Detergent Tenders

Province Of Iloilo Tender

Others
Philippines
Details: Description Bids And Awards Committee Iloilo Provincial Government Procurement Of Housekeeping Supplies Bid No. Iph-25-377-b Philippine Bidding Documents Sixth Edition July 2020 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 5 1. Scope Of Bid………………………………………………………………………… 5 2. Funding Information………………………………………………………………… 5 3. Bidding Requirements………………………………………………………………. 5 4. Corrupt, Fraudulent, Collusive, And Coercive Practices……………………………. 5 5. Eligible Bidders…………………………………………………………………….. 5 6. Origin Of Goods…………………………………………………………………….. 6 7. Subcontracts………………………………………………………………………… 6 8. Pre-bid Conference…………………………………………………………………. 7 9. Clarification And Amendment Of Bidding Documents……………………………… 7 10. Documents Comprising The Bid: Eligibility And Technical Components…………… 7 11. Documents Comprising The Bid: Financial Component…………………………….. 7 12. Bid Prices…………………………………………………………………………… 7 13. Bid And Payment Currencies……………………………………………………….. 8 14. Bid Security………………………………………………………………………… 8 15. Sealing And Marking Of Bids……………………………………………………….. 8 16. Deadline For Submission Of Bids……………………………………………………. 9 17. Opening And Preliminary Examination Of Bids…………………………………….. 9 18. Domestic Preference………………………………………………………………… 9 19. Detailed Evaluation And Comparison Of Bids………………………………………. 9 20. Post-qualification…………………………………………………………………. 10 21. Signing Of The Contract……………………………………………………………. 10 Section Iii. Bid Data Sheet 11 Section Iv. General Conditions Of Contract 12 1. Scope Of Contract………………………………………………………………….. 12 2. Advance Payment And Terms Of Payment………………………………………… 12 3. Performance Security……………………………………………………………… 12 4. Inspection And Tests……………………………………………………………….. 12 5. Warranty…………………………………………………………………………… 13 6. Liability Of The Supplier…………………………………………………………… 13 Section V. Special Conditions Of Contract 14 Section Vi. Schedule Of Requirements 16 Section Vii. Technical Specifications 17 Section Viii. Checklist Of Technical And Financial Documents 19 Section I. Invitation To Bid Procurement Of Housekeeping Supplies Bid No. Iph-25-377-b 1. The Iloilo Provincial Government Through The General Fund 2025 Intends To Apply The Sum Of Nine Hundred Nine Thousand Five Hundred Fifty Pesos (php909,550.00) Being The Abc To Payments Under The Contract For The Procurement Of Housekeeping Supplies. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 21 Days Upon Receipt Of The Notice To Proceed (ntp). Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 Secretariat Of The Iloilo Provincial Government And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 14, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (php1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On N/a At The N/a And/or Through Video Conferencing Or Webcasting, Upon Request At Least Three (3) Days Before The Pre-bid Conference, Via Zoom Or Other Videoconferencing Portals, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before April 22, 2025 At 9:00 A.m. 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 22, 2025 At 9:01 A.m. At The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. A. The Participating Bidder/supplier Or Its Authorized Representative Must Indicate In Any Of The Eligibility Documents, An Email Address Or A Working Fax Number. The Absence Of Which Shall Be A Ground For Disqualification. Notice To The Bidder/supplier Through The Use Of Either Of These Means (email/fax) Is Considered Sufficient Notice. The Date Of Filing Of Reconsideration And All Communications With The Bac Shall Be Its (bac) Date Of Receipt. B. The Bidder(s)/awardee(s) Or Its Authorized Representative Must Conform To The Notice Of Award Within Three (3) Calendar Days From Receipt Of Such Notice And The Winning Bidder Shall Post The Required Performance Security And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award In Accordance With Section 37.2.1 Of The Revised Irr Of R.a. No. 9184. C. The Bidder/supplier Must Have No Pending Unaccepted Notice To Proceed Three (3) Days From The Date Of Acceptance And Signing Of The Purchase Order. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. D. The Bidder/supplier Must Have No Notice Of Award Pending Its Conformity Three (3) Days From The Date Of Its Receipt Of The Notice Of Award. Otherwise, It Shall Be Aground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. E. The Bidder/supplier Shall Submit A List Of All Its Ongoing And Completed Projects With The Iloilo Provincial Government Indicating The Delivery Periods And Accomplishments Of Such Projects. F. The Bidder/supplier At The Time Of The Bidding Must Have No Pending Unposted Performance Or Warranty Security, As The Case May Be, Beyond The Period Allowed In The Notice Of Award. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. G. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 11. The Iloilo Provincial Government 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: Atty. Raemman M. Lagrada Bac Secretariat Head 5th Floor, Bids And Awards Committee Iloilo Provincial Capitol Email Address: Ipg_bacs@yahoo.com/bac@iloilo.gov.ph Website: Iloilo.gov.ph Telephone Number: (033) 336-0736 13. You May Visit The Following Websites For Downloading Of Bidding Documents: Ipg.gov.ph And/or Philgeps.com April 7, 2025 Atty. Dennis T. Ventilacion Chairman, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Wishes To Receive Bids For The Procurement Of Housekeeping Supplies With Bid No. Iph-25-377-b. The Procurement Project (referred To Herein As “project”) Is Composed Of Twenty-five (25) Items, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of Nine Hundred Nine Thousand Five Hundred Fifty Pesos (php909,550.00). 2.2. The Source Of Funding Is: Lgus, The Annual Or Supplemental Budget, As Approved By The Sanggunian. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. 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; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. C. For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: [select Either Failure Or Monopoly Of Bidding Based On Market Research Conducted] I. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And Ii. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Complete Bid - One Project Having Several Items That Shall Be Awarded As One Contract In Case Of Complete Bid. Line Bidding/partial Bidding - One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Refers To The Contracts To Be Bid Or The Object Of The Contract; B. Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Price Of The Goods Shall Be Quoted Ddp [iloilo Provincial Hospital, Pototan, Iloilo] Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Five Percent (5%) Of Abc, If Bid Security Is In Surety Bond. 15 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.3 No Further Instructions. 20.2 For The Procurement Of Drugs And Medicines And Medical Equipment/supplies, The Bidder Shall Submit The Following: A. Certificate Of Product Registration From Food And Drug Administration (fda) For Easy Validation During The Post-qualification; B. Batch Release Certificate From Fda, For Easy Validation During The Post-qualification; C. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license: S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer); D. License To Operate (lto) Issued By Fda, If Applicable; E. After-sales Services/parts, If Applicable; F. Manpower Requirements, If Applicable. 21.2 No Further Instructions. Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (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. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered To The Iloilo Provincial Hospital, Pototan, 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). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is The Authorized Employee/official Of The Iloilo Provincial Government. 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; 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. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. 2.2 Partial Payment Is Not Allowed. 4 The Inspections And Tests That Will Be Conducted Are Through Physical Inspection. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months 1 Soft Broom (walis Tambo) 100 100 2 Mophead 400 Grams Minimum (cotton) 300 300 3 Laundry Detergent Powder 2000 Grams 500 500 4 Disinfectant Spray 510 Grams 300 300 5 Mop Holder Plastic 100 100 6 Muriatic Acid, 3.78 Liters 100 100 7 Led Bulb 23 Watts White Color 200 200 8 Led Bulb 11 Watts White Color 200 200 9 Toilet Pump Rubber 50 50 10 Toilet Brush 50 50 11 Garbage Bag Xl Transparent 15”x15”x37” 3000 3000 12 Garbage Bag Xl Black 15”x15”x37” 3000 3000 13 Garbage Bag Xl Yellow 15”x15”x37” 3000 3000 14 Garbage Bag Xl Green 15”x15”x37” 3000 3000 15 Disinfectant Concentrate 3.785 Liters 15 15 16 Trash Can With Cover, Large,size, Plastic, 39.5x39.5x100cm 50 50 17 Pail With Cover, Plastic, Large, Size 39 Length X 35 Height In Cm 50 50 18 Bleaching Solution, 3.78 Liters 500 500 19 Ceiling Broom 20 20 20 Broom Stick (walis Tingting) 30 30 21 Doormat, Cloth 18”x30” 150 150 22 Dipper, Big, Capacity 1000ml, Plastic 30 30 23 Floor Brush, Plastic 25 25 24 Insect Repellant Spray 500ml 200 200 25 Fabric Conditioner 1000ml 100 100 _______________________ Signature Over Printed Name Section Vii. Technical Specifications Bid No.: Iph-25-377-b Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Soft Broom (walis Tambo) 2 Mophead 400 Grams Minimum (cotton) 3 Laundry Detergent Powder 2000 Grams 4 Disinfectant Spray 510 Grams 5 Mop Holder Plastic 6 Muriatic Acid, 3.78 Liters 7 Led Bulb 23 Watts White Color 8 Led Bulb 11 Watts White Color 9 Toilet Pump Rubber 10 Toilet Brush 11 Garbage Bag Xl Transparent 15”x15”x37” 12 Garbage Bag Xl Black 15”x15”x37” 13 Garbage Bag Xl Yellow 15”x15”x37” 14 Garbage Bag Xl Green 15”x15”x37” 15 Disinfectant Concentrate 3.785 Liters 16 Trash Can With Cover, Large,size, Plastic, 39.5x39.5x100cm 17 Pail With Cover, Plastic, Large, Size 39 Length X 35 Height In Cm 18 Bleaching Solution, 3.78 Liters 19 Ceiling Broom 20 Broom Stick (walis Tingting) 21 Doormat, Cloth 18”x30” 22 Dipper, Big, Capacity 1000ml, Plastic 23 Floor Brush, Plastic 24 Insect Repellant Spray 500ml 25 Fabric Conditioner 1000ml _________________________________ Signature Over Printed Name Section Viii. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages);or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (e) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (j) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (l) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (m) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (o) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (p) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
Closing Date22 Apr 2025
Tender AmountPHP 909.5 K (USD 16 K)

DEPARTMENT OF EDUCATION GENERAL SANTOS CITY Tender

Others
Philippines
Details: Description Invitation To Bid Project No: 006 – 2025 1. The Department Of Education Through Fy 2025 Gaa Intends To Apply The Sum Of Two Million Three Hundred Thirty-five Thousand Seven Hundred Seventy-three And 60/100 (2,335,773.60) Being The Approved Budget For The Contract (abc) For Lots 1, 2, 3 And 4 For The Procurement Of Learning Tools And Equipment Of Senior High School Tvl In General Santos City Division For Non-independent Unit Schools. Bids Received In Excess Of Abc Shall Be Automatically Rejected At The Bid Opening. Unit Description Qty Cost Abc (vat Inclusive) 1 Lot Procurement Of Learning Tools And Equipment (computer Science Systems Ncii) For Lanton High School And Datu Andiam Manza National High School Tools 1 Pc Anti-static Mat (12x12in, Grounding Mat) 4 816.50 3,266.00 2 Pc Crimping Tools (pass Through) 18 546.70 9,840.60 3 Pc Flash Disk (3.0 32gb) 20 423.95 8,479.00 4 Pc Lan Cable Tester 20 223.00 4,460.00 5 Pc Punch Down Tool (krone) 20 435.00 8,700.00 6 Pc Universal Modular Box (dual) 20 135.90 2,718.00 7 Pc Wire Stripper (manual) 4 367.00 1,468.00 8 Pc Whiteboard (90 X 120 Cm) 2 2,431.30 4,862.60 Equipment 1 Set Computer Desktop (processor Core I5 12th Gen) Processor Mainboard / 8gb Memory Ssd, Casing, Casing W/ 700w Power Supply, Monitor And Mouse Pad 250x210mm Mouse Pad Speaker Avr Eco Power 500w Avr With 1 Year Warranty With After Sales Service 10 28,000.00 280,000.00 2 Unit System Unit (processor Core I5 Processor Mainboard Memory/8 8gb Memory Ssd, Casing W/ 700 Power Supply 12 21,000.00 252,000.00 3 Unit Laptop Core I3- 8gb Uhd Graphics 512gb Pcie Nvme Ssd 14 Inches With Laptop Bag, Mouse And Mousepad With 1 Year Warranty With After Sales Service 2 28,000.00 56,000.00 4 Pc Patch Panel (24-ports) 180-degree 1u 24 Port Unshielded Patch Panel, Dual Type Idc, Black Unloaded 10 4,735.96 47,359.60 5 Pc Patch Panel Rack (single Bay Rack 1x42u Vertical Cable Manager 4 9,212.70 36,850.80 6 Unit Printer With Scanner And Photocopy, With Free Set Of 003 Ink With 1 Year Warranty With After Sales Service 2 12,500.00 25,000.00 7 Unit Hub/switch (4-ports) 20 387.20 7,744.00 8 Unit Wireless Access Point At Least 300mbps Wireless N Gigabit Voip Gpon 14 1,650.00 23,100.00 9 Unit Router With Wifi (dual Band) 20 850.00 17,000.00 10 Unit Extension Wire (19 Inches Power Distribution Unit, W/ Aluminum Body, 6 Universal Outlets, W/ Led Master Switch 8 1,620.00 12,960.00 Sub Total P801,808.60 Unit Description Qty Cost Abc (vat Inclusive) 2 Lot Procurement Of Learning Tools And Equipment (cookery Ncii) For Datu Andiam Manza National High School Cooking Appliance 1 Unit Gas Range With Oven (4 Burner), Oven Lamp, Manual Ignition, Stainless Top Black Enamel, Glass Cover 50cmx55l 6 15,000.00 90,000.00 2 Unit Refrigerator 2 Doors 7.9 Gross Cu. Ft. Inverter, Top Mount, Multi-airflow, Spill-proof Tempered Glass Shelves, With Vegetable And Fruit Crisper, Color Black. Packaging Dimension (h.w.d) 150.8x58x59.4 Cm. Net Dimension: 145.6x55x56.8 Cm With 1 Year Warranty With After Sales Service 1 20,000.00 20,000.00 3 Unit Oven Countertop Convection 6 5,000.00 30,000.00 4 Unit Stock Pan Burner (2 Burner) 3 5,000.00 15,000.00 5 Unit Gas Range 2 Burners Without Oven, Manual Ignition, Free Regulator 4 2,500.00 10,000.00 6 Unit Rice Cooker (large 10 Ltr) With Stainless Cover With 1 Year Warranty 3 4,000.00 12,000.00 7 Unit Rice Cooker (medium 1.8 Ltr) Stainless Cover With 1 Year Warranty 3 3,000.00 9,000.00 8 Unit Rice Cooker (small 1l) Stainless Cover With 1 Year Warranty 3 1,000.00 3,000.00 Supplies 1 Set Chef’s Knife Stainless Steel 1 5,000.00 5,000.00 2 Set Boning Knife Stainless Steel 1 3,000.00 3,000.00 3 Set Oyster Knife Stainless Steel 1 3,000.00 3,000.00 4 Set Cleaver Knife (small - Medium) 1 3,000.00 3,000.00 5 Pc Meat Tenderizer Fine 10 300 3,000.00 6 Pc Skimmer Small 5 200 1,000.00 7 Pc Wire Skimmer Spider 5 200 1,000.00 8 Pc Skimmer Spider (small-medium) 5 200 1,000.00 9 Set Strainer (small-medium) 5 200 1,000.00 10 Pc Strainer Chinois Small 5 400 2,000.00 11 Pc Siever With Handle 3x16 10 200 2,000.00 12 Pc Turner Stainless 12 Inches 10 200 2,000.00 13 Pc Spatula Stainless Steel/rubber 13 Inches 10 100 1,000.00 14 Pc Wooden Spoon Long Handle 10 100 1,000.00 15 Pc Fruit Parisienne Spoon Double Ended Head Stainless Steel 10 100 1,000.00 16 Pc Zester Stainless Steel 10 100 1,000.00 17 Pc Funnel (small-medium) Plastic 10 50 500.00 18 Set Measuring Spoon Plastic 5 200 1,000.00 19 Set Measuring Cup Plastic 5 200 1,000.00 20 Set Measuring Urn Glass Stainless/plastic 5 200 1,000.00 21 Pc Glass Measuring Cup 8 Inches 5 200 1,000.00 22 Pc Tongs 8 Inches 5 100 500.00 23 Pc Tongs 12 Inches 5 100 500.00 24 Pc Ice Cream Scoop Stainless 5 200 1,000.00 25 Pc Cheese Cloth 45 Sq. Ft. Unbleached 9 50 450.00 26 Pc Serving Spoon Stainless Steel 80 200 16,000.00 27 Unit Weighing Scale 5 Kg Digital 5 400 2,000.00 28 Unit Weighing Scale 1000g Digital 5 400 2,000.00 29 Sets Pepper And Salt Mill Wooden 5 400 2,000.00 30 Set Wire Whisk (small-heavy Duty) 10 200 2,000.00 31 Pc Can Opener Stainless Heavy Duty 10 200 2,000.00 32 Set Kitchen Scissor Small To Large 10 200 2,000.00 33 Set Soup Ladle 3 Oz., 6 Oz.,8 Oz, 12 Oz. 5 200 1,000.00 34 Doz Kitchen Spoon Stainless 8 200 1,600.00 35 Pc Kitchen Spoon Slotted 10 100 1,000.00 36 Doz Kitchen Fork Stainless 8 200 1,600.00 37 Doz Carving Fork Stainless 10 200 2,000.00 38 Pc Pocket/pin Thermometer Digital/analog 10 100 1,000.00 39 Pc Peeler Stainless 10 200 2,000.00 40 Set Colander Stainless (small-medium) 10 200 2,000.00 41 Pc Cutting Board Yellow Medium 4 150 600.00 42 Pc Cutting Board Red Medium 4 150 600.00 43 Pc Cutting Board White Medium 4 150 600.00 44 Pc Cutting Board Green Medium 4 150 600.00 45 Pc Cutting Board Wood Medium 4 150 600.00 46 Pc Fish Poacher Stainless 4 1,000.00 4,000.00 47 Pc Glass Rack Stainless 10 500 5,000.00 48 Pc Soup Cup Rack Stainless 3 Layers Any Style 12 415 4,980.00 49 Pc Plate Rack Stainless Steel 3 Layers Any Style 5 600 3,000.00 50 Pc Utility Tray Rectangular Small Any Color 6 250 1,500.00 51 Pc Utility Tray Rectangular Medium Any Color 6 250 1,500.00 52 Unit Meat Slicer 10 Inches, Electric/manual 2 2,000.00 4,000.00 53 Pc Serving Plate White 12" 36 250 9,000.00 54 Set Dinnerware White 10" 5 2,000.00 10,000.00 55 Doz White Plate 8" 5 1,000.00 5,000.00 56 Doz Cup And Saucer White Standard Size 2 1,500.00 3,000.00 57 Doz Drinking Glass High Balls Standard Size 10 400 4,000.00 58 Set Silicone Cooking Utensils 3 1,665.00 4,995.00 59 Pc 9l Rectangular Roll Top Chafing Dish W/ Glass Lid (stainless) 6 6,000.00 36,000.00 Cleaning Supplies 1 Pc Floor Mop Heavy Duty With Stainless Handle 18 Inch 5 400.00 2,000.00 2 Pc Mop Squeezer Plastic 33 Liters 3 665.00 1,995.00 3 Pc Broom Bamboo (tambo) 15 100.00 1,500.00 4 Pc Liquid Soap Dispenser Plastic 1000 Ml 30 100.00 3,000.00 5 Pc Paper Towel Dispenser Plastic Any Design, Any Color 5 200.00 1,000.00 6 Pc Dustpan Plastic/aluminum 5 330.00 1,650.00 7 Unit Garbage Bin 4 Gallon 8 250.00 2,000.00 8 Unit Wash Basin Big (palanggana Panghugas) Any Color 5 250.00 1,250.00 Equipment Supplies 1 Unit Electric Dish Washing Machine (single Countertop, Stainless Steel) 2 10,000.00 20,000.00 2 Unit Electric Blender Heavy Duty, Any Style 4 2,000.00 8,000.00 3 Unit Condiment Rack Stainless Steel, 3 Layers, Any Style 2 1,000.00 2,000.00 4 Unit Stainless Steel Rack 5 Shelves, Any Style 5 1,500.00 7,500.00 5 Unit Utility Cart (3 Layers Metal Heavy Duty) Any Style 4 2,500.00 10,000.00 6 Unit Stainless Steel Sink With Stand 47.2 Inches,19.7"d X 42.2'w X 33.5 "h, 3 10,000.00 30,000.00 7 Unit Wall Fan 18 Inches High Velocity With 1 Year Warranty 4 2,000.00 8,000.00 8 Unit Smart Television 42 Inches With Free Installation With 1 Year Warranty With After Sales Service 1 15,000.00 15,000.00 9 Unit Dish Cabinet 64x40x175 (lwh) Aluminum 3 5,000.00 15,000.00 10 Unit Electric Juicer Machine Stainless (powerful 1100 Watts, 5 Speed) With 1 Year Warranty 2 5,000.00 10,000.00 11 Unit Pasta Maker Adjustable Stainless 3 1,665.00 4,995.00 12 Unit Burner Stand 76.5cm*45cm*2.5 (length,width,thick) 2 2,500.00 5,000.00 13 Unit Working Table Stainless With 1 Tier Undershelf, 2100x760x850mm 5 10,000.00 50,000.00 Cookware Supplies 1 Unit Pressure Cooker (5 Liter) 2 2,000.00 4,000.00 2 Unit Pressure Cooker (3 Liter) 2 2,000.00 4,000.00 3 Unit Salamander Griller Medium 1 5,000.00 5,000.00 4 Unit Braising Pan Medium With Aluminum/glass Cover 1 10,000.00 10,000.00 5 Unit Combination Of Broiler And Griddle Burner (small) 1 6,000.00 6,000.00 6 Unit Double Boiler (stainless Steel 11 Qt) 3 3,330.00 9,990.00 7 Set Complete Set Of Pots Non-stick (small-large) 1 10,000.00 10,000.00 8 Set Complete Set Of Pans Non- Stick (small-large) 1 20,000.00 20,000.00 9 Set Frying Pans Ordinary (small-medium) 12 830 9,960.00 10 Set Wok Non- Stick (small And Large) 6 1,665.00 9,990.00 11 Set Complete Set Of Casserole Stainless (small-large) 1 10,000.00 10,000.00 12 Pc Paellara Non- Stick 14-16 Inch (35cm-40cm) 3 1,665.00 4,995.00 13 Pc Roasting Pan (non-stick 39 Cmx28cm) 5 1,000.00 5,000.00 14 Pc Cauldron Metal Big (kaldero) 36cmx47cm 3 3,330.00 9,990.00 15 Pc Cauldron Metal, Medium (kaldero) 21cmx34.5cm 2 2,500.00 5,000.00 16 Set Non-stick Pan (small-large) 2 2,500.00 5,000.00 17 Unit Egg Poacher Pan 4 Cups Stainless Steel 3 1,000.00 3,000.00 18 Set Cast Iron Cookware 1 5,000.00 5,000.00 Sub Total P702,940.00 Unit Description Qty Cost Abc (vat Inclusive) 3 Lot Procurement Of Learning Tools And Equipment (food And Beverages Services Ncii) For Datu Andiam Manza National High School Supplies 1 Pc Dinner Plates 10" White 50 110.00 5,500.00 2 Pc Show/service Plates 12" White 50 220.00 11,000.00 3 Pc Salad Plates 8" White 50 56.00 2,800.00 4 Pc Fish Plates 9" White 50 77.00 3,850.00 5 Pc Dessert Plates 7" White 50 56.00 2,800.00 6 Pc Side Plates Or Bread Plates 6" White 50 56.00 2,800.00 7 Pc Soup Plate 6" White 50 33.00 1,650.00 8 Pc Soup Bowl 4.5" White 50 44.00 2,200.00 9 Pc Cups And Saucers 5-6 Oz White 50 105.00 5,250.00 10 Pc Dinner Knives Stainless Steel 50 90.00 4,500.00 11 Pc Dinner Forks Stainless Steel 200 90.00 18,000.00 12 Pc Salad Knives Stainless Steel 50 90.00 4,500.00 13 Pc Salad Forks Stainless Steel 50 90.00 4,500.00 14 Pc Soup Spoons (cream And Consume) 50 110.00 5,500.00 15 Pc Dessert Spoons Stainless Steel 50 80.00 4,000.00 16 Pc Dessert Forks Stainless Steel 100 80.00 8,000.00 17 Pc Teaspoons Stainless Steel 50 60.00 3,000.00 18 Pc Cocktail Forks Stainless Steel 50 70.00 3,500.00 19 Pc Service Spoons Stainless Steel 200 130.00 26,000.00 20 Pc Steak Knives Stainless Steel 50 110.00 5,500.00 21 Pc Butter Knives Stainless Steel 50 40.00 2,000.00 22 Pc Oyster Forks Stainless Steel 50 50.00 2,500.00 23 Pc Red Wine Glasses 50 300.00 15,000.00 24 Pc White Wine Glasses 50 255.00 12,750.00 25 Pc Water Goblets 25 280.00 7,000.00 26 Pc Juice Glasses/ Hi Ball 100 60.00 6,000.00 27 Pc Champagne Flute 25 280.00 7,000.00 28 Pc Collins Glasses 25 280.00 7,000.00 29 Pc Pilsner Glasses/iced Tea Glasses 25 280.00 7,000.00 30 Unit Coffee Pot Glass 1000 Ml 5 450.00 2,250.00 31 Unit Tea Pot Glass 500ml 5 450.00 2,250.00 32 Pc Salt And Pepper Shakers Stainless Steel 10 275.00 2,750.00 33 Pc Service Trays Rectangular 41cmx30cm Any Color 10 310.00 3,100.00 34 Pc Silver Platters Round Stainless Steel 15 Inches 10 240.00 2,400.00 35 Pc Round (bar) Trays 28 Cm -35 Cm 10 400.00 4,000.00 36 Pc Toothpick Holders Stainless Steel 10 60.00 600.00 37 Pc Napkin Holders Stainless Steel Any Style 10 80.00 800.00 38 Pc Sugar Containers Glass With Cover 10 90.00 900.00 39 Pc Creamer Containers Glass With Cover 10 90.00 900.00 40 Pc Sauce/gravy Boat White 10 90.00 900.00 41 Pc Soup Tureen White 10 220.00 2,200.00 42 Pc Peppermill Stainless Steel 8 260.00 2,080.00 43 Pc Food Tongs Stainless Steel Big 10 110.00 1,100.00 44 Pc Sauce Ladles Stainless Steel 20 150.00 3,000.00 45 Pc Soup Ladles Stainless Steel 20 150.00 3,000.00 46 Pc Cake Servers Stainless Steel 20 100.00 2,000.00 47 Pc Water Pitchers Stainless Steel 1000 Ml 10 310.00 3,100.00 48 Pc Room Service Plate With Cover Stainless Steel 10 260.00 2,600.00 49 Pc Stainless Ice Buckets 20 155.00 3,100.00 50 Pc Ice Tong Stainless Steel 20 100.00 2,000.00 Cleaning Supplies 1 Pc Tablecloth Square 54inches X54inches (jacquard Tablecloth) Beige Color 20 360.00 7,200.00 2 Pc Table Skirting Clothes 20 Meters (black Color) 3 2,000.00 6,000.00 3 Pc Table Skirting Clothes 20 Meters (red Color) 3 2,000.00 6,000.00 4 Pc Rectangular Tablecloths 54 Nchex72nches (jacquard Tablecloth) Beige Color 10 450.00 4,500.00 5 Pc Side Towels - Hand Towel (square) Any Color 65 170.00 11,050.00 6 Pc Cloth Table Napkin 16 Inches X16 Inches Black Color 100 50.00 5,000.00 7 Pc Menu Folders - Booklet Type 15 200.00 3,000.00 8 Pc Magnetic Order Pads Holder 13cmx20cm Color Black 15 150.00 2,250.00 9 Pc Bill Folder/change Trays Color Black 15 10.00 150.00 10 Unit Waiter Station/cabinet (see Attached Sample Photos) 5 12,000.00 60,000.00 11 Pc Stainless Tray Stand With Belt Support 8 2,000.00 16,000.00 12 Pc Square Tables 4's Wood (see Attached Sample Photos) 9 4,500.00 40,500.00 13 Pc Round Tables 8's Monoblock White Color 5 5,700.00 28,500.00 14 Pc Dining/banquet Chairs, Monoblock Color Black/beige 60 500.00 30,000.00 15 Pc Window Curtain With Ring Color Brown 55 Inch X 84 Inch 22 815.00 17,930.00 16 Pc Window Curtain Rod 210 Cm- 396 Cm Adjustable Plastic (see Attached Sample Photo) 5 840.00 4,200.00 17 Pc Stainless Dustpan 8 300.00 2,400.00 18 Pc Broom Stick 10 150.00 1,500.00 19 Sack Powder Detergent (any Detergent0 1 2,200.00 2,200.00 20 Pc Manual Push Call Bell 10 70.00 700.00 22 Pc Stainless Steel/wood Trolley With Wheels 3 Layers 3 7,000.00 21,000.00 24 Pc Non-slip Large Oval Tray 24inches -27inches Brown Color 10 1,500.00 15,000.00 25 Unit Vacuum 1200w, 6 Gallon- Any Vacuum 1 8,000.00 8,000.00 26 Pc Water Dispenser Free Standing Bottom Load Water Dispenser 2 10,000.00 20,000.00 27 Pc Stand Fan Steel Blade 6 2,665.00 15,990.00 28 Pc Mop With Dryer 360 Rotating Spin 11 Liter 5 1,200.00 6,000.00 Subtotal 571,200.00 Unit Description Qty Cost Abc (vat Inclusive) 4 Lot Procurement Of Learning Tools And Equipment (bread And Pastry Prod Ncii) For Datu Andiam Manza National High School Tool Supplies 1 Set Measuring Cup Plastic Any Color 8 125.00 1,000.00 2 Pc Measuring Cup, Liquid (glass/liquid) 250 Ml 5 125.00 625.00 3 Pc Measuring Cup, Liquid (glass/liquid) 500ml 5 125.00 625.00 4 Set Measuring Spoon Stainless Steel 20 20.00 400.00 5 Pc Cake Turn Table 8.5 Inch, Any Color 3 330.00 990.00 6 Set Set Cake Tray Stainless Steel 4x2, 5x2, 6x2, 7x2,8x2 Round And Heavy Duty 1 3,500.00 3,500.00 7 Set Decorating Tips Stainless Steel/cake Decoration 15 100.00 1,500.00 8 Set Pie Pan Sizes 6 ,8, 10 Stainless Steels 4 830.00 3,320.00 9 Pc Sheet Pan Stainless Steel 9x13 Inches 4 830.00 3,320.00 10 Pc Pie Cutter Stainless Steel Round 3 830.00 2,490.00 11 Pc Rubber Scrapper Plastic And Hard Rubber 5 165.00 825.00 12 Set Palette Knife Stainless Steel 6/8/10/12 Inch 3 665.00 1,995.00 13 Pc Cake Stand (3 Tier Cake Stand), Any Style 5 330.00 1,650.00 14 Pc Cake Pillars (hollow Plastic) 5 330.00 1,650.00 15 Pc Saucepan Stainless With Long Handle 5 830.00 4,150.00 16 Pc Ladles Stainless (large, Deep Spoon) 5 500.00 2,500.00 17 Pc Knives Stainless With Plastic Handle (large Cutting Knives) 3 830.00 2,490.00 18 Pc Scale 5-10 Kg Digital 3 830.00 2,490.00 19 Pc Grater Box Sided Stainless 4 330.00 1,320.00 20 Pc Electric Beaters (eggbeaters) 3 500.00 1,500.00 21 Set Mixing Bowl 6 Pieces Per Set Stainless Steel (one 20 Cm, One 30 Cm, One 34cm, One 18cm) 3 830.00 2,490.00 22 Set Wire Whisk Stainless (small-large) 3 500.00 1,500.00 23 Set Muffin Pan Small Stainless 6 Holes 3 500.00 1,500.00 24 Set Muffin Pan Medium Stainless 12 Holes 3 830.00 2,490.00 25 Set Muffin Pan Big Stainless 24 Holes 3 830.00 2,490.00 26 Set Loaf Pan Small Stainless (5 And 3/4 Inches) 3 500.00 1,500.00 27 Set Loaf Pan Medium Stainless (8x4 Inches) 3 500.00 1,500.00 28 Pc Loaf Pan Big Stainless (9x5 Inches) 3 500.00 1,500.00 29 Pc Rectangular Pan 1x8x8 Stainless 3 750.00 2,250.00 30 Set Round Pan 6,8,9,10,12,16 Stainless 3 830.00 2,490.00 31 Pc Pie Pan Stainless Steel 8 Inches 3 165.00 495.00 32 Pc Flour Sifter Stainless Steel 25 Cm, Round 3 165.00 495.00 33 Pc Strainer Stainless Steel Fine Bowl (vegetables/pasta Drainer) 3 165.00 495.00 34 Pc Double Boilers Stainless Steel (small) 3 1,000.00 3,000.00 35 Set Piping Bags Plastic Any Color 5 400.00 2,000.00 36 Set Decorating Coupler (4 Pieces Per Set) Standard Coupler 5 250.00 1,250.00 Equipment Supplies 1 Unit Commercial Mixers With Complete Attachment Electric, Commercial-grade Beater 2 36,000.00 72,000.00 2 Unit Electric Mechanical Dough Roller (bakery Roller Machine) 1 30,000.00 30,000.00 3 Unit Electric Decker Oven, Grill 2 4,600.00 9,200.00 4 Unit Electric Dough Cutter Machine 1 40,000.00 40,000.00 5 Unit Stainless Steel Sink With Stand, (length Of 70 Cm To 77 Cm) 1 15,000.00 15,000.00 6 Unit Microwave Oven Electric 20 Liter (convention Oven, Color Black) 1 8,000.00 8,000.00 Materials Supplies 1 Kl Cake Flour 4 60.00 240.00 2 Kl Bread Flour 4 50.00 200.00 3 Kl All-purpose Flour 4 50.00 200.00 4 Kl White Sugar 6 70.00 420.00 5 Kl Yeast 1 500.00 500.00 6 Pack Butter 5 50.00 250.00 7 Kl Margarine 6 100.00 600.00 8 Pc French Bread Any Kind 6 100.00 600.00 9 Kl Cooking Oil 10 80.00 800.00 10 Kl Lard 5 62.00 310.00 11 Pc All-purpose Cream 5 200.00 1,000.00 12 Pc Whipping Cream 5 200.00 1,000.00 13 Kl Confectioner Sugar 5 100.00 500.00 14 Pack Knox Gelatin 50 15.00 750.00 15 Kl Flake Almonds 3 165.00 495.00 16 Kl Chocolate Chips 2 250.00 500.00 17 Kl Chocolate Shredded 2 250.00 500.00 18 Kl Cherries With Stem 1 250.00 250.00 19 Bottle Food Colors Any Colors 8 50.00 400.00 20 Can Tropical Fruits (fruit Cocktail) 432 Grams 3 100.00 300.00 21 Kl Bread Improver 2 150.00 300.00 22 Kl Whole Wheat, Rye, Multigrain 4 100.00 400.00 23 Pc Cream Cheese 2 165.00 330.00 24 Pack Paper Cups Muffins 100's 3 Oz 15 33.00 495.00 25 Kl Sugar Lace 5 100.00 500.00 Training Materials 1 Pc External Harddrive 1tb 1 4,000.00 4,000.00 2 Pc Good Housekeeping Baking Book (recipe Book) 2 2,000.00 4,000.00 Sub Total P259,825.00 Delivery Terms: Within 30 Days Drop Off Points: Lanton High School And Datu Andiam Manza National High School Payment Terms: Payment To The Service Provider Shall Be Made Through Philippine Veterans Bank Lddap-ada / Mds. In The Case Of Accounts Maintained In Other Bank, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. Grand Total P2,335,773.60 2. Deped Sdo Of General Santos City, Through Its Bids And Awards Committee (bac), Now Invites Bids For The Above Procurement Project. 3. Bidding Will Be Conducted Through Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 12009, Otherwise Known As The “new Government Procurement Act” With The Following Eligibility Requirements: A. Valid And Updated Philgeps Certification (platinum) From The Sole Proprietorships, Partnerships, Corporations, Cooperatives And Persons/entities In The Form Of Joint Venture; B. Statement Of The Bidder Of All Its Ongoing Government And Private Contracts; C. Statement Of The Bidder’s Slcc Similar To The Procurement Project Which Is 50% Of The Abc Or A Combination Of Contracts: (i) At Least One (1) Similar Contract Amounting To At Least 25% Of The Abc And (ii) Other Contracts, Whether Similar Or Not, With An Aggregate Amount Of At Least 25% Of The Abc, Provided Their Total Value Is At Least 50% Of The Abc. D. The Bidder’s Computation Of Nfcc Which Is Equal To The Abc Or A Committed Line Of Credit From A Bank With At Least 10% Of The Abc; E. Jva Or The Duly Notarized Statement In Accordance With Section 52.1(b) Of The Irr, If Applicable; F. Bid Security In The Prescribed Form, Amount And Validity Period; G. Technical Specifications H. Omnibus Sworn Statement I. Original And Signed Copy Of The Bid Form 4. The Contract Will Be Awarded To The Supplier Determined To Have The Single Or Lowest Calculated And Responsive Bid (s/lcrb) Based On The Above Final Technical And Financial Requirements. 5. A Complete Set Of Bidding Documents In Soft Copy Only May Be Purchased At Deped-division Of General Santos City Bac Secretariat, Located At Tiongson St., Lagao, General Santos City Upon Submission Of A Letter Of Intent, And Payment In Cash On A Non-refundable Fee By Interested Bidders To The Deped Division Cashier. Only Bidders Who Purchased The Bidding Documents Provided Below Shall Be Allowed To Submit Bid/bids Not Later Than The Scheduled Receipt And Opening Of Bids. Bidding Document Price Lot Number Price Lot No. 1 P1,000.00 Lot No. 2 P1,000.00 Lot No. 3 P 1,000.00 Lot No. 4 P500.00 6. It May Be Viewed Or Downloaded After Payment From The Website Of The Philippine Government Electronic Procurement System (philgeps), Www.philgeps.gov.ph. The Schedule And Venue Of The Procuring Activities Are As Follows: Activity Date And Time Venue Pre-bid Conference April 21, 2025 2:00 P.m. (monday) Sds Conference And Online Via Google Meet Issuance Of Bidding Documents Until May 5, 2025 1:00 P.m. (monday) To Be Sent To Bidder’s Email Address After Payment Of The Bidding Documents Receipt And Opening Of Bids May 5, 2025 2:00 P.m. (monday) Division Office/google Meet The Pre-bid Conference Is Open To All Interested Parties Who May Have Or Have Not Bought The Bidding Documents. 7. Bids Must Be Physically Delivered To The Address And On The Date And Time Stated Herein. Submission Of Digital Copy Of The Bidding Documents 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 18. A Valid Bid Securing Declaration Must Accompany The Bid(s) In Lieu Of Bid Security. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Opening Of Bids At The Address, Date And Stated Herein. Late Bids Shall Not Be Accepted. 8. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Opening Of Bids At The Address, Date And Stated Herein. Late Bids Shall Not Be Accepted. 9. For Further Information, Please Refer To: Ofelia S. Panes Michael Jhon A. Del Sol Administrative Officer Iv (records) Administrative Assistant Ii Bac Secretariat Head Bac Secretariat Member Email: Ofelia.panes@deped.gov.ph Email: Bac.depedgensan@deped.gov.ph Cell No. 09692673871 Cell No. 09278865516 Approved By: Mervie Y. Seblos, Cese Oic – Assistant Schools Division Superintendent Bac Chairperson Bacsec/mds
Closing Date5 May 2025
Tender AmountPHP 2.3 Million (USD 41.8 K)

Province Of Iloilo Tender

Others
Philippines
Details: Description Bids And Awards Committee Iloilo Provincial Government Procurement Of Housekeeping Supplies Bid No. Isc-25-360-b Philippine Bidding Documents Sixth Edition July 2020 Table Of Contents Section I. Invitation To Bid……………………………………………………..3 Section Ii. Instructions To Bidders………………………………………..…...5 1. Scope Of Bid ………………………………………………………………………. 5 2. Funding Information………………………………………………………………. 5 3. Bidding Requirements ……………………………………………………………. 5 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 5 5. Eligible Bidders…………………………………………………………………… 5 6. Origin Of Goods ………………………………………………………………….. 6 7. Subcontracts ……………………………………………………………………… 6 8. Pre-bid Conference ………………………………………………………………. 7 9. Clarification And Amendment Of Bidding Documents …………………………… 7 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 7 11. Documents Comprising The Bid: Financial Component …………………………... 7 12. Bid Prices …………………………………………………………………………. 8 13. Bid And Payment Currencies ……………………………………………………… 8 14. Bid Security ………………………………………………………………………. 8 15. Sealing And Marking Of Bids ……………………………………………………… 9 16. Deadline For Submission Of Bids …………………………………………………. 9 17. Opening And Preliminary Examination Of Bids ………………………………….. 9 18. Domestic Preference ……………………………………………………………… 9 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 9 20. Post-qualification ………………………………………………………………… 10 21. Signing Of The Contract …………………………………………………………… 10 Section Iii. Bid Data Sheet …………………………………………………..11 Section Iv. General Conditions Of Contract ……………………...………..12 1. Scope Of Contract ………………………………………………………………… 12 2. Advance Payment And Terms Of Payment ……………………………………….. 12 3. Performance Security ……………………………………………………………. 12 4. Inspection And Tests ……………………………………………………………… 12 5. Warranty …………………………………………………………………………. 13 6. Liability Of The Supplier ………………………………………………………….. 13 Section V. Special Conditions Of Contract ………………………………….14 Section Vi. Schedule Of Requirements ……………………………………....16 Section Vii. Technical Specifications …………………………………………16 Section Viii. Checklist Of Technical And Financial Documents …………..18 Section I. Invitation To Bid Purchase Of Housekeeping Supplies Bid No. Isc-25-360-b 1. The Iloilo Provincial Government Through The General Fund 2025 Intends To Apply The Sum Of Four Hundred Fifty-two Thousand Four Hundred Twenty-five Pesos (php 452,425.00) Being The Abc To Payments Under The Contract For The Purchase Of Housekeeping Supplies. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 14 Calendar Days Upon Receipt Of The Notice To Proceed (ntp). Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 Secretariat Of The Iloilo Provincial Government And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 7, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (php500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On N/a At The N / A And/or Through Video Conferencing Or Webcasting, Upon Request At Least Three (3) Days Before The Pre-bid Conference, Via Zoom Or Other Videoconferencing Portals, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before May 15, 2025 At 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On May 15, 2025 At 9:01 A.m. At The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. A. The Participating Bidder/supplier Or Its Authorized Representative Must Indicate In Any Of The Eligibility Documents, An Email Address Or A Working Fax Number. The Absence Of Which Shall Be A Ground For Disqualification. Notice To The Bidder/supplier Through The Use Of Either Of These Means (email/fax) Is Considered Sufficient Notice. The Date Of Filing Of Reconsideration And All Communications With The Bac Shall Be Its (bac) Date Of Receipt. B. The Bidder(s)/awardee(s) Or Its Authorized Representative Must Conform To The Notice Of Award Within Three (3) Calendar Days From Receipt Of Such Notice And The Winning Bidder Shall Post The Required Performance Security And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award In Accordance With Section 37.2.1 Of The Revised Irr Of R.a. No. 9184. C. The Bidder/supplier Must Have No Pending Unaccepted Notice To Proceed Three (3) Days From The Date Of Acceptance And Signing Of The Purchase Order. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. D. The Bidder/supplier Must Have No Notice Of Award Pending Its Conformity Three (3) Days From The Date Of Its Receipt Of The Notice Of Award. Otherwise, It Shall Be Aground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. E. The Bidder/supplier Shall Submit A List Of All Its Ongoing And Completed Projects With The Iloilo Provincial Government Indicating The Delivery Periods And Accomplishments Of Such Projects. F. The Bidder/supplier At The Time Of The Bidding Must Have No Pending Unposted Performance Or Warranty Security, As The Case May Be, Beyond The Period Allowed In The Notice Of Award. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. G. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 11. The Iloilo Provincial Government 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: Atty. Raemman M. Lagrada Bac Secretariat Head 5th Floor, Bids And Awards Committee Iloilo Provincial Capitol Email Address: Ipg_bacs@yahoo.com Website: Iloilo.gov.ph Telephone Number: (033) 336-0736 13. You May Visit The Following Websites For Downloading Of Bidding Documents: Ipg.gov.ph And/or Philgeps.com May 5, 2025 Atty. Dennis T. Ventilacion Chairman, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Wishes To Receive Bids For The Purchase Of Housekeeping Supplies With Bid No. Isc-25-360-b. The Procurement Project (referred To Herein As “project” Is Composed Of Twenty-two (22) Items, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of Four Hundred Fifty-two Thousand Four Hundred Twenty-five Pesos (php 452,425.00). 2.2. The Source Of Funding Is: A. Lgus, The Annual Or Supplemental Budget, As Approved By The Sanggunian. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. 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; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. C. For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: [select Either Failure Or Monopoly Of Bidding Based On Market Research Conducted] I. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And Ii. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Complete Bid - One Project Having Several Items That Shall Be Awarded As One Contract In Case Of Complete Bid. Line Bidding/partial Bidding - One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Refers To The Contracts To Be Bid Or The Object Of The Contract; B. Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Price Of The Goods Shall Be Quoted Ddp Iloilo Sport Development And Management Office, Lapaz, Iloilo City Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Five Percent (5%) Of Abc, If Bid Security Is In Surety Bond. 15 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.3 No Further Instructions. 20.2 For The Procurement Of Drugs And Medicines And Medical Equipment/supplies, The Bidder Shall Submit The Following: A. Certificate Of Product Registration From Food And Drug Administration (fda) For Easy Validation During The Post-qualification; B. Batch Release Certificate From Fda, For Easy Validation During The Post-qualification; C. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license: S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer); D. License To Operate (lto) Issued By Fda, If Applicable; E. After-sales Services/parts, If Applicable; F. Manpower Requirements, If Applicable. 21.2 No Further Instructions. Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (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. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered To The Iloilo Sport Development And Management Office, Lapaz, 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). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is The Authorized Employee/official Of The Iloilo Provincial Government. 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; 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. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. 2.2 Partial Payment Is Not Allowed. 4 The Inspections And Tests That Will Be Conducted Are Through Physical Inspection. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Items Number Description Quantity Total Delivered, Weeks/months 1 Air Freshener, Gel, 180g 24 24 2 Air Freshener, Spray, 320 Ml / Bottle 24 24 3 Alcohol, With Pump, Ethyl, With Moisturizer, 1l / Bottle 100 100 4 Concentrated Liquid Disinfectant, 500ml / Bottle 60 60 5 Detergent Powder, 1kg 200 200 6 Dishwashing Paste, 400g 50 50 7 Disinfectant Spray, 340g / Bottle 48 48 8 Doormat (black) 24 24 9 Dust Pan, Big 5 5 10 Fabric Conditioner, 600 Ml 200 200 11 Garbage Bag, Small 2,500 2,500 12 Garbage Bag, Xxl 2,500 2,500 13 Hand Soap 36 36 14 Insect Spray, Multi Insect Killer 500 Ml 36 36 15 Mop Head, 300g 24 24 16 Multi-purpose Bleach, 99.9% Anti-bac. ½ Gal 60 60 17 Muriatic Acid 24 24 18 Paper Towel, Interfolded, 1 Ply, 175 Pulls 100 100 19 Plastic Pail, With Dipper 12 12 20 Scrubbing Pad, Without Foam, 100 Mm X 150 Mm 75 75 21 Toilet Bowl Cleaner, Non-fuming Liquid, 5l 50 50 22 Toilet Brush 10 10 ___________________________________ Signature Over Printed Name Section Vii. Technical Specifications Bid No.: Isc-25-360-b Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Air Freshener, Gel, 180g 2 Air Freshener, Spray, 320 Ml / Bottle 3 Alcohol, With Pump, Ethyl, With Moisturizer, 1l / Bottle 4 Concentrated Liquid Disinfectant, 500ml / Bottle 5 Detergent Powder, 1kg 6 Dishwashing Paste, 400g 7 Disinfectant Spray, 340g / Bottle 8 Doormat (black) 9 Dust Pan, Big 10 Fabric Conditioner, 600 Ml 11 Garbage Bag, Small 12 Garbage Bag, Xxl 13 Hand Soap 14 Insect Spray, Multi Insect Killer 500 Ml 15 Mop Head, 300g 16 Multi-purpose Bleach, 99.9% Anti-bac. ½ Gal 17 Muriatic Acid 18 Paper Towel, Interfolded, 1 Ply, 175 Pulls 19 Plastic Pail, With Dipper 20 Scrubbing Pad, Without Foam, 100 Mm X 150 Mm 21 Toilet Bowl Cleaner, Non-fuming Liquid, 5l 22 Toilet Brush ___________________________________ Signature Over Printed Name Section Viii. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages);or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (e) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (j) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (l) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (m) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (o) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (p) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
Closing Date15 May 2025
Tender AmountPHP 452.4 K (USD 8.1 K)

Province Of Iloilo Tender

Laboratory Equipment and Services
Philippines
Details: Description Bids And Awards Committee Iloilo Provincial Government Procurement Of Laboratory Supplies Bid No. Sdh-25-252-b Philippine Bidding Documents Sixth Edition July 2020 Table Of Contents Section I. Invitation To Bid……………………………………………………..3 Section Ii. Instructions To Bidders………………………………………..…...5 1. Scope Of Bid ………………………………………………………………………. 5 2. Funding Information………………………………………………………………. 5 3. Bidding Requirements ……………………………………………………………. 5 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 5 5. Eligible Bidders…………………………………………………………………… 5 6. Origin Of Goods ………………………………………………………………….. 6 7. Subcontracts ……………………………………………………………………… 6 8. Pre-bid Conference ………………………………………………………………. 7 9. Clarification And Amendment Of Bidding Documents …………………………… 7 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 7 11. Documents Comprising The Bid: Financial Component …………………………... 7 12. Bid Prices …………………………………………………………………………. 8 13. Bid And Payment Currencies ……………………………………………………… 8 14. Bid Security ………………………………………………………………………. 8 15. Sealing And Marking Of Bids ……………………………………………………… 9 16. Deadline For Submission Of Bids …………………………………………………. 9 17. Opening And Preliminary Examination Of Bids ………………………………….. 9 18. Domestic Preference ……………………………………………………………… 9 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 9 20. Post-qualification ………………………………………………………………… 10 21. Signing Of The Contract …………………………………………………………… 10 Section Iii. Bid Data Sheet …………………………………………………..11 Section Iv. General Conditions Of Contract……………………...…….…..12 1. Scope Of Contract ………………………………………………………………… 12 2. Advance Payment And Terms Of Payment ……………………………………….. 12 3. Performance Security ……………………………………………………………. 12 4. Inspection And Tests ……………………………………………………………… 12 5. Warranty …………………………………………………………………………. 13 6. Liability Of The Supplier ………………………………………………………….. 13 Section V. Special Conditions Of Contract ………………………………….14 Section Vi. Schedule Of Requirements ……………………………………....16 Section Vii. Technical Specifications …………………………………………17 Section Viii. Checklist Of Technical And Financial Documents …………...18 Section I. Invitation To Bid Purchase Of Laboratory Supplies Bid No. Sdh-25-252-b 1. The Iloilo Provincial Government Through The General Fund 2025 Intends To Apply The Sum Of Two Hundred Eighty-two Thousand Seven Hundred Eighty Pesos (php282,780.00) Being The Abc To Payments Under The Contract For The Purchase Of Laboratory Supplies. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 14 Days Upon Receipt Of The Notice To Proceed (ntp). Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 Secretariat Of The Iloilo Provincial Government And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 31, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (php500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On N/a At The N/a And/or Through Video Conferencing Or Webcasting, Upon Request At Least Three (3) Days Before The Pre-bid Conference, Via Zoom Or Other Videoconferencing Portals, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The 5th Floor, Bids And Awards Committee Secretariat Office, Iloilo Provincial Capitol, Iloilo City On Or Before April 10, 2025 At 9:00 A.m. 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 10, 2025 At 9:01 A.m. At The 5th Floor, Bids And Awards Committee Secretariat Office, Iloilo Provincial Capitol, Iloilo City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. A. The Participating Bidder/supplier Or Its Authorized Representative Must Indicate In Any Of The Eligibility Documents, An Email Address Or A Working Fax Number. The Absence Of Which Shall Be A Ground For Disqualification. Notice To The Bidder/supplier Through The Use Of Either Of These Means (email/fax) Is Considered Sufficient Notice. The Date Of Filing Of Reconsideration And All Communications With The Bac Shall Be Its (bac) Date Of Receipt. B. The Bidder(s)/awardee(s) Or Its Authorized Representative Must Conform To The Notice Of Award Within Three (3) Calendar Days From Receipt Of Such Notice And The Winning Bidder Shall Post The Required Performance Security And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award In Accordance With Section 37.2.1 Of The Revised Irr Of R.a. No. 9184. C. The Bidder/supplier Must Have No Pending Unaccepted Notice To Proceed Three (3) Days From The Date Of Acceptance And Signing Of The Purchase Order. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. D. The Bidder/supplier Must Have No Notice Of Award Pending Its Conformity Three (3) Days From The Date Of Its Receipt Of The Notice Of Award. Otherwise, It Shall Be Aground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. E. The Bidder/supplier Shall Submit A List Of All Its Ongoing And Completed Projects With The Iloilo Provincial Government Indicating The Delivery Periods And Accomplishments Of Such Projects. F. The Bidder/supplier At The Time Of The Bidding Must Have No Pending Unposted Performance Or Warranty Security, As The Case May Be, Beyond The Period Allowed In The Notice Of Award. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. G. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 11. The Iloilo Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Bac Secretariat Head 5th Floor, Bids And Awards Committee Iloilo Provincial Capitol Email Address: Ipg_bacs@yahoo.com Website: Iloilo.gov.ph Telephone Number: (033) 336-0736 13. You May Visit The Following Websites For Downloading Of Bidding Documents: Ipg.gov.ph And/or Philgeps.com March 21, 2025 Atty. Dennis T. Ventilacion Chairman, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Wishes To Receive Bids For The Purchase Of Laboratory Supplies With Bid No. Sdh-25-252-b. The Procurement Project (referred To Herein As “project”) Is Composed Of Thirteen (13) Items, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of Two Hundred Eighty-two Thousand Seven Hundred Eighty Pesos (php282,780.00). 2.2. The Source Of Funding Is: Lgus, The Annual Or Supplemental Budget, As Approved By The Sanggunian. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. 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; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. C. For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: [select Either Failure Or Monopoly Of Bidding Based On Market Research Conducted] I. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And Ii. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause5.3 Should Have Been Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Complete Bid - One Project Having Several Items That Shall Be Awarded As One Contract In Case Of Complete Bid. Line Bidding/partial Bidding - One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Refers To The Contracts To Be Bid Or The Object Of The Contract; B. Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Price Of The Goods Shall Be Quoted Ddp Sara District Hospital, Sara Iloilo Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Five Percent (5%) Of Abc, If Bid Security Is In Surety Bond. 15 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.3 No Further Instructions. 20.2 For The Procurement Of Drugs And Medicines And Medical Equipment/supplies, The Bidder Shall Submit The Following: A. Certificate Of Product Registration From Food And Drug Administration (fda) For Easy Validation During The Post-qualification; B. Batch Release Certificate From Fda, For Easy Validation During The Post-qualification; C. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license: S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer); D. License To Operate (lto) Issued By Fda, If Applicable; E. After-sales Services/parts, If Applicable; F. Manpower Requirements, If Applicable. 21.2 No Further Instructions. Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (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. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered To The Sara District Hospital, Sara, 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). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is The Authorized Employee/official Of The Iloilo Provincial Government. 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; 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. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. 2.2 Partial Payment Is Not Allowed. 4 The Inspections And Tests That Will Be Conducted Are Through Physical Inspection. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months 1 Albumin, 4x65ml. 1 1 2 Sgpt, 3x63ml. 1 1 3 Sgot, 3x63ml. 1 1 4 Enzymatic Creatinine, 3x52 /3x20ml. 2 2 5 Hdl-c Direct, 3x53 / 3x20ml. 1 1 6 Glucose, 5x65ml. 1 1 7 Triglyceride, 5x65ml. 1 1 8 Cholesterol, 5x65ml. 1 1 9 Uric Acid, 4x60ml. 1 1 10 Urea Uv, 93x65 / 3x20ml. 1 1 11 Qualicheck Norm & Path, 2x5ml. 2 2 12 Multicalibration, 95x3ml. 1 1 13 Alkaline Detergent, 1000ml. 1 1 ___________________________________ Signature Over Printed Name Section Vii. Technical Specifications Bid No.: Sdh-25-252-b Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Albumin, 4x65ml. 2 Sgpt, 3x63ml. 3 Sgot, 3x63ml. 4 Enzymatic Creatinine, 3x52 /3x20ml. 5 Hdl-c Direct, 3x53 / 3x20ml. 6 Glucose, 5x65ml. 7 Triglyceride, 5x65ml. 8 Cholesterol, 5x65ml. 9 Uric Acid, 4x60ml. 10 Urea Uv, 93x65 / 3x20ml. 11 Qualicheck Norm & Path, 2x5ml. 12 Multicalibration, 95x3ml. 13 Alkaline Detergent, 1000ml. (must Be Compatible With Agappe (mispa Cxl Pro) ___________________________________ Signature Over Printed Name Section Viii. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages);or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (e) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (j) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (l) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (m) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (o) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (p) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
Closing Date10 Apr 2025
Tender AmountPHP 282.7 K (USD 4.9 K)

Province Of Iloilo Tender

Others
Philippines
Details: Description Bids And Awards Committee Iloilo Provincial Government Procurement Of Housekeeping Supplies Bid No. Rth-25-248-b Philippine Bidding Documents Sixth Edition July 2020 Table Of Contents Section I. Invitation To Bid……………………………………………………..3 Section Ii. Instructions To Bidders………………………………………..…...5 1. Scope Of Bid ………………………………………………………………………. 5 2. Funding Information………………………………………………………………. 5 3. Bidding Requirements ……………………………………………………………. 5 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 5 5. Eligible Bidders…………………………………………………………………… 5 6. Origin Of Goods ………………………………………………………………….. 6 7. Subcontracts ……………………………………………………………………… 6 8. Pre-bid Conference ………………………………………………………………. 7 9. Clarification And Amendment Of Bidding Documents …………………………… 7 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 7 11. Documents Comprising The Bid: Financial Component …………………………... 7 12. Bid Prices …………………………………………………………………………. 8 13. Bid And Payment Currencies ……………………………………………………… 8 14. Bid Security ………………………………………………………………………. 8 15. Sealing And Marking Of Bids ……………………………………………………… 9 16. Deadline For Submission Of Bids …………………………………………………. 9 17. Opening And Preliminary Examination Of Bids ………………………………….. 9 18. Domestic Preference ……………………………………………………………… 9 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 9 20. Post-qualification ………………………………………………………………… 10 21. Signing Of The Contract …………………………………………………………… 10 Section Iii. Bid Data Sheet …………………………………………………..11 Section Iv. General Conditions Of Contract ……………………...………..12 1. Scope Of Contract ………………………………………………………………… 12 2. Advance Payment And Terms Of Payment ……………………………………….. 12 3. Performance Security ……………………………………………………………. 12 4. Inspection And Tests ……………………………………………………………… 12 5. Warranty …………………………………………………………………………. 13 6. Liability Of The Supplier ………………………………………………………….. 13 Section V. Special Conditions Of Contract ………………………………….14 Section Vi. Schedule Of Requirements ……………………………………....16 Section Vii. Technical Specifications …………………………………………16 Section Viii. Checklist Of Technical And Financial Documents …………..18 Section I. Invitation To Bid Purchase Of Housekeeping Supplies Bid No. Rth-25-248-b 1. The Iloilo Provincial Government Through The General Fund 2025 Intends To Apply The Sum Of Four Hundred Ninety-seven Thousand Eight Hundred Eighty Pesos (php 497,880.00) Being The Abc To Payments Under The Contract For The Purchase Of Housekeeping Supplies. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 14 Calendar Days Upon Receipt Of The Notice To Proceed (ntp). Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 Secretariat Of The Iloilo Provincial Government And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 14, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (php500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On N/a At The N / A And/or Through Video Conferencing Or Webcasting, Upon Request At Least Three (3) Days Before The Pre-bid Conference, Via Zoom Or Other Videoconferencing Portals, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before April 22, 2025 At 9:00 A.m. 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 22, 2025 At 9:01 A.m. At The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. A. The Participating Bidder/supplier Or Its Authorized Representative Must Indicate In Any Of The Eligibility Documents, An Email Address Or A Working Fax Number. The Absence Of Which Shall Be A Ground For Disqualification. Notice To The Bidder/supplier Through The Use Of Either Of These Means (email/fax) Is Considered Sufficient Notice. The Date Of Filing Of Reconsideration And All Communications With The Bac Shall Be Its (bac) Date Of Receipt. B. The Bidder(s)/awardee(s) Or Its Authorized Representative Must Conform To The Notice Of Award Within Three (3) Calendar Days From Receipt Of Such Notice And The Winning Bidder Shall Post The Required Performance Security And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award In Accordance With Section 37.2.1 Of The Revised Irr Of R.a. No. 9184. C. The Bidder/supplier Must Have No Pending Unaccepted Notice To Proceed Three (3) Days From The Date Of Acceptance And Signing Of The Purchase Order. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. D. The Bidder/supplier Must Have No Notice Of Award Pending Its Conformity Three (3) Days From The Date Of Its Receipt Of The Notice Of Award. Otherwise, It Shall Be Aground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. E. The Bidder/supplier Shall Submit A List Of All Its Ongoing And Completed Projects With The Iloilo Provincial Government Indicating The Delivery Periods And Accomplishments Of Such Projects. F. The Bidder/supplier At The Time Of The Bidding Must Have No Pending Unposted Performance Or Warranty Security, As The Case May Be, Beyond The Period Allowed In The Notice Of Award. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. G. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 11. The Iloilo Provincial Government 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: Atty. Raemman M. Lagrada Bac Secretariat Head 5th Floor, Bids And Awards Committee Iloilo Provincial Capitol Email Address: Ipg_bacs@yahoo.com Website: Iloilo.gov.ph Telephone Number: (033) 336-0736 13. You May Visit The Following Websites For Downloading Of Bidding Documents: Ipg.gov.ph And/or Philgeps.com April 3, 2025 Atty. Dennis T. Ventilacion Chairman, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Wishes To Receive Bids For The Purchase Of Housekeeping Supplies With Bid No. Rth-25-248-b. The Procurement Project (referred To Herein As “project” Is Composed Of Twenty-eight (28) Items, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of Four Hundred Ninety-seven Thousand Eight Hundred Eighty Pesos (php 497,880.00). 2.2. The Source Of Funding Is: A. Lgus, The Annual Or Supplemental Budget, As Approved By The Sanggunian. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. 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; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. C. For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: [select Either Failure Or Monopoly Of Bidding Based On Market Research Conducted] I. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And Ii. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Complete Bid - One Project Having Several Items That Shall Be Awarded As One Contract In Case Of Complete Bid. Line Bidding/partial Bidding - One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Refers To The Contracts To Be Bid Or The Object Of The Contract; B. Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Price Of The Goods Shall Be Quoted Ddp Ramon Tabiana Memorial District Hospital, Cabatuan, Iloilo Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Five Percent (5%) Of Abc, If Bid Security Is In Surety Bond. 15 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.3 No Further Instructions. 20.2 For The Procurement Of Drugs And Medicines And Medical Equipment/supplies, The Bidder Shall Submit The Following: A. Certificate Of Product Registration From Food And Drug Administration (fda) For Easy Validation During The Post-qualification; B. Batch Release Certificate From Fda, For Easy Validation During The Post-qualification; C. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license: S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer); D. License To Operate (lto) Issued By Fda, If Applicable; E. After-sales Services/parts, If Applicable; F. Manpower Requirements, If Applicable. 21.2 No Further Instructions. Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (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. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity Section V. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered To The Ramon Tabiana Memorial District Hospital, Cabatuan, 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). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is The Authorized Employee/official Of The Iloilo Provincial Government. 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; 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. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. 2.2 Partial Payment Is Not Allowed. 4 The Inspections And Tests That Will Be Conducted Are Through Physical Inspection. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Items Number Description Quantity Total Delivered, Weeks/months 1 Air Freshener 320ml/tin 36 36 2 Alcohol, Ethyl 70%, 20 Liters 40 40 3 Battery Size Aaa Black, Alkaline 120 120 4 Battery Size Aa Black, Alkaline 120 120 5 Bleaching Solution, Original Scent 3.785l 120 120 6 Broom Soft Thick 40 40 7 Bulb, Led 20w 100 100 8 Chlorine Granules, 1kg/pack 50 50 9 Cloth/fabric For Bedsheets, Canadian Cotton 96” Width 250 250 10 Dishwashing Liquid 540ml, Refill Pack 200 200 11 Disinfectant Spray 340 Oz/tin 36 36 12 Fabric Conditioner, 28ml/sachet 800 800 13 Floor Mop Screw Type With Mop Head And Aluminum Handle 20 20 14 Garbage Bag Size 37” X 40”, Black 4,000 4,000 15 Garbage Bag Size 37” X 40”, Green 4,000 4,000 16 Garbage Bag Size 37” X 40”, Yellow 4,000 4,000 17 Insect Spray, Multi Insect Killer, 500ml 36 36 18 Food Container/meal Box 3 Compartment Made Of Paper Or Cardboard 600 600 19 Dishwashing Sponge 50 50 20 Dust Pan Stainless Steel With Long Handle 20 20 21 Liquid Hand Soap 3.785l 40 40 22 Paper Towels 2 Ply X 70 Pulls, 275 X 230mm 80 80 23 Pail Plastic With Dipper Standard Size 25 25 24 Specimen Cup Plastic With Cover, 60ml 6,000 6,000 25 Wall Clock, Big 6 6 26 Trash Bin With Swing Lid, Big 30 30 27 Cloth/fabric For Curtain Star Satin Brown Or Matte Gold, 60” Width 150 150 28 Powder Detergent 1kg/pack 300 300 ___________________________________ Signature Over Printed Name Section Vii. Technical Specifications Bid No.: Rth-25-248-b Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Air Freshener 320ml/tin 2 Alcohol, Ethyl 70%, 20 Liters 3 Battery Size Aaa Black, Alkaline 4 Battery Size Aa Black, Alkaline 5 Bleaching Solution, Original Scent 3.785l 6 Broom Soft Thick 7 Bulb, Led 20w 8 Chlorine Granules, 1kg/pack 9 Cloth/fabric For Bedsheets, Canadian Cotton 96” Width 10 Dishwashing Liquid 540ml, Refill Pack 11 Disinfectant Spray 340 Oz/tin 12 Fabric Conditioner, 28ml/sachet 13 Floor Mop Screw Type With Mop Head And Aluminum Handle 14 Garbage Bag Size 37” X 40”, Black 15 Garbage Bag Size 37” X 40”, Green 16 Garbage Bag Size 37” X 40”, Yellow 17 Insect Spray, Multi Insect Killer, 500ml 18 Food Container/meal Box 3 Compartment Made Of Paper Or Cardboard 19 Dishwashing Sponge 20 Dust Pan Stainless Steel With Long Handle 21 Liquid Hand Soap 3.785l 22 Paper Towels 2 Ply X 70 Pulls, 275 X 230mm 23 Pail Plastic With Dipper Standard Size 24 Specimen Cup Plastic With Cover, 60ml 25 Wall Clock, Big 26 Trash Bin With Swing Lid, Big 27 Cloth/fabric For Curtain Star Satin Brown Or Matte Gold, 60” Width 28 Powder Detergent 1kg/pack ___________________________________ Signature Over Printed Name Section Viii. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages);or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (e) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (j) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (l) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (m) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (o) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (p) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
Closing Date22 Apr 2025
Tender AmountPHP 497.8 K (USD 8.7 K)

DEPARTMENT OF EDUCATION GENERAL SANTOS CITY Tender

Others
Philippines
Details: Description Invitation To Bid Project No: 006 – 2025 - Rb 1. The Department Of Education Through Fy 2025 Gaa Intends To Apply The Sum Of Two Million Three Hundred Thirty-five Thousand Eight Hundred Eighteen And 60/100 (2,335,818.60) Being The Approved Budget For The Contract (abc) For Lots 1, 2, 3 And 4 For The Procurement Of Learning Tools And Equipment Of Senior High School Tvl In General Santos City Division For Non-independent Unit Schools. Bids Received In Excess Of Abc Shall Be Automatically Rejected At The Bid Opening. Unit Description Qty Cost Abc (vat Inclusive) 1 Lot Procurement Of Learning Tools And Equipment (computer Science Systems Ncii) For Lanton High School And Datu Andiam Manza National High School Tools 1 Pc Anti-static Mat (12x12in, Grounding Mat) 4 816.50 3,266.00 2 Pc Crimping Tools (pass Through) 18 546.70 9,840.60 3 Pc Flash Disk (3.0 32gb) 20 423.95 8,479.00 4 Pc Lan Cable Tester 20 223.00 4,460.00 5 Pc Punch Down Tool (krone) 20 435.00 8,700.00 6 Pc Universal Modular Box (dual) 20 135.90 2,718.00 7 Pc Wire Stripper (manual) 4 367.00 1,468.00 8 Pc Whiteboard (90 X 120 Cm) 2 2,431.30 4,862.60 Equipment 1 Set Computer Desktop (processor Core I5 12th Gen) Processor Mainboard / 8gb Memory Ssd, Casing, Casing W/ 700w Power Supply, Monitor And Mouse Pad 250x210mm Mouse Pad Speaker Avr Eco Power 500w Avr With 1 Year Warranty With After Sales Service 10 28,000.00 280,000.00 2 Unit System Unit (processor Core I5 Processor Mainboard Memory/8 8gb Memory Ssd, Casing W/ 700 Power Supply 12 21,000.00 252,000.00 3 Unit Laptop Core I3- 8gb Uhd Graphics 512gb Pcie Nvme Ssd 14 Inches With Laptop Bag, Mouse And Mousepad With 1 Year Warranty With After Sales Service 2 28,000.00 56,000.00 4 Pc Patch Panel (24-ports) 180-degree 1u 24 Port Unshielded Patch Panel, Dual Type Idc, Black Unloaded 10 4,735.96 47,359.60 5 Pc Patch Panel Rack (single Bay Rack 1x42u Vertical Cable Manager 4 9,212.70 36,850.80 6 Unit Printer With Scanner And Photocopy, With Free Set Of 003 Ink With 1 Year Warranty With After Sales Service 2 12,500.00 25,000.00 7 Unit Hub/switch (4-ports) 20 387.20 7,744.00 8 Unit Wireless Access Point At Least 300mbps Wireless N Gigabit Voip Gpon 14 1,650.00 23,100.00 9 Unit Router With Wifi (dual Band) 20 850.00 17,000.00 10 Unit Extension Wire (19 Inches Power Distribution Unit, W/ Aluminum Body, 6 Universal Outlets, W/ Led Master Switch 8 1,620.00 12,960.00 Sub Total P801,808.60 Unit Description Qty Cost Abc (vat Inclusive) 2 Lot Procurement Of Learning Tools And Equipment (cookery Ncii) For Datu Andiam Manza National High School Cooking Appliance 1 Unit Gas Range With Oven (4 Burner), Oven Lamp, Manual Ignition, Stainless Top Black Enamel, Glass Cover 50cmx55l 6 15,000.00 90,000.00 2 Unit Refrigerator 2 Doors 7.9 Gross Cu. Ft. Inverter, Top Mount, Multi-airflow, Spill-proof Tempered Glass Shelves, With Vegetable And Fruit Crisper, Color Black. Packaging Dimension (h.w.d) 150.8x58x59.4 Cm. Net Dimension: 145.6x55x56.8 Cm With 1 Year Warranty With After Sales Service 1 20,000.00 20,000.00 3 Unit Oven Countertop Convection With 1 Year Warranty 6 5,000.00 30,000.00 4 Unit Stock Pan Burner (2 Burner) 3 5,000.00 15,000.00 5 Unit Gas Range 2 Burners Without Oven, Manual Ignition, Free Regulator 4 2,500.00 10,000.00 6 Unit Rice Cooker (large 10 Ltr) With Stainless Cover 3 4,000.00 12,000.00 7 Unit Rice Cooker (medium 1.8 Ltr) Stainless Cover 3 3,000.00 9,000.00 8 Unit Rice Cooker (small 1l) Stainless Cover 4 1,000.00 4,000.00 Supplies 1 Set Chef’s Knife Stainless Steel 1 5,000.00 5,000.00 2 Set Boning Knife Stainless Steel 1 3,000.00 3,000.00 3 Set Oyster Knife Stainless Steel 1 3,000.00 3,000.00 4 Set Cleaver Knife (small - Medium) 1 3,000.00 3,000.00 5 Pc Meat Tenderizer Fine 10 300 3,000.00 6 Pc Skimmer Small 5 200 1,000.00 7 Pc Wire Skimmer Spider 5 200 1,000.00 8 Pc Skimmer Spider (small-medium) 5 200 1,000.00 9 Set Strainer (small-medium) 5 200 1,000.00 10 Pc Strainer Chinois Small 5 400 2,000.00 11 Pc Siever With Handle 3x16 10 200 2,000.00 12 Pc Turner Stainless 12 Inches 10 200 2,000.00 13 Pc Spatula Stainless Steel/rubber 13 Inches 10 100 1,000.00 14 Pc Wooden Spoon Long Handle 10 100 1,000.00 15 Pc Fruit Parisienne Spoon Double Ended Head Stainless Steel 10 180 1,800.00 16 Pc Zester Stainless Steel 10 180 1,800.00 17 Pc Funnel (small-medium) Plastic 12 50 600.00 18 Set Measuring Spoon Plastic 5 200 1,000.00 19 Set Measuring Cup Plastic 5 200 1,000.00 20 Set Measuring Urn Glass Stainless/plastic 5 200 1,000.00 21 Pc Glass Measuring Cup 16 Oz 3 650 1,950.00 22 Pc Tongs 8 Inches 5 100 500.00 23 Pc Tongs 12 Inches 5 100 500.00 24 Pc Ice Cream Scoop Stainless 5 200 1,000.00 25 Pc Cheese Cloth 45 Sq. Ft. Unbleached 10 150 1,500.00 26 Pc Serving Spoon Stainless Steel 40 200 8,000.00 27 Unit Weighing Scale 5 Kg Digital 3 750 2,250.00 28 Unit Weighing Scale 1000g Digital 1 1800 1,800.00 29 Sets Pepper And Salt Mill Wooden 5 400 2,000.00 30 Set Wire Whisk (small-heavy Duty) 10 200 2,000.00 31 Pc Can Opener Stainless Heavy Duty 10 200 2,000.00 32 Set Kitchen Scissor Small To Large 10 200 2,000.00 33 Set Soup Ladle 3 Oz., 6 Oz.,8 Oz, 12 Oz. 3 1200 3,600.00 34 Doz Kitchen Spoon Stainless 8 200 1,600.00 35 Pc Kitchen Spoon Slotted 10 200 2,000.00 36 Doz Kitchen Fork Stainless 8 200 1,600.00 37 Doz Carving Fork Stainless 10 200 2,000.00 38 Pc Pocket/pin Thermometer Digital/analog 10 250 2,500.00 39 Pc Peeler Stainless 10 200 2,000.00 40 Set Colander Stainless (small-medium) 10 200 2,000.00 41 Pc Cutting Board Yellow Medium 4 150 600.00 42 Pc Cutting Board Red Medium 4 150 600.00 43 Pc Cutting Board White Medium 4 150 600.00 44 Pc Cutting Board Green Medium 4 150 600.00 45 Pc Cutting Board Wood Medium 4 150 600.00 46 Set Fish Poacher Stainless 2 3,500.00 7,000.00 47 Pc Glass Rack Stainless 5 500 2,500.00 48 Pc Soup Cup Rack Stainless 3 Layers Any Style 5 415 2,075.00 49 Pc Plate Rack Stainless Steel 3 Layers Any Style 3 4500 13,500.00 50 Pc Utility Tray Rectangular Small Any Color 6 250 1,500.00 51 Pc Utility Tray Rectangular Medium Any Color 6 250 1,500.00 52 Unit Meat Slicer 10 Inches, Electric/manual 1 16,500.00 16,500.00 53 Pc Serving Plate White 12" 20 250 5,000.00 54 Set Dinnerware White 10" 5 2,000.00 10,000.00 55 Doz White Plate 8" 5 1,000.00 5,000.00 56 Doz Cup And Saucer White Standard Size 2 1,500.00 3,000.00 57 Doz Drinking Glass High Balls Standard Size 10 400 4,000.00 58 Set Silicone Cooking Utensils 3 1,665.00 4,995.00 59 Pc 9l Rectangular Roll Top Chafing Dish W/ Glass Lid (stainless) 3 6,000.00 18,000.00 Cleaning Supplies 1 Pc Floor Mop Heavy Duty With Aluminum Handle 18 Inch 2 850.00 1,700.00 2 Pc Mop Squeezer Heavy Duty 33 Liters 1 2,800.00 2,800.00 3 Pc Broom Bamboo (tambo) 12 100.00 1,200.00 4 Pc Liquid Soap Dispenser Plastic 1000 Ml 20 100.00 2,000.00 5 Pc Paper Towel Dispenser Plastic Any Design, Any Color 5 200.00 1,000.00 6 Pc Dust Pan Plastic/aluminum 5 330.00 1,650.00 7 Unit Garbage Bin 4 Gallon 8 250.00 2,000.00 8 Unit Wash Basin Big (palanggana Panghugas) Any Color 5 250.00 1,250.00 Equipment Supplies 1 Unit Electric Dish Washing Machine (single Countertop, Stainless Steel) 2 10,000.00 20,000.00 2 Unit Electric Blender Heavy Duty, Any Style 4 2,000.00 8,000.00 3 Unit Condiment Rack Stainless Steel, 3 Layers, Any Style 3 1,000.00 3,000.00 4 Unit Stainless Steel Rack 5 Shelves, Rectangular Any Style 2 8,500.00 17,000.00 5 Unit Utility Cart (3 Layers Metal Heavy Duty) Any Style 3 2,500.00 7,500.00 6 Unit Stainless Steel Sink With Stand 47.2 Inches,19.7"d X 42.2'w X 33.5 "h, 2 10,000.00 20,000.00 7 Unit Wall Fan 18 Inches High Velocity 1 Year Warranty 4 2,000.00 8,000.00 8 Unit Smart Television 42 Inches With Free Installation With 1 Year Warranty With After Sales Service 1 15,000.00 15,000.00 9 Unit Dish Cabinet 64x40x175 (lwh) Aluminum 2 8,500.00 17,000.00 10 Unit Electric Juicer Machine Stainless (powerful 1100 Watts, 5 Speed) With 1 Year Warranty 2 5,000.00 10,000.00 11 Unit Pasta Maker Adjustable Stainless 3 1,665.00 4,995.00 12 Unit Burner Stand 76.5cm*45cm*2.5 (length,width,thick) 2 2,500.00 5,000.00 13 Unit Working Table Stainless With 1 Tier Undershelf, 2100x760x850mm 4 10,000.00 40,000.00 Cookware Supplies 1 Unit Pressure Cooker Aluminum (9.7 Liters) 10 Quarts 1 2,000.00 2,000.00 2 Unit Pressure Cooker Aluminum (3.7liters)4 Quarts 1 2,000.00 2,000.00 3 Unit Salamander Griller 88x44x61 Cm Gas Type 1 28,000.00 28,000.00 4 Unit Braising Pan Medium With Aluminum/glass Cover 1 10,000.00 10,000.00 5 Unit Combination Of Broiler And Griddle Burner (small) 1 6,000.00 6,000.00 6 Unit Double Boiler (stainless Steel 11 Qt) 2 3,330.00 6,660.00 7 Set Complete Set Of Pots Non-stick (small-large) 1 10,000.00 10,000.00 8 Set Complete Set Of Pans Non- Stick (small-large) 1 20,000.00 20,000.00 9 Set Frying Pans Ordinary (small-medium) 8 830 6,640.00 10 Set High Quality Aluminum Big Size Pan (kawa) Composition: 1. 12.7cm/42.9cm (1pc), 2. 15cm/51.2cm (1pc), 3. 15cm/47.4cm (1pc), 4. 19cm/67.6cm (1pc) 1 6,500.00 6,500.00 11 Set Complete Set Of Casserole Stainless (small-large) 1 10,000.00 10,000.00 12 Pc Paellara Non- Stick 14-16 Inch (35cm-40cm) 3 1,665.00 4,995.00 13 Pc Roasting Pan (non-stick 39 Cmx28cm) 3 1,000.00 3,000.00 14 Pc Cauldron Aluminum Big (kaldero) 36cmx47cm 3 3,330.00 9,990.00 15 Pc Cauldron Aluminum, Medium (kaldero) 21cmx34.5cm 2 2,500.00 5,000.00 16 Pc Stainless Steel 5vply Wok 40cm 1 3,500.00 3,500.00 17 Set Non-stick Frying Pan Skilet With Glass Lid, Stone Cookware Granite Coating 10 Inch (20cm, 24cm, 26cm And 28cm) 1 5,000.00 5,000.00 18 Unit Electric Egg Poacher 2 1,500.00 3,000.00 19 Set 7 Pieces Marble Cookware Set Composition: 20cm, 24cm, 28cm Fry Pan, 18cm Saucepan With 18cm Saucepan Glass Lid, 24cm Casserole With 24cm Glass Lid 1 5,000.00 5,000.00 Sub Total P702,950.00 Unit Description Qty Cost Abc (vat Inclusive) 3 Lot Procurement Of Learning Tools And Equipment (food And Beverages Services Ncii) For Datu Andiam Manza National High School Supplies 1 Pc Dinner Plates 10" White 50 110.00 5,500.00 2 Pc Show/service Plates 12" White 50 220.00 11,000.00 3 Pc Salad Plates 8" White 50 56.00 2,800.00 4 Pc Fish Plates 9" White 50 77.00 3,850.00 5 Pc Dessert Plates 7" White 50 56.00 2,800.00 6 Pc Side Plates Or Bread Plates 6" White 50 56.00 2,800.00 7 Pc Soup Plate 6" White 50 33.00 1,650.00 8 Pc Soup Bowl 4.5" White 50 44.00 2,200.00 9 Pc Cups And Saucers 5-6 Oz White 50 105.00 5,250.00 10 Pc Dinner Knives Stainless Steel 50 90.00 4,500.00 11 Pc Dinner Forks Stainless Steel 180 90.00 16,200.00 12 Pc Salad Knives Stainless Steel 50 90.00 4,500.00 13 Pc Salad Forks Stainless Steel 50 90.00 4,500.00 14 Pc Soup Spoons (cream And Consume) 50 110.00 5,500.00 15 Pc Dessert Spoons Stainless Steel 50 80.00 4,000.00 16 Pc Dessert Forks Stainless Steel 100 80.00 8,000.00 17 Pc Teaspoons Stainless Steel 51 60.00 3,060.00 18 Pc Cocktail Forks Stainless Steel 51 70.00 3,570.00 19 Pc Service Spoons Stainless Steel 130 130.00 16,900.00 20 Pc Steak Knives Stainless Steel 50 110.00 5,500.00 21 Pc Butter Knives Stainless Steel 51 40.00 2,040.00 22 Pc Oyster Forks Stainless Steel 51 50.00 2,550.00 23 Pc Red Wine Glasses 50 300.00 15,000.00 24 Pc White Wine Glasses 50 255.00 12,750.00 25 Pc Water Goblets 25 280.00 7,000.00 26 Pc Juice Glasses/ Hi Ball 100 60.00 6,000.00 27 Pc Champagne Flute 25 280.00 7,000.00 28 Pc Collins Glasses 25 280.00 7,000.00 29 Pc Pilsner Glasses/iced Tea Glasses 25 280.00 7,000.00 30 Unit Coffee Pot Glass 1000 Ml 5 450.00 2,250.00 31 Unit Tea Pot Glass 500ml 5 450.00 2,250.00 32 Pc Salt And Pepper Shakers Stainless Steel 10 275.00 2,750.00 33 Pc Service Trays Rectangular 41cmx30cm Any Color 10 310.00 3,100.00 34 Pc Silver Platters Round Stainless Steel 15 Inches 10 240.00 2,400.00 35 Pc Round (bar) Trays 28 Cm -35 Cm 10 400.00 4,000.00 36 Pc Toothpick Holders Stainless Steel 10 60.00 600.00 37 Pc Napkin Holders Stainless Steel Any Style 10 80.00 800.00 38 Pc Sugar Containers Glass With Cover 10 90.00 900.00 39 Pc Creamer Containers Glass With Cover 10 90.00 900.00 40 Pc Sauce/gravy Boat White 10 90.00 900.00 41 Pc Soup Tureen White 10 850.00 8,500.00 42 Pc Peppermill Wood 8 260.00 2,080.00 43 Pc Food Tongs Stainless Steel Big 10 110.00 1,100.00 44 Pc Sauce Ladles Stainless Steel 20 150.00 3,000.00 45 Pc Soup Ladles Stainless Steel 20 150.00 3,000.00 46 Pc Cake Servers Stainless Steel 20 100.00 2,000.00 47 Pc Water Pitchers Stainless Steel 1000 Ml 10 310.00 3,100.00 48 Pc Room Service Plate With Cover Stainless Steel 10 750.00 7,500.00 49 Pc Stainless Ice Buckets 20 155.00 3,100.00 50 Pc Ice Tong Stainless Steel 20 100.00 2,000.00 Cleaning Supplies 1 Pc Tablecloth Square 54inches X54inches (jacquard Tablecloth) Beige Color 20 360.00 7,200.00 2 Pc Table Skirting Clothes 20 Meters (black Color) 3 2,000.00 6,000.00 3 Pc Table Skirting Clothes 20 Meters (red Color) 3 2,000.00 6,000.00 4 Pc Rectangular Tablecloths 54 Nchex72nches (jacquard Tablecloth) Beige Color 10 450.00 4,500.00 5 Pc Side Towels - Hand Towel (square) Any Color 65 170.00 11,050.00 6 Pc Cloth Table Napkin 18 Inches X18 Inches Black Color 100 50.00 5,000.00 7 Pc Menu Folders - Booklet Type 15 200.00 3,000.00 8 Pc Magnetic Order Pads Holder 13cmx20cm Color Black 15 150.00 2,250.00 9 Pc Bill Folder/change Trays Color Black 15 10.00 150.00 10 Unit Waiter Station/cabinet (see Attached Sample Photos) 5 12,000.00 60,000.00 11 Pc Stainless Tray Stand With Belth Support 7 2,000.00 14,000.00 12 Pc Square Tables 4's Wood (see Attached Sample Photos) 9 4,500.00 40,500.00 13 Pc Round Tables 8's Monoblock White Color 5 5,700.00 28,500.00 14 Pc Dining/banquet Chairs, Monoblock Color Black/beige 60 500.00 30,000.00 15 Pc Window Curtain With Ring Color Brown 55 Inch * 84 Inch 22 815.00 17,930.00 16 Pc Window Curtain Rod 210 Cm- 396 Cm Adjustable Plastic (see Attached Sample Photo) 5 840.00 4,200.00 17 Pc Heavy Duty Stainless Dustpan 6 650.00 3,900.00 18 Pc Broom Stick 10 150.00 1,500.00 19 Sack Powder Detergent (any Detergent) 1 2,200.00 2,200.00 20 Pc Manual Push Call Bell 10 70.00 700.00 22 Pc Stainless Steel/wood Trolley With Wheels 3 Layers 3 7,000.00 21,000.00 24 Pc Non-slip Large Oval Tray 24inches -27inches Brown Color 10 1,500.00 15,000.00 25 Unit Vacuum 1200w, 6 Gallon- Any Vacuum 1 Year Warranty 1 8,000.00 8,000.00 26 Pc Water Dispenser Free Standing Bottom Load Water Dispenser 1 Year Warranty 2 10,000.00 20,000.00 27 Pc Stand Fan Steel Blade 6 2,665.00 15,990.00 28 Pc Mop With Dryer 360 Rotating Spin 11 Liter 5 1,200.00 6,000.00 Subtotal 571,220.00 Unit Description Qty Cost Abc (vat Inclusive) 4 Lot Procurement Of Learning Tools And Equipment (bread And Pastry Prod Ncii) For Datu Andiam Manza National High School Tool Supplies 1 Set Measuring Cup Plastic Any Color 8 125.00 1,000.00 2 Pc Measuring Cup, Liquid (glass/liquid) 250 Ml 5 125.00 625.00 3 Pc Measuring Cup, Liquid (glass/liquid) 500ml 5 125.00 625.00 4 Set Measuring Spoon Stainless Steel 21 20.00 420.00 5 Pc Cake Turn Table 8.5 Inch, Any Color 3 330.00 990.00 6 Set Set Cake Tray Stainless Steel 4x2, 5x2, 6x2, 7x2,8x2 Round And Heavy Duty 1 3,500.00 3,500.00 7 Set Decorating Tips Stainless Steel/cake Decoration 16 100.00 1,600.00 8 Set Pie Pan Sizes 6 ,8, 10 Aluminum 3 830.00 2,490.00 9 Pc Sheet Pan Aluminum 9x13 Inches 4 830.00 3,320.00 10 Pc Pie Cutter Stainless Steel Round 3 830.00 2,490.00 11 Pc Rubber Scrapper Plastic And Hard Rubber 5 165.00 825.00 12 Set Palette Knife Stainless Steel 6/8/10/12 Inch 3 665.00 1,995.00 13 Pc Cake Stand (3 Tier Cake Stand), Any Style 2 3,800.00 7,600.00 14 Pc Cake Pillars (hollow Plastic) 3 330.00 990.00 15 Pc Saucepan Stainless With Long Handle 2 1,650.00 3,300.00 16 Pc Ladles Stainless (large, Deep Spoon) 5 500.00 2,500.00 17 Pc Knives Stainless With Plastic Handle (large Cutting Knives) 3 830.00 2,490.00 18 Pc Scale 5-10 Kg Digital 3 830.00 2,490.00 19 Pc Grater Box Sided Stainless 4 330.00 1,320.00 20 Pc Electric Beaters (eggbeaters) 3 500.00 1,500.00 21 Set Mixing Bowl 6 Pieces Per Set Stainless Steel (one 20 Cm, One 30 Cm, One 34cm, One 18cm) 3 1,200.00 3,600.00 22 Set Wire Whisk Stainless (small-large) 3 500.00 1,500.00 23 Set Muffin Pan Small Aluminum 6 Holes 3 500.00 1,500.00 24 Set Muffin Pan Medium Aluminum 12 Holes 3 830.00 2,490.00 25 Set Muffin Pan Big Aluminum 24 Holes 3 830.00 2,490.00 26 Set Loaf Pan Small Aluminum (5 And 3/4 Inches) 3 500.00 1,500.00 27 Set Loaf Pan Medium Aluminum (8x4 Inches) 3 500.00 1,500.00 28 Pc Loaf Pan Big Aluminum (9x5 Inches) 3 500.00 1,500.00 29 Pc Rectangular Pan 1x8x8 Aluminum 3 750.00 2,250.00 30 Set Round Pan 6,8,9,10,12,16 Aluminum 3 1,600.00 4,800.00 31 Pc Pie Pan Stainless Steel 8 Inches 3 165.00 495.00 32 Pc Flour Sifter Stainless Steel 25 Cm, Round 3 165.00 495.00 33 Pc Strainer Stainless Steel Fine Bowl (vegetables/pasta Drainer) 4 165.00 660.00 34 Pc Double Boilers Stainless Steel (small) 3 1,800.00 5,400.00 35 Set Piping Bags Plastic Any Color 5 400.00 2,000.00 36 Set Decorating Coupler (4 Pieces Per Set) Standard Coupler 5 250.00 1,250.00 Equipment Supplies 1 Unit Commercial Mixers With Complete Attachment Electric, Commercial-grade Beater 1 Year Warranty 2 36,000.00 72,000.00 2 Unit Electric Mechanical Dough Roller (bakery Roller Machine) 1 Year Warranty 1 45,000.00 45,000.00 3 Unit Electric Decker Oven, Grill 1 Year Warranty 2 12,000.00 24,000.00 4 Unit Stainless Steel Sink With Stand, (length Of 70 Cm To 77 Cm) 1 Year Warranty 1 15,000.00 15,000.00 5 Unit Microwave Oven Electric 20 Liter (convention Oven, Color Black) 1 Year Warranty 1 8,500.00 8,500.00 Materials Supplies 1 Kl Cake Flour 4 60.00 240.00 2 Kl Bread Flour 4 50.00 200.00 3 Kl All-purpose Flour 4 50.00 200.00 4 Kl White Sugar 6 70.00 420.00 5 Kl Yeast 1 500.00 500.00 6 Pack Butter 5 50.00 250.00 7 Kl Margarine 6 100.00 600.00 8 Pc French Bread Any Kind 6 100.00 600.00 9 Kl Cooking Oil 10 80.00 800.00 10 Kl Lard 5 62.00 310.00 11 Pc All-purpose Cream 5 200.00 1,000.00 12 Pc Whipping Cream 5 200.00 1,000.00 13 Kl Confectioner Sugar 5 100.00 500.00 14 Pack Knox Gelatin 50 15.00 750.00 15 Kl Flake Almonds 3 165.00 495.00 16 Kl Chocolate Chips 2 250.00 500.00 17 Kl Chocolate Shredded 2 250.00 500.00 18 Kl Cherries With Stem 1 250.00 250.00 19 Bottle Food Colors Any Colors 8 50.00 400.00 20 Can Tropical Fruits (fruit Cocktail) 432 Grams 3 100.00 300.00 21 Kl Bread Improver 2 150.00 300.00 22 Kl Whole Wheat, Rye, Multigrain 4 100.00 400.00 23 Pc Cream Cheese 2 165.00 330.00 24 Pack Paper Cups Muffins 100's 3 Oz 15 33.00 495.00 25 Kl Sugar Lace 5 100.00 500.00 Training Materials 1 Pc External Harddrive 1tb 1 4,000.00 4,000.00 2 Pc Good Housekeeping Baking Book (recipe Book) 2 2,000.00 4,000.00 Sub Total P259,840.00 Delivery Terms: Within 30 Days Drop Off Points: Lanton High School And Datu Andiam Manza National High School Payment Terms: Payment To The Service Provider Shall Be Made Through Philippine Veterans Bank Lddap-ada / Mds. In The Case Of Accounts Maintained In Other Bank, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. Grand Total P2,335,818.60 2. Deped Sdo Of General Santos City, Through Its Bids And Awards Committee (bac), Now Invites Bids For The Above Procurement Project. 3. Bidding Will Be Conducted Through Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, With The Following Eligibility Requirements: A. Valid And Updated Philgeps Certification (platinum) From The Sole Proprietorships, Partnerships, Corporations, Cooperatives And Persons/entities In The Form Of Joint Venture; B. Statement Of The Bidder Of All Its Ongoing Government And Private Contracts; C. Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid; D. The Bidder’s Computation Of Nfcc Which Is Equal To The Abc Or A Committed Line Of Credit From A Bank With At Least 10% Of The Abc; E. Jva Or The Duly Notarized Statement In Accordance With Section 52.1(b) Of The Irr, If Applicable; F. Bid Security In The Prescribed Form, Amount And Validity Period; G. Technical Specifications H. Omnibus Sworn Statement I. Original And Signed Copy Of The Bid Form 4. The Contract Will Be Awarded To The Supplier Determined To Have The Single Or Lowest Calculated And Responsive Bid (s/lcrb) Based On The Above Final Technical And Financial Requirements. 5. A Complete Set Of Bidding Documents In Soft Copy Only May Be Purchased At Deped-division Of General Santos City Bac Secretariat, Located At Tiongson St., Lagao, General Santos City Upon Submission Of A Letter Of Intent, And Payment In Cash On A Non-refundable Fee By Interested Bidders To The Deped Division Cashier. Only Bidders Who Purchased The Bidding Documents Provided Below Shall Be Allowed To Submit Bid/bids Not Later Than The Scheduled Receipt And Opening Of Bids. Bidding Document Price Lot Number Price Lot No. 1 P1,000.00 Lot No. 2 P1,000.00 Lot No. 3 P 1,000.00 Lot No. 4 P500.00 6. It May Be Viewed Or Downloaded After Payment From The Website Of The Philippine Government Electronic Procurement System (philgeps), Www.philgeps.gov.ph. The Schedule And Venue Of The Procuring Activities Are As Follows: Activity Date And Time Venue Pre-bid Conference June 23, 2025 2:00 Pm (monday) Division Office/google Meet Issuance Of Bidding Documents Until July 7, 2025 1:00 Pm (monday) To Be Sent To Bidder’s Email Address After Payment Of The Bidding Documents Receipt And Opening Of Bids July 7, 2025 2:00 Pm (monday) Division Office/google Meet The Pre-bid Conference Is Open To All Interested Parties Who May Have Or Have Not Bought The Bidding Documents. 7. Bids Must Be Physically Delivered To The Address And On The Date And Time Stated Herein. Submission Of Digital Copy Of The Bidding Documents 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 18. A Valid Bid Securing Declaration Must Accompany The Bid(s) In Lieu Of Bid Security. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Opening Of Bids At The Address, Date And Stated Herein. Late Bids Shall Not Be Accepted. 8. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Opening Of Bids At The Address, Date And Stated Herein. Late Bids Shall Not Be Accepted. 9. For Further Information, Please Refer To: Ofelia S. Panes Michael Jhon A. Del Sol Administrative Officer Iv (records) Administrative Assistant Ii Bac Secretariat Head Bac Secretariat Member Email: Ofelia.panes@deped.gov.ph Email: Bac.depedgensan@deped.gov.ph Cell No. 09692673871 Cell No. 09278865516 Approved By: Mervie Y. Seblos, Cese Oic – Assistant Schools Division Superintendent Bac Chairperson Bacsec/mds
Closing Date7 Jul 2025
Tender AmountPHP 2.3 Million (USD 41.3 K)

Municipality Of Kolambugan, Lanao Del Norte Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description The Local Government Unit Of Kolambugan, Lanao Del Norte Through The Bids And Awards Committee (bac) Now Invites Bids For The Herein-mentioned Project: Name Of Project Procurement Of Office Supplies For 1st Quarter Location Of The Project Kolambugan, Lanao Del Norte Brief Description Procurement Of Office Supplies For 1st Quarter Approved Budget Cost Php439,356.11 Source Of Funds Mooe-supplies Delivery Period 30 Cd Implementation Procedure By Contract Sealed Bids On The Single Copy To Be Received Until April 11, 2025, At 10:00 O’clock In The Morning At The Mbo Conference Room, Kolambugan Government Complex: Item No. Unit Item Description Quantity Unit Cost Total Cost 1 Piece Acrylic Nameplate 2 ₱ 1,250.00 2,500.00 2 Piece Albatross With Holder 50g 3 ₱ 25.00 75.00 3 Gal Alcohol, Ethyl, 1 Gallon 14 ₱ 435.25 6,093.50 4 Box Ballpen, Black 32 ₱ 65.00 2,080.00 5 Box Ballpen, Blue 6 ₱ 65.00 390.00 6 Piece Battery, Dry Cell, Size Aa 26 ₱ 25.00 650.00 7 Piece Broom ( Walis Ting-ting) 1 ₱ 26.00 26.00 8 Piece Broom (walis Tambo) 12 ₱ 150.00 1,800.00 9 Unit Calculator, Scientific,10 Digits 5 ₱ 850.00 4,250.00 10 Book Cashbook 3 ₱ 800.00 2,400.00 11 Piece Certificate Holder A4, Blue 65 ₱ 45.00 2,925.00 12 Bot Cleaner, Toilet And Urinal 19 ₱ 42.00 798.00 13 Can Cleanser, Scouring Powder 2 ₱ 23.92 47.84 14 Box Clip, Backfold, 19mm 11 ₱ 38.00 418.00 15 Box Clip, Backfold, 25mm 8 ₱ 15.60 124.80 16 Box Clip, Backfold, 32mm 18 ₱ 25.56 460.08 17 Box Clip, Backfold, 50mm 19 ₱ 60.32 1,146.08 18 Box Clip,backfold,2" 2 ₱ 25.00 50.00 19 Piece Combo Strip ,32mm/ 1 1/4", 290 Shts 13 ₱ 85.00 1,105.00 20 Piece Combo Strip ,6mm/ 1/4", 30 Shts 5 ₱ 10.00 50.00 21 Piece Combo Strip ,8mm/ 5/16", 50 Shts 5 ₱ 10.00 50.00 22 Piece Combo Strip 1 1/2 5 ₱ 48.20 241.00 23 Piece Combo Strip 1" 10 ₱ 85.00 850.00 24 Piece Combo Strip 3/4" 5 ₱ 38.00 190.00 25 Piece Correction Tape 143 ₱ 30.00 4,290.00 26 Pcs Cork Board,2 Mx 3 Ft 1 ₱ 250.00 250.00 27 Piece Cutter/utility Knife, For General Purpose 2 ₱ 34.76 69.52 28 Tube Cutter Blade 1 ₱ 30.00 30.00 29 Piece Data File Box 8 ₱ 195.80 1,566.40 30 Piece Data File Box With Cover 5 ₱ 350.00 1,750.00 31 Pack Detergent Powder, All-purpose,1 Kg 33 ₱ 140.00 4,620.00 32 Unit Digital Voice Recorder 1 ₱ 8,000.00 8,000.00 33 Piece Dipper 1 ₱ 50.00 50.00 34 Bot Dishwashing Liquid, 500ml 3 ₱ 169.00 507.00 35 Can Disinfectant Spray, Aerosol, 400g (min) 12 ₱ 122.00 1,464.00 36 Bot Diswashing Liquid Soap, 1 L 3 ₱ 169.00 507.00 37 Cup Diswashing Paste 500g 12 ₱ 68.45 821.40 38 Unit Dry Seal 1 ₱ 1,750.00 1,750.00 39 Roll Duct Tape 5 ₱ 85.00 425.00 40 Pcs Envelope, Documentary, Legal 100 ₱ 1.90 190.00 41 Pack Envelope, Expanding, Legal,12/pack 3 ₱ 245.50 736.50 42 Box Envelope, Expanding ,kraft,legal,100pieces/box 6 ₱ 960.96 5,765.76 43 Box Envelope, Expanding, Legal 4 ₱ 830.00 3,320.00 44 Piece Envelope, Expanding, Plastic 12 ₱ 31.67 380.04 45 Pack Envelope, Legal, Brown Envelope (12pcs) 8 ₱ 4.00 32.00 46 Pack Envelope, A4, Brown Envelope (12pcs) 1 ₱ 60.00 60.00 47 Box Envelope, Mailing, White, Legal 1 ₱ 585.00 585.00 48 Pcs Envelope, Mailing (white) 100 ₱ 1.00 100.00 49 Bot Epson 001 Ink, Black 14 ₱ 524.70 7,345.80 50 Bot Epson 001 Ink, Cyan 5 ₱ 312.70 1,563.50 51 Bot Epson 001 Ink, Magenta 5 ₱ 312.70 1,563.50 52 Bot Epson 001 Ink, Yellow 5 ₱ 312.70 1,563.50 53 Bot Epson 003 Ink, Black 80 ₱ 350.00 28,000.00 54 Bot Epson 003 Ink, Cyan 44 ₱ 350.00 15,400.00 55 Bot Epson 003 Ink, Magenta 44 ₱ 350.00 15,400.00 56 Bot Epson 003 Ink, Yellow 44 ₱ 350.00 15,400.00 57 Bot Epson 664 Ink, Black 33 ₱ 198.60 6,553.80 58 Bot Epson 664 Ink, Cyan 15 ₱ 198.60 2,979.00 59 Bot Epson 664 Ink, Magenta 15 ₱ 198.60 2,979.00 60 Bot Epson 664 Ink, Yellow 15 ₱ 198.60 2,979.00 61 Bot Epson 774 Ink, Black 1 ₱ 300.00 300.00 62 Unit External Hard Drive 1 Tb 2 ₱ 2,000.00 4,000.00 63 Box Fastener, Plastic 22 ₱ 84.00 1,848.00 64 Set File Tab Divider, A4 2 ₱ 190.00 380.00 65 Set File Tab Divider, Legal 6 ₱ 210.00 1,260.00 66 Piece Filer (red) 3 ₱ 175.00 525.00 67 Unit Fire Extinguisher, Dry Chemical 1 ₱ 1,144.00 1,144.00 68 Piece Floor Mop,heavy Duty 2 ₱ 158.00 316.00 69 Can Floor Wax, Paste Type, Red 11 ₱ 309.76 3,407.36 70 Pack Folder With Tab, Legal (white Folder), 12 Pcs/ Pack 22 ₱ 122.40 2,692.80 71 Pcs Folder Legal,white 124 ₱ 65.00 8,060.00 72 Pack Folder, A4,white 2 ₱ 194.00 388.00 73 Bundle Folder, Fancy, Legal, 12pcs/pack 2 ₱ 320.00 640.00 74 Pack Folder, Legal.white 3 ₱ 323.00 969.00 75 Gallon Glass Cleaner 500ml 9 ₱ 198.45 1,786.05 76 Piece Gloves 10 ₱ 150.00 1,500.00 77 Bot Glue White 130g 2 ₱ 70.72 141.44 78 Pcs Glue, Stick Liquid,transparent 1 ₱ 20.00 20.00 79 Jar Glue, All Purpose, 200 Grams 9 ₱ 150.00 1,350.00 80 Pcs Glue,all-purpose 5 ₱ 39.50 197.50 81 Can Insecticide, Aerosol Type, 500ml 5 ₱ 445.00 2,225.00 82 Unit Keyboard, Usb Type 5 ₱ 500.00 2,500.00 83 Roll Laminating Film 1 ₱ 1,650.00 1,650.00 84 Piece Lei 10 ₱ 200.00 2,000.00 85 Piece Lever Arc File 21 ₱ 300.00 6,300.00 86 Piece Marker, Permanent, Black 16 ₱ 8.27 132.32 87 Piece Marker, Whiteboard, Black 38 ₱ 18.46 701.29 88 Box Marker, Whiteboard, Black 1 ₱ 150.00 150.00 89 Piece Marker, Whiteboard, Red 6 ₱ 18.45 110.70 90 Pcs Mechanical Pencil 5 ₱ 20.00 100.00 91 Piece Mop 1 ₱ 300.00 300.00 92 Unit Mouse Optical, Usb Type 5 ₱ 150.00 750.00 93 Piece Mouse Pad 4 ₱ 100.00 400.00 94 Pad Note Pad, Stick On, 2''x 3'' 5 ₱ 35.00 175.00 95 Pad Note Pad, Stick On, 3'' X 3'' 32 ₱ 52.00 1,664.00 96 Pad Note Pad, Stick On,76mm X 100mm ( 3'' X 4'') Min 17 ₱ 45.32 770.44 97 Piece Notebook (80 Leaves) 5 ₱ 30.00 150.00 98 Piece Office Curtain 2 ₱ 500.00 1,000.00 99 Box Paper Clip, Vinyl/plactic Coated, 33mm 8 ₱ 28.50 228.00 100 Unit Paper Cutter Board,(12"x15") 1 ₱ 2,500.00 2,500.00 101 Unit Paper Cutter, Wood,a4, Manual 1 ₱ 600.00 600.00 102 Pack Paper Sticker, A4 10 ₱ 70.00 700.00 103 Ream Paper, Multi-copy, 80gsm (min), A4 487 ₱ 165.65 80,671.55 104 Ream Paper, Multi-copy, 80gsm (min), Legal 366 ₱ 189.18 69,239.88 105 Ream Paper, Multi-purpose, 70gsm (min), Short 19 ₱ 210.60 4,001.40 106 Ream Paper, Multi-purpose, A3 3 ₱ 450.00 1,350.00 107 Pack Photopaper 100 Sheets 5 ₱ 215.00 1,075.00 108 Pack Photopaper, A4, Glossy 9 ₱ 150.00 1,350.00 109 Piece Puncher, Paper, Heavy Duty 2 ₱ 150.80 301.60 110 Box Pushpin 1 ₱ 40.00 40.00 111 Pack Pvc Binding Cover (100 /pack,legal) 1 ₱ 600.00 600.00 112 Pack Pvc Binding Cover ,a4 ,200mic,100 Pcs 1 ₱ 550.00 550.00 113 Box Pvc Binding Cover ,a4 ,200mic,100 Pcs 6 ₱ 1,500.00 9,000.00 114 Ream Pvc Cover, Clear, 300mic, A4 2 ₱ 500.00 1,000.00 115 Piece Rags/doormat 5 ₱ 150.00 750.00 116 Bundle Rags/doormat 1 ₱ 72.14 72.14 117 Piece Ring Bider 1/4 5 ₱ 8.50 42.50 118 Box Rubber Band, No. 18 2 ₱ 109.50 219.00 119 Piece Sign Pen 0.7,black 10 ₱ 50.00 500.00 120 Piece Sign Pen, 0.3 Black 9 ₱ 50.00 450.00 121 Piece Sign Pen, Extra Fine Tip, Black 62 ₱ 22.20 1,376.40 122 Box Sign Pen, Extra Fine Tip, Black 20 ₱ 22.30 446.00 123 Piece Sign Pen, Extra Fine Tip, Blue 1 ₱ 22.20 22.20 124 Box Sign Pen, Extra Fine Tip, Blue 6 ₱ 22.30 133.80 125 Piece Sign Pen, Extra Fine Tip, Red 1 ₱ 22.20 22.20 126 Box Sign Pen, Extra Fine Tip, Red 6 ₱ 22.30 133.80 127 Piece Sign Pen,black, Liquid/gel Ink,0.5mm Needle Tip,12 Pcs.box 22 ₱ 22.30 490.60 128 Piece Sign Pen,blue, Liquid/gel Ink,0.5mm Needle Tip,12 Pcs.box 1 ₱ 22.30 22.30 129 Pack Specialty Paper, A4 , 90 Gsm (pale Cream), 10 Sheets 1 ₱ 62.00 62.00 130 Pack Specialty Paper, Legal , 180 Gsm,cream 31 ₱ 89.90 2,786.90 131 Pack Specialty Paper,a4, White/cream 45 ₱ 62.00 2,790.00 132 Piece Stamp (receive) 1 ₱ 300.00 300.00 133 Piece Stamp Pad, Felt, 60mmx 100mm 5 ₱ 39.92 199.60 134 Bot Stamp Pad, Ink, 950ml,black 1 ₱ 185.00 185.00 135 Piece Stamp Pad, Ink, 950ml 3 ₱ 55.00 165.00 136 Piece Staple Remover, Plier Type 8 ₱ 32.00 256.00 137 Box Staple Wire, Heavy Duty, 23/13 8 ₱ 25.00 200.00 138 Box Staple Wire, Standard, No.35 24 ₱ 45.80 1,099.20 139 Unit Stapler, Heavy Duty 7 ₱ 462.00 3,234.00 140 Piece Stapler, Standard Type 12 ₱ 155.48 1,865.76 141 Piece Steno Notebook,non-springed 24 ₱ 22.00 528.00 142 Roll Tape ,transparent, 24mm 26 ₱ 21.85 568.10 143 Roll Tape ,transparent, 48mm 7 ₱ 40.70 284.90 144 Unit Tape Dispenser, Table Top 2 ₱ 75.60 151.20 145 Roll Tape, Double Sided, 10mm X 10mm 1 ₱ 73.50 73.50 146 Roll Tape, Electrical 10 ₱ 45.00 450.00 147 Roll Tape, Masking, 18mm 10 ₱ 30.00 300.00 148 Roll Tape, Masking, 24mm 8 ₱ 55.12 440.96 149 Roll Tape, Masking, 48mm 9 ₱ 107.00 963.00 150 Roll Tape, Packaging, 48mm 10 ₱ 20.00 200.00 151 Piece Tarpaulin 2 ₱ 700.00 1,400.00 152 Box Thumbtacks 10 ₱ 8.00 80.00 153 Pack Toilet Tissue Paper, 2 Ply Sheets ,150 Pulls 33 ₱ 80.00 2,640.00 154 Pack Toilet Tissue Paper, 2 Ply, 12 Rolls/ Pack 20 ₱ 300.00 6,000.00 155 Pack Trashbag, Xl Size 2 ₱ 135.00 270.00 156 Unit Tucker 1 ₱ 280.00 280.00 157 Box Tucker Wire 5 ₱ 100.00 500.00 158 Roll Twine, Plastic/straw Rope 1 ₱ 250.00 250.00 159 Unit Uninterruptible Power Supply (ups),1200va 1 ₱ 7,000.00 7,000.00 160 Pack Vellum Board, A4, 140gsm, 50sheets/pack 2 ₱ 600.00 1,200.00 161 Pack Vellum Board, Legal, 140gsm, 50sheets/pack 2 ₱ 200.00 400.00 162 Piece White Board Eraser 1 ₱ 25.10 25.10 163 Box Fastener, Plastic,long,70mm 10 ₱ 185.00 1,850.00 164 Piece Stamp (receive And Signature) 1 ₱ 1,000.00 1,000.00 165 Piece Correction Pen 1 ₱ 75.00 75.00 166 Book Columnar,(12 Colums) 3 ₱ 80.00 240.00 167 Piece Folder, Sliding Plastic,transparent, A4 8 ₱ 20.00 160.00 168 Piece Folder,legal 8 ₱ 18.20 145.60 169 Piece Floor Wax, Red,90g 36 ₱ 18.00 648.00 170 Pack Wipes 10 ₱ 48.00 480.00 Total 439,356.11 Interested Bidders May Secure The Set Of Bidding Documents Upon Payment Of A Non-refundable Fee In The Amount Of Php500.00 To Be Paid At The Municipal Treasurer’s Office, Lgu-kolambugan, Lanao Del Norte Bids Must Be Delivered In Person By The Bidder’s Representatives Who Choose To Attend During The Bidding At The Address Above On The Above Schedule. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Late Bids Shall Not Be Accepted The Bids And Award Committee Of This Municipality Reserves The Right To Reject Any Of All Bids, Waive Any Formal Defects On The Bids Which Is Obviously Unbalanced, Particularly In The Major Pay Items, The Right To Reject The Bid Of Any Bidders Who Were Pre-qualified In The Basis Of Suppressed Or False Information. The Bids And Award Committee Of This Municipality Assumes No Obligation Whatsoever To Compensate Or Indemnify For The Preparation Of Their Bids Nor Does It Guarantee That The Award Will Be Made. For Further Information, Please Refer To: Sheryl S. Alfarero Head Bac Secretariat Earl B. Columnas Mbo Bac Chairperson
Closing Date11 Apr 2025
Tender AmountPHP 439.3 K (USD 7.7 K)

Caraga State University Tender

Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
Philippines
Details: Description This Is A 1 Lot Procurement | Total Cost: Php. 584,605.00 Stock No. | Item Description | Quantity | Unit | Total Cost 1 Air Freshener *aerosol, 280ml/150g Min. 30 | Can | 7,260.00 2 Alcohol *ethyl, 70%, Scented, 500ml. 6 | Bottle | 693.00 3 Ballpen *black 95 | Dozen | 9,120.00 4 Ballpen *blue. 3 | Dozen | 288.00 5 Ballpen *red. 22 | Dozen | 2,112.00 6 "battery *dry Cell, Aa, 1.5 Volts, Alkaline, 2 Piece Per Pack" 29 | Pack | 3,828.00 7 "battery *dry Cell, Aaa, 1.5 Volts, Alkaline, 2 Piece Per Pack" 5 | Pack | 660.00 8 "battery *dry Cell, Aaa, 1.5 Volts, Alkaline, 4 Piece Per Pack" 24 | Pack | 6,000.00 9 Battery *rechargeable, 2x Aa Batteries 2300mah 2 | Pack | 1,560.00 10 Broom *soft (tambo), Weight: 200g Min Tiger Grass. 17 | Piece | 2,550.00 11 Broom *stick (ting-ting), Usable Length: 760mm Min. 20 | Piece | 880.00 12 "bucket *20l Color: White Plastic Bucket With Handle; Height: 345mm; Width: 332mm; Bottom Diameter: 280mm" 2 | Piece | 1,000.00 13 Cable Ties *#4 30 | Pack | 1,140.00 14 Cable Ties *#8 30 | Pack | 4,590.00 15 Calculator *compact, Electronic, 12 Digits Cap. 2 | Unit | 990.00 16 Certificate Holder *size: A4. Color: Black 27 | Piece | 2,079.00 17 "cleaner *type: Toilet Bowl And Urinal. *net Content: 1000ml (1l) In Rigid Plastic Bottle. *color: Clear Or Blue. *bactericidal, Fully Miscible In Water (not Chlorine Based), Kills Germs And Bacteria (professional Cleaning Solution)." 23 | Bottle | 5,060.00 18 Clearbook *20 Transparent Pockets, For Legal Size. 10 | Piece | 660.00 19 "clip Backfold *all Metal, 12 Pieces Per Box *size: 19mm Or 3/4"" (-1mm) *color: Black" 20 | Box | 770.00 20 "clip Backfold *all Metal, 12 Pieces Per Box *size: 25mm Or 1"" (-1mm) *color: Black" 25 | Box | 1,237.50 21 "clip Backfold *all Metal, 12 Pieces Per Box *size: 50mm Or 2"" (-1mm) *color: Black" 5 | Box | 330.00 22 "clip Backfold *bulldog, All Metal *size: 73mm Or 3"" (-1mm) *color: Black" 66 | Piece | 858.00 23 Cloth Rug *type: Oval Cloth 6 | Piece | 366.00 24 Correction Tape *roller Type, Usable Length: 6m Min 87 | Piece | 4,785.00 25 "data File Box *materials: Made Of Chipboard 3mm Thick With Closed Ends Wxhxl 5""x9""x16'" 12 | Piece | 3,168.00 26 "data File Box *materials: Made Of Chipboard 4cm Thick, With Closed Ends. *dimension (wxhxl): 3.5"" X 6"" X 9""." 310 | Piece | 68,200.00 27 "data Folder *customized, Material: Board, Color: Blue., Size: Legal/long" 10 Piece 2,750.00 28 "data Folder *materials: Made Of Chipboard 2.5mm Thick. *deminsion (wxhxl): Approx .28.19x 7.62 Mm X 35.306cm (11.1 X 3 X 13.98 Inches) *color: Blue *with All Steel Lever Arch File Mechanism And Taglia Lock." 12 Piece 3,300.00 29 "data Folder *materials: Made Of Chipboard 2.5mm Thick. *deminsion (wxhxl): 75mm (3"") X 230mm (9"") X 380mm (15""). *with All Steel Lever Arch File Mechanism And Taglia Lock." 51 Piece 11,220.00 30 "dater Stamp *year Bond Good For 10 Year. *see Attached Sample." 1 Piece 560.00 31 "desk Pen With Stand *spring Bullet Tip 0.5mm. *pen Size: 62 × 40 × 155 Mm. *permanent Foam Adhesive On The Base. *note: The Pen Features A Permanent Adhesive Base Designed To Securely Fix It In A Designated Location." 24 Piece 1,200.00 32 "desk Tray Organizer *color: Black, Wire Mesh 4 Layers, All Metal Materials M Firm And Durable Easy To Assemble, Easy To Use ,stable." 1 Piece 1,000.00 33 Detergent Powder *all Purpose, 1kg Per Pack. 104 Pack 17,160.00 34 "dishwashing Liqiud *4l Per Gallon. *liquid, Odorless, Antibacterial. *for Utensils And Equipment." 3 Gallon 1,050.00 35 Dishwashing Liqiud *size: 250ml, Lemon 52 Bottle 6,864.00 36 "dishwashing Pad/sponge *heavy Duty With Green Pad (scrub). *size (hxwxd): 75 X 75 X 30mm." 50 Piece 2,750.00 37 "dishwashing Paste *400 Grams, Lemon Scent And Anti Bacterial With Free Sponge." 50 Piece 4,400.00 38 Disinfectant Spray *aerosol Type, 400 Grams (min). 10 Can 5,500.00 39 Doormat *type : Cloth , Large Size 20 Piece 1,440.00 40 Dust Pan *non-rigid Plastic, With Detachable Handle. 1 Piece 110.00 41 "envelope *documentary, Kraft For Legal Size Document, 500 Pieces Per Box." 15 Box 18,000.00 42 "envelope *mailing, White, 70gsm. *envelope Size: Width: 105mm (-3mm), Length: 241mm (-3mm), 500 Pieces Per Box." 2 Box 1,100.00 43 "envelope *mailing, White, With Window, 70gsm. *envelope Size: Width: 105mm (-3mm), Length: 241mm (-3mm), 500 Pieces Per Box." 5 Box 2,750.00 44 "eraser *felt, For Blackboard/whiteboard. *overall Size (l X W X T) (min.): 125mm X 45mm X 19mm" 30 Piece 840.00 45 "essential Oil *for Humidifier. *eucalyptus Scent. *100ml." 4 Piece 2,600.00 46 "extension Wire *4 Gang Universal Outlet, Ac 110-250 Volts, 10a-16a, 2500w-3,000w,5 Meters Length" 14 Piece 7,000.00 47 "feather Duster *soft Feather Duster, Strong Adsorption Capacity, Wooden-dowel Handle." 5 Piece 600.00 48 "folder *expanding, Plastic. *size: Legal/long. *color: Gray." 20 Piece 1,320.00 49 Folder *kraft, Size: Legal/long, Color: White 1 Bundle 600.00 50 "folder *pressboard. *size:long. *100 Pieces Per Box. *collor: Green" 3 Box 6,000.00 51 "folder *tagboard, With Tab, For Legal Size Documents. *100 Pieces Per Pack. *color: White" 1 Pack 440.00 52 "glass Cleaner *glass And Multi-surface Cleaner, 500ml, In Plastic Spray Bottle. *removes Dirt For A Streak-free Long Lasting Shine." 17 Bottle 4,675.00 53 "glue *all-purpose, Dries Clear, Non-toxic, Paste With Applicator. *gross Weight: 200 Grams." 5 Jar 440.00 54 "glue *glue Stick With Rotating Base; Weight 36g; Dimensions 11.5 X 3 X 3 Cm" 50 Piece 3,000.00 55 "glue *washable Clear Glue, Weight: 0.661kg; 50cc Clear Glue Pen With Sponge Head. Tube Type; Product Dimension: (w X H X L) 5.3in X 6.1in X 1.1in." 20 Piece 600.00 56 "hand Soap *liquid. *antibacterial. *with Moisturizer, Citrus Scent. *750 Ml." 10 Bottle 2,000.00 57 "hand Towel *interfold Hand Towel, 1 Fly 175 Pulls Per Pack" 41 Pack 2,050.00 58 Laminating Film *size: 3 X 5min, Width: 9". *clear. 2 Roll 5,000.00 59 "liquid Bleach *disinfectant (99% Antibac), Whitens, Remove Stains/odor/germs, Multipurpose Bleach, 3785ml Per Gallon (3 In 1 Total Clean)." 26 Gallon 5,720.00 60 "liquid Fabric Conditioner *fresh Fabric Conditioner 1.6 L Long Lasting Freshness" 10 Bottle 9,900.00 61 "marker *permanent, Black, *tip: Felt, Bullet Type, *point: Medium." 10 Piece 165.00 62 "marker *permanent, Blue, *tip: Felt, Bullet Type, *point: Medium." 5 Piece 85.00 63 "marker *permanent, Red, *tip: Felt, Bullet Type, *point: Medium." 5 Piece 85.00 64 "marker *whiteboard, Black, *tip: Felt, Bullet Type." 12 Piece 264.00 65 "marker *whiteboard, Black, Refillable , *tip: Felt, Bullet Type." 5 Piece 110.00 66 Marker *whiteboard, Black, *tip: Felt, Bullet Type. 100 Piece 2,200.00 67 "marker *whiteboard, Blue, *tip: Felt, Bullet Type." 12 Piece 264.00 68 Marker *whiteboard, Blue, *tip: Felt, Bullet Type. 100 Piece 2,200.00 69 Meter Stick *heavy Duty, Steel 1-meter 2 Piece 300.00 70 Microfiber Towel *heavy Duty. *type: Cotton 10 Piece 2,200.00 71 Mouse Pad *with Wrist Rest 3 Piece 720.00 72 "muriatic Acid *with Power Clean Chemicals, Removes Dust Stain, Hard Water Deposits & Disinfectants." 10 Gallon 2,750.00 73 Notepad *stick-on, 1 X 3, 100 Sheets Per Pad 5 Pad 140.00 74 Notepad *stick-on, 2 X 3, 100 Sheets Per Pad 5 Pad 220.00 75 Notepad *stick-on, 3 X 4, 100 Sheets Per Pad. 20 Pad 1,650.00 76 Notepad *stick-on, 4 X 4 6 Pad 528.00 77 Notepad *stick-on, Arrow Design. 12 Pad 564.00 78 Notepad *stick-on, With "sign Here". 5 Pad 275.00 79 "office Desktop File Tray Holder *heavy Duty. *3 Layer , Metal, Colored Black" 7 Piece 10,395.00 80 Pail *plastic (lxh) 12.5'' X 11.5'' 10 Piece 1,500.00 81 "paper *certificate Paper, With Border, Size: 210mm X 297mm (a4), Color Gold, 10's Per Pack" 50 Pack 8,250.00 82 "paper *check Paper. *color: Yellow. *size: 8.5"" X 13"". *500 Sheets." 60 Ream 99,000.00 83 "paper *mimeo, Size: 8.5"" X 13"" (legal/long), Substance 20, White Wove" 51 Ream 12,342.00 84 Paper *multi-purpose, 70 Gsm., Size: 210mm X 297mm (a4) 35 Ream 8,277.50 85 Paper *multi-purpose, 70 Gsm., Size: 210mm X 297mm (a4) 40 Ream 9,480.00 86 "paper *multi-purpose, 70 Gsm., Size: 216mm X 330mm (legal/long)" 136 Ream 34,408.00 87 Paper *multicopy, 80gsm, Size: 210mm X 297mm (a4) 44 Ream 11,616.00 88 "paper *multicopy, 80gsm, Size: 216mm X 330mm (legal/long)" 20 Ream 5,720.00 89 "paper *photo Paper, Size: 210mm X 297mm (a4), 180 Gsm, Matte, 20's Per Pack" 51 Pack 8,415.00 90 "paper *photo Paper, Size: 210mm X 297mm (a4), 230 Gsm, High Glossy, 20's Per Pack." 50 Pack 11,000.00 91 "paper *photo Paper, Size: 210mm X 297mm (a4), 80 Gsm, Glossy, 20's Per Pack" 2 Pack 300.00 92 "paper *specialty Board, Size: 8.5"" X 11"" (letter/short), Gsm: 185 *color: Comfied Cream *10pcs Per Pack" 50 Pack 3,250.00 93 "paper *specialty Board, Size: 8.5"" X 13"" (legal/long), Gsm: 185. *color: Cornfield Cream" 1 Pack 79.00 94 Paper *sticker Paper, Size: 8.5" X 13" (legal/long) 34 Pack 3,740.00 95 Paper Towel *2ply ,100pcs, Sheet Per Roll 1 Roll 83.00 96 "pencil *lead With Eraser, 12 Pieces Per Box, Wood Cased, Hardness: Hb" 2 Box 220.00 97 "pencil Sharpener *manual, 1 Piece In Individual Plastic Ca, Single Cutter Head" 1 Piece 302.50 98 Puncher *paper, Heavy Duty, With Two Hole Guide, 1 4 Piece 880.00 99 Pvc Cover *size: Legal. 3 Ream 4,290.00 100 Ring Binder *plastic, 2", Black, 10's Per Bundle 20 Bundle 14,300.00 101 Scissors *symmetrical, Blade Length: 65mm Min (2.5") 4 Pair 352.00 102 Sign Pen *black, 0.7mm Needle Tip. 4 Dozen 1,672.00 103 Sign Pen *black, Liquid/gel Ink, 0.5mm Needle Tip 83 Piece 3,652.00 104 Sign Pen *blue, 0.7mm Needle Tip. 4 Dozen 1,672.00 105 Sign Pen *blue, Liquid/gel Ink, 0.5mm Needle Tip 44 Piece 1,936.00 106 Sign Pen *black, 0.3mm Needle Tip. 24 Piece 1,056.00 107 Sign Pen *red, 0.7mm Needle Tip. 5 Dozen 2,090.00 108 Sign Pen *red, Liquid/gel Ink, 0.5mm Needle Tip 12 Piece 528.00 109 "stamp Pad *felt, Bed Dimension: 60mm X 100mm Min *metal Case" 1 Piece 176.00 110 "staple Wire *heavy Duty, 23/13, *material: Metal, Non-rust, *type: Chisel Point, *number Of Staples Per Strip: 100, *number Of Staples Per Box: 1000, *binding Capacity: 40-90 Sheets Of 70gsm Multi-purpose Paper" 4 Box 330.00 111 "staple Wire *standard, (26/6) Or No.35, Full Strips Staples, *5000 Wires Per Box, *number Of Wires Per Strip: 100." 30 Box 1,650.00 112 Stapler *binder Type, Heavy Duty, Desktop 1 Piece 1,320.00 113 Stapler *standard Type, Load Cap: 200 Staples Min 22 Piece 6,050.00 114 Stapler *standard Type, Load Cap: 200 Staples Min. 4 Piece 1,100.00 115 Tape *double Sided, With Foam, Width: 24mm (1"). 5 Roll 200.00 116 Tape *double Sided, Without Foam, Width: 24mm (1"). 5 Roll 175.00 117 Tape *electrical, 18mm X 16m Min. 3 Roll 84.00 118 Tape *masking, Width: 24mm (1") (â±1mm) 10 Roll 715.00 119 Tape *masking, Width: 24mm (1") (â±1mm). 20 Roll 1,440.00 120 Tape *masking, Width: 48mm (2") (â±1mm) 7 Roll 1,001.00 121 Tape *masking, Width:3 /4". 10 Roll 250.00 122 Tape *packaging, Width: 48mm (2") (â±1mm) 5 Roll 247.50 123 Tape *transparent, Width: 24mm (1") (â±1mm), Plastic 15 Roll 600.00 124 Tape *transparent, Width: 24mm (1") (â±1mm), Plastic. 10 Roll 400.00 125 Tape *transparent, Width: 48mm (2") (â±1mm), Plastic 20 Roll 990.00 126 "toilet Brush *toilet Bowl Scrub Double Side Cleaning Brush, With Plastic Handle." 10 Piece 1,750.00 127 "trashbag *gpp Specs, Black, 940mm X 1016mm (38"" X 40""), 10pcs Per Roll" 22 Roll 4,246.00 128 Trashbag *size: Large. *100's Per Pack. 41 Pack 20,500.00 129 "trashbin *size: 45 Liter:36*36*60cm. *material Type: Plastic W/ Rotating Cover" 3 Piece 1,431.00 130 "water Dipper *dimensions: L 255 Mm × W 319 Mm × H 88 Mm. *capacity: 1000 Ml. *color: White" 2 Piece 300.00 Note: Delivery Period: Within Thirty (30) Calendar Days Upon Receipt Of P.o Partial Bid Is Not Allowed Download And Use The Official Canvass Form In The Associated Components Please Fill In The Savings/current Account Name & Account Number Please Indicate Brand Offer And Model Of The Specific Item (if Applicable)
Closing Date30 Apr 2025
Tender AmountPHP 584.6 K (USD 10.3 K)

Department Of Environment And Natural Resources - DENR Tender

Publishing and Printing
Philippines
Details: Description Procurement Of Three (3) Lots Common-use Supplies And Equipment Of Denr Regional Office 6, Iloilo City For The 2nd Semester Cy 2025 Lot I- Office Supplies And Equipment 1 Piece Archfile, Vertical, Long/legal Size, 3" Thick, 2 Rings, Side Clip, With Finger Pull Hole, Hard Cover, Yellow 5 2 Piece Archfile, Vertical, Long/legal Size, 3" Thick, 2 Rings, Side Clip, With Finger Pull Hole, Hard Cover, With Label Insert, Green 10 3 Piece Archfile, Vertical, Long/legal Size, 3" Thick, 2 Rings, Side Clip, With Finger Pull Hole, Hard Cover, With Label Insert, Red 3 4 Piece Archfile, Vertical, Long/legal Size, 3" Thick, 2 Rings, Side Clip, With Finger Pull Hole, Hard Cover, With Label Insert, Blue 24 5 Piece Archfile, Vertical, Legal Size, 3" Thick, 2 Rings, Top Clip, With Finger Pull Hole, Hard Cover, With Label Insert, Green 22 6 Piece Archfile, Vertical, Legal Size, 3" Thick, 2 Rings, Top Clip, With Finger Pull Hole, Hard Cover, With Label Insert, Red 25 7 Piece Archfile, Vertical, Legal Size, 3" Thick, 2 Rings, Top Clip, With Finger Pull Hole, Hard Cover, With Label Insert, Blue 3 8 Box Ballpen, Ordinary, 0.7mm, Water Gel, With Removable Cap, 12 Pieces, Black 15 9 Piece Ballpen, With Removable Clip Cap, 0.7mm Pen Tip Size 50 10 Pack Battery, Size Aa, Alkaline, 2 Pieces 13 11 Pack Battery, Size Aaa, Alkaline, 2 Pieces 17 12 Box Binder Clip, Backfold, 25mm Or 1", 12 Pieces 20 13 Box Binder Clip, Backfold, 32mm Or 1-1/4", 12 Pieces 19 14 Box Binder Clip, 50mm Or 2", 12 Pieces 13 15 Ream Bond Paper, Substance 20, 70gsm, Long Size, 500 Sheets, White Surface 121 16 Ream Bond Paper, Substance 20, 70gsm, Short/letter Size, 500 Sheets, White Surface 122 17 Ream Bond Paper, Substance 20, 70gsm, A4 Size, 500 Sheets, White Surface 13 18 Ream Bond Paper, A3 Size, 500 Sheets 35 19 Piece Cd/dvd Marker, Double Sided (fine And Extra Fine), Plastic Body Material, Clippable, With Durable Tip 110 20 Piece Certificate Frame, With Glass, Short/letter Size 15 21 Piece Certificate Holder, A4 Size, With 2 Hangers For Portrait Or Landscape Orientations 30 22 Piece Clearbook, Refillable, Spiral Bound, 25 Pockets Min., Legal/long Size, Durable 5 23 Piece Clear Folder With Slide, Long Size 39 24 Piece Clear Folder With Slide, Short Size 24 25 Roll Clear/transparent Packaging Tape, 24mmx 50 Meters 35 26 Roll Clear Packaging Tape, 24mmx100m 52 27 Roll Packaging Tape, 48mmx50m Min. Length 6 28 Roll Clear/transparent Packaging Tape, 48mmx 50m Min. Length 10 29 Pack Construction Paper, Approx. 210 X 297mm Size, 20s, Assorted Colors 5 30 Piece Correction Tape, 5mm X 10m, Transparent Casing 50 31 Piece Correction Tape, 12 Meters 15 32 Piece Correction Pen, 10ml, Fine Metal Tip 17 33 Piece Cutter/ Utility Knife, Heavy Duty, Auto Lock, Retractable 7 34 Piece Data File Box, With Cover, Single, Approx. 15.5" (l) X 5.5" (w) X 11" (h) Size, With Finger Pull Hole, Includes Label Insert, Yellow 5 35 Piece Data File Box, With Cover, Single, Approx. 15.5" (l) X 5.5" (w) X 11" (h) Size, With Finger Pull Hole, Includes Label Insert, Dark Blue 21 36 Piece Data File Box, With Cover, Single, Approx. 15.5" (l) X 5.5" (w) X 11" (h) Size, With Finger Pull Hole, Includes Label Insert, Red 15 37 Piece Data File Box, With Cover, Single, Approx. 15.5" (l) X 5.5" (w) X 11" (h) Size, With Finger Pull Hole, Includes Label Insert, Blue 15 38 Piece Dater Stamp, 3mm, Self-inking, Format: Month/date/year 2 39 Bottle Digi Ink, Black, 10cc 2 40 Roll Duct Tape, 45mm Width 10 41 Piece Document Envelope, Brown, Long, 150lbs. 120 42 Piece Document Envelope, Brown, Short, 150 Lbs. 70 43 Piece Eraser, Rasoplast 5 44 Piece Expanding Envelope, Thick Plastic, Long Size, With Handle, With Zipper Lock, Assorted Colors 2 45 Piece Expanding Envelope, Thick Plastic, With Handle, Long/legal Size, With Zipper Lock, Green 5 46 Piece Expanding Envelope, With Garter, Long/legal Size, Green 30 47 Piece Expanding Envelope, With Garter, Long/legal Size, Brown 10 48 Piece Expanding File With Handle, Long, 12 Pockets Min., Push Lock, With Tab, With Black Lining 5 49 Piece File Case With Handle, Long Size, Double Lock, Hard Plastic Case 5 50 Piece Folder, White, Short Size, Pre-punched 121 51 Piece Folder, White, Long/legal Size, Pre-punched 601 52 Piece Folder, Thick Plastic, Without Slide, Transparent Yellow, Long Size 20 53 Piece Gel Pen, 0.5mm Tip, Metal Tip, Black 24 54 Piece Glue Gun, Hot Melt, 40w 3 55 Bottle Glue, Multi-purpose, White/clear, 130gms 16 56 Pack Glue Stick, Big Size, 3 Pieces/pack 15 57 Piece Highlighter Pen, Flourescent 5 58 Piece Highlighter Pen, Neon Color 5 59 Pack Highlighter Pen, Neon Colors, 3 Pcs./pack 3 60 Piece Highlighter Pen, Yellow 3 61 Box Index Tab, Self-adhesive, 5 Sets/box, Assorted Colors 10 62 Pack Laid Paper, Letter Size, 10 Sheets, 85gsm 10 63 Pack Laid Paper, Long Size, 10 Sheets, 85gsm 10 64 Pack Laminating Film, 222x337mm, Long, 250mic, 100pcs/pack 1 65 Tube Lead For Mechanical Pencil, 0.5mm, 12pcs./tube 2 66 Box Mailing Envelope, Classic, Long Size, 500 Pcs. 3 67 Piece Mechanical Pencil, 0.5mm 2 68 Roll Masking Tape, 24mmx50m Min. Length 9 69 Roll Masking Tape, 48mmx50m Min. Length 10 70 Roll Masking Tape, 48mmx25 Yards Min. 6 71 Roll Mounting Tape, Double Stick Foam, 24mmx1m 3 72 Piece Notebook, 80 Leaves, Padded, Ruled Sheets, 178x254mm, Green 30 73 Tube Instant Glue, Cyanoacrylate Adhesive, 3g 2 74 Box Paper Clip, Vinyl Coated, Gem Type, 33mm, 100 Pcs. 3 75 Box Paper Clip, Vinyl Coated, Gem Type, 50mm, 100 Pcs. 6 76 Pack Paper Fastener, 70mm, Hard Plastic, Double Lock, 5 Sets 10 77 Box Paper Fastener, Metal, 7cm, 50 Sets 5 78 Box Paper Fastener, Extra Long, Heavy Duty, Plastic, 8.5 Inches Long, 70mm, 50 Pcs./box 3 79 Piece Pencil Pouch/case, With Zipper, Cloth/canvas Material, Plain Color, Large Capacity 5 80 Box Pencil With Eraser, Lead, 12 Pieces 11 81 Piece Pencil Sharpener, Manual, Table Top, With Metal Body And Plastic Drawer, For Standard Diameter Pencils 2 82 Piece Permanent Marker, Bullet Tip, Black 15 83 Piece Permanent Marker, Bullet Tip, Blue 5 84 Piece Permanent Marker, Chisel Tip, Black 10 85 Pack Photo Paper, Glossy, 210gsm Min., A4 Size, 10 Sheets 10 86 Pack Photo Paper, Matte Finish, 210gsm Min., A4 Size, 10 Sheets 10 87 Piece Plastic Clip Board, 8.5x13 Inches 4 88 Roll Plastic Cover, Thick, 50m/roll 1 89 Piece Pressboard Folder, Long/legal Size, Purple Color 30 90 Piece Pressboard Folder, Short Size, Purple Color 30 91 Piece Pressboard Folder, Long, Green 47 92 Piece Pressboard Folder, Short, Green 48 93 Piece Puncher, Heavy-duty, With Handle Lock, Adjustable Paper Gauge, Punching Capacity: 30 Sheets Min., Attr: 2-hole, With Scale Guide 1 94 Box/pack Push Pins, Min. 100 Pieces 2 95 Piece Record Book, 8.5x11 Inches Size, 500 Pages, Hardbound Covers 18 96 Bundle Ring Binder, Plastic, 32mm, 10 Pcs./bundle 3 97 Bundle Ring Binder, Plastic, 25mm, 10 Pcs./bundle 3 98 Bundle Ring Binder, Plastic, 50mm, 10 Pcs./bundle 1 99 Box Rubber Band, 350 Gms, Heavy Duty, Big 4 100 Piece Rollerball Pen, Water-based Ink, Stainless Steel Pipe Tip, 1.0mm Ball Diameter, 0.60mm Width Of Stroke, With Rubber Grip And Metal Clip, Black 20 101 Piece Rollerball Pen, 0.5mm, Water-based Ink, 0.25mm Width Of Stroke, Stainless Steel Pipe Tip, Retractable, Cylindrical Body Shape, Black 54 102 Piece Rollerball Pen, 0.5mm, 0.25 Width Of Stroke, Water-based Ink, Stainless Steel Pipe Tip, Retractable, Cylindrical Body Shape, Blue 20 103 Piece Rollerball Pen, 0.5mm, 0.25 Width Of Stroke, Water-based Ink, Stainless Steel Pipe Tip, Retractable, Cylindrical Body Shape, Red 24 104 Piece Rollerball Pen, 0.5mm Tip Size, 0.30mm Writing Width, With Grip, Black 110 105 Piece Rollerball Pen, Textured Grip, 0.4mm Tip Size, Black 10 106 Piece Ruler, Hard Plastic/acrylic, 12 Inchges/30cm 5 107 Pair Scissors, Multi-purpose, 18cm/7", Stainless Steel Blades, Pointed Tip 4 108 Pair Scissors, 8 Inches,stainless Steel Blades 4 109 Pair Scissors, Multi-purpose, 8.5 Inches, Stainless Steel Blades 7 110 Pair Scissors, Multi-purpose, 9", Stainless Steel Blades, Pointed Tip 2 111 Piece Sign Pen, Extra Fine Tip, Black 20 112 Pack Specialty Board Paper, Letter Size, 10 Sheets, 200gsm Min. 10 113 Pack Specialty Board Paper, Long Size, 10 Sheets, 200gsm Min. 15 114 Bottle Stamp Pad Ink, 50ml, Violet 1 115 Piece Staple Remover, Plier Type, Stainless Steel 6 116 Box Staple Wire, Heavy Duty, Copper, No. 35 (26/6), 5,000 Staples In A Box 27 117 Piece Stapler, Hand Stapler, Staples No. 35 (26/6) And No. 3 (24/6), Load Capacity Up To 105 Staples, Stapling Cap Upto 30 Sheets, Throat Depth: 47mm, Metal Body 2 118 Pack Stick On Arrow Notes, "sign Here", 125 Sheets Min. 33 119 Pack Sticker Paper, Matte, Inkjet Friendly, A4 Size, 10 Sheets, White 5 120 Pad Sticky Notes, With Strong Adhesive, 3"x4", 100 Sheets/pad (assorted Colors) 26 121 Pad Sticky Notes, With Strong Adhesive, 3"x4", 100 Sheets/pad, Yellow 12 122 Pad Sticky Notes, With Strong Adhesive, 3"x5", 100 Sheets/pad 10 123 Pad Sticky Notepad, Lined, Multicolored, 200 Sheets/pad, 4x6 Inches 5 124 Roll Tape, Double-sided, 24mmx10m, White 27 125 Piece Tape Dispenser, Heavy Duty/weight, Table Top, Core: 3", 1" Width, Non-slip Base 2 126 Pack Vinyl Paper Sticker, Glossy, Printable, A4 Size, Water Resistant, Tear And Scratch Resistant, 20 Sheets 5 127 Piece Whiteboard Marker, Black, Chisel Tip 10 128 Piece Paper Trimmer, 15"x18", Metal Base With Adjuster And Stopper 2 129 Piece Stapler, Desktop Stapler, Rubberized Grip, Staples: No. 35 (26/6), No. 3 (24/6), Stapling Cap: 2-30 Sheets , Heavy And Sturdy Base 6 130 Piece Office File Tray Organizer, Acrylic, Three Layers, Approx. 280mm X 372mm X 247mm 6 Total Abc For Lot I - P337,221.00 Lot Ii- Other Office Supplies 1 Can Air Freshener, 280ml/can Aerosol Type, Lavender Scent 5 2 Bottle Alcohol, 70% Ethyl, 500 Ml, Scented 10 3 Piece Bathroom Doormat, Anti Slip, Large Size, Rectangular 4 4 Bottle Bleaching Liquid, Multi-purpose, 1 Gallon 3 5 Piece Cloth Doormat, Rectangular, Large Size 5 6 Pouch/ Pack Detergent Powder, 500 Grams 5 7 Bottle Dishwashing Liquid, 250ml 25 8 Piece Dishwashing Sponge, Double-sided 9 9 Can Disinfectant Spray, Aerosol Type, 340 Grams 5 10 Bottle Disinfectant Liquid, Multi-action Cleaner, 900ml 5 11 Box Facial Tissue, 200mm X 200mm, In Big Rectangular Box, 175 Pulls 10 12 Bottle Fabric Conditioner, 800ml 8 13 Bottle Furniture Cleaner With Spray, 300ml 4 14 Can/bottle Glass Cleaner With Spray, 500ml 5 15 Bottle Household Muriatic Acid, 1 Liter 3 16 Can Insecticide, Aerosol Spray, 600ml, Waterbased 9 17 Piece Led Light Bulb, Daylight, 15 Watts 5 18 Bottle Liquid Hand Wash, Cream/gel, 500ml, Scented, Pump 9 19 Roll/pack Plastic Trashbag, Black, With Tie, Large Size, 10 Pcs. 10 20 Roll/pack Plastic Trashbag, Black, Xxl Size, 10 Pcs. 20 21 Piece Sack, 50kg 15 22 Bottle Scouring Powder, 350 Grams 5 23 Pack Toilet Tissue, 12 Rolls Per Pack, 3 Ply 8 24 Bottle Toilet Bowl And Urinal Cleaner, 1000ml 4 Total Abc For Lot Ii- P35,375.82 Lot Iii- Ict Supplies 1 Cart. Ink Cartridge, Hp 680, Black 30 2 Cart. Ink Cartridge, Hp 680, Colored 30 3 Bottle Ink, Epson, Continuous, T6641, Black 8 4 Bottle Ink, Epson, Continuous, T6642, Cyan 3 5 Bottle Ink, Epson, Continuous, T6643, Magenta 2 6 Bottle Ink, Epson, Continuous, T6644, Yellow 3 7 Bottle Ink, Epson, 008, Black 10 8 Bottle Ink, Epson, 003 Black 7 9 Bottle Brother Ink, Bt D60, Black 3 10 Bottle Brother Ink, Bt5000 Magenta 3 11 Bottle Brother Ink, Bt5000 Cyan 3 12 Bottle Brother Ink, Bt5000 Yellow 3 13 Bottle Ink, Canon Pixma 790'c 2 14 Bottle Ink, Canon Pixma 790'm 2 15 Bottle Ink, Canon Pixma 790'y 2 16 Bottle Ink, Canon Pixma 790'bk 2 17 Bottle Ink, Hp Gt52, Cyan 1 18 Bottle Ink, Hp Gt52, Yellow 1 19 Bottle Ink, Hp Gt52, Magenta 1 20 Bottle Ink, Hp Gt53, Black 1 21 Pc Mouse, Usb Connection Type 5 22 Pc Flash Drive, 64gb, Usb 3.0 Plug And Play 1 23 Pc Extended Mouse/desk Pad, Approx. 80cmx40cm, Plain Pastel/light Color, Double Sided 5 Total Abc For Lot Iii- P76,028.00 Total (approved Budget Cost Php448,624.82)
Closing Date26 May 2025
Tender AmountPHP 448.6 K (USD 8 K)

Department Of Education Region Iv a calabarzon Tender

Publishing and Printing
Philippines
Details: Description Request For Quotation The Department Of Education Region Iv-a (calabarzon) Through Its Bids And Awards Committee, Intends To Procure “procurement Of Commonly Used Supplies, Janitorials And Computer Printer Inks For Use At The Regional Office (1st Quarter)” In Accordance With Alternative Method Of Procurement Under ☒section 52 (shopping) Or ☐section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Approved Budget For The Contract (abc) Are As Follows: Lot No. - Description - Approved Budget For The Contract (abc) I - Commonly Used Suppliers - Php472,869.13 Ii - Janitorials - Php190,502.00 Iii - Computer Printer Inks - Php304,660.00 Interested Service Providers May Submit A Quotation In Any Of The Above Enumerated Lots And Evaluation, Including Award Of Contract, Will Be Undertaken On A Per Lot Basis. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided At The Bottom/last Page Of This Request For Quotation (rfq). Submit Your Proposal/quotation Duly Signed By Your Authorized Representative Not Later Than March 5, 2025 At 9:00 A.m. At The Bac Secretariat, Deped Region Iv- A Calabarzon, Gate 2 Karangalan Village, Cainta, Rizal. Quotations May Also Be Submitted Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. A Copy Of Your 2025 Business/mayor’s Permit, Philgeps Registration Number And Latest Income/business Tax Return Are Required To Be Submitted Along With Your Signed Quotation/proposal. A Valid Certificate Of Philgeps Registration (platinum Membership) May Be Submitted In Lieu Of The Business/mayor’s Permit. Moreover, A Notarized Omnibus Sworn Statement (gppb-prescribed Forms) Will Also Be Required To Be Submitted Prior To Award. For Any Clarification, You May Contact Us At Telephone No. 02-8682-5773; 8684- 4914; Or 8647-7487 Or E-mail Address At Bac.calabarzon@deped.gov.ph (sgd) Loida N. Nidea Bac Chairperson Lot I- Commonly Used Supplies 1. Clearbook, A4 Size, 20 Sheets, Assorted Color Php45.00/pc 96 Pcs 2. Sign Pen, Extra Fine Tip, Black, Needle Tip 0.5 Mm Php32.00/pc 212 Pcs 3. Sign Pen, Extra Fine Tip, Blue, Needle Tip 0.5 Mm Php32.00/pc 173 Pcs 4. Sign Pen, Extra Fine Tip, Red, Needle Tip 0.5 Mm Php32.00/pc 82 Pcs 5. Eraser, Plastic/rubber Eraser, 20 Grams Php9.00/pc 67 Pcs 6. Battery, Dry Cell Size Aaa, Alkaline Lr03, 2 Pieces Per Blister Pack Php60.00/pack 77 Packs 7. Battery, Dry Cell Size Aa, Alkaline Lr06, 2 Pieces Per Blister Pack Php60.00/pack 100 Packs 8. Computer Mouse, Wireless Php160.00/unit 86 Units 9. Tape, Transparent 24mm X 50 Meters Php25.00/roll 90 Rolls 10. Marker, Permanent, Black, Fine Tip Php20.00/pc 55 Pcs 11. Marker, Permanent, Blue, Fine Tip Php20.00/pc 26 Pcs 12. Marker, Permanent, Red, Fine Tip Php20.00/pc 16 Pcs 13. Marker, Whiteboard Black, Fine Tip Php20.00/pc 39 Pcs 14. Marker, Whiteboard Blue, Fine Tip Php20.00/pc 25 Pcs 15. Marker, Whiteboard Red, Fine Tip Php20.00/pc 14 Pcs 16. Stamp Pad, Felt, Bed Dimension: 60mm X 100mm Php40.00/pc 15 Pcs 17. Index Tab, Sticker Adhesive 10 Colors X 20 Sheets Php50.00/pc 135 Pcs 18. Data Folder, Made Of Chipboard, Taglia Lock, 15 X 9 X 3 Inches Php160.00/pc 465 Pcs 19. Rubber Band No.18, 350g Php230.00/box 20 Boxes 20. Fastener, Plastic, 70mm, 50 Sets Per Box Php82.00/box 25 Boxes 21. Notepad, Stick-on, 50mm X 76mm, 100 Sheets Per Pad Php37.00/pad 109 Pads 22. Notepad, Stick-on, 76mm X 100mm, 100 Sheets Per Pad Php52.00/pad 131 Pads 23. Notepad, Stick-on, 76mm X 76mm, 100 Sheets Per Pad Php59.00/pad 92 Pads 24. Ballpen, Ballpoint, Black Php10.00/pc 329 Pcs 25. Certificate Frame / A4 Php120.00/pc 130 Pcs 26. Certificate Frame A3 Php500.00/pc 20 Pcs 27. Certificate Holder, Letter Size - (8.5/11) - Blue Php50.00/pc 110 Pcs 28. Certificate Jacket/a4 Php50.00/pc 50 Pcs 29. Colored Copy Paper, Sky Blue, 80 Gsm, A4 Size, 500 Sheets Php600.00/ream 6 Reams 30. Colored Paper A4, Assorted, 250sheets, 80gsm Php249.00/ream 2 Reams 31. Colored Paper, Assorted Color, 25s Php50.00/pack 30 Packs 32. Correction Tape, 5mm X6m Php100.00/pc 6 Pcs 33. Customized Certificate Holder, Red, Letter Size With Deped Calabarzon Logo Php150.00/pc 136 Pcs 34. Document Box - /legal Size - Blue Php450.00/pc 12 Pcs 35. Document Keeper Magazine File Box (long, N. Blue) Height: 10” Inches & Width: 5” Inches Php400.00/pc 15 Pcs 36. Gel Pen (0.5, Black) Php50.00/pc 115 Pcs 37. Double Sided Tape, 24 X 10 Mm Php50.00/roll 25 Rolls 38. Epson Maintenance Box C13t04d100 Php600.00/box 23 Boxes 39. Expandable Folder /a4 -green Php30.00/pc 30 Pcs 40. Expandable Folder /legal Size -green Php35.00/pc 30 Pcs 41. Glue Gun, Small, Heavy Duty Php200.00/unit 5 Units 42. Glue Stick (for Glue Gun), Small, 6s Php25.00/pack 33 Packs 43. Glue Stick (paste), 15g Php25.00/pc 18 Pcs 44. Sticky Notes 3x3 Inches Bulk 28 Pack 2800 Sheets Colored Self-stick Pads, 100 Sheets/pad, 4 Bright Colors (yellow, Green, Pink, Blue) For Office Supplies, School, Home Php180.63/set 1 Set 45. Id Lace, Red (with Deped Calabarzon Print) Php19.50/pc 115 Pcs 46. Keyboard, K120 Usb Standard Computer Keyboard Php600.00/unit 9 Units 47. Laid Paper, 8 1/2 X 11, 500 Sheets, 85 Gsm Php2,000.00/ream 6 Reams 48. Laid Paper/a4, White, 90gsm Php2,500.00/ream 10 Reams 49. Laminating Film Long (222mm X 337mm), 125 Microns, 100s Php600.00/pack 10 Packs 50. Laminating Machine Php3,000.00/unit 1 Unit 51. Manila Paper, 10 Pcs Per Pack Php60.00/pack 20 Packs 52. Matte-coated Photo Paper A4 20s Php88.00/pack 10 Packs 53. Office Laminating Film A4 25020lf 250 Microns A4 20s Php418.00/pack 11 Packs 54. Office Organization And Storage, Clear Pet Letter Tray Desk Organizer, Stackable Paper Tray Organizer For Desk Accessories, Notes, Pens, File Paper, Documents Php700.00/set 1 Set 55. Paper, Bond Paper A3 80gsm, White Php500.00/ream 3 Reams 56. Photo Paper, 10 Sheets Per Pack, A4, Glossy Php80.00/pack 26 Packs 57. Planner (token) Leather, A5 Size, With Deped Calabarzon Logo Php200.00/pc 100 Pcs 58. Plastic Envelope, Clear, Long Php20.00/pc 30 Pcs 59. Plastic Fastener, 70mm Plastic, 50 Sets Per Box Php55.00/box 21 Boxes 60. Plastic Id Jacket (a7) Php15.00/pc 115 Pcs 61. Retractable Ballpen, Hi-tecpoint V 1.0 Blue Php80.00/pc 120 Pcs 62. Retractable Ballpen, Hi-tecpoint V Rt 0.5 Black Php80.00/pc 90 Pcs 63. Retractable Ballpen, Hi-tecpoint V Rt 0.5 Blue Php80.00/pc 90 Pcs 64. Retractable Ballpen, Hi-tecpoint V Rt 0.7 Black Php80.00/pc 90 Pcs 65. Retractable Ballpen, Hi-tecpoint V Rt 0.7 Blue Php80.00/pc 90 Pcs 66. Retractable Ballpen, Hi-tecpoint V Rt 1.0 Black Php80.00/pc 90 Pcs 67. Keyboard, K120 Usb Standard Computer Keyboard Php600.00/unit 9 Units 68. Sticker Paper, 10 Sheets Per Pack, Matte Php60.00/pack 39 Packs 69. Storage File Box, Brown, 12" X 16" Php200.00/pc 70 Pcs 70. Vellum Board Paper, 200gsm, White - A4 Size - 10sheets/pack Php50.00/pack 13 Packs 71. White Board, Wall-mounted, 24 X 18 Inches Php500.00/pc 15 Pcs 72. White Paper Plotter Paper - 24'' Inches X50 Yards - 80/85gsm High Quality, Ultra White, 2" Core Php500.00/roll 5 Rolls 73. Wireless Presentation Remote & Laser Pointer Php2,035.00/pc 1 Pc 74. Uninterruptible Power Supply (650 Va, 230v) Php2,000.00/unit 25 Units Lot Ii- Janitorial Supplies 1. Broom (walis Tambo), Weight: 200g Min Tiger Grass Php225.00/pc 15 Pcs 2. Detergent Powder, All Purpose, 1 Kg Php75.00/pouch 43 Pouches 3. Toilet Bowl And Urinal Liquid Cleaner, 900ml-1,000ml Php50.00/bottle 45 Bottles 4. Bleaching Solution, 1 Gallon Php100.00/gallon 36 Bottles 5. Deodorant Cake Php50.00/pc 60 Pcs 6. Dipped Double-sided Dishwashing Sponge Php4.00/pc 3 Pcs 7. Dishwashing Liquid, 1 Gallon Php100.00/gallon 47 Bottles 8. Disposable Gloves, Large Php150.00/box 5 Boxes 9. Door Mat, Cloth, Rectangle Php50.00/pc 20 Pcs 10. Trash Bag Medium Size (black) Php120.00/roll Or Pack 30 Rolls Or Packs 11. Trashbag, Clear, 22" X 24", M, 10 Pieces Per Roll Or Pack Php200.00/ Roll Or Pack 180 Rolls Or Packs 12. Trashbag, Green, 22" X 24", M, 10 Pieces Per Roll Or Pack Php200.00/ Roll Or Pack 180 Rolls Or Packs 13. Trashbag, Yellow, 22" X 24", M, 10 Pieces Per Roll Or Pack Php200.00/ Roll Or Pack 180 Rolls Or Packs 14. Feather Duster (balahibo) Php300.00/pc 15 Pcs 15. Heavy Duty Metal Floor Squeegee Scrubber Silicone Rubber Blade Floor Wiper Scraper Mop (60cm.width) Php1,200.00/pc 2 Pcs 16. Heavy Duty Rubber Gloves (large) Php250.00/pc 12 Pcs 17. Heavy Duty Rubber Gloves (medium) Php220.00/pc 12 Pcs 18. Men's Urinal Anti-blocking And Deodorizing Mat Php250.00/pc 60 Pcs 19. Micro Fiber Cloth 30cm X 60cm (blue) Php70.00/pc 50 Pcs 20. Mop Handle (all Aluminum) Php1,000.00/pc 8 Pcs 21. Mothballs, Pack Of 10pcs. Php50.00/pack 5 Packs 22. Car Protector Spray For Rubber, Plastic, Vinyl And Leather 250ml Php350.00/can 42 Cans 23. Paper Cups 5 Oz. (white) 50pcs/pack Php60.00/pack 50 Packs Lot Iii- Computer Printer Inks 1. Ink Cartridge, Canon Cl 811, Colored Php1,320.00/cart 6 Carts 2. Ink Cartridge, Canon Pg-810, Black Php1,000.00/cart 6 Carts 3. Ink Cartridge, Epson C13t664100 (t6641), Black Php320.00/cart 14 Carts 4. Ink Cartridge, Epson C13t664200 (t6642), Cyan Php320.00/cart 15 Carts 5. Ink Cartridge, Epson C13t664300 (t6643), Magenta Php320.00/cart 15 Carts 6. Ink Cartridge, Epson C13t664400 (t6644), Yellow Php320.00/cart 15 Carts 7. Ink Cartridge, Hp Cz107aa (hp678), Black Php650.00/cart 17 Carts 8. Ink Cartridge, Hp Cn692aa (hp704), Black Php630.00/cart 12 Carts 9. Ink Cartridge, Hp F6v27aa (hp680), Black Php620.00/cart 21 Carts 10. Ink Cartridge, Hp Cz108aa (hp678), Tri-color Php650.00/cart 17 Carts 11. Ink Cartridge, Hp Cn693aa (hp704), Tri-color Php630.00/cart 12 Carts 12. Ink Cartridge, Hp F6v26aa (hp680), Tri-color Php620.00/cart 21 Carts 13. Dcp - T510w, Bt5000 - Cyan Php400.00/bottle 9 Bottles 14. Dcp - T510w, Bt5000 - Magenta Php400.00/bottle 9 Bottles 15. Dcp - T510w, Bt5000 - Yellow Php400.00/bottle 9 Bottles 16. Dcp - T510w, Btd60 - Black Php400.00/bottle 9 Bottles 17. Epson Genuine Ink 001 Black Php400.00/bottle 20 Bottles 18. Epson Genuine Ink 001 Cyan Php350.00/bottle 10 Bottles 19. Epson Genuine Ink 001 Magenta Php350.00/bottle 10 Bottles 20. Epson Genuine Ink 001 Yellow Php350.00/bottle 10 Bottles 21. Epson Genuine Ink 003 Black Php300.00/bottle 40 Bottles 22. Epson Genuine Ink 003 Cyan Php300.00/bottle 40 Bottles 23. Epson Genuine Ink 003 Magenta Php300.00/bottle 15 Bottles 24. Epson Genuine Ink 003 Yellow Php300.00/bottle 15 Bottles 25. Hp 712 29-ml Cyan Designjet Ink Cartridge, Product Number: 3ed67a Php2,185.00/pc 4 Pcs 26. Hp 712 29-ml Magenta Designjet Ink Cartridge, Product Number: 3ed68a Php2,185.00/pc 4 Pcs 27. Hp 712 29-ml Yellow Designjet Ink Cartridge, Product Number: 3ed69a Php2,185.00/pc 4 Pcs 28. Hp 712 80-ml Black Designjet Ink Cartridge, Product Number: 3ed71a Php3,470.00/pc 4 Pcs 29. Hp Genuine Ink (gt53), Black Php400.00/bottle 10 Bottles 30. Hp Printhead Smart Tank 515 Php2,000.00/cart 10 Carts 31. Gestetner, Toner, Mp2014h Php3,700.00/pc 14 Pcs 32. Ink Cartridge, Hp 682, Black Php560.00/cartridge 8 Cartridges 33. Ink Cartridge, Hp 682, Tricolor Php540.00/ Cartridge 8 Cartridges 34. Samsung Ml-2855 Nd, Samsung D209l Toner Php6,000.00/cart 3 Carts
Closing Date5 Mar 2025
Tender AmountPHP 968 K (USD 16.6 K)
5711-5720 of 5770 archived Tenders