Cloud Tenders

Department Of Public Works And Highways - DPWH Tender

Others
Philippines
Details: Description Invitation To Bid For 1. Contract Id No. : 25gme0085 Contract Name : Supply & Delivery Of It Equipment For Use At Administrative Section (records Unit), Dpwh-sarangani District Engineering Office Contract Location: Alabel, Sarangani Province 2. Contract Id No. : 25gme0086 Contract Name : Supply & Delivery Fuel For Use Of Various Vehicles Of Dpwh-sarangani District Engineering Office Contract Location: Alabel, Sarangani Province 3. Contract Id No. : 25gme0090 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of July 1-15, 2025 Contract Location: Alabel, Sarangani Province 4. Contract Id No. : 25gme0091 Contract Name : Lease Of One (1) Unit Service Vehicle For 12 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of July 16-31, 2025 Contract Location: Alabel, Sarangani Province 5. Contract Id No. : 25gme0092 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of August 1-15, 2025 Contract Location: Alabel, Sarangani Province 6. Contract Id No. : 25gme0093 Contract Name : Lease Of One (1) Unit Service Vehicle For 08 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of August 16-31, 2025 Contract Location: Alabel, Sarangani Province 7. Contract Id No. : 25gme0094 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of September 1-15, 2025 Contract Location: Alabel, Sarangani Province 8. Contract Id No. : 25gme0095 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of September 16-30, 2025 Contract Location: Alabel, Sarangani Province 9. Contract Id No. : 25gme0096 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of October 1-15, 2025 Contract Location: Alabel, Sarangani Province 10. Contract Id No. : 25gme0097 Contract Name : Lease Of One (1) Unit Service Vehicle For 12 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of October 16-31, 2025 Contract Location: Alabel, Sarangani Province 11. Contract Id No. : 25gme0098 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of November 1-15, 2025 Contract Location: Alabel, Sarangani Province 12. Contract Id No. : 25gme0099 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of November 16-30, 2025 Contract Location: Alabel, Sarangani Province 13. Contract Id No. : 25gme0100 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of December 1-15, 2025 Contract Location: Alabel, Sarangani Province 14. Contract Id No. : 25gme0101 Contract Name : Lease Of One (1) Unit Service Vehicle For 09 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of December 16-31, 2025 Contract Location: Alabel, Sarangani Province 15. Contract Id No. : 25gme0102 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 1-15, 2025 Contract Location: Alabel, Sarangani Province 16. Contract Id No. : 25gme0103 Contract Name : Lease Of One (1) Unit Service Vehicle For 12 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 16-31, 2025 Contract Location: Alabel, Sarangani Province 17. Contract Id No. : 25gme0104 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 1-15, 2025 Contract Location: Alabel, Sarangani Province 18. Contract Id No. : 25gme0105 Contract Name : Lease Of One (1) Unit Service Vehicle For 8 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 16-31, 2025 Contract Location: Alabel, Sarangani Province 19. Contract Id No. : 25gme0106 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 1-15, 2025 Contract Location: Alabel, Sarangani Province 20. Contract Id No. : 25gme0107 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 16-30, 2025 Contract Location: Alabel, Sarangani Province 21. Contract Id No. : 25gme0108 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 1-15, 2025 Contract Location: Alabel, Sarangani Province 22. Contract Id No. : 25gme0109 Contract Name : Lease Of One (1) Unit Service Vehicle For 12 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 16-31, 2025 Contract Location: Alabel, Sarangani Province 23. Contract Id No. : 25gme0110 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 1-15, 2025 Contract Location: Alabel, Sarangani Province 24. Contract Id No. : 25gme0111 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 16-30, 2025 Contract Location: Alabel, Sarangani Province 25. Contract Id No. : 25gme0112 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 1-15, 2025 Contract Location: Alabel, Sarangani Province 26. Contract Id No. : 25gme0113 Contract Name : Lease Of One (1) Unit Service Vehicle For 9 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 16-31, 2025 Contract Location: Alabel, Sarangani Province 27. Contract Id No. : 25gme0114 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 1-15, 2025 Contract Location: Alabel, Sarangani Province 28. Contract Id No. : 25gme0115 Contract Name : Lease Of One (1) Unit Service Vehicle For 12 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 16-31, 2025 Contract Location: Alabel, Sarangani Province 29. Contract Id No. : 25gme0116 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 1-15, 2025 Contract Location: Alabel, Sarangani Province 30. Contract Id No. : 25gme0117 Contract Name : Lease Of One (1) Unit Service Vehicle For 08 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 16-31, 2025 Contract Location: Alabel, Sarangani Province 31. Contract Id No. : 25gme0118 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 1-15, 2025 Contract Location: Alabel, Sarangani Province 32. Contract Id No. : 25gme0119 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 16-30, 2025 Contract Location: Alabel, Sarangani Province 33. Contract Id No. : 25gme0120 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 1-15, 2025 Contract Location: Alabel, Sarangani Province 34. Contract Id No. : 25gme0121 Contract Name : Lease Of One (1) Unit Service Vehicle For 12 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 16-31, 2025 Contract Location: Alabel, Sarangani Province 35. Contract Id No. : 25gme0122 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 1-15, 2025 Contract Location: Alabel, Sarangani Province 36. Contract Id No. : 25gme0123 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 16-30, 2025 Contract Location: Alabel, Sarangani Province 37. Contract Id No. : 25gme0124 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 1-15, 2025 Contract Location: Alabel, Sarangani Province 38. Contract Id No. : 25gme0125 Contract Name : Lease Of One (1) Unit Service Vehicle For 09 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 16-31, 2025 Contract Location: Alabel, Sarangani Province 1. The Dpwh Sarangani District Engineering Office, Through The Government Of The Philippines Fy2025 Intends To Apply The Sum Of: 1. P 132,250.00 2. P 570,300.00 3. P 38,500.21 4. P 42,000.23 5. P 38,500.21 6. P 28,000.16 7. P 38,500.21 8. P 38,500.21 9. P 38,500.21 10. P 42,000.23 11. P 35,000.20 12. P 35,000.20 13. P 35,000.20 14. P 31,500.18 15. P 38,500.21 16. P 42,000.23 17. P 38,500.21 18. P 28,000.16 19. P 38,500.21 20. P 38,500.21 21. P 38,500.21 22. P 42,000.23 23. P 35,000.20 24. P 35,000.20 25. P 35,000.20 26. P 31,500.18 27. P 38,500.21 28. P 42,000.23 29. P 38,500.21 30. P 28,000.16 31. P 38,500.21 32. P 38,500.21 33. P 38,500.21 34. P 42,000.23 35. P 35,000.20 36. P 35,000.20 37. P 35,000.20 38. P 31,500.18 Being The Abc’s To Payments Under The Contract For: 1. 25gme0085 – Supply & Delivery Of It Equipment For Use At Administrative Section (records Unit) Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 1 Unit Computer Processor & Chipset: Core-i5 (13th Gen) Or Its Equivalent, Minimum Of 14-cores And 4.80 Ghz Max Turbo Frequency Internal Memory: 16gb Ddr4 Storage: 1tb 7200rpm Hdd + 512gb Ssd Display & Graphics: 21-inch Diagonal Full High-definition Wide Screen Or Wide Viewing Angle Ips Display (same Brand As Cpu); Integrated Graphics Memory Audio: Integrated Sound Card With Internal /external Speaker. Expansion Slot: 4 Slots On-board, At Least 1 Pci Express Slot Cooling System: Air Cooling System I/o Ports: Minimum Of 6 Usb Slots (at Most 1 Type C) , Hdmi/display Port, Audio Port, Ethernet (rj-45) Network Interface: Integrated Gigabit Ethernet Casing: Two (2) External Drive Bays Software Operating System: Licensed Oem Windows 11 Professional 64-bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery Recovery Media: All Drivers And Utilities Must Be Stored In Any Electronic Storage Media. It Must Be Properly Labeled And Virus-free. Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual And Transferable. It Must Be Licensed And Named After The Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwhgovph.onmicrosoft.com And Primary Domain Dpwh.gov.ph. The Supplier Must Present A Certificate As A Certified Csp Direct Partner In The Philippines. Accessories Keyboard: Manufacturer's Standard (same Brand As The Computer) Mouse: Optical With A Mouse Pad (same Brand As The Computer) Webcam: 2mp Fhd Headset: Headset With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Desktop) Power Supply: Manufacturer's Standard Cables And Connectors: All Necessary Cables And Connectors: Patch Cord (cat6, Factory Crimped With Rj-45 Connector, 5 Meters, Preferably Color Orange) Brand And Model: Must Be Globally Recognized Brand Of Computers And Has Been Marketed In The Philippines For The Last Ten (10) Years. It Must Be In The Current Catalog And Not End-of-life. The Manufacturer's Certificate Is Required. All Components Must Be The Same Brand As The Computer (except For The Webcam, And Headset) And Manufacturer Installed. The Supplier Is Not Allowed To Change Or Add Any Components To The Equipment. Regulatory: Energy Star Certified (with Energy Star Stamp), For Desktop Computers That Do Not Carry Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Level Shall Be Submitted Such As Technical Dossier Of The Manufacturer Or Attest Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: The Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide One (1) Year Warranty On All Parts Including Mouse, Keyboard, Webcam, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar) Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00am- 5:00pm) 5 Days A Week (monday-friday) For Problem Resolution. Support Shall Have A Response Time Of The Next Business Day. Additional Notes: The Ups (650va) Shall Be Issued In Bundle With The Desktop Computer For Applications Use Tech Specs. This Technical Specification Shall Be Issued Along With The Certification Issued By Ims. 2. 25gme0086 – Supply & Delivery Of Fuel For Use Of Various Vehicles Of Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 10,000 Liters Diesel 3. 25gme0090 – Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of July 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 4. 25gme0091 – Lease Of One (1) Unit Service Vehicle For 12 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of July 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 12 Days Equipment Rental (service Vehicle) Pick-up 4x4 5. 25gme0092 – Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of August 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 6. 25gme0093 – Lease Of One (1) Unit Service Vehicle For 08 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of August 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 08 Days Equipment Rental (service Vehicle) Pick-up 4x4 7. 25gme0094 – Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of September 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 8. 25gme0095 – Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of September 16-30, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 9. 25gme0096 – Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of October 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 10. 25gme0097 – Lease Of One (1) Unit Service Vehicle For 12 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of October 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 12 Days Equipment Rental (service Vehicle) Pick-up 4x4 11. 25gme0098 – Lease Of One (1) Unit Service Vehicle For 10 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of November 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 12. 25gme0099 – Lease Of One (1) Unit Service Vehicle For 10 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of November 16-30, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 13. 25gme0100 – Lease Of One (1) Unit Service Vehicle For 10 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of December 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 14. 25gme0101 – Lease Of One (1) Unit Service Vehicle For 09 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of December 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 09 Days Equipment Rental (service Vehicle) Pick-up 4x4 15. 25gme0102 – Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 16. 25gme0103 – Lease Of One (1) Unit Service Vehicle For 12 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 12 Days Equipment Rental (service Vehicle) Pick-up 4x4 17. 25gme0104 – Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 18. 25gme0105 – Lease Of One (1) Unit Service Vehicle For 8 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 08 Days Equipment Rental (service Vehicle) Pick-up 4x4 19. 25gme0106 – Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 20. 25gme0107 – Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 16-30, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 21. 25gme0108 – Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 22. 25gme0109 – Lease Of One (1) Unit Service Vehicle For 12 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 12 Days Equipment Rental (service Vehicle) Pick-up 4x4 23. 25gme0110 – Lease Of One (1) Unit Service Vehicle For 10 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 24. 25gme0111 – Lease Of One (1) Unit Service Vehicle For 10 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 16-30, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 25. 25gme0112 – Lease Of One (1) Unit Service Vehicle For 10 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 26. 25gme0113 – Lease Of One (1) Unit Service Vehicle For 9 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 09 Days Equipment Rental (service Vehicle) Pick-up 4x4 27. 25gme0114 – Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 28. 25gme0115 – Lease Of One (1) Unit Service Vehicle For 12 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 12 Days Equipment Rental (service Vehicle) Pick-up 4x4 29. 25gme0116 – Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 30. 25gme0117 – Lease Of One (1) Unit Service Vehicle For 08 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 08 Days Equipment Rental (service Vehicle) Pick-up 4x4 31. 25gme0118 – Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 32. 25gme0119 – Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 16-30, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 33. 25gme0120 – Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 34. 25gme0121 – Lease Of One (1) Unit Service Vehicle For 12 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 12 Days Equipment Rental (service Vehicle) Pick-up 4x4 35. 25gme0122 – Lease Of One (1) Unit Service Vehicle For 10 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 36. 25gme0123 – Lease Of One (1) Unit Service Vehicle For 10 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 16-30, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 37. 25gme0124 – Lease Of One (1) Unit Service Vehicle For 10 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 38. 25gme0125 – Lease Of One (1) Unit Service Vehicle For 09 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 09 Days Equipment Rental (service Vehicle) Pick-up 4x4 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Sarangani District Engineering Office Now Invites Bids For The Above Procurement Project. Delivery Of Goods Required Is Twenty-five (25) Calendar Days For Item 1, 2, Eleven (11) Working Days For Item 3, 5, 7, 8, 9, 15, 17, 19, 20, 21, 27, 29, 31, 32 And 33, Twelve (12) Working Days For Item 4, 10, 16, 22, 28 And 34, Eight (8) Working Days For Item 6, 18, 30, Ten (10) Working Days For Item 11, 12, 13, 23, 24, 25, 35, 36 And 38, Nine (9) Working Days For Item 14, 26 And 38. 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 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 Dpwh Sarangani District Engineering Office, Sarangani Province And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm (office Hour). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 11 – 18, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of: Project No. 1 , 3 – 38 Php 500.00 Project No. 2 Php 1,000.00 May Be Refunded In Accordance With The Guidelines Based On The Grounds Provided Under Section 41 Of The Republic Act 9184 And Its Implementing Rules And Regulations. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Electronically In The Email Address Given Below Or In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before June 18, 2025 @ 10:00 A.m. Late Bids Shall Not Be Accepted. 7. Bid Opening Shall Be On June 18, 2025 At Dpwh-sarangani Deo Conference Room And/or Through Video Conferencing Or Webcasting Via: Zoom Meeting Id: 937 563 6853 Password: Sgni22 Youtube Channel: Https://www.youtube.com/@sarangani Deo/streams 8. Bid Opening Shall Be On June 18, 2025, Immediately After The Deadline Of Submission Of Bids At Dpwh-sarangani Deo Conference Room And/or Via Zoom And Youtube Livestream Using The Details Above. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Dpwh Sarangani District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Reuben G. Salazar Acting Head, Procurement Unit, Dpwh – Sarangani Deo 9501, Kawas, Alabel, Sarangani Province Salazar.reuben@dpwh.gov.ph Contact Nos.: 083-892-5877 0905-553-0924 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph Www.philgeps.gov.ph Hermon Jerome L. Paez Engineer Iii, Chief Quality Assurance Section Bac Chairperson Date Of Publication: June 11 – 17, 2025 R12.14 Rpa/rgs
Closing Date18 Jun 2025
Tender AmountPHP 28 K (USD 502)

Department Of Public Works And Highways - DPWH Tender

Others
Philippines
Details: Description Invitation To Bid For 1. Contract Id No. : 25gme0085 Contract Name : Supply & Delivery Of It Equipment For Use At Administrative Section (records Unit), Dpwh-sarangani District Engineering Office Contract Location: Alabel, Sarangani Province 2. Contract Id No. : 25gme0086 Contract Name : Supply & Delivery Fuel For Use Of Various Vehicles Of Dpwh-sarangani District Engineering Office Contract Location: Alabel, Sarangani Province 3. Contract Id No. : 25gme0090 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of July 1-15, 2025 Contract Location: Alabel, Sarangani Province 4. Contract Id No. : 25gme0091 Contract Name : Lease Of One (1) Unit Service Vehicle For 12 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of July 16-31, 2025 Contract Location: Alabel, Sarangani Province 5. Contract Id No. : 25gme0092 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of August 1-15, 2025 Contract Location: Alabel, Sarangani Province 6. Contract Id No. : 25gme0093 Contract Name : Lease Of One (1) Unit Service Vehicle For 08 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of August 16-31, 2025 Contract Location: Alabel, Sarangani Province 7. Contract Id No. : 25gme0094 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of September 1-15, 2025 Contract Location: Alabel, Sarangani Province 8. Contract Id No. : 25gme0095 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of September 16-30, 2025 Contract Location: Alabel, Sarangani Province 9. Contract Id No. : 25gme0096 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of October 1-15, 2025 Contract Location: Alabel, Sarangani Province 10. Contract Id No. : 25gme0097 Contract Name : Lease Of One (1) Unit Service Vehicle For 12 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of October 16-31, 2025 Contract Location: Alabel, Sarangani Province 11. Contract Id No. : 25gme0098 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of November 1-15, 2025 Contract Location: Alabel, Sarangani Province 12. Contract Id No. : 25gme0099 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of November 16-30, 2025 Contract Location: Alabel, Sarangani Province 13. Contract Id No. : 25gme0100 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of December 1-15, 2025 Contract Location: Alabel, Sarangani Province 14. Contract Id No. : 25gme0101 Contract Name : Lease Of One (1) Unit Service Vehicle For 09 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of December 16-31, 2025 Contract Location: Alabel, Sarangani Province 15. Contract Id No. : 25gme0102 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 1-15, 2025 Contract Location: Alabel, Sarangani Province 16. Contract Id No. : 25gme0103 Contract Name : Lease Of One (1) Unit Service Vehicle For 12 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 16-31, 2025 Contract Location: Alabel, Sarangani Province 17. Contract Id No. : 25gme0104 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 1-15, 2025 Contract Location: Alabel, Sarangani Province 18. Contract Id No. : 25gme0105 Contract Name : Lease Of One (1) Unit Service Vehicle For 8 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 16-31, 2025 Contract Location: Alabel, Sarangani Province 19. Contract Id No. : 25gme0106 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 1-15, 2025 Contract Location: Alabel, Sarangani Province 20. Contract Id No. : 25gme0107 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 16-30, 2025 Contract Location: Alabel, Sarangani Province 21. Contract Id No. : 25gme0108 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 1-15, 2025 Contract Location: Alabel, Sarangani Province 22. Contract Id No. : 25gme0109 Contract Name : Lease Of One (1) Unit Service Vehicle For 12 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 16-31, 2025 Contract Location: Alabel, Sarangani Province 23. Contract Id No. : 25gme0110 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 1-15, 2025 Contract Location: Alabel, Sarangani Province 24. Contract Id No. : 25gme0111 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 16-30, 2025 Contract Location: Alabel, Sarangani Province 25. Contract Id No. : 25gme0112 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 1-15, 2025 Contract Location: Alabel, Sarangani Province 26. Contract Id No. : 25gme0113 Contract Name : Lease Of One (1) Unit Service Vehicle For 9 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 16-31, 2025 Contract Location: Alabel, Sarangani Province 27. Contract Id No. : 25gme0114 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 1-15, 2025 Contract Location: Alabel, Sarangani Province 28. Contract Id No. : 25gme0115 Contract Name : Lease Of One (1) Unit Service Vehicle For 12 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 16-31, 2025 Contract Location: Alabel, Sarangani Province 29. Contract Id No. : 25gme0116 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 1-15, 2025 Contract Location: Alabel, Sarangani Province 30. Contract Id No. : 25gme0117 Contract Name : Lease Of One (1) Unit Service Vehicle For 08 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 16-31, 2025 Contract Location: Alabel, Sarangani Province 31. Contract Id No. : 25gme0118 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 1-15, 2025 Contract Location: Alabel, Sarangani Province 32. Contract Id No. : 25gme0119 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 16-30, 2025 Contract Location: Alabel, Sarangani Province 33. Contract Id No. : 25gme0120 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 1-15, 2025 Contract Location: Alabel, Sarangani Province 34. Contract Id No. : 25gme0121 Contract Name : Lease Of One (1) Unit Service Vehicle For 12 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 16-31, 2025 Contract Location: Alabel, Sarangani Province 35. Contract Id No. : 25gme0122 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 1-15, 2025 Contract Location: Alabel, Sarangani Province 36. Contract Id No. : 25gme0123 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 16-30, 2025 Contract Location: Alabel, Sarangani Province 37. Contract Id No. : 25gme0124 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 1-15, 2025 Contract Location: Alabel, Sarangani Province 38. Contract Id No. : 25gme0125 Contract Name : Lease Of One (1) Unit Service Vehicle For 09 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 16-31, 2025 Contract Location: Alabel, Sarangani Province 1. The Dpwh Sarangani District Engineering Office, Through The Government Of The Philippines Fy2025 Intends To Apply The Sum Of: 1. P 132,250.00 2. P 570,300.00 3. P 38,500.21 4. P 42,000.23 5. P 38,500.21 6. P 28,000.16 7. P 38,500.21 8. P 38,500.21 9. P 38,500.21 10. P 42,000.23 11. P 35,000.20 12. P 35,000.20 13. P 35,000.20 14. P 31,500.18 15. P 38,500.21 16. P 42,000.23 17. P 38,500.21 18. P 28,000.16 19. P 38,500.21 20. P 38,500.21 21. P 38,500.21 22. P 42,000.23 23. P 35,000.20 24. P 35,000.20 25. P 35,000.20 26. P 31,500.18 27. P 38,500.21 28. P 42,000.23 29. P 38,500.21 30. P 28,000.16 31. P 38,500.21 32. P 38,500.21 33. P 38,500.21 34. P 42,000.23 35. P 35,000.20 36. P 35,000.20 37. P 35,000.20 38. P 31,500.18 Being The Abc’s To Payments Under The Contract For: 1. 25gme0085 – Supply & Delivery Of It Equipment For Use At Administrative Section (records Unit) Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 1 Unit Computer Processor & Chipset: Core-i5 (13th Gen) Or Its Equivalent, Minimum Of 14-cores And 4.80 Ghz Max Turbo Frequency Internal Memory: 16gb Ddr4 Storage: 1tb 7200rpm Hdd + 512gb Ssd Display & Graphics: 21-inch Diagonal Full High-definition Wide Screen Or Wide Viewing Angle Ips Display (same Brand As Cpu); Integrated Graphics Memory Audio: Integrated Sound Card With Internal /external Speaker. Expansion Slot: 4 Slots On-board, At Least 1 Pci Express Slot Cooling System: Air Cooling System I/o Ports: Minimum Of 6 Usb Slots (at Most 1 Type C) , Hdmi/display Port, Audio Port, Ethernet (rj-45) Network Interface: Integrated Gigabit Ethernet Casing: Two (2) External Drive Bays Software Operating System: Licensed Oem Windows 11 Professional 64-bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery Recovery Media: All Drivers And Utilities Must Be Stored In Any Electronic Storage Media. It Must Be Properly Labeled And Virus-free. Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual And Transferable. It Must Be Licensed And Named After The Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwhgovph.onmicrosoft.com And Primary Domain Dpwh.gov.ph. The Supplier Must Present A Certificate As A Certified Csp Direct Partner In The Philippines. Accessories Keyboard: Manufacturer's Standard (same Brand As The Computer) Mouse: Optical With A Mouse Pad (same Brand As The Computer) Webcam: 2mp Fhd Headset: Headset With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Desktop) Power Supply: Manufacturer's Standard Cables And Connectors: All Necessary Cables And Connectors: Patch Cord (cat6, Factory Crimped With Rj-45 Connector, 5 Meters, Preferably Color Orange) Brand And Model: Must Be Globally Recognized Brand Of Computers And Has Been Marketed In The Philippines For The Last Ten (10) Years. It Must Be In The Current Catalog And Not End-of-life. The Manufacturer's Certificate Is Required. All Components Must Be The Same Brand As The Computer (except For The Webcam, And Headset) And Manufacturer Installed. The Supplier Is Not Allowed To Change Or Add Any Components To The Equipment. Regulatory: Energy Star Certified (with Energy Star Stamp), For Desktop Computers That Do Not Carry Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Level Shall Be Submitted Such As Technical Dossier Of The Manufacturer Or Attest Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: The Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide One (1) Year Warranty On All Parts Including Mouse, Keyboard, Webcam, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar) Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00am- 5:00pm) 5 Days A Week (monday-friday) For Problem Resolution. Support Shall Have A Response Time Of The Next Business Day. Additional Notes: The Ups (650va) Shall Be Issued In Bundle With The Desktop Computer For Applications Use Tech Specs. This Technical Specification Shall Be Issued Along With The Certification Issued By Ims. 2. 25gme0086 – Supply & Delivery Of Fuel For Use Of Various Vehicles Of Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 10,000 Liters Diesel 3. 25gme0090 – Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of July 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 4. 25gme0091 – Lease Of One (1) Unit Service Vehicle For 12 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of July 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 12 Days Equipment Rental (service Vehicle) Pick-up 4x4 5. 25gme0092 – Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of August 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 6. 25gme0093 – Lease Of One (1) Unit Service Vehicle For 08 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of August 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 08 Days Equipment Rental (service Vehicle) Pick-up 4x4 7. 25gme0094 – Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of September 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 8. 25gme0095 – Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of September 16-30, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 9. 25gme0096 – Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of October 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 10. 25gme0097 – Lease Of One (1) Unit Service Vehicle For 12 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of October 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 12 Days Equipment Rental (service Vehicle) Pick-up 4x4 11. 25gme0098 – Lease Of One (1) Unit Service Vehicle For 10 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of November 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 12. 25gme0099 – Lease Of One (1) Unit Service Vehicle For 10 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of November 16-30, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 13. 25gme0100 – Lease Of One (1) Unit Service Vehicle For 10 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of December 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 14. 25gme0101 – Lease Of One (1) Unit Service Vehicle For 09 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of December 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 09 Days Equipment Rental (service Vehicle) Pick-up 4x4 15. 25gme0102 – Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 16. 25gme0103 – Lease Of One (1) Unit Service Vehicle For 12 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 12 Days Equipment Rental (service Vehicle) Pick-up 4x4 17. 25gme0104 – Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 18. 25gme0105 – Lease Of One (1) Unit Service Vehicle For 8 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 08 Days Equipment Rental (service Vehicle) Pick-up 4x4 19. 25gme0106 – Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 20. 25gme0107 – Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 16-30, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 21. 25gme0108 – Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 22. 25gme0109 – Lease Of One (1) Unit Service Vehicle For 12 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 12 Days Equipment Rental (service Vehicle) Pick-up 4x4 23. 25gme0110 – Lease Of One (1) Unit Service Vehicle For 10 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 24. 25gme0111 – Lease Of One (1) Unit Service Vehicle For 10 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 16-30, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 25. 25gme0112 – Lease Of One (1) Unit Service Vehicle For 10 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 26. 25gme0113 – Lease Of One (1) Unit Service Vehicle For 9 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 09 Days Equipment Rental (service Vehicle) Pick-up 4x4 27. 25gme0114 – Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 28. 25gme0115 – Lease Of One (1) Unit Service Vehicle For 12 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 12 Days Equipment Rental (service Vehicle) Pick-up 4x4 29. 25gme0116 – Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 30. 25gme0117 – Lease Of One (1) Unit Service Vehicle For 08 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 08 Days Equipment Rental (service Vehicle) Pick-up 4x4 31. 25gme0118 – Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 32. 25gme0119 – Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 16-30, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 33. 25gme0120 – Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 34. 25gme0121 – Lease Of One (1) Unit Service Vehicle For 12 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 12 Days Equipment Rental (service Vehicle) Pick-up 4x4 35. 25gme0122 – Lease Of One (1) Unit Service Vehicle For 10 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 36. 25gme0123 – Lease Of One (1) Unit Service Vehicle For 10 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 16-30, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 37. 25gme0124 – Lease Of One (1) Unit Service Vehicle For 10 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 38. 25gme0125 – Lease Of One (1) Unit Service Vehicle For 09 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 09 Days Equipment Rental (service Vehicle) Pick-up 4x4 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Sarangani District Engineering Office Now Invites Bids For The Above Procurement Project. Delivery Of Goods Required Is Twenty-five (25) Calendar Days For Item 1, 2, Eleven (11) Working Days For Item 3, 5, 7, 8, 9, 15, 17, 19, 20, 21, 27, 29, 31, 32 And 33, Twelve (12) Working Days For Item 4, 10, 16, 22, 28 And 34, Eight (8) Working Days For Item 6, 18, 30, Ten (10) Working Days For Item 11, 12, 13, 23, 24, 25, 35, 36 And 38, Nine (9) Working Days For Item 14, 26 And 38. 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 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 Dpwh Sarangani District Engineering Office, Sarangani Province And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm (office Hour). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 11 – 18, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of: Project No. 1 , 3 – 38 Php 500.00 Project No. 2 Php 1,000.00 May Be Refunded In Accordance With The Guidelines Based On The Grounds Provided Under Section 41 Of The Republic Act 9184 And Its Implementing Rules And Regulations. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Electronically In The Email Address Given Below Or In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before June 18, 2025 @ 10:00 A.m. Late Bids Shall Not Be Accepted. 7. Bid Opening Shall Be On June 18, 2025 At Dpwh-sarangani Deo Conference Room And/or Through Video Conferencing Or Webcasting Via: Zoom Meeting Id: 937 563 6853 Password: Sgni22 Youtube Channel: Https://www.youtube.com/@sarangani Deo/streams 8. Bid Opening Shall Be On June 18, 2025, Immediately After The Deadline Of Submission Of Bids At Dpwh-sarangani Deo Conference Room And/or Via Zoom And Youtube Livestream Using The Details Above. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Dpwh Sarangani District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Reuben G. Salazar Acting Head, Procurement Unit, Dpwh – Sarangani Deo 9501, Kawas, Alabel, Sarangani Province Salazar.reuben@dpwh.gov.ph Contact Nos.: 083-892-5877 0905-553-0924 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph Www.philgeps.gov.ph Hermon Jerome L. Paez Engineer Iii, Chief Quality Assurance Section Bac Chairperson Date Of Publication: June 11 – 17, 2025 R12.14 Rpa/rgs
Closing Date18 Jun 2025
Tender AmountPHP 570.3 K (USD 10.2 K)

Department Of Public Works And Highways - DPWH Tender

Others
Philippines
Details: Description Invitation To Bid For 1. Contract Id No. : 25gme0085 Contract Name : Supply & Delivery Of It Equipment For Use At Administrative Section (records Unit), Dpwh-sarangani District Engineering Office Contract Location: Alabel, Sarangani Province 2. Contract Id No. : 25gme0086 Contract Name : Supply & Delivery Fuel For Use Of Various Vehicles Of Dpwh-sarangani District Engineering Office Contract Location: Alabel, Sarangani Province 3. Contract Id No. : 25gme0090 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of July 1-15, 2025 Contract Location: Alabel, Sarangani Province 4. Contract Id No. : 25gme0091 Contract Name : Lease Of One (1) Unit Service Vehicle For 12 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of July 16-31, 2025 Contract Location: Alabel, Sarangani Province 5. Contract Id No. : 25gme0092 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of August 1-15, 2025 Contract Location: Alabel, Sarangani Province 6. Contract Id No. : 25gme0093 Contract Name : Lease Of One (1) Unit Service Vehicle For 08 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of August 16-31, 2025 Contract Location: Alabel, Sarangani Province 7. Contract Id No. : 25gme0094 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of September 1-15, 2025 Contract Location: Alabel, Sarangani Province 8. Contract Id No. : 25gme0095 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of September 16-30, 2025 Contract Location: Alabel, Sarangani Province 9. Contract Id No. : 25gme0096 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of October 1-15, 2025 Contract Location: Alabel, Sarangani Province 10. Contract Id No. : 25gme0097 Contract Name : Lease Of One (1) Unit Service Vehicle For 12 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of October 16-31, 2025 Contract Location: Alabel, Sarangani Province 11. Contract Id No. : 25gme0098 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of November 1-15, 2025 Contract Location: Alabel, Sarangani Province 12. Contract Id No. : 25gme0099 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of November 16-30, 2025 Contract Location: Alabel, Sarangani Province 13. Contract Id No. : 25gme0100 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of December 1-15, 2025 Contract Location: Alabel, Sarangani Province 14. Contract Id No. : 25gme0101 Contract Name : Lease Of One (1) Unit Service Vehicle For 09 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of December 16-31, 2025 Contract Location: Alabel, Sarangani Province 15. Contract Id No. : 25gme0102 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 1-15, 2025 Contract Location: Alabel, Sarangani Province 16. Contract Id No. : 25gme0103 Contract Name : Lease Of One (1) Unit Service Vehicle For 12 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 16-31, 2025 Contract Location: Alabel, Sarangani Province 17. Contract Id No. : 25gme0104 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 1-15, 2025 Contract Location: Alabel, Sarangani Province 18. Contract Id No. : 25gme0105 Contract Name : Lease Of One (1) Unit Service Vehicle For 8 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 16-31, 2025 Contract Location: Alabel, Sarangani Province 19. Contract Id No. : 25gme0106 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 1-15, 2025 Contract Location: Alabel, Sarangani Province 20. Contract Id No. : 25gme0107 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 16-30, 2025 Contract Location: Alabel, Sarangani Province 21. Contract Id No. : 25gme0108 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 1-15, 2025 Contract Location: Alabel, Sarangani Province 22. Contract Id No. : 25gme0109 Contract Name : Lease Of One (1) Unit Service Vehicle For 12 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 16-31, 2025 Contract Location: Alabel, Sarangani Province 23. Contract Id No. : 25gme0110 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 1-15, 2025 Contract Location: Alabel, Sarangani Province 24. Contract Id No. : 25gme0111 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 16-30, 2025 Contract Location: Alabel, Sarangani Province 25. Contract Id No. : 25gme0112 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 1-15, 2025 Contract Location: Alabel, Sarangani Province 26. Contract Id No. : 25gme0113 Contract Name : Lease Of One (1) Unit Service Vehicle For 9 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 16-31, 2025 Contract Location: Alabel, Sarangani Province 27. Contract Id No. : 25gme0114 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 1-15, 2025 Contract Location: Alabel, Sarangani Province 28. Contract Id No. : 25gme0115 Contract Name : Lease Of One (1) Unit Service Vehicle For 12 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 16-31, 2025 Contract Location: Alabel, Sarangani Province 29. Contract Id No. : 25gme0116 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 1-15, 2025 Contract Location: Alabel, Sarangani Province 30. Contract Id No. : 25gme0117 Contract Name : Lease Of One (1) Unit Service Vehicle For 08 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 16-31, 2025 Contract Location: Alabel, Sarangani Province 31. Contract Id No. : 25gme0118 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 1-15, 2025 Contract Location: Alabel, Sarangani Province 32. Contract Id No. : 25gme0119 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 16-30, 2025 Contract Location: Alabel, Sarangani Province 33. Contract Id No. : 25gme0120 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 1-15, 2025 Contract Location: Alabel, Sarangani Province 34. Contract Id No. : 25gme0121 Contract Name : Lease Of One (1) Unit Service Vehicle For 12 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 16-31, 2025 Contract Location: Alabel, Sarangani Province 35. Contract Id No. : 25gme0122 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 1-15, 2025 Contract Location: Alabel, Sarangani Province 36. Contract Id No. : 25gme0123 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 16-30, 2025 Contract Location: Alabel, Sarangani Province 37. Contract Id No. : 25gme0124 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 1-15, 2025 Contract Location: Alabel, Sarangani Province 38. Contract Id No. : 25gme0125 Contract Name : Lease Of One (1) Unit Service Vehicle For 09 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 16-31, 2025 Contract Location: Alabel, Sarangani Province 1. The Dpwh Sarangani District Engineering Office, Through The Government Of The Philippines Fy2025 Intends To Apply The Sum Of: 1. P 132,250.00 2. P 570,300.00 3. P 38,500.21 4. P 42,000.23 5. P 38,500.21 6. P 28,000.16 7. P 38,500.21 8. P 38,500.21 9. P 38,500.21 10. P 42,000.23 11. P 35,000.20 12. P 35,000.20 13. P 35,000.20 14. P 31,500.18 15. P 38,500.21 16. P 42,000.23 17. P 38,500.21 18. P 28,000.16 19. P 38,500.21 20. P 38,500.21 21. P 38,500.21 22. P 42,000.23 23. P 35,000.20 24. P 35,000.20 25. P 35,000.20 26. P 31,500.18 27. P 38,500.21 28. P 42,000.23 29. P 38,500.21 30. P 28,000.16 31. P 38,500.21 32. P 38,500.21 33. P 38,500.21 34. P 42,000.23 35. P 35,000.20 36. P 35,000.20 37. P 35,000.20 38. P 31,500.18 Being The Abc’s To Payments Under The Contract For: 1. 25gme0085 – Supply & Delivery Of It Equipment For Use At Administrative Section (records Unit) Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 1 Unit Computer Processor & Chipset: Core-i5 (13th Gen) Or Its Equivalent, Minimum Of 14-cores And 4.80 Ghz Max Turbo Frequency Internal Memory: 16gb Ddr4 Storage: 1tb 7200rpm Hdd + 512gb Ssd Display & Graphics: 21-inch Diagonal Full High-definition Wide Screen Or Wide Viewing Angle Ips Display (same Brand As Cpu); Integrated Graphics Memory Audio: Integrated Sound Card With Internal /external Speaker. Expansion Slot: 4 Slots On-board, At Least 1 Pci Express Slot Cooling System: Air Cooling System I/o Ports: Minimum Of 6 Usb Slots (at Most 1 Type C) , Hdmi/display Port, Audio Port, Ethernet (rj-45) Network Interface: Integrated Gigabit Ethernet Casing: Two (2) External Drive Bays Software Operating System: Licensed Oem Windows 11 Professional 64-bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery Recovery Media: All Drivers And Utilities Must Be Stored In Any Electronic Storage Media. It Must Be Properly Labeled And Virus-free. Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual And Transferable. It Must Be Licensed And Named After The Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwhgovph.onmicrosoft.com And Primary Domain Dpwh.gov.ph. The Supplier Must Present A Certificate As A Certified Csp Direct Partner In The Philippines. Accessories Keyboard: Manufacturer's Standard (same Brand As The Computer) Mouse: Optical With A Mouse Pad (same Brand As The Computer) Webcam: 2mp Fhd Headset: Headset With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Desktop) Power Supply: Manufacturer's Standard Cables And Connectors: All Necessary Cables And Connectors: Patch Cord (cat6, Factory Crimped With Rj-45 Connector, 5 Meters, Preferably Color Orange) Brand And Model: Must Be Globally Recognized Brand Of Computers And Has Been Marketed In The Philippines For The Last Ten (10) Years. It Must Be In The Current Catalog And Not End-of-life. The Manufacturer's Certificate Is Required. All Components Must Be The Same Brand As The Computer (except For The Webcam, And Headset) And Manufacturer Installed. The Supplier Is Not Allowed To Change Or Add Any Components To The Equipment. Regulatory: Energy Star Certified (with Energy Star Stamp), For Desktop Computers That Do Not Carry Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Level Shall Be Submitted Such As Technical Dossier Of The Manufacturer Or Attest Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: The Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide One (1) Year Warranty On All Parts Including Mouse, Keyboard, Webcam, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar) Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00am- 5:00pm) 5 Days A Week (monday-friday) For Problem Resolution. Support Shall Have A Response Time Of The Next Business Day. Additional Notes: The Ups (650va) Shall Be Issued In Bundle With The Desktop Computer For Applications Use Tech Specs. This Technical Specification Shall Be Issued Along With The Certification Issued By Ims. 2. 25gme0086 – Supply & Delivery Of Fuel For Use Of Various Vehicles Of Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 10,000 Liters Diesel 3. 25gme0090 – Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of July 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 4. 25gme0091 – Lease Of One (1) Unit Service Vehicle For 12 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of July 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 12 Days Equipment Rental (service Vehicle) Pick-up 4x4 5. 25gme0092 – Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of August 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 6. 25gme0093 – Lease Of One (1) Unit Service Vehicle For 08 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of August 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 08 Days Equipment Rental (service Vehicle) Pick-up 4x4 7. 25gme0094 – Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of September 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 8. 25gme0095 – Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of September 16-30, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 9. 25gme0096 – Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of October 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 10. 25gme0097 – Lease Of One (1) Unit Service Vehicle For 12 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of October 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 12 Days Equipment Rental (service Vehicle) Pick-up 4x4 11. 25gme0098 – Lease Of One (1) Unit Service Vehicle For 10 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of November 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 12. 25gme0099 – Lease Of One (1) Unit Service Vehicle For 10 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of November 16-30, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 13. 25gme0100 – Lease Of One (1) Unit Service Vehicle For 10 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of December 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 14. 25gme0101 – Lease Of One (1) Unit Service Vehicle For 09 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of December 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 09 Days Equipment Rental (service Vehicle) Pick-up 4x4 15. 25gme0102 – Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 16. 25gme0103 – Lease Of One (1) Unit Service Vehicle For 12 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 12 Days Equipment Rental (service Vehicle) Pick-up 4x4 17. 25gme0104 – Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 18. 25gme0105 – Lease Of One (1) Unit Service Vehicle For 8 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 08 Days Equipment Rental (service Vehicle) Pick-up 4x4 19. 25gme0106 – Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 20. 25gme0107 – Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 16-30, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 21. 25gme0108 – Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 22. 25gme0109 – Lease Of One (1) Unit Service Vehicle For 12 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 12 Days Equipment Rental (service Vehicle) Pick-up 4x4 23. 25gme0110 – Lease Of One (1) Unit Service Vehicle For 10 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 24. 25gme0111 – Lease Of One (1) Unit Service Vehicle For 10 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 16-30, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 25. 25gme0112 – Lease Of One (1) Unit Service Vehicle For 10 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 26. 25gme0113 – Lease Of One (1) Unit Service Vehicle For 9 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 09 Days Equipment Rental (service Vehicle) Pick-up 4x4 27. 25gme0114 – Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 28. 25gme0115 – Lease Of One (1) Unit Service Vehicle For 12 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 12 Days Equipment Rental (service Vehicle) Pick-up 4x4 29. 25gme0116 – Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 30. 25gme0117 – Lease Of One (1) Unit Service Vehicle For 08 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 08 Days Equipment Rental (service Vehicle) Pick-up 4x4 31. 25gme0118 – Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 32. 25gme0119 – Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 16-30, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 33. 25gme0120 – Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 34. 25gme0121 – Lease Of One (1) Unit Service Vehicle For 12 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 12 Days Equipment Rental (service Vehicle) Pick-up 4x4 35. 25gme0122 – Lease Of One (1) Unit Service Vehicle For 10 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 36. 25gme0123 – Lease Of One (1) Unit Service Vehicle For 10 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 16-30, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 37. 25gme0124 – Lease Of One (1) Unit Service Vehicle For 10 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 38. 25gme0125 – Lease Of One (1) Unit Service Vehicle For 09 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 09 Days Equipment Rental (service Vehicle) Pick-up 4x4 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Sarangani District Engineering Office Now Invites Bids For The Above Procurement Project. Delivery Of Goods Required Is Twenty-five (25) Calendar Days For Item 1, 2, Eleven (11) Working Days For Item 3, 5, 7, 8, 9, 15, 17, 19, 20, 21, 27, 29, 31, 32 And 33, Twelve (12) Working Days For Item 4, 10, 16, 22, 28 And 34, Eight (8) Working Days For Item 6, 18, 30, Ten (10) Working Days For Item 11, 12, 13, 23, 24, 25, 35, 36 And 38, Nine (9) Working Days For Item 14, 26 And 38. 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 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 Dpwh Sarangani District Engineering Office, Sarangani Province And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm (office Hour). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 11 – 18, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of: Project No. 1 , 3 – 38 Php 500.00 Project No. 2 Php 1,000.00 May Be Refunded In Accordance With The Guidelines Based On The Grounds Provided Under Section 41 Of The Republic Act 9184 And Its Implementing Rules And Regulations. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Electronically In The Email Address Given Below Or In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before June 18, 2025 @ 10:00 A.m. Late Bids Shall Not Be Accepted. 7. Bid Opening Shall Be On June 18, 2025 At Dpwh-sarangani Deo Conference Room And/or Through Video Conferencing Or Webcasting Via: Zoom Meeting Id: 937 563 6853 Password: Sgni22 Youtube Channel: Https://www.youtube.com/@sarangani Deo/streams 8. Bid Opening Shall Be On June 18, 2025, Immediately After The Deadline Of Submission Of Bids At Dpwh-sarangani Deo Conference Room And/or Via Zoom And Youtube Livestream Using The Details Above. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Dpwh Sarangani District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Reuben G. Salazar Acting Head, Procurement Unit, Dpwh – Sarangani Deo 9501, Kawas, Alabel, Sarangani Province Salazar.reuben@dpwh.gov.ph Contact Nos.: 083-892-5877 0905-553-0924 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph Www.philgeps.gov.ph Hermon Jerome L. Paez Engineer Iii, Chief Quality Assurance Section Bac Chairperson Date Of Publication: June 11 – 17, 2025 R12.14 Rpa/rgs
Closing Date18 Jun 2025
Tender AmountPHP 38.5 K (USD 690)

Department Of Public Works And Highways - DPWH Tender

Others
Philippines
Details: Description Invitation To Bid For 1. Contract Id No. : 25gme0085 Contract Name : Supply & Delivery Of It Equipment For Use At Administrative Section (records Unit), Dpwh-sarangani District Engineering Office Contract Location: Alabel, Sarangani Province 2. Contract Id No. : 25gme0086 Contract Name : Supply & Delivery Fuel For Use Of Various Vehicles Of Dpwh-sarangani District Engineering Office Contract Location: Alabel, Sarangani Province 3. Contract Id No. : 25gme0090 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of July 1-15, 2025 Contract Location: Alabel, Sarangani Province 4. Contract Id No. : 25gme0091 Contract Name : Lease Of One (1) Unit Service Vehicle For 12 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of July 16-31, 2025 Contract Location: Alabel, Sarangani Province 5. Contract Id No. : 25gme0092 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of August 1-15, 2025 Contract Location: Alabel, Sarangani Province 6. Contract Id No. : 25gme0093 Contract Name : Lease Of One (1) Unit Service Vehicle For 08 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of August 16-31, 2025 Contract Location: Alabel, Sarangani Province 7. Contract Id No. : 25gme0094 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of September 1-15, 2025 Contract Location: Alabel, Sarangani Province 8. Contract Id No. : 25gme0095 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of September 16-30, 2025 Contract Location: Alabel, Sarangani Province 9. Contract Id No. : 25gme0096 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of October 1-15, 2025 Contract Location: Alabel, Sarangani Province 10. Contract Id No. : 25gme0097 Contract Name : Lease Of One (1) Unit Service Vehicle For 12 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of October 16-31, 2025 Contract Location: Alabel, Sarangani Province 11. Contract Id No. : 25gme0098 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of November 1-15, 2025 Contract Location: Alabel, Sarangani Province 12. Contract Id No. : 25gme0099 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of November 16-30, 2025 Contract Location: Alabel, Sarangani Province 13. Contract Id No. : 25gme0100 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of December 1-15, 2025 Contract Location: Alabel, Sarangani Province 14. Contract Id No. : 25gme0101 Contract Name : Lease Of One (1) Unit Service Vehicle For 09 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of December 16-31, 2025 Contract Location: Alabel, Sarangani Province 15. Contract Id No. : 25gme0102 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 1-15, 2025 Contract Location: Alabel, Sarangani Province 16. Contract Id No. : 25gme0103 Contract Name : Lease Of One (1) Unit Service Vehicle For 12 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 16-31, 2025 Contract Location: Alabel, Sarangani Province 17. Contract Id No. : 25gme0104 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 1-15, 2025 Contract Location: Alabel, Sarangani Province 18. Contract Id No. : 25gme0105 Contract Name : Lease Of One (1) Unit Service Vehicle For 8 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 16-31, 2025 Contract Location: Alabel, Sarangani Province 19. Contract Id No. : 25gme0106 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 1-15, 2025 Contract Location: Alabel, Sarangani Province 20. Contract Id No. : 25gme0107 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 16-30, 2025 Contract Location: Alabel, Sarangani Province 21. Contract Id No. : 25gme0108 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 1-15, 2025 Contract Location: Alabel, Sarangani Province 22. Contract Id No. : 25gme0109 Contract Name : Lease Of One (1) Unit Service Vehicle For 12 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 16-31, 2025 Contract Location: Alabel, Sarangani Province 23. Contract Id No. : 25gme0110 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 1-15, 2025 Contract Location: Alabel, Sarangani Province 24. Contract Id No. : 25gme0111 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 16-30, 2025 Contract Location: Alabel, Sarangani Province 25. Contract Id No. : 25gme0112 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 1-15, 2025 Contract Location: Alabel, Sarangani Province 26. Contract Id No. : 25gme0113 Contract Name : Lease Of One (1) Unit Service Vehicle For 9 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 16-31, 2025 Contract Location: Alabel, Sarangani Province 27. Contract Id No. : 25gme0114 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 1-15, 2025 Contract Location: Alabel, Sarangani Province 28. Contract Id No. : 25gme0115 Contract Name : Lease Of One (1) Unit Service Vehicle For 12 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 16-31, 2025 Contract Location: Alabel, Sarangani Province 29. Contract Id No. : 25gme0116 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 1-15, 2025 Contract Location: Alabel, Sarangani Province 30. Contract Id No. : 25gme0117 Contract Name : Lease Of One (1) Unit Service Vehicle For 08 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 16-31, 2025 Contract Location: Alabel, Sarangani Province 31. Contract Id No. : 25gme0118 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 1-15, 2025 Contract Location: Alabel, Sarangani Province 32. Contract Id No. : 25gme0119 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 16-30, 2025 Contract Location: Alabel, Sarangani Province 33. Contract Id No. : 25gme0120 Contract Name : Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 1-15, 2025 Contract Location: Alabel, Sarangani Province 34. Contract Id No. : 25gme0121 Contract Name : Lease Of One (1) Unit Service Vehicle For 12 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 16-31, 2025 Contract Location: Alabel, Sarangani Province 35. Contract Id No. : 25gme0122 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 1-15, 2025 Contract Location: Alabel, Sarangani Province 36. Contract Id No. : 25gme0123 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 16-30, 2025 Contract Location: Alabel, Sarangani Province 37. Contract Id No. : 25gme0124 Contract Name : Lease Of One (1) Unit Service Vehicle For 10 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 1-15, 2025 Contract Location: Alabel, Sarangani Province 38. Contract Id No. : 25gme0125 Contract Name : Lease Of One (1) Unit Service Vehicle For 09 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 16-31, 2025 Contract Location: Alabel, Sarangani Province 1. The Dpwh Sarangani District Engineering Office, Through The Government Of The Philippines Fy2025 Intends To Apply The Sum Of: 1. P 132,250.00 2. P 570,300.00 3. P 38,500.21 4. P 42,000.23 5. P 38,500.21 6. P 28,000.16 7. P 38,500.21 8. P 38,500.21 9. P 38,500.21 10. P 42,000.23 11. P 35,000.20 12. P 35,000.20 13. P 35,000.20 14. P 31,500.18 15. P 38,500.21 16. P 42,000.23 17. P 38,500.21 18. P 28,000.16 19. P 38,500.21 20. P 38,500.21 21. P 38,500.21 22. P 42,000.23 23. P 35,000.20 24. P 35,000.20 25. P 35,000.20 26. P 31,500.18 27. P 38,500.21 28. P 42,000.23 29. P 38,500.21 30. P 28,000.16 31. P 38,500.21 32. P 38,500.21 33. P 38,500.21 34. P 42,000.23 35. P 35,000.20 36. P 35,000.20 37. P 35,000.20 38. P 31,500.18 Being The Abc’s To Payments Under The Contract For: 1. 25gme0085 – Supply & Delivery Of It Equipment For Use At Administrative Section (records Unit) Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 1 Unit Computer Processor & Chipset: Core-i5 (13th Gen) Or Its Equivalent, Minimum Of 14-cores And 4.80 Ghz Max Turbo Frequency Internal Memory: 16gb Ddr4 Storage: 1tb 7200rpm Hdd + 512gb Ssd Display & Graphics: 21-inch Diagonal Full High-definition Wide Screen Or Wide Viewing Angle Ips Display (same Brand As Cpu); Integrated Graphics Memory Audio: Integrated Sound Card With Internal /external Speaker. Expansion Slot: 4 Slots On-board, At Least 1 Pci Express Slot Cooling System: Air Cooling System I/o Ports: Minimum Of 6 Usb Slots (at Most 1 Type C) , Hdmi/display Port, Audio Port, Ethernet (rj-45) Network Interface: Integrated Gigabit Ethernet Casing: Two (2) External Drive Bays Software Operating System: Licensed Oem Windows 11 Professional 64-bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery Recovery Media: All Drivers And Utilities Must Be Stored In Any Electronic Storage Media. It Must Be Properly Labeled And Virus-free. Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual And Transferable. It Must Be Licensed And Named After The Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwhgovph.onmicrosoft.com And Primary Domain Dpwh.gov.ph. The Supplier Must Present A Certificate As A Certified Csp Direct Partner In The Philippines. Accessories Keyboard: Manufacturer's Standard (same Brand As The Computer) Mouse: Optical With A Mouse Pad (same Brand As The Computer) Webcam: 2mp Fhd Headset: Headset With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Desktop) Power Supply: Manufacturer's Standard Cables And Connectors: All Necessary Cables And Connectors: Patch Cord (cat6, Factory Crimped With Rj-45 Connector, 5 Meters, Preferably Color Orange) Brand And Model: Must Be Globally Recognized Brand Of Computers And Has Been Marketed In The Philippines For The Last Ten (10) Years. It Must Be In The Current Catalog And Not End-of-life. The Manufacturer's Certificate Is Required. All Components Must Be The Same Brand As The Computer (except For The Webcam, And Headset) And Manufacturer Installed. The Supplier Is Not Allowed To Change Or Add Any Components To The Equipment. Regulatory: Energy Star Certified (with Energy Star Stamp), For Desktop Computers That Do Not Carry Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Level Shall Be Submitted Such As Technical Dossier Of The Manufacturer Or Attest Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: The Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide One (1) Year Warranty On All Parts Including Mouse, Keyboard, Webcam, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar) Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00am- 5:00pm) 5 Days A Week (monday-friday) For Problem Resolution. Support Shall Have A Response Time Of The Next Business Day. Additional Notes: The Ups (650va) Shall Be Issued In Bundle With The Desktop Computer For Applications Use Tech Specs. This Technical Specification Shall Be Issued Along With The Certification Issued By Ims. 2. 25gme0086 – Supply & Delivery Of Fuel For Use Of Various Vehicles Of Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 10,000 Liters Diesel 3. 25gme0090 – Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of July 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 4. 25gme0091 – Lease Of One (1) Unit Service Vehicle For 12 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of July 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 12 Days Equipment Rental (service Vehicle) Pick-up 4x4 5. 25gme0092 – Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of August 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 6. 25gme0093 – Lease Of One (1) Unit Service Vehicle For 08 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of August 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 08 Days Equipment Rental (service Vehicle) Pick-up 4x4 7. 25gme0094 – Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of September 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 8. 25gme0095 – Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of September 16-30, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 9. 25gme0096 – Lease Of One (1) Unit Service Vehicle For 11 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of October 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 10. 25gme0097 – Lease Of One (1) Unit Service Vehicle For 12 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of October 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 12 Days Equipment Rental (service Vehicle) Pick-up 4x4 11. 25gme0098 – Lease Of One (1) Unit Service Vehicle For 10 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of November 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 12. 25gme0099 – Lease Of One (1) Unit Service Vehicle For 10 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of November 16-30, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 13. 25gme0100 – Lease Of One (1) Unit Service Vehicle For 10 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of December 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 14. 25gme0101 – Lease Of One (1) Unit Service Vehicle For 09 Days For Site Inspection/validation Of Various Projects Within Sarangani Engineering District For The Period Of December 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 09 Days Equipment Rental (service Vehicle) Pick-up 4x4 15. 25gme0102 – Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 16. 25gme0103 – Lease Of One (1) Unit Service Vehicle For 12 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 12 Days Equipment Rental (service Vehicle) Pick-up 4x4 17. 25gme0104 – Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 18. 25gme0105 – Lease Of One (1) Unit Service Vehicle For 8 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 08 Days Equipment Rental (service Vehicle) Pick-up 4x4 19. 25gme0106 – Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 20. 25gme0107 – Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 16-30, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 21. 25gme0108 – Lease Of One (1) Unit Service Vehicle For 11 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 22. 25gme0109 – Lease Of One (1) Unit Service Vehicle For 12 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 12 Days Equipment Rental (service Vehicle) Pick-up 4x4 23. 25gme0110 – Lease Of One (1) Unit Service Vehicle For 10 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 24. 25gme0111 – Lease Of One (1) Unit Service Vehicle For 10 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 16-30, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 25. 25gme0112 – Lease Of One (1) Unit Service Vehicle For 10 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 26. 25gme0113 – Lease Of One (1) Unit Service Vehicle For 9 Days For Use In The Conduct Of Preliminary Detailed Engineering Activities Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 09 Days Equipment Rental (service Vehicle) Pick-up 4x4 27. 25gme0114 – Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 28. 25gme0115 – Lease Of One (1) Unit Service Vehicle For 12 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of July 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 12 Days Equipment Rental (service Vehicle) Pick-up 4x4 29. 25gme0116 – Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 30. 25gme0117 – Lease Of One (1) Unit Service Vehicle For 08 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of August 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 08 Days Equipment Rental (service Vehicle) Pick-up 4x4 31. 25gme0118 – Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 32. 25gme0119 – Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of September 16-30, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 33. 25gme0120 – Lease Of One (1) Unit Service Vehicle For 11 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 11 Days Equipment Rental (service Vehicle) Pick-up 4x4 34. 25gme0121 – Lease Of One (1) Unit Service Vehicle For 12 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of October 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 12 Days Equipment Rental (service Vehicle) Pick-up 4x4 35. 25gme0122 – Lease Of One (1) Unit Service Vehicle For 10 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 36. 25gme0123 – Lease Of One (1) Unit Service Vehicle For 10 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of November 16-30, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 37. 25gme0124 – Lease Of One (1) Unit Service Vehicle For 10 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 1-15, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 10 Days Equipment Rental (service Vehicle) Pick-up 4x4 38. 25gme0125 – Lease Of One (1) Unit Service Vehicle For 09 Days For Inspection/supervision Of Infrastructure Projects Within Sarangani Engineering District For The Period Of December 16-31, 2025, Alabel, Sarangani Province Qty/unit Description: 1 1 Unit For 09 Days Equipment Rental (service Vehicle) Pick-up 4x4 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Sarangani District Engineering Office Now Invites Bids For The Above Procurement Project. Delivery Of Goods Required Is Twenty-five (25) Calendar Days For Item 1, 2, Eleven (11) Working Days For Item 3, 5, 7, 8, 9, 15, 17, 19, 20, 21, 27, 29, 31, 32 And 33, Twelve (12) Working Days For Item 4, 10, 16, 22, 28 And 34, Eight (8) Working Days For Item 6, 18, 30, Ten (10) Working Days For Item 11, 12, 13, 23, 24, 25, 35, 36 And 38, Nine (9) Working Days For Item 14, 26 And 38. 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 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 Dpwh Sarangani District Engineering Office, Sarangani Province And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm (office Hour). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 11 – 18, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of: Project No. 1 , 3 – 38 Php 500.00 Project No. 2 Php 1,000.00 May Be Refunded In Accordance With The Guidelines Based On The Grounds Provided Under Section 41 Of The Republic Act 9184 And Its Implementing Rules And Regulations. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Electronically In The Email Address Given Below Or In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before June 18, 2025 @ 10:00 A.m. Late Bids Shall Not Be Accepted. 7. Bid Opening Shall Be On June 18, 2025 At Dpwh-sarangani Deo Conference Room And/or Through Video Conferencing Or Webcasting Via: Zoom Meeting Id: 937 563 6853 Password: Sgni22 Youtube Channel: Https://www.youtube.com/@sarangani Deo/streams 8. Bid Opening Shall Be On June 18, 2025, Immediately After The Deadline Of Submission Of Bids At Dpwh-sarangani Deo Conference Room And/or Via Zoom And Youtube Livestream Using The Details Above. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Dpwh Sarangani District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Reuben G. Salazar Acting Head, Procurement Unit, Dpwh – Sarangani Deo 9501, Kawas, Alabel, Sarangani Province Salazar.reuben@dpwh.gov.ph Contact Nos.: 083-892-5877 0905-553-0924 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph Www.philgeps.gov.ph Hermon Jerome L. Paez Engineer Iii, Chief Quality Assurance Section Bac Chairperson Date Of Publication: June 11 – 17, 2025 R12.14 Rpa/rgs
Closing Date18 Jun 2025
Tender AmountPHP 38.5 K (USD 690)

GOV CELESTINO GALLARES MEMORIAL MEDICAL CENTER Tender

Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Details: Description 1. The Gov. Celestino Gallares Memorial Medical Center, Using A Single-year For A Duration Of One (1) Year Framework Agreement, Through General Appropriations Act/hospital Income Intends To Apply The Sum Of Fifty Million One Hundred Thirty Eight Thousand Five Hundred Twenty Six Pesos (php50,138,526.00) Being The Abc To Payments Under The Contract For Ib No. 2025-04-008. Bids Received In Excess Of The Total Cost Per Item Shall Be Automatically Rejected. 2. The Gov. Celestino Gallares Memorial Medical Center Now Invites Bids For Above Procurement Project. 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.bacmedsurglabsupplies@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 April 7 – April 28, 2025 From Gcgmmc Google Drive (gcgmmc.bacmedsurglabsupplies@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 At The Gcgmmc Cashier Section 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 Thru Online Transfer Or 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. [note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots.] 6. The Gov. Celestino Gallares Memorial Medical Center Will Hold A Pre-bid Conference On April 15, 2025 @ 9:00 Am At Gcgmmc Hospital Library And Training Hall, 5/f, 555 Building, 0053 Miguel Parras St., Poblacion Ii, Tagbilaran City, 6300 Bohol 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 April 28, 2025 @ 1:29pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On April 28, 2025 @ 1:30pm At The Gcgmmc Cloud Lounge, 5/f 555 Building, 0053 Miguel Parras St., Poblacion Ii, Tagbilaran City, 6300 Bohol. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. No Further Instructions. 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 Sections35.6 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: Magnolia Marie B. Tiempo Bac Secretariat Bids And Awards Committee (bac) Office Gov. Celestino Gallares Memorial Medical Center 0053, M. Parras St., Poblacion Ii, Tagbilaran City, 6300 Bohol Email: Gcgmmc.bacmedsurglabsupplies@gmail.com Tel. No.: (038) 411-4868 To 69 Local 286 Cel. No.: +63 9171469712 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website Http://www.philgeps.gov.ph Gcgmmc Website Https://www.gcgmh.gov.ph Approved: (sgd) Frederick B. Namoc, Rn, Mpa Bac Chairperson (medical/surgical And Radiology Supplies/laboratory Supplies And Reagents) Noted: (sgd) Miguelito S. Jayoma, Md, Fpcs, Fpsgs, Mhm Medical Center Chief Ii Head Of Procuring Entity (hope) *_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_* Stock/property No. Unit Item Description Qty Unit Cost Total Cost Lot 1 For Clinical Chemistry Section Opd & In-patient : 2609 Box Procalcitonin 25-30 Test/box 82 19,600.00 1,607,200.00 Total: 1,607,200.00 Note:winning Supplier Must Provide An Automated Poct Analyzer For This Test. This Item Must Be Evaluated As Acceptable By The End User. The Winning Supplier Must Also Provide A Copy Of Fda-cpr/coe/lto Which Ever Is Applicable. The Supplier Must Provide Items With Expiry Date Of At Least 1 Year Upon Delivery, A Copy Of Delivery Receipt To The Laboratory, And Comply With The Department's Policy Regarding Replacement Of Near-expiry Reagents Or Consumables. Lot 2 Immunology Testing For Autoimmune & Infectious Diseases 2234 Pack Ana, 35-40 Strips Per Pack 5 41,900.00 209,500.00 2235 Pack Ds-dna,igg, 35-40 Strips Per Pack 5 41,900.00 209,500.00 2603 Pack Ds-dna, Igm,35-40 Strips Per Pack 5 41,900.00 209,500.00 Total: 628,500.00 Note: The Winning Supplier Must Provide A Fully Automated Autoimmune And Infectious Disease Analyzer With Easy-to- Use Single Multiparametric System. The Supplier Must Also Provide Back-up Machine, Ups And Copy Of Valid Fda Cpr/coe/lto Which Ever Is The Supplier Must Provide Reagents With Expiry Date Of At Least 1 Year Upon Delivery, A Copy Of Delivery Receipt To The Laboratoryapplicable. These Items Must Be Evaluated As Acceptable By The End-user. , And Comply With The Department's Policy Regarding Replacement Of Near-expiry Reagents Or Consumables. For Serology: Lot 3 For Fully Automated Specific Protein Analyzer Machine: 2802 Kit Complement C3, 20-30 Tests/kit 10 9,000.00 90,000.00 Total: 90,000.00 The Winning Supplier Must Provide A Cartridge-based Fully Automated Specific Protein Analyzer. These Items Must Be Evaluated As Acceptable By The End-user. 1 Year Upon Delivery And A Copy Of Delivery Receipt To The Laboratory, Comply With The Department's Policy Regardingthe Supplier Must Provide Items With Expiry Date Of At Least Replacement Of Near-expiry Reagents Or Consumables And Also Provide A Copy Of Fda-cpr/coe/lto For The Abovementiond Items. Lot 4 For Serology Section Opd & In-patient : 2066 Kit Tsh, 100 -120tests/kit 15 19,900.00 298,500.00 2072 Kit Nt-probnp, 100 -120tests/kit 12 56,900.00 682,800.00 2817 Kit Crp, 100-120 Test/kit 10 80,900.00 809,000.00 5076 Box Starter Kit, 3 - 5 Pairs/box 9 19,900.00 179,100.00 213946 Kit Reaction Cups, 3-4x180-200 Cups/box 80 13,900.00 1,112,000.00 Total: 3,081,400.00 Note: Winning Supplier Must Provide An Automated And Lis Ready Clia Analyzer For The Abovementioned Tests,ups, Back-up Machine And A Copy Of Valid Fda Cpr/coe/lto Which Ever Is Applicable. These Items Must Be Evaluated As Acceptable By The End-user. The Supplier Must Provide Items With Expiry Date Of At Least 1 Year Upon Delivery, A Copy Of Delivery Receipt To The Laboratory, And Comply With The Department's Policy Regarding Replacement Of Near-expiry Reagents Or Consumables. Lot 5 For Blood Bank Section In/opd Patients: 2250 Kit Apheresis Kit (double Platelet) / Plasma 1 Sbt 25 11,500.00 287,500.00 (single Bag Transfusion) With Acd (anti- Coagulant Citrate Dextrose) Total: 287,500.00 Note:this Item Must Be Compatible With Hospital-owned Apheresis Machine. The Supplier Must Provide Items With Expiry Date Of At Least 1 Year Upon Delivery And A Copy Of Delivery Receipt To The Laboratory.the Supplier Must Comply On The Lab's Policy Regarding Replacement Of Near-expiry Reagents Or Consumables. Lot 6 For Serology: 2205 Kit Tsh Reagent,90 -120 Tests/kit 24 20,000.00 480,000.00 2206 Kit Ft3 Reagent,90 -120 Tests/kit 24 18,000.00 432,000.00 2207 Kit Ft4 Reagent,90 -120 Tests/kit 24 18,000.00 432,000.00 2212 Kit Substrate Reagent Set 12 12,100.00 145,200.00 (40-50ml X 1 -2 Bots;70-80ml X 1-2bots)/kit 2213 Box Washing Solution, 10 -12l X 1-2 Bots/box 4 3,000.00 12,000.00 2214 Box Line Washing Solution, 60 3,000.00 180,000.00 10 -12l X 1-2 Bots/box (buy One Take One) 2215 Kit Probe Washing Solution, 250 -300 Ml X 2-4bots/kit 12 3,000.00 36,000.00 2221 Kit Tsh Calibrator, 1 - 2ml X 6-8 Bots/kit 2 12,100.00 24,200.00 2222 Kit Ft3 Calibrator, 1 - 2ml X 6-8 Bots/kit 2 12,100.00 24,200.00 2223 Kit Ft4 Calibratror, 1 - 2ml X 6-8 Bots/kit 2 12,100.00 24,200.00 2228 Kit Control For Throid Panel 6 12,100.00 72,600.00 (l1: 3-5ml X 3-5 Bots, L2: 3-5ml X 3-5 Bots)/kit 2228 Pack Conical Sample Cup, 100-200's/pack 10 4,100.00 41,000.00 Total: 1,903,400.00 Note: Winning Supplier Must Provide Fully Automated Chemiluminescent Microparticle Immunoassay Machine Capable Of Simultaneousdetection Of The Tests, With Valid Fda Cpr/coe/lto Which Ever Is Applicable, 100% Sensitivity For All Test Kits, Reagent Shelf Life Of Not Less Than 10 Months And Lis Ready. The Supplier Must Also Provide Back-up Machine And Ups. These Items Must Be Acceptable By The End-user. The Supplier Must Provide Items With Expiry Date Of At Least 1 Year Upon Delivery, A Copy Of Delivery Evaluated As Receipt To The Laboratory, And Comply With The Department's Policy Regarding Replacement Of Near-expiry Reagents Or Consumables. Lot 7 For Coagulation Testing - In-patient 2090 Kit Prothrombin Time, 10 -12 X 6-8ml, 350-400 Test/kit 8 19,900.00 159,200.00 2093 Kit Assayed Control 1, 10-12 X 1-2ml 6 13,300.00 79,800.00 2094 Kit Assayed Control 2, 10-12 X 1-2ml 5 13,300.00 66,500.00 Total: 305,500.00 Note: Winning Supplier Must Provide Fully Automated Coagulometer That Features Dual Technology (optical And Mechanical Coagulation Detection) And Lis Ready, Back-up Machine And Ups. These Items Must Be Evaluated As Acceptable By The End User.the Supplier Must Provide Items With Expiry Date Of Atleast 1 Year Upon Delivery , A Copy Of Delivery Receipt To The Laboratory, Comply With The Department's Policy Regarding Replacement Of Near-expiry Reagents Or Consumables, And A Copy Of A Valid Fda-cpr/coe/lto Which Ever Is Applicable. Lot 8 For Hematology Section Opd & In-patient : 2083 Kit Prothrombin Time, 10-15 X 4-5 Ml, 400-500 Tests/kit 25 23,000.00 575,000.00 2084 Kit Activated Partial Thromboplastin Time, 12 35,000.00 420,000.00 10-12 X 5-7 Ml, 1000-1200 Tests/kit 2086 Pack Reaction Tube/cuvette, 3000-3200/pack 8 36,000.00 288,000.00 2087 Kit Normal Control ,10-15 X 1-2 Ml, 150 -250 Tests/kit 30 12,000.00 360,000.00 2088 Kit Abnormal Control ,10-15 X 1-2 Ml, 150 -250 Tests/kit 30 12,000.00 360,000.00 2089 Kit Washing Solution, 50-150 Ml, 1000 -1500 Tests/kit 20 1,200.00 24,000.00 (sodium Hypochlorite) 2743 Kit Washing Solution 45-150 Ml (hydrochloric Acid ) 20 4,100.00 82,000.00 2744 Box Sample Plate Sap 400a, 50-60 Plates/box 8 12,000.00 96,000.00 2792 Box Sample Cups, 4 Ml , 100-500’s/box 8 6,000.00 48,000.00 Total: 2,253,000.00 Note: Winning Supplier Must Provide Fully Automated Coaguation Analyzer With The Following Features: Multiwavelength Detection System: Transmitted Light Detection Method, Stat Capability, 20 Or More Reagent Positions With Cooling Systeme For Longer Reagent On Board Stability, Capable Of Multi-rule (westgard Rule) Monitoring, Atleast 3000 Samples Or More Samples Of Data Storage And Lis Ready,copy Of Valid Fda Cpr/coe/lto Which Ever Is Applicable , A Back-up Machine And Ups. These Items Must Be Evaluated As Acceptable By The End User. The Supplier Must Provide Items With Expiry Date Of At Least 1 Year Upon Delivery, A Copy Of Delivery To The Laboratory, And Comply With The Department's Policy Regarding Replacement Of Near-expiry Reagents Or Consumables. Lot 9 For Cbc-inpatient - Automated 6-part Hematology Analyzer, Including Immature Granulocyte, With Reticulocyte Count 2099 Bot Diluent For Hydrodynamic Focusing For Flouorescence 91 26,000.00 2,366,000.00 Flow Cytometry Method, 20-30 L, 550-600 Tests (c 2101 Bot Lysing Reagent For Diff Channel For Fluorescence 20 12,500.00 250,000.00 Flow Cytometry Method,5 -6 L 2102 Bot Fluorescent Dye Solution For Diff Channel For Fluorescence 13 24,000.00 312,000.00 Flow Cytometry Method, 42 -50 Ml X 2 Reagents For Reticulocyte: 2104 Bot Diluent For Reticulocyte Count,1-2 L, 500-700 Tests 33 9,500.00 313,500.00 2105 Bot Fluorescent Dye For Reticulocyte Count, 2-3 X 12-15ml 8 24,200.00 193,600.00 2866 Bot Lysing Reagent For Wbc, Baso, Nrbc, 1-2x5 -6l 10 12,500.00 125,000.00 2868 Bot Staining Reagent For Wbc, Baso, Nrbc, 1-2 X 82-100ml 8 12,500.00 100,000.00 Total: 3,660,100.00 Note: Winning Bidder Must Provide A Fully-automated 6-part Hematology Analyzer With Fluorescence Flow Cytometry, Hydrodynamic Focusing And Cyanide Free Sls Methods, Optional License Available For Reticulocyte And Body Fluids And Lis Ready Copy Of Valid Fda Cpr/coe/lto Which Ever Is Applicable. The Supplier Must Provide Certificate Of Neqas Participation With Excellent Results, Free Washing Solution,back-up Machine And Ups. These Items Must Be Evaluated As Acceptable By The End-user. The Supplier Must Provide Items With Expiry Date At To The Laboratory, And Comply With The Department's Policy Regarding Replacement Of Near-expiry Reagents Or Consumables. Lot 10 For Crossmatching: New Box Liss 3-4 X 10-12 Ml, 550- 600 Tests/box 96 50,000.00 4,800,000.00 New Box Ahg 400 -500 Cassettes, 2,400-2500 Tests/box 8 350,000.00 2,800,000.00 New Box A,b,d, Control, Reverse , 100-200 Cassettes, 100-200 Tests/box 300 20,000.00 6,000,000.00 New Box A1 & B Cells 2 -3 X 3-4 Ml/set, 150-200 Tests/box 57 4,000.00 228,000.00 New Box Whole Blood-based Quality Control, 5-6 Ml X 4 -5 Vial /box 20 25,000.00 500,000.00 New Box 7% Bovine Serum Albumin Solution , 5-6 Ml X 12-15 Bots/box 6 20,000.00 120,000.00 New Box 0.8% Reagent Red Blood Cells , 3-4 X 10-12 Ml/box 3 40,000.00 120,000.00 New Box Analyzer Evaporation Caps For Reagent Red Cells , 6 30,000.00 180,000.00 10-12 Ml, 250-300 Pcs/box New Box Analyzer Evaporation Caps For Reagent Red Cells , 6 30,000.00 180,000.00 3-5 Ml, 500-600 Pcs/box New Box Analyzer Dilution Trays 16 -20 X 180-200 Trays, 30 30,000.00 900,000.00 2880-3000 Tests/box Total: 15,828,000.00 Note: Winning Supplier Must Provide A Fully Automated In Vitro Immunohematology Machine Using Column Agglutination Technology With Digital Image Processing And Capable Of Performing Antibody Screen, Ups, Willing To Provide A Back-up Machine When Necessary And Copy Of Valid Fda Cpr/coe/lto Which Ever Is Applicable. The Supplier Must Provide Items With Expiry Date Of At Least 1 Year Upon Delivery , A Copy Of Delivery Receipt To The Laboratory, Comply With The Department's Policy Regarding Replacement Of Near-expiry Reagents Or Consumables. These Items Must Be Evaluated As Acceptable By The End-user. Lot 11 2535 Piece Blood Bag, Double, With Cpda-1 And Donor Tubing Line 5000 430.00 2,150,000.00 Maximum Of 12 Segments Available, 450 -500 Ml 2538 Piece Blood Bag, Triple, With Cpda-1 And Donor Tubing Line 3000 640.00 1,920,000.00 Maximum Of 12 Segments Available, 450-500 Ml Total: 4,070,000.00 These Items Must Be Evaluated As Acceptable By The End-user. The Supplier Must Provide Items With Expiry Date Of At Least 1 Year Upon Delivery And A Copy Of Delivery Receipt To The Laboratory. The Supplier Must Comply On The Lab's Policy Regarding Replacement Of Near-expiry Reagents Or Consumables. The Supplier Must Also Provide A Copy Of Fda-cpr/coe/lto For The Abovementioned Items. Lot 12 2254 Box Gn (gram Negative Identification), 20 -30 Cards/box 50 11,220.00 561,000.00 2255 Box Gp (gram Positive Identification), 20 -30 Cards/box 50 11,220.00 561,000.00 2256 Box Ast-n (gram Negative Susceptibility), 20 -30 Cards/box 50 11,220.00 561,000.00 2257 Box Ast-p (gram Positive Susceptibility), 20 -30 Cards/box 25 11,220.00 280,500.00 2258 Bot 0.45% Nacl Inhalation Solution, Usp, 1-2 L 36 5,280.00 190,080.00 2259 Box Sterile Incubation Tubes, 2000-2500’s 6 38,720.00 232,320.00 Total: 2,385,900.00 Note: Winning Bidder Must Provide Automated Machine For Microbial Identification And Antibiotic Susceptibility That Can Identify Fastidious Organism ( Neisseria Species, Hemophilu Sp, Streptococcu Sp, Candida Sp, Etc.) Back-up Machine, Ups And Copy Of Valid Fda Cpr/coe/lto Which Ever Is Applicable. These Items Must Be Evaluated As Acceptable By The End-user. The Supplier Must Provide Items With Expiry Date Of At Least 1 Year Upon Delivery, A Copy Of Delivery Receipt To The Laboratory, And Comply With The Department's Policy Regarding Policy Regarding Replacement Of Near-expiry Reagents Or Consumables. Lot 13 2526 Box Pediatric Fan (pf) Blood Culture Bot., Plastic W/ Ard, 20 -30ml 4500 770.00 3,465,000.00 Total: 3,465,000.00 These Items Must Be Evaluated As Acceptable By The End-user. The Supplier Must Provide Items With Expiry Date Of At Least 1 Year Upon Delivery And A Copy Of Delivery Receipt To The Laboratory. The Supplier Must Comply On The Lab's Policy Regarding Replacement Of Near-expiry Reagents Or Consumables. The Supplier Must Also Provide A Copy Of Fda-cpr/coe/lto For The Abovementioned Items. Lot 14 For G6pd Confirmatory Testing: 2436 Kit G6pd Reagent, 1 X 18 Ml + 1 X 60 Ml. 70 - 80 Tests/kit 6 5,670.00 34,020.00 Total: 34,020.00 Note: The Abovementioned Items Must Be Compatible With The Hospital-owned Fully Automated Chemistry Machine For G6pd Confirmatory Testing. The Supplier Must Provide A Copy Of Valid Fda-cpr/coe/lto Which Ever Is Applicable, Items With Expiry Date Of At Least 1 Year Upon Delivery And A Copy Of Delivery Receipt To The Laboratory. The Supplier Must Comply With The Department's Policy Regarding Replacement Of Near-expiry Reagents Or Consumables. Lot 15 For Clinical Chemistry Opd-patients: 2849 Kit Creatinine Pap 4-6 Bots X 180-250 Tests/kit 15 28,380.00 425,700.00 2853 Kit Ldh , 4-6 Bots X 200-250 Tests/kit 3 8,052.00 24,156.00 224938 Kit Calibrator , 6-8 X 3-4 Ml 8 13,000.00 104,000.00 Total: 553,856.00 Notes: Winning Supplier Must Provide An Automated And Lis Ready, A Bench Top Analyzer With On Board Capacity Of 200-400 Test Per Hour And Sample Types (serum, Plasma, Urine Mcsf, Whole Blood. These Items Must Be Evaluated As Acceptable By The End-user. The Supplier Must Expiry Date Of At Least 1 Year Upon Delivery And A Copy Of Delivery Receipt To The Laboratory, Comply With The Department's Policy Regarding Replacement Of Near-expiry Reagents Or Consumables And Also Provide A Copy Of Fda-cpr/coe/lto For The Abovementioned Items. Lot 16 For Clinical Chemistry In-patients: 2034 Kit Urea, 300-400 Cartridges/kit 10 17,900.00 179,000.00 2035 Kit Creatinine, 300-400 Cartridges/kit 15 18,500.00 277,500.00 2040 Kit Lipase, 90-100 Cartridges/kit 8 7,000.00 56,000.00 2043 Kit Bilirubin Conjugated/unconjugated, 90-100 Cartridges/kit 3 17,500.00 52,500.00 2044 Kit Total Bilirubin, 300-400 Cartridges/kit 2 17,500.00 35,000.00 2677 Kit Amylase, 90-100 Cartridges/kit 8 6,450.00 51,600.00 2058 Box Versatips, Cuvette And Nozzle, 3360-5000s 4 40,100.00 160,400.00 Total: 812,000.00 Note: Winning Supplier Must Provide: (1) An Automated Clinical Chemistry Analyzer Which Uses Dry-slide (micro-slide) Technology And Lis Ready; (2) A Certificate Of Neqas Participation With Excellent Results; (3) Ups; (4) Copy Of Valid Fda-cpr/coe/lto Which Ever Is Applicable; And A Back-up Machine. These Items Must Be Evaluated As Acceptable By The End-user. The Supplier Must Provide Items With Expiry Date Of At Least 1 Year Upon Delivery, A Copy Of Delivery Receipt To The Laboratory, And Comply With The Department's Policy Regarding Replacement Of Near-expiry Reagents Or Consumables. Lot 17 For Hematology In-patients: 2108 Bot Diluent, 20 - 30l 10 17,710.00 177,100.00 Total: 177,100.00 Notes: The Abovementioned Items Must Be Compatible With Hospital-owned Fully Automated Hematology Machine For Cbc And Crp. These Items Must Be Evaluated As Acceptable By The End User.the Supplier Must Provide Items With Expiry Date Of At Least 1 Year Upon Delivery , A Copy Of Delivery Receipt To The Laboratory, Comply With The Department's Policy Regarding Replacement Of Near-expiry Reagents Or Consumables, And A Copy Of A Valid Fda-cpr/coe/lto Which Ever Is Applicable. Lot 18 For Crossmatching Sections In: 2125 Kit Control For Crossmatching, 1-5x5-10ml 3 11,000.00 33,000.00 Total: 33,000.00 Note: Winning Supplier Must Provide A Fully Automated Machine Using Column Agglutination Technology For Crossmatching, Ups, Willing To Provide A Back-up Machine When Necessary And Copy Of Valid Fda Cpr/coe/lto Which Ever Is Applicable. The Supplier Must Provide Items Ups, Willing To Provide A Back-up Machine When Necessary And Copy Of Valid Fda Cpr/coe/lto Which Ever Is Applicable. The Supplier Must Provide Items With Expiry Date Of At Least 1 Year Upon Delivery , A Copy Of Delivery Receipt To The Laboratory, Comply With The Department's Policy Regarding Replacement Of Near-expiry Reagents Or Consumables. These Items Must Be Evaluated As Acceptable By The End-user. Lot 19 For Serology Sections In/opd: 2146 Kit Carcinoembryonic Antigen Reagent, 100 - 150 Tests/kit 4 63,700.00 254,800.00 2147 Kit Carcinoembryonic Antigen Calibrator, 2-4 X 4 -10ml/kit 1 18,400.00 18,400.00 2149 Kit Ca 19-9 Reagent, 100 - 150 Tests/kit 3 58,100.00 174,300.00 2150 Kit Ca 19-9 Calibrator, 2 - 4 X 4 - 8 Ml/kit 1 25,100.00 25,100.00 2151 Kit Ca 19-9 Control, 3 - 5 X 8 -10ml/kit 2 20,000.00 40,000.00 2188 Kit Anti-hbs Reagent, 100 - 150 Tests/kit 20 38,000.00 760,000.00 2189 Kit Anti-hbs Calibrator,1 - 2 X 4 - 8 Ml/kit 4 24,500.00 98,000.00 2190 Kit Anti-hbs Control, 3-5 X 8-10 Ml/kit 2 19,600.00 39,200.00 2171 Kit Concentrated Wash Buffer, 4-6 Bots X 975 - 1000 Ml/kit 16 19,800.00 316,800.00 2172 Kit Pre-trigger Solution, 4-6 Bots X 975 - 1000 Ml/kit 6 15,200.00 91,200.00 2173 Kit Trigger Solution, 4-6 Bots X 975 - 1000 Ml/kit 6 7,100.00 42,600.00 Total: 1,860,400.00 Note: Winning Bidder Must Provide Fully Automated Chemiluminescent Microplate Immunoassay (cmia) Machine Capable Of Simultaneous Detection Of The Tests With Valid Fda Cpr/coe/lto Which Ever Is Applicable For All Test Kits, 100% Sensivity Based On Saccl-nrl/tti-nrl Evaluation, Included In The List Of Test Kits As To The Guidelines From Referral Of Blood Sample For For Confirmatory Set By Nrl-nvbsp (department Circular No. 2017-0198), Reagent Shelf Life Not Less Than 10 Months And Lis Ready. The Winning Supplier Must Also Provide The Certificate Of Neqas Participation With Excellent Results, Proof Of Kit Evaluation From Std Aids Cooperative Central Laboratory (saccl) And Iso Certified Or Its Equivalent, Ups , And Back-up Machine. These Items Must Be Evaluated As Acceptable By The End-user. The Supplier Must Provide Items With Expiry Date Of At Least 1 Year Upon Delivery, A Copy Of Delivery Receipt To The Laboratory, And Comply With The Department's Policy Regarding Replacement Of Near-expiry Reagents Or Consumables. Lot 20 For Serology Sections In/opd: 2116 Kit Detection Of Dengue Ns1 Antigen And Dengue Igm / 50 5,500.00 275,000.00 Igg Antibodies, 10 -15 Tests / Kit Total: 275,000.00 These Items Must Be Evaluated As Acceptable By The End-user. The Supplier Must Provide Items With Expiry Date Of At Least 1 Year Upon Delivery And A Copy Of Delivery Receipt To The Laboratory. These Items Must Be Evaluated As Acceptable By The End-user. The Supplier Must Comply With The Department's Policy Regarding Replacement Of Near-expiry Reagents Or Consumables. The Supplier Must Also Provide A Copy Of Fda Cpr/coe/lto For The Abovementioned Items. Lot 21 For Histopathology Sections: 2442 Kit Polymer Refine Detection, 200-300 Tests 2 108,100.00 216,200.00 2443 Bot Wash Solution 10x Concentrate, 1-2l, 500-600 Tests/bot 1 32,600.00 32,600.00 2444 Bot Dewax Solution,1-2l, 350-500tests/bot 1 9,900.00 9,900.00 2446 Bot Epitope Retrieval 1, 1-2l, 170-200 Tests 2 22,000.00 44,000.00 2447 Bot Epitope Retrieval 2,1-2l, 170-200 Tests 2 22,000.00 44,000.00 2451 Kit Estrogen Receptor, 7 -8 Ml, 45-50 Tests 2 23,300.00 46,600.00 2452 Kit Progesterone Receptor, 7 - 8ml, 45-50 Tests 2 23,300.00 46,600.00 2453 Kit C-erb2-2/her2, 6 -7 Ml, 40-45 Tests 2 23,300.00 46,600.00 2466 Kit Pancytokeratin, Ae1/ae3, 7-10 Ml, 45-50 Tests/kit 1 23,300.00 23,300.00 2642 Kit Ck20, 7-10ml 1 27,600.00 27,600.00 2458 Kit Cd20, 7-10 Ml, 45-50 Tests/kit 1 27,900.00 27,900.00 2459 Kit Cd30, 7-10 Ml, 45-50 Tests/kit 1 23,300.00 23,300.00 2462 Kit S100, 7ml, 45-50 Tests 1 23,300.00 23,300.00 Total: 611,900.00 Note: All The Abovementioned Items Must Be Compatible With The Hospital-owned Immunohistochemistry Staining Machine And Evaluated As Acceptable By The End-user. The Supplier Must Provide Items With Expiry Date Of At Least 1 Year Upon Delivery, A Copy Of Delivery Receipt To The Laboratory, Comply With The Department's Policy Regarding Replacement Of Near-expiry Reagents Or Consumables. The Supplier Must Also Provide A Copy Of Valid Fda-cpr/coe/lto Which Ever Is Applicable. Lot 22 For Hematology In-patients: 2828 Bot Wbc Staining Reagent For Differential Count, 20 6,000.00 120,000.00 12-15ml, 250-350 Tests/bot 2830 Bot Reticulocyte Staining Reagent, 12-15ml, 400-500 Tests/bot 5 19,000.00 95,000.00 2826 Bot Cyanide Free Lysing Solution Hgb Determination 1-2 L 6 7,500.00 45,000.00 2832 Bot Esr Solution Reagents, 1-2l, 400-500 Tests/bot 2 8,500.00 17,000.00 2833 Set Control For Cbc & Esr, 3-4 X 4.5-5ml, Tri-pack (l,n,h) 3 13,500.00 40,500.00 2834 Set Control For Retic, 3-4 X 4.5-5ml, Tri-pack (l,n,h) 3 13,500.00 40,500.00 Total: 358,000.00 Note: Winning Supplier Must Provide An Automated And Lis Ready Automatic Hematology Analyzer That Utilize Sf Cube Method To Count Wbc, 5-part Diff, Nrbc, Ret, And Plt-o Dc Impedance Method For Rbc And Pltcyanide Free Reagent For Hemoglobin Tests These Items Must Be Evaluated As Acceptable By The End-user. The Supplier Must Provide Items With Expiry Date Of At Least 1 Year Upon Delivery And A Copy Of Delivery Receipt To The Laboratory, Comply With The Department's Policy Regarding Replacement Of Near-expiry Reagents Or Consumables And Also Provide A Copy Of Fda-cpr/coe/lto For The Abovementiond Items. Lot 23 For Clinical Chemistry Opd/ In-patients: 2079 Kit Sensor Card For Blood Gas And Electrolytes 30 17,000.00 510,000.00 (ph, Pco2, Po2, Hematocrit, Sodium, Potassium, Chloride, Ionized Calcium), 200-300 Samples/kit 2080 Kit Calibrator Cartridge, 500-700 Samples/kit 12 54,800.00 657,600.00 For Electrolytes: 2081 Kit Sensor Card For Sodium, Potassium, Chloride, Ionized 30 38,200.00 1,146,000.00 Calcium, Ionized Magnesium, 400-500 Samples/kit 2082 Kit Calibrator Cartridge, (for Electrolytes), 500-700 Samples/kit 30 28,400.00 852,000.00 Total: 3,165,600.00 Note: Winning Supplier Must Provide An Automated Electrolyte Analyzer That Utilizes Microsensor Card Technology With Clot Block Sample Flow Path, Automatic Calibration And Lis Ready. The Supplier Must Also Provide Free Syringe Clot Catcher Three Level Control, Back-up Machine And Ups. These Items Must Be Evaluated As Acceptable By The End-user. The Winning Supplier Must Also Provide A Copy Of Fda-cpr/coe/lto Which Ever Is Applicable, Items With Expiry Date Of At Least 1 Year Upon Delivery, A Copy Of Delivery Receipt To The Laboratory, And Comply With The Department's Policy Regarding Replacement Of Near-expiry Reagents Or Consumables. Category Histopathology Section For: Tissue Processing & Frozen Section 2480 Gal Ethanol Ar, Absolute, 2.5 -5l 50 2,200.00 110,000.00 2485 Pack Multi-tissue Cassettes, Plastic With Lids 36 2,600.00 93,600.00 250 -300pcs. / Pack (embedding Cassettes) 2488 Pack Tissue Embedding Medium, 1 - 2kg / Bag 36 1,400.00 50,400.00 (pellet Form Melting Point 56°c) 2552 Box Coverslip 24x56 -60mm., 100-150’s 30 154.00 4,620.00 2477 Kit Cytological Standard Stain, 6 -8 X 500 -700ml/kit 3 16,500.00 49,500.00 2489 Bot Xylol / Xylene Ar, 2.5 - 4l/bot 60 3,000.00 180,000.00 2475 Box Blade Microtome, High Profile, 50-100’s/box 5 9,800.00 49,000.00 2476 Box Blade Microtome, Low Profile, 50-100’s/box 5 9,800.00 49,000.00 2474 Gal Alcohol, 100%, 3.8 -4l/gal 1 3,100.00 3,100.00 Total: 589,220.00 These Items Must Be Evaluated As Acceptable By The End-user. The Supplier Must Provide Items With Expiry Date Of At Least 1 Year Upon Delivery And A Copy Of Delivery Receipt To The Laboratory, Comply With The Department's Policy Regardingreplacement Of Near-expiry Reagents Or Consumables And Also Provide A Copy Of Fda-cpr/coe/lto For The Abovementiond Items. 2526 Box Rapid Staining Of Blood Smear With Fixing Solution 15 7,000.00 105,000.00 And 6 Pcs. Buffer Tablet With Ph 7.2, 3 - 5 X 500 - 1000ml Total: 105,000.00 These Items Must Be Evaluated As Acceptable By The End-user. The Supplier Must Provide Items With Expiry Date Of At Least 1 Year Upon Delivery And A Copy Of Delivery Receipt To The Laboratory. The Supplier Must Comply On The Lab's Policy Regarding Replacement Of Near-expiry Reagents Or Consumables. The Supplier Must Also Provide A Copy Of Fda-cpr/coe/lto For The Abovementioned Items. Category Microbiology Section Antibiotic Disks: 2324 Bot Selenite F Broth, 500 - 700g/bot 2 14,000.00 28,000.00 2328 Bot Yeast Extract, 500 - 700g/bot 1 18,500.00 18,500.00 2323 Bot Stuart Transport Media, 500 - 700g 1 18,100.00 18,100.00 2310 Bot Fluid Thioglycolate Medium,500 - 700g/bot 1 11,110.00 11,110.00 2308 Bot Agar, Ornithine Decarboxylase, 100 -500g/bot 1 11,110.00 11,110.00 2298 Bot Agar, Trehalose, 100 -500g/bot 1 11,110.00 11,110.00 2283 Bot Agar, Sim Medium, 500 - 700g/bot 5 7,500.00 37,500.00 Antibiotic Disks: 2344 Cart Oxidase Disk, 50-60’s/cart (taxo Neisseria) 3 1,800.00 5,400.00 2375 Tube Sensitivity Disk, Fostomycin,200 -400 Μ/tube 1 800.00 800.00 2378 Tube Sensitivity Disk, Imipenem - Relebactam, 10/25 Ug, 50-60's/tube 60 600.00 36,000.00 2822 Tube Sensitivity Disk, Plazomicin, 30 Ug, 50-60's/tube 60 600.00 36,000.00 2304 Cart Bacitracin Disk, 2-4x15-20 (0.04 U) 5 770.00 3,850.00 2340 Cart Cefinase Disks, 50-60’s/cart 5 770.00 3,850.00 2346 Cart V Factor Disk, 50-60’s/cart 5 1,980.00 9,900.00 2347 Cart X & V Factor Disk, 50-60’s/cart 5 1,980.00 9,900.00 2348 Cart X-factor Disk, 50-60’s/cart 5 1,980.00 9,900.00 2376 Tube Sensitivity Disk, Gentamicin (hlar) 120 - 150 Ug, 50-60's/tube 30 600.00 18,000.00 2393 Tube Sensitivity Disk, Streptomycin (hlar) 300ug ,50-60's/tube 30 1,300.00 39,000.00 E-test Strips: 2401 Pack Aztreoname-test, 100-150 Strips/pack 2 25,300.00 50,600.00 2409 Pack Chloramphenicol E-test, 100-150 Strips/pack 2 25,300.00 50,600.00 2411 Pack Daptomycin E-test, 100-150 Strips/pack 10 25,300.00 253,000.00 2415 Pack Meropenem E-test, 100-150 Strips/pack 2 25,300.00 50,600.00 2417 Pack Oxacillin E-test, 100-150 Strips/pack 2 25,300.00 50,600.00 2419 Pack Tetracycline E-test, 100-150 Strips/pack 2 25,300.00 50,600.00 2421 Pack Vancomycin E-test, 100-150 Strips/pack 4 25,300.00 101,200.00 Total: 915,230.00 These Items Must Be Evaluated As Acceptable By The End-user. The Supplier Must Provide Items With Expiry Date Of At Least 1 Year Upon Delivery And A Copy Of Delivery Receipt To The Laboratory, Comply With The Department's Policy Regarding Replacement Of Near-expiry Reagents Or Consumables And Also Provide A Copy Of Fda-cpr/coe/lto For The Abovementioned Items. Reception/ Phlebotomy: Sample Collection & Patient Preparation 2117 Box Glucose Strips, Laminated Strips Using Electrode 900 750.00 675,000.00 Palladium With 0-70% Widest Hematocrit Range, Individually Foil Wrapped, 50-60's / Box 2547 Box Blood Lancet, Plastic, Gauge 21, 200 - 300’s 300 890.00 267,000.00 Single-use With Twist-off Plastic Cap 2543 Box Blood Collecting Tube, 0.5 Ml, Plain Tube, 30 770.00 23,100.00 Plastic With Screw Cap, Red, 100 - 150’s 2545 Box Blood Collecting Tube, With 3.2% Sodium Citrate, 0.5 Ml 60 1,300.00 78,000.00 Blue, Plastic With Lid Groove, 100-150’s 2791 Box Blood Collecting Tube, 3 Ml -4 Ml, 60 660.00 39,600.00 Glass Plain With Screw Cap, 100 - 150’s Total: 1,082,700.00 These Items Must Be Evaluated As Acceptable By The End-user. The Supplier Must Provide Items With Expiry Date Of At Least 1 Year Upon Delivery And A Copy Of Delivery Receipt To The Laboratory, Comply With The Department's Policy Regarding Replacement Of Near-expiry Reagents Or Consumables And Also Provide A Copy Of Fda-cpr/coe/lto For The Abovementioned Items.
Closing Date29 Apr 2025
Tender AmountPHP 50.1 Million (USD 888.2 K)

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)

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)

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 

Philippine Merchant Marine Academy Tender

Others
Philippines
Details: Description Quantity Unit Item Description 1 1 Lot Procurement Of Integrated Full Mission Bridge And Engine Room Simulator With Desktop Station Full Mission Bridge Simulator (fmbs) And Mini Bridge Stations’ Features And Applications, Major Components, Bridge Simulator Performance Standards And Hardware 1. Major Components The Full Mission Bridge Simulators That Can Be Integrated With Engine Simulators Shall Consist Of The Following Major Components: A. One (1) Full Mission Bridge Station With 270° Horizontal Display (class A Configuration); B. Seven (7) Mini Bridge Stations With 120° Horizontal Display (class B Configuration); C. One (1) Server Station; D. One (1) Instructor Station; E. One (1) Simulator Scenario Development Station; And F. One (1) Briefing/ Debriefing Station. 2. Features And Applications 2.1 The Bridge Simulator Should Provide A Realistic, Ship-like Environment Based On Real Hardware Consoles And High-quality Visualization. The Systems Include Major Components Such As Conning, Radar/ Arpa And Ecdis, Gmdss, Navigation Equipment, Bearing Finder, Steering Control Console, Engine Control, Auto Pilot System, Overhead Display, Etc. 2.2 The Bridge Simulator Product Shall Be Certified And Compliant As Class A (full Mission), B (multi-task), C (limited Task), And D (cloud-based Distant Learning) Type-approved Maritime Simulator System By An Internationally Recognized Classification Society. The Compliance With Classification Shall Be Reflected In The Certificate Of The Product. 2.3 The Simulator Can Be Utilized To A Variety Of Navigation Techniques Under Different Environmental Conditions, Serving A Wide Range Of Purposes As Follows: 1. Control Of The Ship While Navigating In The Operational And Emergency Modes In Various Weather Conditions With The Possibility Of Setting Wind And Current Parameters; 2. Analysis Of The Above-water Situation In Day And Night Conditions; In Poor Visibility By Visible Navigation Lights And Information Received From Radar/ Arpa; 3. Use Of The Electronic Chart-based Navigational Information System (ecdis); 4. Practical Use Of Radio Equipment And Global Maritime Distress And Safety System (gmdss) Facilities; 5. Application Of The International Regulations For Preventing Collisions At Sea; 6. Ship Control During Anchoring And Mooring; 7. Ship Control During Towing Operations; 8. Ship Control During Maneuvers "man Overboard"; 9. Rational Methods Of Ship Control In Case Of Main Engines (me) And Ship And Navigation Equipment Failures During Movement; 10. Eye Survey Of Above-water And Radar Situation, Determination Of Vessel Movement Elements; 11. Navigational Situation Assessment By Visual Observation During Daytime, By Lights At Night Time And By Observation Of Transmission Of Echo Signals On Ppi Simulators In Conditions Of Limited Visibility; 12. Visual Determination Of Vessel Movement Patterns, Maneuvering Capabilities And Dimensions; 13. Selection And Execution Of Collision Avoidance Maneuvers In Open Sea, During Night And In Limited Visibility Conditions Using Radar/arpa; 14. Evaluation Of Accuracy Of Primary And Secondary Information Received From Arpa, Consideration Of Factors Affecting Accuracy Of Arpa And Delay In Formation Of Secondary Radar Information; 15. Orientation Of Ships In Complex Navigation Conditions In Daytime And Nighttime And In Conditions Of Limited Visibility; 16. Use Of Ecdis For Preliminary And Executive Plotting, Practicing Correct Response To Emergency Signals Produced By Ecdis, Solution Of Chart-metric Tasks And Ensuring Safety Of Navigation With The Use Of Information Received From Ecdis; 17. Use Of Basic Capabilities Of Marine Mobile Service And Marine Mobile Satellite Service. 2.4 The Bridge Simulator Product Shall Be Able To Address The Following Stcw Competencies And Shall Be Reflected In The Certificate. · Table A-ii/1.1 - Plan And Conduct A Passage And Determine Position. • Table A-ii/1.2 - Maintain A Safe Navigational Watch. • Table A-ii/1.3 - Use Of Radar And Arpa To Maintain Safety Of Navigation. § Table A-ii/1.4 - Use Of Ecdis To Maintain The Safety Of Navigation. • Table A-ii/1.5 - Respond To Emergencies. • Table A-ii/1.6 - Respond To A Distress Signal At Sea. • Table A-ii/1.8 - Transmit And Receive Information By Visual Signaling. • Table A-ii/1.9 - Manoeuvre The Ship. • Table A-ii/2.1 - Plan A Voyage And Conduct Navigation. • Table A-ii/2.2 - Determine Position And The Accuracy Of Resultant Position Fix By Any Means. • Table A-ii/2.3 - Determine And Allow For Compass Errors. • Table A-ii/2.4 - Co-ordinate Search And Rescue Operations. • Table A-ii/2.5 - Establish Watchkeeping Arrangements And Procedures. • Table A-ii/2.6 - Maintain Safe Navigation Through The Use Of Information From Navigation Equipment And Systems To Assist Command Decision-making. • Table A-ii/2.7 - Maintain The Safety Of Navigation Through The Use Of Ecdis And Associated Navigation Systems To Assist Command Decision Making. • Table A-ii/2.10 - Maneuver And Handle A Ship In All Conditions. • Table A-ii/2.11 - Operate Remote Controls Of Propulsion Plant And Engineering Systems And Services. • Table A-ii/3.1 - Plan And Conduct A Coastal Passage And Determine Position. • Table A-ii/3.2 - Maintain A Safe Navigational Watch. • Table A-ii/3.3 - Respond To Emergencies. • Table A-ii/3.4 - Respond To A Distress Signal At Sea. • Table A-ii/3.5 - Manoeuvre The Ship And Operate Small Ship Power Plants. • Table A-ii/4.1 - Steer The Ship And Also Comply With Helm Orders In The English Language. • Table A-ii/4.2 - Keep A Proper Look-out By Sight And Hearing. Table A-ii/5.2 - Contribute To Berthing, Anchoring And Other Mooring Operations. • Table A-v/4-1.1 - Contribute To Safe Operation Of Vessels Operating In Polar Waters. • Table A-v/4-1.2 - Monitor And Ensure Compliance With Legislative Requirements. • Table A-v/4-1.3 - Apply Safe Working Practices, Respond To Emergencies. • Table A-v/4-1.4 - Ensure Compliance With Pollution-prevention Requirements And Prevent Environmental Hazards. • Table A-v/4-2.1 - Plan And Conduct A Voyage In Polar Waters. • Table A-v/4-2.2 - Manage The Safe Operation Of Vessels Operating In Polar Waters. • Table A-v/4-2.3 - Maintain Safety Of The Ship's Crew And Passengers And The Operational Condition Of Life- Saving, Firefighting And Other Safety Systems. 2.5 The Bridge Simulator Shall Allow For Training And Certification Of Watch Officers, Chief Officers, Captains, And Pilots Serving On Commercial And Fishing Vessels Of 500 Gross Tonnage Or More In Accordance With The Requirements Of The Imo Stcw Convention And Model Courses: · 1.07 – Radar Navigation, Radar Plotting And Use Of Arpa; · 1.08 – Radar, Arpa, Bridge Teamwork And Search & Rescue; · 1.22 – Ship Simulator And Bridge Teamwork; · 1.27 – Operational Use Of Electronic Chart Display And Information System (ecdis); · 1.32 – Operational Use Of Integrated Bridge System; · 1.34 – Operational Use Of Ais; · 2.02 – Maritime Sar Coordinator; · 3.11 – Marine Accident And Incident Investigation With Compendium; · 3.19 – Ship Security Officer; · 3.23 – Actions To Be Taken To Prevent Acts Of Piracy And Armed Robbery; · 7.01 – Master And Chief Mate; · 7.03 – Officer In Charge Of Navigational Watch; · 7.05 – Skipper Of Fishing Vessel; · 7.06 – Officer In Charge Of Navigational Watch Of Fishing Vessel; Gmdss Simulator: · 1.25 – General Operator’s Certificate For The Gmdss; · 1.26 – Restricted Operator’s Certificate For The Gmdss. 2.6 The Bridge Simulator Shall Have All The Ownship Models, Target Ship Models , Objects And Exercise Areas Available In The Database Of The Simulator Product. It Shall Also Include Polar Areas, The Existing Models And Areas In Current Simulator, Naval And Coast Guard Ship Models, Ship Models Ready For Integration With Engine Simulators And Ship/engine Models Using Future Fuels. 2.7 The Simulator Shall Have An Intercom Installed In The Instructor Station And All Bridge Stations. 2.8 The Simulator Scenario Development Station Shall Have A Dedicated Station (specification 4.4) With Software Application With Capabilities For Port Design And Planning, Fairways Design, Ship Modelling And Incident Investigation, Study Ship Operations In Restricted Water Conditions And Mooring Operations, Including Tug Operation. It Shall Act As A Platform To Get Used To New Interfaces During Sea Trials. The Software Shall Allow The Designed Own Ship Models And Exercise Areas To Be Loaded Onto The Bridge Simulator. 2.9 The Simulator Shall Have An Evaluation And Assessment Method Designed For The Evaluation And Assessment Of A Range Of Predefined Assessment Parameters From The Following Categories: • Planning And Conducting A Passage And Determine Position; • Maintain Safe Navigational Watch; • Using Radar And Arpa To Maintain Navigational Safety; • Ability To Operate And Analyze Information Obtained From Arpa; • Respond To Emergencies; • Use Imo Standard Marine Communication Phrases And Use English Inwriting And Speaking; • Transmit And Receive Information Using Visual Signals; • Maneuver The Ship; • Colreg. 2.10 The Simulator Shall Have The Ability To Set Up A Scoring And Grading System To Evaluate The Operator’s Performance. The Program Allows The Instructor To Monitor The Results Of The Bridge Team / Operator Workstation Performance. 2.11 The Simulator Shall Be Capable Of Simulating Ship Operation In Polar Waters Or Ice Navigation According To The Polar Code And Shall Have The Following Training Capabilities: - Ice Management Of Offshore Installations In An Arctic Environment, - Use Of Radar Data And Ice Charts In Ecdis While Navigating In Ice Conditions, - Following Of Icebreakers, - Offshore Loading Operations To Include Mooring To Single Point Mooring And Floating Production Storage And Offloading Equipment In Ice Conditions, And - Navigation In Shattered Ice, Along Hard Ice Edges, Bumping Against Ice Edges, In Open Pack Ice, In Ice Holes, And Spots Of Ice-free Water. 2.12 The Ice Navigation Environment Shall Have The Following Characteristics: - Capable Of Ice Accumulation On Ship Superstructure, - Ship’s Tracks On Ice Fields Re-freeze As Programmed By The User, - Ice Mounds And Channels Can Be Added By The User, - Characteristics Of Ice Resistance Are Based On The Type Of Ice, Thickness, And Accumulation, - Capable Of Traversing Large Ice Areas, And - Realistic Representation Of Iceberg Objects. 3. Bridge Simulator Performance Standards 3.1 Physical Realism The Bridge Simulator Stations Shall Have The Following Physical Realism: A. The Equipment, Consoles, And Workstations Shall Be Installed, Mounted, And Arranged In A Manner That Mimics An Actual Bridge Of A Ship. B. The Workstations Shall Have Standard Rubber Mat Flooring. The Simulator Shall Have The Following Equipment: C. Controls Of Propulsion Plant Operations, Including Engine Telegraph, Pitch-control And Thrusters. There Shall Be Indicators For Shaft(s) Revolutions And Pitch Of Propeller(s). There Shall Be Controls For One Propeller And One Bow Thruster. D. Controls Of Propulsion Plant For Mooring Operations. By Any Method, It Shall Be Possible To Observe The Ship's Side And The Dock During Operation Of Such Controls. E. Controls Of Auxiliary Machinery. There Shall Be Controls For At Least Two Auxiliary Engines, Including Electric Power Supply Control. F. Steering Console, Including Equipment For Hand Steering And Automatic Steering With Controls For Switchover. There Shall Be Indicators Of Rudder Angle And Rate Of Turn. G. Steering Compass And Bearing Compass (or Repeater) With An Accuracy Of At Least 1 Degree. H. At Least One Radar/arpa Display/unit (automatic Radar Plotting Aid). It Shall Be Possible To Simulate Both A 10 Cm (s-band) And A 3 Cm (x-band) Radars. The Radar Shall Be Capable To Operate In The Stabilised Relative-motion Mode And Sea- And Ground-stabilised True-motion Modes (see Stcw Section A-1/12.4.1 And 1/12.5 And Paragraph 2 Of Section B-i/12). I. Communication Equipment Per Gmdss (global Maritime Distress Safety System) Framework, Covering At Least The Requirements For The Relevant Area. J. The Simulator Shall Include A Communications System That Will Allow For Internal Ship Communications To Be Conducted. K. Ecdis (electronic Chart Display And Information System) Displaying Selected Information From A System Electronic Navigational Chart (senc) With Positional Information From Navigation Sensors Like Ais And Radar To Assist The Mariner In Route Planning And Route Monitoring, And By Displaying Additional Navigation-related Information. (see Stcw Section B-i/12). L. Gps (global Positioning System), Echo-sounder And Speed Log Showing Speed Through The Water (1 Axis) For Ships Below 50,000 Grt And In Addition Speed And Distance Over Ground In Forward And Athwart Ship Direction For Ships Above 50,000 Grt. M. Instrument (anemometer) For Indication Of Relative Wind- Direction And Force. N. Ship Sound Signal Control Panel According To Colreg. O. Instrument For Indication Of Navigational Lights. P. Function For Transmitting Visual Signals (morse Light). Q. Control System For General Alarm And Fire Detection/alarm And Other Alarms. R. Ais (automatic Identification System). S. Ship-borne Meteorological Instrument. The Simulator Shall Have The Following Additional Requirements For Training In Ice Navigation: T. Controls For Propulsion Plant Operations, Including Engine Telegraph, Pitch Control, And Thrusters. There Shall Be Indicators For Shaft Revolutions And Pitch Of Propeller. There Shall Be Controls For At Least One Propeller And One Bow Thruster. U. Two Speed And Distance Measuring Devices. Each Device Should Operate On A Different Principle, And At Least One Device Should Be Capable Of Being Operated In Both The Sea And The Ground Stabilized Mode. V. Searchlight Controllable From Conning Positions. W. Manually Operated Flashing Red Light Visible From Astern To Indicate When The Ship Is Stopped. X. Vdr (voyage Data Recorder) Or Capability For Vessel History Track And Learner Actions Log From The Instructor And The Assessor Position. Y. Equipment Capable Of Receiving Ice, Icing Warnings, And Weather Information Charts. Z. Anchoring And Towing Arrangements. The Simulator Shall Have The Following Additional Requirements For Training In Integrated Bridge Systems Including Integrated Navigation Systems: Aa. Workstation For Navigating, Maneuvering And Monitoring Consisting Of: · Radar/arpa · Ecdis · Conning Display · Binoculars Control · Autopilot Control · Observer Position/ Visual Control · Information On Position-fixing Systems · Information On Ship Automatic Identification System (ais) · Heading Control System · Flags, Daytime Shapes And Sound Signals · Control For The Main Engine Including Emergency Stop · Control For The Main Rudder Using Helm · Controls For Thruster · Two-way Uhf Radiotelephone (walkie-talkie) With Charging Connection · Internal Communication Equipment · Public Address System · Vhf With Channel Selector · Remote Control For Searchlight · Rudder Pump Selector Switch · Steering Mode Selector Switch · Steering Position Selector Switch · Illumination Of Equipment And Displays In The Surrounding Darkness · Sound Reception System · Acknowledgment Of The Watch Alarm · Controls For Console Lighting · Indicators For: - Propeller Revolutions (actual And Desired) - Main Engine Revolution In The Case Of Reduction Geared Engine - Propeller Pitch In The Case Of Controllable Pitch Propeller - Torque - Starting Air - Lateral Thrust - Speed - Rudder Angle - Rate-of-turn - Gyro Compass Heading - Magnetic Compass Heading - Heading Reminder (pre-set Heading) - Water Depth Including Depth Warning Adjustment - Time - Wind Direction And Velocity - Air And Water Temperature - Clinometer - Alarms · Signal Transmitter For: - Whistle - Automatic Device For Fog Signals - Alarms, (general Alarm, Emergency Alarm, Etc.) - Morse Signaling Light Bb. Workstation For Manual Steering (wheelhouse) Consisting Of: · Steering Wheel · Rudder Pump Selector Switch · Indications For: - Gyro Compass Heading - Magnetic Compass Heading - Pre-set Heading - Rudder Angle - Rate Of Turn Cc. Workstation For Planning And Documentation Consisting Of: · Ecdis Including Navigation Planning Station · Route Planning Devices · Chart Table · Paper Charts · Plotting Aids Dd. Workstation For Communications Consisting Of: · Gmdss Equipment As Required For The Applicable Sea Area · Vhf-dsc, Radiotelephone · Mf-dsc, Radiotelephone · Mf/hf-dsc, Nbdp, Radiotelephone · Mf/hf Mf/hf Radio Telex · Inmarsat-ses, Egc Rx With Lrit And Ssas · Navtex/egc/hf Direct Printing Telegraph · Fbb/iridium · Cospas-sarsat Epirb · Sart · Ais Sart · Main Station For Two-way Vhf Radiotelephone · Aircraft Vhf Radiotelephone · Gmdss Alarm Panel · Radio Direction Finder Rt-500-m (marine) · Power Switchboard · Battery Charger · Virtual Printer Ee. All Systems Related To The Integrated Bridge System Shall Include Failure Control(s) And Method(s) To Train And Assess The Learner In The Use Of Advanced Equipment, Technology And Enable Familiarization And Training To Understand The Limitations Of Automatic Systems. 3.2 Behavioral Realism The Bridge Simulator Stations Shall Have The Following Behavioral Realism: A. The Simulation Of Ownship Shall Be Based On A Mathematical Model With 6 Degrees Of Freedom. B. The Model Shall Realistically Simulate Own Ship Hydrodynamics In Open Water Conditions, Including The Effects Of Wind Forces, Wave Forces, Tidal Stream And Currents. C. The Model Shall Realistically Simulate Own Ship Hydrodynamics In Restricted Waterways, Including Shallow Water And Bank Effects, Interaction With Other Ships And Direct, Counter And Sheer Currents. D. The Simulator Shall Include Mathematical Models Of Different The Types Of Ownships. E. The Simulator Shall Include Tug Models That Can Realistically Simulate Tug Assistance During Maneuvering And Escort Operations. It Shall Be Possible To Simulate Pull, Push, Reposition Towing And Escorting. F. The Simulator Shall Include Exercise Areas Including Correct Data For Landmass, Depth, Buoys, Tidal Streams And Visual As Appropriate To The Nautical Chart And Publication Used For The Relevant Training Objectives. G. The Radar Simulation Equipment Shall Be Capable Of Model Weather, Tidal Streams, Current, Shadow Sectors, Spurious And False Echoes And Other Propagation Effects, And Generate Coastlines, Navigational Buoys And Search And Rescue Transponders. H. The Arpa Simulation Equipment Shall Incorporate The Facilities For: - Manual And Automatic Target Acquisition - Fast Track Information - Use Of Exclusion Areas - Vector/graphic Time-scale And Data Display - Trial Maneuvers. I. The Ecdis Simulation Equipment Shall Incorporate The Facilities For: - Integration With Other Navigation Systems - Own Position - Sea Area Display - Mode And Orientation - Chart Data Displayed - Route Monitoring - User-created Information Layers - Contacts (when Interfaced With Ais And/or Radar Tracking) - Radar Overlay Functions. J. The Simulator Shall Provide An Own Ship Engine Sound, Reflecting The Power Output. K. The Simulator Shall Provide Capabilities For Realistically Conduct Anchoring Operations. L. The Model Shall Realistically Simulate Own Ship Hydrodynamics In Interaction With Applicable Anchor And Chain Dimensions With Different Bottom Holding Grounds, Including The Effects Of Wind Forces, Wave Forces, Tidal Stream And Currents. M. The Simulator Shall Provide Capabilities For Realistically Simulate The Function Of Mooring And Tug Lines And How Each Line Functions As Part Of An Overall System Taking Into Account The Capacities, Safe Working Loads, And Breaking Strengths Of Mooring Equipment Including Mooring Wires, Synthetic And Fiber Lines, Winches, Anchor Windlasses, Capstans, Bitts, Chocks And Bollards. The Simulator Shall Have The Following Additional Requirements For Training In Ice Navigation: N. The Own Ship Model Shall Realistically Simulate Hydrodynamics In Interaction With Solid Ice Edge. O. The Own Ship Model Shall Realistically Simulate Hydrodynamics And Ice Pressure In Interaction With Solid And Packed Ice. Ship Motion In Solid Ice Should Affect At Least Ship Speed And Turning Radius. P. The Own Ship Model Shall Realistically Simulate The Effects Of Reduced Stability As A Consequence Of Ice Accretion. Q. It Shall Be Possible To Simulate The Effect Of The Following Ice Conditions With Variations: - Ice Type - Ice Concentration - Ice Thickness. R. It Shall Be Possible To Realistically Simulate The Towing Of Ownship – Ownship, And Own Ship Target Ship And Target Ownship. It Shall Be Possible To Introduce Different Towing Gear Like Rope Or Steel Wire With Different Strength And Elasticity, Forward, Stern And Side Towing. S. It Shall Be Possible To Realistically Simulate The Interaction Between The Ships Propeller Wash And The Ice. T. It Shall Be Possible To Realistically Simulate Ice Drift. U. The Simulator Shall Be Equipped With Iceberg Targets Of At Least Six Different Sizes Including Realistic Underwater Bodies Which Interacts With The Sea Bottom. The Icebergs Should Be Visible On The Ship's Radar. V. Motion Through Ice Hummocks Should Be Simulated Realistically Considering Ship Icebreaking Capabilities And Affect Ship's Speed, Roll And Pitch. The Simulator Shall Have The Following Additional Requirements For Training In Integrated Bridge Systems Including Integrated Navigation System: W. The Integrated Navigation System Should Combine Process And Evaluate Data From All Sensors In Use. The Integrity Of Data From Different Sensors Should Be Evaluated Prior To Distribution. X. The Integrated Navigation System Shall Ensure That The Different Types Of Information Are Distributed To The Relevant Parts Of The System, Applying A Consistent Common Reference System For All Types Of Information. Y. The Integrated Navigation System Shall Provide Information On Position, Speed, Heading, And Time. Z. The Integrated Navigation System Shall Be Able To Automatically, Continually And Graphically Indicate The Ship's Position, Speed And Heading And, Where Available, Depth In Relation To The Planned Route As Well As To Known And Detected Hazards. Aa. The Integrated Navigation System Shall, In Addition, Provide Means To Automatically Control Heading, Track Or Speed, And Monitor The Performance And Status Of These Controls. Bb. Alarms Shall Be Displayed So That The Alarm Reason And The Resulting Functional Restrictions Can Be Easily Understood. 3.3 Operating Environment The Bridge Simulator Shall Exhibit The Following Operating Environment: A. The Simulator Shall Be Able To Present Different Types Of Target Ships, Each Equipped With A Mathematical Model, Which Accounts For Motion, Drift And Steering Angles According To Forces Induced By Current, Wind Or Wave. B. The Targets Shall Be Equipped With Navigational And Signal-lights, Shapes, And Sound Signals, According To Rules Of The Road. The Signals Shall Be Individually Controlled By The Instructor, And The Sound Signals Shall Be Directional And Fade With Range. Each Ship Shall Have An Aspect Recognizable At A Distance Of 6 Nautical Miles In Clear Weather. A Ship Underway Shall Provide Relevant Bow- And Stern Wave. C. The Simulator Shall Be Equipped With Targets Enabling Search And Rescuing Persons From The Sea, Assisting A Ship In Distress And Responding To Emergencies Which Arise In Port. Such Targets Shall At Least Be: · Rocket Parachute Flares · Hand Flares · Buoyant Smoke Signals · Sart (search And Rescue Transponder) · Satellite Epirb (emergency Position Indicating Radio Beacon) · Lifeboat · Life Raft · Rescue Helicopter · Rescue Aircraft · People In Water. D. The Simulator Shall Be Able To Present At Least 20 Target Ships At The Same Time, Where The Instructor Shall Be Able To Programme Voyage Routes For Each Target Ship Individually. (see Stcw Section A-1/12.4.3) E. The Simulator Shall Provide A Realistic Visual Scenario By Day, Dusk Or By Night, Including Variable Meteorological Visibility, Changing In Time. It Shall Be Possible To Create A Range Of Visual Conditions, From Dense Fog To Clear Conditions. F. The Visual System And/or A Motion Platform Shall Replicate Movements Of Own Ship According To 6 Degrees Of Freedom. G. The Projection Of The View Shall Be Placed At Such A Distance And In Such A Manner From The Bridge Windows That Accurate Visual Bearings May Be Taken To Objects In The Scene. It Shall Be Possible To Use Binocular Systems For Observations. H. The Visual System Shall Present The Outside World By A View Around The Horizon (360°). The Horizontal Field Of View May Be Obtained By A View Of 270° And Where The Rest Of The Horizon May Be Panned (to Move The “camera”). (applicable Only To Full Mission Bridge Station With 270° Horizontal Display) I. The Visual System Shall Present The Outside World By A View Of At Least 120° Horizontal Field Of View. In Addition, At Least The Horizon From 120° Port To 120° Starboard Shall Be Able To Be Visualised By Any Method. (applicable Only To Mini Bridge Station With 120° Horizontal Display). J. The Visual System Shall Present A Vertical View From The Workstations For Navigation, Traffic Surveillance And Manoeuvring Enabling The Navigator To Detect And Monitor Objects Visually On The Sea Surface Up To The Horizon Within The Required Horizontal Field Of View When The Ship Is Pitching And Rolling. In Addition, By Any Method, It Shall Be Possible To Observe The Ship's Side And The Dock During Mooring Operations. K. The Visual System Shall Present All Navigational Marks According To Charts Used. L. The Visual System Shall Show Objects With Sufficient Realism (detailed Enough To Be Recognized As In Real Life). M. The Visual System Shall Show Mooring And Towing Lines With Sufficient Realism In Accordance With The Forces Effecting The Tension. N. The Visual System Shall Provide A Realistic Set Of Bow Wave, Sea Spray And Wakes In Accordance With Ships Power Output, Speed And Weather Conditions. O. The Visual System Shall Provide A Realistic Set Of Flue Gas Emission And Waving Flag Effect In Accordance With Ships Power Output, Speed And Weather Conditions. P. The Simulator Shall Be Capable Of Providing Environmental Sound According To Conditions Simulated. Q. The Navigated Waters Shall Include A Current Pattern, Changeable In Time, According To The Charts Used. Tidal Waters Shall Be Reflected. R. The Simulation Shall Include The Depth According To Charts Used, Reflecting Water Level According To Tidal Water Situation. S. The Simulator Shall Provide At Least Two Different Wave Spectra, Variable In Direction Height And Period. T. The Visual System Shall Provide A Realistic Set Of Wind Waves Including White Caps According To The Beaufort Wind Force Scale. The Simulator Shall Have The Following Additional Requirements For Training In Ice Navigation: U. The Visual System Shall Be Capable Of Showing Concentrations Of Solid And Broken Ice Of Different Thickness. V. The Visual System Shall Be Capable Of Showing The Result Of Icebreaking Including Opening, Twin Breaking And Compacting Channel. W. The Visual System Shall Be Capable Of Showing The Effects Of Searchlight. X. The Visual System Shall Be Capable Of Showing The Effects Of The Ice Accretion To The Own Ship Model. The Simulator Shall Have The Following Additional Requirements For Training In Integrated Bridge Systems Including Integrated Navigation Systems: Y. There Shall Be A Field Of View Around The Vessel Of 360° Obtained By An Observer Moving Within The Confines Of The Wheelhouse Or May Be Panned (to Move The Camera). 4. Hardware Requirements 1 Set 4.1 Full Mission Bridge Simulator (horizon Field View Of 270 Degrees) A. Steel Fabrication Of Main Bridge Consoles Consisting Of: I. Conning & Maneuvering Console Ii. Radar/arpa Consoles Iii. Ecdis Consoles Iv. Bearing Station Console V. Navigation Aids Equipment Console Vi. Gmdss Console Vii. Wheelhouse/ Steering Stand Console Viii. Chart Table With Gooseneck Dimming Light Ix. Overhead Panel Display X. Gyro Repeater With Pelorus Stand Xi. Binocular/ Visual And Instrument Console Xii. The Console Must Made Of Steel W/ Handrails A. Visual Channels Specification (minimum Requirements) · 9 X 70” Visual Screens Led Backlit · 9 X Pc Visual Channel Computer · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Rtx 4070 Or Higher · Keyboard/mouse · Hdmi Cable 5 Mtr · Windows 10/11 Pro 64 Bit · Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator B. 1 X Conning And Maneuvering Console (minimum Requirements) · 1 X Monitor 24” · Simulator Pc · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Windows 10/11 Pro 64 Bit · Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator · Console Made Of Steel (tct 0.8 Mm To 2 Mm) · 1 X Trackball Control (for Conning Display Console) · 1 X Joystick Control (for Searchlight/ Binocular) · 1 X Emergency Stop Button · 1 X Steering Panel Software Pc · 1 X Steering Knob/ Tiller · 1 X Steering Override Control/ Buttons · 1 X Autopilot Panel Control Software Pc (touchscreen/actual Panel With Buttons) · 1 X Main Engine Twin Lever Telegraph · 1 X Twin Lever Thrusters · 1 X Handset With Cradle And Ptt Switch · 1 X Vhf Panel Pc · 1 X Low Power Speakers C. 2 X Ecdis Console (minimum Requirements) · 2 X Monitor 24” · 2 X Simulator Pc · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Rtx 4070 Or Higher · Windows 10/11 Pro 64 Bit · Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator · 2 X Console Made Of Steel (tct 0.8 Mm To 2 Mm) · 2 X Ecdis Keyboard With Trackball Control · 1 X Low Power Speakers D. 2 X Radar/arpa Console · 2 X Monitor 24” · 2 X Simulator Pc · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Rtx 4070 Or Higher · Windows 10/11 Pro 64 Bit · Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator · 2 X Console Made Of Steel (tct 0.8 Mm To 2 Mm) · 2 X Radar/arpa Keyboard With Trackball Control · 1 X Low Power Speakers E. Bearing Station Console · 1 X Monitor 24” · Simulator Pc · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Rtx 4070 Or Higher · Windows 10/11 Pro 64 Bit · Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator · Console Made Of Steel (tct 0.8 Mm To 2 Mm) F. Binocular/ Visual And Instrument Console (minimum Requirements) · 2 X Monitor 24” · Simulator Pc · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Rtx 4070 Or Higher · Windows 10/11 Pro 64 Bit · Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator · Console Made Of Steel (tct 0.8 Mm To 2 Mm) · Binocular/ Visual Control With Joystick G. Overhead Panel Display (minimum Requirements) · 1 X Monitor 28” Mounted · Simulator Pc · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Windows 10/11 Pro 64 Bit · Hdmi Cable – 10 Mtr · Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator H. 1 X Wheelhouse/ Steering Stand Console (minimum Requirements) · Console Made Of Steel (tct 0.8 Mm To 2 Mm) · 1 X Steering Wheel (outer Rim For Hand Grip Covered With Rubber) · 2 X Panel Pc Touchscreen Display For The Following Controls But Is Not Limited To: - Rudder Pump Selector Switch - Steering Mode Selector Switch (nfu/fu) - Steering Position Selector Switch And Indications For: - Gyro Compass Heading - Magnetic Compass Heading - Rudder Angle Indicator, - Pre-set Heading - Rudder Angle - Rate Of Turn - Steering Mode (fu/nfu) – Track Control/auto Navigation I. 1 X Gmdss Console With Trainee Workplace Software (minimum Requirements) · 2 X Monitor 24” · Simulator Pc · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Windows 10/11 Pro 64 Bit · Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator · Console Made Of Steel (tct 0.8 Mm To 2 Mm) · 1 X Handset Including: - Cradle With A Ptt Switch - Usb Interface Board - Handset Box · 1 X Gooseneck Dimmable Light · 1 X Usb Audio Unit · Keyboard W/ Mouse Or Touchscreen Pc · Console Made Of Steel (tct 0.8 Mm To 2 Mm) J. 1 X Chart Table Console 1300mm X 1312mm With Chart Drawers, Flag And Pennants Rack And Plotting Aids (minimum Requirements) · 1 X Monitor 24” · Computer · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Ups 1kva A. Surge Protection B. W/ Automatic Voltage Regulator · Keyboard W/ Mouse · 1 X Gooseneck Dimmable Light · 2 X Parallel Ruler · 1x One-hand Compass Divider Steel · 4 X Plotting Triangle With Handle · 1x Deck Log Book · 1x Night Order Book · 1x Bell Book · 1x Chronometer · Admiralty Paper Charts Related To Installed Maps In Simulator K. Gyro Repeater Stand With Pelorus · Bearing Repeater Compass · Pelorus Stand · Power: 24vd · Signal: Rs422 Nmea L. Weather Instruments · 1x Ships Clock · 1x Aneroid Barometer · 1x Hygrometer M. 1 X Intercom Ip Telephone · 2 Sip Lines · Hd Audio With Wideband Codec, G.722 · 10-speed Dial Keys, 1 Programmable Dss Key · 3-way Conference · Desk/wall-mounted · Handset/hands-free Mode · 10/100 Mbps · Poe/power Adaptor · White Color N. Speaker With Subwoofer Channel Sound System Specification: · Interface With Visual Pc · Realization Of 3d Sound Effect System · Atleast 450watts Speaker With Subwoofer · Port: Mini Jack 7 Sets 4.2 Mini Bridge Simulator (horizon Field View Of 120 Degrees) A. Consoles Made In Formica Laminated Board Fabrication Of Mini Bridge Consoles Consisting Of: I. Conning Console Ii. Radar/arpa Console Iii. Ecdis Console Iv. Gmdss Console V. Maneuvering And Steering Console Vi. Overhead Panel Display Vii. Chart Table With Gooseneck Dimming Light A. Mini Bridge Station Visual Channels Specification (minimum Requirements) · 3 X 45” 4k Display For Visual · 3 X Pc Visual Channel Computer · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Rtx 4070 Or Higher · Windows 10/11 Pro 64 Bit · Keyboard/mouse · Hdmi Cable · 1 X Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator B. Conning Console (minimum Requirements) · 1 X Monitor 24” · Simulator Pc · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator · 1 X Trackball Control (for Conning Display Console) C. Maneuvering And Steering Console (metallic Material Console) · 1 X Main Engine Twin Lever Telegraph · 1 X Twin Lever Thrusters · 1 X Steering Knob/ Tiller · 1 X Steering Override Control/ Buttons · 1 X Steering Wheel (outer Rim For Hand Grip Covered With Rubber) · 1 X Steering System Panel Software Pc With Autopilot Software (touchscreen Display/actual Panel With Buttons) With Following Controls But Is Not Limited To: - Rudder Pump Selector Switch - Steering Mode Selector Switch (nfu/fu) - Steering Position Selector Switch And Indications For: - Gyro Compass Heading - Magnetic Compass Heading - Rudder Angle Indicator, - Pre-set Heading - Rudder Angle - Rate Of Turn - Steering Mode (fu/nfu) – Track Control/auto Navigation D. Ecdis Console (minimum Requirements) · 1 X Monitor 24” · 1 X Simulator Pc · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Rtx 4070 Or Higher · Window 10/11 Pro 64 Bit · Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator · Keyboard With Trackball E. Radar/arpa Console (minimum Requirements) · 1 X Monitor 24” · 1 X Simulator Pc · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Rtx 4070 Or Higher · Window 10/11 Pro 64 Bit · Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator · Keyboard With Trackball F. Gmdss Console With Trainee Workplace Software (minimum Requirements) · 1 X Monitor 24” · Simulator Pc · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Window 10/11 Pro 64 Bit · Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator · 1 X Handset With Cradle And Ptt Switch · 1 X Usb Audio Unit · Keyboard W/ Mouse Or Touchscreen Pc G. Overhead Panel Display (minimum Requirements) · 1 X Monitor 24” Mounted · Simulator Pc · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Window 10/11 Pro 64 Bit · Keyboard/mouse · Ups 1kva A. Surge Protection B. W/ Automatic Voltage Regulator H. 1 X Intercom Ip Telephone · 2 Sip Lines · Hd Audio With Wideband Codec, G.722 · 10-speed Dial Keys, 1 Programmable Dss Key · 3-way Conference · Desk/wall-mounted · Handset/hands-free Mode · 10/100 Mbps · Poe/power Adaptor · White Color I. 1 X Chart Table At Least 1000mm X 700mm And Plotting Aids (minimum Requirements) · 1 X Monitor 24” · Computer · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Rtx 4070 Or Higher · Window 10/11 Pro 64 Bit · Ups 1kva A. Surge Protection B. W/ Automatic Voltage Regulator · 1 X Gooseneck Dimmable Light · Keyboard W/ Mouse · 1x Parallel Ruler · 1x One-hand Compass Divider Steel · 2x Plotting Triangle With Handle · 1x Chart Table At Least 1000mm X 700mm · 1x Deck Log Book · 1x Night Order Book · 1x Bell Book · 1x Chronometer J. 1 X Speakes (minimum Requirements) · Interface With Visual Pc · Realization Of 3d Sound Effect System · Atleast 150 Watts Speaker With Subwoofer · Port: Mini Jack 1 Set 4.3 Bridge Instructor Station A. Instructor Station I. 1 X Computer (minimum Requirements) 1. 2x 24” Monitor 2. Intel Core I5-14500 3.3 Ghz Or Above 3. 16 Gb Ram 4. 256 M.2 Ssd 5. Rtx 4070 Or Higher 6. Keyboard/mouse 7. Window 10/11 Pro 64 Bit 8. Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator Ii. 1 X Gmdss Console With Instructor Workplace Software · 1 X Monitor 24” · Simulator Pc · Intel Core I5-14500 3.3 Ghz Or Above · 16 Gb Ram · 256 M.2 Ssd · Windows 10/11 Pro 64 Bit · Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator · 1 X Handset With Cradle And Ptt Switch · 1 X Usb Audio Unit · Keyboard W/ Mouse Or Touchscreen Pc · 1 X Desktop Speaker Iii. 1 X Speaker 1. Type: Desktop 2. Port: Mini Jack Iv. 1 X Steel Cabinet W/ Lock 1. Metal Drawer Office Drawer 2. File Cabinet Storage With Wheel V. 1x Drone View Monitor W/ Smart Tv 55” Tv Led (environment View Of Instructor) Vi. 1x Printer 1. Laser Printer A4 2. A4 Print Speed Up To 48 Ppm 3. Auto 2-sided (duplex) Printing, 1-line Lcd 4. Wifi, Airprint, Mopria, Wifi Direct, Lan, Usb 2.0 5. Colored Printer Vii. Instructor Station Table Specification: 1x Table Size: At Least L 1700 X W 700 X H 750 Mm - Material: Formica Matt Laminate On Chipboard Viii. 1 X Intercom Ip Telephone · 2 Sip Lines · Hd Audio With Wideband Codec, G.722 · 10-speed Dial Keys, 1 Programmable Dss Key · 3-way Conference · Desk/wall-mounted · Handset/hands-free Mode · 10/100 Mbps · Poe/power Adaptor · White Color Ix. 9x Two-way Uhf Radiotelephone (walkie-talkie) With Charging Connection X. 1x Ergodynamic Chair Xi. 1x Document Metal Cabinet With Glass Sliding Door 1. Size: 1850x 400mmx 900mm 2. Door Lock Xii. Plotting Aids · 5 X Parallel Ruler · 5 X One-hand Compass Divider Steel · 10 X Plotting Triangle With Handle Xiii. All Computers Run On Windows (license) Xiv. Together With The Student Workstations It Forms A Complete Simulator Computer System 1 Set 4.4 Bridge Simulator Scenario Development Station A. Scenario Development Station As An Instructor Station Capable Of Deploying Scenarios To Other Stations. I. 1x Computer (minimum Requirements) 1. 2x 24” Monitor 2. Intel Core I5-14500 3.3 Ghz Or Above 3. 16 Gb Ram 4. 256 M.2 Ssd 5. Rtx 4070 Or Higher 6. Keyboard/mouse 7. Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator Ii. 1x Table Size: At Least L 1200 X W 800 X H 750 Mm Material: Formica Matt Laminate On Chipboard Iii. 1x Ergodynamic Chair B. Virtual Shipyard And Modelling Services Software 1. 2x 24” Monitor 2. 1x Computer A. Intel Core I5-14500 3.3 Ghz Or Above B. 32 Gb Ram C. 256 M.2 Ssd D. Rtx 4070 Or Higher E. Keyboard/mouse F. Ups 1.5kva 1. Surge Protection 2. W/ Automatic Voltage Regulator 3. 1xscene Editor 4. 1xvisual Model Editor 5. 1xvirtual Shipyard 2 6. 1x3dsmax Subscription (min. 5 Years) 5. Software Requirements 5.1 Full Mission Bridge Simulator The Full Mission Bridge Simulator Shall Have The Following Software And Controls For The Following Workstations: A. Workstation For Navigating, Maneuvering And Monitoring Consisting: · One (1) Ecdis Master Software · One (1) Ecdis Slave Software · One (1) Conning Display Software · One (1) Radar/arpa 3cm · One (1) Radar/arpa 10cm · Nine (9) Realistic Visualization Software With 270° Field Of View · Keyboard And Trackball Controls For Ecdis, Radar Apra And Conning Display · Two (2) Vhf Dsc Radio W Ch16 · One (1) Overhead Panel Display · One (1) Main Engine Telegraph Including Emergency Stop Control With Printer · One (1) Bow And Stern Thruster Control · One (1) Gps Software · One (1) Bridge Navigational Watch Alarm System (bnwas) · One (1) Echo Sounder · One (1) Speed Log · One (1) Vr Binoculars Or Equivalent · One (1) Observer Position/ Visual Control · One (1) Anchor Gear And Mooring Operations Control · One (1) Towing Control · One (1) Tugs Control · One (1) Autopilot Control System · Nfu/ Fu Controls · One (1) Tiller Controls · One (1) Information On Ship Automatic Identification System (ais) · One (1) Intercom Telephone Capable For Public Address System · One (1) Conference Microphone · One (1) Control For Searchlight · One (1) Gyro Repeater/pelorus Stand That Can Display Magnetic And Gyro Compass · One (1) Bearing Finder · One (1) Alarm System Panel For General Alarm, Fire Alarm, And Other Alarms · Navigation Lights Control · Flags, Daytime Shapes And Sound Signals Control · One (1) Two-way Uhf Radiotelephone (walkie-talkie) With Charging Connection · Sound Reception System · Acknowledgment Of The Watch Alarm · Information Indicators For: - Propeller Revolutions (actual And Desired) - Main Engine Rpm - Main Engine Revolution In The Case Of Reduction Geared Engine - Propeller Pitch In The Case Of Controllable Pitch Propeller - Torque - Starting Air - Lateral Thrust - Log Speed And Speed Over The Ground - Bow And Stern Speed - Athwartship Speed - Rudder Angle - Rate-of-turn - Gyro Compass Heading - Magnetic Compass Heading - Heading Reminder (pre-set Heading) - Water Depth Including Depth Warning Adjustment - Vessel Time - Wind Direction And Velocity - Air And Water Temperature - Clinometer - Alarms - Pilot Card - Maneuvering Characteristics - Scoring Exercise/ Assessment · Signal Transmitter For: - Whistle - Automatic Device For Fog Signals - Alarms, (general Alarm, Emergency Alarm, Etc.) - Morse Signaling Light B. Workstation For Manual Steering (wheelhouse) Consisting Of: · One (1) Steering Wheel · Rudder Pump Selector Switch · Steering Mode Selector Switch · Steering Position Selector Switch · Indications For: - Gyro Compass Heading - Magnetic Compass Heading - Pre-set Heading - Rudder Angle - Rate Of Turn - Steering Mode (fu/nfu) – Track Control/auto Navigation C. Workstation For Route Planning And Documentation Consisting Of: · Computer For Route Planning Devices (ecdis) · Chart Table With Drawers For Paper Charts, Flags And Pennants · Paper Charts · Plotting Aids · Chronometer · Weather Facsimile D. Workstation For Communications Consisting Of: · One (1) Handset For Radiotelephone · Gmdss Trainee Workplace Software · Vhf-dsc, Radiotelephone · Mf-dsc, Radiotelephone · Mf/hf-dsc, Nbdp, Radiotelephone · Mf/hf Mf/hf Radio Telex · Inmarsat-ses, Egc Rx With Lrit And Ssas · Navtex/egc/hf Direct Printing Telegraph · Fbb/iridium · Cospas-sarsat Epirb · Sart · Ais Sart · Main Station For Two-way Vhf Radiotelephone · Aircraft Vhf Radiotelephone · Gmdss Alarm Panel · Radio Direction Finder Rt-500-m (marine) · Power Switchboard · Battery Charger · Virtual Printer 5.2 Mini Bridge Simulator The Mini Bridge Simulators Shall Have Each Of The Following Software And Controls For The Following Workstations: A. Workstation For Navigating, Maneuvering And Monitoring Consisting: · One (1) Ecdis Master Software · One (1) Conning Display Software · One (1) Radar/arpa Interchangeable To 3cm & 10cm · Three (3) Realistic Visualization Software With 120° Field Of View · Keyboard And Trackball Controls For Ecdis, Radar Apra And Conning Display · One (1) Vhf Dsc Radio W Ch16 · One (1) Overhead Panel Display · One (1) Main Engine Telegraph Including Emergency Stop Control With Printer · One (1) Bow And Stern Thruster Control · One (1) Gps Software · One (1) Bridge Navigational Watch Alarm System (bnwas) · One (1) Echo Sounder · One (1) Speed Log · One (1) Vr Binoculars Or Equivalent · One (1) Observer Position/ Visual Control · One (1) Anchor Gear And Mooring Operations Control · One (1) Towing Control · One (1) Tugs Control · One (1) Autopilot Control System · Nfu/ Fu Controls · One (1) Tiller Controls · One (1) Information On Ship Automatic Identification System (ais) · One (1) Intercom Telephone Capable For Public Address System · One (1) Conference Microphone · One (1) Control For Searchlight · One (1) Bearing Finder · One (1) Alarm System Panel For General Alarm, Fire Alarm, And Other Alarms · Navigation Lights Control · Flags, Daytime Shapes And Sound Signals Control · One (1) Two-way Uhf Radiotelephone (walkie-talkie) With Charging Connection · Sound Reception System · Acknowledgment Of The Watch Alarm · Information Indicators For: - Propeller Revolutions (actual And Desired) - Main Engine Rpm - Main Engine Revolution In The Case Of Reduction Geared Engine - Propeller Pitch In The Case Of Controllable Pitch Propeller - Torque - Starting Air - Lateral Thrust - Log Speed And Speed Over The Ground - Bow And Stern Speed - Athwartship Speed - Rudder Angle - Rate-of-turn - Gyro Compass Heading - Magnetic Compass Heading - Heading Reminder (pre-set Heading) - Water Depth Including Depth Warning Adjustment - Vessel Time - Wind Direction And Velocity - Air And Water Temperature - Clinometer - Alarms - Pilot Card - Maneuvering Characteristics - Scoring Exercise/ Assessment · Signal Transmitter For: - Whistle - Automatic Device For Fog Signals - Alarms, (general Alarm, Emergency Alarm, Etc.) - Morse Signaling Light B. Workstation For Manual Steering (wheelhouse) Consisting Of: · One (1) Steering Wheel · Rudder Pump Selector Switch · Steering Mode Selector Switch · Steering Position Selector Switch · Indications For: - Gyro Compass Heading - Magnetic Compass Heading - Pre-set Heading - Rudder Angle - Rate Of Turn - Steering Mode (fu/nfu) C. Workstation For Route Planning And Documentation Consisting Of: · Computer For Route Planning Devices (ecdis) · Chart Table With Drawers For Paper Charts, Flags And Pennants · Paper Charts · Plotting Aids · Chronometer D. Workstation For Communications Consisting Of: · One (1) Handset For Radiotelephone · Gmdss Trainee Workplace Software · Vhf-dsc, Radiotelephone · Mf-dsc, Radiotelephone · Mf/hf-dsc, Nbdp, Radiotelephone · Mf/hf Mf/hf Radio Telex · Inmarsat-ses, Egc Rx With Lrit And Ssas · Navtex/egc/hf Direct Printing Telegraph · Fbb/iridium · Cospas-sarsat Epirb · Sart · Ais Sart · Main Station For Two-way Vhf Radiotelephone · Aircraft Vhf Radiotelephone · Gmdss Alarm Panel · Radio Direction Finder Rt-500-m (marine) · Power Switchboard · Battery Charger · Virtual Printer 5.3 Bridge Instructor Station A. The Instructor Workstation Is An Integral Part Of The Simulator And Is Designed To Control The Training Complex, Design (develop) Exercises, Perform Exercises In Real Time, Control Exercise Performance By Trainees, Change Environmental Conditions And Sailing Circumstances, As Well As Enter Own Ship Failure Variables, Document, And Archive The Position And Activity Of The Ship Involved In The Exercise. The Instructor Station Software Should Contain Navigation Areas As Well As Sub-tasks For Each Area, Allowing The Control Of All Active Vessels And Target Ships. B. Main Instructor Functionalities: · Change Position, Course And Speed Of Own Ship And Traffic Ships, Helicopters Etc. · Instructor Has Full Control Over All Objects Within The Exercise Including Mentioned Above. · Introduce Failures To Own Ship Instantly And As Pre-programmed Event (time And Position Dependent) · Weather Conditions And Failure Of Ships Can Be Preprogramed To Occur After A Certain Time, Allowing The Instructor To Create Complex Scenarios In Advance And Focus On The Trainees While Running The Exercise. · Set Sound And Navigation Signals For Traffic Ships, Helicopters Etc. · Sounds And Navigation Signals For The Traffic Ships And Helicopters Can Be Pre-set By The Instructor And Changed Further On. · Create Pre-programmed Routes For Traffic Ships, Helicopters Etc. · Any Number Of Routes Can Be Prepared And Stored Each Exceeding 50 Waypoints. · Do A ‘fast Forward’ To Quickly Test An Exercise · Several Fast Forward Modes Are Available – From X 2 To X 20. · Specify Environmental Conditions (e.g. In Fog It Must Be Possible To Set The Visibility To A Desired Range) · Full Control Over Environmental Conditions Is Available: For The Global Scene And For The Defined Local Condition Zone (with Predefined Visibilities And Other Factors). · Specify Hydrographic Conditions And Systems · Full Control Over Hydrographic Conditions And Other Systems Of The Objects Are Fully Controllable By The Instructor. C. Gmdss Instructor Workplace Software D. Simulator Software With Capabilities Such As Port Design And Planning, Fairways Design, Ship Modelling And Incident Investigation, Study Ship Operations In Restricted Water Conditions And Mooring Operations, Including Tug Operation. E. Navigation Instructor Software Includes: · Navigation Instructor · Evaluation And Assessment · Tug And Mooring · Radar/arpa · Electronic Navigational Chart: · Bird Eye Of Instructor · Debriefing System F. Simulator Session(s) Control: • Exercise(s) Start, Pause, Re-start After The Pause, Stop On Bridge(s); • Setting The Initial Position For Own Ships; • Entering Faults Of Navigation Systems, Steering Gear, Propulsion Plant, Fire And General Alarm; • Ability To Set Faults Of Navigational Equipment; • Pulling Apart Ships That Have Collided Or Run Aground; • Control Of Target Vessels, Hoisting Flags Of The International Code Of Signals, Turning Their Sound Signals On And Turning Their Lights On/off; G. The Software Modules Should Provide A Possibility To Flexibly Configure The Required Bridge Configuration. General: · An Integrated Application For Exercise Editing, Conducting And Debriefing; · Highly Accurate Data Representation Based On Vector Diagrams (ability To Automatically Load All Diagrams Related To The Selected Game Area); · Tools For Creating Exercises And Automatic Competency Assessment Scenarios; · Displaying Of The Actual Ship Contours; · Display Of Object Tracks: Contour Or Point With Selectable Resolution, Track History And Time Stamps; · Using The Mouse Wheel For Chart Scaling; · Control Of Simulator Session(s); · Continuous Automatic Recording Of Data During Exercise (main, Audio And Video Log Files); · Real Time, Slow Time, And Fast Time Modes; · Ability To Display And Print A New Pilot Card And A Table Of Maneuvering Characteristics Of The Ship; · Setting Parameters And Faults Of Navigation Equipment: Radar, Gps, Loran C, Log, Gyro, Echo Sounder, Uais; · Setting Weather And Bathymetric Conditions: Global And Local Zones, Import Of Tide And Current Databases (ecdis); · Working With Measuring Tools: - Ability To Set Erbl; - Ability To Attach, Move Or Delete Erbl During An Exercise; 9. Ability To Attach Sart To The Life Raft; H. Ability To Move Own Ship During Exercise Without Grounding Or Collision; I. Ability To Apply Virtual Tug Force To 8 Points Of The Vessel’s Hull In Any Direction; J. Display Of Actual Ship's Contours; K. Continuous Display Of Parameters Of Vessel Movement And Environment Conditions: Course And Speed Of The Vessel, Course Over The Ground, Transversal Component Of Speed On The Bow And On The Stern, Gyro Heading, Rate Of Turn, Speed And Direction Of The Current And Wind, Height And Direction Of A Wave, Depth; L. Independent Instructor Control For Wind And Swell Components Of The Wave; M. Ability To Set Sea State Spectrum: · Pierson-moskowitz; · Phillips; · Ittc (international Towing Tank Conference); · Jonswap (joint North Sea Wave Project); · User. N. Ability To Exclude Hydrodynamic Interaction With Mooring Walls In The Required Area; O. Ability To Create A Template Containing A Set Of Objects (ships), Save And Use This Template In Other Exercises; P. Ability To Save Environment Settings As A Template And Load A Previously Saved Template In Any Exercise And Area; Q. Mooring Operations: · Ability To Set The Rope Material; · Ability To Set The Initial State Of The Mooring Winch (render, Slack Away, Stop); · Ability To Set Mooring Winch Parameters (speed, Pulling Force, Holding Force); · Ability To Operate The Mooring Winch At The Instructor Workplace. R. Anchor Operations: · Ability To Set User Ground Type With Required Anchor Holding Force Coefficients; · Display Of Anchor Position On The Instructor's Chart On The Ground. S. Control Of Navigational Lights And Shapes: · Ability To Control The Navigational Lights; · Ability To Switch On/off Deck Lights On Target Ships. T. Loading/discharging Of Own Ship During Exercises; U. Weather Conditions Manager: · Ability To Set Predefined Weather Conditions By Beaufort Number (wind, Wave, Whitecaps And Foam, 3d Clouds, Cloud Layer, Visibility) On The Fly; · Ability To Set Customized Weather Conditions; · Visual Effects: Rain And Snow (low, Medium, High), Lightning, Reflection, Translucency, Sea With White Caps, Foam, Splashes, Bow-wave; · Separate Settings For Wind Wave And Swell; · Manual Control Of Wind Direction And Strength; · Adjustment Of Atmospheric Parameters – Temperature, Humidity, Pressure; · Ability To Use Thunderstorm, Precipitation; · Automatic Calculation Of The Position Of The Sun, Moon, Major Stars (up To 100) And Constellations, The Angle And Phase Of The Moon; · Ability To Set Wave Spectrum Type: Pierson-moskowitz; Jonswap (joint North Sea Wave Project); Phillips; User-defined; · Ability To Use Thunderstorm, Precipitation. V. Rcc, Ship And Coast Stating Assignment; W. Log Module With Possibility To Print Out And Create Archives; X. Window For Listening/monitoring Of The Radiotelephone Traffic Including Possibilities To Interfere With Radiotelephone Traffic; Y. Ability To Introduce Background Noise From A List And Instrument Faults To The Trainee Stations. Z. Ability To Change Names, Call Signs, Mmsi, Telex Numbers And Inmarsat Mobile Numbers Of All Emulated Ship Stations And Coast Station According To The Needs Of Different Exercises; Aa. Electronic Chart With Vessel Position Indication And The Ability To Change Position, Course And Speed; Bb. Ability To Display And Instantly Change Trainee Station Positions On The Electronic Map For Search And Rescue (sar) Exercises; Cc. Full Monitoring Of Any Trainee Workstation – The Ability To Monitor The Status Of Each Gmdss Unit And Listen To The Radio Traffic Of Each Trainee Station; Dd. Connection To An External Printer; Ee. Connection To An Active Speaker For Simultaneous Viewing Of Channels; Ff. Providing Functions Of A Coast Telex Or Telephone Subscriber, Coast Radio Station And Rcc Operator From The Log Window; Gg. Status Window For All Instruments At Any Workstation; Hh. Ability To Log Communication And Trainee Actions For Playback And Later Review; Ii. Database Of Coastal Stations, Navtex And Msi Stations And Inmarsat Shore-based Stations Plotted On The Chart; Jj. Information About The Gmdss Sea Areas On The Chart; Kk. Approximate Estimation Of Radio Wave Propagation In The Selected Frequency Range; Ll. Evaluation And Assessment Module; Mm. Navtex Functionality: · Ability To Send Navtex Messages On Behalf Of A Navtex Station; · Ability To Edit And Use The Navtex Station Used-defined List; · Ability To Save And Use Navtex Message Templates. Nn. “intercom” Panel. To Monitor Intercom Communication, Execute Voice Messages From The Instructor's Side. Oo. Vhf Radio Station Module. To Monitor Vhf Communication, Send Voice Messages From The Instructor’s Side, Play Pre-recorded *.wav Files. Pp. Coastal Radio Station Module. Screen Layout: Qq. Use Of The Mouse Wheel For Chart Centering And Scaling; Rr. On-screen Display Of Mooring Walls And Piers; Ss. On-screen Display Of Actual Contours Of Any Ship; Tt. On-screen Display Of The Object’s Route Line And Its Actual Track; Uu. On-screen Display Of The True And Relative Speed Vectors; Vv. Selectable Display Mode: True Motion, Relative Motion, Course Up Or North Up; Ww. Display Of Prompt And Other Information In The Status Bar: · Bearing And Distance From The Current Cursor On-chart Position To The Reference Point; · Coordinates Of The Current Cursor On-chart Position; · Depth In The Current Cursor Position; · Current Exercise Time (absolute And Relative). Xx. Displaying Of Object Tracks: Contour Or Point With Selectable Resolution, Track History And Time Stamp; Yy. Displaying Of Walls And Piers; Zz. Use Of A Mouse Wheel For Chart Centering And Scaling; Aaa. User Configurable Workplace; Bbb. Different Panels For The Control And Monitoring Of The Exercise Fulfillment: · Reports Panel – To Form And Print Exercise Fulfillment Reports; · Ship Info Panel – To Display Courses, Longitudinal And Transverse Speeds, Rates Of Turn For All The Ships Involved In The Exercise. · Evaluation And Assessment Module Panel; · Target Panel – To Control Vessel Target And Flight And Sar Objects; · Objects Panel – To Promptly Select An Object On The Chart From The List Of All The Objects Available In The Exercise; · Flags Panel – To Hoist/lower Ics Flag Signals On Any Of The Ships, Including Ability To Set And Keep Flag Templates · Events Panel – For The Automatic Recording Of Any Important Events Related To The Incorrect Trainee Actions; · Flash Light Panel – To Send Light Signals From Target Vessels, Including Automated Translation Into Morse Code; · Magnetic Deviation Panel – To Configure The Magnetic Deviation Panel For The Vessels, Participating In The Exercise, Save The Panel And Apply Desired Template To Any Own Vessel, Print The Magnetic Deviation Table; · Procedural Alarms Panel – For Defining User Set Of Alarm For Dedicated Vessels. Ccc. All Own-ship Models Available In The Database Of The Simulator (provided With Ice Class Models) Ddd. All Visual Exercise Areas Available In The Database Of The Simulator (provided With Polar Areas) Eee. All Ship Target Models Available In The Database Of The Simulator Fff. Setting Navigational Equipment Parameters And Faults: Radar, Gps, Loran C, Log, Gyro, Echo Sounder, Uais; Ggg. Setting The Exercise Weather And Bathymetric Conditions: Global And Local Zones, Import Of Tide And Current Databases; Hhh. Observing Own Ships And Targets On The Chart: Ship Info Panel, Cpatcpa Panel, Events Panel; Iii. Control Of Own Ships And Targets On The Chart: Direct Control Of Steering And Propulsion Systems, Autopilot, Mooring Lines, Anchors; Jjj. Setting Faults Of Navigational Equipment, Steering And Propulsion System, Fire And General Alarms; Kkk. Continuous Data Logging During Exercises; Lll. Playback Of Recorded Exercises In Real And Fast-time Modes; Mmm. Performing Preliminary Exercises On The Map To Check Their Suitability For Training On The Simulator; Nnn. Distress Signals (flare, Smoke Signals, Dye Markers); Ooo. Adding New Target Ships; Ppp. Changing Weather Conditions; Qqq. Moving Buoys, Turning Off Lights On Them And Hiding Them On Both The Visualization System And Radar; Rrr. Control Of Automatic Tugboats On Commands From The Bridge Or From The Instructor; Sss. Generating And Printing Exercise Reports 5.4 Simulator Scenario Development Station 1. The Simulator Scenario Development Station Shall Be Integrated With All Engine Stations And Instructor Stations, And Can Act As An Instructor Station Capable Of Deploying Scenarios To Other Stations (bridge And Engine) 2. The Simulator Scenario Development Station Shall Have The Same Software And Control Capabilities As The Instructor Station. (see Section A 5.5.3) 3. Inside The Simulator Scenario Development Room Shall Have A Separate Station With Software Dedicated For Virtual Shipyard And Modelling Services With Capabilities For Port Design And Planning, Fairways Design, Ship Modelling And Incident Investigation, Study Ship Operations In Restricted Water Conditions And Mooring Operations, Including Tug Operation. It Shall Act As A Platform To Get Used To New Interfaces During Sea Trials. The Software Shall Allow The Designed Own Ship Models And Exercise Areas To Be Loaded Onto The Bridge Simulator. B. Full Mission Engine Room Simulator (fmers) And Mini Er Stations’ Features And Applications, Major Components And Engine Room Simulator Performance Standards 1. Major Components The Full Mission Engine Simulators That Can Be Integrated With Bridge Simulators Shall Consist Of The Following Major Components: A. One (1) Full Mission Engine Room Station (class A Configuration) B. Ten (10) Mini Engine Room Stations (class C Configuration) C. One (1) Server Station D. One (1) Instructor Station E. One (1) Simulator Scenario Development Station F. One (1) Briefing/ Debriefing Station 2. Features And Applications 2.1 The Man Electronic Engine Model Simulates A Suez Max Crude Oil Carrier With A Man Slow Speed Turbo Charged Diesel Engine As Propulsion Unit Modeled With Fixed Propeller. The Main Engine Models Respond Dynamically To Variations In Operation And Conditions Of The Ship Model, And The Ship Models Have Mutual Responses To The Main Engine Models. The Model Is Based On Real Engine Data That Makes The Dynamic Behavior Of The Simulator Close To Real Engine Response. In Addition To The Man Engine, The Vessel Has An Electrical Power Plant Including Three 1125 Kva Diesel Generators And One 250 Kva Emergency Generator. The Steam Plant Includes Two D-type Steam Boilers And One Composite Boiler, 3 Cargo Turbines, Condensing And Feed Water Systems. Control Room Operator Station, Bridge And Steering Panels Are Included. The System Shall Also Be Connected To The High Voltage Engine Simulator. 2.2 The Simulator Engine Models Comply With The Requirements In The Stcw Convention, Regulation 1/12 And Fulfill The Standards Of An Internationally Recognized Classification Society For Maritime Simulator Systems. 2.3 The Simulator Engine Models Shall Include But Not Limited To Rt-flex, Me, Mc, De-df, Xdf Or Equivalent, And Future Fuel Such As But Not Limited To Methanol And Ammonia For Modern Engine Systems. 2.4 The Engine Model Main Specifications High Fidelity Engine Room Systems Shall Include: - Sea & Lt/ht Fresh Water Systems, Incl. Fw Generator - Electrical Power Plant, Incl. Diesel Generators And Power Management - Start & Service Air Compressors, Incl. Compressor Intermediate Coolers And Emergency Compressor - Integrated Automation System, Incl. Vessel Performance Monitor - Steam Plant Incl. D-type Oil Fired Boilers And Combined Exhaust/oil Fired Boiler - Diesel/heavy Fuel/oil Systems, Incl. Hfo, Lshfo And Mdo Tanks, Separators, Viscometers - Lubricating Oil Systems, Incl. Separator - Stern Tube Systems - Steering Gear - Main Engine Control System (man) - Main Engine Remote Control System (ac 600) - Main Engine Maneuvering System - Main Engine Hydraulic Oil System - Main Engine Hydraulic Cylinder Units System - Cylinder Indication Diagrams - Air Ventilation System - Bilge Wells & Bilge Separator - Sewage Treatment Plant - Incinerator Plant - Inert Gas System - Ballast Water Treatment System - Refrigeration System - Ship Loading System - Fire Detection System - Fire Fighting System - Fresh Water Production - Bilge Water And Bilge Separator System - Air Ventilation System - Exhaust Scrubber - Sewage Treatment System - Incinerator System - Mooring Winch - Exhaust And Oil Fired Boilers - Air Condition Plant - Inert Gas System - Remote Co2 Release, Emergency Stops And Quick Release Valves - Emission Control System (water Scrubbing And Me Low Nox Mode) - Future Fuel Such As But Not Limited To Methanol And Ammonia For Modern Engine Systems. 2.5 The Engine Simulator Product Shall Be Able To Address The Following Stcw Competencies And Shall Be Reflected In The Certificate: · Table A-iii/1.1 – Maintain Safe Engineering Watch · Table A-iii/1.3 – Used Of Internal Communication Systems · Table A-iii/1.4 – Operate Main And Auxiliary Machinery And Associated Controls · Table A-iii/1.5 – Operate Fuel, Lubrication, Ballast And Other Pumping Systems And Associated Control Systems · Table A-iii/1.6 – Operate Electrical, Electronic And Control Systems · Table A-iii/2.5 – Manage Operation Of Electrical And Electronic Control Equipment · Table A-iii/1.11 – Maintain Seaworthiness Of The Ship 2.6 Interface To Engine Room High Voltage System - The Engine Room Model Will Be Interfaced To A Corresponding High Voltage Simulator And Gas Turbine Installed In The Academy. 3. Engine Room Simulator Performance Standards 3.1 Physical Realism The Engine Simulator Stations Shall Have The Following Physical Realism: A. Equipment And Consoles Shall Be Installed, Mounted, And Arranged In A Ship-like Manner B. The Control Room Consoles Shall Include Control And Monitoring Of The Main Engine, Auxiliary Engines And Electrical Power Generation, Steam Boiler, Pump, Compressors And All Other Alarms. C. The Remote Monitoring And Control Systems Shall Be In Compliance With The Functional Requirements Of The Classification Societies For Periodically Unattended Machinery Spaces. D. The Main Engine Remote Control Console Shall Include Command Functions And Status Indication Normally Found On Board Ships. E. The Electric Power Generation Shall Be Under Automatic Or Manual Control. Such System Should Be Able To Constantly Monitor Demand And Supply. When Deviation From Pre-set Limits Arises, The System Should Be Able To Act In Order To Normalize The Situation. The System Shall Also Perform Continuous Control Of The Frequency And Load Sharing. F. The Electric Power Supply System Shall Be Operated Either From The Switchboard Or The Power Management System. - Remote Start/stop Of Auxiliary Diesel Generators - Operation For Shaft Generator - Connect/ Disconnect Of All Generators - Automatic And Priority Selection - Non-essential Systems Trip - Constant Frequency Mode - Different Control Modes Of Load Sharing G. The Main Switchboard Shall Be A Full Scale Model Of A Typical Switchboard, And Comprise The Necessary Controls And Indicators Usually Available Of Real Generators. H. The Remote Control And Automation System Must Include Control Of The Following Equipment: - Me Lubricating Oil Pumps - Me Fresh Water Cooling Pumps - Me Sea Water Cooling Pumps - Me Auxiliary Blowers - Fuel Oil System And Pumps - Air Compressors - Steering Gear Pumps - Fire Pump Each Of The Above Individual Units Shall Allow Manual Start And Stop From The Control Room Consoles. It Shall Also Be Possible To Use Automatic Start And Stop Where Applicable. I. The Alarm Monitoring System Shall Consist Of A Typical Shipboard Alarm System. J. An Alarm Shall Be Announced By Sound And By Flashing Light In The Control Room. K. A Printer Or A Computer In The Engine Room Control Shall Be Used As An Alarm Log And Event Log. L. “dead Man Alarm System” The Simulator Shall Have The Following Additional Requirements For Low Speed Engine: M. The Simulated Engine Room Shall As A Minimum Reflect Typical Machinery Found On Merchant Ships. The Following Main Components Shall Be Simulated And All Necessary Sub-systems Included For A Low Speed Engine: - Main Engine Including Turbocharger System - 2 Auxiliary Diesel Generators - Lubrication Oil Separator - Steering Gear System - Fire Pump - Shaft Generator - Cooling Water System Including Freshwater Generation System - Turbo Generator - Fuel Oil Bunkering System - Fuel Oil Settling And Service Systems - 2 Heavy Fuel Oil Separators - 1 Diesel Oil Separator - Steam Generation Plant Including Exhaust And Oil-fired Boilers - Diesel Oil And Heavy Fuel Oil Supply To Main And Auxiliary Engines - Main Engine Operation From Engine Room, Engine Control Room And Bridge - Turbocharger System - Air Ventilation System For Engine And Control Room - Bilge Water System Including Oily Water Treatment Systems - Stern Tube System - Deck Machinery Applicable To The Ship Model - Ballast System - Sewage Treatment System The Simulator Shall Have The Following Additional Requirements For Medium And High Speed Engine: N. The Simulated Engine Room Shall Consist Of Typical Machinery Found On Merchant Ships. The Following Main Components Shall Be Simulated And All Necessary Sub-systems Included For A Medium And High Speed Engine: - One Or More Main Engines - Main Sw System - 2 Auxiliary Engines - Fuel Oil Tanks - Fuel Oil Separator - Lubrication Oil Separator - Main Engine(s), Including: • Fresh Water System • Lubrication System • Turbocharger System • Me Sw System - Reduction Gear System - Controllable Propeller Pitch Were Applicable - Steam Generation System As Applicable - Freshwater Generator - Bilge Wells And Bilge Separation System - 2 Air Compressors - Steering Gear System - Fire Pump - Electrical Power Plant - Deck Machinery Applicable To The Ship Model - Ballast System - Sewage Treatment System The Simulator Shall Have The Following Additional Requirements For Machinery Spaces: O. The Simulated Machinery Spaces Shall At Least Include One Dedicated Room For This Purpose. P. At Least The Following Main Components Of The Machinery Spaces Shall Be Graphically Presented Or Represented By Mock-ups Or In Realistic Visualization (to Illustrate Physical Presence) In The Simulated Machinery Spaces: - Main Engine - Auxiliary Diesel Generators - Steam Boiler - Fire Pump Q. The Facilities For Local Operation In The Simulated Machinery Spaces Shall Consist Of Local Operating Stations For Each System. Each Station Shall Be Furnished With Start/stop (open/closed) Buttons And Status Lights, Various Numbers Of Pressure -, Temperature Indicators, Etc. The Local Operating Stations Shall At Least Give Means To Operate The Following: - Main Engine (me) - Me Lubricating Oil Systems Including Separator - Me Fresh Water Cooling System - Me Sea Water Cooling System - Me Auxiliary Blowers - 2 Auxiliary Diesel Generators - Steam Boiler - Fuel Oil System (diesel And Heavy Fuel Oil) Including Separator - 2 Air Compressors - Steering Gear System - Bilge Water System - Fire Pump R. All Valves Typically Associated With The Operation Of Above Machinery May Be Operated At The Computer Screen In A 3d Visual Form Or Mouse Operated By The Candidate. S. Internal Communication System. 3.2 Behavioral Realism The Engine Simulator Stations Shall Have The Following Behavioral Realism: A. The Simulator Models Shall Be Able To Replicate The Dynamic Behaviour Of The Machinery Systems And All Its Visual Parameters As Well As The Interactions Between The Sub-systems. B. The Simulator Models Shall Simulate The Engine Room Components With Their Procedures, As Well As Modelled Controller Systems (sensors, Controllers, Actuators, And Valves) Connected To The Processes. C. When Simulating Real Equipment The Behaviour Of Such Simulated Equipment Should Behave As Identical Aw Possible As The Original. Critical Parameters Of The Behaviour Shall Be Documented D. The Simulator Model Shall Make Applicable Controllers Available And Adjustable With Regards To Pid (proportional-integral-derivative Controller) Parameters. E. The Simulator Model Shall Provide Facilities To Allow The Injection And Resetting Of Malfunctions At Appropriate Times During Operation As Necessary. F. It Shall Be Possible To Simulate Change In Seawater Temperature And Demonstrate How This Affects The Complete Simulation Model. G. It Shall Be Possible To Simulate A Change In Air Temperature And Demonstrate How This Affects The Complete Simulation Model. H. The Simulator Shall Have All Heat Exchangers Available And Adjustable With Regards To Their Parameters (heat-transfer Factor, Heat Dissipation Area Etc.) I. The Simulator Shall Make All Pumps Available And Adjustable With Regards To Their Parameters (pump Capacity, Wear, Etc.) 3.3 Operating Environment The Engine Simulator Stations Shall Have The Following Operating Environment: A. It Shall Be To Adjust The Noise Level In The Simulated Machinery Spaces Infinite From No Added Noise Up To Minimum 100 Db(a). The Noise Shall Have A Frequency Distribution Typical For Machinery Spaces. Headset Is Provided For Each Workstation. B. It Shall Be Possible To Simulate The Sea Water Temperature At Least Infinite Between +1ºc And +30 ºc. 4. Hardware Requirements 1 Set 4.1 Full Mission Engine Room Simulator A. Engine Control Room Consoles I. Ecr Pump Compressor And Power Management Console 1. 1 X Console 2. 1 X Computer A. Intel Core I5-14500 3.3 Ghz Or Above B. 16 Gb Ram C. 256 M.2 Ssd D. Window 10/11 Pro 64 Bit E. Ups 1.5kva I. Surge Protection Ii. W/ Automatic Voltage Regulator 3. 2 X 24 Touch Screen Monitors Ii. Ecr2 Alarm, Monitoring And Remote-control Console: 1. 1 X Console 2. 1 X Computer A. Intel Core I5-14500 3.3 Ghz Or Above B. 16 Gb Ram C. 256 M.2 Ssd D. Window 10/11 Pro 64 Bit E. Ups 1.5kva I. Surge Protection Ii. W/ Automatic Voltage Regulator 3. 1 X Keyboard 4. 1 X 24” Touch Screen Monitors 5. 1 X Industrial Tracker Ball Iii. Ecr3 Main Engine Remote Control And Indication Console 1. 2 X Console 2. 1 X Computer A. Intel Core I5-14500 3.3 Ghz Or Above B. 16 Gb Ram C. 256 M.2 Ssd D. Window 10/11 Pro 64 Bit E. Ups 1.5kva F. Surge Protection G. W/ Automatic Voltage Regulator 3. 3 X 24” Touch Screen Monitors 4. 1 X Speed Set Lever For Main Engine Remote Control And 5. Indication Console 6. Dead Man Alarm (dma) 7. Engineers Reset 8. Included Power Relay To Which Illumination In Engine Control Room And Engine Room Can Be Connected, Causing Lights In The Rooms To Go Out During A Blackout To Increase Realism. Iv. Simulated Cctv Touch Monitor 1. 1 X Computer A. Intel Core I5-14500 3.3 Ghz Or Above B. 16 Gb Ram C. 256 M.2 Ssd D. Window 10/11 Pro 64 Bit E. Ups 1.5kva I. Surge Protection Ii. W/ Automatic Voltage Regulator 2. 1 X 24 Monitor V. Internal Telephone At The Following Locations 1. Instructors Station 2. Engine Control Room 3. Engine Room 4. Emergency Generator Room Vi. Main Switchboard 1. 14 X At Least 24” Touch Screen Monitors 2. 7 X Computers A. Intel Core I5-14500 3.3 Ghz Or Above B. 16 Gb Ram C. 256 M.2 Ssd D. Window 10/11 Pro 64 Bit E. Ups 1.5kva I. Surge Protection Ii. W/ Automatic Voltage Regulator 3. 1 Set Of Speakers 4. Installed In A Switchboard Manner Vii. Engine Room Equipment 1. 4 X Virtual Walkthrough 2. 4 X High Resolution 55” Touchscreen Tv 3. 4 X Computer With Graphics Card A. Intel Core I5-14500 3.3 Ghz Or Above B. 16 Gb Ram C. 256 M.2 Ssd D. Rtx 4070 Or Higher E. Window 10/11 Pro 64 Bit 4. 4 X Controller Viii. Local Operating Station Console 1. 1 X Console 2. 1 X Computer A. Intel Core I5-14500 3.3 Ghz Or Above B. 16 Gb Ram C. 256 M.2 Ssd D. Window 10/11 Pro 64 Bit E. Ups 1.5kva I. Surge Protection Ii. W/ Automatic Voltage Regulator 3. 1 X Keyboard 4. 1 X 24” Touch Monitor 5. 1 X Industrial Tracker Ball Ix. Engine Room Sound 1. 1 X Sub Woofer 2. 4 X Satellite Speaker X. Alarm Horn And Lamp 1. 1 X Column With Lights And Sirens Xi. Emergency Generator Room 1. 1 X Virtual Walkthrough 2. 1 X High Resolution 55” Touchscreen Tv 3. 1 X Computer With Graphics Card A. Intel Core I5-14500 3.3 Ghz Or Above B. 16 Gb Ram C. 256 M.2 Ssd D. Rtx 4070 Or Higher E. Window 10/11 Pro 64 Bit F. Ups 1.5kva I. Surge Protection Ii. W/ Automatic Voltage Regulator 4. 1 X Controller 5. With Sound System B. 1x Intercom Voip Phone C. All Computers Must Be The Latest Generation This Includes Processors, Memory, Graphics Card And Storage. I. Monitors: Full Hd Resolution Ii. Storage: Solid-state Drive (ssd) Iii. Processor Generation: Must Be From The Latest Generation Of Processors Iv. Graphics: Integrated Graphics Dedicated Gpu If Needed. D. Touchscreens For Durability, Responsiveness, And Multi-touch Support. E. Each Computer Must Be Paired With A Ups Unit Rated For At Least 1.5 Kva And Automatic Voltage Regulation To Handle Voltage Fluctuations. F. B1489:c1503full Mission Simulator Model Contains Large+c1486 Inter Active Mimic Panels Used For Touch Screen Operation. Panel Diagrams Are Based On The Simulated Plants Pipe Line Configuration And Local Control Panels Drawings And Represent The Systems In The Local Side Of The Machinery Spaces. G. Simulated Hardware Panels (shp) Touch Screens H. Full Mission Simulator Model Contains Large Inter Active Mimic Panels Used For Touch Screen Operation. Panel Diagrams Are Based On The Simulated Plants Pipe Line Configuration And Local Control Panels Drawings And Represent The Systems In The Local Side Of The Machinery Spaces. 10 Sets 4.1 Mini Engine Room Simulator A. 1x Computer Specification (minimum Requirement) 1. Intel Core I5-14500 3.3 Ghz Or Above 2. 16 Gb Ram 3. 256 M.2. Ssd 4. Video Card 5. Keyboard/mouse 6. 2x At Least 24" Monitor (touchscreen) 7. Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator B. 1x Table Size: At Least L 1200 X W 800 X H 750 Mm C. 1x Chair D. 1x Intercom Voip Phone 1 Set 4.2 Engine Instructor Station A. Instructor Station I. 1x Computer (minimum Requirements) 1. 3x 24” Monitor 2. Intel Core I5-14500 3.3 Ghz Or Above 3. 16 Gb Ram 4. 256 M.2 Ssd 5. Keyboard/mouse 6. Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator B. 1x Speaker 1. Type: Desktop 2. Port: Mini Jack C. 1x Steel Cabinet W/ Lock 1. Metal Drawer Office Drawer 2. File Cabinet Storage With Wheel D. 1x Printer 1. Laser Printer A4 2. A4 Print Speed Up To 48 Ppm 3. Auto 2-sided (duplex) Printing, 1-line Lcd 4. Wifi, Airprint, Mopria, Wifi Direct, Lan, Usb 2.0 5. Colored Printer E. 1x Intercom Voip Phone 1. 1x Microphone F. Instructor Station Table Specification: G. 11x Two-way Uhf Radiotelephone (walkie-talkie) With Charging Connection H. 1x Table Size: At Least L 1700 X W 700 X H 750 Mm 1. Material: Formica Matt Laminate On Chipboard I. 1x Ergodynamic Chair J. 1x Document Metal Cabinet With Glass Sliding Door 1. Size: 1850x 400mmx 900mm 2. Door Lock K. All Computers Run On Windows 10/11 Pro 64 Bit (license) 1 Set 4.3 Engine Simulator Scenario Development Station A. Scenario Development Station As An Instructor Station Capable Of Deploying Scenarios To Other Stations (bridge And Engine) 1. 1x Computer (minimum Requirements) 2. 2x 24” Monitor 3. Intel Core I5-14500 3.3 Ghz Or Above 4. 16 Gb Ram 5. 256 M.2 Ssd 6. Rtx 4070 Or Higher 7. Keyboard/mouse 8. Ups 1.5kva A. Surge Protection B. W/ Automatic Voltage Regulator B. 1x Table Size: At Least L 1200 X W 800 X H 750 Mm I. Material: Formica Matt Laminate On Chipboard Ii. 1x Ergodynamic Chair 1. Software Requirements 5.1 Full Mission Engine Room Simulator The Full Mission Engine Room Simulator Shall Have The Following Software And Controls: · Main Engine Control · Main Engine Remote Control · Power Management System · Emergency Generator · Main Engine Telegraph Including Emergency Stop Control With Printer · Main Air Compressor And Starting Air System · Composite Boiler And Feed Water System · Economizer · Marine Growth Preventive Device (mgpd) · Incinerator Unit · 15 Ppm Bilge Separator And Odm · Local Fire Fighting System For Machinery Space · Fuel Oil And Lube Oil Purifiers · Fuel Oil And Diesel Oil Flow Meter · Auto Back Wash Filter · Oil Mist Detector · Electrical Power Supply · Electrical Lighting System · Fresh Water Generator · Sewage Treatment Plant · Viscosity Meter · Emergency Fire Pump · Main Engine Scavenging Air Cooler · Main Engine Turbocharger · Dead Man Alarm · Air Condition System · Refrigeration System · Ballasting System · Bunkering Operation · Fuel And Diesel Oil Transferring · Heat Exchanger · Stern Tube Bearing And Oil Seal Device · Tanks · Valves · Pumps · Information Indicators For: - Propeller Revolutions (actual And Desired) - Main Engine Rpm - Main Engine Revolution In The Case Of Reduction Geared Engine - Propeller Pitch In The Case Of Controllable Pitch Propeller - Main Air Reservoirs - Staring Air 5.2 Mini Engine Room Simulator The Mini Engine Room Simulator Shall Have The Following Software And Controls: · Main Engine Control · Main Engine Remote Control · Power Management System · Emergency Generator · Main Engine Telegraph Including Emergency Stop Control With Printer · Main Air Compressor And Starting Air System · Composite Boiler And Feed Water System · Economizer · Marine Growth Preventive Device (mgpd) · Incinerator Unit · 15 Ppm Bilge Separator And Odm · Local Fire Fighting System For Machinery Space · Fuel Oil And Lube Oil Purifiers · Fuel Oil And Diesel Oil Flow Meter · Auto Back Wash Filter · Oil Mist Detector · Electrical Power Supply · Electrical Lighting System · Fresh Water Generator · Sewage Treatment Plant · Viscosity Meter · Emergency Fire Pump · Main Engine Scavenging Air Cooler · Main Engine Turbocharger · Dead Man Alarm · Air Condition System · Refrigeration System · Ballasting System · Bunkering Operation · Fuel And Diesel Oil Transferring · Heat Exchanger · Stern Tube Bearing And Oil Seal Device · Tanks · Valves · Pumps · Information Indicators For: - Propeller Revolutions (actual And Desired) - Main Engine Rpm - Main Engine Revolution In The Case Of Reduction Geared Engine - Propeller Pitch In The Case Of Controllable Pitch Propeller - Main Air Reservoirs - Staring Air 5.3 Instructor Station 1. The Instructor Workstation Is An Integral Part Of The Simulator And Is Designed To Control The Training Complex, Design (develop) Exercises, Perform Exercises In Real Time, Control Exercise Performance By Trainees, Change Environmental Conditions And Sailing Circumstances, As Well As Enter Own Ship Failure Variables, Document, And Archive The Activity Of The Engine Involved In The Exercise 2. Engine Room Instructor, Monitoring, And Assessment System. 3. All Visual Exercise Areas Available In The Database Of The Simulator (provided With Polar Areas) 4. Changing Operational And Ambient Conditions 5. Setting Faults And Deteriorations, Single Or In Series 6. Simulate Leakages In Liquefied Lines And Tank Bulkheads 7. Resetting Faults 8. Logging Events And Alarms 9. General System Communication 10. Engine Room Simulator (ers) Includes Comprehensive Instructor Communication Links That Allow Him To: A. Pre-program And Store Situations B. Develop And Test New Training Programs C. Change Operational And Ambient Conditions D. Freeze Current Situations For Discussions And Clarifications With The Trainees E. Setting Of Single Faults Or Automatic Sequential Fault 11. Instructor Computer Functionality: A. All Configurations Includes Well Proven Models B. Load Simulation Model On Each Station C. Run Simulation D. Freeze Simulation E. Stop Simulation F. Load Initial Conditions G. Create New Initial Conditions H. Students Can Run The Simulation Independently I. Insertion Of Malfunctions J. Access To Alarm List K. Power-up All Student Stations L. Recording Of The Complete Exercise M. Replay The Whole Exercises N. Go Back To Any Point In Time For Restart O. Create Exercises Including Initial Conditions P. Deploy Exercises To Student Stations Q. Centralized Run/freeze Control Of All Student Stations R. Connect Student Stations In Clusters For Team Training S. Send Instant Messages To Student(s) T. Send Instant Actions (malfunctions Or Events) U. Recording Of The Complete Exercise V. Power Shut-down Of Student Stations W. Student Station (access) Configuration X. Exercise Development, Incl. Triggers And Actions Y. E-coach, Electronic Guidance System To Students Z. Assessment 12. Monitor And Control The Students In The Classroom (or Full Mission Simulator). Instructors Can Tailor The View According To The Site Layout. 13. Start Exercises In The Classroom 14. Run/pause Exercises In The Classroom 15. “client Connect” To Exercises In The Classroom 16. Set Up Groups For Team Training 17. New Exercise Structure A. Exercise Structure Comprises: Initial Condition And Scenario Modules Based On: I. Triggers Ii. E-coach Messages Iii. Actions Iv. Assessment B. Instructor-controlled Configuration For Each Of The Student Stations I. Configuration Of Stations Is Part Of The Exercise. It Is Possible To Add New Stations To An Ongoing Exercise “on The Fly” Trigger Overview C. Trigger Overview I. Displays The State (active/not Active) Of All The Triggers In The Module. Displays Users Of The Trigger (other Triggers, Actions, Assessment And E-coach Messages) Link To Editors Instructor Control Of Triggers (on The Fly). D. Logic Block Based Trigger Editor I. Building Block Used In Coach Messages, Actions And Assessments Graphical Editor Flexible And Powerful Calculates Output (true/false) Based On Input And Logic Blocks. Configurable Input. E. E-coach Overview I. Displays The State (sent/ Not Sent) Of All Coach Messages Link To Trigger And Message Editor Possible For The Instructor To Disable Messages. F. Action And Malfunction Editor I. Activated By Trigger: 1. Additional Triggers To Specify On/off Conditions For The Criterion 2. It Is Possible To Select Between Different Types Of Scoring (illustrated Graphically). It Is Possible To Define “critical” Criteria Malfunction Introduced As On/off. 3. The Instructor Can Freely Decide When And For How Long The Malfunction Shall Be Activated. 4. Malfunction Introduced Where Intensity And Duration Is Randomly Selected 5. Malfunction Introduced As A Repeating Sine Shape, Where Amplitude And Time Period Is Adjustable G. Assessment Overview I. Overview Of All Assessment Criteria Calculates Total Score Instructor Can Define Parameters For Overall Scoring Pass And Fail Evaluation Is Completely Based On Objective Criteria. 5.4 Simulator Scenario Development Station 1. The Simulator Scenario Development Station Shall Be Integrated With All Engine Stations And Instructor Stations, And Can Act As An Instructor Station Capable Of Deploying Scenarios To Other Stations (bridge And Engine) 2. The Simulator Scenario Development Station Shall Have The Same Software And Control Capabilities As The Instructor Station. (see Section B 5.5.3) 2 Sets A. Briefing/ Debriefing Station For Bridge And Engine A. 1x Computer (minimum Requirements) 1. 1 X Desktop Computer A. Intel Core I5-14500 3.3 Ghz Or Above B. 16 Gb Ram C. 500gb Ssd D. 1x Keyboard/mouse 2. 1x Ups 1kva 3. 1x Desktop Speaker 4. 1x W/ Computer Table Size: At Least L 1700 X W 700 X H 750 Mm 5. Briefing And Debriefing Rooms With Playback Capability (playing Of Recorded Exercise And Assessment In Simulator B. 1x Intercom Voip Phone C. 25x Chairs D. 1x Solid Round Table (at Least 6100 X 1220 Mm) (for Bridge Briefing/debriefing) I. (metal Legs With Laminate Board Or Solid Wood Table) E. 1x Solid Round Table (at Least 4880 X 1220 Mm) (for Engine Briefing/debriefing) I. (metal Legs With Laminate Board Or Solid Wood Table) F. 1x 65” Smartclassroom Interactive Tv I. Display: 65" 4k Uhd, 20-point Multi-touch, Anti-blue Light, Anti-glare Ii. Writing: Dedicated Stylus Pen, 25 Ms Latency, Multi-gesture Erasing Iii. Connectivity: Usb Type-c, Usb Type-a 3.0, Hdmi, Rj45 Iv. Projection: Hdmi/type-c Cable, Application V. System: Android And Windows Support Vi. Ai Features: Intelligent Collaboration, Interactive Teaching Vii. Accessories: Stylus Pens, Optional Ops Module, Rolling Stand, Wall-mounted Bracket, Viii. 10mters Hdmi Cable. Ix. Wide Angle Camera X. Interactive Teaching Endpoint G. 2x Bridge And 2x Engine) Hardware For Virtual Bridge Familiarization (minimum Requirements) 1. Display: A. Type: Lcd B. Resolution: 2064 X 2208 Per Eye C. Refresh Rate: 120 Hz D. Field Of View: E. Horizontal: 97 Degrees F. Vertical: 93 Degrees 2. Processor: A. Chipset: Qualcomm Snapdragon Xr2 Gen 2 3. Ram: 12gb 4. Storage: A. 128gb 5. Audio: 6. Hand Tracking: Improved Hand Tracking Capability 7. Controllers: A. Type: Meta Touch Pro Controllers B. Features: Haptic Feedback, Improved Ergonomics, Rechargeable Batteries 8. Battery: A. Headset: Approximately 2-3 Hours Of Active Use B. Charging: Usb-c Fast Charging 9. Connectivity: A. Wireless: Wi-fi 6e Support B. Bluetooth: 5.2 10. Inclusions: A. Headset B. Touch Pro Controllers (pair) C. Charging Cable (usb-c) D. Power Adapter W/ Extra 1 Battery Each E. Controller Lanyards F. Glasses Spacer Ii. Add On’s: 1. 2x Strap With Battery 2. 8x Silicone Cover Face Cover 3. 4x Silicone Protective Case 4. 8x Silicone Case For Controller 5. 3 Row Vr Storage Cabinet With Lock. H. The Virtual Reality Bridge Must Be Complete With Hotspots, Identification Tags And Descriptions. It Shall Also Be Available On An Offline System, Navigable. I. Playback Capability With The Following Functions: B. Loading A Previously Created Exercise On A Chart Or In Engine Room; C. Playing The Exercise To Explain The Task; D. Uploading A Sample Log Of The Same Exercise To Explain The Correct Actions. A. Virtual Bridge Familiarization W/ Virtual Reality Device The Vr System Aims To Simulate The Overhauling Process, Enabling Immersive, Hands-on Learning And Pre-assessment Without Direct Physical Intervention On The Engine. This Approach Will Enhance Technical Skills, Reduce Risk, And Improve Efficiency In Real-world Engine Maintenance And Overhauling. The Supplier Shall Provide A Virtual Bridge And Engine With The Use Of Virtual Reality Providing The Following Visualizations: 1. Bridge Wing Equipment 2. Speaker Mic 3. Rate Of Turn 4. Engine Rpm 5. Quick Release Lifebouy 6. Remote Panel 7. Gyro Compass Repeater 8. Fire Box 9. Hatch For Maintenance 10. Thermometer Ii. Main Bridge 1. Epirb 2. Sart 3. Clear View Screen 4. Location Of Fire Extinguishers 5. Pantry With Equipment 6. Pilot Chair 7. Smoke Detectors 8. Damage Control Plans 9. Radar 1 And 2 And 3 10. Gps With Other Equipment 11. Helm Wheel 12. Indicator Control 13. Deck Light Control 14. Admiralty And Other Maritime Publications 15. Fireplan 16. Rudder Angle Indicator 17. Voice Recorder 18. Whistle Horn 19. Water Tight Door Indicators 20. Window Wipers 21. Pa Systems 22. Cargo Hold Fan Control 23. Smoke Alarm System 24. Fire Alarm System 25. General Alarm System 26. Vhf System 27. Log Books And Other Documentation 28. Ecdis Voyage Planner 29. Pressure Recorder 30. Portable Uhfs 31. Lifejackets, Rocket Flare, And Rocket Line 32. Location Of Immersion Suits 33. Barometer 34. Utc Clock 35. Radio Room Configuration 36. Posters 37. Charts 38. Compass Deck / Monkey Island 39. Radar Equipment 40. Antennas 41. Anemometer 42. And Other Equipment On The Monkey Bridge Iii. The Me-b Main Engine Vr Overhauling System Cover The Following Features Full-scale, Interactive Models Allowing For A Detailed Exploration Of All Engine Components, Including: Iv. Connection Rod & Crosshead Assembly V. Stuffing Box Assembly Vi. Piston Assembly Vii. Cylinder Liner Assembly Viii. Cylinder Cover Assembly Ix. Exhaust Valve Assembly X. The Vr Simulation Guides Users Through Disassembling, Inspecting, And Reassembling The Exhaust Valve, Focusing On Critical Tasks Like Checking Valve Seats, Spindle Condition, And Wear On Sealing Surfaces. Users Can Also Simulate Tasks Such As Lapping The Valve, Inspecting Hydraulic Actuators, And Ensuring Proper Seating Of The Valve During Reassembly. 1 Set B. Server Station For Bridge And Engine A. 2x Set Computer (minimum Requirements) 1. Intel Xeon E5 -2620 2. 16 Gb Ram 3. 4x 500 Ssd 4. 2x 1gbit Network Card 5. Windows Server 2019/2022 R2 Standard 6. Rack Mounted B. 1x Nas And Exercise Server 1. 4 Bay Nas Disk Station Quadcore Processor 2. 4x 4 Tb Hdd C. 1 Pc Rack For All Tower Pc’s (visual) D. 2x Server Rack 1. Server Rack At Least 42u 2. W/ Fan 3. Power Strip And Shelves E. 1x Ups 1. 5kva (5kw) 2. Sealed Lead-acid (sla) Or Lithium-ion 3. Output Voltage: 230v Ac 4. Surge Protection 5. Stabilizes Incoming Voltage Without Switching To Battery Mode F. 2x Kvm Switch 1. 16-port Ps2 Usb Combo 2. Supports Vga, Svga, Hdmi 3. Mouse And Keyboard 4. Remote Monitoring Kit 1 Set D. Network And Cctv A. Network Switch 1. Manage Network Switch Specifications: 2. 4x 24 Ports 10/100/1000mbps Rj45 Ports Poe/poe+ 3. 1x 48 X 1ge Rj45 Ports, 4 X 10ge Sfp+ Ports, Poe/poe+ 4. 4x 10g Sfp Multimode Transceiver B. Network Access Point 1. 7x Dual-radio, Wi-fi 6 (802.11ax) A) 1 X 10/100/1000base-t Ethernet Port B) Combined Peak Data Rate Of 2.976 Gbps: C) 2.4 Ghz Band: Up To 574 Mbps D) 5 Ghz Band: Up To 2.402 Gbps E) Same Brand To The Existing Access Point C. Set Cctv Monitoring 1. 1x Nvr At Least 32 Channel 2. 25x 6 Mp Fixed Dome Network Camera With Mic 3. 4x 6 Mp Fixed Outdoor Network Camera 4. 3x 6tb Storage (design For Cctv) Ii. 2x Smart Tv 55” Tv Led For Cctv (bridge And Engine View) Iii. 2x Desktop Computer 1. Intel Core I5-14500 3.3 Ghz Or Above 2. 16 Gb Ram 3. 500gb M.2 Ssd 4. Ups 1.5kva 5. Keyboard And Mouse 6. 1 X Hdmi Cable 5 Mtrs 7. 1 X Desktop Speaker D. Network Requirements: I. 94x Lan Port Ii. 1x Lot: Of Upvc, Conduit, Pull Box, Fittings, Hanger, And Support And Other Materials If Needed. Including Utp Cat6 Shielded Pure Copper, Fiber Optic Cable, Patch Panels. Iii. Installation, Engineering Labor For Entire Project. Iv. Cable Laying, Labeling, Harnessing V. Mobilization And Di-mobilization Vi. All Cabling Will Be Endpoint At Server Room (back Of Full Mission Bridge Simulator) E. Structured Cabling Systems Standard I. Stations Must Include Lan Outlets And Patch Cords. Ii. Backbone Cabling Will Be Using The Cable Tray For Lan Distribution. Iii. Lan Outlets Must Have Network Labeling Iv. Patch Panels Are Required E. Information Display A. 1x 70” Information Board 4k 1. Operating System: Android 11+ Or Windows 11 2. Wireless Wi-fi 3. Hdmi Ports 4. Usb Ports 5. Lan Port Ii. Wall Mounted. Iii. 1x Hdmi 10meters Iv. Software: 1. Content Management System (cms): Built-in Software For Scheduling And Managing Advertisements Remotely 2. Media Playback: Supports Image, Video, And Dynamic Content (mp4, Jpeg, Png, Etc.) 3. Split Screen: Ability To Display Multiple Ads Or Information Zones Simultaneously B. Acrylic Signage I. Acrylic Signage For Full Mission Bridge Simulator 1. 1x Full Mission Bridge Simulator 2. 1x Instructor Station 3. 1x Scenario Development Station 4. 1x Unauthorized Personnel Keep Out 5. 4x Fire Exit 6. 2x Fire Extinguisher 7. 1x No Foods, Drinks, Cellphone Allowed Inside The Simulator 8. 2x Ongoing Assessment 9. 1x Pmma Simulator Building (big Font For The Entrance) Ii. Acrylic Signage For Mini Bridge Simulator A) 1x Bridge Simulator B) 7x Mini Bridge Simulator (station 1 To 7) C) 1x Instructor Station D) 1x Unauthorized Personnel Keep Out E) 4x Fire Exit F) 7x Fire Extinguisher G) 1x No Foods, Drinks, Cellphones Allowed Inside The Simulator H) 7x Push Or Pull I) 1x Entrance Iii. Acrylic Signage For Full Mission Engine Room Simulator 1. 1x Engine Simulator 2. 1x Instructor Station 3. 1x Scenario Development Station 4. 1x Unauthorized Personnel Keep Out 5. 4x Fire Exit 6. 2x Fire Extinguisher 7. 1x No Foods, Drinks, Cellphone Allowed Inside The Simulator 8. 2x Ongoing Assessment 9. 1x Switch Board Panel 10. 1x Engine Room View 11. 1x Local Operating System 12. 1x Engine Control Room Console Iv. Acrylic Signage For Mini Engine Simulator 1. 10x Mini Engine Simulator (station 1 To 10) 2. 1x Instructor Station 3. 1x Scenario Development Station 4. 1x Unauthorized Personnel Keep Out 5. 4x Fire Exit 6. 2x Fire Extinguisher 7. 10x No Foods, Drinks, Cellphone Allowed Inside The Simulator 8. 2x Ongoing Assessment 9. 1x Entrance V. Acrylic Signage 1. 2x Briefing/ Debriefing 2. 2x Instructor Computer G. Civil Works I. Other General Requirements 1 Ea. Project Billboard/signboard 1 L.s Occupational Safety And Health Program 1 L.s Mobilization/demobilization Ii. Civil, Mechanical, Electrical, & Sanitary/plumbing Works Part A. Earthworks 1 L.s Removal Of Structures And Obstruction Part C. Finishings And Other Civil Works 36.89 M² Ceiling, Metal Frame Pvc 36.89 M² Wall, Metal Frame, Fiber Cement Board 6mm 16.2 M² Wall (pvc) 50.58 M² Tempered Glass Door,12mm, Reflective 28.26 M² Tempered Glass Wall/barriers,etc.(10mm) 23.04 M² Aluminum Glass Window 8.1 M² Doors, Solid Panel 1 L.s Granite Tiles 406.28 M² Acoustal Ceiling Panel 912.86 M² Painting Works, Masonry/concrete 4.05 M² Painting Works, Wood 249.38 M² 100mm Chb Nonload Bearing (including Reinforcing Steel) 167.66 M² Plain Cement Plaster Finish 80 M² Floor Tiles, Rubber, On Finish Floor 54.94 M² Floor Tiles, Rubber, On Raised Floor System 206.14 M² Floor Tiles, Spc Flanks, Click On Part D. Electrical 1 L.s Panelboard With Main And Branch Breakers 1 L.s Wires And Wiring Devices 1 L.s Lighting Fixtures And Lamps 1 L.s Conduit, Boxes, And Fittings 1 L.s Pole Mounted Power Transformer (oisc) 1 L.s Network Cabling 1 L.s. Door Access And Card Reader Sytem Part E. Mechanical 1 L.s. Airconditioning, Package/split Type H. Other Furnitures And Equipments Vip/student Lounge And Simulator Furnitures 2 Set Vip Sofa, Wood, (1pc 3 Seat, 2pc 1seat, 1 Center Table, 2 Side Table) 6 Set Student Table With 4 Chair 1 Unit Coffee Percolator, 15 Liter 1 Unit Water Dispenser, Bottom Load 4 Pcs Barstool 11 Pcs Korean Blinds - 3mw X 2.7mh 11 Pcs Korean Blinds - 2mw X 2.7mh 6 Set Black Curtains With Curtain Rod - Asstd Size (verify On Site) 1 Pc Conference Table, Deck - 4.88m X 1.22m 1 Pc Conference Table, Engine - 6.10m X 1.22m 48 Pcs Conference Chair 2 Set Instructor Table And Chair I. Terms And Conditions 1. A 3-year Warranty Requirement For Computer Hardware And Console Peripherals. The Replacement Of Defective Computer Hardware And Consoles By The Supplier Shall Be Free Of Charge. Mobilization, Lodging, Labor, Spare Parts, And Other Material Expenses On Site Shall Be Covered Within The Warranty Period. 2. The Full Mission Bridge And Engine Simulator Area Shall Have An Industrial Grade, Heavy Duty Rubber Mat Flooring With Anti-skid/anti Slip Shock Resistant Coin/ Round Stud Design. 3. The Software Comes With A 3-year Warranty Inclusive Of New Simulator Software Updates Along With Compatible Computer Hardware. 4. The Prospective Bidder Shall Prepare A 3d Drawing Perspective For The Class A Full Mission Bridge Station With 270° Visual, 7 Class B 120° Visual Mini Bridge Station, Class A Full Mission Engine, 10 Class C Mini-engine Stations, Server Station, Instructor Station, 2 Briefing And Debriefing Station, Based On The Overview Layout Floor Plan Of The Simulator Site Building. The Drawings Shall Be Submitted As Part Of The Bidding Document. 5. The Project Shall Be Implemented Within 150 Cd. Liquidating Damages Will Be Applicable For Any Delays. 6. A Comprehensive Guide Shall Be Provided, Offering Detailed Instructions On System Operation And Maintenance Activities, Facilitating Ease Of Use And System Upkeep. 7. Onsite Training Sessions Shall Be Conducted By Certified Instructors And Technical Experts, Facilitating Smooth Knowledge Transfer And Ensuring Proficient System Operation Before The Acceptance Of Completed Project. Certificates Shall Be Provided Upon Completion Of The Training Sessions. 8. Structured Cabling Standards To Establish A Reliable And Efficient Network Infrastructure. 9. The Simulator Manufacturer Should Be An Iso 9001:2015 And Iso 14001:2015 Certified Business. 10. The Simulator Should Be Certified By An Internationally Recognized Classification Society And May Also Be Certified By National Authorities. 11. The Software Must Be Perpetual License. 12. The Supplier Shall Conduct An Annual Face-to-face Maintenance Session With Quarterly Health Checks In Between (remote/ Face-to-face) To Ensure The System's Optimal Functionality And Performance. 13. The Supplier Must Resolve Any Software Or Hardware Issues Within 2 To 5 Business Days Of Their Occurrence To Minimize Downtime And Disruptions. 14. All Hardware Installations Must Adhere To Software Specifications To Guarantee Seamless Integration And Operation. 15. The Computer Hardware Supplied Must Be Sourced From Proven Technology Hardware Companies, Quality And Performance Standards To Ensure Optimal Functionality And Compatibility With The Software. 16. Bidders Are Required To Offer Continuous Retraining Sessions Free Of Charge During The Warranty Period To Ensure Users' Proficiency With The System. 17. Bidders Should Provide Manufacturer Authorization Or Exclusivity Certificate To Ensure The Authenticity And Legality Of The Supplied Products. 18. The Bidder Is Responsible For Performing A Thorough Site Inspection, And A Site Inspection Certificate Issued By The Agency Shall Be Submitted As Part Of The Eligibility Requirements. 19. The Bridge Simulator Shall Be Integrated With The Engine Simulator Ensuring Compatibility And Functionality. 20. All Simulator Stations Can Connect And Enable Them To Interact With Each Other In A Coordinated Scenario. 21. The Simulator Scenario Development Station Shall Be Capable, The Same As An Instructor Station Capable Of Deploying Scenarios To Other Stations. 22. All Other Simulator Specifications And Capabilities Not Indicated Herein, The Simulator Shall Comply With The Simulator Performance Standards As Required In Maritime Industry Authority (marina) Evaluation Instrument For Full Mission Bridge And Engine Simulator. 23. The Bidders Should Provide A Breakdown Of The Unit Prices Of The Major Components In The Original Of Duly Signed And Accomplished Price Schedule(s) Under Financial Component Envelope Upon Bid Submission. Furthermore, They Should Provide A More Detailed Breakdown As A Condition For Issuance Of Notice To Proceed. 24. The Winning Bidder Shall Submit The Following Documents Before The Approval Of The Certificate Of Acceptance: · Warranty Certificate For The Bridge Simulator · Warranty Certificate For The Engine Room Simulator · Certificate Of Ownership To Philippine Merchant Marine Academy For The Installed Bridge Simulator Reflecting The License Key · Certificate Of Ownership To Philippine Merchant Marine Academy For The Installed Engine Room Simulator Reflecting The License Key · Soft Copy Of The User’s Manual, Instructor’s Manual, Technical Installation And Maintenance Manual For Newly Installed Bridge And Engine Simulators · Hard Copy Of The User’s Manual (5 Copies), Instructor’s Manual (5 Copies), Technical And Maintenance Manual (5 Copies) Each For Newly Installed Bridge And Engine Simulators 25. The Winning Bidder Shall Conduct Operational Training On The Use Of The Simulators For Instructors And End Users Before The Approval Of The Certificate Of Acceptance. A Training Certificate Shall Be Issued After The Training. 26. The Winning Bidder Shall Conduct Training On Equipment Troubleshooting And Maintenance For Technical Support Personnel Before The Approval Of The Certificate Of Acceptance. A Certificate Shall Be Issued After The Training. "27. Key Personnel For Civil Works Contractor Key Personnel. The Bidder Shall Employ The Minimum Key Personnel As Proposed During The Submission Of The Bid, As Exhibited Under Its Submitted Technical Documents. The Construction Team Shall Have A Project Manager, Safety Officer, Electricians, Masons, Carpenters And Laborers. At The Minimum, The Project Team Shall Compose Of The Following Key Personnel: • One (1) Project Manager/engineer 5yrs Relevant Experience • One (1) Safety Officer 3yrs Relevant Experience • One (1) Construction Foreman 5yrs Relevant Experience For Personnel That Are Not Regular Or Non-organic Employees Of The Bidder’s Company And To Be Nominated For Position In The Project Team, A Duly Notarized Undertaking Or Agreement Shall Be Submitted Together With The Resume Of The Personnel Stating That The Services Of The Nominated Personnel Shall Be Engaged By The Bidder And The Nominated Personnel Accepts The Said Engagement For The Duration And Until Completion Of The Project." *****nothing Follows***
Closing Date10 Jun 2025
Tender AmountPHP 79.9 Million (USD 1.4 Million)
5111-5120 of 5126 archived Tenders