States To Be A Federal Holiday. **if A Holiday Falls On A Saturday, For Most Federal Employees, The Preceding Friday Will Be Treated As A Holiday For Pay And Leave Purposes. (see 5 U.s.c. 6103(b).) If A Holiday Falls On A Sunday, For Most Federal Employees, The Following Monday Will Be Treated As A Holiday For Pay And Leave Purposes. (see Section 3(a) Of Executive Order 11582, February 11, 1971.) ***contractor-employees Are Prohibited From Working On Any Federal Holiday. Planned/unplanned Absences: The Contractor Is Required To Notify The Cor Immediately For Sick/delay Absences From Work And At Least Two Days Prior To Vacation Or Other Absences From Work. Personnel May Use Vacation And Sick Time In Accordance With The Contractor S Policies, But The Contractor Shall Schedule Its Employees Vacation Time To Ensure That Employees Are Not Absent From Performance Availability For More Than Two (2) Consecutive Weeks At A Time.âthe Contractor Shall Ensure That No More Than One Of Their Assigned Personnel To A Specific Office Is Out Of The Office Simultaneously Unless The Absence Is Related To Inclement Weather, Illness, Or Other Unforeseen Events. Temporary Schedule Adjustments: Any Temporary Adjustments To A Contractor-employee S Work Schedule Must Be Requested In Advance And Approved By The Cor. For Example, A Temporary Schedule Adjustment Could Be To Work Longer On One Day In Exchange For A Shorter Workday Later In The Same Two-week Pay Period. Under No Circumstances Will A Contractor Work More Than 40 Hours In A Week Unless Authorized By The Cor; All Make Up Time Must Be Worked During Core Hours. Government Furnished Information, Property, And Equipment Government Furnished Equipment (gfe): The Government Shall Provide A Piv Card, A Laptop Computer And Software Applicable To Contract Personnel In Performance Of This Contract. Contractor Personnel May Be Required To Physically Access The Nearest Government Va Facility To Receive The Gfe. Contractor Personnel Shall Safeguard All Government Property, Documents, And Equipment. Government Personal Identification Verification Card (piv): Piv Cards Will Be Issued At The Start Of Contract Services For Security Access To Government Equipment And Sites. Contractor Shall Ensure All Government Furnished Equipment (gfe) And Piv Cards Are Returned To The Va (or Relevant Cor) Within Seven (7) Calendar Days When The Contract Ends Or When An Employee Leaves For Any Reason Prior To Contract End. Additional Gfe May Be Provided Depending On Circumstance And Equipment Availability. The Contractor Shall Furnish Any Other Required Equipment And Supplies As Necessary. Government Furnished Information (gfi): The Government May Provide All Applicable Policies, Guides, Standard Operating Procedures, Templates, Information, And Access To Va Networks And Sharepoint Necessary For Performance Under This Pws. The Va Retains Ownership Of All Government Furnished Equipment, Materials, Documents, And Information And Services Furnished Under This Contract. Other Costs Other Direct Costs (odc): The Cost Of General-purpose Items (notebooks, Paper, Pens, Calculators, Headsets, Folders, Tape, Staplers, Internet, Etc.) Required For The Conduct Of The Contractor S Normal Business Operations Will Not Be Considered An Allowable Odc In Performance Of This Contract. The Government Does Not Anticipate Odcs Not Already Accounted For As General-purpose Items Required Under This Contract. The Proposed Price Shall Include All Necessary Odcs. The Day-to-day Supervision And Direct Control Over The Work Performed By Contractor Personnel Shall Be The Sole Responsibility Of The Contractor. This Supervision Is Not A Separate Reimbursable Item Under This Requirement. Supervision Is An Overhead Cost That Is The Responsibility Of The Contractor. Performance Requirements And Summary Inherently Government Functions/non-personal Services: In Performance Of This Contract, The Contractor Shall Provide Services As Required By Contracting Activities Within The Rpo-c Area, To Support Va S Overall Mission. It Is Expressly Agreed And Understood That This Is A Non-personal Services Contract, As Defined In Federal Acquisition Regulation (far) 37.101, Under Which The Professional Services Rendered By The Contractor, Or Its Employees Are Rendered In Its Capacity As An Independent Contractor And Shall Not Be Considered Va Employees For Any Purpose Whatsoever. The Contract Acquisition Support Services Required On This Contract Constitute Professional And Management Services Within The Definition Provided By Far 37.201. This Contract Allows The Government To Obtain Professional Services Which Are Essential To The Va Mission, But Not Otherwise Available At This Time Within The Va. Contractor Personnel Shall Not Perform Inherently Governmental Functions (igf) As Defined In Federal Acquisition Regulation (far) Part 7.503(c)(12). All Contract Acquisition Support Services Shall Be Conducted In Accordance With The Far, Veterans Affairs Acquisition Regulation (vaar), Va Acquisition Manual (vaam), Procurement Policy Memorandums (ppms), Veterans Health Administration Procurement Manual (vhapm), Vha Procurement Guide (vhapg), Public Laws, Statutes, And Va Policies And Procedures. Tasks Executed By The Contractor Shall Be Considered Recommendations Subject To The Review And Approval By The Government. It Shall Be The Responsibility Of The Contractor To Manage Their Employees And Guard Against Any Actions That Are Personal Services In Nature. Professional Conduct And Performance: Contract Employees Shall Adhere To Professional Conduct Standards That Include Professional Courtesy, Punctuality, And Respect. Professional Conduct Includes Being Accessible During Duty Hours And Adhering To Each Contractor Employee S Work Schedule. The Respective Cor Shall Be Notified Of Any Schedule Changes Prior To The Contractor Employee S Absence Or Tardiness. Schedule Changes Shall Be Approved By The Cor Prior To Working. Should Any Contractor Employee Be Determined To Be Unacceptable In Terms Of Professional Conduct During Duty Hours, The Co And Contractor Poc Shall Be Notified By The Cor. If The Unacceptable Conduct Continues, The Contractor, Upon Direction From The Co, Shall Remove And Replace The Contractor Personnel Involved At No Additional Cost To The Government. All Contract Personnel Shall Sign A Contractor Rules Of Behavior (rob - Attachment D.4) Annually From Date Of Hire. Contractor Identification: Contractor Personnel Shall Clearly Identify Themselves As Contractors At All Times, In All Communications And Representations, To Avoid Situations Arising Where Sensitive Topics Might Be Better Discussed Solely Between Government Employees. Identification Shall Include When In The Workplace, In Meetings, In Conversations, Telecommunications, Mail, Electronic Mail (email), Faxes, With Government Personnel, Other Contractor Personnel And The Public. Answering Telephones: Contractor Personnel Must Identify Themselves As Contract Personnel In Telephone Conversations And Meetings Via Telephone, Or When Working In Situations Where Their Actions May Be Construed As Official Government Acts And/or Personnel. Telephone Script: Hello, This Is (name) With (contractor Name) In Support Of (nco Number, Or Pcac), How May I Help You? Utilizing Electronic Mail: When Prime Contractor Or Sub-contractor Personnel Send Email Messages As A Part Of Contract Performance (or Otherwise Relating To Contract Matters), Each Sender Shall Have A Signature Line That Includes: First Name And Last Name (contractor) Title Phone Number Email Address Individual S Employer Name Assigned Team Or Ordering Facility Non-disclosure And Conflict Of Interest Agreements: To Ensure The Integrity Of Government Contracting Operations, All Contractor Personnel Shall Execute A Non-disclosure Agreement (nda) During The On-boarding Process. All Contractor Personnel Will Have Ongoing Access To Proprietary Information Which They Are Required To Protect. All Information Is Considered Sensitive And Shall Not Be Disclosed Outside The Workplace. This Includes, But Is Not Limited To, Proprietary Data, Passwords, For Official Use Only Documents And Source Selection Information . All Contractor Personnel Assigned To And Performing On This Requirement May Not Work On Other Contracts For The Contractor, Or Other Agencies Without A Formal Written Request And Prior Written Consent. All Contract Personnel Shall Sign A Statement Of Non-disclosure (attachment D.3). Background Investigation: In Accordance With Homeland Security Presidential Directive-12 (hspd-12), Office Of Management And Budget Guidance M-05-24, And Federal Information Processing Standards Publication Number 201, A Criminal Background Check/investigation (bi) Is Required For All Contract Personnel To Determine Suitability For Routine Access To Government Facilities And Systems. Contract Personnel Must Receive A Favorable Adjudication After Investigation Paperwork. Additionally, All Contractor Personnel Must Start The Paperwork For A Background Investigation And Complete Finger Printing, As Well As Completion Of All Required Training Prior To The Start Of Placement Or Performance On The Contract. Va Mandatory Training Requirements: All Contractor Staff Must Log Onto Www.tms.va.gov, And Self-enroll. Information Security Awareness Training. Contractor Support Personnel Are Required To Complete Annual Information Security Awareness Training (during Onboarding And Annually Thereafter). Contractor Rules Of Behavior. Sign And Acknowledge Understanding Of And Responsibilities For Compliance With The Contractor Rules Of Behavior Relating To Access To Va Information (during On-boarding And Annually). Va Privacy Training. Complete Va Privacy Training (during Onboarding And Annually Thereafter). Government Contract Writing Training. Complete Any And All Required Training Applicable To Current Government Contract Writing Systems Such. If Previously Completed And Valid, The Contractor Shall Provide The Completion Certificate To The Cor And Co. Failure To Complete The Mandatory Training And Sign The Rules Of Behavior Annually, Within The Timeframe Required, Will Be Grounds For Suspension Or Termination Of All Physical Or Electronic Access Privileges And Removal From Work On The Contract Until Such Time As The Training And Documents Are Completed. The Nco/pcac Cors Will Be Responsible For Technical Monitoring Of The Contractor S Personnel Performance And Deliverables. The Cor And The Contractor S Representative Shall Work Together To Ensure All Contractual Requirements Are Being Met. The Cor Will Interpret Specifications Or Technical Portions Of The Work. Contractor Requirements And Responsibilities The Contractor Shall Provide Contractor Personnel, Expertise, Supervision Of Contractor Resources, And Any Required Deliverable Necessary To Satisfy The Requirements In This Pws. 9.1. Personnel Placement The Contractor Shall Provide A Sufficiently Detailed Resume Of Experience For Each Proposed Candidate To The Governments Contracting Officer Representatives (cor) For Approval And Verification Of Education And Experience Requirements. Responses To Submitted Resumes Will Normally Be Provided To The Contractor Within 7 Calendar Days. The Contractor Shall Pre-screen The Resumes To Ensure Each Proposed Candidate Has Met The Minimum Requirements Shown In Section 4 And To Ensure Each Resume Shows Specific And Detailed Experience (company Name, Dates Of Employment, Job Duties, Contract Types And Actions, Etc.). The Contractor Shall Effectively Fill And Assign Qualified Approved Contractor Personnel At Each Nco/pcac Office Within 40 Calendar Days Of Task Order Award. (this Does Not Include Va Onboarding Time.) The Contractor Shall Ensure All Required Information For Onboarding And All Background Investigation Paperwork Is Submitted Within 14 Calendar Days Of Cors Acceptance Of Contractor Personnel And Eqip Is Completed Within Six (6) Calendar Days Of Initiation. Va Staff Will Assist Contractor Personnel In Obtaining Personal Identity Verification (piv) Card And System Access To Va Networks. Personnel Maintenance And Gfe Turnover: The Contractor Shall Minimize The Effect And Impact To The Va By Strategically Managing Contractor Personnel Turnover To The Greatest Extent Possible Throughout The Life Of The Contract. Contractor Shall Ensure Continuation Of Services During Prolonged Personnel Absences Due To Sickness, Leave And Voluntary Or Involuntary Termination From Employment Such That Impact To The Government Is Minimal. Once A Contractor Is Aware That An Employee Is Leaving And Will No Longer Support A Task, The Contractor Shall Provide Written Documentation (email) To The Co And The Cor Within One (1) Business Days Of The Employee Advising The Contractor Of Their Intent To Leave. The Written Notification Shall Include The Date And Time The Position Will Be Vacant, The Anticipated Replacement Date, And What Management Action Will Be Taken To Ensure Task Completion. Any Position Vacancies Shall Not Exceed 14 Calendar Days (does Not Include Va Onboarding Time) Unless Directed Or Approved, In Writing, By The Co. Replacement/substitution: Any Change In Personnel Will Be Subject To Prior Government Approval. Prior To Replacing/substituting Personnel Performing On This Contract, The Contractor Shall Provide A Sufficiently Detailed Resume Of Proposed Contractor Personnel To The Cor For Verification And Approval Of Education And Experience Requirements. Responses To Submitted Resumes Will Be Provided To The Contractor Within Seven (7) Calendar Days. The Co/cor Reserves The Right To Refuse A Replacement/substitution If The Co/cor Deems The Replacement/substitution Does Not Meet The Qualifications. Government Equipment And Badges: Contractor Shall Ensure All Government Furnished Equipment (gfe) And Piv Cards Are Returned To The Va (or Relevant Cor) Within Seven (7) Calendar Days When The Contract Or Task Order Ends Or When An Employee Leaves For Any Reason Prior To Contract Or Task Order Expiration. The Contractor Shall Be Financially Responsible For Any Gfe That Is Lost, Stolen, Damaged, Or Not Returned To The Va Within Seven (7) Calendar Days Of Contract Or Task Order Expiration Or After A Contractor Employee Has Vacated Their Position. The Contractor Shall Report Any Lost Items (gfe, Piv) Immediately To The Co And Cor. Supervisory Controls: The Contractor Shall Be Responsible For Managing And Overseeing All Actions To Ensure Timely And Practical Support Performed Under This Contract. The Day-to-day Supervision And Direct Control Over The Work Performed By Off-site Or Remote Contractor Personnel Will Be The Sole Responsibility Of The Contractor. The Government Will Not Supervise Contractor Personnel, Prepare Contractor Personnel Work Schedules, Or Control The Method By Which The Contractor Personnel Perform The Required Tasks. The Government Will Only Provide Tasks To Contractor Personnel For Execution. The Contractor Personnel Will Work Independently And Keep The Relevant Co And/or Cor Informed Of All Actions Assigned. All Assignments Will Be Completed In A Timely Fashion. Work Will Be Reviewed By The Relevant Co And/or Cor For Compliance With Va Policies, Far And Vaar Regulations, Overall Objectives, And Effectiveness In Achieving Results. Quality Assurance (qa) / Acceptance Quality Limit (aql): The Government Reserves The Right To Survey All Services Received Under This Contract To Determine Whether The Contractor Is Meeting Performance Standards, Service Levels, And Objectives. The Government Has The Right To Change Or Modify Inspection Methods At Its Discretion. Quality Control: Contractor Shall Develop And Maintain Its Own Quality Control Program / Inspection Plan That Assures Compliance With All Requirements Of This Contract. Acceptance Quality Level: As A Minimum, The Contractor S Plan Should Address These Items Shown Below For The Acceptance Quality Level (aql) During The Contract S Performance Period. Standards Basis Aql Contractor Personnel Placement With Onboarding And Background Investigation Documents Reference Pws Paragraphs 4., 6., 8.4., 8.5., 8.6., And 9.1. Positions Filled With Approved And Qualified Personnel Within 40 Calendar Days Of Task Order Award And Onboarding Documents Submitted / Completed Within 14 Calendar Days. 95% Coordination And Placement Of Qualified Personnel. No More Than One (1) Instance Of An Initial Vacancy Not Filled Within 40 Days Of Task Order Award. No More Than Two (2) Instances Where Onboarding Documents Were Not Submitted/completed Within 7 Calendar Days. Effective Replacement / Substitute Personnel Reference Pws Paragraphs 4., 5.3.5., 6., 8.4., 8.5., 8.6., 9.11., 9.1.2., 9.1.4., And 9.2. Vacancies Due To Turnover Filled With Approved And Qualified Personnel Within 14 Days Of Departure. Prior Coordination 100% Of The Time For Replacement Personnel. No More Than Three (3) Instances Of Failure To Fill Vacancies With Qualified Personnel Within 14 Days Of Vacancy Notification. Monthly Activity Report (mar) Reference Pws Paragraph 10.2. No More Than Two (2) Mars Submitted Late Annually. Quarterly Activity Report (qar) Reference Pws Paragraph 10.3. No More Than One (1) Qar Submitted Late Annually. Personnel List Reference Pws Paragraph 10.4. No More Than Three (3) Personnel Reports Submitted Late During The Life Of The Contract. Gfe And Piv Returned To The Va Within 7 Calendar Days. Reference Pws Paragraph 9.2.3. No More Than Two (2) Instances Reported During The Life Of The Contract. Timeliness Procurement Action Lead Time (palt), Contractor Deliverables (contractor Personnel) Based On Current Va Policy. 90% Customer Service Reference Pws Paragraph 8. Feedback From Stakeholders On Contractor Personnel. No More Than 3 Significant And Substantiated Complaints. 90% Quality Of Contractual Documentation Contracting Officer And Cor Reviews Of Submitted And Completed Documents. 90% Productivity Number Of Actions Completed As A Function Of Complexity 90% Contracting Officer S Representative (cor): The Government Will Identify And Delegate A Cor For Each Participating Office (nco/pcac). The Cor Shall Monitor All Technical Aspects Of The Contract And Assist In Contract Administration. Unless Otherwise Identified In A Delegation Letter, The Cor Is Authorized To Perform The Following Functions: Assure That The Contractor Performs The Technical And Administrative Requirements Of The Contract; Perform Necessary Inspections In Connection With Contract Performance; Maintain Written And Oral Communications With The Contractor Concerning Technical Aspects Of The Contract; Issue Written Interpretations Of Technical Requirements; Monitor The Contractor's Performance And Notify Both The Co And Contractor Of Any Deficiencies; Oversee The Distribution Of Government Furnished Property; Coordination Of Required Security/background Documentation; And, Provide Facility Access Of Contractor Personnel Through Arranging Scheduling And Piv Card Pick Up. The Co Will Send A Letter Of Delegation To The Cor And The Contractor, Which States The Specific Responsibilities And Limitations Of The Cor. The Cor Is Not Authorized To Change Any Of The Terms And Conditions Of The Contract. Cors Are Not Authorized To Obligate Funds Or Execute Any Contract Modifications. Cors Will Be Responsible For Reviewing, Approving, And Certifying Invoices For Their Respective Location. Cor Reviews: The Cor Will Interpret Specifications Or Technical Portions Of The Work. All Performance Concerns Shall Be Addressed Between The Cor, Co, And Contractor. The Cor And The Contractor S Representative Shall Work Together To Ensure All Contractual Requirements Are Being Met. Contractor Deliverables Contractor Point Of Contact: The Contractor Shall Provide A Point Of Contact (poc) / Supervisor Who Shall Be Responsible For The Performance Of Work From The Contract Acquisition Support Specialists. The Contractor Shall Designate This Individual, In Writing, To The Co And Cors Before The Start Of Performance. An Alternate Poc May Be Designated, But The Contractor Shall Identify Those Times When The Alternate Shall Be The Primary Poc. The Contractor Poc Shall Be Available Via Telephone And Email, Monday Through Friday, 8:00 A.m. Until 4:30 P.m. Central Time (ct) Excluding Federal Holidays. The Poc Shall Have Authority To Direct Contract Employees On The Contract Or Have Direct Contact With The Manager/supervisor For The Contract Support Employees. Monthly Activity Report Deliverable: The Contractor Shall Submit A Monthly Activity Report (mar) To Each Cor, On Or Before The 15th Day Of The Following Month. Contractor Shall Develop And Submit Monthly Activity Reports (mars) To The Cor And Administering Co For Review At Any Monthly/quarterly Meetings. The Mars Shall Include A Summary Of Activities For The Month, Issues, And Goals For The Next Month. The Mars Shall Summarize The Contractor S Accomplishments During The Previous Month, Planned Work During The Upcoming Month And Any Significant Problems Or Issues Requiring Resolution, Along With Proposed Corrective Actions. The Contractor Shall Deliver These Reports To All Appropriate Parties Identified In This Section. The Mar Shall Include, At A Minimum, The Following Information: Contract Number Task Order Number Reporting Period Number Of Hours Each Employee Worked Brief Task Description For Each Employee For Each Employee: A Narrative Review Of Work Accomplished During The Reporting Period And Significant Events Personnel Actions For The Period (separations, Labor Category Changes, Recruitments) Quarterly Report Deliverable: The Contractor Shall Submit A Quarterly Activity Report (qar) To The Co On Or Before The 15th Day Following Each Quarter, Summarizing, At A Minimum: The Contract Number The List Of Contractor Employees Including Location The Number And Location Of Any Open/unfilled Positions The Number Of Calendar Days It Takes/took To Fill Each Open Position. List Of Contractor Employees: The Contractor Shall Maintain A Current List Of Employees Assigned Under This Contract And Their Assigned Nco/pcac Location. The List Shall Be Validated And Signed By The Contractor And Provided To The Co Once All Employees Are Assigned. An Updated List Shall Be Provided Upon Any Changes (additions/deletions). Once A Contractor Is Aware That An Employee Is Leaving, Or Termination Of Employment The Contractor Shall Provide Written Documentation To The Cor Within One (1) Business Day. The Written Notification Shall Include The Date And Time The Position Will Be Vacant, And Anticipated Replacement Date. Organizational Conflicts Of Interest (oci): The Contractor Shall Have An Oci Plan In Place For Detecting, Disclosing, Avoiding, And Mitigating Oci Issues/risks Involved In The Performance Of This Contract. An Oci Exists When A Contractor Employee Participates Personally And Substantially In A Particular Matter (e.g., A Contract) That Would Have A Direct And Predictable Effect On The Contractor Employee S Own Financial Interest Or The Financial Interest Of The Contractor Employee S Spouse, Minor Child, General Partner, Any Person Or Entity Whom The Contractor Employee Serves As An Officer, Director, Trustee Or Employee, Or Any Person With Whom The Contractor Employee Is Negotiating Or Has An Arrangement For Prospective Employment. The Oci Will Include The Contractor And All Assigned Contractor Employees On This Contract And Associated Family Members. The Plan Shall Identify Any Potential Conflicts Of Interest And Shall Provide A Process For Dealing With Any Oci That Is Identified During Contract Execution. The Oci Plan Shall Disclose All Cross-teaming Arrangements And Shall Include A Representation That There Will Be No Crosstalk , Or Information Shared Between The Two Affiliates Regarding The Contract. The Contractor Shall Notify The Co Within Two Business Days Of Any Oci Violations On This Contract. Non-disclosure Agreements: All Contractor Personnel Assigned To Work On This Contract Shall Be Required To Sign A Non-disclosure Agreement (nda) During Their Onboarding Regarding Key Aspects Of The Project And Project Content. All Information Is Considered Sensitive And Will Not Be Disclosed Outside The Workplace. This Includes Proprietary Data, Passwords, For Official Use Only Documents And Source Selection Information. Background Investigation: A Criminal Background Check Is Required For All Contract Personnel. Contract Personnel Must Receive A Favorable Adjudication After Investigation Paperwork. All Contractor Personnel Must Complete Finger Printing And Start Background Investigation Paperwork Prior To Placement On The Contract. Invoices Each Nco/pcac Location Will Be Assigned A Cor Who Shall Serve As The Governments Primary Point Of Contact (poc) For That Location. Inspection And Acceptance Of Services Is Delegated To The Corresponding Cor. The Contractor Shall Submit A Separate Monthly Itemized Invoice To Each Cor In Arrears For Services Performed. The Invoice Shall Contain Contractor S Name, Address, Point Of Contact, Invoice Number, Contract Number, Task Order Number, And Purchase Order (po) Number Along With A Listing Of Each Contractor Employee S Name, Dates Worked, Actual Number Of Hours Worked, Work Location (nco/pcac), The Agreed Upon Fixed Hourly Rate And Total Price. Reduction In Services: Each Task Order Issued Under This Contract Will Be For A Specific Number Of Hours. If, At The End Of The Task Order Period Of Performance, The Government Has Not Utilized The Total Number Of Hours Ordered Because Of A Change In Its Anticipated Needs Or Delays That Are Due To Recruiting, Hiring, Onboarding, Turnover And Finding Replacements, The Contractor Agrees To Enter Into A Good Faith Negotiation To Bilaterally Reduce The Scope Of The Task Order With A Corresponding Adjustment In The Total Task Order Price. In No Event Will The Government Pay The Contractor For Hours Not Actually Worked. Vha Onboarding / Offboarding Process The Contractor Shall Provide Onboarding/offboarding Liaising And A Liaising Tracker For Onboarding And Offboarding Contractor Personnel. The Liaising Tracker Shall Be Updated Within A Day Of Onboarding/offboarding Action. The Contractor Shall Collect All The Required Documents For Onboarding Personnel, Perform Preliminary Review Of All Documents To Ensure The Forms Are Completed Accurately, And Submit All Forms To The Cor To Initiate The Background Investigation For All New Hires. All Forms And Supporting Documents Shall Be In .pdf Format And Use The Naming Convention Shown In The Example Below For Each File: The Following Onboarding Forms Shall Be Completed And Submitted To The Cor Within A Week Of Identifying (cor Approval) The Contract Personnel: Declaration For Federal Employment (of 306) Background Investigation Request (fm 1a) Contractor / Employee Piv Office Fingerprint Request Form (fm 2) Self-certification Of Continuous Service (sc) Non-disclosure Agreement (nda) Tms Training Certificates For Va Privacy And Information Security Awareness And Rules Of Behavior Certificate (valid For Only One Year) Tms Training Certificates For Privacy And Hipaa Training Certificate (valid For Only One Year) The Following Tasks Are Required By The Contractor When Onboarding Contractor Personnel: Schedule New Hires For Fingerprints At The Nearest Va Facility From The Contractor-employee S Physical Location Ensure All Onboarding Forms Are Completed Properly Submit All Onboarding Forms To The Cor In A Password Protected Email For The Initial Background Investigation And Send Password To Cor In A Separate Email Ensure All Contractor Personnel Working On This Contract Have Been Favorably Adjudicated Advise The Cor If Contractor-employee Is Transferring From Another Va Facility/department Request Contractor-employee Tms Access From Cor Coordinate With The Cor Regarding Wmc-hroo Persec Contractor Onboarding Process. Verify The Last 5 Years Of Related Work Experience On Candidates Resume The Following Tasks Are Required By The Contractor When Offboarding Contractor Personnel: When The Contractor Is Made Aware Of A Departure Of A Contract-employee, The Contractor Must Notify The Cor And Co Within One (1) Business Day. Complete The Offboarding Form For Each Contractor Employee. On The Final Day Of The Contractor Employee Day Of Employment The Employee Will Turn In All Government Issued Equipment, Piv Card And Any Subsequent Reports And Incomplete Tasks. Security Issues And Access General: Department Of Veterans Affairs Medical Centers Are Federal Government Facilities. Prior To Contractor Personnel Start Day, A Personnel Background Investigation (bi) Shall Be Completed And Sent To The Contracting Officer And Respective Cor. The Piv Card Will Not Be Issued Until The Background Checks Are Completed And Approved By The Security Investigation Center (sic). Security Identification Badges: Contract Employees Shall Comply With Their Assigned Location S Identification And Access Requirements. The Contractor Is Responsible For Absences Of Contract Employees Due To Expired Or Lost Identification And Access Documents. Contractor/contract Employees Shall Turn In All Identification Badges To The Contracting Officer, Or Designated Representative Upon Termination Of Their Services Under The Contract. The Contractor Shall Be Responsible For The Replacement Cost Of Lost Or Non-returned Piv Cards. Subject To Criminal Penalties; Equipment And Piv Badges (need To Run By Ogc) Security: All Contractors And Contractor Personnel Shall Be Subject To The Same Federal Security And Privacy Laws, Regulations, Standards, And Va Policies, Including The Privacy Act, 5 U.s.c. 552a, And Va Personnel, Regarding Information And Information System Security. Contractors Shall Follow Policies And Procedures Outlined In Va Directive 6500, Information Security Program Which Is Available At: Http://www.va.gov/vapubs/ And Its Handbooks To Ensure Appropriate Security Controls Are In Place. All Contractor Personnel Requiring Access To Va Computer Networks Are Required To Complete Va S Information Security And Privacy Awareness Training Annually. Confidentiality: Contractor Personnel Who Obtain Access To Hardware, Software, Or Media, Which May Manipulate Or Store Any Sensitive Information, That Is Protected Under 38 Usc 4132 Or 3305, As Defined By The Department Of Veterans Affairs, Must Not Access Information Unless Absolutely Necessary To Perform Their Contractual Duties. Disclosure Of Any Sensitive Data Obtained During Performance Of Assigned Duties Under This Contract Is Prohibited. Violation Of These Statutory Provisions May Involve Imposition Of Criminal Penalties. Contractor Is Considered To Be A Va Contractor For Purposes Of Privacy Act, Title 5 U.s.c. 552a. Hipaa: The Contractor Shall Abide By The Standards For Privacy Of Individually Identifiable Health Information Of The Health Insurance Portability And Accountability Act (hipaa), Public Law 104-01. The Contractor Shall Not Use Or Further Disclose Protected Health Information Other Than As Permitted Or Required By The Contract Or As Required By Law. The Contractor Shall Use Appropriate Safeguards To Prevent Use Or Disclosure Of The Protected Health Information. The Contractor Shall Mitigate, To The Extent Practicable, Any Harmful Effect That Is Known To The Contractor Of A Use Or Disclosure Of Protected Health Information By The Contractor In Violation Of The Requirements Of This Contract. The Contractor Shall Report To The Government Any Use Or Disclosure Of The Protected Health Information Not Provided For By This Contract. The Contractor Shall Document, In A Time And Manner Designated By The Government, Any Disclosure Of Protected Health Information As Would Be Required For The Government To Respond To A Request By An Individual For An Accounting Of Disclosure Of Protected Health Information. Removal Of Personnel At Government Request: The Government May Request Removal (permanent Or Temporary) Of Contract Personnel For Security, Safety, Or Health Reasons, Upon Discovery Of Fraudulent Resume Documentation, Or When Contractor Personnel Behave In An Unprofessional Manner That Would Be Considered Unacceptable By A Reasonable Person. The Government May Also Request Removal If It Is Determined That There Is No Available Work To Assign Them. Removals Shall Be Effective By Close Of Business On The Same Day As Notification, Unless Otherwise Determined By The Government. Prior To Replacing/substituting Personnel Under These Circumstances (reference Sections 4, 5.3.5., 9.1., And 9.2.) The Contractor Shall Provide A Sufficiently Detailed Qualification Summary/resume Of Proposed Personnel For Government Coordination. End Of Pws
Closing Date14 Feb 2025
Tender AmountRefer Documents 

City Of General Santos , South Cotabato Tender

Others...+2Security and Emergency Services, Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Local Government Unit Of General Santos City Bids And Awards Committee Goods And Consultancy Services City Hall, General Santos City Total Description Of Articles Item No. 1. Traffic Signalization And Cctv Synchronization Program, City Wide, General Santos City (additional) A) Traffic Local Controller 1 Lot @ Php2,501,119.76 1 Pc. Basic Controller 19" 24/40 @ Php996,446.95 1 Pc. 3g & Gps Antenna @ Php26,981.91 1 Pc. 3g 4di/4du With Gps @ Php110,406.81 2 Pcs. Lamp Connection Cable @php32,351.65 = Php64,703.30 4 Pcs. Signal Group Gp 9 @ Php102,154.31 = Php408,617.24 1 Pc. I/o 24 Input @ Php109,480.10 1 Pc. Controller Cabinet @ Php715,035.11 1 Pc. Power Supply 24 V @ Php69,448.34 B) Traffic Signal Head, Led Type Location [1 New Intersection, Upgrading Of Existing 11 Intersections] 1 Lot @ Php27,226,066.64 44 Set 300mm 3 Aspect Ball @ Php126,737.62 = Php5,576,455.28 33 Set 300mm 3 Aspect Arrow @ Php132,784.48 = Php4,381,887.84 46 Set 200mm 3 Aspect Ball @ Php109,456.08 = Php5,034,979.68 37 Set 200mm 3 Aspect Arrow @ Php118,942,44 = Php4,400,870.28 84 Set 300mm Pedestrian Lantern @php93,236.59 = Php7,831,873.56 C) Traffic Sensor And Monitoring Camera 1 Lot @ Php2,506,626.33 1 Pc. Traffic Sensor/monitoring Pole 12m High With Extension Arm Treaded Sensor Bracket @ Php169,050,72 1 Pc. Detection System Processor Hw And Accessories @ Php1,387,657.71 1 Pc. Detection Processor Sw (license) @ Php515,428.25 1 Pc. Fish Eye Camera Sensor @ Php434,489.65 D) Other Monitoring Camera 1 Lot @ Php13,067,828.87 21 Pcs. Ptz Camera @ Php70,712.64 = Php1,484,965.44 21 Pcs. Ptz Camera Bracket @ Php2,000.00 = Php42,000.00 18 Pcs. Anpr Camera @ Php209,528.74 = Php3,771,517.32 18 Pcs. Anpr Camera Bracket @ Php2,500.00 = Php45,000.00 35 Pcs. Face Recognition Camera @ Php146,064.45 = Php5,112,255.75 35 Pcs. Face Recognition Camera Bracket @ Php2,000.00 = Php70,000.00 18 Pcs. White Strobe Lamp @ Php33,081.66 = Php595,469.88 21 Pcs. Ptz Video License @ Php22,164.52 = Php465,454.92 18 Pcs. Anpr License @ Php27,946.52 = Php503,037.36 35 Pcs. Fr Video License @ Php27,946.52 = Php978,128.20 E) Traffic Signal Control Cable (old Existing Traffic Light Locations With Mccain And Peek Controllers) 1 Lot @ Php8,554,874.00 1,800 M. Signal Cable 29c @ Php2,631.55 = Php4,736,790.00 700 M. Signal Cable 19c @ Php1,766.02 = Php1,236,214.00 1,000 M. Signal Cable 12c @ Php1,147.78 = Php1,147,780.00 250 M. Signal Cable 8c @ Php860.16 = Php215,040.00 2,200 M. Signal Cable 4c @ Php430.08 = Php946,176.00 400 M. Signal Cable 3c @ Php397.81 = Php159,124.00 115,000,000.00 Page 2 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. 364 M. Signal Cable 2c @ Php312.50 = Php113,750.00 F) Accessories 1 Lot @ Php2,511,044.60 33 Box Mounting Strap (3/4" Ss) @ Php20,160.20 = Php665,286.60 19 Box Buckle (3/4" Ss) @ Php20,160.20 = Php383,043.80 97 Pcs. Rubber Tape @ Php170.00 = Php16,490.00 206 Pcs. Electrical Tape @ Php170.00 = Php35,020.00 21 Lot Circuit Breaker, Housing And Accessories @ Php67,200.20 = Php1,411,204.20 G) Pole 1 Lot @ Php4,985,416.84 (4) Traffic Type A Pole 4m Arm @ Php151,153.50 = Php604,614.00 (4) Traffic Type B Pole @ Php84,353.38 = Php337,413.52 (24) Straight Pole 6m @ Php110,850.38 = Php2,660,409.12 (21) On Pole Comm Box @ Php65,856.20 = Php1,382,980.20 H) Traffic Software Solutions And License 1 Lot @ Php1,164,995.22 Data Collection And Basic Device Monitoring Traffic Control Devices (controllers & Roadside Units) Traffic Control Time Based Plan Selection Adaptive Network Control Strategy Manager Strategy Manager For Traffic Actuated Plan Selection Sw Maintenance Support Bronze Profile (8x5) I) Backbone And Network Connectivity (supply And Installation Of Network Infrastructure Equipment) 1 Lot @ Php40,991,738.56 22 Pcs. Industrial Network Switch For Outdoor Control Panel @php560,696.84 = Php12,335,330.48 22 Pcs. Din Rail Poe Power Supply Industrial Grade @ Php110,524.04 = Php2,431,528.88 44 Pcs. Sfp Module For Fiber Connectivity For The Industrial Network Switch @ Php75,726.54 = Php3,331,967.76 44 Pcs. Modular Industrial Patch Panel @ Php117,721.16 = Php5,179,731.04 44 Pcs. Singlemode Lc Lc Fiber Patch Cord, 1 Meter @ Php6,653.00 = Php292,732.00 8,000 Lm. 24 Core Single Mode Os2 Fiber Optic Cable Figure 8 (outdoor) Accessories And Consummables @ Php1,381.83 = 11,054,640.00 20 Rolls Category 6 4 Pairs Stp Outdoor 305 Meters Per Roll (black) @ Php56,515.40 = Php1,130,308.00 10 Pcs. Cat6 Stp Rj 45 Connector For Outdoor / Industrial Use @ Php29,232.20 = Php292,322.00 20 Pcs. Foc Dome Splice Closure Aerial 24 Core @ Php20,267.52 = Php405,350.40 1 Unit Firewall Hw & Sw @ Php2,968,000.00 1 Lic License For Network Comunication Monitoring Software @ Php1,569,828.00 J) Supply And Installation Of Network Infrastructure Equipment (cddrmdo/ Cmo/ Pso) 1 Lot @ Php10,889,653.18 2 Pcs. Industrial Network Switch For Command Center @ Php1,300,918.62 = Php2,601,837.24 2 Pcs. Power Supply For Industrial Network Switch @ Php170,285.00 = Php340,570.00 3 Pcs. Workstation @ Php302,400.20 = Php907,200.60 3 Pcs. Ups @ Php26,880.20 = Php80,640.60 1 Pc. Indoor Comm Box @ Php65,856.20 7 Pcs. 55’’ Fhd Video Wall Display Unit (ultra Narrow Bezel 0.88mm) @ Php691,389.31 = Php4,839,725.17 7 Pcs. Bracket For 55" Screen @ Php58,095.50 = Php406,668.50 1 Pc. Decoding Card @ Php136,194.55 1 Lot Cables & Accessories @ Php60,842.10 1 Pc. Hd Network Control Keyboard @ Php234,721.72 1 Pc. Ultra Hd Network Video Decoder @ Php585,771.50 2 Pcs. 43" Fhd Monitor & Accessories @ Php240,000.00 = Php480,000.00 1 Lot Roughing In Materials For City Hall, Pso, Cdrrmc @ Php149,625.00 K) Road Signages 1 Lot @ Php304,284.00 4 Pcs. Rectangular Traffic Signages 750mmx500mm (with Post) @ Php28,493.00 = Php113,972.00 Page 3 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. 4 Pcs. Do Not Block Intersection 750mmx500mm (with Post) @ Php28,493.00 = Php113,972.00 4 Pcs. Pedestrian Crossing @ Php19,085.00 = Php76,340.00 L) Thermoplastic Pavement Markings With Directional Arrow Within 50 Meter Radius 1 Lot @ Php296,352.00 94 Sq.m. White @ Php2,016.00 = 189,504.00 53 Sq.m. Yellow @ Php2,016.00 = Php106,848.00 Page 4 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. Conditions: Scope Of Work On Interoperability Traffic Signalization System The Contractor Shall Ensure That The Proposed Traffic Controller Is Fully Interoperable With The Existing Management Platform, Traffic Modules And Traffic Detection System Currently In Use By The City Government Of General Santos. The Integration Must Facilitate Seamless Communication, Real Time Control, And Data Exchange Across The System. Cctv The Contractor Shall Ensure That The Proposed Cctv Cameras Are Fully Interoperable With The Existing Cctv Module Used By The City Government Of General Santos. The Integration Must Allow The New Cameras To Seamlessly Function With The Current Video Management Platform And Provide Real Time Monitoring, Recording, And Data Management Capabilities. Fiber Optics Network The Contractor Shall Ensure That The Proposed Fiber Optic Network Components Are Fully Interoperable With The Existing Network Infrastructure Used By The City Government Of General Santos. The Integration Must Enable The New Network Elements To Seamlessly Operate Within The Current Network Management System, Ensuring Reliable Data Transmission, Real Time Monitoring, And Efficient Communication Between Devices. The System Should Support Optimal Data Transfer Speeds, Low Latency, And Robust Network Connectivity, Contributing To The Overall Performance And Functionality Of The City’s Communication Infrastructure. Performance And Technical Specifications: 1.0) Traffic Signalization And Cctv Synchronization • Furnishing And Installing Intersection And Pedestrian Crossing Signal Systems Shall Conform To Industry Standards Commonly Accepted In One Of The Major Countries Such As The U.k., U.s.a, Europe Or Japan, Who Achieved An International Quality Standard, I.e., Iso, Ul, Etc. • The Contractor Shall Furnish And Install All Necessary Wiring, Conduits And Handholes, Between The Local Controller, Signal Heads, And Detectors. The Contractor Shall Also Switch And Install All Necessary Power Supply Wiring And Power Switch Between The Meter Box And The Local Controller Cabinet. • The Four Major Components Of The Traffic Control System Namely The Traffic Management Platform, Traffic Management Module, Traffic Controller And Traffic Signal Heads/pedestrian Lanterns Shall Be One Brand Only. However, The System Shall Be An Open Architecture/non Proprietary For Integration With Other Suppliers/manufacturers. 1.1) Traffic Signalization And Cctv Synchronization Traffic Management Platform The Platform Shall Have A High Level Framework Providing User Friendly Access To All The Its Applications Deployed In A City Or Region. Key Features Are: • Open Platform With Modular Architecture For Multiple Its Applications; • Shared Maps And Database; • A Common Gui For The Supervision And Management Of Different Its Applications; • Easy To Use Web Browser Based On Graphical Interface. 1.2) Traffic Management Module It Shall Be Able To Operate In The Following Traffic Control Mode: • Time Based Traffic Control • Traffic Actuated Plan Selection Traffic Control. • Adaptive Network Traffic Control The Traffic Management Software Shall Contain The Following Features And Functions: • System Access Login And Localization O The Platform Access Should Be Done By A Protected Login, Where The Access To The System Is Subordinated To The Verification Of The Operator Access Rights. The Authentication Shall Be Based On Three Parameters: User Name, Password And Access Level (role). O The System Shall Keep The Access (user, Password, Date, Hour Classification, Workstation) And Operation Logs. O The Platform Shall Support Multi Language. • System Configuration O The Platform Shall Allow The Configuration Of The Following Parameters: User Profile, Users And Roles, Areas And Privileges, Function And Access Levels, Fully Customizable User Profiling. • System Monitoring Module Functionalities: The Platform Shall Present The System On A Cartographic View To Help The System Operator With The Following Activities: O Device Monitoring, Interact With The Equipment On Field, O Access To Traffic Archives O Data And Measures Shall Be Displayed In A Cartographic Background (steady And Moving Objects) O Objects Icons Color Code Should Reflect Availability Status O Object Specific Applications And Commands Should Be Accessible Directly From Object Icon Page 5 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. O Fully Configurable Display Options Should Be Available • System Availability O System Availability Reports Presented In Grid Form, Connected Devices Historical Availability, System Modules Historical Availability, Report Filter And Sort, Report Print And Export • Traffic Data Archives (if Detectors Are Present) O Data Presented In Grid And Chart Forms, Historical Data Reports, Data Aggregation And Profiles, Data Report Print And Export • Data Aggregation And Profiling (if Detectors Are Present) O Automatic Aggregation Of Traffic Counts At Sections Level, Automatic Creation Of Traffic Profiles For Collected Traffic Measures • Intersection Real Time Monitoring O Real Time Signal Groups And Detectors Activity Feedback On Intersection Layout, Object Specific Applications And Commands Accessible Directly From Object Icon, Fully Configurable Display Options. • Signaling Real Time Monitoring O Real Time/playback Signal Groups And Detectors Activity Feedback, Magnifier Tool (1 Sec, 0.5 Sec And 0.1 Sec Resolution), Measurement Tool, Search Tool, Diagram Notes, Fully Configurable Display Options • Real Time Monitoring O Real Time/playback Signal Groups Feedback For Multiple Intersections O Coordination Monitoring On Both Directions • Classified Data Achieves (if Detectors Are Present) O Collection Of Classified Traffic Data, Programmable Classes • Manual Command O Scheduled And Immediate Commands, Operative Status Commands (dark, Flash, Etc.), Time Plan/time Situation Commands, Special Commands (emergency, Priority, Etc.) According Connected Device, Commands To Group Of Devices • Commands Monitoring O Sent Commands Log, Status Of The Commands (received, Acknowledge, Rejected, Etc.), Device Status Changes After Command Issuing • Alarms Notification O Sms And Email Notification, Maintenance Groups, Maintenance Areas, Fully Configurable Notification Service • Traffic Control Module Functionalities: The Its Platform Should Include The Following Functionalities: O Time Based Plan Selection. The System Determines The Signal Plan To Be Activated Basing On The Current Date And Time (calendar) O Graphical Tool For Timetable Configuration By Time Of The Day And Day Of The Week O Capability To Configure Calendar Patterns, Control Actions And Weekly Calendar O The Platform Has To Be Able To Upload And Download To/from The Traffic Controller O The Platform Has To Be Able To Program Special Control Modes Like Emergency Routes, Priority To Special Vehicles, Etc O The Platform Shall Allow The Programming Of Green Waves For Certain Corridors • System Architecture, The Its Platform Architecture Shall Include: O Map And Web Server; O Database, Application And Communication Server. O The Server Will Run The Following Basic Software: 1. Windows® Server 2016 (standard Edition) + 5cal (or Higher) Operating System; 2. Microsoft Sql® Server 2017 Standard +5cal (or Higher), As Dbms. 1.3) Traffic Signal Controller All Signal Controllers To Be Installed Under This Contract Shall Be Of The Microprocessor Type Design And Have Been Field Tested And Shown To Be Highly Reliable. It Shall Consist Of Main Cpu, Safety Cpu And Signal Group Cards On A Rack Solution. The Rack Layout Shall Have A Design That Accommodates Scalability Up To 24 Signal Groups And Interchangeability Of Group Cards. Controller Adjustment And Verification Of Programs And Timing Parameters Can Only Be Accessed Through Command Center Or An Engineer's Laptop Computer To Ensure That Only Authorized Personnel Can Have Access. Controllers Shall Have Communication Ports Rs232, Rs485, Rs422, Can, Ethernet, Usb. Controllers Shall Be Able To Run Different Types Of Lamps Or Signal Heads And Pedestrian Lanterns. It Shall Be Able To Acknowledge Devices Of Signal And Pedestrian Signal Requests From A Known Range Of Diverse Brands/suppliers. Controller Shall Be Equipped With Gps To Ensure Clock Synchronization. Page 6 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. Controllers Shall Be Able To Monitor Signal Conflicts, Mains Voltage, Mains Voltage Dip, Mains Frequency, Flash Periods, Plan Cycles, Signal State Timings, Lamp Minimum / Maximum Loads. International Commercial Warranties Must Be Provided On The Traffic Controllers. • Compatibility The Traffic Controller Shall Be State Of The Art; Non Proprietary; Shall Be Open Architecture; Shall Run A Range Of Traffic Control Philosophies And Systems; And Can Be Controlled By The World's Most Common Adaptive/external Systems Such As: O Scats O Scoot/utmc O Artic O Itaka O Ccol O Spot/utopia • Certifications O Ce Markings (includes Emc And Low Voltage Directive O En 12675: 2017 – Traffic Signal Controller, Functional Safety Requirements O En 50293: 2012 – Road Traffic Signal Systems, Electromagnetic Compatibility O En 50556: 2011 – Road Traffic Signal Systems O Iec 60950 1:2005 Cb Test Certificate O En 50581:2012 O Certificate Of Registration Topas Tr2500a • Mode Of Operation The Traffic Controller Shall Be State Of The Art And Should Be Capable Of Running Different Modes Of Operations Namely: O Central Control Mode For Road Traffic O Local Mode, Fixed Timelocal Control, Traffic Actuated O Manual Mode O Vehicle Actuated O Group Control O Phase/stage Coordination O Master/slave O Adaptive Local Green/corridor O Automatic Annual Switching Routine • Other Functional Requirements The Signal Controller Shall Be Capable Of: O Automatic Switching To Flashing Operation According To A Time Of Day (tod) Schedule And On Major Fault Conditions. O Performing Lantern Off Operation O Executing Phase Skip (or Phase Recall) And Extension Type Operations Based On Detector Actuation In Two Or More Phases • Mounting Facilities The Signal Controller Cabinet Shall Be Mounted On A Concrete Pedestal. • Terminal Panel An Insulated Terminal Panel Shall Be Provided. The Terminal Shall Be Easily Accessible And Connection Or Removal Of The Cable Shall Be Made Without Special Tools. All Panel Wiring Shall Be Neat And Firm And All Flying Leads Shall Be Clearly Identified Either By Color Or Number Code. In Either Case, Full Information Shall Be Given On The Wiring Diagram, Which Shall Be Provided To Each Complete Unit. O The Following Terminals, As A Minimum, Shall Be Provided And Clearly Identified On The Panel: § Power Supply Hot Side; § Power Supply Grounded Side; § Ground, Which Shall Be Connected To The Cabinet; § Signal Return Or Common; § Lantern Circuit Terminals; § Vehicle Detectors. O A Second Terminal Panel, Physically Separated From The First, Shall Be Supplied For Terminating Communication Cable Wiring. • Power Outlet A Fused 2 Amperes, 220 Volt Ac Power Outlet Shall Be Provided In The Signal Controller Cabinet For Maintenance And Test Equipment Use. • Controller Cabinet O The Controller Cabinet Shall Be Made Of Aluminum Metal To Provide Mechanical And Environmental Protection. The Cabinet Shall Be Weather Proof And Free From Rust. It Shall Be Made Of High Quality Sea Water Resistant Aluminum Cabinet With All The Needed Plinths, Fuses And Electrical Wiring. O The Main Door And Manual Panel Door Shall Each Be Fitted With A Different Cylinder Lock System. Page 7 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. 1.4) Signal Heads And Pedestrian Lanterns All Vehicle Signal Heads To Be Installed In This Contract Shall Be Fitted With Polycarbonate Type Visors And An Aluminum Powder Coated Target Board. Where The Material Of The Body Is Self Colored, It Need Not Be Painted If It Can Be Shown That It Will Retain The Required Color And Finish For At Least Five Years When Exposed To The Weather. All Lenses Shall Be Polycarbonate Type. All Mast Arm Mounted Signal Heads Shall Be 300mm Signal Except The Signal Attached To The Pole Section. All Pole Mounted Signal Heads Shall Be 200mm Signal. The Weight Of A Finished 3 Section Assembly With Visors Shall Not Extend 15 Kg For A 200mm Signal And 18kg For A 300mm Signal. The Signal Heads Are To Be Mounted Vertically By The Use Of Mounting Brackets Or Straps. The Minimum Height Above The Pavement To The Bottom Of The Signal Head Assembly Shall Be 3.0 Meters For A Pole Mounted Head And 5.0 Meters For A Mast Arm Mounted Head. Mounting Brackets And Attachment Facilities For Multi Head Installations Shall Provide: An Unobstructed View Of The Signal Face To The Driver On Any Intended Approach, And Sufficient Clearance So That Ready Access Is Maintained To The Interior Of Each Section Of The Signal Heads. The Mounting Arrangements Of The Signal Head Shall Be Such As To Enable It To Be Directed To A Point Located At A Height Of 1.4 Meters Within A Distance Range Of 15 To 150 Meters On The Approach To Which The Signal Is Directed. All Positioning Attachments Shall Permit The Signal Head To Be Locked In Position By A Mounting Bracket Or Equivalent Means. All Pedestrian Lanterns To Be Installed In The Project Shall Be Of Round Shape Type And Shall Be Fitted With Polycarbonate Visors. The Traffic Signal Heads And Pedestrian Lanterns Shall Be Led Type With Low Power Consumption And High Light Output. The Housing And Lens Of The Signal Head And Pedestrian Lantern Shall Be Made Of Uv Stabilized Polycarbonate And Shall Have Anti Vandal Features. The Lens Of The Signal Heads Shall Be Colored And Curved. The Housing Shall Have A Slim Design Only Built For Led Technology. The Led Module Shall Have A Central Light Source And Symbols Shall Not Change Shape In Case Of Led Failure. The Pedestrian Lantern Shall Be Smart Ready And Shall Be Able To Attach An Optional 1/2 Aspect Housing That Can Include Smart Features. • Smart Signal Head Housing O The Housing And Lens Of The Signal Head Shall Be Made Of Uv Stabilized Polycarbonate For 300mm And 200mm Diameter, The Housing Shall Have A Slim Design Only Built For Led Technology The Signal Head Shall Be Designed As A Snap Construction Without Any Metal Parts Besides The Threads For Fixing The Brackets To The Housing O Only Authorized Persons Shall Be Able To Open The Housing O Housing Color Ral 9005. O Environmental Protection Shall Be Minimum Ip54 O The Signal Head Has A Stop And A Bottom Gear Rim For The Fixing With Two Mounting Brackets To The Pole O The Mounting Brackets Shall Be Done From Polycarbonate With L Shape O Smart Functions (optional) Can Be Integrated To The 200mm Signal For 300mm Signal Heads. Head/pedestrian Lantern Housing By Attaching 1/2 Aspect Version For 200mm On Top And/or Bottom For Future Upgrades/enhancements. Optional Smart Features Are As Follows: • Ground Projection For Pedestrian Safety • Acoustic Signal For Pedestrian Orientation • Environmental Station For Measuring Air Quality • Sensors For Detecting People And Objects • Led Module O The Led Board Should Be Mounted Into An Aluminum Cooling Plate Integrated Into The Plastic Housing And Neat Losses Should Be Directly Transported Out Of The Housing. O Environmental Protection Shall Be Minimum Ip65. O Front Lens Covers To Be Tinted As Per The Aspect Color (red/yellow/green); Transparent Lenses Are Not Acceptable. O All Module Lens Diameters Shall Be 300mm And 200mm O The Design Of The Module Should Ensure Efficient Removal Of Heat From The Hermetically Sealed Casing. O Symbols For Arrows Shall Be Done By Principle As The Full Ball Using A Central Light With A Polycarbonate Dynamic Mask In Between Two Lenses. O The Leds Shall Be A Minimum 4th Generation Or Latest Generation, If Such Is Available. O The Signal Light Emitted From The Central Optical Source Should Be Homogenous, And Shall Give A Uniform Optical Signal. No Visible Dark Spots Are Allowed To Appear In The Event Of Failure Of One Or More Diodes O The Light Source Shall Consist Of No More Than Three Pieces Of High Flux Leds Combined At The Center Of The Lens. O The Led Should Be High Flux Providing A Very High Light Output And Supplied By A Special Designed Constant Current Dc Switch Mode Power Supply With High Efficiency. O Leds Distributed In The Inner Surface Of The Lens Are Not Acceptable Page 8 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. O The Luminous Intensity Issued By The Leds For The 300 Diameters Shall Exceed 400 Candelas O Phantom Class 5 According To European Norm En12368 The Electrical Connections Shall Be Of First Quality Bearing Repetitive Connections And Dismantlement O The Electrical Wires Shall Be Of First Quality, Flexible, And Shall Be Specified For A Temperature 40 Degree Centigrade Up To 65 Degree Centigrade O The Operating Voltage Of The Led Signal Head Should Be 196 To 265 Volts, 50 Hz. O The Led Semiconductor Shall Be Al Ingap For Red And Amber And Ingan For Green O Power Consumption Should Be Less Than 9w Per Aspect. O The Lifetime For The Led Shall Exceed 5 Years 1.5) Video Sensor The Sensor Shall Be Video Type With 360° View Of The Intersection. It Shall Be Above Ground, Installed At Least Nine Meters From The Ground To Avoid Being Stolen And Be Free From Damage Caused By Road Repairs And Wear And Tear From Vehicles. It Shall Be Easy To Install And Almost Maintenance Free, Requiring Only A Few Minutes Spent. It Shall Have Video Analytics Detection Detecting All Objects Including Vru (vulnerable Road User) On Crosswalk And The Center Part Of The Intersection. It Shall Be Able To Do Pedestrian Counting And Detection For Green/red Timing Extension And Eliminate The Use Of Pedestrian Push Button. It Shall Be Able To Work In Network Adaptive Mode. • Camera Technical Specification: O Single Camera Vehicle, Cyclist And Pedestrian Detection And Counting Highway Counting And Monitoring O Resolution: 5mp (2560 X 1920 Pixels) Cmos Power Over O Ethernet O Connectivity Single Cate Cable For Power And Data A O Dimensions 9.9 Diameter X 7.9"" (25 X 20.1 Cm) O Environmental: 29°f To +165°f ( 34°c To +74°c) 0 To 95% Non Condensing O Rugged Environmentally Sealed, No Aim No Focus • Edge Processor Specification O Detector /0: Ts1, Ts2, 170/2070, Or Its Interface Connectivity Wide Area Network (wan) And Built In 3g Modem O Dimensions: 8.5'" X 11.5' X 175 (206 X 29 X 4.5 Cm) O Environmental: 29°f To 165°f ( 34°c To 74°c) O Power 120/240 Vac 50/60 Hz O Consumption: 35w Nominal O Regulatory: Fcc Class A O Unlimited Cloud Storage • Software Specification O Windows Based Application O Available Reports Like Volume, Turning Movement Counts, Length Based Classification, Incidents, Red And Green Occupancy, Red And Green Arrivals, And Speed So That Users Can Monitor, Analyze, And Fine Tune An Intersection O Site Alerts (all System Events Loss Of Visibility, Flash, And Volume Exceeded) And Zone Alerts (volume Exceeded And Zone Activated By Email O Automatic Reporting By Email 1.6) Signal Intersection Wiring Ties Or Other Means Shall Support All Wiring So That No Stress Is Applied To Any Connection. No Cable Shall Exert Pressure Against Any Unprotected Edge Of Metal With Equipment In Normal Use. All Wiring Shall Be Color Coded Or Number Coded Whichever Is Applicable. 1.7) Signal Poles Furnishing And Installing Traffic Signal Poles, Footings And Foundations Shall Conform To Department Of Public Works And Highways Specifications. • Material And Loading O Type A Poles Shall Be Designed To Support On The End Of The Cantilever Section A Total Of Four (4) 3 Aspect 300mm Diameter Signal Heads, Each With A Target Board, With The Aspects Aligned Vertically Plus A 3 Aspect 200mm Signal Head On The Pole Section. O Type B, C, And D Poles Shall Be Designed To Support Three (3) 3 Aspect 200mm Diameter Signal Heads, Each With A Target Board. • Finish O All Steel Surfaces Shall Be Hot Dip Galvanized And Free From Rough Edges Or Sharp Projections. The Top Of The Poles Shall Be Sealed Off To Prevent Ingress Of Water. A Hole Or Holes Shall Be Made At The Side Of The Lowest Part Of The Pole To Allow Any Water, Which Accidentally Enters The Pole To Escape To The Exterior. O Mounting Bolts And Nuts Shall Be Adequately Treated To Resist Rust And Corrosion Either Above Or Underground. • Installation O Type B Or D Poles May Be Cast Directly In A Concrete Base (instead Of Bolted Down) If It Can Be Shown That The Required Footing For A Standard Bolt Down Type Installation Is Not Appropriate For The Site Conditions. Page 9 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. 1.8) Software And System Design Integration This System Software Will Be Installed In The Control And Command Center Building, Where It Will Communicate With All Communication Elements At The Site (signalized Intersections). To Ensure Seamless Operation Between Field Components And The System Components Inside The Command And Control Center Building, System Design And Integration Must Be Meticulously Planned And Executed. The System Software Will Interface With All Communication Elements At The Signalized Intersections, Enabling Real Time Data Exchange And Control. 1.9) Traffic Regulatory, Warning And Guide Signs Regulatory/warning/guide Signs Shall Be Installed To Complement Traffic Signals. Signs Shall Be Of Department Of Public Works And Highways (dpwh) Standard. (reference: Dpwh Highway Safety Design Standards, Part 2: Road Signs And Pavement Markings Manual) 1.10) Pavement Markings Pavement Markings Shall Be Installed To Complement Traffic Signals. Pavement Markings Shall Be Of Department Of Public Works And Highways (dpwh) Standards. (reference: Dpwh Highway Safety Design Standards, Part 2: Road Signs And Pavement Markings Manual) 2.0) Closed Circuit Television (cctv) System The System Shall Be A Stand Alone That Is Capable Of Being Linked To A Site Wide System. A Typical Cctv System For A Building Should Comprise Color Cameras, Lenses, Monitors, Pan Tilt Zoom Cameras And Controllers, And All Necessary Cables And Accessories For A Fully Functional System. The Cctv Camera Installed Shall Be Capable Of Allowing The Operator To The Following: Freeze Any Of The Cameras On The Monitor Or Bypass Any Of The Cameras; Operate The Three Functions For Each Camera Using Pan/tilt/zoom Remote Controller And Lens Remote Controller; And Zoom The Desired Areas. The Cctv Camera Installed For A Particular Purpose: For Identification: The Object Shall Be At Least 120% Of The Screen Height. The ""head Shoulder Image"" View Shall Have A Picture Quality And Detail Sufficient To Identify A Person. For Monitoring: The Object Shall Be At Least Of The Screen Height. This View Shall Be Used To Monitor The+f255 Number, Direction And Speed Of Movement Of People Or Objects Across A Wide Area. For License Plate Identification: The Displayed Image Of The Vehicle Shall Not Be Less Than 50% Of The Monitor/screen Height, For Clear Viewing/identification. 2.1) Storage Area Network 3u, Single Controller, 256ch (2mbps) Record+playback With Direct Steaming Mode, Erasure Encoding And Vraid 2.0 Technologies Ensure Data Integrity Even When 2 Hdds In A Single Raid Are Error Prone. If The Number Of Error Hdd Exceeds Redundant Limit, Other Hdds Can Still Be Read And Written, 16*18t Enterprise Hdd(sata) Included, Redundant Power Supply, Not Support Jbod Expansion 2.2) Ptz Camera O Image Sensor: 1/2.8"" Cmos O Resolution: 1920 X 1080 O Compression: H.265+/h.265/h.264+/h.264 Codec O Color: 0.005lux/f1.6, B/w:0.001lux/f1.6 O Optical Zoom: 25x, Digital Zoom:16x O 3d Dnr O True Wdr O Ultra Low Light O Poe+&12vdc O Smart Detection 2.3) License Plate Recognition Camera O Image Sensor: 1/1.8"" Progressive Scan Cmos O Image Resolution: 2688 X 1520 O 25fps/50fps O 8 32mm/5.3 13mm Motorized Zoom Lens O Color: 0.001 Lux @ (f1.2, Agc On) O Electronic Shutter Speed: 1/25 S To 1/100,000 S O Supports Slow Shutter O Supports Poe O Supports Wiegand O Video Compression: H.265/h.264/mjpeg O Sdk/isapi O Protection Grade: Ip67/ik10 O Built In White Light Or Ir 850mmled 2.4) Fixed Camera (facial Recognition) O Image Sensor: 1/1.8” 4 Megapixel Progressive Cmos O Effective Pixels: 2688 (h) X 1520 (v) O Video Compression: H.265, H.264, H.264b, Mjpeg O Rom: 4gb Page 10 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. O Ram 2gb O Ir Distance: Distance Up To 120m (393.70 Ft) O Max Aperture: F1.6 2.5) Fisheye Camera Image Sensor – 1/1.7” 12 Megapixel Progressive Scan Cmos Effective Pixels – 4000(h)x3000(v), Ram/rom – 1024mb/128mb Scanning System – Progressive Other Analytics – (40 Zones, Tamper, Shake Cancel, Surveillance, Presence, Abandoned & Removed Objects, Object Class, Calibration, Speed, Direction, Loitering + People Surveillance & Counting Lines, Color Signature (per Channel) Utility Combox With 6 Gang Extension, Mounting Materials Brackets & Plates Wall Or Pole Mount With 6” X 1.5” Gi Pipe & Stainless Strap (including Wires Royal Cord Size 18 & Stp Cables) And Services Lens Focal Length 5.4 Mm–135 Mm Max. Aperture F1.6 F3.5 Field Of View H: 58.7°–3.1°; V: 33.2°–1.7°; D: 67.3°–3.9° Optical Zoom 25x Focus Control Auto/semi Auto/manual Close Focus Distance 0.1 M–1.5 M (0.32 Ft–4.92 Ft) Iris Control Auto/manual Detect 1655 M (5429.79 Ft) Observe 657 M (2155.51 Ft) Recognize 331 M (1085.96 Ft) Identify 166 M (544.62 Ft) 3.0) Command And Control Center 3.1) Video Wall Monitor • 55*™,1080p,500cd/m, Bezelwidth:3.5mm, Direct Lit Led Backlight • Input: Vgax1/dvix1/dpx1/hdmix1/usbx1 • Output: Dpx1/hdmix1 • Support 4k Input And Loop Up To 30 Screens With Hdmi/dp Interface • Support Vesa 3.2) Workstation • Workstation Desktop Pc With 32"" Led Monitors (6th Generation I7) W/ Win 10 Os • Cad Application Server Xeon Quad Core 2.53ghz (1333mhz, Form Factor • Eia 22"" Rack (1u), Cache Memory, Intel 3400 Chipset • Workstation Tables And Chairs • Ups 500va/, Input 230v With Lcd Display 3.3) Decoder • Supports Output: 16*hdmi/8*bnc, Input: 1*vga/1*dvi, Odd Hdmi Support 3840*2160@30hz, Decoding Capacity 24mp@30fps: 8 Ch, 12mp@20fps: 16 Ch, 8mp@30fps: 32 Ch, 5mp@30fps: 48 Ch, 3mp@30fps: 80 Ch, 1080p@30fps/3 Mbps: 128 Ch, Max 36 Division 3.4) Keyboard • 128x64 Led Dot Matrix Screen, Ptz And Tv Wall Control, 4 Axis Joystick 3.5) Firewall • Description: 1u Rack Mount, 6xfixed Fe/ge Tx Ports, Fixed Single Psu • Port Type And Quantity: 6 X Fixed Fe/ge Tx Ports, 2 X Usb, 1 X Rj45 Console Port Performance: 4g(firewall), 3.4g (enable Ngfw) • Connections Per Second: 68000/s (firewall), 12000/s (enable Ngfw) • Ipsec Vpn Default Tunnel: 1000 • Concurrent Connections: 1.2 Million • Power Supply: 1xfixed Redundant Psus • Operating Voltage: 100 240vac, 50 60hz 4.0) Communication Network 4.1) Fiber Optics (backbone) • 24 Core Single Mode Os2 Fiber Optic Cable Figure 8 (outdoor) 4.2) Transceiver • Transceiver: Uplink From Access Switch To Access Switch O Compatible With The Ieee 802.3z 1000base Lx Standard, Operates On Standard Single Mode Fiber Optic Link Spans Of Up To 10 Km And Up To 550 M On Any Multimode Fibers • Transceiver: Uplink From Access Switch To Distribution Switch To Core Switch O Supports A Link Length Of 10 Kilometers On Standard Single Mode Fiber (smf, G.652). 4.3) Access Switch Page 11 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. • Built For Harsh Environment And Temperature Range ( 40° To 75°c). • Every Unit Is Conformal Coated. • Hardened For Vibration, Shock, Surge, And Electrical Noise Immunity • Four 10 Gigabit Or Four 1 Gigabit Ethernet Uplink Ports Provide Multiple Resilient Design Options • Complies With Multi Industry Specifications For Industrial Automation, Its, And Electrical Substation Environments. • Improves Uptime, Performance, And Safety Of Industrial Systems And Equipment Compact 1 Rack Unit Design With Dual Led Feature Allowing Easy Monitoring And Troubleshooting Even When Reverse Mounting Based On Cabling Requirements. • Fanless, Convection Cooled With No Moving Parts For Extended Durability. • Ieee 1588v2 Ptp (both Power Profile And Default Profile Are Supported). • Alarm 1/0 For Monitoring And Signaling To External Equipment. • Connects New Wireless Access Point (802.11n And 802.11ac). • Enables New Hd Ip Cameras. • Provide High Speed, Low Latency Connectivity For Plcs, Controllers And Associated 1/0 Devices. • Allows Supervisory Control And Data Acquisition (scada) Connectivity. • Provides Introduction Of New Bandwidth Hungry Applications In The Industrial Space. • Line Rate, Low Latency Forwarding With Advanced Hardware Assisted Features (such As Nat, Ieee1588v2). Supports Very Delay Sensitive Applications And Time Sensitive Networks. • Delivers Multiple Rings And Redundant Ring Topology For New Network Configurations. • Extends Geographical Scalability Where Longer Distance Connectivity Is Required. 4.4) Distribution Switch And Core Switch • Intel® 2.4 Ghz X86 Cpu With Up To 120 Gb Of Usb 3.0 Or Up To 960 Gb Of Sata Ssd Storage For Container Based Application Hosting • Up To 6.4 Tbps Switching Capacity With Up To 2 Bpps Of Forwarding Performance • Up To 32 Nonblocking 100 Gigabit Ethernet Qsfp28 Ports • Up To 32 Nonblocking 40 Gigabit Ethernet Qsfp+ Ports • Up To 48 Nonblocking 25 Gigabit Ethernet Sfp28 Ports • Up To 48 Nonblocking 10 Gigabit Ethernet Sfp+ Ports • Platinum Rated Ac/dc Power Supplies • Up To 512,000 Flexible Netflow (fnf) Entries In Hardware • Up To 36 Mb Of Unified Buffer Per Asic • Up To 212,000 Routing Entries (ipv4/pv6) For High End Campus Core And Aggregation Deployments • Ipv6 Support In Hardware, Providing Wire Rate Forwarding For Ipv6 Network • Ieee 802.1ba Av Bridging (avb) Built In To Provide A Better Av Experience Through Improved Time Synchronization And Qos • Precision Time Protocol (ptp; Ieee 1588v2) Provides Accurate Clock Synchronization With Sub Microsecond Accuracy, Making It Suitable For Distribution And Synchronization Of Time And Frequency Over The Network • Dual Stack Support For Ipv4/ipv6 And Dynamic Hardware Forwarding Table Allocations, For Ease Of Ipv4 To Ipv6 Migration • Support For Both Static And Dynamic Nat And Port Address Translation • Scalable Routing (ipv4, Ipv6, And Multicast) Tables And Layer 2 Tables • Highest Wireless Scale For Wi Fi 6 And 802.11ac Wave 2 Access Points Supported On A Single Switch • Support For Aes 256 With The Powerful Macsec 256 Bit Encryption Algorithm Available On All Models • Trustworthy Solutions: Secure Unique Device Identification (sudi) Support For Plug And Play, Enabling Tamper Proof Device Identity Capability, Which Secures Zero Touch Provisioning By Allowing Your Device To Show A Certificate To The Server To Be Able To Get Onto Your Network Note: > The Bidding Must Be Complete Bid And Lot Base > Upon 30% Accomplishment Allowed For Progressive Billing Page 12 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. The Local Government Unit Of General Santos City Now Invites Bids For The Supplies And Delivery Of Procurement Of Traffic Signalization And Cctv Synchronization. Delivery Of The Goods Is Required 180 Calendar Days. Bidders Should Have Completed, Within 3 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders) Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non Discretionary "pass/fail" Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. 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. Prospective Bidders May Obtain Further Information From Local Government Unit Of General Santos City And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00 Am To 5:00 Pm Except On Holidays. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting March 1, 2025 12:00 Noon From The 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 Php 75,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either In Person, By Facsimile, Or Through Electronic Means. The Local Government Unit Of General Santos Will Hold A Pre Bid Conference On 3/10/2025 10:00:00am At Bids And Awards Committee Office 4th Floor, Left Wing, City Action Investment Center, General Santos City, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before March 24, 2025 9:00 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On March 24, 2025 10:00 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders Representatives Who Choose To Attend The Activity. Page 13 Of 14 25cb Gsc 146 *25cb Gsc 146* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production The Local Government Unit Of General Santos City 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: _______________________________ Atty. Francisco M. Gacal Chairperson, Bac Goods And Consulting Services
Closing Date24 Mar 2025
Tender AmountPHP 115 Million (USD 2 Million)

BARANGAY MAGRAFIL GONZAGA, CAGAYAN Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Preface These Philippine Bidding Documents (pbds) For The Procurement Of Infrastructure Projects (hereinafter Referred To Also As The “works”) Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By All Branches, Agencies, Departments, Bureaus, Offices, Or Instrumentalities Of The Government, Including Government-owned And/or -controlled Corporations, Government Financial Institutions, State Universities And Colleges, Local Government Units, And Autonomous Regional Government. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. The Pbds Are Intended As A Model For Admeasurements (unit Prices Or Unit Rates In A Bill Of Quantities) Types Of Contract, Which Are The Most Common In Works Contracting. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Duration; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Works To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Infrastructure Projects. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Project. B. Specific Details, Such As The Continuation Of Peri- Meter Fence And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Note In Italics Included In The Invitation To Bid, Bds, General Conditions Of Contract, Special Conditions Of Contract, Specifications, Drawings, And Bill Of Quantities Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Names Of The Project, Contract, And Procuring Entity, In Addition To Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreignassisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 5 Section I. Invitation To Bid 7 Section Ii. Instructions To Bidders 10 1. Scope Of Bid 10 2. Funding Information 10 3. Bidding Requirements 11 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 11 5. Eligible Bidders 11 6. Origin Of Associated Goods 12 7. Subcontracts 12 8. Pre-bid Conference 13 9. Clarification And Amendment Of Bidding Documents 13 10. Documents Comprising The Bid: Eligibility And Technical Components 13 11. Documents Comprising The Bid: Financial Component 14 12. Alternative Bids 14 13. Bid Prices 14 14. Bid And Payment Currencies 14 15. Bid Security 15 16. Sealing And Marking Of Bids 15 17. Deadline For Submission Of Bids 15 18. Opening And Preliminary Examination Of Bids 15 19. Detailed Evaluation And Comparison Of Bids 16 20. Post Qualification 16 21. Signing Of The Contract 16 Section Iii. Bid Data Sheet 17 Section Iv. General Conditions Of Contract 18 1. Scope Of Contract 19 2. Sectional Completion Of Works 19 3. Possession Of Site 19 4. The Contractor’s Obligations 19 5. Performance Security 20 6. Site Investigation Reports 20 7. Warranty 20 8. Liability Of The Contractor 20 9. Termination For Other Causes 20 10. Dayworks 21 11. Program Of Work 21 12. Instructions, Inspections And Audits 21 13. Advance Payment 21 14. Progress Payments 21 15. Operating And Maintenance Manuals 22 Section V. Special Conditions Of Contract 23 Section Vi. Specifications 26 Section Vii. Drawings 28 Section Viii. Bill Of Quantities 29 Section Ix. Checklist Of Technical And Financial Documents 33   Glossary Of Terms, Abbreviations, And Acronyms Abc – Approved Budget For The Contract. Arcc – Allowable Range Of Contract Cost. 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. Cda – Cooperative Development Authority. 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]) 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. Contractor – Is A Natural Or Juridical Entity Whose Proposal Was Accepted By The Procuring Entity And To Whom The Contract To Execute The Work Was Awarded. Contractor As Used In These Bidding Documents May Likewise Refer To A Supplier, Distributor, Manufacturer, Or Consultant. Cpi – Consumer Price Index. Dole – Department Of Labor And Employment. Dti – Department Of Trade And Industry. 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]). 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. 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. Pcab – Philippine Contractors Accreditation Board. 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. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria. The Ib Should Be Incorporated Into The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Republic Of The Philippines Province Of Cagayan Municipality Of Gonzaga Barangay Magrafil Invitation To Bid For The Backfilling & Concreting Of Multi-purpose Gym At Magrafil, Gonzaga, Cagayan 1. The Backfilling & Concreting Of Multi-purpose Gym At Magrafil, Gonzaga, Cagayan, Through The Funding Intends To Apply The Sum Of Three Hundred Twenty Six Thousand Two Hundred Pesos (326,200.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Magrafil -infra-001-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. 2. The Backfilling & Concreting Of Multi-purpose Gym Magrafil, Gonzaga, Cagayan. Completion Of The Works Is Required 30 Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information On The Backfilling & Concreting Of Multi-purpose Gym At Magrafil, Gonzaga, Cagayan. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20, 2025 From Given Address And Website/s Below {insert If Necessary: 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. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Via Email. 6. The Bac Will Hold A Pre-bid Conference On [january 28, 2025] At [lnb Hall Municipal Compound Barangay Magrafil, Gonzaga, Cagayan] {[insert If Applicable] And/or Through Videoconferencing/webcasting Via [insert Website, Application Or Technology To Be Used].}, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below. 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 28, 2025 At 9:14 Am At The Given Address At {lnb Hall, Municipal Compound Barangay Smart Gonzaga, Cagayan] And/or Through [insert Website, Application, Or Technology To Be Used].} Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Backfilling & Concreting Of Multi-purpose Gym Magrafil, Gonzaga, Cagayan 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Flordelisa I. Javier Secretariat Bids And Awards Committee Barangay Hall Barangay Magrafil, Gonzaga, Cagayan Email: Lisaidmilao32@gmail.com 09999779655-09065742240 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [indicate Websites] [if Applicable] For Online Bid Submission: [indicate Website] January 16, 2025 ________________________________ Wilfrey Loy S. Idmilao Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1. Scope Of Bid The Procuring Entity, [barangay Magrafil, Gonzaga, Cagayan] Invites Bids For The Backfilling & Concreting Of Multi-purpose Gym Magrafil, Gonzaga, Cagayan, With Project Identification Number Magrafil-infra-001-2025. [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 For The Construction Of Works, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of Three Hundred Twenty Six Thousand Two Hundred Pesos. 2.2. The Source Of Funding Is: [if An Early Procurement Activity, Select One And Delete Others:] A. Nga, The National Expenditure Program. B. Gocc And Gfis, The Proposed Corporate Operating Budget. C. Lgus, The Proposed Local Expenditure Program. [if Not An Early Procurement Activity, Select One And Delete Others:] A. Nga, The General Appropriations Act Or Special Appropriations. B. Gocc And Gfis, The Corporate Operating Budget. C. Lgus, The Annual Or Supplemental Budget, As Approved By The Sangguniang. 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 Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The 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 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 Contractors, 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. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. 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 Bidding Document Prepared For This Purpose. 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 Associated 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. 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 Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: [select One, Delete Other/s] A. Subcontracting Is Allowed. The Portions Of Project And The Maximum Percentage Allowed To Be Subcontracted Are Indicated In The Bds, Which Shall Not Exceed Fifty Percent (50%) Of The Contracted Works. B. Subcontracting Is Not Allowed. 7.1. [if Procuring Entity Has Determined That Subcontracting Is Allowed During The Bidding , State:] The Bidder Must Submit Together With Its Bid The Documentary Requirements Of The Subcontractor(s) Complying With The Eligibility Criterial Stated In Itb Clause 5 In Accordance With Section 23.4 Of The 2016 Revised Irr Of Ra No. 9184 Pursuant To Section 23.1 Thereof. 7.2. [if Subcontracting Is Allowed During The Contract Implementation Stage, State:] The Supplier May Identify Its Subcontractor During The Contract Implementation Stage. Subcontractors Identified During The Bidding May Be Changed During The Implementation Of This Contract. Subcontractors Must Submit The Documentary Requirements Under Section 23.1 Of The 2016 Revised Irr Of Ra No. 9184 And Comply With The Eligibility Criteria Specified In Itb Clause 5 To The Implementing Or End-user Unit. 7.3. Subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor 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 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 Ix. Checklist Of Technical And Financial Documents. 10.2. 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. 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. 10.3. A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 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 Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Alternative Bids 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. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. 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. 14.2. Payment Of The Contract Price Shall Be Made In: [select One, Delete Other/s] A. Philippine Pesos. B. [indicate Currency If Procurement Involves A Foreign-denominated Bid As Allowed By The Procuring Entity, Which Shall Be Tradeable Or Acceptable By The Bsp.] 15. 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 [indicate Date]. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. 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. 17. 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. 18. 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. 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, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 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 Notes On The Bid Data Sheet (bds) The Bid Data Sheet (bds) Consists Of Provisions That Supplement, Amend, Or Specify In Detail, Information, Or Requirements Included In The Itb Found In Section Ii, Which Are Specific To Each Procurement. This Section Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb And Has To Be Prepared For Each Specific Procurement. The Procuring Entity Should Specify In The Bds Information And Requirements Specific To The Circumstances Of The Procuring Entity, The Processing Of The Procurement, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing The Bds, The Following Aspects Should Be Checked: A. Information That Specifies And Complements Provisions Of The Itb Must Be Incorporated. B. Amendments And/or Supplements, If Any, To Provisions Of The Itb As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: [provide Description/clarification Of What Are Major Categories Of Work]. 7.1 [specify The Portions Of Works And The Maximum Percentage Allowed To Be Subcontracted, Which Shall Not Be Significant Or Material Components Of The Project As Determined By The Procuring Entity.] 10.3 [specify If Another Contractor License Or Permit Is Required. ] 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units 12 [insert Value Engineering Clause If Allowed.] 15.1 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 __________ [insert 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. The Amount Of Not Less Than __________ [insert Five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.2 Partial Bids Are Allowed, As Follows: [insert Grouping Of Lots By Specifying The Items And The Quantity For Every Identified Lot.] 20 [list Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It, E.g. Environmental Compliance Certificate, Certification That The Project Site Is Not Within A Geohazard Zone, Etc.] 21 Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And Scurve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling. Section Iv. General Conditions Of Contract Notes On The General Conditions Of Contract The General Conditions Of Contract (gcc) In This Section, Read In Conjunction With The Special Conditions Of Contract In Section V And Other Documents Listed Therein, Should Be A Complete Document Expressing All The Rights And Obligations Of The Parties. Matters Governing Performance Of The Contractor, Payments Under The Contract, Or Matters Affecting The Risks, Rights, And Obligations Of The Parties Under The Contract Are Included In The Gcc And Special Conditions Of Contract. Any Complementary Information, Which May Be Needed, Shall Be Introduced Only Through The Special 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. 2. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall 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. Possession Of Site 4.1. The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To 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. 4.2. If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, 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. 5. Performance Security 5.1. 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 Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 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. 6. 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. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, 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. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. 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. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated 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 Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks 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. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. 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. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment 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, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests 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. 15. Operating And Maintenance Manuals 15.1. If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. 15.2. If The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor.   Section V. Special Conditions Of Contract Notes On The Special Conditions Of Contract Similar To The Bds, The Clauses In This Section Are Intended To Assist The Procuring Entity In Providing Contract-specific Information In Relation To Corresponding Clauses In The Gcc Found In Section Iv. The Special Conditions Of Contract (scc) Complement The Gcc, Specifying Contractual Requirements Linked To The Special Circumstances Of The Procuring Entity, The Procuring Entity’s Country, The Sector, And The Works Procured. In Preparing This Section, The Following Aspects Should Be Checked: A. Information That Complements Provisions Of The Gcc Must Be Incorporated. B. Amendments And/or Supplements To Provisions Of The Gcc As Necessitated By The Circumstances Of The Specific Purchase, Must Also Be Incorporated. However, No Special Condition Which Defeats Or Negates The General Intent And Purpose Of The Provisions Of The Gcc Should Be Incorporated Herein. Special Conditions Of Contract Gcc Clause 2 [if Different Dates Are Specified For Completion Of The Works By Section, I.e. “sectional Completion,” These Dates Should Be Listed Here.] 4.1 [specify The Schedule Of Delivery Of The Possession Of The Site To The Contractor, Whether Full Or In Part.] 6 The Site Investigation Reports Are: [list Here The Required Site Investigation Reports.] 7.2 [select One, Delete The Other.] [in Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures:] Fifteen (15) Years. [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. [in Case Of Other Structures, Such As Bailey And Wooden Bridges, Shallow Wells, Spring Developments, And Other Similar Structures:] Two (2) Years. 10 [select One, Delete The Other:] A. Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. B. No Dayworks Are Applicable To The Contract. 11.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within [insert Number] Days Of Delivery Of The Notice Of Award. 11.2 The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is Three Hundred Six Thousand Pesos. 13 The Amount Of The Advance Payment Is [insert Amount As Percentage Of The Contract Price That Shall Not Exceed 15% Of The Total Contract Price And Schedule Of Payment]. 14 [if Allowed By The Procuring Entity, State:] Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Be Included For Payment. 15.1 The Date By Which Operating And Maintenance Manuals Are Required Is [date]. The Date By Which “as Built” Drawings Are Required Is [date]. 15.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is [amount In Local Currency]. Section Vi. Specifications Notes On Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Or Conditioning Their Bids. In The Context Of International Competitive Bidding, The Specifications Must Be Drafted To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured. Only If This Is Done Will The Objectives Of Economy, Efficiency, And Fairness In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation Facilitated. The Specifications Should Require That All Goods And Materials To Be Incorporated In The Works Be New, Unused, Of The Most Recent Or Current Models, And Incorporate All Recent Improvements In Design And Materials Unless Provided Otherwise In The Contract. Samples Of Specifications From Previous Similar Projects Are Useful In This Respect. The Use Of Metric Units Is Mandatory. Most Specifications Are Normally Written Specially By The Procuring Entity Or Its Representative To Suit The Works At Hand. There Is No Standard Set Of Specifications For Universal Application In All Sectors In All Regions, But There Are Established Principles And Practices, Which Are Reflected In These Pbds. There Are Considerable Advantages In Standardizing General Specifications For Repetitive Works In Recognized Public Sectors, Such As Highways, Ports, Railways, Urban Housing, Irrigation, And Water Supply, In The Same Country Or Region Where Similar Conditions Prevail. The General Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Construction, Although Not Necessarily To Be Used In A Particular Works Contract. Deletions Or Addenda Should Then Adapt The General Specifications To The Particular Works. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Goods, Materials, And Workmanship, Recognized International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Goods, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure Substantially Equal Or Higher Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Scc. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Contract To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished, And Work Performed Or Tested, The Provisions Of The Latest Current Edition Or Revision Of The Relevant Standards And Codes In Effect Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National, Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure A Substantially Equal Or Higher Quality Than The Standards And Codes Specified Will Be Accepted Subject To The Procuring Entity’s Representative’s Prior Review And Written Consent. Differences Between The Standards Specified And The Proposed Alternative Standards Shall Be Fully Described In Writing By The Contractor And Submitted To The Procuring Entity’s Representative At Least Twenty-eight (28) Days Prior To The Date When The Contractor Desires The Procuring Entity’s Representative’s Consent. In The Event The Procuring Entity’s Representative Determines That Such Proposed Deviations Do Not Ensure Substantially Equal Or Higher Quality, The Contractor Shall Comply With The Standards Specified In The Documents. These Notes Are Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Should Not Be Included In The Final Bidding Documents. Section Vii. Drawings Section Viii. Bill Of Quantities Notes On The Bill Of Quantities Objectives The Objectives Of The Bill Of Quantities Are: A. To Provide Sufficient Information On The Quantities Of Works To Be Performed To Enable Bids To Be Prepared Efficiently And Accurately; And B. When A Contract Has Been Entered Into, To Provide A Priced Bill Of Quantities For Use In The Periodic Valuation Of Works Executed. In Order To Attain These Objectives, Works Should Be Itemized In The Bill Of Quantities In Sufficient Detail To Distinguish Between The Different Classes Of Works, Or Between Works Of The Same Nature Carried Out In Different Locations Or In Other Circumstances Which May Give Rise To Different Considerations Of Cost. Consistent With These Requirements, The Layout And Content Of The Bill Of Quantities Should Be As Simple And Brief As Possible. Daywork Schedule A Daywork Schedule Should Be Included Only If The Probability Of Unforeseen Work, Outside The Items Included In The Bill Of Quantities, Is High. To Facilitate Checking By The Entity Of The Realism Of Rates Quoted By The Bidders, The Daywork Schedule Should Normally Comprise The Following: A. A List Of The Various Classes Of Labor, Materials, And Constructional Plant For Which Basic Daywork Rates Or Prices Are To Be Inserted By The Bidder, Together With A Statement Of The Conditions Under Which The Contractor Will Be Paid For Work Executed On A Daywork Basis. B. Nominal Quantities For Each Item Of Daywork, To Be Priced By Each Bidder At Daywork Rates As Bid. The Rate To Be Entered By The Bidder Against Each Basic Daywork Item Should Include The Contractor’s Profit, Overheads, Supervision, And Other Charges. Provisional Sums A General Provision For Physical Contingencies (quantity Overruns) May Be Made By Including A Provisional Sum In The Summary Bill Of Quantities. Similarly, A Contingency Allowance For Possible Price Increases Should Be Provided As A Provisional Sum In The Summary Bill Of Quantities. The Inclusion Of Such Provisional Sums Often Facilitates Budgetary Approval By Avoiding The Need To Request Periodic Supplementary Approvals As The Future Need Arises. Where Such Provisional Sums Or Contingency Allowances Are Used, The Scc Should State The Manner In Which They Will Be Used, And Under Whose Authority (usually The Procuring Entity’s Representative’s). The Estimated Cost Of Specialized Work To Be Carried Out, Or Of Special Goods To Be Supplied, By Other Contractors Should Be Indicated In The Relevant Part Of The Bill Of Quantities As A Particular Provisional Sum With An Appropriate Brief Description. A Separate Procurement Procedure Is Normally Carried Out By The Procuring Entity To Select Such Specialized Contractors. To Provide An Element Of Competition Among The Bidders In Respect Of Any Facilities, Amenities, Attendance, Etc., To Be Provided By The Successful Bidder As Prime Contractor For The Use And Convenience Of The Specialist Contractors, Each Related Provisional Sum Should Be Followed By An Item In The Bill Of Quantities Inviting The Bidder To Quote A Sum For Such Amenities, Facilities, Attendance, Etc. Signature Box A Signature Box Shall Be Added At The Bottom Of Each Page Of The Bill Of Quantities Where The Authorized Representative Of The Bidder Shall Affix His Signature. Failure Of The Authorized Representative To Sign Each And Every Page Of The Bill Of Quantities Shall Be A Cause For Rejection Of His Bid. These Notes For Preparing A Bill Of Quantities Are Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Should Not Be Included In The Final Documents. Section Ix. Checklist Of Technical And Financial Documents Notes On The Checklist Of Technical And Financial Documents The Prescribed Documents In The Checklist Are Mandatory To Be Submitted In The Bid, But Shall Be Subject To The Following: A. Gppb Resolution No. 09-2020 On The Efficient Procurement Measures During A State Of Calamity Or Other Similar Issuances That Shall Allow The Use Of Alternate Documents In Lieu Of The Mandated Requirements; Or B. Any Subsequent Gppb Issuances Adjusting The Documentary Requirements After The Effectivity Of The Adoption Of The Pbds. The Bac Shall Be Checking The Submitted Documents Of Each Bidder Against This Checklist To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion Pursuant To Section 30 Of The 2016 Revised Irr Of Ra No. 9184. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages); Or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document; And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (e) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (f) 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 ⬜ (g) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided Under The Rules; And ⬜ (h) Philippine Contractors Accreditation Board (pcab) License; Or Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (i) 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 (j) Project Requirements, Which Shall Include The Following: ⬜ A. Organizational Chart For The Contract To Be Bid; ⬜ B. List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; ⬜ C. List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (k) 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 ⬜ (l) The Prospective Bidder’s Audited Financial Statements, Showing, Among Others, The Prospective Bidder’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (m) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (n) If Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr 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 ⬜ (o) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (p) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (q) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ (r) Cash Flow By Quarter.
Closing Date18 Feb 2025
Tender AmountPHP 326.2 K (USD 5.6 K)

State Bank Of India - SBI Tender

Goods
Software and IT Solutions
Corrigendum : Closing Date Modified
India
Tender Id: IT Cloud Solutions/FY | Procurement, Installation, Commissioning And Maintenance Of Servers
Closing Date4 Jun 2025
Tender AmountRefer Documents 

Province Of Ifugao Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee 3rd Floor Peo Bldg., Capitol Compound Lagawe, Ifugao Email Ad.: Bacgoodsifugao13@gmail.com Invitation To Bid Publication No. 06-2025-g (first Publication) For It And Office Equipment 1. The Provincial Government Of Ifugao, Through The General Fund Intends To Apply The Sum Of Five Million Four Hundred Seventy-four Thousand Two Hundred Eighteen Pesos And 94/100 Only (php5,474,218.94) Being The Abc To Payments Under The Contract For Publication No. 06-2025-g. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. (please See Attached “annex 1” For The Item/s To Be Bided). 2. The Provincial Government Of Ifugao Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Thirty (30) Calendar Days From Receipt By The Winning Bidder Of The Purchase Order. Bidders Should Have Completed, Within The Last Five (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. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao And Inspect The Bidding Documents At The Address Given Below During 8:00 O’clock Am To 5:00 O’clock Pm. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao On February 06, 2025 To February 27, 2025 Upon Presenting A Proof Of Payment In Person, Of A Non-refundable Bidding Fee Of Ten Thousand Pesos (php 10,000.00). 6. The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao Will Hold A Pre-bid Conference On February 13 At 01:30 P.m.at The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao On Or Before 1:30 P.m. Basing On The Bac Office - Wall Clock Of February 27, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 27, 2025 At 2:00 In The Afternoon At The Address Stated Above. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Ifugao 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. 11. For Further Information, Please Refer To: The Secretariat On Goods Bids And Awards Committee Bacgoodsifugao13@gmail.com 0926-937-1170 Date Of Posting: February 06, 2025 Carmelita B. Buyuccan Bac Chairperson "annex 1" Item No. General Description Qty. Unit Of Issue Unit Cost Total Cost It Equipment 1 Branded Computer Set Tower + Monitor Bundle 2 Set 13th Gen Core I5-13400 Intel Uhd 730 Graphics 8-10 Gb Ram 256-260 Ssd 1-2tb Hdd Win11 Home Sl With Office For Home & Student 21.5-22" Monitor Keyboard Mouse Mousepad 2 Desktop 1 Set "13th Gen Core I7-13700 8-10gb 256gb-230gb Ssd 1tb Hdd Intel Uhd 770 Graphics For 13th Gen Win11 Home W/ Office For Home & Student With Input Vga Hdmi Monitor Black Inclusive Of 2 Desktop Stand" 3 Brand New Printer 1 Unit "specifications: Type: Print, Scan, Copy, Fax With Adf Paper Size: Legal, Indian-legal, 8.5x13""., Letter, A4, 16k, Envelopes Supported Os And Applications Windows Xp/vista" 4 Computer Set (complete Office Pc Set) 1 Set Intel Core 17-i9 13900h 10th/i5 10th Gen Processor, Intel Cooler 8 Gb/ 16gb Ddr4 Ram 500gb-1tb Sata Ssd H510m Lga 1200 Motherboard, Built In Intel Graphics 700-800w Power Supply, 500gb-1tb Hdd 27-30 Inches 1080p 75hz, Graphics Memory:2-4gb & Under 2-4gb,optical Disk Drive Operating System: Windows 10, System Memory:16gb Ports:hdmi, Processor Type: Intel Core 19 Display Size: 19222427, Graphic Card Series: Intel 5 Printer With Scanner 3 Unit Specs: Type- Ink Tank Printer Function - Print, Scan, Copy Print Speed (b&w) - 6.0ppm To 7.0 Ppm Color Lcd Automatic Duplex Printing Paper Size = A4, Letter, Legal Max Copying Speed - 10cpm To 12 Cpm Max Paper Input 250sheets Wifi Connect Scan Resolution - 1200x2400dpi To 1250x2500dpi, Flatbed Scanner. 6 Printer 3 Unit All-in One Printer (printer, Copy And Scan) High-speed Auto-duplex Printing Connectivity: Ethernet, Wifi Ieee 802.11b/g/n, Wifi Direct Usb 2.0 Maximum Print Resolution: 4800-4900 X 1200-1400 Dpi Maximum Paper Size:215.9-217mm X 6000-7000mm Number Of Paper Trays: 2(1 Front/1rear) Mac: Os Compatibility Print Speed: Draft, A4(black/color) To 34-36ppm Copy Speed: A4 Simplex- 22-24ipm Monochrome: Color 5.0sec/24ppm/7.5ipm Iso,a4 Simplex (black/color) - 25 Ipm/25ipm Standard Capacity Color:3000 Pages (black,cyan,magenta And Yellow) Standard Capacity: Black 1000 Pages Xl Black 7 Ups 5 Unit 800 Va-450w (bv8001-ms,4 Outlets, Avr/surge) 100% Genuine, Original And Brandnew Battery Back Up 8 Wireless: All In One Printer 1 Unit Specifications: Print Resolution: 4,800 X 1,200 Dpi Scan Resolution : 600 X 1,200 Dpi Print Speed: 10.1 To 11.6 Ipm (mono/color) Copy Speed: 2-3.2 Ipm Fax Resolution: 300 X 300 Dpi (extra Fine) Connectivity: Wi-fi, Airprint, Morpria, Direct Wireless, Usb Paper Handling: A4, Ltr, Lgl, 4 X 6", 5 X 7", 7 X 10", 8 X10", Square (89 X 89 Mm, 127 X 127mm), Card Size (91 X 55mm) Ink: G1-71 (pigment Ink/ Black), Dye-based Ink/ Cyan, Magenta, Yellow) Maintenance Cartridge: Mc-g04 Duty Cycle: 1,000-3,000 Pages/ Month Dimensions: 416 X 337 X 212 Mm (factory Configuration), 416 X 556 X 268 Mm (output/ Adf Trays Extended) Weight: 7.0-7.2 Kg. 9 Finger Biometrics: 500-1000 Finger Prints Capacity;50,000 Logs Capacity 2.8-5 Inches Tft Screen Display Usb Host/client 2 Unit 10 1.5hp Split Inverter Aircon; Dimension: 717x495x230-837x308x189 Size 1.5 Hp;cooling Capacity 12000(2729-12500); Color White; Control Type Remote;cooling Area (sq. Meters)15-23; Noise Level (indoor- High:40.6: Noise Level (indoor Low:31.8; Airflow Direction Control (up & Down: Remote Controoled; Airflow Direction Control(left & Right) Remote Controlled: Temperature Controll Remote Controll: Fun Speed( Low/mid/ High) 1 Unit 11 Photocopier Monochrome A4 Laser Multifunctional Ir 1643if Ii:[ront,copy, Scan,send And Fax, Ir1643i: Print, Copy, Scan, And Send. Control Panel 12.7 Cm Tft Lcd Wvga Colour Topuch Panel. Memory 1.0-2 Gb Ram. Storage 2 Gb-3gb. Paper Output Standard-150-300 Sheets. Paper Supply Standard Paper Cassette, 550-1000 Sheets, Multi Purpose Tray, 100-200 Sheets. Capacity Max: 2,300 Sheets (with Paper Feeder Pf-c1x3. Print Resolution (dpi) 600x600. Scan Speed (ipm) 1 Sided Scanning: 20, 2 Sided:34 (copy At 600 Dpi) 1 Sided. Bw/cl,a4 38/13 2 Sided, 70/26 (send At 300dpi). Scan Resolution Copy:upto 600x600 Send Push Up To 300x600, Pull Upto Dpi 600x600. Power Consumption Max: Approx 1420 W Or Less. Paper Feeder: Paer Capacity 550 Sheets (80gsm), Dimension (wxdxh) 480x464x842 Mm-490x465x845 Weight Approx 4.0 Kgs 1 Unit 12 Desktop With Printer: Cpu: I5-i7 12400, Motherboard: Gigabyte H610m K, Ram:udim D4 Heat Sink 3200mhz 8-16gb, 1tb Hdd & 1tb Ssd Chassis: Case Psu Hyperpower 80+ Bronze Hp 650 Pro, 21.5-22"display W/ Mouse And Keyboard, Usb Black 32 Gb, A4 Tech, Krs-8372a-shape With Mouse Usb Black, Printer Windows 11, Microsoft 21 3 Unit 13 Laptop I7-i9 Processor: 2.80 Ghz 2.80 Ghz, Installed Ram 16-32 Gb License Microsoft Windows 11, Usb, Mouse, Mouse Pad, Bag System Type 64 -bit Operating System,x64-based Processor 1 Unit 14 "laptop (high End) - Operating System: Windows 11 Home - Microsoft Office: Office Home And Student 2021 Installed (licensed) - Processor: Intel® Core™ I5-17 Generation Or Above - Graphics: Geforce Rtx™ 4050 - Display: 16” Wuxga 165hz Ips - Memory: 8gb - 16gb Ddr5 - Storage: 512gb To 1 Tb M.2 Pcie Nvme Ssd - Keyboard: 103-/104-/107-key Finetip Rgb-backlit Keyboard With Independent Standard Numeric Keypad, International Language Support - Speakers: Stereo Speakers, 2w X2, Optimized With Nahimic Gaming Audio Battery: 90 Wh 4 Or Abovecell Li-ion Battery With Laptop Accesories(bag, Mouse Etc.)" 1 Unit 15 "laptop - Operating System: Windows 11 Pro - Microsoft Office: Office Home 2021 Installed (licensed) - Processor: Intel® Core™ I5-i7 12 Generation - Graphics: Geforce Rtx™ 3050 - Display: 15.6” Or Above Full-hd 144hz Ips - Memory: 16gb To 32gb 3200mhz Ddr4 - Storage: 512gb To 1 Tb M.2 Pcie Nvme Ssd - Keyboard: Full-size Backlit Keyboard - Connectivity: Wi-fi 6 (802.11ax), Bluetooth 5.0 - Ports: Multiple Usb Ports (type-a And Type-c), Hdmi, Audio Jack - Audio: Built-in Stereo Speakers - Battery: Lithium-ion Battery - Additional Features: Built-in Webcam And Microphone, Advanced Cooling System - With Laptop Accesories(bag, Mouse Etc.)" 1 Unit 16 "desktop Computer - Intel Core I5-12400-i7 Lga1700 - Microsoft Office: Office Home 2021 Installed (licensed) - Motherboard: Gigabyte H610m - Ram: 8gb-16gb Ddr4 3200mhz - Storage: 256gb-1tb Ssd + 1 Tb Hdd-2tb - Casing: Core Elite - Psu: 700w - W/ Keyboard And Mouse " 1 Unit 17 "desktop Monitor - Response Time(ms): 1ms-2ms - Panel Type: Ips - Display Technology: Led - View Angle Horizontal(deg): 178 - View Angle Vertical(deg): 178 - Refresh Rate(hz): 100-150 - Screen Size(""): 24.50 - Hd Type: Fhd - Resolution: 1920x1080-higher" 1 Unit 18 "printer - A4 Print Speed Up To 17-18 Ipm(black)/16.5-17.5 Ipm(colour) - Wifi, Airprint, Mopria, Wifi Direct, Usb 2.0 - Auto 2 Sided(duplex) Printing, 20 Sheets Auto-document Feeder(adf), 1 Line Lcd - Full Ink Bottles Included. Yield Up To 7500/5000 Pages(black/colour) - Compatible With Mobile Connect App" 1 Unit 19 Camera Lens For Canon 1 Unit Apc-c F4.5-6.3 To F/32 16-29mm (full Frame Equivalent) Stm Stepping Af Motor 5-7 Blade Diaphram 6 Stops Of Image Stabilisation 0.5x Magnification 20 Camera Lens For Canon 1 Unit 24-240mm Focal Length Max Aperture: F/4-f/6.3 Full Frame With Nano Usm 10x Optical Zoom Lens Image Stabilisation 21 Camera Lens For Canon 1 Unit 600-800mm Focal Length Full Frame 4 Stops Of Image Stabilisation 22 Heavy-duty Fluid Head Tripod Kit 1 Unit Aluminum Tripod With Fluid Head System 13.2-14 Lb Load Capacity, Weighs 9 Lb 33.9 To 73.2" Height Adjustment 35-40" Folded Length, 75mm Ball Head Snap-on Quick Release Plate Tilt Damping, Fixed Counterbalance 1/4"-20 Anti-twist Accessory Threads 23 Battery Pack For Canon Camera 3 Unit Capacity Of 1040mah Output Voltage Of 7.2v Lithium-ion Weight: 43-45.5 Kg 24 Camera Backpack 1 Unit Interior Size: 34-35 X 22-23 X 49-50 Cm Weight: 1.58-1.60kg Divided Compartment Design Hps-eva Core Divider Protective System Tripod Carry System Water Repellent 25 Projector 1 Unit Rgb Liquid Crystal Shutter Projection System White And Colour Light Output At 5,000-6,000 Lamp Type Wireless Connection Multi-pc Projection 2 X Hdmi 26 Memory Card For Camera 2 Unit 128gb -256 Gb Storage Capacity Max Read Speed: 180-190 Mb/s Max Write Speed: 90-100 Mb/s Min Write Speed: 30-40 Mb/s 27 Laptop 1 Unit Amd Ryzen™ 5-7 5700u Processor 16-32 Gb Ram 512 Gb- 1 Tb Ssd 14-15.6" Full Hd 1920x 1080 Display Amd Radeon™ Graphics Windows 11 Home 28 Laptop 1 Unit Intel® Core™ I5-i7 13420h Processor 16 - 32 Gb Ram 512 Gb -1tb Nvme Ssd 14-15.6" Full Hd 1920 X 1080 Display Geforce Rtx™ 2050 Graphics Card Windows 11 Home 29 Laptop 1 Unit Intel® Core™ I5-i7 13620h Processor 16 Gb-32gb Ddr4 Ram 512 Gb-1tb Nvme Ssd 15-16'''wuxga 1920 X 1200 Display Windows 11 Home 30 Laptop Intel® Core™ Ultra 5-7 Processor 125h 1 Unit 16 -32gb Ddr5 Ram 512 Gb-1tb Nvme Ssd Intel Arc Graphics 13-14" Oled Display Windows 11 Home 31 Projector With Screen 1 Unit 3840-4800 Ansi Lumens Aspect Ratio 4:3-16:9 Projection Lens Focus:2.56-2.68 Projection Screen Size: 23-300" Projection Distance: 1.0-11.8m 32 Camera 1 Unit Compact Slr 18-24 Megapixel Aps-c 100-6400 Iso 2.4-2.7" Screen Size Cmos Sensor Type 33 Audio Recorder 1 Unit 32-64gb Storage 1400-1536 Kbps Dual-mic & Pcm Clear Capacity Of 1100 Mah 34 Laptop 1 Unit Amd Ryzen 5-7 7840hs Processor 16 Gb-32 Gb Lpddr5x Ram 512 Gb-1 Tb Ssd 15.6-6.16inches Full High Definition Display Geforce Rtx 4050graphics Card Wi-fi 6e Windows 11 Home 35 Laptop 1 Unit Intel Core Ultra 7-9 155h Processor 16 Gb-32gb Lpddr5x Ram 512gb-1 Tb Nvme Ssd Geforce Rtx 4060 Graphics Card 14.5-15" Wqxga + 3072 X 1920 Display Windows 11 Home 36 Desktop System Unit 1 Unit Intel Core I7-i9 14700 Lga 1700 Processor Wifi Socket Lga 1700 Ddr5 Motherboard 32gb-64gb Ddr5 Ram 1-2tb Gen 4 Nvme M.2 Ssd Geforce Rtx 4060 Graphics Card 650-1000 Watts Power Supply Tempered Glass Side Panel Gaming Pc Case White 37 Desktop Monitor 1 Unit Panel Size 5-6" Panel Type Hva, Curved Screen 1500r Resolution 1920x1080 Refresh Rate 165hz Display Ratio 16:09 Dot Pixel (h*v) 12125 X 0.36375 (hxv)mm Display Area (h*v) 4 (h)x392.85 (v)mm 38 Mechanical Rainbow Led Wired Keyboard And Mouse Bundle 1 Unit 39 Laptop 1 Unit Intel® Core™ Ultra 7-9 155h Processor 16 Gb-32 Gb Ddr5 Ram 512gb-1tb Ssd 14-15" Oled Display Intel® Arc™ Graphics Windows 11 Home 40 Laptop 1 Unit Amd Ryzen 7-9 8945hs Processor 32gb-64gb Lpddr5x Ram 1tb-2tb M.2 Nvme Pcie Ssd Geforce Rtx4060 Graphics Card 14-16" Oled Wqxga Display Wi-fi 6e + Bluetooth Wireless Card Windows 11 Home 41 Desktop Computer 2 Unit Intelcore I5-i7 13400 Processor 16-32gb Ddr4 Ram 256 Gb Ssd + 1 Tb Hdd Windows 11 Home Usb Wired Keyboard & Wired Mouse 7 Monitor 42 Back-ups 2 Unit Output Power Capacity: 360 Watts/650 Va-1000va Output Connections: (4) Nema 5-15r (battery Back-up) Nominal Output Voltage: 230-250v Nominal Input Voltage: 230-250v Input Connections: Nema 5-15p 43 Printer 6 Unit Print, Scan, Copy Print Speed (a4, Iso): 11/6 Ipm (mono/ Colour) Wifi, Airprint®, Mopria ® Print Service, Direct Wireless Recommended Monthly Print Volume: 150-1,500 Pages 2.5-2.7 Lcd Touchscreen And Colour Display Factory Configuration: 416 X 363 X212mm Output/adf Trays Extended 416x554x Weight: 7.5-8 Kg 44 Desktop Computer High-end 1 Unit Specs Display : 21.5-22inch Monitor Memory:8-16gb Ddr5-2666 Sdram (1x8gb) Storage: 1-3 Tb Hdd Storage; 256-512 Gb Ssd Storage. Processor: Core L5-10400f (2.9ghz Graphics Card: Nvidia(r) Geforceo Gt 1030 (2 Gb Gddrs Dedicated). Network Lnterface: Lntegrated 10/100/1000 Gbe Lan Dimensions: 15.54-16 X 30.3-31 X 33.73-34 Cm Weight: 5.96-6kg Keyboard: Usb Black Keyboard And Mouse Combo. 45 Laptop Computer High-end 2 Unit Specs,: Processor: Lntel Core I7-i9-125ooh A 2.0 To 4.5 Ghz Memory: 8-16 Gb Of Ddr5 3200 Mhz System Memory Storage: 512gb-1tb Nvme Ssd Display: 15.6-16in Display With Ips (ln-plane Switching) Full Hd 1920 X 1080 144h2 Graphics : Geforce R Rtx'" 3050ti Wlan: Killer Tm Wi-fi 6 Ax 1650i 802.11 A/b/g/n+acr2+ax Wireless Lan Dual Band (2.4 Ghz And 5 Ghz)2x2 Mu-mimo Technology Supports Bluetooth 5.1. Lan : Killertm Ethernet E26oo 10/100/1000 Mbps Lpv4 And Lpv6 Support. Operating System: Windows 11 Home Ports: Usb Type-? Port Supporting: Usb 3.2 Gen 2 (up To 10 Gbps), Display Port Over Usb-c Thunderbolt4 Usb Charging 5v;3a, Dc-in Port 20v;65w One Usb 3.2 Gen 2 Port Featuring Power-off Usb Charging Usb 3.2 Gen 2 Port Usb 3.2 Gen 1 Port Ethernet (rj-45) Port Hdmi 2.1 Port With Gdcp Support 3.5 Mm Head Phone/speaker Jack, Supporting Headsets With Built-in Microphone Dc-in Jack For Ac Adapter. Keyboard: 103-/l04-/lo7-key Fine Tip Rgb-backlit Keyboard With Independent Standard Numeric Keypad, International Language Support. Touch Pad: Multi-gesture Touchpad, Supportint Two- Finger Scroll; Pinch; Gestures To Open Cartona Action Center, Multitasking: Application Commands. Dimensions: 360.4-361 (w) X 271.09-272 (d) X 25.9-26/26.9-27 (h) Mm (14.19-15 X 10.67-11x 1.02-2/l.06-2 Inches) With Plastic A Cover. Weisht: 2.5kg (5.51 Lbs.) With 4-cell Battery Pack, Solid State Drive. 46 Biometric (see Attached Specification) 1 Unit Multi-bio Time Attendance Terminal Face Capacity: 1,000-1,500 Fingerprint Capacity: 1,500-2,000 Id Card Capacity: 1,500-2,000 Record Capacity: 80,000-100,000 Display:2.8-inch Tft Screen Communication: Tcp/ip, Usb-host, Wi-fi Power Supply: Dc 12v 1.5a Verification Speed: ≤ 1 Sec. Operating Temp: 0°-45° C Operating Humidity: 20%-80% Dimension: 200.25 X 148 X 33.04 Mm-221 X 150 X 34 Mm Net Weight: 380g-400g 47 Desktop Computer 2 Unit Operating System-windows 11 Home With Ms Office For Home And Student Processor-intel Core I5-1245 Oh Processor (4cores, 8 Threads 3.4ghz, 1.2mb Intel Smart Cache) Motherboard-intel" H600 Chipset Memory-8gb-16gb Ddr4 3200mhz Uddim, 32gb-33gb Of Dual-channel Ddr4 Hard Disk Drive-256 Gb-257gb, M.2.2280 Pci-e Ssd, 1tb 3.5inch-4inch 7200rpm-7300rpm Graphics-intel Uhd 730 Graphics For 13th Generation (better Performance Than Nvidia Gt730 2gb) Audio-integrated High Definition, 5.1 -channel Surround Sound Networking-wlan, 802.1 1ac/a/b/g/n Wireless Lan And Bluetooth 5.0, Lan-gigabit Ethernet Standard I/o Ports, Expansion Slot(s) Power Supply And Adapter-300w-320w Keyboard And Mouse-usb Wired Keyboard & Wired Mouse 48 Laptop Computer 1 Unit Processor: Intel Core Ultra7 155u Processor(e-cores To 3.80-3.85ghz,p-cores 4.80-4.85ghz) Operating System: Windows 11 Pro 64 Graphic Card: Integrated Intel Graphics Memory: 16gb-20gb Ddr5-5600mhz(sodimm)2 X 8 Gb) Storage: 512gb-600gb Ssd M.2 2242 Pcie Gen4 Tlc Opal Display:16"wuxga(1920 X 1200)ips,anti-glare,non Touch,45% Ntsc,300 Nits. 60hz Battery: 3-5 Cell Li-polymer 57-60wh Ac Adapter/power Supply:65-70w Fingerprint Reader:no Finger Print Reader Pointing Device:trackpad Keyboard:backlit,black With Number Pad-english(us) Wifi:intel@wi-fi 6e Ax211 2x2 Ax & Bluetooth@5.1(windows 10)-bluetooth@5.3(windows 11) One Port For Usb 3.2 Gen 1 Featuring Power Off Usb Charging Color: Graphite Black 49 Laptop 1 Unit Specifications: Cpu: Intel Core I7-i10-1255u Ram: 16-32gb Ddr4 Storage: 1-3tb Ssd Gpu: Nv1d1a Mx550 2-4gb Display: 15.6'' -20'' Os: Window 11-15 Home 50 Printer 1 Unit Specifications: Print, Scan, Copy Connectivity: Wifi, Usb, Wireless Direct Printing Speed - 17/16.5 Ipm - 18/17.5 (iso) Mono/color Diplex Printing Wifi- Direct And Highspeed Usb 2.0-4.0 Print Resolution - 1,200 X 6,000 Dpi-1300 X 7000 20-sheet Auto Document Feeder Paper Input Capacity 150-200 Sheets Multipurpose Tray 80-90 Sheets 1.8'' -2'' Tft Colour Lcd Mobile Print: Brother Iprints& Scan, Airprint & Mopria Cons: Bt-d60bk-7500-8500 Pages Bt5000cmy-5, 000-6000 Pages 51 Laptop With Projector 1 Unit Specifications: Operating System: Windows 11-12 Home Processor Family: Amd Ryzen 7-8 Processor Processor: Amd Ryzen 7 5825u ( Up To 4.5 Ghz Max Boost Clock, 16 Mb L3 Cache, 8 Cores, 16 Threads) Chipset:amd Integared Soc Sustainable Impact Specifications: Keyboard Keycaps Made With Post-consumer Recycled Plastic Security Management: Trusted Platform Module (firmware Tpm)support Memory:8-16gb Ddr4-3200 Mhz Ram (1 X 8 Gb) Memory Layout (slots & Size ) :1 X 8- Gb - 2x8gb Internal Storage: 512-600 Gb Pcle Nvme M.2 Ssd Cloud Service: 25-30gb Dropbox Storage For 12 Months Display: 39.6 -42cm (15.6'''') Diagonal, Fhd (1920 X 1080), Ips, Micro-edge, Anti-glare, 250-300 Nits, 45% Ntsc Display Size(diagonal): 39.6- 42cm (15.6'''') Graphics: Integrated Graphics:(integrated):amd Raeon Graphics Ports: 1 Superspeed Usb Type-c 5gbps Signaling Rate; 2 Superspeed Usb Type-a 5 Gbps Signaling Rate; 1 Hdmi 1.4b;1 Ac Smart Pin; 1 Headphone/microphone Combo Expansion Slots: 1 Multi-format Sd Media Card Reader Camera:hp True Vision 720-750p Hd Camera With Temporal Noise Reduction And Integrated Dual Array Digital Microphones Audio: Dual Speakers Pointing Device: Hp Imagepad With Multi-touch Gesture Support; Precision Touchpad Support Keyboard: Full-size, Natural Silver Keyboard With Numeric Keypad Wieless: Realtek Rtl**@@ce 802.11 A/b/g/n/ac (2x2) Wi-fi And Bluetooth 5-10 Combo Power Supply Type:45-50 Wh Li-ion Ecolables:epeat Registered Energy Star Certified: Energy Star Certified Product Design: Paint Finish Cover And Base, Vertical Brushed In-mould Roll Keyboard Frame Product Color: Natural Silver Minimum Dimensions(w X D X H): 35.85-36.86 X 24.2-25.3 X 1.79-2.5 Cm (dimensions Vary By Configuratiuon) Weight: 1.69-2kg Warranty: 1 Year, 10-15 Minutes Response Time For Service Projector With Screen Specifications: Projection System Dlp Projection Method: Front, Rear, Ceiling, Rear Ceiling Number Of Lamps: 1-3 Lamp Power:220-300 W Normal Mode Lamp Life: 6000-7000hour Economy Mode Lamp Life: 10000-11000hour Lens Type: Manual Zoom Manual Focus Minimum Lens Aperture: F/2.41-3-42-4 Maximum Lens Aperture: F/2.53-3-54-4 Minimum Focal Length: 21.85-23 Mm Maximum Focal Length: 24.01-25mm Minimum Diagonal Image Size: 584.20-600mm Maximum Diagonal Image Size: 7.62 -8m (300'') Minimum Projection Distance: 1-2m Maximum Projection Distance:11.80 -12m Optical Zoom: 1.1-2-2x Extremeeco Mode Lamp Life: 15000-16000hour 52 Desktop Medium End 1 Unit Specifications: Windows 11-15 Home Sl Intel Core I5-1335 Process-17-1500 Process 8-10gb (1x8gb) Of Ddr4 System Memory, Upgradable To 32-36gb Using Two So Dimm Modules 512-600 Gb, Pcle, Gen4, 16-32 Gb/s Nvme With Hdd Upgrade Kit 16.0''-32'' Display With Ips ( In-plane Switching) Technology, Wucxga 1920 X 1200, Acer Comfy View Led-backlit Tft Lcd 16;10 Aspect Ratio, Clor Gamut Ntsc 45% Wlan: Intel Wireless Wi-fi 6eax211 ,-802.11-803.12 A/b/g/n/ac/ax Wireless Lan Band: 2.4 Ghz, 5 Ghz And 6ghz-2x2 Mu_mimo Technology- Supports Bluetooth 5.1 Or Above-support Vpro/ Support Cnvi Interface-gigabit Ethernet Card Reader: Sd Card Reader T-type Hd Camera-streaming Webcams Compatible W/ Windows 1280 X 720 Resolution, -720p Hd Video At 30 Fps W/ Temporal Noise Reduction, Blue Glass Lens, -knowles Dual Mic (33 Mm + 33 Mm) 50 Wh 3-cell Li-ion Battery(- 10 Hours) 358.5 (w) X 260 (d) X 19.9/22.9 (h)mm (14.11 X 10.24 X 0.78/0.9 Inches) With Plastic A Cover Information Comm. Techno. Equip. 53 "desktop Pavilion All In One Pc Operating System: Windows 11 Processor: Intel Core I7-12700t-i9 Ram: 16gb - 18 Gb Storage: 512gb - 1tb Monitor Display:24""-26"" With Dvd/cd Written Accessories; Speaker And Webcam Os: Windows 11 Licensed Ms Office Licensed (excel, Word, Access, Powerpoint, Publisher) Warranty; 2 Years " 1 Set 54 Desktop Computer Inter Core I5 14th Generation - 4.70ghz Ram: 16gb-24gb Ssd:500gb To Itb Monitor Display:24"-26" With Dvd/cd Written Accessories; Speaker And Webcam Os: Windows 11 Licensed Ms Office Licensed (excel, Word, Access, Powerpoint, Publisher) Warranty; 2 Years 3 Set 55 Printer 4 Unit Print, Scan, Copy Print Speed (a4, Iso): 11/6 Ipm (mono/ Colour) Wifi, Airprint®, Mopria ® Print Service, Direct Wireless Recommended Monthly Print Volume: 150-1,500 Pages 56 Projector With Adaptive Color And Wireless Capability 1 Pc Brightness: 4800-5000 Ansi Lumens Standard: Compliant W/ Iso 21118-optical Z00m Ratio:1.1x-1.5x Projection Screen Size 58cm-762cm Projection Distance 3.3'-39.3' Audio 3w Speaker Dimensions: 313-314 X 240-245 X 113.7-114mm 57 Biometrics Attendance System: 500-1000 Finger Prints Capacity;50,000 Logs Capacity 2.8-5 Inches Tft Screen Display Usb Host/client 1 Unit 58 Computer Desktop Medium End 1 Unit Specifications; Cpu: Intel Core I7-i9 Ram: 8-16gb Storage: 1 Tb-2 Tb Monitor: 24" - 27" Keyboard And Mouse: Keyboard And Mouse Set 59 Dslr Camera 1 Unit Specification: Image Sensor Type: Cmos Sensor Aspect Ratio: 3:2-4:00 Effect Pixels: Approx. 24-24.1 Megapixels View Finder Type: Eye Level Penta Mirror Lcd Monitor Type: Tft Color Liquid-crystal Monitor Coverage: Vertical/ Horzontal Wifi: Built In Iso Range: 100-6400 Shutter Speed: 1/4000 Sec To 30 Sec Monitor Size & Dots: 7.5-8.5cm W/ Approx 920,000-950,000 Dots Image Type: Jpeg, Raw 14-16 Bit 60 Photocopier Machine 1 Unit Specifications: Machine Type: Monochrome A4 Laser Multifunctional Core Functions: Copy, Scan, Send And Fax Control Panel: 12.7 Cm-13 Cm Lcd Touch Memory: 1-2 Gb Ram Storage: 1-2gb Paper Output Capacity: 180-200 Sheets 61 Printer With Scanner 3 Set Printer Type: Prit, Scan, Copy, Fax W/ Adf Paper Sizes: A4, A5, A6, B5, Legal Scanner Type: Flatbed Colour Image Scanner Colour: 48 Bit-64 Input, 24-25 Output Paper Capacity: 30-35 Sheets (a4 Paper) 20 Sheets (legal) Usb: Usb 2.0-2.5 Network: Ethernet, Wifi, Ieee, Wifi Direct 62 Laptop And Printer 1 Set "processor Intel ® Core ᵀᴹ 7-9 150u (12 Mb Cache, 10 Cores, 12 Threads, 5 To 5.40 Ghz) Operating System Windows 11 Pro Ubuntu ® Linux ® 22.04 Lts, 64-bit Video Card Integrated: Intel ® Iris ® Xe Graphics Display 16-17 Fhd +1920x1200, 60hz, Wva, Non-touch, Anti-glare, 250 Nit, 45% Ntsc, 25ms, Memory* 32gb-128 Gb: 2 X 8 Gb, Ddr5, 5200 Mt/s, Dual-channel Storage 1tb-3tbhdd 512gb-1tb M.2 Pcie Nvme Solid State Drive Color: Anodized Ice Blue Dimensions & Weight Height: 19.05 Mm -200mm Width: 356.78 Mm-400mm Depth: 249.52 Mm -300mm Starting Weight:1.87 Kg (4.12 Lb) *mouse, Mouse Pad And Laptop Bag" "all In One Printer (print, Scan, Copy & Fax) Print Resolution: 4,800x1,200 Dpi Print Speed: 10.1 To 11.6 Ipm (mono/colr) Copy Speed: 2-3.2 Ipm Fax Resolution: 300x300 Dpi (extra Fine) Maintenance Cartridge: Mc-g04 Dimensions: 416 X 337 212 Mm (factory Configuration) Weight: 7.0-7.2 Kg" 63 Desktop Computer Set With Printer 1 Set "cpu Processor Intel Core I7-i9 Window 11 Pro Storage 2tb-3 Tb Ssd Memory -32-128 Gb-ddr-3200 Monitor: 27-30 Inches Led Leaven Mechanical Borad/ Mouse/ 6 Fans Rgb/ Mousepad" "all In One Printer (printer, Scan, Copy & Fax) Print Resolution: 4,800x1,200 Dpi Scan Resolution: 600x1,200 Dpi Print Speed: 10.1 To 11.6 Ipm (mono/colr) Copy Speed: 2-3.2 Ipm Fax Resolution: 300x300 Dpi (extra Fine) N Maintenance Cartridge: Mc-g04 Dimensions: 416x337x212 Mm (factory Configuration) Weiht: 7.0-7.2 Kg" 64 Fly Kit For Drone-dji Mavic 2 Pro 1 Set "(2) Intelligent Flight Battery (capacity-3,850 Mah (6-12 Pcs) Low Noise Propeller (1pc) Rc Cable Usb Type Connector 1 (pc)battery To Powerbank Adaptor (1pc) Battery Charging Hub (1pc) Car Charger" 65 Desktop Computer, High-end 2 Unit Specs: Display: 21.5-22 Inch Monitor Memory: 8-16gb Ddr5-2666 Sdram(1x8 Gb) Storage: 1tb-3tb Hdd Storage; 256-512 Gb Ssd Storage Processor: Core I7-i9 10400f(2.9ghz), I7-i9 Graphics Card: Nvidia®geforce Gt 1030(2gb Gddr5 Dedicated). Network Interface: Integrated 10/100/1000 Gbe Lan Dimensions: 15.54-16x30.3-31x33.73-34cm Weight: 5.96-6kg Keyboard:usb Black Keyboard And Mouse Combo 66 Laptop Computer High-end 1 Unit Specs: Processor: Intel Core I7-i9 12500ha 2.0 Up To 4.5 Ghz Memory: 8-16gb Of Ddr5 3200 Mhz System Memory Storage: 512gb-1tb Nvme Ssd Display: 15.6-17in. Display With Ips (in-plane Switching) Full Hd 1920-1930x1080-1090 144hz Graphics:geforce Rtx 3050ti Wlan:killer Tm Wi-fi 6 Ax 1650i 802.11 A/b/g/n+acr2+ax Wireless Lan Dual Band(2.4 Ghz And 5 Ghz) 2x2 Mu-mimo Technology Supports Bluetooth 5.1 Lan: Killertm Ethernet E2600 10/100/1000 Mbps Ipv6 Support Operating System: Windows 11home Speakers: Acer Purified, Voice Technology With Dual Buitl-in Microphones.range, Headphone-like Audio And Powerful Sound Camera: 1280-1290x720-730 Resolution 720p Hd Video At 30 Fps With Temporal Noise Reduction Blue Gass Lens Dual Mic(33mm+33mm). Ports: Usb Type-? Port Supporting:usb 3.2 Gen 2(up To 10 Gbps|), Display Port Over Usb-c Thunderbolt4, Usb Charging 5v;3a,dc-in Port 20v;65w One Usb 3.2 Gen 2 Port Featuring Power-off Usb Charging Usb 3.2 Gen 2 Port Usb Gen 1 Port Ethernet (rj-45)port Hdmi 2.1 Port With Gdcp Support 3.5 Mm Headphone/speacker Jack, Supporting Headsets With Built-in Microphone D-in Jack For Ac Adapter. Keyboard: 103-/104-/1-7-key Fine Ip Rgb- Backlit Keyboard With Independent Standard Numeric Keypad,international Language Support Touch Pad: Multi-gesture Touchpad,suporting Two-finger Scroll;pinch;gesture To Open Cortona Action Center,multitasking;application Commands. Dimensions: 360.4(w) X 271.09(d) X 25.9/26.9(h)mm(14.19 X 10.67 X 1.02/1.06 Inches) With Palstics A Cover. Weight: 2.5kg (5.51 Lbs) With 4-cell Battery Pack,solid State Drive. 67 Protector With White Screen & Tripod 1 Unit Specs: 3800-4500 Lumens Of Color And White Brightness Contrast Ration 16000:1 To 18000:1 Vertical/ Horizontal Keystone Hdmi Audio And Video Connection Wifi Connectivity Remote Control White Projector Screen 80 Inches- 100 Inches Tripod Stand Projector Rechargeable Wireless Powerpoint Present 68 Ups 1000 Kva-apc 2 Unit Output (on Battery) 220-240v Surge; 6005/9455 Battery Recharge Time: 4 Hours-5 Hours Recover To 90%-100% Capacity No. Of Outlets 3-4 Irc13 Product Warranty- 2 Years Parts & Services, 1 Year Battery 69 "avr Input Voltage 150-250v; Output Voltage 220v / 110v± 3%; Frequence 50/60 Hz; Response Time < 1s@ 10% Voltage Fluctuation; Control System: Servo-motor Control System; Operating Temp.- 10c To 40c With Humidity < 95%; Dimensions: 208x208x165mmfeatures" 3 Unit 70 Computer Printer, Continuous Ink, With Scanner 2 Unit 71 Uninterrupted Power Supply (ups)battery: 12 Volt 8ah (20 Hr) Heavy Duty, Battery Only 5 Unit 72 Uninterrupted Power Supply (ups), Power 5 Unit Rating: 2000va-3000va,220vac/230vac,50/60hz,ac Input:160vac-290vac, Voltage Range:140-300vac Capacity Voltage: 3kva-5000va Recharge Time: 9-10hrs, Heavy Duty, For Big Equipment 73 "paging System ""users 100 (up To 200), Max Concurent Calls: 30 (up To 60) Max Analog Ports: 8, Expanion Boards: 1*ex30/ex08+1*d30 External Storage: Usb, Hdd"" Call Recording,automatic Attendant, Mobile App, Web App Desktop App (softphone), Time Condition, Ring Group, Call Queue, Music On Hold, Call Transfer, External Storage: Usb. " 1 Set 4 Onboard Module Slots And 8 Interfaces On The Panel Unit "128*64px Backlit Lcd Screen 2 X 10/100 Mbps Ethernet Port 6 Way Conferencing 2 Sip Accounts Hd Voice Support Ri9 Headset Support Ri9 Headset Support Poe W/o Power Adapter" Set 1. 8 Sip Lines Set 2. Android System, 8g Flash , Wifi 3. Rtp Multicast Paging 4. Real-time Monitoring 5. Support Ftp Server, Usb Disk Music 6. 8.0-inch Touch Screen, 1280*800 Resolution 7. 2 Audio-in, 1 Audio-out 15w Sip Calling Speaker Sip-so1 Unit 1. Transmit Excellent Sound For Music And Anouncement 2. Poe Eliminates Need For Local Power Supply 3. 48k Opus Audio Codec Enables Excellent Sound Quality 4. Support Web Firmwareupgrade For Easy Maintenance 5. Standard Sip Protocol To Compatible With Other Sip Devices 6. Support Rtp Multicast As Altern Installation Fee And Materials Lot Utp Cable, Cat6e Pure Copper Outdoor Meters Utp Cable, Cat6e Pure Copper Indoor Meters 16-port 10/100m Poe + Switch Unitr Adds 2*fxo Ports (also Calledpstn/landline Pldt, Globe Etc.) Unit Fiber Optic Cable Rolls Media Converter Unut Data Cabinet 6u Unit D30 Active, Add100 Voip Users And 30 Concurrent Calls Unit 74 Computer Server 1 Unit Branded Full Tower Type (rack Mounted Convertible) Dual Quad Core Xeon Or Higher Processor 2ghz+ Processor Speed Or Higher, 8 Mb Cache Memory 32gb+ Ecc Sdram/ddr2, Dimm Type @ 8x 4096 Mb Per Module Hard Disk 3 Tb Hard Disk (min) 300gbx 10 Hot Pluggable Hard Disk With Raid 5 Configuration, Configured With Pci Ultra 2/3 Scsi Raid Controller Raid 5 Configuration Disk Drives: A. 8x Dvd Writer, Dual Layer, Double Layer Network: Four(4) Gigabit (10/100/1000 Mbps)lan; Add-on/built-in Usb/ps/2 Keyboard & Optical Mouse W/ Scroll Button W/ Pad 17-24” Lcd Color Monitor (meets Fcc Standards) Redundant Power Supply With Two(2) Usb 2.0 Ports In Front With Rack Railings For Rack Conversion Software: (w/ Original Installer And/or Recovery Cd And License): Original Installation Cd & Complete Original Users Manuals Of Windows Server 2012 W/ 25 Cal License Per Server With One (1) Year Warranty On Cd Against Media Defect Anti Virus Software Full Product One (1) Year Subscription On-site Delivery Of All Servers, Configured & Installed W/ 3 Kva Ups W/ Built-in Avr (one(1) Year Warranty) >must Provide Power Of Up To 15 Minutes Of Uptime In Case Of Power Interruption Three (3) Years Extended Warranty Both On Parts & On-site Services For All Components And Accessories Network Switch (24 Ports) Twenty Four(24) 10/100/1000 Mbps Switch Auto Negotiation & Auto Sensing Qos Traffic Prioritization Up To 1000mbps In Full Duplex Operation With Support For Half And Full Duplex Seeds Plug And Play Installation Can Be Wall Or Rack Mounted Power Saving Features With External Power Adapter 220 Vac With (1) One Year Warranty On Parts And Services Universal Input/output (i/o) Ports I/o Ports Must Comply With Cat6 Cable And Cat6 Patch Panel I/o Ports Faceplate Must Be Shattered Cat6 Cables And Cat6 Patch Panel Must Comply With Ansi Tia/eia-568-b.2-1 Backward Compatibility To Categories 5e, 5, And 3 Open Standard That Allows Products From Different Vendors To Work Together Open Standard That Allows Products From Different Vendors To Work Together Open Standard That Allows Products From Different Vendors To Work Together Plug And Jack Interoperability For Modular (rj-45 Type) Connections Full System Specification Including Testing Of Components, Patch Cords, Channels And Permanent Links Twice The Bandwidth Of Category 5e With Positive Power Sum Attenuation To Cross-talk Ration (psacr) Up To 200 Mhz All Specifications For Components And Cabling Are Tested To 250 Mhz (25% Higher Than 200 Mhz) Which Complies With Ieee With Installation Office Equipment 75 Computer Table 4 Unit Color: Black, Length: 60-70 Cm, Width: 40 Cm, Height: 112-115cm With Keyboard Drawer, Printer Stand, Metal Frame, Monitor Table 76 Stand Fan 2 Set L-64-65 X W-26-27 X H-53-54 (cm) 16-18 Inch Blade Diameter Inverter Dc Motor Transparent Black Pp Blade Over-voltage Protection Cabinet 1 Unit Wooden Cabinet W/ Glass Cover 3 Shelves L-35" W-15" H-50" 77 Airconditioning Unit 2 Unit Window Type- 1.5 Hp To 2.5 Cooling Capacity Full Dc Inverter 3 Fan Speed (low, Medium, High Coo) Auto Swing Removable And Washable Air Filter Remote Controller 78 Orbit Ceiling Fan 12 Unit Specs: 3-4 Blades, 18-19"metal Blade High Performance Motor 4 Speed Remote Switch With Termal Fuse Protection 79 Executive Swivel Chair 1 Unit With Arm Rest, Adjustable Gaslift, Polyurethane Finish Back And Seat, Powder Coated Pvc Starbase With Castor Wheels Note: Sample Attached 80 Computer Chair 1 Unit With Armrest, Black, Adjustable Seat 100kg-110kg Note: Sample Attached 81 Steel Cabinet 2 Pc Lateral 4-5 Drawers Anti-tilted Lock Steel Handle (goose Neck) 2 Pc. Plastic Divider Per Drawer Color: Gray/dirty White Size: Length: 900-1000mm, Width: 450-500mm, Height: 1328-1400mm 82 Steel Cabinet 1 Pc Vertical 4-6 Drawers (no Vault) Anti-tilted Lock Plastic Handle 2 Pc. Plastic Divider Per Drawer Color: Gray/dirty White Size: Length: 620-700mm, Width: 460-500mm, Height: 1332-1400mm 83 Top Chest Freezer/ Chiller 1 Unit Specifications: 18 Cu. Ft. To 20 Cu. Ft. Solid Chest Freezer Dual Function-freezer Or Chiller Fast Freezing Mode Frontal Drain 2 Key Locks 2 Grip Handle 2 Wire Basket 305w-320w Input Power Capacity, Freezer: 465-480 Liters Warranty: Compressor: 3 Yrs, Service: 1 Yr. 84 Washing Machine With Spinner 1 Unit Specifications: Washing Load Capacity: 10.01 Kg To 18 Kg Washing Features: Large Capacity Twin Tub 85 Metal Filling Cabinet 1 Unit 4-5 Layers H- 4.5-5 Ft, W- 1.6-2 Ft, L-2.2-3ft Preffered Color-green 86 Electric Fan (stand Fan) 3 Unit Size:18"-20" Metal Blade,3-5 Leaf High Performance Motor 87 Junior Executive Table 1 Unit L-36"x W-24" X H-30" 4-5 Drawers Melina Wood, Varnish Finish 88 Clerical Table 3 Unit L- 36"x W- 20" X H-30" 3-4 Drawes Melina Wood, Varnish Finish See Attach References 89 Office Chair: Swivel Chair 1 Unit Color-black, Adjustable Seat Height W/ Cushion, Armrest 90 Steel Cabinet 2 Pcs 3-4 Layer Vertical Cabinet ***nothing Follows*** Total 5,474,218.94 Prepared By: Eleanor A. Oyami Bac-secretariat Certified Correct: Arundale Gum-u I. Bunnag Bac-secretariat On Goods & Infrastructure
Closing Date27 Feb 2025
Tender AmountPHP 5.4 Million (USD 94.6 K)

Primary school under Svatá Hora, Příbram Tender

Electronics Equipment...+1Electrical and Electronics
Corrigendum : Closing Date Modified
Czech Republic
Details: The subject of this public contract is the renovation of workshops, kitchens, multimedia classrooms and classrooms of the Polytechnic in the school building and also the supply of audiovisual equipment. The contracting authority informs that this public contract is divided into 2 parts, namely: 1) Part of the public contract: Construction work 2) Part of the public contract: Avt 1. Part of the public contract: Construction work: The subject of Part 1 of this public contract is construction work or renovation of workshops, kitchens, multimedia classrooms and classrooms of the Polytechnic. The scope of individual renovations or construction work in the classrooms of the school is described in Point 4 and in Annex No. 5 of the Tender Documentation. The Selected Participant Will Have Under Part 1 Of This Public Procurement Contract, Liability Insurance For Damage Caused To The Contracting Authority Or A Third Party In The Performance Of Its Activities In The Amount Of At Least CZK 2,000,000. The Selected Participant Is Obliged To Submit Proof Of This Insurance To The Contracting Authority No Later Than Upon Signing The Purchase Contract. If The Selected Participant Does Not Provide The Contracting Authority With Cooperation According To The Previous Sentence, The Contracting Authority Is Not Obliged To Conclude A Contract With It Within The Framework Of This Public Procurement Contract. The Contracting Authority Points Out That As The Chronologically First Part Of The Public Procurement Contract, Construction Works Must Be Implemented. 2. Supply Of Audiovisual Equipment: The Subject Of Part 2 Of This Public Procurement Contract Is The Supply Of Audiovisual Equipment To The Classrooms Of The School Building. A) Workshop Supply: As part of supplies to the workshops of the school building, the contracting authority requires the supply of: an interactive system, presentation software, wall mount, wall board, HDMI cable and extender, active USB repeater, EDID and HDCP manager, desktop visualizer, PC control and presentation station for teachers, Displayport cable, DP - HDMI cable, monitor, access point, PoE injector and data switch. B) Supply of Kitchens: As part of supplies to the school kitchen, the contracting authority requires the supply of: an interactive system, presentation software, wall mount, HDMI cable and extender, active USB repeater, EDID and HDCP manager, desktop visualizer, PC control and presentation station for teachers, control and presentation monitor, Displayport cable, DP - HDMI cable, monitor, access point, PoE injector and data switch. C) Delivery of a Multimedia Classroom: The Contracting Authority, within the framework of deliveries to the Multimedia Classroom of the School Object, requires the delivery of: Interactive System, Presentation Software, Wall Bracket With Wings, HDMI Cable And Extender, Active USB Repeater, EDID And Hdcpu Manager, Desktop Visualizer, Control Sw For Organizing Activities In The Laboratory, Control Sw Of The Language Laboratory For Media Activities, Teacher Sw, Audio Matrix For Intercom, Audio Mixer And Headphone Amplifier - Teacher, Audio Mixer And Headphone Amplifier - Student, System Headset - Headphones/Microphone, Secondary Installation Material, Digital Exercise Book Aj, Digital Exercise Book Nj, Printed Exercise Book N, Printed Exercise Book Aj, PC Control And Presentation Station For Teachers, Sound Card, Control And Presentation Monitor, Displayport Cable, Cable Dp - Hdmi, Hdmi Cable, Teacher Webcam, Student Pc Station, Control And Presentation Monitor, Displayport Cable, Student Webcam, Usb Hub, Nas Storage, Hdd For Storage, Laser Printer, Access Point, Poe Injector And Data Switch, Patch Panel, 19" Rack, Pc Media Server, Backup Power Supply - Ups, Sw Module For Internet Access, Video Camera, Soundbar, Professional Lcd Monitor, Mobile Stand Assembly, Docking Station, Hdmi Cable And Extender, Usb Repeater, Educational Software, Educational Software Ii. D) Supply of Polytechnic Classroom: The Contracting Authority, within the framework of supplies to the Polytechnic Classroom of the School Object, requires the supply of: Interactive System, Presentation Software, Wall Mount, Wall Board, HDMI Cable and Extender, Active USB Repeater, HDMI Hub, Desktop Visualizer, PC Control and Presentation Station for Teachers, Control and Presentation Monitor, Displayport Cable, DP - HDMI Cable, Student Workstation, Active Pen, Charging Box, Access Point, PoE Injector and Data Switch, Robotics Teaching Set, Robotics Teaching Set, Robotics Teaching Set, Game Field, Game Elements, Mobile Box with 4x VR Headsets, Mobile Box with 8x VR Headsets, Cloud License, Training License, Classroom Set, Classroom Set, Video Camera, Soundbar, Professional Lcd Monitor, Mobile Assembly
Closing Date17 Feb 2025
Tender AmountCZK 8.3 Million (USD 348.8 K)

City Of Manila Tender

Others
Philippines
Details: Description Item Qty. Unit Article And Description Ceiling Unit Price Total Price Office: Universidad De Manila Pr No. 406 Charge To: Textbooks And Instructional Materials Expenses Obr No. 100-2503-02058 Abc: Php1,790,738.00 1 1 Pc. 21st Century Risk Management With Sanitation Dela Cruz 2023 Php 877.00 Php 2 1 Pc. 5 Steps To A 5: Ap Biology 2023/2022 Anestis 2023 Php 3,877.00 Php 3 1 Pc. 5 Steps To A 5: Ap Environmental Science 2023/2022 Mayer 2023 Php 1,519.00 4 1 Pc. 5 Steps To A 5: Ap Macroeconomics 2023 Dodge 2023 Php 6,877.00 Php 5 1 Pc. 5 Steps To A 5: Ap Microeconomics 2023 Dodge 2022 Php 6,877.00 Php 6 1 Pc. A Course Module For The Life, Works And Writings Of Jose Rizal/2023 Ponferrada, Et Al. Php 1,577.00 Php 7 1 Pc. A Guide To Active Working In The Modern Office: Homo Sedens In The 21st Century Bridger C2023 Php 15,077.00 Php 8 1 Pc. A Modular Approach To Teaching Grammar & Cmposition 1,form Meaning And Use/2022 Manuel, J. Php 1,377.00 Php 9 1 Pc. A Module For Flexible Internship Program For Criminology (on-the-job Training) 2nd Edition Garcia 2023 Php 1,577.00 Php 10 1 Pc. A Playlist For The End Of The World Short Stories Lee, Gabriel 2022 Php 1,177.00 Php 11 1 Pc. Abaca Frontier: The Socioeconomic And Cultural Transformation Of Davao 1898-1941 Dacudao, P.i 2023 Php 2,077.00 Php 12 1 Pc. Abangan:mga Pambungad Na Resipsiyon Sa Kultura Ng Teleserye Sanchez 2022 Php 1,577.00 Php 13 1 Pc. Acute Care For Nurses: Student Survival Skills Boyd, Claire 2023 Php 8,677.00 Php 14 1 Pc. Advanced Mandarin Language Course Cr. G. Go 2022 Php 777.00 Php 15 1 Pc. All My Distances Point To Home Llanza, K 2022 Php 977.00 Php 16 1 Pc. Alternative Cinema The Unchronicled History Of Alternative Cinema In The Phils. De Ocampo, Nick 2022 Php 5,077.00 Php 17 1 Pc. Anatomy & Physiology Laboratory Manual / 11th Patton 2023 Php 19,977.00 Php 18 1 Pc. Ang Buang Ng Bayan Mga Maikling Kuwento Festin,rowena P. 2022 Php 977.00 Php 19 1 Pc. Ang Daigdig Ng Mga Api :remembering A Lost Film, Hb Del Mundo,c. 2022 Php 2,477.00 Php Item Qty. Unit Article And Description Ceiling Unit Price Total Price Office: Universidad De Manila Pr No. 406 Charge To: Textbooks And Instructional Materials Expenses Obr No. 100-2503-02058 Abc: Php1,790,738.00 20 1 Pc. Ang Kalye Nga Wala Sing Kamatayon The Palanca Deriada,dulce Maria 2022 Php 1,377.00 Php 21 1 Pc. Ang Kartoggrapiyang Paguho Fonte, R. 2022 Php 1,277.00 Php 22 1 Pc. Ang Mahaba't Kagyat Na Buhay Ng Indie Cinema Tolentino 2023 Php 2,577.00 Php 23 1 Pc. Art Appreciation 2nd Edition Sanchez,et Al 2023 Php 1,277.00 Php 24 1 Pc. Aruga: Mga Sanaysay Ng Pagtanggap At Paglingap Rodriguez & Jarin 2022 Php 1,477.00 Php 25 1 Pc. Asean: Association Of Southeast Asian Nations Montemayor, J.c. 2023 Php 3,177.00 Php 26 1 Pc. Assessing Multiculturalism In Global Comparative Perspective: A New Politics Of Diversity For The 21st Century? Abu-laban, Yasmeen 2023 Php 13,577.00 Php 27 1 Pc. Babaylan Sing Back: Philippine Shamans And Voice, Gender And Place Nono, G 2023 Php 1,277.00 Php 28 1 Pc. Balik-tanaw: The Road Taken Reyes, S. 2022 Php 1,577.00 Php 29 1 Pc. Basic Criminal Procedure Tulalian 2022 Php 1,577.00 Php 30 2 Pc. Basic Economics William J. Baumol Et.al/cengage 2022 Php 1,377.00 Php 31 1 Pc. Basics Of Cybercrime Investigation And Environmental Laws And Protection Caballero /lodana 2022 Php 1,577.00 Php 32 1 Pc. Bayan Ng Mga Bangkay Pascual, Chuckberry J. 2022 Php 1,377.00 Php 33 1 Pc. Bayan-bayanan: Antolohiya Ng Mga Katha Sa Lunan Ng Gunita Tolentino, R. 2022 Php 1,577.00 Php 34 1 Pc. Between The Coral Tides: A Natural History Of The Phil.shores Vallejo,b 2022 Php 1,277.00 Php 35 1 Pc. Bio ( Lente)mga Bagong Katha Sa Danas Ng Ng Dahas At Banwa Tolentino 2023 Php 2,077.00 Php 36 1 Pc. Biochemistry For Allied Health Sciences (set: Book And Manual) Ubalde 2022 Php 2,577.00 Php 37 1 Pc. Bird Catching In Sagada And Other Poems The Philippine Writers Series 2021 Reprint Cimatu, Franklin 2022 Php 1,077.00 Php 38 1 Pc. Board Licensure Examination For Criminologists Tampos 2023 Php 1,577.00 Php 39 1 Pc. Bouncing Back Life And Learning In A Time Of Crisis Queena N. Lee Chua 2022 Php 677.00 Php 40 1 Pc. Bullfighting In The Philippines 1602-2022 (hb) Vibal, Gaspar 2022 Php 4,077.00 Php 41 1 Pc. Case Studies In Adapted Physical Education: Empowering Critical Thinking Pb Hodge Php 9,277.00 Php 42 1 Pc. Changing Urban Trends: Cultures Of Decency And Well-being From The Premodern To The Postmodern Pb Freyss Php 11,877.00 Php 43 1 Pc. Character Formation 1 Nationalism And Patriotism Caballero/ Barican 2023 Php 1,577.00 Php 44 1 Pc. Character Formation 2 Leadership,decision Making,management And Administration ( A Textbook For Criminology Students In The 21st Century) Mario A. Garcia 2022 Php 1,077.00 Php 45 1 Pc. Chasing Freedom: The Philippines Long Journey Democratic Ambivalance Web, A. 2022 Php 1,277.00 Php 46 1 Pc. Clinical Supervision In The Real World: A Practical Guide To Ethics, Legal Issues, And Personal Development Martin C2023 Php 11,377.00 Php 47 1 Pc. Clinical Use Of Drugs In Applied Therapies Wagner, B. 2022 Php 11,477.00 Php 48 1 Pc. Coach Education And Development In Sport: Instructional Strategies Pb Callary Php 12,977.00 Php 49 1 Pc. Collaborative Approaches To Evaluation: Principles In Use Cousins C2023 Php 12,477.00 Php 50 1 Pc. Collected Short Stories, By F. Sionil Jose F.s. Jose 2022 Php 1,977.00 Php 51 1 Pc. Common Factors Therapy: A Principle-based Treatment Framework Bailey, Russell J. 2023 Php 10,977.00 Php 52 1 Pc. Community Development For Times Of Crisis: Creating Caring Communities Brennan 2023 Php 13,577.00 Php 53 1 Pc. Comparative Model In Policing 4th Ed. Castillo,jr. 2024 Php 1,577.00 Php 54 1 Pc. Comparative Politics And Government Frago-marasigan,et Al 2022 Php 1,177.00 Php 55 1 Pc. Comparative Politics And Government (re) Democratization And Development (reprint) Marasigan & Tadem 2022 Php 1,277.00 Php 56 1 Pc. Complex Care In Nursing \1ed.: Transforming Nursing Practice /1st Wherry, Sally-anne 2023 Php 11,177.00 Php Item Qty. Unit Article And Description Ceiling Unit Price Total Price Office: Universidad De Manila Pr No. 406 Charge To: Textbooks And Instructional Materials Expenses Obr No. 100-2503-02058 Abc: Php1,790,738.00 57 1 Pc. Computer Fundamentals Revano 2023 Php 1,077.00 Php 58 1 Pc. Conceptual Framework And Accounting Standards 2022 Edition Ma. Elenita Balatbat Cabrera Et.al 2022 Php 1,277.00 Php 59 1 Pc. Convergent Journalism: An Introduction Filak C2023 Php 13,977.00 Php 60 1 Pc. Corporate Finance \7ed.: Core Principles And Applications Ross, Stephen A. 2024 Php 14,877.00 Php 61 1 Pc. Corporate Social Responsibility Viernes 2022 Php 1,077.00 Php 62 1 Pc. Cracking The Leadership Code: Three Secrets To Building Strong Leaders Hunkins C2020 Php 9,277.00 Php 63 1 Pc. Creating An Effective Public Sector\1ed./2022 Bourne, Mike 2022 Php 12,777.00 Php 64 1 Pc. Criminal Corpse And Execution Historical Perspectives Cano 2024 Php 19,577.00 Php 65 1 Pc. Criminal Justice System - The Philippine Context Tulalian 2022 Php 1,577.00 Php 66 1 Pc. Criminal Justice System Exclusionary Rules Cano 2024 Php 19,577.00 Php 67 1 Pc. Criminal Law Book 1 : Revised Penal Code 2nd Ed. Gabao 2023 Php 1,577.00 Php 68 1 Pc. Criminal Researc 2- A Textbook For Criminology Students Cano 2023 Php 1,577.00 Php 69 1 Pc. Criminological Research 2 - A Textbook For Criminology Students Caño 2023 Php 1,577.00 Php 70 1 Pc. Criminological Research 2nd Ed. Chavez Et Al. 2024 Php 1,577.00 Php 71 1 Pc. Criminological Research And Statistics I: A Textbook For Criminology Students 1e Cano,e,al 2023 Php 1,577.00 Php 72 1 Pc. Criminology A Contemporary Introduction Murphy, Tony 2023 Php 12,577.00 Php 73 1 Pc. Criminology And Penology Cano 2024 Php 19,577.00 Php 74 1 Pc. Critical Pedagogy In The Language And Writing Classroom \1ed: Strategies, Examples, Activities From Teacher Scholars/2023 Park, Gloria Php 13,677.00 Php 75 1 Pc. Cybercrime And Digital Forensics/3rd Ed.: An Introduction Holt, Thomas J. 2022 Php 12,877.00 Php 76 1 Pc. Data Analytics & Business Intelligence Abante,et Al 2023 Php 1,877.00 Php 77 1 Pc. Debates In Physical Education Pb Capel Php 3,677.00 Php 78 1 Pc. Develop Your Leadership Skills \5ed.: Fast, Effective Ways To Become A Leader People Want To Follo Adair, John 2022 Php 5,177.00 Php 79 1 Pc. Development Economics: A Critical Introduction Khan C2023 Php 12,577.00 Php 80 1 Pc. Diabetes For Dummies \6ed. Poole, S. 2023 Php 6,277.00 Php 81 1 Pc. Disaster And Mental Health Ma. Joycelyn A. Go-monilla 2022 Php 977.00 Php 82 1 Pc. Dispensing & Medication Counseling 1 Guide Notes Mayo Et.al 2023 Php 1,277.00 Php 83 1 Pc. Dispensing & Medication Counseling 2 Mayo Et.al 2023 Php 1,277.00 Php 84 1 Pc. Dispute Resokution & Crisis Management Tancangco 2022 Php 1,277.00 Php 85 1 Pc. Dispute Resolution And Incident Management Capdos/ Lud-ayen 2023 Php 1,577.00 Php 86 1 Pc. Doro: Behind The Byline Doronilla, A. 2022 Php 1,677.00 Php 87 1 Pc. Drug Delivery Fundamentals And Applications (hb) Lyons, E. 2022 Php 11,477.00 Php 88 1 Pc. Duterte Watch : Descent Into Authoritarianism: Collected Commentaries Santos, V. 2022 Php 1,577.00 Php 89 1 Pc. Easy Listening Cuartero,n. 2022 Php 977.00 Php 90 1 Pc. Economic Development Emerson G. Cabudol 2022 Php 1,377.00 Php 91 1 Pc. Economic Development And Mental Illness: Anticipating And Mitigating Disruptive Change Walle C2023 Php 12,777.00 Php 92 1 Pc. Economics Of Farm Management, The \2ed.: A Global Perspective Olson, Kent 2023 Php 19,977.00 Php 93 1 Pc. Empowering The Youth For Nation Building Through Civic Welfare Training Service 1 Briones, Et Al. 2022 Php 977.00 Php 94 1 Pc. Enter Deeply Poems Vitug,n. 2022 Php 1,177.00 Php 95 1 Pc. Entrepreneurial Mindset Serrano 2022 Php 1,477.00 Php 96 1 Pc. Entrepreneurship Marcelo 2022 Php 977.00 Php 97 1 Pc. Entrepreneurship (2022 Edition) Frias, Banastao 2022 Php 1,277.00 Php 98 1 Pc. Entrepreneurship For Dummies \2ed. Alliern, Kathleen 2023 Php 9,877.00 Php 99 1 Pc. Entrepreneurship, Innovation And Sustainable Growth: Opportunities And Challenges Asgary C2023 Php 14,477.00 Php 100 1 Pc. Essentials In Criminal Investigation Tamayo 2023 Php 1,577.00 Php Item Qty. Unit Article And Description Ceiling Unit Price Total Price Office: Universidad De Manila Pr No. 406 Charge To: Textbooks And Instructional Materials Expenses Obr No. 100-2503-02058 Abc: Php1,790,738.00 101 1 Pc. Essentials In Law On Obligations And Contracts ( For Accountancy,business And Management Students) Atty T. Cagurangan Jr. 2022 Php 1,277.00 Php 102 1 Pc. Essentials Of Administrative Office Management Jessie F. Sergote 2022 Php 1,177.00 Php 103 1 Pc. Essentials Of Biostatistics For Public Health \4ed. Sullivan, Lisa M. 2023 Php 19,177.00 Php 104 1 Pc. Essentials Of Markmanship And Combat Shooting Guinayen 2022 Php 1,577.00 Php 105 1 Pc. Essentials Of Performance Analysis In Sport Pb Hughes Php 16,777.00 Php 106 1 Pc. Essentials Of Project Management ( 2022 Edition) Ma. Elenita Balatbat Cabrera, Et Al. 2022 Php 1,177.00 Php 107 1 Pc. Ethics And Values Especially For Law Enforcement Officers And Other Public Servants Cabrera 2022 Php 1,577.00 Php 108 1 Pc. Everything Is A Realism: Essays On Narrative Craft Groyon, V.g 2023 Php 1,577.00 Php 109 1 Pc. Expanding Strategic Perspective: Revisiting Lessons From History And The Classics Azurin, R. 2023 Php 1,577.00 Php 110 1 Pc. False Nostalgia: The Marcos ''golden Age'' Myths And How To Debunk Them Punongbayan, Jc 2023 Php 1,377.00 Php 111 1 Pc. Fifty Shades Of Philippine Art: Nineteenth- Century Masters Of Angono Art (sb) Saguinsin,j. 2022 Php 2,477.00 Php 112 1 Pc. Filipino Stick Fighting Techniques: The Essential Techniques Of Cabales Serrada Escrima Pb Wiley Php 3,377.00 Php 113 1 Pc. Finance \6ed.: Applications And Theory Cornett, Marcia Millon 2023 Php 15,377.00 Php 114 1 Pc. Fingerprint - Uniqueness And Persistency Of Friction Ridge Skin Volume 1 Rocamora 2023 Php 1,577.00 Php 115 1 Pc. Fire Protection And Arson Investigation Tello/cejes 2023 Php 1,577.00 Php 116 1 Pc. First Aid, Rescue And Water Safety Dogui-is 2023 Php 1,577.00 Php 117 2 Pc. Foreign Language I (basic French For Hospitality Management And Tourism I) Ma. Gladys G. Tomas 2022 Php 877.00 Php 118 1 Pc. Forensic Photography 5th Ed. Bulan/magadia 2023 Php 1,577.00 Php 119 1 Pc. Forensic 2 - Personal Identification Techniques 3rd Edition Badua 2022 Php 1,577.00 Php 120 1 Pc. Forensic Ballistics Or Firearms Identification - Lecture With Laboratory Exercises Magtaan/ Cabrillas 2023 Php 1,577.00 Php 121 1 Pc. Forensic Chemistry And Toxicology 3rd Ed. Cejes/libres 2023 Php 1,577.00 Php 122 1 Pc. Forensic Document Examination - A Handbook For Criminology Faculty And Students With Laboratory And Mock Board Exercises Alviola 2022 Php 1,577.00 Php 123 1 Pc. Forensic Examination On Questioned Documents 4th Ed. Alavarez 2023 Php 1,577.00 Php 124 1 Pc. Forensic Photography 6th Ed. Bulan/magadia 2024 Php 1,577.00 Php 125 1 Pc. Forensic Photography For Criminology Students And Practitioners With Laboratory Manual 3rd Edition Villarba 2022 Php 1,577.00 Php 126 1 Pc. Forensic Science 1 - Forensic Photography Laboratory Manual Cabrillas/ Abelleja 2023 Php 1,577.00 Php 127 1 Pc. Forensic Science 2 - Personal Identification Laboratory Manual Cabrillas/ Abelleja 2023 Php 1,577.00 Php 128 1 Pc. Forensic Science 4 Questioned Documents Examination Laboratory Manual Cabrillas/ Abelleja 2023 Php 1,577.00 Php 129 1 Pc. Fortress In The Rice Appel, B. 2023 Php 2,277.00 Php 130 1 Pc. Fundamental Analysis For Dummies \3ed. Krantz, Matthew 2023 Php 9,477.00 Php 131 2 Pc. Fundamentals In Food Service Operations Claire Ann Yao 2022 Php 1,077.00 Php 132 2 Pc. Fundamentals In Lodging Operations Sarah Monzon-po 2023 Php 1,077.00 Php 133 1 Pc. Fundamentals Of Criminal Investigation And Intelligence Tad-awan 2024 Php 1,577.00 Php 134 1 Pc. Fundamentals Of Criminal Investigation With Intelligence 2nd Edition Florendo 2023 Php 1,577.00 Php 135 1 Pc. Fundamentals Of Criminal Law - Revised Penal Code Book 1 Abastillas /manlusoc 2023 Php 1,577.00 Php 136 1 Pc. Fundamentals Of Investments \10ed.: Valuation And Management Jordan, Bradford D. 2024 Php 16,577.00 Php Item Qty. Unit Article And Description Ceiling Unit Price Total Price Office: Universidad De Manila Pr No. 406 Charge To: Textbooks And Instructional Materials Expenses Obr No. 100-2503-02058 Abc: Php1,790,738.00 137 1 Pc. Fundamentals Of Nursing/ 11th Patricia Potter, Anne Perry, Patricia Stockert, Amy Hall 2023 Php 10,377.00 Php 138 1 Pc. Gender And Society Martinez/camposano 2022 Php 977.00 Php 139 1 Pc. Gender And Society - We Are Equal Florendo 2022 Php 1,277.00 Php 140 1 Pc. General Fernando Canon His Guitar And The Revolution Manikan,raul 2022 Php 1,077.00 Php 141 1 Pc. Genomics In The Aws Cloud: Analyzing Genetic Code Using Amazon Web Services Wall, David 2023 Php 11,077.00 Php 142 1 Pc. Global Food Security: What Matters? Zhou C2023 Php 13,977.00 Php 143 1 Pc. Global Human Resource Management Nixon C2022 Php 11,477.00 Php 144 1 Pc. Good Governance And Social Responsibility Danilo Lorenzo S. Delos Santos, Leveric T. Ng 2022 Php 977.00 Php 145 1 Pc. Governance, Business Ethics,risk Management And Internal Control Meneses/villaceran 2022 Php 877.00 Php 146 1 Pc. Government Accounting ( 2022 Edition) Punzalan/cardona 2022 Php 1,377.00 Php 147 1 Pc. Green Criminology - A Means To Understand Environmental Crimes Garcia 2022 Php 1,577.00 Php 148 1 Pc. Growing Up Filipino 3: New Stories For Young Adults Brainard, C.m 2022 Php 1,477.00 Php 149 1 Pc. Hajimemashou Learn Basic Japanese Rea-dafun,m. 2022 Php 977.00 Php 150 1 Pc. Handbook For Nursing Associates & Assistant Practitioners,: 3rd Ed. Rowe, Gillian 2023 Php 11,377.00 Php 151 1 Pc. Handbook In Character Formation 1 : Nationalism And Patriotism Delizo 2022 Php 1,577.00 Php 152 1 Pc. Handbook In Human Behavior And Victimology Dausan Et Al 2023 Php 1,577.00 Php 153 1 Pc. Handbook In Human Behavior And Victimology Duno Et Al 2023 Php 1,577.00 Php 154 1 Pc. Handbook In Introduction To Criminology Dausan/ Pangan /duno 2023 Php 1,577.00 Php 155 1 Pc. Handbook In Introduction To Criminology Dausan/ Pangan /duno 2023 Php 1,577.00 Php 156 1 Pc. Health Promotion For Nursing Students \2ed.: Transforming Nursing Practice Linsley, Paul 2023 Php 2,204.00 Php 157 1 Pc. Healthy In A Hurry: Real Life, Real Food, Real Fast Walker, Danielle 2022 Php 7,477.00 Php 158 1 Pc. History Of Bohol(1521-1937): Essays, Notes,and Sources Emmanuel Luis A. Romanillos 2022 Php 3,777.00 Php 159 1 Pc. How Learning Works \2ed.: 8 Research-based Principles For Smart Teaching/2023 Lovett, Marsha C. Php 10,177.00 Php 160 1 Pc. How To Coach: First Steps And Beyond Thomson C2020 Php 13,577.00 Php 161 1 Pc. Human Physiology And Anatomy Laboratory Manual 2022 Php 1,877.00 Php 162 1 Pc. Human Rights Education - A Textbook For Criminal Justice Education Students And Law Enforcers Tancangco /orlain 2022 Php 1,577.00 Php 163 1 Pc. Human Rights Education For Criminal Justice Rago & Andreo-blancaflor 2022 Php 1,577.00 Php 164 1 Pc. Huni At Pakpak Mga Dula,mga Sanaysay The Philippine Writers Cleto,luna Sicat 2022 Php 1,677.00 Php 165 1 Pc. Imprenta De Ramirez Y Giraudier: A Story Of Late Nineteenth Century …(sb) Dizon, L. 2022 Php 2,777.00 Php 166 1 Pc. Informal Digital Learning Of English \1ed.: Research To Practice/2022 Lee, Ju Seong 2022 Php 12,477.00 Php 167 1 Pc. Information Assurance And Security Book 1 Pomperada/castellano 2023 Php 1,077.00 Php 168 1 Pc. Information Assurance And Security Book 2 Pomperada/castellano 2023 Php 1,177.00 Php 169 1 Pc. Inquisition In The Philippines (sb) Palanco, F. 2022 Php 2,777.00 Php 170 1 Pc. Institutional Correction (new Curriculum And Cle Tos Compliant) Tumitit/ Estoque 2023 Php 1,577.00 Php 171 1 Pc. Institutional Correction For Criminology Students Villaluz 2024 Php 1,577.00 Php 172 1 Pc. Instructional Material In Theories Of Crime Causation Dumapi, Et Al. 2023 Php 1,577.00 Php 173 1 Pc. Instructional Modules In Fundamentals Of Criminal Investigation And Intelligence Rago 2022 Php 1,577.00 Php Item Qty. Unit Article And Description Ceiling Unit Price Total Price Office: Universidad De Manila Pr No. 406 Charge To: Textbooks And Instructional Materials Expenses Obr No. 100-2503-02058 Abc: Php1,790,738.00 174 1 Pc. Integrated Principles Of Zoology \19ed./2024 Hickman, Cleveland P. 2024 Php 17,977.00 Php 175 1 Pc. Intentional Moves: How Skillful Team Leaders Impact Learning/2023 Macdonald, Elisa B. Php 12,877.00 Php 176 1 Pc. Intercultural Learning In Language Education And Beyond: Evolving Concepts, Perspectives And Practices/2022 Mcconachy, Troy Php 16,977.00 Php 177 1 Pc. International Public Administrations In Global Public Policy: Sources And Effects Of Bureaucratic Influence/2023 Knill, Christoph 2023 Php 11,577.00 Php 178 1 Pc. International Relations: Power Stuggles And Balancing Acts Lopez, J.v. & Lopez J.l. 2023 Php 4,177.00 Php 179 1 Pc. International Studies In The Philippines: Mapping New Frontiers In Theory And Practice Frances, Antoinette Cruz, Et Al. 2022 Php 1,477.00 Php 180 1 Pc. International Workplace Sexual Harassment Laws And Developments For The Multinational Employer Cobb C2023 Php 12,977.00 Php 181 1 Pc. Intramuros: The Story Of Old Manila, (sb) Torres, Jose V. 2023 Php 1,177.00 Php 182 1 Pc. Introducing Advanced Microeconomics \3ed.: Growth And Business Cycles Sorensen, Peter Birch 2023 Php 20,677.00 Php 183 1 Pc. Introduction To Criminology Castillo/guerrero 2022 Php 1,177.00 Php 184 1 Pc. Introduction To Criminology Rectin 2023 Php 1,577.00 Php 185 1 Pc. Introduction To Criminology 3rd Ed. Lagumen 2023 Php 1,577.00 Php 186 1 Pc. Introduction To Cybercrime And Basic Digital Investigative Analysis 2nd Ed. Lagumen 2023 Php 1,577.00 Php 187 1 Pc. Introduction To Cybercrime And Environmental Laws Caño 2023 Php 1,577.00 Php 188 1 Pc. Introduction To Cybercrime Investigation And Environmental Laws And Protection Detran,et Al 2024 Php 1,577.00 Php 189 1 Pc. Introduction To Cybersecurity Pomperada 2023 Php 1,577.00 Php 190 1 Pc. Introduction To Industrial Security Concepts Depayso 2024 Php 1,577.00 Php 191 1 Pc. Introduction To Penology, An: Punishment, Prisons And Probation Burke, Lawrence 2023 Php 12,577.00 Php 192 1 Pc. Introduction To Philippine Criminal Justice System 2nd Edition Guerrero 2023 Php 1,577.00 Php 193 1 Pc. Introduction To Public Administration, 2nd Ed./2022 Bihasa, Cr. 2022 Php 1,377.00 Php 194 1 Pc. Introduction To Public Administration/2022 Chakas, R. 2022 Php 1,077.00 Php 195 1 Pc. Introduction To Public Administration/2023 Bean, I. 2023 Php 16,877.00 Php 196 1 Pc. Introduction To Social Work: (reprint ) De Guzman, L. 2022 Php 977.00 Php 197 1 Pc. Investments \13ed. Bodie, Zvi 2024 Php 14,177.00 Php 198 1 Pc. Juvenile Delinquency And Juvenile Justice System Detran/literal 2023 Php 1,577.00 Php 199 1 Pc. Kathang Haka: The Big Book Of Fake News Francis,d.a 2022 Php 1,077.00 Php 200 1 Pc. Keeping Memories: Cinema And Archiving In The Asia Pacific De Ocampo, N. 2022 Php 1,077.00 Php 201 1 Pc. Kites In The Night; A Novel Gacoscos, B.c 2022 Php 877.00 Php 202 1 Pc. Knowledge Transformation In Health And Social Care \1ed.: Putting Mindlines To Work Gabbay, John 2023 Php 7,477.00 Php 203 1 Pc. Kontekstwalisadong Komunikasyon Sa Filipino Ikalawang Edisyon/2023 Maranan 2023 Php 1,177.00 Php 204 1 Pc. Kung May Sining Sa Pagka-bulok Hinagpis At Iba Pang Kuwento The Philippine Writers Series 2023 Pingol 2023 Php 1,377.00 Php 205 1 Pc. La Revolucion Filipina: The Political Writing Of Apolinario Mabini Vol. 1 (1898-1899) Apolinario Mabini 2022 Php 1,077.00 Php 206 1 Pc. Lab. Manual Forensic Chemistry - 2nd Edition Rondina 2023 Php 1,577.00 Php 207 1 Pc. Labor Relations Management And Negotiations 2nd Edition Serrano, Ducut 2023 Php 1,677.00 Php 208 1 Pc. Laboratory Manual For Seeley's Anatomy And Physiology/ 13th Wise 2023 Php 3,277.00 Php 209 1 Pc. Laboratory Manual Lie Detection Techniques Lotivo 2023 Php 1,577.00 Php 210 1 Pc. Law Enforcement (police) Operations And Planning With Crime Mapping Florendo 2023 Php 1,577.00 Php Item Qty. Unit Article And Description Ceiling Unit Price Total Price Office: Universidad De Manila Pr No. 406 Charge To: Textbooks And Instructional Materials Expenses Obr No. 100-2503-02058 Abc: Php1,790,738.00 211 1 Pc. Law Enforcement Operations And Planning With Crime Mapping Taynan /lopez 2023 Php 1,577.00 Php 212 1 Pc. Leadership Reformed: Why Leaders Need The Gospel To Change The World Sendjaya C2023 Php 12,477.00 Php 213 1 Pc. Learner Choice, Learner Voice \1ed.: A Teacher's Guide To Promoting Agency In The Classroom/2022 Schaaf, Ryan L. Php 5,977.00 Php 214 1 Pc. Learner-oriented Teaching And Assessment In Youth Sport \1ed/2022 Farias, Claudio Php 5,977.00 Php 215 1 Pc. Learning Strategies For Sustainable Organisations \1ed.: Routledge Studies In Sustainable Development/2022 Hopkins, Bryan Php 10,777.00 Php 216 1 Pc. "legal Aspects In Tourism & Hospitality (the Philippine Tourisms Laws Simplified) Atty. T. Cagurangan 2022" Php 877.00 Php 217 1 Pc. Leveling Up Your Personality :sevenfold Components( A Practical Guide) Albina Sacramento Bunyi 2022 Php 977.00 Php 218 1 Pc. Liberalization In The Philippines, 1986-1998 Balboa 2022 Php 1,777.00 Php 219 1 Pc. Life In A Flush Stories Macasaet R.l. 2022 Php 1,377.00 Php 220 1 Pc. Lockdown And Lowdown: The Politics Of Covid-19 Pandemic Response In The Philippines Rosalie Arcala Hall, Ed. 2023 Php 977.00 Php 221 1 Pc. Looking For Prehispanic Filipino Scott, W. 2022 Php 977.00 Php 222 1 Pc. Lost Graves, Found Lives: A History And Memoir Del Rosario, A.l 2022 Php 1,277.00 Php 223 1 Pc. Lualhati Bautista, Nobelista: Ang Mapagpalayang Sining Ng Kababaihan Sa Pilipinas San Juan, E. Jr. 2023 Php 877.00 Php 224 1 Pc. Maceda, Spahlinger And The Dialectics Of A "new Music" Praxis In Southeast Asian Modernity Baes,jonas 2022 Php 1,077.00 Php 225 1 Pc. Management Science ( Quantitative Methods For Business Operations Research) Sirug 2023 Php 1,177.00 Php 226 2 Pc. Managerial Economics In The 21st Century Christian Eligius A. Jimenez 2022 Php 977.00 Php 227 1 Pc. Managing Alternative Learning System In Philippine Context/2022 Valverde,o. Php 1,277.00 Php 228 1 Pc. Manual On Lie Detection Techniques 2nd Edition Chavez/ Nabe 2023 Php 1,577.00 Php 229 1 Pc. Marketing Alternative Investments \1ed.: A Comprehensive Guide To Fundraising And Investor Relations Dassani, Hemali 2023 Php 10,377.00 Php 230 1 Pc. Martial Laws In The Phils.: Lessons And Legacies, 1972-2022 De Jesus, E. 2023 Php 1,977.00 Php 231 1 Pc. Mass At The Edge Of Morning Dumdum, S. 2022 Php 677.00 Php 232 1 Pc. Mass Communication: Research And Analysis Miller C2023 Php 11,477.00 Php 233 1 Pc. Math Enhancement Pagala 2023 Php 1,277.00 Php 234 1 Pc. Mcquail’s Media And Mass Communication Theory Mcquail C2023 Php 15,377.00 Php 235 1 Pc. Media Industry Studies Herbert C2023 Php 8,377.00 Php 236 1 Pc. Media Studies: The Basics Mcdougall C2023 Php 9,277.00 Php 237 1 Pc. Mga Anting-anting Sa Sabong Villagracia,b. 2022 Php 977.00 Php 238 1 Pc. Mga Babasahin Hinggil Sa Kasaysayan Ng Pilipinas Ramos 2023 Php 1,277.00 Php 239 1 Pc. Mga Luwa At Iba Pang Tula Ni Jose A. Badillo Tamayo, Et. Al 2022 Php 2,177.00 Php 240 1 Pc. Mga Screen Play Ni Ricky Lee Vol.1: Brutal, Moral, Karnal Lee, R. 2022 Php 1,077.00 Php 241 1 Pc. Mga Screen Play Ni Ricky Lee: Vol.2 Himala Salome Cain At Abel Lee, R. 2022 Php 1,077.00 Php 242 1 Pc. Microbiology And Parasitology For Allied Health Sciences (set: Book And Manual) Bruseel 2022 Php 2,377.00 Php 243 1 Pc. Microbiology: A Systems Approach/12th Cowan 2024 Php 7,177.00 Php 244 1 Pc. Microeconomics Theories And Applications Marcelo 2023 Php 1,077.00 Php 245 1 Pc. Microperspectives Of Tourism And Hospitality Bajao/osorno 2022 Php 1,277.00 Php 246 1 Pc. Mind-body Connection For Educator's, The: Intentional Movement For Wellness/2023 Kennedy, Kathryn Php 10,777.00 Php Item Qty. Unit Article And Description Ceiling Unit Price Total Price Office: Universidad De Manila Pr No. 406 Charge To: Textbooks And Instructional Materials Expenses Obr No. 100-2503-02058 Abc: Php1,790,738.00 247 1 Pc. Miscellaneous Questions On Forensic Ballistics 3rd Edition Peckley 2023 Php 1,577.00 Php 248 1 Pc. More Straight Talk On Investing: Lessons For A Lifetime Brennan, John J. 2023 Php 7,577.00 Php 249 1 Pc. Morning Classroom Conversations: Build Your Students' Social-emotional, Character, And Commun/2022 Elias, Maurice J. Php 10,777.00 Php 250 1 Pc. Movement Literacy And Engagement-a Text And Workbook For Physical Activity Towards Health And Fitness (pathfit) 1 Cobar/dimarucot 2022 Php 1,077.00 Php 251 1 Pc. Mula Ilog At Iba Pang Kuwento The Philippine Writers Series 2023 Baquiran Jr., Romulo P 2023 Php 1,077.00 Php 252 1 Pc. "multicultural Diversity In Workplace For The Tourism Professional Baluyot, Jimenez 2022" Php 1,077.00 Php 253 1 Pc. Must Know Middle School Ela: Find Out The Important Stuff In A Flash/2023 Scardina, Kelly Php 8,777.00 Php 254 1 Pc. Non-institutional Corrections Danglosi 2023 Php 1,577.00 Php 255 1 Pc. Nursing 2024 Drug Handbook (l)/44th Wolters Kluwer 2024 Php 5,977.00 Php 256 1 Pc. Nutrition And Diet Theraphy Velazquez 2023 Php 2,477.00 Php 257 1 Pc. Object-oriented Software Engineering : An Agile Unified Methodology/ 2nd Ed. Kung, 2023 Php 18,577.00 Php 258 1 Pc. Obligations And Contracts ( Law And Application) F. Soriano 2022 Php 1,377.00 Php 259 1 Pc. Of Tyrants And Martyrs: A Political Memoir (reprint) Lahoz, M. 2022 Php 1,577.00 Php 260 1 Pc. Online Research Methods In Sport Studies Pb Cleland Php 11,877.00 Php 261 1 Pc. Operations Management Cachon C2023 Php 14,877.00 Php 262 1 Pc. Operations Management With Total Quality Management William J. Stevenson 2022 Php 2,777.00 Php 263 1 Pc. Orthophedic Rehabilitation, Assessment And Enablement Morgan 2023 Php 11,477.00 Php 264 1 Pc. Outcomes-based Practical Guide To Thesis And Capstone Project Writing In Computing Lavina, Et Al. 2022 Php 1,477.00 Php 265 1 Pc. Packaged Food, Packaged Life:corporate Food In Metro Manila Slums Tafoya, H.r 2023 Php 777.00 Php 266 1 Pc. Pagbasa At Pagsulat Sa Iba't Ibang Teksto Tungo Sa Pananaliksik/2023 Sanchez 2023 Php 1,277.00 Php 267 1 Pc. Pagtawid: Filipinos In The Time Of The Pandemic Redillas & Taduran 2023 Php 1,777.00 Php 268 1 Pc. Passion To Bake:baking Guide For Beginners Revised Edition Gabriel/banzel 2023 Php 1,077.00 Php 269 1 Pc. Patining At Iba Pang Sanaysay The Philippine Writers Series 2023 Santos, Soliman A. 2023 Php 877.00 Php 270 1 Pc. Patronage Democracy In The Philippines: Clan, Clients,and Competition In Local Election Julio C. Teehankee, Et Al 2022 Php 1,677.00 Php 271 1 Pc. Performance Management Systems : An Experiential Approach Varma C2023 Php 15,677.00 Php 272 1 Pc. Phil. Regulation Of Third Party Funding In International Arbitration Albarico, A.f.v 2022 Php 1,977.00 Php 273 1 Pc. Philippine Folk Literature:the Epics (reprint) Eugenio,d 2022 Php 2,077.00 Php 274 1 Pc. Philippine Genealogy & Religious & Art History: The Luciano P.r.santiago Reader (hb) Bersales Jobers R. 2022 Php 3,477.00 Php 275 1 Pc. Philippine Intellectuality (hb) Dizon, L. 2022 Php 2,777.00 Php 276 1 Pc. Physical Education And Health: Aquatic ( Basic Swimming)and Mountaineering/revised Ed. Latorre 2023 Php 977.00 Php 277 1 Pc. Physical Theraphy Clinical Handbook For Ptas 4th Ed. Wedge, Frances 2023 Php 14,477.00 Php 278 1 Pc. Plural Entanglements: Philippine Studies Docot, D. Et.al 2023 Php 977.00 Php 279 1 Pc. Police Professional Conduct And Ethical Standards With Police Community Relations Dascil /santos 2022 Php 1,577.00 Php Item Qty. Unit Article And Description Ceiling Unit Price Total Price Office: Universidad De Manila Pr No. 406 Charge To: Textbooks And Instructional Materials Expenses Obr No. 100-2503-02058 Abc: Php1,790,738.00 280 1 Pc. Policy Innovation In A Weak Democracy: Afta Implementation And Trade Liberalization In The Philippines, 1986–1998 Jenny D. Balboa 2022 Php 1,777.00 Php 281 1 Pc. Polygraphy Expanded A Modern Way Of Lie Detection Ignacio 2022 Php 1,577.00 Php 282 1 Pc. Ppdoc Security System (personnel, Physical & Document/information Security) Domingo/ Quizon 2022 Php 1,577.00 Php 283 1 Pc. Practical Guide In Doing Qualitative Criminological Research Ablaza 2022 Php 1,577.00 Php 284 1 Pc. Practice Skills In Social Work And Welfare \4ed.: More Than Just Common Sense Maidment, Jane 2023 Php 12,977.00 Php 285 1 Pc. Press Freedom Under Siege Reportage That Challenged The Marcos Doyo, Ma. Ceres 2022 Php 2,977.00 Php 286 1 Pc. Preventing Challenging Behavior In Your Classroom \2ed.: Classroom Management And Positive Support/2022 Tincani, Matt Php 10,777.00 Php 287 1 Pc. Primer To The Philippine Criminal Justice System Hibionada/ Guevara 2022 Php 1,577.00 Php 288 1 Pc. Privacy And The News Media Frost C2023 Php 4,877.00 Php 289 1 Pc. Productivity And Publishing: Writing Processes For New Scholars And Researchers/2022 Dowell, Margaret-mary Sul Php 14,877.00 Php 290 1 Pc. Professional Conduct And Ethical Standards 2nd Ed. Nabe 2023 Php 1,677.00 Php 291 1 Pc. Professional Development A Guide To Career Success Magalona.et Al 2023 Php 977.00 Php 292 2 Pc. Professional Development And Applied Ethics Danny A. Cabulay 2023 Php 1,177.00 Php 293 1 Pc. Professionalizing Teacher Education \1ed.: Performance Assessment, Standards, Moderation, And Evidence/2022 Wyatt-smith, Claire Php 11,477.00 Php 294 1 Pc. Protest Policing And Human Rights \1ed.: A Dialogical Approach Smith, Michael 2023 Php 12,577.00 Php 295 1 Pc. Psychiatric - Mental Health Nursing (l)/9th Videbeck 2023 Php 13,977.00 Php 296 1 Pc. Public Education In The Digital Age: Neoliberalism, Edtech, And The Future Of Our Schools/2023 Anderson, Morgan Php 12,877.00 Php 297 1 Pc. Purposive Communication In Diverse Contexts/2023 Josue Php 1,077.00 Php 298 1 Pc. Python For Cybersecurity: Using Python For Cyber Offence And Defense Poston Iii, Howard E. 2022 Php 8,777.00 Php 299 1 Pc. Qualitative Research In Marketing And Management: Doing Interpretive Research Projects Hackley C2023 Php 12,577.00 Php 300 1 Pc. Questioned Documents Exam.-an Instructional Material For Criminology Students With Laboratory Manual 2nd Edition Camara 2022 Php 1,577.00 Php 301 1 Pc. Race, Ethnicity & Society Patel 2023 Php 11,877.00 Php 302 1 Pc. Reading Visual Arts Elaine Grace J. Dizon 2022 Php 377.00 Php 303 1 Pc. Reflective Practice In Nursing \5ed.: Transforming Nursing Practice Esterhuizen, Philip 2023 Php 10,577.00 Php 304 1 Pc. Reflective Practice In Social Work 6e Mantell 2023 Php 11,577.00 Php 305 1 Pc. Remembering World War 11 In The Philippines ( Volume 2) 2022 Php 1,377.00 Php 306 1 Pc. Replace Your Salary By Investing: Save More, Invest Smart And Maximise Your Money Nash, Ben 2023 Php 8,777.00 Php 307 1 Pc. Risk Management As Applied To Safety Security And Sanitation 2nd Ed Somoray 2023 Php 1,077.00 Php 308 1 Pc. Rizal And The Development Of The Filipino Nationalism Garcia, Et Al. 2023 Php 1,377.00 Php 309 1 Pc. Sa Tuwing Ikaw Ay Tahimik: Mga Tula Alquisola, V. 2022 Php 1,177.00 Php 310 1 Pc. Saints Of Resistance: Devotions In The Philippines Under Early Spanish Rule Lee, Christina 2023 Php 977.00 Php 311 1 Pc. Sangguniang Aklat Ng Gramatika At Pagbuo Ng Mapa Sa… Alvarado,et Al 2023 Php 1,077.00 Php 312 1 Pc. Sapantahang Wika By Virgilio Almario Almario V 2022 Php 1,377.00 Php Item Qty. Unit Article And Description Ceiling Unit Price Total Price Office: Universidad De Manila Pr No. 406 Charge To: Textbooks And Instructional Materials Expenses Obr No. 100-2503-02058 Abc: Php1,790,738.00 313 1 Pc. Science, Technology And Society , 2nd Edition K.a. Aldea.et.al 2022 Php 977.00 Php 314 1 Pc. Securing A Continuum Of The Care:the Challenge Of A Fragmented Panelo,c. 2022 Php 3,077.00 Php 315 1 Pc. Security Officers Manual On Leadership And Management D. Bobier 2024 Php 1,577.00 Php 316 1 Pc. Sinesosyedad( Panunuri Ng Piling Pelikulang Panglipunan) Elmer B. De Leon 2023 Php 1,077.00 Php 317 1 Pc. Skill Acquisition In Sport Pb Hodges Php 11,877.00 Php 318 1 Pc. Social Work Practice In Health \2ed.: An Introduction To Contexts, Theories And Skills Petrakis, Mellissa 2023 Php 12,777.00 Php 319 1 Pc. Social Work/4th Ed. Fook, Jan 2023 Php 12,777.00 Php 320 1 Pc. Sociology And Social Work Cunningham, Jo 2022 Php 11,577.00 Php 321 1 Pc. Special Crime Investigation With Interview And Interrogation Protocols Domingo 2024 Php 1,577.00 Php 322 1 Pc. Special Penal Laws Volume Ii Tulalian 2022 Php 1,577.00 Php 323 1 Pc. Specialized Crime Investigation With Legal Medicine 2nd Edition Villaluz 2022 Php 1,577.00 Php 324 1 Pc. Sport Facility & Event Management Pb Aicher Php 17,677.00 Php 325 1 Pc. State And Local Public Finance \5ed. Fisher, Ronald C. 2023 Php 11,377.00 Php 326 1 Pc. Statistical Analysis For Business Sirug 2023 Php 1,377.00 Php 327 1 Pc. Statistics For Criminology And Criminal Justice Cano 2024 Php 19,577.00 Php 328 1 Pc. Stay Positive: Encouraging Quotes And Messages To Fuel Your Life With Positive Energy Gordon C2019 Php 6,277.00 Php 329 1 Pc. Strategic Business Analysis Eunice Mareth Q. Areola, Fernando V. Trinidad, Ramoncito P. Javier 2023 Php 977.00 Php 330 1 Pc. Strategic Business Analysis With Management Palma/simbillo 2023 Php 777.00 Php 331 1 Pc. Strategic Management Competitiveness & Globalization Concepts And Cases Hitt, Et Al 2023 Php 3,877.00 Php 332 1 Pc. Strategic Management- Concepts And Application E.b. Cabrera 2022 Php 1,177.00 Php 333 1 Pc. Strategic Management Of Technological Innovation Schilling C2023 Php 12,577.00 Php 334 1 Pc. Strategy In The New Age Of Capitalism Collaborative And Inclusive Approaches To Value Creation Poblador,niceto S. 2022 Php 1,577.00 Php 335 1 Pc. Strategy-driven Leadership: The Playbook For Developing Your Next Generation Of Leaders Couch C2023 Php 8,077.00 Php 336 1 Pc. Student's Manual On Evidence With Study Helps 2nd Edition Tulalian 2022 Php 1,577.00 Php 337 1 Pc. Survey Of Afro-asian Literature Escalada-cordova,uytico 2024 Php 777.00 Php 338 1 Pc. Synopsis Of Forensic Psychiatry Reddy 2022 Php 19,577.00 Php 339 1 Pc. Systemic Perspectives I Mental Health, Social Work & Youth Savenije, Anke 2023 Php 12,277.00 Php 340 1 Pc. Tales Of The Post- Plantation: Unlikely Protagonist Of Modern Phil.banana Society Thiers, R. 2023 Php 1,977.00 Php 341 1 Pc. Tatlong Larawan At Iba Pang Maikling Kuwento Elizerio,u.z 2022 Php 877.00 Php 342 1 Pc. Team Sports/2022 Teaza Php 1,577.00 Php 343 1 Pc. Technical English ( Investigative Report Writing ) For Criminology Students Zaspa 2022 Php 1,577.00 Php 344 1 Pc. Technical English 1 & 2 (legal Forms) For Criminology Students Balares 2023 Php 1,577.00 Php 345 1 Pc. Testing And Evaluation Of Strength And Power Pb Mcguigan Php 11,877.00 Php 346 1 Pc. The Age Of Sustainability Swilling C2023 Php 11,377.00 Php 347 1 Pc. The Art Of Self-discovery: An Understanding The Self Workbook-textbook Villanueva, Et Al 2023 Php 1,277.00 Php 348 1 Pc. The Blue Book : Reviewer For Board Licensure Examination For Criminologists Garcia 2024 Php 1,577.00 Php 349 1 Pc. The Collaborators:a Novel Tuvera, K. 2022 Php 977.00 Php 350 1 Pc. The Collected Stories Of Gregorio Brillantes Chua, J. 2023 Php 1,777.00 Php 351 1 Pc. The Comprehensive Firearms And Ammunition Regulation Act Of 2013 (r.a. No. 10591) Peckley 2023 Php 1,577.00 Php 352 1 Pc. The Contemporary World Mananay, Et Al. 2024 Php 1,077.00 Php 353 1 Pc. The Contemporary World: Looking Through The Lenses Of Globalization Bihasa,cr 2022 Php 1,277.00 Php Item Qty. Unit Article And Description Ceiling Unit Price Total Price Office: Universidad De Manila Pr No. 406 Charge To: Textbooks And Instructional Materials Expenses Obr No. 100-2503-02058 Abc: Php1,790,738.00 354 1 Pc. The Focus Of Special Crime Investigation Garcia 2023 Php 1,577.00 Php 355 2 Pc. The Fundamentals Of Taxation Hector S. De Leon 2022 Php 1,777.00 Php 356 1 Pc. The Future Of Geography: How The Competition In Space Will Change Our World (hardcover) Tim Marshall 2023 Php 5,877.00 Php 357 1 Pc. The Holy Wife: Stories Of Extraordinary Love Pantoja-manalac 2022 Php 877.00 Php 358 2 Pc. The Law On Transfer And Business Taxation Hector S. De Leon, Sr., Hector S. De Leon, Jr. 2022 Php 2,177.00 Php 359 1 Pc. The Life And Works Of Jose Rizal Balili Jr,et Al 2023 Php 877.00 Php 360 1 Pc. The Marcos Era: A Reader Anastacio 2022 Php 1,777.00 Php 361 1 Pc. The Motive: Why So Many Leaders Abdicate Their Most Important Responsibilities Lencioni C2020 Php 5,977.00 Php 362 1 Pc. The Myth Of The Barangay And Other Silenced Histories (reprint) Woods, D. 2023 Php 1,977.00 Php 363 1 Pc. The Sovereign Trickster: Death And Laughter In The Age Of Duterte Vicente L. Rafael 2022 Php 977.00 Php 364 1 Pc. Theoretical Basis For Nursing (l)/6th Mcewen 2023 Php 2,977.00 Php 365 1 Pc. Theories Of Crime Causation Salamanca, Et Al 2024 Php 1,577.00 Php 366 1 Pc. Therapeutic Community Modality 1 Foronda 2023 Php 1,577.00 Php 367 1 Pc. Therapeutic Modalities - A Textbook For Criminology Students And Practitioners Cuasay/ Apela 2022 Php 1,577.00 Php 368 2 Pc. Tour And Travel Management Maricel D. Herrera, Ferdinand Dondi C. Ocampo, Luzviminda O. Tugade, Cgsp 2022 Php 1,177.00 Php 369 2 Pc. Tourism Policy Planning And Development Reil G. Cruz 2022 Php 677.00 Php 370 1 Pc. Trafficking And Sex Work\1ed: Gender, Race And Public Order/2023 Darley, Mathilde 2023 Php 13,277.00 Php 371 1 Pc. Transfiguring Mindanao: A Mindanao Reader Jose Jowel Canuday,et Al 2022 Php 2,377.00 Php 372 2 Pc. Transportation Management Lynn U. Donesa, Lilibeth C. Aragon, Maria Crisitna N. Asuncion, April Grace M. Sacueza 2022 Php 777.00 Php 373 1 Pc. Tunogtugan Twenty Essays On Musical And Sonic Traditions Santos, Ramon Pagayon 2023 Php 2,477.00 Php 374 1 Pc. Tyranny Of The Minority: Why American Democracy Reached The Breaking Point (paperback) Steven Levitsky 2023 Php 6,677.00 Php 375 1 Pc. Ugat: Textbook In Reading Philippine History Salonga 2023 Php 877.00 Php 376 1 Pc. Understanding Human Rights And International Humanitarian Law : Human Rights Education 2nd Edition Dela Cruz 2023 Php 1,577.00 Php 377 1 Pc. Understanding The Self Atty.alden Reuben B. Luna 2022 Php 877.00 Php 378 1 Pc. Understanding The Self Developing Life Skills Obe Rev. Ed Magalona.et Al 2023 Php 1,477.00 Php 379 1 Pc. Untold Story Of The Most Remarkable Resistance Fighters Of The Pacific War Mckenna 2022 Php 1,577.00 Php 380 1 Pc. Values Education: Legal And Ethical Perspective, Penaflor,penaflor 2023 Php 1,377.00 Php 381 1 Pc. Victimology - A Comprehensive Guide To Practitioners Depayso 2022 Php 1,577.00 Php 382 1 Pc. Wild City A Photographic Guide To Amphibians,mammals,and Reptiles Of Metro Manila Gan, Jelaine, Et. Al 2023 Php 1,277.00 Php 383 1 Pc. Will You Tell Me What I Look Like (poems And Paintings) Coronel,r.a 2023 Php 1,377.00 Php 384 1 Pc. Workbook In Polygraphy The Science Of Lie Detection 2nd Edition Domingo 2022 Php 1,577.00 Php 385 1 Pc. Workbook On Customs Law Roxas 2023 Php 2,177.00 Php 386 1 Pc. Working In Community Health \1ed.: Foundations For A Successful Career Perrin, Karen M. 2023 Php 13,677.00 Php Xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx Per Lot Basis Total Php Printed Name/signature \ Tel. No/cellphone No. Date
Closing Date4 Apr 2025
Tender AmountPHP 1.7 Million (USD 31.2 K)

City Of Manila Tender

Others
Corrigendum : Tender Amount Updated
Philippines
Details: Description Item Qty. Unit Article And Description Ceiling Unit Price Total Price Office: Universidad De Manila Pr No. 406 Charge To: Textbooks And Instructional Materials Expenses Obr No. 100-2503-02058 Abc: Php1,790,738.00 1 1 Pc. 21st Century Risk Management With Sanitation Dela Cruz 2023 Php 877.00 Php 2 1 Pc. 5 Steps To A 5: Ap Biology 2023/2022 Anestis 2023 Php 3,877.00 Php 3 1 Pc. 5 Steps To A 5: Ap Environmental Science 2023/2022 Mayer 2023 Php 1,519.00 4 1 Pc. 5 Steps To A 5: Ap Macroeconomics 2023 Dodge 2023 Php 6,877.00 Php 5 1 Pc. 5 Steps To A 5: Ap Microeconomics 2023 Dodge 2022 Php 6,877.00 Php 6 1 Pc. A Course Module For The Life, Works And Writings Of Jose Rizal/2023 Ponferrada, Et Al. Php 1,577.00 Php 7 1 Pc. A Guide To Active Working In The Modern Office: Homo Sedens In The 21st Century Bridger C2023 Php 15,077.00 Php 8 1 Pc. A Modular Approach To Teaching Grammar & Cmposition 1,form Meaning And Use/2022 Manuel, J. Php 1,377.00 Php 9 1 Pc. A Module For Flexible Internship Program For Criminology (on-the-job Training) 2nd Edition Garcia 2023 Php 1,577.00 Php 10 1 Pc. A Playlist For The End Of The World Short Stories Lee, Gabriel 2022 Php 1,177.00 Php 11 1 Pc. Abaca Frontier: The Socioeconomic And Cultural Transformation Of Davao 1898-1941 Dacudao, P.i 2023 Php 2,077.00 Php 12 1 Pc. Abangan:mga Pambungad Na Resipsiyon Sa Kultura Ng Teleserye Sanchez 2022 Php 1,577.00 Php 13 1 Pc. Acute Care For Nurses: Student Survival Skills Boyd, Claire 2023 Php 8,677.00 Php 14 1 Pc. Advanced Mandarin Language Course Cr. G. Go 2022 Php 777.00 Php 15 1 Pc. All My Distances Point To Home Llanza, K 2022 Php 977.00 Php 16 1 Pc. Alternative Cinema The Unchronicled History Of Alternative Cinema In The Phils. De Ocampo, Nick 2022 Php 5,077.00 Php 17 1 Pc. Anatomy & Physiology Laboratory Manual / 11th Patton 2023 Php 19,977.00 Php 18 1 Pc. Ang Buang Ng Bayan Mga Maikling Kuwento Festin,rowena P. 2022 Php 977.00 Php 19 1 Pc. Ang Daigdig Ng Mga Api :remembering A Lost Film, Hb Del Mundo,c. 2022 Php 2,477.00 Php Item Qty. Unit Article And Description Ceiling Unit Price Total Price Office: Universidad De Manila Pr No. 406 Charge To: Textbooks And Instructional Materials Expenses Obr No. 100-2503-02058 Abc: Php1,790,738.00 20 1 Pc. Ang Kalye Nga Wala Sing Kamatayon The Palanca Deriada,dulce Maria 2022 Php 1,377.00 Php 21 1 Pc. Ang Kartoggrapiyang Paguho Fonte, R. 2022 Php 1,277.00 Php 22 1 Pc. Ang Mahaba't Kagyat Na Buhay Ng Indie Cinema Tolentino 2023 Php 2,577.00 Php 23 1 Pc. Art Appreciation 2nd Edition Sanchez,et Al 2023 Php 1,277.00 Php 24 1 Pc. Aruga: Mga Sanaysay Ng Pagtanggap At Paglingap Rodriguez & Jarin 2022 Php 1,477.00 Php 25 1 Pc. Asean: Association Of Southeast Asian Nations Montemayor, J.c. 2023 Php 3,177.00 Php 26 1 Pc. Assessing Multiculturalism In Global Comparative Perspective: A New Politics Of Diversity For The 21st Century? Abu-laban, Yasmeen 2023 Php 13,577.00 Php 27 1 Pc. Babaylan Sing Back: Philippine Shamans And Voice, Gender And Place Nono, G 2023 Php 1,277.00 Php 28 1 Pc. Balik-tanaw: The Road Taken Reyes, S. 2022 Php 1,577.00 Php 29 1 Pc. Basic Criminal Procedure Tulalian 2022 Php 1,577.00 Php 30 2 Pc. Basic Economics William J. Baumol Et.al/cengage 2022 Php 1,377.00 Php 31 1 Pc. Basics Of Cybercrime Investigation And Environmental Laws And Protection Caballero /lodana 2022 Php 1,577.00 Php 32 1 Pc. Bayan Ng Mga Bangkay Pascual, Chuckberry J. 2022 Php 1,377.00 Php 33 1 Pc. Bayan-bayanan: Antolohiya Ng Mga Katha Sa Lunan Ng Gunita Tolentino, R. 2022 Php 1,577.00 Php 34 1 Pc. Between The Coral Tides: A Natural History Of The Phil.shores Vallejo,b 2022 Php 1,277.00 Php 35 1 Pc. Bio ( Lente)mga Bagong Katha Sa Danas Ng Ng Dahas At Banwa Tolentino 2023 Php 2,077.00 Php 36 1 Pc. Biochemistry For Allied Health Sciences (set: Book And Manual) Ubalde 2022 Php 2,577.00 Php 37 1 Pc. Bird Catching In Sagada And Other Poems The Philippine Writers Series 2021 Reprint Cimatu, Franklin 2022 Php 1,077.00 Php 38 1 Pc. Board Licensure Examination For Criminologists Tampos 2023 Php 1,577.00 Php 39 1 Pc. Bouncing Back Life And Learning In A Time Of Crisis Queena N. Lee Chua 2022 Php 677.00 Php 40 1 Pc. Bullfighting In The Philippines 1602-2022 (hb) Vibal, Gaspar 2022 Php 4,077.00 Php 41 1 Pc. Case Studies In Adapted Physical Education: Empowering Critical Thinking Pb Hodge Php 9,277.00 Php 42 1 Pc. Changing Urban Trends: Cultures Of Decency And Well-being From The Premodern To The Postmodern Pb Freyss Php 11,877.00 Php 43 1 Pc. Character Formation 1 Nationalism And Patriotism Caballero/ Barican 2023 Php 1,577.00 Php 44 1 Pc. Character Formation 2 Leadership,decision Making,management And Administration ( A Textbook For Criminology Students In The 21st Century) Mario A. Garcia 2022 Php 1,077.00 Php 45 1 Pc. Chasing Freedom: The Philippines Long Journey Democratic Ambivalance Web, A. 2022 Php 1,277.00 Php 46 1 Pc. Clinical Supervision In The Real World: A Practical Guide To Ethics, Legal Issues, And Personal Development Martin C2023 Php 11,377.00 Php 47 1 Pc. Clinical Use Of Drugs In Applied Therapies Wagner, B. 2022 Php 11,477.00 Php 48 1 Pc. Coach Education And Development In Sport: Instructional Strategies Pb Callary Php 12,977.00 Php 49 1 Pc. Collaborative Approaches To Evaluation: Principles In Use Cousins C2023 Php 12,477.00 Php 50 1 Pc. Collected Short Stories, By F. Sionil Jose F.s. Jose 2022 Php 1,977.00 Php 51 1 Pc. Common Factors Therapy: A Principle-based Treatment Framework Bailey, Russell J. 2023 Php 10,977.00 Php 52 1 Pc. Community Development For Times Of Crisis: Creating Caring Communities Brennan 2023 Php 13,577.00 Php 53 1 Pc. Comparative Model In Policing 4th Ed. Castillo,jr. 2024 Php 1,577.00 Php 54 1 Pc. Comparative Politics And Government Frago-marasigan,et Al 2022 Php 1,177.00 Php 55 1 Pc. Comparative Politics And Government (re) Democratization And Development (reprint) Marasigan & Tadem 2022 Php 1,277.00 Php 56 1 Pc. Complex Care In Nursing \1ed.: Transforming Nursing Practice /1st Wherry, Sally-anne 2023 Php 11,177.00 Php Item Qty. Unit Article And Description Ceiling Unit Price Total Price Office: Universidad De Manila Pr No. 406 Charge To: Textbooks And Instructional Materials Expenses Obr No. 100-2503-02058 Abc: Php1,790,738.00 57 1 Pc. Computer Fundamentals Revano 2023 Php 1,077.00 Php 58 1 Pc. Conceptual Framework And Accounting Standards 2022 Edition Ma. Elenita Balatbat Cabrera Et.al 2022 Php 1,277.00 Php 59 1 Pc. Convergent Journalism: An Introduction Filak C2023 Php 13,977.00 Php 60 1 Pc. Corporate Finance \7ed.: Core Principles And Applications Ross, Stephen A. 2024 Php 14,877.00 Php 61 1 Pc. Corporate Social Responsibility Viernes 2022 Php 1,077.00 Php 62 1 Pc. Cracking The Leadership Code: Three Secrets To Building Strong Leaders Hunkins C2020 Php 9,277.00 Php 63 1 Pc. Creating An Effective Public Sector\1ed./2022 Bourne, Mike 2022 Php 12,777.00 Php 64 1 Pc. Criminal Corpse And Execution Historical Perspectives Cano 2024 Php 19,577.00 Php 65 1 Pc. Criminal Justice System - The Philippine Context Tulalian 2022 Php 1,577.00 Php 66 1 Pc. Criminal Justice System Exclusionary Rules Cano 2024 Php 19,577.00 Php 67 1 Pc. Criminal Law Book 1 : Revised Penal Code 2nd Ed. Gabao 2023 Php 1,577.00 Php 68 1 Pc. Criminal Researc 2- A Textbook For Criminology Students Cano 2023 Php 1,577.00 Php 69 1 Pc. Criminological Research 2 - A Textbook For Criminology Students Caño 2023 Php 1,577.00 Php 70 1 Pc. Criminological Research 2nd Ed. Chavez Et Al. 2024 Php 1,577.00 Php 71 1 Pc. Criminological Research And Statistics I: A Textbook For Criminology Students 1e Cano,e,al 2023 Php 1,577.00 Php 72 1 Pc. Criminology A Contemporary Introduction Murphy, Tony 2023 Php 12,577.00 Php 73 1 Pc. Criminology And Penology Cano 2024 Php 19,577.00 Php 74 1 Pc. Critical Pedagogy In The Language And Writing Classroom \1ed: Strategies, Examples, Activities From Teacher Scholars/2023 Park, Gloria Php 13,677.00 Php 75 1 Pc. Cybercrime And Digital Forensics/3rd Ed.: An Introduction Holt, Thomas J. 2022 Php 12,877.00 Php 76 1 Pc. Data Analytics & Business Intelligence Abante,et Al 2023 Php 1,877.00 Php 77 1 Pc. Debates In Physical Education Pb Capel Php 3,677.00 Php 78 1 Pc. Develop Your Leadership Skills \5ed.: Fast, Effective Ways To Become A Leader People Want To Follo Adair, John 2022 Php 5,177.00 Php 79 1 Pc. Development Economics: A Critical Introduction Khan C2023 Php 12,577.00 Php 80 1 Pc. Diabetes For Dummies \6ed. Poole, S. 2023 Php 6,277.00 Php 81 1 Pc. Disaster And Mental Health Ma. Joycelyn A. Go-monilla 2022 Php 977.00 Php 82 1 Pc. Dispensing & Medication Counseling 1 Guide Notes Mayo Et.al 2023 Php 1,277.00 Php 83 1 Pc. Dispensing & Medication Counseling 2 Mayo Et.al 2023 Php 1,277.00 Php 84 1 Pc. Dispute Resokution & Crisis Management Tancangco 2022 Php 1,277.00 Php 85 1 Pc. Dispute Resolution And Incident Management Capdos/ Lud-ayen 2023 Php 1,577.00 Php 86 1 Pc. Doro: Behind The Byline Doronilla, A. 2022 Php 1,677.00 Php 87 1 Pc. Drug Delivery Fundamentals And Applications (hb) Lyons, E. 2022 Php 11,477.00 Php 88 1 Pc. Duterte Watch : Descent Into Authoritarianism: Collected Commentaries Santos, V. 2022 Php 1,577.00 Php 89 1 Pc. Easy Listening Cuartero,n. 2022 Php 977.00 Php 90 1 Pc. Economic Development Emerson G. Cabudol 2022 Php 1,377.00 Php 91 1 Pc. Economic Development And Mental Illness: Anticipating And Mitigating Disruptive Change Walle C2023 Php 12,777.00 Php 92 1 Pc. Economics Of Farm Management, The \2ed.: A Global Perspective Olson, Kent 2023 Php 19,977.00 Php 93 1 Pc. Empowering The Youth For Nation Building Through Civic Welfare Training Service 1 Briones, Et Al. 2022 Php 977.00 Php 94 1 Pc. Enter Deeply Poems Vitug,n. 2022 Php 1,177.00 Php 95 1 Pc. Entrepreneurial Mindset Serrano 2022 Php 1,477.00 Php 96 1 Pc. Entrepreneurship Marcelo 2022 Php 977.00 Php 97 1 Pc. Entrepreneurship (2022 Edition) Frias, Banastao 2022 Php 1,277.00 Php 98 1 Pc. Entrepreneurship For Dummies \2ed. Alliern, Kathleen 2023 Php 9,877.00 Php 99 1 Pc. Entrepreneurship, Innovation And Sustainable Growth: Opportunities And Challenges Asgary C2023 Php 14,477.00 Php 100 1 Pc. Essentials In Criminal Investigation Tamayo 2023 Php 1,577.00 Php Item Qty. Unit Article And Description Ceiling Unit Price Total Price Office: Universidad De Manila Pr No. 406 Charge To: Textbooks And Instructional Materials Expenses Obr No. 100-2503-02058 Abc: Php1,790,738.00 101 1 Pc. Essentials In Law On Obligations And Contracts ( For Accountancy,business And Management Students) Atty T. Cagurangan Jr. 2022 Php 1,277.00 Php 102 1 Pc. Essentials Of Administrative Office Management Jessie F. Sergote 2022 Php 1,177.00 Php 103 1 Pc. Essentials Of Biostatistics For Public Health \4ed. Sullivan, Lisa M. 2023 Php 19,177.00 Php 104 1 Pc. Essentials Of Markmanship And Combat Shooting Guinayen 2022 Php 1,577.00 Php 105 1 Pc. Essentials Of Performance Analysis In Sport Pb Hughes Php 16,777.00 Php 106 1 Pc. Essentials Of Project Management ( 2022 Edition) Ma. Elenita Balatbat Cabrera, Et Al. 2022 Php 1,177.00 Php 107 1 Pc. Ethics And Values Especially For Law Enforcement Officers And Other Public Servants Cabrera 2022 Php 1,577.00 Php 108 1 Pc. Everything Is A Realism: Essays On Narrative Craft Groyon, V.g 2023 Php 1,577.00 Php 109 1 Pc. Expanding Strategic Perspective: Revisiting Lessons From History And The Classics Azurin, R. 2023 Php 1,577.00 Php 110 1 Pc. False Nostalgia: The Marcos ''golden Age'' Myths And How To Debunk Them Punongbayan, Jc 2023 Php 1,377.00 Php 111 1 Pc. Fifty Shades Of Philippine Art: Nineteenth- Century Masters Of Angono Art (sb) Saguinsin,j. 2022 Php 2,477.00 Php 112 1 Pc. Filipino Stick Fighting Techniques: The Essential Techniques Of Cabales Serrada Escrima Pb Wiley Php 3,377.00 Php 113 1 Pc. Finance \6ed.: Applications And Theory Cornett, Marcia Millon 2023 Php 15,377.00 Php 114 1 Pc. Fingerprint - Uniqueness And Persistency Of Friction Ridge Skin Volume 1 Rocamora 2023 Php 1,577.00 Php 115 1 Pc. Fire Protection And Arson Investigation Tello/cejes 2023 Php 1,577.00 Php 116 1 Pc. First Aid, Rescue And Water Safety Dogui-is 2023 Php 1,577.00 Php 117 2 Pc. Foreign Language I (basic French For Hospitality Management And Tourism I) Ma. Gladys G. Tomas 2022 Php 877.00 Php 118 1 Pc. Forensic Photography 5th Ed. Bulan/magadia 2023 Php 1,577.00 Php 119 1 Pc. Forensic 2 - Personal Identification Techniques 3rd Edition Badua 2022 Php 1,577.00 Php 120 1 Pc. Forensic Ballistics Or Firearms Identification - Lecture With Laboratory Exercises Magtaan/ Cabrillas 2023 Php 1,577.00 Php 121 1 Pc. Forensic Chemistry And Toxicology 3rd Ed. Cejes/libres 2023 Php 1,577.00 Php 122 1 Pc. Forensic Document Examination - A Handbook For Criminology Faculty And Students With Laboratory And Mock Board Exercises Alviola 2022 Php 1,577.00 Php 123 1 Pc. Forensic Examination On Questioned Documents 4th Ed. Alavarez 2023 Php 1,577.00 Php 124 1 Pc. Forensic Photography 6th Ed. Bulan/magadia 2024 Php 1,577.00 Php 125 1 Pc. Forensic Photography For Criminology Students And Practitioners With Laboratory Manual 3rd Edition Villarba 2022 Php 1,577.00 Php 126 1 Pc. Forensic Science 1 - Forensic Photography Laboratory Manual Cabrillas/ Abelleja 2023 Php 1,577.00 Php 127 1 Pc. Forensic Science 2 - Personal Identification Laboratory Manual Cabrillas/ Abelleja 2023 Php 1,577.00 Php 128 1 Pc. Forensic Science 4 Questioned Documents Examination Laboratory Manual Cabrillas/ Abelleja 2023 Php 1,577.00 Php 129 1 Pc. Fortress In The Rice Appel, B. 2023 Php 2,277.00 Php 130 1 Pc. Fundamental Analysis For Dummies \3ed. Krantz, Matthew 2023 Php 9,477.00 Php 131 2 Pc. Fundamentals In Food Service Operations Claire Ann Yao 2022 Php 1,077.00 Php 132 2 Pc. Fundamentals In Lodging Operations Sarah Monzon-po 2023 Php 1,077.00 Php 133 1 Pc. Fundamentals Of Criminal Investigation And Intelligence Tad-awan 2024 Php 1,577.00 Php 134 1 Pc. Fundamentals Of Criminal Investigation With Intelligence 2nd Edition Florendo 2023 Php 1,577.00 Php 135 1 Pc. Fundamentals Of Criminal Law - Revised Penal Code Book 1 Abastillas /manlusoc 2023 Php 1,577.00 Php 136 1 Pc. Fundamentals Of Investments \10ed.: Valuation And Management Jordan, Bradford D. 2024 Php 16,577.00 Php Item Qty. Unit Article And Description Ceiling Unit Price Total Price Office: Universidad De Manila Pr No. 406 Charge To: Textbooks And Instructional Materials Expenses Obr No. 100-2503-02058 Abc: Php1,790,738.00 137 1 Pc. Fundamentals Of Nursing/ 11th Patricia Potter, Anne Perry, Patricia Stockert, Amy Hall 2023 Php 10,377.00 Php 138 1 Pc. Gender And Society Martinez/camposano 2022 Php 977.00 Php 139 1 Pc. Gender And Society - We Are Equal Florendo 2022 Php 1,277.00 Php 140 1 Pc. General Fernando Canon His Guitar And The Revolution Manikan,raul 2022 Php 1,077.00 Php 141 1 Pc. Genomics In The Aws Cloud: Analyzing Genetic Code Using Amazon Web Services Wall, David 2023 Php 11,077.00 Php 142 1 Pc. Global Food Security: What Matters? Zhou C2023 Php 13,977.00 Php 143 1 Pc. Global Human Resource Management Nixon C2022 Php 11,477.00 Php 144 1 Pc. Good Governance And Social Responsibility Danilo Lorenzo S. Delos Santos, Leveric T. Ng 2022 Php 977.00 Php 145 1 Pc. Governance, Business Ethics,risk Management And Internal Control Meneses/villaceran 2022 Php 877.00 Php 146 1 Pc. Government Accounting ( 2022 Edition) Punzalan/cardona 2022 Php 1,377.00 Php 147 1 Pc. Green Criminology - A Means To Understand Environmental Crimes Garcia 2022 Php 1,577.00 Php 148 1 Pc. Growing Up Filipino 3: New Stories For Young Adults Brainard, C.m 2022 Php 1,477.00 Php 149 1 Pc. Hajimemashou Learn Basic Japanese Rea-dafun,m. 2022 Php 977.00 Php 150 1 Pc. Handbook For Nursing Associates & Assistant Practitioners,: 3rd Ed. Rowe, Gillian 2023 Php 11,377.00 Php 151 1 Pc. Handbook In Character Formation 1 : Nationalism And Patriotism Delizo 2022 Php 1,577.00 Php 152 1 Pc. Handbook In Human Behavior And Victimology Dausan Et Al 2023 Php 1,577.00 Php 153 1 Pc. Handbook In Human Behavior And Victimology Duno Et Al 2023 Php 1,577.00 Php 154 1 Pc. Handbook In Introduction To Criminology Dausan/ Pangan /duno 2023 Php 1,577.00 Php 155 1 Pc. Handbook In Introduction To Criminology Dausan/ Pangan /duno 2023 Php 1,577.00 Php 156 1 Pc. Health Promotion For Nursing Students \2ed.: Transforming Nursing Practice Linsley, Paul 2023 Php 2,204.00 Php 157 1 Pc. Healthy In A Hurry: Real Life, Real Food, Real Fast Walker, Danielle 2022 Php 7,477.00 Php 158 1 Pc. History Of Bohol(1521-1937): Essays, Notes,and Sources Emmanuel Luis A. Romanillos 2022 Php 3,777.00 Php 159 1 Pc. How Learning Works \2ed.: 8 Research-based Principles For Smart Teaching/2023 Lovett, Marsha C. Php 10,177.00 Php 160 1 Pc. How To Coach: First Steps And Beyond Thomson C2020 Php 13,577.00 Php 161 1 Pc. Human Physiology And Anatomy Laboratory Manual 2022 Php 1,877.00 Php 162 1 Pc. Human Rights Education - A Textbook For Criminal Justice Education Students And Law Enforcers Tancangco /orlain 2022 Php 1,577.00 Php 163 1 Pc. Human Rights Education For Criminal Justice Rago & Andreo-blancaflor 2022 Php 1,577.00 Php 164 1 Pc. Huni At Pakpak Mga Dula,mga Sanaysay The Philippine Writers Cleto,luna Sicat 2022 Php 1,677.00 Php 165 1 Pc. Imprenta De Ramirez Y Giraudier: A Story Of Late Nineteenth Century …(sb) Dizon, L. 2022 Php 2,777.00 Php 166 1 Pc. Informal Digital Learning Of English \1ed.: Research To Practice/2022 Lee, Ju Seong 2022 Php 12,477.00 Php 167 1 Pc. Information Assurance And Security Book 1 Pomperada/castellano 2023 Php 1,077.00 Php 168 1 Pc. Information Assurance And Security Book 2 Pomperada/castellano 2023 Php 1,177.00 Php 169 1 Pc. Inquisition In The Philippines (sb) Palanco, F. 2022 Php 2,777.00 Php 170 1 Pc. Institutional Correction (new Curriculum And Cle Tos Compliant) Tumitit/ Estoque 2023 Php 1,577.00 Php 171 1 Pc. Institutional Correction For Criminology Students Villaluz 2024 Php 1,577.00 Php 172 1 Pc. Instructional Material In Theories Of Crime Causation Dumapi, Et Al. 2023 Php 1,577.00 Php 173 1 Pc. Instructional Modules In Fundamentals Of Criminal Investigation And Intelligence Rago 2022 Php 1,577.00 Php Item Qty. Unit Article And Description Ceiling Unit Price Total Price Office: Universidad De Manila Pr No. 406 Charge To: Textbooks And Instructional Materials Expenses Obr No. 100-2503-02058 Abc: Php1,790,738.00 174 1 Pc. Integrated Principles Of Zoology \19ed./2024 Hickman, Cleveland P. 2024 Php 17,977.00 Php 175 1 Pc. Intentional Moves: How Skillful Team Leaders Impact Learning/2023 Macdonald, Elisa B. Php 12,877.00 Php 176 1 Pc. Intercultural Learning In Language Education And Beyond: Evolving Concepts, Perspectives And Practices/2022 Mcconachy, Troy Php 16,977.00 Php 177 1 Pc. International Public Administrations In Global Public Policy: Sources And Effects Of Bureaucratic Influence/2023 Knill, Christoph 2023 Php 11,577.00 Php 178 1 Pc. International Relations: Power Stuggles And Balancing Acts Lopez, J.v. & Lopez J.l. 2023 Php 4,177.00 Php 179 1 Pc. International Studies In The Philippines: Mapping New Frontiers In Theory And Practice Frances, Antoinette Cruz, Et Al. 2022 Php 1,477.00 Php 180 1 Pc. International Workplace Sexual Harassment Laws And Developments For The Multinational Employer Cobb C2023 Php 12,977.00 Php 181 1 Pc. Intramuros: The Story Of Old Manila, (sb) Torres, Jose V. 2023 Php 1,177.00 Php 182 1 Pc. Introducing Advanced Microeconomics \3ed.: Growth And Business Cycles Sorensen, Peter Birch 2023 Php 20,677.00 Php 183 1 Pc. Introduction To Criminology Castillo/guerrero 2022 Php 1,177.00 Php 184 1 Pc. Introduction To Criminology Rectin 2023 Php 1,577.00 Php 185 1 Pc. Introduction To Criminology 3rd Ed. Lagumen 2023 Php 1,577.00 Php 186 1 Pc. Introduction To Cybercrime And Basic Digital Investigative Analysis 2nd Ed. Lagumen 2023 Php 1,577.00 Php 187 1 Pc. Introduction To Cybercrime And Environmental Laws Caño 2023 Php 1,577.00 Php 188 1 Pc. Introduction To Cybercrime Investigation And Environmental Laws And Protection Detran,et Al 2024 Php 1,577.00 Php 189 1 Pc. Introduction To Cybersecurity Pomperada 2023 Php 1,577.00 Php 190 1 Pc. Introduction To Industrial Security Concepts Depayso 2024 Php 1,577.00 Php 191 1 Pc. Introduction To Penology, An: Punishment, Prisons And Probation Burke, Lawrence 2023 Php 12,577.00 Php 192 1 Pc. Introduction To Philippine Criminal Justice System 2nd Edition Guerrero 2023 Php 1,577.00 Php 193 1 Pc. Introduction To Public Administration, 2nd Ed./2022 Bihasa, Cr. 2022 Php 1,377.00 Php 194 1 Pc. Introduction To Public Administration/2022 Chakas, R. 2022 Php 1,077.00 Php 195 1 Pc. Introduction To Public Administration/2023 Bean, I. 2023 Php 16,877.00 Php 196 1 Pc. Introduction To Social Work: (reprint ) De Guzman, L. 2022 Php 977.00 Php 197 1 Pc. Investments \13ed. Bodie, Zvi 2024 Php 14,177.00 Php 198 1 Pc. Juvenile Delinquency And Juvenile Justice System Detran/literal 2023 Php 1,577.00 Php 199 1 Pc. Kathang Haka: The Big Book Of Fake News Francis,d.a 2022 Php 1,077.00 Php 200 1 Pc. Keeping Memories: Cinema And Archiving In The Asia Pacific De Ocampo, N. 2022 Php 1,077.00 Php 201 1 Pc. Kites In The Night; A Novel Gacoscos, B.c 2022 Php 877.00 Php 202 1 Pc. Knowledge Transformation In Health And Social Care \1ed.: Putting Mindlines To Work Gabbay, John 2023 Php 7,477.00 Php 203 1 Pc. Kontekstwalisadong Komunikasyon Sa Filipino Ikalawang Edisyon/2023 Maranan 2023 Php 1,177.00 Php 204 1 Pc. Kung May Sining Sa Pagka-bulok Hinagpis At Iba Pang Kuwento The Philippine Writers Series 2023 Pingol 2023 Php 1,377.00 Php 205 1 Pc. La Revolucion Filipina: The Political Writing Of Apolinario Mabini Vol. 1 (1898-1899) Apolinario Mabini 2022 Php 1,077.00 Php 206 1 Pc. Lab. Manual Forensic Chemistry - 2nd Edition Rondina 2023 Php 1,577.00 Php 207 1 Pc. Labor Relations Management And Negotiations 2nd Edition Serrano, Ducut 2023 Php 1,677.00 Php 208 1 Pc. Laboratory Manual For Seeley's Anatomy And Physiology/ 13th Wise 2023 Php 3,277.00 Php 209 1 Pc. Laboratory Manual Lie Detection Techniques Lotivo 2023 Php 1,577.00 Php 210 1 Pc. Law Enforcement (police) Operations And Planning With Crime Mapping Florendo 2023 Php 1,577.00 Php Item Qty. Unit Article And Description Ceiling Unit Price Total Price Office: Universidad De Manila Pr No. 406 Charge To: Textbooks And Instructional Materials Expenses Obr No. 100-2503-02058 Abc: Php1,790,738.00 211 1 Pc. Law Enforcement Operations And Planning With Crime Mapping Taynan /lopez 2023 Php 1,577.00 Php 212 1 Pc. Leadership Reformed: Why Leaders Need The Gospel To Change The World Sendjaya C2023 Php 12,477.00 Php 213 1 Pc. Learner Choice, Learner Voice \1ed.: A Teacher's Guide To Promoting Agency In The Classroom/2022 Schaaf, Ryan L. Php 5,977.00 Php 214 1 Pc. Learner-oriented Teaching And Assessment In Youth Sport \1ed/2022 Farias, Claudio Php 5,977.00 Php 215 1 Pc. Learning Strategies For Sustainable Organisations \1ed.: Routledge Studies In Sustainable Development/2022 Hopkins, Bryan Php 10,777.00 Php 216 1 Pc. "legal Aspects In Tourism & Hospitality (the Philippine Tourisms Laws Simplified) Atty. T. Cagurangan 2022" Php 877.00 Php 217 1 Pc. Leveling Up Your Personality :sevenfold Components( A Practical Guide) Albina Sacramento Bunyi 2022 Php 977.00 Php 218 1 Pc. Liberalization In The Philippines, 1986-1998 Balboa 2022 Php 1,777.00 Php 219 1 Pc. Life In A Flush Stories Macasaet R.l. 2022 Php 1,377.00 Php 220 1 Pc. Lockdown And Lowdown: The Politics Of Covid-19 Pandemic Response In The Philippines Rosalie Arcala Hall, Ed. 2023 Php 977.00 Php 221 1 Pc. Looking For Prehispanic Filipino Scott, W. 2022 Php 977.00 Php 222 1 Pc. Lost Graves, Found Lives: A History And Memoir Del Rosario, A.l 2022 Php 1,277.00 Php 223 1 Pc. Lualhati Bautista, Nobelista: Ang Mapagpalayang Sining Ng Kababaihan Sa Pilipinas San Juan, E. Jr. 2023 Php 877.00 Php 224 1 Pc. Maceda, Spahlinger And The Dialectics Of A "new Music" Praxis In Southeast Asian Modernity Baes,jonas 2022 Php 1,077.00 Php 225 1 Pc. Management Science ( Quantitative Methods For Business Operations Research) Sirug 2023 Php 1,177.00 Php 226 2 Pc. Managerial Economics In The 21st Century Christian Eligius A. Jimenez 2022 Php 977.00 Php 227 1 Pc. Managing Alternative Learning System In Philippine Context/2022 Valverde,o. Php 1,277.00 Php 228 1 Pc. Manual On Lie Detection Techniques 2nd Edition Chavez/ Nabe 2023 Php 1,577.00 Php 229 1 Pc. Marketing Alternative Investments \1ed.: A Comprehensive Guide To Fundraising And Investor Relations Dassani, Hemali 2023 Php 10,377.00 Php 230 1 Pc. Martial Laws In The Phils.: Lessons And Legacies, 1972-2022 De Jesus, E. 2023 Php 1,977.00 Php 231 1 Pc. Mass At The Edge Of Morning Dumdum, S. 2022 Php 677.00 Php 232 1 Pc. Mass Communication: Research And Analysis Miller C2023 Php 11,477.00 Php 233 1 Pc. Math Enhancement Pagala 2023 Php 1,277.00 Php 234 1 Pc. Mcquail’s Media And Mass Communication Theory Mcquail C2023 Php 15,377.00 Php 235 1 Pc. Media Industry Studies Herbert C2023 Php 8,377.00 Php 236 1 Pc. Media Studies: The Basics Mcdougall C2023 Php 9,277.00 Php 237 1 Pc. Mga Anting-anting Sa Sabong Villagracia,b. 2022 Php 977.00 Php 238 1 Pc. Mga Babasahin Hinggil Sa Kasaysayan Ng Pilipinas Ramos 2023 Php 1,277.00 Php 239 1 Pc. Mga Luwa At Iba Pang Tula Ni Jose A. Badillo Tamayo, Et. Al 2022 Php 2,177.00 Php 240 1 Pc. Mga Screen Play Ni Ricky Lee Vol.1: Brutal, Moral, Karnal Lee, R. 2022 Php 1,077.00 Php 241 1 Pc. Mga Screen Play Ni Ricky Lee: Vol.2 Himala Salome Cain At Abel Lee, R. 2022 Php 1,077.00 Php 242 1 Pc. Microbiology And Parasitology For Allied Health Sciences (set: Book And Manual) Bruseel 2022 Php 2,377.00 Php 243 1 Pc. Microbiology: A Systems Approach/12th Cowan 2024 Php 7,177.00 Php 244 1 Pc. Microeconomics Theories And Applications Marcelo 2023 Php 1,077.00 Php 245 1 Pc. Microperspectives Of Tourism And Hospitality Bajao/osorno 2022 Php 1,277.00 Php 246 1 Pc. Mind-body Connection For Educator's, The: Intentional Movement For Wellness/2023 Kennedy, Kathryn Php 10,777.00 Php Item Qty. Unit Article And Description Ceiling Unit Price Total Price Office: Universidad De Manila Pr No. 406 Charge To: Textbooks And Instructional Materials Expenses Obr No. 100-2503-02058 Abc: Php1,790,738.00 247 1 Pc. Miscellaneous Questions On Forensic Ballistics 3rd Edition Peckley 2023 Php 1,577.00 Php 248 1 Pc. More Straight Talk On Investing: Lessons For A Lifetime Brennan, John J. 2023 Php 7,577.00 Php 249 1 Pc. Morning Classroom Conversations: Build Your Students' Social-emotional, Character, And Commun/2022 Elias, Maurice J. Php 10,777.00 Php 250 1 Pc. Movement Literacy And Engagement-a Text And Workbook For Physical Activity Towards Health And Fitness (pathfit) 1 Cobar/dimarucot 2022 Php 1,077.00 Php 251 1 Pc. Mula Ilog At Iba Pang Kuwento The Philippine Writers Series 2023 Baquiran Jr., Romulo P 2023 Php 1,077.00 Php 252 1 Pc. "multicultural Diversity In Workplace For The Tourism Professional Baluyot, Jimenez 2022" Php 1,077.00 Php 253 1 Pc. Must Know Middle School Ela: Find Out The Important Stuff In A Flash/2023 Scardina, Kelly Php 8,777.00 Php 254 1 Pc. Non-institutional Corrections Danglosi 2023 Php 1,577.00 Php 255 1 Pc. Nursing 2024 Drug Handbook (l)/44th Wolters Kluwer 2024 Php 5,977.00 Php 256 1 Pc. Nutrition And Diet Theraphy Velazquez 2023 Php 2,477.00 Php 257 1 Pc. Object-oriented Software Engineering : An Agile Unified Methodology/ 2nd Ed. Kung, 2023 Php 18,577.00 Php 258 1 Pc. Obligations And Contracts ( Law And Application) F. Soriano 2022 Php 1,377.00 Php 259 1 Pc. Of Tyrants And Martyrs: A Political Memoir (reprint) Lahoz, M. 2022 Php 1,577.00 Php 260 1 Pc. Online Research Methods In Sport Studies Pb Cleland Php 11,877.00 Php 261 1 Pc. Operations Management Cachon C2023 Php 14,877.00 Php 262 1 Pc. Operations Management With Total Quality Management William J. Stevenson 2022 Php 2,777.00 Php 263 1 Pc. Orthophedic Rehabilitation, Assessment And Enablement Morgan 2023 Php 11,477.00 Php 264 1 Pc. Outcomes-based Practical Guide To Thesis And Capstone Project Writing In Computing Lavina, Et Al. 2022 Php 1,477.00 Php 265 1 Pc. Packaged Food, Packaged Life:corporate Food In Metro Manila Slums Tafoya, H.r 2023 Php 777.00 Php 266 1 Pc. Pagbasa At Pagsulat Sa Iba't Ibang Teksto Tungo Sa Pananaliksik/2023 Sanchez 2023 Php 1,277.00 Php 267 1 Pc. Pagtawid: Filipinos In The Time Of The Pandemic Redillas & Taduran 2023 Php 1,777.00 Php 268 1 Pc. Passion To Bake:baking Guide For Beginners Revised Edition Gabriel/banzel 2023 Php 1,077.00 Php 269 1 Pc. Patining At Iba Pang Sanaysay The Philippine Writers Series 2023 Santos, Soliman A. 2023 Php 877.00 Php 270 1 Pc. Patronage Democracy In The Philippines: Clan, Clients,and Competition In Local Election Julio C. Teehankee, Et Al 2022 Php 1,677.00 Php 271 1 Pc. Performance Management Systems : An Experiential Approach Varma C2023 Php 15,677.00 Php 272 1 Pc. Phil. Regulation Of Third Party Funding In International Arbitration Albarico, A.f.v 2022 Php 1,977.00 Php 273 1 Pc. Philippine Folk Literature:the Epics (reprint) Eugenio,d 2022 Php 2,077.00 Php 274 1 Pc. Philippine Genealogy & Religious & Art History: The Luciano P.r.santiago Reader (hb) Bersales Jobers R. 2022 Php 3,477.00 Php 275 1 Pc. Philippine Intellectuality (hb) Dizon, L. 2022 Php 2,777.00 Php 276 1 Pc. Physical Education And Health: Aquatic ( Basic Swimming)and Mountaineering/revised Ed. Latorre 2023 Php 977.00 Php 277 1 Pc. Physical Theraphy Clinical Handbook For Ptas 4th Ed. Wedge, Frances 2023 Php 14,477.00 Php 278 1 Pc. Plural Entanglements: Philippine Studies Docot, D. Et.al 2023 Php 977.00 Php 279 1 Pc. Police Professional Conduct And Ethical Standards With Police Community Relations Dascil /santos 2022 Php 1,577.00 Php Item Qty. Unit Article And Description Ceiling Unit Price Total Price Office: Universidad De Manila Pr No. 406 Charge To: Textbooks And Instructional Materials Expenses Obr No. 100-2503-02058 Abc: Php1,790,738.00 280 1 Pc. Policy Innovation In A Weak Democracy: Afta Implementation And Trade Liberalization In The Philippines, 1986–1998 Jenny D. Balboa 2022 Php 1,777.00 Php 281 1 Pc. Polygraphy Expanded A Modern Way Of Lie Detection Ignacio 2022 Php 1,577.00 Php 282 1 Pc. Ppdoc Security System (personnel, Physical & Document/information Security) Domingo/ Quizon 2022 Php 1,577.00 Php 283 1 Pc. Practical Guide In Doing Qualitative Criminological Research Ablaza 2022 Php 1,577.00 Php 284 1 Pc. Practice Skills In Social Work And Welfare \4ed.: More Than Just Common Sense Maidment, Jane 2023 Php 12,977.00 Php 285 1 Pc. Press Freedom Under Siege Reportage That Challenged The Marcos Doyo, Ma. Ceres 2022 Php 2,977.00 Php 286 1 Pc. Preventing Challenging Behavior In Your Classroom \2ed.: Classroom Management And Positive Support/2022 Tincani, Matt Php 10,777.00 Php 287 1 Pc. Primer To The Philippine Criminal Justice System Hibionada/ Guevara 2022 Php 1,577.00 Php 288 1 Pc. Privacy And The News Media Frost C2023 Php 4,877.00 Php 289 1 Pc. Productivity And Publishing: Writing Processes For New Scholars And Researchers/2022 Dowell, Margaret-mary Sul Php 14,877.00 Php 290 1 Pc. Professional Conduct And Ethical Standards 2nd Ed. Nabe 2023 Php 1,677.00 Php 291 1 Pc. Professional Development A Guide To Career Success Magalona.et Al 2023 Php 977.00 Php 292 2 Pc. Professional Development And Applied Ethics Danny A. Cabulay 2023 Php 1,177.00 Php 293 1 Pc. Professionalizing Teacher Education \1ed.: Performance Assessment, Standards, Moderation, And Evidence/2022 Wyatt-smith, Claire Php 11,477.00 Php 294 1 Pc. Protest Policing And Human Rights \1ed.: A Dialogical Approach Smith, Michael 2023 Php 12,577.00 Php 295 1 Pc. Psychiatric - Mental Health Nursing (l)/9th Videbeck 2023 Php 13,977.00 Php 296 1 Pc. Public Education In The Digital Age: Neoliberalism, Edtech, And The Future Of Our Schools/2023 Anderson, Morgan Php 12,877.00 Php 297 1 Pc. Purposive Communication In Diverse Contexts/2023 Josue Php 1,077.00 Php 298 1 Pc. Python For Cybersecurity: Using Python For Cyber Offence And Defense Poston Iii, Howard E. 2022 Php 8,777.00 Php 299 1 Pc. Qualitative Research In Marketing And Management: Doing Interpretive Research Projects Hackley C2023 Php 12,577.00 Php 300 1 Pc. Questioned Documents Exam.-an Instructional Material For Criminology Students With Laboratory Manual 2nd Edition Camara 2022 Php 1,577.00 Php 301 1 Pc. Race, Ethnicity & Society Patel 2023 Php 11,877.00 Php 302 1 Pc. Reading Visual Arts Elaine Grace J. Dizon 2022 Php 377.00 Php 303 1 Pc. Reflective Practice In Nursing \5ed.: Transforming Nursing Practice Esterhuizen, Philip 2023 Php 10,577.00 Php 304 1 Pc. Reflective Practice In Social Work 6e Mantell 2023 Php 11,577.00 Php 305 1 Pc. Remembering World War 11 In The Philippines ( Volume 2) 2022 Php 1,377.00 Php 306 1 Pc. Replace Your Salary By Investing: Save More, Invest Smart And Maximise Your Money Nash, Ben 2023 Php 8,777.00 Php 307 1 Pc. Risk Management As Applied To Safety Security And Sanitation 2nd Ed Somoray 2023 Php 1,077.00 Php 308 1 Pc. Rizal And The Development Of The Filipino Nationalism Garcia, Et Al. 2023 Php 1,377.00 Php 309 1 Pc. Sa Tuwing Ikaw Ay Tahimik: Mga Tula Alquisola, V. 2022 Php 1,177.00 Php 310 1 Pc. Saints Of Resistance: Devotions In The Philippines Under Early Spanish Rule Lee, Christina 2023 Php 977.00 Php 311 1 Pc. Sangguniang Aklat Ng Gramatika At Pagbuo Ng Mapa Sa… Alvarado,et Al 2023 Php 1,077.00 Php 312 1 Pc. Sapantahang Wika By Virgilio Almario Almario V 2022 Php 1,377.00 Php Item Qty. Unit Article And Description Ceiling Unit Price Total Price Office: Universidad De Manila Pr No. 406 Charge To: Textbooks And Instructional Materials Expenses Obr No. 100-2503-02058 Abc: Php1,790,738.00 313 1 Pc. Science, Technology And Society , 2nd Edition K.a. Aldea.et.al 2022 Php 977.00 Php 314 1 Pc. Securing A Continuum Of The Care:the Challenge Of A Fragmented Panelo,c. 2022 Php 3,077.00 Php 315 1 Pc. Security Officers Manual On Leadership And Management D. Bobier 2024 Php 1,577.00 Php 316 1 Pc. Sinesosyedad( Panunuri Ng Piling Pelikulang Panglipunan) Elmer B. De Leon 2023 Php 1,077.00 Php 317 1 Pc. Skill Acquisition In Sport Pb Hodges Php 11,877.00 Php 318 1 Pc. Social Work Practice In Health \2ed.: An Introduction To Contexts, Theories And Skills Petrakis, Mellissa 2023 Php 12,777.00 Php 319 1 Pc. Social Work/4th Ed. Fook, Jan 2023 Php 12,777.00 Php 320 1 Pc. Sociology And Social Work Cunningham, Jo 2022 Php 11,577.00 Php 321 1 Pc. Special Crime Investigation With Interview And Interrogation Protocols Domingo 2024 Php 1,577.00 Php 322 1 Pc. Special Penal Laws Volume Ii Tulalian 2022 Php 1,577.00 Php 323 1 Pc. Specialized Crime Investigation With Legal Medicine 2nd Edition Villaluz 2022 Php 1,577.00 Php 324 1 Pc. Sport Facility & Event Management Pb Aicher Php 17,677.00 Php 325 1 Pc. State And Local Public Finance \5ed. Fisher, Ronald C. 2023 Php 11,377.00 Php 326 1 Pc. Statistical Analysis For Business Sirug 2023 Php 1,377.00 Php 327 1 Pc. Statistics For Criminology And Criminal Justice Cano 2024 Php 19,577.00 Php 328 1 Pc. Stay Positive: Encouraging Quotes And Messages To Fuel Your Life With Positive Energy Gordon C2019 Php 6,277.00 Php 329 1 Pc. Strategic Business Analysis Eunice Mareth Q. Areola, Fernando V. Trinidad, Ramoncito P. Javier 2023 Php 977.00 Php 330 1 Pc. Strategic Business Analysis With Management Palma/simbillo 2023 Php 777.00 Php 331 1 Pc. Strategic Management Competitiveness & Globalization Concepts And Cases Hitt, Et Al 2023 Php 3,877.00 Php 332 1 Pc. Strategic Management- Concepts And Application E.b. Cabrera 2022 Php 1,177.00 Php 333 1 Pc. Strategic Management Of Technological Innovation Schilling C2023 Php 12,577.00 Php 334 1 Pc. Strategy In The New Age Of Capitalism Collaborative And Inclusive Approaches To Value Creation Poblador,niceto S. 2022 Php 1,577.00 Php 335 1 Pc. Strategy-driven Leadership: The Playbook For Developing Your Next Generation Of Leaders Couch C2023 Php 8,077.00 Php 336 1 Pc. Student's Manual On Evidence With Study Helps 2nd Edition Tulalian 2022 Php 1,577.00 Php 337 1 Pc. Survey Of Afro-asian Literature Escalada-cordova,uytico 2024 Php 777.00 Php 338 1 Pc. Synopsis Of Forensic Psychiatry Reddy 2022 Php 19,577.00 Php 339 1 Pc. Systemic Perspectives I Mental Health, Social Work & Youth Savenije, Anke 2023 Php 12,277.00 Php 340 1 Pc. Tales Of The Post- Plantation: Unlikely Protagonist Of Modern Phil.banana Society Thiers, R. 2023 Php 1,977.00 Php 341 1 Pc. Tatlong Larawan At Iba Pang Maikling Kuwento Elizerio,u.z 2022 Php 877.00 Php 342 1 Pc. Team Sports/2022 Teaza Php 1,577.00 Php 343 1 Pc. Technical English ( Investigative Report Writing ) For Criminology Students Zaspa 2022 Php 1,577.00 Php 344 1 Pc. Technical English 1 & 2 (legal Forms) For Criminology Students Balares 2023 Php 1,577.00 Php 345 1 Pc. Testing And Evaluation Of Strength And Power Pb Mcguigan Php 11,877.00 Php 346 1 Pc. The Age Of Sustainability Swilling C2023 Php 11,377.00 Php 347 1 Pc. The Art Of Self-discovery: An Understanding The Self Workbook-textbook Villanueva, Et Al 2023 Php 1,277.00 Php 348 1 Pc. The Blue Book : Reviewer For Board Licensure Examination For Criminologists Garcia 2024 Php 1,577.00 Php 349 1 Pc. The Collaborators:a Novel Tuvera, K. 2022 Php 977.00 Php 350 1 Pc. The Collected Stories Of Gregorio Brillantes Chua, J. 2023 Php 1,777.00 Php 351 1 Pc. The Comprehensive Firearms And Ammunition Regulation Act Of 2013 (r.a. No. 10591) Peckley 2023 Php 1,577.00 Php 352 1 Pc. The Contemporary World Mananay, Et Al. 2024 Php 1,077.00 Php 353 1 Pc. The Contemporary World: Looking Through The Lenses Of Globalization Bihasa,cr 2022 Php 1,277.00 Php Item Qty. Unit Article And Description Ceiling Unit Price Total Price Office: Universidad De Manila Pr No. 406 Charge To: Textbooks And Instructional Materials Expenses Obr No. 100-2503-02058 Abc: Php1,790,738.00 354 1 Pc. The Focus Of Special Crime Investigation Garcia 2023 Php 1,577.00 Php 355 2 Pc. The Fundamentals Of Taxation Hector S. De Leon 2022 Php 1,777.00 Php 356 1 Pc. The Future Of Geography: How The Competition In Space Will Change Our World (hardcover) Tim Marshall 2023 Php 5,877.00 Php 357 1 Pc. The Holy Wife: Stories Of Extraordinary Love Pantoja-manalac 2022 Php 877.00 Php 358 2 Pc. The Law On Transfer And Business Taxation Hector S. De Leon, Sr., Hector S. De Leon, Jr. 2022 Php 2,177.00 Php 359 1 Pc. The Life And Works Of Jose Rizal Balili Jr,et Al 2023 Php 877.00 Php 360 1 Pc. The Marcos Era: A Reader Anastacio 2022 Php 1,777.00 Php 361 1 Pc. The Motive: Why So Many Leaders Abdicate Their Most Important Responsibilities Lencioni C2020 Php 5,977.00 Php 362 1 Pc. The Myth Of The Barangay And Other Silenced Histories (reprint) Woods, D. 2023 Php 1,977.00 Php 363 1 Pc. The Sovereign Trickster: Death And Laughter In The Age Of Duterte Vicente L. Rafael 2022 Php 977.00 Php 364 1 Pc. Theoretical Basis For Nursing (l)/6th Mcewen 2023 Php 2,977.00 Php 365 1 Pc. Theories Of Crime Causation Salamanca, Et Al 2024 Php 1,577.00 Php 366 1 Pc. Therapeutic Community Modality 1 Foronda 2023 Php 1,577.00 Php 367 1 Pc. Therapeutic Modalities - A Textbook For Criminology Students And Practitioners Cuasay/ Apela 2022 Php 1,577.00 Php 368 2 Pc. Tour And Travel Management Maricel D. Herrera, Ferdinand Dondi C. Ocampo, Luzviminda O. Tugade, Cgsp 2022 Php 1,177.00 Php 369 2 Pc. Tourism Policy Planning And Development Reil G. Cruz 2022 Php 677.00 Php 370 1 Pc. Trafficking And Sex Work\1ed: Gender, Race And Public Order/2023 Darley, Mathilde 2023 Php 13,277.00 Php 371 1 Pc. Transfiguring Mindanao: A Mindanao Reader Jose Jowel Canuday,et Al 2022 Php 2,377.00 Php 372 2 Pc. Transportation Management Lynn U. Donesa, Lilibeth C. Aragon, Maria Crisitna N. Asuncion, April Grace M. Sacueza 2022 Php 777.00 Php 373 1 Pc. Tunogtugan Twenty Essays On Musical And Sonic Traditions Santos, Ramon Pagayon 2023 Php 2,477.00 Php 374 1 Pc. Tyranny Of The Minority: Why American Democracy Reached The Breaking Point (paperback) Steven Levitsky 2023 Php 6,677.00 Php 375 1 Pc. Ugat: Textbook In Reading Philippine History Salonga 2023 Php 877.00 Php 376 1 Pc. Understanding Human Rights And International Humanitarian Law : Human Rights Education 2nd Edition Dela Cruz 2023 Php 1,577.00 Php 377 1 Pc. Understanding The Self Atty.alden Reuben B. Luna 2022 Php 877.00 Php 378 1 Pc. Understanding The Self Developing Life Skills Obe Rev. Ed Magalona.et Al 2023 Php 1,477.00 Php 379 1 Pc. Untold Story Of The Most Remarkable Resistance Fighters Of The Pacific War Mckenna 2022 Php 1,577.00 Php 380 1 Pc. Values Education: Legal And Ethical Perspective, Penaflor,penaflor 2023 Php 1,377.00 Php 381 1 Pc. Victimology - A Comprehensive Guide To Practitioners Depayso 2022 Php 1,577.00 Php 382 1 Pc. Wild City A Photographic Guide To Amphibians,mammals,and Reptiles Of Metro Manila Gan, Jelaine, Et. Al 2023 Php 1,277.00 Php 383 1 Pc. Will You Tell Me What I Look Like (poems And Paintings) Coronel,r.a 2023 Php 1,377.00 Php 384 1 Pc. Workbook In Polygraphy The Science Of Lie Detection 2nd Edition Domingo 2022 Php 1,577.00 Php 385 1 Pc. Workbook On Customs Law Roxas 2023 Php 2,177.00 Php 386 1 Pc. Working In Community Health \1ed.: Foundations For A Successful Career Perrin, Karen M. 2023 Php 13,677.00 Php Xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx Per Lot Basis Total Php Printed Name/signature Tel. No/cellphone No. Date
Closing Date11 Apr 2025
Tender AmountPHP 1.7 Million (USD 31.4 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Combined Synopsis/solicitation Notice combined Synopsis/solicitation Notice page 3 Of 3 combined Synopsis/solicitation Notice *= Required Field combined Synopsis/solicitation Notice page 1 Of 3 (i) This Is A Combined Synopsis/solicitation For Commercial Services Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. (ii) Solicitation 36c24725q0296 Is Issued As A Request For Quotation (rfq). (iii) The Solicitation Incorporates Provisions And Clauses In Effect Through Federal Acquisition Circular 2025-02, Dated 01-03-2025. (iv) This Solicitation Is Set-aside Exclusively For Service-disabled Veteran-owned Small Business Concerns. To Be Considered For Award Prospective Offerors Must Be Registered And Active In The System For Award Management (www.sam.gov) And Sba Verified Sdvosb Veteran Small Business Certification Veteran Small Business Certification (vetcert) (https://veterans.certify.sba.gov/) Concern Verified At The Date And Time Set For Receipt Of Offers. An Offeror, Who Is Not Sam Registered Or Sba Vet Cert Verified Sdvosb Concern At The Date And Time Set For Receipt Of Offers Will Have Their Offer Rejected As Non-responsive And Will Not Be Considered For Award. The Applicable Naics Code For This Solicitation Is 562211, Small Business Size Standard $47.0 Million. Applicable Wage Determination Wd # 2015-4609, Revision 24, Dated 12/23/2024 Is Incorporated. (v) Contractor Shall Provide Quote For Services A Base Plus (4) Four Option Years. (vi) Price/cost Schedule item Information item Number description Of Supplies/services quantity unit unit Price amount 0001 12.00 mo __________________ __________________ contractor Shall Perform Regulated Medical Waste (rmw) Pick Up/disposal Services In Accordance With The Statement Of Work (sow). This Service Includes But Is Not Limited To Items Contaminated With Blood And Body Fluids/waste, Chemotherapy Wastes, Sharps, Pathological And Microbiological Waste Or Other Potentially Infectious Materials And The Collection, Packaging, Transport, And Incineration Or Otherwise Disposal Of Medical Waste Materials In Accordance With All Applicable Environmental Protection Agency (epa), Food And Drug Administration (fda), Department Of Transportation (dot), Occupational Safety And Health Administration (osha) And Any Other State And Federal Requirements Or Guidelines. contract Period: Base pop Begin: 04-01-2025 pop End: 03-31-2026 1001 12.00 mo __________________ __________________ contractor Shall Perform Regulated Medical Waste (rmw) Pick Up/disposal Services In Accordance With The Statement Of Work (sow). This Service Includes But Is Not Limited To Items Contaminated With Blood And Body Fluids/waste, Chemotherapy Wastes, Sharps, Pathological And Microbiological Waste Or Other Potentially Infectious Materials And The Collection, Packaging, Transport, And Incineration Or Otherwise Disposal Of Medical Waste Materials In Accordance With All Applicable Environmental Protection Agency (epa), Food And Drug Administration (fda), Department Of Transportation (dot), Occupational Safety And Health Administration (osha) And Any Other State And Federal Requirements Or Guidelines. contract Period: Option 1 pop Begin: 04-01-2026 pop End: 03-31-2027 2001 12.00 mo __________________ __________________ contractor Shall Perform Regulated Medical Waste (rmw) Pick Up/disposal Services In Accordance With The Statement Of Work (sow). This Service Includes But Is Not Limited To Items Contaminated With Blood And Body Fluids/waste, Chemotherapy Wastes, Sharps, Pathological And Microbiological Waste Or Other Potentially Infectious Materials And The Collection, Packaging, Transport, And Incineration Or Otherwise Disposal Of Medical Waste Materials In Accordance With All Applicable Environmental Protection Agency (epa), Food And Drug Administration (fda), Department Of Transportation (dot), Occupational Safety And Health Administration (osha) And Any Other State And Federal Requirements Or Guidelines. contract Period: Option 2 pop Begin: 04-01-2027 pop End: 03-31-2028 3001 12.00 mo __________________ __________________ contractor Shall Perform Regulated Medical Waste (rmw) Pick Up/disposal Services In Accordance With The Statement Of Work (sow). This Service Includes But Is Not Limited To Items Contaminated With Blood And Body Fluids/waste, Chemotherapy Wastes, Sharps, Pathological And Microbiological Waste Or Other Potentially Infectious Materials And The Collection, Packaging, Transport, And Incineration Or Otherwise Disposal Of Medical Waste Materials In Accordance With All Applicable Environmental Protection Agency (epa), Food And Drug Administration (fda), Department Of Transportation (dot), Occupational Safety And Health Administration (osha) And Any Other State And Federal Requirements Or Guidelines. contract Period: Option 3 pop Begin: 04-01-2028 pop End: 03-31-2029 4001 12.00 mo __________________ __________________ contractor Shall Perform Regulated Medical Waste (rmw) Pick Up/disposal Services In Accordance With The Statement Of Work (sow). This Service Includes But Is Not Limited To Items Contaminated With Blood And Body Fluids/waste, Chemotherapy Wastes, Sharps, Pathological And Microbiological Waste Or Other Potentially Infectious Materials And The Collection, Packaging, Transport, And Incineration Or Otherwise Disposal Of Medical Waste Materials In Accordance With All Applicable Environmental Protection Agency (epa), Food And Drug Administration (fda), Department Of Transportation (dot), Occupational Safety And Health Administration (osha) And Any Other State And Federal Requirements Or Guidelines. contract Period: Option 4 pop Begin: 04-01-2029 pop End: 03-31-2030 grand Total __________________ (vii) Description Of Requirement: statement Of Work regulated Medical Waste And Sharps Removal Services tuscaloosa Va Medical Center a. General Information: 1. Title Of Project: Regulated Medical Waste And Sharps Removal Services 2. Location Of Services: Tuscaloosa Va Medical Center, 3701 Loop Road East, Tuscaloosa, Al 35404 3. Location Of Sharps/bio-hazard Containers: building room Number quantity 137 4-117 1 137 14-117 1 137 14-106 1 137 3117 1 137 3104 1 137 d3-101 1 137 e3-107 2 137 e3-117 1 137 g3-101 1 137 g3-116 2 137 h3-113 1 137 13-100 1 137 12-117 2 135 g-15 1 135 g-17 1 135 g18 1 135 g19 1 135 g21 1 135 g23 1 135 g23 1 135 g26 1 135 g25 1 135 g27 1 135 g31 1 135 g32 1 135 g33 1 135 g34 1 135 g42 1 38 210 1 38 211 1 38 212 1 38 213 1 38 214 1 38 206 1 38 207 1 38 240 1 38 242 1 38 243 1 38 244 1 38 243 1 38 243a 1 38 227 1 38 241 1 38 241a 1 38 243 1 38 251 1 38 252 1 38 254 1 38 111 1 38 112 1 38 113 1 38 114 1 38 115 1 38 110 1 38 109 1 38 106 1 38 104 1 38 143 1 38 133 1 38 133b 1 38 141 1 38 142 1 38 142a 1 38 143 1 38 144 1 38 144a 1 38 145 1 38 152 1 38 152a 1 38 153 1 38 155 1 1 314 2 1 308 1 1 323 1 1 420 1 phar-135 g12, G58 2 phar-145 tbd 2 eye 20a 1 dental 41b, 41e, 41h, 41j, 41m, 41n, 41p, 41q 1 lab-135 123, 128, 128a, 128c, 133, 133b, 133d 25 18 108 1 146 19, 30 2 147 19 2 149 23, 33, 45, 69, 79 9 61 a37 1 61 b-20 3 61 b23 2 61 d20 1 61 d-22 3 cage-3 n/a (storage) 69 (estimated) 3. Period Of Performance: Base Plus Four (4) Option Years As Follows: base Year: April 1, 2025 March 31, 2026 option Year #1: April 1, 2026 March 31, 2027 option Year #2: April 1, 2027 March 31, 2028 option Year #3: April 1, 2028 March 31, 2029 option Year #4: April 1, 2029 March 31, 2030 4. Type Of Contract: Firm Fixed Price 5. Days And Hours Of Operation: The Tuscaloosa Vamc Business Days And Hours Are Monday Through Friday 8:00 Am- 4:30 Pm, Central Standard Time, Excluding Federal Holidays. Federal Holidays Are New Year S Day, Martin Luther King Birthday, President S Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran S Day, Thanksgiving Day, And Christmas Day. B. General Requirments: 1. The Contractor Shall Provide All Labor, Supervision, Transportation, Supplies, Equipment Necessary To Pick Up And Transport Regulated Medical Waste (rmw) To Include The Pickup Of Sharps And Bio-hazard Waste. 2. The Contractor Shall Collect, Transport, And Dispose Of Rmw And Sharps. Should Be Treated By Autoclaving Or By Means As Regulated By The Alabama Department Of Environmental Management, And In Accordance With Federal, State And Local Laws And Regulations. 3. Pickup Of Full Sharps And Rmw Shall Be Twice Every Week On Wednesdays From The Locked Cage Located In Building 3. Twice Per Week The Contractor Should Pick Up From All Units As Listed In The Above Table. Contractor Is To Check In With The Cor Or Chief Ems. 4. This Medical Facility Has As Estimate 19,102 Pounds Of Rmw That Is Disposed Of Per Year And 13,000 Pounds Of Sharps And Bio-hazardous Waste Per Year. 5. Types Of Rmw Include, But Are Limited To The Following: a. Pathological Waste B. Cultures, Stocks And Vaccines C. All Used And Unused Sharps D. Blood, Blood Products, Other Potentially Infectious Body Fluids And Contaminated Items E. Pharmaceuticals (controlled, Outdated And Vaccines) **will Not Be Separated note: Please Be Advised That All Personnel Of The Awarded Contractor Must Have A Completed Tuberculosis Skin (tb) Test In Order To Work In Patient Areas. The Tb Skin Test Will Be At The Expenses Of The Contractor And Proof Of The Test Must Be Submitted To The Contracting Officer Representative (cor) Prior To Any On-site Services Conducted At The Tvamc. c. Specific Services: 1. Provide And Service Reusable Sharps Containment System: a. Contractor Shall Provide Labor, Transportation, Collection, Removal, Treatment And Destruction Services Including A Reusable Sharps Containment System Compliant With Centers For Disease Control (cdc) And National Institute For Occupational Safety And Health (niosh) Guidelines For The Storage, Transport And Shipment Of Regulated Medical Waste. b. A Minimum Of 90 Containers Are Needed Bi-weekly At The Tvamc. For Start Up Purposes, A Total Of 196 Containers Are Needed As Follows: 2 Gallon 64 4 Gallon 36 7 Gallon 96 c. Contractor Shall Provide Rigid Puncture Resistant Sharps Containers That Meet The American Society For Testing Materials (astm) Standard F2131-01 "standard Specification For Puncture Resistance Of Materials Used In Containers For Discarded Medical Needles And Other Sharps" d. Contractor Shall Provide Sharps Containers That Include Appropriate Sizes And Shapes, Opening Types (vertical Drop) And Closures (locking Mechanism), Mounting Brackets, Carts With Casters (to Hold And Transport), Training, And Replacement For Sharps Collection And Containment Of Sharps Waste (defined Below). e. Sharps Containers Shall Be Of The Type That Lends Itself To Privacy Of Patient Information (example- Be Of Solid Red In Color). Each Container Shall Meet All Requirements Of The Occupational Safety And Health Administration (osha) Regulation 29 Cfr 1910.1030 'bloodborne Pathogens" And Be Registered As A Sharp Waste Container With The Food And Drug Administration (fda). f. Contractor Shall Provide Labor, Tools, Materials, Supplies, Appropriate Equipment, Transportation, And Supervision Necessary To Pick Up, Store, Transport, Decant, And Clean/sterilize Containers As Well As Destroy, Dispose Of, Document, And Invoice For Waste Removed From The Containers. Special Function Items Such As, But Not Limited To, Funnel Tops, Traps, Wall Cabinets And Related Hardware, Shall Be Supplied By The Contractor At No Additional Cost To The Va. g. "sharps Infectious Waste" Shall Be Considered For The Purpose Of This Contract To Include Hypodermic Needles, Syringes And Scalpel Blades. The Term Does Not Include Any Hazardous Waste, Radioactive Waste, Or Pharmaceuticals. The Medical Center Will Be Responsible For The Segregating Of All Waste In Accordance With Federal, State, And Local Requirements. h. The Contractor Shall Provide A Supply Of Clean/sterilized, Dry And Free Of Odors, Reusable Sharps Containers To Be Kept On Site To Be Used In The Event That A Container Does Become Full Prior To The Contractor's Scheduled Exchange Visit And An Environmental Management Service (ems) Staff Member Will Then Replace Full Container With A New Empty One. Exact Storage Location To Be Determined By Ems. i. Contents Of Containers Shall Be Transported Off Station And Disposed Of As Rmw. The Contaminated Reusable Sharps Containers Shall Be Cleaned, Disinfected, And Sterilized For Reuse. Reusable Sharps Containers Shall Not Be Cycled Through More Than 500 Times Or As Stated And Allowed By Applicable And Current Regulations. The Cost Of Any Replacement Sharps Containers Shall Be At The Contractor's Expense. j. All Containers Shall Be Clearly Labeled With Biohazard Symbol And The Word "biohazard' Displayed On Them Along With Barcode. k. The Contractor Will Provide Red Bags/liners For The Re-useable Plastic Containers As Needed, Or Upon Request. We Will Require 8- And 15-gallon Bags, Using An Estimated 1,200 Bags Per Year For Each Size. l. In Additional To Re-useable Containers, Contractor Will Provide Red Bags For Use In Emergencies. 2. Provide Regulated Medical Waste (rmw) Collection And Disposal Services a. Contractor Shall Provide Services Including The Provision Of Containers And Labels For Regulated Medical Waste; Pickup Of All Regulated Medical Waste Streams To Include Sharps; Storage And Transport; Decanting, Examination, Appropriate Treatment, Disposal, And Documentation Of Quantities And Weights Of Waste; Cleaning Of Containers; And Provision Of Legal Manifest Which Accurately Documents The Chain Of Custody From Point Of Pickup To Final Disposition. b. The Estimated Quantity Of Waste Pickup Is Established In Section B2 Price/cost Schedule. c. Contractor Will Pick Up Medical Waste And Sharps From The Units As Listed In Section A3 And Take To Building 3, Locked Cage. The Contractor Will Pick Up And Dispose Of Rmw And Sharps From The Containers Behind Building 3 In The Locked Cage. d. Regulated Medical Waste Containers: Containers Shall Be Made Of Rigid Plastic Construction Designed To Prevent Puncture By Needles And Other Sharps, Capacity Not To Exceed 96-gallons, (minimum Of 26 Wheeled Totes Are Needed In The Catchment Area) And Shall Include Locking Safety Handles Along With Appropriate Bio-hazard Warning Symbols Approved By The State And Federal Regulatory Agencies. Contractor Shall Maintain The Re-used Containers And Equipment In A State Of Satisfactory Repair (no Broken Wheels Or Lids, Sharp Points) And Appearance (free Of Dirt/old Paper Stickers) As Determined By The Cor. Contractor Shall Have Containers Disinfected Inside And Out And Free Of Moisture Using The Centers For Disease Control (cdc) Approved Disinfectant Before Returning Them To The Medical Center Or Clinics For Use. Safety Data Sheet (sds) Information Shall Be Provided By The Contractor To The Cor Prior To Use. e. Medical Waste And Sharps Should Be Disposed Of By Autoclaving. d. Safety Requirements And Training: a. Contractor Vehicles, Carts, Materials, Or Supplies Shall Not Be Left Unattended. Vehicles Shall Be Parked Only In Designated Area As Provided By Ems Staff. b. Contractor Shall Ensure That Its Staff Who Drive On Va Property Are Professional, Comply With All Facility Policies Such As Zero Tolerance For Sexual Harassment And Violence In The Workplace, Drug-free Workplace, Safety, And Be Appropriately Dressed. c. Contractor Shall Ensure That Facility Standards Are Followed Along With The Joint Commission Standards. Contractor Is Solely Responsible For Any And All Spills Or Leaks During The Performance Of The Contract. d. The Contractor Agrees To Clean Up Such Spills And/or Leaks To The Satisfaction Of The Government In A Manner Which Satisfies The Applicable Regulations, At No Cost To The Government e. The Contractor Shall Report To The Va Safety Officer Via The Cor All Spills, Regardless Of Quantity And All Personnel Exposures. Such Reports Shall First Be Reported By Telephone Within 30 Minutes Following The Incident And Shall Have A Follow Up In Writing No Later Than Seven (7) Days After The Initial Report. When Reporting A Spill, The Following Information Shall Be Furnished (1) Quantity Spilled; (2) Exact Location Of Spill; (3) Containment Procedures Initiated; (4) Clean-up And Disposal Procedures; (5) Personal Injury Involved; (6) Assistance Required; And (7) A Narrative Summarizing All On-scene Visits Made By Local, State, And Federal Officials. f. Contractor Shall Not Dispose Of Any Chemical Containers Contaminated By Cleaning Chemicals In Any Location In The Facility Except As Specified By The Cor. g. Contractor Shall Comply With All Applicable Federal, State, County Regulations On Workers' Safety Standards And Related Training. h. All Contractor Personnel Involved In The Performance Of This Contract Shall Have Received Training Regarding The Handling Of Infectious Materials, And Emergency Procedures To Be Followed In Case Of A Spill Before Starting Work Under This Contract. i. Certification Of Such Training Shall Be Provided Within (fifteen) 15 Days Of Receiving Notice Of Award Of The Contract. Certification For Any New Contract Employees Shall Be Provided To The Contracting Officer Within Thirty (30) Days Of Receipt Of The Training. e. Contractor Submittals: a. Prior To Commencement Of Any Work, The Contractor And Employees Working On This Contract Shall Submit To The Cor And/or Contracting Officer: contractor Shall Be Properly Licensed By Federal, State And Local Authorities To Provide Pickup, Removal And Disposal Of Bio-hazardous Waste And Insured. contractor Shall Attach Copies Of Licenses, Permits, And Proof Of Insurance Indicated Above With Their Quote At Time Of Offer Due Date And Shall Maintain All Required Licensing, Permitting, And Insurance Throughout The Life Of The Contract. contractor Shall Provide Name, Address, Contact Name And Telephone Number Of All Disposal Facilities To Be Used Under This Contract, With Their Offer At Time Of Offer Due Date. contractor Shall Make Complete Distribution Of The Waste To A Reliable Licensed Facility Approved By All Federal, State, And Local Regulatory Bodies For Disposal. the Contractor Shall Identify A Person Who Shall Be Responsible For The Performance Of Work. The Name And Phone Number Shall Be Provided To The Contracting Officer At The Time Of Offer. the Contractor Shall Establish And Maintain A Complete Quality Control Program To Assure The Requirements Of The Contract Are Provided As Specified. The Contractor Shall Provide A Copy Of Their Quality Control Program To The Contracting Officer At The Time Of Offer. the Contractor Shall Develop And Submit To The Contracting Officer, A Copy Of Their Contingency Plan In The Event Of Vehicle Breakdown, Disposal Facility Breakdown, Natural Disaster, Or Employee Strike At The Time Of Offer. The Contingency Plan Will Include Notification Procedures For Informing The Contractor Officer Representative (cor)/generator Of Any Actuation Of The Contingency Plan To Prevent Possible Violation Of Interstate Laws. f. Contractor Qualifications: all Personnel Of The Awarded Contractor Must Have A Completed Tuberculosis Skin (tb) Test In Order To Work In Patient Areas. The Tb Skin Test Will Be At The Expense Of The Contractor And Proof Of The Test Must Be Submitted To The Contracting Officer Representative (cor) Prior To Any On-site Services Conducted At The Tvamc. contractor Must Provide A Copy Of The State Department Of Environmental Management, notification Of Permit By Rule Operations Solid Waste Collection Operation Permit, Transporter Permit. g. Manifest Documentation/report a. Contractor Will Make Pickups At The Designated Pick Up Points Between The Hours Of 8 Am And 2:30 P.m. (weekdays). b. The Contractor Shall Provide Tracking Of Medical Waste From The Point Of Pickup, Through Use Of An Epa, Deq For Applicable State, And Dot Approved Manifest System. c. The Contractor Shall Provide Hard Copy Documentation (manifest Sheets) To The Cor, Indicating Time And Date Of Pickup, Time And Date Of Autoclaving, And Weight Of Each Container Received At The Time Of Pick Up. d. Contractor Staff Shall Engage Only Authorized Ems Staff (cor Or Designee) To Sign Manifests Of Waste In Accordance With Dot And State Requirements. Contractor Shall Provide Final Copy Of Manifests Within Two (2) Weeks After The End Of The Month Of Service. e. Contractor Shall Provide The Weights Of Medical Waste Processed For Each Facility Site At The End Of Each Month. These Weights May Be Included On The Monthly Invoice But Must Be Provided Monthly. f. Contractor Will Provide All The Necessary Labels To Designate The Type Of Medical Waste Contained In Each Container (medical Waste) h. Quality Control/assurance (contractor): a. The Contractor Shall Establish And Maintain A Complete Quality Control/assurance Program To Assure The Requirements Of The Contract Are Provided As Specified. b. The Contractor Shall Provide A Copy Of Their Quality Control/assurance Plan To The Contracting Officer With Their Quote At Time Of Offer Due Date. i. Quality/performance Requirements Summary a. As Stated Above, The Contractor Shall Be Responsible For Their Own Internal Quality Control Program. The Government Will Perform Surveillance Of The Contractor's Performance Using The Performance Work Statement And The Performance Requirements Summary (see Technical Exhibit 1) On The Next Page To Determine If The Contractor Exceeds, Meets, Or Does Not Meet These Standards. The Fact That The Government Is Performing Surveillance Of The Contractor's Performance Does Not In Any Way Relieve The Contractor From Performing Their Own Surveillance And Maintaining Acceptable Quality Levels. b. Performance Requirements Summary Matrix: 1. The Government Shall Use These Standards To Determine Contractor Performance And Shall Compare Contractor Performance To The Acceptable Quality Level (aql). technical Exhibit 1 performance / Requirement Indicator performance Standard performance Measure (aql) monitoring Method / Method For Surveillance incentive waste Collection/pickup Form Both Rmw And Sharps Containers (sections 3a And 3b) within Time Specified 100% (no Deviation) direct Observation, Random Sampling By Cor And Customer Complaints positive Past Performance & Exercise Of Option Year Periods treat And Disposal Of Waste (section 3) dispose Of In Accordance With Osha, Epa, And Local, Stated, And Federal Regulations 100% (no Deviation) direct Observation, Random Sampling By Cor positive Past Performance & Exercise Of Option Year Periods provide Copies/access To Documentation (manifest Sheets) To The Cor, Indicating Time And Date Of Pickup, Time And Date Of Autoclaving, And Weight Of Each Container Received At The Time Of Pick-up (section 6) provide At The Time Of Pickup 100% (no Deviation) direct Observation, Random Sampling By Cor positive Past Performance & Exercise Of Option Year Periods pick-up, Disposal Documents The Contractor Shall Provide Copy Of Monthly Record Of The Weights For Medical Waste (manifests) Picked Up And Disposed Of. (section 6) final Documents Received Within 2 Weeks, Following The End Of The Month 100% (no Deviation) direct Observation, Random Sampling By Cor positive Past Performance & Exercise Of Option Year Periods (viii) Far 52.212-1, Instructions To Offerors Commercial Items (sep 2023), Applies To This Solicitation. The Following Provisions And Clauses Are Added As Addenda: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/index.asp far Number title date 52.204-7 system For Award Management oct 2018 52.204-16 commercial And Government Entity Code Reporting aug 2020 52.229-11 tax On Certain Foreign Procurements--- Notice And Representation jun 2020 852.233-70 protest Content/alternative Dispute Resolution oct 2018 852.239-75 information And Communication Technology Accessibility Notice feb 2023 addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Following Provisions Are Incorporated Into 52.212-1 As An Addendum To This Solicitation: the Offeror Shall Submit Their Quote On Company Letterhead. The Offeror S Quote Shall Include The Name, Address, And Telephone Number Of The Offeror, The Offeror S Uei# And Orca Document, In Sam At (https://sam.gov) , And A Completed Copy Of 52.212-3 Offeror Representations And Certifications- Commercial Items. All Fillable Documents Are Required For Submission. Submission Of Vaar 852.219-75 Certification Completely Filled Out Is Required. acknowledgement Or Signed Copy Of All Amendments Posted To The Solicitation And Signed 1449. all Offerors Must Meet The Small Business Size Standard Of $47m For Naics Code 562211 Hazardous Waste Treatment And Disposal At The Time Of Submission Of Quote And At The Time Of Award. All Offerors Must Be Registered In Veterans Small Business Certification () And Sam At The Time Of Quote Submittal. an Offeror Must Be Sdvosb Verified (reference Vaar 852.219-73) At Time Of Quote Submission And At Time Of Award. Vaar 852.219-75 Certification Are A Submission Requirement And Shall Be Submitted Electronically. an Offeror Shall Indicate In Its Quote Whether It Will (1) Self-perform 100% Of The Requirement, Or (2) Subcontract Any Portion Of The Requirement. If The Offeror Intends To Subcontract Any Portion Of The Requirement, The Offeror Shall Provide A Subcontracting Plan That Includes A Percentage Breakdown Evidencing How The Offeror Will Comply With The Limitations On Subcontracting In 13 Cfr 125.6(a)(1). Failure To Provide The Required Information May Result In An Offeror S Quote Being Rejected Without Further Consideration. If The Offeror Plans On Using Subcontractors, You Must Provide A Subcontracting Plan To Include: a. Business Name b. Business Size c. Work They Will Be Performing, To Include % Of Work On Contract d. % Of Payment To Be Receive Of Total Contract Amount 7. Price: The Offeror Shall Fill-in All Unit Prices And Totals For Each Clin As Well As The Total Amount Of The Price Quote In The Solicitation S Price Schedule. 8. Technical: The Offeror Shall Demonstrate In Its Quote In As Much Detail As Possible How It Will Meet The Tusacaloosa Va Medical Center, Tuscaloosa, Al- Regulated Medical Waste And Sharps Removal Services Requirement As Described In The Solicitation S Statement Of Work. 9. Past Performance: The Offeror Is Required To Provide A Minimum Of Two (2) Past Performance Reference For Similar Services Within The Last Four (4) Years, Either Governmental Or Commercial Entity, In Response To This Solicitation, To Include Place, Size, And Years Of Service Performed. If No Past Performance Is Available, You Must Address This In Your Offer. Past Performance Will Be Reviewed As Part Of The Responsibility Determination Only. 10. All Questions Should Be Emailed To Laterrica.sewell@va.gov By Thursday, January 30, 2025, At 10:00am Est.. No Late Submissions Will Be Accepted. All Responses To Questions Shall Be Incorporated Into A Written Amendment Posted To The Government Point Of Entry (gpe). The Offeror Is Encouraged To Monitor The Gpe, Sam Website With Respect To This Solicitation Because Any Amendments To This Solicitation Will Be Posted On The Website (https://.sam.gov). there Will Be No Automated Email Notification Of Amendments. 11. Quotes Must Be Received By Thursday, February 13, 2025, At 10:00am Est. Email Your Quote To Laterrica.sewell@va.gov. The Subject Line Must Have The Solicitation The Offeror Is Responding To Listed. There Will Be No Automated Email Notification Of Receipt Of Quotes. All Quotes Received Without Requested Documentation Will Not Be Considered. a. The Offeror Will Submit All Documents In Pdf Form, Preferably One Document, With No More Than Ten (10) Pages. Not Providing All The Required Documents Above Along With Not Following The Instructions For Submission Will Result In An Unacceptable Quote. (end Of Provision) ix. Far 52.212-2, Evaluation Commercial Items (nov 2021), Applies To This Solicitation. basis For Award: This Request For Quote (rfq) Is Issued In Accordance With Far 12 And In Conjunction With Simplified Acquisition Procedures Far 13.5. Evaluation Of Price And Other Factors Will Be Performed In Accordance With Procedures Outlined In Far 13.106-3. A Single Award Will Be Made To The Offeror Who Represents The Best Value Utilizing Comparative Analysis, Considering, Technical, Past Performance, And Price. the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: technical: The Technical Evaluator Will Evaluate The Offerors Quote To Fulfill This Requirement. The Offeror Will Show Its Understanding Of The Requirement And The Viability Of Its Quote By Demonstrating Its Plan Of Action To Provide This Service, Demonstration Of Knowledge Of The Service And Ability To Perform By Providing A Detailed Plan Of Equipment And Personnel Required To Fulfill The Need And The Procedures You Will Use While Executing The Requirement. this Description Shall Include: offer Must Be In Business For Two Or More Years. offeror Must Provide Capabilities Statement Specifying The Ability To Provide Service Directly Related To Regulated Medical Waste And Sharps Removal Services Outlined In The Statement Of Work (sow). details Of The Vendor S Internal Quality Assurance Plan. past Performance: The Offeror Is Required To Provide A Minimum Of Two (2) Past Performance References For Similar Services Within The Last Two (2) Years, Either Governmental Or Commercial Entity, In Response To This Solicitation, To Include Place, Size, And Years Of Service Performed. If No Past Performance Is Available, You Must Address This In Your Offer. Past Performance Will Be Reviewed As Part Of The Responsibility Determination Only. price. The Vendor Is Required To Quote A Fully Burdened Fixed Price For The Clin Structure As Shown In Section Vi. Insert The Quoted Unit And Extended Prices In Contract Line-item Number (clin) 0001 Through 4001. All Unit Prices Shall Be Represented In Two Decimal Positions Only. Example: $0.27, Not $0.27458. The Government Shall Evaluate Price To Determine If It Is Considered Fair And Reasonable In Accordance With Far Part 13.106-3. (b) Options. The Government Will Consider Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). This Includes Options Under Far 52.217-8, Option To Extend Services, Which Applies To This Solicitation. Evaluation Of Options Under Far 52.217-8 Will Be Accomplished By Adding Six Months Of The Quoter's Price For The Last Potential Period Of Performance Under This Contract To The Quoter's Total Price. For Example, If The Contract Includes Option Periods That Are Exercisable Under Far 52.217-9, The Quoter's Total Price For The Purpose Of Evaluation Will Include The Base Period, All Option Periods, And An Additional Six Months Of The Last Option Period. Quoters Must Price Only The Base And Option Periods Specified In The Contract Line-item Numbers (clins) And Shall Not Submit A Price For The Potential Six-month Extension Of Services Under Far 52.217-8. The Government Reserves The Right To Exercise The Option Under Far 52.217-8 Before The End Of Any Of The Contractor's Performance Periods And Will Be Exercised At The Price And/or Rates In Effect At The Time The Clause Is Exercised. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). a Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. (end Of Provision) 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) The Offeror Shall Not Complete The Representation At Paragraph (d)(1) Of This Provision If The Offeror Has Represented That It Does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument In Paragraph (c)(1) In The Provision At 52.204 26, Covered Telecommunications Equipment Or Services Representation, Or In Paragraph (v)(2)(i) Of The Provision At 52.212 3, Offeror Representations And Certifications Commercial Products And Commercial Services. The Offeror Shall Not Complete The Representation In Paragraph (d)(2) Of This Provision If The Offeror Has Represented That It Does Not Use Covered Telecommunications Equipment Or Services, Or Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services In Paragraph (c)(2) Of The Provision At 52.204 26, Or In Paragraph (v)(2)(ii) Of The Provision At 52.212 3. (a) Definitions. As Used In This Provision Backhaul, Covered Telecommunications Equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry, Roaming, And Substantial Or Essential Component Have The Meanings Provided In The Clause 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (b) Prohibition. (1) Section 889(a)(1)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115 232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. Nothing In The Prohibition Shall Be Construed To (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (2) Section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115 232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. Nothing In The Prohibition Shall Be Construed To (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (c) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For Covered Telecommunications Equipment Or Services. (d) Representations. The Offeror Represents That (1) It [ ] Will, [ ] Will Not Provide Covered Telecommunications Equipment Or Services To The Government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument Resulting From This Solicitation. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(1) Of This Section If The Offeror Responds Will In Paragraph (d)(1) Of This Section; And (2) After Conducting A Reasonable Inquiry, For Purposes Of This Representation, The Offeror Represents That It [ ] Does, [ ] Does Not Use Covered Telecommunications Equipment Or Services, Or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(2) Of This Section If The Offeror Responds Does In Paragraph (d)(2) Of This Section. (e) Disclosures. (1) Disclosure For The Representation In Paragraph (d)(1) Of This Provision. If The Offeror Has Responded Will In The Representation In Paragraph (d)(1) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i) For Covered Equipment (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Original Equipment Manufacturer (oem) Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (ii) For Covered Services (a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Product Service Code (psc) Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (2) Disclosure For The Representation In Paragraph (d)(2) Of This Provision. If The Offeror Has Responded Does In The Representation In Paragraph (d)(2) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i) For Covered Equipment (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (ii) For Covered Services (a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Psc Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (end Of Provision) 52.204-29 Federal Acquisition Supply Chain Security Act Orders Representation And Disclosures (dec 2023) (a) Definitions. As Used In This Provision, Covered Article, Fascsa Order, Intelligence Community, National Security System, Reasonable Inquiry, Sensitive Compartmented Information, Sensitive Compartmented Information System, And Source Have The Meaning Provided In The Clause 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (b) Prohibition. Contractors Are Prohibited From Providing Or Using As Part Of The Performance Of The Contract Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Prohibition Is Set Out In An Applicable Federal Acquisition Supply Chain Security Act (fascsa) Order, As Described In Paragraph (b)(1) Of Far 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (c) Procedures. (1) The Offeror Shall Search For The Phrase Fascsa Order In The System For Award Management (sam)(https://www.sam.gov) For Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If There Is An Applicable Fascsa Order Described In Paragraph (b)(1) Of Far 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (2) The Offeror Shall Review The Solicitation For Any Fascsa Orders That Are Not In Sam, But Are Effective And Do Apply To The Solicitation And Resultant Contract (see Far 4.2303(c)(2)). (3) Fascsa Orders Issued After The Date Of Solicitation Do Not Apply Unless Added By An Amendment To The Solicitation. (d) Representation. By Submission Of This Offer, The Offeror Represents That It Has Conducted A Reasonable Inquiry, And That The Offeror Does Not Propose To Provide Or Use In Response To This Solicitation Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Covered Article Or The Source Is Prohibited By An Applicable Fascsa Order In Effect On The Date The Solicitation Was Issued, Except As Waived By The Solicitation, Or As Disclosed In Paragraph (e). (e) Disclosures. The Purpose For This Disclosure Is So The Government May Decide Whether To Issue A Waiver. For Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Covered Article Or The Source Is Subject To An Applicable Fascsa Order, And The Offeror Is Unable To Represent Compliance, Then The Offeror Shall Provide The Following Information As Part Of The Offer: (1) Name Of The Product Or Service Provided To The Government; (2) Name Of The Covered Article Or Source Subject To A Fascsa Order; (3) If Applicable, Name Of The Vendor, Including The Commercial And Government Entity Code And Unique Entity Identifier (if Known), That Supplied The Covered Article Or The Product Or Service To The Offeror; (4) Brand; (5) Model Number (original Equipment Manufacturer Number, Manufacturer Part Number, Or Wholesaler Number); (6) Item Description; (7) Reason Why The Applicable Covered Article Or The Product Or Service Is Being Provided Or Used; (f) Executive Agency Review Of Disclosures. The Contracting Officer Will Review Disclosures Provided In Paragraph (e) To Determine If Any Waiver May Be Sought. A Contracting Officer May Choose Not To Pursue A Waiver For Covered Articles Or Sources Otherwise Subject To A Fascsa Order And May Instead Make An Award To An Offeror That Does Not Require A Waiver. (end Of Provision) 52.233-2 Service Of Protest (sep 2006) Protests, As Defined In Section 33.101 Of The Federal Acquisition Regulation, That Are Filed Directly With An Agency, And Copies Of Any Protests That Are Filed With The Government Accountability Office (gao), Shall Be Served On The Contracting Officer (addressed As Follows) By Obtaining Written And Dated Acknowledgment Of Receipt From: vaar 852.233-71 Alternate Protest Procedure (oct 2018) (a) As An Alternative To Filing A Protest With The Contracting Officer, An Interested Party May File A Protest By Mail Or Electronically With: Executive Director, Office Of Acquisition And Logistics, Risk Management And Compliance Service (003a2c), Department Of Veterans Affairs, 810 Vermont Avenue Nw, Washington, Dc 20420 Or Email: Edprotests@va.gov. (b) The Protest Will Not Be Considered If The Interested Party Has A Protest On The Same Or Similar Issue(s) Pending With The Contracting Officer. (end Of Provision) (x) Far 52.212-3 Offeror Representations And Certifications Commercial Items (nov 2023) Applies To This Solicitation. Offerors Shall Submit A Completed Copy Of Far 52.212-3 With Its Offer. (xi) Far 52.212-4, Contract Terms And Conditions Commercial Items (nov 2023) Applies To This Solicitation. The Following Provisions And Clauses Are Added As Addenda: far 52.252-2, Clauses Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): http://www.acquisition.gov/far/index.html (far) http://www.va.gov/oal/library/vaar/index.asp (vaar) (end Of Clause) far Number title date 52.203-17 contractor Employee Whistleblower Rights nov 2023 52.204-4 printed Or Copied Double-sided On Postconsumer Fiber Content Paper may 2011 52.204-13 system For Award Management Maintenance jun 2020 52.204-18 commercial And Government Entity Code Maintenance aug 2020 52.228-5 insurance Work On A Government Installation jan 1997 852.201-70 contracting Officer's Representative dec 2022 852.203-70 commercial Advertising may 2018 52.217-8 Option To Extend Services (nov 1999) The Government May Require Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Rates May Be Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. The Option Provision May Be Exercised More Than Once, But The Total Extension Of Performance Hereunder Shall Not Exceed (6) Six Months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within (30) Thirty Days Of Contract Expiration. (end Of Clause) 52.217-9 Option To Extend The Term Of The Contract (mar 2000) (a) The Government May Extend The Term Of This Contract By Written Notice To The Contractor Within (30) Thirty Days Of Contract Expiration; Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least (60) Sixty Days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension. (b) If The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause. (c) The Total Duration Of This Contract, Including The Exercise Of Any Options Under This Clause, Shall Not Exceed (5) Five Years. (end Of Clause) â supplemental Insurance Requirements â  In Accordance With Far 28.307-2 And Far 52.228-5, The Following Minimum Coverage Shall Apply To This Contract: â  (a)â  Workers' Compensation Andâ employersâ liability:â  Contractors Are Required To Comply With Applicable Federal And State Workers' Compensation And Occupational Disease Statutes.â  If Occupational Diseases Are Not Compensable Under Those Statutes, They Shall Be Covered Under The Employer's Liability Section Of The Insurance Policy, Except When Contract Operations Are So Commingled With A Contractor's Commercial Operations That It Would Not Be Practical To Require This Coverage.â  Employer's Liability Coverage Of At Least $100,000 Is Required, Except In States With Exclusive Or Monopolistic Funds That Do Not Permit Workers' Compensation To Be Written By Private Carriers. â  (b)â  General Liability:â $500,000.00â per Occurrences. â  (c)â  Automobile Liability:â $200,000.00â per Person;â $500,000.00â per Occurrence Andâ $20,000.00 Property Damage. â  (d)â  The Successful Bidder Must Present To The Contracting Officer, Prior To Award, Evidence Of General Liability Insurance Without Any Exclusionary Clauses For Asbestos That Would Void The General Liability Coverage. (end Of Clause) vaarâ 852.219-73â â va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businessesâ (jan 2023)â (deviation) â  (a)â definition. For The Department Of Veterans Affairs, Service-disabled Veteran-owned Small Business Concern Or Sdvosb : â â â  (1) Means A Small Business Concern â â â â â  (i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar 802.201, Surviving Spouse Definition); â â â â â  (ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Suchâ veteran; â â â â â  (iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitationâ document; â â â â â  (iv) The Business Has Beenâ certifiedâ for Ownership And Control Pursuant To 38â u.s.c. 8127, 13 Cfr 128, Andâ is Listedâ as Certifiedâ inâ the Sba Certification Database Atâ https://veterans.certify.sba.gov/; And â â â â â  (v) The Businessâ agrees Toâ comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size,â governmentâ contracting,â and The Veteran Small Business Certification Programâ at 13 Cfr Parts 121,â 125,â and 128. â â â  (2) The Term Service-disabled Veteran Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16). â â â  (3) The Term Small Business Concern Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632). â â â  (4) The Term Small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities Has The Meaning Given The Term Small Business Concern Owned And Controlled By Service-disabled Veterans Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)). â â â  (5) The Termâ  Sdvosb Participant  orâ certified Sdvosbâ means A Small Business That Has Been Certified In The Sba Veteran Small Business Certification Program And Listed In The Sba Certification Database (see 13 Cfr 128.102). â  (b)â general.â in Order Forâ a Concern To Submit An Offer And Be Eligible For The Award Of An Sdvosb Set-aside Or Sole Source Contract, The Concern Must Qualify As A Small Business Concern Under The Size Standard Corresponding To The Naics Code Assigned To The Contract And Be Listed As An Sdvosb Participant In The Sba Certification Database As Set Forth In 13 Cfr 128. â â â  (1) Offers Received From Entities That Are Notâ certifiedâ sdvosbsâ and Listed In The Sba Certification Databaseâ at The Time Of Offer Shall Not Be Considered. â â â  (2) Any Award Resulting From This Solicitation Shall Be Made To Aâ certifiedâ sdvosbâ listed In The Sba Certification Databaseâ who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award. â â â  (3) The Requirements In This Clause Apply To Any Contract,â orderâ or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences. â  (c)â representation. Pursuant To 38 U.s.c. 8127(e), Onlyâ certifiedâ sdvosbsâ listed In The Sba Certification Databaseâ are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligibleâ and Certifiedâ sdvosb As Defined In This Clause,â 13 Cfr 121, 125, And 128, And Vaar Subpart 819.70. â  (d)â agreement/los Certification.â when Awarded A Contract Action, Including Orders Under Multipleaward Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size,â and Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontractingâ (los)â requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6.â for The Purpose Ofâ limitations On Subcontracting, Onlyâ certifiedâ sdvosbsâ listed In The Sba Certification Databaseâ (including Independent Contractors) Shall Be Considered Eligible And/or Similarly Situated (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Requiredâ losâ certification Requirements In This Solicitation (see 852.219 75 Or 852.219 76 As Applicable). These Requirements Are Summarized As Follows: â â â  (1)â services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Notâ certifiedâ sdvosbsâ listed In The Sba Certification Databaseâ (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/ Vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract. â â â  (2)â supplies/products. â â â â â  (i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Notâ certifiedâ sdvosbsâ listed In The Sba Certification Database. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract. â â â â â  (ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13â cfrâ 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements. â â â  (3)â general Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Notâ certifiedâ sdvosbsâ listed In The Sba Certification Database. â â â  (4)â special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Notâ certifiedâ sdvosbsâ listed In The Sba Certification Database. â â â  (5)â subcontracting. An Sdvosbâ subcontractorâ must Meet The Naics Size Standard Assigned By The Prime Contractor And Beâ certified Andâ listed Inâ the Sba Certification Databaseâ to Count As Similarly Situated. Any Work That A First Tier Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6. â â (e)â required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows: [â ]â by The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or [â ]â by The End Of The Performance Period For Each Order Issued Under The Contract. â  (f)â joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Complies With The Requirements In 13 Cfrâ 128.402 And The Managing Joint Venture Partner Makes The Representations Under Paragraph (c) Of This Clause.â a Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants. â  (g)â precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sbaâ veteran Small Business Certificationâ program And The Va Veterans First Contracting Program. â  (h)â misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company S Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406 2 Causes For Debarment). vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (jan 2023) (deviation) (a) Pursuant To 38 U.s.c. 8127(l)(2), The Offeror Certifies That (1) If Awarded A Contract (see Far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows: (i) X Services. In The Case Of A Contract For Services (except Construction), The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database As Set Forth In 852.219 73 Or Certified Vosbs Listed In The Sba Certification Database As Set Forth In 852.219 74. Any Work That A Similarly Situated Certified Sdvosb/vosb Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Other Direct Costs May Be Excluded To The Extent They Are Not The Principal Purpose Of The Acquisition And Small Business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6. (ii) General Construction. In The Case Of A Contract For General Construction, The Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To It To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database As Set Forth In 852.219 73 Or Certified Vosbs Listed In The Sba Certification Database As Set Forth In 852.219 74. Any Work That A Similarly Situated Certified Sdvosb/vosb Subcontractor Further Subcontracts Will Count Towards The 85% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (iii) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, The Contractor Will Not Pay More Than 75% Of The Amount Paid By The Government To It To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database As Set Forth In 852.219 73 Or Certified Vosbs Listed In The Sba Certification Database As Set Forth In 852.219 74. Any Work That A Similarly Situated Certified Sdvosb/vosb Subcontractor Further Subcontracts Will Count Towards The 75% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (2) The Offeror Acknowledges That This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States. The Offeror Further Acknowledges That This Certification Is Subject To Title 18, United States Code, Section 1001, And, As Such, A False, Fictitious, Or Fraudulent Certification May Render The Offeror Subject To Criminal, Civil, Or Administrative Penalties, Including Prosecution. (3) If Va Determines That An Sdvosb/ Vosb Awarded A Contract Pursuant To 38 U.s.c. 8127 Did Not Act In Good Faith, Such Sdvosb/vosb Shall Be Subject To Any Or All Of The Following: (i) Referral To The Va Suspension And Debarment Committee; (ii) A Fine Under Section 16(g)(1) Of The Small Business Act (15 U.s.c. 645(g)(1)); And (iii) Prosecution For Violating 18 U.s.c. 1001. (b) The Offeror Represents And Understands That By Submission Of Its Offer And Award Of A Contract It May Be Required To Provide Copies Of Documents Or Records To Va That Va May Review To Determine Whether The Offeror Complied With The Limitations On Subcontracting Requirement Specified In The Contract. Contracting Officers May, At Their Discretion, Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During Performance And Upon Completion Of A Contract If The Information Regarding Such Compliance Is Not Already Available To The Contracting Officer. Evidence Of Compliance Includes, But Is Not Limited To, Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed. (c) The Offeror Further Agrees To Cooperate Fully And Make Available Any Documents Or Records As May Be Required To Enable Va To Determine Compliance With The Limitations On Subcontracting Requirement. The Offeror Understands That Failure To Provide Documents As Requested By Va May Result In Remedial Action As The Government Deems Appropriate. (d) Offeror Completed Certification/fill-in Required. The Formal Certification Must Be Completed, Signed And Returned With The Offeror S Bid, Quotation, Or Proposal. The Government Will Not Consider Offers For Award From Offerors That Do Not Provide The Certification, And All Such Responses Will Be Deemed Ineligible For Evaluation And Award. certification i Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Specified In This Clause And In The Resultant Contract. I Further Certify That I Am Authorized To Execute This Certification On Behalf Of [insert Name Of Offeror]. printed Name Of Signee: ___________ printed Title Of Signee: _____________ signature: ____________ date: ______________ company Name And Address: _______________ (end Of Clause) (xii) Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (feb 2024), Applies To This Solicitation. (xiii) N/a (xiv) N/a (xv) Offers Are Due Not Later Thursday, February 13, 2025, At 10:00 Am Est. Offers Must Be Submitted Electronically Via Email To Laterrica.sewell@va.gov . Questions Must Be Submitted Via Email To Laterrica.sewell@va.gov By Thursday, January 30, 2025, At 10:00 Am Est. No Late Submissions Will Be Accepted. (xvi) For Additional Information, Please Contact The Contracting Officer, Laterrica Sewell Via E-mail To Laterrica.sewell@va.gov .
Closing Date13 Feb 2025
Tender AmountUSD 471.2 K 
This is an estimated amount, exact amount may vary.
4821-4830 of 4831 archived Tenders