Detergent Tenders
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date14 Apr 2025
Tender AmountRefer Documents
Description: Contact Information|4|n743.45|wvn|717-605-3353|sylvia.sentz@navy.mil|
item Unique Identification And Valuation (mar 2022)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E|
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|x||x||||||
inspection/acceptance Point|6|||||||
time Of Delivery (june 1997)|20|0001|5|145 Days||||||||||||||||||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (dec 2018)|16|stand-alone Receiving Report - Certifications Combo-receiving Report & Invoice - Material |n/a|tbd|n00104|tbd|n39040 - Certifications, S4306a - Material|n50286|tbd|133.2|n/a|n/a|s4306a - Material|n/a|n/a|see Dd
1423|port_ptnh_wawf_notification@navy.mil|
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery|one Year From Date Of Delivery|||||
warranty Of Data--basic (mar 2014)|2|||
buy American --free Trade Agreements--balance Of Payments Program - Basic(deviation 2020-o0019) (mar 2022))|3||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (nov 2020)|13||||||||||||||
small Business Program Representations (sep 2021)|4|||||
buy American-free Trade Agreements-balance Of Payments Program Certificate (deviation 2020-o0019) (jul 2020))|3||||
buy American-balance Of Payments Program Certificate-basic (nov 2014)|1||
annual Representations And Certifications (may 2022)|13|332919|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
this Amendment Was Issued To Update The Poc And Extend Closing.
the Quantity Is Hereby Increased To 10.
the Offer Due Date Is Hereby Extended To 24 May 2024.
\
the Offer Due Date Is Extended To 9 January 2023.
\
the Offer Due Date Is Extended To 26 August 2022.
1. Data Item A001 (inspection And Test Plan) May Be Waived If Already On Fileat Navsup Wss Mech.
2. Drawings Associated With This Solicitation Will Be Made Available On Thesam.gov Website But Will Be Restricted Access Which Needs To Be Approved. Onceaccess Has Been Requested, Interested Vendors Should Email The Poc Listed Onthe Solicitation To Inform Them Of
the Request.
3. Navsup Wss Mech Will Be Considering Past Performance In The Evaluation Ofoffers. See Clause 252.213-7000.
4. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders, And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commercemethods, Such As Email. The Governments Acceptance Of The Contractorsssproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Here In.
5. The Following Proposed Delivery Schedule Applies:
submission Of All Certification Data Cdrls 20 Days Prior To Delivery
pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt
final Delivery Of Material (145 Days)
delivery Days And Past Performance Will Be Evaluation Factors In Determining Awardee.
6. All Transportation To/from Repair Site Will Be Paid For By The Us Navy.
7. This Contract Utilizes Commercial Asset Visibility (cav). See Clausenavsupwssfa24 For Further Details.
8. Offers Shall Be Submitted As Firm Fixed Price For The Full Repair Effortbased On The Repair Instruction Or Sow. If The Vendor Is Unable To Provide Afirm Fixed Price, A Not-to-exceed Price For The Full Repair Effort Will Beacceptable. If A Not-to-exceed Price Is Offered, The Contractor Shall Have 90days To Complete A Teardown And Evaluation Of The Carcass(es) And Submit Arepair Report And Firm Fixed Price Offer For The Repair. Repair Shall Not Begin Until The Contract Is Definitized.
in Addition To The Repair Price, Include The Prices For Cost Of New And Forbeyond Repair (br)/beyond Economic Repair (ber).
9. Include In Estimated/not-to-exceed Repair Price All Costs Associated Withreceipt And Complete Repair Of Material That May Be In Unwhole Condition,missing Hardware, Damaged, Handling Damage, Missing Parts, Wear Damage, Andcav Reporting. Also, Please Provide The
following:
a. Teardown And Evaluation Rate:
b. Rtat:
c. Throughput Constraint:
d. Induction Expiration Date:
10. Any Contract/order Awarded As A Result Of This Solicitation Will Be A "do"rated Order Certified For National Defense Use Under The Defense Prioritiesandallocations System (dpas). See 52.211-14, Notice Of Priority Rating Fornational Defense, Emergency
preparedness, And Energy Program Use.
11. This Repair Effort Is Issued Pursuant To Emergency Acquisition Flexibilities.
\
1. Scope
1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
2. Applicable Documents
2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.2.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.2.2 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made.
2.2.3 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric
contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification
revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009,
r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract.
drawing Data=2640-801x1e1 |53711| A|er |d|0001 | A|49998|6353077
drawing Data=7285297 |53711| E| |d|0001 | E|49998|0862180
drawing Data=7285297 |53711| E| |d|0002 | E|49998|0392982
drawing Data=7285297 |53711| E| |d|0003 | E|49998|0280881
drawing Data=7285297 |53711| E| |d|0004 | E|49998|0204692
drawing Data=8617511 |53711| N| |d|0001 | |49998|3447332
document Ref Data=fed-std-h28 | | |b |190424|a| |01|
document Ref Data=fed-std-h28 |0020| |b |941221|a| | |
document Ref Data=ansi/asq Z1.4 | | | |080101|a| | |
document Ref Data=astm-b367 | | | |130701|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=sae Ams 6931 | | |d |171201|a| | |
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=mil-prf-9954 | | |d |090416|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a|1 | |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
document Ref Data=0900-lp-001-7000 | | | |810101|c| |01|
document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | |
document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | |
3. Requirements
3.1 Refurbished Material Statement Of Work (repair Sow) -
3.1.1 Inspection - Clean And Determine If Refurbishment Is Possible. At Disassembly, The Contractor Must Record All Identifying Markings Found On The Parts Of Each Assembly. The Contractor Must Maintain Traceability Of These Markings To Each Unit Throughout
refurbishment.
3.1.2 Identifying Markings - Part Must Have A Mic (material Identification A And Control) Code, Heat/heat Lot Code, Or Unique Contractor Traceability Number/code That Is Visible On The Part. See Material Traceability In Paragraph 3 (quality Assurance
provisions) Of This Contract For Traceability Requirements. The Mic Code Can Consist Of A 2, 3, Or 4 Letter Material Identifier, 4 Or 5 Digit Julian Date, 3 Digit Lot Serial Number, And Certifying Activity Designator (cad) Which Will Be 1 Or 2 Letters; The 4
parts Are Normally Separated By Hyphens; Examples: Tia-3089-30-qq And St-06262-506-a.
3.1.3 Re-useable Parts -
- Any Parts Of The Original Assembly That Are Useable (replacement Is Not Necessary), That Are Properly Marked As Identified Above, And That Have Material Certifications Available May Be Utilized As Initially Supplied. Certifications Are Not Required To Be
resubmitted By The Contractor.
- Any Parts Of The Original Assembly That Are Useable (replacement Is Not Necessary), Are Properly Marked As Identified Above, But Material Certifications Are Not Available At The Contractor's Facility, A Waiver Must Be Submitted In Accordance With
waiver/deviation (configuration Control) Requirements Specified Elsewhere In The Contract.
3.1.4 Non-useable Parts -
-any Parts Of The Original Assembly That Are Not Properly Marked As Identified Above Must Be Replaced And The Required Certifications Must Be Submitted.
- Any Parts Of The Original Assembly That Are Not Usable (replacement Is Necessary) Must Be Replaced And The Required Certifications Must Be Submitted.
3.1.5 Refurbishment - Upon Completion Of Inspection, This Item Must Be Refurbished To Be In Accordance With ;navsea Drawing 845-8617511 For One Ball, Piece 62li And Navsea Drawing 845-7285297 Along With Er2640-801x1e1 For 2 Mating Seats, Piece 22; , Except As
amplified Or Modified Herein. This Applies To All "parts Requiring Certification" As Identified Elsewhere In This Contract/purchase Order.
3.1.6 Additional Sow Requirements -
;balls Which Are Not Usable Must Be Dispositioned And New Balls Are Not To Be Manufactured Under This Contract.;
3.2 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise:
part - ;ball - Piece 62li On Navsea Drawing 8617511;
material - Sae-ams-6931
or
centrifugally Cast 6al-4v, Astm-b367, Grade C-5, With Mechanical Properties As Listed In Supplementary Requirement S6.
note: Mechanical Properties For Bars, Forgings And Forging Stock Over 10" Must Be As Specified In The Applicable Drawing. If The Mechanical Properties Are Not Provided In The Drawing, The Mechanical Properties Specified In Sae-ams-6931 Table 2 For Material 6"
to 10", Must Be Applied.
part - ;seats (q3) - Piece 22 On Navsea Drawing 7285297;
material - Delrin: Dupont Af De588 (teflon Filled Acetal) (properties Specified Below Only)
item Property Astm Test Method Value
(a) Specific Gravity D792 (note 1) 1.50 - 1.57
(b) Melting Point D2133 Or D3418 172 - 184 Deg C (342 - 363 Deg F)
(c) Tensile Strength (min) D638 (notes 1 & 5) 6100 Psi
(d) Tensile Impact (min) D1822 Type S (notes 1 & 5) 5 Ft-lb/sq In
(e) Compressive Stress D695 2100 @ 1% Def. (min - Psi) (notes 1 & 5) 11,000 @ 10% Def.
(f) Water Absorption D570 .30% Max 24 Hours
(g) Rockwell Hardness (r) D785 (note 1) 115 +/- 15
(h) Teflon Fiber Content (note 2) 18 - 23%
(i) Dimensional Change (note 4) .7% Max
notes:
1. Material Conditioning Prior To Test Is At The Vendor's Option.
2. Teflon Fiber Content - As Certified By Dupont (raw Material).
3. Visual And Dimensional Inspection Of Product (final Machined Condition) - White Teflon String Inclusions Must Not Exceed The Following: A. Diameter 1/32" B. Length 1/8" C. Density 6 Indications Per 100 Sq In
4. The Test Method To Determine Dimensional Stability Must Be Performed As Follows: The Test Specimens (finished Pieces) Tested Must Be Measured At 23 +/- 3 Deg C (73 +/- 5f) And Placed In A Mineral Oil Bath Maintained At 160 +/- 3 Deg C (320 +/- 5f) The
specimens Must Remain In The Bath For Six (6) Hours At Temperature And Allowed To Slow Cool In The Bath At A Rate Not To Exceed 23 +/- 3 Deg C (73 +/- 5f) Per Hour. When The Bath Reaches 23 +/- 3 Deg C (73 +/- 5f), The Test Specimens Must Be Removed And
measured. The Percent Change In Each Dimension, Outside Diameter, Inside Diameter And Thickness Must Not Be Greater Than The Value Specified.
^mineral Oil Meets The Specification As Listed Below:
description.......................passes U.s.p. Test (usp Xx, P.1143)
solubility........................passes U.s.p. Test (usp Xx, P.1143)
neutrality........................passes U.s.p. Test (usp Xx, P.532)
readily Carbonizable Substances...passes U.s.p. Test (usp Xx, P.532)
limit Of Polynuclear Compounds....passes U.s.p. Test (usp Xx, P.532)
solid Paraffin....................passes U.s.p. Test (usp Xx, P.532)
specific Gravity @ 25 Deg C (77 Deg F).0.8600 To 0.8900
viscosity @ 37.8 Deg C (100f).....73.6 To 84.4 Centistokes (340-390 Sus)
flash Point Cleveland Open Cup....420 Deg F (216c) (typical)
refractive Index @ 20c (68f)......1.480 (typical)
5. Values Are Minimum Mean Values. Individual Specimen Values May Not Vary More Than 25% Below The Specified Minimum Mean Value. Should One Specimen Exceed The 25% Criteria, Retest Is Required. Failure To Meet The Above Criteria A Second Time Is Cause For
rejection.
3.3 ;note Clarification: The Note In Zone 6f Of Drawing 7285297 Is Missing Punctuation That May Cause Misinterpretation That The Slot Is Only Required For Pieces 30 And 33. The Slot Is Required On All Seats On Drawing 7285297. The Note Must Be Punctuated As
follows: 1 Slot Locate As Shown R.06 X .03 Deep. See Section 2-6d For Pc 30 & 33 Only.;
3.4 Ball Spherical Surface Finish - Spherical Surfaces Of Valve Balls Must Be Finished As Follows:
machine Finish Spherical Surfaces Of The Valve Ball To Between 30 And 35 Rhr; Use Lubricant. Grind, Hone, Or Cup Polish To 16 Rhr Maximum; Use Lubricant (light Oil Or Soap Solution). Grit Blast With Glass Bead Media (mil-prf-9954-mil 10); Use A 3/16 Inch Id
blasting Nozzle (not Supersonic Type) 4 Inches From Ball At 75 Psi Air Pressure. The Resulting Surface Finish Should Be Less Than 25 Rhr.perform Final Polish With Supfina Polishing Paste (pink Polishing Paste, Item Code 10100244, Supfina Machine Company, North
kingstown, Ri). Apply The Supfinapolishing Paste That Is Initially Light Pink In Color Over The Entire Surface Of The Ball With A Brush And Perform A Low Speed Finishing Process With Both Theball And A .250" Thick Wool Pad (style 22110, Aetna Felt Corporation,
allentown, Pa^) Turning At The Same Time With Light Pressure For Approximately 30 Seconds^^ (3 Revolutions) Of The Entire Surface Of The Ball. Once The Light Pink Supfina Polishing Paste That Was Applied To The Surface Of The Ball Turns A Grey Color, The Final
finishing Process Is Complete. After The Final Finishingprocess Is Complete, The Surface Of The Ball Should Have A Matte Dull Appearance With A Surface Finish Between Rhr 12 And Rhr 16.
clean Ball With A Warm, Alkaline Solution Or A Liquid Nonionic Detergent To Remove Supfina Polishing Paste.
^ Reference Customer Number Pli00499 When Ordering Wool Pad.
^^ Caution: Excessive Time Will Cause The Ball To Be Polished In Violation Of The Process."
3.5 Ball Spherical Surface Waviness - Unless Otherwise Specified On Drawing, All Sealing Area Surfaces Must Have A Spherical Surface Waviness Which Does Not Exceed 0.0005 Inches Of Height Per Inch Of Spherical Surface. Roughness And Waviness Ratings Must
apply In A Direction Which Yields The Maximum Rating, Normally Perpendicular To The Lay.
3.6 ;balls Which Require Reworking Beyond The Limitation Specified Herein Are To Be Dispositioned As Noted Elsewhere In The Contract.;
3.7 ;defects In The Ball Stem Slot Are Acceptable If Backlash Between The Ball And Stem Does Not Exceed 5 Degrees And Defects Do Not Exceed 0.050 In Depth Or C Cover More Than 40% Of The Surface Area.;
3.8 ;ball Outside Diameter May Be Reworked To A Minimum Of 5.113 Inches To Refurbish The Ball Surface To Meet Drawing Requirements And Represents A Relaxation Below The Drawing Dimension. All Other Dimensions Apply.;
3.9 ;seats Are To Be Manufactured And Must Meet The Drawing Stack Height Requirement When Mated With The Refurbished Ball.;
3.10 Seat Stack Height Measurement - To Ensure That Each Seat Is Within Tolerance, Check Each Seat Singularly By Measuring The Seat Height Over The Ball. This Measurement Is Calculated By Adding One-half Ball Diameter To The Half Stack Height Dimension On
the Drawing. Limits Are Determined By The Ball Diameter Tolerance And The Half Stack Height Tolerance. Check Dimensions By Measuring From The Seat Back Face To Top Of Ball. Manufacturers Of Seats That Do Not Have A Ball Of The Required Size Available Will Be
required To Manufacture A Dummy Ball Or Segment Of A Ball With Sufficient Spherical Surface To Check The Above Dimension.
3.11 A Visual Inspection Shall Be Performed On The Finished Seat With Acceptance Criteria On Critical Surfaces Per Csd167 In The Ecds (electronic Contractor Data Submission) System At: Https://register.nslc.navy.mil/.
3.12 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable.
3.13 Thread Inspection Requirements - All Threads On Threaded Parts Must Be Inspected Using Appropriate Inspection Methods, Inspection Systems, And Inspection Gages/instruments In Accordance With Fed-std-h28 Series. Substitution Of Thecommercial Equivalent
inspection In Accordance With Asme B1 Series Is Acceptable.
3.13.1 System 21 Of Fed-std-h28/20 Must Be Used As A Minimum Inspection Requirement For Threads When The Design Drawing Or Design Specification Does Not Specify An Inspection Requirement.
3.13.2 For Navy And Shipyard Drawings, System 21 Of Fed-std-h28/20 May Be Substituted For System 22 Without Further Navy Approval When The Design Drawing Invokes System 22 And Does Not Cite Governing Specifications That Specifically Require System 22. System
22 Of Fed-std-h28/20 Must Be Used When The Drawing References Other Governing Specifications That Specifically Require System 22, Such As Certain Thread Types Of Mil-dtl-1222.
3.13.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System.
3.14 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel
applications, Or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Procedures And Qualification
data Must Be Submitted For Review And Approval Prior To Performing Any Welding Or Brazing.
3.15 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.15.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide
a Copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance.
3.15.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/
3.15.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering
change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of The Product. H. Impacts To The Operational Use Of The Product. I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. J. Milestones Relating To The Processing And Implementation Of The Engineering Change.
3.16 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document,
including Any/all Invoked Specifications And Drawings.
3.17 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection.
3.18 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further
application Of The Above Documents Is Prohibited.prohibited.
3.18.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract. ^ Quality Assurance Requirements ^
3.19 Welding Requirements - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. In Addition, The Consumed Weld Metal C Of C As Defined Below Must Be Submitted As
part Of The Certification Oqe Package Submitted By The Contractor.
note: These Requirements Do Not Apply To Tack/spot Welds.
3.19.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair).
3.19.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The
approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Must Be
submitted At The Same Time. Welding Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Must State The Applicability Of Each Weld Procedure And Qualification Data Submitted,
citing The Drawing Number And Pieces To Be Welded. (i.e. ''wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc'.' Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz'')
3.19.3 The Pco's Authorization For The Use Of Weld Procedure(s) And Qualification Data For The Specific Application As Submitted Does Not Mitigate The Vendors Responsibility To Comply With The Requirements Of S9074-aq-gib-010, S9074-ar-gib-010a/278,248d The
contract.
3.19.4 Authority For The Repair Of Special Repairs In Castings, The Repair Of Wrought Material, Or The Repair Of Forged Material Must Be Obtained Via Request For Waiver From The Procurement Contracting Officer. This Request Must Describe The Defect; Including
size, Depth, Location, And A Description Of The Proposed Repair. Repairs Deemed Minor Or Nominal In Accordance With S9074-ar-gib-010/278 Can Be Made At Contractor Discretion In Accordance With S9074-ar-gib-010/278 Requirements; However, Weld Procedure
specification (wps) And Procedure Qualification Record (pqr) Submittals Are Still Required. This Request For Navsup-wss Contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application.
3.19.5 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 72 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 72 Hour Time Limit May Be Modified Upon Mutual
agreement Between The Vendor And Dcma.
3.19.6 When Drawings Require Hardfacing Surface Iron Or Nickel Content Not To Exceed 5%, The Contractor Must Verify Surface Iron Or Nickel Content By Performing Chemical Testing As Defined By The Applicable Drawing. The Chemical Test Results Must Be Submitted
as Part Of The Qualification Data.
3.19.7 Additional Qualification Requirements For Production Hardfacing Thickness Less Than 1/8-inch: Macro-etch (or Legible Photomacrographs Clearly Showing The Fusion Area) Must Be Submitted For Review And Show Consistent, Minimized Dilution. All Essential
elements And Any Elements Not Listed In S9074-aq-gib-010/248 That Influence Dilution Must Be In The Qualification Data And Weld Procedure, With Strict Limits Placed On Each Essential Element.
3.19.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278.
3.19.9 When Production Or Repair Welding Is Required On Titanium Materials, Theapplicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Must Also Be Submitted For Review And Approval.
3.19.10 If The Contractor's Fabrication Plan, Facilities Procedure, Training Plan, Or Active Welder Qualification Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Applicable
documentation To Expedite The Approval Process. The Approval Letter Must Reference The Applicable Documentation. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. The Contractor's Fabrication Plan, Facilities Procedure, Training
plan, And Active Welder Qualification Must Be Submitted At The Same Time As The Applicable Welding Procedure(s) And Weld Procedure Qualification Data. All Documentation Must Be Submitted In A Commercially Available Electronic Format, Such As Adobe Acrobat Pdf.
3.19.11 A Certificate Of Compliance Is Required For All Weld Filler Metals Used For Production Or Repair Welding, And Must Include The Following:
a) Filler Metal Lot Number(s)
b) Specification And Type
c) A Positive Statement That The Vendor Has Obtained Oqe And Verified That Each Lot Of Weld Filler Material Conforms To Specification Requirements.
d) A Positive Statement Verifying That The Weld Filler Metals Were The Correct Material Type Or Grade Prior To Consumption.
3.19.12 When Production Welds Or Repair Welds Are Performed By A Subcontractor, The Requirement For Submission Of All Certification Documentation Required Herein Must Be Passed Down To The Subcontractor.
3.20 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012
or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate.
3.20.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/non-acceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality
requirements Established In The Contract/purchase Order.
3.20.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon
notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative.
3.20.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of
any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement.
3.20.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly
notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency
(dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately.
3.20.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco And Concurrence By The Government Quality Assurance Representative Prior To Adoption.
3.21 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And
rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected.
3.21.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made
available For Operations Of Such Devices
and For Verification Of Their Accuracy And Condition.
3.21.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided
by The Government Representative.
3.22 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization
of The Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being
purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon
receipt Of This Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest
defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately."
3.23 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document.
3.23.1 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services
specified In The Purchase Order Or Contract.
3.23.2 The Prime Contractor Must Ensure That The Purchased Product Conforms To Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The
purchased Product On The End Item Represented By This Contract.
3.23.3 The Prime Contractor Must Evaluate The Requirements Of The Contract And Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must
be Established. Records Of This Effort Must Be Available For Review By The Government.
3.23.4 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier.
3.24 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following:
3.24.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.24.2 Inspection For Completeness And Proper Type.
3.24.3 Verification Of Material Quality Received.
3.24.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.24.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.24.6 Identification And Protection From Improper Use Or Disposition.
3.24.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And
necessity For Withholding The Material From Use.
3.24.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On
bailed Property Must Be Maintained.
3.24.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.25 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other Required
objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within Paragraph 3,
section C Of This Contract/purchase Order.
3.25.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That
implement The Material Control Requirements Stated Herein.
3.26 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number For Metallic Material Or Batch Of Non-metallic Material, As Applicable, Which Must Also Be Marked On The
material. This Traceability Marking On The Material Must Provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples
must Be Taken No Less Than Once In Every Eight Hours Of Operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The
finished Component.
3.26.1 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. Additional/alternate Marking Requirements, If Applicable, Will Be Specified Elsewhere In The Contract/purchase Order. In Addition To The
marking Requirements On Applicable Drawings And/or Specifications, Marking For Traceability Is Required. All Traceability Markings Must Be Permanently Applied In Accordance With Mil-std-792 (except As Specified Below). An Alternate Marking Method Is
permissible Provided It Is An Available Option In The Contractually Invoked Specification Or Drawing, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order And Differs From That Specified In The Specification Or Drawing.
3.26.2 Traceability Markings For Items With Precision Machined Or Plated Surfaces, Or Material With Suitable Marking Surface Areas Less Than 3/8 Inches Square (either 3/8" X 3/8" Or An Area Equal To 0.1406 Inches Square) Must Be Applied To A Durable Tag And
the Tag Securely Affixed To The Material.
3.26.3 Permanent Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ;ball Must Be Marked In The Airway And Seats To Be Marked On The Outer Cylindrical Surface.;
3.26.4 Seat Marking - Each Seat Must Be Permanently Marked In Accordance With Mil-std-792, Type I And As Stated Below, Except For Teflon Seats, Which Must Only Be Tagged. Type Ix Marking May Be Substituted For Type I, Provided The Minimum Character Size
scribed By The Marking Tool Must Be Approximately 3/32 Inch High To Insure Legibility. Permanent Marking Is Not Permitted On Teflon Seats.
seat Marking Requirements Must Maintain Complete Traceability To Certification Oqe. Seat Marking Must Be Either Heat/lot Or Batch Number, A Vendor Traceability Number/code, Or A Combination Thereof And Must Be Unique To The Material Certification.
3.26.5 Traceability Markings Must Be Maintained Through Assembly, And Whenever Possible Must Be Visible After Assembly. For Items Where The Marking Is Not Visible After Assembly, A Durable Tag Must Be Securely Attached To The Item Identifying The Part
number, Piece Number, Traceability Number, And The Location Of The Permanent Mark.
3.27 See Cdrl-di-misc-81020 (chemical And Mechanical) And Cdrl Di-misc-80678 (seat Material) - Material Certifications - The Following Material Certification Requirements Apply:
3.27.1 Metallic Material - Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As
applicable, Of The Material Supplied.
3.27.2 Non-metallic Material - The Contractor Must Furnish The Applicable Test Reports For Each Heat/lot/batch Of Seat Material. Material Certification Test Reports Must Include, In Addition To The Specification, The Class, Form, Grade, Type, Process, And/or
composition, As Applicable, Of The Material Supplied.
3.27.3 Re-identification And Re-certification Of Metallic Material Is Required When The Material Is Subjected To A Process Which Alters Its Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical
composition Or Mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A
process Is Used During Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The
altered Material Must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties
are Altered, The Original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Marking Used With The Altered Material And At A Minimum Contain The Information Below.
traceability Marking________________________________________________ (marking On Finished Item)
is Fabricated From Raw Material Identified To
heat/lot Number _______________ And Heat Treat Number ______________________ (when Applicable)
_________________________________________ Date _____________________ (name And Signature Of Auth. Co. Rep.)
3.27.4 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And Contract
requirements. Transcription Of Certification Data Is Prohibited.
3.27.5 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable.
3.27.6 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected.
3.28 Material Handling - The Written Material Control Process Must Include The Following:
3.28.1 All Raw Materials Must Have Traceability Markings (except As Specified Below).
3.28.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability.
3.28.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate
material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability
marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process.
3.28.4 Brazing Or Weld Filler Metals For Strength Welds Forming Or Integral With Pressure Containing Components Or Assemblies Requiring Traceability Must Be Verified To Be The Correct Material, And Type Or Grade, As Applicable, Prior To Consumption. At A
minimum, Material Verification Must Consist Of Inspection Of Material Test Reports For Conformance To Specified Requirements. Control Of Welding And Brazing Filler Metals Must Be Maintained To The Point Of Consumption To Assure Use Of The Correct Type And
grade. Markings And Traceability Requirements Do Not Apply To Brazing And Weld Filler Metals After Consumption. It Is The Responsibility Of The Prime Contractor To Ensure Conformance With The Above Requirements On Welds Performed By Their Subcontractors.
3.28.5 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In
di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material.
3.28.6 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And
marking Location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing.
3.29 Receiving Inspection
3.29.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To
another Location.
3.29.2 Receiving Inspection Must Include As A Minimum -
verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports.
verification That Certification Test Reports Are Legible And Complete.
verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements.
3.30 Discrepancy Reporting
3.30.1 Nonconforming Products Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To The Responsible Sub-tier
supplier In Accordance With Established Procedures. Nonconforming Material Records Will Be Maintained And Available For Review By The Government Quality Assurance Representative (qar).
3.31 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance.
3.31.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military
specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code),
table Iia (for Sample Size).
small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot.
3.31.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The
government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above.
3.31.3 All Data Concerning Material Verification (chemical, Mechanical Or Physical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification
test Reports Must Also Be 100% Inspected For Completeness And Legibility.
3.31.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible.
3.31.5 Sampling For Certification Of Non-metallic Material Must Be On The Basis Of One Set Of Test Specimens From Each Heat/lot Or Batch.
3.32 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information:
1. Contractor's Name, Address And Date.
2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12)
3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable).
4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable).
5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable).
6. Manufacturer's Compound Number ("n/a" When Not Applicable).
7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable).
8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed
satisfactorily.
9. Contractor's Or Authorized Personnel's Signature.
4. Quality Assurance
4.1 Notes To Dcma Qar And The Contractor -
4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A
disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition.
4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A
record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco.
4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements.
4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders.
4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At:
https://register.nslc.navy.mil/
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item.
6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd
(contract Support Document) Library Within Ecds.
6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The
ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life.
6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A
critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation).
6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements.
6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's
commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program.
6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The
contracting Agency As Important, Are Observed And Evaluated.
6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government
representative Prior To Shipment.
6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied
conforms To The Specified Requirements.
6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits,
center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order.
6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated.
6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement.
6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government.
6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is
or After Repair By An Approved Method.
6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of
time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method.
6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety.
6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function
6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major.
6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item.
6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval.
6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification.
6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience
only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order.
;10/20/2016 - Updated Ecds Url
- Jun 20 2007 - Replaced Mil-t-9047 With Sae-ams Specs
- Feb 24 2012 - Added Appropriate Ut Acceptance Classes
- May 15 2012 - Updated Test Method And Note 2
- Jun 14 2012 - Added (properties Specified Below Only)
- Sep 18 2012 - Separated Note 2 For Teflon Fiber Content - As Certified By Dupont And White Teflon String Inclusions
- Sep 30 2008 - Thread Inspection Requirements Were Clarified
- Dec 17 2011 - Began Using Ecds For Submissions
- Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe
- Dec 17 2011 - Moved Quality Assurance Text Location For Readability
- Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes
- Jan 19 2011 - Added Notification Of Dcma Upon Contract Award
- Mar 22 2011 - Added Traceability Requirements For Non-metallic Seats
- Jul 02 2013 - Allowed Ball Valve Seats To Be Marked Using Mil-std-792 Type Ix In Addition To Type I
- May 02 2009 - Added Lubricants And Sealants To The C Of C
- Aug 27 2014 - Took Out Contractor's Phone Number Requirement
- Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section
- Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section; date Of First Submission=asreq
paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior T
Department Of Education Region Ii Tender
Others
Philippines
Closing Date21 Apr 2025
Tender AmountPHP 1.7 Million (USD 30.3 K)
Details: Description Invitation To Bid Supply And Delivery Of Various Office And Janitorial Supplies And Equipment For Deped Region 2-republication 1. The Department Of Education Regional Office Ii, Intends To Apply The Sum Of One Million Seven Hundred Twenty Thousand Thirty-seven Pesos And 71/100 (p 1,720,037.71) Being The Abc To Payments Under The Contract For The Procurement Of Goods: Supply And Delivery Of Various Office And Janitorial Supplies And Equipment For Deped Region 2-republication. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Education Regional Office Ii Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Sixty (60) Calendar Days Per Lot. Bidders Should Have Completed, Within Five Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Education Regional Office Ii And Inspect The Bidding Documents At The Address Given Below During Office Hours. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 28 – April 21, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee Of One Thousand Five Hundred Pesos (p 1,500.00) For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person Or Through Email At Bac.region2@deped.gov.ph. For The Reference Of Interested Bidders, Payment Of Bidding Documents May Be Resorted Through Online Bank Transfer Via The Following Bank Details: A. Account Name: Deped Trust Fund B. Account Number: 3702-1011-65 C. Current Account D. Landbank Of The Philippines – Capitol Branch, Tuguegarao City 6. The Department Of Education Regional Office Ii Will Hold A Pre-bid Conference On April 4, 2025, 9:00 Am At The Main Conference Hall, Deped Tuguegarao City, Cagayan Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Main Conference Hall, Deped Regional Office No. 2, Tuguegarao City, Cagayan On Or Before April 21, 2025 At 9:29 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On April 21, 2025 At 9:30 Am Main Conference Hall, Deped Regional Office No. 2, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Procurement Of Goods: Supply And Delivery Of Various Office And Janitorial Supplies And Equipment For Deped Region Ii Shall Include The Following: No. Unit Item Description/ Book Title Quantity Unit Cost Approved Budget Of The Contract 1 Gallon Alcohol, Ethyl 70%, 1 Gallon, Fda Approved 29 392.80 11,391.17 2 Piece Eraser, Plastic/rubber 14 9.09 127.20 3 Piece Sign Pen, Extra Fine Tip, Black. 0.5mm 96 24.42 2,344.32 4 Piece Sign Pen, Medium Tip, Black 1mm 414 62.92 26,048.88 5 Piece Sign Pen, Extra Fine Tip, Blue 0.5mm 48 24.42 1,172.16 6 Piece Sign Pen, Fine Tip, Blue 0.7mm 86 49.19 4,230.51 7 Piece Sign Pen, Medium Tip, Blue, 1mm 249 62.92 15,667.08 8 Pack Battery, Dry Cell, Size Aa By 4, Super Heavy Duty 90 27.50 2,475.00 9 Pack Battery, Dry Cell, Size Aaa By 4, Super Heavy Duty 90 23.10 2,079.00 10 Piece Broom (walis Tambo), Gross Weight 500 Grams, Diameter Handle:19mm, Length Of Handle: 550 Mm 28 137.28 3,843.84 11 Piece Broom (walis Ting-ting), Standard Size, Made Up Of Matured Coconut Midribs, Grip Material Made Up Of Braided Yantok Or Nylon 21 28.60 600.60 12 Piece Cleaner, Toilet Bowl And Urinal, 900 Ml 84 45.76 3,843.84 13 Bottle Cleanser, Scouring Powder, 350 Grams 62 26.31 1,631.34 14 Pouch Detergent Powder, All Purpose, 1 Kilo 72 59.49 4,283.14 15 Can Disinfectant Spray, Aerosol, 400grms, Fda Approved 50 153.88 7,693.95 16 Bottle Hand Soap, Liquid, 500ml 56 47.25 2,645.72 17 Unit Spin Mop , 360 Degrees, Heavy Duty-big 3 1,650.00 4,950.00 18 Kilo Rags, Round 1 Kilo Per Bundle 48 76.42 3,668.02 19 Pack Scouring Pad, Made Up Of Synthetic Nylon 22 94.19 2,072.25 20 Pack Trashbag, Xxl Size 10 143.00 1,430.00 21 Pack Trashbag, Large Size 28 65.21 1,825.82 22 Pack Trashbag, Xl Size 41 101.82 4,174.46 23 Piece Wastebasket, Made Of Rigid Plastic, Square, Rectangle Or Oval, 8.5 Liters 34 48.05 1,633.63 24 Bottle Ink, For Stamp Pad, Color Violet/black 26 31.67 823.39 25 Piece Philippine National Flag 3' By 5' 20 313.32 6,266.48 26 Piece Flash Drive, 64gb 64 168.01 10,752.90 27 Piece Light-emitting Diode (led) Light Bulb, 7 Watts 40 83.17 3,326.84 28 Piece Light-emitting Diode (led) Linear Tube, 18 Watts 25 226.40 5,660.05 29 Jar Glue, All-purpose, 240 Grms. 77 68.35 5,263.26 30 Box Staple Wire, Heavy Duty (binder Type), 23/13 9 40.04 360.36 31 Piece Staple Wire, Standard 121 26.14 3,162.46 32 Roll Tape, Electrical, Made Up Of Polyvinyl Chloride, 19mm, 16 Meters 10 21.40 213.95 33 Roll Tape, Masking, 24mm, 50 Meters 71 61.25 4,348.61 34 Roll Tape, Packaging, 48 Mm, 50 Meters 54 24.60 1,328.18 35 Roll Tape, Transparent, 24mm, 50 Meters 69 19.45 1,341.91 36 Roll Twine, Plastic, 1 Kilo 15 73.28 1,099.23 37 Piece Ruler, Plastic, 450mm 29 21.92 635.77 38 Piece Blade, For General Purpose Cutter/utility Knife, Length-100m, Width-16mm, Thickness-0.40mm 17 18.01 306.12 39 Piece Binding Ring/comb, Plastic, 32 Mm 6 285.88 1,715.27 40 Box Clip, Backfold, 25mm 40 17.16 686.40 41 Box Clip, Backfold, 32mm 37 36.61 1,354.50 42 Box Clip, Backfold, 50mm 44 66.35 2,919.49 43 Piece Data File Box, Single, With Close Ends, W-12mm, H-230mm, L-400mm 34 160.48 5,456.29 44 Piece Data Folder, With Taglia Horizontal Width-75mm, Height-230mm, Length 380mm, Made Up Of Leatherette Paper 220 91.31 20,088.42 45 Piece Data Folder, With Taglia Vertical 3 Inch A4 2 Holes Metal Clip Folder For Document, Height-12.8”, Width-25” 50 148.50 7,425.00 46 Piece Dater Stamp, Frame-steel And Plastic, 4 Band Date And 12 Year Band, Self-inking Stamp Pad 1 478.45 478.45 47 Box Envelope, Documentary, Legal, 15 1,163.34 17,450.07 48 Box Envelope, Expanding, Plastic, .5mm, L-380mm, W-260mm, Expansion-30mm 31 33.54 1,039.71 49 Box Envelope, Mailing White, Long 70gsm, Front Seal Adhesive 11 475.77 5,233.49 50 Box Envelope, Mailing, With Window, Long, 70 Gsm, Window-plastic, Front Seal Adhesive 1 563.99 563.99 51 Piece Eraser, Felt, For Blackboard/whiteboard, 5" X 2" X 1-5/16" 4 15.93 63.71 52 Box Fastener, Metal .30mm 61 104.10 6,350.34 53 Bundle Folder, Fancy With Slide, A4 10 297.44 2,974.40 54 Pack Folder With Tab, A4, 100's 84 417.56 35,075.04 55 Pack Folder With Tab, Legal, 100's 43 455.31 19,578.42 56 Pack Index Tab, Self Adhesive, Transparent 5 Sets Per Box With 5 Colors-clear, Yellow, Red, Green And Blue 24 74.36 1,784.64 57 Piece Marker, Permanent, Black 89 9.10 809.63 58 Piece Marker, Permanent, Blue 39 9.10 354.78 59 Piece Marker, Permanent, Red 31 9.10 282.01 60 Piece Marker, Whiteboard, Black 68 10.62 721.82 61 Piece Marker, Whiteboard, Blue 40 10.62 424.60 62 Piece Marker, Whiteboard, Red 20 10.62 212.30 63 Piece Pencil Sharpener, Manual Table Mountable Type, With Metal Clamp 21 259.69 5,453.45 64 Piece Puncher, Paper, Heavy Duty, Standard Size 13 169.31 2,201.06 65 Piece Puncher, Two-hole Iron 837xl, Big 6 770.00 4,620.00 66 Box Rubber Band No. 18 5 148.72 743.60 67 Piece Stamp Pad, Felt- Bed Dimension: 60mmx100mm 15 43.91 658.68 68 Pair Scissors, Symmetrical/asymmetrical, Overall Length:160mm, Cutting Blade 70 Mm, Thickness Of Blade, 1.70mm, Length Of Metal Handle,35mm 58 72.07 4,180.18 69 Piece Stapler, Standard Type 66 217.36 14,345.76 70 Piece Stapler, Heavy Duty (binder) 2 762.47 1,524.93 71 Piece Staple Remover, Plier-type 37 51.16 1,892.96 72 Pack Cartolina, Assorted Colors 5 92.09 460.46 73 Pad Notepad, Stick-on, 50mm X 76mm 91 40.77 3,709.71 74 Pad Notepad, Stick-on, 76mm X 100mm 95 65.21 6,194.76 75 Pad Notepad, Stick-on, 76mm X 76mm 38 57.20 2,173.60 76 Ream Paper, Multipurpose A4, 70 Gsm 272 151.51 41,211.81 77 Ream Paper, Multipurpose Legal, 70 Gsm 128 174.80 22,374.53 78 Pad Pad Paper, Ruled, Long 2 38.30 76.60 79 Book Record Book, 300 Pages, White Bond, Non-blot. Machine Pre-numbered Pages, Weight. 55 Gsm (-5%), Thickness. 0.07 Mm 17 100.87 1,714.79 80 Book Record Book, 500 Pages, 214mm X 278mm 13 137.02 1,781.21 81 Pack Tissue, Interfolded Paper Towel 73 37.18 2,714.14 82 Bottle Hand Sanitizer, 500 Ml, Scented In Gel, Fda Approved 80 93.59 7,487.04 83 Can Insecticide, Aerosol Water Based 600ml, Fda Approved 44 282.28 12,420.41 84 Book Handbook On Philippine Government Procurement (ra 9184 And Its Irr) 1 40.93 40.93 85 Piece Ballpen, Ballpoint, 0.5, Black 382 7.70 2,941.40 86 Pack Sticker Paper , A4 11 95.04 1,045.44 87 Roll Double Sided Tape, 18mm X 10mm 16 35.20 563.20 88 Roll Duct Tape, 48mmx10m (gray) 10 92.00 920.00 89 Pack Photo Paper, A4, Glossy, Semi-gloss, Matte, Or Satin. 7 63.36 443.52 90 Bottle Bleaching Solution, 1000 Ml 7 93.50 654.50 91 Unit White Board 1.5" X 2.5" 1 825.00 825.00 92 Bottle Dishwashing Liquid, 175ml, Pouch Refill 42 104.50 4,389.00 93 Box Plastic Fastener 32 71.50 2,288.00 94 Piece Bond Paper Short, 80 Gsm 6 291.50 1,749.00 95 Pack Push Pin, 100 Pcs. 1 Inch Round Head 11 27.50 302.50 96 Piece Door Mat, Big 28 55.00 1,540.00 97 Ream Glue Stick (paste) 22 G 13 71.50 929.50 98 Pack Deodorant Cake 50 G 44 55.00 2,420.00 99 Piece Disposable Gloves Latex, Large 2 225.50 451.00 100 Piece Manila Paper, Standard Size 6 92.40 554.40 101 Piece Padlock, Heavy Duty, 2 Inches 1 495.00 495.00 102 Piece Glue Gun, Weight: 0.11kg; Length: 22 Cm; Width: 5 Cm; Height: 12 Cm 2 275.00 550.00 103 Unit Keyboard, Standard, Wired 8 385.00 3,080.00 104 Cart Ink Cartridge, Hp Cc640wa (hp680), Black With 5 Years Expiration From The Manufacturing Date 2 968.97 1,937.94 105 Cart Ink Cartridge, Hp Cc643wa (hp680), Tri-color, With 5 Years Expiration From The Manufacturing Date 2 1,152.01 2,304.02 106 Cart Ink Cartridge, Hp F6v26aa (hp60), Tri-color, With 5 Years Expiration From The Manufacturing Date 6 466.75 2,800.51 107 Cart Ink Cartridge, Hp F6v27aa (hp60), Black, With 5 Years Expiration From The Manufacturing Date 10 466.75 4,667.52 108 Bottle Epson Ink 003, Black With 5 Years Expiration From The Manufacturing Date 113 385.00 43,505.00 109 Bottle Epson Ink 003, Magenta With 5 Years Expiration From The Manufacturing Date 76 407.00 30,932.00 110 Bottle Epson Ink 003, Cyan With 5 Years Expiration From The Manufacturing Date 76 407.00 30,932.00 111 Bottle Epson Ink 003, Yellow With 5 Years Expiration From The Manufacturing Date 76 407.00 30,932.00 112 Bottle Epson Ink 103, Black With 5 Years Expiration From The Manufacturing Date 2 300.00 600.00 113 Bottle Epson Ink 103, Magenta With 5 Years Expiration From The Manufacturing Date 2 320.00 640.00 114 Bottle Epson Ink 103, Cyan With 5 Years Expiration From The Manufacturing Date 2 320.00 640.00 115 Bottle Epson Ink 103, Yellow With 5 Years Expiration From The Manufacturing Date 2 320.00 640.00 116 Bottle Epson Ink 664, Black With 5 Years Expiration From The Manufacturing Date 24 495.00 11,880.00 117 Bottle Epson Ink 664, Magenta With 5 Years Expiration From The Manufacturing Date 15 495.00 7,425.00 118 Bottle Epson Ink 664, Cyan With 5 Years Expiration From The Manufacturing Date 15 495.00 7,425.00 119 Bottle Epson Ink 664, Yellow With 5 Years Expiration From The Manufacturing Date 15 495.00 7,425.00 120 Bottle Epson Ink, 001, Black With 5 Years Expiration From The Manufacturing Date 5 308.00 1,540.00 121 Bottle Epson Ink, 001, Magenta With 5 Years Expiration From The Manufacturing Date 5 352.00 1,760.00 122 Bottle Epson Ink, 001, Cyan With 5 Years Expiration From The Manufacturing Date 5 352.00 1,760.00 123 Bottle Epson Ink, 001, Yellow With 5 Years Expiration From The Manufacturing Date 5 352.00 1,760.00 124 Bottle Brother Ink , Bt D60bk With 5 Years Expiration From The Manufacturing Date 49 550.00 26,950.00 125 Bottle Brother Ink Bt5000, Magenta With 5 Years Expiration From The Manufacturing Date 22 605.00 13,310.00 126 Bottle Brother Ink Bt5000, Cyan With 5 Years Expiration From The Manufacturing Date 22 605.00 13,310.00 127 Bottle Brother Ink Bt5000, Yellow With 5 Years Expiration From The Manufacturing Date 22 605.00 13,310.00 128 Bottle Brother Ink Bt6000, Black With 5 Years Expiration From The Manufacturing Date 2 550.00 1,100.00 129 Bottle Hp Ink Gt53 With 5 Years Expiration From The Manufacturing Date 17 330.00 5,610.00 130 Bottle Hp Ink Gt52 With 5 Years Expiration From The Manufacturing Date 7 385.00 2,695.00 131 Bottle Hp Ink Gt52 With 5 Years Expiration From The Manufacturing Date 7 385.00 2,695.00 132 Bottle Hp Ink Gt52 With 5 Years Expiration From The Manufacturing Date 7 385.00 2,695.00 133 Bottle Canon Ink 790 With 5 Years Expiration From The Manufacturing Date 7 550.00 3,850.00 134 Cart Canon Ink 790 With 5 Years Expiration From The Manufacturing Date 7 495.00 3,465.00 135 Cart Canon Ink 790 With 5 Years Expiration From The Manufacturing Date 7 495.00 3,465.00 136 Cart Canon Ink 790 With 5 Years Expiration From The Manufacturing Date 7 495.00 3,465.00 137 Bottle Epson Ink, 008 Pigment Black With 5 Years Expiration From The Manufacturing Date 2 1,320.00 2,640.00 138 Bottle Epson Ink, 008 Pigment Magenta With 5 Years Expiration From The Manufacturing Date 2 1,100.00 2,200.00 139 Bottle Epson Ink, 008 Pigment Cyan With 5 Years Expiration From The Manufacturing Date 2 1,100.00 2,200.00 140 Bottle Epson Ink, 008 Pigment Yellow With 5 Years Expiration From The Manufacturing Date 2 1,100.00 2,200.00 141 Pack Tk-4140 Toner Cartridge For Use And Compatible With Taskalfa 2020, With 2 Years Expiration From The Manufacturing Date 4 4,235.00 16,940.00 142 Pack Colored Paper (assorted), Letter Size, 10 Pcs/pack 3 150.15 450.45 143 Pack Laid Paper, Legal Color Light Green, 90 Gsm 16 71.50 1,144.00 144 Pack Laid Paper, Legal, Color Corn Field, 90 Gsm 5 71.50 357.50 145 Pack Laid Paper, A4, Cream, 90 Gsm 10 57.20 572.00 146 Piece Sign Pen, Fine Tip, Green, .70mm 150 49.50 7,425.00 147 Piece Signing Pen Bxgpn - V10 (broad/large), Blue 22 49.50 1,089.00 148 Piece Signing Pen Bxgpn - V10 (broad/large), Black 22 82.50 1,815.00 149 Pack Brother Tape Cassette, Tze-241 Tape Laminated 15 1,100.00 16,500.00 150 Piece Certificate Holder, 11 X 8 1/2 115 55.00 6,325.00 151 Piece Certificate Frame, A4 50 110.00 5,500.00 152 Piece Glue Stick For Glue Gun,1/2” Or 12mm 15 11.00 165.00 153 Pack Acetate Pvc Binding Cover 200 Microns 0.2 Mm Lct 100 Sheets, A4 10 660.00 6,600.00 154 Bottle Glass And Multi Surface Clearner, 500 Ml 3 165.00 495.00 155 Box Facial Tissue (box), 190 Pupls 2 Ply 8 121.00 968.00 156 Pair Heavy Duty Scissors, Big, Multipurpose 17cm 2 132.00 264.00 157 Piece File Rack Tray Organizer, 3 Layers 3 660.00 1,980.00 Semi-expendable It/office Equipment/furniture 158 Unit Document Scanner, Flatbed, Heavy-duty Specifications: Versatile Flatbed Scanner With Adf; Auto Duplexing, Scan Stacks Of Documents Up To 25 Ppm1; 50-page Adf, 3-year Limited Warranty3 With Advance Exchange, Seamless Integration — Twain/isis Drivers, Scan To Storage Accounts Like Dropbox And More2, And Resolution: 1200 X 1200 Dp 2 33,000.00 66,000.00 159 Unit Multifunction Printer, 3 In 1, Continuous Ink System (cis) 6 19,800.00 118,800.00 160 Unit Multimedia Projector,lumens 4000 Min, Lamp Light 4 Hours Min., 1 Hmdi Output And 1 Vga Output, 1 Audio Jack 3.5mm Mini Jack 1 18,246.80 18,246.80 161 Unit Led Widescreen Monitor, 21.5" 1 12,100.00 12,100.00 162 Unit Uninterruptible Power Supply, 1000va 7 6,050.00 42,350.00 163 Unit External Hard Drive, 1 Tb 8 5,280.00 42,240.00 164 Unit Digital Voice Recorder, Specification: 4.05 × 1.45 × 0.49" And Approximately 1.7 Ozusb, With Built-in Lithium Battery Enables Up To 22 Hours Of Mp3 Recording Time And Recharges Via Usb. A Three-minute Quick Charge Grants One Hour Of Recording Time 3 8,073.08 24,219.23 165 Unit Wireles Presenter Clicker, Specification: Class: 2 Laser Max Output: Less Than 1m W, Wave Length: 640 - 660nm (red Light), Battery Type: 2 Aaa Batteries, Battery Life (laser Pointer): 20 Hrs Maximum, Battery Life (presenter): 1050 Hrs Maximum, Wireless Technology: 2.4 Ghz Wireless Technology, Operating Distance: Approx: 10 M 1 1,760.00 1,760.00 166 Unit • Air Conditioning Unit, Split Type Inverter (dual) 1.5 Hp With Installation, Specification: Cooling Power Consumption, Rated/min(w),1130 / 200 • Heating Consumption Power Rated/min(w), N/a Hvac Type C/o, Indoor Unit Dimension: Wxhxd(mm): 837 X 308 X 189 • Indoor Unit Weight(kg), 8.0 • Indoor Unit Weight(lb.),n/a • Outdoor Unit Dimension: Wxhxd(mm) 717 X 495 X 230 • Outdoor Unit Weight(kg) 21.6, Outdoor Unit Weight(lb.) 47.6, Product Type Wall Mounted, Inverter • Rated Input Voltage (v, Hz) 230, 60, Refrigerant Type R32, Cooling Capacity Max(btu/h), 13500 • Cooling Capacity Rated(hp) 1.5, Cooling Capacity Rated/min(btu/h),12000 / 2200 2 49,500.00 99,000.00 167 Unit Air Conditioned (window Type) 1.5 Hp Inverter With Installation, Specifications: Cooling Airflow Direction Control (left & Right): Manual Airflow Direction Control (up & Down): Manual, Fan Speed: 3 Steps Energy Saving: Active Energy Control: Yes, Product Dimension W X H X D(mm): 600 X 380 X 731 Product Type: Window, Product Weight(kg): 37.0, Product Type Ii: Inverter, Rated Input Voltage(v, Hz): 230, 60, Refrigerant Type: R32, Cooling Capacity Rated(hp): 1.5 1 41,800.00 41,800.00 168 Unit • Water Dispenser, Hot, Cold And Warm, Bottom Load, Specification: Free Standing Water Dispenser, Fast Cooling, Low Noise • Heating: 500w/ Cooling: 85w • Length:31cm Width:31cm Height:104cm 1 13,200.00 13,200.00 169 Unit Paper Shredder, 12 Sheet Micro Cut 2 16,500.00 33,000.00 170 Unit Electric Fan, Stand Type 16"blade, Plastic 19 1,716.00 32,604.00 171 Unit Steel Filing Cabinet, 4 Drawer Vertical Filing Cabinet With Central Locking System, Anti-top Over Safety Feature (only One Door At A Time Opening), Powder-coated Paint Finish, With File Dividers And Duplicate Keys, Heavy Duty Commercial Grade 1 13,200.00 13,200.00 172 Unit Steel Filing Cabinet, Gray (18"x36x"72), Made Up Of Iron Steel, Made Up Of Iron Steel With 4 Layers 1 13,750.00 13,750.00 173 Unit Steel Filing Cabinet,iso Beige (18"x36x"72), Made Up Of Iron Steel With 4 Layers 1 13,750.00 13,750.00 174 Unit Swivel Chair, Executive With Massager 6 4,950.00 29,700.00 175 Unit Computer Table With 6 Layers Bond Paper Shelves 1 6,600.00 6,600.00 176 Unit Laptop Battery (hp Elitebook X360 G2) 1 2,500.00 2,500.00 177 Set Desktop Computer (complete Package/set) Desktop Computer With The Following Minimum Specifications: - Microprocessor And Board Bundle: At Least Intel Core I7 13th Generation Or Higher Or Equivalent; On Board Gpu - Network And Wireless Connectivity: Integrated/built-in Wifi, Dual Band Wireless-2.4 Ghz And 5 Ghz, Bluetooth, And Lan Connectivity - Input/ Output Ports: Integrated/ Built-in Usb 3 Type A And C (at Least 4), Rj 45 Ethernet, Hdmi In And Out, Port For Audio And Microphone - Memory: At Least 16gb Ddr4 Or Higher Or Equivalent - Storage: At Least 512gb M.2 Nvme + 512gb Ssd - Display: At Least 27” Led Widescreen Monitor - Peripherals: Wired Keyboard And Mouse (heavy-duty, Silent, Mechanical) - Software: Licensed Genuine Pre-installed Windows 11 Pro, 64-bit With Activated And Updated Windows Defender - Power Supply: At Least 700w Tru-rated (80 Plus) - Warranty: At Least 1-year On All Parts And Services, On-site Next Business Day Service Warranty. - Casing: Micro Atx With Type A And Type C Usb Front Connection - Accessories: Ups At Least 650va, Portable Dvd-rom 3 49,500.00 148,500.00 178 Unit Office Executive Swivel Chair - Ergonomic Design - Heavy Duty - High Back With Head Rest - Contoured Fabric Seat Cushion - Breathable Mesh Back With Lumbar Support - Smooth And Quiet Rolling Feature - Gas Lift For Adjustable Height - 360 Degrees Swivel - Tilt And Single Lock Mechanism - Comfortable Arm Rest - Chrome Base And Nylon Caster 3 7,000.00 21,000.00 179 Unit Split-type Air Conditioner With Remote, Dual Inverter (1 Hp) - At Least 5 Years Warranty On Compressor, Or Higher - At Least 1 Year Warranty On Parts And Labor, Or Higher - At Least 1hp, Or Higher - Digital Inverter Technology - Wireless Remote Control With Timer, Fan, Fan Speed, And Temperature Control. - Cooling Capacity: 12,600kj/h, Or Higher Or Equivalent - Speed Cooling/ Fast Cooling - Filter: Care Filter, Anti Bacteria, Self- Cleaning, Washable - Airflow Direction Control: Up And Down, Left And Right - Refrigerant: R32 (gwp 675) - Energy Efficiency Ratio: At Least 12.06 Kj/hw, Or Equivalent - Energy Efficiency Rating: At Least 5.30 Or Higher Or Equivalent - Rust And Corrosion Protected - Equipped With Several Safety Devices To Protect Its Compressor From Breakdown - Power Requirements: 220-240v/60hz/1p (will Work With Philippines Electrical System) - Installation Included 1 40,000.00 40,000.00 Janitorial Supplies 180 Piece Bathroom Soap, 90 Gms. 25 38.50 962.50 181 Piece Floor Rag, Cotton (big Sizes) 50 55.00 2,750.00 182 Bottle Glass Cleaner W/ Spray 500 Ml. 10 203.50 2,035.00 183 Piece Brim Hat, Big Sizes 5 71.50 357.50 184 Bottle Bleaching Solution 500 Ml. 20 49.50 990.00 185 Meter Tansi, Plastic (for Grasscutter) #300 2 880.00 1,760.00 186 Piece Toilet Deodorant Cake, 99%, 50 Gms. 50 71.50 3,575.00 187 Piece Waste Bin, Plastic With Cover-16 Liters 10 214.50 2,145.00 188 Piece Pail (big)-25 Liters (plastic) 4 385 1,540.00 189 Sachet Fabric Conditioner, Sachet, 8 Ml 50 13.2 660.00 190 Set Recycling Bins(3-colors) Heavy Duty With Wheel, 100 Liters 3 1650 4,950.00 191 Meters Water Hose 1" With Nozzle 50 25 1,250.00 Lighting And Fixtures 189 Piece Bulb Receptacle 10 49.5 495.00 190 Piece Starter For Fluorescent 40 12.1 484.00 191 Piece Led Bulb, 5(9watts), 5(12watts) 10 198 1,980.00 192 Piece Circular Bulb, Led 24watts 25 385 9,625.00 193 Piece Fluorescent Tube (40 Watts) Led Daylight 20 203.5 4,070.00 194 Piece Male Plugs, Rubber 10 71.50 715.00 195 Piece Extension Cord 7 Meters-3 Gang With Gound Hole And Switch, Heavy Duty 13 880.00 11,440.00 Water Maintenance Supplies And Materials 196 Piece Union Patente Pvc 1 1/2 10 93.50 935.00 197 Can Pvc Solvent Cement, 200 Ml 5 187.00 935.00 198 Box Tox , 6 Mm 1 181.50 181.50 199 Piece Goose Neck Faucet, 360 Degree Swivel Spout,stainless 10 495.00 4,950.00 200 Box Screw 1 1/2", 100 Pcs 1 715.00 715.00 201 Piece Faucet ½”, Stainless 10 176.00 1,760.00 202 Piece G.i. Pipe, 1" Dia. 5 1,320.00 6,600.00 203 Piece Tape, Teflon, 10 Meters 10 27.50 275.00 204 Kilo Tie Wire, Ga 16 Annealed 5 88.00 440.00 Grand Total P 1,720,037.71 11. The Department Of Education Regional Office Ii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Marivic A. Somejo Bac Secretariat Chairperson Deped Ro2, Carig, Tuguegarao City 3500 Bac.region2@deped.gov.ph (078) -304-3855 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Visit Our Website At Region2.deped.gov.ph March 27, 2025 Florante E. Vergara Director Iii/assistant Region`al Director
Municipality Of Bugias Benguet Tender
Software and IT Solutions
Philippines
Closing Date10 Mar 2025
Tender AmountPHP 3 Million (USD 52.9 K)
Details: Description 1 3 Piece 2.5" Internal Ssd Storage, 1tb 2 1 Piece 3.5" 2tb Internal Sata Hdd, 7200rpm 3 2 Piece 550 Watts True Rated Cpu Power Supply, Non-modular 4 6 Piece A5 Business Notebook, Faux Leather Cover With Pen Holder, 360 Pages 5 5 Piece Accordion Expandable File Folder Organizer, 25 Pocket With Label, Legal 6 400 Piece Adjustable Screw 7 400 Piece Adjustable Screw, 2 1/2" 8 300 Piece Adjustable Screw, 2" 9 130 Piece Adjustable Screw, 3" 10 1 Bottle Alcohol 70% Sol'n- Natural Sanitizer, 1000ml 11 5 Gallon Alcohol, Ethyl, 68%-72%, With Moisturizer, Per Gallon 12 61 Bottle Alcohol, Isopropyl, 70%, With Moisturizer, Melon Scent, 500ml 13 45 Bottle Alcohol, Isopropyl, 70%, With Moisturizer, Melon Scent, 500ml, Spray 14 5 Bottle Alcohol, Isopropyl, 70%, With Moisturizer, Melon Scent, 500ml, Spray 15 1 Unit All In One Printer, Wifi, Adf, Duplex Multi-fxn'l Ink 16 1 Piece Anti-blue Light Computer Screen Protector 21.5 Inch 17 18 Piece Anti-blue Light Computer Screen Protector 24 Inch 18 3 Piece Anti-virus Software, 1 Year 19 2 Piece Atx Tempered Glass Side Panel Pc Case 20 3 Piece Battery Charger, Compatible For Aa And Aaa Battery, 4 Slot, Fast Charging, Maximum Output-1800mah, With Led Screen 21 18 Pack Battery, Aa, Dry Cell, Alkaline, 1.5 Volts, 2pc/pack 22 2 Pack Battery, Aa, Rechargeable, 1900mah, 1.2 Voltage 4pc/packet 23 2 Pack Battery, Aa, Rechargeable, 800mah, 1.2 Voltage 4pc/packet 24 33 Pack Battery, Aaa, Dry Cell, Alkaline, 1.5 Volts, 2pc/pack 25 14 Pack Battery, Aaa, Rechargeable, 2's 26 10 Pack Battery, C, 1.5v, 2's (medium) 27 12 Piece Binding Book Screw, Half Inch 28 10 Piece Binding Book Screw, One Inch 29 3 Ream Binding Paper, 8.5"x11", Pre-cut, Dark Blue, 100's 30 5 Piece Calculator, 12 Digits, Extra Big Display, Heavy Duty, Metal Cover, Tax Function, Two-way Power 31 2 Unit Calculator, Compact Desk Type, Tax Calculation, Metal Faceplate, Adjustable Tilt Display, 12 Digits (d183.5 X W109 X H10.8mm) 32 30 Piece Certificate Frame, Wooden 33 220 Piece Certificate Holder, A4 34 15 Piece Certificate Holder, Legal 35 10 Box Clip, Backfold, 15mm (5/8 Inch), 12's 36 15 Box Clip, Backfold, 32mm, 12's 37 25 Box Clip, Backfold, 51mm (2"), 12's 38 7 Piece Clipboard With Cover, Filefolder Organizer, Vertical Clip, Long, Pink 39 19 Piece Clipboard, Durable, Plastic, Long 40 13 Piece Clipboard, Plastic, Durable, Long, Metal Clip (butterfly) 41 1 Ream Colored Paper, Assorted, A4, 100's 42 1 Ream Colored Paper, Long, Green 43 1 Ream Colored Paper, Long, Red 44 1 Piece Cork Board (3ftx2ft) 45 1 Piece Cork Board (6ftx3ft) 46 10 Piece Correction Tape, Disposable, 5mmx12 Length 47 3 Unit Cpu, Processor-intel I7-14700, 16gb Ram 48 25 Piece Cutter Knife, Aluminum-alloy Handle, Japan Blade, L Size 49 6 Piece Cutting Pad, Pvc, A3 50 8 Piece Data File Box 51 2 Unit Desktop Computer(all-in-one), Core I5 12th Gen, 4gb Ram, 256ssd, 1tb Hdd, License Office Os 52 2 Piece Developer, Docu Center Sc2022, Black, Genuine 53 3 Piece Developer, Docu Center V 3060, Black 54 3 Piece Developer, Docu Center V 3060, Cyan 55 3 Piece Developer, Docu Center V 3060, Magenta 56 3 Piece Developer, Docu Center V 3060, Yellow 57 8 Pack Document File Case With Zipper, Waterproof, A3, 5pc/pack 58 1 Piece Dry Seal, Desk-type Regentseal Chrome (dc) Stainless Dry Seal Embosser 59 3 Unit Dual Way Window Intercom Anti-interference Mic And Speaker For Office, 220 Voltage, Recordable, Noise Free 60 115 Piece Eagle Ring Binder (arc File), Portrait-legal (hard Board Cover/3" Lever) 61 5 Box Envelope, Documentary, A4, 500pcs/box 62 1 Box Envelope, Mailing, 10-xx (long) 500pcs/box 63 16 Piece Eraser With Plastic Press 64 10 Piece Eraser, Soft, White, Synthetic Or Natural Rubber, Non-toxic, Dimensions Are 30 X 20 X 10mm 65 1 Piece Extension Wire, 5m 66 3 Piece External Drive, 1tb, Genuine 67 3 Unit External Drive, 1tb, Ssd, Genuine 68 1 Piece External Drive, 4tb 69 13 Box Fastener, Metal, Non-rust, 7cm, 50s 70 11 Box Fastener, Plastic, 7cm, 50's 71 6 Piece File Organizer, Metal, 4-tier 72 24 Piece File Storage Box, Kraft Board, Length: 40cm, Width: 32cm, Height: 26cm 73 22 Piece File Storage Box, Plastic, 80 Liters 74 1 Piece File Storage Box, Plastic, 80 Liters 75 3 Piece File Storage Box, Plastic, Heavy Duty, 150 Li 76 3 Piece Finger Moistener, For Paper Handling 77 16 Piece Flash Drive Usb 16 Gb, Otg, Type C 78 4 Piece Flash Drive Usb 32 Gb, Dual Otg, Type C 79 3 Piece Flash Drive Usb, 1tb, 4in1 Otg 80 19 Piece Flash Drive Usb, 64gb, Dual Otg, Type C 81 1 Pack Folder, Expanding, Legal, Green, 100's 82 1 Pack Folder, Pressboard, Legal, Blue And Yellow, 100's 83 7 Pack Folder, Tagboard, Legal, Brown, 100's 84 7 Pack Folder, Tagboard, Legal, White, 100's 85 2 Pack Folder, Tagboard, Legal, White, 100's 86 1 Pack Folder, Tagboard, Short, White, 100's 87 1 Piece Folding Bed, W/ 4 Inched Foam, With Wheels, Single, Heavy Duty 88 10 Pack Glossy Photo Sticker Paper, 150gsm, 20 Sheets, Waterproof, A4 89 3 Set Glue Gun, 6in1, Set (electric Heat Hot Melt, Craft Repair Tool(gluegun, Gluestick, Carving Knife, Tweezer, Colored Glue Stick, Transparent Glustick, Champagne Short Glue Stick) 90 3 Piece Glue Gun, Mini, 40w, Blue 91 5 Piece Glue Gun, Small 92 30 Piece Glue Stick, Assorted Color, Glitters, Metallic 93 25 Dozen Glue Stick, No. 10 94 3 Pack Glue Stick, Transparent, Small, 50pcs/pack 95 9 Piece Glue, 240 Grams 96 20 Piece Hardbound Book Cover, Long, Portrait, 2 Holes, Screw Type 97 1 Piece Heavy Duty Cork Board With Silver Aluminum Frame 4 Ft X 8 Ft (4x8) Wall Type 98 2 Unit Heavy Duty Paper Shredder, Can Shred 12 Sheet At 1 Time 99 1 Unit Heavy Duty Power Saving Stapler Ps-123 100 1 Piece Heavy Duty White Board With Stand 101 30 Piece Illustration Board, 1 Whole (30"x40") 102 1 Piece Ink Cartridge, Epson T692, Cyan, 110ml, Genuine 103 1 Piece Ink Cartridge, Epson T692, Magenta, 110ml, Genuine 104 1 Piece Ink Cartridge, Epson T692, Matte Black, 110ml, Genuine 105 1 Piece Ink Cartridge, Epson T692, Photo Black, 110ml, Genuine 106 1 Piece Ink Cartridge, Epson T692, Yellow, 110ml, Genuine 107 3 Bottle Ink Refill For Stamps, Oil Based, Black 108 3 Bottle Ink Refill For Stamps, Oil Based, Blue 109 7 Bottle Ink, Brother (btd60), Black, Genuine 110 8 Bottle Ink, Brother (dcp-t720dw), Black, Genuine 111 5 Bottle Ink, Brother (dcp-t720dw), Cyan, Genuine 112 5 Bottle Ink, Brother (dcp-t720dw), Magenta, Genuine 113 5 Bottle Ink, Brother (dcp-t720dw), Yellow, Genuine 114 20 Bottle Ink, Canon G4010, Black, Genuine 115 7 Bottle Ink, Canon G4010, Cyan, Genuine 116 7 Bottle Ink, Canon G4010, Magenta, Genuine 117 7 Bottle Ink, Canon G4010, Yellow, Genuine 118 8 Bottle Ink, Canon G4770, Black, Genuine 119 7 Bottle Ink, Canon G4770, Cyan, Genuine 120 7 Bottle Ink, Canon G4770, Magenta, Genuine 121 7 Bottle Ink, Canon G4770, Yellow, Genuine 122 6 Bottle Ink, Canon, G-71 Cyan, Genuine, 135ml (g1020 G2020 G3020 G3060 G4770) 123 6 Bottle Ink, Canon, G-71 Magenta, Genuine, 135ml (g1020 G2020 G3020 G3060 G4770) 124 8 Bottle Ink, Canon, G-71 Pgbk, Genuine, 135ml (g1020 G2020 G3020 G3060 G4770) 125 6 Bottle Ink, Canon, G-71 Yellow, Genuine, 135ml (g1020 G2020 G3020 G3060 G4770) 126 23 Bottle Ink, Epson, (001), Black, Genuine 127 10 Bottle Ink, Epson, (001), Cyan, Genuine 128 10 Bottle Ink, Epson, (001), Magenta, Genuine 129 9 Bottle Ink, Epson, (001), Yellow, Genuine 130 70 Bottle Ink, Epson, (003), Black, Genuine (for L3110 /l3101/ L3150 / L4150 / L4160 / L6160 / L6170 / L6190) 131 26 Bottle Ink, Epson, (003), Cyan, Genuine (for L3110 /l3101/ L3150 / L4150 / L4160 / L6160 / L6170 / L6190) 132 27 Bottle Ink, Epson, (003), Magenta, Genuine (for L3110 /l3101/ L3150 / L4150 / L4160 / L6160 / L6170 / L6190) 133 28 Bottle Ink, Epson, (003), Yellow, Genuine (for L3110 /l3101/ L3150 / L4150 / L4160 / L6160 / L6170 / L6190) 134 39 Bottle Ink, Epson, (664), Black, Genuine (for L565, L360, L210, L220, L365) 135 17 Bottle Ink, Epson, (664), Cyan, Genuine (for L565, L360, L210, L220, L365) 136 17 Bottle Ink, Epson, (664), Magenta, Genuine (for L565, L360, L210, L220, L365) 137 17 Bottle Ink, Epson, (664), Yellow, Genuine (for L565, L360, L210, L220, L365) 138 5 Piece Ink, Refill For Permanent Marker, 30ml, Black 139 1 Piece Intel Core I5-14400f (or Higher)- 18m Chache, Up To 4.40 Ghz 140 1 Piece Intel Core I5-14400f 4.7ghz Lga 1700 Processor 141 5 Piece Jam-resistant For Desk And Office Use Stapler # 35, Colored 142 2 Set Keyboard And Mouse, Usb Wireless Keyboard, 2.4g Stable Transmission (green) 143 4 Set Keyboard With Mouse, Wireless 144 2 Piece Keyboard, Usb Port 145 1 Piece Laminator Film Roll, Clear, 330mm X 100m 146 1 Unit Laptop: I5 Processor, 12th Gen, 8gb Ddr4 512gb Nvme, 15.6" Hd 1366x768 Resolution 147 1 Piece Laser Range Finder 148 1 Piece Lga 1700 Ddr4 Motherboard 149 3 Piece Long Arm Stapler, Standard #35 150 10 Pack Loose Leaf Binding Clip, 2 Hole, 10 Pcs Per Pack, Color Green 151 10 Pack Loose Leaf Binding Clip, 2 Hole, 10 Pcs Per Pack, Color Macaron Pink 152 300 Piece Loose Leaf Cover/loose Leaf Folder - Hard 153 30 Piece Magfile Long Horizontal-closed (data File Box) 154 11 Box Marker, Permanent, Broad, Black, 12's 155 4 Box Marker, Permanent, Broad, Blue, 12's 156 1 Box Marker, Permanent, Broad, Red, 12's 157 1 Box Marker, Permanent, Round/fine, Black, 12's 158 2 Box Marker, Whiteboard, Broad, Black, 12's 159 1 Box Marker, Whiteboard, Broad, Blue, 12's 160 1 Box Marker, Whiteboard, Broad, Red, 12's 161 3 Box Marker, Whiteboard, Round/fine, Black, 12's 162 3 Box Marker, Whiteboard, Round/fine, Red, 12's 163 2 Piece Megabox, 100l, With Wheels 164 10 Piece Megabox, 65l, With Wheels 165 1 Piece Memory Card For Digital Camera, 128 Gb, Genuine 166 5 Piece Memory Card For Digital Camera, 128 Gb, Genuine 167 1 Piece Memory Card For Digital Camera, 64 Gb, Genuine 168 8 Piece Memory Card, 128gb 169 1 Piece Mini Self-inking Stamp 1/8" "elma L. Andres/ Municipal Budget Officer" 170 3 Unit Monitor, 24" Fhd 171 4 Unit Monitor, 24" Fhd 172 5 Piece Monoblock 173 72 Piece Monoblock Chair 174 8 Piece Mouse, Usb Port 175 2 Piece Mouse, Wireless, Extra Comfort And Silent, 1000 Dpi 176 8 Piece Multipurpose Table And Pen Organizer 177 105 Piece Notebook (hard Cover) With Sticky Notes And Pen, 70 Leaves 178 200 Piece Notebook, Spiral, Hard Cover, 100 Pages 179 10 Piece Notebook/journals, Hard Cover, 500 Pages 180 1 Piece Office Dry Seal -lcro 181 2 Piece Paper Cutter, Metal Base, 15"x12" 182 1 Unit Paper Cutter, Sliding Trimmer, Metal Base, Heavy Duty 183 5 Ream Paper, Multicopy, A3, 80 Gsm 184 35 Ream Paper, Short, 70gsm 185 15 Ream Paper, Short, 80gsm 186 30 Ream Paper, Short, 80gsm 187 3 Pack Parchment Paper, A4, Broad, New Capri Cream, 180gsm, 10's 188 3 Pack Parchment Paper, Long, Broad, New Capri Cream, 180gsm, 10's 189 3 Pack Parchment Paper, Short, Broad, New Capri Cream, 180gsm, 10's 190 9 Box Pen, 0.4, Ultra Fine, 12/box (black) 191 5 Box Pen, 0.4, Ultra Fine, 12/box (blue) 192 5 Box Pen, Fine Ballpoint, 0.27mm, With Removable Clip Cap, 12pc/box, Black 193 1 Box Pen, Fine Ballpoint, 0.27mm, With Removable Clip Cap, 12pc/box, Blue 194 1 Box Pen, Fine Ballpoint, 0.27mm, With Removable Clip Cap, 12pc/box, Red 195 5 Box Pen, Fine Ballpoint, 0.7mm, Black, 12's 196 7 Box Pen, Fine Ballpoint, 0.7mm, Blue, 12's 197 5 Box Pen, Fine Ballpoint, 0.7mm, Red, 12's 198 5 Box Pen, Fine Tech, 0.3mm, 12pc/box, Black (117711) 199 5 Set Pen, Fine Tech, 0.3mm, 5 Color/set, (117710) 200 30 Box Pen, Gel, Smooth Ink, 0.5mm, Black, 12 Pcs Per Box 201 15 Box Pen, Gel, Smooth Ink, 0.5mm, Blue, 12 Pcs Per Box 202 5 Pack Pen, Retractable, 0.5mm, 50's, Black 203 5 Box Pen, Retractable, Ball Point, 0.7, Black, 12pcs/box 204 3 Box Pen, Retractable, Ball Point, 0.7, Blue, 12pcs/box 205 1 Box Pen, Retractable, Ball Point, 0.7, Red, 12pcs/box 206 24 Pack Pen, Retractable, Ballpoint, Stainless Steel Tip, Smooth Flowing Ink, 12's, Black 207 2 Pack Pen, Retractable, Ballpoint, Stainless Steel Tip, Smooth Flowing Ink, 12's, Blue 208 34 Pack Pen, Retractable, Ballpoint, Super Fine, 0.5mm, 20's, Black 209 2 Pack Pen, Retractable, Ballpoint, Super Fine, 0.5mm, 20's, Blue 210 6 Pack Pen, Retractable, Gel, Smooth Ink Pen, 0.7mm, 12's, Black 211 7 Box Pen, Roller Ball Pen, Micro Fine, 0.4mm, 12/box, Black 212 4 Box Pen, Roller Ball Pen, Micro Fine, 0.4mm, 12/box, Blue 213 6 Box Pen, Roller Ball Pen, Ultra Fine, C3, 0.3, Black, 12 Pcs Per Pack 214 2 Box Pen, Roller Ball Pen, Ultra Fine, C3, 0.3, Blue, 12 Pcs Per Pack 215 1 Box Pen, Roller Ball Pen, Ultra Fine, C3, 0.3, Purple, 12 Pcs Per Pack 216 6 Box Pen, Roller Ball Pen, Ultra Fine, C4, 0.4, Black, 12 Pcs Per Pack 217 7 Box Pen, Roller Ball Pen, Ultra Fine, C5, 0.5, Black, 12 Pcs Per Pack 218 5 Box Pen, Roller Ballpen, 1.0, Broad/large, Black, 12pcs/box, V10 219 1 Box Pen, Roller Ballpen, 1.0, Broad/large, Red, 12pcs/box, V10 220 12 Box Pen, Smooth Ink, 0.5mm, Black, 12's 221 1 Piece Photocopier Table 222 2 Pack Photopaper A4, 10pcs/pack 223 20 Pack Photopaper, Glossy, A4, 200 Gsm, 20's 224 23 Pack Photopaper, Glossy, A4, Double Sided, 240 Gsm, 10's 225 7 Piece Planner 2025, Hard-bound 226 10 Piece Plaque (personalize) 227 50 Piece Plastic Ring Binder(spirals), 0.5" Or 12mm 228 50 Piece Plastic Ring Binder(spirals), 0.75" Or 20mm 229 50 Piece Plastic Ring Binder(spirals), 1" Or 25mm 230 55 Piece Plastic Ring Binder(spirals), 1.5" Or 38mm 231 1 Piece Portable Storage, External Hard Drive, Slim Expansion, 2tb, Quick File Transfer With Usb 3.0 Cable 232 2 Piece Ppt Presenter Wireless Pointer Remote Control Pen R400 233 17 Box Printable Pvc Id Cards, 250's 234 1 Piece Printer (print Only) 235 10 Piece Printer Cover, Cloth, 1mx1m 236 2 Unit Printer Ecotank (print, Sca, Copy, Fax), All-in-one Printer, With Automatic Document Feeder, Maximum Resolution (5760-1440dpi), Compact Integrated Tank Design, Wifi/direct, High Yield In Bottles 237 3 Unit Printer, A4, All-in-one, Eco-tank 238 2 Unit Printer, Colored, All In One (print/sca/copy/fax), Wifi Inktank With Feeder 239 1 Unit Printer,colored, All In One (print/scan/copy/fax), Wifi Inktank 240 6 Piece Puncher, 7 Cm Hole Punch Distance, Punches Up To 50 Sheets, Automatic Centering Gauge, 9x17x20cm 241 5 Piece Puncher, Paper, Heavy Duty, 2-hole, With Adjustable Paper Guide, Durable Metal 242 14 Box Push Pin, Assorted Colors, 100's 243 5 Ream Pvc Binding Cover, A4, Colorless 244 5 Ream Pvc Binding Cover, Legal, Colorless 245 3 Piece Ram (for Cpu), Ddr4, 16gb 246 26 Piece Replacement Ink Pad For C20/p20, E/20 247 2 Piece Replacement Ink Pad For C60/p60, E/60 248 2 Piece Replacement Ink Pad, S-400-7d 249 1 Roll Ribbon, 1", Blue, Satin, 50 Yards 250 3 Roll Ribbon, 1", Glitter Stripe (green), 50 Yards 251 2 Roll Ribbon, 1", Glitter Stripe (orange), 50 Yards 252 1 Roll Ribbon, 1/2", Red, Satin, 50 Yards 253 2 Roll Ribbon, 3", Satin Sandy Cut Edge (green), 50 Yards 254 2 Roll Ribbon, 3", Satin Sandy Cut Edge (orange), 50 Yards 255 2 Roll Ribbon, 3", Satin Sandy Cut Edge (red), 50 Yards 256 30 Piece Ruler, 12", Plastic 257 6 Piece Ruler, 12", Stainless Steel 258 5 Piece Ruler, Rubberize, Flexible, Bendable, 12 Inch 259 5 Piece Ruler, Stainless Steel, 12" 260 1 Pack Satin Ribbon Flowers With Crystal Bows Rose For Craft, 50pc/pack, Assorted Color 261 5 Pair Scissors, 7 1/2 262 17 Pair Scissors, Heavy Duty, Stainless Steel Blade, Unique Rubberized Handle,11" 263 7 Pair Scissors, Stainless Steel, 120mm 264 11 Pair Scissors, Standard, All-purpose, 6 1/2" 265 6 Pair Scissors, Tailoring Steel, 8 Inch 266 1 Piece Self-inking Mini Date Stamp 1/8" 267 3 Piece Self-inking Mini Dater Stamp, Date Band Height: 1/8" 268 1 Piece Self-inking Mini Dater Stamp, Date Band Height: 1/8" 269 4 Piece Self-inking Stamp- "name To Be Specified", 14x38mm 270 1 Piece Self-inking Stamp- "name To Be Specified", 14x38mm 271 1 Piece Self-inking Stamp- "rizza Marie M. Saldaen" One Line Only 272 3 Piece Self-inking Stamp, 14 X 38mm, "name To Be Identified" 273 2 Piece Self-inking Stamp, 14x38mm "due To Bir; Cash In Bank" 2 Lines 274 4 Piece Self-inking Stamp, 14x38mm "personnel Name With Designation" 275 1 Piece Self-inking Stamp, 14x38mm "training Expenses; Representative Expenses" 2 Lines 276 2 Piece Self-inking Stamp, 14x38mm "training Expenses; Travelling Expenses" 2 Lines 277 2 Piece Self-inking Stamp, 40mmx64mm "municipality Of Buguias, Municipal Accounting Office, Received Stamp With Date" 3 Lines 278 4 Piece Self-inking Stamp, 47mmx18mm, "certified Photocopy" 279 2 Piece Self-inking Stamp, 47mmx18mm, "certified Photocopy" 280 6 Piece Self-inking Stamp, 47mmx18mm, "received With Date" 281 1 Piece Self-inking Stamp, 47mmx18mm, "released Or Received" 282 1 Piece Self-inking Stamp, 5cm X 7cm "flordeliza G. Etong/ Admin. Assistant Ii" 283 2 Piece Sel-inking Stamp- "bebing L. Dao-it- 1st Line; Municipal Treasurer-2nd Line" 284 4 Piece Sharpener, Hand Crank Manual Mechanical, Table Top 285 25 Piece Side Clip 3" Lever Arch File Folder (a4) 286 16 Piece Sign Pen, 0.7mm, Black, V5 Rt 287 35 Box Sign Pen, Gel Pen, 0.5mm, 12pcs/box, Needle Tip, Black 288 35 Box Sign Pen, Gel Pen, 0.5mm, 12pcs/box, Needle Tip, Green 289 1 Box Sign Pen, Gel Pen, 0.5mm, 12pcs/box, Needle Tip, Red 290 35 Box Sign Pen, Gel Pen, 0.5mm, 12pcs/box, Needle Tip,violet 291 2 Box Sign Pen, Gel Pen, 0.7mm, 12pcs/box, Needle Tip, Black 292 2 Box Sign Pen, Gel Pen, 0.7mm, 12pcs/box, Needle Tip, Blue 293 1 Box Sign Pen, Liquid Gel Pen, 0.5mm, Fine Line Capped, Needle Tip, Black, 12's 294 1 Box Sign Pen, Liquid Gel Pen, 0.5mm, Fine Line Capped, Needle Tip, Blue, 12's 295 2 Box Sign Pen, Liquid Gel Pen, 0.7mm, Fine Line Capped, Needle Tip, Black 12's 296 5 Box Sign Pen, Pure Liquid Ink, 0.5mm, Black, 12's 297 1 Box Sign Pen, Pure Liquid Ink, 0.5mm, Blue, 12's 298 15 Piece Sign Pen, Pure Liquid Ink, 0.7mm, Black 299 1 Piece Sliding Paper Cutter, Heavy Duty Paper Trimmer, Portable Cutter 300 8 Unit Speaker For Computer/laptop 301 5 Pack Special Paper, A4, 185gsm, Colored, 10 Pcs Per Pack 302 84 Pack Special Paper, A4, 200gsm, Pale Cream, 10 Pcs Per Pack 303 105 Pack Special Paper, A4, 200gsm, White, 10 Pcs Per Pack 304 5 Pack Special Paper, Long, 185gsm, Colored, 10 Pcs Per Pack 305 48 Pack Special Paper, Long, 200gsm, Pale Cream, 10 Pcs Per Pack 306 25 Pack Special Paper, Long, 200gsm, White, 10 Pcs Per Pack 307 232 Pack Special Paper, Long, 200gsm, White, 10 Pcs Per Pack 308 20 Pack Special Paper, Long, 90gsm, 10pcs/pack 309 50 Pack Special Paper, Short, 200gsm, Pale Cream, 10 Pcs Per Pack 310 20 Pack Special Paper, Short, 200gsm, White, 10 Pcs Per Pack 311 16 Pack Special Paper, Short, 200gsm, White, 10 Pcs Per Pack 312 8 Bottle Stamp Pad Ink Refill, Black, 50ml 313 3 Piece Stamp Pad, Felt, 5"x7", Metal Case, Violet 314 11 Piece Stamp Pad, Felt,2.75"x4", Metal Case, Violet 315 2 Piece Stamp, Rubber, "received", 41mmx24mm 316 2 Box Staple Wire, #10, 1000s/box 317 39 Box Staple Wire, #35, 5000s/box 318 8 Box Staple Wire, For Heavy Duty Staplers, 23/24 24mm 319 2 Piece Stapler Max No. 10 (hd-10) 320 10 Piece Stapler W/remover, Standard, Heavy Duty (no. 1111) 321 2 Piece Stapler, 30 Sheets/75g, Abs Plastic Cover + Spcc Metal Structure, Plier Type 322 3 Piece Stapler, Flat Clinch, Full Strip, Twin Lever, Heavy Duty, 55(h)x50(w)x122.5(l)mm 323 3 Piece Stapler, Kw-trio Desk Stapler, All Metal Staple, Heavy Duty 324 4 Unit Steel Rack, 5 Layers, White 325 8 Pack Stick On Note, "please Sign Here" Index, Easy Stick & Removable Notes, Plastic Film, Arrow, 5 Sets/pack 326 35 Pack Stick On Note, Easy Stick & Removable Notes, Plastic Film, Paper, 0.5"x1.7", 6 Sets/pack 327 15 Pack Sticker Paper, Printable, A4, 80gsm, Non Smudge, 100's 328 47 Pad Sticky Note, 2"x2", 100's 329 1 Pad Sticky Note, 2"x3", 100's 330 34 Pad Sticky Note, 3"x3", Assorted Color, 100's 331 9 Pad Sticky Note, 3"x4", 100's 332 1 Pad Sticky Note, 3"x5", 100's 333 22 Pad Sticky Note, 4"x4", 100's 334 6 Pad Sticky Note, 4"x4", 200's 335 3 Piece Storage Box, 100l, Black Multipurpose With Keyhole And Wheels, Dimensions: Height-15 Inches; Length-27 Inches, Width- 19 Inches 336 2 Piece Storage Box, 36l, Green, With Built-in Padlock Hole For Added Security, Sturdy And Smooth Wheels For Easy Transport, Handle Locks Lid Securely When Carrying, Stackable And Space-sacing Design, Easy To Clean Bidy And Lid Material, Dimensions: 43.2 X 52.3 X 38.3 Cm 337 2 Piece Storage Box, 80l, Black Multipurpose With Keyhole And Wheels, Dimensions: Height-15 Inches, Length- 21 Inches, Width-17 Inches 338 6 Piece Table Name, Acrylic 339 5 Piece Tape, Adhesive, Double-sided, 5 Meters 340 17 Roll Tape, Double Sided, High Performance, 1" (24mm) X 10m 341 16 Roll Tape, Double Sided, High Performance, 1/2" (12mm) X 10m 342 5 Roll Tape, Double Sided, High Performance, 3/4 (18mm) X 10m 343 8 Roll Tape, Hardbound, High Performance, 1 1/2"x25m/36mmx25m (duct Tape) 344 125 Roll Tape, Hardbound, High Performance, 2"x25m/48mmx25m (duct Tape), Gray 345 9 Roll Tape, Masking, High Performance, 1 1/2" (36mm) X 100m 346 29 Roll Tape, Masking, High Performance, 1" (24mm) X 100m 347 8 Roll Tape, Masking, High Performance, 2" (48mm) X 100m 348 20 Roll Tape, Packaging, High Performance, 2" (48mm) X 100m 349 117 Roll Tape, Transparent, High Performance, 1'' (24mm) X 100m 350 118 Roll Tape, Transparent, High Performance, 2'' (48mm) X 100m 351 10 Roll Tape, Transparent, High Performance, 3/4" 352 1 Piece Toner Cartridge, Black, Dc2022, Genuine 353 3 Piece Toner Cartridge, Canon No. 325, Genuine 354 1 Piece Toner Cartridge, Docu Centre- V C 2263/2265, Black, Genuine 355 2 Piece Toner Cartridge, Hp1006 Laserjet 356 6 Roll Twine, Plastic, 1000g (min) 357 3 Piece Uninterrupted Power Supply 358 2 Piece Ups For Computer, 1000va/600 Watts 359 3 Piece Ups For Computer, 1000va/600 Watts True Rated 360 4 Unit Ups For Computer, 2000va, Input: 140vac-300vac, 50/60hz, 6.0amax, Output: 230vac,50/60hz 361 5 Piece Ups For Computer, 2000va: 1200/1500w 362 1 Piece Ups With Avr Uninterruptible Power Supply 363 5 Piece Ups, Output Power Capacity: 600watts / 1.0 Kva, 600watts, 230v 364 3 Piece Usb A Male To Usb B Male Printer Wire Cable Cord 365 17 Piece Usb Hub, 4-port, 2.0/3.0 High Speed 366 3 Piece Wall Clock, Heavy Duty With Easy To Read Numerals, 300mm Diameter 367 1 Piece Waste Toner Bottle, Apeos V 3060 368 3 Piece Waste Toner Bottle, Docu Centre Sc 2020, Genuine 369 4 Piece Webcam, 1080p 370 1 Piece White Board (ftx3ft) 371 3 Piece Wifi Adapter, 800 Mbps Stable Esports Level, Wifi Reception/transmission, With 2 External Directional Antennas, Usb Port Type 372 4 Piece Wifi Adapter, With Antenna 373 5 Pad Yellow Pad Paper, Long Other Office Supplies And Materials 374 1 Piece Center Table (black Wood, 100cmx50cm) 375 1 Piece Chopping Board, Heavy Duty, Plastic, 32cm X 22cm X 2 Cm 376 1 Roll Cloth, 100% Polyester Wood Dobby Chiffon, Cream 377 1 Roll Cloth, 100% Polyester Wood Dobby Chiffon, White 378 1 Set Coffee Grinder Electric Oceanrich G2, Usb Rechargeable Coffee Bean Grinder, Portable Black Electric Conical Burr Coffee Grinder-5 379 40 Yard Curtain, Plain Cloth, Assorted Colors 380 15 Bar Detergent Bar Soap, Jumbo, Cutted, 120g Or More 381 5 Pack Deterget Powder, 2kg Or More/pack 382 8 Piece Dipper Scoop, Big Size 383 1 Piece Dish Cabinet, Dish Rack, 2l 2 Layers 384 12 Bottle Dishwashing Liquid With Antibac, Lemon, 250ml/bottle 385 10 Piece Dishwashing Scrub, Stainless Steel 386 5 Can Disinfectant Spray, Aerosol Type, 400-550 Grams 387 2 Piece Dust Pan, Stainless, Heavy Duty 388 2 Piece Emergency Light, 200w True-rated Solar Ceiling Light 389 9 Piece Emergency Light, Twinhead, 1200 Lumens, Rechargeable 390 5 Piece Extension Wire Wheel (15 Meters) 391 2 Piece Extension Wire Wheel, (15 Meters) 392 1 Piece Extension Wire Wheel, 15m 393 1 Piece Extension Wire Wheel, With Individual Switch 394 22 Box Facemask, Disposable, 3 Ply, 50pcs/box 395 10 Pack Facemask, K95, 10pcs/box 396 1 Piece Fan Ceramic Heater, 750/1500 Watts, Thermostat, Safety Shut-off 397 1 Unit Floor Mop, Flat With Bucket 398 22 Piece Foot Rag/ Door Mat, Cloth 399 5 Dozen Fork, Stainless, Korean 400 11 Bottle Glass And Multi-surface Cleaner, 500ml 401 30 Piece Gloves, Cloth, Large 402 10 Box Gloves, Disposable, Latex, L, 100's 403 10 Box Gloves, Disposable, Vinyl, Medium, 100's 404 12 Bottle Hand Soap, Pump Bottle, 500ml 405 1 Piece Hdmi Cable, 15 Meters 406 5 Piece Hot Water Bottle Thermos Pot, Offwhite 3200ml, Heavy Duty 407 3 Bottle Insecticide Spray, Odorless, 500ml 408 1 Set Kitchen Storage Countertop Organizer, Dish Drying Rack, 60 Cm 409 1 Piece Kitchen Utensils Storage/6 Layers/ Dish Cabinet, 62x37x167cm (lxwxh) 410 3 Piece Knife, Stainless Steel 411 1 Piece Knife, Stainless Steel, 31.5cm 412 1 Piece Lpg Double Burner Stove Sgs 27li/202i With Regulator, Slim Type Lpg Stove, Automatic Ignition, Removable Trivet With Drip Pan, Stainless Top And Front, Double Detachable Top Burner, 560mmx380mmx125mm 413 1 Unit Lpg Gas Tank With Content, 11 Kg, Tank Pol-valve (de-roskas) 414 2 Unit Magic Mop 415 6 Piece Micro Fiber Feather Duster 416 1 Piece Microfiber Soft Quick Dry Water Absorbent Hand Towel 417 1 Unit Multicooker, 3.0l-4.0l Capacity, Glass Cover, Aluminum Or Non-stick Pot, Heavy Duty 418 7 Can Multi-insect Killer, Spray, 300ml 419 10 Bottle Multipurpose Bleach, Color Safe Blossom Fresh With Oxygen Bleach, 900 Ml 420 10 Piece Multipurpose Cellulose Scrub Spone, Dual Sided, Dishwashing Sponge 421 1 Roll Native Cloth, 1 1/2" Wide, 50 Yards 422 3 Unit Office Swivel Chair, Adjustable, Black 423 5 Piece Padlock, 50mm 424 11 Piece Padlock, 50mm 425 11 Piece Pail, Plastic, 60 Liters Or More 426 20 Pack Paper Cups, 16 Oz, 50s 427 6 Pack Paper Cups, 8 Oz, 50s 428 2 Unit Perculator, 4 Quartz 429 30 Set Personalized Solibao W/ Stand (tokens) 430 5 Pack Plastic Cellophane, Eco-friendly/biodegradable, Large, 50s 431 16 Piece Powerbank, 3 Output, 3 Input, 30000 Mah, Fast Charging, Heavy Duty 432 7 Piece Powerbank, 30w Output, Branded, 10000mah Portable, Fast Charging, Heavy Duty 433 1 Piece Powerbank, Solar, 20000mah 434 1 Unit Pressure Cooker, 9.4l 435 6 Pair Rain Boot(men: H-cut, S-10, Women: H-cut, S5-8) 436 2 Pair Rainboot (women: H-cut, S5-6) 437 2 Unit Rice Cooker, 10 Cups 438 1 Unit Rice Cooker, 1l 439 1 Unit Rice Dispenser, 10kg 440 6 Pair Safety Shoes (steel Shoe, Original, Pure Leather Anti-slip) 441 1 Unit Smartphone, Android 10, Kirin 990 5g, Octa-core Cortex A55, 8gb Ram, 256gb Storage, 4200 Mah Li-po, Oled 90 Hz Hdr10, 1200x2640 Pixels, Usb Type C 3.1 Otg 442 3 Piece Soft Broom, 8 Fingers, Super Thick 443 1 Piece Softbroom 444 5 Piece Spatule/laddle 445 1 Unit Spin Mop 360 With Bucket 446 2 Piece Spoon And Fork Holder 447 3 Dozen Spoon, Stainless 448 5 Dozen Spoon, Stainless 449 2 Piece Stick Broom 450 3 Unit Swivel Chair, Heavy Duty, High Back Chair With Arm Rest, Cushioned Seat 451 1 Set Table, Customized 452 5 Bottle Tile Bowl Cleaner, 1l 453 193 Pack Toilet Tissue, Soft & Fit, 3-ply, 180g/pc, 10pc/pack 454 50 Piece Token, Mug Tumbler, Personalized, Bamboo, 350ml 455 60 Piece Token, Mug, Personalized 456 57 Pack Trash Bag - Black, Thick (large), 10's 457 25 Pack Trash Bag - Black, Thick (small), 10's 458 1 Unit Two Burner Induction Cooker Water Proof, Heavy Duty, Long Service 459 13 Piece Umbrella, Standard, Folding, Heavy Duty 460 13 Piece Umbrella, Standard, Long, With Spring On Ribs, Reversible, J Handle 461 7 Piece Wash Basin, Multipurpose, Thick, Rubberized, 30 Cm
City Of Cagayan De Oro Tender
Healthcare and Medicine
Philippines
Closing Date3 Apr 2025
Tender AmountPHP 19.1 Million (USD 333.9 K)
Details: Description Republic Of The Philippines City Of Cagayan De Oro Bids And Awards Committee Invitation To Bid For Supply And Delivery Of Drugs And Medicines (lot No. 1 To 4); Pr No. 22-4234 Dated November 25, 2022; Sn 41 – 2023supply And Delivery Of Drugs And Medicines (lot No. 1 To 8); Pr No. 24-4621 Dated October 24, 2024; Sn 385 - 2024supply And Delivery Of Medical Dental And Laboratory Supplies (lot No. 1 To 16); Pr No. 25-0192 Dated February 7, 2025; Sn 17 - 2025supply And Delivery Of Drugs And Medicines (lot No. 3 To 5 And Lot No. 10 To 12); Pr No. 22-2549 Dated August 2, 2022; Sn 218a – 2022 1. The City Government Of Cagayan De Oro, Through The Jrbgh - Drugs & Medicines Expenses Jrbgh - General Admin Medical, Dental And Laboratory Supplies Expensesgeneral Fund 2022, Jrbghchd - Drugs And Medicine Expenses, Intends To Apply The Following Sums Being The Corresponding Approved Budgets For The Contract (abcs) To Payments Under The Corresponding Lots Of The Contract For Supply And Delivery Of Drugs And Medicines (lot No. 1 To 4); Pr No. 22-4234 Dated November 25, 2022; Sn 41 – 2023supply And Delivery Of Drugs And Medicines (lot No. 1 To 8); Pr No. 24-4621 Dated October 24, 2024; Sn 385 - 2024supply And Delivery Of Medical Dental And Laboratory Supplies (lot No. 1 To 16); Pr No. 25-0192 Dated February 7, 2025; Sn 17 - 2025supply And Delivery Of Drugs And Medicines (lot No. 3 To 5 And Lot No. 10 To 12); Pr No. 22-2549 Dated August 2, 2022; Sn 218a – 2022, Viz: Lot Identification Number Lot Abc (php) Lot No. 1 1,408,608.00 Lot No. 2 1,410,000.00 Lot No. 3 1,302,260.00 Lot No. 4 1,768,822.00 Lot No. 5 587,066.50 Lot No. 6 724,800.00 Lot No. 7 1,940,000.00 Lot No. 8 858,440.00 Lot Identification No. Lot Abc (php) Lot No. 1lot No. 3 1,200,836.001,284,673.00 Lot No. 2lot No. 4 1,218,982.001,790,223.00 Lot No. 3lot No. 5 386,700.002,470,000.00 Lot No. 4lot No. 10 692,719.00243,821.00 Lot No. 11 415,500.00 Lot No. 12 599,900.00 Lot Identification Number Lot Abc (php) Lot No. 1 935,500.00 Lot No. 2 2,092,360.00 Lot No. 3 1,177,890.00 Lot No. 4 212,050.00 Lot No. 5 840,000.00 Lot No. 6 1,582,350.00 Lot No. 7 2,071,670.00 Lot No. 8 634,025.00 Lot No. 9 277,490.00 Lot No. 10 936,400.00 Lot No. 11 2,038,000.00 Lot No. 12 964,050.00 Lot No. 13 546,200.00 Lot No. 14 2,603,000.00 Lot No. 15 1,222,400.00 Lot No. 16 1,009,100.00 Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Cagayan De Oro Now Invites Bids For: Lot No. 1 Item No. Quantity Unit Of Issue Item Description 1 20 Bottle Alkytriamine Cationic 2.5% + Trigger Spray 750ml, : High-level Disinfectant 2 10 Gal Alkytriamine 5 Mins. High-level Surface Disinfectant : Cationic 2.5% High-level Disinfectant Solution Lemon Scent 3 2 Gal High-level Disinfectant : Hydrogen Peroxide 75 Ready To Use,2.5l/gal 4 15 Pack Laparatomy : Sterile Disposable (1 Laparotomy Drape, 1 Mayo Stand Cover, 1 Outerwrap/back Table Cover, 4 Surgical Gown) 5 45 Pack Ceasarian Pack : Sterile (1 Cs Incise Drape With Pouch, 4 Surgical Gown, 8 Hand Towels, 1 Mayo Stand Cover, 1 Outer Wrap Back Table Cover, 4 Absorbable Hand Towels, 2 Baby Blanket) Lot No. 2 Item No. Quantity Unit Of Issue Item Description 6 150 Box Gloves Examining , 100's Non-powder : Blue Nitrile Gloves (large) 7 500 Box Gloves Examining , 100's Non-powder : Blue Nitrile Gloves (medium) 8 100 Pair Sterile Gloves : Surgeon Elbow-length Obstetric 6.5 9 90 Pair Sterile Gloves : Surgeon Elbow-length Obstetric 7.0 10 50 Pair Sterile Gloves : Surgeon Elbow-length Obstetric 7.5 11 100 Pc Gown : Surgical Sterile Gown W/ Set-in Sleeves 12 250 Box Sterile Gloves : Surgeon Gloves No. 6.5, 50's Non-powdered 13 350 Box Sterile Gloves : Surgeon Gloves No. 7.0 50's Non-powdered 14 250 Box Sterile Gloves : Surgeon Gloves No. 7.5 50's Non-powdered 15 40 Box Sterile Gloves : Surgeon Gloves No. 8.0 50's Non-powdered 16 5 Box Sterile Gloves : Surgeon Gloves No. 8.5, 50's Non-powdered 17 10000 Pc Shoe Wrap : Cover Lot No. 3 Item No. Quantity Unit Of Issue Item Description 18 300 Pack Battery : Alkaline Battery Aa, 2's 19 390 Pack Battery : Alkaline Battery Aaa, 2's 20 250 Pc Cautery : Pad 21 400 Pc Cautery : Pen 22 200 Pc Face Mask : N95 23 1500 Box Face Mask : Surgical 50's, Ear Loop 24 120 Pc Face Mask : Non-rebreather Mask - Adult 25 100 Pc Face Mask : Non-rebreather Mask - Pedia 26 315 Pc Oxygen Face Mask, Adult : . 27 198 Pc Oxygen Face Mask : Neonate 28 300 Pc Oxygen Face Mask, Pedia : . 29 75 Box Fetal Monitor Ctg Paper : 90mmx152m, 150's 30 84 Gal Povidone Iodine : 10% 31 36 Gal Povidone Iodine : 7.5% 32 15 Bottle Povidone Iodine : 10%, 120ml 33 30 Bottle Wound Irrigation Solution : 300ml Lot No. 4 Item No. Quantity Unit Of Issue Item Description 34 60 Box Catheter Foley Bag : No. 14, 10's 35 15 Box Catheter Foley Bag : No. 16, 10's 36 30 Box Catheter Foley Bag : No. 8, 10's 37 60 Pc Catheter Suction : No. 10 38 600 Pc Catheter Suction : No.8 39 5 Pc Catheter Thoracic : No. 28 40 5 Pc Catheter Thoracic : No. 32 41 5 Pc Catheter Thoracic : No. 36 42 15 Set Colostomy Bag : W/wafer 50mm 43 15 Set Colostomy Bag : W/wafer 70mm 44 45 Pc Endotracheal Tube : No. 4.5 Cuffed 45 18 Pc Endotracheal Tube : No. 5.0 Uncuffed 46 90 Pc Endotracheal Tube : No. 6.5 Cuffed 47 150 Pc Endotracheal Tube : No. 7.0 Cuffed 48 200 Pc Endotracheal Tube : No. 7.5 Cuffed 49 30 Pc Endotracheal Tube : No. 8.0 Cuffed 50 10 Pc Endotracheal Tube : No. 8.5 Cuffed 51 90 Pc Tube Feeding : Fr. 14 52 50 Pc Umbilical Catheter : No. 4.0 Lot No. 5 Item No. Quantity Unit Of Issue Item Description 53 21000 Pc Hemogluco Strip : W/free Use Of Glucometer Lot No. 6 Item No. Quantity Unit Of Issue Item Description 54 300 Roll Gauze 2 Ply 36x100 Yard : Hospital Size. Size (24x28 Mesh) 55 15 Pack Gauze Sponges4x4x8 Mesh : 24x28 56 144 Roll Plaster Of Paris : 4" X 5 Yard 57 60 Pc Plaster Of Paris 6" X 5 Yard : . 58 15 Tube Plaster : Hospital Size -medical Plaster With Strong Adhesive, Water-resistant 59 345 Tube Plaster : Hospital Size-medical Plaster With Adhesive, Water- Resistant 60 70 Box Surgical Tape : Hypoallergenic Surgical Silk Tape 1" X 10yd 12's 61 50 Box Surgical Tape : Hypoallergenic Surgical Silk Tape 2 X 10yd 6's 62 160 Box Surgical Tape : Hypoallergenic Surgical Silk Tape 1/2" X 10yd 24's Lot No. 7 Item No. Quantity Unit Of Issue Item Description 63 45 Box Needle Sterile : G-19, 100's 64 50 Box Needle Sterile : G-23, 100's 65 15 Box Needle Sterile : G-25, 100's 66 50 Box Needle Sterile : G-26, 100's 67 450 Pc Needle Spinal : G-25 68 30 Pc Needle Spinal : G-23 69 100 Pc Skin Stapler : . 70 20 Box Syringe : 0.5cc Insulin 100 "s (needle Attached) 71 150 Box Syringe : 10cc Disp. 50's (needle Attached) 72 250 Box Syringe : 1cc Disp. 100's (needle Attached) 73 150 Box Syringe : 1cc Insulin 100's(needle Attached) 74 110 Box Syringe : 20cc Disp. 50's (needle Attached) 75 360 Box Syringe : 3cc Disp. 100's (needle Attached) 76 350 Box Syringe : 5cc Disp. 100's (needle Attached) 77 50 Box Syringe : 60cc Disp. 40's (needle Attached) 78 350 Piece Syringe : Asepto 4 Oz. (needle Attached) Lot No. 8 Item No. Quantity Unit Of Issue Item Description 79 200 Pc Armsling : (medium) 80 150 Pc Armsling : (large) 81 120 Pc Armsling : (small) 82 30 Roll Autoclave Tape : Tape 1/2" 83 60 Roll Autoclave Tape : Tape 3/4" 84 1000 Roll Bandage Elastic : 4" 85 100 Roll Bandage Elastic : 6" 86 60 Roll Bandage Elastic : 2" 87 165 Roll Cotton Absorbent : 400gm 88 30 Pack Cotton Pleget 100pcs/pack : . 89 50 Pc Diaper : Adult-large 90 300 Box Alcohol : Swab 100's 91 400 Gal Alcohol : Isopropyl Alcohol 70% 92 10 Pc Thermometer : Infrared 93 30 Pc Thermometer Digital : . 94 15 Box Tongue Depressor : 100's 95 5 Pc Hot Water Bag : 1 L 96 5 Pc Ice Bag : 9" 97 60 Bottle Hydrogen Peroxide : 500ml 98 200 Roll Ecg Tracing Paper : 80mm X 20m (note: Item 79-98 Lot: 8) Lot No. 9 Item No. Quantity Unit Of Issue Item Description 99 5 Pc Stethoscope : Adult (medical Grade) 100 5 Pc Stethoscope : Pedia (medical Grade) 101 36 Box Patient I.d. Band - Adult : White 100's 102 15 Box Patient I.d. Band - Pedia : Blue 100's 103 15 Box Patient I.d. Band - Pedia : Pink 100's 104 27 Pc Pulse Oximeter : Sensor - Adult 105 54 Pc Pulse Oximeter : Sensor - Neonate 106 6 Pc Pulse Oximeter : Sensor - Pedia 107 18 Pc Pulse Oximeter : Fingertip - Adult 108 15 Pc Pulse Oximeter : Fingertip - Pedia 109 12 Pc Resuscitator Bag : Adult 110 6 Pc Resuscitator Bag : Pedia 111 9 Pc Resuscitator Bag : Neonate 112 21 Pc Sharp Container : 5l 113 30 Pc Eye Drape : Sterile 114 3 Box Eye Patch : 4x6cm, 50's Lot No. 10 Item No. Quantity Unit Of Issue Item Description 115 250 Pc Bacterial Filter : For Anesthesia 116 30 Set Anesthesia Breathing Circuit : Adult Extendable W/ 2-3 Liters Bag 117 15 Set Anesthesia Breathing Circuit : Adult 118 75 Pc Mechanical Ventilator Circuit Tubing : W/water Trap - Pedia 119 45 Pc Mechanical Ventilator Circuit Tubing : W/water Trap -adult 120 500 Pack Surgical Cap, Box Of 100's : . 121 30 Bottle Hand Sanitizer : Hospital Grade, 500ml 122 20000 Pc Jelly Lubricant : 5g 123 10 Gal Hand Soap : Liquid Hand Soap Antibacterial Hospital Grade,3785ml 124 20 Tube Medical Wipes : 200 Pulls 125 20 Pc Oxygen Gauge : Lot No. 11 Item No. Quantity Unit Of Issue Item Description 126 900 Pc Blood Transfusion Set : . 127 1500 Pc Heplock : . 128 6000 Pc Intravenous Administration Set : Adult 129 3500 Pc Intravenous Administration Set : Pedia 130 6000 Pc Intravenous Cannula : G-18 131 4500 Pc Intravenous Cannula : G-20 132 3600 Pc Intravenous Cannula : G-22 133 3000 Pc Intravenous Cannula : G-24 134 6000 Pc Intravenous Cannula : G-26 Lot No. 12 Item No. Quantity Unit Of Issue Item Description 135 135 Pc I.v Extension Tubing : 2-way 136 500 Pc I.v Extension Tubing : 3-way 137 150 Pc I.v Extension Tubing : (not Less Than 6) 138 3000 Pc I.v. Infusion Set With Burnette : 150cc (soluset) 139 50 Pc I.v Infusion Set : Blood Volumetric (bloodset) 140 5700 Pc Specimen Container : 1oz 141 7200 Pc Specimen Container : 3.5oz 142 150 Pc Stopcock 3-way : . 143 200 Pc Tourniquet : Rubber 144 100 Roll Wadding Sheet : 6x5 Yard 145 40 Roll Wadding Sheet : 4x5 Yard Lot No. 13 Item No. Quantity Unit Of Issue Item Description 146 75 Pack Monitoring Electrode : W/foam 50's 147 30 Pc Mouth Guard Oral Airway : #00 (blue) 148 40 Pc Mouth Guard Oral Airway : #1 (white) 149 60 Pc Mouth Guard Oral Airway : #2 (green) 150 50 Pc Mouth Guard Oral Airway : #3 (yellow) 151 40 Pc Mouth Guard Oral Airway : #4 (orange) 152 1500 Pc Nasal Oxygen Cannula : Adult 153 360 Pc Nasal Oxygen Cannula : Neonate 154 900 Pc Nasal Oxygen Cannula : Pedia 155 1500 Pc Nebulization Set : Adult 156 1200 Pc Nebulization Set : Pedia 157 3 Pc Suction Bulb : W/ Mucous Air Pump 60ml 158 270 Pc Suction Connecting Tube : W/yankauer 159 59 Pc Suction Set Poole : Drain Lot No. 14 Item No. Quantity Unit Of Issue Item Description 160 50 Pc Surgical Clipper Blade : . 161 10 Pc Surgical Mesh Polypropylene Non-absorbable : 3x6 162 78 Box Suture : Suture 1, Polyglactin Taper, Braided, Coated Absorbable 36's 163 80 Box Suture : 2-0, Polyglactin Taper ,braided Coated Absorbable 36's Lot No. 15 Item No. Quantity Unit Of Issue Item Description 164 10 Box Suture : Nylon 10-0 Polyamide Monofilament, Non-absorbable 30cm, 12", 3/8c, 6, 1mm, 12's/box 165 15 Box Suture : 3-0, Braided Synthetic Non-absorbable W/ Round Needle ,36's 166 5 Box Suture : 4-0, (braided Synthetic Non-absorbable) W/ Round Needle ,36's 167 5 Box Suture : 2-0 Braided, Non-absorbable Suture 24mm 75cm Round Needle,36's 168 5 Box Suture : 2-0 Braided, Non-absorbable Suture 24mm 75cm Cutting Needle,36's 169 250 Box Suture : 3-0 W/needle Taper (for Tuli ) 167 5 Box Suture : 2-0 Braided, Non-absorbable Suture 24mm 75cm Round Needle,36's 170 5 Box Suture : 3-0 Braided, Non-absorbable Suture 26mm 75cm Round Needle, 36's 171 5 Box Suture : 3-0 Braided, Non-absorbable Suture 19mm/24mm 75cm Cutting Needle,36's Lot No. 16 Item No. Quantity Unit Of Issue Item Description 172 400 Gal Bleaching Solution : . 173 50 Bottle Bleaching Solution : Colorsafe 900ml 174 50 Bottle Fabric Conditioner : 800-900ml 175 30 Gal Disinfectant Solution : For Surface, Toilet And Bathroom 176 70 Sack Detergent Powder : 300x40g, 300's 177 500 Gal Distilled Water : 6l 178 80 Tin Disinfectant : Spray,510g 179 15 Box White Laundry Soap : 110g, 144's (hypoallergenic) 180 5 Pc Effervescent Disinfectant Tablets : W/ 50% Troclosene Sodium (nadcc), 400g 181 3000 Pc Trash Bag 11x11x24 .002 Thickness : Medical Grade (black) 182 3000 Pc Trash Bag 11x11x24 .002 Thickness : Medical Grade (green) 183 475 Pc Trash Bag 11x11x24 .002 Thickness : Medical Grade (yellow) 184 3000 Pc Trash Bag 15x15x37 .002 Thickness : Medical Grade (black) 185 3000 Pc Trash Bag 15x15x37 .002 Thickness : Medical Grade (green) 186 500 Pc Trash Bag 15x15x37 .002 Thickness : Medical Grade (yellow) 187 5000 Pc Trash Bag 18.5"x18.5"x40",.002 Thickness : Medical Grade (black) 188 5000 Ampoule Trash Bag - 18.5" X 18.5", 002 Thickness : Medical Grade (green) 189 500 Pc Trash Bag 18.5"x18.5"x40",.002 Thickness : Medical Grade (yellow) 190 300 Ampoule Trash Bag - 18.5" X 18.5", 002 Thickness : Medical Grade (transparent) Lot No. 1 Item No. Quantity Unit Of Issue Item Description 1 50 Bottle Sevoflurane 100% Liquid For Inhalation : 250ml. : Onset:2-3 Minutes, Min. Alveolar Conc.: 2%, Unbreakable Bottle, With Free Use Of Vaporizer; (for Operating Room Use) 2 700 Ampoule Bupivacaine Hcl 0.5% : 5mg/ml. 5ml. Solution For Injection (heavy) For Operating Room Use 3 150 Vial Suxamethonium Chloride 20mg/ml. : 10ml. Solution For Injection (for Operating Room Use) 4 200 Ampoule Atracurium Besylate 10mg/ml. : 2.5ml. Solution For Injection (for Operating Room Use) 5 20 Ampoule Naloxone Hcl : 400mcg/ml. 1ml. (for Operating Room Use) Lot No. 2 Item No. Quantity Unit Of Issue Item Description 6 400 Bottle Human Albumin 20% : 50ml. (for Nutrition And Blood Substitutes) 7 150 Bag Glucose + Amino Acid + Lipids : Tpn 1,400 Kcal (for Nutrition And Blood Substitutes) Lot No. 3 Item No. Quantity Unit Of Issue Item Description 8 3166 Vial Hydrocortisone : 100mg. Powder For Injection (parenterals) 9 3500 Vial Cefuroxime : 750mg. Powder For Injection (parenterals) 10 5000 Ampoule Hyoscine-n-butylbromide : 20mg/ml. Solution For Injection (parenterals) 11 714 Vial Ceftazidime : 1g , Powder For Injection (parenterals) 12 4500 Ampoule Ketorolac Trometamol : 30mg/ml. Solution For Injection (parenterals) 13 1000 Vial Cefazolin Sodium : 1g , Powder For Injection (parenterals) 14 390 Vial Hydrocortisone : 250mg. Powder For Injection (parenterals) Lot No. 4 Item No. Quantity Unit Of Issue Item Description 15 1000 Ampoule Norepinephrine : 4mg/4ml. Injection (other Parenterals) 16 4000 Vial Omeprazole : 40mg. (other Parenterals) 17 1000 Ampoule Nicardipine Hydrochloride 1mg/ml. : Injection, 10ml. (other Parenterals) 18 4000 Ampoule Tramadol Hcl 50mg/ml. : 2ml. Solution For Injection (other Parenterals) 19 3000 Bottle Metronidazole 5mg/ml. : Solution For Infusion, 100ml. (other Parenterals) 20 2000 Vial Potassium Chloride : 150mg/ml. 20ml. 40meq/ampoule For Infusion (other Parenterals) 21 500 Ampoule Sodium Bicarbonate 8.4% (1meq/ml.) : 20ml. (other Parenterals) 22 1000 Bottle Plain Nss : 100ml. (other Parenterals) 23 1000 Vial Dextrose 50% Water For Infusion : 50ml. (other Parenterals) 24 100 Ampoule Isosorbide Dinitrate 1mg/ml. : 10ml. Solution For Injection Ampoule (other Parenterals) 25 400 Ampoule Atropine Sulfate : 1mg/ml. Injection (other Parenterals) 26 1000 Ampoule Dexamethasone Sodium 4mg/ml. : Injection (other Parenterals) 27 300 Ampoule Hydralazine Hcl : 20mg/ml. Injection (other Parenterals) 28 500 Vial Benzylpenicillin Sodium 5 Million Units : Powder For Injection (other Parenterals) 29 50 Ampoule Digoxin 250mcg/ml. : 2ml. (other Parenterals) 30 50 Ampoule Aminophylline 25mg/ml. Injection : 10ml. (other Parenterals) Lot No. 5 Item No. Quantity Unit Of Issue Item Description 31 2001 Tablet Azithromycin 500mg. : Fc Tablet (oral Medicines) 32 150 Bottle Clarithromycin 250mg/5ml. : Suspension, 70ml. (oral Medicines) 33 200 Box Celecoxib 200mg. : Capsule, 100's/box (oral Medicines) 34 104 Box Omeprazole 40mg. : Capsule, 100's/box (oral Medicines) 35 2000 Tablet Acetylcysteine 600mg. : Effervescent Tablet (oral Medicines) 36 300 Bottle Cefuroxime 250mg/5ml. : Suspension, 50ml. (oral Medicines) 37 300 Bottle Cefixime 100mg/5ml. : Suspension, 60ml. (oral Medicines) 38 5036 Tablet Trimetazidine 35mg. : (oral Medicines) 39 100 Box Multivitamins : Capsule, 100's/box (oral Medicines) 40 20 Box Butamirate Citrate 50mg. : Tablet,100's/box (oral Medicines) 41 15 Bottle Propylthiouracil 50mg. : (ptu) Tablet, 100's/bottle (oral Medicines) 42 60 Box Metronidazole 500mg. : Tablet, 100's/box (oral Medicines) 43 25 Box Spironolactone 25mg. : Fc Tablet, 100's/box (oral Medicines) 44 500 Tablet Levofloxacin : 500mg. Fc Tablet (oral Medicines) 45 2100 Tablet Carvedilol : 6.25mg. (oral Medicines) 46 100 Box Ascorbic Acid 500mg. : Tablet, 100's/box (oral Medicines) 47 20 Box Tramadol Hcl 50mg. : Capsule, 100's/box (oral Medicines) 48 288 Bottle Ascorbic Acid : Oral Drops (oral Medicines) 49 144 Bottle Metronidazole 125mg/5ml. : Suspension (oral Medicines) 50 5 Box Montelukast 10mg. : Tablet, 100's/box (oral Medicines) 51 30 Bottle Azithromycin 200mg/5ml. : Oral Suspension (oral Medicines) 52 30 Box Lagundi 300mg. : (vitex Negundo L.) Tablet, 100's/box (oral Medicines) 53 10 Box Prednisone 20mg. : Tablet, 100's/box (oral Medicines) 54 210 Tablet Clarithromycin : 500mg. (oral Medicines) Lot No. 6 Item No. Quantity Unit Of Issue Item Description 55 1000 Ampoule Midazolam 5mg/ml. : 3ml. (regulated Drugs) 56 800 Ampoule Fentanyl Citrate 50mcg/ml. : 2ml. (regulated Drugs) 57 1000 Ampoule Nalbuphine Hydrochloride 10mg/ml. : 1ml. (regulated Drugs) 58 30 Vial Ketamine 50mg/ml. : 10ml. (regulated Drugs) 59 500 Ampoule Morphine Sulfate 10mg/ml. : 1ml. (regulated Drugs) 60 400 Ampoule Ephedrine Sulfate 50mg/ml. : 1ml. (regulated Drugs) Lot No. 7 Item No. Quantity Unit Of Issue Item Description 61 1000 Vial Rabies Vaccine Purified Chick Embryo Cell Culture 2.5iu : Lyophilized Powder For Solution With 1ml. Diluent (note: Please See Department Memorandum No: 2016-0030 Of Department Of Health For Animal Bite Treatment Center Vaccines.) (for Animal Bite Treatment Center Use) 62 1000 Ampoule Adsorbed Tetanus Toxoid 40iu/0.5ml. : Injection (tt) (for Animal Bite Treatment Center Use) Lot No. 8 Item No. Quantity Unit Of Issue Item Description 63 10000 Nebule Salbutamol + Ipratropium 2.5mg/500mcg. : (miscellaneous Medicines) 64 20000 Nebule Salbutamol 1mg/ml. : Nebulizing Solution, 2.5ml. (miscellaneous Medicines) 65 3000 Nebule Budesonide 250mcg/ml. : Nebulizing Suspension (miscellaneous Medicines) 66 1000 Tube Mupirocin 2% Ointment : 5g Ointment Tube (miscellaneous Medicines) 67 5 Vial Beractant 25mg/ml. 4ml. : Intratracheal Suspension, Sterile (miscellaneous Medicines) 68 100 Pc Influenza Polyvalent 0.5ml. : Suspension For Injection, Pre- Filled Syringe (pfs) (miscellaneous Medicines) 69 400 Pc Bisacodyl 10mg. : Rectal Suppository (miscellaneous) 70 20 Vial Human Insulin, Regular 100iu/ml. : 10ml. (miscellaneous Medicines) 71 12 Tube Clotrimazole 1% : Cream 10g (miscellaneous Medicines) Lot No. 1 Item No. Quantity Unit Of Issue Item Description 1 300 Box Acetylcysteine 600mg Effervescent Tablet X 10's/ Box / 10's/box 2 200 Box Ascorbic Acid 500mg. Tablet, 100's/box / 100's/box 3 120 Tube Calamine 8%, 60ml Lotion Bottle / 60ml/bot 4 2030 Bottle Cetirizine 5mg/5ml Syrup X 30ml / 30ml/bot 5 250 Box Multivitamins Capsule (vit.a 600-700mcg, Vit.b1 1.3-1.7mg,vit.b2 0.7-1.3mg,vitb6 1.6-2mg,vitb12 2-6mcg,vitc 65-80mg,vitd 400 Iu(10 Mcg),vite 6-10mg (15-30iu),folic Acid 400mcg,niacin 13-23mg X 100's / 100's/box 6 300 Box Lagundi/box / 100's/box 7 2160 Bottle Lagundi 300mg/5ml Syr. X 60ml / 60ml/bot 8 300 Box Oral Rehydration Salts (75-replacement) 20.5g Oral Powder Sachet X 25's / 25's/box 9 2160 Bottle Paracetamol 100mg/ml Drops X 15ml (alcohol-free) / 15ml/bot 10 3600 Bottle Paracetamol 250mg/5ml, 60ml Oral Suspension Bottle (alcohol-free) / 60ml/bot 11 300 Box Paracetamol 500mg Tablet X 100's / 100's/box Lot No. 2 Item No. Quantity Unit Of Issue Item Description 12 100 Box Amoxicillin (as Trihydrate) 500mg Caps X 100's B/f / 100's/box 13 1440 Bottle Amoxicillin (as Trihydrate) 100mg/ml Granules/powder Drops X 15ml / 15ml/bot 14 1440 Bottle Amoxicillin (as Trihydrate) 250mg/5ml Granules/powder For Susp. X 60ml / 60ml/bot 15 300 Box Azithromycin (as Trihydrate) 500mg Capsule X 3's B/f / 3's/box 16 100 Box Cefalexin (as Monohydrate) 500mg Caps X 100's B/f / 100's/box 17 1440 Bottle Cefalexin - 250 Mg/5 Ml, 60 Ml Bottle / 60ml/bot, Syrup 18 250 Box Doxycycline (as Hyclate) 100mg Caps X 100's B/f / 100's/box 19 300 Tube Erythromycin Eye Ointment - 0.5%, 5 G Tube / 5g/tube 20 100 Box Lidocaine (as Hydrochloride) 2%, 1.8ml Carpule (with Epinephrine) (local Infiltration) 50's/box / 50's/box 21 2042 Box Mebendazole 500mg. / Chewable, 100's/box 22 500 Box Mefenamic Acid 500mg Capsule X 100's B/f / 100's/box 23 300 Bottle Neomycin 3.5mg (as Sulfate) + Polymyxin B 10,000 Units (as Sulfate)+fluocinolone Acetonide 0.025%/ml Ear Drops X 5ml / 5ml/bot 24 300 Bottle Tobramycin Eye Drops - 0.3%, 5 Ml Bottle / 5ml/bot(s) Lot No. 3 Item No. Quantity Unit Of Issue Item Description 25 300 Box Amlodipine - 5mg (as Besilate) Tabs. X 100's B/f / 100's/box 26 500 Box Losartan (as Potassium Salt) 50mg Tablet X 100's B/f / 100's/box 27 500 Box Metformin Hydrochloride 500mg/film Coated Tablet, Box Of 100's / B/f, 100's/box Lot No. 4 Item No. Quantity Unit Of Issue Item Description 28 231 Vial Anti-rabies Serum (equine) 200iu/ml 5ml Vial (im) (pref. Branded) / 5ml/vial 29 200 Vial Vaccine, Rabies Chick Embryo Cell 2.5 Iu Powder For Injection Vial + 1 Ml Diluent (purified, Inactivated) / 2.5 Iu Powder For Injection Vial + 1 Ml Diluent Lot No. 3 Item No. Quantity Unit Of Issue Item Description 30 1000 Ampoule Bupivacaine Hcl 0.5% Heavy, Steri-pack / 4ml. (for Operating Room Use) 31 400 Bag Hydroxyethyl Starch 6% (130/0.42) Solution / 500ml. (for Operating Room Use) 32 500 Ampoule Ondansetron 2mg/ml. / 4ml. (for Operating Use) 33 300 Ampoule Propofol 10mg/ml. / Lct/mct, 20ml. (for Operating Room Use) 34 100 Ampoule Butorphanol Tartrate 2mg/ml. / 1ml. (for Operating Room Use) 35 200 Ampoule Atracurium Besylate 10mg/ml. / 2.5ml. (for Operating Room Use) 36 200 Vial Suxamethonium Chloride 20mg/ml. / 10ml. (for Operating Room Use) 37 100 Ampoule Neostigmine Methylsulfate / 500mcg/ml. (for Operating Room Use) 38 500 Cartridge Lidocaine Hcl + Epinephrine 2%/1:100,000 / 1.8ml. (for Operating Room Use) 39 200 Ampoule Promethazine Hcl 25mg/ml. / 2ml. (for Operating Room Use) Lot No. 4 Item No. Quantity Unit Of Issue Item Description 40 30000 Bottle Normal Saline Solution / 1000ml. Plain (i.v. Fluids) 41 12000 Bottle Dextrose 5% In Lactated Ringers Solution / 1000ml. (i.v. Fluids) 42 4800 Bottle Dextrose 5% In 0.3% Sodium Chloride / 500ml. (i.v. Fluids) 43 6000 Vial Sterile Water For Injection / 50ml. (solution For I.v. Infusion) 44 3600 Bottle Lactated Ringers Solution / 1000ml. (i.v. Fluids) 45 1000 Vial Lidocaine Hcl 2% / 50ml. (solution For Iv Infusion) 46 1500 Ampoule Calcium Gluconate 10% / 10ml. (solution For Iv Infusion) 47 1200 Vial Normal Saline Solution, 20ml. / Plain (solution For Iv Infusion) 48 600 Vial Normal Saline Solution, 50ml. / Plain (solution For Iv Infusion) 49 500 Vial Potassium Chloride 2meq/ml. / 20ml. (solution For Iv Infusion) 40 30000 Bottle Normal Saline Solution / 1000ml. Plain (i.v. Fluids) 41 12000 Bottle Dextrose 5% In Lactated Ringers Solution / 1000ml. (i.v. Fluids) 42 4800 Bottle Dextrose 5% In 0.3% Sodium Chloride / 500ml. (i.v. Fluids) 43 6000 Vial Sterile Water For Injection / 50ml. (solution For I.v. Infusion) 44 3600 Bottle Lactated Ringers Solution / 1000ml. (i.v. Fluids) 45 1000 Vial Lidocaine Hcl 2% / 50ml. (solution For Iv Infusion) 46 1500 Ampoule Calcium Gluconate 10% / 10ml. (solution For Iv Infusion) 47 1200 Vial Normal Saline Solution, 20ml. / Plain (solution For Iv Infusion) 48 600 Vial Normal Saline Solution, 50ml. / Plain (solution For Iv Infusion) 49 500 Vial Potassium Chloride 2meq/ml. / 20ml. (solution For Iv Infusion) Lot No. 5 Item No. Quantity Unit Of Issue Item Description 50 1300 Vial Human Albumin 20% / 50ml. (volume Expander) Lot No. 10 Item No. Quantity Unit Of Issue Item Description 113 50 Bottle Sevoflurane 100% Liquid For Inhalation / 250ml. ; Onset:2-3 Minutes, Min. Alveolar Conc.: 2%, Unbreakable Bottle (for Operating Room Use) With Free Use Of Vaporizer. Lot No. 11 Item No. Quantity Unit Of Issue Item Description 114 200 Vial Human Hepatitis B Immunoglobulin / 100iu/0.5ml. (immonulogicals) 115 20 Vial Tuberculin Purified Derivative / 1ml. (immonulogicals) Lot No. 12 Item No. Quantity Unit Of Issue Item Description 116 200 Bag Amino Acid + Carbohydrates (glucose) + Multivitamins + Electrolytes With Fatty Acids / 1,400kcal, 1000ml. (parenteral Nutrition) 117 100 Bottle Amino Acid Solution 5% / 500ml. (parenteral Nutrition) Note: Expiry Date Should Be More Than 18 Months. Delivery Of The Goods Is Required Within Seven Thirty (307) Calendar Days From The Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 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 City Government Of Cagayan De Oro And Inspect The Bidding Documents At The Address Given Below During Office Hours Of 17 November 202216 February19 December 2024 To 12:00 Noon Of 16 January 202513 March 2025 To 12:00 Noon Of 03 April 2025 2023 To 12:00 Noon Of 07 December 202209 March 2023. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Office Hours Of 17 November 202216 February19 December 2024 To 12:00 Noon Of 16 January 202513 March 2025 To 12:00 Noon Of 03 April 2025 2023 To 12:00 Noon Of 07 December 202209 March 2023 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Corresponding Amounts: Lot Identification Number Fee (php) Lot No. 1lot No. 1lot No. 3 5,000.00 5,000.005,000.00 Lot No. 2lot No. 2lot No. 4 5,000.00 5,000.005,000.00 Lot No. 3lot No. 3lot No. 5 5 5,000.00 1,000.005,000.00 Lot No. 4 5,000.00 Lot No. 4lot No. 10 1,000.00 1,000.00500.00 Lot No. 5lot No. 4lot No. 11 1,000.00 1,000.00500.00 Lot No. 6 1,000.00 Lot No. 7 5,000.00 Lot No. 8 1,000.00 Lot No. 12 1,000.00 Lot Fee (php) Lot No. 1 1,000.00 Lot No. 2 5,000.00 Lot No. 3 5,000.00 Lot No. 4 1,000.00 Lot No. 5 1,000.00 Lot No. 6 5,000.00 Lot No. 7 5,000.00 Lot No. 8 1,000.00 Lot No. 9 1,000.00 Lot No. 10 1,000.00 Lot No. 11 5,000.00 Lot No. 12 1,000.00 Lot No. 13 1,000.00 Lot No. 14 5,000.00 Lot No. 15 5,000.00 Lot No. 16 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. 6. The City Government Of Cagayan De Oro Will Hold A Pre-bid Conference On 24 November 202223 February20 March02 January 2025 2023; 2:00 P.m. At The Bids And Awards Committee Office Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below Between 1:00 P.m. - 2:00 P.m. Of 07 December 202209 March 202303 April 202516 January 2025. 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 2:00 P.m. Of 07 December 202209 March03 April 202516 January 2025 2023 At Bids And Awards Committee Office Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The City Government Of Cagayan De Oro 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. 9. For Further Information, Please Refer To: Mr. Antonio Ramon Resma, Jr. Mrs. Joy A. Adecer Bids And Awards Committee-secretariat 3rd Floor Administrative Building, City Hall, Cagayan De Oro City Tel No. (088) – 881-1567 (sgd.) Atty. Joeffrey D. Namalata Atty. Percy G. Salazar Bac Chairperson
Western Visayas Sanitarium Doh Tender
Laboratory Equipment and Services
Philippines
Closing Date5 May 2025
Tender AmountPHP 13.4 Million (USD 240.4 K)
Details: Description Republic Of The Philippines Department Of Health Western Visayas Sanitarium And General Hospital Santa Barbara, Iloilo Invitation To Bid For Procurement Of Various Laboratory Reagents And Supplies Ib No. 2025-04-007-g The Western Visayas Sanitarium And General Hospital, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Procurement Of Various Laboratory Reagents And Supplies Lot 1: Reagents Compatible With Sysmex Xn-550 Lot 2: Reagents Compatible With I-chroma Ii Analyser Lot 3: Reagents And Supply Compatible With Matrix Gel System Cr 6800 Crossmatching Machine Lot 4: Urine Strips And Reagents Compatible With Fully Automated, Hybrid Urine Analyzer Lot 5: Reagents Compatible With Spectrophotometry, Liquid/wet Chemistry Analyzer Rayto Chemray 240 Lot 6: Reagents Compatible With Electrolyte Analyzer Horron H900 Lot 7: Reagents With Free Use Of Immunology Machine Line Items Location : Western Visayas Sanitarium And General Hospital Approved Budget For : Php 13,433,409.50 The Contract (abc) Lot 1: Php 1,879,400.00 Lot 2: Php 924,875.00 Lot 3: Php 151,000.00 Lot 4: Php 2,225,154.00 Lot 5: Php 418,557.50 Lot 6: Php 850,600.00 Lot 7: Php 1,621,000.00 Line Items: Php 5,362,823.00 Fund Source : Caf No. 2025-024-gf Delivery Period : Initial/partial Delivery Twenty (20) Working Days After Receipt Of Notice To Proceed (ntp) Succeeding Deliveries Are Stipulated Within The Product Description. Lot 1: Reagents Compatible With Sysmex Xn-550 Abc: Php 1,879,400.00 Item No. Qty. Unit Of Issue Description 1 70 Box Cellpack Dcl 20l, 25 Boxes On First And Second Delivery With 3 Months Interval, Remaining 20 Boxes On The Last Delivery, Expiry Date Must Not Be Less Than 12 Months Upon Delivery 2 50 Box Wdf-lysercell (2l), 25 Boxes On First And Last Delivery, Expiry Date Must Not Be Less Than 12 Months Upon Delivery 3 20 Box Wdf-fluorocell (2x42ml), Expiry Date Should Not Be Less Than 12 Months. 4 15 Box Sls-sulfolyser (2x1.5l), Expiry Date Should Not Be Less Than 12 Months. 5 10 Set Tri-level Control 3x3 Ml, 1 Set Every Month, Expiry Date Must Not Be Less Than 1 Month Upon Delivery 6 12 Bot Washing Solution 120 Ml Compatible W/ Hematology Analyzer, 6 Bottles On First Delivery And Remaining 6 Bottles After 4 Months, Expiry Date Must Not Be Less Than 12 Months Upon Delivery Reagents Compatible With Sysmex Xn-550 With Free Preventive Maintenance, Calibration With Certificate, Troubleshooting And Part/s Replacement. Lot 2: Reagents Compatible With I-chroma Ii Analyzer Abc: Php 924,875.00 Item No. Qty. Unit Of Issue Description 1 7 Box Anti-streptolysin O, Quantitative, 25's, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 2 65 Box Crp, Quantitative, 25's, 25 Boxes On The First And Second Delivery With 4 Months Interval, Remaining 15 Boxes On The Last Delivery, Expiry Date Must Not Be Less Than 18 Months Upon Delivery 3 2 Box D-dimer, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 4 5 Box Hba1c, Quantitative, 25's, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 5 30 Box Troponin I, Quantitative, 25's, 20 Boxes On First Delivery And 10 Boxes On Last Delivery After 4 Months. Expiry Date Should Not Be Less Than 18 Months. 6 6 Box Ferritin, Quantitative, 25's, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 7 11 Box Procalcitonin, Quantitative, 25's, 6 Boxes On The First Delivery And Remaining 5 Boxes After 4 Months, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 8 6 Box Rheumatoid Factor, Quantitative, 25's, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 9 1 Box Immunoassay Tri-level Control For T3, T4, Ft3, Ft4, Tsh, Ferritin, Tumor Markers, 3 Levels X 4 Sets X 3-5ml, With 18 Months Expiry From Delivery Date. Reagents Compatible With I-chroma Ii Analyser. Expiry Date Should Not Be Less Than 18 Months Upon Delivery. Lot 3: Reagents And Supply Compatible With Matrix Gel System Cr 6800 Crossmatching Machine Abc: Php 151,000.00 Item No. Qty. Unit Of Issue Description 1 10 Box Ahg (coomb's) Gel Card, 6x24's Compatible With Matrix Gel System Cr-6800, 7 Boxes On The First Delivery And Remaining 3 On The Last Delivery, Expiry Date Must Not Be Less Than 18 Months. 2 6 Bot Diluent Liss, 250ml, 4 Bottles On The First Delivery And Remaining 2 Bottles On Last Delivery, Expiry Date Must Not Be Less Than 12 Months. 3 40 Bot Plain Nss, 1l, 20 Bottles On The First Delivery And 20 Bottles On Last Delivery After 4 Months, Expiry Date Must Not Be Less Than 18 Months Upon Delivery Reagents And Supply Compatible With Matrix Gel System Cr 6800 Crossmatching Machine. Expiry Date Should Not Be Less Than 18 Months Lot 4: Urine Strips And Reagents Compatible With Fully Automated, Hybrid Urine Analyzer Abc: Php 2,225,154.00 Item No. Qty. Unit Of Issue Description 1 12 Pack Sheath Fluid, 20-25l, 1 Pack Per Month 2 45 Bot Cleaning Solution, 500-600ml, 2 Bottles Per Month 3 6 Bot Detergent, 500-600 Ml, 1 Bottle Every 3 Months 4 6 Bot Calibrator, 125-130 Ml, 1 Bottle Per Month 5 48 Bot Focus B, 125-130 Ml, 3 Bottles Per Month 6 144 Bot Urine Strips, 14parameters, 100's, 12 Bottles Per Month 7 15 Kit Dry Chemistry Control, Negative, 4x8-10ml, 3 Bottles On First Delivery, 2 Bottle Per Month For Successive Months 8 15 Kit Dry Chemistry Control, Positive, 4x8-10ml, 3 Bottles On First Delivery, 2 Bottle Per Month For Successive Months 9 15 Bot Sediment Qc Control, Negative, 125-130ml, 3 Bottles On First Delivery, 2 Bottle Per Month For Successive Months 10 15 Bot Sediment Qc Control, Positive Level 3, 125-130ml, 3 Bottles On First Delivery, 2 Bottle Per Month For Successive Months Urine Strips And Reagents Compatible With Fully Automated, Hybrid Urine Analyzer (sediment And Strip Reader Fused In 1) Using The Flow Cytometry Technology. Strips And Reagents Must Have 12 Months Expiry From The Delivery Date With Free Use Of A Functional Analyzer Which Has A Throughput Of 100 - 120 Test/hour Or 30-35 Seconds Testing Time, No Need For Centrifugation And Cuvettes, High Speed Digital Imaging (up To 3000 Digital Images/sample), Identification Of 24-25 Formed Elements; With Free 3 Bottles Of 10l Distilled Water Every Month; With Free Provision Of Quarterly Preventive Maintenance, Calibration, Troubleshooting And Parts Replacement Until Reagents Are Fully Consumed; With Provision Of Certificate Of Calibration. (timeline Of Repair).expiry Date Should Not Be Less Than 18 Months. Lot 5: Reagents Compatible With Spectrophotometry, Liquid/wet Chemistry Analyzer Rayto Chemray 240 Abc: Php 418,557.50 Item No. Qty. Unit Of Issue Description 1 700 Ml Alt/ Sgpt 2 480 Ml Albumin 3 700 Ml Ast/sgot 4 250 Ml Bilirubin,direct 5 250 Ml Bilirubin, Total 6 500 Ml Cholesterol, Total 7 700 Ml Creatinine 8 500 Ml Glucose 9 250 Ml Total Protein 10 500 Ml Triglycerides 11 500 Ml Uric Acid 12 1200 Ml Urea Nitrogen 13 600 Ml Hdl Direct 14 250 Ml Ldh 15 55 Bot Control, Normal, First Delivery Of 30 Bottles, Then Remaining 25 Bottles For The Last Delivery After 3 Months 16 48 Bot Control, Pathologic, First Delivery Of 30 Bottles, Then Remaining 18 Bottles For The Last Delivery After 3 Months 17 3 Bot Auto Control 5 Ml Bottle (multicalibrator For Chemistry Tests) 18 1 Pack Reagent Bottle, Brown, 40 Ml (50 Bot/pack), Compatible With Chemray 240 19 1 Pack Reagent Bottle, Brown, 20 Ml (50 Bot/pack), Compatible With Chemray 240 20 1 Pack Reagent Bottle Cap White For Chemray 240 Reagent Bottle 21 1 Pack Reagent Bottle Cap Blue For Chemray 240 Reagent Bottle Reagents Compatible With Spectrophotometry, Liquid/wet Chemistry Analyser (rayto Chemray 240) With Free Calibration And Programming Upon Initial Delivery Of Reagents. Reagent Kits Should Include Synthetic Standard For Calibration Purposes. Expiry Date Should Not Be Less Than 18 Months. First Delivery Should Be On The Third Quarter Of The Year. Lot 6: Reagents Compatible With Electrolyte Analyzer Horron H900 Abc: Php 850,600.00 Item No. Qty. Unit Of Issue Description 1 67 Pack Electrolyte Solution Pack, First Delivery Of 40 Packs, Then 20 And 7 Packs For Each Succeeding 3 Months Interval, Expiry Date Not Less Than 18 Months Upon Delivery 2 5 Box Electrode Deproteinization Solution With Diluent 5 Ml 3 2 Bot Activating Solution 110 Ml 4 3 Bot Qc Cleaning Solution 110 Ml 5 3 Bot Electrode Refill Solution 6 3 Bot Reference Electrode Refill Solution 7 3 Pc Na Electrode 8 3 Pc K Electrode 9 3 Pc Ca Electrode 10 3 Pc Ph Electrode 11 3 Pc Cl Electrode 12 2 Pc Reference Electrode 13 1 Set Tubing Kits Reagents Compatible With Electrolyte Analyzer Horron H900. Expiry Date Should Not Be Less Than 18 Months. Lot 7: Reagents With Free Use Of Immunology Machine Abc: Php 1,621,000.00 Item No. Qty. Unit Of Issue Description 1 600 Test T3, Quantitative, 200 Test For The First, Second And Last Delivery, With 3 Months Interval In Between, Expiry Of Not Less Than 18 Months. 2 600 Test T4, Quantitative, 200 Test For The First, Second And Last Delivery, With 3 Months Interval In Between, Expiry Of Not Less Than 18 Months. 3 1000 Test Tsh, Quantitative, 200 Test For The First, 300 For The Second And 500 For The Last Delivery, With 3 Months Interval In Between, Expiry Of Not Less Than 18 Months. 4 240 Test Tpsa, Quantitative, 100 Tests On The First Delivery, 140 Tests On The Last Delivery, Expiry Of Not Less Than 18 Months 5 150 Test Hepa B Quantitative, 50 On The First Delivery And Remaining 100 On The Last Delivery, 3months In Between, With Not Less Than 18 Months Expiry Upon Delivery 6 120 Test Antihbs Quantitative, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery 7 120 Test Hbeag Quantitative, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery 8 90 Test Anti Hav Igg Igm Quantitative, With Not Less Than 18 Months Expiry Upon Delivery 9 90 Test Anti Hbeag Quantitative, With Not Less Than 18 Months Expiry Upon Delivery 10 60 Test Anti Hbc Quantitative, With Not Less Than 18 Months Expiry Upon Delivery 11 120 Test Anti Hcv Quantitative, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery 12 120 Test Free T3, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery 13 120 Test Free T4, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery 14 120 Test Afp, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery 15 120 Test Ca 125, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery 16 120 Test Cea, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery Reagents With Required Cpr Available Upon Delivery Compatible With Free Use Of Immunology Machine Which Uses Enhanced Chemiluminescence Principle, Has Up To 90 Reportable Patient Test Results/hour, Microwell Technology With Dispense Verification, Only Requires 10 - 80 Ul Of Sample For Testing, Up To 2000 Assays On Board Capacity, Up To 20 Different Integrated Reagent Packs With No Reagent Preparation/mixing Or Reconstitution Needed, Automatic, Self-contained, Temperature And Humidity Controlled Reagent Supply, No Prime, Purges, Washes Or Tubing Maintenance For System Start Up, Random Access Calibration, With Clot, Bubble, Low And High Viscosity Detection, Liquid Level Sensing, Reflex Dilution, Reagent Aspirations And Dispense Verifications, And Is Provided With Free Annual Calibration And Certificate, Free Quarterly Preventive Maintenance, Repair, And Parts Replacements (trouble Shooting And Repair Should Be Acted By Provider For Not More Than 24 Hours Upon Notification By End User And In Case Of Actual Breakdown, Machine Should Be Replaced With A Working Unit In Maximum Of 48 Hours After Notification By End User). Line Items Abc: Php 5,362,823.00 Item No. Qty. Unit Of Issue Description 1 2 Bot 10 % Koh Solution, 500 Ml, Expiry Not Less Than 18 Months Upon Delivery 2 29 Pack 3.2 % Na Citrate Tube In A Tube, Screw Cap, 1.8 Ml, 15 Packs For The First Delivery, 7 Packs On The Second And Last Delivery In 3 Months Interval, Expiry Date Should Not Be Less Than 18 Months Upon Delivery * 3 2 Bot Acetone 2.5 L, Analytical, High Grade (histopath Use), Expiry Not Less Than 18 Months Upon Delivery 4 4 Set Acid Fast Stain 3x500, Cold Method, Expiry Not Less Than 18 Months Upon Delivery 5 16 Bot Absolute Ethanol, Ar, 2.5 Liters Per Bottle, Expiry Not Less Than 18 Months Upon Delivery 6 6 Bot Acid Alcohol, 1% Ar, 3.8 Liters Per Bottle, Expiry Not Less Than 18 Months Upon Delivery 7 10 Tube Alkaline Peptone Water, 10ml, Screw Cap, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: Upon Request Of End-user 8 90 Set Anti-a, Anti-b & Anti-d Typing Sera, 10ml/vial, 30 Sets Every 3 Months, Expiry Should Not Be Less Than 18 Months Upon Delivery 9 6 Bot Anti-human Igg, Polyspecific, 10ml, Expiry Not Less Than 18 Months Upon Delivery 10 2 Box Anti-hbs, 40's, Immunochromatography, Expiry Not Less Than 18 Months Upon Delivery 11 2 Box Anti-hcv, 40's, Immunochromatography, Expiry Not Less Than 18 Months Upon Delivery 12 1 Bot Acetic Acid, 10%, 1l, Expiry Not Less Than 18 Months Upon Delivery 13 20 Box Anti-treponema, 30's, 10 Box On The First And Last Delivery With 3 Months In Between, Expiry Not Less Than 18 Months Upon Delivery 14 15 Box Aptt With Calcium Chloride (5x3ml), Expiry Not Less Than 18 Months Upon Delivery 15 480 Test Blood Typing Card For Abo And Rh With Negative Auto Controls, With Single Use 5ul Microdropper Per Test, Provision Of End User's Orientation Upon Delivery, 280 On The First Delivery And 200 On The Last, 3 Months Interval, Expiry Not Less Than 18 Months Upon Delivery 16 20 Bot Brain Heart Infusion Broth, 10 Ml, With 3 Months Expiry From Delivery Date 17 1 Bot Benedict's Solution, 250 Ml, Expiry Not Less Than 18 Months Upon Delivery 18 6 Pad Cellophane, Green 19 56 Box Cotton Swab, Individually Wrap, 100s 20 90 Pack Cotton Balls, Absorbent, 400g 21 5 Box Complement-3 (c3) Determination Kit, Gel Elusion,15's, Expiry Not Less Than 18 Months Upon Delivery 22 12 Box Control For Coagulation (6x1ml) Normal, 8 Box On The First Delivery And Remaining 4 Box On The Last Delivery With 4 Months In Between, Expiry Should Not Be Less Than 18 Months Upon Delivery 23 60 Box Cover Slips, 24 X 60mm, 100's/box, Clear, Transparent 24 21 Pack Coverslip, 24x24mm, 100's/box, Clear, Transparent 25 110 Box Covid 19 Rapid Antigen, 20's, Qualitative ( Must Be Read Visually), With Deactivating Agent, At Least 80% Sensitivity And 97% Specificity, With Cpr Or Emergency Authorization From Fda Philippines, And Must Be Validated By Ritm Or Any Doh-designated Independent Or A Third Party, Government, Or Private Research Institution. Must Adhere To The Specification Stipulated In Htac Guidance. 60 Boxes On The First Delivery And 50 Boxes On The Last Delivery With 4 Months Interval. Expiry Should Not Be Less Than 18 Months Upon Delivery 26 20 Pack Cuvettes/cups, 100s Compatible With Rayto (rt-2204c) Coagulation Machine 27 155 Pc Cover All, Breathable, Impervious, Water Repellant, Elastic Wrist And Ankle, With Tape, Large 28 48 Pc Container, For Sharps/ Needles, Portable 29 25 Box Dengue Ns1 Ag+ Igg, Igm, 25's, 15 Boxes On The Initial And Remaining 10 Boxes On The Last Delivery, With 4 Months In Between, Expiry Should Not Be Less Than 18 Months Upon Delivery 30 5 Box Dengue Ns1 Ag, 25's With 18 Months From Delivery Date 31 10 Box Disposable Plastic Pipette/ Pipettor, 1000's 32 180 Pack Dry Clot Activator Test Tube W/ Gel Separator, Gold Top, Plastic, 5ml, 100's, 100 Packs On First, 50 On The Second, And 30 Packs On The Last Delivery With 3 Months Interval In Between, Expiry Not Less Than 12 Months Upon Delivery* 33 200 Pack Edta, K2 Test Tube, Spray Dry, Screw Cap, 2 Ml, Plastic 100's, 100 Packs On The First Delivery, 50 On The Second And On The Last Delivery In 3 Months Interval, Expiry Not Less Than 12 Months Upon Delivery* 34 120 Pack Edta, K2 Test Tube, Spray Dry, 0.5 Ml, 50's, Plastic, 60 On The First Delivery, 30 On The Second And On The Last Delivery In 3 Months Interval, Expiry Not Less Than 12 Months Upon Delivery* 35 2 Pack Embedding Tissue Cassettes With Lid, 250's 36 4 Pc Embedding Bottom Mold, 30x 24x7 Cm, Stainless Steel 37 2 Pack Esr Tube, Black Top, 0.5- 2 Ml, Plastic, With Plastic Pipette, Expiry Not Less Than 18 Months Upon Delivery* 38 4 Bot Eosin Powder, Yellowish, 25 Gms 39 12 Box Fecal Occult Blood Test Kits, Lateral Flow, 25's, 6 Box On The First Delivery, 3 Boxes On The Second And The Last Delivery With 3 Months Interval, 18 Months Of Expiry From Delivery Date 40 23 Sheet Filter Paper, Lab, 610mm X610 Mm 41 16 Bot Formalin, 10% Neutral Buffered, Ar, 1 Gallon, Expiry Not Less Than 18 Months Upon Delivery 42 10 Bot Formalin, 37% , Ar, 1 Gallon, Expiry Not Less Than 18 Months Upon Delivery 43 10 Plate Gentamicin Blood Agar/bacitracin Chocolate Agar, 90-100 Mm Bi-plate, With Qc Report, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: Upon Request Of End-user 44 250 Box Glass Slides, Clear, Ground Frosted, Plain, 72's 45 4 Set Gram Stain 4x500, Expiry Not Less Than 18 Months Upon Delivery 46 1 Pc Graduated Cylinder, Tall Form, 500ml 47 120 Bot Glucose Strips Control Material, Normal, 3 - 5 Ml Bottle, 50 Bottles On The First Delivery, 30 On The Second And The Last Delivery In 3 Months Interval, Should Not Be Less Than 18 Months Upon Delivery 48 120 Bot Glucose Strips Control Material, Pathologic, 3 - 5 Ml Bottle, 50 Bottles On The First Delivery, 30 On The Second And The Last Delivery In 3 Months Interval, Should Not Be Less Than 18 Months Upon Delivery 49 3 Box Hav Igm Rapid/qualitative Test, 25's With 18 Months Of Expiry From Delivery Date 50 85 Box Hepatitis B Surface Ag, Qualitative,25's, 40 Boxes On The First Delivery, 25 Boxes On The Second And 20 Boxes On The Last Delivery, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 51 4 Bot Harris Hematoxylin (hand E Staining), Rapid Staining (not More Than 3 Minutes, Dip Method), 1 Liter, Expiry Not Less Than 18 Months Upon Delivery 52 120 Vial Hematocrit Tubes, Sodium Heparinized, Soda Lime Glass, 80iu/ml, 100's/vial, 60 Vial On The First Delivery, 30 Vials On The Second And On The Last Delivery With 3 Months In Between, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 53 20 Box H. Pylori Ab Rapid Test, 25's, 15 Box Initial Delivery And 10 On The Last, With 3 Months In Between, 18 Months Before Upon Delivery Date 54 1 Set Hematology Stain Set (3x500 Ml) For Rapid Staining Of Blood Smears Which Corresponds To The Pappenheim Stain With Processing Time Of Only 2 Minutes, Contains A Fixing Solution Methanol (sol'n.1), One Red (eosin) Solution (sol'n. 2), One Blue (azur) Staining Solution (sol'n. 3), And 3 Phosphate Buffer Tablets Ph 7.2 Acc. To Weise Which Will Be Prepared As Solution 4, Expiry Not Less Than 18 Months Upon Delivery 55 1 Bot India Ink/china Ink 10 Ml, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 56 30 Bot Isopropanol , 100%, 2.5 L For Automated Tissue Processor, 24 Months Before Expiry Upon Delivery 57 4 Roll Laboratory Sealing Film 58 1 Bot Lugol's Iodine, 250 Ml, Expiry Date Should Not Be Less Than 12 Months Upon Delivery 59 400 Pc Macconkey Agar, 90-100 Mm Plate, With Qc Report, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: 30 Plates Monthly Or Upon Request Of End-user 60 24 Pack Matchsticks, 10's 61 8 Pc Microscope Bulb, Halogen Display/optic Lamp, 20w 6v 62 12 Pc Microscope Fuse A1, 250v, Anti-surge, Pcb Mount 63 3 Pc Microtome Blade , High Profile, 50s 64 3 Pc Microtome Blade , Low Profile, 50s 65 300 Set Microbial Id And Ast Kit, Format Includes Esbl Detection Panel, Fda Clearance For Testing Streptococcus Spp. Haemophilus Influenzae, Candida Spp, Clsi Recommended, Free Use Of Tabletop And Compact Semi-automated Or Fully Automated Reader/s With Maximum Dimension Of 60cm X 60cm X 30cm Lxwxh, With Possible Set Options For Gram Negative And Gram Positive Organism. 150 On The First Delivery And The Next 150 On The Last Delivery, With 3 Months In Between, Expiry Not Less Than 12 Months Upon Delivery 66 7 Bot Mounting Medium, 500 Ml, Expiry Not Less Than 12 Month 67 20 Pc Mueller-hinton With 5% Sheep's Blood Agar, 90-100 Mm Plate, With Qc Report, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: Upon Request Of End-user 68 400 Pc Mueller-hinton Agar, 90-100 Mm Plate, With Qc Report, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: 30 Plates Monthly Or Upon Request Of End-user 69 4 Bot Non-drying Oil Immersion, Type A, 30 Ml 70 6 Set Pap's Smear Stain, 6x500 Ml 71 12 Pack Paraffin Wax, Pellets, With Added Polymer, 1 Kg 72 24 Pack Pipette Tips, 100-1000 Ul, 1000's 73 24 Pack Pipette Tips, 10-100 Ul, 1000's 74 4 Pack Pipette Tips, 0.5- 10 Ul, 1000's 75 3 Box Plastic Storage Box, With Lid, 95 Liters Capacity 76 40 Box Pregnancy Test Kits For Serum, Plasma And Urine, 40's, 20 Boxes On The First, 10 Boxes On The Second And On The Last Delivery With 3 Months Interval In Between, Expiry Should Not Be Less Than 18 Months Upon Delivery 77 15 Box Prothrombin Reagent (5x5ml), Lyophilized With Diluent , 5 X3-5 Ml/bot, 8 Boxes On The First Delivery And 7 Boxes On The Last With 3 Months Interval, Expiry Should Not Be Less Than 12 Months 78 2 Bottle Pure Glycerin, Usp Grade, 500 Ml 79 1 Bot Rabbit Plasma 100 Ml 80 1 Set Reticulocyte Stain 250ml 81 5 Box Rpr, 500 Tests, 3 Boxes On The First And 2 Boxes On The Last Delivery With 3 Months In Between, Expiry Not Less Than 18 Months Upon Delivery 82 960 Bot Ready To Drink Ogtt, 75 Gms, Orange Flavor, First Delivery Of 300 Bottles, 300 Bottles On The Second Delivery And Remaining 360 Bottles On The Last Delivery, 3 Months In Between Each Delivery, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 83 9 Box Salmonella Typhi Igg, Igm, 25's, 5 Boxes On The First Delivery And 4 On The Last, With 3 Months In Between, Expiry Should Not Be Less Than 18 Months From Delivery Date 84 4 Pc Slide Box For Glass Slide, 20s Capacity 85 2 Pc Staining Rack,/bridge, Stainless 86 20 Bot Selenite-f Broth, 10ml, Screw Cap, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: Upon Request Of End-user 87 15 Box Surgical Blade 10, Stainless Steel, Sterile, Single Use, 100 Pcs/box 88 350 Plate Sheep Blood Agar/chocolate Agar, 90-100 Mm Bi-plate, With Qc Report, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: 30 Plates Monthly Or Upon Request Of End-user 89 20 Plate Salmonella-shigella Agar/tcbs Agar, 90-100 Mm Bi-plate, With Qc Report, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: Upon Request Of End-user 90 36 Pc Test Tube Brush 91 2000 Pc Test Tubes, Glass, Autoclavable, Heat Resistant, 5 Ml Capacity 92 1000 Pc Test Tube, Plain, Glass, Autoclavable, Heat Resistant, 7-10 Ml 93 9 Pc Thermometer, For Refrigerator, Mechanical, Dial Design, Durable Stainless Steel, Shatter-proof Screen, 2-way Bracelet Hangs, Os Stand, Safe Temperature Zone Indicator, Reads Accurate Range 130-300c, 7.5x6.2x4.2cm 94 375 Bot Thermo Scientific (aerobic) Culture Bottle 40-80 Ml For Versatrek Redox Ez Draw 1. 200 Bottles On First Delivery And Remaining 175 Bottles On The Last, 3 Months In Between, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 95 10 Tube Thioglycollate Fluid, 10ml, Screw Cap, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: Upon Request Of End-user 96 4 Pc Thermometer, Room Thermometer, Wooden Frame, Alcohol Based 97 16 Pc Timer, Digital W/ Up To 99 Minutes Timing, Aaa Battery 98 1 Bot Tryptic Soy Agar, Dehydrated Culture Media 250 Grams, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 99 16 Tube Tryptic Soy Broth, 10ml, Screw Cap, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: Upon Request Of End-user 100 120 Bot Triple Distilled Water, 80 Bottles On The First Delivery And 40 Bottles On The Last Delivery, 3 Months In Between, Expiry Should Not Be Less Than 18 Months Upon Delivery 101 30 Bot Urine Strips, 4 Parameters, Expiry Date Should Not Be Less Than 12 Months Upon Delivery 102 1 Bot Urine Strips, 10 Parameters, Expiry Date Should Not Be Less Than 12 Months Upon Delivery 103 8 Pack Wooden Applicator Stick, 6 In., 500's, 104 12 Bot Xylene, Ar, 2.5 Liters, Expiry Date Should Not Be Less Than 12 Months Upon Delivery 105 120 Bot Alcohol, 70%,ethyl With Moisturizer, 500ml, 50 Bottles On First Delivery, 50 On The Second And 20 Bottles For The Second And Last Delivery, With 3 Months Interval, Expiry Must Not Be Less Than 18 Months 106 25 Box Alcohol Pads, 100's 107 2 Roll Autoclave Tape, Lead Free , 18 Mm, Pressure Sensitive, 54 Meters In 1 Roll, 18 Months Service Life 108 100 Box Blood Lancet, Plastic Twist,fine Gauge, Tri-bevel Tip, 200's, G21 With Cpr, 40 Boxes On The First Delivery, 30 Boxes For The Second And In The Last Delivery, Expiry Must Not Be Less Than 18 Months Upon Delivery 109 10 Box Blood Lancet, Plastic Twist,fine Gauge, Tri-bevel Tip, 200's, G23 With Cpr, Expiry Must Not Be Less Than 18 Months Upon Delivery 110 120 Pc Cover All, Breathable, Impervious, Water Repellant, Elastic Wrist And Ankle, With Tape, Medium 111 240 Box Face Mask, Ultra Fluid And Splash Resistant, Inner And Outer Layer, Easy Breathability, Full Width Adjustable Nose Piece, Particle Filtration Efficiency >99%, Ear Loop, 3 Ply, 50s 112 5 Pc Forcep , Surgical 113 5 Pc Gauze Roll (24x28, 2ply, 100 Yards) 114 60 Pack Gauze Pad, 24x20 Mesh, 4x4x8 Ply, 40's 115 10 Roll Gauze, Big, Rolled, 24x28x36 Mesh 116 125 Box Gloves, Clean, Medium, Latex Examination, Powder-free, Ambidextrous, Non-sterile, Thick, Single Use Only, 100s, 50 Boxes On The First Delivery, 50 Boxes On The Second And 25 Boxes For The Last Delivery, With 3 Months In Between, Expiry Must Not Be Less Than 12 Months Upon Delivery 117 275 Box Gloves, Clean, Small, Latex Examination, Powder-free, Ambidextrous, Non-sterile, Thick, Single Use Only, 100s, 100 Boxes On The First Delivery, 100 Boxes On The Second And 75 Boxes For The Last Delivery, With 3 Months In Between, Expiry Must Not Be Less Than 12 Months Upon Delivery 118 20 Box Gloves, Clean, Large, Latex Examination, Powder-free, Ambidextrous, Non-sterile, Thick, Single Use Only, 100s, 10 Boxes On The First The Last Delivery, With 3 Months In Between, Expiry Must Not Be Less Than 12 Months Upon Delivery 119 50 Packs Head Caps, Surgical, 100s 120 4 Bot Hydrogen Peroxide 500 Ml 121 100 Piece Isolation Gown, 100% Polyester Woven Fabric With Pu Coating, Water Repellant, Tie At The Neck And Waist, Breathable, Medium/ Large/ Small 122 20 Box Needle, Disposable, Non-toxic, Non-pyrogenic, Single Use, Sterilized By Gamma Radiation, Blister Packed Individually, Gauge 24x1/2 In (14x13mm), 100s, Expiry Must Not Be Less Than 18 Months Upon Delivery 123 12 Box Needle, Disposable, Non-toxic, Non-pyrogenic, Single Use, Sterilized By Gamma Radiation, Blister Packed Individually, Gauge 25x1/2 In (14x13mm), 100s, Expiry Must Not Be Less Than 18 Months Upon Delivery 124 500 Pc N95 Respirator, Self-inhalation, Filter Type, Particles Respirator With Official Niosh Approved Certification, Not Less Than 18 Months Upon Delivery, 200 On The First Delivery, 300 On The Last, With 3 Months Of Interval Between Deliveries, Expiry Not Less Than 18 Months Upon Delivery* 125 5 Box Povidone Iodine Pads, 100's 126 90 Box Plaster, Hypoallergenic, Transparent And Adhesive Plastic Tape, Waterproof, 1", 12's 127 12 Pack Safety Blood Collection Set (butterfly) W/ Luer Lock Adopter, G23/34" With Transparent Plastic Hub, Double Bevel, 50's 128 12 Pack Safety Blood Collection Set (butterfly) W/ Luer Lock Adopter, G25/34" With Transparent Plastic Hub, Double Bevel, 50's 129 60 Pack Shoe Cover, Non-wove, Disposable, 100's 130 250 Box Syringe 3cc, With Needle, Luer Lock, Plastic, Disposable, Non-toxic, Non-pyrogenic, Non-bacteria, Siliconized Plunger, Sterilized By Electron Beam, Latex Free, Single Use, Plastic Blister Packed Individually, With Backflow, Double Stop Gasket, Gauge 23x1in (0.65x25mm), 100s, 100 Box On First And Second Delivery, And Remaining 50 On The Last Delivery, 2 Months In Between, Expiry Not Less Than 18 Months Upon Delivery* 131 200 Box Syringe 5cc, With Needle, Luer Lock, Plastic, Disposable, Non-toxic, Non-pyrogenic, Non-bacteria, Siliconized Plunger, Sterilized By Electron Beam, Latex Free, Single Use, Plastic Blister Packed Individually, With Backflow, Double Stop Gasket, Gauge 23x1in (0.65x25mm), 100s, 100 Box On First And Last Delivery, 3 Months In Between, Expiry Not Less Than 18 Months.* 132 20 Box Syringe 10cc, With Needle, Luer Lock, Plastic, Disposable, Non-toxic, Non-pyrogenic, Non-bacteria, Siliconized Plunger, Sterilized By Electron Beam, Latex Free, Single Use, Plastic Blister Packed Individually, With Backflow,double Stop Gasket, Gauge 23x1in (0.65x25mm), 100s, 10 Boxes And First And Last Delivery, With 3 Months In Between, Expiry Not Less Than 18 Months Upon Delivery.* 133 35 Box Syringe 1cc, With Needle, Luer Lock, Plastic, Disposable, Non-toxic, Non-pyrogenic, Non-bacteria, Siliconized Plunger, Sterilized By Electron Beam, Latex Free, Single Use, Plastic Blister Packed Individually, With Backflow, Double Stop Gasket,gauge 23x1in (0.65x25mm), 100s, 20 Boxes And First And 15 On The Last Delivery, With 3 Months In Between, Expiry Not Less Than 18 Months Upon Delivery.* 134 200 Roll Tissue Paper, 3-ply, Individually Wrapped 135 12 Roll Torniquet,, Latex Free, Rubber, Stretchable, 1inch Wide, 25's Expiry Should Not Be Less Than 18 Months On Applicable Reagents/supply. The Bidder’s Single Largest Completed Contract Similar To The Contract To Be Bid Should Have Been Completed Within 3 Years From The Date Of The Deadline Of Submission And Receipt Of Bids, Award For This Contract Should Have Been Awarded By A Hospital Or Health Facility And Not By Another Supplier. Likewise, The Contract Price Of The Slcc Should Be At Least 50% Of The Sum Of The Abc Of The Lot(s)/lines Joined. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. The Complete Schedule Of Activities Is As Follows: Bac Activities Schedule Availability Of Bidding Documents April 11, 2025 At 8:00 Am To 4:00 Pm And Up To Before 9:00 Am Of May 5, 2025, At The Procurement/bac Office, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Pre-bid Conference April 23, 2025 (wednesday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Opening Of Bids May 5, 2025 (monday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Bid Documents May Be Acquired By Interested Bidders On The Dates And Address Above And Upon Payment Of Applicable Fee For The Bidding Documents In The Amount Of: Lot 1: Php 1,500.00 Lot 2: Php 1,000.00 Lot 3: Php 500.00 Lot 4: Php 2,000.00 Lot 5: Php 500.00 Lot 6: Php 1,000.00 Lot 7: Php 1,500.00 Line Items: Php 5,000.00 Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac/procurement Office On Or Before 9:00 Am Of May 5, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Wvs.doh.gov.ph, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Meeting Link 1: Meet.google.com/nwr-hssm-oqt Meeting Link 2: Meet.google.com/rhr-uzut-xip Meeting Link 3: Meet.google.com/wvk-cxrt-iqb The Western Visayas Sanitarium And General Hospital Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Noriel H. Gumban/jessie Jarbadan Bac Secretariat Western Visayas Sanitarium And General Hospital Sta. Barbara, Iloilo Tel. No.: (033) 332-4778 Loc. 119 Email: Wvsbac.procurement@gmail.com Website: Wvs.doh.gov.ph Renia Grace G. Salapare, Md, Fpafp, Mpa Medical Specialist Iii/bac Chairperson
Department Of Health Treatment And Rehabilitation Center Tender
Machinery and Tools
Philippines
Closing Date21 Feb 2025
Tender AmountPHP 755.4 K (USD 13 K)
Details: Description Bids And Awards Committee Request For Quotation Reference No.: 2025-02-046 Date: February 17, 2025 Procurement Title: Procurement Of Commonly Used Supplies Materials (1st Quarter) Pr Reference No: 2025-02-093/089 & 2025-01-046/043approved Budget Of The Contract (abc): Php 755,408.61 Name Of Supplier: _________________________________________ Contact No: _______________________ Contact Email Adress.: _______________________ Address: ________________________________________ Delivery Term: Based On The Submitted Annex A Delivery Place: Batangas Iii Liyang Pilar,bataan Please Quote Your Best Offer For The Following Items Described Herein Subject To Terms And Conditions And/or Technical Specifications And Within The Approved Budget For The Contract. Submit Your Quotation Duly Signed By Your Representative Through Registered Or Electronic Mail At The Above Address Not Later Than February 21, 2025 10:00am Subject To The Following: S Terms And Conditions: 1.) Doh Trc Bataan Reserves The Right To Reject, Accept And Waive Any Defects In The Price Quotation. 2.) All Entries Shall Be Typed Or Written In A Clear And Legible Manner. 3.) All Prices Offered Herein Are Valid, Binding And Effective For Sixty (60) Calendar Days From The Deadline Of Submission. Alternative Bids Shall Be Rejected. 4.) Price Quotation/s Shall Be Denominated In Philippine Peso And Shall Include All Incidental Expenses (tax, Delivery, Etc.,) 5.) Award Of Contract/purchase Order Shall Be Made To The Lowest Quotation, Which Complies To The Technical Specifications Required. In Case Of Tie Quotations, The Bac Shall Adopt And Employ “toss Coin” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005 6.) Salient Provisions Of The Revised Irr (rirr) Of Republic Act (ra) 9184: Section 68 - Liquidated Damages And Section 69 - Imposition Of Administrative Penalties Shall Be Observed. 7.) All Services Rendered/delivered Items Shall Be Subject To Inspection And Acceptance. Payment Will Be Process Within 30 Days Upon The Receipt Of Service/delivery Of Items. Additional Requirement For Submission: 1.) Philgeps Registration Number Or Certificate 2.) Notarized Omnibus Sworn Statement 3.) Valid Business Permit/mayor’s Permit 4.) Latest Income/business Tax Return 5.) Blank Copy Of Delivery Receipt/charge Sales Invoice And Collection Receipt/invoice (for New Suppliers) 6.) Valid Certificate Of Product Registration (cpr) From Food And Drug Administration (fda) (for Procurement Of Drugs And Medicine/medical Supplies) 7.) Batch Notification, Lot Release From Food And Drug Administration (fda) Or Its Equivalent (for Procurement Of Specific Drugs And Medicines) 8.) Valid Certificate Of Medical Device Notification From Food And Drug Administration (fda) Or Its Equivalent (for Procurement Of Medical Device) 9.) Valid License To Operate From Fda (whether It Is A Manufacturer, Importer, Seller Or Distributor) (for Procurement Of Drugs And Medicine/medical Supplies/medical Device) 10.) Brochure With Picture Of Quoted Item. Respectfully Yours, Sgd Chazell Irrah I. Bon Head, Bac Secretariat Item No. Unit Item Description Qty Abc/ceiling Price Per Unit Brand* Unit Cost Total 1 Unit 1000va Ups Micropower (600w) Mini Tower Line Interactive Switching Available Capacity: 600w Input Power: 190~240va (50~60hz) Output Power: 220~230va(50- 60hz) 2 X 12v7ah Battery Backup Time: 1~5min 1 Year Warranty 5.00 4,180.00 2 Piece 30 Inches, 5-layer Storage Rack Steel150 Kgs Capacity Per Sheleasy Boltless Assembly Durable Powder Coat Finish Center Support Beampowder Coated White Or Black Finish 2.00 3,300.00 3 Box Ballpoint Pens Black, 0.5mm 12 Pcs Per Box 1.00 68.20 4 Pack Battery, Dry Cell, Size Aaa, 4pcs/pack 4.00 27.50 5 Gallon Bleaching Solution, 3785ml 137.00 209.00 6 Ream Bond Paper 500 Sheets Per Box A4 Size : 210mm X 297mm 80 Gsm 7.00 360.80 7 Piece Clearbook, A4 Color Black/* For A4 Size Documents, Refillable, Material: Plastic" 20.00 56.10 8 Piece Clearbook, A4 Color Red /* For A4 Size Documents, Refillable, Material: Plastic" 20.00 56.10 9 Piece Clearbook, A4 Color Yellow /* For A4 Size Documents, Refillable, Material: Plastic" 20.00 56.10 10 Roll Cling Wrap, 18x500 M, Pvc Food Grade Cling Film 2.00 865.70 11 Piece Data Folder, Vertical, Black 14.00 91.30 12 Sachet Dishwashing Liquid 17ml 2,000.00 8.14 13 Gallon Dishwashing Liquid, 1 Gallon, Calamansi Scent, Anti Bacterial Formula 12.00 161.70 14 Piece Double Sided Tape 1 Inch 3.00 25.30 15 Unit Eco-tank L3210 A4 All-in-one Ink Tank Printer 1.00 11,000.00 16 Bottle 003 Ink, Black 63.00 306.90 17 Bottle 003 Ink,cyan 42.00 317.90 18 Bottle 003 Ink,magenta 42.00 317.90 19 Bottle 003 Ink,yellow 42.00 317.90 20 Bottle 005 Ink,black 10.00 656.70 21 Bottle 774 Ink Black 7.00 656.70 22 Bottle 664 Black Ink Bottle 15.00 306.90 23 Bottle 664 Cyan Ink Bottle 10.00 317.90 24 Bottle 664 Magenta Ink Bottle 9.00 317.90 25 Bottle 664 Yellow Ink Bottle 10.00 317.90 26 Piece Expanding Envelope, Legal, Green 40.00 33.00 27 Piece Fly Paper, 2 Sheets, Insecticide Flypaper Bait 30.00 41.80 28 Piece Foot Rug (big/square) 10.00 55.00 29 Pack Hairnet, 24-inch Disposable Bouffant Cap, Color White, 100 Pcs Per Pack 5.00 115.50 30 Piece Heavy Duty Scrub With Sponge, 100mmx75mmx30mm 40.00 33.00 31 Piece Id Holder, Transparent, Water Proof 100.00 7.70 32 Piece Id Lace, Blue, Cotton 100.00 11.00 33 Piece Id Lace, Red, Cotton 100.00 11.00 34 Piece Id Lace, Yellow, Cotton 100.00 11.00 35 Unit Ink Tank Printer L5590 Printer Type: Print, Scan, Copy, Fax With Adf Print Direction: Bi-directional Printing Technolgy: Precisioncore Printhead Nozzle Configuration: 400 X 1 Nozzles Black, 128 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution: 4800 X 1200 Dpi (with Variable-sized Droplet Technology) Dimensions (w X D X H): 375 X 347 X 237 Mm Weight: 5.2 Kg 1.00 18,204.45 36 Unit Ink Tank System Printer Ecotank L5290 1.00 18,150.00 37 Piece Insecticide, Multi Insect Killer Protector 500 Ml 1.00 385.00 38 Unit Iprint-a3/a4 Laminator Machine Hot/cold/reverse 220v Heavy Duty Laminating Machine Only 1.00 4,620.00 39 Piece Kitchen Towel, Absorbent Cloth 30x60cm 6.00 25.30 40 Piece Kitchen Towel, Interfolded, 120 Pulls, Pack Of 3, 200mmx200mm 40.00 114.40 41 Unit L49 Office Table 4.00 17,160.00 42 Gallon Liquid Bleach 20.00 209.00 43 Piece Long Arm Faucet Stainless Steel 30.00 275.00 44 Piece Mop Head 4.00 176.00 45 Piece Mop Head, Durable Heavy Duty, Cotton 4.00 176.00 46 Piece Mop With Steel Handle (removable Mophead) 10.00 319.00 47 Piece Note Book (composition Notebook) Grade 3, 80mleaves 200.00 22.00 48 Unit Office Chair 3.00 3,404.50 49 Pack Office Laminating Film, Legal, 20s 1.00 275.00 50 Packs Paper Cups, 8 0z High Quality , 50 Pcs Per Pack 3.00 55.00 51 Piece Personalized Name Stamp (document Controller Secretary) 1.00 437.57 52 Piece Personalized Name Stamp (document Controller) 1.00 437.57 53 Piece Personalized Stamp (controlled Copy) 1.00 437.57 54 Piece Personalized Stamp (master Copy) 1.00 437.57 55 Piece Personalized Stamp (obsolete) 1.00 437.57 56 Pack Photo Paper Glossy A4 4.00 110.00 57 Set Plastic Broom And Dustpan Set, 91cm (35.8inches ) Long Handle Broom And Dust Pan Set, Made Of Soft And Durable Broom Bristles 2.00 198.00 58 Box Plastic Gloves, Clear Free Food Grade Gloves, 100 Pcs Per Box 5.00 52.80 59 Pc Plastic Utility Box 50l 6.00 438.90 60 Bundle Plastic, Linao 6x10, 1000 Per Bundle 10.00 312.40 61 Piece Powdered Soap 60gms 80.00 7.15 62 Piece Push Brush Wood Durable Nylon Deck Brush Wooden Handle ( 16" ) Push Broom Scrub Brush 12.00 165.00 63 Piece Refill For Clearbook A4 Size 27.00 34.10 64 Pack Sandwich/ Bread Grease Proof Bag, 50 Pcs Per Pack, 20x21cm 20.00 96.80 65 Pack Specialty Paper, 100s 2.00 335.50 66 Piece Stamp Pad Ink Black - Stamp Pad Ink 50ml - No Mess, Non-spill Bottle - Smooth Re-inking - Color: Black 3.00 22.00 67 Bottle Stamp Pad Ink Bluestamp Pad Ink Blue - Stamp Pad Ink 50ml - No Mess, Non-spill Bottle - Smooth Re-inking - Color: Blue 3.00 22.00 68 Piece Stamp Pad Ink Red - Stamp Pad Ink 50ml - No Mess, Non-spill Bottle - Smooth Re-inking - Color: Red 3.00 22.00 69 Pack Table Napkin, Quarter Folded, 350 Sheets, 250x300mm 4.00 166.10 70 Pack/roll Trash Bag 2xl , Green 50.00 96.80 71 Pc Utility Box 55l 47.00 705.43 72 Packs A4 Specialty Paper, 90gsm, White 10’s 9.00 37.50 73 Pcs A4 Certificate Frame 12.00 130.00 74 Can Air Freshener Aerosol Type/ Spray Mist, Net Content: 280ml Or 150g, (min.), Assorted Scents (at Least Two (2) Scents), Material Safety Data Sheet Showing Information On Specific Gravity, Packaging: Twelve (12) Cans Per Box, Individually Shrink Wrapped. 22.00 280.00 75 Pack Battery, Dry Cell, Aaa Voltage:1.5 Volts, Type: Alkaline, No Mercury And Cadmium Added/mercury And Cadmium Free, Positive Polar Ends Must Be Marked, Shelf Life: Five (5) Years (min.) From Date Of Acceptance, With Cautionary Advice 9.00 128.00 76 Pack Battery, Dry Cell, Aa Voltage:1.5 Volts, Type: Alkaline, No Mercury And Cadmium Added/mercury And Cadmium Free, Positive Polar Ends Must Be Marked, Shelf Life: Five (5) Years (min.) From Date Of Acceptance, With Cautionary Advice 24.00 94.00 77 Piece Broom (walis Tambo) Gross Weight (max.): 500 Grams, Handle: Cylindrical, Wood, Smooth Finish, Plastic Coated, Must Be Suitable For Hanging, Diameter Of Handle {min.): 19mm, Length Of Handle {min.): 510mm, Dry Weight Of The Tiger Grass {min.): 250 Grams, Length Of Tiger Grass: 300mm, With Upper Stitch (min.): 20, Lower Stitch (min.): 30, Side Stitch: Manufacturer's Standard, Per Attached Illustration Showing The Design/construction 36.00 170.00 78 Piece Broom (walis Ting-ting) Made Of Mature Coconut Midribs, Grip Material: Braided Yantok Or Nylon, Standard Size:, Grip Circumference: At Least 150mm, Grip Width: At Least 20mm, Top: Measured 150mm, Usable Length: At Least 760mm, Rib Count: At Least 350 Pieces 53.00 78.00 79 Bottle Cleaner, Toilet And Urinal Color: Clear Or Blue, Net Content (min.): 1,000ml, Fully Miscible In Water, Not Chlorine Based, Does Not Contain Inorganic Acids, Non-volatile Content (max.): 5% (w/w), Viscosity At 25°c (min.): 114 Cp, Rigid Plastic Bottle, With Adequate Instructions For Proper Usage And Disposal 9.00 239.00 80 Plastic Container Cleanser, Scouring Powder Net Weight (min.): 350 Grams, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item, Container Must Have Adequate Dispensing Apertures, With Adequate Instructions For Proper Usage And Disposal. 21.00 65.00 81 Piece Clearbook, A4 For A4 Size Documents, Refillable, Material: Plastic Cover: Opaque Plastic, Dimension (min.): 310mm X 235mm O Thickness (-0.02mm): 0.50mm Pocket: Transparent Plastic, Number Of Pockets: Twenty (20), Thickness (-0.005mm): 0.040mm Color: Assorted (black, Blue, Red, Yellow) 6.00 150.00 82 Box Clip, Backfold, 19mm All Metal, Clamping Length (-1mm): 19mm, Clamping Depth (min.): 10mm, Thickness Of Metal (min.): 0.20mm, Diameter Of Clip Handles (min.): 1.0mm, Binding Capacity: At Least 5.5 Mm, Shall Pass The Required Test And Evaluation 1.00 17.00 83 Box Clip, Backfold, 25mm All Metal, Clamping Length (-1mm): 25mm, Clamping Depth (min.): 13mm, Thickness Of Metal (min.): 0.22mm, Diameter Of Clip Handles (min.): 1.20mm, Binding Capacity: At Least 9.5 Mm, Shall Pass The Required Test And Evaluation 10.00 26.00 84 Box Clip, Backfold, 32mm All Metal, Clamping Length (-1mm): 32mm, Clamping Depth (min.): 14mm, Thickness Of Metal (min.): 0.30mm, Diameter Of Clip Handles (min.): 1.45mm, Binding Capacity: At Least 12 Mm, Shall Pass The Required Test And Evaluation 20.00 36.00 85 Piece Data File Box With Closed Ends, Outside Dimension:width (min.): 125mm/height (min.): 230mm/length (min.): 400mm, Material:chipboard (min.): 3mm Thick/leatherette Paper For Outside Cover/coated Paper For Inside Cover, Front Of The Box:with Finger Ring And Pocket For Label Insert, Color Black. 59.00 229.00 86 Piece Dater Stamp Frame: Steel And Plastic Or Sturdy All Plastic Frame, Four Band Date And 12 Year Band, Date Format: Manufacturer's Standard, Self-inking Stamp Pad, Acceptable Colors: Black, Violet Or Red, With Locking Mechanism, With Removable And Refillable Ink Pad, Single Color, Size Of Imprint (min.): 30mm X 45mm. 6.00 450.00 87 Pouch Detergent Powder, All-purpose Net Weight (-2.5%): One (1) Kilogram, Ethylene-diamine-tetra-acetate (edta) And Alkylphenol Ethoxylates (apeo) Shall Not Be Detected, With Adequate Instructions For Proper Usage And Disposal. 35.00 180.00 88 Can Disinfectant Spray Aerosol Type, Net Content Per Can: 400 Grams (min), Crisp, Clean Scent, With Broad-spectrum Activity: Kills Different Types Of Bacteria, Fungi And Viruses As Identified On The Label, Active Ingredients Shall Be Indicated On The Label, Sufficient Amount Of Propellant To Totally Expel Content, Shall Not Contain Ethylene-diamine-tetra-acetate (edta) Nor Alkyl Phenol Ethoxylates (apeo), With Detailed Instructions On Maximizing Product Performance And Indications For The Proper Waste Disposal And The Recyclability Of The Container. 29.00 480.00 89 Unit Electric Fan, Ceiling Mount, Orbit Type Blade: Metal, Number Of Blades (min.): Three (3), Blade Size (min.): 400mm, Grill: Metal, Speed Control: Three (3) Speed Setting, With Remote Switch Box, With Mounting Base And Screws, Motor: Fully Enclosed, 220- 240 Volts, 60 Hz, With Operating/user's Manual (english Translation), Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item, With Ps Quality Or Icc Mark, Warranty: One (1) Year On Parts And Service. Five (5) Years On Motor. 1.00 3,000.00 90 Box Envelope, Documentary, Legal Material: Kraft, For Legal Size Documents, Size (-2mm) : 254mm X 381mm, Basis Weight (-5%): 150gsm, Thickness (min.): 0.22mm. 2.00 2,250.00 91 Box Envelope, Expanding, Kraft Kraft, Smooth Surface, Size (-3mm): 380mm X 250mm, Expansion (-3mm): 50mm, Thickness (min.): 0.38mm, With String And Eyelet Or Elastic Strap. 2.00 2,400.00 92 Piece Envelope, Expanding, Plastic Material: Polypropylene Plastic, Secure Heat-sealed Joints, With Elastic Strap, Size (l X H) (-2mm): 380mm X 260mm, Thickness (min.): 0.50mm, Width Expansion (min.): 30mm, Assorted Colors: Red, Blue, Green. 13.00 60.00 93 Piece Eraser, Felt, Blackboard/whiteboard Eraser Material: Felt, Overall Size (lx Wx T) (min.): 125mm X 45mm X 21mm, Thickness Of Felt (min.) : 18mm, Thickness Of Board (min.): 3mm. 5.00 22.00 94 Piece Eraser, Plastic/rubber Material: Plastic/rubber, Shape: Rectangular, Use: For Erasing Wood-cased And Mechanical Pencil Impressions, Dimension (l X W T) (min.): Equivalent Volume Of 8,350mm3 ,shall Pass Erasing Quality Test. 2.00 17.00 95 Unit External Hard Drive Capacity: 1tb, Storage Media: 2.5"sata Hdd, System Compatibility: Windows, Mac Os And Linux Os, Certificates: Ce/ Fcc/ Bsmi, Warranty: Three (3) Years, Key Feature:1.shockproof Protection/2.with Led Light Indicator, Interface (min.): Usb 3.2 Gen 1, Operation: Dc Sv (power Supplied Through Usb), Case Material: Rubber/plastic, With Operating/user's Manual (english Translation), Accessories (min.): With Usb 3.0 Cable, Shall Pass Functional And Durability Test 6.00 4,300.00 96 Box Fastener, Metal Material: Metal, The Fasteners Shall Be Free From Burrs, Sharp Or Rough Edges Or Corners, It Shall Be Clean And Free From Any Defects That May Affect Its Appearance Or Serviceability, Thickness: Base With Prongs And Compressor (min.): 0.30mm, Width:compressor (min.): 9mm/base (min.): 9mm, Prongs (min.): 4.5mm, The Distance Between The Two Holes Shall Be 70mm (±0.smm) Center-to-center, Able To Hold 25mm Thick Of Multipurpose Paper (70gsm) 47.00 60.00 97 Set File Tab Divider, Legal For Legal Size Documents, Material: Bristol Board, Size:leaf:length (min.):330mm/width (min.): 216mm, Tab:length (min.): 68mm, Width (min.): 15mm, In Sequential Order Basis Weight (-5%): 153 Gsm, Thickness (min.): 0.22mm, Five (5) Colors Per Set: Blue, White, Yellow, Green, Red, Etc. 1.00 41.00 98 Can Floor Wax, Paste Type, Red Paste Type, Color: Red, Petroleum Based, Application: For Wood And Cemented Surfaces, Net Weight (min.): 450 Grams, Physical Properties:drying Time (max.): One (1) Hour On A Wood Surface, Abrasiveness: No Evidence Of Abrasive Matter, Non-volatile Matter, %w (min.): 17%. 3.00 147.00 99 Pack Folder With Tab, Legal Material: Tagboard/carrier/foldcote/cupstock Board, For Legal Size Documents, Leaf Dimension (±lmm): 240mm X 365mm, Tab (±2mm): 13mm, Scoring (±2mm): 20mm From Edge Of Folder, The Folder Shall Be Smooth-finished And Non-blot On Both Sides Using A Permanent Marker, Other Physical Properties:grammage, G/m? (-5%): 270/thickness, Mm (-5%): 0.36/tearing Resistance, Mn, Md+ Cd (min.): 2940/stiffness, Mn.m, (taber) Md+ Cd {min.): 13 15.00 700.00 100 Pack Folder, L-type,legal For Legal Size Documents,material: Plastic,size (min.): 235mm X 346mm,thickness {min.): 0.17mm,transparent For Easy Identification Of Contents,color Green. 7.00 108.00 101 Box Glue, All Purpose Gross Weight (min.): 240 Grams, Shall Conform With The Following Tests:free Formaldehyde (max.): 0.1/adhesive Strength -- No Slippage On Pasted Part/solid Content (min.): 30% Ph: 4 To 8, Container: Plastic Squeeze Type Bottle With Twist-cap Dispenser., The Brand And Expiry Date Shall Be Stamped/engraved/ Embossed/ Printed/permanently Stickered On Each Bottle. The Expiry Date Shall Be At Least One Year From The Date Of Delivery., There Should Be No Unpleasant Odor. 8.00 129.00 102 Bottle Hand Soap, Liquid, 500ml Scented, Form: Liquid, Minimum Of 80% Kill Bactericidal/germicidal Property Against Staphylococcus Aureus, Volume (net Content): 500ml, Bottle: Pump Dispenser Plastic, Individually Shrink Wrapped, Ethylene-diamine-tetra-acetate (edta) And Alkylphenol Ethoxylates (apeo) Shall Not Be Detected, With Adequate Instructions For Proper Usage And Disposal. 24.00 150.00 103 Cart Ink Cartridge, Epson C13t664100 (t6641), Black C13t664100 (t6641), Black 9.00 350.00 104 Cart Ink Cartridge, Epson C13t664200 (t6642), Cyan C13t664200 (t6642), Cyan 5.00 350.00 105 Cart Ink Cartridge, Epson C13t664300 (t6643), Magenta C13t664300 (t6643), Magenta 4.00 350.00 106 Cart Ink Cartridge, Epson C13t664400 (t6644), Yellow C13t664400 (t6644), Yellow 4.00 350.00 107 Can Insecticide, Aerosol Type Aerosol, Kerosene Based,quick Kill Contact And Residual Type,cautionary Scent/odor Required,multi-insect Killer,net Content Per Can: 600ml (min), Sufficient Amount Of Propellant To Totally Expel Content.,material Safety Data Sheet Showing Information On Specific Gravity. 11.00 450.00 108 Piece Light Emitting Diode (led), Light Bulb Power Consumption: 6-7 Watts, Color Temperature: 6,500 Kelvin, Lumen Output: Not Less Than 530 Lumens, Frequency Rating: 60hz, Color Rendering Index: 80 +/-10% , Input Voltage: 85-265 Volts, Ac , Socket Base: E27, Light Color: Cool Daylight, Power Factor: Not Less Than 0.90, Average Life: Not Less Than 15,000 Hours, Operating Temperature: > 35°c, Brand Shall Be Engraved/embossed/printed On The Item, Packaging:in Individual Box, One Hundred (100) Pieces Per Carton. 42.00 90.00 109 Piece Marker, Permanent, Black Ink Color: Black, Blue, Red,tip: Felt Writing/line Width (min.): 1.smm, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item.,material And Structure:,the Cap Shall Fit Snugly Or Firmly To The Barrel And Of Such Structure That Will Easily Cap And Decap;,the Ink Reservoir Shall Be Stable To Prevent Leakage When Stored And The Ink Flow Out Adequately Upon Use; And The Tip Of The Pen Shall Be Of Suitable Firmness And Good Structure That Will Regulate The Flow Of Ink.,shall Comply With The Following Parameters: Writing Performance Test,drying Performance Test, Resistance To Water Test. 27.00 42.00 110 Piece Marker, Whiteboard, Black Ink Color: Black, Blue, Red, Tip: Felt, Writing/line Width (min.): 1.smm, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item., Material And Structure: The Cap Shall Fit Snugly Or Firmly To The Barrel And Of Such Structure That Will Easily Cap And Decap; The Ink Reservoir Shall Be Stable To Prevent Leakage When Stored And The Ink Flow Out Adequately Upon Use; And The Tip Of The Pen Shall Be Of Suitable Firmness And Good Structure That Will Regulate The Flow Of Ink. Shall Comply With The Following Parameters: Writing Performance Test, Drying Performance Test, Resistance To Water Test. 23.00 60.00 111 Unit Mop Bucket, Heavy Duty, Hard Plastic Heavy Duty, Material: Hard Plastic, Approximate Size (min.), Width: 370mm, Length: 475mm, Height: 245mm, Capacity: 30 Liters, With Four (4) Heavy Duty Rotating Wheels/ball Casters, With Squeezer, With Precautionary Markings. 1.00 4,441.00 112 Pad Note Pad, Stick On, 3" X 3" Size (l X W):width (-2%):76 Mm, Length (-2°â): 76 Mm, Basis Weight (min.): 70gsm, Sheet Thickness (min.): 0.09mm, One Hundred (100) Sheets Per Pad, Adhesive Width Orientation Shall Be On Either Side. E Brand Shall Be Printed On The Endpaper. Assorted Colors: Yellow, Pink, Green, Orange, Shall Pass The Performance Tests. 16.00 25.00 113 Pad Note Pad, Stick On, 50mm X 76mm (2" X 3") Min Size (l X W): Width (min.): 50mm, Length (-2°â): 76mm, Basis Weight (min.): 70gsm, Sheet Thickness (min.): 0.09mm, One Hundred (100) Sheets Per Pad, Adhesive Orientation Shall Be On The Shorter Side., Brand Shall Be Printed An The Endpaper. Assorted Colors: Yellow, Pink, Green, Orange, Shall Pass The Performance Tests. 30.00 18.00 114 Pad Note Pad, Stick On, 76mm X 100mm (3" X 4") Min Size (l X W): Width (-2%): 76mm, Length (min.): 100mm, Basis Weight (min.): 70gsm, Sheet Thickness (min.): 0.09mm, One Hundred (100) Sheets Per Pad, Adhesive Width Orientation Shall Be On The Longer Side.,brand Shall Be Printed On The Endpaper. Assorted Colors: Yellow, Pink, Green, Orange, Shall Pass The Performance Tests. 15.00 35.00 115 Box Paper Clip, Vinyl/plastic Coated, 33mm Wire Diameter (min.): 0.80mm Length Of Clip (min.): 33mm, Total Length Of Wire Used (min.): 102mm,assorted Colors,shall Pass The Performance Test. 12.00 17.00 116 Unit Paper Shredder Can Shred Papers, Paper Clips, Staples, Credit Cards And Compact Discs (cds),cross-cut,waste Bin Capacity (min.): Thirty (30) Liters,sheet Capacity: Sixteen (16) Sheets (min.) Using 70gsm; Or Twelve (12) Sheets (min.) Using 80gsm Of Paper.,intake Throat Width (min.): 220mm,cut/shred Size (max.): 4mm X 40mm,cutting Speed (min.): 4m/min.,electric Motor (min.): 200 Watts,continuous Run Time (min.): Twenty (20) Minutes,automatic Start/stop Control,mobility: With Or Without Casters (with Lock If With Casters),additional Salient Specifications:with Overheat Protection Function,with Jam Protection,with Reverse Function,safety Features: Manufacturer's Standard.,silent Operation (max.): Shredder Designed For Reduced Noise In Shared Workspaces Or Department Copy Rooms With Decibel Level (db) Of 70,mess Reduction System: Shredder Features An Automatic Or Manual Cleaning Cycle That Prevents Paper Build-up On Cutters. With A Sensor That Lets The User Know When To Empty The Bin.,with Operating/user's Manual (english Translation),brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item,warranty: Two (2) Years,standby Mode When Not In Use. 1.00 34,589.00 117 Unit Paper Trimmer / Cutting Machine, Table Top Table Top And Non Skid, Guillotine Paper Cutter, With Ruler Marking And Paper Size Markings Printed On The Base - B7, B6, A5, B5, A4, B4, Legal, And A3, Includes Securable Sliding Paper Size Marker/gauge, Paper Capacity (min.): 25 Sheets Of 70 Gsm Paper, With Stationary Blade Guard, Blade Is Made Of Removable High Quality Hardened Stainless Steel, Metal Structure: Base, Adjustable Paper Clamp Handle, Paper Clamp, Removable Cutter Handle, Cutter Lock, Blade Assembly Cover, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item, Warranty: One (1) Year On Parts And Services. 1.00 1,179.00 118 Ream Paper, Multicopy, A4 Basis Weight (-3%): 80gsm,size (±2mm In Either Direction): A4, 210mm X 297mm,sheet Count (min.): 500 Sheets Per Ream,trim Sizes Shall Be Along Machine Direction Or Long Grain,intended Application: For Laser Printer, Standard Office Copier, Etc.,paper Shall Be At Least Elemental Chlorine Free {ecf),inner Lining And Flute Of The Carton Box Shall Be 100% Recycled Fiber. 206.00 232.00 119 Ream Paper, Multi-purpose, 70gsm (min.), Legal Basis Weight (min.): 70gsm, Size (-l2mm In Either Direction): Legal, 216mm X 330mm, Sheet Count (min.): 500 Sheets Per Ream, Trim Sizes Shall Be Along Machine Direction Or Long Grain. 28.00 240.00 120 Ream Paper, Multi-purpose, A4 Basis Weight (min.): 70gsm,.size (±2mm In Either Direction): A4, X 297mm,sheet Count (min.): 500 Sheets Per Ream,trim Sizes Shall Be Along Machine Direction Or Long Grain,intended Application: For Laser Printer, Standard Office Copier, Etc.,paper Shall Be At Least Elemental Chlorine Free (ecf).,inner Lining And Flute Of The Carton Box Shall Be 100% Recycled Fiber. 62.00 210.00 121 Piece Puncher, Paper, Heavy Duty Punching Capacity: Thirty (30) Sheets Of 70gsm Multipurpose Paper,with Two Hole Guide,diameter Of Hole (±0.5): 7.00 Mm,construction/structure:the Operating Handle, Base And Frame Shall Be Connected To Each Other And Be Capable Of Smooth Repetitive Operation. Easy Insertion Of Paper.the Distance Between The Two Holes Shall Be 70mm (±0.5mm) Center-to-center. O The Punching Depth Shall Be 12mm (±lmm).the Puncher Shall Be Provided With A Handle Lock.the Receptacle Base Shall Fit Snugly Under The Puncher Base And Shall Not Chip Off, Break, Crack, Warp Or The Like. 8.00 200.00 122 Box Rubber Band, No. 18 Net Weight (min.): 350 Grams,width (min.): 1.00 Mm,thickness(min):1.00 Mm,lay Flat Length (+20%): 80mm,tensile Strength (min.): 9.81mpa,elongation (min.): 500%" 4.00 200.00 123 Pair Scissors, Symmetrical / Asymmetrical Straight Trimmers Intended For Cutting Papers, Plastic, And Rubber.,dimension (refer To The Illustration),l1 (13mm): 178mm,l2 (13mm): 87mm,length And Thickness Of The Cutting Blade : Manufacturer's Standard,construction/quality:,blades Shall Be Made Of Stainless Steel.,the Tip Of The Cutting Blade Shall Be Blunt.,blades Shall Be Flat And Shall Be Joined By A Binding Rivet/screw.,scissors Shall Be Adjusted For Proper Contact So That The Sharpened Edges Slide Against Each Other When The Handles (bows) Opposite To The Pivot Are Closed.,all Scissors Shall Be Furnished With Asymmetrical Or Symmetrical Bow Handles Made Of Rigid Plasric/rubber.,materials Shall Be Free From Any Defects And Imperfections Which Might Affect The Serviceability Of The Finished Product. Shall Pass The Performance Test. 13.00 50.00 124 Piece Sign Pen, Extra Fine Tip, Black Ink Color: Black, Blue, Red, Type: Liquid Or Gel, Tip: 0.5mm, Needle Type, With Non-slip Rubber Grip, With Metal Clip, One (1) Piece Barrel (non-refillable), Writing Length: One (1) Km {min). 220.00 38.00 125 Piece Stamp Pad, Felt Stamp Pad Container: Material: Combination Of Plastic And Metal, Metallic Component Shall Be Resistant To Rust, Thickness Of Metal (min.): 0.25mmm Plastic Component Shall Be Resistant To Impact And Ink. Stamp Pad Bed: Material: Felt, Pre-inked, Ink Shall Be Free From Any Offensive Odor. Thickness (min.): Smm, Width (min.): 61mm, Length (min.): 102mm, Shall Pass The Performance Tests, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item 10.00 50.00 126 Box Staple Wire, Standard Five Thousand (5,000) Wires Per Box, Made Of Metal Wire Coated With Any Anti-corrosion Material, Dimensions, In Mm:width (w) (+0.15mm/-0.20mm): 12.70 O Leg Length (l) (±0.2mm): 6.00mm/thickness (d) (± 0.0smm): 0.40 O Width (e) (± O.osmm), Number Of Wires Per Strip (min.): One Hundred (100), Shall Pass The Penetration Test, The Staples Shall Be Preformed And Cemented Together In Strip Form One Behind The Other, The Staples Shall Have Parallel Legs At Right Angles To The Crown. They Shall Easily Exit Without Clogging And Jamming The Stapler, Both Ends Of The Staples Shall Have Either Blunt Or Chisel Point Ends, Staples Shall Be Free From Burrs And Sharp Or Rough Edges, And Other Defects Which Might Affect The Appearance Or Serviceability Of The Leg. 44.00 37.00 127 Piece Stapler, Standard Type Loading Capacity (min.): 200 Staple Wires, Staple Pusher Shall Be A Metal Piece And Not Spring. Construction/structure: The Handle, Base And Frame Shall Be Connected Respectively And Be Smooth In Repetitive Actuation;loading Of The Staple Wire In The Staple Magazine Shall Be Easily Done;the Stapler Shall Be Constructed Such That The Staple Wire Will Not Jam Or Drop Out During Staplin, The Base Shall Be So Constructed That It Is Equipped With Clincher Block Having The Guide Groove Aligned With The Driver Blade So That It Can Bind Properly And Easily, The Driver Blade Shall Be Able To Push Out And Drive The Loaded Staple Wire Without Deformation; Each Part Shall Have Rigidity In Meeting The Performance Of The Stapler; As Per Attached Illustration Showing The Parts Of The Stapler, However Design May Vary; Shall Pass The Performance Test. 9.00 150.00 128 Piece Tape Dispenser, Table Top Table Top,weight (min.): 1.2kg,body Made Of Molded Plastic, Smooth Finish,non-skid Full Base Padding,with Serrated Cutting Blade,shall Hold 24mm Wide Tapes With Up To 75mm Core,shall Pass The Performance Test,assorted Colors: Red, Blue, Green, Black 5.00 142.00 129 Roll Tape, Electrical Made Of Polyvinyl Chloride (pvc), Width (±1.0 Mm): 19mm, Length (min.): 20 Meters, Thickness (min.): 0.15mm, Adhesive Strength (min.):normal State, N (kgf): 3.198 (0.326), Tensile Load (min.):normal State, N (kgf): 29.43 (3.0) After Heating, N (kgf): 29.43 (3.0), Elongation, % (min.):normal State: 100 O Afterheating:80, Dielectric Strength (min.):withstand Voltage: 5000 V, Color: Black, Ps Quality Or Icc Certificate 9.00 25.00 130 Roll Tape, Masking, 24mm Width (±1mm): 48mm, Usable Length (min.): 50 Meters, Thickness (max.): 0.25mm, Adhesion Strength (min.): 8.5n/24mm Width, Breaking Strength (min.): 85n/24mm Width 120.00 48.00 131 Roll Tape, Masking, 48mm Width (±1mm): 48mm, Usable Length (min.): 50 Meters, Thickness (max.): 0.25mm, Adhesion Strength (min.): 8.5n/24mm Width, Breaking Strength (min.): 85n/24mm Width 47.00 85.00 132 Roll Tape, Packaging, 48mm Color: Tan, Width (±lmm): 48mm, Usable Length (min.): 50 Meters, Base Material: Biaxially-oriented Polypropylene, Thickness (min.): 0.040mm, Adhesion Strength (min.): 6n/24mm, Breaking Strength (min.): 14n/24mm 3.00 50.00 133 Roll Tape, Transparent, 24mm Width (±1mm): 24mm, Usable Length (min.): 50 Meters, Base Material: Biaxially-oriented Polypropylene, Thickness (min.): 0.040mm, Adhesion Strength (min.): 6n/24mm, Breaking Strength (min.): 14n/24mm, The Tape Shall Be Wound Uniformly Around A Core. 83.00 31.00 134 Roll Tape, Transparent, 48mm Width (±1mm): 48mm, Usable Length (min.): 50 Meters, Base Material: Biaxially-oriented Polypropylene, Thickness (min.): 0.040mm, Adhesion Strength (min.): 6n/24mm, Breaking Strength (min.): 14n/24mm, The Tape Shall Be Wound Uniformly Around A Core. 11.00 50.00 135 Pack Tissue, Interfolded Paper Towel Basis Weight: 34gsm (+/-2gsm),sheet Dimension: Width: 200mm (±3mm) Length: 200mm (±3mm),raw Materials From 100% Recycled Fiber,total Number Of Sheets Per Pack: 150 Pulls,number Of Ply: One (1) Ply, Paper Shall Be At Least Elemental Chlorine Free (ecf) 74.00 66.00 136 Pack Toilet Tissue Paper, 2 Ply Weight (min.): 28gsm,sheet Dimensions:,width Of Sheet (±3mm): 100mm,length Of Sheet (-5mm): 114mm,acidity, Ph (min.): 6 ,tensile Strength, Kn/m (min.):md: 0.12, Cd: 0.03,absorption Time For Each Sheet Using 0.01ml Water, Sec. (max.): 30,100% Recycled Pulp ,paper Shall Be At Least Elemental Chlorine Free (ecf),150 Pull Per Roll (300 Sheets), (min.),shall Be Evenly And Firmly Wound To Form A Roll Which Is Sufficiently Rigid To Withstand Normal Handling And Usage.,roll Shall Be Perforated Across The Full Width Such That Each Sheet Can Be Easily Torn Off Along The Perforations,toilet Tissue Shall Not Have Noticeable Dust On The Surface Of Sheets. 57.00 185.00 137 Roll/pack Trashbag, Xxl Size Made From Polyethylene (pe) Plastic, Pe Shall Contain A Minimum Of 30% Post-consumer Material, Tubular Type, With Tie, Color: Black, White Or Green, Tear Resistant, Leak-proof Bottom Seal, Dimension (-6mm): 939.8 Mm X 1016.0 Mm (37" X 40"), Thickness (min.): 0.02mm, Tensile Strength At Break: Astm D882,one Way (min.): 15n/mm, Other Way (min.): 12n/mm, Elongation At Break: Astm D882, One Way (min.): 400%, Other Way (min.): 600%. 320.00 110.00 138 Box Ballpen 0.05mm (black) Ballpoint Pens Black, 0.5mm 12pcs Per Box 18 62.00 139 Pack Board Paper Long 200 Gsm. 10 Sheets Per Pack Size:long (13x8.5") Color: White 15 38.00 140 Bottle Epson 001 Ink Black Epson Original Ink Sealed With Box Color: Black Capacity: 135ml. (per Bottle) Black Ink Bottle: Approx Page Yield: 7,500 Pages Order Code:001 (c13t03y100) 2 532.00 141 Bottle Epson 001 Ink Magenta Product Specification: Epson Original Ink Sealed With Box Color:magenta Capacity: 70ml. (per Bottle) Magenta Ink Bottle: Approx Page Yield: 6000 Pages (composite Yield) Order Code: 001 (c13t03y300) 1 332.00 142 Bottle Epson 001 Ink Yellow Product Specification: Epson Original Ink Sealed With Box Color:yellow Capacity: 70ml. (per Bottle) Yellow Ink Bottle: Approx Page Yield: 6000 Pages (composite Yield) Order Code: 001 (c13t03y400) 1 332.00 143 Bottle Epson 001 Ink Cyan Product Specification: Epson Original Ink Sealed With Box Color:cyan Capacity: 70ml. (per Bottle) Cyan Ink Bottle: Approx Page Yield: 6000 Pages (composite Yield) Order Code: 001 (c13t03y400) 1 332.00 144 Box Large File Rubber Band (500x15x3mm) 50pcs / Box 10 322.00 145 Piece Magnetic White Board Eraser: Magnetic Board Eraser Drywipe Marker Cleaner Office Whiteboard 5 60.00 146 Pairs Metal Book Stand Nonskid Heavy Duty Bookend Home Office Article Oraganizing Tool: Metal Book Stand Nonskid Size: 20.8x16.8x13.8cm 50 88.00 147 Pcs Nano Double Sided Tape 10mm X 3 M Multipurpose Wall Tape Adhesive Strips Removable Mounting Tape 20 49.00 148 Box Paper Fastener /metal/8 Inches, 100 Pcs 70mm In Between Holes 10 182.00 149 Ream Paper Multi-purpose, A3 500 Sheets Per Ream A3 Size : 297mm X 420mm Color: White Thickness: 70gsm 30 454.55 150 Pack Specialty Paper 8.5x11 90gsm 10 Sheets Per Pack Size: 8.5x11 Inches Color: Pale Cream 20 20.00 151 Pcs Storage Box 28 L, Black, Cardboard Size: L 40cm X W28cm X H29 Cm Cardboard 9 478.50 152 Pack Glossy Photo Sticker Paper A4, High Quality Paper,a4 Size, 150 Gsm, Glossy Waterproof, 20 Sheets Per Pack 20 211.00 ***nothing Follows*** *suppliers With No Indicated Brand And Model For The Quoted Items Will Be Disqualified From The Selection Of Suppliers. This Project Will Be Awarded As: After Having Carefully Read And Accepted The Terms And Condition, I/we Quote You On The Item At Prices Noted Above. _____________________________ Name /signature Of Representative ¬¬ Will Not Participate Due To: _____________________________ Name /signature Of Representative
Province Of Ifugao Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date27 Feb 2025
Tender AmountPHP 7 Million (USD 121.1 K)
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee 3rd Floor Peo Bldg., Capitol Compound Lagawe, Ifugao Email Ad.: Bacgoodsifugao13@gmail.com Invitation To Bid Publication No. 05-2025-g (first Publication) For Common Office, General Home & Computer Supplies 1. The Provincial Government Of Ifugao, Through The General Fund Intends To Apply The Sum Of Seven Million Nine Thousand Two Hundred Pesos And 58/100 Only (php7,009,200.58) Being The Abc To Payments Under The Contract For Publication No. 05-2025-g. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. (please See Attached “annex 1” For The Item/s To Be Bided). 2. The Provincial Government Of Ifugao Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Purchase Order. Bidders Should Have Completed, Within The Last Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao And Inspect The Bidding Documents At The Address Given Below During 8:00 O’clock Am To 5:00 O’clock Pm. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao On February 06, 2025 To February 27, 2025 Upon Presenting A Proof Of Payment In Person, Of A Non-refundable Bidding Fee Of Ten Thousand Pesos (php 10,000.00). 6. The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao Will Hold A Pre-bid Conference On February 13, 2025 At 01:30 P.m.at The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao On Or Before 1:30 P.m. Basing On The Bac Office - Wall Clock Of February 27, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 27, 2025 At 2:00 In The Afternoon At The Address Stated Above. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Ifugao Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: The Secretariat On Goods Bids And Awards Committee Bacgoodsifugao13@gmail.com 0926-937-1170 Date Of Posting: February 06, 2025 Carmelita B. Buyuccan Bac Chairperson "annex 1" Item No. General Description Qty. Unit Of Issue Unit Cost Total Cost I. Common Office Supplies 1 Battery, 9v (for Wireless Mic) 10 Pc 2 Battery, 9vi Super Heavy Duty 2 Pc 3 Battery, Rechargeable Aa 3 Set 4 Battery, Size A 75 Pc 5 Battery, Size Aa 560 Pair 6 Battery, Size Aaa, Small 817 Pair 7 Binder Clip, 12/box 55mm 59 Box 8 Board, Whiteboard 2ft X 3ft W/ Frame 4 Pc 9 Board, Whiteboard 4ft X 8 Ft W/ Frame 8 Pc 10 Book Cover For Faas & Task Declaration With Bolts 20 Pc 11 Book, Columnar, 24 Columns 12 Pc 12 Book, Columnar, 4 Columns 2 Pc 13 Book, Emergency Registry Book, Hardbound X 100 Pages 4 Box 14 Book, Engineer's Field Book 215 Pc 15 Book, Er Registry Book (200 Pages/100 Leaves) 2 Box 16 Book, Notebook, 40 Leaves, Ordinary 450 Pc 17 Book, Notebook, 80 Leaves, Good Quality 70 Pc 18 Book, Notebook, 80 Leaves, Ordinary 103 Pc 19 Book, Record, 150 Pages 35 Pc 20 Book, Record, 200 Pages 120 Pc 21 Book, Record, 300 Pages 67 Pc 22 Book, Record, Clothbound, 300pages # 85 27 Box 23 Book, Record, Clothbound, 500pages # 85 1 Box 24 Book, Record, Hardbound, 200 Pages 20 Pc 25 Book, Record, Hardbound, 300 Pages 161 Pc 26 Book, Record, Hardbound, 500 Pages 75 Pc 27 Books-local Government Code Of 1991 1 Book 28 Calculator, Dj-120d, Electronic, 2-way Power 18 Pc 29 Calculator, Hl-122l, Casio 17 Pc 30 Calculator, Scientific, Fx-991 Esplus 5 Pc 31 Cassette Recorder, 2 Way Speaker,small 2 Pc 32 Certificate Frame, Plastic, 8.5 X 11, Short 215 Pc 33 Certificate Frame, Plastic, 8.5 X 13, Long 310 Pc 34 Certificate Frame,glass 8.5x13 Inches Long 15 Pc 35 Cutter Blade, Big, Heavy Duty 23 Pc 36 Cutter Blade, Big, Heavy Duty-refill 45 Pc 37 Dater (mm/dd/yy, 2018-2020), Metal 11 Pc 38 Desk Tray Organizer, 2-layers, Metal 10 Pc 39 Envelope, Brown, Kraft Documentary, Long 4575 Pc 40 Envelope, Brown, Kraft Documentary, Short 1005 Pc 41 Envelope, Expanding, Legal Size, W/ Garter 2120 Pc 42 Envelope, Long White Envelope 5 Box 43 Envelope, Mailing W/ Window, Long W/ Office Header & Logo 1 Box 44 Envelope, Mailing, White, Long, 500s 5 Box 45 Envelope, Plastic W/ Handle, Durable 35 Pc 46 Eraser, Rubber No. 526 B30 76 Pc 47 Filing Box, Long, Assorted Color 225 Pc 48 Folder For Hanging Cabinet, Long 40 Pc 49 Folder Organizer 24 Pc 50 Folder, Cream, Glossy,x 100s, Long 84 Ream 51 Folder, Cream, Glossy,x 100s, Short 31 Ream 52 Folder, Expanding, Assorted Color, Long 1058 Pc 53 Folder, Expanding, Assorted Color, Short 250 Pc 54 Folder, Ordinary, X 100s, Long 24 Ream 55 Folder, Ordinary, X 100s, Short 9 Ream 56 Folder, Plastic, W/ Slide,assorted Colors, Long 12 Pc 57 Folder, Plastic, W/ Slide,assorted Colors, Short 12 Pc 58 Frame, Photo Frame,8.5"x11" Short 15 Pc 59 Glue Gun (big) 12 Pc 60 Glue Gun (small) 7 Ream 61 Glue, 130g 351 Bot 62 Glue, Stick Glue (big) 175 Pc 63 Glue, Stick Glue (small) 60 Pc 64 Glue, Super Glue, Instant Glue, 3 Grams 2 Pc 65 Id Lace/tie 40 Pc 66 Magazine File, Hard Board, Double 85 Pc 67 Measuring, Ruler, Plastic, Thick, Transparent, 12" 42 Pc 68 Measuring, Tape Measure (5 Meters) 1 Pc 69 Measuring, Tape Measure (50 Meters) 1 Pc 70 Measuring, Tape Measure,7.5 Ms 1 Pc 71 Office Banner W/ Logo, Admiral Blue, Satin, 4x5 Ft. 1 Pc 72 Paper Clamp Size 2 285 Pc 73 Paper Clip, Big, 502mm, 100/box 160 Box 74 Paper Clip, Small, 33mm, 100/box 192 Box 75 Paper Fastener, Vinyl Plastic, 50s/box 206 Box 76 Paper, Book Paper, A4 70 Gsm 315 Ream 77 Paper, Book Paper, Long, 8.5" X 13" 1464 Ream 78 Paper, Book Paper, Short, 8.5" X 11" 1391 Ream 79 Paper, Carbon Paper, Ordinary, Long 4 Box 80 Paper, Carbon Paper, Polyethylene, Long, 100s, Assorted Color 3 Box 81 Paper, Cartolina, Glossy, White, Thick 520mm X 720mm 1005 Pc 82 Paper, Cartolina,assorted Colors,thick 97 Pc 83 Paper, Colored, Assorted, 250 Sheets/ream 18 Ream 84 Paper, Felt Paper, Assorted Colors 60 Pc 85 Paper, Glossy, Assorted Colors 3 Pack 86 Paper, Linen Board, 200gsm, Long 47 Pack 87 Paper, Linen Board, 200gsm, Short 72 Pack 88 Paper, Linen, Thick, Assorted Light Colors, Long 33 Set 89 Paper, Linen, Thick, Assorted Light Colors, Short 10 Set 90 Paper, Manila Paper, Yellow 130 Pc 91 Paper, Office Stationary - Long W/ Letter Head W/logo 7 Ream 92 Paper, Office Stationary - Short W/ Letter Head W/ Logo 6 Ream 93 Paper, Pad, Assorted Color, 216 X 330mm Thick 35 Pad 94 Paper, Paper Bond Subs 16, 8.5" X 11" 15 Ream 95 Paper, Paper Bond Subs 16, 8.5" X 13" 22 Ream 96 Paper, Paper Bond Subs 18,legal,8.5'' X 13" 32 Ream 97 Paper, Paper Bond Subs 18,letter,8.5'' X 11" 40 Ream 98 Paper, Paper Bond Subs 20,legal,8.5'' X 13" 375 Ream 99 Paper, Paper Bond Subs 20,letter,8.5'' X 11" 387 Ream 100 Paper, Paper Bond, Subs 20, A4 77 Ream 101 Paper, Photo Paper, A4, 20 Sheets/pack, Thick 89 Pack 102 Paper, R.e.r. Forms W/ Guidelines At The Back 23 Pad 103 Paper, Sterling, Gsm 200, 8 1/2 X 13, Board, Assorted Colors 161 Pack 104 Paste, Solid W/ Water Well, 200g 1 Jar 105 Patients Identification Card, Opd 2000 Pc 106 Patients Index Card, Opd 2000 Pc 107 Pen Organizer 7 Pc 108 Pen, Ballpoint Pen X 12's, Good Quality, Assorted Colors (2 Box Black) 202 Box 109 Pen, Ballpoint Pen X 50's, Assorted Colors, Ordinary 99 Box 110 Pen, Highlighter, Assorted Neon Colors X 10's 48 Box 111 Pen, Marker Pen, Board Marker, Assorted Color Sc-b 157 Pc 112 Pen, Marker Pen, Ink Refill, Black Permanent 24 Bot 113 Pen, Marker Pen, Permanent, Broad Tip, Assorted Color Sc-b 391 Pc 114 Pen, Pentel Energel 0.5mm 28 Box 115 Pen, Sign Pen, .4, Black, G-tec-c4 X 12s 40 Box 116 Pen, Sign Pen, .5, Black, V-5 X 12s 22 Box 117 Pen, Sign Pen, .5mm, Mygel X 12s, Assorted Color 87 Box 118 Pen, Sign Pen, Black, Hi-tech Point, V5 3 Box 119 Pen, Sign Pen, Black, Hi-tech Point, V7 8 Box 120 Pen, Whiteboard Marker, Black 42 Pc 121 Pencil 482, Soft Non-smudge Eraser, 2 Medium 3 Doz 122 Pencil Sharpener, Mechanical (heavy Duty) 2 Pc 123 Philippine Flag 16 Pc 124 Plastic Cover Sheet, Transparent, Thick 1 Roll 125 Post It 2"x 2", Assorted Color, Good Quality 177 Pc 126 Post-it 2"x 3" Assorted Color, Good Quality 237 Pc 127 Post-it 3"x 5" Assorted Color, Good Quality 184 Pc 128 Post-it 4" X 5" Assorted Color, Good Quality 171 Pc 129 Property Sticker (with Sample) 250 Pc 130 Puncher, Heavy Duty, Good Quality 22 Pc 131 Push Pin, Hammer Head 70 Box 132 Ribbon-silk-bright Blue, Pink, Red 13 Roll 133 Ring Binder, 12mm X 1.2m, Plastic (1/2") 10 Pc 134 Ring Binder, 24mm X 1.2m, Plastic (1") 10 Pc 135 Rubber Band ( Ordinary) 1 Box 136 Rubber Band, Big, #18, 400 Gms 4 Box 137 Rubber Stamp ( Refer To Design) 2 Pc 138 Rubber Stamps ( Letterhead, Etc… ) 20 Pc 139 Scissors, Heavy Duty, Large, All Steel, Any Size 47 Pc 140 Sharpener, Wall Mounted, Heavy Duty 1 Pc 141 Stamp Pad Ink, Blue, 60ml 48 Pc 142 Stamp Pad, Large W/ Ink 39 Pc 143 Stamp Pad, Medium W/ Ink 33 Pc 144 Staple Wire, No. 35, 5000s/box 235 Box 145 Stapler, Bookbinding, 240 Sheets Cap.minimum 1 Pc 146 Stapler, Hd 50/50r W/ Staple Remover 75 Pc 147 Stapler, Heavy Duty, #35, 2hd 444, Big 3 Pc 148 Storage Box, Medium 2 Pc 149 Tape Dispenser, Heavy Duty For 24mm, 1" 8 Pc 150 Tape Recorder, Digital 2 Pc 151 Tape, Binding Tape, 1" 23 Roll 152 Tape, Binding Tape, 2" 54 Roll 153 Tape, Double Adhesive, 1" 141 Pc 154 Tape, Duct Tape 1" 24 Roll 155 Tape, Duct Tape 2" 27 Roll 156 Tape, Masking, 1", 24mm 153 Roll 157 Tape, Masking, 2", 48mm 110 Roll 158 Tape, Packing, 2", 48mm 115 Roll 159 Tape, Transparent, 1", 24mm 299 Roll 160 Tape, Transparent, 2", 48mm 136 Roll 161 Thumbtacks, Small 72 Box 162 Typewriter Ribbon, Nylon, Black 5 Pc 163 Paper Clamp Size 1 50 Pc 164 Paper Clamp Size 41mm 8 Box 165 Paper Clamp Size, 32mm 8 Box 166 Paper, Phot Paper, A4, 20 Sheets/pack, Thick, Matte 18 Pack 167 Rubbing Alcohol, 70% Isopropyl 6 Pc 168 Memory Card (for Camera) Sandisk Ultra 32 Gb 1 Pc 169 External Cd Rom 1 Pc 170 Ream Cutter, Heavy Duty 1 Pc 171 Pen.sign Pen.,7mm Mygel X 12s Black 5 Box 172 Paper, Book Paper, Long 8.5" X 13" 80gsm 5rm/box 5 Box 173 Paper, Book Paper, Short 8.5" X 11" 80gsm 5rm/box 5 Box 174 Permanent Marker Pen, Black X 12/box 3 Box 175 Bond Paper Short 70gsm 15 Ream 176 Bond Paper Long 70gsm 15 Ream 177 Moroco A4 5 Ream 178 Moroco Short 5 Ream 179 Ream Paper Cutter Heavy Duty, Cutting Capacity: 250-255, Sheets At Time 70gsm, Size: A3 (18 Inches Blade Size) Cut Height 40mm-45, Weight 25-30 Kg (approx) Dimension: 70x40x15 Cm-72x45x20 Cm, Capability:paper Photo, Pvc Products, Suitable For Cutting Thick/strong Paper Card, Etc. 1 Pc 180 Shredder Automatic (10l) 1 Pc 181 Storage Box (80l) 5 Pcs 182 Paper, Linen Board, 200 Gsm A4 15 Pack 183 Clear Folder, Color Orange Short 30 Pcs 184 Clear Folder, Color Orange A4 30 Pcs 185 Clear Folder, Color Orange Long 30 Pcs 186 Acetate Paper Short 3 Ream 187 Acetate Paper Long 3 Ream 188 Acetate Paper A4 3 Ream 189 Tracing Paper 20 Inchx50 Yards, 2" Core 10 Roll 190 Plotter Paper/white Paper 20 Inch X 50 Yards, 2" Core 10 Roll 191 Plotter Paper/white 24 Inch X 50 Yards, 2" Core 10 Roll 192 Plain Paper Size A3 X 80 Gsm 10 Ream 193 Scissors , Good Quality 10 Pc 194 Cartolina , Assorted Colors, Thick 1 Roll 195 Paper Clamp/binder Clip 1 Inch 4 Box 196 Paper Clamp/binder Clip 1/2 Inch 2 Box 197 Ribbon, Satin (blue,red,pink,white, Green) 5 Roll 198 Plastic Tray, 12 X14 Inch, For Document (5 Green & 5 Red) 10 Pcs 199 Desk Tray Organizer, 3-layers, Metal 6 Pcs 200 Ziplock, Small, X 100s 5 Pack 201 Ziplock, Meduim, X 100s 5 Pack 202 Ziplock, Large, 100s 5 Pack 203 Special Paper Foe Sertificate 2 Ream 204 Tissue Dispenser 4 Unit 205 Clip Board, Long, Good Quality 15 Pcs 206 Clip Board, Long With Cover, File Folder Organizer, Good Quality 10 Pcs 207 File Notebook 50 Pcs 208 Power Bank (20,000 Mah) 10 Unit 209 Ballpen, Assorted (0.5, Smooth Ink) Green 8 Box 210 Ballpen, Assorted (0.5, Smooth Ink) Red 8 Box 211 Ballpen, Assorted (0.5, Smooth Ink) Blue 5 Box 212 Ballpen, Assorted (0.5, Smooth Ink) Black 9 Box Ii. General Home Supplies Lighting 213 Bulb Receptacle 5 Pc 214 Bulb(spiral,14w Led) 10 Pc 215 Bulb(spiral,24w Led) 5 Pc 216 Bulb, 18w, Long Life 1 Pc 217 Bulb, 20w, W/ Cup Cover, Long Life Coil No Cover 15 Pc 218 Bulb, Incandescent Bulb 100 Watts 20 Pc 219 Flourescent Bulb - Long 21 Pc 220 Flourescent Lamp,36watts 12 Pc 221 Flourescent Tube With Starter 11 Pc 222 Philipp Bulbs, 23 Watts (essential) 1 Pc 223 Philipp Bulbs, 24 Watts (tornado) 20 Pc Furniture And Furnishings 224 Amplifier 2 Unit 225 Chair, High Chair/bar Chair Lift Rotating Chair 3 Pc 226 Curtain Rod, Adjustable, Stainless Steel 6 Rm 227 Mosquito Net,single Size, White, Cotton 25 Pc 228 Mosquito Swatter, Good Quality 25 Pc 229 Vacuum Cleaner, Portable 2 Pc 230 Wall Clock 1 Unit 231 Wall Clock - Good Quality 12 Unit 232 Wall Clock, 12 Diameter, W/ 1 'aa' Battery 9 Unit 233 Washing Machine, Big, Heavy Duty 1 Pc Kitchen 234 Basin, Aluminum, Big 1 Pc 235 Basin, Stainless, Medium 3 Pc 236 Can Opener 4 Pc 237 Coffee Stiring Stick 35 Pack 238 Cooking Gas Refill, 11kg 69 Tank 239 Cups, Coffee Mug, With Saucers, Cream, Small 1 Doz 240 Cups, Disposable, Small 41 Pack 241 Cups, Mug, Big Size 15 Box 242 Cups, Mugs With Handle X 12, Large 1 Doz 243 Cups, Paper 157 Pack 244 Cups, Plastic, X 50's 4 Pack 245 Dish Cabinet For Plates With Drawer 1 Set 246 Dish Cabinet, Medium Size, Good Quality 1 Pc 247 Food Saver With Cover 3 Pc 248 Fork, Disposable 8 Pack 249 Fork, Stainless 1 Doz 250 Knife, Kitchen ( Chopper) Big Size 1 Pc 251 Knife, Stainless, Medium 17 Pc 252 Lpg, Refill, 13kg (solane) 6 Tank 253 Mask, Facemask, Disposable, 50/box 14 Box 254 Paper Plates, Laminated X 50s 119 Pack 255 Plates, Dining (white) 14 Set 256 Plates, Mellaware 12 Pc 257 Polyvinyle Microfilm Food Cover 1 Roll 258 Serving Tray, Plastic, Size 12"x15" 7 Pc 259 Soup Bowl, Small Size 24 Pc 260 Spoon, Disposable 38 Pack 261 Spoon, Plastic, 50's 20 Pack 262 Spoon, Stainless Steel, Tablespoon 4 Doz 263 Thermos 2 Unit 264 Towel, Dish Towel, 48x27m 52 Pc 265 Towel, Hand Towel, Thick W/ Handle 62 Pc 266 Water Dipper, Medium 47 Pcs Kitchen Appliance 267 Burner, Double Stove 1 Unit 268 Electric Thermos 2 Pc 269 Osterizer/ Blender, Heavy Duty 1 Pc 270 Percolator (coffee Maker) 2 Unit 271 Percolator For Brewed Coffee 6 Pcs 272 Water Dispenser 8 Pcs Bed, Linens, And Sewing 273 Bedsheets, Garterized, For Double Bed ( 4'x48'x75'), Apple Green 60 Pc 274 Blankets, Queen Size,wool Flannel, Thick , Apple Green 60 Pc 275 Cloth Maroon For Er Towels 1 Roll 276 Curtain, Office, Color: Peach, Size 3 Width X 8 Length, Cloth: Polyester 84 Panel 277 Pillow Case, For Medium Size, Thick, Good Quality, White Color 70 Pc 278 Pillow Cases, Standard Size 6 Pcs 279 Pillow, Standard, Permasoft 10 Pcs 280 Pillows, Cotton Fibers, Medium Size Approximately 350g Or More 50 Pcs 281 Foam, Uratex Foam 2" 3 Pcs 282 Needle, Sewing Machine, Assorted Size 3 Set 283 Sewing Threads, Different Colors 10 Pcs 284 Scissors, For Cloth, All Metal 5 Pc 285 Garter, Roll, 1cm Wide 5 Roll Construction / Garden/ Home Improvement 286 Carburandum 2x2x6 1 Pc 287 Extension Wheel With 10 Meters Cord With 9 Outlets 11 Set 288 Extension Wire, 10 Meters, 5 Pairs Of Hole With Male Plug (3 Gang) 24 Pc 289 Extension Wire, 3 Meters, 5 Pairs Of Hole With Male Plug 4 Pc 290 Flower Pot, Medium 22 Pcs 291 Ladder, Aluminum, 4 Ft. 1 Pc 292 Padlock, Good Quality (master) 10 Pc 293 Padlock, Medium Size 2 Pc 294 Paint Brush Roller, Assorted Sizes 6 Pc 295 Paint Brush, Assorted Size 10 Pc 296 Paper Cutter 3 Pcs 297 Rain Boots, Sizes 7 & 8 13 Pairs 298 Raincoat, Rubberized Xl 13 Pcs 299 Sharpening Stone, Carborandum, Long 2 Pc 300 Super Vulcaseal, 1 Liter/can 2 Can 301 Twine, Plastic, 1 Kg./roll 3 Roll Cleaning Liquid/ Soap 302 Albatros Deodorizer/moothe Proofer 138 Pc 303 Bathroom Soap, Regular Size, 60 G. 225 Pcs 304 Chlorine Granules 70% Solution 1 Pail 305 Detergent Powder, 500 G, (all Purpose) 1602 Bag 306 Dishwashing Liquid, 250ml, Antibac 33 Bot 307 Dishwashing Liquid, 500ml, Antibac 144 Bot 308 Dishwashing Paste, 400 G. 420 Can 309 Disinfectant/ Bleaching Liquid, 1000 Ml 369 Bot 310 Disinfectant/ Bleaching Liquid, 3785 Ml, Zonrox 423 Gal 311 Fabric Conditioner, 50 Ml 324 Pcs 312 Glass Cleaner 500ml 90 Bot 313 Home Cleaner, Antimicrobial, 1gal, Good Quality, Assorted Scent 1 Gal 314 Home Cleaner, Antimicrobial, 500ml, Good Quality, Assorted Scent 1 Bot 315 Insect Repellant, Spray, 600ml, Good Quality 17 Bot 316 Liquid Hand Soap 500ml 126 Bot 317 Lysol, Spray, 500ml 38 Bots 318 Muriatic Acid, 1 Gal 24 Gal 319 Muriatic Acid, 1 Liter 111 Bot 320 Rubbing Alcohol, 1 Liter, Isoprophyl W/ Pump 44 Pc 321 Rubbing Alcohol, 70% Isopropyl, 500ml 379 Bot 322 Toilet Bowl & Urinal Cleaner, 500ml 94 Bot 323 Toilet Cleaner,flash Cleaner,500ml 10 Pc 324 Toilet Cleaner, Lysol 10 Pc 325 Toilet Deodorant Cake, 100g, W/ Casing 40 Pc 326 Window Cleaner (wiper W/ Handle) 7 Pc Cleaning Implements 327 Broom, Cobweb Remover, Bamboo 24 Pc 328 Broom, For Ceiling, Plastic 2 Pc 329 Broom, Soft, Rattan Handle, Std. Size (ifugao Made) 63 Pc 330 Broom, Soft, Rattan Handle, Std. Size(mayoyao Made) 2 Pc 331 Broom, Stick (hard Broom) 74 Pc 332 Brush, For Laundry Use 29 Pc 333 Brush, For Tile Floor, W/ Long Wooden Handle 43 Pc 334 Brush, For Toilet Bowl, Plastic W/ Handle 34 Pc 335 Duster, Cloth, W/ Handle, Std. Size 15 Pc 336 Duster, Feather, W/ Handle, Std. Size 12 Pc 337 Dustpan, Plastic W/ Handle, Large 11 Pc 338 Dustpan, Steel, Medium Size 21 Pc 339 Garbage W/ Receptacle, S,m,l 10 Pcs 340 Gloves 15 Pcs 341 Gloves, Cloth 10 Pc 342 Gloves, Examination Gloves, S7, Latex With Powder, 100's/box 200 Box 343 Gloves, Hand Gloves, Rubber, All Purpose 57 Pair 344 Gloves, Hand Gloves, Surgical 10 Box 345 Gloves, Hand Sanitizer Dispenser 10 Pcs 346 Gloves, Working Gloves 10 Pcs 347 Hat, Buri Large 20 Pcs 348 Mask, Face Masks, 3 Ply, Disposable, X 50's 105 Box 349 Mask, Surgical Mask, 3ply 5 Box 350 Mat, Doormat, Cotton, Large Size, Oval 188 Pc 351 Mat, Floor Wiper Floor Mat 3 Pc 352 Mat, Foot Rug, Large 37 Pc 353 Matches, Lighter 5 Pcs 354 Mop, Cotton Mophead, Screw Type, Wooden 1 Set 355 Mop, Cotton Mophead, Screwtype, Steel Handle 32 Set 356 Mop, Floor Mop With Handle 1 Pc 357 Mop, Handle, Plastic 16 Pcs 358 Mop, Head, All Cotton, Twisted, 400g 11 Pcs 359 Mop, Squeezer W/ Mop Head And Water And Soap Compartment Cart 2 Set 360 Mop, Turbo 360 Mop W/ Extra 1 Mop 12 Can 361 Pail W/ Cover/ Big 1 Pc 362 Pail, Aluminum, Medium 18 Pc 363 Pail, Plastic, Medium 40 Pc 364 Rollbag 81 Roll 365 Rubber Boots, Various Sizes 6 Pc 366 Sacks (feedsacks) 170 Pcs 367 Sando Bag, Large, Thick By 100s 23 Pack 368 Sando Bag, Medium, Thick By 100s 10 Pack 369 Scouring Pad, Big, For Floor Scrub 5 Pc 370 Scouring Pad, Dishwashing, Scotch 46 Pc 371 Scouring Pad, Steel Mesh/type 2 Pc 372 Sponge For Dishwashing, Good Quality 66 Pc 373 Steel Wool 55 Pc 374 Sulit Bag, 30 X 20, White, X20pcs 137 Roll 375 Tissue, Kitchen Paper Towel Rolls, 4 's 34 Set 376 Tissue, Napkin For Table 29 Bag 377 Tissue, Napkin, Double Roll 2 Ply 133 Pack 378 Toilet Bowl Scrub, Good Quality 2 Pc 379 Toilet Brush, Plastic With Handle 12 Pc 380 Toilet Pump, Rubber, W/ Handle 12 Pc 381 Trash Bag, Black, Medium Size 1405 Pcs 382 Trash Bag, Green, Medium Size 825 Pcs 383 Trash Bag, Plastic, Black, 40" L X 18.5" W 10115 Pc 384 Trash Bag, Yellow, Medium Size 1400 Pcs 385 Trash Can, Plastic, Foot-operated Cover, Big 37 Unit 386 Trash Can, Plastic, Foot-operated Cover, Small 24 Pc Others 387 Uniform, Polo Shirt 10 Pcs 388 Curtain,office,color:mint Green,size 3 Width X 8 Length,cloth: Polyester 36 Panel 389 Cling Wrap Roll(food Cover) 4 Roll 390 Sraw 5 Rolls 391 Multi-insect Killer(500) 3 Bot 392 Isoprophyl Alcohol In Gallon 3 Gal 393 Mop With Sqeezer 1 Set 394 Flourescent Bilb(1m Long) 5 Pcs 395 Melamine Dinner Plates 12 Pcs 396 Fabric Bleach,colorsafe,bloddom Fresh Scent 3 Gal 397 Entrance Outdoor Mat(dust Removal,60x90cm,water Absortion) 3 Pcs 398 Drill Bit. Heavy Duty 1 Unit Specs: Rated Power Input: 750-800w No.load Speed, 1st Gear:0-3,250rpm To 0-4000rpm Weight:1.6kg ,impact Rate At No-load Speed: 0-48,500bpm Rated Torque:2.1 N-3nm Chuck Cpacity, Min./max.:1.5mm-30mm Drilling Range Drilling Dia. In Concrete: 16mm-20mm Drilling Dia. In Wood: 25mm-30mm Drilling Dia. In Steel: 12mm-15mm 399 Grinder 1 Unit Specs: Rated Power Input:10400-10600w No-load Speed: 2,800-11,500rpm To 2,800-12,000rpm Disc. Diameter:125mm-135mm Grinding Spindle Thread:m14 Main Handle: Barrel Bore Size,diameter:22-23mm-24.00mm Weiht:1.9-2.2kg, Switch: Lockable Switch Above Previous Level Of Power To Grip-size Ratio & With Speed Selection Maximum Productivity: 1,400w Motor New Motor Cooling With Improved Direct Cooling Superior Ergonomics With Smallest Grip Size In The 1400w-1700w Cd Class For Much Better Convenience While Working And Low Fatigue 400 Food Wrap: 12" X 500 M 18 Pc 401 Wood Cutting Board, 24 X34 Cm 3 Pc 402 5 In 1 Chopping Board Set With Storage Case Color Coded Anti Slip Mat Cutting Board Set. Product Size: 30.7 X7.5 X 20.5cm Material: Pp Plasti, 304 Stinless Steel, Silica Gel,abs Plastic 2 Set 403 Omellette Non-stick Frying Pan Holes: 7 Diameter: 24cm Aplicable Stove: Gas Stove, Electriceramic Stove, Product Size: Approx. 47x 30 X 2.5cm/18.5 X 11.8 X 1 In: Weight: Approx. 745g/26.3oz 1 404 Stainless Steel Double Ears Colander Strainer, 40 Cm 4 Pc 405 2tier Dish Drying Rack , Product Inner Diameter Size: 42x24x35-43x25x36 Cm; Product Outer Diameter Size: 52x25x36cm-52.5x24x35 Cm; Packing Size: 25x8x43cm-25x9x44cm; Material: Stainless Steel With Spoon Holder,cutting Board Rack 1 Set 406 Stainless Steel Pitcher; Capacity: 64oz To 65oz; Size:( D12.5 Cm X H17 Cm)- (d13 Cm Xh 18 Cm) 2 Pc 407 Coffee Filter Cup Stainless, 54mm- 55mm 2 Pc 408 Digital Microwaveoven; Capacity: 20 Liter-25 Liter; Dimentions:(h:w:d)25.9x44x35.9cm-26.9x45x36.10cm; Digital Control 1 Set 409 Stainless Steel Cniment Organizer Rack; No. Of Tier: 2 Layer; Size: 16.6x40x40cm-17.5x47x42cm With Knife Holder, Chopstick/spoon Barrel 1 Set 410 Microwavable Oven,23-25 Liters, With Quick Defrost & Auto Cook Function, Ceramic Enamel Interior,turntable Size 288-2909mm,power Consumotion-1200w,power Level 5-6 With Clock Feature 1 Unit 411 Cling Wrap/food Wrap, 12x300m 10 Pcs 412 Non-stick Pan, 14" ,heavy Duty 2 Pcs 413 Pressure Cooker, 7l, Stainless Steel,8-10 Liters 1 Unit 414 Door Knob,heavy Duty,original 10 Pcs 415 Lpg Regulator With Hose 6 Pc 416 Steamer 45 Cm 3 Layer,aluminu,heavy Duty 1 Unit 417 Emergency Light With Solar Pannel 1000-1200w 8 Unit 418 Adaptor 10 Pcs 419 Trash Bag, Black, Medium Size 20 Roll 420 Mat, Floor Mat 2 Roll Iii. Computer Supplies 421 Software, Anti-virus Software (3 In 1), 1 Year Expiration 23 Set 422 Brother Ink Refill ( Bt D60bk, 108.0 Ml) Black 12 Pc 423 Brother Ink Refill ( Bt D60bk, 108.0 Ml) Cyan 2 Pc 424 Brother Ink Refill ( Bt D60bk, 108.0 Ml) Magenta 2 Pc 425 Brother Ink Refill ( Bt D60bk, 108.0 Ml) Yellow 2 Pc 426 Brother Ink Refill, 100ml, Black 5 Pc 427 Brother Ink Refill, 100ml, Cyan 3 Pc 428 Brother Ink Refill, 100ml, Magenta 3 Pc 429 Brother Ink Refill, 100ml, Yellow 3 Pc 430 Brother Ink, Bt600 Black 3 Pc 431 Brother Ink, Bt600 C 3 Pc 432 Brother Ink, Bt600 M 3 Pc 433 Brother Ink, Bt600 Y 3 Pc 434 Brother Ink, Genuine Black, Btd60 57 Bots 435 Brother Ink, Genuine Cyan, Bt5000 32 Bots 436 Brother Ink, Genuine Magenta, Bt5000 32 Bots 437 Brother Ink, Genuine Yellow, Bt5000 32 Bots 438 Cannon Ink Bottle Gl-790bk Black 51 Pc 439 Cannon Ink Bottle Gl-790c Cyan 31 Pc 440 Cannon Ink Bottle Gl-790m Magenta 31 Pc 441 Cannon Ink Bottle Gl-790y Yellow 23 Pc 442 Canon Ink Fine Cartridge 810 Black 15 Pc 443 Canon Ink Fine Cartridge 811 Colored 5 Pc 444 Canon Ink Refill Black 10 Pc 445 Canon Ink Refill Colored 10 Pc 446 Canon Ink, Gi 790 (black) 105 Pcs 447 Canon Ink, Gi 790 (cyan) 58 Pcs 448 Canon Ink, Gi 790 (m) 58 Pcs 449 Canon Ink, Gi 790 (yellow) 58 Pcs 450 Canon Ink, 100ml, Black 10 Pc 451 Canon Ink, 100ml, Cyan 10 Pc 452 Canon Ink, 100ml, Magenta 10 Pc 453 Canon Ink, 100ml, Yellow 10 Pc 454 Canon Toner T06 - Black 5 Pc 455 Canon,toner 2006n 5 Unit 456 Card Reader 1 Pc 457 Cd-r 52 X 700mb, Individual Case/cd 14 Pc 458 Cd-rw-700 Mb/mo 1x-4x 75 Pcs 459 Computer Brush, Big 8 Pc 460 Computer Keyboard, A4 Tech 9 Pc 461 Computer Mouse, Wheeled, Optical, Usb, W/ Pad 25 Pc 462 Computer Mouse, Wireless, Optical, Usb, W/ Pad 14 Pc 463 Dvd Rw, 120 Minutes 54 Pc 464 Dvd-r 4.7gb 16x, With Individual Case 40 Pc 465 Epson 003, Black 46 Bots 466 Epson 003, Cyan 21 Bots 467 Epson 003, Magenta 21 Bots 468 Epson 003, Refill, Black (for L3110 Printer), 65ml 5 Bots 469 Epson 003, Refill, Cyan (for L3110 Printer), 65ml 1 Bot 470 Epson 003, Refill, Magenta (for L3110 Printer), 65ml 1 Bot 471 Epson 003, Refill, Yellow (for L3110 Printer), 65ml 3 Bot 472 Epson Ink L3110 (b/c/m/y) 1 Set 473 Epson Ink L5190-003:black 35 Pc 474 Epson Ink L5190-003:cyan 23 Pc 475 Epson Ink L5190-003:magenta 23 Pc 476 Epson Ink L5190-003:yellow 23 Pc 477 Epson Ink Refill, 100ml Black 13 Bot 478 Epson Ink Refill, 100ml, Cyan 10 Bot 479 Epson Ink Refill, 100ml, Magenta 10 Bot 480 Epson Ink Refill, 100ml, Yellow 10 Bot 481 Epson Ink T6641, Black 66 Pc 482 Epson Ink T6642, Cyan 22 Pc 483 Epson Ink T6643, Magenta 22 Pc 484 Epson Ink T6644, Yellow 22 Pc 485 Epson Ink,003,black 116 Pcs 486 Epson Ink,003,cyan 58 Pcs 487 Epson Ink,003,magenta 60 Pcs 488 Epson Ink,003,yellow 63 Pcs 489 Gestetner Toner 2014 1 Pc 490 Hdmi Connector 4 Pc 491 Ink Cartridge, Canon 103/303/703 1 Tube 492 License, Microsoft Office License(professional Plus 2016) 1 Pcs 493 Mouse Pad, Good Quality 16 Pc 494 Pixma 810, Black @51 2 Pc 495 Pixma 811, Colored @52 2 Pc 496 Storage, External Cd-rom 2 Pc 497 Storage, External Disk, 1 Tb 12 Pc 498 Storage, Flash Drive 32 Gb Usb 2.0 Micro Usb 53 Pc 499 Storage, Flash Drive 4 Gb, Usb 2.0 11 Pc 500 Storage, Flash Drive, 8 Gb, Usb 2.0 20 Pc 501 Storage, Flashdrive, 32gb 64 Pc 502 Storage, Sd Card (64gb) 1 Pc 503 Toner Cartridge -hp Ce505a 10 Pc 504 Toner Cartridge, Hp Cb435a 4 Pc 505 Toner Cartridge, Hp Q2612a 2 Pc 506 Toner Npg - 59 Black 8 Pc 507 Canon Ink 71pgbk-black 5 Pc 508 Canon Ink 71pg-cyan 3 Pc 509 Canon Ink 71pg-magenta 3 Pc 510 Canon Ink 71pg-yellow 3 Pc 511 Adaptor 2 Pc 512 Cable Tie 100 Pcs 513 Wifi Adapter 3 Pcs 514 External Drive (2tb) 2 Pcs 515 Epson Ink-t41d2-cyan (350ml) 2 Pcs 516 Epson Ink-t41d3-,agentan(350ml) 2 Pcs 517 Epson Ink-t41d4-yellow(350ml) 2 Pcs 518 Epson Ink-t41d5-black(350ml) 3 Pcs 519 Epson Ink 005 2 Pcs 520 Graphics Card (nvidia Geforce) 2 Pcs 521 Canon Ink 71s Black 2 Bot 522 Canon Ink 71s Y 1 Bot 523 Canon Ink 71s M 1 Bot 524 Canon Ink 71s C 1 Bot 525 Canon Gi-71(pgbk), Black, 135.0ml/bot 3 Bots 526 Storage , External Disk, 2 Tb 2 Pc 527 Storage, Flash Drive 64 Gb Usb, Otg Type -c 2 Pc 528 Storage ,flash Drive 32 Gb Usb, Otg Type-c 2 Pc 529 Epson Ink, L360 (black) 5 Bot 530 Canon Ink, (canon G4770), Black, Canon 71 8 Bot 531 Canon Ink, (canon G4770), Cyan, Canon 71 4 Bot 532 Canon Ink, (canon G4770), (m), Canon 71 4 Bot 533 Canon Ink, (canon G4770), (yellow), Canon 71 4 Bot 534 Brother Ink, Bt6000 Black 2 Bots 535 Brother Ink, Bt5000 C 1 Bots 536 Brother Ink, Bt5000 M 1 Bots 537 Brother Ink, Bt5000y 1 Bots 538 Laptop Charger 2 Unit 539 Canon Pfi-8120 Mbk 130ml Matte Black 10 Pcs 540 Canon Pfi-8120bk 130ml Black 5 Pcs 541 Canon Pfi-8120 Yellow 130ml 3 Pcs 542 Canon Pfi-8120 Cyan 130ml 2 Pcs 543 Canon Pfi-8120 Magenta 130ml 2 Pcs 544 Solid State Drive (ssd) 5 Pcs 545 Epson Ink 008 8 Set 546 Adaptor 10 Pcs 547 2 Tb - 3 Tb Hd330 Shockproof External Portable Hardrive 5 Pcs 548 Npg Toner 3 Box 549 Memory Card Rom 8gb Ddr4 2 Pcs 550 Desktop Power Supply 1 Pcs 551 Video Card 2gb- Desktop 1 Pcs 552 Cpu Case 1 Pcs 553 Motherboard Ddr4 W/ Processor I5-i7 1 Pcs 554 Computer Keyboard 2 Pcs 555 Computer Mouse, Wheeled, Optical, Usb, W/ Pad 2 Pcs 556 Computer Monitor 24 Inches 1 Pcs 557 Sata Cable 1 Pcs 558 Ssd 500 Gb 2 Pcs 559 Avr 1 Pcs 560 Canon Ink Gi 71 Black (billing ,lab, Medical) 15 Pcs 561 Canon Ink Gi Magenta 5 Pcs 562 Canon Ink Gi 71 Cyan 5 Pcs 563 Canon Ink 71 Yellow 5 Pcs 564 Ink , Brother Dr2355 (laboratory) 2 Pcs 565 Canon Ink For Canon G4770 2 Set 566 Canon Ink For Canon G4770 4 Set "all Items For Computer Supplies Should Be Genuine" ***nothing Follows*** Grand Total 7,009,200.58 Prepared By: Eleanor A. Oyami Bac-secretariat Certified Correct: Arundale Gum-u I. Bunnag Bac-secretariat On Goods & Infrastructure
Municipality Of Badiangan, Iloilo Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date24 Mar 2025
Tender AmountPHP 806.7 K (USD 14.1 K)
Details: Description Section Ii. Instructions To Bidders A. General 1. Scope Of Bid 1.1 The Procuring Entity Named In The Bds Invites Bids For The Supply And Delivery Of The Goods As Described In Section Vii. Technical Specifications. 1.2 The Name, Identification, And Number Of Lots Specific To This Bidding Are Provided In The Bds. The Contracting Strategy And Basis Of Evaluation Of Lots Is Described In Itb Clause 28. 2. Source Of Funds The Procuring Entity Has A Budget Or Has Received Funds From The Funding Source Named In The Bds, And In The Amount Indicated In The Bds. It Intends To Apply Part Of The Funds Received For The Project, As Defined In The Bds, To Cover Eligible Payments Under The Contract. 3. Corrupt, Fraudulent, Collusive, And Coercive Practices 3.1 Unless Otherwise Specified In The Bds, The Procuring Entity As Well As The Bidders And Suppliers Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. In Pursuance Of This Policy, The Procuring Entity: (a) Defines, For Purposes Of This Provision, The Terms Set Forth Below As Follows (i) “corrupt Practice” Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Government, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Ra 3019; (ii) “fraudulent Practice” Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition. (iii) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels. (iv) “coercive Practices” Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Affect The Execution Of A Contract; (v) “obstructive Practice” Is (aa) Deliberately Destroying, Falsifying, Altering Or Concealing Of Evidence Material To An Administrative Proceedings Or Investigation Or Making False Statements To Investigators In Order To Materially Impede An Administrative Proceedings Or Investigation Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Into Allegations Of A Corrupt, Fraudulent, Coercive Or Intimidating Any Party To Prevent It From Disclosing Its Knowledge Of Matters Relevant To The Administrative Proceedings Or Investigation Or From Pursuing Such Proceedings Or Investigation; Or (bb) Acts Intended To Materially Impede The Exercise Of The Inspection And Audit Rights Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Herein. (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Any Of The Practices Mentioned In This Clause For Purposes Of Competing For The Contract. 3.2 Further, The Procuring Entity Will Seek To Impose The Maximum Civil, Administrative, And/or Criminal Penalties Available Under Applicable Laws On Individuals And Organizations Deemed To Be Involved In Any Of The Practices Mentioned In Itb Clause 3.1(a). 3.3 Furthermore, The Funding Source And The Procuring Entity Reserve The Right To Inspect And Audit Records And Accounts Of A Bidder Or Supplier In The Bidding For And Performance Of A Contract Themselves Or Through Independent Auditors As Reflected In The Gcc Clause 3. 4. Conflict Of Interest 4.1 All Bidders Found To Have Conflicting Interests Shall Be Disqualified To Participate In The Procurement At Hand, Without Prejudice To The Imposition Of Appropriate Administrative, Civil, And Criminal Sanctions. A Bidder May Be Considered To Have Conflicting Interests With Another Bidder In Any Of The Events Described In Paragraphs (a) Through (c) Below And A General Conflict Of Interest In Any Of The Circumstances Set Out In Paragraphs (d) Through (f) Below: (a) A Bidder Has Controlling Shareholders In Common With Another Bidder; (b) A Bidder Receives Or Has Received Any Direct Or Indirect Subsidy From Any Other Bidder; (c) A Bidder Has The Same Legal Representative As That Of Another Bidder For Purposes Of This Bid; (d) A Bidder Has A Relationship, Directly Or Through Third Parties, That Puts Them In A Position To Have Access To Information About Or Influence On The Bid Of Another Bidder Or Influence The Decisions Of The Procuring Entity Regarding This Bidding Process. This Will Include A Firm Or An Organization Who Lends, Or Temporarily Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project If The Personnel Would Be Involved In Any Capacity On The Same Project; (e) A Bidder Submits More Than One Bid In This Bidding Process. However, This Does Not Limit The Participation Of Subcontractors In More Than One Bid; Or (f) (g) A Bidder Who Participated As A Consultant In The Preparation Of The Design Or Technical Specifications Of The Goods And Related Services That Are The Subject Of The Bid. A Bidder Who Lends, Or Temporarily Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement Or Implementation Of The Project, If The Personnel Would Be Involved In Any Capacity On The Same Project. 4.2 In Accordance With Section 47 Of The Irr Of Ra 9184, All Bidding Documents Shall Be Accompanied By A Sworn Affidavit Of The Bidder That It Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), Members Of The Technical Working Group (twg), Members Of The Bac Secretariat, The Head Of The Project Management Office (pmo) Or The End-user Unit, And The Project Consultants, By Consanguinity Or Affinity Up To The Third Civil Degree. On The Part Of The Bidder, This Clause Shall Apply To The Following Persons: (a) If The Bidder Is An Individual Or A Sole Proprietorship, To The Bidder Himself; (b) If The Bidder Is A Partnership, To All Its Officers And Members; (c) (d) If The Bidder Is A Corporation, To All Its Officers, Directors, And Controlling Stockholders; And If The Bidder Is A Cooperative, To All Its Officers, Directors And Controlling Share Holders Or Members; And (e) If The Bidder Is A Joint Venture (jv), The Provisions Of Items (a), (b), Or (c) Of This Clause Shall Correspondingly Apply To Each Of The Members Of The Said Jv, As May Be Appropriate Relationship Of The Nature Described Above Or Failure To Comply With This Clause Will Result In The Automatic Disqualification Of A Bidder. 5. Eligible Bidders 5.1 Unless Otherwise Indicated In The Bds, The Following Persons Shall Be Eligible To Participate In This Bidding: (a) Duly Licensed Filipino Citizens/sole Proprietorships; (b) Partnerships Duly Organized Under The Laws Of The Philippines And Of Which At Least Sixty Percent (60%) Of The Interest Belongs To Citizens Of The Philippines; (c) Corporations Duly Organized Under The Laws Of The Philippines, And Of Which At Least Sixty Percent (60%) Of The Outstanding Capital Stock Belongs To Citizens Of The Philippines; (d) Cooperatives Duly Organized Under The Laws Of The Philippines, And Of Which At Least Sixty Percent (60%) Of The Interest Belongs To Citizens Of The Philippines; And (e) Persons/entities Forming Themselves Into A Jv, I.e., A Group Of Two (2) Or More Persons/entities That Intend To Be Jointly And Severally Responsible Or Liable For A Particular Contract: Provided, However, That Filipino Ownership Or Interest Of The Joint Venture Concerned Shall Be At Least Sixty Percent (60%). 5.2 Foreign Bidders May Be Eligible To Participate When Any Of The Following Circumstances Exist, As Specified In The Bds. (a) When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra 9184 And Its Irr Allow Foreign Bidders To Participate; (b) Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; (c) When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or (d) When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3 Government Owned Or Controlled Corporations (goccs) May Be Eligible To Participate Only If They Can Establish That They (a) Are Legally And Financially Autonomous, (b) Operate Under Commercial Law, And (c) Are Not Attached Agencies Of The Procuring Entity. 5.4 Unless Otherwise Provided In The Bds, The Bidder Must Have Completed A Single Largest Completed Contract (slcc) Similar To The Project The Value Of Which, Adjusted If Necessary, By The Bidder To Current Prices Using The Philippine Statistics Authority (psa) Consumer Price Index, Must Be At Least Equivalent To A Percentage Of The Abc Stated In The Bds. For This Purpose, Contracts Similar To The Project Shall Be Those Described In The Bds, And Completed Within The Relevant Period Stated In The Invitation To Bid And Itb Clause 12.1(a)(ii). 5.5 Unless Otherwise Provided In The Bds, The Bidder Must Submit A Computation Of Its Net Financial Contracting Capacity (nfcc) Which Must Be At Least Equal To The Abc To Be Bid, Calculated As Follows: Nfcc = [(current Assets Minus Current Liabilities) (k)] Minus The Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract To Be Bid. Where: K = 15 The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Latest Audited Financial Statements Submitted To The Bir, Through Its Electronic Filling And Payment System (efps). If The Prospective Bidder Opts To Submit A Committed Line Of Credit (clc), It Must Be At Least Equal To Ten Percent (10%) Of The Abc To Be Bid And Issued By Auniversal Or Commercial Bank. 6. Bidders Responsibilities 6.1 The Bidder Or Its Duly Authorized Representative Shall Submit A Sworn Statement In The Form Prescribed In Section Viii – Bidding Forms As Required In Itb Clause 12.1(b)(iv). 6.2 The Bidder Is Responsible For The Following: (a) Having Taken Steps To Carefully Examine All Of The Bidding Documents; (b) Having Acknowledged All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; (c) Having Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And (d) Having Complied With Its Responsibility To Inquire Or Secure Supplemental/bid Bulletin(s) As Provided Under Itb Clause 10.4; (e) Ensuring That It Is Not “blacklisted” Or Barred From Bidding By The Gop Or Any Of Its Agencies, Offices, Corporations, Or Lgus, Including Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Gppb, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting. (f) Ensuring That Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; (g) Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative/s To Verify All The Documents Submitted; (h) Ensuring That The Signatory Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The Bidder In The Bidding, With The Duly Notarized Secretary’s Certificate Attesting To Such Fact, If The Bidder Is A Corporation, Partnership, Cooperative, Or Joint Venture; (i) Complying With The Disclosure Provision Under Section 47 Of Ra 9184 In Relation To Other Provisions Of Ra 3019; And (j) (k) (l) Complying With Existing Labor Laws And Standards, In The Case Of Procurement Of Services Ensuring That It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Of Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 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. Failure To Observe Any Of The Above Responsibilities Shall Be At The Risk Of The Bidder Concerned. 6.3 The Bidder Is Expected To Examine All Instructions, Forms, Terms, And Specifications In The Bidding Documents. Unless Otherwise Indicated In The Bds, Failure To Furnish All Information Or Documentation Required In The Bidding Documents Shall Result In The Rejection Of The Bid And The Disqualification Of The Bidder. 6.4 It Shall Be The Sole Responsibility Of The Bidder To Determine And To Satisfy Itself By Such Means As It Considers Necessary Or Desirable As To All Matters Pertaining To The Contract To Be Bid, Including: (a) The Location And The Nature Of This Project; (b) Climatic Conditions; (c) Transportation Facilities; And (d) Other Factors That May Affect The Cost, Duration, And Execution Or Implementation Of This Project. 6.5 The Procuring Entity Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions By The Prospective Or Eligible Bidder Out Of The Data Furnished By The Procuring Entity. However, The Procuring Entity Shall Ensure That All Information In The Bidding Documents, Including Bid/supplemental Bid Bulletin/s Issued, Are Correct And Consistent. 6.6 The Bidder Shall Bear All Costs Associated With The Preparation And Submission Of His Bid, And The Procuring Entity Will In No Case Be Responsible Or Liable For Those Costs, Regardless Of The Conduct Or Outcome Of The Bidding Process. 6.7 Before Submitting Their Bids, The Bidder Is Deemed To Have Become Familiar With All Existing Laws, Decrees, Ordinances, Acts And Regulations Of The Philippines Which May Affect This Project In Any Way. 6.8 The Bidder Should Note That The Procuring Entity Will Accept Bids Only From Those That Have Paid The Non-refundable Fee For The Bidding Documents At The Office Indicated In The Invitation To Bid. 7. Origin Of Goods And Services Unless Otherwise Indicated In The Bds, There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The United Nations Security Council Taken Under Chapter Vii Of The Charter Of The United Nations, Subject To Itb Clause 27.1. 8. Subcontracts 8.1 Unless Otherwise Specified In The Bds, The Bidder May Subcontract Portions Of The Goods To An Extent As May Be Approved By The Procuring Entity And Stated In The Bds. However, Subcontracting Of Any Portion Shall Not Relieve The Bidder From Any Liability Or Obligation That May Arise From The Contract For This Project. 8.2 Subcontractors Must Comply With The Eligibility Criteria And The Documentary Requirements Specified In The Bds. In The Event That Any Subcontractor Is Found By The Procuring Entity To Be Ineligible, The Subcontracting Of Such Portion Of The Goods Shall Be Disallowed. 8.3 The Bidder May Identify The Subcontractor To Whom A Portion Of The Goods Will Be Subcontracted At Any Stage Of The Bidding Process Or During Contract Implementation. If The Bidder Opts To Disclose The Name Of The Subcontractor During Bid Submission, The Bidder Shall Include The Required Documents As Part Of The Technical Component Of Its Bid. B. Contents Of The Bidding Documents 9. Pre-bid Conference 9.1 If So Specified In The Bds, A Pre-bid Conference Shall Be Held At The Venue And On The Date Indicated Therein, To Clarify And Address The Bidders’ Questions On The Technical And Financial Components Of This Project. 9.2 Bidders Are Encouraged To Attend The Pre-bid Conference To Ensure That They Fully Understand The Procuring Entity’s Requirements. Non-attendance Of The Bidder Will In No Way Prejudice Its Bid; However, The Bidder Is Expected To Know The Changes And/or Amendments To The Bidding Documents Discussed During The Pre-bid Conference. 9.3 Any Statement Made At The Pre-bid Conference Shall Not Modify The Terms Of The Bidding Documents Unless Such Statement Is Specifically Identified In Writing As An Amendment Thereto And Issued As A Supplemental/bid Bulletin. 10. Clarification And Amendment Of Bidding Documents 10.1 Bidders Who Have Purchased The Bidding Documents May Request For Clarifications On Any Part Of The Bidding Documents For An Interpretation. Such A Request Must Be In Writing And Submitted To The Procuring Entity At The Address Indicated In The Bds At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.2 Supplemental/bid Bulletins May Be Issued Upon The Procuring Entity’s Initiative For Purposes Of Clarifying Or Modifying Any Provision Of The Bidding Documents Not Later Than Seven (7) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. Any Modification To The Bidding Documents Shall Be Identified As An Amendment. 10.3 Any Supplemental/bid Bulletin Issued By The Bac Shall Also Be Posted On The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity Concerned, If Available. It Shall Be The Responsibility Of All Bidders Who Secure The Bidding Documents To Inquire And Secure Supplemental/bid Bulletins That May Be Issued By The Bac. However, Bidders Who Have Submitted Bids Before The Issuance Of The Supplemental/bid Bulletin Must Be Informed And Allowed To Modify Or Withdraw Their Bids In Accordance With Itb Clause 23. C. Preparation Of Bids 11. Language Of Bids The Bid, As Well As All Correspondence And Documents Relating To The Bid Exchanged By The Bidder And The Procuring Entity, Shall Be Written In English. Supporting Documents And Printed Literature Furnished By The Bidder May Be In Another Language Provided They Are Accompanied By An Accurate Translation In English Certified By The Appropriate Embassy Or Consulate In The Philippines, In Which Case The English Translation Shall Govern For Purposes Of Interpretation Of The Bid. 12. Documents Comprising The Bid: Eligibility And Technical Components. 12.1 Unless Otherwise Indicated In The Bds, The First Envelope Shall Contain The Following Eligibility And Technical Documents: (a) Eligibility Documents - Class "a" Documents: (i) Philgeps Platinum Certificate Of Registration And Membership With Annex A In Accordance With Section 8.5.2 Of The Irr. (ii) Statement Of All Its Ongoing Government And Private Contracts Within The Period Stated In The Bds, Including Contracts Awarded But Not Yet Started, If Any. Statement Of The Bidder's Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, In Accordance With Itb Clause 5.4, Within The Relevant Period As Provided In The Bds. The Two Statements Required Shall Indicate For Each Contract The Following: (ii.1) Name Of The Contract; (ii.2) Date Of The Contract; (ii.3) Contract Duration; (ii.4) Owner's Name And Address; (ii.5) Kinds Of Goods; (ii.6) (ii.7) (ii.8) (ii.9) For Statement Of Ongoing Contracts- Amount Of Contract And Value Of Outstanding Contracts; For Statement Of Slcc-amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa's Consumer Price Index, If Necessary For The Purpose Of Meeting The Slcc Requirement; Date Of Delivery; And End User's Acceptance Or Official Receipt(s) Or Sales Invoice Issued For The Contract, If Completed, Which Shall Be Attached To The Statements. (iii) The Prospective Bidder’s Computation Of Its Net Financial Contracting Capacity (nfcc) Which Must Be At Least Equal To The Abc To Be Bid, Calculated As Follows: Nfcc = [(current Assets Minus Current Liabilities) (k)] Minus The Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract To Be Bid. Where: K = 15 The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Data Submitted To The Bir, Through Its Electronic Filling And Payment System (efps). Or A Committed Line Of Credit From A Universal Or Commercial Bank (not Applicable To Procurement Of Infrastructure Projects) Class "b" Document: (iv) If Applicable, The Jva In Case The Joint Venture Is Already In Existence, Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. (b) Technical Documents - (i) Bid Security In Accordance With Itb Clause 18. If The Procuring Entity Requires The Bidders To Submit The Bid Security In The Form Of: (i.1) Cash Or Cashier’s/ Manager’s Check, Issued By A Universal Or Commercial Bank; Or (i.2) A Bank Draft/guarantee Or An Irrevocable Letter Of Credit Issued By A Universal/ Commercial Bank, It Shall Be Accompanied By A Confirmation From A Universal Or Commercial Bank, If Issued By A Foreign Bank; Or (i.3) (i.4) A Surety Bond Accompanied By A Certification Coming From An Authorized Insurance Commission That A Surety Or Insurance Company Is Authorized To Issue Such Instrument; Bid Securing Declaration (ii) (iii) Statement Of Compliance To The Schedule Of Requirements Conformity With Technical Specifications, As Enumerated And Specified In Sections Vi And Vii Of The Bidding Documents; And (iv) Sworn Statement In Accordance With Section 25.2(a)(iv) Of The Irr Of Ra 9184 And Using The Form Prescribed In Section Viii – Bidding Forms. 13. Documents Comprising The Bid: Financial Component 13.1 Unless Otherwise Stated In The Bds, The Financial Component Of The Bid Shall Contain The Following: (a) Financial Bid Form, Which Includes Bid Prices And The Bill Of Quantities And The Applicable Price Schedules, In Accordance With Itb Clauses 15.1 And 15.4; (b) If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification From The Dti, Sec, Or Cda Issued In Accordance With Itb Clause 27; And (c) Any Other Document Required In The Bds 13.2 Unless Otherwise Stated In The Bds, All Bids That Exceed The Abc Shall Not Be Accepted. 14. Alternative Bids Alternative Bids Shall Be Rejected. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 15. Bid Prices 15.1 The Bidder Shall Complete The Appropriate Price Schedules Included Herein, Stating The Unit Prices, Total Price Per Item, The Total Amount And The Expected Countries Of Origin Of The Goods To Be Supplied Under This Project. 15.2 The Bidder Shall Fill In Rates And Prices For All Items Of The Goods Described In The Bill Of Quantities. Bids Not Addressing Or Providing All Of The Required Items In The Bidding Documents Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) Or A Dash (-) For The Said Item Would Mean That It Is Being Offered For Free To The Government. 15.3 The Terms Ex Works (exw), Cost, Insurance And Freight (cif), Cost And Insurance Paid To (cip), Delivered Duty Paid (ddp), And Other Trade Terms Used To Describe The Obligations Of The Parties, Shall Be Governed By The Rules Prescribed In The Current Edition Of The International Commercial Terms (incoterms) Published By The International Chamber Of Commerce, Paris. 15.4 Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: (a) For Goods Offered From Within The Procuring Entity’s Country (i) The Price Of The Goods Quoted Exw (ex Works, Ex Factory, Ex Warehouse, Ex Showroom, Or Off-the-shelf, As Applicable), Including All Customs Duties And Sales And Other Taxes Already Paid Or Payable (i.1) On The Components And Raw Material Used In The Manufacture Or Assembly Of Goods Quoted Ex Works Or Ex Factory; Or (i.2) On The Previously Imported Goods Of Foreign Origin Quoted Ex Warehouse, Ex Showroom, Or Off-the-shelf And Any Procuring Entity Country Sales And Other Taxes Which Will Be Payable On The Goods If The Contract Is Awarded. (ii) The Price For Inland Transportation, Insurance, And Other Local Costs Incidental To Delivery Of The Goods To Their Final Destination. (iii) The Price Of Other (incidental) Services, If Any, Listed In The Bds. (b) For Goods Offered From Abroad: (i) Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Ddp With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. (ii) The Price Of Other (incidental) Services, If Any, Listed In The Bds 15.5 Prices Quoted By The Bidder Shall Be Fixed During The Bidder’s Performance Of The Contract And Not Subject To Variation Or Price Escalation On Any Account, Unless Otherwise Specified In The Bds. A Bid Submitted With An Adjustable Price Quotation Shall Be Treated As Non-responsive And Shall Be Rejected, Pursuant To Itb Clause 24. 15.6 All Bid Prices Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Indicated In The Bds And Specified In The Gcc And Its Corresponding Scc Provision. 16. Bid Currencies 16.1 Prices Shall Be Quoted In The Following Currencies: (a) For Goods That The Bidder Will Supply From Within The Philippines, The Prices Shall Be Quoted In Philippine Pesos. (b) For Goods That The Bidder Will Supply From Outside The Philippines, The Prices May Be Quoted In The Currency(ies) Stated In The Bds. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 16.2 If So Allowed In Accordance With Itb Clause 16.1, The Procuring Entity For Purposes Of Bid Evaluation And Comparing The Bid Prices Will Convert The Amounts In Various Currencies In Which The Bid Price Is Expressed To Philippine Pesos At The Foregoing Exchange Rates. 16.3 Unless Otherwise Specified In The Bds, Payment Of The Contract Price Shall Be Made In Philippine Pesos. 17. Bid Validity 17.1 Bids Shall Remain Valid For The Period Specified In The Bds Which Shall Not Exceed One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 17.2 In Exceptional Circumstances, Prior To The Expiration Of The Bid Validity Period, The Procuring Entity May Request Bidders To Extend The Period Of Validity Of Their Bids. The Request And The Responses Shall Be Made In Writing. The Bid Security Described In Itb Clause 18 Should Also Be Extended Corresponding To The Extension Of The Bid Validity Period At The Least. A Bidder May Refuse The Request Without Forfeiting Its Bid Security, But His Bid Shall No Longer Be Considered For Further Evaluation And Award. A Bidder Granting The Request Shall Not Be Required Or Permitted To Modify Its Bid. 18. Bid Security 18.1 The Procuring Entity Shall Prescribe In The Bds The Acceptable Forms Of Bid Security That Bidders May Opt To Use, Which Shall Include The Bid Securing Declaration (bsd) Or Any Other Form Of Bid Security And The Amount Of Which Shall Be Equal To A Percentage Of The Abc In Accordance With The Following Schedule: Form Of Bid Security Amount Of Bid Security (not Less Than The Percentage Of The Abc) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank Two Percent (2%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Five Percent (5%) For Biddings Conducted By Lgus, The Procuring Entity May Also Require Bidders To Submit Bid Securities In The Form Of Cashier’s/manager’s Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Such Financial Statement. The Bid Securing Declaration Mentioned Above Is An Undertaking Which States, Among Others, That The Bidder Shall Enter Into Contract With The Procuring Entity And Furnish The Performance Security Required Under Itb Clause 33.2, From Receipt Of The Notice Of Award, And Committing To Pay The Corresponding Fine, And Be Suspended For A Period Of Time From Being Qualified To Participate In Any Government Procurement Activity In The Event It Violates Any Of The Conditions Stated Therein As Provided In The Guidelines Issued By The Gppb. 18.2 The Bid Security Should Be Valid For The Period Specified In The Bds. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 18.3 No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except To Those That Failed Or Declared As Post-disqualified, Upon Submission Of A Written Waiver Of Their Right To File A Motion For Reconsideration And/or Protest. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Bidder With The Lowest Calculated And Responsive Bid Has Signed The Contract And Furnished The Performance Security, But In No Case Later Than The Expiration Of The Bid Security Validity Period Indicated In Itb Clause 18.2. 18.4 Upon Signing And Execution Of The Contract Pursuant To Itb Clause 32, And The Posting Of The Performance Security Pursuant To Itb Clause 33, The Successful Bidder’s Bid Security Will Be Discharged, But In No Case Later Than The Bid Security Validity Period As Indicated In The Itb Clause 18.2. 18.5 The Bid Security May Be Forfeited: (a) If A Bidder: (i) Withdraws Its Bid During The Period Of Bid Validity Specified In Itb Clause 17; (ii) Does Not Accept The Correction Of Errors Pursuant To Itb Clause 28.3(b); (iii) Fails To Submit The Requirements Within The Prescribed Period, Or A Finding Against Their Veracity, As Stated In Itb Clause 29.2; Or (iv) Any Other Reason Stated In The Bds. (b) If The Successful Bidder: (i) Fails To Sign The Contract In Accordance With Itb Clause 32; (ii) Fails To Furnish Performance Security In Accordance With Itb Clause 33; Or (iii) Any Other Reason Stated In The Bds. 19. Format And Signing Of Bids 19.1 Bidders Shall Submit Their Bids Through Their Duly Authorized Representative Using The Appropriate Forms Provided In Section Viii – Bidding Forms On Or Before The Deadline Specified In The Itb Clauses 21 In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously. The First Shall Contain The Technical Component Of The Bid, Including The Eligibility Requirements Under Itb Clause 12.1, And The Second Shall Contain The Financial Component Of The Bid. 19.2 Forms As Mentioned In Itb Clause 19.1 Must Be Completed Without Any Alterations To Their Format, And No Substitute Form Shall Be Accepted. All Blank Spaces Shall Be Filled In With The Information Requested 19.3 The Bidder Shall Prepare And Submit An Original Of The First And Second Envelopes As Described In Itb Clauses 12 And 13. In Addition, The Bidder Shall Submit Copies Of The First And Second Envelopes. In The Event Of Any Discrepancy Between The Original And The Machine Copies, The Original Shall Prevail. 19.4 Each And Every Page Of The Bid Form, Including The Schedule Of Prices, Under Section Viii Hereof, Shall Be Signed By The Duly Authorized Representative/s Of The Bidder. Failure To Do So Shall Be A Ground For The Rejection Of The Bid. 19.5 Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder. 20. Sealing And Marking Of Bids 20.1 Unless Otherwise Indicated In The Bds, Bidders Shall Enclose Their Original Eligibility And Technical Documents Described In Itb Clause 12in One Sealed Envelope Marked “original - Technical Component”, And The Original Of Their Financial Component In Another Sealed Envelope Marked “original - Financial Component”, Sealing Them All In An Outer Envelope Marked “original Bid”. 20.2 Each Copy Of The First And Second Envelopes Shall Be Similarly Sealed Duly Marking The Inner Envelopes As “copy No. ___ - Technical Component” And “copy No. ___ – Financial Component” And The Outer Envelope As “copy No. ___”, Respectively. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. 20.3 The Original And The Number Of Copies Of The Bid As Indicated In The Bds Shall Be Typed Or Computerized In Indelible Ink And Shall Be Signed By The Bidder Or Its Duly Authorized Representative/s. 20.4 All Envelopes Shall (a) Contain The Name Of The Contract To Be Bid In Capital Letters; (b) Bear The Name And Address Of The Bidder In Capital Letters; (c) Be Addressed To The Procuring Entity’s Bac Identified In Itb Clause 1.1, (d) Bear The Specific Identification Of This Bidding Process Indicated In The Itb Clause 1.2; And (e) Bear A Warning “do Not Open Before…” The Date And Time For The Opening Of Bids, In Accordance With Itb Clause 21. 20.5 Bid Envelopes That Are Not Properly Sealed And Marked As Required In The Bidding Documents, Shall Not Be Rejected, But The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Or The Procuring Entity Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or For Its Premature Opening. D. Submission And Opening Of Bids 21. Deadline For Submission Of Bids Bids Must Be Received By The Procuring Entity’s Bac At The Address And On Or Before The Date And Time Indicated In The Bds. 22. Late Bids Any Bid Submitted After The Deadline For Submission And Receipt Of Bids Prescribed By The Procuring Entity, Pursuant To Itb Clause 21, Shall Be Declared “late” And Shall Not Be Accepted By The Procuring Entity 23. Modification And Withdrawal Of Bids 23.1 The Bidder May Modify Its Bid After It Has Been Submitted; Provided That The Modification Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. The Bidder Shall Not Be Allowed To Retrieve Its Original Bid, But Shall Be Allowed To Submit Another Bid Equally Sealed, Properly Identified, Linked To Its Original Bid Marked As “technical Modification” Or “financial Modification” And Stamped “received” By The Bac. Bid Modifications Received After The Applicable Deadline Shall Not Be Considered And Shall Be Returned To The Bidder Unopened. 23.2 A Bidder May, Through A Letter Of Withdrawal, Withdraw Its Bid After It Has Been Submitted, For Valid And Justifiable Reason; Provided That The Letter Of Withdrawal Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. The Letter Of Withdrawal Must Be Executed By The Duly Authorized Representative Of The Bidder Identified In The Omnibus Sworn Statement, A Copy Of Which Should Be Attached To The Letter. 23.3 Bids Requested To Be Withdrawn In Accordance With Itb Clause 23.1 Shall Be Returned Unopened To The Bidders. A Bidder May Also Express Its Intention Not To Participate In The Bidding Through A Letter Which Should Reach And Be Stamped By The Bac Before The Deadline For Submission And Receipt Of Bids. A Bidder That Withdraws Its Bid Shall Not Be Permitted To Submit Another Bid, Directly Or Indirectly, For The Same Contract. 23.4 No Bid May Be Modified After The Deadline For Submission Of Bids. No Bid May Be Withdrawn In The Interval Between The Deadline For Submission Of Bids And The Expiration Of The Period Of Bid Validity Specified By The Bidder On The Financial Bid Form. Withdrawal Of A Bid During This Interval Shall Result In The Forfeiture Of The Bidder’s Bid Security, Pursuant To Itb Clause 18.5, And The Imposition Of Administrative, Civil And Criminal Sanctions As Prescribed By Ra 9184 And Its Irr 24. Opening And Preliminary Examination Of Bids 24.1 24.2 The Bac Shall Open The Bids In Public, Immediately After The Deadline For The Submission And Receipt Of Bids, As Specified In The Bds. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Bac Shall Take Custody Of The Bids Submitted And Reschedule The Opening Of Bids On The Next Working Day Or At The Soonest Possible Time Through The Issuance Of A Notice Of Postponement To Be Posted In The Philgeps Website Of The Procuring Entity Concerned, If Available. The Bac Shall Open The First Bid Envelopes Of Bidders In Public As Specified In The Bds To Determine Each Bidder’s Compliance With The Documents Prescribed In Itb Clause 12. For This Purpose, The Bac Shall Check The Submitted Documents Of Each Bidder Against A Checklist Of Required Documents To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion. If A Bidder Submits The Required Document, It Shall Be Rated “passed” For That Particular Requirement. In This Regard, Bids That Fail To Include Any Requirement Or Are Incomplete Or Patently Insufficient Shall Be Considered As “failed”. Otherwise, The Bac Shall Rate The Said First Bid Envelope As “passed”. 24.3 Immediately After Determining Compliance With The Requirements In The First Envelope, The Bac Shall Forthwith Open The Second Bid Envelope Of Each Remaining Eligible Bidder Whose First Bid Envelope Was Rated “passed”. The Second Envelope Of Each Complying Bidder Shall Be Opened Within The Same Day. In Case One Or More Of The Requirements In The Second Envelope Of A Particular Bid Is Missing, Incomplete Or Patently Insufficient, And/or If The Submitted Total Bid Price Exceeds The Abc Unless Otherwise Provided In Itb Clause 13.2, The Bac Shall Rate The Bid Concerned As “failed”. Only Bids That Are Determined To Contain All The Bid Requirements For Both Components Shall Be Rated “passed” And Shall Immediately Be Considered For Evaluation And Comparison 24.4 Letters Of Withdrawal Shall Be Read Out And Recorded During Bid Opening, And The Envelope Containing The Corresponding Withdrawn Bid Shall Be Returned To The Bidder Unopened. If The Withdrawing Bidder’s Representative Is In Attendance, The Original Bid And All Copies Thereof Shall Be Returned To The Representative During The Bid Opening. If The Representative Is Not In Attendance, The Bid Shall Be Returned Unopened By Registered Mail. The Bidder May Withdraw Its Bid Prior To The Deadline For The Submission And Receipt Of Bids, Provided That The Corresponding Letter Of Withdrawal Contains A Valid Authorization Requesting For Such Withdrawal, Subject To Appropriate Administrative Sanctions 24.5 If A Bidder Has Previously Secured A Certification From The Procuring Entity To The Effect That It Has Previously Submitted The Above-enumerated Class “a” Documents, The Said Certification May Be Submitted In Lieu Of The Requirements Enumerated In Itb Clause 12.1(a), Items (i) To (v). 24.6 In The Case Of An Eligible Foreign Bidder As Described In Itb Clause 5, The Class “a” Documents Described In Itb Clause 12.1(a) May Be Substituted With The Appropriate Equivalent Documents, If Any, Issued By The Country Of The Foreign Bidder Concerned. 24.7 Each Partner Of A Joint Venture Agreement Shall Likewise Submit The Requirements In Itb Clauses 12.1(a)(i) And 12.1(a)(ii). Submission Of Documents Required Under Itb Clauses 12.1(a)(iii) To 12.1(a)(v) By Any Of The Joint Venture Partners Constitutes Compliance. 24.8 The Procuring Entity Shall Prepare The Minutes Of The Proceedings Of The Bid Opening That Shall Include, As A Minimum: (a) Names Of Bidders, Their Bid Price, Bid Security, Findings Of Preliminary Examination; And (b) Attendance Sheet. The Bac Members Shall Sign The Abstract Of Bids As Read. E. Evaluation And Comparison Of Bids 25. Process To Be Confidential 25.1 Members Of The Bac, Including Its Staff And Personnel, As Well As Its Secretariat And Twg, Are Prohibited From Making Or Accepting Any Kind Of Communication With Any Bidder Regarding The Evaluation Of Their Bids Until The Issuance Of The Notice Of Award, Unless Otherwise Allowed In The Bds Or In The Case Of Itb Clause 26. 25.2 Any Effort By A Bidder To Influence The Procuring Entity In The Procuring Entity’s Decision In Respect Of Bid Evaluation, Bid Comparison Or Contract Award Will Result In The Rejection Of The Bidder’s Bid. 26. Clarification Of Bids To Assist In The Evaluation, Comparison, And Post-qualification Of The Bids, The Procuring Entity May Ask In Writing Any Bidder For A Clarification Of Its Bid. All Responses To Requests For Clarification Shall Be In Writing. Any Clarification Submitted By A Bidder In Respect To Its Bid And That Is Not In Response To A Request By The Procuring Entity Shall Not Be Considered. 27. Domestic Preference 27.1 Unless Otherwise Stated In The Bds, The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With The Following: (a) The Preference Shall Be Applied When (i) The Lowest Foreign Bid Is Lower Than The Lowest Bid Offered By A Domestic Bidder, Or (ii) The Lowest Bid Offered By A Non-philippine National Is Lower Than The Lowest Bid Offered By A Domestic Entity. (b) For Evaluation Purposes, The Lowest Foreign Bid Or The Bid Offered By A Non-philippine National Shall Be Increased By Fifteen Percent (15%). (c) In The Event That (i) The Lowest Bid Offered By A Domestic Entity Does Not Exceed The Lowest Foreign Bid As Increased, Or (ii) The Lowest Bid Offered By A Non-philippine National As Increased, Then The Procuring Entity Shall Award The Contract To The Domestic Bidder/entity At The Amount Of The Lowest Foreign Bid Or The Bid Offered By A Non-philippine National, As The Case May Be. (d) If The Domestic Entity/bidder Refuses To Accept The Award Of Contract At The Amount Of The Foreign Bid Or Bid Offered By A Non-philippine National Within Two (2) Calendar Days From Receipt Of Written Advice From The Bac, The Procuring Entity Shall Award To The Bidder Offering The Foreign Bid Or The Non-philippine National, As The Case May Be, Subject To Post-qualification And Submission Of All The Documentary Requirements Under These Bidding Documents. 27.2 A Bidder May Be Granted Preference As A Domestic Entity Subject To The Certification From The Dti (in Case Of Sole Proprietorships), Sec (in Case Of Partnerships And Corporations), Or Cda (in Case Of Cooperatives) That The (a) Sole Proprietor Is A Citizen Of The Philippines Or The Partnership, Corporation, Cooperative, Or Association Is Duly Organized Under The Laws Of The Philippines With At Least Seventy Five Percent (75%) Of Its Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, (b) Habitually Established In Business And Habitually Engaged In The Manufacture Or Sale Of The Merchandise Covered By His Bid, And (c) The Business Has Been In Existence For At Least Five (5) Consecutive Years Prior To The Advertisement And/or Posting Of The Invitation To Bid For This Project. 27.3 A Bidder May Be Granted Preference As A Domestic Bidder Subject To The Certification From The Dti That The Bidder Is Offering Unmanufactured Articles, Materials Or Supplies Of The Growth Or Production Of The Philippines, Or Manufactured Articles, Materials, Or Supplies Manufactured Or To Be Manufactured In The Philippines Substantially From Articles, Materials, Or Supplies Of The Growth, Production, Or Manufacture, As The Case May Be, Of The Philippines. 28. Detailed Evaluation And Comparison Of Bids 28.1 The Procuring Entity Will Undertake The Detailed Evaluation And Comparison Of Bids Which Have Passed The Opening And Preliminary Examination Of Bids, Pursuant To Itb Clause 24, In Order To Determine The Lowest Calculated Bid. 28.2 The Lowest Calculated Bid Shall Be Determined In Two Steps. (a) The Detailed Evaluation Of The Financial Component Of The Bids, To Establish The Correct Calculated Prices Of The Bids; And (b) The Ranking Of The Total Bid Prices As So Calculated From The Lowest To The Highest. The Bid With The Lowest Price Shall Be Identified As The Lowest Calculated Bid. 28.3 The Procuring Entity's Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. Unless Otherwise Specified In The Bds, The Bac Shall Consider The Following In The Evaluation Of Bids. (a) Completeness Of The Bid. Unless The Itb Specifically Allows Partial Bids, Bids Not Addressing Or Providing All Of The Required Items In The Schedule Of Requirements Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) Or A Dash (-) For The Said Item Would Mean That It Is Being Offered For Free To The Procuring Entity; And (b) Arithmetical Corrections. Consider Computational Errors And Omissions To Enable Proper Comparison Of All Eligible Bids. It May Also Consider Bid Modifications, If Allowed In The Bds. Any Adjustment Shall Be Calculated In Monetary Terms To Determine The Calculated Prices. 28.4 Based On The Detailed Evaluation Of Bids, Those That Comply With The Above-mentioned Requirements Shall Be Ranked In The Ascending Order Of Their Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, To Identify The Lowest Calculated Bid. Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, Which Exceed The Abc Shall Not Be Considered. 28.5 Unless Otherwise Indicated In The Bds, The Procuring Entity’s Evaluation Of Bids Shall Only Be Based On The Bid Price Quoted In The Financial Bid Form. 28.6 Bids Shall Be Evaluated On An Equal Footing To Ensure Fair Competition. For This Purpose, All Bidders Shall Be Required To Include In Their Bids The Cost Of All Taxes, Such As, But Not Limited To, Value Added Tax (vat), Income Tax, Local Taxes, And Other Fiscal Levies And Duties Which Shall Be Itemized In The Bid Form And Reflected In The Detailed Estimates. Such Bids, Including Said Taxes, Shall Be The Basis For Bid Evaluation And Comparison. 29. Post-qualification 29.1 The Procuring Entity Shall Determine To Its Satisfaction Whether The Bidder That Is Evaluated As Having Submitted The Lowest Calculated Bid (lcb) Complies With And Is Responsive To All The Requirements And Conditions Specified In Itb Clauses 5, 12, And 13. 29.2 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lcb, The Bidder Shall Submit The Following Documentary Requirements: (a) Latest Income And Business Tax Returns In The Form Specified In The Bds; (b) Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. Failure Of The Bidder Declared As Lowest Calculated Bid To Duly Submit The Above Requirements On Time Under This Clause Or A Finding Against The Veracity Of Such Shall Be Ground For Forfeiture Of The Bid Security And Disqualification Of The Bidder For Award. 29.3 The Determination Shall Be Based Upon An Examination Of The Documentary Evidence Of The Bidder’s Qualifications Submitted Pursuant To Itb Clauses 12 And 13, As Well As Other Information As The Procuring Entity Deems Necessary And Appropriate, Using A Non-discretionary “pass/fail” Criterion. 29.4 If The Bac Determines That The Bidder With The Lowest Calculated Bid Passes All The Criteria For Post-qualification, It Shall Declare The Said Bid As The Lowest Calculated Responsive Bid, And Recommend To The Head Of The Procuring Entity The Award Of Contract To The Said Bidder At Its Submitted Bid Price Or Its Calculated Bid Price, Whichever Is Lower. 29.5 A Negative Determination Shall Result In Rejection Of The Bidder’s Bid, In Which Event The Procuring Entity Shall Proceed To The Next Lowest Calculated Bid To Make A Similar Determination Of That Bidder’s Capabilities To Perform Satisfactorily. If The Second Bidder, However, Fails The Post Qualification, The Procedure For Post Qualification Shall Be Repeated For The Bidder With The Next Lowest Calculated Bid, And So On Until The Lowest Calculated Responsive Bid Is Determined For Contract Award. 29.6 Within A Period Not Exceeding Fifteen (15) Calendar Days From The Date Of Receipt Of The Recommendation Of The Bac, The Head Of The Procuring Entity Shall Approve Or Disapprove The Said Recommendation. 30. Reservation Clause 30.1 Notwithstanding The Eligibility Or Post-qualification Of A Bidder, The Procuring Entity Concerned Reserves The Right To Review Its Qualifications At Any Stage Of The Procurement Process If It Has Reasonable Grounds To Believe That A Misrepresentation Has Been Made By The Said Bidder, Or That There Has Been A Change In The Bidder’s Capability To Undertake The Project From The Time It Submitted Its Eligibility Requirements. Should Such Review Uncover Any Misrepresentation Made In The Eligibility And Bidding Requirements, Statements Or Documents, Or Any Changes In The Situation Of The Bidder Which Will Affect Its Capability To Undertake The Project So That It Fails The Preset Eligibility Or Bid Evaluation Criteria, The Procuring Entity Shall Consider The Said Bidder As Ineligible And Shall Disqualify It From Submitting A Bid Or From Obtaining An Award Or Contract. 30.2 Based On The Following Grounds, The Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding At Any Time Prior To The Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability, And Make No Assurance That A Contract Shall Be Entered Into As A Result Of The Bidding: (a) If There Is Prima Facie Evidence Of Collusion Between Appropriate Public Officers Or Employees Of The Procuring Entity, Or Between The Bac And Any Of The Bidders, Or If The Collusion Is Between Or Among The Bidders Themselves, Or Between A Bidder And A Third Party, Including Any Act Which Restricts, Suppresses Or Nullifies Or Tends To Restrict, Suppress Or Nullify Competition; (b) If The Procuring Entity’s Bac Is Found To Have Failed In Following The Prescribed Bidding Procedures; Or (c) For Any Justifiable And Reasonable Ground Where The Award Of The Contract Will Not Redound To The Benefit Of The Gop As Follows: (i) If The Physical And Economic Conditions Have Significantly Changed So As To Render The Project No Longer Economically, Financially Or Technically Feasible As Determined By The Head Of The Procuring Entity; (ii) If The Project Is No Longer Necessary As Determined By The Head Of The Procuring Entity; And (iii) If The Source Of Funds For The Project Has Been Withheld Or Reduced Through No Fault Of The Procuring Entity. 30.3 In Addition, The Procuring Entity May Likewise Declare A Failure Of Bidding When: (a) No Bids Are Received; (b) All Prospective Bidders Are Declared Ineligible; (c) All Bids Fail To Comply With All The Bid Requirements Or Fail Post-qualification; Or (d) The Bidder With The Lowest Calculated Responsive Bid Refuses, Without Justifiable Cause To Accept The Award Of Contract, And No Award Is Made In Accordance With Section 40 Of The Irr Of Ra 9184. F. Award Of Contract 31. Contract Award 31.1 Subject To Itb Clause 29, The Procuring Entity Shall Award The Contract To The Bidder Whose Bid Has Been Determined To Be The Lcrb. 31.2 Prior To The Expiration Of The Period Of Bid Validity, The Procuring Entity Shall Notify The Successful Bidder In Writing That Its Bid Has Been Accepted, Through A Notice Of Award Received Personally Or Sent By Registered Mail Or Electronically, Receipt Of Which Must Be Confirmed In Writing Within Two (2) Days By The Bidder With The Lcrb And Submitted Personally Or Sent By Registered Mail Or Electronically To The Procuring Entity. 31.3 Notwithstanding The Issuance Of The Notice Of Award, Award Of Contract Shall Be Subject To The Following Conditions: (a) Submission Of The Valid Jva, If Applicable, Within Ten (10) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That The Bidder Has The Lcrb; (b) Posting Of The Performance Security In Accordance With Itb Clause 33; (c) Signing Of The Contract As Provided In Itb Clause 32; And (d) Approval By Higher Authority, If Required. 31.4 At The Time Of Contract Award, The Procuring Entity Shall Not Increase Or Decrease The Quantity Of Goods Originally Specified In Section Vi – Schedule Of Requirements. 32. Signing Of The Contract 32.1 At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Contract Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 32.2 Within Ten (10) Calendar Days From Receipt Of The Notice Of Award, The Successful Bidder Shall Post The Required Performance Security And Sign And Date The Contract And Return It To The Procuring Entity. 32.3 The Procuring Entity Shall Enter Into Contract With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 32.4 The Following Documents Shall Form Part Of The Contract. (a) Contract Agreement; (b) Bidding Documents; (c) Winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted; (d) Performance Security; (e) Notice Of Award Of Contract; And (f) Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. 33. Performance Security 33.1 To Guarantee The Faithful Performance By The Winning Bidder Of Its Obligations Under The Contract, It Shall Post A Performance Security Within A Maximum Period Of Ten (10) Calendar Days From The Receipt Of The Notice Of Award From The Procuring Entity And In No Case Later Than The Signing Of The Contract. 33.2 The Procuring Entity Shall Prescribe At Least One (1) Acceptable Form Of Performance Security Taken From The Categories Below That Bidders May Opt To Use, Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity: Form Of Performance Security Amount Of Performance Security (not Less Than The Percentage Of The Total Contract Price) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank Five Percent (5%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Thirty Percent (30%) (d) Performance Securing Declaration (psd) None 33.3 Performance Security As Indicated In Section 17.1 (k) And 39 Of The 2016 Revised Irr Of Ra No. 9184, While Includes The Performance Securing Declaration (psd) As An Alternative Performance Security During A State Of Calamity Or Imposition Of Community Quarantine Pursuant To Gppb Resolution No. 09-2020. Failure Of The Successful Bidder To Comply With The Above-mentioned Requirement Shall Constitute Sufficient Ground For The Annulment Of The Award And Forfeiture Of The Bid Security, In Which Event The Procuring Entity Shall Initiate And Complete The Post Qualification Of The Second Lowest Calculated Bid. The Procedure Shall Be Repeated Until The Lcrb Is Identified And Selected For Contract Award. However If No Bidder Passed Post-qualification, The Bac Shall Declare The Bidding A Failure And Conduct A Re-bidding With Re-advertisement. 34. Notice To Proceed 34.1 Within Seven (7) Calendar Days From The Date Of Approval Of The Contract By The Appropriate Government Approving Authority, The Procuring Entity Shall Issue Its Notice To Proceed Together With A Copy Or Copies Of The Approved Contract To The Successful Bidder. All Notices Called For By The Terms Of The Contract Shall Be Effective Only At The Time Of Receipt Thereof By The Successful Bidder. 34.2 The Contract Effectivity Date Shall Be Provided In The Notice To Proceed By The Procuring Entity, Which Date Shall Not Be Later Than Seven (7) Calendar Days From The Issuance Of The Notice To Proceed. 35. Protest Mechanism Decision Of The Procuring Entity At Any Stage Of The Procurement Process May Be Questioned In Accordance With Section 55 Of The Revised Implementing Rules And Regulations Of Republic Act 9184. Section Iii – Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is The Local Government Of Badiangan, Iloilo 1.2 The Reference Is: Supply And Delivery Of Office Supplies For Use Of Various Offices, Municipal Hall, Badiangan, Iloilo. Project Identification No. 2025 - 015 – B. 2.0 The Funding Source Is Through The General Fund Of The Local Government Of Badiangan, Iloilo In The Amount Of P 806,780.54. 5.1 No Further Instructions. 5.2 None Of The Circumstances Mentioned In The Itb Clause Exists In This Project. Foreign Bidders, Except Those Falling Under Itb Clause 5.2(b), May Not Participate In This Project. 5.4 The Bidder Must Have Completed, Within The Period Specified In The Invitation To Bid And Itb Clause 12.1(a)(ii), A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. For This Purpose, Similar Contracts Shall Refer To The Supply And Delivery Of Goods That Is/are Similar In Type And Brand To The Goods Being Bidded-out. 5.5 No Further Instructions. 6.3 No Further Instructions. 7 No Further Instructions. 8.1 Subcontracting Is Not Allowed. 8.2 Not Applicable. 9.1 Not Applicable. 10.1 The Procuring Entity’s Address Is: Badiangan Municipal Hall R.c. Tabiana St., Poblacion, Badiangan, Iloilo 5033 Contact Person: Mrs. Elenor G. Navio Head: Bac Secretariat Municipal Hall, Badiangan, Iloilo Tel. No. (033) 320-7809 C.p. No. 09079955688 12.1 The First Envelope Shall Contain The Eligibility And Technical Documents Stated In The Itb Clause. However, If The Bidder Maintains A Current And Updated File Of Its Class “a” Documents With The Bac Of The Local Government Of Badiangan, Iloilo, A Certification To That Effect Issued By Its Bac May Be Submitted In Lieu Of The Class “a” Documents. 12.1(a)(i) No Other Acceptable Proof Of Registration Is Recognized 12.1(a)(ii) The Statement Of All Ongoing And Single Largest Completed Government And Private Contracts Shall Include All Such Contracts Within The Last Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 13.1 No Additional Requirements. 13.2 The Approved Budget For The Contract (abc) Is: P 806,780.54 Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted. 15.4(a)(iii) No Incidental Services Required. 15.4(b) Not Applicable. 15.5 Bid Prices Shall Be Fixed. Adjustable Price Proposals Shall Be Treated As Non-responsive And Shall Be Rejected. 15.6 Extraordinary Circumstances Refer To Events That May Be Determined By The National Economic And Development Authority In Accordance With The Civil Code Of The Philippines, And Upon The Recommendation Of The Procuring Entity. 16.1(b) The Bid Prices For Goods Supplied From Outside Of The Philippines Shall Be Quoted In Philippine Pesos. 16.3 No Further Instructions. 17.1 Bids Shall Be Valid Until 120 Calendar Days After Bidding. 18.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration (bsd), Or Any Of The Following Forms: 1. P (2% Of Abc), If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or 2. P (5% Of Abc), If Bid Security Is In Surety Bond 18.2 The Bid Security Shall Be Valid Until 120 Calendar Days After Bidding. 18.5(a)(iv) The Following Are Additional Grounds For Forfeiture Of Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use Of One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post-qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons. 18.5(b)(iii) No Further Instructions. 20.1 The Documents Enclosed In The Original Bid Should Be Original Copy Or Duly Stamped Certified True/ Machine Copy With Printed Name And Signature Of The Owner Of The Company Or The Duly Authorized Representative Of The Company As Indicated In The Special Power Of Attorney (spa) Or Secretary’s Certificate. The Duly Authorized Representative Should Have A Specimen Signature In The Spa Or Secretary’s Certificate. 20.3 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. The Photocopied Copies Of The Documents Enclosed In The First And Second Components Of The Bid Should Be Duly Stamped Certified True/ Machine Copy With Printed Name And Signature Of The Owner Of The Company Or The Duly Authorized Representative Of The Company As Indicated In The Special Power Of Attorney (spa) Or Secretary’s Certificate. The Duly Authorized Representative Should Have A Specimen Signature In The Spa Or Secretary’s Certificate. 21 The Address For Submission Of Bids Is: Municipal Budget Office, Municipal Hall, Badiangan, Iloilo The Deadline For Submission Of Bid Is: March 24, 2025; 8:30 A.m. 24.1 The Place Of Bid Opening Is: Municipal Social Hall, Badiangan, Iloilo The Date And Time Of Bid Opening Is: March 24, 2025; 9:00 A.m. 25.1 No Further Instructions. 27.1 No Further Instructions. 28.3 No Further Instructions. 28.3(b) Modification Of Bids Is Not Allowed. 28.5 No Further Instructions. 29.2(a) Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing And Payment System (efps) Shall Be Accepted. Note: The Latest Income And Business Tax Returns Are Those Within The Last Six Months Preceding The Date Of Bid Submission. 29.2(d) None Required. 32.4(g) None Required. 34.2 The Effective Date Of The Contract Is Seven (7) Calendar Days Upon Receipt Of Notice To Proceed Issued By The Procuring Entity. Section Iv. General Conditions Of Contract 1. Definitions 1.1 In This Contract, The Following Terms Shall Be Interpreted As Indicated. (a) “the Contract” Means The Agreement Entered Into Between The Procuring Entity And The Supplier, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. (b) “the Contract Price” Means The Price Payable To The Supplier Under The Contract For The Full And Proper Performance Of Its Contractual Obligations. (c) “the Goods” Means All Of The Supplies, Equipment, Machinery, Spare Parts, Other Materials And/or General Support Services Which The Supplier Is Required To Provide To The Procuring Entity Under The Contract. (d) “the Services” Means Those Services Ancillary To The Supply Of The Goods, Such As Transportation And Insurance, And Any Other Incidental Services, Such As Installation, Commissioning, Provision Of Technical Assistance, Training, And Other Such Obligations Of The Supplier Covered Under The Contract. (e) “gcc” Means The General Conditions Of Contract Contained In This Section. (f) “scc” Means The Special Conditions Of Contract. (g) “the Procuring Entity” Means The Organization Purchasing The Goods, As Named In The Scc,. (h) “the Procuring Entity’s Country” Is The Philippines. (i) “the Supplier” Means The Individual Contractor, Manufacturer, Distributor, Or Firm Supplying/manufacturing The Goods And Services Under This Contract And Named In The Scc, (j) The “funding Source” Means The Organization Named In The Scc,. (k) “the Project Site,” Where Applicable, Means The Place Or Places Named In The Scc, (l) “day” Means Calendar Day. (m) The “effective Date” Of The Contract Will Be The Date Of Receipt By The Supplier Of The Notice To Proceed Or The Date Provided In The Notice To Proceed. Performance Of All Obligations Shall Be Reckoned From The Effective Date Of The Contract. (n) “verified Report” Refers To The Report Submitted By The Implementing Unit To The Head Of The Procuring Entity Setting Forth Its Findings As To The Existence Of Grounds Or Causes For Termination And Explicitly Stating Its Recommendation For The Issuance Of A Notice To Terminate. 2. Corrupt, Fraudulent, Collusive, And Coercive Practices 2.1 The Procuring Entity As Well As The Bidders, Contractors, Or Suppliers Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of This Contract. In Pursuance Of This Policy, The Procuring Entity. (a) Defines, For The Purposes Of This Provision, The Terms Set Forth Below As Follows (i) "corrupt Practice" Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And It Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Government, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Republic Act 3019. (ii) "fraudulent Practice" Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition. (iii) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels. (iv) “coercive Practices “ Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Effect The Execution Of A Contract; (v) “obstructive Practice” Is (aa) Deliberately Destroying, Falsifying, Altering Or Concealing Of Evidence Material To An Administrative Proceedings Or Investigation Or Making False Statements To Investigators In Order To Materially Impede An Administrative Proceedings Or Investigation Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Into Allegations Of A Corrupt, Fraudulent, Coercive Or Intimidating Any Party To Prevent If From Disclosing Its Knowledge Of Matters Relevant To The Administrative Proceedings Or Investigation Or From Pursuing Such Proceedings Or Investigation; Or (bb) Acts Intended To Materially Impede The Exercise Of The Inspection And Audit Rights Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Herein. (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Any Of The Practices Mentioned In This Clause For Purposes Of Competing For The Contract. 3. Inspection And Audit By The Funding Source The Supplier Shall Permit The Funding Source To Inspect The Supplier’s Accounts And Records Relating To The Performance Of The Supplier And To Have Them Audited By Auditors Appointed By The Funding Source, If So Required By The Funding Source. 4. Governing Law And Language 4.1 This Contract Shall Be Interpreted In Accordance With The Laws Of The Republic Of The Philippines. 4.2 This Contract Has Been Executed In The English Language, Which Shall Be The Binding And Controlling Language For All Matters Relating To The Meaning Or Interpretation Of This Contract. All Correspondence And Other Documents Pertaining To This Contract Exchanged By The Parties Shall Be Written In English. 5. Notices 5.1 Any Notice, Request, Or Consent Required Or Permitted To Be Given Or Made Pursuant To This Contract Shall Be In Writing. Any Such Notice, Request, Or Consent Shall Be Deemed To Have Been Given Or Made When Received By The Concerned Party, Either In Person Or Through An Authorized Representative Of The Party To Whom The Communication Is Addressed, Or When Sent By Registered Mail, Telex, Telegram, Or Facsimile To Such Party At The Address Specified In The Scc, Which Shall Be Effective When Delivered And Duly Received Or On The Notice’s Effective Date, Whichever Is Later. 5.2 A Party May Change Its Address For Notice Hereunder By Giving The Other Party Notice Of Such Change Pursuant To The Provisions Listed In The Scc For Gcc Clause 5.1. 6. Scope Of Contract 6.1 The Goods And Related Services To Be Provided Shall Be As Specified In Section Vi – Schedule Of Requirements. 6.2 This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. Any Additional Requirements For The Completion Of This Contract Shall Be Provided In The Scc 7. Subcontracting 7.1 Subcontracting Of Any Portion Of The Goods, If Allowed In The Bds, Does Not Relieve The Supplier Of Any Liability Or Obligation Under This Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants Or Workmen As Fully As If These Were The Supplier’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants Or Workmen. 7.2 Subcontractors Disclosed And Identified During The Bidding May Be Changed During The Implementation Of This Contract, Subject To Compliance With The Required Qualifications And The Approval Of The Procuring Entity. 8. Procuring Entity’s Responsibilities 8.1 Whenever The Performance Of The Obligations In This Contract Requires That The Supplier Obtain Permits, Approvals, Import, And Other Licenses From Local Public Authorities, The Procuring Entity Shall, If So Needed By The Supplier, Make Its Best Effort To Assist The Supplier In Complying With Such Requirements In A Timely And Expeditious Manner. 8.2 The Procuring Entity Shall Pay All Costs Involved In The Performance Of Its Responsibilities In Accordance With Gcc Clause 6. 9. Prices Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under This Contract Shall Not Vary From The Prices Quoted By The Supplier In Its Bid, With The Exception Of Any Change In Price Resulting From A Change Order Issued In Accordance With Gcc Clause 29, Or If Applicable, Adjustments Authorized In Accordance With The Price Adjustment Provisions Specified In The Scc.. 10. Payment 10.1 Unless Otherwise Specified In The Scc, Payments Shall Be Made Only Upon A Certification By The Head Of The Procuring Entity To The Effect That The Goods Have Been Rendered Or Delivered In Accordance With The Terms Of This Contract And Have Been Duly Inspected And Accepted. Except With The Prior Approval Of The President No Payment Shall Be Made For Services Not Yet Rendered Or For Supplies And Materials Not Yet Delivered Under This Contract. Ten Percent (10%) Of The Amount Of Each Payment Shall Be Retained By The Procuring Entity To Cover The Supplier’s Warranty Obligations Under This Contract As Described In Gcc Clause 17. 10.2 The Supplier’s Request(s) For Payment Shall Be Made To The Procuring Entity In Writing, Accompanied By An Invoice Describing, As Appropriate, The Goods Delivered And/or Services Performed, And By Documents Submitted Pursuant To The Scc Provision For Gcc Clause 6.2, And Upon Fulfillment Of Other Obligations Stipulated In This Contract. 10.3 Pursuant To Gcc Clause 10.2, Payments Shall Be Made Promptly By The Procuring Entity, But In No Case Later Than Sixty (60) Days After Submission Of An Invoice Or Claim By The Supplier. 10.4 Unless Otherwise Specified In The Scc, The Currency In Which Payment Is Made To The Supplier Under This Contract Shall Be In Philippine Pesos. 11. Advance Payment 11.1 Advance Payment Shall Be Made Only After Prior Approval Of The President, And Shall Not Exceed Fifteen Percent (15%) Of The Contract Amount, Unless Otherwise Directed By The President Or In Cases Allowed Under Annex “d” Of Ra 9184. 11.2 For Goods Supplied From Abroad, The Terms Of Payment Shall Be As Follows: (a) On Contract Signature: Fifteen Percent (15%) Of The Contract Price Shall Be Paid Within Sixty (60) Days From Signing Of The Contract And Upon Submission Of A Claim And A Bank Guarantee For The Equivalent Amount Valid Until The Goods Are Delivered And In The Form Provided In Section Viii. Bidding Forms. (b) On Delivery: Sixty-five Percent (65%) Of The Contract Price Shall Be Paid To The Supplier Within Sixty (60) Days After The Date Of Receipt Of The Goods And Upon Submission Of The Documents (i) Through (vi) Specified In The Scc Provision On Delivery And Documents. (c) On Acceptance: The Remaining Twenty Percent (20%) Of The Contract Price Shall Be Paid To The Supplier Within Sixty (60) Days After The Date Of Submission Of The Acceptance And Inspection Certificate For The Respective Delivery Issued By The Procuring Entity’s Authorized Representative. In The Event That No Inspection Or Acceptance Certificate Is Issued By The Procuring Entity’s Authorized Representative Within Forty Five (45) Days Of The Date Shown On The Delivery Receipt The Supplier Shall Have The Right To Claim Payment Of The Remaining Twenty Percent (20%) Subject To The Procuring Entity’s Own Verification Of The Reason(s) For The Failure To Issue Documents (vii) And (viii) As Described In The Scc Provision On Delivery And Documents. 11.3 All Progress Payments Shall First Be Charged Against The Advance Payment Until The Latter Has Been Fully Exhausted. 12. Taxes And Duties The Supplier, Whether Local Or Foreign, Shall Be Entirely Responsible For All The Necessary Taxes, Stamp Duties, License Fees, And Other Such Levies Imposed For The Completion Of This Contract. 13. Performance Security 13.1 Unless Otherwise Specified In The Scc, Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any The Forms Prescribed In The Itb Clause 33.2. 13.2 The Performance Security Posted In Favor Of The Procuring Entity Shall Be Forfeited In The Event It Is Established That The Winning Bidder Is In Default In Any Of Its Obligations Under The Contract. 13.3 The Performance Security Shall Remain Valid Until Issuance By The Procuring Entity Of The Certificate Of Final Acceptance. 13.4 Unless Otherwise Specified In The Scc, The Performance Security May Be Released By The Procuring Entity And Returned To The Supplier After The Issuance Of The Certificate Of Final Acceptance Subject To The Following Conditions. (a) There Are No Pending Claims Against The Supplier Or The Surety Company Filed By The Procuring Entity; (b) The Supplier Has No Pending Claims For Labor And Materials Filed Against It; And (c) Other Terms Specified In The Scc 13.5 In Case Of A Reduction Of The Contract Value, The Procuring Entity Shall Allow A Proportional Reduction In The Original Performance Security, Provided That Any Such Reduction Is More Than Ten Percent (10%) And That The Aggregate Of Such Reductions Is Not More Than Fifty Percent (50%) Of The Original Performance Security. 14. Use Of Contract Documents And Information 14.1 The Supplier Shall Not, Except For Purposes Of Performing The Obligations In This Contract, Without The Procuring Entity’s Prior Written Consent, Disclose This Contract, Or Any Provision Thereof, Or Any Specification, Plan, Drawing, Pattern, Sample, Or Information Furnished By Or On Behalf Of The Procuring Entity. Any Such Disclosure Shall Be Made In Confidence And Shall Extend Only As Far As May Be Necessary For Purposes Of Such Performance. 14.2 Any Document, Other Than This Contract Itself, Enumerated In Gcc Clause 14.1shall Remain The Property Of The Procuring Entity And Shall Be Returned (all Copies) To The Procuring Entity On Completion Of The Supplier’s Performance Under This Contract If So Required By The Procuring Entity. 15. Standards The Goods Provided Under This Contract Shall Conform To The Standards Mentioned In The Section Vii – Technical Specifications,; And, When No Applicable Standard Is Mentioned, To The Authoritative Standards Appropriate To The Goods’ Country Of Origin. Such Standards Shall Be The Latest Issued By The Institution Concerned. 16. Inspection And Tests 16.1 The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Contract Specifications At No Extra Cost To The Procuring Entity. The Scc And Section Vii – Technical Specifications Shall Specify What Inspections And/or Tests The Procuring Entity Requires And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. 16.2 If Applicable, The Inspections And Tests May Be Conducted On The Premises Of The Supplier Or Its Subcontractor(s), At Point Of Delivery, And/or At The Goods’ Final Destination. If Conducted On The Premises Of The Supplier Or Its Subcontractor(s), All Reasonable Facilities And Assistance, Including Access To Drawings And Production Data, Shall Be Furnished To The Inspectors At No Charge To The Procuring Entity. 16.3 The Procuring Entity Or Its Designated Representative Shall Be Entitled To Attend The Tests And/or Inspections Referred To In This Clause Provided That The Procuring Entity Shall Bear All Of Its Own Costs And Expenses Incurred In Connection With Such Attendance Including, But Not Limited To, All Traveling And Board And Lodging Expenses. 16.4 The Procuring Entity May Reject Any Goods Or Any Part Thereof That Fail To Pass Any Test And/or Inspection Or Do Not Conform To The Specifications. The Supplier Shall Either Rectify Or Replace Such Rejected Goods Or Parts Thereof Or Make Alterations Necessary To Meet The Specifications At No Cost To The Procuring Entity, And Shall Repeat The Test And/or Inspection, At No Cost To The Procuring Entity, Upon Giving A Notice Pursuant To Gcc Clause 5. 16.5 The Supplier Agrees That Neither The Execution Of A Test And/or Inspection Of The Goods Or Any Part Thereof, Nor The Attendance By The Procuring Entity Or Its Representative, Shall Release The Supplier From Any Warranties Or Other Obligations Under This Contract. 17. Warranty 17.1 The Supplier Warrants That The Goods Supplied Under The Contract Are New, Unused, Of The Most Recent Or Current Models, And That They Incorporate All Recent Improvements In Design And Materials, Except When The Technical Specifications Required By The Procuring Entity Provides Otherwise. 17.2 The Supplier Further Warrants That All Goods Supplied Under This Contract Shall Have No Defect, Arising From Design, Materials, Or Workmanship Or From Any Act Or Omission Of The Supplier That May Develop Under Normal Use Of The Supplied Goods In The Conditions Prevailing In The Country Of Final Destination. 17.3 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier For A Minimum Period Specified In The Scc. The Obligation For The Warranty Shall Be Covered By, At The Supplier’s Option, Either Retention Money In An Amount Equivalent To At Least One Percent (1%) Of Every Progress Payment, Or A Special Bank Guarantee Equivalent To At Least One Percent (1%) Of The Contract Price Or Other Such Amount If So Specified In Thescc. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Specified In The Scc; Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under This Contract Have Been Fully Met. 17.4 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Within The Period Specified In The Scc And With All Reasonable Speed, Repair Or Replace The Defective Goods Or Parts Thereof, Without Cost To The Procuring Entity 17.5 If The Supplier, Having Been Notified, Fails To Remedy The Defect(s) Within The Period Specified In Gcc Clause 17.4, The Procuring Entity May Proceed To Take Such Remedial Action As May Be Necessary, At The Supplier’s Risk And Expense And Without Prejudice To Any Other Rights Which The Procuring Entity May Have Against The Supplier Under The Contract And Under The Applicable Law 18 Delays In The Supplier’s Performance 18.1 Delivery Of The Goods And/or Performance Of Services Shall Be Made By The Supplier In Accordance With The Time Schedule Prescribed By The Procuring Entity In Section Vi – Schedule Of Requirements. 18.2 If At Any Time During The Performance Of This Contract, The Supplier Or Its Subcontractor(s) Should Encounter Conditions Impeding Timely Delivery Of The Goods And/or Performance Of Services, The Supplier Shall Promptly Notify The Procuring Entity In Writing Of The Fact Of The Delay, Its Likely Duration And Its Cause(s). As Soon As Practicable After Receipt Of The Supplier’s Notice, And Upon Causes Provided For Under Gcc Clause 22, The Procuring Entity Shall Evaluate The Situation And May Extend The Supplier’s Time For Performance, In Which Case The Extension Shall Be Ratified By The Parties By Amendment Of Contract. 18.3 Except As Provided Under Gcc Clause 22, A Delay By The Supplier In The Performance Of Its Obligations Shall Render The Supplier Liable To The Imposition Of Liquidated Damages Pursuant To Gcc Clause 19, Unless An Extension Of Time Is Agreed Upon Pursuant To Gcc Clause 29 Without The Application Of Liquidated Damages. 19. Liquidated Damages Subject To Gcc Clause 18 And 22, If The Supplier Fails To Satisfactorily Deliver Any Or All Of The Goods And/or To Perform The Services Within The Period(s) Specified In This Contract Inclusive Of Duly Granted Time Extensions If Any, The Procuring Entity Shall, Without Prejudice To Its Other Remedies Under This Contract And Under The Applicable Law, Deduct From The Contract Price, As Liquidated Damages, A Sum Equivalent To The Percentage Specified In Thescc Of The Delivered Price Of The Delayed Goods Or Unperformed Services For Each Week Or Part Thereof Of Delay Until Actual Delivery Or Performance, Up To A Maximum Deduction Of The Percentage Specified In The Scc. Once The Maximum Is Reached, The Procuring Entity Shall Rescind The Contract Pursuant To Gcc Clause 23, Without Prejudice To Other Courses Of Action And Remedies Open To It. 20. Settlement Of Disputes 20.1 If Any Dispute Or Difference Of Any Kind Whatsoever Shall Arise Between The Procuring Entity And The Supplier In Connection With Or Arising Out Of This Contract, The Parties Shall Make Every Effort To Resolve Amicably Such Dispute Or Difference By Mutual Consultation. 20.2 If After Thirty (30) Days, The Parties Have Failed To Resolve Their Dispute Or Difference By Such Mutual Consultation, Then Either The Procuring Entity Or The Supplier May Give Notice To The Other Party Of Its Intention To Commence Arbitration, As Hereinafter Provided, As To The Matter In Dispute, And No Arbitration In Respect Of This Matter May Be Commenced Unless Such Notice Is Given. 20.3 Any Dispute Or Difference In Respect Of Which A Notice Of Intention To Commence Arbitration Has Been Given In Accordance With This Clause Shall Be Settled By Arbitration. Arbitration May Be Commenced Prior To Or After Delivery Of The Goods Under This Contract. 20.4 Arbitration Proceedings Shall Be Conducted In Accordance With The Rules Of Procedure Specified In The Scc. 20.5 Notwithstanding Any Reference To Arbitration Herein, The Parties Shall Continue To Perform Their Respective Obligations Under The Contract Unless They Otherwise Agree; And The Procuring Entity Shall Pay The Supplier Any Monies Due The Supplier. 21 Liability Of The Supplier 21.1 Subject To Additional Provisions, If Any, Set Forth In The Scc, The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. 21.2 Except In Cases Of Criminal Negligence Or Willful Misconduct, And In The Case Of Infringement Of Patent Rights, If Applicable, The Aggregate Liability Of The Supplier To The Procuring Entity Shall Not Exceed The Total Contract Price, Provided That This Limitation Shall Not Apply To The Cost Of Repairing Or Replacing Defective Equipment. 22. Force Majeure 22.1 The Supplier Shall Not Be Liable For Forfeiture Of Its Performance Security, Liquidated Damages, Or Termination For Default If And To The Extent That Its Delay In Performance Or Other Failure To Perform Its Obligations Under The Contract Is The Result Of A Force Majeure. 22.2 For Purposes Of This Contract The Terms “force Majeure” And “fortuitous Event” May Be Used Interchangeably. In This Regard, A Fortuitous Event Or Force Majeure Shall Be Interpreted To Mean An Event Which The Contractor Could Not Have Foreseen, Or Which Though Foreseen, Was Inevitable. It Shall Not Include Ordinary Unfavorable Weather Conditions; And Any Other Cause The Effects Of Which Could Have Been Avoided With The Exercise Of Reasonable Diligence By The Contractor. 22.3 If A Force Majeure Situation Arises, The Supplier Shall Promptly Notify The Procuring Entity In Writing Of Such Condition And The Cause Thereof. Unless Otherwise Directed By The Procuring Entity In Writing, The Supplier Shall Continue To Perform Its Obligations Under The Contract As Far As Is Reasonably Practical, And Shall Seek All Reasonable Alternative Means For Performance Not Prevented By The Force Majeure. 23. Termination For Default 23.1 The Procuring Entity Shall Terminate This Contract For Default When Any Of The Following Conditions Attends Its Implementation. (a) Outside Of Force Majeure, The Supplier Fails To Deliver Or Perform Any Or All Of The Goods Within The Period(s) Specified In The Contract, Or Within Any Extension Thereof Granted By The Procuring Entity Pursuant To A Request Made By The Supplier Prior To The Delay, And Such Failure Amounts To At Least Ten Percent (10%) Of The Contact Price; (b) As A Result Of Force Majeure, The Supplier Is Unable To Deliver Or Perform Any Or All Of The Goods, Amounting To At Least Ten Percent (10%) Of The Contract Price, For A Period Of Not Less Than Sixty (60) Calendar Days After Receipt Of The Notice From The Procuring Entity Stating That The Circumstance Of Force Majeure Is Deemed To Have Ceased; Or (c) The Supplier Fails To Perform Any Other Obligation Under The Contract.. 23.2 In The Event The Procuring Entity Terminates This Contract In Whole Or In Part, For Any Of The Reasons Provided Under Gcc Clauses 23 To 26, The Procuring Entity May Procure, Upon Such Terms And In Such Manner As It Deems Appropriate, Goods Or Services Similar To Those Undelivered, And The Supplier Shall Be Liable To The Procuring Entity For Any Excess Costs For Such Similar Goods Or Services. However, The Supplier Shall Continue Performance Of This Contract To The Extent Not Terminated. 23.3 In Case The Delay In The Delivery Of The Goods And/or Performance Of The Services Exceeds A Time Duration Equivalent To Ten Percent (10%) Of The Specified Contract Time Plus Any Time Extension Duly Granted To The Supplier, The Procuring Entity May Terminate This Contract, Forfeit The Supplier's Performance Security And Award The Same To A Qualified Supplier. 24. Termination For Insolvency The Procuring Entity Shall Terminate This Contract If The Supplier Is Declared Bankrupt Or Insolvent As Determined With Finality By A Court Of Competent Jurisdiction. In This Event, Termination Will Be Without Compensation To The Supplier, Provided That Such Termination Will Not Prejudice Or Affect Any Right Of Action Or Remedy Which Has Accrued Or Will Accrue Thereafter To The Procuring Entity And/or The Supplier. 25. Termination For Convenience 25.1 The Procuring Entity May Terminate This Contract, In Whole Or In Part, At Any Time For Its Convenience. The Head Of The Procuring Entity May Terminate A Contract For The Convenience Of The Government If He Has Determined The Existence Of Conditions That Make Project Implementation Economically, Financially Or Technically Impractical And/or Unnecessary, Such As, But Not Limited To, Fortuitous Event(s) Or Changes In Law And National Government Policies. 25.2 The Goods That Have Been Delivered And/or Performed Or Are Ready For Delivery Or Performance Within Thirty (30) Calendar Days After The Supplier’s Receipt Of Notice To Terminate Shall Be Accepted By The Procuring Entity At The Contract Terms And Prices. For Goods Not Yet Performed And/or Ready For Delivery, The Procuring Entity May Elect: (a) To Have Any Portion Delivered And/or Performed And Paid At The Contract Terms And Prices; And/or (b) To Cancel The Remainder And Pay To The Supplier An Agreed Amount For Partially Completed And/or Performed Goods And For Materials And Parts Previously Procured By The Supplier. 25.3 If The Supplier Suffers Loss In Its Initial Performance Of The Terminated Contract, Such As Purchase Of Raw Materials For Goods Specially Manufactured For The Procuring Entity Which Cannot Be Sold In Open Market, It Shall Be Allowed To Recover Partially From This Contract, On A Quantum Meruit Basis. Before Recovery May Be Made, The Fact Of Loss Must Be Established Under Oath By The Supplier To The Satisfaction Of The Procuring Entity Before Recovery May Be Made. 26. Termination For Unlawful Acts 26.1 The Procuring Entity May Terminate This Contract In Case It Is Determined Prima Facie That The Supplier Has Engaged, Before Or During The Implementation Of This Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation. Unlawful Acts Include, But Are Not Limited To, The Following: (a) Corrupt, Fraudulent, And Coercive Practices As Defined In Itb Clause 3.1(a); (b) Drawing Up Or Using Forged Documents; (c) Using Adulterated Materials, Means Or Methods, Or Engaging In Production Contrary To Rules Of Science Or The Trade; And (d) Any Other Act Analogous To The Foregoing. 27. Procedures For Termination Of Contracts 27.1 The Following Provisions Shall Govern The Procedures For Termination Of This Contract: (a) Upon Receipt Of A Written Report Of Acts Or Causes Which May Constitute Ground(s) For Termination As Aforementioned, Or Upon Its Own Initiative, The Implementing Unit Shall, Within A Period Of Seven (7) Calendar Days, Verify The Existence Of Such Ground(s) And Cause The Execution Of A Verified Report, With All Relevant Evidence Attached; (b) Upon Recommendation By The Implementing Unit, The Head Of The Procuring Entity Shall Terminate This Contract Only By A Written Notice To The Supplier Conveying The Termination Of This Contract. The Notice Shall State: (i) That This Contract Is Being Terminated For Any Of The Ground(s) Afore-mentioned, And A Statement Of The Acts That Constitute The Ground(s) Constituting The Same; (ii) The Extent Of Termination, Whether In Whole Or In Part; (iii) An Instruction To The Supplier To Show Cause As To Why This Contract Should Not Be Terminated; (iv) Special Instructions Of The Procuring Entity, If Any. (c) The Notice To Terminate Shall Be Accompanied By A Copy Of The Verified Report; (d) Within A Period Of Seven (7) Calendar Days From Receipt Of The Notice Of Termination, The Supplier Shall Submit To The Head Of The Procuring Entity A Verified Position Paper Stating Why This Contract Should Not Be Terminated. If The Supplier Fails To Show Cause After The Lapse Of The Seven (7) Day Period, Either By Inaction Or By Default, The Head Of The Procuring Entity Shall Issue An Order Terminating This Contract; (e) The Procuring Entity May, At Anytime Before Receipt Of The Supplier’s Verified Position Paper To Withdraw The Notice To Terminate If It Is Determined That Certain Items Or Works Subject Of The Notice Had Been Completed, Delivered, Or Performed Before The Supplier’s Receipt Of The Notice; (f) Within A Non-extendible Period Of Ten (10) Calendar Days From Receipt Of The Verified Position Paper, The Head Of The Procuring Entity Shall Decide Whether Or Not To Terminate This Contract. It Shall Serve A Written Notice To The Supplier Of Its Decision And, Unless Otherwise Provided, This Contract Is Deemed Terminated From Receipt Of The Supplier Of The Notice Of Decision. The Termination Shall Only Be Based On The Ground(s) Stated In The Notice To Terminate; (g) The Head Of The Procuring Entity May Create A Contract Termination Review Committee (ctrc) To Assist Him In The Discharge Of This Function. All Decisions Recommended By The Ctrc Shall Be Subject To The Approval Of The Head Of The Procuring Entity; And (h) The Supplier Must Serve A Written Notice To The Procuring Entity Of Its Intention To Terminate The Contract At Least Thirty (30) Calendar Days Before Its Intended Termination. The Contract Is Deemed Terminated If It Is Not Resumed In Thirty (30) Calendar Days After The Receipt Of Such Notice By The Procuring Entity. 28. Assignment Of Rights The Supplier Shall Not Assign His Rights Or Obligations Under This Contract, In Whole Or In Part, Except With The Procuring Entity’s Prior Written Consent. 29. Contract Amendment Subject To Applicable Laws, No Variation In Or Modification Of The Terms Of This Contract Shall Be Made Except By Written Amendment Signed By The Parties. 30. Application These General Conditions Shall Apply To The Extent That They Are Not Superseded By Provisions Of Other Parts Of This Contract. Section V – Special Conditions Of Contract Scc Clause 1.1(g) The Procuring Entity Is The Local Government Of Badiangan, Iloilo. 1.1(i) The Supplier Is ________________________________. 1.1(j) The Funding Source Is Through The General Fund Of The Local Government Of Badiangan, Iloilo. The Total Approved Budget For The Contract Is Eight Hundred Six Thousand Seven Hundred Eighty Pesos And Fifty Four Centavos Only ( Ᵽ806,780.54) 1.1(k) The Project Site Or The Delivery Of The Goods Shall Be At The Municipal Hall, Badiangan, Iloilo. 5.1 The Procuring Entity’s Address For Notices Is: Atty. Suzette A. Mamon Municipal Mayor Badiangan Municipal Hall R.c. Tabiana St., Poblacion, Badiangan, Iloilo 5033 Tel. No: Mayor’s Office (033-320-0807) 6.2 The Additional Requirements For The Completion Of This Contract Are As Follows: Delivery And Documents - For Purposes Of The Contract(s), “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of The Contract(s) Shall Be As Follows: For Domestic Suppliers, “the Delivery Terms Applicable To This Contract Are Delivered To The Municipal Hall, Badiangan, Iloilo. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi – Schedule Of Requirements. The Details Of Shipping And/or Other Documents To Be Furnished By The Supplier Are As Follows: Upon Delivery Of Goods To The Project Site, The Supplier Shall Notify The Procuring Entity And Present The Following Documents To The Procuring Entity: (i) Original And Four Copies Of The Supplier’s Invoice Showing Goods’ Description, Quantity, Unit Price, And Total Amount; (ii) Original And Four Copies Delivery Receipt/note, Railway Receipt Or Truck Receipt; (iii) Original Supplier’s Factory Inspection Report; (iv) Original And Four Copies Of The Manufacturer’s And/or Supplier’s Warranty Certificate; (v) Original And Four Copies Of The Certificate Of Origin (for Imported Goods); (vi) Delivery Receipt Detailing Number And Description Of Items Received Signed By The Authorized Receiving Personnel; (vii) Certificate Of Acceptance/inspection Report Signed By The Procuring Entity’s Representative At The Project Site; And (viii) Four Copies Of The Invoice Receipt For Property Signed By The Procuring Entity’s Representative At The Project Site. For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Mrs. Elenor G. Navio, Private Secretary I/ Supply Officer Iii, Badiangan, Iloilo. Incidental Services - The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi – Schedule Of Requirements. (a) Performance Or Supervision Of On-site Assembly And/or Start Up Of The Supplied Goods; (b) Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; (c) Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; (d) Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And (e) Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Insurance – The Goods Supplied Under This Contract Shall Be Fully Insured By The Supplier In A Freely Convertible Currency Against Loss Or Damage Incidental To Manufacture Or Acquisition, Transportation, Storage, And Delivery. The Goods Remain At The Risk And Title Of The Supplier Until Their Final Acceptance By The Procuring Entity. Transportation - Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure In Accordance With Gcc Clause 22. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Patent Rights - The Supplier Shall Indemnify The Procuring Entity Against All Third Party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 9 Bid Prices Are Considered Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances And Upon Prior Approval Of The Gppb In Accordance With Section 61 Of R.a. 9184 And Its Irr-a. 10.1 No Further Instructions. 10.4 No Further Instructions. 13.1 No Further Instructions. 13.4 No Further Instructions. 13.4 (c) No Further Instructions. 16.1 The Inspection And Test That Will Be Conducted Is Physical Inspection. 17.3 The Goods Shall Have A Warranty Period Of Three (3) Months After Acceptance By The Procuring Entity Of The Delivered Goods Or After The Goods Are Consumed Whichever Is Earlier. 17.4 & 17.5 The Period For Correction Of Defects In The Warranty Period Is Seven (7) Calendar Days From Either Verbal Or Written Notification. 19 The Applicable Rate Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 20.4 In The Case Of A Dispute Between The Procuring Entity And The Supplier, The Dispute Shall Be Resolved In Accordance With Republic Act 9285 (“r.a. 9285”), Otherwise Known As The “alternative Dispute Resolution Act Of 2004.” 21.1 No Additional Provisions. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Days/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site Item No. Description Quantity Total Delivered, Days/months 1. Air Freshener, Big (320ml) 73 Bots. 73 Bots. 30 Calendar Days Upon Receipt Of P.o. 2. Air Freshener, Big (70g) 64 Cans. 64 Cans. 30 Calendar Days Upon Receipt Of P.o. 3. Alcohol, Ethyl, 1 Gallon 1 Gallon 1 Gallon 30 Calendar Days Upon Receipt Of P.o. 4. Alcohol, Ethyl, 500ml 50 Bottle 50 Bottle 30 Calendar Days Upon Receipt Of P.o. 5. Soft Broom 6 Pcs. 6 Pcs. 30 Calendar Days Upon Receipt Of P.o. 6. Ballpen, Black (0.5) 749 Pcs. 749 Pcs. 30 Calendar Days Upon Receipt Of P.o. 7. Ballpen, Blue (0.5) 331 Pcs. 331 Pcs. 30 Calendar Days Upon Receipt Of P.o. 8. Ballpen, Red (0.5) 109 Pcs. 109 Pcs. 30 Calendar Days Upon Receipt Of P.o. 9. Battery, Aa 80 Pcs. 80 Pcs. 30 Calendar Days Upon Receipt Of P.o. 10. Battery, Aaa 73 Pcs. 73 Pcs. 30 Calendar Days Upon Receipt Of P.o. 11. Binding Stapler (40 Sheets) 1 Unit 1 Unit 30 Calendar Days Upon Receipt Of P.o. 12. Bondpaper A3, Sub 20 11 Reams 11 Reams 30 Calendar Days Upon Receipt Of P.o. 13. Bondpaper A4, Sub 20 150 Reams 150 Reams 30 Calendar Days Upon Receipt Of P.o. 14. Bondpaper, Sub 16, Long (8 1/2 X 13) 31 Reams 31 Reams 30 Calendar Days Upon Receipt Of P.o. 15. Bondpaper, Sub 16, Short (8 1/2 X 11) 30 Reams 30 Reams 30 Calendar Days Upon Receipt Of P.o. 16. Bondpaper, Sub 20, Long (8 1/2 X 13) 518 Reams 518 Reams 30 Calendar Days Upon Receipt Of P.o. 17. Bondpaper, Sub 20, Short (8 1/2 X 11) 433 Reams 433 Reams 30 Calendar Days Upon Receipt Of P.o. 18. Broom (walis Tambo) 4 Pcs. 4 Pcs. 30 Calendar Days Upon Receipt Of P.o. 19. Broom (walis Ting-ting) 6 Pcs. 6 Pcs. 30 Calendar Days Upon Receipt Of P.o. 20. Brown Envelop, Long 527 Pcs. 527 Pcs. 30 Calendar Days Upon Receipt Of P.o. 21. Brown Envelop, Short 607 Pcs. 607 Pcs. 30 Calendar Days Upon Receipt Of P.o. 22. Brown Kraft Paper Bag With Twine (small) 50 Pcs. 50 Pcs. 30 Calendar Days Upon Receipt Of P.o. 23. Brown Kraft Paper Bag With Twine (medium) 50 Pcs. 50 Pcs. 30 Calendar Days Upon Receipt Of P.o. 24. Brown Kraft Paper Bag With Twine (large) 50 Pcs. 50 Pcs. 30 Calendar Days Upon Receipt Of P.o. 25. Calculator Scientific 1 Unit 1 Unit 30 Calendar Days Upon Receipt Of P.o. 26. Calculator, 12 Digits 17 Unit 17 Unit 30 Calendar Days Upon Receipt Of P.o. 27. Cash Book, Cash In Treasury 4 Pcs. 4 Pcs. 30 Calendar Days Upon Receipt Of P.o. 28. Cellophane Tape 1/2' 3 Rolls 3 Rolls 30 Calendar Days Upon Receipt Of P.o. 29. Cellophane Tape 2” 9 Rolls 9 Rolls 30 Calendar Days Upon Receipt Of P.o. 30. Cellophane Tape 1” 7 Rolls 7 Rolls 30 Calendar Days Upon Receipt Of P.o. 31. Certificate Holder, Long (8 1/2 X 13) 45 Pcs. 45 Pcs. 30 Calendar Days Upon Receipt Of P.o. 32. Certificate Holder, Short (8 1/2 X 11) 55 Pcs. 55 Pcs. 30 Calendar Days Upon Receipt Of P.o. 33. Certificate Holder 8.5 X 11 10 Pcs. 10 Pcs. 30 Calendar Days Upon Receipt Of P.o. 34. Certificate Frame (8 1/2 X 11) 10 Pcs. 10 Pcs. 30 Calendar Days Upon Receipt Of P.o. 35. Cleaner, Toilet And Urinal 1 Bottle 1 Bottle 30 Calendar Days Upon Receipt Of P.o. 36. Clear File Folder (refillable), Long 3 Pcs. 3 Pcs. 30 Calendar Days Upon Receipt Of P.o. 37. Clearbook, Legal 10 Pcs. 10 Pcs. 30 Calendar Days Upon Receipt Of P.o. 38. Clip, Backfold, 25mm 1 Box 1 Box 30 Calendar Days Upon Receipt Of P.o. 39. Clip, Backfold, 50mm 2 Box 2 Box 30 Calendar Days Upon Receipt Of P.o. 40. Computer Ink Hp680, Black 3 Bots. 3 Bots. 30 Calendar Days Upon Receipt Of P.o. 41. Computer Ink Hp680, Colored 3 Bots. 3 Bots. 30 Calendar Days Upon Receipt Of P.o. 42. Computer Ink Hp704, Black 1 Bots. 1 Bots. 30 Calendar Days Upon Receipt Of P.o. 43. Computer Ink Hp704, Colored 1 Bots. 1 Bots. 30 Calendar Days Upon Receipt Of P.o. 44. Computer Ink, 001, Black 6 Bots. 6 Bots. 30 Calendar Days Upon Receipt Of P.o. 45. Computer Ink, 001, Cyan 3 Bots. 3 Bots. 30 Calendar Days Upon Receipt Of P.o. 46. Computer Ink, 001, Magenta 3 Bots. 3 Bots. 30 Calendar Days Upon Receipt Of P.o. 47. Computer Ink, 001, Yellow 3 Bots. 3 Bots. 30 Calendar Days Upon Receipt Of P.o. 48. Computer Ink, 003, Black 90 Bots. 90 Bots. 30 Calendar Days Upon Receipt Of P.o. 49. Computer Ink, 003, Cyan 42 Bots. 42 Bots. 30 Calendar Days Upon Receipt Of P.o. 50. Computer Ink, 003, Magenta 42 Bots. 42 Bots. 30 Calendar Days Upon Receipt Of P.o. 51. Computer Ink, 003, Yellow 42 Bots. 42 Bots. 30 Calendar Days Upon Receipt Of P.o. 52. Computer Ink, Bt 5000, Cyan 9 Bots. 9 Bots. 30 Calendar Days Upon Receipt Of P.o. 53. Computer Ink, Bt 5000, Magenta 9 Bots. 9 Bots. 30 Calendar Days Upon Receipt Of P.o. 54. Computer Ink, Bt 5000, Yellow 9 Bots. 9 Bots. 30 Calendar Days Upon Receipt Of P.o. 55. Computer Ink, Bt D60, Black 14 Bots. 14 Bots. 30 Calendar Days Upon Receipt Of P.o. 56. Computer Ink, Gt51, Black 1 Bots. 1 Bots. 30 Calendar Days Upon Receipt Of P.o. 57. Computer Ink, Gt52, Cyan 2 Bots. 2 Bots. 30 Calendar Days Upon Receipt Of P.o. 58. Computer Ink, Gt53, Magenta 2 Bots. 2 Bots. 30 Calendar Days Upon Receipt Of P.o. 59. Computer Ink, Gt54, Yellow 2 Bots. 2 Bots. 30 Calendar Days Upon Receipt Of P.o. 60. Computer Ink, T6641 (black) 60 Bots. 60 Bots. 30 Calendar Days Upon Receipt Of P.o. 61. Computer Ink, T6642 (cyan) 11 Bots. 11 Bots. 30 Calendar Days Upon Receipt Of P.o. 62. Computer Ink, T6643 (magenta) 11 Bots. 11 Bots. 30 Calendar Days Upon Receipt Of P.o. 63. Computer Ink, T6644 (yellow) 11 Bots. 11 Bots. 30 Calendar Days Upon Receipt Of P.o. 64. Computer Ink, 790 (black) 5 Bots. 5 Bots. 30 Calendar Days Upon Receipt Of P.o. 65. Computer Ink, 790 (cyan) 1 Bots. 1 Bots. 30 Calendar Days Upon Receipt Of P.o. 66. Computer Ink, 790 (yellow) 1 Bots. 1 Bots. 30 Calendar Days Upon Receipt Of P.o. 67. Computer Ink, 790 (magenta) 1 Bots. 1 Bots. 30 Calendar Days Upon Receipt Of P.o. 68. Computer Keyboard 2 Pcs. 2 Pcs. 30 Calendar Days Upon Receipt Of P.o. 69. Computer Mouse 3 Pcs. 3 Pcs. 30 Calendar Days Upon Receipt Of P.o. 70. Computer Mouse And Keyboard (wireless) 2 Set 2 Set 30 Calendar Days Upon Receipt Of P.o. 71. Cork Board 4' X 4' 1 Pcs. 1 Pcs. 30 Calendar Days Upon Receipt Of P.o. 72. Correction Fluid Pen 27 Pcs. 27 Pcs. 30 Calendar Days Upon Receipt Of P.o. 73. Correction Tape 158 Piece 158 Piece 30 Calendar Days Upon Receipt Of P.o. 74. Corrugated Legal Size Filing Box 10 Pc. 10 Pc. 30 Calendar Days Upon Receipt Of P.o. 75. Cotton Zipper Envelop, Long 3 Pcs. 3 Pcs. 30 Calendar Days Upon Receipt Of P.o. 76. Colored Paper, A4 (yellow) 100's 1 Packs 1 Packs 30 Calendar Days Upon Receipt Of P.o. 77. Colored Paper, A4 (green) 100's 1 Packs 1 Packs 30 Calendar Days Upon Receipt Of P.o. 78. Colored Paper, A4 (pink) 100's 1 Packs 1 Packs 30 Calendar Days Upon Receipt Of P.o. 79. Colored Paper, A4 (blue) 100's 1 Packs 1 Packs 30 Calendar Days Upon Receipt Of P.o. 80. Cutter ( Plastic), Small 29 Pcs. 29 Pcs. 30 Calendar Days Upon Receipt Of P.o. 81. Cutter (heavy Duty, Metal), Big 2 Pcs. 2 Pcs. 30 Calendar Days Upon Receipt Of P.o. 82. Cutter Blade, Big, 12s 8 Pcs. 8 Pcs. 30 Calendar Days Upon Receipt Of P.o. 83. Data Folder 18 Pcs. 18 Pcs. 30 Calendar Days Upon Receipt Of P.o. 84. Detergent Powder, All-purpose (500grams) 11 Pouch 11 Pouch 30 Calendar Days Upon Receipt Of P.o. 85. Disinfectant Spray 170g 8 Pcs. 8 Pcs. 30 Calendar Days Upon Receipt Of P.o. 86. Disinfectant Spray, Aerosol, 400g (min) 3 Can 3 Can 30 Calendar Days Upon Receipt Of P.o. 87. Door Mat (rubber) 2 Pcs. 2 Pcs. 30 Calendar Days Upon Receipt Of P.o. 88. Double Adhesive Tape 5 Rolls 5 Rolls 30 Calendar Days Upon Receipt Of P.o. 89. Double Sided Tape 13 Rolls 13 Rolls 30 Calendar Days Upon Receipt Of P.o. 90. Double Sided Tape 1/2" 5 Rolls 5 Rolls 30 Calendar Days Upon Receipt Of P.o. 91. Double Sided Tape 3/4" 7 Rolls 7 Rolls 30 Calendar Days Upon Receipt Of P.o. 92. Duct Tape 2 Rolls 2 Rolls 30 Calendar Days Upon Receipt Of P.o. 93. Dust Pan (plastic) 3 Piece 3 Piece 30 Calendar Days Upon Receipt Of P.o. 94. Electrical Tape, Small 2 Rolls 2 Rolls 30 Calendar Days Upon Receipt Of P.o. 95. Envelop Plastic, Long 322 Pcs. 322 Pcs. 30 Calendar Days Upon Receipt Of P.o. 96. Envelop Plastic, Short 139 Pcs. 139 Pcs. 30 Calendar Days Upon Receipt Of P.o. 97. Envelop, Expanding, Plastic 20 Pcs. 20 Pcs. 30 Calendar Days Upon Receipt Of P.o. 98. Eraser, Big 39 Pcs. 39 Pcs. 30 Calendar Days Upon Receipt Of P.o. 99. Eraser, Rubber, Small 2 Pcs. 2 Pcs. 30 Calendar Days Upon Receipt Of P.o. 100. Expanded Envelop, Brown, Long 59 Pcs. 59 Pcs. 30 Calendar Days Upon Receipt Of P.o. 101. Expanded Envelop, Long 153 Pcs. 153 Pcs. 30 Calendar Days Upon Receipt Of P.o. 102. Expanded Folder Transparent, Long With Slide 60 Pcs. 60 Pcs. 30 Calendar Days Upon Receipt Of P.o. 103. Expanded Folder Transparent, Short With Slide 55 Pcs. 55 Pcs. 30 Calendar Days Upon Receipt Of P.o. 104. Expanded Folder, Long, Thick Green 250 Pcs. 250 Pcs. 30 Calendar Days Upon Receipt Of P.o. 105. External Hard Disc 1 Tb 1 Unit 1 Unit 30 Calendar Days Upon Receipt Of P.o. 106. Fastener, Metal 1 Box 1 Box 30 Calendar Days Upon Receipt Of P.o. 107. Fastener, Plastic 41 Boxes 41 Boxes 30 Calendar Days Upon Receipt Of P.o. 108. Feather Duster 5 Pcs. 5 Pcs. 30 Calendar Days Upon Receipt Of P.o. 109. Filing Box, Long With Cover 23 Pcs. 23 Pcs. 30 Calendar Days Upon Receipt Of P.o. 110. Filing Tray, 3 Layer 3 Pcs. 3 Pcs. 30 Calendar Days Upon Receipt Of P.o. 111. Filing Box, 4" 19 Pcs. 19 Pcs. 30 Calendar Days Upon Receipt Of P.o. 112. Fiing Folder, Long (green) 45 Pcs. 45 Pcs. 30 Calendar Days Upon Receipt Of P.o. 113. Filing Folder, Long (white) 1455 Pcs. 1455 Pcs. 30 Calendar Days Upon Receipt Of P.o. 114. Filing Folder, Short 353 Pcs. 353 Pcs. 30 Calendar Days Upon Receipt Of P.o. 115. Flash Drive (usb) 16gb 6 Pcs. 6 Pcs. 30 Calendar Days Upon Receipt Of P.o. 116. Flash Drive (usb) 32gb 11 Pcs. 11 Pcs. 30 Calendar Days Upon Receipt Of P.o. 117. Flash Drive (usb) 64gb 5 Pcs. 5 Pcs. 30 Calendar Days Upon Receipt Of P.o. 118. Flash Drive (usb) 8gb 4 Pcs. 4 Pcs. 30 Calendar Days Upon Receipt Of P.o. 119. Flat File Clip/ Fastener 6 Boxes 6 Boxes 30 Calendar Days Upon Receipt Of P.o. 120. Folder, Board, Long 20 Pcs. 20 Pcs. 30 Calendar Days Upon Receipt Of P.o. 121. Furniture Spray 320ml 36 Can 36 Can 30 Calendar Days Upon Receipt Of P.o. 122. Garbage Bag, (100's), Xl 14 Packs 14 Packs 30 Calendar Days Upon Receipt Of P.o. 123. Glass Cleaner 500ml 31 Pcs. 31 Pcs. 30 Calendar Days Upon Receipt Of P.o. 124. Glass Wiper 7 Pcs. 7 Pcs. 30 Calendar Days Upon Receipt Of P.o. 125. Glue Gun (small) 3 Pcs. 3 Pcs. 30 Calendar Days Upon Receipt Of P.o. 126. Glue Stick (small) 10 Pcs. 10 Pcs. 30 Calendar Days Upon Receipt Of P.o. 127. Glue, Multi-purpose 100g 20 Jar 20 Jar 30 Calendar Days Upon Receipt Of P.o. 128. Hand Soap, Liquid, 500ml 2 Bottle 2 Bottle 30 Calendar Days Upon Receipt Of P.o. 129. Insect Spray 320ml 2 Can 2 Can 30 Calendar Days Upon Receipt Of P.o. 130. Laminating Film (100pcs.) 1 Pack 1 Pack 30 Calendar Days Upon Receipt Of P.o. 131. Mailing Envelop, 6 3/4 (500's) 4 Boxes 4 Boxes 30 Calendar Days Upon Receipt Of P.o. 132. Mailing Envelop, 9 1/2 (500's) 4 Boxes 4 Boxes 30 Calendar Days Upon Receipt Of P.o. 133. Marker (pink, Yellow, Green) 25 Boxes 25 Boxes 30 Calendar Days Upon Receipt Of P.o. 134. Marker, Permanent, Black 3 Piece 3 Piece 30 Calendar Days Upon Receipt Of P.o. 135. Marker, Whiteboard, Black 3 Piece 3 Piece 30 Calendar Days Upon Receipt Of P.o. 136. Masking Tape 1” 14 Rolls 14 Rolls 30 Calendar Days Upon Receipt Of P.o. 137. Masking Tape 2” 20 Rolls 20 Rolls 30 Calendar Days Upon Receipt Of P.o. 138. Memo Sticky Note (1/2") 1 Pads 1 Pads 30 Calendar Days Upon Receipt Of P.o. 139. Mop Bucket, Heavy Duty, Hard Plastic 1 Pc. 1 Pc. 30 Calendar Days Upon Receipt Of P.o. 140. Mop With Spinner 1 Pc. 1 Pc. 30 Calendar Days Upon Receipt Of P.o. 141. Morocco Board, 8 1/2 X 13, Red, 100's 1 Packs 1 Packs 30 Calendar Days Upon Receipt Of P.o. 142. Morocco Board, 8 1/2 X 11, White, 100's 1 Packs 1 Packs 30 Calendar Days Upon Receipt Of P.o. 143. Morocco Board, 8 1/2 X 13, White, 100's 1 Packs 1 Packs 30 Calendar Days Upon Receipt Of P.o. 144. Morocco Board, A4, Red, 100's 1 Packs 1 Packs 30 Calendar Days Upon Receipt Of P.o. 145. Mouse Pad 12 Pcs. 12 Pcs. 30 Calendar Days Upon Receipt Of P.o. 146. Multi-colored Paper, A4 (100's) 2 Packs 2 Packs 30 Calendar Days Upon Receipt Of P.o. 147. Note Pad,stick On, 3" X 3" 7 Pads 7 Pads 30 Calendar Days Upon Receipt Of P.o. 148. Packing Tape 1", Transparent 2 Rolls 2 Rolls 30 Calendar Days Upon Receipt Of P.o. 149. Packing Tape 2” 5 Rolls 5 Rolls 30 Calendar Days Upon Receipt Of P.o. 150. Packing Tape 2”, Transparent 2 Rolls 2 Rolls 30 Calendar Days Upon Receipt Of P.o. 151. Paper Clamps (double Clip 1”) 17 Boxes 17 Boxes 30 Calendar Days Upon Receipt Of P.o. 152. Paper Clamps (double Clip 2”) 13 Boxes 13 Boxes 30 Calendar Days Upon Receipt Of P.o. 153. Paper Clip, 33mm (vinyl Coated) 43 Box 43 Box 30 Calendar Days Upon Receipt Of P.o. 154. Paper Clip, 50mm (vinyl Coated) 41 Box 41 Box 30 Calendar Days Upon Receipt Of P.o. 155. Paper Trimmer/cutting Machine, Table Top 1 Unit 1 Unit 30 Calendar Days Upon Receipt Of P.o. 156. Payroll (timebook And Payroll) 4 Pads 4 Pads 30 Calendar Days Upon Receipt Of P.o. 157. Pencil #1 4 Boxes 4 Boxes 30 Calendar Days Upon Receipt Of P.o. 158. Pencil #2 15 Boxes 15 Boxes 30 Calendar Days Upon Receipt Of P.o. 159. Pencil Sharpener Machine 2 Pcs. 2 Pcs. 30 Calendar Days Upon Receipt Of P.o. 160. Pentel Pen Ink, Black 2 Pcs. 2 Pcs. 30 Calendar Days Upon Receipt Of P.o. 161. Pentel Pen, Black, Broad 46 Pcs. 46 Pcs. 30 Calendar Days Upon Receipt Of P.o. 162. Pentel Pen, Black, Fine 13 Pcs. 13 Pcs. 30 Calendar Days Upon Receipt Of P.o. 163. Photo Paper A3, 50's 2 Packs 2 Packs 30 Calendar Days Upon Receipt Of P.o. 164. Photo Paper A4, 20's 33 Packs 33 Packs 30 Calendar Days Upon Receipt Of P.o. 165. Photo Sensitive Stamp Ink (black), 10ml 1 Bots. 1 Bots. 30 Calendar Days Upon Receipt Of P.o. 166. Plastic Envelop W/ Zipper & Handle, Long 7 Pcs. 7 Pcs. 30 Calendar Days Upon Receipt Of P.o. 167. Plastic Envelop W/ Zipper & Handle, Short 5 Pcs. 5 Pcs. 30 Calendar Days Upon Receipt Of P.o. 168. Post It Sign Here 5 Pads 5 Pads 30 Calendar Days Upon Receipt Of P.o. 169. Post It Sticker (3"x3" Assorted) 31 Packs 31 Packs 30 Calendar Days Upon Receipt Of P.o. 170. Puncher, Heavy Duty (75xl) 1 Pcs. 1 Pcs. 30 Calendar Days Upon Receipt Of P.o. 171. Push Pins,100's 4 Boxes 4 Boxes 30 Calendar Days Upon Receipt Of P.o. 172. Rack Organizer Sturdy 4 Sections Plastic Office File/ Document Desk Organizer 5 Unit 5 Unit 30 Calendar Days Upon Receipt Of P.o. 173. Record Book 300pp 38 Book 38 Book 30 Calendar Days Upon Receipt Of P.o. 174. Record Book 500pp 39 Book 39 Book 30 Calendar Days Upon Receipt Of P.o. 175. Red Padding Glue 500g 1 Btls. 1 Btls. 30 Calendar Days Upon Receipt Of P.o. 176. Ring Binder 1" 6 Pcs. 6 Pcs. 30 Calendar Days Upon Receipt Of P.o. 177. Ring Binder 1/2" 11 Pcs. 11 Pcs. 30 Calendar Days Upon Receipt Of P.o. 178. Ring Binder 3/4" 6 Pcs. 6 Pcs. 30 Calendar Days Upon Receipt Of P.o. 179. Ring Binder 1/4" 6 Pcs. 6 Pcs. 30 Calendar Days Upon Receipt Of P.o. 180. Rubber Band, Giant 9 Boxes 9 Boxes 30 Calendar Days Upon Receipt Of P.o. 181. Rubber Band, Small 7 Boxes 7 Boxes 30 Calendar Days Upon Receipt Of P.o. 182. Rubbing Alcohol 500ml 86 Bots. 86 Bots. 30 Calendar Days Upon Receipt Of P.o. 183. Ruler 12” 27 Pcs. 27 Pcs. 30 Calendar Days Upon Receipt Of P.o. 184. Sako Bag (big) 15 Pcs. 15 Pcs. 30 Calendar Days Upon Receipt Of P.o. 185. Scissor 10" (big) 18 Pcs. 18 Pcs. 30 Calendar Days Upon Receipt Of P.o. 186. Scotch Tape 1" 33 Rolls 33 Rolls 30 Calendar Days Upon Receipt Of P.o. 187. Scotch Tape 2" 19 Rolls 19 Rolls 30 Calendar Days Upon Receipt Of P.o. 188. Sign Pen, 0.5, Black 180 Pcs. 180 Pcs. 30 Calendar Days Upon Receipt Of P.o. 189. Sign Pen, 0.5, Blue 157 Pcs. 157 Pcs. 30 Calendar Days Upon Receipt Of P.o. 190. Signature Folder 1 Pcs. 1 Pcs. 30 Calendar Days Upon Receipt Of P.o. 191. Specialty Paper, A4 10's, Crème 7 Packs 7 Packs 30 Calendar Days Upon Receipt Of P.o. 192. Specialty Paper, A4 10's, Green 3 Packs 3 Packs 30 Calendar Days Upon Receipt Of P.o. 193. Specialty Paper, Long 12's (8 1/2 X 13"), Crème 50 Packs 50 Packs 30 Calendar Days Upon Receipt Of P.o. 194. Specialty Paper, Long 12's (8 1/2 X 13"), Green 13 Packs 13 Packs 30 Calendar Days Upon Receipt Of P.o. 195. Specialty Paper, Long 12's (8 1/2 X 11"), Green 1 Packs 1 Packs 30 Calendar Days Upon Receipt Of P.o. 196. Specialty Paper, Long 12's (8 1/2 X 11"), Crème 1 Packs 1 Packs 30 Calendar Days Upon Receipt Of P.o. 197. Specialty Paper, Short 20's (8 1/2 X 11") 23 Packs 23 Packs 30 Calendar Days Upon Receipt Of P.o. 198. Specialty Paper, Long 20's (8 1/2 X 13") 6 Packs 6 Packs 30 Calendar Days Upon Receipt Of P.o. 199. Specialty Paper, Short 12's (8 1/2 X 11") 3 Packs 3 Packs 30 Calendar Days Upon Receipt Of P.o. 200. Specialty Paper, Long 12's (8 1/2 X 13") 3 Packs 3 Packs 30 Calendar Days Upon Receipt Of P.o. 201. Stamping Pad Ink, Black 2 Pcs. 2 Pcs. 30 Calendar Days Upon Receipt Of P.o. 202. Stamping Pad Ink, Purple 8 Pcs. 8 Pcs. 30 Calendar Days Upon Receipt Of P.o. 203. Stamping Pad, 103 X 70mm 3 Pcs. 3 Pcs. 30 Calendar Days Upon Receipt Of P.o. 204. Stamping Pad, 118 X 81mm 7 Pcs. 7 Pcs. 30 Calendar Days Upon Receipt Of P.o. 205. Staple Wire #10, 12's 5 Boxes 5 Boxes 30 Calendar Days Upon Receipt Of P.o. 206. Staple Wire #35 63 Boxes 63 Boxes 30 Calendar Days Upon Receipt Of P.o. 207. Staple Wire No. 23/8 5 Boxes 5 Boxes 30 Calendar Days Upon Receipt Of P.o. 208. Staple Wire Remover 5 Boxes 5 Boxes 30 Calendar Days Upon Receipt Of P.o. 209. Staple Cartridge For Eh-70f 1 Box 1 Box 30 Calendar Days Upon Receipt Of P.o. 210. Stapler, #10 3 Boxes 3 Boxes 30 Calendar Days Upon Receipt Of P.o. 211. Stapler, #35 Hd – 50/50 R W/ Remover 14 Boxes 14 Boxes 30 Calendar Days Upon Receipt Of P.o. 212. Stick Glue (small) 16 Pcs. 16 Pcs. 30 Calendar Days Upon Receipt Of P.o. 213. Sticker Paper White, 20's (8 1/2 X 11) 14 Packs 14 Packs 30 Calendar Days Upon Receipt Of P.o. 214. Sticky Note 25x75mm 3 Pads Neon Color (assorted) 55 Pads 55 Pads 30 Calendar Days Upon Receipt Of P.o. 215. Subsidiary Ledger 500 Pcs. 500 Pcs. 30 Calendar Days Upon Receipt Of P.o. 216. Tape Dispenser, Big 1 Unit 1 Unit 30 Calendar Days Upon Receipt Of P.o. 217. Thumbtacks 7 Boxes 7 Boxes 30 Calendar Days Upon Receipt Of P.o. 218. Toilet Tissue Paper, 2 Ply (12's) 6 Pack 6 Pack 30 Calendar Days Upon Receipt Of P.o. 219. Trashbin, Swing Type, 11l 1 Pcs. 1 Pcs. 30 Calendar Days Upon Receipt Of P.o. 220. Typewritter Ribbon, Black 3 Pcs. 3 Pcs. 30 Calendar Days Upon Receipt Of P.o. 221. Vellum Board 8 1/2 X 13, Size 10's 3 Packs 3 Packs 30 Calendar Days Upon Receipt Of P.o. 222. Wall Clock (big) 1 Pcs. 1 Pcs. 30 Calendar Days Upon Receipt Of P.o. 223. White Board 2' X 3' 1 Pcs. 1 Pcs. 30 Calendar Days Upon Receipt Of P.o. 224. White Board Eraser 4 Boxes 4 Boxes 30 Calendar Days Upon Receipt Of P.o. 225. White Board Pen, Black 19 Boxes 19 Boxes 30 Calendar Days Upon Receipt Of P.o. 226. Yellow Pad 9 Pads 9 Pads 30 Calendar Days Upon Receipt Of P.o. Name: ____________________________________________________________ Legal Capacity: _____________________________________________________ Signature: _________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ___________________________ Date: ____________________________________ Section Vii. Technical Specifications Note: In The Statement Of Compliance Column, Bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Goods Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidders Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Provisions Of Itb Clause 3.1(a)(ii) And/or Gcc Clause 2.1(a)(ii). Item No. Specifications Statement Of Compliance Cross Reference 1. Air Freshener, Big (320ml) 2. Air Freshener, Big (70g) 3. Alcohol, Ethyl, 1 Gallon 4. Alcohol, Ethyl, 500ml 5. Soft Broom 6. Ballpen, Black (0.5) 7. Ballpen, Blue (0.5) 8. Ballpen, Red (0.5) 9. Battery, Aa 10. Battery, Aaa 11. Binding Stapler (40 Sheets) 12. Bondpaper A3, Sub 20 13. Bondpaper A4, Sub 20 14. Bondpaper, Sub 16, Long (8 1/2 X 13) 15. Bondpaper, Sub 16, Short (8 1/2 X 11) 16. Bondpaper, Sub 20, Long (8 1/2 X 13) 17. Bondpaper, Sub 20, Short (8 1/2 X 11) 18. Broom (walis Tambo) 19. Broom (walis Ting-ting) 20. Brown Envelop, Long 21. Brown Envelop, Short 22. Brown Kraft Paper Bag With Twine (small) 23. Brown Kraft Paper Bag With Twine (medium) 24. Brown Kraft Paper Bag With Twine (large) 25. Calculator Scientific 26. Calculator, 12 Digits 27. Cash Book, Cash In Treasury 28. Cellophane Tape 1/2' 29. Cellophane Tape 2” 30. Cellophane Tape 1” 31. Certificate Holder, Long (8 1/2 X 13) 32. Certificate Holder, Short (8 1/2 X 11) 33. Certificate Holder 8.5 X 11 34. Certificate Frame (8 1/2 X 11) 35. Cleaner, Toilet And Urinal 36. Clear File Folder (refillable), Long 37. Clearbook, Legal 38. Clip, Backfold, 25mm 39. Clip, Backfold, 50mm 40. Computer Ink Hp680, Black 41. Computer Ink Hp680, Colored 42. Computer Ink Hp704, Black 43. Computer Ink Hp704, Colored 44. Computer Ink, 001, Black 45. Computer Ink, 001, Cyan 46. Computer Ink, 001, Magenta 47. Computer Ink, 001, Yellow 48. Computer Ink, 003, Black 49. Computer Ink, 003, Cyan 50. Computer Ink, 003, Magenta 51. Computer Ink, 003, Yellow 52. Computer Ink, Bt 5000, Cyan 53. Computer Ink, Bt 5000, Magenta 54. Computer Ink, Bt 5000, Yellow 55. Computer Ink, Bt D60, Black 56. Computer Ink, Gt51, Black 57. Computer Ink, Gt52, Cyan 58. Computer Ink, Gt53, Magenta 59. Computer Ink, Gt54, Yellow 60. Computer Ink, T6641 (black) 61. Computer Ink, T6642 (cyan) 62. Computer Ink, T6643 (magenta) 63. Computer Ink, T6644 (yellow) 64. Computer Ink, 790 (black) 65. Computer Ink, 790 (cyan) 66. Computer Ink, 790 (yellow) 67. Computer Ink, 790 (magenta) 68. Computer Keyboard 69. Computer Mouse 70. Computer Mouse And Keyboard (wireless) 71. Cork Board 4' X 4' 72. Correction Fluid Pen 73. Correction Tape 74. Corrugated Legal Size Fil Ing Box 75. Cotton Zipper Envelop, Long 76. Colored Paper, A4 (yellow) 100's 77. Colored Paper, A4 (green) 100's 78. Colored Paper, A4 (pink) 100's 79. Colored Paper, A4 (blue) 100's 80. Cutter ( Plastic), Small 81. Cutter (heavy Duty, Metal), Big 82. Cutter Blade, Big, 12s 83. Data Folder 84. Detergent Powder, All-purpose (500grams) 85. Disinfectant Spray 170g 86. Disinfectant Spray, Aerosol, 400g (min) 87. Door Mat (rubber) 88. Double Adhesive Tape 89. Double Sided Tape 90. Double Sided Tape 1/2" 91. Double Sided Tape 3/4" 92. Duct Tape 93. Dust Pan (plastic) 94. Electrical Tape, Small 95. Envelop Plastic, Long 96. Envelop Plastic, Short 97. Envelop, Expanding, Plastic 98. Eraser, Big 99. Eraser, Rubber, Small 100. Expanded Envelop, Brown, Long 101. Expanded Envelop, Long 102. Expanded Folder Transparent, Long With Slide 103. Expanded Folder Transparent, Short With Slide 104. Expanded Folder, Long, Thick Green 105. External Hard Disc 1 Tb 106. Fastener, Metal 107. Fastener, Plastic 108. Feather Duster 109. Filing Box, Long With Cover 110. Filing Tray, 3 Layer 111. Fi Ling Box, 4" 112. Filing Folder, Long (green) 113. Filing Folder, Long (white) 114. Filing Folder, Short 115. Flash Drive (usb) 16gb 116. Flash Drive (usb) 32gb 117. Flash Drive (usb) 64gb 118. Flash Drive (usb) 8gb 119. Flat File Clip/ Fastener 120. Folder, Board, Long 121. Furniture Spray 320ml 122. Garbage Bag, (100's), Xl 123. Glass Cleaner 500ml 124. Glass Wiper 125. Glue Gun (small) 126. Glue Stick (small) 127. Glue, Multi-purpose 100g 128. Hand Soap, Liquid, 500ml 129. Insect Spray 320ml 130. Laminating Film (100pcs.) 131. Mailing Envelop, 6 3/4 (500's) 132. Mailing Envelop, 9 1/2 (500's) 133. Marker (pink, Yellow, Green) 134. Marker, Permanent, Black 135. Marker, Whiteboard, Black 136. Masking Tape 1” 137. Masking Tape 2” 138. Memo Sticky Note (1/2") 139. Mop Bucket, Heavy Duty, Hard Plastic 140. Mop With Spinner 141. Morocco Board, 8 1/2 X 13, Red, 100's 142. Morocco Board, 8 1/2 X 11, White, 100's 143. Morocco Board, 8 1/2 X 13, White, 100's 144. Morocco Board, A4, Red, 100's 145. Mouse Pad 146. Multi-colored Paper, A4 (100's) 147. Note Pad,stick On, 3" X 3" 148. Packing Tape 1", Transparent 149. Packing Tape 2” 150. Packing Tape 2”, Transparent 151. Paper Clamps (double Clip 1”) 152. Paper Clamps (double Clip 2”) 153. Paper Clip, 33mm (vinyl Coated) 154. Paper Clip, 50mm (vinyl Coated) 155. Paper Trimmer/cutting Machine, Table Top 156. Payroll (timebook And Payroll) 157. Pencil #1 158. Pencil #2 159. Pencil Sharpener Machine 160. Pentel Pen Ink, Black 161. Pentel Pen, Black, Broad 162. Pentel Pen, Black, Fine 163. Photo Paper A3, 50's 164. Photo Paper A4, 20's 165. Photo Sensitive Stamp Ink (black), 10ml 166. Plastic Envelop W/ Zipper & Handle, Long 167. Plastic Envelop W/ Zipper & Handle, Short 168. Post It Sign Here 169. Post It Sticker (3"x3" Assorted) 170. Puncher, Heavy Duty (75xl) 171. Push Pins,100's 172. Rack Organizer Sturdy 4 Sections Plastic Office File/ Document Desk Organizer 173. Record Book 300pp 174. Record Book 500pp 175. Red Padding Glue 500g 176. Ring Binder 1" 177. Ring Binder 1/2" 178. Ring Binder 3/4" 179. Ring Binder 1/4" 180. Rubber Band, Giant 181. Rubber Band, Small 182. Rubbing Alcohol 500ml 183. Ruler 12” 184. Sako Bag (big) 185. Scissor 10" (big) 186. Scotch Tape 1" 187. Scotch Tape 2" 188. Sign Pen, 0.5, Black 189. Sign Pen, 0.5, Blue 190. Signature Folder 191. Specialty Paper, A4 10's, Crème 192. Specialty Paper, A4 10's, Green 193. Specialty Paper, Long 12's (8 1/2 X 13"), Crème 194. Specialty Paper, Long 12's (8 1/2 X 13"), Green 195. Specialty Paper, Long 12's (8 1/2 X 11"), Green 196. Specialty Paper, Long 12's (8 1/2 X 11"), Crème 197. Specialty Paper, Short 20's (8 1/2 X 11") 198. Specialty Paper, Long 20's (8 1/2 X 13") 199. Specialty Paper, Short 12's (8 1/2 X 11") 200. Specialty Paper, Long 12's (8 1/2 X 13") 201. Stamping Pad Ink, Black 202. Stamping Pad Ink, Purple 203. Stamping Pad, 103 X 70mm 204. Stamping Pad, 118 X 81mm 205. Staple Wire #10, 12's 206. Staple Wire #35 207. Staple Wire No. 23/8 208. Staple Wire Remover 209. Staple Cartridge For Eh-70f 210. Stapler, #10 211. Stapler, #35 Hd – 50/50 R W/ Remover 212. Stick Glue (small) 213. Sticker Paper White, 20's (8 1/2 X 11) 214. Sticky Note 25x75mm 3 Pads Neon Color (assorted) 215. Subsidiary Ledger 216. Tape Dispenser, Big 217. Thumbtacks 218. Toilet Tissue Paper, 2 Ply (12's) 219. Trashbin, Swing Type, 11l 220. Typewritter Ribbon, Black 221. Vellum Board 8 1/2 X 13, Size 10's 222. Wall Clock (big) 223. White Board 2' X 3' 224. White Board Eraser 225. White Board Pen, Black 226. Yellow Pad Name: ____________________________________________________________ Legal Capacity: _____________________________________________________ Signature: _________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ___________________________ Date: ____________________________________ Section Viii. Bidding Forms Bid Form Date: Project Identification No.: To: [name And Address Of Procuring Entity] Gentlemen And/or Ladies: Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To [supply/deliver/perform] [description Of The Goods] In Conformity With The Said Pbds For The Sum Of [total Bid Amount In Words And Figures] Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors, And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein Or In The Price Schedules. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In Bds Provision For Itb Clause 18.2 And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid, Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per Itb Clause 5 Of The Bidding Documents. We Likewise Certify/ Confirm That The Undersigned, [ For Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter's Behalf For The [name Of Project] Of The [name Of Procuring Entity] [for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter's Behalf For [name Of Project] Of The [name Of The Procuring Entity]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 20______. Name: ____________________________________________________________ Legal Capacity: _____________________________________________________ Signature: _________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ___________________________ Date: ____________________________________ For Goods Offered From Within The Philippines Name Of Bidder ____________________________ Project Identification No. __. Page Of . All Entries Must Be Computerized Or Typewritten 1 2 3 4 5 6 7 8 9 10 Item No. Description Country Of Origin Quantity Unit Unit Price Exw Per Item Transportation And Insurance And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price Per Unit (col 5 + 6 + 7 + 8) Total Price Delivered Final Destination (col. 9) X (col. 4) 1. Air Freshener, Big (320ml) 73 Bots. 2. Air Freshener, Big (70g) 64 Cans. 3. Alcohol, Ethyl, 1 Gallon 1 Gallon 4. Alcohol, Ethyl, 500ml 50 Bottle 5. Soft Broom 6 Pcs. 6. Ballpen, Black (0.5) 749 Pcs. 7. Ballpen, Blue (0.5) 331 Pcs. 8. Ballpen, Red (0.5) 109 Pcs. 9. Battery, Aa 80 Pcs. 10. Battery, Aaa 73 Pcs. 11. Binding Stapler (40 Sheets) 1 Unit 12. Bondpaper A3, Sub 20 11 Reams 13. Bondpaper A4, Sub 20 150 Reams 14. Bondpaper, Sub 16, Long (8 1/2 X 13) 31 Reams 15. Bondpaper, Sub 16, Short (8 1/2 X 11) 30 Reams 16. Bondpaper, Sub 20, Long (8 1/2 X 13) 518 Reams 17. Bondpaper, Sub 20, Short (8 1/2 X 11) 433 Reams 18. Broom (walis Tambo) 4 Pcs. 19. Broom (walis Ting-ting) 6 Pcs. 20. Brown Envelop, Long 527 Pcs. 21. Brown Envelop, Short 607 Pcs. 22. Brown Kraft Paper Bag With Twine (small) 50 Pcs. 23. Brown Kraft Paper Bag With Twine (medium) 50 Pcs. 24. Brown Kraft Paper Bag With Twine (large) 50 Pcs. 25. Calculator Scientific 1 Unit 26. Calculator, 12 Digits 17 Unit 27. Cash Book, Cash In Treasury 4 Pcs. 28. Cellophane Tape 1/2' 3 Rolls 29. Cellophane Tape 2” 9 Rolls 30. Cellophane Tape 1” 7 Rolls 31. Certificate Holder, Long (8 1/2 X 13) 45 Pcs. 32. Certificate Holder, Short (8 1/2 X 11) 55 Pcs. 33. Certificate Holder 8.5 X 11 10 Pcs. 34. Certificate Frame (8 1/2 X 11) 10 Pcs. 35. Cleaner, Toilet And Urinal 1 Bottle 36. Clear File Folder (refillable), Long 3 Pcs. 37. Clearbook, Legal 10 Pcs. 38. Clip, Backfold, 25mm 1 Box 39. Clip, Backfold, 50mm 2 Box 40. Computer Ink Hp680, Black 3 Bots. 41. Computer Ink Hp680, Colored 3 Bots. 42. Computer Ink Hp704, Black 1 Bots. 43. Computer Ink Hp704, Colored 1 Bots. 44. Computer Ink, 001, Black 6 Bots. 45. Computer Ink, 001, Cyan 3 Bots. 46. Computer Ink, 001, Magenta 3 Bots. 47. Computer Ink, 001, Yellow 3 Bots. 48. Computer Ink, 003, Black 90 Bots. 49. Computer Ink, 003, Cyan 42 Bots. 50. Computer Ink, 003, Magenta 42 Bots. 51. Computer Ink, 003, Yellow 42 Bots. 52. Computer Ink, Bt 5000, Cyan 9 Bots. 53. Computer Ink, Bt 5000, Magenta 9 Bots. 54. Computer Ink, Bt 5000, Yellow 9 Bots. 55. Computer Ink, Bt D60, Black 14 Bots. 56. Computer Ink, Gt51, Black 1 Bots. 57. Computer Ink, Gt52, Cyan 2 Bots. 58. Computer Ink, Gt53, Magenta 2 Bots. 59. Computer Ink, Gt54, Yellow 2 Bots. 60. Computer Ink, T6641 (black) 60 Bots. 61. Computer Ink, T6642 (cyan) 11 Bots. 62. Computer Ink, T6643 (magenta) 11 Bots. 63. Computer Ink, T6644 (yellow) 11 Bots. 64. Computer Ink, 790 (black) 5 Bots. 65. Computer Ink, 790 (cyan) 1 Bots. 66. Computer Ink, 790 (yellow) 1 Bots. 67. Computer Ink, 790 (magenta) 1 Bots. 68. Computer Keyboard 2 Pcs. 69. Computer Mouse 3 Pcs. 70. Computer Mouse And Keyboard (wireless) 2 Set 71. Cork Board 4' X 4' 1 Pcs. 72. Correction Fluid Pen 27 Pcs. 73. Correction Tape 158 Piece 74. Corrugated Legal Size Filling Box 10 Pc. 75. Cotton Zipper Envelop, Long 3 Pcs. 76. Colored Paper, A4 (yellow) 100's 1 Packs 77. Colored Paper, A4 (green) 100's 1 Packs 78. Colored Paper, A4 (pink) 100's 1 Packs 79. Colored Paper, A4 (blue) 100's 1 Packs 80. Cutter ( Plastic), Small 29 Pcs. 81. Cutter (heavy Duty, Metal), Big 2 Pcs. 82. Cutter Blade, Big, 12s 8 Pcs. 83. Data Folder 18 Pcs. 84. Detergent Powder, All-purpose (500grams) 11 Pouch 85. Disinfectant Spray 170g 8 Pcs. 86. Disinfectant Spray, Aerosol, 400g (min) 3 Can 87. Door Mat (rubber) 2 Pcs. 88. Double Adhesive Tape 5 Rolls 89. Double Sided Tape 13 Rolls 90. Double Sided Tape 1/2" 5 Rolls 91. Double Sided Tape 3/4" 7 Rolls 92. Duct Tape 2 Rolls 93. Dust Pan (plastic) 3 Piece 94. Electrical Tape, Small 2 Rolls 95. Envelop Plastic, Long 322 Pcs. 96. Envelop Plastic, Short 139 Pcs. 97. Envelop, Expanding, Plastic 20 Pcs. 98. Eraser, Big 39 Pcs. 99. Eraser, Rubber, Small 2 Pcs. 100. Expanded Envelop, Brown, Long 59 Pcs. 101. Expanded Envelop, Long 153 Pcs. 102. Expanded Folder Transparent, Long With Slide 60 Pcs. 103. Expanded Folder Transparent, Short With Slide 55 Pcs. 104. Expanded Folder, Long, Thick Green 250 Pcs. 105. External Hard Disc 1 Tb 1 Unit 106. Fastener, Metal 1 Box 107. Fastener, Plastic 41 Boxes 108. Feather Duster 5 Pcs. 109. Filing Box, Long With Cover 23 Pcs. 110. Filing Tray, 3 Layer 3 Pcs. 111. Filing Box, 4" 19 Pcs. 112. Filing Folder, Long (green) 45 Pcs. 113. Filing Folder, Long (white) 1455 Pcs. 114. Filing Folder, Short 353 Pcs. 115. Flash Drive (usb) 16gb 6 Pcs. 116. Flash Drive (usb) 32gb 11 Pcs. 117. Flash Drive (usb) 64gb 5 Pcs. 118. Flash Drive (usb) 8gb 4 Pcs. 119. Flat File Clip/ Fastener 6 Boxes 120. Folder, Board, Long 20 Pcs. 121. Furniture Spray 320ml 36 Can 122. Garbage Bag, (100's), Xl 14 Packs 123. Glass Cleaner 500ml 31 Pcs. 124. Glass Wiper 7 Pcs. 125. Glue Gun (small) 3 Pcs. 126. Glue Stick (small) 10 Pcs. 127. Glue, Multi-purpose 100g 20 Jar 128. Hand Soap, Liquid, 500ml 2 Bottle 129. Insect Spray 320ml 2 Can 130. Laminating Film (100pcs.) 1 Pack 131. Mailing Envelop, 6 3/4 (500's) 4 Boxes 132. Mailing Envelop, 9 1/2 (500's) 4 Boxes 133. Marker (pink, Yellow, Green) 25 Boxes 134. Marker, Permanent, Black 3 Piece 135. Marker, Whiteboard, Black 3 Piece 136. Masking Tape 1” 14 Rolls 137. Masking Tape 2” 20 Rolls 138. Memo Sticky Note (1/2") 1 Pads 139. Mop Bucket, Heavy Duty, Hard Plastic 1 Pc. 140. Mop With Spinner 1 Pc. 141. Morocco Board, 8 1/2 X 13, Red, 100's 1 Packs 142. Morocco Board, 8 1/2 X 11, White, 100's 1 Packs 143. Morocco Board, 8 1/2 X 13, White, 100's 1 Packs 144. Morocco Board, A4, Red, 100's 1 Packs 145. Mouse Pad 12 Pcs. 146. Multi-colored Paper, A4 (100's) 2 Packs 147. Note Pad,stick On, 3" X 3" 7 Pads 148. Packing Tape 1", Transparent 2 Rolls 149. Packing Tape 2” 5 Rolls 150. Packing Tape 2”, Transparent 2 Rolls 151. Paper Clamps (double Clip 1”) 17 Boxes 152. Paper Clamps (double Clip 2”) 13 Boxes 153. Paper Clip, 33mm (vinyl Coated) 43 Box 154. Paper Clip, 50mm (vinyl Coated) 41 Box 155. Paper Trimmer/cutting Machine, Table Top 1 Unit 156. Payroll (timebook And Payroll) 4 Pads 157. Pencil #1 4 Boxes 158. Pencil #2 15 Boxes 159. Pencil Sharpener Machine 2 Pcs. 160. Pentel Pen Ink, Black 2 Pcs. 161. Pentel Pen, Black, Broad 46 Pcs. 162. Pentel Pen, Black, Fine 13 Pcs. 163. Photo Paper A3, 50's 2 Packs 164. Photo Paper A4, 20's 33 Packs 165. Photo Sensitive Stamp Ink (black), 10ml 1 Bots. 166. Plastic Envelop W/ Zipper & Handle, Long 7 Pcs. 167. Plastic Envelop W/ Zipper & Handle, Short 5 Pcs. 168. Post It Sign Here 5 Pads 169. Post It Sticker (3"x3" Assorted) 31 Packs 170. Puncher, Heavy Duty (75xl) 1 Pcs. 171. Push Pins,100's 4 Boxes 172. Rack Organizer Sturdy 4 Sections Plastic Office File/ Document Desk Organizer 5 Unit 173. Record Book 300pp 38 Book 174. Record Book 500pp 39 Book 175. Red Padding Glue 500g 1 Btls. 176. Ring Binder 1" 6 Pcs. 177. Ring Binder 1/2" 11 Pcs. 178. Ring Binder 3/4" 6 Pcs. 179. Ring Binder 1/4" 6 Pcs. 180. Rubber Band, Giant 9 Boxes 181. Rubber Band, Small 7 Boxes 182. Rubbing Alcohol 500ml 86 Bots. 183. Ruler 12” 27 Pcs. 184. Sako Bag (big) 15 Pcs. 185. Scissor 10" (big) 18 Pcs. 186. Scotch Tape 1" 33 Rolls 187. Scotch Tape 2" 19 Rolls 188. Sign Pen, 0.5, Black 180 Pcs. 189. Sign Pen, 0.5, Blue 157 Pcs. 190. Signature Folder 1 Pcs. 191. Specialty Paper, A4 10's, Crème 7 Packs 192. Specialty Paper, A4 10's, Green 3 Packs 193. Specialty Paper, Long 12's (8 1/2 X 13"), Crème 50 Packs 194. Specialty Paper, Long 12's (8 1/2 X 13"), Green 13 Packs 195. Specialty Paper, Long 12's (8 1/2 X 11"), Green 1 Packs 196. Specialty Paper, Long 12's (8 1/2 X 11"), Crème 1 Packs 197. Specialty Paper, Short 20's (8 1/2 X 11") 23 Packs 198. Specialty Paper, Long 20's (8 1/2 X 13") 6 Packs 199. Specialty Paper, Short 12's (8 1/2 X 11") 3 Packs 200. Specialty Paper, Long 12's (8 1/2 X 13") 3 Packs 201. Stamping Pad Ink, Black 2 Pcs. 202. Stamping Pad Ink, Purple 8 Pcs. 203. Stamping Pad, 103 X 70mm 3 Pcs. 204. Stamping Pad, 118 X 81mm 7 Pcs. 205. Staple Wire #10, 12's 5 Boxes 206. Staple Wire #35 63 Boxes 207. Staple Wire No. 23/8 5 Boxes 208. Staple Wire Remover 5 Boxes 209. Staple Cartridge For Eh-70f 1 Box 210. Stapler, #10 3 Boxes 211. Stapler, #35 Hd – 50/50 R W/ Remover 14 Boxes 212. Stick Glue (small) 16 Pcs. 213. Sticker Paper White, 20's (8 1/2 X 11) 14 Packs 214. Sticky Note 25x75mm 3 Pads Neon Color (assorted) 55 Pads 215. Subsidiary Ledger 500 Pcs. 216. Tape Dispenser, Big 1 Unit 217. Thumbtacks 7 Boxes 218. Toilet Tissue Paper, 2 Ply (12's) 6 Pack 219. Trashbin, Swing Type, 11l 1 Pcs. 220. Typewritter Ribbon, Black 3 Pcs. 221. Vellum Board 8 1/2 X 13, Size 10's 3 Packs 222. Wall Clock (big) 1 Pcs. 223. White Board 2' X 3' 1 Pcs. 224. White Board Eraser 4 Boxes 225. White Board Pen, Black 19 Boxes 226. Yellow Pad 9 Pads Name: ____________________________________________________________ Legal Capacity: _____________________________________________________ Signature: _________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ___________________________ Omnibus Sworn Statement Republic Of The Philippines ) Iloilocity ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In The Bidding For [name Of The Project] Of The [name Of The Procuring Entity]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The [name Of Bidder] In The Bidding As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate Issued By The Corporation Or The Members Of The Joint Venture)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: I Am Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case 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, In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ___________________________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [jurat] Checklist Of Bid Requirements First Envelope Eligibility Documents Class “a” Documents Legal Documents: 1 Certificate Of Philgeps Registration (platinum Membership) And Membership With Annex A In Accordance With Section 8.5.2 Of The Revised Irr. Technical Documents: 2 Statement Of All Its On-going Government And Private Contracts Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids, Including Contracts Awarded But Not Yet Started, If Any, Which Are Similar In Nature And Complexity To The Contract To Be Bid. The Statement Shall Include, For Each Contract, The Following: (a) Name Of The Contract; (b) Date Of The Contract, (c) Kind Of Goods, (d) Amount Of And Value Of Outstanding Contracts, (e) Date Of Delivery, And (f) Notice Of Award, Notice To Proceed, Contract Of Agreements, Purchase Orders And Certificate Of Accomplishments Issued By The Owner. (latest) 3 Statement Of Its Single Largest Completed Contract (slcc) Which Includes Its Government And Private Contracts Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids, Which Are Similar In Nature And Complexity To The Contract To Be Bid. The Statement Shall Include, For Each Contract, The Following: (a) Name Of The Contract; (b) Date Of The Contract, (c) Kind Of Goods, (d) Amount Of And Value Of Awarded And Completed Contracts, (e) Date Of Delivery, (f) End User’s Acceptance And Or Official Receipt(s) Issued For The Contract Supported By Notice Of Award, Notice To Proceed, Contract/ Purchase Order, Certificate Of Completion And Certificate Of Acceptance.(latest) Financial Documents 4 The Prospective Bidder’s Latest Computation For Its Net Financial Contracting Capacity (nfcc) Which Must Be At Least Equal To The Abc To Be Bid. (latest) Or A Committed Line Of Credit From Universal Or Commercial Bank (not Applicable To Procurement Of Infrastructure Projects). Class “b” Documents 5 If Applicable, A Valid Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence, Or, In Lieu Thereof, A Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful Shall Be Included In The Bid . (latest) Technical Documents 1 2 Bid Security In The Prescribed Form, Amount And Validity Period And In Accordance With Itb Clause 18. Statement Of Compliance To The Schedule Of Requirements 3 4 Statement Of Compliance To Technical Specifications Taking Into Consideration The Notations Stated In Section Vii Of The Bidding Documents. Authority Of The Signatory 5 Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative In Accordance With Section 25.2(b)(iv) Of The Revised Irr Of Ra 9184 And As Indicated In The Omnibus Sworn Statement Of The Bidding Documents Using The Prescribed Form Issued By The Gppb. (latest) Note: Any Missing Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid Second Envelope Financial Documents 1 Financial Bid Form Which Includes Bid Prices And The Bill Of Quantities And The Applicable Price Schedules, In Accordance With Itb Clauses 15.1 And 15.4 And The Issued Form In Section Viii Of The Bidding Documents. 2 If A Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti (if A Bidder Is A Sole Proprietor), By Sec (if Bidder Is A Partnership, Or A Corporation); And Cda (if Bidder Is A Cooperative)issued In Accordance With Itb Clause 27, If Applicable, That: A) Sole Proprietor Is A Citizen Of The Philippines, Corporation, Cooperative, Or Association Is A Duly Organized Under The Laws Of The Philippines With At Least Seventy Five (75%) Of Its Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines; B) Habitually Established In Business And Habitually Engaged In The Manufacturing Or Sale Of The Merchandise Covered By His Bid, And C) The Business Has Been In Existence For At Least Five (5) Consecutive Years Prior To The Advertisement And/or The Invitation To Bid.
Don Emilio Del Valle Memorial Hospital Tender
Laboratory Equipment and Services
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 33.4 Million (USD 570.3 K)
Details: Description Laboratory Reagents Items For Bidding No. Item Unit Quantity Unit Cost Total Cost "lot Bid 1: Clinical Chemistry-electrolytes For Inpatients" 1 Electrolyte Calibrator Cartridge Box 26 24,000.00 624,000.00 2 Electrolyte Reagent Sensor Card Box 26 44,000.00 1,144,000.00 Terms And Conditions: Winning Bidder Must Provide A Fully Automated Electrolyte For Inpatients: 1. Shall Be Lis Ready. 2. Shall Provide Its Own Ups With Avr. 3. Shall Provide A Back-up Machine. 4. Shall Provide Free Quality Control- Trilevel. 5. Can Perform Na+, K+, Cl-, Ionized Calcium And Ionized Magnesium (electrolytes). 6. Machine Can Show Reagent Level. 7. Shall Present A Copy Of Certificate Of Neqas Participation With Excellent Results For Electrolytes (sodium, Potassium And Chloride). 8. Provide A Copy Of Valid Certificate Of Product Registration/ Certificate Of Exemption/license To Operate For Medical Device, Whichever Is Applicable. 9. Shelf Life: At Least 12 Months Upon Delivery 10. Supplier Shall Provide A Guarantee Letter If The Reagent Delivered Is Less Than 12 Months And Will Comply For The Replacement Of Longer Expiry. 11. Provide For Free The Consumables Of The Machine. 12. The Products Delivered Must Be Iso Certified Or Its Equivalent. Certification Of Such Must Be Provided. 13. Provide Material Safety Data Sheet (msds) For New Reagent/item Upon Delivery 14. Provide A Certification To Conduct Annual Calibration And Quarterly Preventive Maintenance Without Cost To Hospital. 15. The Winning Bidder Must Establish Connectivity With Our Existing Lis (laboratory Information System) Provider And Adhere To The Specified Connectivity Fee During Installation. 16. Shall Provide Certificate Of Authorized Distributorship "lot Bid 2: Clinical Chemistry-electrolytes For Outpatients" 1 Electrolyte Reagent Cartridge With On Board Quality Control,250-300 Tests Cartridge 32 38,000.00 1,216,000.00 Terms And Conditions: Winning Bidder Must Provide A Fully Automated Electrolyte Machine As Reagent Tie-up. 1.principle: Ion-selective Electrode (ise) 2.lis Ready 3.must Provide Ups. 4.on Board Quality Control 5.can Perform Na+, K+, Cl-, Ionized Calcium And Total Calcium 6.sample: Whole Blood, Serum, Plasma And Urine 7.easy To Use 8.minimum Sample Volume: 20 Ul 9.running Time: At Least 25 Seconds 10. Provide A Copy Of Valid Certificate Of Product Registration/ Certificate Of Exemption/license To Operate For Medical Device, Whichever Is Applicable. 11.shelf Life: At Least 12 Months From Date Of Delivery 12.stability Of Reagent: At Least 42 Days 13.supplier Shall Provide A Guarantee Letter If The Reagent Delivered Is Less Than 12 Months And Will Comply For The Replacement Of Longer Expiry. 14. The Products Delivered Must Be Iso Certified Or Its Equivalent. Certification Of Such Must Be Provided. 15.provide Material Safety Data Sheet (msds) For New Reagent/item Upon Delivery 16.provide Annual Calibration And Quarterly Preventive Maintenance. 17. Winning Bidder Shall Connect To Our Existing Lis Provider And Shall Comply With The Connectivity Fee Provided Upon Installation. 18. Shall Provide A Certificate Of Authorized Distributorship "lot Bid 3: Point Of Care Testing- Hba1c And Crp" 1 Hba1c Reagent, 20-25 Tests, Poct Pack 300 13,225.00 3,967,500.00 2 Hba1c Control, 2 X 1.5 Ml, Poct Set 4 24,840.00 99,360.00 3 C-reactive Protein (crp) Reagent, 40-50 Tests/box , Semi-quantitative (poct) Kit 50 27,600.00 1,380,000.00 Terms And Conditions: Winning Supplier Shall Provide A Portable Point Of Care Testing Machine. 1. Principle: Boronate Affinity Test 2. Traceable To Ifcc Reference Method For Hba1c. 3. Can Perform Individual Testing On Patient Bedside. 4. It Should Be Compact And Lightweight With Maximum Of 1kg. 5. Short Running Time For At Least 3-5 Minutes. 6. Provide A Copy Of Valid Certificate Of Product Registration/ Certificate Of Exemption/license To Operate For Medical Device, Whichever Is Applicable. 7. Shelf Life: At Least 12 Months Upon Delivery 8. The Reagent Shall Have No Interference From Other Hb Variants 9. Specimen Type: Whole Blood, Serum, Plasma 10. Supplier Shall Provide A Guarantee Letter If The Reagent Delivered Is Less Than 12 Months And Will Comply For The Replacement Of Longer Expiry. 11. The Products Delivered Must Be Iso Certified Or Its Equivalent. Certification Of Such Must Be Provided. 12. Provide Material Safety Data Sheet (msds) For New Reagents/items Upon Delivery 13. Provide A Certification To Conduct Annual Calibration And Quarterly Preventive Maintenance Without Cost To Hospital. 14.shall Provide A Certificate Of Exclusive Dealership Lot Bid 4: C3 Testing 1 C3 Reagent, Nephelometry Principle, 20 Tests/box Box 8 8,450.00 67,600.00 2 C3 Control, 20 Tests Kit 3 9,500.00 28,500.00 Terms And Conditions: Winning Bidder Shall Provide A Brand New Machine For C3: 1. Close System 2. All In One Cartridge 3. Maintenance Free 4. Small Volume Requirement For Sample: 3-5 Ul 5. Fast Turnaround Time: Less Than 10 Minutes 6. Provide A Copy Of Valid Certificate Of Product Registration Or Certificate Of Product Exemption. 7. Shelf Life: At Least 12 Months From Date Of Delivery. 8. Supplier Shall Provide A Guarantee Letter If The Reagent Delivered Is Less Than 12 Months And Will Comply For The Replacement Of Longer Expiry. 9. Provide Material Safety Data Sheet (msds) For New Reagent/item Upon Delivery 10. The Products Delivered Must Be Iso Certified Or Its Equivalent. Certification Of Such Must Be Provided. 11. Provide A Certification To Conduct Annual Calibration And Quarterly Preventive Maintenance Without Cost To Hospital. 12. Shall Provide A Certificate Of Authorized Distributorship "lot Bid 5: Clinical Chemistry- Inpatient, Wet Method" 1 Albumin, 100-150 Tests Cas 20 2,200.00 44,000.00 2 Alkaline Phosphatase, 80-100 Tests Cas 12 1,035.00 12,420.00 3 Amylase, 80-100 Tests Cas 20 5,500.00 110,000.00 4 Bilirubin Direct, 100-125 Tests Cas 20 1,750.00 35,000.00 5 Bilirubin Total, 100-125 Tests Cas 20 1,800.00 36,000.00 6 Bua (blood Uric Acid), 100-150 Tests Cas 45 5,000.00 225,000.00 7 Bun, 100-150 Tests Cas 45 5,000.00 225,000.00 8 Clean Chem Cas 150 2,600.00 390,000.00 9 Creatinine, 100-125 Tests Cas 150 3,250.00 487,500.00 10 Cuvette Segments, 30 Segments Box 20 15,000.00 300,000.00 11 Deproteinizer Cas 30 2,500.00 75,000.00 12 Ggt,80-100 Tests Cas 20 4,500.00 90,000.00 13 Glucose, 100-150 Tests Cas 45 4,840.00 217,800.00 14 Hdl Calibrator, 2x1ml Cas 12 19,800.00 237,600.00 15 Hdl Cholesterol, 80-100 Tests Cas 50 13,500.00 675,000.00 16 Lipase,80-100 Tests Cas 30 8,360.00 250,800.00 17 Magnesium, 80-100 Tests Box 25 2,400.00 60,000.00 18 Multical, 10x3ml Box 2 18,000.00 36,000.00 19 Normal Control, 10x5ml Box 2 15,000.00 30,000.00 20 Pathologic Control, 10x5ml Box 2 15,000.00 30,000.00 21 Phosphorus, 80-100 Tests Cas 12 5,000.00 60,000.00 22 Sample Cups, 1000s Pack 10 3,000.00 30,000.00 23 Sgot, 80-100 Tests Cas 60 3,080.00 184,800.00 24 Sgpt, 80-100 Tests Cas 60 3,080.00 184,800.00 25 Total Cholesterol, 80-100 Tests Cas 45 7,480.00 336,600.00 26 Total Protein, 100-125 Tests Cas 12 3,960.00 47,520.00 27 Triglycerides, 80-100 Tests Cas 45 10,550.00 474,750.00 Terms And Conditions: 1.winning Bidder Must Provide Reagents Compatible With Our Existing Clinical Chemistry Machine. 2.enables Up To 30 Day Onboard Stability For Most Reagents With A Capacity Of At Least 50 Reagent Positions. 3.provide A Back-up Machine And Ups. 4. The Products Delivered Must Be Iso Certified Or Its Equivalent. Certification Of Such Must Be Provided. 5. Provide A Copy Of Valid Certificate Of Product Registration/ Certificate Of Exemption/license To Operate For Medical Device, Whichever Is Applicable. 6.shelf Life: At Least 12 Months From Date Of Delivery 7. Supplier Shall Provide A Guarantee Letter If The Reagent Delivered Is Less Than 12 Months And Will Comply For The Replacement Of Longer Expiry. 8. Provide Material Safety Data Sheet (msds) For New Reagent/item Upon Delivery 9. Provide A Certification To Conduct Annual Calibration And Quarterly Preventive Maintenance Without Cost To Hospital. 10. Shall Provide A Certificate Of Exclusive Distributorship "lot Bid 6: Clinical Chemistry- Inpatient, Dry Method" 1 Albumin, 20-25 Tests Pack 50 1,300.00 65,000.00 2 Alkaline Phosphatase, 20-25 Tests Pack 100 1,305.00 130,500.00 3 Amylase, 20-25 Tests Pack 50 1,520.00 76,000.00 4 Auto Tip, 96 Pcs X 6 Box 24 6,342.00 152,208.00 5 Bilirubin Direct, 20-25 Tests Pack 45 1,300.00 58,500.00 6 Bilirubin Total, 20-25 Tests Pack 45 1,300.00 58,500.00 7 Blood Uric Acid, 20-25 Tests Pack 50 1,520.00 76,000.00 8 Bun, 20-25 Tests Pack 50 1,305.00 65,250.00 9 Control, Dry Chem, High, 3ml X 6 Pack 2 7,158.00 14,316.00 10 Control, Dry Chem, Low, 3ml X 6 Pack 2 7,158.00 14,316.00 11 Creatinine, 20-25 Tests Pack 50 1,520.00 76,000.00 12 Ggt, 20-25 Tests Pack 45 1,550.00 69,750.00 13 Glucose,20-25 Tests Pack 80 911.00 72,880.00 14 Hdl, 20-25 Tests, Dry Chem Pack 70 2,354.00 164,780.00 15 Magnesium, 20-25 Tests, Dry Chem Pack 45 1,978.00 89,010.00 16 Mixing Cups, 50 Pcs/box Box 4 2,075.00 8,300.00 17 Phosphorus, 20-25 Tests, Dry Chem Pack 80 1,956.00 156,480.00 18 Plain Tube 0.5 Ml, 500's Box 4 9,536.00 38,144.00 19 Sgot, 20-25 Tests Box 60 1,955.00 117,300.00 20 Sgpt, 20-25 Tests Pack 60 1,955.00 117,300.00 21 Total Cholesterol, 20-25 Tests Pack 50 2,175.00 108,750.00 22 Total Protein, 20-25 Tests Pack 60 1,300.00 78,000.00 23 Triglycerides, 20-25 Tests Pack 50 1,520.00 76,000.00 Terms And Conditions: 1.winning Bidder Must Provide A Dry Chemistry Machine. 2.principle: Colorimetry Slide Method 3. Machine Must Have A "stat" Module 4. Machine Must Have A High Throughput At Least 150 Tests/hour 5. Must Be Compact With Large Touch Panel And User-friendly 6. Must Be A Walk-away System 7. Must Be Able To Perform In Small Amount Of Specimen Of At Least 10ul Per Tests. 8. Reagent Stability Must Be Up To The Manufacturer's Expiration Date. 9. Sample Type: Plasma, Serum Or Whole Blood 10. Must Provide An Avr And Ups. 11. The Products Delivered Must Be Iso Certified Or Its Equivalent. Certification Of Such Must Be Provided. 12. Provide A Copy Of Valid Certificate Of Product Registration/ Certificate Of Exemption/license To Operate For Medical Device, Whichever Is Applicable. 13.shelf Life: At Least 12 Months From Date Of Delivery 14. Supplier Shall Provide A Guarantee Letter If The Reagent Delivered Is Less Than 12 Months And Will Comply For The Replacement Of Longer Expiry. 15. Provide Material Safety Data Sheet (msds) For New Reagent/item Upon Delivery 16. Provide A Certification To Conduct Annual Calibration And Quarterly Preventive Maintenance Without Cost To Hospital. 17. Machine Shall Be Lis Ready. 18. The Winning Bidder Must Establish Connectivity With Our Existing Lis (laboratory Information System) Provider And Adhere To The Specified Connectivity Fee During Installation. 19. Shall Provide A Certificate As Exclusive Distributor "lot Bid 7: Clinical Chemistry- Opd Satellite Laboratory" 1 Abnormal Control, Human Based Serum, Lyophilized, 10x5ml Kit 6 15,600.00 93,600.00 2 Alt / Gpt , 8x20ml, 1000-1200 Tests Kit 6 10,900.00 65,400.00 3 Ast / Got, 8x20ml, 1000-1200 Tests Kit 6 10,900.00 65,400.00 4 Cholesterol, 12x20ml, 1000-1200 Tests Kit 6 13,600.00 81,600.00 5 Creatinine (enzymatic), 4x30ml, 400-500 Tests Kit 6 13,000.00 78,000.00 6 Enzymatic Calibrator, Human Based Serum, Lyophilized, 5x3ml Kit 3 9,600.00 28,800.00 7 Glucose (god – Pod), 12x20ml, 1000-1200 Tests Kit 6 7,900.00 47,400.00 8 Hdl Calibrator, Human Based Serum, Lyophilized, 5x 1ml Kit 3 18,000.00 54,000.00 9 Hdl Cholesterol Direct, 8x24ml, 600-800 Tests Kit 6 12,700.00 76,200.00 10 Hdl/ldl Abnormal Control, Human Based Serum, 5x3ml Kit 3 15,000.00 45,000.00 11 Lipid Control, Human Based Serum, 5x3ml Kit 3 15,000.00 45,000.00 12 Normal Control, Human Based Serum, Lyophilized, 10x5ml Kit 3 15,600.00 46,800.00 13 Substrate Calibrator, Bovine Based Serum, Lyophilized, 10x3ml Kit 3 9,600.00 28,800.00 14 Triglycerides,12x20ml, 1000-1200 Tests Kit 6 22,400.00 134,400.00 15 Tubing Maintenance Solution, 6x20ml Kit 1 6,000.00 6,000.00 16 Urea / Bun, 10x25ml, 800-1000 Tests Kit 6 13,700.00 82,200.00 17 Uric Acid, 8x20ml, 800-1000 Tests Kit 6 13,700.00 82,200.00 18 Wash Fluid For Sensitive Photometric Assays, 8x20ml Kit 2 4,800.00 9,600.00 19 Washing Solution 4.5 %, 4x20ml Kit 2 4,800.00 9,600.00 Terms And Conditions: 1.winning Bidder Must Provide A Benchtop, Compact, Fully Automated Clinical Chemistry Machine With Random Access Capability. 2.principle: Photometric And Immunoturbidimetric Methods 3. Machine Must Have A "stat" Module 4. Machine Must Have A High Throughput At Least 200 Tests/hour 5. Barcoded Reagents And Ready To Use 6. Must Be A Walk-away System And With Minimal Maintenance. 7. Must Be Able To Have A Capacity Of At Least 30 On-board Reagent Kits. 8. Reagent Stability Must Be Up To The Manufacturer's Expiration Date. 9. Sample Type: Plasma, Serum, Whole Blood And Body Fluids 10. Must Have Low Water Consumption At Least 1.5l/hour. 11. The Products Delivered Must Be Iso Certified Or Its Equivalent. Certification Of Such Must Be Provided. 12. Provide A Copy Of Valid Certificate Of Product Registration/ Certificate Of Exemption/license To Operate For Medical Device, Whichever Is Applicable. 13. Must Provide A Ce Certificate For The Product Delivered 14 .shelf Life: At Least 12 Months From Date Of Delivery 15. Supplier Shall Provide A Guarantee Letter If The Reagent Delivered Is Less Than 12 Months And Will Comply For The Replacement Of Longer Expiry. 16. Provide Material Safety Data Sheet (msds) For New Reagent/item Upon Delivery 17. Provide A Certification To Conduct Annual Calibration And Quarterly Preventive Maintenance Without Cost To Hospital. 18. Machine Shall Be Lis Ready. 19. The Winning Bidder Must Establish Connectivity With Our Existing Lis (laboratory Information System) Provider And Adhere To The Specified Connectivity Fee Upon Complete Installation. 20. Shall Provide A Certificate As Exclusive Distributorship 21. Must Provide Its On Avr And Ups. "lot Bid 8: Hematology-coagulation " 1 Abnormal Control, Pt/aptt , 10x1ml Box 6 10,000.00 60,000.00 2 Aptt Reagent, 10x5ml Box 5 5,900.00 29,500.00 3 Calcium Chloride Reagent Kit 5 5,500.00 27,500.00 4 Cleaning Solution I For Coagulation, Basic Solution (50ml) Bot 12 1,200.00 14,400.00 5 Cleaning Solution Ii For Coagulation, Acid Solution (45ml) Box 12 4,000.00 48,000.00 6 Cuvettes For Fully Automated Coagulation, 3000's/box Bot 3 9,500.00 28,500.00 7 Normal Control, Pt/aptt ,10x 1ml Box 6 10,000.00 60,000.00 8 Prothrombin Time Reagent, 4mlx10 Box 5 11,900.00 59,500.00 Terms And Conditions: 1.winning Bidder Must Provide A Compact, Fully Automated Coagulation Machine. "2. Principles: Clotting: Scattered Light Detection Method Chromogenics: Colorimetric Method Immunoassay: Latex-enhanced Turbidimetric Method" 3. Must Be Compact With Large Touch Panel And User-friendly 4. Must Be A Walk-away System 5. Throughput Up To 60 Samples/hour With Data Storage Capacity Up To 600 Samples. 6. Sample Type: Plasma 7. Must Provide An Avr And Ups. 8. The Products Delivered Must Be Iso Certified Or Its Equivalent. Certification Of Such Must Be Provided. 9. Provide A Copy Of Valid Certificate Of Product Registration/ Certificate Of Exemption/license To Operate For Medical Device, Whichever Is Applicable. 10.shelf Life: At Least 12 Months From Date Of Delivery 11. Supplier Shall Provide A Guarantee Letter If The Reagent Delivered Is Less Than 12 Months And Will Comply For The Replacement Of Longer Expiry. 12. Provide Material Safety Data Sheet (msds) For New Reagent/item Upon Delivery 13. Provide A Certification To Conduct Annual Calibration And Quarterly Preventive Maintenance Without Cost To Hospital. 14. Machine Shall Be Lis Ready. 15. The Winning Bidder Must Establish Connectivity With Our Existing Lis (laboratory Information System) Provider And Adhere To The Specified Connectivity Fee During Installation. 16. Shall Provide A Certificate As Exclusive Distributor "lot Bid 9: Hematology-inpatient- Automated 6-part Hematology Analyzer With Esr And Reticulocyte Count" 1 Cyanide Free Lysing Sol'n Hgb Determination,1l Bot 12 10,000.00 120,000.00 2 Diluent For Reticulocyte, 1l Bot 2 7,250.00 14,500.00 3 Diluent For Rinsing Rbc And Platelet Dilution ,20l Box 30 11,200.00 336,000.00 4 Esr Solution Reagent,1l Bot 8 10,500.00 84,000.00 5 Lysing Agent For Wbc Diff Count, 1l Bot 20 10,000.00 200,000.00 6 Probe Cleanser,50ml Bot 3 2,000.00 6,000.00 7 Reticuloycte Staining Reagent, 12ml Box 4 19,500.00 78,000.00 8 Wbc Staining Reagent For Diff Count ,12ml Pack 20 8,900.00 178,000.00 Terms And Conditions: Winning Bidder Must Provide A Fully Automated 6-part Hematology Analyzer With Esr And Reticulocyte Count. 1. Can Perform Batch Testing Of Least 10 Samples Per Batch. 2. Lis Ready And Bi-directional. 3. Must Provide Certificate Of Neqas Participation With Excellent Results. 4. With Comprehensive Alarms For Abnormalities. 4. Provide Ups And Avr For The Machine. 5. Provide A Copy Of Valid Certificate Of Product Registration/ Certificate Of Exemption/license To Operate For Medical Device, Whichever Is Applicable. 6. Provide A Back-up Machine. 7. Shelf Life: At Least 12 Months Upon Delivery 8. Supplier Shall Provide A Guarantee Letter If The Reagent Delivered Is Less Than 12 Months And Will Comply For The Replacement Of Longer Expiry. 9. Sample Type: Whole Blood, Body Fluids 10. The Products Delivered Must Be Iso Certified Or Its Equivalent. Certification Of Such Must Be Provided. 11. Provide Material Safety Data Sheet (msds) For New Reagents/items Upon Delivery 12. Provide A Certification To Conduct Annual Calibration And Quarterly Preventive Maintenance Without Cost To Hospital. 13. The Winning Bidder Must Establish Connectivity With Our Existing Lis (laboratory Information System) Provider And Adhere To The Specified Connectivity Fee During Installation. 14. Winning Bidder Must Provide Free Hematology Quality Control. 15. Shall Provide Certificate Of Authorized Distributorship "lot Bid 10: Hematology-outpatient- Automated 6-part Hematology Analyzer" 1 Diluent For Cbc, 20l Box 30 23,000.00 690,000.00 2 Lysing Reagent For Differential, 2l Box 15 10,000.00 150,000.00 3 Rbc Lyse For Hemoglobin, 1.5l Box 6 19,000.00 114,000.00 4 Staining Reagent For Differential, 22ml Box 10 26,000.00 260,000.00 Terms And Conditions: Winning Bidder Must Provide A Fully Automated 6-part Hematology Analyzer With Fluorescence Flow Cytometry. 1. Can Perform Batch Testing Of Least 20 Samples Per Batch. 2. Machine Must Be Capable To Perform Cell Count And Differential Count Using A Body Fluid Specimen 3. Winning Bidder Must Provide The Hematology Quality Control And Washing Solution As Free Of Use. 4. Shall Be Lis Ready And Bi-directional. 5. Must Provide Certificate Of Neqas Participation With Excellent Results. 6. Provide Ups For The Machine. 7. Provide A Copy Of Valid Certificate Of Product Registration/ Certificate Of Exemption/license To Operate For Medical Device, Whichever Is Applicable. 8. Provide Back-up Machine. 9. Shelf Life: At Least 12 Months Upon Delivery 10. Supplier Shall Provide A Guarantee Letter If The Reagent Delivered Is Less Than 12 Months And Will Comply For The Replacement Of Longer Expiry. 11. The Products Delivered Must Be Iso Certified Or Its Equivalent. Certification Of Such Must Be Provided. 12. Provide Material Safety Data Sheet (msds) For New Reagents/items Upon Delivery 13. Provide A Certification To Conduct Annual Calibration And Quarterly Preventive Maintenance Without Cost To Hospital. 14. The Winning Bidder Must Establish Connectivity With Our Existing Lis (laboratory Information System) Provider And Adhere To The Specified Connectivity Fee During Installation. 15. Shall Provide A Certificate As Exclusive Distributorship "lot Bid 11: Clinical Microscopy- Fully Automated Urine Analyzer (inpatient)" 1 Cuvettes For Urine Analysis, 600's/box Box 25 44,000.00 1,100,000.00 2 Conical Tubes(plastic) With Screw Cap, 12cc-15cc Pcs 500 15.00 7,500.00 3 Conical Tubes(plastic), 5cc Pcs 500 15.00 7,500.00 4 Urine Test Strips, Vial Of 150's Box 100 4,500.00 450,000.00 Winning Bidder Must Provide The Following: 1. Shelf Life: At Least 12 Months From Date Of Delivery 2. Shall Provide Quality Control As Free Package. 3. Supplier Shall Provide A Guarantee Letter If The Reagent Delivered Is Less Than 12 Months And Will Comply For The Replacement Of Longer Expiry. 4. Provide A Copy Of Valid Certificate Of Product Registration/ Certificate Of Exemption/license To Operate For Medical Device, Whichever Is Applicable. 5. Provide Material Safety Data Sheet (msds) For New Reagent/item Upon Delivery 6. Provide A Certification To Conduct Annual Calibration And Quarterly Preventive Maintenance Without Cost To Hospital. 7. Shall Provide For Free Use Of The Fully-automated Urine Analyzer. 8. The Winning Bidder Must Establish Connectivity With Our Existing Lis (laboratory Information System) Provider And Adhere To The Specified Connectivity Fee During Installation. 9. The Products Delivered Must Be Iso Certified Or Its Equivalent. Certification Of Such Must Be Provided. 10. Shall Provide Certificate Of Authorized Distributorship "lot Bid 12: Clinical Microscopy- Fully Automated Urine Analyzer (outpatient)" 1 Sheath Fluid For Urine, 20l Pack 12 40,000.00 480,000.00 2 Cleaning Fluid For Urine Analyzer, 500ml Bot 12 7,200.00 86,400.00 3 Diluent Solution For Urine, 500ml Bot 1 6,320.00 6,320.00 4 Detergent Solution For Urine Analyzer, 500ml Bot 3 5,460.00 16,380.00 5 Calibrator For Urine Analyzer, 125ml Bot 3 7,100.00 21,300.00 6 Urine Sediment Solution, 125ml Bot 6 7,100.00 42,600.00 7 Positive Control For Urine Sediment, 125ml Bot 4 7,100.00 28,400.00 8 Negative Control For Urine Sediment, 125ml Bot 4 7,100.00 28,400.00 9 Positive Control For Urine Chemistry, 30-35ml Kit 4 3,880.00 15,520.00 10 Negative Control For Urine Chemistry, 30-35ml Kit 4 3,880.00 15,520.00 11 Urine Strips, 14 Parameters, 100's /bot Bot 24 1,440.00 34,560.00 12 Disposable Plastic Tubes, 10-15ml, 100's Box 50 600.00 30,000.00 Winning Bidder Must Provide The Following: 1. Formed Elements Principle: Flow Imaging Technique 2. Urine Chemistry Principle: Photoelectric Colorimetry 3. Sample Loading Capacity: Maximum Of 50 Samples Per Load 4. Throughput: At Least 60 Tests/hour 5. Sample Volume: At Least 5ml 6. Dimension: At Least 520mmx702mmx566mm 7. Shelf Life: At Least 12 Months From Date Of Delivery 8. Supplier Shall Provide A Guarantee Letter If The Reagent Delivered Is Less Than 12 Months And Will Comply For The Replacement Of Longer Expiry. 9. Provide A Copy Of Valid Certificate Of Product Registration/ Certificate Of Exemption/license To Operate For Medical Device, Whichever Is Applicable. 10. Provide Material Safety Data Sheet (msds) For New Reagent/item Upon Delivery 11. Provide A Certification To Conduct Annual Calibration And Quarterly Preventive Maintenance Without Cost To Hospital. 12. Shall Provide For Free Use Of The Fully-automated Urine Analyzer. 13. The Winning Bidder Must Establish Connectivity With Our Existing Lis (laboratory Information System) Provider And Adhere To The Specified Connectivity Fee During Installation. 14. The Products Delivered Must Be Iso Certified Or Its Equivalent. Certification Of Such Must Be Provided. 15. Shall Provide Certificate Of Exclusive Distributorship "lot Bid 13: Immunoserology" A. Tumor Markers Reagents 1 Psa, Total Reagent, 100s, Quantitative Kit 6 26,315.00 157,890.00 2 Cea Reagent, 100s, Quantitative Kit 6 21,050.00 126,300.00 3 Ca-125 Reagent, 100s, Quantitative Kit 6 29,265.00 175,590.00 4 Ca-19-9 Reagent, 100s, Quantitative Kit 6 30,000.00 180,000.00 5 Afp Reagent, 100's, Quantitative Kit 6 19,500.00 117,000.00 6 Beta-hcg, Total, Reagent, 100s, Quantitative Kit 6 27,000.00 162,000.00 B. Cardiac Markers Reagents 7 Ck-mb Reagent, 100s, Quantitative Kit 9 26,315.00 236,835.00 8 Troponin-i Reagent, 100s, Quantitative Kit 14 37,890.00 530,460.00 9 Probnp Reagent, 100s, Quantitative Kit 6 90,000.00 540,000.00 C. Inflammatory Test 10 Procalcitonin Reagent,quantitative, 100's, Kit 12 90,000.00 1,080,000.00 11 Ferritin Reagent,100's, Quantitative Kit 3 19,000.00 57,000.00 Terms And Conditions: "winning Bidder Must Provide A Fully Automated Machine Using The Principle Of Either Of The Following: A. Chemiluminescence Immunoassay (clia) B. Chemiluminescent Microparticle Immunoassay (cmia)-chemiflex C. Electrochemilumiscence (ecl) Technology" 1. Has A Capacity To Handle At Least 50 Samples Per Run. 2. Lis Ready,bi-directional And Have A Built-in Barcode Reader For Reagent And Specimen. 3. Must Provide Its Own Avr-ups. 4. Can Detect Clot, Liquid Level, Waste Level And Reagent Level. 5. Can Hold A Throughput Of At Least 100 Tests/hour. 6. Machine Must Be Capable Of Different Sample Types: Serum, Plasma, Whole Blood And Urine 7. Machine Must Be Capable To Store Sample Results At Least 50,000 8. Machine Must Have The Capacity To Require Small Sample Volume Of At Least 65ul Per Test 9. Machine Has The Capability To Auto-dilute 10. Machine Must Have A Refrigerated Compartment For Reagent Storage 11. Provide A Copy Of Valid Certificate Of Product Registration/ Certificate Of Exemption/license To Operate For Medical Device, Whichever Is Applicable. 12. Shelf Life: At Least 12 Months From Date Of Delivery 13. Supplier Shall Provide A Guarantee Letter If The Reagent Delivered Is Less Than 12 Months And Will Comply For The Replacement Of Longer Expiry. 14. Provide Material Safety Data Sheet (msds) For New Reagent/item Upon Delivery 15. Provide A Certification To Conduct Annual Calibration And Quarterly Preventive Maintenance Without Cost To Hospital. 16. Provide Consumables For Reagents Under Item A To C Of This Section For Free. 17. The Products Delivered Must Be Iso Certified Or Its Equivalent. Certification Of Such Must Be Provided. 18. The Winning Bidder Must Establish Connectivity With Our Existing Lis (laboratory Information System) Provider And Adhere To The Specified Connectivity Fee During Installation. 19. Must Provide Consumables, Quality Controls And Calibrators As Free In Every Kit. 20. Shall Provide A Certificate Of Authorized Distributorship "lot Bid 14: Immunoserology- Thyroid Panel" 1 Ft3 Reagent, Quantitative, 100's Kit 6 19,500.00 117,000.00 2 Ft4 Reagent, Quantitative, 100's Kit 8 19,500.00 156,000.00 3 Reaction Module, 500-550 Pcs/box Box 6 22,183.00 133,098.00 4 Starter Kit, 3 Pairs/box Box 6 18,000.00 108,000.00 5 Tsh Reagent, Quantitative, 100's Kit 10 19,500.00 195,000.00 6 Wash Concentrate, 6bots/box Box 6 17,555.00 105,330.00 Terms And Conditions: "winning Bidder Must Provide A Fully Automated Machine Using The Principle Of Either Of The Following: A. Chemiluminescence Immunoassay (clia) B. Chemiluminescent Microparticle Immunoassay (cmia)-chemiflex C. Electrochemilumiscence (ecl) Technology" 1. Has A Capacity To Handle At Least 50 Samples Per Run. 2. Lis Ready, Bi-directional And Have A Built-in Barcode Reader For Reagent And Specimen. 3. Must Provide Its Own Avr-ups. 4. Can Detect Clot, Liquid Level, Waste Level And Reagent Level. 5. Can Hold A Throughput Of At Least 100 Tests/hour. 6. Machine Must Be Capable Of Different Sample Types: Serum, Plasma, Whole Blood And Urine 7. Machine Must Be Capable To Store Sample Results At Least 50,000 8. Machine Must Have The Capacity To Require Small Sample Volume Of At Least 65ul Per Test 9. Machine Has The Capability To Auto-dilute 10. Machine Must Have A Refrigerated Compartment For Reagent Storage 11. Provide A Copy Of Valid Certificate Of Product Registration/ Certificate Of Exemption/license To Operate For Medical Device, Whichever Is Applicable. 12. Shelf Life: At Least 12 Months From Date Of Delivery 13. Supplier Shall Provide A Guarantee Letter If The Reagent Delivered Is Less Than 12 Months And Will Comply For The Replacement Of Longer Expiry. 14. Provide Material Safety Data Sheet (msds) For New Reagent/item Upon Delivery 15. Provide A Certification To Conduct Annual Calibration And Quarterly Preventive Maintenance Without Cost To Hospital. 16. The Products Delivered Must Be Iso Certified Or Its Equivalent. Certification Of Such Must Be Provided. 17. The Winning Bidder Must Establish Connectivity With Our Existing Lis (laboratory Information System) Provider And Adhere To The Specified Connectivity Fee During Installation. 18. Must Provide Quality Controls And Calibrators As Free In Every Kit. 19. The Winning Bidder Must Establish Connectivity With Our Existing Lis (laboratory Information System) Provider And Adhere To The Specified Connectivity Fee During Installation. 20. Shall Provide A Certificate Of Authorized Distributorship "lot Bid 15: Immunoserology-infectious Diseases" A. Hepatitis Profile 1 Anti-hav Igm Reagent,quantitative, 100's Kit 4 47,150.00 188,600.00 2 Anti-hbc Reagent,quantitative, 100's Kit 4 30,800.00 123,200.00 3 Anti-hbe Reagent,quantitative, 100's Kit 4 35,300.00 141,200.00 4 Anti-hbs Reagent, Quantitative, 100's Kit 8 19,320.00 154,560.00 5 Anti-hcv Reagent,quantitative, 100's Kit 4 79,540.00 318,160.00 6 Hepatitis B Envelope Antigen (hbeag) Reagent, Quantitative, 100's Kit 4 30,500.00 122,000.00 7 Hepatitis B Surface Antigen (hbsag) Reagent, Quantitative, 100's Kit 15 13,440.00 201,600.00 B. Other Infectious Reagents 8 Anti-tp (syphilis), 100's, Quantitative Kit 4 31,900.00 127,600.00 9 Hiv Ag/ab Combo Reagent, 100's, Quantitative Kit 4 44,300.00 177,200.00 C. Infectious Quality Controls And Calibrators 10 Anti-hav Igm Control, 1-2x 2-4ml Kit 4 13,220.00 52,880.00 11 Anti-hbc Control, 8-10 X 1-2ml Kit 4 6,800.00 27,200.00 12 Anti-hbe Control, 8-10 X 1-2ml Kit 4 11,400.00 45,600.00 13 Anti-hbs, Quality Control Kit 4 8,700.00 34,800.00 14 Anti-hcv Control, 8-10 X 1-2ml Kit 4 13,220.00 52,880.00 15 Hepatitis B Envelope Antigen (hbeag), Control, 8-10 X 1-2ml Kit 4 10,630.00 42,520.00 16 Hepatitis B Surface Antigen (hbsag) Control, 8-10 X 1-2ml Kit 4 8,700.00 34,800.00 17 Hiv Ag/ab Control, 1-2 X 1-2ml, 3 Levels Kit 4 14,300.00 57,200.00 18 Syphilis Control, 1-2 X 1-2ml Kit 4 14,300.00 57,200.00 D.consumables For Infectious Reagents 19 Assay Cups, 60x60 Cups Box 3 7,000.00 21,000.00 20 Assay Tips, 30x120 Box 3 8,240.00 24,720.00 21 Blank Set, 2x50ml Box 3 3,000.00 9,000.00 22 Micro Cups, 500s Box 3 2,000.00 6,000.00 23 Multi-assay Diluent, 2x16ml Box 4 7,700.00 30,800.00 24 Standard Cups, 1000s Box 3 10,960.00 32,880.00 25 System Solution, 4-6x 350-400ml Box 3 3,600.00 10,800.00 26 System Wash, 500ml Bot 3 3,000.00 9,000.00 27 Universal Diluent, 80ml Bot 3 6,100.00 18,300.00 28 Washing Solution, 4-6x 350-400ml Box 3 3,600.00 10,800.00 Terms And Conditions: "winning Bidder Must Provide A Fully Automated Machine Using The Principle Of Either Of The Following: A. Chemiluminescence Immunoassay (clia) B. Chemiluminescent Microparticle Immunoassay (cmia)-chemiflex C. Electrochemilumiscence (ecl) Technology" 1. Has A High Sensitivity And Specificity Of 98 To 99% Per Analyte. 2. Has A Capacity To Handle At Least 50 Samples Per Run. 3. Lis Ready, Bi-directional And Have A Built-in Barcode Reader For Reagent And Specimen. 4. With Carryover-free Pipetting For Samples 5. Must Provide Its Own Avr With Ups. 6. Can Detect Clot, Liquid Level, Waste Level And Reagent Level. 7. Can Hold A Throughput Of At Least 80-100 Tests/hour. "8. Machine Must Be Capable Of Different Sample Types: Serum, Plasma" 9. Machine Must Be Capable To Store Sample Results At Least 2,000 10. Machine Must Have The Capacity To Require Small Sample Volume Of At Least 65ul Per Test 11. Machine Has The Capability To Auto-dilute 12. Machine Must Have A Refrigerated Compartment For Reagent Storage 13. Provide A Copy Of Valid Certificate Of Product Registration/ Certificate Of Exemption/license To Operate For Medical Device, Whichever Is Applicable. 14. Shelf Life: At Least 12 Months From Date Of Delivery 15. Supplier Shall Provide A Guarantee Letter If The Reagent Delivered Is Less Than 12 Months And Will Comply For The Replacement Of Longer Expiry. 16. Must Provide A Brand New Machine. 17. Provide Material Safety Data Sheet (msds) For New Reagent/item Upon Delivery 18. Provide A Certification To Conduct Annual Calibration And Quarterly Preventive Maintenance Without Cost To Hospital. 19. The Products Delivered Must Be Iso Certified Or Its Equivalent. Certification Of Such Must Be Provided. 20. The Winning Bidder Must Establish Connectivity With Our Existing Lis (laboratory Information System) Provider And Adhere To The Specified Connectivity Fee During Installation. 21. Shall Submit A Copy Of Neqas Result For Hiv, Anti-hcv, Syphilis And Hbsag Showing An "excellent" Result. 22. Shall Provide A Document Proof Of Kit Evaluation From Saccl. 23. Shall Provide A Certificate Of Authorized Distributorship "lot Bid 16: Microbiology-automated Microbial Identification And Susceptibility" 1 Dry Plate For The Susceptibility Of Fastidious Organisms, Haemophilus Spp.,10s Box 2 12,000.00 24,000.00 2 Dry Plate For The Susceptibility Of Fastidious Organisms, Streptococcus Spp., 10s Box 6 12,000.00 72,000.00 3 Dry Plate For The Identification Of Gram Negative (gn) Organisms, 10s Box 45 7,500.00 337,500.00 4 Dry Plate For The Susceptibility Of Gram Negative (gn) Organisms, 10s Box 65 7,500.00 487,500.00 5 Dry Plate For The Susceptibility Of Organisms With Detected Extented Spectrum Beta Lactamase (esbl), 10s Box 2 7,500.00 15,000.00 6 Dry Plate For The Identification Of Gram Positive (gp) Organisms, 10s Box 45 7,500.00 337,500.00 7 Dry Plate For The Susceptibility Of Gram Positive (gp) Organisms, 10s Box 60 7,500.00 450,000.00 8 Dry Plate For The Susceptibility Of Yeast (yst) Organisms, 10s Box 12 12,000.00 144,000.00 Terms And Conditions: Winning Bidder Must Provide Free Use Of Machine For Identification And Susceptibility Testing: 1. Provide A Copy Of Valid Certificate Of Product Registration Or Certificate Of Product Exemption. 2. Shelf Life: At Least 12 Months From Date Of Delivery. 3. Supplier Shall Provide A Guarantee Letter If The Reagent Delivered Is Less Than 12 Months And Will Comply For The Replacement Of Longer Expiry. 4. Provide Material Safety Data Sheet (msds) For New Reagent/item Upon Delivery 5. The Products Delivered Must Be Iso Certified Or Its Equivalent. Certification Of Such Must Be Provided. 6. Provide A Certification To Conduct Annual Calibration And Quarterly Preventive Maintenance Without Cost To Hospital. 7. Shall Provide A Certificate Of Authorized Distributorship "lot Bid 17: Microbiology-culture Bottles For Blood And Other Sterile Body Fluids" 1 Culture Bottle, Anaerobic, With Anti-microbial Removal Device (ard) Box 10 30,000.00 300,000.00 2 Culture Bottle, Pediatric With Anti-microbial Removal Device (ard) Box 44 30,000.00 1,320,000.00 Terms And Conditions: Winning Bidder Must Provide Free Use Of Machine For Blood And Other Sterile Body Fluids: 1. Principle: Colorimetry And Carbonate Sensor 2. Capacity: Can Store At Least 60 Culture Bottles 3. Able To Detect In Every 10 Minutes By Each Independent Detector 4. Must Have An Audible Alarm, Door Light Flash And Screen Flash 5. Provide A Copy Of Valid Certificate Of Product Registration, Lto For Medical Device Distributor Or Certificate Of Product Exemption. 6. Shelf Life Of Bottle: At Least 12 Months From Date Of Delivery. 7. Supplier Shall Provide A Guarantee Letter If The Reagent Delivered Is Less Than 12 Months And Will Comply For The Replacement Of Longer Expiry. 8. Provide Material Safety Data Sheet (msds) For New Reagent/item Upon Delivery 9. The Products Delivered Must Be Iso Certified Or Its Equivalent. Certification Of Such Must Be Provided. 10. Provide A Certification To Conduct Annual Calibration And Quarterly Preventive Maintenance Without Cost To Hospital. 11. Shall Provide A Certificate Of Authorized Distributorship "lot Bid 18: Microbiology-rapid Microbial Identification System" 1 Dry Plate System For The Rapid Identification Of Fastidious Organisms: Neisseria Spp.and Haemophilus Spp. (nh) Box 3 25,000.00 75,000.00 2 Dry Plate System For The Rapid Identification Of Fastidious Organisms: Streptococcus Spp. Box 3 25,000.00 75,000.00 3 Dry Plate System For The Rapid Identification System Of Yeast Organisms Box 6 25,000.00 150,000.00 Terms And Conditions: Winning Bidder Must Provide Free Use Of Machine For Rapid Microbial Identification: 1. Shelf Life Of Products: At Least 12 Months From Date Of Delivery. 2. Supplier Shall Provide A Guarantee Letter If The Reagent Delivered Is Less Than 12 Months And Will Comply For The Replacement Of Longer Expiry. 3. Provide Material Safety Data Sheet (msds) For New Reagent/item Upon Delivery 4. The Products Delivered Must Be Iso Certified Or Its Equivalent. Certification Of Such Must Be Provided. 5. Provide A Certification To Conduct Annual Calibration And Quarterly Preventive Maintenance Without Cost To Hospital. 6. Shall Provide A Certificate Of Authorized Distributorship "lot Bid 19: Histopathology" 1 Coverslip, 24x55mm,100's Box 40 140.00 5,600.00 2 10% Neutral Buffered Formalin (at Least 3.8l To 4l) Gal 60 2,600.00 156,000.00 3 Acid Alcohol 1% (at Least 3.8l To 4l) Gal 5 3,375.00 16,875.00 4 Blade (high Profile), 50 Blades/box Box 10 9,250.00 92,500.00 5 Blade (low Profile), 50 Blades/box Box 20 9,250.00 185,000.00 6 Bluing Agent, 1 Gal Bottles 4 2,600.00 10,400.00 7 Decalcifier 1, At Least 400-500ml Bottles 2 1,420.00 2,840.00 8 Decalcifier 2, At Least 400-500ml Bottles 2 1,840.00 3,680.00 9 Dilute Solution,1l Bottles 1 8,500.00 8,500.00 10 Eosin, 3.8l Bottles 4 2,600.00 10,400.00 11 Gills Hematoxylin, 3.8l Bottles 4 2,600.00 10,400.00 12 Gyne Lysis Solution, 1l Bottles 1 8,500.00 8,500.00 13 Orange G-6 Counter Stain, 3.8l Bottles 4 2,600.00 10,400.00 14 Papanicolau Ea-50, 3.8l Bottles 4 2,600.00 10,400.00 15 Reagent Alcohol 100%,1 Gal Gal 75 3,500.00 262,500.00 16 Reagent Alcohol 70%, 1gal Gal 25 3,200.00 80,000.00 17 Reagent Alcohol 80%, 1 Gal Gal 25 3,200.00 80,000.00 18 Reagent Alcohol 95%, 1 Gal Gal 50 3,200.00 160,000.00 19 Sub-x Mounting Media, Atleast 200-300ml Bottles 2 2,218.70 4,437.40 20 Tissue Freezing Medium, 125ml For Cryostat Bottles 2 1,875.00 3,750.00 21 Xylene, Substitute, 1 Gal Gal 50 4,300.00 215,000.00 Terms And Conditions: 1. Provide A Copy Of Valid Certificate Of Product Registration Or Certificate Of Product Exemption. 2. Shelf Life: At Least 12 Months From Date Of Delivery. 3. Supplier Shall Provide A Guarantee Letter If The Reagent Delivered Is Less Than 12 Months And Will Comply For The Replacement Of Longer Expiry. 4. Provide Material Safety Data Sheet (msds) For New Reagent/item Upon Delivery 5. The Products Delivered Must Be Iso Certified Or Its Equivalent. Certification Of Such Must Be Provided. 6. Reagents To Be Delivered Must Be Compatible With Our Existing Machines. "lot Bid 20: Histopathology- Liquid Based Cytology" 1 Cervical Solution For Liquid Based Cytology With Brush, Filter And Slide Kit 100 480.00 48,000.00 Terms And Conditions: Winning Bidder Must Provide The Following: 1. Shelf Life: At Least 12 Months From Date Of Delivery 2. Supplier Shall Provide A Guarantee Letter If The Reagent Delivered Is Less Than 12 Months And Will Comply For The Replacement Of Longer Expiry. 3. Provide A Copy Of Valid Certificate Of Product Registration Or Certificate Of Product Exemption. 4.provide Material Safety Data Sheet (msds) For New Reagent/item Upon Delivery 5. Ready To Use 6. Shall Provide A Brand New Machine For Reagent Tie-up Of Liquid Based Cytology. 7. Shall Provide For Free The Calibration And Preventive Maintenance Of Equipment. 8. The Products Delivered Must Be Iso Certified Or Its Equivalent. Certification Of Such Must Be Provided. 9. Shall Provide A Certificate Of Authorized Distributorship "lot Bid 21: Rapid Tb Diagnostic Laboratory (rtdl)" 1 "mtb/rif Ultra, 50 Cartridges/kit" Kit 15 41,000.00 615,000.00 Terms And Conditions: Winning Bidder Must Provide The Following: 1. Must Be Compatible With Doh-provided Genexpert Machine 1. Shelf Life: At Least 12 Months From Date Of Delivery 2. Supplier Shall Provide A Guarantee Letter If The Reagent Delivered Is Less Than 12 Months And Will Comply For The Replacement Of Longer Expiry. 3. Provide A Copy Of Valid Certificate Of Product Registration Or Certificate Of Product Exemption. 4.provide Material Safety Data Sheet (msds) For New Reagent/item Upon Delivery 5. Ready To Use 7. Shall Provide For Free The Calibration And Preventive Maintenance Of Equipment. 8. The Products Delivered Must Be Iso Certified Or Its Equivalent. Certification Of Such Must Be Provided. 9. Shall Provide A Certificate Of Authorized Distributorship Total Amount: 33,401,819.40
Environmental Management Bureau Tender
Publishing and Printing
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 950.5 K (USD 16.4 K)
Details: Description Request For Quotation (rfq) 1 Lot Inks And Toners Rfq No. 2025-fad-002 The Department Of Environment And Natural Resources – Environmental Management Bureau – National Capital Region (denr-emb-ncr) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications. The Denr-emb-ncr Intends To Apply The Sum Of Nine Hundred Fifty Thousand And Five Hundred Pesos Only (php 950,500.00) Being The 1 Lotinks And Toners, Rfq No. 2025-fad-002. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. A Set Of Technical Specifications Are Provided In Attachment 1. All Items Listed Under The Purchaser’s Specifications Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. Small-value Procurement/shopping Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Per Item Basis, And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. Quotations Must Be Delivered At The Address Below Not Later Than 12:00 P.m. Of February 17 2025. Department Of Environment And Natural Resources Environmental Management Bureau National Capital Region National Ecology Center Compound, East Avenue Diliman, Quezon City Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. Bid/quotation May Be Typewritten And May Be Placed In A Sealed Envelope Marked The 1 Lot Inks And Toners, Rfq No. 2025-fad-002. Or You May Send Your Bid- Quotation Through Fax (02-9313134) Or E-mail (emb.bacsec.ncr125@gmail.com). Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. The Delivery Period Shall Be Within Fifteen (15) Calendar Days From Receipt Of The Purchase Order (p.o) And/or Job Order (j.o). The Supplier Should Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Protect Environment | Protect Life Emb-ncr Building, National Ecology Center Compound, East Ave., Diliman, Quezon City 1100 Telephone No.: (02) 8931-1331 | E-mail: Recordsncr@emb.gov.ph | Ncrsupport@emb.gov.ph Website: Www.ncr.emb.gov.ph Department Of Environment And Natural Resources Environmental Management Bureau National Capital Region National Ecology Center Compound, East Avenue, Diliman, Quezon City The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. The Prospective Bidder Shall Submit The Following: Signed Quotation Form Goods- Technical Specifications And Certification From Regulatory Offices, If Applicable (dole Doh And Etc.) Food Services- Menu Civil Works- Plan, Layout, And Design Proof Of Philgeps Registration; Sec Registration/dti Certificate; Business Permit; Tax Clearance Annual Income Tax Return; Preferably With Proof That The Offered Products/items Are Manufactured By An Iso-9001 And Iso14001 Company Whose Certifications Are Valid On Opening Of Proposal; Preferably In Compliance With Philippine Green Public Procurement Roadmap Of Government Procurement Policy Board (gppb); Letter Of Authenticity Of Manufacturer’s Certification That The Supplier Is An Authorized Reseller/distributor And The Items Are Covered By The Manufacturer’s Warranty Failure To Follow The Above Requirements May Result In Outright Rejection Of Submitted Quotation/s. Awarded Bidder Should Sign The Conforme Within Three (3) Working Days Upon Receipt. Failure To Conform Shall Be The Basis In The Consideration Of Appropriate Responsiveness Of The Bidder, In Which The Procuring Entity Shall Proceed To The Next Lowest Calculated And Responsive Bid. Engr. Divina C. Camarao Bac, Chairperson Attachment 1 Technical Specifications No. Purchaser’s Specifications Quantity / Uom Abc Per Unit Total Abc Rfq No. 2025-fad-002 Hp Toner Cf510a, 204a, Black Hp Toner Cf511a, 204a, Cyan Hp Toner Cf512a, 204a, Yellow Hp Toner Cf513a, 204a, Magenta Hp Toner Cf2310a, 215a, Black Hp Toner Cf2311a, 215a, Cyan Hp Toner Cf2312a, 215a, Yellow Hp Toner Cf2313a, 215a, Magenta Hp680 Ink Black Hp680 Ink Tri Color Hp678 Ink Black Hp678 Ink Tri Color Canon Pg 810 Black, Genuine Canon Cl 811 Tri Color, Genuine 30 Cartridge 50 Cartridge 50 Cartridge 50 Cartridge 20 Cartridge 15 Cartridge 15 Cartridge 15 Cartridge 60 Cartridge 50 Cartridge 20 Cartridge 10 Cartridge 30 Cartridge 30 Cartridge ₱950,500.00 ₱950,500.00 Along With Your Signed Quotation Please Submit The Ff: Philgeps Certificate Dti/ Sec Mayor’s Permit Tax Clearance Annual Income Tax Return Preferably With Proof That The Offered Products / Items Are Manufactured By An Iso-9001 And Iso-14001 Company Whose Certifications Are Valid On The Opening On Proposal. Letter Of Authenticity Of Manufacturer’s Certification That The Supplier Is An Authorized Reseller/distributor And The Items Are Covered By The Manufacturer’s Warranty. Quotation Form Date: Rfq No. Attention: Fad-procurement And Property Management Unit Department Of Environment And Natural Resources Environmental Management Bureau-national Capital Region National Ecology Center Compound East Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Quantity / Uom Deliver Y Site Unit Price (php) Total Price (php) Rfq No. 2025-fad-002 Hp Toner Cf510a, 204a, Black Hp Toner Cf511a, 204a, Cyan Hp Toner Cf512a, 204a, Yellow Hp Toner Cf513a, 204a, Magenta 30 Cartridge 50 Cartridge 50 Cartridge 50 Cartridge Emb- Ncr Hp Toner Cf2310a, 215a, Black 20 Cartridge Hp Toner Cf2311a, 215a, Cyan 15 Cartridge Hp Toner Cf2312a, 215a, Yellow 15 Cartridge Hp Toner Cf2313a, 215a, Magenta 15 Cartridge Hp680 Ink Black 60 Cartridge Hp680 Ink Tri Color 50 Cartridge Hp678 Ink Black 20 Cartridge Hp678 Ink Tri Color 10 Cartridge Canon Pg 810 Black, Genuine 30 Cartridge Canon Cl 811 Tri Color, Genuine 30 Cartridge We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Fifteen (15)-day Delivery Period From Receipt Purchase Order (p.o) Or Job Order (j.o). We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : Postal Address : Email Address : Telephone & Fax No. : Supplier’s Representative : Signature Over Printed Name : Account Name And Branch : Preferably Landbank Account. In Case Of Other Banks, Charges May Apply. Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] Republic Of The Philippines ) City/municipality Of ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [name Of Bidder] Complies With Existing Labor Laws And Standards; And [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: Carefully Examining All Of The Bidding Documents; Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In 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. In Witness Whereof, I Have Hereunto Set My Hand This Day Of , 20 At , Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial] Purchase Request Appendix 60 Department Of Environment & Natural Resources Environmental Management Bureau National Capital Region Fund Cluster: Office/section: Fad-ppmu Pr No.: 2025-01-031 Responsibility Center Code : Date: January 20, 2025 Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost Cartridge Hp Toner Cf510a, 204a, Black 30 ₱ 3,200.00 ₱96,000.00 Cartridge Hp Toner Cf511a, 204a, Cyan 50 ₱ 3,400.00 ₱170,000.00 Cartridge Hp Toner Cf512a, 204a, Yellow 50 ₱ 3,400.00 ₱170,000.00 Cartridge Hp Toner Cf513a, 204a, Magenta 50 ₱ 3,400.00 ₱170,000.00 Cartridge Hp Toner Cf2310a, 215a, Black 20 ₱ 3,000.00 ₱60,000.00 Cartridge Hp Toner Cf2311a, 215a, Cyan 15 ₱ 3,200.00 ₱48,000.00 Cartridge Hp Toner Cf2312a, 215a, Yellow 15 ₱ 3,200.00 ₱48,000.00 Cartridge Hp Toner Cf2313a, 215a, Magenta 15 ₱ 3,200.00 ₱48,000.00 Cartridge Hp680 Ink Black 60 ₱ 500.00 ₱30,000.00 Cartridge Hp680 Ink Tri Color 50 ₱ 500.00 ₱25,000.00 Cartridge Hp678 Ink Black 20 ₱ 650.00 ₱13,000.00 Cartridge Hp678 Ink Tri Color 10 ₱ 650.00 ₱6,500.00 Cartridge Canon Pg 810 Black, Genuine 30 ₱ 1,000.00 ₱30,000.00 Cartridge Canon Cl 811 Tri Color, Genuine 30 ₱ 1,200.00 ₱36,000.00 Total ₱950,500.00 Charged To Gaa - Regular Fund Code: Funds Available: Christine Joy J. Acaban Unit Head, Budget Purpose: For Official Use Of Emb Ncr Requested By: Approved By: Signature: Printed Name: Gemma G. Carino Engr. Maria Dorica Naz-hipe, Ceso V Designation: Chief,fad Regional Director Date: Purchase Request Appendix 60 Department Of Environment & Natural Resources Environmental Management Bureau National Capital Region Fund Cluster: Office/section: Fad-ppmu Pr No.: 2025-01-031 Responsibility Center Code : Date: January 20, 2025 Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost Cartridge Hp Toner Cf510a, 204a, Black 30 ₱ 3,200.00 ₱96,000.00 Cartridge Hp Toner Cf511a, 204a, Cyan 50 ₱ 3,400.00 ₱170,000.00 Cartridge Hp Toner Cf512a, 204a, Yellow 50 ₱ 3,400.00 ₱170,000.00 Cartridge Hp Toner Cf513a, 204a, Magenta 50 ₱ 3,400.00 ₱170,000.00 Cartridge Hp Toner Cf2310a, 215a, Black 20 ₱ 3,000.00 ₱60,000.00 Cartridge Hp Toner Cf2311a, 215a, Cyan 15 ₱ 3,200.00 ₱48,000.00 Cartridge Hp Toner Cf2312a, 215a, Yellow 15 ₱ 3,200.00 ₱48,000.00 Cartridge Hp Toner Cf2313a, 215a, Magenta 15 ₱ 3,200.00 ₱48,000.00 Cartridge Hp680 Ink Black 60 ₱ 500.00 ₱30,000.00 Cartridge Hp680 Ink Tri Color 50 ₱ 500.00 ₱25,000.00 Cartridge Hp678 Ink Black 20 ₱ 650.00 ₱13,000.00 Cartridge Hp678 Ink Tri Color 10 ₱ 650.00 ₱6,500.00 Cartridge Canon Pg 810 Black, Genuine 30 ₱ 1,000.00 ₱30,000.00 Cartridge Canon Cl 811 Tri Color, Genuine 30 ₱ 1,200.00 ₱36,000.00 Total ₱950,500.00 Charged To Gaa - Regular Fund Code: Funds Available: Christine Joy J. Acaban Unit Head, Budget Purpose: For Official Use Of Emb Ncr Requested By: Approved By: Signature: Printed Name: Gemma G. Carino Engr. Maria Dorica Naz-hipe, Ceso V Designation: Chief,fad Regional Director Date: Engr. Christian Dale E. Formeloza App-cse 2025 Form - Other Items Annual Procurement Plan - Commom-use Supplies And Equipment (app-cse) 2025 Form - Other Items Agency Code/uacs: Contact Person: Agency Name: Designation: Organization Type: Email: Region: Contact Number: Address: Introduction: Reminders: This Form Shall Be Utilized By Government Agencies For Items That Are Not Available In The Ps-dbm Catalogue But Are Regularly Purchased From Other Sources. Information Given In This Form Will Serve As A Survey To Identify The Items That May Be Considered As Cse By The Ps-dbm. The App-cse 2025 Form - Other Items Must Be Accomplished Using Excel Only. The App-cse Form - Other Items Shall Be Deemed Incorrect Or Invalid If The Form Used Is In Other Than The Prescribed Format Which Can Be Downloaded In The Ps-dbm Website (www.ps-philgeps.gov.ph). All Information Must Be Provided Accurately. To Fill-out, Find The Item In The 'list Of Items - 1' Tab Of This File Then Type The Desired Product In The Search Bar (working Only For Mirosoft Excel 2013 Or Higher). Copy The Description, Right Click Then Paste As Values In The Dedicated Column Of The Form 'item Description". You May Also Use The 'list Of Items - 2' Then Press Ctrl + F To Find The Item. If It Is Necessary To Input The Details Of The Product, You May Type It In The 'specification' Column Provided Beside The Item Description.the First One Hundred (100) Rows Are Dedicated Only For This Procedure, While The Remaining Rows Is Open For Editing. You Can Insert Additional Rows After The First 100 If Necessary. Upload The App-cse 2025 Form - Other Items Through The Google Forms Link: Https://shorturl.at/adeqo For Further Assistance Or Clarification, Agencies May Contact The Marketing And Sales Division Of Ps-dbm Through Its Mobile Numbers 0918-2954426 (smart) Or 0962-8255199 (smart), Or Email Appcse.helpdesk@ps- Philgeps.gov.ph, Or Visit The Ps-dbm Website (www.ps-philgeps.gov.ph) For The Guide On How To Fill-out The App-cse The App-cse For Fy 2025 Must Be Submitted On Or Before July 31, 2024 No. Unspsc Item Description Specification (input Specific Features Or Composition Of The Item Such As Dimensions, Color, Or Functions) Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount Other Items Not Available At Ps-dbm But Are Regularly Purchased From Other Sources (note: Please Indicate Price Of Items) 1 - Ink Cartridge, Canon Pg-810 Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 990.00 0.00 2 - Ink Cartridge, Canon Cl-811 Tri-color Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,300.00 0.00 3 - Toner Cartridge, Canon 054h, 3028c001 Black Cart 1 0 1 2 13,000.00 0 1 0 1 6,500.00 1 1 0 2 13,000.00 0 0 0 0 0.00 5 6,500.00 32,500.00 4 - Toner Cartridge, Canon 054h, 3025c001 Yellow Cart 0 1 0 1 6,500.00 0 1 0 1 6,500.00 0 1 0 1 6,500.00 0 1 0 1 6,500.00 4 6,500.00 26,000.00 5 - Toner Cartridge, Canon 054h, 3026c001 Magenta Cart 0 1 0 1 6,500.00 0 1 0 1 6,500.00 0 1 0 1 6,500.00 0 1 0 1 6,500.00 4 6,500.00 26,000.00 6 - Toner Cartridge, Canon 054h, 3027c001 Cyan Cart 0 1 0 1 6,500.00 0 1 0 1 6,500.00 0 1 0 1 6,500.00 0 1 0 1 6,500.00 4 6,500.00 26,000.00 7 - Ink Bottle, Hp Gt53, 1vv22aa Black Bottle 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 8 - Ink Bottle, Hp Gt52, M0h54aa Cyan Bottle 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 9 - Ink Bottle, Hp Gt52, M0h55aa Magenta Bottle 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 10 - Ink Bottle, Hp Gt52, M0h56aa Yellow Bottle 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 11 - Toner Cartridge, Hp 202a, Cf500a Black Cart 2 2 1 5 21,000.00 2 2 1 5 21,000.00 2 2 1 5 21,000.00 2 2 1 5 21,000.00 20 4,200.00 84,000.00 12 - Toner Cartridge, Hp 202a, Cf501a Cyan Cart 2 2 1 5 25,000.00 2 2 1 5 25,000.00 2 2 1 5 25,000.00 2 2 1 5 25,000.00 20 5,000.00 100,000.00 13 - Toner Cartridge, Hp 202a, Cf502a Yellow Cart 2 2 1 5 25,000.00 2 2 1 5 25,000.00 2 2 1 5 25,000.00 2 2 1 5 25,000.00 20 5,000.00 100,000.00 14 - Toner Cartridge, Hp 202a, Cf503a Magenta Cart 2 2 1 5 25,000.00 2 2 1 5 25,000.00 2 2 1 5 25,000.00 2 2 1 5 25,000.00 20 5,000.00 100,000.00 15 - Toner Cartridge, Hp 204a, Cf510a Black Cart 10 10 10 30 96,000.00 10 10 10 30 96,000.00 5 5 5 15 48,000.00 5 5 5 15 48,000.00 90 3,200.00 288,000.00 16 - Toner Cartridge, Hp204a, Cf511a Cyan Cart 5 5 5 15 53,250.00 5 5 5 15 53,250.00 5 5 5 15 53,250.00 5 5 5 15 53,250.00 60 3,550.00 213,000.00 17 - Toner Cartridge, Hp204a, Cf512a Yellow Cart 5 5 5 15 53,250.00 5 5 5 15 53,250.00 5 5 5 15 53,250.00 5 5 5 15 53,250.00 60 3,550.00 213,000.00 18 - Toner Cartridge, Hp204a, Cf513a Magenta Cart 5 5 5 15 53,250.00 5 5 5 15 53,250.00 5 5 5 15 53,250.00 5 5 5 15 53,250.00 60 3,550.00 213,000.00 19 - Toner Cartridge, Hp 107a, W1107a Black Cart 0 5 5 10 25,000.00 0 5 5 10 25,000.00 0 5 5 10 25,000.00 0 5 5 10 25,000.00 40 2,500.00 100,000.00 20 - Toner Cartridge, Hp 85a, Ce285a Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 21 - Toner Cartridge, Hp 79a, Cf279a Black Cart 5 0 5 10 39,750.00 0 0 0 0 0.00 5 0 5 10 39,750.00 0 0 0 0 0.00 20 3,975.00 79,500.00 22 - Toner Cartridge, Hp 215a, W2310a Black Cart 5 5 2 12 37,200.00 5 5 2 12 37,200.00 5 5 2 12 37,200.00 5 5 2 12 37,200.00 48 3,100.00 148,800.00 23 - Toner Cartridge, Hp215a, W2311a Cyan Cart 5 5 2 12 39,600.00 5 5 2 12 39,600.00 5 5 2 12 39,600.00 5 5 2 12 39,600.00 48 3,300.00 158,400.00 24 - Toner Cartridge, Hp215a, W2312a Yellow Cart 5 5 2 12 39,600.00 5 5 2 12 39,600.00 5 5 2 12 39,600.00 5 5 2 12 39,600.00 48 3,300.00 158,400.00 25 - Toner Cartridge, Hp215a, W2313a Magenta Cart 5 5 2 12 39,600.00 5 5 2 12 39,600.00 5 5 2 12 39,600.00 5 5 2 12 39,600.00 48 3,300.00 158,400.00 26 - Ink Cartridge, Hp 678, Hpcz107aa Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 600.00 0.00 27 - Ink Cartridge, Hp 678, Hpcz108aa Tri-color Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 600.00 0.00 28 - Ink Cartridge, Hp 680, F6v27aa Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 600.00 0.00 29 - Ink Cartridge, Hp 680, F6v26aa Tri-color Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 600.00 0.00 30 - Ink Cartridge, Hp 955, L0s60aa Black Cart 1 1 1 3 4,200.00 1 1 1 3 4,200.00 1 1 1 3 4,200.00 1 1 1 3 4,200.00 12 1,400.00 16,800.00 31 - Ink Cartridge, Hp 955, L0s51aa Cyan Cart 1 1 1 3 3,300.00 1 1 1 3 3,300.00 1 1 1 3 3,300.00 1 1 1 3 3,300.00 12 1,100.00 13,200.00 32 - Ink Cartridge, Hp 955, L0s57aa Yellow Cart 1 1 1 3 3,300.00 1 1 1 3 3,300.00 1 1 1 3 3,300.00 1 1 1 3 3,300.00 12 1,100.00 13,200.00 33 - Ink Cartridge, Hp 955, L0s54aa Magenta Cart 1 1 1 3 3,300.00 1 1 1 3 3,300.00 1 1 1 3 3,300.00 1 1 1 3 3,300.00 12 1,100.00 13,200.00 34 - Toner, Epson Wf-c5790 (black, Cyan, Yellow, Magenta) Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 15,000.00 0.00 35 - Ink Cartridge, Epson T289 Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 36 - Ink Cartridge, Epson T290 Tri-color Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 37 - Ink Bottle, Epson 003, T00v100 Black Bottle 5 5 5 15 3,000.00 5 5 5 15 3,000.00 5 5 5 15 3,000.00 5 5 5 15 3,000.00 60 200.00 12,000.00 38 - Ink Bottle, Epson 003, T00v200 Cyan Bottle 5 0 5 10 2,000.00 5 0 5 10 2,000.00 5 0 5 10 2,000.00 5 0 5 10 2,000.00 40 200.00 8,000.00 39 - Ink Bottle, Epson 003, T00v300 Magenta Bottle 5 0 5 10 2,000.00 5 0 5 10 2,000.00 5 0 5 10 2,000.00 5 0 5 10 2,000.00 40 200.00 8,000.00 40 - Ink Bottle, Epson 003, T00v400 Yellow Bottle 5 0 5 10 2,000.00 5 0 5 10 2,000.00 5 0 5 10 2,000.00 5 0 5 10 2,000.00 40 200.00 8,000.00 41 - Ink Bottle, Epson 001, C13t03y100 Black Bottle 0 0 1 1 600.00 0 0 1 1 600.00 0 0 1 1 600.00 0 1 1 2 1,200.00 5 600.00 3,000.00 42 - Ink Bottle, Epson 001, C13t03y200 Cyan Bottle 0 0 1 1 400.00 0 0 1 1 400.00 0 0 1 1 400.00 0 1 1 2 800.00 5 400.00 2,000.00 43 - Ink Bottle, Epson 001, C13t03y300 Magenta Bottle 0 0 1 1 400.00 0 0 1 1 400.00 0 0 1 1 400.00 0 1 1 2 800.00 5 400.00 2,000.00 44 - Ink Bottle, Epson 001, C13t03y400 Yellow Bottle 0 0 1 1 400.00 0 0 1 1 400.00 0 0 1 1 400.00 0 1 1 2 800.00 5 400.00 2,000.00 45 - Ink Bottle, Epson 005, T03q100 Black Bottle 1 1 1 3 2,400.00 1 1 1 3 2,400.00 1 1 1 3 2,400.00 1 1 1 3 2,400.00 12 800.00 9,600.00 46 - Ink Bottle, Epson 664, C13t664100 Black Bottle 0 0 5 5 2,000.00 0 0 10 10 4,000.00 0 0 5 5 2,000.00 0 0 10 10 4,000.00 30 400.00 12,000.00 47 - Ink Bottle, Epson 664, C13t664200 Cyan Bottle 0 0 5 5 2,000.00 0 0 5 5 2,000.00 0 0 5 5 2,000.00 0 0 5 5 2,000.00 20 400.00 8,000.00 48 - Ink Bottle, Epson 664, C13t664300 Magenta Bottle 0 0 5 5 2,000.00 0 0 5 5 2,000.00 0 0 5 5 2,000.00 0 0 5 5 2,000.00 20 400.00 8,000.00 49 - Ink Bottle, Epson 664, C13t664400 Yellow Bottle 0 0 5 5 2,000.00 0 0 5 5 2,000.00 0 0 5 5 2,000.00 0 0 5 5 2,000.00 20 400.00 8,000.00 No. Unspsc Item Description Specification (input Specific Features Or Composition Of The Item Such As Dimensions, Color, Or Functions) Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount Other Items Not Available At Ps-dbm But Are Regularly Purchased From Other Sources (note: Please Indicate Price Of Items) 50 - Ink Bottle, Epson 673, T6731 Black Bottle 0 0 0 0 0.00 1 0 0 1 0.00 0 0 0 0 0.00 1 0 0 1 0.00 2 0.00 0.00 51 - Ink Bottle, Epson 673, T6732 Cyan Bottle 0 0 0 0 0.00 1 0 0 1 0.00 0 0 0 0 0.00 1 0 0 1 0.00 2 0.00 0.00 52 - Ink Bottle, Epson 673, T6733 Magenta Bottle 0 0 0 0 0.00 1 0 0 1 0.00 0 0 0 0 0.00 1 0 0 1 0.00 2 0.00 0.00 53 - Ink Bottle, Epson 673, T6734 Yellow Bottle 0 0 0 0 0.00 1 0 0 1 0.00 0 0 0 0 0.00 1 0 0 1 0.00 2 0.00 0.00 54 - Ink Bottle, Epson 673, T6735 Light Cyan Bottle 0 0 0 0 0.00 1 0 0 1 0.00 0 0 0 0 0.00 1 0 0 1 0.00 2 0.00 0.00 55 - Ink Bottle, Epson 673, T6736 Light Magenta Bottle 0 0 0 0 0.00 1 0 0 1 0.00 0 0 0 0 0.00 1 0 0 1 0.00 2 0.00 0.00 56 - Ribbon Cartridge, Epson Lx310, S015632 Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 57 - Ribbon Cartridge, Epson Lq2190, S015531/s015086 Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 58 - Toner Cartridge, Lexmark Network Printer, 58d3h00 Black Cart 0 0 3 3 54,000.00 0 0 0 0 0.00 0 0 3 3 54,000.00 0 0 0 0 0.00 6 18,000.00 108,000.00 59 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 60 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 61 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 62 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 63 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 64 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 65 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 66 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 67 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 68 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 69 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 70 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 71 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 72 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 73 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 74 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 75 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 76 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 77 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 78 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 79 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 80 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 81 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 82 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 83 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 84 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 85 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 86 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 87 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 88 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 89 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 90 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 91 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 92 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 93 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 94 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 95 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 96 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 97 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 98 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 99 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 100 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 No. Unspsc Item Description Specification (input Specific Features Or Composition Of The Item Such As Dimensions, Color, Or Functions) Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount Other Items Not Available At Ps-dbm But Are Regularly Purchased From Other Sources (note: Please Indicate Price Of Items) A. Total ₱ 2,480,000.00 B. Additional Provision For Inflation (10% Of Total) ₱ 248,000.00 C. Additional Provision For Transport And Freight Cost (if Applicable) ₱ - D. Grand Total (a + B+ C) ₱ 2,728,000.00 E. Approved Budget By The Agency Head In Figures And Words: We Hereby Warrant That The Total Amount Reflected In This Annual Procurement Plan To Procure The Listed Common-use Supplies, Materials, And Equipment Has Been Included In Or Is Within Our Approved Budget For The Year. Prepared By: Certified Funds Available / Certified Appropriate Funds Available: Approved By: Jodi Hani C. Leal / Cesar D. Tolentino Property/supply Officer Accountant / Budget Officer Date Prepared: Introduction: App-cse 2025 Form Annual Procurement Plan - Commom-use Supplies And Equipment (app-cse) 2025 Form This Form Contains The Common-use Supplies And Equipment (cse) Being Carried By The Procurement Service – Department Of Budget And Management (ps-dbm) That Shall Be Purchased By Government Agencies. Consistent With The Dbm Circular Letter Nos. 2011-6 And 2011-6-a Dated 25 August 2011 And 28 September 2011, Respectively, The App-cse Shall Serve As The Agency’s Annual Procurement Request For All Its Cse Requirements. Only Agencies With Uploaded App-cse In The Modernized Philippine Government Electronic Procurement System (mphilgeps) Will Be Able To Purchase Cse From The Ps-dbm. Note That The Items Listed On This Form Have Been Arranged In Accordance With The United Nations Standard Products And Services Code (unspsc). Reminders: 1.0 2.0 3.0 The App-cse Form Must Be Accomplished Using Microsoft Excel Format. The App-cse Shall Be Deemed Incorrect Or Invalid If The Form Used Is Other Than The Prescribed Format Which Is Downloadable From The Mphilgeps And Downloads Page Of Ps-dbm Website (www.ps-philgeps.gov.ph). All Information Must Be Provided Accurately. Kindly Refer To The Cse Catalogue On The Ps-dbm Website (www.ps-philgeps.gov.ph) Under The "what We Sell" Tab For The Detailed Technical Specifications And Sample Photo Of The Items. 4.0 Do Not Delete, Add, Or Revise Any Items Or Rows On This Form, Otherwise The Form Will Be Deemed Invalid. 5.0 6.0 7.0 8.0 For Items Not Included On The List Of Part Ii, A Separate File, With The File Name App-cse 2025 Form - Other Items, Can Be Downloaded From The Downloads Page Of Ps-dbm Website (www.ps-philgeps.gov.ph) And Must Be Submitted To Ps-dbm Through This Link: Https://shorturl.at/adeqo. Instructions On How To Fill-out Is Included In The Reminders Of The Form. Once Signed And Approved By The Property/supply Officer, Accountant/budget Officer, And Head Of The Agency/office, Kindly Upload The Soft Copy Of The App-cse In Microsoft Excel Format As Well As The Original Signed Copy In Portable Document Format (pdf) To The Agency's Mphilgeps Account On Or Before The Prescribed Period Or Deadline. Any App-cse Form That Is Unsigned Or Has Incomplete Signature Shall Be Deemed Invalid. Should There Be Changes In The Agency’s Cse Requirements, The Agency May Edit Their Uploaded App-cse Directly On Their Mphilgeps Account. However, The Agency Must Ensure That A Signed And Approved Copy Of The Supplemental App-cse Form Is Available. Note That All Cse Requirements In Excess Of The Quantities Indicated In The Original App-cse Form Will Not Be Served If Not Covered By A Supplemental App-cse. For Further Assistance Or Clarification, Agencies May Contact The Marketing And Sales Division Of Ps-dbm Through Its Mobile Numbers 0918-2954426 (smart) Or 0962-8255199 (smart), Or Email Appcse.helpdesk@ps-philgeps.gov.ph, Or Visit The Ps-dbm Website (www.ps-philgeps.gov.ph) For The Guide On How To Fill-out The App-cse. Environmental Management B Ncr Nec Cmpd., East Ave., Brgy. Central, Quezon City Joy Anne Marie A. Mancera Head, Ppmu Ppmudivision03@gmail.com 8931-13-31 Note: The App-cse For Fy 2025 Must Be Submitted On Or Before 31 July 2024. Department/bureau/office: Agency Code/uacs: Contact Person: Region: Organization Type: Position: Address: E-mail : Telephone/mobile Nos: Item & Specifications Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount Part I. Available At Ps-dbm (main Warehouse And Depots) Alcohol Or Acetone Based Antiseptics 1 12191601-al-e04 Alcohol, Ethyl, 500 Ml Bottle 0 0 0 0 0.00 70 70 70 210 10,590.30 0 0 0 0 0.00 70 70 70 210 10,590.30 420 50.43 21,180.60 2 12191601-al-e03 Alcohol, Ethyl, 1 Gallon Gallon 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 357.09 0.00 Arts And Crafts Equipment And Accessories And Supplies 3 60121413-cb-p01 Clearbook, A4 Size Piece 0 12 0 12 421.92 0 12 0 12 421.92 0 12 0 12 421.92 0 12 0 12 421.92 48 35.16 1,687.68 4 60121413-cb-p02 Clearbook, Legal Size Piece 0 12 0 12 436.32 0 12 0 12 436.32 0 12 0 12 436.32 0 12 0 12 436.32 48 36.36 1,745.28 5 60121534-er-p01 Eraser, Plastic/rubber Piece 0 10 0 10 82.60 0 10 0 10 82.60 0 10 0 10 82.60 0 10 0 10 82.60 40 8.26 330.40 6 60121524-sp-g01 Sign Pen, Extra Fine Tip, Black Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 22.20 0.00 7 60121524-sp-g04 Sign Pen, Fine Tip, Black Piece 30 30 30 90 4,024.80 30 30 30 90 4,024.80 30 30 30 90 4,024.80 30 30 30 90 4,024.80 360 44.72 16,099.20 8 60121524-sp-g07 Sign Pen, Medium Tip, Black Piece 30 30 30 90 5,148.00 30 30 30 90 5,148.00 30 30 30 90 5,148.00 30 30 30 90 5,148.00 360 57.20 20,592.00 9 60121524-sp-g02 Sign Pen, Extra Fine Tip, Blue Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 22.20 0.00 10 60121524-sp-g05 Sign Pen, Fine Tip, Blue Piece 50 50 50 150 6,708.00 50 50 50 150 6,708.00 50 50 50 150 6,708.00 50 50 50 150 6,708.00 600 44.72 26,832.00 11 60121524-sp-g08 Sign Pen, Medium Tip, Blue Piece 80 80 80 240 13,728.00 80 80 80 240 13,728.00 80 80 80 240 13,728.00 80 80 80 240 13,728.00 960 57.20 54,912.00 12 60121524-sp-g03 Sign Pen, Extra Fine Tip, Red Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 22.20 0.00 13 60121524-sp-g06 Sign Pen, Fine Tip, Red Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 45.76 0.00 14 60121524-sp-g09 Sign Pen, Medium Tip, Red Piece 12 12 12 36 2,059.20 12 12 12 36 2,059.20 12 12 12 36 2,059.20 12 12 12 36 2,059.20 144 57.20 8,236.80 15 60121124-wr-p01 Wrapping Paper Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 161.20 0.00 Audio And Visual Equipment And Supplies 16 45121517-do-c03 Document Camera Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 23,623.60 0.00 17 45111609-mm-p01 Multimedia Projector Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 16,588.00 0.00 Batteries And Cells And Accessories 18 26111702-bt-a02 Battery, Dry Cell, Size Aa Pack 100 100 100 300 6,147.00 100 100 100 300 6,147.00 100 100 100 300 6,147.00 100 100 100 300 6,147.00 1200 20.49 24,588.00 19 26111702-bt-a01 Battery, Dry Cell, Size Aaa Pack 100 100 100 300 5,502.00 100 100 100 300 5,502.00 100 100 100 300 5,502.00 100 100 100 300 5,502.00 1200 18.34 22,008.00 Cleaning Equipment And Supplies 20 47131812-af-a01 Air Freshener Can 12 12 12 36 3,143.16 12 12 12 36 3,143.16 12 12 12 36 3,143.16 12 12 12 36 3,143.16 144 87.31 12,572.64 21 47131604-br-s01 Broom (walis Tambo) Piece 8 8 8 24 2,995.20 8 8 8 24 2,995.20 8 8 8 24 2,995.20 8 8 8 24 2,995.20 96 124.80 11,980.80 22 47131604-br-t01 Broom (walis Ting-ting) Piece 12 12 12 36 936.00 12 12 12 36 936.00 12 12 12 36 936.00 12 12 12 36 936.00 144 26.00 3,744.00 23 47131829-tb-c01 Cleaner, Toilet Bowl And Urinal Bottle 10 10 10 30 1,248.00 10 10 10 30 1,248.00 10 10 10 30 1,248.00 10 10 10 30 1,248.00 120 41.60 4,992.00 24 47131805-cl-p01 Cleanser, Scouring Powder Plastic Container 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 23.92 0.00 Item & Specifications Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount 25 47131811-de-b02 Detergent Bar Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 9.34 0.00 26 47131811-de-p02 Detergent Powder, All Purpose Pouch 35 35 35 105 5,678.40 35 35 35 105 5,678.40 35 35 35 105 5,678.40 35 35 35 105 5,678.40 420 54.08 22,713.60 27 47131803-ds-a01 Disinfectant Spray Can 12 12 12 36 5,036.04 12 12 12 36 5,036.04 12 12 12 36 5,036.04 12 12 12 36 5,036.04 144 139.89 20,144.16 28 47131601-du-p01 Dust Pan Piece 0 0 10 10 468.00 0 0 10 10 468.00 0 0 10 10 468.00 0 0 10 10 468.00 40 46.80 1,872.00 29 47131802-fw-p03 Floor Wax, Paste Type, Red Can 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 309.76 0.00 30 47131830-fc-a01 Furniture Cleaner Can 4 4 4 12 1,696.68 4 4 4 12 1,696.68 4 4 4 12 1,696.68 4 4 4 12 1,696.68 48 141.39 6,786.72 31 73101612-hs-l01 Hand Soap, Liquid, 500ml Bottle 40 40 40 120 5,154.00 40 40 40 120 5,154.00 40 40 40 120 5,154.00 40 40 40 120 5,154.00 480 42.95 20,616.00 32 47121804-mp-b01 Mop Bucket Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 2,288.00 0.00 33 47131501-rg-c01 Rags Kilo 0 0 0 0 0.00 0 0 0 0 0.00 0 12 0 12 833.64 0 12 0 12 833.64 24 69.47 1,667.28 34 47131602-sc-n01 Scouring Pad Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 85.63 0.00 35 47121701-tb-p04 Trashbag, Xxl Size Roll/pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 130.00 0.00 36 47121701-tb-p05 Trashbag, Large Size Roll/pack 50 50 50 150 8,892.00 50 50 50 150 8,892.00 50 50 50 150 8,892.00 50 50 50 150 8,892.00 600 59.28 35,568.00 37 47121701-tb-p06 Trashbag, Xl Size Roll/pack 50 50 50 150 13,884.00 50 50 50 150 13,884.00 50 50 50 150 13,884.00 50 50 50 150 13,884.00 600 92.56 55,536.00 38 47121702-wb-p01 Wastebasket Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 43.68 0.00 Color Compounds And Dispersions 39 12171703-si-p01 Ink, For Stamp Pad Bottle 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 28.79 0.00 Consumer Electronics 40 52161535-dv-r02 Digital Voice Recorder Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 7,339.16 0.00 Films 41 13111203-ac-f01 Acetate Roll 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,243.84 0.00 42 13111201-cf-p02 Carbon Film, Legal Size Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 351.83 0.00 Fire Fighting Equipment 43 46191601-fe-m01 Fire Extinguisher, Dry Chemical Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,144.00 0.00 Flag Or Accessories 44 55121905-ph-f01 Philippine National Flag Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 1 0 1 284.84 0 0 0 0 0.00 1 284.84 284.84 Furniture And Furnishings 45 56101504-cm-b01 Monobloc Chair, Beige Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 341.12 0.00 46 56101504-cm-w01 Monobloc Chair, White Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 341.12 0.00 Heating And Ventilation And Air Circulation 47 40101604-ef-c01 Electric Fan, Ceiling Mount, Orbit Type Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,222.00 0.00 48 40101604-ef-g01 Electric Fan, Industrial, Ground Type Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,109.68 0.00 49 40101604-ef-s01 Electric Fan, Stand Type Unit 0 0 1 1 1,560.00 0 0 1 1 1,560.00 0 0 1 1 1,560.00 0 0 1 1 1,560.00 4 1,560.00 6,240.00 50 40101604-ef-w01 Electric Fan, Wall Mount Unit 0 0 1 1 901.68 0 0 1 1 901.68 0 0 1 1 901.68 0 0 1 1 901.68 4 901.68 3,606.72 Information And Communication Technology (ict) Equipment And Devices And Accessories 51 43211507-dsk003 Desktop, For Basic Users Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 24,793.60 0.00 52 43211507-dsk004 Desktop, For Mid-range Users Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 42,390.40 0.00 53 43201827-hd-x02 External Hard Drive Unit 5 0 5 10 30,149.60 5 0 5 10 30,149.60 5 0 5 10 30,149.60 5 0 5 10 30,149.60 40 3,014.96 120,598.40 54 43202010-fd-u04 Flash Drive Piece 5 5 5 15 2,291.10 5 5 5 15 2,291.10 5 5 5 15 2,291.10 5 5 5 15 2,291.10 60 152.74 9,164.40 55 43211503-lap004 Laptop Computer, For Mid-range Users Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 42,380.00 0.00 56 43211503-lap003 Laptop Computer, Lightweight Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 46,800.00 0.00 57 43211708-mo-o02 Computer Mouse, Wireless Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 161.92 0.00 58 43212105-pr-l01 Printer, Laser, Monochrome Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 2,636.89 0.00 Lighting And Fixtures And Accessories 59 39101628-lb-l01 Light-emitting Diode (led) Light Bulb, 7 Watts Piece 12 12 12 36 2,721.96 12 12 12 36 2,721.96 12 12 12 36 2,721.96 12 12 12 36 2,721.96 144 75.61 10,887.84 60 39101628-lt-l01 Light-emitting Diode (led) Linear Tube, 18 Watts Piece 30 30 30 90 18,523.80 30 30 30 90 18,523.80 30 30 30 90 18,523.80 30 30 30 90 18,523.80 360 205.82 74,095.20 Manufacturing Components And Supplies 61 31201610-gl-j02 Glue, All-purpose Bottle 0 0 10 10 621.40 0 0 10 10 621.40 0 0 10 10 621.40 0 0 10 10 621.40 40 62.14 2,485.60 62 31151804-sw-h01 Staple Wire, Heavy Duty (binder Type), 23/13 Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 36.40 0.00 63 31151804-sw-s01 Staple Wire, Standard Box 10 10 10 30 712.80 10 10 10 30 712.80 10 10 10 30 712.80 10 10 10 30 712.80 120 23.76 2,851.20 Item & Specifications Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount 64 31201502-ta-e02 Tape, Electrical Roll 0 0 20 20 389.00 0 0 20 20 389.00 0 0 20 20 389.00 0 0 20 20 389.00 80 19.45 1,556.00 65 31201503-ta-m01 Tape, Masking, 24mm Roll 30 30 30 90 5,011.20 30 30 30 90 5,011.20 30 30 30 90 5,011.20 30 30 30 90 5,011.20 360 55.68 20,044.80 66 31201503-ta-m02 Tape, Masking, 48 Mm Roll 50 50 50 150 18,174.00 50 50 50 150 18,174.00 50 50 50 150 18,174.00 50 50 50 150 18,174.00 600 121.16 72,696.00 67 31201517-ta-p01 Tape, Packaging, 48 Mm Roll 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 22.36 0.00 68 31201512-ta-t01 Tape, Transparent, 24mm Roll 0 0 30 30 530.40 0 0 30 30 530.40 0 0 30 30 530.40 0 0 30 30 530.40 120 17.68 2,121.60 69 31201512-ta-t02 Tape, Transparent, 48 Mm Roll 0 0 30 30 677.10 0 0 30 30 677.10 0 0 30 30 677.10 0 0 30 30 677.10 120 22.57 2,708.40 70 31151507-tw-p01 Twine, Plastic Roll 0 0 10 10 666.20 0 0 0 0 0.00 0 0 10 10 666.20 0 0 0 0 0.00 20 66.62 1,332.40 Measuring And Observing And Testing Equipment 71 41111604-ru-p02 Ruler, Plastic, 450mm Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 19.93 0.00 Office Equipment And Accessories And Supplies 72 44121612-bl-h01 Blade, For General Purpose Cutter/utility Knife Tube 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 16.37 0.00 73 44101602-pb-m01 Binding And Punching Machine Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 9,534.72 0.00 74 44122037-rb-p10 Binding Ring/comb, Plastic, 32 Mm Bundle 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 259.89 0.00 75 44101807-ca-c01 Calculator, Compact Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 235.77 0.00 76 44121710-ch-w01 Chalk, White Enamel Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 32.97 0.00 77 44122105-bf-c01 Clip, Backfold, 19mm Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 9.36 0.00 78 44122105-bf-c02 Clip, Backfold, 25mm Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 15.60 0.00 79 44122105-bf-c03 Clip, Backfold, 32mm Box 12 12 12 36 1,198.08 12 12 12 36 1,198.08 12 12 12 36 1,198.08 12 12 12 36 1,198.08 144 33.28 4,792.32 80 44122105-bf-c04 Clip, Backfold, 50mm Box 12 12 12 36 2,171.52 12 12 12 36 2,171.52 12 12 12 36 2,171.52 12 12 12 36 2,171.52 144 60.32 8,686.08 81 44121801-ct-r02 Correction Tape Piece 40 40 40 120 1,620.00 40 40 40 120 1,620.00 40 40 40 120 1,620.00 40 40 40 120 1,620.00 480 13.50 6,480.00 82 44121612-cu-h01 Cutter/utility Knife, For General Purpose Piece 0 0 5 5 158.60 0 0 5 5 158.60 0 0 5 5 158.60 0 0 5 5 158.60 20 31.72 634.40 83 44111515-df-b01 Data File Box Piece 0 0 10 10 1,458.90 0 0 10 10 1,458.90 0 0 10 10 1,458.90 0 0 10 10 1,458.90 40 145.89 5,835.60 84 44122011-df-f01 Data Folder Piece 50 50 50 150 12,451.50 50 50 50 150 12,451.50 50 50 50 150 12,451.50 50 50 50 150 12,451.50 600 83.01 49,806.00 85 44103202-ds-m01 Dater Stamp Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 434.95 0.00 86 44121506-en-d01 Envelope, Documentary, A4 Box 0 0 0 0 0.00 0 0 5 5 4,149.60 0 0 5 5 4,149.60 0 0 5 5 4,149.60 15 829.92 12,448.80 87 44121506-en-d02 Envelope, Documentary, Legal, Box 5 0 5 10 10,575.80 5 0 5 10 10,575.80 5 0 5 10 10,575.80 5 0 5 10 10,575.80 40 1,057.58 42,303.20 88 44121506-en-x01 Envelope, Expanding, Kraft Box 5 0 5 10 9,399.50 5 0 5 10 9,399.50 5 0 5 10 9,399.50 5 0 5 10 9,399.50 40 939.95 37,598.00 89 44121506-en-x02 Envelope, Expanding, Plastic Piece 0 0 0 0 0.00 0 0 10 10 304.90 0 0 10 10 304.90 0 0 10 10 304.90 30 30.49 914.70 90 44121506-en-m02 Envelope, Mailing Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 432.52 0.00 91 44121504-en-w02 Envelope, Mailing, With Window Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 512.72 0.00 92 44111912-er-b01 Eraser, Felt, For Blackboard/whiteboard Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 14.48 0.00 93 44122118-fa-p01 Fastener Box 30 30 30 90 8,517.60 30 30 30 90 8,517.60 30 30 30 90 8,517.60 30 30 30 90 8,517.60 360 94.64 34,070.40 94 44111515-fo-x01 File Organizer, Expanding, Plastic, Legal Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 90.20 0.00 95 44122018-ft-d01 File Tab Divider, A4 Set 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 11.13 0.00 96 44122018-ft-d02 File Tab Divider, Legal Set 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 14.23 0.00 97 44122011-fo-f01 Folder, Fancy With Slide, A4 Bundle 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 270.40 0.00 98 44122011-fo-f02 Folder, Fancy With Slide, Legal Bundle 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 291.20 0.00 99 44122011-fo-l01 Folder, L-type, A4 Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 200.28 0.00 100 44122011-fo-l02 Folder, L-type, Legal Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 249.08 0.00 101 44122027-fo-p01 Folder, Pressboard Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 952.64 0.00 102 44122011-fo-t01 Folder With Tab, A4 Pack 0 0 5 5 1,898.00 0 0 5 5 1,898.00 0 0 5 5 1,898.00 0 0 5 5 1,898.00 20 379.60 7,592.00 103 44122011-fo-t02 Folder With Tab, Legal Pack 0 0 10 10 4,139.20 0 0 10 10 4,139.20 0 0 10 10 4,139.20 0 0 10 10 4,139.20 40 413.92 16,556.80 104 44122008-it-t01 Index Tab Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 67.60 0.00 105 44121716-ma-f01 Marker, Flourescent Set 20 20 20 60 1,866.60 20 20 20 60 1,866.60 20 20 20 60 1,866.60 20 20 20 60 1,866.60 240 31.11 7,466.40 106 44121708-mp-b01 Marker, Permanent, Black Piece 60 60 60 180 1,488.60 60 60 60 180 1,488.60 60 60 60 180 1,488.60 60 60 60 180 1,488.60 720 8.27 5,954.40 107 44121708-mp-b02 Marker, Permanent, Blue Piece 60 60 60 180 1,488.60 60 60 60 180 1,488.60 60 60 60 180 1,488.60 60 60 60 180 1,488.60 720 8.27 5,954.40 108 44121708-mp-b03 Marker, Permanent, Red Piece 0 0 12 12 99.24 0 0 12 12 99.24 0 0 12 12 99.24 0 0 12 12 99.24 48 8.27 396.96 109 44121708-mw-b01 Marker, Whiteboard, Black Piece 15 15 15 45 434.25 15 15 15 45 434.25 15 15 15 45 434.25 15 15 15 45 434.25 180 9.65 1,737.00 110 44121708-mw-b02 Marker, Whiteboard, Blue Piece 15 15 15 45 434.25 15 15 15 45 434.25 15 15 15 45 434.25 15 15 15 45 434.25 180 9.65 1,737.00 Item & Specifications Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount 111 44121708-mw-b03 Marker, Whiteboard, Red Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 9.65 0.00 112 44122104-pc-g01 Paper Clip, Vinly/plastic Coated, 33mm Box 15 15 15 45 396.90 15 15 15 45 396.90 15 15 15 45 396.90 15 15 15 45 396.90 180 8.82 1,587.60 113 44122104-pc-j02 Paper Clip, Vinly/plastic Coated, Jumbo, 50mm Box 15 15 15 45 875.70 15 15 15 45 875.70 15 15 15 45 875.70 15 15 15 45 875.70 180 19.46 3,502.80 114 44101603-ps-m02 Paper Shredder Unit 0 0 1 1 18,718.96 0 0 0 0 0.00 0 0 1 1 18,718.96 0 0 0 0 0.00 2 18,718.96 37,437.92 115 44101601-pt-m02 Paper Trimmer/cutting Machine Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 9,297.60 0.00 116 44121706-pe-l01 Pencil, Lead/graphite, With Eraser Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 44.71 0.00 117 44121619-ps-m01 Pencil Sharpener Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 236.08 0.00 118 44101602-pu-p01 Puncher, Paper, Heavy Duty Piece 5 5 5 15 2,308.80 5 5 5 15 2,308.80 5 5 5 15 2,308.80 5 5 5 15 2,308.80 60 153.92 9,235.20 119 44122101-ru-b01 Rubber Band No. 18 Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 135.20 0.00 120 44121905-sp-f01 Stamp Pad, Felt Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 39.92 0.00 121 44121618-ss-s01 Scissors, Symmetrical/asymmetrical Pair 5 5 5 15 982.80 5 5 5 15 982.80 5 5 5 15 982.80 5 5 5 15 982.80 60 65.52 3,931.20 122 44121615-st-s01 Stapler, Standard Type Piece 0 0 10 10 1,976.00 0 0 10 10 1,976.00 0 0 10 10 1,976.00 0 0 10 10 1,976.00 40 197.60 7,904.00 123 44121615-st-b01 Stapler, Heavy Duty (binder) Unit 0 0 1 1 693.15 0 0 0 0 0.00 0 0 1 1 693.15 0 0 0 0 0.00 2 693.15 1,386.30 124 44121613-sr-p02 Staple Remover, Plier-type Piece 15 15 15 45 2,092.95 15 15 15 45 2,092.95 15 15 15 45 2,092.95 15 15 15 45 2,092.95 180 46.51 8,371.80 125 44121605-td-t01 Tape Dispenser, Table Top Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 77.58 0.00 Paper Materials And Products 126 14111525-ca-a01 Cartolina, Assorted Colors Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 83.72 0.00 127 14111506-cf-l11 Computer Continuous Form, 1 Ply, 280mm X 241mm Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 945.36 0.00 128 14111506-cf-l12 Computer Continuous Form, 1 Ply, 280mm X 378mm Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,973.92 0.00 129 14111514-np-s02 Notepad, Stick-on, 50mm X 76mm Pad 30 30 30 90 3,335.40 30 30 30 90 3,335.40 30 30 30 90 3,335.40 30 30 30 90 3,335.40 360 37.06 13,341.60 130 14111514-np-s04 Notepad, Stick-on, 76mm X 100mm Pad 30 30 30 90 5,335.20 30 30 30 90 5,335.20 30 30 30 90 5,335.20 30 30 30 90 5,335.20 360 59.28 21,340.80 131 14111514-np-s03 Notepad, Stick-on, 76mm X 76mm Pad 30 30 30 90 4,680.00 30 30 30 90 4,680.00 30 30 30 90 4,680.00 30 30 30 90 4,680.00 360 52.00 18,720.00 132 14111514-nb-s02 Steno Notebook Piece 0 0 20 20 280.80 0 0 20 20 280.80 0 0 20 20 280.80 0 0 20 20 280.80 80 14.04 1,123.20 133 14111507-pp-m01 Paper, Multicopy A4 Ream 50 50 50 150 32,070.00 50 50 50 150 32,070.00 50 50 50 150 32,070.00 50 50 50 150 32,070.00 600 213.80 128,280.00 134 14111507-pp-m02 Paper, Multicopy Legal Ream 10 10 10 30 6,988.80 10 10 10 30 6,988.80 10 10 10 30 6,988.80 10 10 10 30 6,988.80 120 232.96 27,955.20 135 14111507-pp-c01 Paper, Multipurpose A4 Ream 50 50 50 150 20,661.00 50 50 50 150 20,661.00 50 50 50 150 20,661.00 50 50 50 150 20,661.00 600 137.74 82,644.00 136 14111507-pp-c02 Paper, Multipurpose Legal Ream 10 10 10 30 4,767.30 10 10 10 30 4,767.30 10 10 10 30 4,767.30 10 10 10 30 4,767.30 120 158.91 19,069.20 137 14111531-pp-r01 Pad Paper, Ruled Pad 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 34.82 0.00 138 14111503-pa-p01 Paper, Parchment Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 154.21 0.00 139 14111531-re-b01 Record Book, 300 Pages Book 10 10 10 30 2,751.00 10 10 10 30 2,751.00 10 10 10 30 2,751.00 10 10 10 30 2,751.00 120 91.70 11,004.00 140 14111531-re-b02 Record Book, 500 Pages Book 20 20 20 60 7,473.60 20 20 20 60 7,473.60 20 20 20 60 7,473.60 20 20 20 60 7,473.60 240 124.56 29,894.40 141 14111704-tt-p04 Tissue, Interfolded Paper Towel Pack 100 100 100 300 10,140.00 100 100 100 300 10,140.00 100 100 100 300 10,140.00 100 100 100 300 10,140.00 1200 33.80 40,560.00 142 14111704-tt-p02 Toilet Tissue Paper, 2 Ply Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 99.84 0.00 Perfumes Or Colognes Or Fragrances 143 53131626-hs-s01 Hand Sanitizer Bottle 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 85.08 0.00 Pesticides Or Pest Repellents 144 10191509-in-a01 Insecticide Can 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 139.36 0.00 Printed Publications 145 55101524-ra-h01 Handbook On Philippine Government Procurement (ra 9184 And Its Irr) Book 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 37.21 0.00 Printer Or Facsimile Or Photocopier Supplies (consumables) 1 44103109-br-d05 Drum Cartridge, Brother Dr-3455, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 6,947.20 0.00 2 44103105-ca-c04 Ink Cartridge, Canon Cl-741, Colored Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,126.32 0.00 3 44103105-ca-c02 Ink Cartridge, Canon Cl-811, Colored Cart 10 10 10 30 35,349.60 10 10 10 30 35,349.60 10 10 10 30 35,349.60 10 10 10 30 35,349.60 120 1,178.32 141,398.40 4 44103105-ca-b04 Ink Cartridge, Canon Pg-740, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 861.12 0.00 5 44103105-ca-b02 Ink Cartridge, Canon Pg-810, Black Cart 20 20 20 60 53,539.20 20 20 20 60 53,539.20 20 20 20 60 53,539.20 20 20 20 60 53,539.20 240 892.32 214,156.80 6 44103105-ep-b17 Ink Cartridge, Epson C13t664100 (t6641), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 231.90 0.00 7 44103105-ep-c17 Ink Cartridge, Epson C13t664200 (t6642), Cyan Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 242.20 0.00 8 44103105-ep-m17 Ink Cartridge, Epson C13t664300 (t6643), Magenta Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 242.20 0.00 9 44103105-ep-y17 Ink Cartridge, Epson C13t664400 (t6644), Yellow Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 242.20 0.00 Item & Specifications Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount 10 44103105-hp-b40 Ink Cartridge, Hp C2p04aa (hp62), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 852.80 0.00 11 44103105-hp-t40 Ink Cartridge, Hp C2p06aa (hp62), Tri-color Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,048.32 0.00 12 44103105-hp-b09 Ink Cartridge, Hp C9351aa (hp21), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 910.00 0.00 13 44103105-hp-t10 Ink Cartridge, Hp C9352aa (hp22), Tri-color Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,053.52 0.00 14 44103105-hp-b17 Ink Cartridge, Hp Cc640wa (hp60), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 880.88 0.00 15 44103105-hp-t17 Ink Cartridge, Hp Cc643wa (hp60), Tri-color Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,047.28 0.00 16 44103105-hx-c40 Ink Cartridge, Hp Cd972aa (hp920xl), Cyan Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 823.68 0.00 17 44103105-hx-m40 Ink Cartridge, Hp Cd973aa (hp920xl), Magenta Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 823.68 0.00 18 44103105-hx-y40 Ink Cartridge, Hp Cd974aa (hp920xl), Yellow Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 823.68 0.00 19 44103105-hx-b40 Ink Cartridge, Hp Cd975aa (hp920xl), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,541.28 0.00 20 44103105-hp-b20 Ink Cartridge, Hp Ch561wa (hp61), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 865.28 0.00 21 44103105-hp-t20 Ink Cartridge, Hp Ch562wa (hp61), Tri-color Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,066.00 0.00 22 44103105-hx-b43 Ink Cartridge, Hp Cn045aa (hp950xl), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,970.80 0.00 23 44103105-hx-c43 Ink Cartridge, Hp Cn046aa (hp951xl), Cyan Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,517.36 0.00 24 44103105-hx-m43 Ink Cartridge, Hp Cn047aa (hp951xl), Magenta Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,517.36 0.00 25 44103105-hx-y43 Ink Cartridge, Hp Cn048aa (hp951xl), Yellow Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,517.36 0.00 26 44103105-hp-b36 Ink Cartridge, Hp Cn692aa (hp704), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 419.12 0.00 27 44103105-hp-t36 Ink Cartridge, Hp Cn693aa (hp704), Tri-color Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 419.12 0.00 28 44103105-hp-b33 Ink Cartridge, Hp Cz107aa (hp678), Black Cart 5 5 5 15 6,068.40 5 5 5 15 6,068.40 5 5 5 15 6,068.40 5 5 5 15 6,068.40 60 404.56 24,273.60 29 44103105-hp-t33 Ink Cartridge, Hp Cz108aa (hp678), Tri-color Cart 5 5 5 15 6,068.40 5 5 5 15 6,068.40 5 5 5 15 6,068.40 5 5 5 15 6,068.40 60 404.56 24,273.60 30 44103105-hp-t43 Ink Cartridge, Hp F6v26aa (hp680), Tri-color Cart 20 20 20 60 25,459.20 20 20 20 60 25,459.20 20 20 20 60 25,459.20 20 20 20 60 25,459.20 240 424.32 101,836.80 31 44103105-hp-b43 Ink Cartridge, Hp F6v27aa (hp680), Black Cart 25 25 25 75 31,824.00 25 25 25 75 31,824.00 25 25 25 75 31,824.00 25 25 25 75 31,824.00 300 424.32 127,296.00 32 44103105-hp-c50 Ink Cartridge, Hp L0s51aa (hp955), Cyan Original Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 982.80 0.00 33 44103105-hp-m50 Ink Cartridge, Hp L0s54aa (hp955), Magenta Original Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 982.80 0.00 34 44103105-hp-y50 Ink Cartridge, Hp L0s57aa (hp955), Yellow Original Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 982.80 0.00 35 44103105-hp-b50 Ink Cartridge, Hp L0s60aa (hp955), Black Original Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,294.80 0.00 36 44103105-hx-c48 Ink Cartridge, Hp L0s63aa (hp955xl), Cyan Original Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,339.52 0.00 37 44103105-hx-m48 Ink Cartridge, Hp L0s66aa (hp955xl), Magenta Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,339.52 0.00 38 44103105-hx-y48 Ink Cartridge, Hp L0s69aa (hp955xl), Yellow Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,339.52 0.00 39 44103105-hx-b48 Ink Cartridge, Hp L0s72aa (hp955xl), Black Original Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,817.92 0.00 40 44103105-hp-c51 Ink Cartridge, Hp T6l89aa (hp905), Cyan Original Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 468.00 0.00 41 44103105-hp-m51 Ink Cartridge, Hp T6l93aa (hp905), Magenta Original Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 468.00 0.00 42 44103105-hp-y51 Ink Cartridge, Hp T6l97aa (hp905), Yellow Original Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 468.00 0.00 43 44103105-hp-b51 Ink Cartridge, Hp T6m01aa (hp905), Black Original Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 774.80 0.00 44 44103112-ep-r05 Ribbon Cartridge, Epson C13s015516 (#8750), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 77.43 0.00 45 44103112-ep-r13 Ribbon Cartridge, Epson C13s015632, Black Cart 4 4 4 12 935.28 4 4 4 12 935.28 4 4 4 12 935.28 4 4 4 12 935.28 48 77.94 3,741.12 46 44103112-ep-r07 Ribbon Cartridge, Epson C13s015531 (s015086) Cart 1 1 1 3 2,455.44 1 1 1 3 2,455.44 1 1 1 3 2,455.44 1 1 1 3 2,455.44 12 818.48 9,821.76 47 44103103-br-b09 Toner Cartridge, Brother Tn-3320, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 3,567.20 0.00 48 44103103-br-b11 Toner Cartridge, Brother Tn-3350, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 5,002.40 0.00 49 44103103-br-b15 Toner Cartridge, Brother Tn-3478, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 5,575.44 0.00 50 44103103-br-b16 Toner Cartridge, Brother Tn-456 Black, High Yield Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 4,564.56 0.00 51 44103103-br-c03 Toner Cartridge, Brother Tn-456 Cyan, High Yield Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 7,716.80 0.00 52 44103103-br-m03 Toner Cartridge, Brother Tn-456 Magenta, High Yield Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 7,716.80 0.00 53 44103103-br-y03 Toner Cartridge, Brother Tn-456 Yellow, High Yield Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 7,716.80 0.00 54 44103103-ca-b00 Toner Cartridge, Canon Crg-324 Ii Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 13,399.36 0.00 55 44103103-hp-b12 Toner Cartridge, Hp Cb435a, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 3,439.28 0.00 56 44103103-hp-b18 Toner Cartridge, Hp Ce255a, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 7,705.36 0.00 57 44103103-hp-b21 Toner Cartridge, Hp Ce278a, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 4,152.72 0.00 58 44103103-hp-b22 Toner Cartridge, Hp Ce285a (hp85a), Black Cart 10 10 0 20 71,968.00 10 10 0 20 71,968.00 10 10 0 20 71,968.00 10 10 0 20 71,968.00 80 3,598.40 287,872.00 Item & Specifications Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount 59 44103103-hp-b23 Toner Cartridge, Hp Ce310a, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 2,608.32 0.00 60 44103103-hp-c23 Toner Cartridge, Hp Ce311a, Cyan Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 2,897.44 0.00 61 44103103-hp-y23 Toner Cartridge, Hp Ce312a, Yellow Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 2,897.44 0.00 62 44103103-hp-m23 Toner Cartridge, Hp Ce313a, Magenta Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 2,897.44 0.00 63 44103103-hp-b28 Toner Cartridge, Hp Ce505a, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 4,495.92 0.00 64 44103103-hp-b52 Toner Cartridge, Hp Cf217a (hp17a), Black Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 3,194.88 0.00 65 44103103-hp-b53 Toner Cartridge, Hp Cf226a (hp26a), Black Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 5,822.96 0.00 66 44103103-hp-b56 Toner Cartridge, Hp Cf281a (hp81a), Black Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 8,658.00 0.00 67 44103103-hp-b57 Toner Cartridge, Hp Cf283a (hp83a), Laserjet Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 3,367.52 0.00 68 44103103-hp-b58 Toner Cartridge, Hp Cf287a (hp87), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 10,908.56 0.00 69 44103103-hp-b60 Toner Cartridge, Hp Cf350a, Black Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 2,856.88 0.00 70 44103103-hp-c60 Toner Cartridge, Hp Cf351a, Cyan Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 2,943.20 0.00 71 44103103-hp-y60 Toner Cartridge, Hp Cf352a, Yellow Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 2,943.20 0.00 72 44103103-hp-m60 Toner Cartridge, Hp Cf353a, Magenta Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 2,943.20 0.00 73 44103103-hp-b61 Toner Cartridge, Hp Cf360a (hp508a), Black Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 7,803.12 0.00 74 44103103-hp-c61 Toner Cartridge, Hp Cf361a (hp508a), Cyan Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 9,783.28 0.00 75 44103103-hp-y61 Toner Cartridge, Hp Cf362a (hp508a), Yellow Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 9,783.28 0.00 76 44103103-hp-m61 Toner Cartridge, Hp Cf363a (hp508a), Magenta Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 9,783.28 0.00 77 44103103-hp-b62 Toner Cartridge, Hp Cf400a (hp201a), Black Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 3,439.28 0.00 78 44103103-hp-c62 Toner Cartridge, Hp Cf401a (hp201a), Cyan Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 4,063.28 0.00 79 44103103-hp-y62 Toner Cartridge, Hp Cf402a (hp201a), Yellow Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 4,063.28 0.00 80 44103103-hp-m62 Toner Cartridge, Hp Cf403a (hp201a), Magenta Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 4,063.28 0.00 81 44103103-hp-b63 Toner Cartridge, Hp Cf410a (hp410a), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 4,328.48 0.00 82 44103103-hp-c63 Toner Cartridge, Hp Cf411a (hp410a), Cyan Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 5,592.08 0.00 83 44103103-hp-y63 Toner Cartridge, Hp Cf412a (hp410a), Yellow Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 5,592.08 0.00 84 44103103-hp-m63 Toner Cartridge, Hp Cf413a (hp410a), Magenta Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 5,592.08 0.00 85 44103103-hp-b34 Toner Cartridge, Hp Q2612a, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 4,155.84 0.00 86 44103103-hp-b48 Toner Cartridge, Hp Q7553a, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 4,680.00 0.00 Software 1 43231513-sft-001 Business Function Specific Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 2 43231602-sft-002 Finance Accounting And Enterprise Resource Planning Erp Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 3 43232004-sft-003 Computer Game Or Entertainment Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 4 43232107-sft-004 Content Authoring And Editing Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 5 43232202-sft-005 Content Management Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 6 43232304-sft-006 Data Management And Query Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 7 43232402-sft-007 Development Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 8 43232505-sft-008 Educational Or Reference Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 9 43232603-sft-009 Industry Specific Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 10 43233501-sft-016 Information Exchange Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 11 43232701-sft-010 Network Applications Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 12 43232802-sft-011 Network Management Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 13 43232905-sft-012 Networking Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 14 43233004-sft-013 Operating Environment Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 15 43233205-sft-014 Security And Protection Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 16 43233405-sft-015 Utility And Device Driver Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 Part Ii. Other Items Not Available At Ps-dbm But Are Regularly Purchased From Other Sources (note: Please Indicate Price Of Items) 1 80141505-ts-001 Ballpen Piece 100 100 100 300 3,900.00 100 100 100 300 3,900.00 100 100 100 300 3,900.00 100 100 100 300 3,900.00 1200 13.00 15,600.00 2 80141505-ts-002 Multifunction Printer Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 3 80141505-ts-003 Laminating Film Pack 5 5 5 15 6,000.00 5 5 5 15 6,000.00 5 5 5 15 6,000.00 5 5 5 15 6,000.00 60 400.00 24,000.00 Item & Specifications Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount 4 80141505-ts-004 Sticker Paper Pack 0 0 10 10 600.00 0 0 10 10 600.00 0 0 10 10 600.00 0 0 10 10 600.00 40 60.00 2,400.00 5 80141505-ts-005 Double Sided Tape Roll 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 6 80141505-ts-006 Photo Paper Pack 0 0 10 10 1,900.00 0 0 10 10 1,900.00 0 0 10 10 1,900.00 0 0 10 10 1,900.00 40 190.00 7,600.00 7 80141505-ts-007 Bleaching Solution Bottle 0 0 0 0 0.00 0 0 50 50 12,000.00 0 0 0 0 0.00 0 0 50 50 12,000.00 100 240.00 24,000.00 8 80141505-ts-008 Certificate Frame Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 9 80141505-ts-009 Certificate Holder Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 10 80141505-ts-010 Uninterruptible Power Supply Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 11 80141505-ts-011 Air Conditioning Unit Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 12 80141505-ts-012 Smart Television Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 13 80141505-ts-013 White Board Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 14 80141505-ts-014 Microphone Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 15 80141505-ts-015 Medal Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 16 80141505-ts-016 Dishwashing Liquid Bottle 10 10 10 30 9,900.00 10 10 10 30 9,900.00 10 10 10 30 9,900.00 10 10 10 30 9,900.00 120 330.00 39,600.00 17 80141505-ts-017 Plastic Fastener Box 10 10 10 30 1,410.00 10 10 10 30 1,410.00 10 10 10 30 1,410.00 10 10 10 30 1,410.00 120 47.00 5,640.00 18 80141505-ts-018 Steel Filing Cabinet Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 19 80141505-ts-019 Vellum Board Paper Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 20 80141505-ts-020 Extension Cord Piece 0 0 0 0 0.00 5 5 5 15 18,000.00 0 0 0 0 0.00 5 5 5 15 18,000.00 30 1,200.00 36,000.00 21 80141505-ts-021 Paint Gallon 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 22 80141505-ts-022 Colored Paper Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 23 80141505-ts-023 Bond Paper Ream 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 24 80141505-ts-024 Push Pin Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 25 80141505-ts-025 Door Mat Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 26 80141505-ts-026 Glue Stick (paste) Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 27 80141505-ts-027 Glue Stick (for Glue Gun) Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 28 80141505-ts-028 Deodorant Cake Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 29 80141505-ts-029 Disposable Gloves Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 30 80141505-ts-030 Office Chair Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 31 80141505-ts-031 Manila Paper Pack 0 0 10 10 800.00 0 0 0 0 0.00 0 0 10 10 800.00 0 0 0 0 0.00 20 80.00 1,600.00 32 80141505-ts-032 Automotive Batteries Piece 0 1 0 1 7,500.00 0 1 0 1 7,500.00 0 1 0 1 7,500.00 0 1 0 1 7,500.00 4 7,500.00 30,000.00 33 80141505-ts-033 Padlock Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 34 80141505-ts-034 Mobile Phone Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 35 80141505-ts-035 Compact Disc Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 36 80141505-ts-036 Amplifier Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 37 80141505-ts-037 Storage Box Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 38 80141505-ts-038 Plastic Envelope Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 39 80141505-ts-039 Document Scanner Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 40 80141505-ts-040 Water Dispenser Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 41 80141505-ts-041 Paracetamol Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 42 80141505-ts-042 Glue Gun Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 43 80141505-ts-043 Inkjet Printer Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 44 80141505-ts-044 Speakers Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 45 80141505-ts-045 Povidone Iodine Bottle 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 46 80141505-ts-046 Keyboard Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 47 80141505-ts-047 Dslr Camera Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 48 80141505-ts-048 Steel Rack Set 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 49 80141505-ts-049 Laminating Machine Unit 0 0 1 1 5,000.00 0 0 0 0 0.00 0 0 1 1 5,000.00 0 0 0 0 0.00 2 5,000.00 10,000.00 50 80141505-ts-050 Fuel Filters Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 51 80141505-ts-051 Airline Tickets (domestic) Ticket 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 52 80141505-ts-052 Airline Tickets (international) Ticket 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 Item & Specifications Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount 53 80141505-ts-053 Car (sedan Or Hatchback) Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 46 80141505-ts-054 Multi-purpose Vehicle (mpv) Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 47 80141505-ts-055 Sports Utility Vehicle (suv) Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 48 80141505-ts-056 Passenger Van Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 49 80141505-ts-057 Van Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 50 80141505-ts-058 Tri-wheel Vehicle Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 51 80141505-ts-059 Pick-up Truck Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 52 80141505-ts-060 All-terrain Vehicle (atv) Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 53 80141505-ts-061 Assembled Owner-type Jeep Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 50 80141505-ts-062 Assembled Passenger Jeepney-type Vehicle Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 51 80141505-ts-063 Motorcycle Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 52 80141505-ts-064 Bus Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 53 80141505-ts-065 Mini Bus Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 A. Total ₱ 2,576,442.32 B. Additional Provision For Inflation (10% Of Total) ₱ 257,644.23 C. Additional Provision For Transport And Freight Cost (if Applicable) ₱ - D. Grand Total (a + B+ C) ₱ 2,834,086.55 E. Approved Budget By The Agency Head In Figures And Words: We Hereby Warrant That The Total Amount Reflected In This Annual Procurement Plan To Procure The Listed Common-use Supplies, Materials, And Equipment Has Been Included In Or Is Within Our Approved Budget For The Year. Prepared By: Certified Funds Available / Certified Appropriate Funds Available: Approved By: Property/supply Officer Date Prepared: Accountant / Budget Officer Head Of Office/agency
5691-5700 of 5702 archived Tenders