Detergent Tenders
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 Administration Sealed Bids On The Single Copy To Be Received Until March 26, 2025, At 8:00 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 Date26 Mar 2025
Tender AmountPHP 439.3 K (USD 7.6 K)
City Of San Pedro Tender
Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Province Of Laguna City Of San Pedro City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Pr No. 2025-03-0236 1. The City Government Of San Pedro, Laguna Through The 2025 Budget Approved By The Sangguniang Panlungsod Intends To Apply The Sum Of Php 5,636,780.15 Being The Approved Budget Contract (abc) To Payments Under The Contract Supply And Delivery Of Medicines And Medical Supplies For Official Use Of Gavino Alvarez Lying-in Center (galic) Of City Of San Pedro, Laguna. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of San Pedro, Laguna Now Invites Bids For The Following: Quantity Unit Item Description Medical Supplies Clinical Chemistry- Reagent (mindray) Laboratory Department 5 Pcs Bed Mattress 25 Pcks Detergent Powder 10 Pcs Linens Cloth 10 Pcs Linens Rubberized 10 Pcs Curtain-emergency Room 10 Boxes Ampicillin 250mg 1 Boxes Aspirin 80mg Tablet 1 Boxes Betahistine 16mg Tablet 30 Boxes Budesonide 500mch/sml (neb) 10 Boxes Hyoscine N Butylbromide Amp. (hnbb) 1 Boxes Hyoscine N Butylbromide Tabs 120/box 30 Boxes Cefalexin 500mg Capsule 50 Boxes Cefuroxime 500mg 1 Boxes Cetirizine 10mg Tablet 40 Boxes Clonidine 75mcg Tablet 1 Boxes Clopidogrel 75mg Tablet 10 Boxes Diazepam Ampule 20 Boxes Diphenhydramine 50mg/ml 150 Boxes Epinephrine 30 Tube Erthromycin Ointment 10 Boxes Furosemide Ampule 100 Boxes Gentamicin 40mg/ml 2ml 10 Boxes Hydralazine Amp. 10 Boxes Hydrocortisone Vial 100mg 20 Boxes Hydrocortisone Vial 250mg/100mg 1 Boxes Isosorbide Di-nitrate 5mg Tablet Sublingual Tablet 10 Boxes Ketorolac 30 Boxes Lidocaine Vial 10 Boxes Magnesium Sulfate 250mg/20ml 20 Boxes Mefenamic Acid 500 Mg. 10 Boxes Methochlopramide Amp 4 Boxes Morphine 10mg/ml Ampule 10's 30 Amp Nubain 10mg/ml 100 Boxes Oxytocin 100 Boxes Paracetamol Amps 300mg/2ml 30 Boxes Phytomenadione Vit K Ampule 50 Boxes Omeprazole 40 Mg Vial 10 Boxes Ipatropium Bromide 500mcg/2.5mg/2.5ml 10 Boxes Ranitidine Amp 20 Tube Silver Sulfadiazine Cream 5 Boxes Tramadol 500mg/ml 100 Boxes Tetanus Serum Amp -immapet 85 Boxes Toxoid Amps 3 Box Drug Testing Kit (25's) 4 Box Drug Test Liquid Control 200 Piece Urine Drug Test Bottle (polyethyline) 30 Box Disposable Gloves (glomed) 30 Box Facemask 3ply, 50's 10 Gal Alcohol 70% Isoprophyl 6dl 100 Pack Tissue 5 Box Disinfectant Spray, 510 Grams 5 Box 1 Inch Micropore. 12's 1 Box Clinical Centrifuge 12 Placer W/timer 1 Box Mechanical Pipetor 10-100 Ul 1 Box Mechanical Pipetor 100-100 Ul 10 Tray 4ml Yellow Top Test Tube,100's 10 Tray 2 Ml Lavender Top Test Tube, 100's 5 Tray 3 Ml Red Top Test Tube , 100's 10 Tray 0.5 Ml Micro Tube (edta- Lav. Top), 100's 10 Box 3ml G23 Syringe , 100's 10 Box 5ml G23 Syringe , 100's 15 Box 1ml G23 Syringe, 100's 5 Pack Yellow Tips 1000's 5 Pack Blue Tips 1000's 20 Box Glucose Strips, 50's Strips + 50 Lancets 5 Box Capillets Sealer 10 Piece Tourniquet 5 Box Thin Coverslip, 100's 5 Box Sterile Lancet G21, 200's 1 Box Feather Lancet 10 Box Slide Unground Edges, 72's 30 Btl 4 Parameter- Urine Strip, 100's 5 Box Pregnancy Test 10 Box Applicator Stick , 1000's 5 Box 1 Inch Micropore. 12's 75 Box Medium Gloves, 100's 20 Box Face Mask, 50's 75 Btl Alchohol 70% Isoprophyl 500ml 3 Box Urinal Bag (weebag) 100's 100 Roll Tissue 100 Pack Specimen Bottle, 25pcs 2 Box Hema Stain 1 Btl Wbc Dil. Fluid, 500 Ml 1 Btl 10% Potassium Hydroxide (500ml) 1 Btl Rees And Ecker, 250ml 1 Btl Benedicts Solution (1l) 1 Btl Immersion Oil, 500ml 1 Btl Methanol (1l) 1 Btl Exton's Solution, (500 Ml) 1 Btl Xylene, 1 Lit. 1 Btl Lugol's Iodine (500ml) 2 Vial Anti-d Typing Sera (epiclone) 2 Vial Anti-a Typing Sera (epiclone) 2 Vial Anti-b Typing Sera (epiclone) 5 Box Hepa B- Screening Test Pack 5 Box Vdrl - Screening Test Pack 2 Box Dengue Igg/igm Test 2 Box Dengue Ns1 Ag Test 5 Box Covid-19 Antigen Test Nasopharyngeal 1 Box Typhidot Salmonella Test 6 Btl M-30d Diluent 20l 10 Btl M-20 Cfl Lyse 100ml 5 Btl Probe Cleanser 17ml 12's 5 Kit 3 Part (bc-3d Quality Control) 10 Box Cholesterol 4 Box Glucose 250ml 8 Box Bun/urea 30ml 4 Box Creatinine 250ml 10 Box Uric Acid 30ml 10 Box Triglycerides 30ml 5 Box Sgpt/alt 30ml 5 Box Sgot/ast 30ml 5 Box Direct Hdl - Cholesterol 40ml 4 Box Direct Hdl - Calibrator 3ml 6 Vial Clinical Chem Multi Control (level 1) 5ml 6 Vial Clinical Chem Multi Control (level 2) 5ml 1 Box Na+ Electrode 1 Box K+ Electrode 1 Box Cl- Electrode 1 Box Reference Electrode 1 Box Membrane Assembly 1 Box Internal Filling Solution 3 Kit Easylyte Bi Level Control 3 Box Easylyte Daily Rinse/cleaning Solution 2 Packs Easylye Solution Pack 30 Bot Glucose Dark 75grms (bottle) X-ray Equipment Film 2 Box 14 X 17 2 Box 11 X 14 2 Box 10 X 12 Envelope 5 Box 11 X 14 5 Box 10 X 12 Solution 8 Box Developer 8 Box Fixer 1 Pcs Liquid Waste Container Central Supply Room 2 Box Abbocath Adult Gauge 18 5 Box Abbocath Adult Gauge 20 5 Box Abbocath Adult Gauge 22 5 Box Abbocath Adult Gauge 24 5 Box Abbocath Adult Gauge 26 50 Pcs Alcohol 70% Ethyl Gallon 20 Pcs Povidone Iodine (gal) 50 Rolls Gauze Roll 70 Rolls Cotton Roll 5 Pcs Virusolve Eds+ 70 Pcs Oxygen Mask Adult 70 Pcs Oxygen Mask Pedia 80 Box Clean Gloves 15 Pcs Hydrogen Peroxide Solution 75 Box Face Mask, 50's 20 Box Micropore (1 Inch X 10 Yrds) 300 Packs Maternity Pad 100 Pcs Nasal Cannula Adult 10 Box Cord Clamp 5 Dozen Nylon 2.0 Cutting 5 Dozen Nylon 3.0 Cutting 5 Dozen Nylon 4.0 Cutting 10 Box D5 0.3 Sodium Chloride 1l 10 Box D5 0.3 Sodium Chloride 500ml 10 Box 0.9 Sodium Chloride 1l 10 Box 0.9 Sodium Chloride 500ml 10 Box Plain Lr 1l 10 Box D50.3% Nacl 500cc 10 Box D5 Lr 1l 10 Box Pnss 1l 10 Box D5 Imb 1l 10 Box Plain Lr 1l 10 Box D5 Water 1l 5 Piece Autoclave Tape 1 Inch 50meters 40 Pcs Bp Bulb 40 Pcs Bp Cuff (adult) 40 Pcs Bp Cuff (pedia) 40 Pcs Bp Cuff (neonate) 40 Pcs Bp Inflation Bag (neonate) 40 Pcs Bp Inflation Bag (child) 40 Pcs Bp Inflation Bag (adult) 20 Box Sterile Gloves Size 6.5 30 Box Sterile Gloves Size 7 20 Box Sterile Gloves Size 7.5 30 Box Heplock 15 Piece Leukoplast 1inch 85 Pcs Macroset Adult 85 Pcs Microset Pedia 80 Pcs Nebulizer Tube W/ Mask 4 Box Needle G.23 (25's) 1 Box Needle G.25 2 Box Needle G.26 30 Pcs Non-rebreathing Mask 4 Dozen Ethilon 2-0 Cutting 4 Dozen Ethilon 3-0 Cutting 4 Dozen Ethilon 4-0 Cutting 2 Dozen Silk 2-0 Cutting 2 Dozen Silk 3-0 Cutting 2 Dozen Silk 4-0 Cutting 2 Dozen Silk 2-0 Round 2 Dozen Sik 3-0 Round 2 Dozen Silk 4-0 Round 30 Box Sterile Water 50ml 2 Box Surgical Blade 10 5 Box Syringe -insulin 30 Box Syringe 1cc (100 Pcs/box) 30 Box Syringe 3cc (100 Pcs/box) 10 Box Syringe 5cc (100 Pcs/box) 5 Box Syringe 10cc (100 Pcs/box) 50 Box Folley Catheter Fr. 16 50 Box Folley Catheter Fr. 18 20 Pcs Cadaver Bag 10 Pcs Digital Thermometer 10 Pcs Pulse Oximeter Adult 10 Pcs Forehead Thermometer Dental 80 Box Local Anesthesia 100 Box Disposable Gloves 50 Rolls Big Cotton Rolls 100 Box Face Mask 15 Pcs Air Freshener 10 Pcs Heavy Duty Antibac Scrub Sponge 5 Pcs Bleaching Liquid 50 Packs Disposable Cups 50's 350 Pcs Newborn Screening Kit 1 Pcs Newborn Hearing Calibration 2 Pcs Strecher Ekonsulta 15 Box Amlodipine 5 Mg Tablet (as Besilate/camsylate) 15 Box Amlodipine 10 Mg Tablet (as Besilate/camsylate) 15 Box Amoxicillin (as Trihydrate) 500 Mg Capsule 15 Btl Amoxiclllin (as Trihydrate) 100 Mg/ml Granules/powder For Drops (suspension), 15 Ml 15 Btl Amoxicillin (as Trihydrate) 250 Rug/ 5 Ml Granules/powder For Suspension, 60 Ml 15 Box Aspirin 80mg Tablet 15 Box Aspirin 100 Mg Tablet 15 Box Chlorphenamine (chlorpheniramine) (as Maleate) _ 4 Mg Tablet 15 Btl Chlorphenamine (chlorpheniramine) (as Maleate) 2.5 Mg/smlsyrup, 60 Ml 15 Box Ciprofloxacin 500 Mg Tablet (as Hydrochloride) 15 Box Co-amoxiclav (amoxicillin + Potassium Clavulanate) 500 Mg Amoxicillin (as Trihydrate) + 125 Mg Potassium Clavulanate Per Tablet 15 Btl Co-amoxiclav (amoxicillin + Potassium Clavulanate) 400 Mg Amoxicillin (as Trihydrate) + 57 Mg Potassium Clavulanate Per 5 Ml Granules/powder For Suspension, 70 Ml 15 Box Gliclazide 60 Mg Mr Tablet 20 Box Gliclazide 80 Mg Tablet 20 Box Losartan (as Potassium Salt) 50 Mg Tablet 15 Box Losartan (as Potassium Salt) 100 Mg Tablet 15 Box Metformin (as Hydrochloride) 500 Mg Tablet 15 Box Metformin (as Hydrochloride) 500 Mg Tablet Film Coated 15 Box Nitrofurantoin 100 Mg Capsule (asmacrocrystals) 15 Box Oral Rehydration Salts (ors) 20-5 Sachet 15 Box Paracetamol 500 Mg Tablet 15 Btl Paracetamol 100 Mg/ml Drops, 15 Ml (alcohol-free) 15 Btl Paracetamol 120 Mg/5.ml (125 Mg/5 Ml) Syrup/suspension, 60 Ml (alcohol-free) 15 Btl Paracetamol120 Mg/5.ml (125 Mg/5 Ml) Syrup/suspension, 120 Ml (alcohol-free) 20 Btl Paracetamol 250 Mg/ 5 Ml Syrup/suspension. 60 Ml ( Alcohol-free) 15 Btl Paracetamol 250 Mg/ 5 Ml Syrup/suspension. 120 Ml ( Alcohol-free) 15 Pcs Salbutamol (as Sulfate) Metered Dose Inhaler (mdi):.100 Micrograms/dose X 200 Actuations 15 Box Salbutamol (as Sulfate) Breath Actuated Mdi.• 100 Micrograms/dose X 200 Actuations 15 Box Salbutamol (as Sulfate) Resp. Soln.: (for Nebulizatfon) 2111g/ml, 2.5 Ml (unitdose) 15 Pcs Lpratropium + Salbutamol Mdi: 20 Micrograms Ipratropium (as Bromide) + 100 Micrograms Salbutamol X 200 Doses X 10ml Lpratropium + Salbutamol Resp. So In.: (for Nebulizatfon) 500 Micrograms Ipratropium (as Bromide Anhydrous) + 2.5 Mg Salbutamol (as Base) X 2.5 Ml (unit Dose) 15 Box Simvastatin 40mg Tablet Delivery Of The Goods/services Is Required Within Twelve (12) Months (subject For Terms And Conditions) Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii, Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Otherwise Known As The “government Procurement Reform Act”. In Addition, Bidding Is Restricted To Filipino Citizen/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 And Regulations Of Which Grant Similar Rights To Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From The City Government Of San Pedro, Laguna And Inspect The Bidding At The Address Given Below During 8:30am To 9:30am Only. Office Of The Bac Secretariat 4/f Conference Room, City Administrator’s Office City Hall Bldg., San Pedro, Laguna A Complete Set Of Bidding Document May Be Purchased By Interested Bidders On The Date, Time And Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Php 10,000.00. Issuance Of Eligibility And Bidding Documents: April 4 – April 24, 2025 8:30am To 9:30am Bac Secretariat 4/f Conference Room City Administrator’s Office City Hall Bldg., San Pedro, Laguna 5. Bids Must Be Delivered To The Address Below On Or Before The Specified Date And Time. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Deadline Of Submission Of Eligibility Requirements And Opening Of Bids: April 24, 2025 10:00am Bac Secretariat 4/f Conference Room City Administrator’s Office City Hall Bldg., San Pedro, Laguna Pre-bid Conference: April 14, 2025 Bid Opening Shall Be On The Same Date And Time For Deadline Of Submission Of Eligibility Requirements And Submission Of Bids And Shall Be Conducted At The Office Of Bac Secretariat. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Given Above. Late Bids Shall Not Be Accepted. 6. The City Government Of San Pedro, Laguna Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bid. Further, City Government Of San Pedro, Laguna, Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. For Further Information, Please Refer To: Mr. Merlin B. Paala Office Of The Bac Secretariat Telefax No. 8847.1722 (signed)atty. Henry B. Salazar Chairman City Bids And Awards Committee
Closing Date24 Apr 2025
Tender AmountPHP 5.6 Million (USD 99.4 K)
Municipality Of Lanuza, Surigao Del Sur Tender
Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Procurement Of 2nd Quarter Office Supplies Of The Municipality Of Lanuza, Surigao Del Sur 1. The Local Government Of Lanuza, Surigao Del Sur Through The Mooe To Apply The Sum Two Hundred Forty Thousand Two Hundred Twenty Three Pesos And 50/100 Only (php 240,223.50) To Be Appropriated For Payment, Under The Contract For The “procurement Of 2nd Quarter Office Supplies Of The Municipality Of Lanuza, Surigao Del Sur” (project Id. Lgu- Lanuza – 2025-04-011) Bids Received In Excess Of The Abc Shall Be Automatically Rejected On Bid Opening. 2. The Municipality Of Lanuza Now Invites Bids For: Item No. Qty. Unit Item Description 1 5 Tie 3 N 1 Coffee Creamy Latte 2 4 Tie 3 N 1 Kopiko Blanka Twin Pack 3 1 Bags Coffee 3n1 Kopiko Blanka Brown Twin 4 1 Bags 3 N 1 Nescafe Original 5 1 Tie 3 N 1 Nescafe Original 6 2 Bags 3 N 1 Nescafe Twin Pack Original 7 3 Bags Nescafe Stick 8 1 Pcs Air Freshener Gel ( Ambi Pure) 9 6 Cans Air Freshener Glade (lemon Spray) 10 6 Cans Air Freshener Glade (wild Lavender) 11 5 Pcs Air Freshener (aerosol) 12 2 Pc Albatros With Holder Big 13 12 Pcs. Ariel Powder (twin Pack) 14 2 Pail Assorted Biscuits(my San) 15 25 Pcs Battery Double A (everyday) 16 4 Pairs Battery Double A ( Energizer Black) 17 19 Pcs Battery Triple A (everyday) 18 10 Pcs Ballpen G.t Ecopen X-rite (black) 19 1 Box Ballpen Black Flexstick 0.7 20 1 Box Ballpen Blue Flexstick 0.7 21 99 Pcs Ballpen Black (flexstick) 22 2 Boxes Ballpen Black(flexstick) .05 23 72 Pcs Ballpen Blue (flexstick) 24 30 Pcs Ballpen Red (flexstick) 25 2 Boxes Ballpen Black (hbw/matrix) 26 2 Pcs Ballpen Faber Castel 0.5 Blue 27 35 Pcs. Ballpen Faber Castel 0.5 Black 28 10 Pcs Ballpen Flex Panda (black) 29 2 Tie Bearbrand Swak 30 10 Bags Biscuits (fita) 31 12 Bags Biscuits (skyflakes) 32 2 Bags Biscuits Skyflakes (condensada Flavor) 33 1 Bags Biscuits Skyflakes (plain Flavor) 34 1 Bags Biscuits Skyflakes (chocolate Flavor) 35 8 Btls Brother Ink Btd 60 Bk 36 4 Btls Brother Ink Refill-bt5000c 37 3 Btls Brother Ink Refill-bt5000y 38 5 Bottle Brother Ink Refill-bt5000m 39 1 Btls Brother Dcp 1710 Ink Refill Black 40 1 Btls Brother Dcp 1710 Ink Refill Blue 41 1 Btls Brother Dcp 1710 Ink Refill Yellow 42 130 Pcs Brown Envelop (long) 43 55 Pcs Brown Envelop (short) 44 1 Kls. Brown Sugar 45 28 Pcs Broom Lanot 46 1 Dozen Calla Powder 47 2 Pcks Cartolina Assorted Color 48 23 Pcs Cell Cards Tnt (300.00) 49 9 Pcs Cell Card Globe (300.00) 50 4 Pcs Cell Cards Smart Buddy (300.00) 51 10 Pcs Ceramic Plate- Plain White (10 Inches) 52 5 Stubs Citation Tickets-double 53 33 Pcs Certificate Holder A4 54 5 Pads Certificate Of Live Birth(colb) Form 55 2 Units Chargeable Flashlight Big 56 15 Pcs Columnar Notebook 24 Col 57 23 Pcs Correction Tape (8m) 58 71 Pcs Correction Tape (10m) 59 14 Pc Correction Tape (12m) 60 1 Pc Cutter Paper 61 3 Box Clip Backfold (19mm) 62 3 Box Clip Backfold (51mm) 63 10 Btls Disinfectant Spray 64 7 Pcs Dishwashing Sponge 65 9 Bottle Dishwashing Liquid 66 12 Tub. Diswashing Paste Big (400g Smart Green) 67 1 Tub Diswashing Paste (smart Small) 68 2 Tub Diswashing Paste Big (400g Smart Green) 69 1 Set Desk Tray Office 4 Layer 70 15 Kg Detergent Powder (pride) 71 13 Roll Double Sided Tape 72 3 Dozen Downy Sachet 73 1 Pcs Dustpan 74 100 Pcs. Eccd Booklet 75 6 Pcs Elmers Glue Big 130g 76 2 Ps. Elmers Glue Small 77 125 Pcs Empty Sacks (25kls. Capacity) 78 1 Btls Epson Ink L5190 #003 Black 79 3 Btls Epson Ink L3200 #003 Black 80 3 Btls Epson Ink L3200 #003 Cyan 81 3 Btls Epson Ink L3200 #003 Yellow 82 3 Btls Epson Ink L3200 #003 Magenta 83 1 Btls Epson Ink L3310 #003 Magenta 84 2 Btls Epson Ink L3310 #003 Black 85 1 Btls Epson Ink L3310 #003 Cyan 86 1 Btls Epson Ink L3310 #003 Yellow 87 1 Btls Epson Ink Refill #664 Black (70ml) 88 1 Btls Epson Ink Refill #664 Cyan (70ml) 89 1 Btls Epson Ink Refill #664 Yellow (70ml) 90 1 Btls Epson Ink Refill #664 Magenta(70ml) 91 20 Btls Epson Ink Refill #003 Black (70ml) 92 7 Blts Epson Ink Refill #003 Magenta 70ml 93 7 Blts Epson Ink Refill#003 Cyan 70ml 94 7 Btls Epson Ink Refill #003 Yellow 70ml 95 1 Set Epson Ink Refill- Colored 96 1 Btls Epson Ink T664-magenta 97 1 Btls Epson Ink T664-yellow 98 1 Btls Epson Ink T664-cyan 99 3 Btls Epson Ink Refill 001 (black) 127ml 100 1 Btls Epson Ink Refill 001 (magenta) 70ml 101 1 Btls Epson Ink Refill 001 (cyan) 70ml 102 1 Btls Epson Ink Refill 001 (yellow) 70ml 103 2 Btls Epson L120 Ink Refill-664 Magenta 104 2 Btls Epson L120 Ink Refill-664 Cyan 105 2 Btls Epson L120 Ink Refill-664 Yellow 106 5 Btls Epson L120 Ink Refill-664 Black 107 2 Btls Epson Ink L 360 Black 108 2 Btls Epson Ink L 360 Yellow 109 2 Btls Epson Ink L 360 Magenta 110 2 Btls Epson Ink L 360 Cyan 111 3 Cartridge Epson Lx-310 Ribbon With Cartridge 112 5 Pcs Expanding Folder Green (long) W/o Ears 113 67 Pcs Expanding Folder Green (long) 114 10 Pcs Expanding Folder White (long) 115 4 Box Face Mask 116 4 Box Face Mask (disposable) 117 12 Pcs Folder Pressboard Green Long 118 55 Pcs. Folder White Long 119 65 Pcs Folder Ordinary White Long 120 15 Pcs Folder Ordinary White Short 121 30 Pcs Folder Thick Long (white) 122 5 Pcs Folder Thick A4 (white) 123 7 Pack Garbage Bag Cellophane Small 124 7 Pack Garbage Cellophane (xl) 125 2 Pcs Glue Gun (heavy Duty W/ Stand) 126 5 Pcs Glitter Paper A4 Black 127 5 Pcs Glitter Paper A4 Green 128 5 Pcs Glitter Paper A4 Red 129 5 Pcs Glitter Paper A4 Silver 130 5 Pcs Glitter Paper A4 Yellow 131 6 Pcs Hand Towel 132 8 Pcs Hard Hat 133 5 Btls Hp Ink - Gt52-black 134 2 Btls Hp Ink - Gt52-yellow 135 2 Btls Hp Ink - Gt52-magenta 136 2 Btls Hp Ink - Gt52-cyan 137 7 Pcs Illustration Board 138 3 Btls Insect Spray 139 2 Pack Linen Paper Long (vellum) P. Cream 140 3 Bottle Lysol 141 1 Pc Lysol Liquid (not An Oerosol/spray) 142 15 Pcs Manila Paper 143 22 Pcs. Mailing White Envelope Long (ordinary) 144 25 Pcs. Manila Paper 145 7 Dozen Milo 24g 146 4 Set Mop With Spinner 147 1 Roll Nylon Rope # 4mm 148 1 Pcs Pail Big Orocan(20lcapacity) 149 32 Box Paper Clip Jumbo/big 150 1 Box Paper Clip Plastic Coated (50mm) 151 9 Box Paper Clip Plastic Coated Small 152 1 Box Paper Fastener Plastic 153 3 Roll Paper Kitchen Towel 154 2 Pcs Pentel Pen Pilot Fine Black 155 20 Pcs Pilot Ballpoint Pen Black 156 2 Pcks Photo Paper A4 157 1 Ream Photo Paper A4 158 2 Pcks Photo Paper Long 159 2 Packs Photo Paper-double Sided 160 5 Packs Photo Sticker A4 161 5 Packs Photo Sticker Long 162 2 Pack Premium Glossy Photo Paper 163 1 Ream Pvc Cover Short 164 1 Ream Pvc Cover Clear (a4) 165 5 Pcs Rag Big 166 14 Pairs Raincoat 167 4 Pcs Record Book 150 Leaves 168 28 Pcs Record Book 300leaves 169 8 Pcs Record Book 500leaves ( Wide) 170 5 Pcs Ring Binder 1/2 Inch 171 10 Pcs Ring Binder 1 1/2 Inch (length) 172 5 Pcs Ring Binder 2 Inch 173 4 Pairs Rubber Boats Spartan(size 7) 174 4 Pairs Rubber Boats Spartan(size 8) 175 71 Btls Rubbing Alcohol (500ml) 176 12 Gal. Rubbing Alcohol Gallon 177 2 Bag Rubber Band (big) 178 2 Doz Working Handgloves 179 4 Box Nitrile/vinyl Blend Latex Gloves 180 10 Pc Safeguard 130g 181 33 Pcs Safeguard (small) 182 3 Box Safeguard Medium 183 10 Bundle Seedling Bag 5"x5"x9" (polythylene Material) 184 4 Rolls Scotch Tape 1 Inch 185 9 Rolls Scotch Tape 2 Inch 186 1 Set Stabelo Boss 3n1 187 1 Packs Stabelo Boss(color-yellow) 188 4 Pc Stainless Scissor (big) 189 1 Pc Scissor Medium 190 1 Btls Stamping Pad Ink Violet 191 3 Pc Stapler # 10 (max) 192 3 Pcs Stapler Big With Remover No. 35 Heavy Duty 193 7 Box Staple Wire No. 35 194 4 Pcs Sticky Notes (various Color)/(yellow Green) 195 2 Pc Storage Box - 60l Capacity 196 3 Pcs Sign Pen My Gel 0.5 Black 197 98 Pcs Sign Pen Dong-a 0.5 Black 198 250 Pcs Surf Powder Sachet 199 1 Kilo Surf Powder Big 200 74 Roll Tissue 201 40 Roll Toilet Paper (2 Ply) 202 2 Btls Tuff Toilet Cleanser Big 203 158 Reams Us Bond Paper Substance 20 Long (office Pro) 204 22 Reams Us Bond Paper Substance 20 Short (office Pro) 205 1 Reams Us Bond Paper A3(329mm.x463mm.)80g/m2 206 12 Pck Vellum Paper A4 White) 207 40 Ream Vellum Paper A4 White) 208 3 Dozen Wings Powder (pouch) 209 5 Pcs Wings Powder (yellow Green Color) 210 40 Pcs. Wings Powder ( Green Color) 211 2 Btls Zonrox 100ml 212 43 Btls Zonrox 500ml (original) 213 15 Btls Zonrox 500ml (de Color) 214 3 Bottle Zonrox (1000ml) Delivery Of The Goods Is Required Within Thirty (30) Calendar Days And On-site Delivery At Municipality Of Lanuza, Surigao Del Sur. Bidders Should Have Completed, Within Thirty (30) Calendar Days Upon Receipt Of Notice To Proceed, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. In Addition, Select One Of The Two Following Paragraphs And Delete The Other Depending On The Existence Of Conditions Under Section 23.4.1.2 Of The Irr Of Ra 9184: (i) Select This Paragraph If Conditions (a), (c), And (d) Under Section 23.4.1.2 Of The Irr Of Ra 9184 Do Not Exist: Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. (ii) Select This Paragraph If Condition (a), (c), Or (d) Under Section 23.4.1.2 Of The Irr Of Ra 9184 Exists: Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 4. Interested Bidders May Obtain Further Information From The Bac Office And Inspect The Bidding Documents At The Address Given Below During Office Hours. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 22, 2025 To June 3, 2025 From The Address 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 Only (p 500.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Local Government Unit Of Lanuza Will Hold A Pre-bid Conference On May 22, 2025 At Exactly 11:00 A.m. In Sen. Romulo Session Hall, Municipal Hall, Lanuza, Surigao Del Sur, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before June 3, 2025 At 11:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On June 3, 2025 At Exactly 11:00 Am In Sen. Romulo Session Hall, Municipal Hall, Lanuza, Surigao Del Sur. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. Must Be A Philgeps (platinum) Registered 9. The Local Government Unit Of Lanuza Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. Please Refer To The Following Timetable Of Procurement Activities For This Project: Activties Date/time/venue Issuance Of Bid Documents May 22, 2025 To June 3, 2025 During Office Hour Of Bac Secretariat, Municipal Planning Development Office, Lanuza, Surigao Del Sur Pre-bid Conference May 22, 2025 At 11:00 A.m. In Senator Romulo Session Hall, Municipal Hall, Lanuza, Surigao Del Sur Submission Of Bids On Or Before June 3, 2025 At 11:00 Am In Bac Secretariat, Municipal Planning Development Office, Lanuza, Surigao Del Sur Opening Of Bids June 3, 2025 At Exactly 11:00 Am In Senator Romulo Session Hall, Municipal Hall, Lanuza, Surigao Del Sur 11. For Further Information, Please Refer To: Rolito Antonio F. Trinidad, C.e. Bac Chairman Municipality Of Lanuza, Surigao Del Sur Email Address:baclgulanuza@gmail.com Cel No. 092330224564 (sgd) Rolito Antonio F. Trinidad, C.e. Bac Chairman
Closing Date3 Jun 2025
Tender AmountPHP 240.2 K (USD 4.3 K)
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
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)
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)
GOV CELESTINO GALLARES MEMORIAL MEDICAL CENTER Tender
Others
Philippines
Details: Description Invitation To Bid Procurement Of Supply And Delivery Of Various Dietary And Other Laboratory Supplies Through Framework Agreement 1. The Gov. Celestino Gallares Memorial Medical Center (gcgmmc), Through The Income Intends To Apply The Sum Of Fourteen Million One Hundred Ninety Thousand Nine Hundred Seventy-six Philippine Pesos Only (php14,190,976.00) Being The Abc To Payments Under The Contract For Each Lot. Bids Received In Excess Of The Abc For Each Lot And Line Items Shall Be Automatically Rejected At Bid Opening. 2. The Gov. Celestino Gallares Memorial Medical Center (gcgmmc) Now Invites Bids For Procurement Of Supply And Delivery Of Various Dietary And Other Laboratory Supplies Through Framework Agreement. Delivery Of The Goods Is Required Within 10 Calendar Days Upon Issuance Of Call-off. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Interested Bidders May Obtain Further Information From Gov. Celestino Gallares Memorial Medical Center Thru Electronic Mail Via Gcgmmc.bacdietarynevents@gmail.com Or Through Telephone Call At (038) 411-4868 To 69 Local 286 Or Through The Cellular Number 0931-799-3197. 5. Bidding Documents Is Posted In Philgeps Website. A Complete Set May Be Acquired And Downloaded By Interested Bidders From Gcgmmc Google Drive (gcgmmc.bacdietarynevents@gmail.com) On February 25, 2025 – March 17, 2025 And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos Only (php25,000.00). Paid Through Online Banking Or Bank Deposit Using The Following Bank Details: Bank Name: Development Bank Of The Philippines Account Name: Gcgmmc General Fund Account Number: General Fund Account No. 00-0-00001-780-3 For Bidders Paying Thru Online Transfer Or Bank Deposits, A Successful Transaction/payment Must Be Sent To The Bac’s Official Email Address. Acknowledgement Receipt Will Be Issued In Lieu Of The Official Receipt (coa Circular No. 2021-014 Clause 5.2) As Proof That Payment Is Verified, Confirmed And Received By Gcgmmc. Only Upon The Issuance Of The Acknowledgement Receipt Shall The Bidder Be Granted Access To The Bac Google Drive (gcgmmc.bacdietarynevents@gmail.com). 6. The Gov. Celestino Gallares Memorial Medical Center Will Hold A Pre-bidding Conference On March 05, 2025 At 10:00 Am At Gcgmmc, 5th Floor, Department Of Internal Medicine Conference Room, Miguel Parras St., Tagbilaran City, 6300 Bohol, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before March 17, 2025 At 9:59 Am (pst). 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 March 17, 2025, 10:00 Am At Gcgmmc, 5th Floor, Department Of Internal Medicine Conference Room, Miguel Parras St., Tagbilaran City, 6300 Bohol. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. N/a 11. The Gov. Celestino Gallares Memorial Medical Center Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Julie Ann A. Domasin Bac Secretariat 5/f Bac Office Gov. Celestino Gallares Memorial Medical Center 0053 Miguel Parras St., Poblacion Ii, Tagbilaran City, 6300 Bohol Email: Gcgmmc.dietarynevents@gmail.com Tel. No. (038) 411-4868 Local 286 Cel. No. 0931-799-3197 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website Http://www.philgeps.gov.ph Gcgmmc Website Https://www.gcgmh.gov.ph Approved: (sgd) Engr. Maribeth G. Limpot Bac Chairperson (dietary Supplies And Trainings/seminars /workshops/ Events And Others) Noted: (sgd) Miguelito S. Jayoma, Md, Fpcs, Fpsgs, Mhm Medical Center Chief Ii Head Of Procuring Entity (hope) *_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_* Lot Stock Property No. Item Description Unit Qty Unit Cost Total Cost Lot 1: 1 420930 Paper Cups With Cover; 12 Oz; 2,000pcs/box Box 60 4,166.00 249,960.00 2 399383 Paper Cups With Cover; 8 Oz; 2,000pcs/box Box 3 10,000.00 30,000.00 3 468628 Paper Cups With Cover; 16 Oz; 50 Pcs/pack Pack 2520 47.00 118,440.00 4 397231 Paper Box- 3 Division; 25's/pack; 16 Pcks/box Box 200 4,720.00 944,000.00 5 411199 Powder Detergent; 1.7 Kg/pack Pack 100 750.00 75,000.00 6 180067 Scrubbing Pad, All Purpose Pc 120 150.00 18,000.00 7 294201 Steel Wool; Scouring Sponge Pc 75 100.00 7,500.00 8 777911 Rubber Gloves; Xl/1 Pack/pair Pack 120 225.00 27,000.00 9 242969 Pot Holder; Square; Per Pc Pc 40 50.00 2,000.00 10 339339 Disposable Hand Gloves; 100pcs Per Pack Pack 60 60.00 3,600.00 11 602102 Disposable Spoon; 100pcs/pack Pack 150 50.00 7,500.00 12 889055 Disposable Fork; 100pcs/pack Pack 150 50.00 7,500.00 13 481120 Dishwashing Liquid; 170-200ml Per Pack Pack 3000 55.00 165,000.00 14 228132 Food Cling Wrap; 12"x500m/ Roll; Hd Roll 12 3,000.00 36,000.00 15 199093 Aluminum Foil; Per Roll; 12"x500m; Hd Roll 6 2,500.00 15,000.00 Sub-total: 1,706,500.00 Lot 2: Food (condiments And Spices) 1 7007 Iodized Salt; 35kg/sack Sack 2 1,250.00 2,500.00 2 7006 Garlic; 25kg/sack Sack 4 1,500.00 6,000.00 3 182562 Catsup; Banana/gallon Gal 100 275.00 27,500.00 4 339266 Cooking Oil; Vegetable Oil/container Container 200 1,500.00 300,000.00 5 114105 Oyster Sauce; 2kg/gal Gal 36 666.00 23,976.00 6 744907 Soy Sauce; Per Gallon Gal 120 200.00 24,000.00 7 107680 Black Pepper; Ground; 1kg/pack Pack 24 280.00 6,720.00 8 232402 Sugar Brown 25kg/sack Sack 1 2,000.00 2,000.00 9 222571 Sesame Oil; Per 1 Liter/bot Bot 12 280.00 3,360.00 10 127039 Fish Sauce; 1 Liter/bot Bot 12 150.00 1,800.00 11 398206 Vinegar; Per Gallon Gal 120 220.00 26,400.00 12 449775 Refined White Sugar; 25kg/sack Sack 2 2,500.00 5,000.00 13 323787 Tomato Sauce; 1 Kg/pck Pack 145 120.00 17,400.00 Sub-total: 446,656.00 Lot 3: Food (cans) 1 130289 Black Beans; 158g/can Can 240 50.00 12,000.00 2 537826 Pineapple Tidbits; 800-850 G Can 250 48.00 12,000.00 3 384538 Baked Beans; 230-250 /can Can 50 50.00 2,500.00 4 902564 Green Peas; 425-450/can Can 50 39.00 1,950.00 5 153497 Whole Corn Kernel; 425-450 G/can Can 50 35.00 1,750.00 6 530240 Young Corn Cuts; 425g/can Can 50 42.00 2,100.00 7 288440 Beef Loaf; 200-210g/can Can 48 45.00 2,160.00 8 557137 Corned Beef; 200-260 G/can Can 24 58.00 1,392.00 9 314522 Chicken Powder; 1k/can Can 12 375.00 4,500.00 Sub-total: 40,352.00 Lot 4: Food (beverages) 1 649488 Powdered Milk; 12pcs/pck Pack 400 137.00 54,800.00 2 270367 Chocolate Drinks; 12pcs/pck Pack 200 137.00 27,400.00 3 125016 Cereal Drinks; 12pcs/pck Pack 400 137.00 54,800.00 4 354501 Electrolyte Drink 300-350ml/bot Bot 270 40.00 10,800.00 5 808677 Apple Juice; 200ml/pouch; 10 Pouches/ Box Box 60 90.00 5,400.00 6 229997 Skim Milk; 500-1kl/pack Pack 1880 153.00 287,640.00 Sub-total: 440,840.00 Lot 5: Food (dry Goods ) 1 108112 All Purpose Flour; 3rd Class; 25kg/sack Sack 6 2,000.00 12,000.00 2 895378 Breadcrumbs; 1kl/pack Pack 48 156.00 7,488.00 3 995889 Camote Flour; 1kl/pack Pack 175 100.00 17,500.00 4 428959 Cornstarch; 1kl/pack Pack 372 80.00 29,760.00 5 344193 Canton; 1kl/pack Pack 120 95.00 11,400.00 6 780089 Sotanghon;1kg/pck Pack 120 150.00 18,000.00 Sub-total: 96,148.00 Lot 6: Food (rice) 1 432567 Rice; 50kgs/sack; Well-milled; Medium Fine Grains; White With No Broken Grains Sack 744 3,200.00 2,380,800.00 Sub-total: 2,380,800.00 Line Items: 1 529129 Low Foam, Germicidal Pc 24 11,500.00 276,000.00 2 720442 Coffee Sachet With Logo; 1.5gx100's X 10's Pc 400 150.00 60,000.00 3 227797 Full Cream Milk With Logo; 15g X 100's X 10's Pc 250 120.00 30,000.00 4 729559 Non Fat Sachet With Logo; 15g X 100's X 10's Pc 150 300.00 45,000.00 5 947065 Salt Sachet; 0.5g X 100's X10's Pc 100 100.00 10,000.00 6 895434 Brown Sugar Sachet With Logo; 5g X 100's X 10's Pc 200 175.00 35,000.00 7 703735 Catsup Sachet (banana); 10g X 100's X 10's Pc 5 4,000.00 20,000.00 8 668564 Calorie Free Sugar 1 G X 100's X 10's Pc 40 375.00 15,000.00 9 238520 Creamer Sachet With Logo; 3g X 100's X 10's Pc 400 100.00 40,000.00 10 438540 Ons For General Nutrition With Hmb And Ybg Vanilla Flavor 1.0-2.5 Kg/can Can 350 3,850.00 1,347,500.00 11 320274 Ons For The Management Of Diabetes Mellitus With Low Glycemic Index (gi) And Inositol Vanilla Flavor 900-1,000g/can Can 250 2,870.00 717,500.00 12 356438 Complete Renal Nutrition Formula For Patients With Renal Impairment And On/or Dialysis 230-245 Ml/can Can 2250 288.00 648,000.00 13 110450 Complete Renal Nutrition Formula For Patients With Reduced Kidney Function And Who Are Not On Dialysis 230-245 Ml/can Can 1350 263.00 355,050.00 14 874010 Specialized Elemental Nutrition Formula With Glutamine For Patient With Malabsorption And Impaired Gi Function Kcal/ml Vanilla Flavor 75-80 Grams/sachet Sachet 600 408.00 244,800.00 15 600579 Ons For Cancer-induced Weight Loss With 1.0-1.5g Epa 350-400 G/can; 6’s/case Can 90 1,975.00 177,750.00 16 165883 Ons For General Nutrition (plant-based) With Hmb And Triple Protein Almond Flavor 800-900g/can Can 250 2,360.00 590,000.00 17 398096 Ons Standard Formula; 400-480g/can Can 30 780.00 23,400.00 18 315608 Nutrionally Complete Semi Elemental Formula For Gi Impaired Patient; 400-450g/can Can 180 1,550.00 279,000.00 19 469041 Adult Ons Specifically Designed With High Quality Proteins, Probiotics, Prebiotics, Vitamins And Minerals. Vanilla Flavor; 800-1,000g Can 200 2,035.00 407,000.00 20 691453 Ons For The Management Of Diabetes Mellitus Vanilla Flavor 800-850 G/can Can 150 2,250.00 337,500.00 21 861151 Semi-elemental Formula For Gi Impaired Patients With 100% Hydrolyzed Whey Protein 400-450 G/can Can 270 1,545.00 417,150.00 22 580977 Ons With Omega-3, Arginine And Nucleotides For The Dietary Management Of Surgery And Malnutrition In Cancer Patients Box 60 1,800.00 108,000.00 23 957399 Instant Protein Powder Can 30 1,225.00 36,750.00 24 107308 Food And Drink/beverage Thick For Swallowing And Other Related Medical Conditions; 100-200g/can Can 20 755.00 15,100.00 25 642755 Ons For Patients Requiring Long Term Enteral Nutrition; With Prebiotic Fibers, High Quality Protein 800-850 G/can Can 200 2,033.00 406,600.00 26 565089 Ons With High Protein And Immune Modulating Formula And 3 Immuno Nutrients (arginine, Glutamine And Fish Oil 400-500 Grams/can Can 270 1,200.00 324,000.00 27 905620 Nutritionally Complete Formula For Normal Adults Who Require Tube Feeding And Nutritional Supplement For Patients Who Are At Risk Of Malnutrition; Vanilla Flavor Protein Source: Sodium Caseinate And Soy Protein Isolate 400-500 Grams/can Can 270 835.00 225,450.00 28 682090 Advanced Protein Supplement For Patients Requiring Additional Nutritional Requirement With Whey Protein Isolate Which Supplies Quality Protein For The Maintenance Of Lean Body Mass With Prebiotic Inulin To Improve Gut Health And Integrity 400-500 Grams/can Can 180 1,150.00 207,000.00 29 917133 Nutritional Drink For The Dietary Management Of Diarrhea And Constipation Probiotics With Glutamine, Fiber, And Oligosaccharides 10-20g/sachet 1 Box/21 Sachet Box 130 125.00 16,250.00 30 584166 Oral Nutritional Supplement And Tube Feed For Patients On Pre Dialysis Stage; Powder; Box @ 3 Sachets Box 180 420.00 75,600.00 31 845077 Oral Nutritional Supplement And Tube Feed For Patients On Pre Dialysis Stage; Complete With 9 Essentials Amino Acids (high Biological Value Protein) Powder; Box @ 3 Sachets Box 90 450.00 40,500.00 32 304185 Ons With Bcaa, Omega-3 And Fos For The Prevention Of Cachexia Due To Chronic Illness; Powder; Box @ 3 Sachets Box 90 550.00 49,500.00 33 809436 L.p.g. (gasul) 11kg. Wt. (contents Only) Notes: Winning Supplier Must Be Paid Upon Completely Served. Cyl 96 1,430.00 137,280.00 34 L.p.g. (gasul) 50kg. Wt. (contents Only) Cyl 180 5,000.00 900,000.00 35 562012 Distilled Water, 7 Liters Per Bottle Notes: A Winning Supplier Must Provide Specific Distilled Water That Has A Resistivity And Conductivity Of The Product. This Item Must Be Evaluated As Acceptable By The End-user. Bot 4200 110.00 462,000.00 Sub-total: 9,079,680.00 Total (approved Budget For The Contract) 14,190,976.00 Expected Delivery Timeframe After Receipt Of A Call-off. Within Ten (10) Calendar Days Upon Issuance Of Call-off.
Closing Date17 Mar 2025
Tender AmountPHP 14.1 Million (USD 247.4 K)
5721-5730 of 5778 archived Tenders