Covid Tenders

City Of Bais Tender

Civil And Construction...+2Building Construction, Furnitures and Fixtures
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Use In Repair And Maintenance Of Office Building (b1), City General Services Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 203-25 Php 192,250.00 1 10 Shts. 3/4" X 4' X 8', Marine Plywood 2 10 Shts. 1/4" X 4' X 8', Marine Plywood 3 20 Pcs. 2" X 4" X 10' Good Lumber 4 20 Pcs. 2" X 3" X 10' Good Lumber 5 30 Pcs. 2" X 2" X 10' Good Lumber 6 30 Pcs. 1" X 2" X 10' Good Lumber 7 20 Pair Hinges, Butt, Loose Pin, 4 X 4" 8 20 Pair Hinges, Butt, 3" X 3" 9 20 Pair Hinges, Butt, 1" X 2" 10 10 Set Door Knob, Keyed-entry (heavy Duty) 11 3 Set Door Closer, Self-closed,hydraulic Type-heavy Duty 12 20 Set Drawer Lock, Keyed-entry 13 20 Pcs. Drawer Handle, Keyed-entry 14 25 Kls Common Wire Nails, 4" 15 25 Kls Common Wire Nails, 3" 16 25 Kls Common Wire Nails, 2-1/2" 17 25 Kls Common Wire Nails, 1-1/2" 18 25 Kls Common Wire Nails, 1" 19 20 Kls Finishing Nails, 1" 20 25 Kls Umbrella Nails, 2 1/2" 21 40 Shts. 3' X 8', Corrugated G.i. Sheets (ga 26) 22 20 Shts. 4' X 8', Plain G.i. Sheets (ga 26) 23 600 Pcs. Teckscrew W/ Neoprene Washer, 2-1/2" 24 1000 Pcs. Blind Rivets 3/16"ø X 3/8" 25 4 Pcs. Bit, Drill (steel) 3/16"ø 26 10 Pcs. Disc, Cutting 4" Ø (masonry) 27 10 Pcs. Disc, Cutting 4" Ø (steel) 28 2 Box Hardiflex Screw 1/2" 29 10 Bags Skim Coat 30 4 Can Wood Glue (500 Gms/can) 31 10 Ltrs. Roofing Sealant The Approved Budget For The Contract Is To Be Taken From Repair & Maintenance – Infrastructure Assets (b) Public Buildings – (b1) Office Building (5-02-13-030). Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On April 8, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 2:00 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
Closing Date8 Apr 2025
Tender AmountPHP 192.2 K (USD 3.3 K)

Caraga Regional Hospital Tender

Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2025-04-15 (24) Supply And Delivery Of Various Vaccines Approved Budget For The Contract: Php 1,080,406.12 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy 2025 Raf / Gaa Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of One Million Eighty Thousand Four Hundred Six Pesos & 12/100 Only ( ₱ 1,080,406.12 ) As To Payment Under The Contract For Supply And Delivery Of Various Vaccines. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding To Wit: Line Item No. Description Qty Unit Of Measurement Unit Cost Total Cost 1 Vaccine, Influenza Polyvalent 0.5 Ml, Suspension, Prefilled Syringe 715 Vial ₱ 550.00 ₱ 393,250.00 2 Vaccine, Hepatitis B (recombinant) 10 Mcg/0.5, 5 Ml Vial 429 Vial ₱ 157.72 ₱ 67,661.88 3 Vaccine, Pneumococcal Conjugate Multi-dose Vial 200 Vial ₱ 2,850.00 ₱ 570,000.00 4 Vaccine, Tetanus Toxoid 40 Iu (5lf) / 0.5 Ml Suspension For Injection Ampule 1,072 Vial ₱ 46.17 ₱ 49,494.24 Grand Total ₱ 1,080,406.12 Terms Of Reference Delivery Period: Delivery Receipt/invoice Bearing Product Name, Manufacturer, Lot No., Batch No. And Expiry Date Of The Vaccines. Delivery Schedule: First Delivery: 25%, 15 Calendar Days From Receipt Of The Notice To Proceed Succeeding Delivery: Upon Demand Upon Delivery, The Contractor/supplier Is Responsible For Unloading And Stockpiling At The Hospital Pharmacy. Delivery During Weekends And Holidays Is Prohibited. Validity Of The Contract / Contract Termination Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: A. When The Total Quantity Specified In The Contract Has Been Exhausted; Or B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. Expiration In The Event That Expiration Falls Less Than 24 Months, The Procuring Entity Has The Right Not To Accept The Goods Unless A Guarantee Letter Will Be Provided By The Contractor To Pull Out And Replace The Items That Are Expiries. Additional Provision: • Cold Chain And Storage Management At 2°–8°c In Accordance With Agency Protocols. • At Least 24 Months Shelf-life For Hep B Vaccine, Pneumococcal Vaccine, And Tetanus Toxiod Vaccine. • 12 Months Shelf-life For Flu Vaccine. • The Vaccine Distributor And Manufacturer Must Possess Valid Food And Drug Administration (fda)-issued Licenses To Operate (ltos). • The Vaccine Brand Must Possess A Certificate Of Product Registration (cpr) Issued By The Fda. • Sampling: The Supplier Shall Shoulder The Expenses To Be Incurred To The Fda (fees On Analysis) • Delivery During Weekends And Holidays Are Prohibited • If There Is Still No Delivery Beyond The Delivery Term, The Contractor Is Responsible For Paying For Any Drugs And Medicines That The Procuring Entity Has Purchased. Repeat Order: 1. No Repeat Order For An Item In Contract Being Awarded Shall Be Allowed Until After The Procuring Entity Has Exhausted The Estimated Quantity For The Same Item Specified Therein Or After The Contract Has Expired, Whichever Comes First, And Subject To The Conditions Provided In Section 33 Of Ra 12009 And Its Irr. For This Purpose, The Repeat Order Shall Be Availed Of Only Within Six (6) Months From The Date Of The Last Of Final Delivery Order Contract For A Specific Item Where The Estimated Quantity Has Been Exhausted, Or The Expiration Of The Contract. 2. In Case Repeat Order Is Allowed And Resorted To, The Twenty-five (25%) Maximum Allowable Quantity Shall Be Based On The Total Quantity Of Awarded Item. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 12009 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specification And Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent (25% ) Of The Abc To Be Bid. Slcc Must Be Within 5 Years From The Submission Of Bids. (based On The Completion Date). The Single Largest Completed Contract (slcc) Shall Be The Same Or Similar In Nature, As Determined And Defined By The Bids And Awards Committee ( Bac ). For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 12009, Otherwise Known As The “new Government Procurement Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 19, 2025 To April 15, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference April 01, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/86998246693?pwd=qcsepj7c8y4mjpraxhktgyizcf4ojn.1 Meeting Id: 869 9824 6693 Passcode: 202693 Deadline Of Submission Of Bids April 15, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids April 15, 2025 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/89602056723?pwd=r4b3m6hdaibmvbottvtdaamag6daru.1 Meeting Id: 896 0205 6723 Passcode: 865490 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1akowbn5oxtjg9w3htfnypf0rgcrp6cmz?usp=drive_link Bidding Documents Php 5,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Philippine Bidding Documents Can Be Accessed In The Philgeps And All Form And Part Of This Invitation To Bid, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents E. Other Documents Essential Documents Required By This Procuring Entity And Ra 12009 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before April 15, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On April 15, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 12009 And Other Applicable Laws, Rules And Policy. 9. The Crh 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 Ra 12009 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore, Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link: Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 (086) 826-9058 Mobile Nos: Globe: 0953-9212-832 / Smart: 0985-0508-783 E-mail Address: Crhprocurement.bac@gmail.com Fb Page: Caraga Regional Hospital – Bids And Awards Committee Approved By: (sgd) Fermarie C. Dulpina, Rmt, Mpa, Jd Chief Health Program Officer Chairman, Bids And Awards Committee
Closing Date23 Apr 2025
Tender AmountPHP 1 Million (USD 19 K)

City Of Bais Tender

Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Response And Recovery Activities, Cdrrmo, Viz: Item Approved Budget For The Contract (abc) Pr No. 322-25 Php 9,700,000.00 1 1 Unit 6x4 Water Truck 30kl Euro V Description: Engine: Diesel Engine Displacement: Minimum 10.338 L Engine Rated Power: Minimum 350hp Max. Torque: 1600 N.m Emission Standard: Euro V Transmission: Minimum 10 Speed Clutch: Φ430 Steering: Power Steering Wheelbase: 5850 + 1350mm Tires: 12.00r20 - 18pr Fuel Tank: 350l Loading Capacity: 40 Tons Body Capacity: 30kl Cab: Keel Frame Cab Chassis: Double Layer Chassis Sprinkler: Front And Rear Sprinkler Water Canon: 360 Degree Movable High Pressure Water Canon Adjustable Scr System (selective Catalytic Reduction), Before And After Temperature Sensor Painting: - 8 Layers Painting With Process - Lead - Free Electrophoretic Paint Warranty Coverage: 100,000kms Or 2 Years Whichever Comes First Inclusions: - 1 Pc Spare Tire, 1 Pc Tire Wrench, 1 Set Early Warning Device, Genuine Seat Cover, Hydraulic Jack And Tools - Free 3 Years Lto Registration, 3 Years Tpl Insurance And 2 Year Comprehensive Gsis Insurance. - Registered Owner Of Or/cr Will The Procurement Body Or Entity. - Red Plate Should Be Provided By The Supplier Terms And Conditions: 1. The Winning Bidder Must Provide The Following: A. Manufacturer Of Equipment Must Be Iso Certified. B. Conduct Seminar And Training For Operators And Mechanics On Preventive Maintenance Services Safety Rules And Standard Operating Procedures. C. Must Provide Pms For 1 Year Free Of Charge Of The Units. D. Must Provide Operation & Maintenance Manual, Parts Books, Basic Tools For The Equipment & Early Warning Device (ewd). E. Must Provide Preventive Maintenance Parts (air Cleaner, Oil Filter, Water Separator, Etc.) For 1 Year. F. Must Put On Signages And Logo Printed/pasted (permanent) Of The Procurement Body Or Entity And "for Official Use Only" Label As Prescribed By This Office. G. Must Have Based Technicians And Service Center Within The Province Of Negros Oriental For After Sales Maintenance. H. Must Have Business Permit Within Negros Oriental. I. Should Be Exclusive Distributor Of Trucks Business. J. Supplier Must Have At Least 8 Mechanic With Tesda National Certificate Level 2 K. Must Have At Least 10 Years In Business Engage In Selling Of Trucks/motor Vehicles. Delivery Time Should Be 30 Days To A Maximum Of 45 Days. Note: Estimated Cost As Indicated Above Are Inclusive Of Freight And Handling Expenses. - Place Of Delivery : Bais City Hall The Approved Budget For The Contract Is To Be Taken From Trust Fund 2022 (purchase Of Water Tanker 2-04-01-020-2022). Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On April 29, 2025, 2:00 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On May 20, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 2:00 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
Closing Date20 May 2025
Tender AmountPHP 9.7 Million (USD 174 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Laguna 1st District Engineering Office Sta. Cruz, Laguna, Region Iv-a Invitation To Bid For Contract Id Nos. 25dh0051 To 25dh0058 1. The Department Of Public Works And Highways – Laguna 1st District Engineering Office, Sta. Cruz, Laguna, Through The Fy 2025 R.a. 12116 Regular Infrastructure Program Intends To Apply The Sum Of Three Hundred Fifty Five Million Nine Hundred Ninety One Thousand One Hundred Sixty Five Pesos Only (p355,991,165.00), Being The Approved Budget For The Contract (abc) To Payments Under The Contract Id Nos. 25dh0051 To 25dh0058. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways – Laguna 1st District Engineering Office, Sta. Cruz, Laguna Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1.name Of Contract : Preventive Maintenance-primary Roads Calamba-sta. Cruz-famy Jct Rd K0083+028-k0084+794 Contract Id No. : 25dh0051 Locations : Santa Cruz, Laguna Scope Of Works : Asphalt Overlay Of Paved Road. Approved Budget For The Contract : P 96,500,000.00 Contract Duration : 106 C.d. 2.name Of Contract : Preventive Maintenance-secondary Roads Pagsanjan-lucban Rd K0096+230-k0098+193 Contract Id No. : 25dh0052 Locations : Cavinti, Laguna Scope Of Works : Asphalt Overlay Of Paved Road. Approved Budget For The Contract : P 96,500,000.00 Contract Duration : 106 C.d. 3.name Of Contract : Preventive Maintenance-secondary Roads Calamba-sta. Cruz-famy Jct Rd K0104+516-k0105+122 Contract Id No. : 25dh0053 Locations : Pakil, Laguna Scope Of Works : Asphalt Overlay Of Paved Road. Approved Budget For The Contract : P 40,055,540.00 Contract Duration : 73 C.d. 4.name Of Contract : Preventive Maintenance-tertiary Roads Marikina-infanta Rd K0082+000 To K0084+000 Contract Id No. : 25dh0054 Locations : Santa Maria, Laguna Scope Of Works : Asphalt Overlay Of Paved Road. Approved Budget For The Contract : P 68,635,625.00 Contract Duration : 92 C.d. 5.name Of Contract : Construction (completion) Of Batuhan Bridge, Barangay Batuhan, Famy, Laguna Contract Id No. : 25dh0055 Locations : Famy, Laguna Scope Of Works : Completion Of Bridge. Approved Budget For The Contract : P 14,700,000.00 Contract Duration : 180 C.d. 6.name Of Contract : Construction Of Multi-purpose Building, Laguna State Polytechnic University, Santa Cruz Campus, Barangay Bubukal, Santa Cruz, Laguna Contract Id No. : 25dh0056 Locations : Santa Cruz, Laguna Scope Of Works : Construction Of Multi-purpose Building. Approved Budget For The Contract : P 19,800,000.00 Contract Duration : 270 C.d. 7.name Of Contract : Construction Of Multi-purpose Building (municipal Complex) Famy, Laguna (phase 2) Contract Id No. : 25dh0057 Locations : Famy, Laguna Scope Of Works : Construction Of Multi-purpose Building. Approved Budget For The Contract : P 9,900,000.00 Contract Duration : 210 C.d. 8.name Of Contract : Construction Of Multi-purpose Building (evacuation Center), Municipal Compound, Brgy. San Jose, Pangil, Laguna Contract Id No. : 25dh0058 Locations : Pangil, Laguna Scope Of Works : Construction Of Multi-purpose Building. Approved Budget For The Contract : P 9,900,000.00 Contract Duration : 240 C.d. 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Medium A For Roads (item 1 To 4),small B For Bridges (item 5) And Buildings (item 6 To 8). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "government Procurement Reform Act”. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways–laguna 1st District Engineering Office And Inspect The Bidding Documents At Brgy. Calios, Sta. Cruz, Laguna During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From March 07, 2025 To March 26,2025 From The Address Below Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount As Follows: 25dh0051 - 50,000.00 25dh0052 - 50,000.00 25dh0053 - 25,000.00 25dh0054 - 50,000.00 25dh0055 - 25,000.00 25dh0056 - 25,000.00 25dh0057 - 10,000.00 25dh0058 - 10,000.00 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways – Laguna 1st District Engineering Office Will Hold A Pre-bid Conference On March 14, 2025, 10:00 A.m. At The Conference Room, Dpwh-laguna 1st District Engineering Office, Brgy. Calios, Sta. Cruz, Laguna, Which Shall Be Open To Prospective Bidders. 9. Bid Submission May Be Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_laguna1@dpwh.gov.ph For Electronic Submission On Or Before March 26, 2025 Until 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On March 26, 2025 Immediately After The Deadline For The Submission And Receipt Of Bid Proposals At 9:00 A.m. At The Conference Room, Dpwh-laguna 1st District Engineering Office, Brgy. Calios, Sta. Cruz, Laguna. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Duly Authorized Who Choose To Attend At The Address Below And Only One (1) Representative Per Bidder Shall Be Allowed In The Opening Of Bid. Late Bids Shall Not Be Accepted. 12. The Department Of Public Works And Highways – Laguna 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To Section 34.3(b)(ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid”. Upon Post-qualification The Lowest Complying Bidder Will Be Required To Present The Originals Of Their Contractor’s Registration Certificate To The Bac Secretariat, Dpwh-laguna 1st District Engineering Office, Sta. Cruz, Laguna Together With The Following Documents For Authentication: A. Pcab License; B. Certificate Of Material’s Engineer Accreditation; C. Certificate Of Safety Officer Seminar From Department Of Labor And Employment (dole); D. Philippine Government Electronic Procurement System (philgeps) Certificate Of Registration And Order Form (documents Request List); E. Cpes Rating Relevant To The Project; F. Tax Clearance And G. Certificate And/or Proof Of Accreditation Of Contractors’ Project Engineer, As Per Department Order No. 118 Series Of 2024 Guidelines On The Accreditation And Assignment Of Contractors’ And Consultants’ Project Engineer Which Was Imposed Upon Approval Where Only Accredited Project Engineers Of The Contractors And Consultants May Be Assigned To Supervise Dpwh Projects. 14. Visitors Must Present Copies Of The Following To Security Guard On Duty; A.) One (1) Company Id And One (1) Valid Government Issued Id, And B.) Authorization Letter (if Not An Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) To Security Guard On Duty. 15. Pursuant To The Updated Health Protocols Following The Lifting Of The Covid-19 Public Health Emergency, Wearing Of Face Mask Is Still Encouraged For The Following: A. Elderly, B. Individuals With Comorbidities; C. Immunocompromised Individuals; D. Pregnant Women; E. Unvaccinated Individuals; And F. Symptomatic Individuals. 16. For Further Information, Please Refer To: Editha L. Laron Bac Secretariat Head, Procurement Unit Dpwh Laguna 1st District Engineering Office Brgy. Callios, Sta. Cruz, Laguna (049) 546-7094/ (049) 501-2081 Laron.editha@dpwh.gov.ph Dpwh.laguna1@gmail.com Danilo D. Apuada Jr. Bac Chairperson Dpwh Laguna 1st District Engineering Office Brgy. Callios, Sta. Cruz, Laguna (049) 546-7094/ (049) 501-2081 Date Of Posting At Philgeps: March 7, 2025
Closing Date26 Mar 2025
Tender AmountPHP 9.9 Million (USD 173.1 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Laguna 1st District Engineering Office Sta. Cruz, Laguna, Region Iv-a Invitation To Bid For Contract Id Nos. 25dh0051 To 25dh0058 1. The Department Of Public Works And Highways – Laguna 1st District Engineering Office, Sta. Cruz, Laguna, Through The Fy 2025 R.a. 12116 Regular Infrastructure Program Intends To Apply The Sum Of Three Hundred Fifty Five Million Nine Hundred Ninety One Thousand One Hundred Sixty Five Pesos Only (p355,991,165.00), Being The Approved Budget For The Contract (abc) To Payments Under The Contract Id Nos. 25dh0051 To 25dh0058. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways – Laguna 1st District Engineering Office, Sta. Cruz, Laguna Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1.name Of Contract : Preventive Maintenance-primary Roads Calamba-sta. Cruz-famy Jct Rd K0083+028-k0084+794 Contract Id No. : 25dh0051 Locations : Santa Cruz, Laguna Scope Of Works : Asphalt Overlay Of Paved Road. Approved Budget For The Contract : P 96,500,000.00 Contract Duration : 106 C.d. 2.name Of Contract : Preventive Maintenance-secondary Roads Pagsanjan-lucban Rd K0096+230-k0098+193 Contract Id No. : 25dh0052 Locations : Cavinti, Laguna Scope Of Works : Asphalt Overlay Of Paved Road. Approved Budget For The Contract : P 96,500,000.00 Contract Duration : 106 C.d. 3.name Of Contract : Preventive Maintenance-secondary Roads Calamba-sta. Cruz-famy Jct Rd K0104+516-k0105+122 Contract Id No. : 25dh0053 Locations : Pakil, Laguna Scope Of Works : Asphalt Overlay Of Paved Road. Approved Budget For The Contract : P 40,055,540.00 Contract Duration : 73 C.d. 4.name Of Contract : Preventive Maintenance-tertiary Roads Marikina-infanta Rd K0082+000 To K0084+000 Contract Id No. : 25dh0054 Locations : Santa Maria, Laguna Scope Of Works : Asphalt Overlay Of Paved Road. Approved Budget For The Contract : P 68,635,625.00 Contract Duration : 92 C.d. 5.name Of Contract : Construction (completion) Of Batuhan Bridge, Barangay Batuhan, Famy, Laguna Contract Id No. : 25dh0055 Locations : Famy, Laguna Scope Of Works : Completion Of Bridge. Approved Budget For The Contract : P 14,700,000.00 Contract Duration : 180 C.d. 6.name Of Contract : Construction Of Multi-purpose Building, Laguna State Polytechnic University, Santa Cruz Campus, Barangay Bubukal, Santa Cruz, Laguna Contract Id No. : 25dh0056 Locations : Santa Cruz, Laguna Scope Of Works : Construction Of Multi-purpose Building. Approved Budget For The Contract : P 19,800,000.00 Contract Duration : 270 C.d. 7.name Of Contract : Construction Of Multi-purpose Building (municipal Complex) Famy, Laguna (phase 2) Contract Id No. : 25dh0057 Locations : Famy, Laguna Scope Of Works : Construction Of Multi-purpose Building. Approved Budget For The Contract : P 9,900,000.00 Contract Duration : 210 C.d. 8.name Of Contract : Construction Of Multi-purpose Building (evacuation Center), Municipal Compound, Brgy. San Jose, Pangil, Laguna Contract Id No. : 25dh0058 Locations : Pangil, Laguna Scope Of Works : Construction Of Multi-purpose Building. Approved Budget For The Contract : P 9,900,000.00 Contract Duration : 240 C.d. 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Medium A For Roads (item 1 To 4),small B For Bridges (item 5) And Buildings (item 6 To 8). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "government Procurement Reform Act”. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways–laguna 1st District Engineering Office And Inspect The Bidding Documents At Brgy. Calios, Sta. Cruz, Laguna During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From March 07, 2025 To March 26,2025 From The Address Below Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount As Follows: 25dh0051 - 50,000.00 25dh0052 - 50,000.00 25dh0053 - 25,000.00 25dh0054 - 50,000.00 25dh0055 - 25,000.00 25dh0056 - 25,000.00 25dh0057 - 10,000.00 25dh0058 - 10,000.00 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways – Laguna 1st District Engineering Office Will Hold A Pre-bid Conference On March 14, 2025, 10:00 A.m. At The Conference Room, Dpwh-laguna 1st District Engineering Office, Brgy. Calios, Sta. Cruz, Laguna, Which Shall Be Open To Prospective Bidders. 9. Bid Submission May Be Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_laguna1@dpwh.gov.ph For Electronic Submission On Or Before March 26, 2025 Until 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On March 26, 2025 Immediately After The Deadline For The Submission And Receipt Of Bid Proposals At 9:00 A.m. At The Conference Room, Dpwh-laguna 1st District Engineering Office, Brgy. Calios, Sta. Cruz, Laguna. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Duly Authorized Who Choose To Attend At The Address Below And Only One (1) Representative Per Bidder Shall Be Allowed In The Opening Of Bid. Late Bids Shall Not Be Accepted. 12. The Department Of Public Works And Highways – Laguna 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To Section 34.3(b)(ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid”. Upon Post-qualification The Lowest Complying Bidder Will Be Required To Present The Originals Of Their Contractor’s Registration Certificate To The Bac Secretariat, Dpwh-laguna 1st District Engineering Office, Sta. Cruz, Laguna Together With The Following Documents For Authentication: A. Pcab License; B. Certificate Of Material’s Engineer Accreditation; C. Certificate Of Safety Officer Seminar From Department Of Labor And Employment (dole); D. Philippine Government Electronic Procurement System (philgeps) Certificate Of Registration And Order Form (documents Request List); E. Cpes Rating Relevant To The Project; F. Tax Clearance And G. Certificate And/or Proof Of Accreditation Of Contractors’ Project Engineer, As Per Department Order No. 118 Series Of 2024 Guidelines On The Accreditation And Assignment Of Contractors’ And Consultants’ Project Engineer Which Was Imposed Upon Approval Where Only Accredited Project Engineers Of The Contractors And Consultants May Be Assigned To Supervise Dpwh Projects. 14. Visitors Must Present Copies Of The Following To Security Guard On Duty; A.) One (1) Company Id And One (1) Valid Government Issued Id, And B.) Authorization Letter (if Not An Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) To Security Guard On Duty. 15. Pursuant To The Updated Health Protocols Following The Lifting Of The Covid-19 Public Health Emergency, Wearing Of Face Mask Is Still Encouraged For The Following: A. Elderly, B. Individuals With Comorbidities; C. Immunocompromised Individuals; D. Pregnant Women; E. Unvaccinated Individuals; And F. Symptomatic Individuals. 16. For Further Information, Please Refer To: Editha L. Laron Bac Secretariat Head, Procurement Unit Dpwh Laguna 1st District Engineering Office Brgy. Callios, Sta. Cruz, Laguna (049) 546-7094/ (049) 501-2081 Laron.editha@dpwh.gov.ph Dpwh.laguna1@gmail.com Danilo D. Apuada Jr. Bac Chairperson Dpwh Laguna 1st District Engineering Office Brgy. Callios, Sta. Cruz, Laguna (049) 546-7094/ (049) 501-2081 Date Of Posting At Philgeps: March 7, 2025
Closing Date26 Mar 2025
Tender AmountPHP 14.7 Million (USD 257 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Laguna 1st District Engineering Office Sta. Cruz, Laguna, Region Iv-a Invitation To Bid For Contract Id Nos. 25dh0051 To 25dh0058 1. The Department Of Public Works And Highways – Laguna 1st District Engineering Office, Sta. Cruz, Laguna, Through The Fy 2025 R.a. 12116 Regular Infrastructure Program Intends To Apply The Sum Of Three Hundred Fifty Five Million Nine Hundred Ninety One Thousand One Hundred Sixty Five Pesos Only (p355,991,165.00), Being The Approved Budget For The Contract (abc) To Payments Under The Contract Id Nos. 25dh0051 To 25dh0058. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways – Laguna 1st District Engineering Office, Sta. Cruz, Laguna Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1.name Of Contract : Preventive Maintenance-primary Roads Calamba-sta. Cruz-famy Jct Rd K0083+028-k0084+794 Contract Id No. : 25dh0051 Locations : Santa Cruz, Laguna Scope Of Works : Asphalt Overlay Of Paved Road. Approved Budget For The Contract : P 96,500,000.00 Contract Duration : 106 C.d. 2.name Of Contract : Preventive Maintenance-secondary Roads Pagsanjan-lucban Rd K0096+230-k0098+193 Contract Id No. : 25dh0052 Locations : Cavinti, Laguna Scope Of Works : Asphalt Overlay Of Paved Road. Approved Budget For The Contract : P 96,500,000.00 Contract Duration : 106 C.d. 3.name Of Contract : Preventive Maintenance-secondary Roads Calamba-sta. Cruz-famy Jct Rd K0104+516-k0105+122 Contract Id No. : 25dh0053 Locations : Pakil, Laguna Scope Of Works : Asphalt Overlay Of Paved Road. Approved Budget For The Contract : P 40,055,540.00 Contract Duration : 73 C.d. 4.name Of Contract : Preventive Maintenance-tertiary Roads Marikina-infanta Rd K0082+000 To K0084+000 Contract Id No. : 25dh0054 Locations : Santa Maria, Laguna Scope Of Works : Asphalt Overlay Of Paved Road. Approved Budget For The Contract : P 68,635,625.00 Contract Duration : 92 C.d. 5.name Of Contract : Construction (completion) Of Batuhan Bridge, Barangay Batuhan, Famy, Laguna Contract Id No. : 25dh0055 Locations : Famy, Laguna Scope Of Works : Completion Of Bridge. Approved Budget For The Contract : P 14,700,000.00 Contract Duration : 180 C.d. 6.name Of Contract : Construction Of Multi-purpose Building, Laguna State Polytechnic University, Santa Cruz Campus, Barangay Bubukal, Santa Cruz, Laguna Contract Id No. : 25dh0056 Locations : Santa Cruz, Laguna Scope Of Works : Construction Of Multi-purpose Building. Approved Budget For The Contract : P 19,800,000.00 Contract Duration : 270 C.d. 7.name Of Contract : Construction Of Multi-purpose Building (municipal Complex) Famy, Laguna (phase 2) Contract Id No. : 25dh0057 Locations : Famy, Laguna Scope Of Works : Construction Of Multi-purpose Building. Approved Budget For The Contract : P 9,900,000.00 Contract Duration : 210 C.d. 8.name Of Contract : Construction Of Multi-purpose Building (evacuation Center), Municipal Compound, Brgy. San Jose, Pangil, Laguna Contract Id No. : 25dh0058 Locations : Pangil, Laguna Scope Of Works : Construction Of Multi-purpose Building. Approved Budget For The Contract : P 9,900,000.00 Contract Duration : 240 C.d. 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Medium A For Roads (item 1 To 4),small B For Bridges (item 5) And Buildings (item 6 To 8). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "government Procurement Reform Act”. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways–laguna 1st District Engineering Office And Inspect The Bidding Documents At Brgy. Calios, Sta. Cruz, Laguna During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From March 07, 2025 To March 26,2025 From The Address Below Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount As Follows: 25dh0051 - 50,000.00 25dh0052 - 50,000.00 25dh0053 - 25,000.00 25dh0054 - 50,000.00 25dh0055 - 25,000.00 25dh0056 - 25,000.00 25dh0057 - 10,000.00 25dh0058 - 10,000.00 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways – Laguna 1st District Engineering Office Will Hold A Pre-bid Conference On March 14, 2025, 10:00 A.m. At The Conference Room, Dpwh-laguna 1st District Engineering Office, Brgy. Calios, Sta. Cruz, Laguna, Which Shall Be Open To Prospective Bidders. 9. Bid Submission May Be Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_laguna1@dpwh.gov.ph For Electronic Submission On Or Before March 26, 2025 Until 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On March 26, 2025 Immediately After The Deadline For The Submission And Receipt Of Bid Proposals At 9:00 A.m. At The Conference Room, Dpwh-laguna 1st District Engineering Office, Brgy. Calios, Sta. Cruz, Laguna. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Duly Authorized Who Choose To Attend At The Address Below And Only One (1) Representative Per Bidder Shall Be Allowed In The Opening Of Bid. Late Bids Shall Not Be Accepted. 12. The Department Of Public Works And Highways – Laguna 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To Section 34.3(b)(ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid”. Upon Post-qualification The Lowest Complying Bidder Will Be Required To Present The Originals Of Their Contractor’s Registration Certificate To The Bac Secretariat, Dpwh-laguna 1st District Engineering Office, Sta. Cruz, Laguna Together With The Following Documents For Authentication: A. Pcab License; B. Certificate Of Material’s Engineer Accreditation; C. Certificate Of Safety Officer Seminar From Department Of Labor And Employment (dole); D. Philippine Government Electronic Procurement System (philgeps) Certificate Of Registration And Order Form (documents Request List); E. Cpes Rating Relevant To The Project; F. Tax Clearance And G. Certificate And/or Proof Of Accreditation Of Contractors’ Project Engineer, As Per Department Order No. 118 Series Of 2024 Guidelines On The Accreditation And Assignment Of Contractors’ And Consultants’ Project Engineer Which Was Imposed Upon Approval Where Only Accredited Project Engineers Of The Contractors And Consultants May Be Assigned To Supervise Dpwh Projects. 14. Visitors Must Present Copies Of The Following To Security Guard On Duty; A.) One (1) Company Id And One (1) Valid Government Issued Id, And B.) Authorization Letter (if Not An Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) To Security Guard On Duty. 15. Pursuant To The Updated Health Protocols Following The Lifting Of The Covid-19 Public Health Emergency, Wearing Of Face Mask Is Still Encouraged For The Following: A. Elderly, B. Individuals With Comorbidities; C. Immunocompromised Individuals; D. Pregnant Women; E. Unvaccinated Individuals; And F. Symptomatic Individuals. 16. For Further Information, Please Refer To: Editha L. Laron Bac Secretariat Head, Procurement Unit Dpwh Laguna 1st District Engineering Office Brgy. Callios, Sta. Cruz, Laguna (049) 546-7094/ (049) 501-2081 Laron.editha@dpwh.gov.ph Dpwh.laguna1@gmail.com Danilo D. Apuada Jr. Bac Chairperson Dpwh Laguna 1st District Engineering Office Brgy. Callios, Sta. Cruz, Laguna (049) 546-7094/ (049) 501-2081 Date Of Posting At Philgeps: March 7, 2025
Closing Date26 Mar 2025
Tender AmountPHP 40 Million (USD 700.4 K)

City Of Bais Tender

Civil And Construction...+3Paints and Enamels, Civil Works Others, Construction Material
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid Materials To Be Used For Batass Alliance Project., City Agriculture Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 426-25 Php 152,975.00 1 3 Gals. Adhesive Epoxy A/b 2 3 Kg. Bronze Nails, # 1 3 2 Kg. Bronze Nails, # 1 1/2 4 2 Kg. Bronze Nails, # 2 5 3 Kg. Bronze Nails, # 3 6 1 Kg. Bronze Nails, # 4 7 2 Pcs. Crossjoint 1"x3/4" 8 1 Unit Diesel Engine 25hp Electrci Starter W/ Battery (12 Volts, 11 Plates) 9 2 Gals. Enamel Paint (satin White) 10 2 Gals. Epoxy Paint (marine Blue) 11 1 Gal. Epoxy Paint (safety Red) 12 20 Pcs. Good Lumber, 1" X 2" X 12' (s4s) 13 6 Pcs. Good Lumber, 1" X 3" X 12' (s4s) 14 10 Pcs. Good Lumber, 2 X 2' X 12" (s4s) 15 6 Pcs. Good Lumber, 2" X 3" X 12' (s4s) 16 6 Pcs. Good Lumber, 2" X 4" X 12' (s4s) 17 3 Pcs. Good Lumber, 2" X 8" X 8' (s4s) 18 5 Pcs. Katig 19 4 Pcs. Marine Plywood, 1/2' X 4' X 8" 20 10 Pcs. Marine Plywood, 1/4' X 4' X 8" 21 2 Pcs. Marine Plywood, 3/4' X 4' X 8" 22 3 Kg. Nylon # 150 23 5 Pcs. Paint Brush # 2 24 5 Pcs. Paint Roller # 2 25 1 Pc. Propeller 3/4" Ø X 9" 26 1 Pc. Rudder Assembly, 3/4x4 (big) 27 1 Set Stainless Shafting Set (stainless Shaff & 3/4x6 Brass Pipe) 28 8 Pcs. Stand Bolt Stainless With Knots And Washers 9mm X 2 1/2" 29 6 Pcs. Tarik 30 2 Gals. Thinner The Approved Budget For The Contract Is To Be Taken From 1-01-02-010- Bais City-tanjay City-amlan-san Jose-sibulan- (batass) Coastal And Fisheries Resources Management Alliance - Trust Fund – Cy 2025. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On June 17, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 2:00 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
Closing Date17 Jun 2025
Tender AmountPHP 152.9 K (USD 2.7 K)

City Of Bais Tender

Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Use In The City Government Of Bais In The Delivery Of Basic Services, Like Transportation, Social Services And Other Related Governmental Functions, City Mayor’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 347-25 Php 7,500,000.00 1 1 Unit Brand New Coaster Bus (29-seater) - Overall Dimension: 6990x2080x2635 Mm - Wheelbase: 3935 Mm - Tread Front/rear: 1690/1490 Mm - Min. Turnding Radius: 6.5 M - Curb Weight: 3530-3660 Kg - Gross Vehicle Weight: 5670 Kg - Engine Specifications: - Type: 4-cylinder In-line, 16-valve Ohv, Gear Drive, Diesel - Displacement: 4009 Cc - Max. Output: 135 Ps/2500rpm - Max.torque: 390 Nm/1400 Rpm - Fuel System: Common-rail Type - Transmission: 5-speed Manual - Regulation: Euro 4 - Suspension Front/rear: Double Wishbone/leaf Spring Rigid - Stabilizers: With (front/rear) - Brakes Front/rear: Ventilated Discs/power Assisted Recirculating Ball - Tires/wheels: 215/70r17.5 -headlamps: Multi-reflector Halogen - Front And Rear Bumper: Resin With Paint - Center Door: Folding Auto Type (with Buzzer) -luggage Door: With (rear) - Mudguards: Front And Rear - Rear Wiper: With Intermittent - Rear Window Defogger: With Timer - High Mount Stop Lamp: With - Front Turn Signals: With Seats - Front: Driver And Passenger Seat (hi Back) - Rear: Hi Back Fixed, Last Row (4) Fixed With Subseat - Seat Under Tray: With - Luggage Rack: With (tray Type) - Seat Material: Fabric - Steering Wheel: 2-spoke Urethane - Steering Column: Rigid - Shift Knob: Urethane - Sunvisor: With Driver And Passenger - Room Lamp: With - Step Lamp: With (center Door) - Luggage Lamp: With - Front Floor Carpet & Map: Pvc Mat - Rear Floor Carpet & Mat: Vinyl Mat - Cup Holder: Front Seat - Meter Illumination Control: With - Clock: With (digital) - Audio System: Am/fm/cd 4-speaker - Mic And Amplifier: Standard Mic And Amplifier - Airconditioning System: Manual - Cool Air Intake: Snorkel Type (with Pre-cleaner) - Roof Ventilator: With Seatbelts - Front: D&p: 3pt. Elr - Rer: 2.pt Waving Type - Fire Extinguisher: With - Anti-theft System: High-security Key Cylinder - Anti-lock Braking System: With - Warranty: One (1) Year Or 20,000 Kms Whichever Comes First : Free Labor For Preventive Maintenance Servicing Within Negros Island. - Delivery: 60 Days Upon Receipt Of Purchase Order - Inclusion: 3 Years Lto Registration And Comprehensive Insurance - Decals: Bais City Seal And Refer To Page 2 For The Design As Part Of The Decals. The Approved Budget For The Contract Is To Be Taken From Purchase Of Brand New Coaster Bus (29-seater) (1011-1-07-06-010). Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On May 27, 2025, 2:00 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On June 10, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 2:00 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
Closing Date10 Jun 2025
Tender AmountPHP 7.5 Million (USD 134.8 K)

Caraga Regional Hospital Tender

Food Products
Philippines
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2025-03-18 (12) Supply And Delivery Of Various Formula Milk Under Single-year Framework Agreement Approved Budget For The Contract: Php 5,267,375.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy2025 Raf / Gaa Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Five Million Two Hundred Sixty-seven Thousand Three Hundred Seventy-five Pesos Only ( ₱ 5,267,375.00 ) As To Payment Under The Contract For Supply And Delivery Of Various Formula Milk Under Single-year Framework Agreement. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding As Framework Agreement List. This Is A Partial Bid Or Line Item Bid. Line Item No. Description Qty Unit Of Measurement Unit Cost Total Cost 1 Enteral/oral Nutritional Supplement Formula Milk Powder For Children Ages 10+ Gluten And Lactose Free, 1800g, Vanilla Flavor 30 Box 2,595.00 77,850.00 2 Enteral/oral Nutritional Supplement Formula Milk Powder, For Children Ages 3+ Gluten And Lactose Free, 2400g, Vanilla Flavor 130 Box 3,550.00 461,500.00 3 Enteral Formula Nutritional Supplement Milk Powder For Diabetes Mellitus Patients High Fiber Gluten And Lactose Free Approx. 800-1000g, Vanilla Flavor 1895 Can 2,495.00 4,728,025.00 Grand Total ₱ 5,267,375.00 Terms Of Reference Terms Of Delivery: 7 Calendar Days Upon Receipt Of Call-off Delivery Schedule: End-user’s Demand Through Call-off This Procurement Is Under Framework Agreement -single Year Framework Agreement Product Expiration Date Must Be At Least 6 Months To 1 Year From Date Of Delivery This Procurement Is Lot Bid – Single Lot And Awarded In One Contract. The Bidder Shall Bid On All The Items In One Lot. Terms Of Payment. Payment Shall Be Made Upon Complete Delivery Per Call – Off. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. Post-qualification The Bidder Shall Comply The Post-qualification Requirements Set By The Procuring Entity Especially During Product Demonstration Or Requiring For A Product Sample On A Given Schedule. Failure To Comply Shall Be Ground For Post-disqualification. The Procuring Entity Shall Require The Bidder To Deliver A Product Sample Or Demo To Caraga Regional Hospital Vicinity. Additionally, The Procuring Entity May Have Preferences Regarding How This Hospital Can Find Reliable And Easily Accessible Procedures During The Post-qualification Phase. Consequently, During This Phase, The Bidder Must Always Be Ready To Comply With Any Requirements Or Standards Made By The Procuring Entity. Validity Of The Contract / Contract Termination Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: A. When The Total Quantity Specified In The Contract Has Been Exhausted; Or B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. Repeat Order: 1. No Repeat Order For An Item In Contract Being Awarded Shall Be Allowed Until After The Procuring Entity Has Exhausted The Estimated Quantity For The Same Item Specified Therein Or After The Contract Has Expired, Whichever Comes First, And Subject To The Conditions Provided In Section 51 Of Ra 9184 And Its Irr. For This Purpose, The Repeat Order Shall Be Availed Of Only Within Six (6) Months From The Date Of The Last Of Final Call-off. 2. In Case Repeat Order Is Allowed And Resorted To, The Twenty-five (25%) Maximum Allowable Quantity Shall Be Based On The Total Quantity Of Awarded Item. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specification And Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Section 23.4.1.3.(ra 9184). The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent ( 25% ) Of The Abc. Slcc Must Be Within 5 Years From The Submission Of Bids. (based On The Completion Date). The Single Largest Completed Contract (slcc) Shall Be The Same Or Similar In Nature, As Determined And Defined By The Bids And Awards Committee ( Bac ). For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or 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. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 14, 2025 To March 18, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference March 04, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/87394035971?pwd=7tysv53kv8rf2we5jduzohedxfddde.1 Meeting Id: 873 9403 5971 Passcode: 780099 Deadline Of Submission Of Bids March 18, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids March 18, 2025 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/89596516218?pwd=rqhftadqdvk8pdiujzvzwvbdiwb9pa.1 Meeting Id: 895 9651 6218 Passcode: 579833 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1j-sdxn-vqtg5e-xv0tcxd_-3iqc_httw?usp=drive_link Bidding Documents Php 10,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Phlippine Bidding Documents Can Be Accessed In The Philgeps And All Form And Part Of This Invitation To Bid, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents E. Framework Agreement Guidelines F. Framework Agreement Lists G. Other Documents Essential Documents Required By This Procuring Entity And Ra 9184 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before March 18, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On March 18, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 9. The Crh Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link : Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 (086) 826-9058 Mobile Nos: Globe: 0953-9212-832 / Smart: 0985-0508-783 E-mail Address: Crhprocurement.bac@gmail.com Fb Page: Caraga Regional Hospital – Bids And Awards Committee Approved By: (sgd) Fermarie C. Dulpina, Rmt, Mpa, Jd Chief Health Program Officer Chairman, Bids And Awards Committee
Closing Date18 Mar 2025
Tender AmountPHP 5.2 Million (USD 91.8 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Software and IT Solutions
United States
Details: Notice Of Intent To Sole Source: iaw Far 5.101 This Notice Is To Advise The Public That The Department Of Veterans Affairs, Regional Procurement Office East (rpoe), Network Contracting Office 4, Intends To Award A Sole Source, Firm-fixed-price Contract Pursuant To Far 13.106-1(b)(2) To Varian Medical Systems Inc. Located At 3100 Hansen Way, Palo Alto, Ca, 94304, For A Base Year With Four (4) Option Years, Exercisable At The Government S Discretion. The Pittsburgh Va Medical Center (vamc) Requires Preventative Maintenance, Service, And Software Of Varian Trubeam, Aria, And Eclipse Hardware And Software Systems To Maintain Operability And Safety Of Government Owned Equipment. this Notice Of Intent Is Not A Request For Competitive Proposals Or Quotations. responsible Sources That Believe They Can Meet The Requirements May Give Written Notification By Submitting Capability Information That Clearly Demonstrates The Capability To Perform All Required Work And Applicable Certifications/licenses For The Hardware/software. Capability Information Is Required Prior To The Response Due Date And Time, To Establish The Ability Of The Source To Meet This Requirement. Capability Information Should Not Be A Generic Mission Statement Or Marketing Material. Supporting Evidence Must Be Furnished In Sufficient Detail To Demonstrate The Ability To Perform The Requirements And Must Include Relevant Corporate Experience Along With The Applicable Contract Number, Total Contract Dollar Amount, Contract Period Of Performance, Details Of The Relevant Services And Customer Point Of Contact With Corresponding Telephone Number And Email Address. responses Must Include Following Information: 1. Company Name 2. Sam Number 3. Company S Address 4. Point Of Contact Information (title, Phone Number And Email Address) 5. Business Size. a Determination By The Government Not To Compete This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. information Received Will Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. The Government Will Not Be Responsible For Any Costs Associated With The Preparation Of Responses To This Notification. responses Are Due By 3:00pm Et, Tuesday, April 7, 2025. No Submissions Will Be Accepted After This Date And Time. Responses Shall Be Submitted Via Email To Jefferson.mann@va.gov. Telephone Inquiries Will Not Be Accepted. the Naics Code For This Acquisition Is 811210 And The Size Standard Is $34 Million. statement Of Work (sow) a. General Guidance title: Full-service Maintenance Of The Va Pittsburgh Medical Center Owned Varian Equipment. scope Of Work: The Contractor Shall Provide Full-service Maintenance Of Government Owned Varian Equipment, Telephone Support And Onsite Support, In Accordance With The Requirements Stated Herein. The Facility Is Located At: va Pittsburgh Healthcare System university Drive Campus 4100 Allequippa St pittsburgh, Pa 15240 background: This Contract Is Issued To Ensure The Continuous Reliability Of The Varian Software And Hardware Equipment Identified In This Sow. The Varian Truebeam Is A Radiotherapy System That Delivers Precise Dosage Quickly For Cancer Treatments. Aria Is An Oncology Information System That Supports The Clinical Needs Of Patients And Increases Workflow By Providing Comprehensive Patient Information Management. Eclipse Is A Treatment Planning System Used To Support Various Treatment Modalities And Works Across Different Linear Accelerator Platforms. The Units Require Corrective Repair And Preventative Maintenance By Trained Personnel Using Manufacturer Approved Parts And Specifications. These Units Are Critical For Continuous Patient Care Throughout The Va Pittsburgh Medical Center And The Reliable And Accurate Operation Of The Equipment At All Times Is Considered Critical To The Health Of Patients. performance Period: Base Plus Four One-year Options. type Of Contract: Firm-fixed-price. b. General Requirements this Agreement Includes All Preventative Maintenance And Corrective Maintenance Repairs To The Varian Equipment For Continuous Reliability. equipment To Be Serviced: each Of The Following Items Are To Be Serviced In Accordance With The Specifications, Terms And Conditions Of This Contract. line # model serial # truebeam 5422 aria vhapthvariandcf aria vhapthvariandicom vmware vhapthvar vmware vhapthvarapp vmware vhapthvardcf vmware vhapthvardicom vmware vhapthvarsql vmware vhapthvelocity aria vhapthvardw varian Aria Interface vhapthvarint varian vhapthvarvel varian vhapthvarweb varian Aria/eclipse vhapthapvhtmro1 varian Aria/eclipse vhapthapvhtmro2 identify vhapthccaident aria pth-mdwsaria1 varian vhapthccavartrn corrective Maintenance: the Contractor And Biomedical Engineering Shall Maintain The Equipment In Accordance With Section D Conformance Standards. Service For Corrective Maintenance Will Be Provided Per Hours Of Coverage Defined In Section B.1g. Contractor Shall Provide Unlimited Telephone Technical Support, Labor, Travel, And Parts, Unless Specifically Excluded. service Calls To The Contractor Requesting Service Are Only Authorized When They Are Received From The Point Of Contact (poc), Or Designated Alternate And First Approved By The Contracting Officer (co). unplanned Repairs Require Remote Troubleshooting Session Prior To Field Service Engineer (fse) Dispatch. outside Of The Contract S Hours Of Coverage, Emergency On-site Services Require Authorization By The Co. The Poc Or A Biomedical Engineering Staff Member Shall Initiate These Calls. If Va Staff Other Than The Poc Or A Biomedical Engineering Staff Member Place Calls Requesting Services, The Contractor Shall Contact Biomedical Engineering Services And Verify The Request. Service Responses On Calls From Unauthorized Personnel Can Result In Nonpayment. uncorrected Deficiencies Or Unfavorable Histories Of Downtime Can Result In Negative Cpars Ratings Of The Vendor For This Contract. preventative Maintenance: the Contractor Shall Perform Preventative Maintenance (pm) Service To Ensure That Equipment Listed In Section B.1a Performs In Accordance With Section D Conformance Standards. Any Exceptions To The Pm Schedule Shall Be Arranged And Approved In Advance With The Poc. the Contractor Shall Provide Complete And Original Documentation Indicating Pm Work Performed, Referencing The Procedures Followed, Actual Tests And/or Evaluation Results Obtained To The Poc At The Completion Of The Pm Service. parts (including Required Consumable Parts As Well As Shipment Charges), Travel, And Labor Necessary For Pm Are Provided By Awarded Contractor At No Additional Customer Cost. any Charges For Materials Such As Lubricants, Fluids, Cleaning Supplies, Services, Manuals, Or Tools Required For The Contractor To Successfully Complete Scheduled Pm Shall Be Provided By The Contractor And Are Included Within This Contract And The Agreed Upon Price. preventative Maintenance Will Be Provided At A Scheduled Time And Must Be Scheduled At Least One Week In Advance To Minimize The Impact To Patient Scheduling. All Exceptions To The Preventative Maintenance Schedule And Procedure Shall Be Addressed And Approved In Advanced With The Poc. A Designated Staff Member Will Accompany The Contractor As An Observer During The Inspection. The Inspection Shall Be Thorough And Shall Conform To Manufacturer And Industry Standards For The Equipment. Sufficient Time Shall Be Allowed To Permit A Thorough Inspection And Test Of Each Device Comprising The Overall System. Maintenance Work And Inspections May Be Combined At The Approval Of The Poc Or Alternate Poc If Down Time Is Not Considered Significant. the Contractor Shall Immediately, But No Later Than 24 Consecutive Hours After Discovery, Notify The Poc, (in Writing), Of The Existence Or The Development Of Any Defects In, Or Repairs Required To The Scheduled Equipment Which The Contractor Considers He/she Is Not Responsible For Under The Terms Of The Contract. The Contractor Shall Furnish The Poc With A Written Estimate Of The Cost To Make Necessary Repairs. parts, Software, And Glassware all Parts Supplied Shall Be From The Original Equipment Manufacturer (oem), And Fully Compatible With Existing Equipment. No Refurbished Part Shall Be Used In The Repairs Of Units Covered In This Contract. The Contract Shall Include All Parts With The Exception Of Consumable Or Expendable Items. The Contractor Is Required To Install Va Supplied Parts When Said Parts Are Determined To Be Fully Compatible. The Determination Of Compatibility Is At The Discretion Of The Poc. All Defective Parts Replaced Become The Property Of The Contractor, Unless Otherwise Specified By The Poc Or Alt Poc. software Patches And Quality Updates Are Included Under The Terms Of This Contract And Shall Be Applied In Accordance With Manufacturer Specifications. coverage For Glassware Is Provided Based On An Estimated Annual Rotation. remote Service the Contractor Must Be Able To Provide Remote Support As Needed By Phone And Via Remote Login To The Equipment Owned By Va Pittsburgh. personnel With Oem Equipment Training Will Respond Either Directly By Phone Or Remotely As Deemed Appropriate For The Situation, Within 30 Minutes Of The Call For Service. If Situations Are Responded To By Phone Or Remote System Login Do Not Resolve The Service Issue, Oem Trained Personnel Will Be Required For An On-site Visit Within 4 Hours After Receipt Of Initial Notification Unless Otherwise Agreed Upon, In Writing, By The Poc Or Biomedical Engineering Personnel. Full Resolution Is Expected Within 48 Hours Of Initial Call. If The Contractor Cannot Remediate The Issues Within This Timeframe, The Poc Or Alt Poc Shall Be Notified Immediately And Provided An Estimated Time For Resolution. the Contractor Shall Provide Remote Service. To Achieve This, The Contractor Must Have A Current Nationally Approved Memorandum Of Understanding/interconnection Security Agreement (mou/isa). Without This Document, The Contractor Will Not Be Granted Access To The Systems Based On The National Policy. If The Contractor Cannot Provide Remote Access Following The Va Policy, The Contractor Will Not Be Considered For Award. system Uptime: the Contractor Must Guarantee A 98% Uptime Of All Equipment Outlined In B.1a Over Each 12-month Contract Period. downtime Will Be Calculated From The Time A Call Is Placed To The Contractor To The Time Of Repair Completion And The System Can Be Fully Used. Uptime Between 8am-5pm, Monday-friday Will Be Considered Towards The Overall Uptime Percentage For The Contract. hours Of Coverage: the Contractor Will Provide All Required Services Within The Normal Business Hours Of 8am To 5pm (est), Monday-friday, Excluding Federal Holidays. all Services Shall Be Performed During These Normal Hours Of Coverage Unless One Of The Following Conditions Exists: the Contractor Wishes To Furnish Services At A Time That Is Outside Of The Normal Hours Of Coverage, At No Additional Cost To The Government, The Contractor Submits A Request To The Poc Prior To The Proposed Start Of The Work, And The Request Is Approved In Writing By The Poc Before Work Is Begun. the Poc Directs That The Services Be Furnished At A Time That Is Outside The Normal Hours Of Coverage And The Additional Cost Is Recommended By The Poc And Authorized By The Co. customer Service Shall Respond To Service Request Calls 24 Hours A Day, 7 Days A Week And All Holidays. work Performed Outside The Normal Hours Of Coverage Must Be Preapproved By The Co. The Contractor Will Provide A Written Estimate Of The Charges Prior To Approval Of The Work. work Performed Outside The Normal Hours Of Coverage At The Request Of Fse/contractor Shall Be Considered Service Performed During Normal Hours Of Coverage. there Will Be No Additional Charge For Time Spent Waiting At The Site During Or After The Normal Hours Of Coverage For Delivery Of Parts. note: Any Hardware/software Update/upgrade Installations Shall Be Scheduled And Performed During Normal Hours Of Coverage At No Additional Charge To The Government. federal Holidays Observed By The Va Medical Center New Year S Day, Martin Luther King, Jr. Day, president S Day (washington S Birthday), memorial Day, juneteenth National Independence Day, independence Day, labor Day, columbus Day, veterans Day, thanksgiving Day, Christmas Day, and Any Other Day Specifically Designated By The President Of The United States. customer Notification: contractor Shall Notify Biomedical Engineering And The Police Service When They Arrive On Site. Contractor Will Schedule All Preventative Maintenance With Biomedical Engineering. when The Service(s) Is/are Completed, The Field Service Engineer (fse) Shall Document The Services Rendered On A Legible Vendor Engineering Service Report (esr) Per Section E. the Fse Shall Be Required To Check Out With The Biomedical Engineering Department And Submit The Esr(s) To The Poc. All Esrs Shall Be Submitted To The Equipment User For An "acceptance Signature" And To The Poc For An "authorization Signature." If The Poc Is Unavailable, A Signed Accepted Copy Of The Esr Shall Be Sent To The Poc Within Five Business Days Of Work Completion. failure To Comply, Either In Whole Or In Part, With Either The Notification Or Esr Requirements Will Be Deemed Significant Non-compliance With The Contract And May Be Justification For Termination Of The Contract. c. Definitions/acronyms: biomedical Engineering - Supervisor Or Designee, Phone Number (412) 360-3780 co - Contracting Officer. poc Point Of Contact. An Assigned Biomedical Engineering Staff. pm - Preventive Maintenance Inspection. Services Which Are Periodic In Nature And Are Required To Maintain The Equipment In Such Condition That It May Be Operated In Accordance With Its Intended Design And Functional Capacity With Minimal Incidence Of Malfunction Or Operative Conditions. Service Shall Consist Of Calibration And Testing In Accordance With The Manufacturer S Latest Established Service Procedures To Ensure Operation Of Equipment Within Manufacturers Or Va S Performance Specifications, Whichever Is The Most Rigorous. Pm Includes Cleaning, Inspecting Lubricating And Testing All Equipment. All Equipment Shall Be Operated At Least One Complete Operating Cycle At The End Of Each Pm. fse - Field Service Engineer. A Person Who Is Authorized By The Contractor To Perform Maintenance (corrective And/or Preventive) Services On The Va Medical Center Premises. esr - Vendor Engineering Service Report. A Documentation Of The Services Rendered For Each Incidence Of Work Performance Under The Terms And Conditions Of The Contract. acceptance Signature - Vaphs Employee Who Indicates Fse Demonstrated Service Conclusion/status And User Has Accepted Work As Complete/pending As Stated In Esr. authorization Signature - Poc's Signature; Indicates Poc Accepts Work Status As Stated In Esr. nfpa - National Fire Protection Association. cdrh - Center For Devices And Radiological Health. vaphs - Department Of Veterans Affairs Pittsburgh Healthcare System. oem - Original Equipment Manufacturer deliverables Goods And Services Required For Maintenance/repair. d. Conformance Standards: contractor Shall Provide Services And Material To Ensure That The Equipment Functions In Conformance With The Latest Requirements Of Nfpa-99, Jc, Nec, Osha, Hipaa, Federal And Va Security Specifications And Requirements As Applicable. The Equipment Shall Be Maintained Such That It Meets Or Exceeds The Performance Specifications As Established In The Oem S Technical Specifications. If The Services And Material Are Not Provided By The Oem, The Vendor Must Provide Documentation That They Have The Manuals Needed To Put The Equipment Into Oem Compliance And Have A Letter From Oem That They Can Order And Provide Parts For The Equipment. The Vendor Must Adhere To The Schedule For Maintenance. All Inspections Must Be Handled Prior To Date Of Expiration. Preventative Maintenance Will Be Completed Per Oem Inspection Checklist. Any Device Found Not To Be In Compliance, Must Be Brought Into Adherence Of The Inspection Checklist And The Vendor Must Correct The Deficiencies Before Expiration Of Maintenance. e. Documentation/reports: the Documentation Will Include Equipment Down Time And Detailed Descriptions Of The Scheduled And Unscheduled Maintenance Procedures Performed, Including Replaced Parts And Prices (for Outside Normal Working Hour Services) Required To Maintain The Equipment In Accordance With Conformance Standards. Such Documentation Shall Meet The Guidelines As Set Forth In The Conformance Standards. In Addition, Each Esr Must At A Minimum, Document The Following Data Legibly And In Complete Detail: name Of Contractor name Of Fse Who Performed Services. contractor Service Esr Number/log Number. date, Time (starting And Ending), Hours-on-site For Service Call. va Purchase Order Number(s) (if Any) Covering The Call, If Outside Normal Working Hours. description Of Problem Reported By Poc/user. identification Of Equipment To Be Serviced To Include The Following: Equipment Id # Or Ee# From The Bar-code, Manufacturer's Name, Device Name, Model#, Serial #, And Any Other Manufacturer's Identification Numbers. itemized Description Of Service(s) Performed: Including Costs Associated With After Normal Working Hour Services, Labor And Travel, Parts (with Part Numbers), Materials, And Circuit Location Of Problem/corrective Action. total Cost To Be Billed. signatures From The Following: fse Performing Services Described. va Employee Who Witnessed Service Described. Poc Signature. equipment Downtime Calculated In Accordance With Conformance Standards. note: Any Additional Charges Claimed Must Be Approved By The Poc Before Service Is Started. f. Schedule For Deliverables draft Copies Of Deliverables Shall Be Provided To Biomedical Engineering Staff At Vaphs Before The Contractor Leaves The Facility. If A Final Copy Is Provided, Then A Draft Copy Is Not Necessary. However, When A Draft Copy Is Provided, A Final Copy Must Be Provided Within 5 Business Days. g. Changes To Statement Of Work any Changes To This Sow Shall Be Authorized And Approved Only Through Written Correspondence From The Co. A Copy Of Each Change Will Be Kept In A Project Folder Along With All Other Products Of The Project. Costs Incurred By The Contractor Through The Actions Of Parties Without Co Authorization, Shall Be Borne By The Contractor. h. Service Manuals/tools/equipment vaphs Shall Not Provide Service Manuals Or Service Diagnostic Software To The Contractor For Use In Providing Services Under This Contract. The Contractor Shall Obtain, Have On File, And Make Available To Its Fse's All Operational And Technical Documentation, (such As: Operational And Service Manuals, Schematics, And Parts List), Which Are Necessary To Meet The Performance Requirements Of This Contract. The Location And Listing Of The Service Data Manuals, By Name, And/or The Manuals Themselves Shall Be Provided To The Co Upon Request. prior To Commencement Of Work On This Contract, The Contractor Shall Make Available, If Requested, A Copy Of The Current Calibration Certification Of All Test Equipment That Is To Be Used By The Contractor In Performing Work Under The Contract. This Certification Shall Also Be Provided On A Periodic Basis When Requested By Vaphs. Test Equipment Calibration Shall Be Traceable To A National Standard. i. Condition Of Equipment: the Contractor Accepts Responsibility For The Equipment Described In This Scope Of Work, In "as Is" Condition. Failure To Inspect The Equipment Prior To Contract Award Will Not Relieve The Contractor From Performance Of The Requirements Of This Contract. j. Contractor Experience Requirements each Respondent Must Be An Authorized Distributor And Certified Fse Of The Original Equipment Manufacturer (oem). This Documentation Shall Be Provided If Requested By The Poc Or Biomedical Engineering. k. Security Requirements if Working On-site, Contractor Will Be Required To Comply With Security Guidelines. Contractor Is Required To: agree To Follow Va Pittsburgh Policy Ld-073 Medical Center Policy (mcp) Vendor Access. Be Registered On The Vendor Credentialing And Visitor Management System Called Symplr - Https://www.symplr.com/. Add Va Pittsburgh Healthcare System University Drive: Pittsburgh, Pa To Their Territory. Contractor Must Be Greenlighted Prior To Working On Site. Greenlight Requires Completed Information And Up To Date Documentation Which Includes An Up-to-date Flu Vaccination, Tb Test, Covid-19 Vaccine, And Hippa Certification At A Minimum. the Government Shall Not Provide Any Additional Compensation For Cost To Register Staff In Symplr. Vendor Shall Follow Most Updated Guidelines From The Occupational Safety & Health Administration (osha), Center For Disease Control (cdc), And Food & Drug Administration (fda). check In With The Va Police And Biomedical Engineering (ground Floor, Room An305c) Each Time They Come On-site To Perform Contracted Services Or By Obtaining A Va Contractor Id Badge From The Va Police. Va Id Badge Must Be Worn At All Times While On Va Premises. l. Compliance With Osha Bloodborne Pathogens Standard: the Contractor Shall Comply With The Federal/california Osha Bloodborne Pathogens Standard. The Contractor Shall: have Methods By Which All Employees Are Educated As To Risks Associated With Bloodborne Pathogens. have Policies And Procedures That Reduce The Risk Of Employee Exposure To Bloodborne Pathogens. have Mechanisms For Employee Counseling And Treatment Following Exposure To Bloodborne Pathogens. provide Appropriate Personal Protective Equipment/clothing Such As Gloves, Gowns, Masks, Protective Eyewear, Mouthpieces For The Employee During Performance Of The Contract. m. Influenza Prevention Program: vha Directive 1192 Requires All Health Care Personnel (hcp) To Participate In The Seasonal Influenza Prevention Program And Outlines The Key Implementation Steps. Healthcare Personnel Is Defined In Vha Directive 1192 As All Va Licensed And Unlicensed, Clinical And Administrative, Paid And Unpaid, Full-time And Part-time Employees, Intermittent Employees, Fee Basis Employees, Va Contractors, Students, Researchers, Volunteers, And Trainees Who Work In Vha Locations. Hcp Covered By The Policy Are Expected To Receive Annual Influenza Vaccination. Those Hcp Unable Or Unwilling To Be Vaccinated Are Required To Wear A Face Mask Throughout The Influenza Season. Masks Are Available At Entrances Throughout The Medical Center. it Is The Responsibility Of The Contractor To Ensure That All Contract Staff Is Compliant With The Requirements Outlined In Vha Directive 1192. The Contractor Shall Maintain The Following Documentation: documentation Of Vaccination, E.g., Signed Record Of Immunization From A Healthcare Provider Or Pharmacy, Or A Copy Of Medical Records Documenting The Vaccination. completed Healthcare Personnel Influenza Vaccination Form (attachment B Of Vha Directive 1192) If Unwilling Or Unable To Receive The Vaccine. the Contractor Is Required To Submit Annual Certification To The Poc That All Contract Staff Performing Services At Va Facilities Are In Compliance With The Vha Directive 1192. n. Covid-19 Precautions: upon Entering Vaphs, Per Cdc And Federal Regulations, All Personnel Shall Wear The Required Ppe While On-site Within Patient Care Areas; At A Minimum This Includes A Hospital-approved Procedural Mask, To Be Worn Correctly By Covering The Nose And Mouth At All Times. Ppe Will Not Be Provided By Vaphs. if You Are Required To Work In Patient Care Areas, You Are Additionally Required To Wear Eye Protection. o. Confidentiality And Nondisclosure it Is Agreed That: the Preliminary And Final Deliverables, And All Associated Working Papers, Application Source Code, And Other Material Deemed Relevant By Va Which Have Been Generated By The Contractor In The Performance Of This Task Order, Are The Exclusive Property Of The U.s. Government And Shall Be Submitted To The Poc At The Conclusion Of The Task Order. the Poc Will Be The Sole Authorized Official To Release, Verbally Or In Writing, Any Data, Draft Deliverables, Final Deliverables, Or Any Other Written Or Printed Materials Pertaining To This Task Order. No Information Shall Be Released By The Contractor. press Releases, Marketing Material, Or Any Other Printed Or Electronic Documentation Related To This Project, Shall Not Be Publicized. p. Identification, Parking, Smoking, Cellular Phone Use And Va Regulations: the Contractor's Fse Shall Wear Visible Identification At All Times While On The Premises Of Vaphs. Identification Shall Include, As A Minimum, The Employee S Name, Position, And The Contractor S Trade Name. it Is The Responsibility Of The Contractor To Park In The Appropriate Designated Parking Areas. Information On Parking Is Available From The Va Police-security Service. Vaphs Will Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor Under Any Conditions. smoking Is Prohibited Inside Any Buildings And On Premise At Vaphs. This Covers All Smoking And Tobacco Products, Including But Not Limited To: cigarettes cigars pipes any Other Combustion Of Tobacco electronic Nicotine Delivery Systems (ends), Including But Not Limited To Electronic Or E-cigarettes, Vape Pens, Or E-cigars. chewing Tobacco cellular Phones And Two-way Radios Are Not To Be Used Within Six Feet Of Any Medical Equipment. possession Of Weapons Is Prohibited. Enclosed Containers, Including Tool Kits, Shall Be Subject To Search. Violations Of Va Regulations May Result In A Citation Answerable In The United States (federal) District Court, Not A Local District State, Or Municipal Court. q. Contractor Personnel Security Requirements contractor May Not Have Access To The Va Network Or Any Va Sensitive Information Under This Contract. contractor Owned Computer Equipment Including Laptops Are Not Permitted To Be Connected To The Va Network. Any Removable Storage Device Used In Medical Equipment Must First Be Scanned By Biomed Or Oit. the Following Language From Va Handbook 6500.6 Is Required In This Contract: appendix C: Paragraphs #3a, #5h, #6a, #7a, #7d, #9(all) all Contractors Must Receive Privacy Training Within 30 Days Of Award And Annually Thereafter Using One Of The Following Methods: complete Va Privacy Training For Personnel Without Access To Va Computer Systems Or Direct Access To Or Use To Va Sensitive Information Training By Using Va S Tms System (https://www.tms.va.gov/). Contractors May Use The Tms Managed Self Enrollment Method To Complete The Training In Tms. Proof Of Privacy Training Shall Be Submitted To The Poc Upon Initial Completion And Annually Thereafter Upon Request. complete The Hard Copy Version Of Va Privacy Training For Personnel Without Access To Va Computer Systems Or Direct Access To Or Use To Va Sensitive Information . Signed Training Documents Must Be Submitted To The Poc.
Closing Date7 Apr 2025
Tender AmountRefer Documents 
1541-1550 of 1679 archived Tenders