Electrical Tenders

Electrical Tenders

City Of Tayabas Tender

Others
Philippines
Details: Description Republic Of The Philippines Province Of Quezon City Government Of Tayabas Invitation To Rebid For Project #24-162 Supply And Delivery Of Office Supplies (4th Quarter) - Gso 1. The City Government Of Tayabas, Through The General Fund 2024intends To Apply The Sum Five Hundred Forty-eight Thousand Three Hundred Sixty-seven Pesos (php 548,367.00) Being The Abc To Payments Under The Contract For Project # 24-162 Supply And Delivery Of Office Supplies (4th Quarter) - Gso. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Tayabasnow Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within Ten (10) Calendar Days Upon The Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Year From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From City Government Of Tayabas And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On October 16, 2024 (wednesday), 8:00 A.m. – 5:00 P.m. From The Given Address And Website(s) Below, In The Amount Of One Thousand Pesos (p 1,000.00) Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before October 23, 2024 (wednesday), 10:00 A.m. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On October 23, 2024 (wednesday), 10:01 A.m. At The Given Address Below .bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Procuring Entity Is The City Government Of Tayabas With Email Address Of Bidsandawards@gmail.com For The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submission 10. The City Government Of Tayabasreserves 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. 11. For Further Information, Please Refer To: Jayvee Mark E. Ford Head, Bac Secretariat 2nd Floor New City Hall, Brgy. Baguio, Tayabas City (042)-797-3778 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph/gepsnonpilot/tender/splashopportunitiessearchui.aspx?menuindex=3&clickfrom=openopp&result=3 Item No. Unit Description Qty 1. Pc Arch Lever File, Legal Size, 2", Vertical 30 2. Box Ballpen, Bps Fine (black) Hq, 12pcs/box 30 3. Box Ballpen, Bps Fine (blue) Hq, 12pcs/box 3 4. Box Ballpen, Bps Fine (red) Hq, 12pcs/box 2 5. Box Ballpen, Ordinary (black) 50pcs/box 17 6. Box Ballpen, Ordinary, Black, 0.5, 12 Pcs/box (note: Ask For End User) 27 7. Box Ballpen, Ordinary, Blue, 0.5, 12 Pcs/box (note: Ask For End User) 1 8. Pack Battery 9 Volts, High Quality 7 9. Pack Battery Aa L-91 Ultimate Lithium Battery 6s/pack(note: Ask For End User) 7 10. Pack Battery Aa Size 2pcs/pack, High Quality 15 11. Pack Battery Aa, Alkaline, 2s/pack, High Quality, Heavy Duty 16 12. Pack Battery Aaa Size 2pcs/pack, High Quality 13 13. Pack Battery Aaa, Alkaline, 4s/pack, High Quality, Heavy Duty 13 14. Pack Battery Rechargeable, Aa, High Quality (2pcs/pack) 11 15. Pack Battery Rechargeable, Aaa, High Quality (2pcs/pack) 9 16. Ream Bond Paper, A3, Sub. 20 (70gsm) 6 17. Pc Certificate Frame (certificate/picture) 8.5" X 11" 10 18. Pc Certificate Frame, (photo/certificate Holder) 8.5" X 13" 25 19. Pc Certificate Holder, 9x12 136 20. Pc Certificate Holder, Legal 31 21. Pc Certificate Holder, Letter 3 22. Pack Clear Sheet Protector (10s/pack) 2 23. Box Clip Backfold, 19mm 12pcs / Box 47 24. Box Clip Backfold, 25mm 12pcs / Box 49 25. Pc Clip, Metal Bulldog 7.5 Cm 24 26. Pc Clipboard, Legal Size 7 27. Ream Colored Paper, Legal, S24/80gsm, 250s/ream (note: Ask End-user For Color) 13 28. Roll Continuous Paper Stock 2ply 4 29. Pc Cutter Knife, Big, Heavy Duty, High Quality 5 30. Pc Data Filing Box, High Quality (15.5” X 9.5” X 4.5”) 23 31. Pc Dvd Rewritable 4 X 4.7 Gb 5 32. Pc Empty Box, Big (cigarette Box) 7 33. Pack Envelope, Brown Documentary, A4, 100s/pack 4 34. Pack Envelope, Brown Documentary, Legal, 100s/pack 57 35. Pc Envelope, Expanding File, Plastic, Legal, 12 Pockets, Garter Lock W/tab 4 36. Pc Envelope, Expanding, W/ Elastic Strap, Plastic 49 37. Pc Envelope, Plastic With Handle & Pushlock, Legal 8 38. Unit External Hard Drive, 1tb., 2.5"hdd, Usb 3.0, Hq 1 39. Box Fastener Paper, Metal, 7cm, 50pcs/box 8 40. Box Fastener Paper, Plastic Coated 15inch, 50pcs/box 6 41. Box Fastener Paper, Plastic Coated 7cm (2¾ Cm) , 50pcs/box 24 42. Pc Filing Box, High Quality 15.5” X 12.5” X 11.2” 20 43. Pc Filing Tray, Plastic, 3 Layers, Heavy Duty 34.5 Cm.25.8 Cm 5 44. Pc Filing Tray, Steel, 3 Layers, Heavy Duty 34.5 Cm.25.8 Cm 5 45. Pc Flash Drive, 32gb, Branded, High Quality 15 46. Pc Flash Drive, 8gb, Branded 5 47. Pc Flash Drive, Otg 32gb Capacity, Branded 3 48. Pc Flashdrive, 16gb, Branded, High Quality 4 49. Pack Folder, White, A4, 100pcs/pack 2 50. Pack Folder, White, Legal, 100pcs/pack 13 51. Pc Glue Stick For Glue Gun 11mm 3 52. Pc Glue Stick For Glue Gun 7mm 3 53. Tube Glue Stick, All Purpose, Net Wt. 22g/tube 5 54. Tube Glue Stick, All Purpose, Net Wt. 40g/tube 2 55. Bottle Glue, Multi-purpose, Extra Strong Formula, Non-toxic, 473ml 8 56. Bottle Glue, Multi-purpose, White, 130g 3 57. Pack Index Card, Ruled, 3" X 5", (white) 100's/pack 4 Ink 58. Bottle Ink Refill - Canon Gi-790 Black, 135ml, Genuine 6 59. Bottle Ink Refill - Canon Gi-790 Cyan, 70ml, Genuine 4 60. Bottle Ink Refill - Canon Gi-790 Magenta, 70ml, Genuine 4 61. Bottle Ink Refill - Canon Gi-790 Yellow, 70ml, Genuine 5 62. Bottle Ink Refill - Epson 001, Black, 127ml, Genuine 22 63. Bottle Ink Refill - Epson 001, Cyan, 70ml, Genuine 14 64. Bottle Ink Refill - Epson 001, Magenta, 70ml, Genuine 15 65. Bottle Ink Refill - Epson 001, Yellow, 70ml, Genuine 15 66. Bottle Ink Refill - Epson 003, Black, 65ml, Genuine 50 67. Bottle Ink Refill - Epson 003, Cyan, 65ml, Genuine 30 68. Bottle Ink Refill - Epson 003, Magenta, 65ml, Genuine 30 69. Bottle Ink Refill - Epson 003, Yellow, 65ml, Genuine 30 70. Bottle Ink Refill - Epson T6641, Black, 70ml, Genuine 44 71. Bottle Ink Refill - Epson T6642, Cyan, 70ml, Genuine 20 72. Bottle Ink Refill - Epson T6643, Magenta, 70ml, Genuine 20 73. Bottle Ink Refill - Epson T6644, Yellow, 70ml, Genuine 19 74. Bottle Ink Refill - Epson T7741 Black, 140ml, Genuine 2 75. Bottle Ink Refill - Printer, Uv Dye (black) 1 Liter 4 76. Bottle Ink Refill - Printer, Uv Dye (cyan) 1 Liter 4 77. Bottle Ink Refill - Printer, Uv Dye (magenta) 1 Liter 4 78. Bottle Ink Refill - Printer, Uv Dye (yellow) 1 Liter 4 79. Bottle Ink Refill- Epson 008, Black, 127ml (l15150, L6490) 7 80. Bottle Ink Refill- Epson 008, Cyan, 70ml (l15150, L6490) 4 81. Bottle Ink Refill- Epson 008, Magenta, 70ml (l15150, L6490) 4 82. Bottle Ink Refill- Epson 008, Yellow, 70ml (l15150, L6490) 4 83. Pc Keyboard, Usb Port Wired, High Quality 5 84. Pc Magazine Box, Large 12 85. Pack Mailing Envelope, 100s/pack 9 86. Pc Manila Paper 162 87. Pc Microfine Pen, 0.3 Needle Tip, Black, High Quality 7 88. Pc Microfine Pen, 0.4 Needle Tip, Black, High Quality 7 89. Pc Microfine Pen, 0.4 Needle Tip, Red, High Quality 14 90. Pc Mouse, Usb Port, Wired, High Quality 6 91. Pc Mouse Pad W/ Wrist Rest 12 92. Box Paper Clip, 33mm, Plastic Coated, 100pcs/box 42 93. Pack Paper, Board, Letter, 180gsm, White, 10's/pack 70 94. Pack Paper Board Legal, 180gsm, White, 10's/pack 84 95. Pack Paper, Specialty, Board, 110 Gsm, Legal, 10s/pack 45 96. Pack Paper, Specialty, Board, 110 Gsm, Letter, 10s/pack 21 97. Ream Paper, Specialty, Short, 500 Per Ream, With Logo/ Header 2 98. Pack Paper Sticker A4, Glossy, 10/pack, White 15 99. Pack Paper Sticker A4, Matte 10s/pack 28 100. Pack Parchment Paper, 10 Pcs/pack, 8.5" X 13" 5 101. Pack Parchment Paper, 9"x12", 90gsm, 10s/pack 8 102. Pc Permanent Marker (chisel) (black) 96 103. Pc Permanent Marker (chisel) (blue) 10 104. Pc Permanent Marker (chisel) (red) 7 105. Pack Photo Paper Glossy (sticker), A4, 20s/pack, High Quality 6 106. Pack Photo Paper Glossy (sticker), A4, 20s/pack, High Quality 6 107. Pack Photo Paper Premium Matte, A4, 20s/pack 8 108. Yard Plastic Cover, Thick, High Quality 44 109. Pc Puncher Paper, Heavy Duty 5 110. Case Push Pin, Flat Head Type, Assorted Color, 100pcs./case 2 111. Book Record Book, 150 Pages 7.1in X 0.25 In X 11.2in 18 112. Book Record Book, Official, 300 Pages, 8.5"x11" 6 113. Book Record Book, Official, 500 Pages, 8.5"x11" 17 114. Cartridge Ribbon Cartridge, S015632 (lx-310) 17 115. Box Rubber Band #18 2 116. Box Rubber Band, Flat Brown, (net Weight: 350gms/box) 4 117. Pc Ruler, Metal, 18" 2 118. Pc Pencil Sharpener, Big, Heavy Duty 2 Sign Pen 119. Pc Expert Gel Pen Broad 1.0mm Blue Agp13672 7 120. Pc Gel Pen Board, Blue Gel Pen 1.0mm, High Quality 3 121. Pc Needle Tip, 0.5, Black, High Quality 71 122. Pc Needle Tip, 0.5, Blue, High Quality 27 123. Pc Needle Tip, 1.0, Blue, High Quality 7 124. Pc Stamp, Certified True Copy 2 125. Pc Stamp, Dater 4 126. Pc Stamp, Dater W/ Received 4 127. Pc Stamp, Rubber (customized Name) 4 128. Pc Stamp, Rubber, Self Inking (customized Name) 8 129. Pc Stamp Pad, No. 1 4 130. Pc Stamp Pad, No. 2 5 131. Bottle Stamp Pad Ink, Black, 30ml 4 132. Bottle Stamp Pad Ink, Purple/violet, 30ml 14 133. Box Staple Wire No. 35, High Quality 57 134. Box Staple Wire No.10 2 135. Pc Stapler, Heavy Duty W/ Staple Remover # 35 21 136. Pc Storage Box W/ Cover & Wheels, 95l, Plastic, Heavy Duty 7 137. Roll Tape, Double-sided, White, 24mm 44 138. Roll Tape, Duct, 48mmx10m 5 139. Roll Tape, Electrical, Big 4m 5 140. Roll Tape, Masking, Width: 48mm (±1mm) 21 141. Roll Tape, Packaging, Width: 48mm (+1mm) 15 142. Roll Tape, Transparent, Width: 48mm (±1mm) 5 143. Roll Tape Dispenser, Big, Table Top 20 144. Cartridge Toner Cartridge, Brother Dcp1516nw 2 145. Cartridge Toner Cartridge, Sharp Dx-2500, Dx-25ftya, (y) Genuine 2 146. Pack Vinyl Waterpproof Sticker A4, 20sheets 2 147. Pc Whiteboard Eraser 125 X 50 X 26mm 3 148. Pc Whiteboard Marker, Black 37 149. Pc Whiteboard Marker, Blue 8 150. Pc Whiteboard Marker, Red 2 151. Box Clip Backfold, 50mm 12pcs / Box 50 152. Pack Mailing Envelop 100pcs/pack 8 153. Pack Paper Specialty Letter 10's/pack 18 October 16, 2024 ______________________________________ Wilfredo S. Tomines Chairperson, Bids And Awards Committee
Closing Soon23 Oct 2024
Tender AmountPHP 548.3 K (USD 9.5 K)

City Of Dapitan Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Bids And Awards Committee City Of Dapitan October 10, 2024 Invitation To Bid The City Government Of Dapitan, Through Its Bids And Awards Committee (bac), Invites Interested Parties To Apply For Eligibility And If Found Eligible To Bid For The Following Contract: Contract Id: Pow# 2024-10-02-025 Contract Name: Proposed City Agri-fishery Development And Post-harvest Facility (mega Market And Post Harvest Facility (mega Market And Transportation Hub) Polo, Dapitan City Approved Budget For The Contract (abc): Php 530,697,000.00 (inclusive Of All Applicable Taxes) Part Of The Total Abc Of P530,700,000.00 Source Of Fund: Land Bank Of The Philippines Loan Proceeds (lbp) • Bidders Are Hereby Informed That This Is An Early Procurement Activity (epa) • Prospective Bidders Should Have Expertise In Undertaking A Similar Project Within The Last Three (3) Years With An Amount Of At Least 50% Of The Proposed Project For Bidding. • Bidders / Contractor’s Shall Submit Their Two (2) Copies Separate Sealed Envelopes Containing Their Technical And Financial Documents. • Documents Submitted Must Be In Accordance With The Checklist Provided And Must Have A Corresponding Label Or Name Plates. • The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post Qualification Of The Lowest/single Calculated Bid Shall Be Conducted. • All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of Ra 9184 And Its Implementing Rules And Regulations (irr). The Schedules Of Activities Are Listed As Follows: Bac Activities Schedule Advertisement / Posting October 11 – 18, 2024 Availability And Issuance Of Bidding Documents Oct. 11 – Nov. 05, 2024; 1:30 P.m. Pre-bid Conference October 22, 2024; 2:00 P.m. Deadline For The Submission Of Bids November 05, 2024; 1:30 P.m Bid Evaluation November 05, 2024; 2:00 P.m • Philippine Bidding Documents Will Be Electronically Uploaded To The Philgeps Website Of The City Of Dapitan. (bacdapitan@gmail.com) • Payment For The Philippine Bidding Documents Is A Non – Refundable Amount Of Seventy Five Thousand Pesos Only (php 75,000.00) Payable To The Office Of The City Treasurer, Dapitan City. The City Government Of Dapitan Assumes No Responsibility Whatsoever Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bids. The City Government Of Dapitan Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Rejects All Bids At Any Time Prior To Award Of Contract, Without Thereby Incurring Any Liability To The Affected Bidder Of Bidders. Sgd.engr. Renmar Terenz E. Draper Cgdh I, Management Information Systems Office Bac Chairman Annex A: Item No. Description Unit Qty. I – A. Preliminaries A.1.1 (8) Provision Of Field Office For The Engineer Month 25.00 (rental Basis) (40-footer Container Van Type With Acu) A.1.1(11) Provision Of Furnitures/fixtures, Equipment Ls 1.00 & Appliances For The Field Office Of The Engineer A.1.1(16) Operation & Maintenance Of The Field Office Month 25.00 For The Engineers B.3 Permits & Clearances Ls 1.00 B.5 Project Billboards And Signboards Each 2.00 B.7(2) Occupational Safety And Health Programs Month 25.00 B.9 Mobilization/demobilization Ls 1.00 B.20 Temporary Fence (corrugated Sheet With Gi Pipe) Ls 1.00 1) Main Building, Meat Market And Fish Market Ii – A Civil Works 803(1)a Structure Excavation (common Soil) Cu.m. 2,800.67 804(1)a Embankment From Structure Excavation Cu.m. 1,660.65 804(1)b Embankment From Borrow Cu.m. 5,163.60 804(4) Gravel Fill Cu.m. 1,090.36 1000(1) Soil Poisoning Ltr. 453.00 Ii – B. Structural Works 1052(4)a1 Precast Concrete Piles, Furnished (400 X400mm-type B) M. 1,744.00 1052(14) Precast Concrete Piles. Driven M. 1,744.00 900(1)a2 Structural Concrete For Footing And Slab On Grade Cu.m. 1,522.60 (ready Mix Concrete, Class A) 900(1)a1 Structural Concrete, For Footing Tie Beam, Column Cu.m. 2,438.98 Suspended Slab, Grider/beam (ready Mix Concrete, Class A) 901(1) Lean Concrete (ready Mix) Cu.m. 44.62 Spcl-1 Post Tensioning For Girder/beam (final: 770kn -1,430kn Ls 1.00 902(1)a Reinforcing Steel (deformed Grade 60 And 40) Kg. 936,369.00 1034(1)b Damp Proofing (polyethylene Sheet, 6mil Sq.m. 6,384.00 1033(1) Metal Deck Panel (0.8mm X 1.008mm) Sq.m. 4,330.00 903(2)b Formworks And Falseworks Sq.m. 12,791.00 1047(2)a Structural Steel (roof Framing) Kg. 68,669.00 1047(2)b Structural Steel (trusses) Kg. 100,327.00 Ii- C. Architectural Works 1027 (1) Cement Plaster Finish Sq.m. 9,159.00 1046(2) 100mm Chb Non-load Bearing (class B, Including Sq.m. 2,343.00 Reinforcing Steel) 1046(2)b 150mm Chb Non-load Bearing (class B, Including Sq.m. 2,237.00 Reinforcing Steel) 1014(1)b2 Prepainted Metal Sheets (rib Type, Long Span, Above Sq.m. 8,055.00 0.427mm Thick 1038(1) Reflective Insulation (10mm Thick, 1-side) Sq.m. 8,055.00 1013(2)b2 Fabricated Metal Roofing Accessory (ga #26, Flashing, Pre-painted L.m. 501.00 1013(2)c2 Fabricated Metal Roofing Accessory (ga# 26 Gutter L.m 783.00 And End Flashings, Pre-painted) Spcl – 3 Fabricated Metal Roofing Accessory (ga# 26, Facia L.m. 783.00 Pre-painted) Spcl-4 Metal Railing (with Stainless Steel Support) L.m. 196.00 Spcl-5 Glass Railing (with Stainless Steel Support) L.m. 274.00 1012(1)c4 Tempered Glass Walls/barriers, Etc. (12mm) Sq.m. 1,264.00 1012(1)a2 Tempered Glass Door (12mm) Sq.m. 43.00 1008(1)d Aluminum Glass Windows (fixed Type) Sq.m. 353.00 1010(2)b Wood Panel Door Sq.m. 19.00 1043(2)b5 Pvc Doors And Frames (100cm X 210cm, W/ Louver) Set 6.00 1053(6) Stair Brass Metal Nosing (2” W/ Finishing) M. 150.00 1004(2)e Finishing Hardware (door Knobs) Set 19.00 1004(2)g Finishing Hardware (hinges) Set 19.00 Spcl – 6 Toilet Partition Door With Accessories Sq.m. 95.00 1018(1)a1 Glazed Tiles And Trims (dry Pressed Tiles (60x60cm) Sq.m. 440.00 1018(2) Homogeneous Porcelain Non-skid (60cmx 60cm) Sq.m. 4,997.00 1018(7) Homogeneous Porcelain Glazed Tiles (60cmx60cm) Sq.m. 2,582.00 1003(1)a1 Ceiling (4.5mm, Metal Frame, Cement Board) Sq.m. 10,414.00 1032(1)a2 Painting Works On Ceiling Sq.m. 10,414.00 1032(1)a Painting Works (masonry/concrete, Interior Sq.m. 4,580.00 1032(1)a Painting Works (masonry/concrete, Exterior Sq.m. 4,580.00 1032(1)c Painting Works (steel, Epoxy Metal Primer & 2-coats Sq.m. 9,391.00 Enamel) Spcl-7 Building Marker (brass/stainless Plate) Ls 1.00 Spcl-8 Wood Cladding Sq.m. 209.00 Spcl-9 Stone Cladding Sq.m. 82.00 Spcl-10 Metal Cladding Sq.m. 300.00 1016(1)a Water Proofing, Cement Base Sq.m. 726.00 Ii – D. Electrical Works 1101(2)a6 3.5mm2 Electric Wire (tw/thhn/thwn2, Stranded M. 49,226.00 1101(2)a7 5.5mm2 Electric Wire (tw/thhn/thwn2, Stranded M 28,400.00 1101(2)a8 8.0mm2 Electric Wire(twthhn/thwn2, Stranded M. 4,950.00 1101(2)a9 14.0mm2 Electric Wire (tw/thhn/thwn2, Stranded M. 16,100.00 1101(2)a10 22.0mm2 Electric Wire(tw/thhn/thwn2, Stranded M. 950.00 1101(2)a13 50.0mm2 Electric Wire (tw/thhn/thwn2, Stranded M. 850.00 1101(2)a15 80.0mm2 Electric Wire (tw/thhn/thwn2, Stranded M. 485.00 1100(30) Conduit Works, Boxes And Fittings Ls 1.00 1100(6)b 20mmø Polyvinyl Chloride (pvc) Pipes Length 7,043.00 1101(6)c 25mmø Polyvinyl Chloride (pvc) Pipes Length 4,491.00 1101(6)d 32mmø Polyvinyl Chloride (pvc) Pipes Length 3,150.00 1101(6)e 40mmø Polyvinyl Chloride (pvc) Pipes Length 68.00 1101(2)a3 Intermediate Metal Conduit (imc, 25mm Diax3mm) Length 120.00 1101(8) Single Pole Wall Switch On One Switch Plate Set 66.00 1101(9) Duplex (2 Single Pole Wall Switches On One Switch Plate Set 66.00 1101(10) Triplex (3 Single Pole Wall Switches On One Switch Plate Set 66.00 1101(21) Duplex Convenience Outlets/receptacle (gt) Set 264.00 Spcl -11 Aircon Outlet With Ground Set 264.00 1102(1)b4 Panel Board With Main Breaker/branches (bolt-in Type, Set 30.00 Nema 3r, Flush/surface Mounted With Ground Lugs), Main 30at, 240v, 2p, Bolt-on Branches 4-20at, 240v, 2p, Bolt-on 1102(1)b4 Panel Board With Main Breaker/branches (bolt-in Type, Set 4.00 Nema 3r, Flush/surface Mounted With Ground Lugs), Main 60at, 240v, 2p, Bolt-on, Branches 3-20at, 240v, 2p, Bolt-on Branches 1-40at, 240v, 2p, Bolt-on 1102(1)b4 Panel Board With Main Breaker/branches (bolt-in Type, Set 2.00 Nema 3r, Flush/surface Mounted With Ground Lugs), Main 50at, 240v, 2p, Bolt-on, Branches 6-20at, 240v, 2p, Bolt-on 1102(1)b4 Panel Board With Main Breaker/branches (bolt-in Type, Set 1.00 Nema 3r, Flush/surface Mounted With Ground Lugs), Main 70at, 240v, 2p, Bolt-on, Branches 2-50at, 240v, 2p, Bolt On 1102(1)b4 Panel Board With Main Breaker/branches (bolt-in Type, Set 2.00 Nema, 3r, Flush/surface Mounted With Ground Lugs), Main 125at, 240v, 2p, Bolt-on, Branches 23 – 30at, 240v, 2p. Bolt-on Branches 1-60at, 240v, 2p, Bolt-on 1102(1)b4 Panel Board With Main Breaker/branches (bolt-in Type, Set 2.00 Nema, 3r, Flush/surface Mounted With Ground Lugs), Main 400at, 240v, 2p, Bolt-on, Branches 20-50at, 240v, 2p, Bolt-on Branches 20-50at, 240v, 2p, Bolt-on Branches 16-20at, 240v, 2p, Bolt-on 1102(1)b4 Panel Board With Main Breaker/branches (bolt-on Type, Set 2.00 Nema 3r, Flush/surface Mounted With Ground Lugs), Main 2000at, 240v, 2p, Bolt-on, Branches 2-1000at, 240v, 2p,bolt-on Branches 1-500at, 240v, 2p, Bolt On Ii – E. Mechanical Works 1202 (1) Automatic Water Sprinkler System (awss) Ls 1.00 1208(1) Fire Alarm System Ls 1.00 Ii – E. Plumbing Works 1002(3)a2 20mmø Polyprophylene Random Copolymer (ppr-c) Pc. 597.00 Pipe (1/2”, Pn20) 1002(3)b2 25mmø Polyprophylene Random Copolymer (ppr-c) Pc. 370.00 Pipe (3/4”, Pn20) 1002(3)c2 32mmø Polyprophylene Random Copolymer (ppr-c) Pc. 295.00 Pipe (1”, Pn20) 1002(8) Plumbing Fixture Ls 1.00 1002(6) Cold Waterlines, Pipes And Fittings Ls 1.00 1001(8) Sewer Line Works (inclusive Of Pvc Pipes And Fittings Ls 1.00 1001(11) Septic Vault Concrete (fc=3500psi, Class B Chb With Unit 2.00 25mm Concrete Plaster Spcl-12 Stub-out Ls 1.00 1001(1)b4 300mmø Concrete Pipe M. 123.00 1001(1)a8 150mmø Pvc Pipe, Series 1000 M. 363.00 1001(6)a Catch Basin (concrete) Unit 42.00 Iii A – Site Development 100(1) Clearing And Grubbing Sq.m. 53,589.00 102(1) Unsuitable Excavation Cu.m 26,785.00 104(2)b Embankment Form Selected Borrow Cu.m. 132,335.00 105(1)a Subgrade Preparation Sq.m. 53,589.00 Iii B – Road Concreting And Drainage 103(1)a Structure Excavation (common Soil) Cu.m. 2,085.00 200(1) Aggregate Subbase Course Cu.m. 1,107.00 311(1) Portland Cement Concrete Pavement, 200mm Thick Sq.m. 5,530.00 Spcl-13 Portland Cement Concrete Pavement, 150mm Thick (side Walk) Cu.m 498.00 500(1)b1 Pipe Culverts, 610mm Dia (rcpc) L.m. 1,158.00 502 Manholes, Inlets And Catch Basin Each 106.00 505(2)a Grouted Riprap Cu.m. 670.00 612(1) Reflectorized Thermoplastic Pavement Markings (white) Sq.m. 174.00 612(2) Reflectorized Thermoplastic Pavement Markings (yellow) Sq.m. 116.00
Closing Date5 Nov 2024
Tender AmountPHP 530.7 Million (USD 9.2 Million)

Municipality Of Badiangan, Iloilo Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Section Ii. Instructions To Bidders A. General 1. Scope Of Bid 1.1 The Procuring Entity Named In The Bds Invites Bids For The Supply And Delivery Of The Goods As Described In Section Vii. Technical Specifications. 1.2 The Name, Identification, And Number Of Lots Specific To This Bidding Are Provided In The Bds. The Contracting Strategy And Basis Of Evaluation Of Lots Is Described In Itb Clause 28. 2. Source Of Funds The Procuring Entity Has A Budget Or Has Received Funds From The Funding Source Named In The Bds, And In The Amount Indicated In The Bds. It Intends To Apply Part Of The Funds Received For The Project, As Defined In The Bds, To Cover Eligible Payments Under The Contract. 3. Corrupt, Fraudulent, Collusive, And Coercive Practices 3.1 Unless Otherwise Specified In The Bds, The Procuring Entity As Well As The Bidders And Suppliers Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. In Pursuance Of This Policy, The Procuring Entity: (a) Defines, For Purposes Of This Provision, The Terms Set Forth Below As Follows (i) “corrupt Practice” Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Government, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Ra 3019; (ii) “fraudulent Practice” Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition. (iii) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels. (iv) “coercive Practices” Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Affect The Execution Of A Contract; (v) “obstructive Practice” Is (aa) Deliberately Destroying, Falsifying, Altering Or Concealing Of Evidence Material To An Administrative Proceedings Or Investigation Or Making False Statements To Investigators In Order To Materially Impede An Administrative Proceedings Or Investigation Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Into Allegations Of A Corrupt, Fraudulent, Coercive Or Intimidating Any Party To Prevent It From Disclosing Its Knowledge Of Matters Relevant To The Administrative Proceedings Or Investigation Or From Pursuing Such Proceedings Or Investigation; Or (bb) Acts Intended To Materially Impede The Exercise Of The Inspection And Audit Rights Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Herein. (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Any Of The Practices Mentioned In This Clause For Purposes Of Competing For The Contract. 3.2 Further, The Procuring Entity Will Seek To Impose The Maximum Civil, Administrative, And/or Criminal Penalties Available Under Applicable Laws On Individuals And Organizations Deemed To Be Involved In Any Of The Practices Mentioned In Itb Clause 3.1(a). 3.3 Furthermore, The Funding Source And The Procuring Entity Reserve The Right To Inspect And Audit Records And Accounts Of A Bidder Or Supplier In The Bidding For And Performance Of A Contract Themselves Or Through Independent Auditors As Reflected In The Gcc Clause 3. 4. Conflict Of Interest 4.1 All Bidders Found To Have Conflicting Interests Shall Be Disqualified To Participate In The Procurement At Hand, Without Prejudice To The Imposition Of Appropriate Administrative, Civil, And Criminal Sanctions. A Bidder May Be Considered To Have Conflicting Interests With Another Bidder In Any Of The Events Described In Paragraphs (a) Through (c) Below And A General Conflict Of Interest In Any Of The Circumstances Set Out In Paragraphs (d) Through (f) Below: (a) A Bidder Has Controlling Shareholders In Common With Another Bidder; (b) A Bidder Receives Or Has Received Any Direct Or Indirect Subsidy From Any Other Bidder; (c) A Bidder Has The Same Legal Representative As That Of Another Bidder For Purposes Of This Bid; (d) A Bidder Has A Relationship, Directly Or Through Third Parties, That Puts Them In A Position To Have Access To Information About Or Influence On The Bid Of Another Bidder Or Influence The Decisions Of The Procuring Entity Regarding This Bidding Process. This Will Include A Firm Or An Organization Who Lends, Or Temporarily Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project If The Personnel Would Be Involved In Any Capacity On The Same Project; (e) A Bidder Submits More Than One Bid In This Bidding Process. However, This Does Not Limit The Participation Of Subcontractors In More Than One Bid; Or (f) (g) A Bidder Who Participated As A Consultant In The Preparation Of The Design Or Technical Specifications Of The Goods And Related Services That Are The Subject Of The Bid. A Bidder Who Lends, Or Temporarily Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement Or Implementation Of The Project, If The Personnel Would Be Involved In Any Capacity On The Same Project. 4.2 In Accordance With Section 47 Of The Irr Of Ra 9184, All Bidding Documents Shall Be Accompanied By A Sworn Affidavit Of The Bidder That It Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), Members Of The Technical Working Group (twg), Members Of The Bac Secretariat, The Head Of The Project Management Office (pmo) Or The End-user Unit, And The Project Consultants, By Consanguinity Or Affinity Up To The Third Civil Degree. On The Part Of The Bidder, This Clause Shall Apply To The Following Persons: (a) If The Bidder Is An Individual Or A Sole Proprietorship, To The Bidder Himself; (b) If The Bidder Is A Partnership, To All Its Officers And Members; (c) (d) If The Bidder Is A Corporation, To All Its Officers, Directors, And Controlling Stockholders; And If The Bidder Is A Cooperative, To All Its Officers, Directors And Controlling Share Holders Or Members; And (e) If The Bidder Is A Joint Venture (jv), The Provisions Of Items (a), (b), Or (c) Of This Clause Shall Correspondingly Apply To Each Of The Members Of The Said Jv, As May Be Appropriate Relationship Of The Nature Described Above Or Failure To Comply With This Clause Will Result In The Automatic Disqualification Of A Bidder. 5. Eligible Bidders 5.1 Unless Otherwise Indicated In The Bds, The Following Persons Shall Be Eligible To Participate In This Bidding: (a) Duly Licensed Filipino Citizens/sole Proprietorships; (b) Partnerships Duly Organized Under The Laws Of The Philippines And Of Which At Least Sixty Percent (60%) Of The Interest Belongs To Citizens Of The Philippines; (c) Corporations Duly Organized Under The Laws Of The Philippines, And Of Which At Least Sixty Percent (60%) Of The Outstanding Capital Stock Belongs To Citizens Of The Philippines; (d) Cooperatives Duly Organized Under The Laws Of The Philippines, And Of Which At Least Sixty Percent (60%) Of The Interest Belongs To Citizens Of The Philippines; And (e) Persons/entities Forming Themselves Into A Jv, I.e., A Group Of Two (2) Or More Persons/entities That Intend To Be Jointly And Severally Responsible Or Liable For A Particular Contract: Provided, However, That Filipino Ownership Or Interest Of The Joint Venture Concerned Shall Be At Least Sixty Percent (60%). 5.2 Foreign Bidders May Be Eligible To Participate When Any Of The Following Circumstances Exist, As Specified In The Bds. (a) When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra 9184 And Its Irr Allow Foreign Bidders To Participate; (b) Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; (c) When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or (d) When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3 Government Owned Or Controlled Corporations (goccs) May Be Eligible To Participate Only If They Can Establish That They (a) Are Legally And Financially Autonomous, (b) Operate Under Commercial Law, And (c) Are Not Attached Agencies Of The Procuring Entity. 5.4 Unless Otherwise Provided In The Bds, The Bidder Must Have Completed A Single Largest Completed Contract (slcc) Similar To The Project The Value Of Which, Adjusted If Necessary, By The Bidder To Current Prices Using The Philippine Statistics Authority (psa) Consumer Price Index, Must Be At Least Equivalent To A Percentage Of The Abc Stated In The Bds. For This Purpose, Contracts Similar To The Project Shall Be Those Described In The Bds, And Completed Within The Relevant Period Stated In The Invitation To Bid And Itb Clause 12.1(a)(ii). 5.5 Unless Otherwise Provided In The Bds, The Bidder Must Submit A Computation Of Its Net Financial Contracting Capacity (nfcc) Which Must Be At Least Equal To The Abc To Be Bid, Calculated As Follows: Nfcc = [(current Assets Minus Current Liabilities) (k)] Minus The Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract To Be Bid. Where: K = 15 The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Latest Audited Financial Statements Submitted To The Bir, Through Its Electronic Filling And Payment System (efps). If The Prospective Bidder Opts To Submit A Committed Line Of Credit (clc), It Must Be At Least Equal To Ten Percent (10%) Of The Abc To Be Bid And Issued By A Universal Or Commercial Bank. 6. Bidders Responsibilities 6.1 The Bidder Or Its Duly Authorized Representative Shall Submit A Sworn Statement In The Form Prescribed In Section Viii – Bidding Forms As Required In Itb Clause 12.1(b)(iv). 6.2 The Bidder Is Responsible For The Following: (a) Having Taken Steps To Carefully Examine All Of The Bidding Documents; (b) Having Acknowledged All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; (c) Having Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And (d) Having Complied With Its Responsibility To Inquire Or Secure Supplemental/bid Bulletin(s) As Provided Under Itb Clause 10.4; (e) Ensuring That It Is Not “blacklisted” Or Barred From Bidding By The Gop Or Any Of Its Agencies, Offices, Corporations, Or Lgus, Including Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Gppb, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting. (f) Ensuring That Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; (g) Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative/s To Verify All The Documents Submitted; (h) Ensuring That The Signatory Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The Bidder In The Bidding, With The Duly Notarized Secretary’s Certificate Attesting To Such Fact, If The Bidder Is A Corporation, Partnership, Cooperative, Or Joint Venture; (i) Complying With The Disclosure Provision Under Section 47 Of Ra 9184 In Relation To Other Provisions Of Ra 3019; And (j) (k) (l) Complying With Existing Labor Laws And Standards, In The Case Of Procurement Of Services Ensuring That It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Of Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. Failure To Observe Any Of The Above Responsibilities Shall Be At The Risk Of The Bidder Concerned. 6.3 The Bidder Is Expected To Examine All Instructions, Forms, Terms, And Specifications In The Bidding Documents. Unless Otherwise Indicated In The Bds, Failure To Furnish All Information Or Documentation Required In The Bidding Documents Shall Result In The Rejection Of The Bid And The Disqualification Of The Bidder. 6.4 It Shall Be The Sole Responsibility Of The Bidder To Determine And To Satisfy Itself By Such Means As It Considers Necessary Or Desirable As To All Matters Pertaining To The Contract To Be Bid, Including: (a) The Location And The Nature Of This Project; (b) Climatic Conditions; (c) Transportation Facilities; And (d) Other Factors That May Affect The Cost, Duration, And Execution Or Implementation Of This Project. 6.5 The Procuring Entity Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions By The Prospective Or Eligible Bidder Out Of The Data Furnished By The Procuring Entity. However, The Procuring Entity Shall Ensure That All Information In The Bidding Documents, Including Bid/supplemental Bid Bulletin/s Issued, Are Correct And Consistent. 6.6 The Bidder Shall Bear All Costs Associated With The Preparation And Submission Of His Bid, And The Procuring Entity Will In No Case Be Responsible Or Liable For Those Costs, Regardless Of The Conduct Or Outcome Of The Bidding Process. 6.7 Before Submitting Their Bids, The Bidder Is Deemed To Have Become Familiar With All Existing Laws, Decrees, Ordinances, Acts And Regulations Of The Philippines Which May Affect This Project In Any Way. 6.8 The Bidder Should Note That The Procuring Entity Will Accept Bids Only From Those That Have Paid The Non-refundable Fee For The Bidding Documents At The Office Indicated In The Invitation To Bid. 7. Origin Of Goods And Services Unless Otherwise Indicated In The Bds, There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The United Nations Security Council Taken Under Chapter Vii Of The Charter Of The United Nations, Subject To Itb Clause 27.1. 8. Subcontracts 8.1 Unless Otherwise Specified In The Bds, The Bidder May Subcontract Portions Of The Goods To An Extent As May Be Approved By The Procuring Entity And Stated In The Bds. However, Subcontracting Of Any Portion Shall Not Relieve The Bidder From Any Liability Or Obligation That May Arise From The Contract For This Project. 8.2 Subcontractors Must Comply With The Eligibility Criteria And The Documentary Requirements Specified In The Bds. In The Event That Any Subcontractor Is Found By The Procuring Entity To Be Ineligible, The Subcontracting Of Such Portion Of The Goods Shall Be Disallowed. 8.3 The Bidder May Identify The Subcontractor To Whom A Portion Of The Goods Will Be Subcontracted At Any Stage Of The Bidding Process Or During Contract Implementation. If The Bidder Opts To Disclose The Name Of The Subcontractor During Bid Submission, The Bidder Shall Include The Required Documents As Part Of The Technical Component Of Its Bid. B. Contents Of The Bidding Documents 9. Pre-bid Conference 9.1 If So Specified In The Bds, A Pre-bid Conference Shall Be Held At The Venue And On The Date Indicated Therein, To Clarify And Address The Bidders’ Questions On The Technical And Financial Components Of This Project. 9.2 Bidders Are Encouraged To Attend The Pre-bid Conference To Ensure That They Fully Understand The Procuring Entity’s Requirements. Non-attendance Of The Bidder Will In No Way Prejudice Its Bid; However, The Bidder Is Expected To Know The Changes And/or Amendments To The Bidding Documents Discussed During The Pre-bid Conference. 9.3 Any Statement Made At The Pre-bid Conference Shall Not Modify The Terms Of The Bidding Documents Unless Such Statement Is Specifically Identified In Writing As An Amendment Thereto And Issued As A Supplemental/bid Bulletin. 10. Clarification And Amendment Of Bidding Documents 10.1 Bidders Who Have Purchased The Bidding Documents May Request For Clarifications On Any Part Of The Bidding Documents For An Interpretation. Such A Request Must Be In Writing And Submitted To The Procuring Entity At The Address Indicated In The Bds At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.2 Supplemental/bid Bulletins May Be Issued Upon The Procuring Entity’s Initiative For Purposes Of Clarifying Or Modifying Any Provision Of The Bidding Documents Not Later Than Seven (7) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. Any Modification To The Bidding Documents Shall Be Identified As An Amendment. 10.3 Any Supplemental/bid Bulletin Issued By The Bac Shall Also Be Posted On The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity Concerned, If Available. It Shall Be The Responsibility Of All Bidders Who Secure The Bidding Documents To Inquire And Secure Supplemental/bid Bulletins That May Be Issued By The Bac. However, Bidders Who Have Submitted Bids Before The Issuance Of The Supplemental/bid Bulletin Must Be Informed And Allowed To Modify Or Withdraw Their Bids In Accordance With Itb Clause 23. C. Preparation Of Bids 11. Language Of Bids The Bid, As Well As All Correspondence And Documents Relating To The Bid Exchanged By The Bidder And The Procuring Entity, Shall Be Written In English. Supporting Documents And Printed Literature Furnished By The Bidder May Be In Another Language Provided They Are Accompanied By An Accurate Translation In English Certified By The Appropriate Embassy Or Consulate In The Philippines, In Which Case The English Translation Shall Govern For Purposes Of Interpretation Of The Bid. 12. Documents Comprising The Bid: Eligibility And Technical Components. 12.1 Unless Otherwise Indicated In The Bds, The First Envelope Shall Contain The Following Eligibility And Technical Documents: (a) Eligibility Documents - Class "a" Documents: (i) Philgeps Platinum Certificate Of Registration And Membership With Annex A In Accordance With Section 8.5.2 Of The Irr. (ii) Statement Of All Its Ongoing Government And Private Contracts Within The Period Stated In The Bds, Including Contracts Awarded But Not Yet Started, If Any. Statement Of The Bidder's Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, In Accordance With Itb Clause 5.4, Within The Relevant Period As Provided In The Bds. The Two Statements Required Shall Indicate For Each Contract The Following: (ii.1) Name Of The Contract; (ii.2) Date Of The Contract; (ii.3) Contract Duration; (ii.4) Owner's Name And Address; (ii.5) Kinds Of Goods; (ii.6) (ii.7) (ii.8) (ii.9) For Statement Of Ongoing Contracts- Amount Of Contract And Value Of Outstanding Contracts; For Statement Of Slcc-amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa's Consumer Price Index, If Necessary For The Purpose Of Meeting The Slcc Requirement; Date Of Delivery; And End User's Acceptance Or Official Receipt(s) Or Sales Invoice Issued For The Contract, If Completed, Which Shall Be Attached To The Statements. (iii) The Prospective Bidder’s Computation Of Its Net Financial Contracting Capacity (nfcc) Which Must Be At Least Equal To The Abc To Be Bid, Calculated As Follows: Nfcc = [(current Assets Minus Current Liabilities) (k)] Minus The Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract To Be Bid. Where: K = 15 The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Data Submitted To The Bir, Through Its Electronic Filling And Payment System (efps). Or A Committed Line Of Credit From A Universal Or Commercial Bank (not Applicable To Procurement Of Infrastructure Projects) Class "b" Document: (iv) If Applicable, The Jva In Case The Joint Venture Is Already In Existence, Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. (b) Technical Documents - (i) Bid Security In Accordance With Itb Clause 18. If The Procuring Entity Requires The Bidders To Submit The Bid Security In The Form Of: (i.1) Cash Or Cashier’s/ Manager’s Check, Issued By A Universal Or Commercial Bank; Or (i.2) A Bank Draft/guarantee Or An Irrevocable Letter Of Credit Issued By A Universal/ Commercial Bank, It Shall Be Accompanied By A Confirmation From A Universal Or Commercial Bank, If Issued By A Foreign Bank; Or (i.3) (i.4) A Surety Bond Accompanied By A Certification Coming From An Authorized Insurance Commission That A Surety Or Insurance Company Is Authorized To Issue Such Instrument; Bid Securing Declaration (ii) (iii) Statement Of Compliance To The Schedule Of Requirements Conformity With Technical Specifications, As Enumerated And Specified In Sections Vi And Vii Of The Bidding Documents; And (iv) Sworn Statement In Accordance With Section 25.2(a)(iv) Of The Irr Of Ra 9184 And Using The Form Prescribed In Section Viii – Bidding Forms. 13. Documents Comprising The Bid: Financial Component 13.1 Unless Otherwise Stated In The Bds, The Financial Component Of The Bid Shall Contain The Following: (a) Financial Bid Form, Which Includes Bid Prices And The Bill Of Quantities And The Applicable Price Schedules, In Accordance With Itb Clauses 15.1 And 15.4; (b) If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification From The Dti, Sec, Or Cda Issued In Accordance With Itb Clause 27; And (c) Any Other Document Required In The Bds 13.2 Unless Otherwise Stated In The Bds, All Bids That Exceed The Abc Shall Not Be Accepted. 14. Alternative Bids Alternative Bids Shall Be Rejected. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 15. Bid Prices 15.1 The Bidder Shall Complete The Appropriate Price Schedules Included Herein, Stating The Unit Prices, Total Price Per Item, The Total Amount And The Expected Countries Of Origin Of The Goods To Be Supplied Under This Project. 15.2 The Bidder Shall Fill In Rates And Prices For All Items Of The Goods Described In The Bill Of Quantities. Bids Not Addressing Or Providing All Of The Required Items In The Bidding Documents Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) Or A Dash (-) For The Said Item Would Mean That It Is Being Offered For Free To The Government. 15.3 The Terms Ex Works (exw), Cost, Insurance And Freight (cif), Cost And Insurance Paid To (cip), Delivered Duty Paid (ddp), And Other Trade Terms Used To Describe The Obligations Of The Parties, Shall Be Governed By The Rules Prescribed In The Current Edition Of The International Commercial Terms (incoterms) Published By The International Chamber Of Commerce, Paris. 15.4 Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: (a) For Goods Offered From Within The Procuring Entity’s Country (i) The Price Of The Goods Quoted Exw (ex Works, Ex Factory, Ex Warehouse, Ex Showroom, Or Off-the-shelf, As Applicable), Including All Customs Duties And Sales And Other Taxes Already Paid Or Payable (i.1) On The Components And Raw Material Used In The Manufacture Or Assembly Of Goods Quoted Ex Works Or Ex Factory; Or (i.2) On The Previously Imported Goods Of Foreign Origin Quoted Ex Warehouse, Ex Showroom, Or Off-the-shelf And Any Procuring Entity Country Sales And Other Taxes Which Will Be Payable On The Goods If The Contract Is Awarded. (ii) The Price For Inland Transportation, Insurance, And Other Local Costs Incidental To Delivery Of The Goods To Their Final Destination. (iii) The Price Of Other (incidental) Services, If Any, Listed In The Bds. (b) For Goods Offered From Abroad: (i) Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Ddp With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. (ii) The Price Of Other (incidental) Services, If Any, Listed In The Bds 15.5 Prices Quoted By The Bidder Shall Be Fixed During The Bidder’s Performance Of The Contract And Not Subject To Variation Or Price Escalation On Any Account, Unless Otherwise Specified In The Bds. A Bid Submitted With An Adjustable Price Quotation Shall Be Treated As Non-responsive And Shall Be Rejected, Pursuant To Itb Clause 24. 15.6 All Bid Prices Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Indicated In The Bds And Specified In The Gcc And Its Corresponding Scc Provision. 16. Bid Currencies 16.1 Prices Shall Be Quoted In The Following Currencies: (a) For Goods That The Bidder Will Supply From Within The Philippines, The Prices Shall Be Quoted In Philippine Pesos. (b) For Goods That The Bidder Will Supply From Outside The Philippines, The Prices May Be Quoted In The Currency(ies) Stated In The Bds. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 16.2 If So Allowed In Accordance With Itb Clause 16.1, The Procuring Entity For Purposes Of Bid Evaluation And Comparing The Bid Prices Will Convert The Amounts In Various Currencies In Which The Bid Price Is Expressed To Philippine Pesos At The Foregoing Exchange Rates. 16.3 Unless Otherwise Specified In The Bds, Payment Of The Contract Price Shall Be Made In Philippine Pesos. 17. Bid Validity 17.1 Bids Shall Remain Valid For The Period Specified In The Bds Which Shall Not Exceed One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 17.2 In Exceptional Circumstances, Prior To The Expiration Of The Bid Validity Period, The Procuring Entity May Request Bidders To Extend The Period Of Validity Of Their Bids. The Request And The Responses Shall Be Made In Writing. The Bid Security Described In Itb Clause 18 Should Also Be Extended Corresponding To The Extension Of The Bid Validity Period At The Least. A Bidder May Refuse The Request Without Forfeiting Its Bid Security, But His Bid Shall No Longer Be Considered For Further Evaluation And Award. A Bidder Granting The Request Shall Not Be Required Or Permitted To Modify Its Bid. 18. Bid Security 18.1 The Procuring Entity Shall Prescribe In The Bds The Acceptable Forms Of Bid Security That Bidders May Opt To Use, Which Shall Include The Bid Securing Declaration (bsd) Or Any Other Form Of Bid Security And The Amount Of Which Shall Be Equal To A Percentage Of The Abc In Accordance With The Following Schedule: Form Of Bid Security Amount Of Bid Security (not Less Than The Percentage Of The Abc) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank Two Percent (2%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Five Percent (5%) For Biddings Conducted By Lgus, The Procuring Entity May Also Require Bidders To Submit Bid Securities In The Form Of Cashier’s/manager’s Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Such Financial Statement. The Bid Securing Declaration Mentioned Above Is An Undertaking Which States, Among Others, That The Bidder Shall Enter Into Contract With The Procuring Entity And Furnish The Performance Security Required Under Itb Clause 33.2, From Receipt Of The Notice Of Award, And Committing To Pay The Corresponding Fine, And Be Suspended For A Period Of Time From Being Qualified To Participate In Any Government Procurement Activity In The Event It Violates Any Of The Conditions Stated Therein As Provided In The Guidelines Issued By The Gppb. 18.2 The Bid Security Should Be Valid For The Period Specified In The Bds. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 18.3 No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except To Those That Failed Or Declared As Post-disqualified, Upon Submission Of A Written Waiver Of Their Right To File A Motion For Reconsideration And/or Protest. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Bidder With The Lowest Calculated And Responsive Bid Has Signed The Contract And Furnished The Performance Security, But In No Case Later Than The Expiration Of The Bid Security Validity Period Indicated In Itb Clause 18.2. 18.4 Upon Signing And Execution Of The Contract Pursuant To Itb Clause 32, And The Posting Of The Performance Security Pursuant To Itb Clause 33, The Successful Bidder’s Bid Security Will Be Discharged, But In No Case Later Than The Bid Security Validity Period As Indicated In The Itb Clause 18.2. 18.5 The Bid Security May Be Forfeited: (a) If A Bidder: (i) Withdraws Its Bid During The Period Of Bid Validity Specified In Itb Clause 17; (ii) Does Not Accept The Correction Of Errors Pursuant To Itb Clause 28.3(b); (iii) Fails To Submit The Requirements Within The Prescribed Period, Or A Finding Against Their Veracity, As Stated In Itb Clause 29.2; Or (iv) Any Other Reason Stated In The Bds. (b) If The Successful Bidder: (i) Fails To Sign The Contract In Accordance With Itb Clause 32; (ii) Fails To Furnish Performance Security In Accordance With Itb Clause 33; Or (iii) Any Other Reason Stated In The Bds. 19. Format And Signing Of Bids 19.1 Bidders Shall Submit Their Bids Through Their Duly Authorized Representative Using The Appropriate Forms Provided In Section Viii – Bidding Forms On Or Before The Deadline Specified In The Itb Clauses 21 In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously. The First Shall Contain The Technical Component Of The Bid, Including The Eligibility Requirements Under Itb Clause 12.1, And The Second Shall Contain The Financial Component Of The Bid. 19.2 Forms As Mentioned In Itb Clause 19.1 Must Be Completed Without Any Alterations To Their Format, And No Substitute Form Shall Be Accepted. All Blank Spaces Shall Be Filled In With The Information Requested 19.3 The Bidder Shall Prepare And Submit An Original Of The First And Second Envelopes As Described In Itb Clauses 12 And 13. In Addition, The Bidder Shall Submit Copies Of The First And Second Envelopes. In The Event Of Any Discrepancy Between The Original And The Machine Copies, The Original Shall Prevail. 19.4 Each And Every Page Of The Bid Form, Including The Schedule Of Prices, Under Section Viii Hereof, Shall Be Signed By The Duly Authorized Representative/s Of The Bidder. Failure To Do So Shall Be A Ground For The Rejection Of The Bid. 19.5 Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder. 20. Sealing And Marking Of Bids 20.1 Unless Otherwise Indicated In The Bds, Bidders Shall Enclose Their Original Eligibility And Technical Documents Described In Itb Clause 12in One Sealed Envelope Marked “original - Technical Component”, And The Original Of Their Financial Component In Another Sealed Envelope Marked “original - Financial Component”, Sealing Them All In An Outer Envelope Marked “original Bid”. 20.2 Each Copy Of The First And Second Envelopes Shall Be Similarly Sealed Duly Marking The Inner Envelopes As “copy No. ___ - Technical Component” And “copy No. ___ – Financial Component” And The Outer Envelope As “copy No. ___”, Respectively. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. 20.3 The Original And The Number Of Copies Of The Bid As Indicated In The Bds Shall Be Typed Or Computerized In Indelible Ink And Shall Be Signed By The Bidder Or Its Duly Authorized Representative/s. 20.4 All Envelopes Shall (a) Contain The Name Of The Contract To Be Bid In Capital Letters; (b) Bear The Name And Address Of The Bidder In Capital Letters; (c) Be Addressed To The Procuring Entity’s Bac Identified In Itb Clause 1.1, (d) Bear The Specific Identification Of This Bidding Process Indicated In The Itb Clause 1.2; And (e) Bear A Warning “do Not Open Before…” The Date And Time For The Opening Of Bids, In Accordance With Itb Clause 21. 20.5 Bid Envelopes That Are Not Properly Sealed And Marked As Required In The Bidding Documents, Shall Not Be Rejected, But The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Or The Procuring Entity Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or For Its Premature Opening. D. Submission And Opening Of Bids 21. Deadline For Submission Of Bids Bids Must Be Received By The Procuring Entity’s Bac At The Address And On Or Before The Date And Time Indicated In The Bds. 22. Late Bids Any Bid Submitted After The Deadline For Submission And Receipt Of Bids Prescribed By The Procuring Entity, Pursuant To Itb Clause 21, Shall Be Declared “late” And Shall Not Be Accepted By The Procuring Entity 23. Modification And Withdrawal Of Bids 23.1 The Bidder May Modify Its Bid After It Has Been Submitted; Provided That The Modification Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. The Bidder Shall Not Be Allowed To Retrieve Its Original Bid, But Shall Be Allowed To Submit Another Bid Equally Sealed, Properly Identified, Linked To Its Original Bid Marked As “technical Modification” Or “financial Modification” And Stamped “received” By The Bac. Bid Modifications Received After The Applicable Deadline Shall Not Be Considered And Shall Be Returned To The Bidder Unopened. 23.2 A Bidder May, Through A Letter Of Withdrawal, Withdraw Its Bid After It Has Been Submitted, For Valid And Justifiable Reason; Provided That The Letter Of Withdrawal Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. The Letter Of Withdrawal Must Be Executed By The Duly Authorized Representative Of The Bidder Identified In The Omnibus Sworn Statement, A Copy Of Which Should Be Attached To The Letter. 23.3 Bids Requested To Be Withdrawn In Accordance With Itb Clause 23.1 Shall Be Returned Unopened To The Bidders. A Bidder May Also Express Its Intention Not To Participate In The Bidding Through A Letter Which Should Reach And Be Stamped By The Bac Before The Deadline For Submission And Receipt Of Bids. A Bidder That Withdraws Its Bid Shall Not Be Permitted To Submit Another Bid, Directly Or Indirectly, For The Same Contract. 23.4 No Bid May Be Modified After The Deadline For Submission Of Bids. No Bid May Be Withdrawn In The Interval Between The Deadline For Submission Of Bids And The Expiration Of The Period Of Bid Validity Specified By The Bidder On The Financial Bid Form. Withdrawal Of A Bid During This Interval Shall Result In The Forfeiture Of The Bidder’s Bid Security, Pursuant To Itb Clause 18.5, And The Imposition Of Administrative, Civil And Criminal Sanctions As Prescribed By Ra 9184 And Its Irr 24. Opening And Preliminary Examination Of Bids 24.1 24.2 The Bac Shall Open The Bids In Public, Immediately After The Deadline For The Submission And Receipt Of Bids, As Specified In The Bds. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Bac Shall Take Custody Of The Bids Submitted And Reschedule The Opening Of Bids On The Next Working Day Or At The Soonest Possible Time Through The Issuance Of A Notice Of Postponement To Be Posted In The Philgeps Website Of The Procuring Entity Concerned, If Available. The Bac Shall Open The First Bid Envelopes Of Bidders In Public As Specified In The Bds To Determine Each Bidder’s Compliance With The Documents Prescribed In Itb Clause 12. For This Purpose, The Bac Shall Check The Submitted Documents Of Each Bidder Against A Checklist Of Required Documents To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion. If A Bidder Submits The Required Document, It Shall Be Rated “passed” For That Particular Requirement. In This Regard, Bids That Fail To Include Any Requirement Or Are Incomplete Or Patently Insufficient Shall Be Considered As “failed”. Otherwise, The Bac Shall Rate The Said First Bid Envelope As “passed”. 24.3 Immediately After Determining Compliance With The Requirements In The First Envelope, The Bac Shall Forthwith Open The Second Bid Envelope Of Each Remaining Eligible Bidder Whose First Bid Envelope Was Rated “passed”. The Second Envelope Of Each Complying Bidder Shall Be Opened Within The Same Day. In Case One Or More Of The Requirements In The Second Envelope Of A Particular Bid Is Missing, Incomplete Or Patently Insufficient, And/or If The Submitted Total Bid Price Exceeds The Abc Unless Otherwise Provided In Itb Clause 13.2, The Bac Shall Rate The Bid Concerned As “failed”. Only Bids That Are Determined To Contain All The Bid Requirements For Both Components Shall Be Rated “passed” And Shall Immediately Be Considered For Evaluation And Comparison 24.4 Letters Of Withdrawal Shall Be Read Out And Recorded During Bid Opening, And The Envelope Containing The Corresponding Withdrawn Bid Shall Be Returned To The Bidder Unopened. If The Withdrawing Bidder’s Representative Is In Attendance, The Original Bid And All Copies Thereof Shall Be Returned To The Representative During The Bid Opening. If The Representative Is Not In Attendance, The Bid Shall Be Returned Unopened By Registered Mail. The Bidder May Withdraw Its Bid Prior To The Deadline For The Submission And Receipt Of Bids, Provided That The Corresponding Letter Of Withdrawal Contains A Valid Authorization Requesting For Such Withdrawal, Subject To Appropriate Administrative Sanctions 24.5 If A Bidder Has Previously Secured A Certification From The Procuring Entity To The Effect That It Has Previously Submitted The Above-enumerated Class “a” Documents, The Said Certification May Be Submitted In Lieu Of The Requirements Enumerated In Itb Clause 12.1(a), Items (i) To (v). 24.6 In The Case Of An Eligible Foreign Bidder As Described In Itb Clause 5, The Class “a” Documents Described In Itb Clause 12.1(a) May Be Substituted With The Appropriate Equivalent Documents, If Any, Issued By The Country Of The Foreign Bidder Concerned. 24.7 Each Partner Of A Joint Venture Agreement Shall Likewise Submit The Requirements In Itb Clauses 12.1(a)(i) And 12.1(a)(ii). Submission Of Documents Required Under Itb Clauses 12.1(a)(iii) To 12.1(a)(v) By Any Of The Joint Venture Partners Constitutes Compliance. 24.8 The Procuring Entity Shall Prepare The Minutes Of The Proceedings Of The Bid Opening That Shall Include, As A Minimum: (a) Names Of Bidders, Their Bid Price, Bid Security, Findings Of Preliminary Examination; And (b) Attendance Sheet. The Bac Members Shall Sign The Abstract Of Bids As Read. E. Evaluation And Comparison Of Bids 25. Process To Be Confidential 25.1 Members Of The Bac, Including Its Staff And Personnel, As Well As Its Secretariat And Twg, Are Prohibited From Making Or Accepting Any Kind Of Communication With Any Bidder Regarding The Evaluation Of Their Bids Until The Issuance Of The Notice Of Award, Unless Otherwise Allowed In The Bds Or In The Case Of Itb Clause 26. 25.2 Any Effort By A Bidder To Influence The Procuring Entity In The Procuring Entity’s Decision In Respect Of Bid Evaluation, Bid Comparison Or Contract Award Will Result In The Rejection Of The Bidder’s Bid. 26. Clarification Of Bids To Assist In The Evaluation, Comparison, And Post-qualification Of The Bids, The Procuring Entity May Ask In Writing Any Bidder For A Clarification Of Its Bid. All Responses To Requests For Clarification Shall Be In Writing. Any Clarification Submitted By A Bidder In Respect To Its Bid And That Is Not In Response To A Request By The Procuring Entity Shall Not Be Considered. 27. Domestic Preference 27.1 Unless Otherwise Stated In The Bds, The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With The Following: (a) The Preference Shall Be Applied When (i) The Lowest Foreign Bid Is Lower Than The Lowest Bid Offered By A Domestic Bidder, Or (ii) The Lowest Bid Offered By A Non-philippine National Is Lower Than The Lowest Bid Offered By A Domestic Entity. (b) For Evaluation Purposes, The Lowest Foreign Bid Or The Bid Offered By A Non-philippine National Shall Be Increased By Fifteen Percent (15%). (c) In The Event That (i) The Lowest Bid Offered By A Domestic Entity Does Not Exceed The Lowest Foreign Bid As Increased, Or (ii) The Lowest Bid Offered By A Non-philippine National As Increased, Then The Procuring Entity Shall Award The Contract To The Domestic Bidder/entity At The Amount Of The Lowest Foreign Bid Or The Bid Offered By A Non-philippine National, As The Case May Be. (d) If The Domestic Entity/bidder Refuses To Accept The Award Of Contract At The Amount Of The Foreign Bid Or Bid Offered By A Non-philippine National Within Two (2) Calendar Days From Receipt Of Written Advice From The Bac, The Procuring Entity Shall Award To The Bidder Offering The Foreign Bid Or The Non-philippine National, As The Case May Be, Subject To Post-qualification And Submission Of All The Documentary Requirements Under These Bidding Documents. 27.2 A Bidder May Be Granted Preference As A Domestic Entity Subject To The Certification From The Dti (in Case Of Sole Proprietorships), Sec (in Case Of Partnerships And Corporations), Or Cda (in Case Of Cooperatives) That The (a) Sole Proprietor Is A Citizen Of The Philippines Or The Partnership, Corporation, Cooperative, Or Association Is Duly Organized Under The Laws Of The Philippines With At Least Seventy Five Percent (75%) Of Its Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, (b) Habitually Established In Business And Habitually Engaged In The Manufacture Or Sale Of The Merchandise Covered By His Bid, And (c) The Business Has Been In Existence For At Least Five (5) Consecutive Years Prior To The Advertisement And/or Posting Of The Invitation To Bid For This Project. 27.3 A Bidder May Be Granted Preference As A Domestic Bidder Subject To The Certification From The Dti That The Bidder Is Offering Unmanufactured Articles, Materials Or Supplies Of The Growth Or Production Of The Philippines, Or Manufactured Articles, Materials, Or Supplies Manufactured Or To Be Manufactured In The Philippines Substantially From Articles, Materials, Or Supplies Of The Growth, Production, Or Manufacture, As The Case May Be, Of The Philippines. 28. Detailed Evaluation And Comparison Of Bids 28.1 The Procuring Entity Will Undertake The Detailed Evaluation And Comparison Of Bids Which Have Passed The Opening And Preliminary Examination Of Bids, Pursuant To Itb Clause 24, In Order To Determine The Lowest Calculated Bid. 28.2 The Lowest Calculated Bid Shall Be Determined In Two Steps. (a) The Detailed Evaluation Of The Financial Component Of The Bids, To Establish The Correct Calculated Prices Of The Bids; And (b) The Ranking Of The Total Bid Prices As So Calculated From The Lowest To The Highest. The Bid With The Lowest Price Shall Be Identified As The Lowest Calculated Bid. 28.3 The Procuring Entity's Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. Unless Otherwise Specified In The Bds, The Bac Shall Consider The Following In The Evaluation Of Bids. (a) Completeness Of The Bid. Unless The Itb Specifically Allows Partial Bids, Bids Not Addressing Or Providing All Of The Required Items In The Schedule Of Requirements Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) Or A Dash (-) For The Said Item Would Mean That It Is Being Offered For Free To The Procuring Entity; And (b) Arithmetical Corrections. Consider Computational Errors And Omissions To Enable Proper Comparison Of All Eligible Bids. It May Also Consider Bid Modifications, If Allowed In The Bds. Any Adjustment Shall Be Calculated In Monetary Terms To Determine The Calculated Prices. 28.4 Based On The Detailed Evaluation Of Bids, Those That Comply With The Above-mentioned Requirements Shall Be Ranked In The Ascending Order Of Their Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, To Identify The Lowest Calculated Bid. Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, Which Exceed The Abc Shall Not Be Considered. 28.5 Unless Otherwise Indicated In The Bds, The Procuring Entity’s Evaluation Of Bids Shall Only Be Based On The Bid Price Quoted In The Financial Bid Form. 28.6 Bids Shall Be Evaluated On An Equal Footing To Ensure Fair Competition. For This Purpose, All Bidders Shall Be Required To Include In Their Bids The Cost Of All Taxes, Such As, But Not Limited To, Value Added Tax (vat), Income Tax, Local Taxes, And Other Fiscal Levies And Duties Which Shall Be Itemized In The Bid Form And Reflected In The Detailed Estimates. Such Bids, Including Said Taxes, Shall Be The Basis For Bid Evaluation And Comparison. 29. Post-qualification 29.1 The Procuring Entity Shall Determine To Its Satisfaction Whether The Bidder That Is Evaluated As Having Submitted The Lowest Calculated Bid (lcb) Complies With And Is Responsive To All The Requirements And Conditions Specified In Itb Clauses 5, 12, And 13. 29.2 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lcb, The Bidder Shall Submit The Following Documentary Requirements: (a) Latest Income And Business Tax Returns In The Form Specified In The Bds; (b) Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. Failure Of The Bidder Declared As Lowest Calculated Bid To Duly Submit The Above Requirements On Time Under This Clause Or A Finding Against The Veracity Of Such Shall Be Ground For Forfeiture Of The Bid Security And Disqualification Of The Bidder For Award. 29.3 The Determination Shall Be Based Upon An Examination Of The Documentary Evidence Of The Bidder’s Qualifications Submitted Pursuant To Itb Clauses 12 And 13, As Well As Other Information As The Procuring Entity Deems Necessary And Appropriate, Using A Non-discretionary “pass/fail” Criterion. 29.4 If The Bac Determines That The Bidder With The Lowest Calculated Bid Passes All The Criteria For Post-qualification, It Shall Declare The Said Bid As The Lowest Calculated Responsive Bid, And Recommend To The Head Of The Procuring Entity The Award Of Contract To The Said Bidder At Its Submitted Bid Price Or Its Calculated Bid Price, Whichever Is Lower. 29.5 A Negative Determination Shall Result In Rejection Of The Bidder’s Bid, In Which Event The Procuring Entity Shall Proceed To The Next Lowest Calculated Bid To Make A Similar Determination Of That Bidder’s Capabilities To Perform Satisfactorily. If The Second Bidder, However, Fails The Post Qualification, The Procedure For Post Qualification Shall Be Repeated For The Bidder With The Next Lowest Calculated Bid, And So On Until The Lowest Calculated Responsive Bid Is Determined For Contract Award. 29.6 Within A Period Not Exceeding Fifteen (15) Calendar Days From The Date Of Receipt Of The Recommendation Of The Bac, The Head Of The Procuring Entity Shall Approve Or Disapprove The Said Recommendation. 30. Reservation Clause 30.1 Notwithstanding The Eligibility Or Post-qualification Of A Bidder, The Procuring Entity Concerned Reserves The Right To Review Its Qualifications At Any Stage Of The Procurement Process If It Has Reasonable Grounds To Believe That A Misrepresentation Has Been Made By The Said Bidder, Or That There Has Been A Change In The Bidder’s Capability To Undertake The Project From The Time It Submitted Its Eligibility Requirements. Should Such Review Uncover Any Misrepresentation Made In The Eligibility And Bidding Requirements, Statements Or Documents, Or Any Changes In The Situation Of The Bidder Which Will Affect Its Capability To Undertake The Project So That It Fails The Preset Eligibility Or Bid Evaluation Criteria, The Procuring Entity Shall Consider The Said Bidder As Ineligible And Shall Disqualify It From Submitting A Bid Or From Obtaining An Award Or Contract. 30.2 Based On The Following Grounds, The Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding At Any Time Prior To The Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability, And Make No Assurance That A Contract Shall Be Entered Into As A Result Of The Bidding: (a) If There Is Prima Facie Evidence Of Collusion Between Appropriate Public Officers Or Employees Of The Procuring Entity, Or Between The Bac And Any Of The Bidders, Or If The Collusion Is Between Or Among The Bidders Themselves, Or Between A Bidder And A Third Party, Including Any Act Which Restricts, Suppresses Or Nullifies Or Tends To Restrict, Suppress Or Nullify Competition; (b) If The Procuring Entity’s Bac Is Found To Have Failed In Following The Prescribed Bidding Procedures; Or (c) For Any Justifiable And Reasonable Ground Where The Award Of The Contract Will Not Redound To The Benefit Of The Gop As Follows: (i) If The Physical And Economic Conditions Have Significantly Changed So As To Render The Project No Longer Economically, Financially Or Technically Feasible As Determined By The Head Of The Procuring Entity; (ii) If The Project Is No Longer Necessary As Determined By The Head Of The Procuring Entity; And (iii) If The Source Of Funds For The Project Has Been Withheld Or Reduced Through No Fault Of The Procuring Entity. 30.3 In Addition, The Procuring Entity May Likewise Declare A Failure Of Bidding When: (a) No Bids Are Received; (b) All Prospective Bidders Are Declared Ineligible; (c) All Bids Fail To Comply With All The Bid Requirements Or Fail Post-qualification; Or (d) The Bidder With The Lowest Calculated Responsive Bid Refuses, Without Justifiable Cause To Accept The Award Of Contract, And No Award Is Made In Accordance With Section 40 Of The Irr Of Ra 9184. F. Award Of Contract 31. Contract Award 31.1 Subject To Itb Clause 29, The Procuring Entity Shall Award The Contract To The Bidder Whose Bid Has Been Determined To Be The Lcrb. 31.2 Prior To The Expiration Of The Period Of Bid Validity, The Procuring Entity Shall Notify The Successful Bidder In Writing That Its Bid Has Been Accepted, Through A Notice Of Award Received Personally Or Sent By Registered Mail Or Electronically, Receipt Of Which Must Be Confirmed In Writing Within Two (2) Days By The Bidder With The Lcrb And Submitted Personally Or Sent By Registered Mail Or Electronically To The Procuring Entity. 31.3 Notwithstanding The Issuance Of The Notice Of Award, Award Of Contract Shall Be Subject To The Following Conditions: (a) Submission Of The Valid Jva, If Applicable, Within Ten (10) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That The Bidder Has The Lcrb; (b) Posting Of The Performance Security In Accordance With Itb Clause 33; (c) Signing Of The Contract As Provided In Itb Clause 32; And (d) Approval By Higher Authority, If Required. 31.4 At The Time Of Contract Award, The Procuring Entity Shall Not Increase Or Decrease The Quantity Of Goods Originally Specified In Section Vi – Schedule Of Requirements. 32. Signing Of The Contract 32.1 At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Contract Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 32.2 Within Ten (10) Calendar Days From Receipt Of The Notice Of Award, The Successful Bidder Shall Post The Required Performance Security And Sign And Date The Contract And Return It To The Procuring Entity. 32.3 The Procuring Entity Shall Enter Into Contract With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 32.4 The Following Documents Shall Form Part Of The Contract. (a) Contract Agreement; (b) Bidding Documents; (c) Winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted; (d) Performance Security; (e) Notice Of Award Of Contract; And (f) Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. 33. Performance Security 33.1 To Guarantee The Faithful Performance By The Winning Bidder Of Its Obligations Under The Contract, It Shall Post A Performance Security Within A Maximum Period Of Ten (10) Calendar Days From The Receipt Of The Notice Of Award From The Procuring Entity And In No Case Later Than The Signing Of The Contract. 33.2 The Procuring Entity Shall Prescribe At Least One (1) Acceptable Form Of Performance Security Taken From The Categories Below That Bidders May Opt To Use, Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity: Form Of Performance Security Amount Of Performance Security (not Less Than The Percentage Of The Total Contract Price) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank Five Percent (5%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Thirty Percent (30%) (d) Performance Securing Declaration (psd) None 33.3 Performance Security As Indicated In Section 17.1 (k) And 39 Of The 2016 Revised Irr Of Ra No. 9184, While Includes The Performance Securing Declaration (psd) As An Alternative Performance Security During A State Of Calamity Or Imposition Of Community Quarantine Pursuant To Gppb Resolution No. 09-2020. Failure Of The Successful Bidder To Comply With The Above-mentioned Requirement Shall Constitute Sufficient Ground For The Annulment Of The Award And Forfeiture Of The Bid Security, In Which Event The Procuring Entity Shall Initiate And Complete The Post Qualification Of The Second Lowest Calculated Bid. The Procedure Shall Be Repeated Until The Lcrb Is Identified And Selected For Contract Award. However If No Bidder Passed Post-qualification, The Bac Shall Declare The Bidding A Failure And Conduct A Re-bidding With Re-advertisement. 34. Notice To Proceed 34.1 Within Seven (7) Calendar Days From The Date Of Approval Of The Contract By The Appropriate Government Approving Authority, The Procuring Entity Shall Issue Its Notice To Proceed Together With A Copy Or Copies Of The Approved Contract To The Successful Bidder. All Notices Called For By The Terms Of The Contract Shall Be Effective Only At The Time Of Receipt Thereof By The Successful Bidder. 34.2 The Contract Effectivity Date Shall Be Provided In The Notice To Proceed By The Procuring Entity, Which Date Shall Not Be Later Than Seven (7) Calendar Days From The Issuance Of The Notice To Proceed. 35. Protest Mechanism Decision Of The Procuring Entity At Any Stage Of The Procurement Process May Be Questioned In Accordance With Section 55 Of The Revised Implementing Rules And Regulations Of Republic Act 9184 Section Iii – Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is Brgy. Manaolan, Badiangan, Iloilo 1.2 The Reference Is: Supply And Delivery Of Two (2) Units Generator Set For Use Of Barangay Manaolan, Brgy. Manaolan, Badiangan, Iloilo. Project Identification No. 2024 – 037 – B - Pa. 2.0 The Funding Source Is Through The 5% Bdrrmf – Continuing And 5% Bdrrmf 2024 Of Brgy. Manaolan, Badiangan, Iloilo In The Amount Of P 126,172.38 5.1 No Further Instructions. 5.2 None Of The Circumstances Mentioned In The Itb Clause Exists In This Project. Foreign Bidders, Except Those Falling Under Itb Clause 5.2(b), May Not Participate In This Project. 5.4 The Bidder Must Have Completed, Within The Period Specified In The Invitation To Bid And Itb Clause 12.1(a)(ii), A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. For This Purpose, Similar Contracts Shall Refer To The Supply And Delivery Of Goods That Is/are Similar In Type And Brand To The Goods Being Bidded-out. 5.5 No Further Instructions. 6.3 No Further Instructions. 7 No Further Instructions. 8.1 Subcontracting Is Not Allowed. 8.2 Not Applicable. 9.1 Not Applicable. 10.1 The Procuring Entity’s Address Is: Badiangan Municipal Hall R.c. Tabiana St., Poblacion, Badiangan, Iloilo 5033 Contact Person: Mr. Humbert S. Recomono Head: Bac Secretariat Municipal Hall, Badiangan, Iloilo Tel. No. (033) 320-7809 C.p. No. 09198501252 12.1 The First Envelope Shall Contain The Eligibility And Technical Documents Stated In The Itb Clause. However, If The Bidder Maintains A Current And Updated File Of Its Class “a” Documents With The Bac Of The Local Government Of Badiangan, Iloilo, A Certification To That Effect Issued By Its Bac May Be Submitted In Lieu Of The Class “a” Documents. 12.1(a)(i) No Other Acceptable Proof Of Registration Is Recognized. 12.1(a)(ii) The Statement Of All Ongoing And Single Largest Completed Government And Private Contracts Shall Include All Such Contracts Within The Last Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 13.1 No Additional Requirements. 13.2 The Approved Budget For The Contract (abc) Is: P 126,172.38 Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted. 15.4(a)(iii) No Incidental Services Required. 15.4(b) Not Applicable. 15.5 Bid Prices Shall Be Fixed. Adjustable Price Proposals Shall Be Treated As Non-responsive And Shall Be Rejected. 15.6 Extraordinary Circumstances Refer To Events That May Be Determined By The National Economic And Development Authority In Accordance With The Civil Code Of The Philippines, And Upon The Recommendation Of The Procuring Entity. 16.1(b) The Bid Prices For Goods Supplied From Outside Of The Philippines Shall Be Quoted In Philippine Pesos. 16.3 No Further Instructions. 17.1 Bids Shall Be Valid Until 120 Calendar Days After Bidding. 18.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration (bsd), Or Any Of The Following Forms: 1. P (2% Of Abc), If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or 2. P (5% Of Abc), If Bid Security Is In Surety Bond 18.2 The Bid Security Shall Be Valid Until 120 Calendar Days After Bidding. 18.5(a)(iv) The Following Are Additional Grounds For Forfeiture Of Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use Of One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post-qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons. 18.5(b)(iii) No Further Instructions. 20.1 The Documents Enclosed In The Original Bid Should Be Original Copy Or Duly Stamped Certified True/ Machine Copy With Printed Name And Signature Of The Owner Of The Company Or The Duly Authorized Representative Of The Company As Indicated In The Special Power Of Attorney (spa) Or Secretary’s Certificate. The Duly Authorized Representative Should Have A Specimen Signature In The Spa Or Secretary’s Certificate. 20.3 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. The Photocopied Copies Of The Documents Enclosed In The First And Second Components Of The Bid Should Be Duly Stamped Certified True/ Machine Copy With Printed Name And Signature Of The Owner Of The Company Or The Duly Authorized Representative Of The Company As Indicated In The Special Power Of Attorney (spa) Or Secretary’s Certificate. The Duly Authorized Representative Should Have A Specimen Signature In The Spa Or Secretary’s Certificate. 21 The Address For Submission Of Bids Is: Municipal Budget Office, Municipal Hall, Badiangan, Iloilo The Deadline For Submission Of Bid Is: October 29, 2024; 8:30 A.m. 24.1 The Place Of Bid Opening Is: Municipal Social Hall, Badiangan, Iloilo The Date And Time Of Bid Opening Is: October 29, 2024; 9:00 A.m. 25.1 No Further Instructions. 27.1 No Further Instructions. 28.3 No Further Instructions. 28.3(b) Modification Of Bids Is Not Allowed. 28.5 No Further Instructions. 29.2(a) Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing And Payment System (efps) Shall Be Accepted. Note: The Latest Income And Business Tax Returns Are Those Within The Last Six Months Preceding The Date Of Bid Submission. 29.2(d) None Required. 32.4(g) None Required. 34.2 The Effective Date Of The Contract Is Seven (7) Calendar Days Upon Receipt Of Notice To Proceed Issued By The Procuring Entity. Section Iv. General Conditions Of Contract 1. Definitions 1.1 In This Contract, The Following Terms Shall Be Interpreted As Indicated. (a) “the Contract” Means The Agreement Entered Into Between The Procuring Entity And The Supplier, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. (b) “the Contract Price” Means The Price Payable To The Supplier Under The Contract For The Full And Proper Performance Of Its Contractual Obligations. (c) “the Goods” Means All Of The Supplies, Equipment, Machinery, Spare Parts, Other Materials And/or General Support Services Which The Supplier Is Required To Provide To The Procuring Entity Under The Contract. (d) “the Services” Means Those Services Ancillary To The Supply Of The Goods, Such As Transportation And Insurance, And Any Other Incidental Services, Such As Installation, Commissioning, Provision Of Technical Assistance, Training, And Other Such Obligations Of The Supplier Covered Under The Contract. (e) “gcc” Means The General Conditions Of Contract Contained In This Section. (f) “scc” Means The Special Conditions Of Contract. (g) “the Procuring Entity” Means The Organization Purchasing The Goods, As Named In The Scc,. (h) “the Procuring Entity’s Country” Is The Philippines. (i) “the Supplier” Means The Individual Contractor, Manufacturer, Distributor, Or Firm Supplying/manufacturing The Goods And Services Under This Contract And Named In The Scc, (j) The “funding Source” Means The Organization Named In The Scc,. (k) “the Project Site,” Where Applicable, Means The Place Or Places Named In The Scc, (l) “day” Means Calendar Day. (m) The “effective Date” Of The Contract Will Be The Date Of Receipt By The Supplier Of The Notice To Proceed Or The Date Provided In The Notice To Proceed. Performance Of All Obligations Shall Be Reckoned From The Effective Date Of The Contract. (n) “verified Report” Refers To The Report Submitted By The Implementing Unit To The Head Of The Procuring Entity Setting Forth Its Findings As To The Existence Of Grounds Or Causes For Termination And Explicitly Stating Its Recommendation For The Issuance Of A Notice To Terminate. 2. Corrupt, Fraudulent, Collusive, And Coercive Practices 2.1 The Procuring Entity As Well As The Bidders, Contractors, Or Suppliers Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of This Contract. In Pursuance Of This Policy, The Procuring Entity. (a) Defines, For The Purposes Of This Provision, The Terms Set Forth Below As Follows (i) "corrupt Practice" Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And It Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Government, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Republic Act 3019. (ii) "fraudulent Practice" Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition. (iii) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels. (iv) “coercive Practices “ Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Effect The Execution Of A Contract; (v) “obstructive Practice” Is (aa) Deliberately Destroying, Falsifying, Altering Or Concealing Of Evidence Material To An Administrative Proceedings Or Investigation Or Making False Statements To Investigators In Order To Materially Impede An Administrative Proceedings Or Investigation Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Into Allegations Of A Corrupt, Fraudulent, Coercive Or Intimidating Any Party To Prevent If From Disclosing Its Knowledge Of Matters Relevant To The Administrative Proceedings Or Investigation Or From Pursuing Such Proceedings Or Investigation; Or (bb) Acts Intended To Materially Impede The Exercise Of The Inspection And Audit Rights Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Herein. (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Any Of The Practices Mentioned In This Clause For Purposes Of Competing For The Contract. 3. Inspection And Audit By The Funding Source The Supplier Shall Permit The Funding Source To Inspect The Supplier’s Accounts And Records Relating To The Performance Of The Supplier And To Have Them Audited By Auditors Appointed By The Funding Source, If So Required By The Funding Source. 4. Governing Law And Language 4.1 This Contract Shall Be Interpreted In Accordance With The Laws Of The Republic Of The Philippines. 4.2 This Contract Has Been Executed In The English Language, Which Shall Be The Binding And Controlling Language For All Matters Relating To The Meaning Or Interpretation Of This Contract. All Correspondence And Other Documents Pertaining To This Contract Exchanged By The Parties Shall Be Written In English. 5. Notices 5.1 Any Notice, Request, Or Consent Required Or Permitted To Be Given Or Made Pursuant To This Contract Shall Be In Writing. Any Such Notice, Request, Or Consent Shall Be Deemed To Have Been Given Or Made When Received By The Concerned Party, Either In Person Or Through An Authorized Representative Of The Party To Whom The Communication Is Addressed, Or When Sent By Registered Mail, Telex, Telegram, Or Facsimile To Such Party At The Address Specified In The Scc, Which Shall Be Effective When Delivered And Duly Received Or On The Notice’s Effective Date, Whichever Is Later. 5.2 A Party May Change Its Address For Notice Hereunder By Giving The Other Party Notice Of Such Change Pursuant To The Provisions Listed In The Scc For Gcc Clause 5.1. 6. Scope Of Contract 6.1 The Goods And Related Services To Be Provided Shall Be As Specified In Section Vi – Schedule Of Requirements. 6.2 This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. Any Additional Requirements For The Completion Of This Contract Shall Be Provided In The Scc 7. Subcontracting 7.1 Subcontracting Of Any Portion Of The Goods, If Allowed In The Bds, Does Not Relieve The Supplier Of Any Liability Or Obligation Under This Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants Or Workmen As Fully As If These Were The Supplier’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants Or Workmen. 7.2 Subcontractors Disclosed And Identified During The Bidding May Be Changed During The Implementation Of This Contract, Subject To Compliance With The Required Qualifications And The Approval Of The Procuring Entity. 8. Procuring Entity’s Responsibilities 8.1 Whenever The Performance Of The Obligations In This Contract Requires That The Supplier Obtain Permits, Approvals, Import, And Other Licenses From Local Public Authorities, The Procuring Entity Shall, If So Needed By The Supplier, Make Its Best Effort To Assist The Supplier In Complying With Such Requirements In A Timely And Expeditious Manner. 8.2 The Procuring Entity Shall Pay All Costs Involved In The Performance Of Its Responsibilities In Accordance With Gcc Clause 6. 9. Prices Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under This Contract Shall Not Vary From The Prices Quoted By The Supplier In Its Bid, With The Exception Of Any Change In Price Resulting From A Change Order Issued In Accordance With Gcc Clause 29, Or If Applicable, Adjustments Authorized In Accordance With The Price Adjustment Provisions Specified In The Scc.. 10. Payment 10.1 Unless Otherwise Specified In The Scc, Payments Shall Be Made Only Upon A Certification By The Head Of The Procuring Entity To The Effect That The Goods Have Been Rendered Or Delivered In Accordance With The Terms Of This Contract And Have Been Duly Inspected And Accepted. Except With The Prior Approval Of The President No Payment Shall Be Made For Services Not Yet Rendered Or For Supplies And Materials Not Yet Delivered Under This Contract. Ten Percent (10%) Of The Amount Of Each Payment Shall Be Retained By The Procuring Entity To Cover The Supplier’s Warranty Obligations Under This Contract As Described In Gcc Clause 17. 10.2 The Supplier’s Request(s) For Payment Shall Be Made To The Procuring Entity In Writing, Accompanied By An Invoice Describing, As Appropriate, The Goods Delivered And/or Services Performed, And By Documents Submitted Pursuant To The Scc Provision For Gcc Clause 6.2, And Upon Fulfillment Of Other Obligations Stipulated In This Contract. 10.3 Pursuant To Gcc Clause 10.2, Payments Shall Be Made Promptly By The Procuring Entity, But In No Case Later Than Sixty (60) Days After Submission Of An Invoice Or Claim By The Supplier. 10.4 Unless Otherwise Specified In The Scc, The Currency In Which Payment Is Made To The Supplier Under This Contract Shall Be In Philippine Pesos. 11. Advance Payment 11.1 Advance Payment Shall Be Made Only After Prior Approval Of The President, And Shall Not Exceed Fifteen Percent (15%) Of The Contract Amount, Unless Otherwise Directed By The President Or In Cases Allowed Under Annex “d” Of Ra 9184. 11.2 For Goods Supplied From Abroad, The Terms Of Payment Shall Be As Follows: (a) On Contract Signature: Fifteen Percent (15%) Of The Contract Price Shall Be Paid Within Sixty (60) Days From Signing Of The Contract And Upon Submission Of A Claim And A Bank Guarantee For The Equivalent Amount Valid Until The Goods Are Delivered And In The Form Provided In Section Viii. Bidding Forms. (b) On Delivery: Sixty-five Percent (65%) Of The Contract Price Shall Be Paid To The Supplier Within Sixty (60) Days After The Date Of Receipt Of The Goods And Upon Submission Of The Documents (i) Through (vi) Specified In The Scc Provision On Delivery And Documents. (c) On Acceptance: The Remaining Twenty Percent (20%) Of The Contract Price Shall Be Paid To The Supplier Within Sixty (60) Days After The Date Of Submission Of The Acceptance And Inspection Certificate For The Respective Delivery Issued By The Procuring Entity’s Authorized Representative. In The Event That No Inspection Or Acceptance Certificate Is Issued By The Procuring Entity’s Authorized Representative Within Forty Five (45) Days Of The Date Shown On The Delivery Receipt The Supplier Shall Have The Right To Claim Payment Of The Remaining Twenty Percent (20%) Subject To The Procuring Entity’s Own Verification Of The Reason(s) For The Failure To Issue Documents (vii) And (viii) As Described In The Scc Provision On Delivery And Documents. 11.3 All Progress Payments Shall First Be Charged Against The Advance Payment Until The Latter Has Been Fully Exhausted. 12. Taxes And Duties The Supplier, Whether Local Or Foreign, Shall Be Entirely Responsible For All The Necessary Taxes, Stamp Duties, License Fees, And Other Such Levies Imposed For The Completion Of This Contract. 13. Performance Security 13.1 Unless Otherwise Specified In The Scc, Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any The Forms Prescribed In The Itb Clause 33.2. 13.2 The Performance Security Posted In Favor Of The Procuring Entity Shall Be Forfeited In The Event It Is Established That The Winning Bidder Is In Default In Any Of Its Obligations Under The Contract. 13.3 The Performance Security Shall Remain Valid Until Issuance By The Procuring Entity Of The Certificate Of Final Acceptance. 13.4 Unless Otherwise Specified In The Scc, The Performance Security May Be Released By The Procuring Entity And Returned To The Supplier After The Issuance Of The Certificate Of Final Acceptance Subject To The Following Conditions. (a) There Are No Pending Claims Against The Supplier Or The Surety Company Filed By The Procuring Entity; (b) The Supplier Has No Pending Claims For Labor And Materials Filed Against It; And (c) Other Terms Specified In The Scc 13.5 In Case Of A Reduction Of The Contract Value, The Procuring Entity Shall Allow A Proportional Reduction In The Original Performance Security, Provided That Any Such Reduction Is More Than Ten Percent (10%) And That The Aggregate Of Such Reductions Is Not More Than Fifty Percent (50%) Of The Original Performance Security. 14. Use Of Contract Documents And Information 14.1 The Supplier Shall Not, Except For Purposes Of Performing The Obligations In This Contract, Without The Procuring Entity’s Prior Written Consent, Disclose This Contract, Or Any Provision Thereof, Or Any Specification, Plan, Drawing, Pattern, Sample, Or Information Furnished By Or On Behalf Of The Procuring Entity. Any Such Disclosure Shall Be Made In Confidence And Shall Extend Only As Far As May Be Necessary For Purposes Of Such Performance. 14.2 Any Document, Other Than This Contract Itself, Enumerated In Gcc Clause 14.1shall Remain The Property Of The Procuring Entity And Shall Be Returned (all Copies) To The Procuring Entity On Completion Of The Supplier’s Performance Under This Contract If So Required By The Procuring Entity. 15. Standards The Goods Provided Under This Contract Shall Conform To The Standards Mentioned In The Section Vii – Technical Specifications,; And, When No Applicable Standard Is Mentioned, To The Authoritative Standards Appropriate To The Goods’ Country Of Origin. Such Standards Shall Be The Latest Issued By The Institution Concerned. 16. Inspection And Tests 16.1 The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Contract Specifications At No Extra Cost To The Procuring Entity. The Scc And Section Vii – Technical Specifications Shall Specify What Inspections And/or Tests The Procuring Entity Requires And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. 16.2 If Applicable, The Inspections And Tests May Be Conducted On The Premises Of The Supplier Or Its Subcontractor(s), At Point Of Delivery, And/or At The Goods’ Final Destination. If Conducted On The Premises Of The Supplier Or Its Subcontractor(s), All Reasonable Facilities And Assistance, Including Access To Drawings And Production Data, Shall Be Furnished To The Inspectors At No Charge To The Procuring Entity. 16.3 The Procuring Entity Or Its Designated Representative Shall Be Entitled To Attend The Tests And/or Inspections Referred To In This Clause Provided That The Procuring Entity Shall Bear All Of Its Own Costs And Expenses Incurred In Connection With Such Attendance Including, But Not Limited To, All Traveling And Board And Lodging Expenses. 16.4 The Procuring Entity May Reject Any Goods Or Any Part Thereof That Fail To Pass Any Test And/or Inspection Or Do Not Conform To The Specifications. The Supplier Shall Either Rectify Or Replace Such Rejected Goods Or Parts Thereof Or Make Alterations Necessary To Meet The Specifications At No Cost To The Procuring Entity, And Shall Repeat The Test And/or Inspection, At No Cost To The Procuring Entity, Upon Giving A Notice Pursuant To Gcc Clause 5. 16.5 The Supplier Agrees That Neither The Execution Of A Test And/or Inspection Of The Goods Or Any Part Thereof, Nor The Attendance By The Procuring Entity Or Its Representative, Shall Release The Supplier From Any Warranties Or Other Obligations Under This Contract. 17. Warranty 17.1 The Supplier Warrants That The Goods Supplied Under The Contract Are New, Unused, Of The Most Recent Or Current Models, And That They Incorporate All Recent Improvements In Design And Materials, Except When The Technical Specifications Required By The Procuring Entity Provides Otherwise. 17.2 The Supplier Further Warrants That All Goods Supplied Under This Contract Shall Have No Defect, Arising From Design, Materials, Or Workmanship Or From Any Act Or Omission Of The Supplier That May Develop Under Normal Use Of The Supplied Goods In The Conditions Prevailing In The Country Of Final Destination. 17.3 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier For A Minimum Period Specified In The Scc. The Obligation For The Warranty Shall Be Covered By, At The Supplier’s Option, Either Retention Money In An Amount Equivalent To At Least One Percent (1%) Of Every Progress Payment, Or A Special Bank Guarantee Equivalent To At Least One Percent (1%) Of The Contract Price Or Other Such Amount If So Specified In The Scc. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Specified In The Scc; Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under This Contract Have Been Fully Met. 17.4 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Within The Period Specified In The Scc And With All Reasonable Speed, Repair Or Replace The Defective Goods Or Parts Thereof, Without Cost To The Procuring Entity 17.5 If The Supplier, Having Been Notified, Fails To Remedy The Defect(s) Within The Period Specified In Gcc Clause 17.4, The Procuring Entity May Proceed To Take Such Remedial Action As May Be Necessary, At The Supplier’s Risk And Expense And Without Prejudice To Any Other Rights Which The Procuring Entity May Have Against The Supplier Under The Contract And Under The Applicable Law 18 Delays In The Supplier’s Performance 18.1 Delivery Of The Goods And/or Performance Of Services Shall Be Made By The Supplier In Accordance With The Time Schedule Prescribed By The Procuring Entity In Section Vi – Schedule Of Requirements. 18.2 If At Any Time During The Performance Of This Contract, The Supplier Or Its Subcontractor(s) Should Encounter Conditions Impeding Timely Delivery Of The Goods And/or Performance Of Services, The Supplier Shall Promptly Notify The Procuring Entity In Writing Of The Fact Of The Delay, Its Likely Duration And Its Cause(s). As Soon As Practicable After Receipt Of The Supplier’s Notice, And Upon Causes Provided For Under Gcc Clause 22, The Procuring Entity Shall Evaluate The Situation And May Extend The Supplier’s Time For Performance, In Which Case The Extension Shall Be Ratified By The Parties By Amendment Of Contract. 18.3 Except As Provided Under Gcc Clause 22, A Delay By The Supplier In The Performance Of Its Obligations Shall Render The Supplier Liable To The Imposition Of Liquidated Damages Pursuant To Gcc Clause 19, Unless An Extension Of Time Is Agreed Upon Pursuant To Gcc Clause 29 Without The Application Of Liquidated Damages. 19. Liquidated Damages Subject To Gcc Clause 18 And 22, If The Supplier Fails To Satisfactorily Deliver Any Or All Of The Goods And/or To Perform The Services Within The Period(s) Specified In This Contract Inclusive Of Duly Granted Time Extensions If Any, The Procuring Entity Shall, Without Prejudice To Its Other Remedies Under This Contract And Under The Applicable Law, Deduct From The Contract Price, As Liquidated Damages, A Sum Equivalent To The Percentage Specified In Thescc Of The Delivered Price Of The Delayed Goods Or Unperformed Services For Each Week Or Part Thereof Of Delay Until Actual Delivery Or Performance, Up To A Maximum Deduction Of The Percentage Specified In The Scc. Once The Maximum Is Reached, The Procuring Entity Shall Rescind The Contract Pursuant To Gcc Clause 23, Without Prejudice To Other Courses Of Action And Remedies Open To It. 20. Settlement Of Disputes 20.1 If Any Dispute Or Difference Of Any Kind Whatsoever Shall Arise Between The Procuring Entity And The Supplier In Connection With Or Arising Out Of This Contract, The Parties Shall Make Every Effort To Resolve Amicably Such Dispute Or Difference By Mutual Consultation. 20.2 If After Thirty (30) Days, The Parties Have Failed To Resolve Their Dispute Or Difference By Such Mutual Consultation, Then Either The Procuring Entity Or The Supplier May Give Notice To The Other Party Of Its Intention To Commence Arbitration, As Hereinafter Provided, As To The Matter In Dispute, And No Arbitration In Respect Of This Matter May Be Commenced Unless Such Notice Is Given. 20.3 Any Dispute Or Difference In Respect Of Which A Notice Of Intention To Commence Arbitration Has Been Given In Accordance With This Clause Shall Be Settled By Arbitration. Arbitration May Be Commenced Prior To Or After Delivery Of The Goods Under This Contract. 20.4 Arbitration Proceedings Shall Be Conducted In Accordance With The Rules Of Procedure Specified In The Scc. 20.5 Notwithstanding Any Reference To Arbitration Herein, The Parties Shall Continue To Perform Their Respective Obligations Under The Contract Unless They Otherwise Agree; And The Procuring Entity Shall Pay The Supplier Any Monies Due The Supplier. 21 Liability Of The Supplier 21.1 Subject To Additional Provisions, If Any, Set Forth In The Scc, The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. 21.2 Except In Cases Of Criminal Negligence Or Willful Misconduct, And In The Case Of Infringement Of Patent Rights, If Applicable, The Aggregate Liability Of The Supplier To The Procuring Entity Shall Not Exceed The Total Contract Price, Provided That This Limitation Shall Not Apply To The Cost Of Repairing Or Replacing Defective Equipment. 22. Force Majeure 22.1 The Supplier Shall Not Be Liable For Forfeiture Of Its Performance Security, Liquidated Damages, Or Termination For Default If And To The Extent That Its Delay In Performance Or Other Failure To Perform Its Obligations Under The Contract Is The Result Of A Force Majeure. 22.2 For Purposes Of This Contract The Terms “force Majeure” And “fortuitous Event” May Be Used Interchangeably. In This Regard, A Fortuitous Event Or Force Majeure Shall Be Interpreted To Mean An Event Which The Contractor Could Not Have Foreseen, Or Which Though Foreseen, Was Inevitable. It Shall Not Include Ordinary Unfavorable Weather Conditions; And Any Other Cause The Effects Of Which Could Have Been Avoided With The Exercise Of Reasonable Diligence By The Contractor. 22.3 If A Force Majeure Situation Arises, The Supplier Shall Promptly Notify The Procuring Entity In Writing Of Such Condition And The Cause Thereof. Unless Otherwise Directed By The Procuring Entity In Writing, The Supplier Shall Continue To Perform Its Obligations Under The Contract As Far As Is Reasonably Practical, And Shall Seek All Reasonable Alternative Means For Performance Not Prevented By The Force Majeure. 23. Termination For Default 23.1 The Procuring Entity Shall Terminate This Contract For Default When Any Of The Following Conditions Attends Its Implementation. (a) Outside Of Force Majeure, The Supplier Fails To Deliver Or Perform Any Or All Of The Goods Within The Period(s) Specified In The Contract, Or Within Any Extension Thereof Granted By The Procuring Entity Pursuant To A Request Made By The Supplier Prior To The Delay, And Such Failure Amounts To At Least Ten Percent (10%) Of The Contact Price; (b) As A Result Of Force Majeure, The Supplier Is Unable To Deliver Or Perform Any Or All Of The Goods, Amounting To At Least Ten Percent (10%) Of The Contract Price, For A Period Of Not Less Than Sixty (60) Calendar Days After Receipt Of The Notice From The Procuring Entity Stating That The Circumstance Of Force Majeure Is Deemed To Have Ceased; Or (c) The Supplier Fails To Perform Any Other Obligation Under The Contract.. 23.2 In The Event The Procuring Entity Terminates This Contract In Whole Or In Part, For Any Of The Reasons Provided Under Gcc Clauses 23 To 26, The Procuring Entity May Procure, Upon Such Terms And In Such Manner As It Deems Appropriate, Goods Or Services Similar To Those Undelivered, And The Supplier Shall Be Liable To The Procuring Entity For Any Excess Costs For Such Similar Goods Or Services. However, The Supplier Shall Continue Performance Of This Contract To The Extent Not Terminated. 23.3 In Case The Delay In The Delivery Of The Goods And/or Performance Of The Services Exceeds A Time Duration Equivalent To Ten Percent (10%) Of The Specified Contract Time Plus Any Time Extension Duly Granted To The Supplier, The Procuring Entity May Terminate This Contract, Forfeit The Supplier's Performance Security And Award The Same To A Qualified Supplier. 24. Termination For Insolvency The Procuring Entity Shall Terminate This Contract If The Supplier Is Declared Bankrupt Or Insolvent As Determined With Finality By A Court Of Competent Jurisdiction. In This Event, Termination Will Be Without Compensation To The Supplier, Provided That Such Termination Will Not Prejudice Or Affect Any Right Of Action Or Remedy Which Has Accrued Or Will Accrue Thereafter To The Procuring Entity And/or The Supplier. 25. Termination For Convenience 25.1 The Procuring Entity May Terminate This Contract, In Whole Or In Part, At Any Time For Its Convenience. The Head Of The Procuring Entity May Terminate A Contract For The Convenience Of The Government If He Has Determined The Existence Of Conditions That Make Project Implementation Economically, Financially Or Technically Impractical And/or Unnecessary, Such As, But Not Limited To, Fortuitous Event(s) Or Changes In Law And National Government Policies. 25.2 The Goods That Have Been Delivered And/or Performed Or Are Ready For Delivery Or Performance Within Thirty (30) Calendar Days After The Supplier’s Receipt Of Notice To Terminate Shall Be Accepted By The Procuring Entity At The Contract Terms And Prices. For Goods Not Yet Performed And/or Ready For Delivery, The Procuring Entity May Elect: (a) To Have Any Portion Delivered And/or Performed And Paid At The Contract Terms And Prices; And/or (b) To Cancel The Remainder And Pay To The Supplier An Agreed Amount For Partially Completed And/or Performed Goods And For Materials And Parts Previously Procured By The Supplier. 25.3 If The Supplier Suffers Loss In Its Initial Performance Of The Terminated Contract, Such As Purchase Of Raw Materials For Goods Specially Manufactured For The Procuring Entity Which Cannot Be Sold In Open Market, It Shall Be Allowed To Recover Partially From This Contract, On A Quantum Meruit Basis. Before Recovery May Be Made, The Fact Of Loss Must Be Established Under Oath By The Supplier To The Satisfaction Of The Procuring Entity Before Recovery May Be Made. 26. Termination For Unlawful Acts 26.1 The Procuring Entity May Terminate This Contract In Case It Is Determined Prima Facie That The Supplier Has Engaged, Before Or During The Implementation Of This Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation. Unlawful Acts Include, But Are Not Limited To, The Following: (a) Corrupt, Fraudulent, And Coercive Practices As Defined In Itb Clause 3.1(a); (b) Drawing Up Or Using Forged Documents; (c) Using Adulterated Materials, Means Or Methods, Or Engaging In Production Contrary To Rules Of Science Or The Trade; And (d) Any Other Act Analogous To The Foregoing. 27. Procedures For Termination Of Contracts 27.1 The Following Provisions Shall Govern The Procedures For Termination Of This Contract: (a) Upon Receipt Of A Written Report Of Acts Or Causes Which May Constitute Ground(s) For Termination As Aforementioned, Or Upon Its Own Initiative, The Implementing Unit Shall, Within A Period Of Seven (7) Calendar Days, Verify The Existence Of Such Ground(s) And Cause The Execution Of A Verified Report, With All Relevant Evidence Attached; (b) Upon Recommendation By The Implementing Unit, The Head Of The Procuring Entity Shall Terminate This Contract Only By A Written Notice To The Supplier Conveying The Termination Of This Contract. The Notice Shall State: (i) That This Contract Is Being Terminated For Any Of The Ground(s) Afore-mentioned, And A Statement Of The Acts That Constitute The Ground(s) Constituting The Same; (ii) The Extent Of Termination, Whether In Whole Or In Part; (iii) An Instruction To The Supplier To Show Cause As To Why This Contract Should Not Be Terminated; (iv) Special Instructions Of The Procuring Entity, If Any. (c) The Notice To Terminate Shall Be Accompanied By A Copy Of The Verified Report; (d) Within A Period Of Seven (7) Calendar Days From Receipt Of The Notice Of Termination, The Supplier Shall Submit To The Head Of The Procuring Entity A Verified Position Paper Stating Why This Contract Should Not Be Terminated. If The Supplier Fails To Show Cause After The Lapse Of The Seven (7) Day Period, Either By Inaction Or By Default, The Head Of The Procuring Entity Shall Issue An Order Terminating This Contract; (e) The Procuring Entity May, At Anytime Before Receipt Of The Supplier’s Verified Position Paper To Withdraw The Notice To Terminate If It Is Determined That Certain Items Or Works Subject Of The Notice Had Been Completed, Delivered, Or Performed Before The Supplier’s Receipt Of The Notice; (f) Within A Non-extendible Period Of Ten (10) Calendar Days From Receipt Of The Verified Position Paper, The Head Of The Procuring Entity Shall Decide Whether Or Not To Terminate This Contract. It Shall Serve A Written Notice To The Supplier Of Its Decision And, Unless Otherwise Provided, This Contract Is Deemed Terminated From Receipt Of The Supplier Of The Notice Of Decision. The Termination Shall Only Be Based On The Ground(s) Stated In The Notice To Terminate; (g) The Head Of The Procuring Entity May Create A Contract Termination Review Committee (ctrc) To Assist Him In The Discharge Of This Function. All Decisions Recommended By The Ctrc Shall Be Subject To The Approval Of The Head Of The Procuring Entity; And (h) The Supplier Must Serve A Written Notice To The Procuring Entity Of Its Intention To Terminate The Contract At Least Thirty (30) Calendar Days Before Its Intended Termination. The Contract Is Deemed Terminated If It Is Not Resumed In Thirty (30) Calendar Days After The Receipt Of Such Notice By The Procuring Entity. 28. Assignment Of Rights The Supplier Shall Not Assign His Rights Or Obligations Under This Contract, In Whole Or In Part, Except With The Procuring Entity’s Prior Written Consent. 29. Contract Amendment Subject To Applicable Laws, No Variation In Or Modification Of The Terms Of This Contract Shall Be Made Except By Written Amendment Signed By The Parties. 30. Application These General Conditions Shall Apply To The Extent That They Are Not Superseded By Provisions Of Other Parts Of This Contract. Section V – Special Conditions Of Contract Scc Clause 1.1(g) The Procuring Entity Is Barangay Manaolan, Badiangan, Iloilo. 1.1(i) The Supplier Is ________________________________. 1.1(j) The Funding Source Is Through The 5% Bdrrmf – Continuing And 5% Bdrrmf 2024 Of Brgy. Manaolan, Badiangan, Iloilo. The Total Approved Budget For The Contract Is One Hundred Twenty Six Thousand One Hundred Seventy Two Pesos And Thirty Eight Centavos Only (ᵽ 126,172.38) 1.1(k) The Project Site Or The Delivery Of The Goods Shall Be At Brgy. Manaolan, Badiangan, Iloilo. 5.1 The Procuring Entity’s Address For Notices Is: Hon. Suzette A. Mamon Municipal Mayor Badiangan Municipal Hall R.c. Tabiana St., Poblacion, Badiangan, Iloilo 5033 Tel. No: Mayor’s Office (033-320-0807) 6.2 The Additional Requirements For The Completion Of This Contract Are As Follows: Delivery And Documents - For Purposes Of The Contract(s), “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of The Contract(s) Shall Be As Follows: For Domestic Suppliers, “the Delivery Terms Applicable To This Contract Are Delivered To Brgy. Manaolan, Badiangan, Iloilo. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi – Schedule Of Requirements. The Details Of Shipping And/or Other Documents To Be Furnished By The Supplier Are As Follows: Upon Delivery Of Goods To The Project Site, The Supplier Shall Notify The Procuring Entity And Present The Following Documents To The Procuring Entity: (i) Original And Four Copies Of The Supplier’s Invoice Showing Goods’ Description, Quantity, Unit Price, And Total Amount; (ii) Original And Four Copies Delivery Receipt/note, Railway Receipt Or Truck Receipt; (iii) Original Supplier’s Factory Inspection Report; (iv) Original And Four Copies Of The Manufacturer’s And/or Supplier’s Warranty Certificate; (v) Original And Four Copies Of The Certificate Of Origin (for Imported Goods); (vi) Delivery Receipt Detailing Number And Description Of Items Received Signed By The Authorized Receiving Personnel; (vii) Certificate Of Acceptance/inspection Report Signed By The Procuring Entity’s Representative At The Project Site; And (viii) Four Copies Of The Invoice Receipt For Property Signed By The Procuring Entity’s Representative At The Project Site. For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Hon. Jose Alan Forro, Punong Barangay, Brgy. Manaolan, Badiangan, Iloilo. Incidental Services - The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi – Schedule Of Requirements. (a) Performance Or Supervision Of On-site Assembly And/or Start Up Of The Supplied Goods; (b) Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; (c) Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; (d) Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And (e) Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Insurance – The Goods Supplied Under This Contract Shall Be Fully Insured By The Supplier In A Freely Convertible Currency Against Loss Or Damage Incidental To Manufacture Or Acquisition, Transportation, Storage, And Delivery. The Goods Remain At The Risk And Title Of The Supplier Until Their Final Acceptance By The Procuring Entity. Transportation - Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure In Accordance With Gcc Clause 22. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Patent Rights - The Supplier Shall Indemnify The Procuring Entity Against All Third Party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 9 Bid Prices Are Considered Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances And Upon Prior Approval Of The Gppb In Accordance With Section 61 Of R.a. 9184 And Its Irr-a. 10.1 No Further Instructions. 10.4 No Further Instructions. 13.1 No Further Instructions. 13.4 No Further Instructions. 13.4 (c) No Further Instructions. 16.1 The Inspection And Test That Will Be Conducted Is Physical Inspection. 17.3 The Goods Shall Have A Warranty Period Of One (1) Year After Acceptance By The Procuring Entity Of The Delivered Goods Or After The Goods Are Consumed Whichever Is Earlier. 17.4 & 17.5 The Period For Correction Of Defects In The Warranty Period Is Seven (7) Calendar Days From Either Verbal Or Written Notification. 19 The Applicable Rate Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 20.4 In The Case Of A Dispute Between The Procuring Entity And The Supplier, The Dispute Shall Be Resolved In Accordance With Republic Act 9285 (“r.a. 9285”), Otherwise Known As The “alternative Dispute Resolution Act Of 2004.” 21.1 No Additional Provisions. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Days/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site Item No. Description Quantity Total Delivered, Days/months 1. Generator Set Specifications: - Electrical Aspects Rated Output: 2,900 Watts Surge Output: 3,600 Watts Phase: Single Phase Rated Voltage: 230v Frequency: 60hz Rated Current: 12.6a Engine: 6.5 Hp Ohv Cooling Mode: Air Cooled Cylinder: 4-stroke, Single Cylinder Starter: Recoil Start Fuel Used: Unleaded Gasoline Fuel Capacity: 15l - General Specifications Dimension: (lxwxh) 600 X 465 X 445mm Weight: 46kg Receptacle: 1-duplex 230v 1 Unit 1 Unit 30 Calendar Days Upon Receipt Of P.o. 2. Generator Set Specifications: - Electrical Aspects Rated Output: 7000 Watts Surge Output: 8,750 Watts Phase: Single Phase Rated Voltage: 115/230v Frequency: 60hz Rated Current: 30.4a Engine: 15 Hp Ohv Cooling Mode: Air Cooled Cylinder: 4-stroke, Single Cylinder Starter: Recoil, Electric Start Fuel Used: Unleaded Gasoline Fuel Capacity: 25l - General Specifications Dimension: (lxwxh) 720 X 556 X 580mm Weight: 99.5kg Receptacle: 1x Twist Lock 115/230v, 2x Duplex 230v 1 Unit 1 Unit 30 Calendar Days Upon Receipt Of P.o. Name: ____________________________________________________________ Legal Capacity: _____________________________________________________ Signature: _________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ___________________________ Section Vii. Technical Specifications Note: In The Statement Of Compliance Column, Bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Goods Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidders Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Provisions Of Itb Clause 3.1(a)(ii) And/or Gcc Clause 2.1(a)(ii). Item No. Specifications Statement Of Compliance Cross Reference 1. Generator Set Specifications: - Electrical Aspects Rated Output: 2,900 Watts Surge Output: 3,600 Watts Phase: Single Phase Rated Voltage: 230v Frequency: 60hz Rated Current: 12.6a Engine: 6.5 Hp Ohv Cooling Mode: Air Cooled Cylinder: 4-stroke, Single Cylinder Starter: Recoil Start Fuel Used: Unleaded Gasoline Fuel Capacity: 15l - General Specifications Dimension: (lxwxh) 600 X 465 X 445mm Weight: 46kg Receptacle: 1-duplex 230v 2. Generator Set Specifications: - Electrical Aspects Rated Output: 7000 Watts Surge Output: 8,750 Watts Phase: Single Phase Rated Voltage: 115/230v Frequency: 60hz Rated Current: 30.4a Engine: 15 Hp Ohv Cooling Mode: Air Cooled Cylinder: 4-stroke, Single Cylinder Starter: Recoil, Electric Start Fuel Used: Unleaded Gasoline Fuel Capacity: 25l - General Specifications Dimension: (lxwxh) 720 X 556 X 580mm Weight: 99.5kg Receptacle: 1x Twist Lock 115/230v, 2x Duplex 230v Note: Brochure Pertaining To The Model / Variant To Be Delivered Shall Also Be Submitted With This Form. Name: ____________________________________________________________ Legal Capacity: _____________________________________________________ Signature: _________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: __________________________ Section Viii. Bidding Forms Bid Form Date: Project Identification No.: To: [name And Address Of Procuring Entity] Gentlemen And/or Ladies: Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To [supply/deliver/perform] [description Of The Goods] In Conformity With The Said Pbds For The Sum Of [total Bid Amount In Words And Figures] Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors, And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein Or In The Price Schedules. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In Bds Provision For Itb Clause 18.2 And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid, Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per Itb Clause 5 Of The Bidding Documents. We Likewise Certify/ Confirm That The Undersigned, [ For Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter's Behalf For The [name Of Project] Of The [name Of Procuring Entity] [for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter's Behalf For [name Of Project] Of The [name Of The Procuring Entity]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 20______. Name: ____________________________________________________________ Legal Capacity: _____________________________________________________ Signature: _________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ___________________________ For Goods Offered From Within The Philippines Name Of Bidder ____________________________ Project Identification Number __. Page Of . All Entries Must Be Computerized Or Typewritten 1 2 3 4 5 6 7 8 9 10 Item No. Description Country Of Origin Quantity Unit Unit Price Exw Per Item Transportation And Insurance And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price Per Unit (col 5 + 6 + 7 + 8) Total Price Delivered Final Destination (col. 9) X (col. 4) 1. Generator Set Specifications: - Electrical Aspects Rated Output: 2,900 Watts Surge Output: 3,600 Watts Phase: Single Phase Rated Voltage: 230v Frequency: 60hz Rated Current: 12.6a Engine: 6.5 Hp Ohv Cooling Mode: Air Cooled Cylinder: 4-stroke, Single Cylinder Starter: Recoil Start Fuel Used: Unleaded Gasoline Fuel Capacity: 15l - General Specifications Dimension: (lxwxh) 600 X 465 X 445mm Weight: 46kg Receptacle: 1-duplex 230v 1 Unit 2. Generator Set Specifications: - Electrical Aspects Rated Output: 7000 Watts Surge Output: 8,750 Watts Phase: Single Phase Rated Voltage: 115/230v Frequency: 60hz Rated Current: 30.4a Engine: 15 Hp Ohv Cooling Mode: Air Cooled Cylinder: 4-stroke, Single Cylinder Starter: Recoil, Electric Start Fuel Used: Unleaded Gasoline Fuel Capacity: 25l - General Specifications Dimension: (lxwxh) 720 X 556 X 580mm Weight: 99.5kg Receptacle: 1x Twist Lock 115/230v, 2x Duplex 230v 1 Unit Note: Brochure Pertaining To The Model / Variant To Be Delivered Shall Also Be Submitted With This Form. Name: ____________________________________________________________ Legal Capacity: _____________________________________________________ Signature: _________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ___________________________ Omnibus Sworn Statement Republic Of The Philippines ) Iloilocity ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In The Bidding For [name Of The Project] Of The [name Of The Procuring Entity]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The [name Of Bidder] In The Bidding As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate Issued By The Corporation Or The Members Of The Joint Venture)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: I Am Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S, 1930, As Amended, Or The Revised Penal Code, In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ___________________________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [jurat] Checklist Of Bid Requirements First Envelope Eligibility Documents Class “a” Documents Legal Documents: 1 Certificate Of Philgeps Registration (platinum Membership) And Membership With Annex A In Accordance With Section 8.5.2 Of The Revised Irr. Technical Documents: 2 Statement Of All Its On-going Government And Private Contracts Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids, Including Contracts Awarded But Not Yet Started, If Any, Which Are Similar In Nature And Complexity To The Contract To Be Bid. The Statement Shall Include, For Each Contract, The Following: (a) Name Of The Contract; (b) Date Of The Contract, (c) Kind Of Goods, (d) Amount Of And Value Of Outstanding Contracts, (e) Date Of Delivery, And (f) Notice Of Award, Notice To Proceed, Contract Of Agreements, Purchase Orders And Certificate Of Accomplishments Issued By The Owner. (latest) 3 Statement Of Its Single Largest Completed Contract (slcc) Which Includes Its Government And Private Contracts Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids, Which Are Similar In Nature And Complexity To The Contract To Be Bid. The Statement Shall Include, For Each Contract, The Following: (a) Name Of The Contract; (b) Date Of The Contract, (c) Kind Of Goods, (d) Amount Of And Value Of Awarded And Completed Contracts, (e) Date Of Delivery, (f) End User’s Acceptance And Or Official Receipt(s) Issued For The Contract Supported By Notice Of Award, Notice To Proceed, Contract/ Purchase Order, Certificate Of Completion And Certificate Of Acceptance.(latest) Financial Documents 4 The Prospective Bidder’s Latest Computation For Its Net Financial Contracting Capacity (nfcc) Which Must Be At Least Equal To The Abc To Be Bid. (latest) Or A Committed Line Of Credit From Universal Or Commercial Bank (not Applicable To Procurement Of Infrastructure Projects). Class “b” Documents 5 If Applicable, A Valid Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence, Or, In Lieu Thereof, A Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful Shall Be Included In The Bid . (latest) Technical Documents 1 2 Bid Security In The Prescribed Form, Amount And Validity Period And In Accordance With Itb Clause 18. Statement Of Compliance To The Schedule Of Requirements 3 4 Statement Of Compliance To Technical Specifications Taking Into Consideration The Notations Stated In Section Vii Of The Bidding Documents. Authority Of The Signatory 5 Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative In Accordance With Section 25.2(b)(iv) Of The Revised Irr Of Ra 9184 And As Indicated In The Omnibus Sworn Statement Of The Bidding Documents Using The Prescribed Form Issued By The Gppb. (latest) Note: Any Missing Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid Second Envelope Financial Documents 1 Financial Bid Form Which Includes Bid Prices And The Bill Of Quantities And The Applicable Price Schedules, In Accordance With Itb Clauses 15.1 And 15.4 And The Issued Form In Section Viii Of The Bidding Documents. 2 If A Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti (if A Bidder Is A Sole Proprietor), By Sec (if Bidder Is A Partnership, Or A Corporation); And Cda (if Bidder Is A Cooperative)issued In Accordance With Itb Clause 27, If Applicable, That: A) Sole Proprietor Is A Citizen Of The Philippines, Corporation, Cooperative, Or Association Is A Duly Organized Under The Laws Of The Philippines With At Least Seventy Five (75%) Of Its Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines; B) Habitually Established In Business And Habitually Engaged In The Manufacturing Or Sale Of The Merchandise Covered By His Bid, And C) The Business Has Been In Existence For At Least Five (5) Consecutive Years Prior To The Advertisement And/or The Invitation To Bid.
Closing Date29 Oct 2024
Tender AmountPHP 126.1 K (USD 2.1 K)

Municipality Of Jamindan, Capiz Tender

Machinery and Tools...+1Furnitures and Fixtures
Philippines
Details: Description Item Description Qty. Unit 1 8' X 8' Project Billboard 1 Lot 2 8" X 11" Acrylic Project Marker 1 Lot 3 Common Fill 847 Cu.m 4 Granular Stone 215 Cu.m 5 Portland Cemenet, 40kgs 3280 Bags 6 Gravel, 3/4" 210 Cu.m 7 Washed Sand 260 Cu.m 8 4" X8"x16" Chb 10404 Pcs 9 6" X8"x16" Chb 6303 Pcs 10 20mm Dia. X 6.00m Rsb 254 Pcs 11 16mm Dia. X 6.00m Rsb 434 Pcs 12 12mm Dia. X 6.00m Rsb 2476 Pcs 13 10mm Dia. Rsb X 6m 1185 Pcs 14 # 16 G.i. Tie Wire 590 Kgs 15 3/8"x4"x8" Marine Plywood 78 Pcs 16 2"x3"x8' Rgh Lumber 750 Pcs 17 2"x2"x8' Rgh Lumber 1000 Pcs 18 5" Common Wire Nail 175 Kgs 19 4" Common Wire Nail 450 Kgs 20 2 1/2" Common Wire Nail 135 Kgs 21 1 1/4" Common Wire Nail 65 Kgs 22 Bamboo Poles 600 Pcs 23 1/4 X 2 1/2" X 2 1/2" X 6m Angle Bar 250 Pcs 24 1/4 X 2" X 2" X 6m Angle Bar 100 Pcs 25 3/16 X 1 1/2" X 1 1/2" X 6m Angle Bar 10 Pcs 26 2" X 4" X 1.5mm Thk X 6m G.i C-purlins 205 Pcs 27 2" X 6" X 1.5mm Thk X 6m G.i C-purlins 24 Pcs 28 45mm Tex Screw 14000 Pcs 29 12mm Dia. Turn Buckle 16 Pcs 30 0.50mm X 0.91m X 12.75mm Twin Rib Type Steel Roofing 57 Pcs 31 0.50mm X 0.91m X 10.00mm Twin Rib Type Steel Roofing 4 Pcs 32 0.50mm X 0.91m X 6.00mm Twin Rib Type Steel Roofing 13 Pcs 33 0.50mm X 2.44m Steel Ridge Roll 18 Pcs 34 0.50mm X 2.44m Steel Gutter 26 Pcs 35 0.50mm X 2.44m Steel Valley Gutter 8 Pcs 36 0.50mm X 2.44m Steel End Flashing 28 Pcs 37 20mm X 0.30m X 2.44m Cement Fiber Facia 60 Pcs 38 Blind Revit 1/8" X 3/4" 10 Box 39 Epoxy Primer Paint 20 Gals 40 Red Lead Metal Primer 20 Gals 41 Paint Brush, 2" 50 Pcs 42 1/8" Welding Rod 120 Kg 43 600mm X 600m Virtified Floor Tiles 1524 Pcs 44 300mm X 600mm Glazed Ceramic Wall Tiles 267 Pcs 45 300mm X 600mm Accent Glazed Ceramic Wall Tiles 152 Pcs 46 600mm X 600mm Unglazed Tiles 277 Pcs 47 600mm X 600mm Splash Board Ceramic Tiles 42 Pcs 48 600mm X 600mm Ceramic Tiles ( Counter Top ) 31 Pcs 49 400mm X 400mm Ceramic Tiles ( Skirting) 49 Pcs 50 300mm X 600mm Unglazed Wall Tiles 76 Pcs 51 300mm X 600mm Stone Wall Tiles 164 Pcs 52 1 1/2" X 1 1/2" X 8' Brass Stair Nosing 25 Pcs 53 Stainless Tile Trim, 8' 18 Pcs 54 Tile Adhesive 98 Bags 55 Tile Grout 160 Kgs 56 D1 : 2 - 0.80 X 2.10 Double Swing 12mm Thk. Tempered Glass Door On Alumn. Frame W/ Steel Jambs. Handle & Locket 2 Sets 57 D2: 0.90 X 2.10 Panel Door And Autofinish W/ Fixed Viewing 1/4"thk. Tempered Glass W/ Ga. 16 Steel Jambs 5 Sets 58 D3: 0.80 X 2.10 Panel Door And Autofinish W/ Fixed Viewing 1/4" Thk. Tempered Glass W/ Ga. 16 Steel Jambs 13 Sets 59 D4:1- 0.80 X 2.10 And 0.40 X 2.10 Swing Type Panel Door And Autofinish W/ Stainless Handle & W/ Ga. 16 Steel Jambs 1 Set 60 D5: 0.70 X 2.10 Swing Type Pvc Door W/ Louver And Pvc Jambs 7 Sets 61 D5-1: 0.60 X 1.50 Swing Type Pvc Door W/ Pvc Jambs & Barrel Bolt Lockset 3 Sets 62 D6: 0.90 X 2.10 Swing Type Pvc Door W/ Kicking Plate And Pvc Jambs 1 Set 63 07:1-0.80 X 2.10 And 0.40 X 2.10 Double Swing Panel Door And Autofinish W/ Fixed Viewing 1/4" Thk. Tempered Glass W/ Ga. 16 Steel Jambs 7 Sets 64 D8: 0.90 X 2.10 Swing Type Metal Door (fire Rated) W/ Ga. 16 Steel Jambs, & Complete Hardware Accessories, Painted Red 1 Set 65 D9: 0.80 X 2.10 Swing Type Metal Louver Door And Autofinish W/ Ga. 16 Steel Jambs 1 Set 66 D10: 0.80 X 2.10 Swing Type Panel Door And Autofinish W/ Ga. 16 Steel Jambs 1 Set 67 D11:2-0.70 X 2.10 Swing Type Wooden Louver Door And W/ Ga. 16 Steel Jambs 2 Sets 68 D12: 0.80 X 2.10 Swing Type Panel Door And Autofinish W/ Ga. 16 Steel Jambs 2 Sets 69 Stainless Steel Lever Type Lockset, Right 23 Sets 70 Stainless Steel Lever Type Lockset, Left 16 Sets 71 3 1/2" X 3 1/2" X 1.50mm Hinges Stainless Ball Bearing 88 Pairs 72 W1: 2 -0.60 X 1.20 Sliding 6mm Thk Tempered Glass Window And 2 - 0.60x0.30 Glass Transom W/ 6mm Thk Tempered Clear Glass On Powder Coated Aluminum 4 Sets 73 W2:2-0.50 X 0.80 Sliding Errim Thk. Tempered Glass Window And 2-0.60 X 0.30 Glass Transom W/ 6mm Thk Tempered Clear Glass On Powder Coated Aluminum Frame 4 Sets 74 W3: 0.30 X0.30 Fixed Lead Glass Viewing Window W/ Ga. 16 Steel Frame, 2 Plece Telescopic Window Frame And Stop, With Miter Corners, Powder Coated And Lead Shielding At Inside Of Frame Profile 1 Set 75 W4: 3-0.60 X 1.20 Sliding 6mm Thk Tempered Glass Window And 2-0.90 X 0.30 Glass Transom W/6mm Thk Tempered Clear Glass On Powder Coated Aluminum 4 18,900.00 75,600.00 Frame 4 Sets 76 Ws: 3-0.60 X 0.50 Awning Glass Window W/6mm Thk Tempered Clear Glass On Powder Coated Aluminum Frame 1 Set 77 W6: 0.60 X 0.50 Awning Glass Window W/6mm Thk. Tempered Clear Glass On Powder Coated Aluminum Frame 7 Sets 78 W7: 0.60 X 0.90 Fixed 6mm Thk. Tempered Glass Window And 2-0.30 X 0.30 Transaction Window W/ 6mm Thk. Tempered Glass On Powder Coated Aluminum Frame 1 Set 79 W8.3-0.50x0.70 Fixed 6mm Thk. Tempered Glass Window And 2-0.75 X 0.30 Transaction Window W/6mm Thk. Tempered Glass On Powder Coated Aluminum Frame 3 Sets 80 "w9:5-0.55 X 0.70 Fixed 6mm Thk. Tempered Glass Window And 4-0.6675x0.30 Transaction Window W/ 6mm Thk. Tempered Glass On Powder Coated Aluminum 1 19,250.00 19,250.00 Frame" 1 Set 81 W10:3-0.60 X 0.50 Awning 6mm Thk. Tempered Glass Window And 0.60 X 0.30 Transom Window W/6mm Thk Tempered Glass On Powder Coated Aluminum Frame 4 Sets 82 4.5mmx4'x8' Fiber Cement Board 145 Pcs 83 Double Metal Furring 19mm X 50mm X 0.50mm X 5m 200 Pcs 84 Wall Angle 0.50mm X 25mm X 3m, Prepainted 275 Pcs 85 Carrying Channel 12mm X 38mm X 0.5mm X 5m 102 Pcs 86 Concrete Nails 1" 10 Pcs 87 T-runner 24mm X 3.60m 140 Pcs 88 Acoustic Tiles 5/8"x2'x4' 225 Pcs 89 Prepainted White G.1 Spandrel 0.4mm X 4"x8" 557 Pcs 90 1.5mmx1 1/2" X 6m Stainless Steel Pipe, 304 40 Pcs 91 1.5mm X 1 3/4" 304-stainless Steel Elbow 30 Pcs 92 1.5mm X 2" 304-stainless Steel Cap 60 Pcs 93 1.5mmx1 1/2" Stainless Steel Flange Cover 60 Pcs 94 Stainless Steel Welding Rod 20 Kls 95 4" Buffing/polishing Disk 60 Pcs 96 4" Cutting Disk (for Stainless) 40 Pcs 97 Polishing Soap 5 Pcs 98 Stainless Signage, 16" (jamindan Super Health Center) 1 Lot 99 Elongated Water Closet, W/ Complete Accessories 9 Set 100 1/2" Dia Bidet 9 Pcs 101 Pedestal Type Lavatory, W/ Complete Accessories 10 Sets 102 0.48x0.58x0.20 M Stainless Kitchen Sink W/complete 11 Pcs 103 3/4"x0.60mx1.80m Granite Slab 4 Pcs 104 4" X 4" Floor Drain 14 Pcs 105 Stainless Telephone Shower Set W/ Faucet 2 Set 106 Urinal, W/ Complete Accessories 2 Set 107 6 Dia Pvc Pipe, Orange, Series 1000 24 Pcs 108 4" Dia Pvc Pipe, Orange, Series 1000 33 Pcs 109 4" Pvc Wye, Orange 16 Pcs 110 4" Dia Pvc Tee, Orange 26 Pcs 111 4" Dia X 90 Deg Pvc Elbow, Orange 27 Pcs 112 4 Dia X 45 Deg Pvc Elbow, Orange 15 Pcs 113 4" Dia Pvc Cleanout, Orange 20 Pcs 114 3" Dia Pvc Pipe, Orange, Series 1000 113 Pcs 115 3" Dia X 90 Deg Pvc Elbow, Orange 68 Pcs 116 3" Dia X 45 Deg Pvc Elbow, Orange 15 Pcs 117 3" Pvc Wye, Orange 23 Pcs 118 3" Pvc Tee, Orange 8 Pcs 119 3 Dia Pvc Cleanout, Orange 5 Pcs 120 2" Dia Pvc Pipe, Orange, Series 1000 5 Pcs 121 2" Dia X 90 Deg Pvc Elbow, Orange 4 Pcs 122 Solvent Cement 400cc 40 Pcs 123 1/2" Dia Hdpe Pipe, Sdr 11 200 Mtrs 124 3/4 Dia Hdpe Pipe, Sdr 11 30 Mtrs 125 3/4" Dia G.1. 90 Deg. Elbow 3 Pcs 126 1/2" Dia G.1. 90 Deg. Elbow 100 Pcs 127 1/2" Dia G.1. Tee 35 Pcs 128 3/4 Dia Brass Gate Valve 1 1 Pc 129 3/4" Dia Brass Check Valve 1 Pc 130 1/2" Dia Brass Gate Valve 2 Pcs 131 1/2" Dia. -3 Way Angle Valve 9 Pcs 132 1/2" Dia. 2 Way Angle Valve 23 Pcs 133 Teplon Tape 1/2" 50 Pcs 134 1/2" X 20" Flexible Hose 11 Pcs 135 1/2" X 24" Flexible Hose 20 Pcs 136 Hose Bibb 3 Pcs 137 1/2" Dia. Gooseneck Faucet 1 Pcs 138 Lever Type Chrome Plated Steel Faucet 12 Pcs 139 Distribution Panel Board 1 (pb1) Main 100a 2p, 240v Molded Case Cb Indusrial Branches: 9-15a, 2p 240v, Molded Case Cb, 5-20a 2p 240v, 4-30a 240v Industrial Molded Case Cb 1 Set 140 Universal Duplex 3-pronged Convinience Outlet 52 Pcs 141 Universal 1-gang Convinience Outlet 23 Pcs 142 Special Purpose Outlet 10 Pcs 143 Aircon Outlet 5 Pcs 144 1-gang Lighting Switch W/cover 31 Pcs 145 2-gang Lighting Switch W/ Cover 9 Pcs 146 2" X 4" Utility Box 170 Pcs 147 4" Junction Box 140 Pcs 148 9w Led Bulb, Daylight 55 Pcs 149 4" Recess Type Pinlight 55 Pcs 150 2-25w T8 Led Tube Light-recessed Mounted With Die- Formed Parabolic Mirrorized Aluminum Reflector 60 Pcs 151 3.5 Sq.mm Stranded Thhn Cu. Wire, Red 5 Box 152 3.5 Sq.mm Stranded Thhn Cu. Wire, Yellow 5 Box 153 3.5 Sq.mm Stranded Thhn Cu. Wire, Blue 5 Box 154 3.5 Sq.mm Strarided Thhn Cu. Wire, Green 4 Box 155 5.5 Sq.mm Stranded Thhn Cu. Wire, Red 1 Box 156 5.5 Sq.mm Stranded Thhn Cu. Wire, Yellow 1 Box 157 5.5 Sq.mm Stranded Thhn Cu. Wire, Blue 1 Box 158 5.5 Sq.mm Stranded Thhn Cu. Wire, Green 1 Box 159 8.0 Sq.mm Stranded Thhn Cu. Wire, Green 5 Lm 160 22.0 Sq.mm Stranded Thhn Cu. Wire, Black 120 Lm 161 10w Led Scounce, Daylight 2 Pcs 162 20mm X 3m Upvc Pipe 130 Pcs 163 25mm X 3m Upvc Pipe 75 Pcs 164 32mm X 3m Upvc Pipe 4 Pcs 165 63mm X 3m Upvc Pipe 4 Pcs 166 Pvc Solvent 500ml 2 Can 167 Electrical Tape (big) 60 Pcs 168 Grounding Electrode 50mm² X 1.00m 1 Set
Closing Date31 Oct 2024
Tender AmountPHP 7.3 Million (USD 128.2 K)

Department Of Education Division Of Dipolog City Tender

Others...+1Civil Works Others
Philippines
Details: Description For Lot 1 Purchase Request Department Of Education Dipolog City Division Entity Name: _______________________________________ Fund Cluster: ________________ Office/section: Property And Supply Pr No: Date : Rcc: ___________ No. Unit Item Description Qty Unit Cost Total Cost 1 Piece Clearbook, 20 Transparent Pockets, Legal 24 150.00 3,600.00 2 Piece Eraser, Plastic/ Rubber 9 15.00 135.00 3 Piece Sign Pen, Black, Liquid Or Gel, Extra Fine Tip, 0.3mm 137 35.00 4,795.00 4 Piece Sign Pen, Black, Liquid Or Gel, Fine Tip, 0.4mm 207 45.00 9,315.00 5 Piece Sign Pen, Black, Liquid Or Gel, Medium Tip, 0.5mm 138 65.00 8,970.00 6 Piece Sign Pen, Blue, Liquid Or Gel, Extra Fine Tip, 0.3mm 72 35.00 2,520.00 7 Piece Sign Pen, Blue, Liquid Or Gel, Fine Tip, 0.4mm 126 45.00 5,670.00 8 Piece Sign Pen, Blue, Liquid Or Gel, Medium Tip, 0.5mm 207 65.00 13,455.00 9 Piece Sign Pen, Red, Liquid Or Gel, Extra Fine Tip, 0.3mm 11 35.00 385.00 10 Piece Sign Pen, Red, Liquid Or Gel, Fine Tip, 0.4mm 33 45.00 1,485.00 11 Piece Sign Pen, Red, Liquid Or Gel, Medium Tip, 0.5mm 12 65.00 780.00 12 Pack Wrapping Paper, All Occasion/no Occasion, 20 Sheets Per Pack 3 130.00 390.00 13 Bottle Glue, All-purpose, 200 Grams 16 95.00 1,520.00 14 Box Staple Wire, Heavy Duty (binder Type), 23/13, 1000 Staples 6 55.00 330.00 15 Box Staple Wire, Standard, 26/6, 5000 Staples 51 80.00 4,080.00 16 Roll Tape, Masking, 24mm 35 65.00 2,275.00 17 Roll Tape, Masking, 48 Mm 44 130.00 5,720.00 18 Roll Tape, Packaging, 48 Mm 24 70.00 1,680.00 19 Roll Tape, Transparent, 24mm 5 35.00 175.00 20 Roll Tape, Transparent, 48 Mm 26 55.00 1,430.00 21 Tube Blade, For General Purpose Cutter/utility Knife, 10 Pieces Per Tube 3 45.00 135.00 22 Unit Calculator, Compact 14 350.00 4,900.00 23 Box Clip, Backfold, 19mm 78 30.00 2,340.00 24 Box Clip, Backfold, 25mm 27 45.00 1,215.00 25 Box Clip, Backfold, 32mm 31 60.00 1,860.00 26 Box Clip, Backfold, 50mm 55 70.00 3,850.00 27 Piece Correction Pen 6 35.00 210.00 28 Piece Data File Box 9 220.00 1,980.00 29 Piece Dating And Stamping Machine 6 450.00 2,700.00 30 Pack Folder, Fancy With Slide, Legal 17 380.00 6,460.00 31 Piece Staple Remover, Plier Type 17 45.00 765.00 32 Piece Tape Dispenser, Table Top 13 180.00 2,340.00 33 Pack Cartolina, Assorted Colors, 20 Pieces Of Assorted Colors Per Pack 6 200.00 1,200.00 34 Pad Note Pad, Stick On, 2" X 3", 100 Sheets Per Pad 66 45.00 2,970.00 35 Pad Note Pad, Stick On, 3" X 4", 100 Sheets Per Pad 52 65.00 3,380.00 36 Pad Note Pad, Stick On, 3" X 3", 100 Sheets Per Pad 18 57.00 1,026.00 37 Piece Notebook, Stenographer 208 40.00 8,320.00 38 Bottle Ink, Epson C13t664100 (t6641), Black 16 330.00 5,280.00 39 Bottle Ink, Epson C13t664200 (t6642), Cyan 13 330.00 4,290.00 40 Bottle Ink, Epson C13t664300 (t6643), Magenta 13 330.00 4,290.00 41 Bottle Ink, Epson C13t664400 (t6644), Yellow 13 330.00 4,290.00 42 Bottle Ink, Epson 003, Black 94 400.00 37,600.00 43 Bottle Ink, Epson 003, Cyan 61 400.00 24,400.00 44 Bottle Ink, Epson 003, Magenta 62 400.00 24,800.00 45 Bottle Ink, Epson 003, Yellow 52 400.00 20,800.00 46 Piece Ballpen, 0.5, Black 70 20.00 1,400.00 47 Piece Ballpen, 0.5, Blue 70 20.00 1,400.00 48 Piece Paper Tray, 4-layer 2 400.00 800.00 49 Pack Sticky Paper With "sign Here" 8 20.00 160.00 50 Pack Plastic Rainbow Sticky Arrow Tabs 30 20.00 600.00 51 Bottle Ink, Canon Pixma, Black 3 450.00 1,350.00 52 Bottle Ink, Canon Pixma, Cyan 3 450.00 1,350.00 53 Bottle Ink, Canon Pixma, Magenta 3 450.00 1,350.00 54 Bottle Ink, Canon Pixma, Yellow 3 450.00 1,350.00 55 Bottle Ink, Brother, Btd60, Black 25 470.00 11,750.00 56 Bottle Ink, Brother, Bt5000, Cyan 20 470.00 9,400.00 57 Bottle Ink, Brother, Bt5000, Magenta 20 470.00 9,400.00 58 Bottle Ink, Brother, Bt5000, Yellow 20 470.00 9,400.00 59 Pack Photopaper, A4, 20 Sheets Per Pack 30 130.00 3,900.00 60 Pack Sticker Paper, A4, 10 Sheets Per Pack 20 70.00 1,400.00 61 Ream Specialty/laid, 85-90gsm, For Certificates, White Or Cream, Letter 4 1,500.00 6,000.00 62 Bottle Ink, Brother Bt6000, Black 25 450.00 11,250.00 63 Piece Philippine National Flag, Cotton, With Eyelet, 3ft X 5ft 5 320.00 1,600.00 64 Piece Official Deped Medal, Gold, 4cmø 950 45.00 42,750.00 65 Piece 8pcs/set Drawer Organizer Box Trays 6 150.00 900.00 66 Piece Paper Display Acrylic L-shape Transparent, A4 10 150.00 1,500.00 67 Piece White Board W/ Aluminum Fram, 2x4m 1 2,200.00 2,200.00 68 Box Computer Continuous Form, 1 Ply, 280mm X 241mm, 70gsm 15 1,500.00 22,500.00 69 Box Computer Continuous Form, 4 Ply, 280mm X 241mm, 70gsm 6 3,000.00 18,000.00 70 Box Cork Board W/ Wooden Frame, 2x3m 2 1,320.00 2,640.00 71 Piece Certificate Jacket, A4, Blue 50 50.00 2,500.00 72 Roll Tape, Double-sided, 15mm 15 50.00 750.00 73 Pack Pvc And Pet Card Sheets Set, A4, 50pcs/ Pack 1 1,300.00 1,300.00 74 Yard Ribbon Leis Accessory/cloth Belt, Polyester, Width: 1 Inch 2 200.00 400.00 75 Pack Pushpins 100pcs/pack 2 60.00 120.00 Lot 1 Total Four Hundred Nine Thousand Five Hundred Thirty-one Pesos Only ₱409,531.00 Grand Total Seven Hundred Six Thousand Eight Pesos And Sixteen Centavos Only ₱706,008.16 Purpose: Office Supplies - 1st Quarter 2025 (lot 1-paper Products And Inks) Requested By: Approved By: Signature: Printed Name: Deborah Mae L. Alejo Ma. Liza R. Tabilon Edd, Ceso V Designation: Administrative Officer Iv (supply Officer Ii) Schools Division Superintendent For Lot 2 Purchase Request Department Of Education Dipolog City Division Entity Name: _______________________________________ Fund Cluster: ________________ Office/section: Property And Supply Pr No: Date : Rcc: ___________ No. Unit Item Description Qty Unit Cost Total Cost 1 Pack Battery, Dry Cell, Size Aa, Two (2) Pieces Per Blister Pack 232 80.00 18,560.00 2 Pack Battery, Dry Cell, Size Aaa, Two (2) Pieces Per Blister Pack 205 70.00 14,350.00 3 Gallon Bleach 5 350.00 1,750.00 4 Piece Broom, Soft (walis Tambo) 19 150.00 2,850.00 5 Piece Broom, Stick (walis Ting-ting) 18 70.00 1,260.00 6 Piece Branded Car Airfreshener 6 350.00 2,100.00 7 Bottle Cleaner, Toilet Bowl And Urinal, 900ml - 1000ml 42 400.00 16,800.00 8 Can Cleanser, Scouring Powder, 350g 14 75.00 1,050.00 9 Piece Tissue, Interfolded Paper Towel 78 45.00 3,510.00 10 Pouch Detergent Powder, All Purpose, 1kg 45 230.00 10,350.00 11 Can Disinfectant Spray, Aerosol Type, 400g 77 350.00 26,950.00 12 Piece Dust Pan, Rigid Non-breakable Plastic 8 50.00 400.00 13 Bottle Liquid Hand Soap, 500ml 84 90.00 7,560.00 14 Piece Magic Spin Mop 5 1,500.00 7,500.00 15 Bundle Rags, All Cotton, 1 Kilo Per Bundle 15 120.00 1,800.00 16 Pack Trashbag, Black, 37" X 40", Xl, 10 Pieces Per Roll Or Pack 21 250.00 5,250.00 17 Roll Twine, Plastic, 1kg/roll 5 85.00 425.00 18 Pack Toilet Tissue Paper, 2 Ply, 600 Sheets Per Roll, 4 Rolls In A Pack 186 98.00 18,228.00 19 Can Insecticide, 600ml 21 400.00 8,400.00 20 Bottle Bleach, Color Safe, With Oxygen Bleach, 1 Liter 1 95.00 95.00 21 Roll Tape, Electrical 15 30.00 450.00 22 Bottle Fabric Conditioner, 800-900ml 3 350.00 1,050.00 23 Roll Toilet Tissue Roll, Jumbo 30 160.00 4,800.00 24 Pack Trashbag, Black, Medium, 100 Pieces Per Pack 5 300.00 1,500.00 25 Pack Trashbag, Black, Large, 100 Pieces Per Pack 50 350.00 17,500.00 Lot 2 Total One Hundred Seventy-four Thousand Four Hundred Eighty-eight Pesos Only ₱174,488.00 Grand Total Seven Hundred Six Thousand Eight Pesos And Sixteen Centavos Only ₱706,008.16 Purpose: Office Supplies - 1st Quarter 2025 (lot 2-cleaning Materials) Requested By: Approved By: Signature: Printed Name: Deborah Mae L. Alejo Ma. Liza R. Tabilon Edd, Ceso V Designation: Administrative Officer Iv (supply Officer Ii) Schools Division Superintendent For Lot 3 Purchase Request Department Of Education Dipolog City Division Entity Name: _______________________________________ Fund Cluster: ________________ Office/section: Property And Supply Pr No: Date : Rcc: ___________ No. Unit Item Description Qty Unit Cost Total Cost 1 Unit External Hard Drive, 1tb 1 3,200.00 3,200.00 2 Internal Hard Disk Drive, 1tb 1 4,000.00 4,000.00 3 Unit Uninterruptible Power Supply 1 3,800.00 3,800.00 4 Unit Paper Shredder, 16-page Shred Capacity, 5-liter Bin Capacity 5 6,000.00 30,000.00 5 Unit Printer, Ink Tank, Wifi All-in-one With Adf 1 17,000.00 17,000.00 6 Unit Power Strip Tower With Usb Ports, 16in1 Surge Protector Tower 2 2,500.00 5,000.00 7 Unit Paper Cutter, 10-sheet Capacity, 12-inch Cut Length 1 800.00 800.00 8 Lot Digital Voice Recorder, Record In Mp3/lpcm With A High Sensitivity S-microphone, With 4 Gb Of Built-in Storage, Expandable Via Microsd Card, Direct Usb Built In, Built-in Lithium Battery 1 7,339.16 7,339.16 9 Unit Universal Tower Extension Cord, 12 Outlets With Switch, 1.83m, 2500watts 3 1,200.00 3,600.00 10 Unit "color Document Scanner, Optical Resolution:600x600; Min Document Size:50.6 X 50.8 Mm Max Document Size:215.9 X 6,096 Mm Document Thickness: 50 - 209 G/m2 Input Tray Capacity/adf:50 Sheets(80 G/m2)" 1 25,000.00 25,000.00 11 Piece Extension Cord, 3-gang, 5meters 5 350.00 1,750.00 Lot 3 Total One Hundred One Thousand Four Hundred Eighty-nine Pesos Only ₱101,489.16 Grand Total Seven Hundred Six Thousand Eight Pesos And Sixteen Centavos Only ₱706,008.16 Purpose: Office Supplies - 1st Quarter 2025 (lot 3-it Equipment) Requested By: Approved By: Signature: Printed Name: Deborah Mae L. Alejo Ma. Liza R. Tabilon Edd, Ceso V Designation: Administrative Officer Iv (supply Officer Ii) Schools Division Superintendent For Lot 4 Purchase Request Department Of Education Dipolog City Division Entity Name: _______________________________________ Fund Cluster: ________________ Office/section: Property And Supply Pr No: Date : Rcc: ___________ No. Unit Item Description Qty Unit Cost Total Cost 1 Unit Cabinet, Steel, Lateral, 3-drawer, 90cm(w) X 103cm(h) X 45cm(d) 1 11,500.00 11,500.00 2 Unit Water Dispenser, Freestanding, Hot, Cold, And Normal, 1 4,300.00 4,300.00 3 Unit Portable Desk Fan 2 600.00 1,200.00 Lot 4 Total Seventeen Thousand Pesos Only ₱17,000.00 Grand Total Seven Hundred Six Thousand Eight Pesos And Sixteen Centavos Only ₱706,008.16 Purpose: Office Supplies - 1st Quarter 2025 (lot 4-furniture And Appliances) Requested By: Approved By: Signature: Printed Name: Deborah Mae L. Alejo Ma. Liza R. Tabilon Edd, Ceso V Designation: Administrative Officer Iv (supply Officer Ii) Schools Division Superintendent For Lot 5 Purchase Request Department Of Education Dipolog City Division Entity Name: _______________________________________ Fund Cluster: ________________ Office/section: Property And Supply Pr No: Date : Rcc: ___________ No. Unit Item Description Qty Unit Cost Total Cost 1 Piece Dry Seal, Deped Dipolog Logo 1 3,500.00 3,500.00 Lot 5 Total Three Thousand Five Hundred Pesos Only ₱3,500.00 Grand Total Seven Hundred Six Thousand Eight Pesos And Sixteen Centavos Only ₱706,008.16 Purpose: Office Supplies - 1st Quarter 2025 (lot 5-customized Item) Requested By: Approved By: Signature: Printed Name: Deborah Mae L. Alejo Ma. Liza R. Tabilon Edd, Ceso V Designation: Administrative Officer Iv (supply Officer Ii) Schools Division Superintendent
Closing Soon25 Oct 2024
Tender AmountPHP 706 K (USD 12.2 K)

Municipality Of Cabagan, Isabela Tender

Others
Philippines
Details: Description Supply And Delivery Of Various Livelihood Kits For Beneficiaries Of Dole Integrated Livelihood Program (per Lot Basis) Lgu Cabagan Description: Lot 1: Agricultural Supplies Abc: Php389,272.00 Line Item: 1. 34 Sacks - Pre-starter Hog Pellet (50kgs) 2. 26 Sacks - Starter Hog Pellet (50kgs) 3. 26 Sacks - Grower Hog Pellet (50kgs) 4. 26 Sacks - Finisher Hog Pellet (50kgs) 5. 13 Pcs. - 20 Kg Capacity Weighing Scale 6. 67 Packs - Sando Bag Medium (100pcs/pack) 7. 63 Packs - Sando Bag Large(100pcs/pack) 8. 23 Sacks - Well-milled Rice (50 Kgs) 9. 17 Sacks - Premium Rice (50kgs) 10. 4 Sacks - Perfect Grow (50kgs) 11. 4 Sacks - Urea (50 Kgs) 12. 4 Sacks - Top Dress (50 Kgs) 13. 3 Liters - Teprosyn (150ml) 14. 2 Liters - Glytrel 1l Lot 2: Electrical & Welding Supplies Abc: Php179,664.00 Line Item: 1. 2 Pcs. - Rotary Hammer Drill With Chipping Gun-1050w 2. 2 Pcs. - Heavy Duty Heat Gun-2000w-220v-dual Control Setting 3. 2 Pcs. - Impact Drill Cordless 20v 4. 2 Pcs. - Angle Grinder 850w 5. 2 Pcs. - Multipurpose Aluminum Ladder-12feet 6. 2 Pcs. - Heavy Duty Full Safety Harness-full Body 7. 2 Pcs. - Hydraulic Crimping Tool-4-70mm 8. 2 Pcs. - Fish Tape/wire Puller -65f Longx1/8inch Wide Steel 9. 2 Set - Industrial Screwdriver Sets.6pcs. Cr-v, Magnetic Tip 10. 2 Pcs. - Industrial Pliers Sets Cr-v-h 11. 2 Pcs. - Nail Gun-manuel Steel Nail Gun 12. 2 Pcs. - Gloves 13. 2 Pcs. - Holster 14. 2 Pcs. - Hammer 15. 2 Pcs. - Wire Stripper 16. 1 Pc. - Circular Saw-heavy Duty (1600watts) 17. 1 Pc. - Jigsaw 18. 2 Pcs. - Wrench Set 19. 1 Pc. - Diagonal Cutting Plier 20. 1 Pc. - Screwdriver And Precision 21. 3 Pcs. - Soldering Iron(60w) 22. 1 Pc. - Battery Drill 12v 23. 1 Pc. - Electric Drill 220v 24. 2 Pcs. - Digital Tester 25. 2 Pcs. - Multimeter Tester - Analog 26. 1 Pc. - Compact Wrench 27. 1 Pc. - Electric Blower 28. 10 Pcs. - Soldering Lead 29. 6 Pcs. - Soldering Pump 30. 2 Pcs. - Silicone Grease 31. 2 Sets - Resistor Kit (set) 32. 2 Set - Capacitors (set) 33. 1 Set - 24pcs. Heavy Duty Repair Socket Wrench ½" 34. 1 Set - 14 Pcs. Wrenches Set 35. 1 Set - 8 Pcs. Screw Drivers Set 36. 1 Set - 3 Pcs. Pliers Set 37. 1 Pc. - Jack Stand (pair) 38. 1 Pc. - 3 Tons Heavy Duty Hydraulic Floor Jack 39. 1 Pc. - Adjustable ½" Drive Click Type Torque Wrench Tool 28-210n.m W/ Sleeve 40. 1 Pc. - 1600w Silent Type 2 In 1 Compressor 24 Liters 41. 1 Pc. - Cordless Impact Wrench 1080n.m Brushless Wrench ½" Impact Heavy Duty 42. 2 Pcs. - 10l Oil Drain Pan (rubberized) 43. 1 Pc. - 3 Tons Chain Type Ratchet Puller, Pulley Windlass Lifting Large Cargo 44. 1 Pc. - 5 Tons Hydraulic Gear Puller Heavy Duty Three Claws Bearing Puller Crimp Removal Tool 45. 1 Pc. - Bench Vise With Anvil 4" Swivel Bench Table Clamp Tool Gato Workbench 46. 1 Pc. - Ball Hammer 32oz 47. 2 Pcs. - Vise Grip Heavy Duty 10" 48. 1 Pc. - 150mm Vernier Micrometer Caliper Stainless Sliding Measurement Ruler 49. 1 Set - Air Tools, Pneumatic Tool Set Air Compressor Tool Kit Garage 5 Pcs 50. 1 Pc. - Three-storey Multi-functional Mobile Vehicle Repair Tool Trolley For Workshop 51. 2 Pcs. - Welding Machine 52. 2 Pcs. - Cutting Torchs 53. 2 Pcs. - Angle Grinder-710w-4inch 54. 2 Pcs. - Hand Drill -hp1630-16mm-5/8" 55. 2 Pcs. - Cut Off Machine 14" -2350w Lot 3: Recreational Supplies Abc: Php 89,832.00 Line Item: 1. 2 Pcs. - Hand Spa Machine 2. 2 Pcs. - Foot Spa Machine 3. 6 Pcs. - Foot Scrub-gallon 4. 6 Pcs. - Foot Blush -gallon 5. 6 Gal. - Foot And Hand Lotion-gallon 6. 6 Gal. - Milky Honey Foot Moisturizing Wax- Gallon 7. 4 Set - Professional Gel Polish Set 8. 2 Set - Nail File -set Per 10 Pcs. 9. 2 Set - Finger Nail Cutter Set 10. 2 Set - Toenail Clippers Cutter Igrown Tool-dead Skin Dirt Remover Set 11. 4 Pcs. - Finger Nail Nipper 12. 4 Pcs. - Toe Nail Nipper 13. 2 Set - Pusher -set Per 3 Pcs. 14. 2 Set - Nail Brush -set Per 4 Pcs. 15. 2 Set - Toe Separator -set Per 100pcs. 16. 2 Set - Cuticle, Acetone, Merthiolate-set Per 1 Liter Eacg 17. 4 Set - Hand Towel -set Per 12 Pcs. 18. 4 Set - Nail Polish Assorted Colors-set Per 12pcs. 19. 2 Set - Nail Art Design Tool 20. 2 Pcs. - Portable Massage Bed-180x60x65 21. 2 Set - Ventosa Kit-12pcs. Glass Cupping Set 22. 5 Gal. - Massage Oil-gallon 23. 5 Gal. - Massage Lotion-gallon 24. 5 Pcs. - Table Planking Face Towel 35x35cm 25. 3 Set - Essential Oil-lavender, Peppermint, Bamboo Fresh, Cherry Blossom-500 Each Set 26. 1 Set - Acupressure Roller Kit 27. 5 Pcs. - Body Bath Towel 140x70cm 28. 3 Pcs. - Scrub Suit 29. 5 Pcs. - Adjustable Hair Wrap Headband 30. 2 Kgs. - Baby Powder-1kg 31. 2 Pcs. - Thick Massage Bed Cover With Facial Breathing 190x70cm 32. 3 Gal. - Alcohol - Gallon 33. 20 Pack - 3 Ply Pull-out Tissue Packs Lot 4: Food / Cart Supplies Abc: Php179,664.00 Line Item: 1. 3 Pcs. - Convention Microwave Oven (inverter) 2. 3 Pcs. - Stand Mixer(7lt.) 3. 300 Pcs. - Leche Flan Molder 4. 150 Pcs. - Plastic Container 500g 5. 6 Set - Non-sticky Cake Mould 3 Tier Layer (8,10,12) Round 6. 6 Pcs. - (square)baking Pan (10x10x3) (8x8x3) 7. 12 Pcs. - (aluminum) Rectangle Baking Pan (14x10x1¾) 8. 6 Pcs. - Spatula Big 9. 6 Pcs. - Can Opener 10. 12 Pcs. - Square Pan(10x10x2) 11. 12 Pcs. - Loaf Pan (6x3x2½) 12. 12 Pcs. - Loaf Pan (7x3x2½) 13. 6 Pcs. - Folded Table 14. 36 Pcs. - Chairs 15. 3 Pcs. - Fine Mesh Strainer 12" 16. 3 Pcs. - Wire Whisk 12" 17. 3 Pcs. - Turn Table 12" 18. 3 Pcs. - Measuring Cup And Spoon 19. 3 Pcs. - Nozzle Tip 20. 12 Pcs. - Plancha / Cookies Sheet 21. 3 Pcs. - Mini Donut Maker 22. 6 Pcs. - Cooling Rock Large 23. 6 Pcs. - Cup Cake Plan 24. 3 Pcs. - Kitchen Scale 25. 150 Pcs. - Leche Flan Molder (small) (round) 3x2 26. 3 Pcs. - Bread Knife (serrated) 12" 27. 3 Pcs. - Mixing Bowl 30cm 28. 3 Pcs. - Cake Spatula Stainless Set 3in1 29. 150 Pcs. - Aluminum Tray With Lid 30. 3 Pcs. - Double Burner With 11kg Gas Tank With Clamp, Regulator, And Hose 31. 2 Pcs. - Monoblock Dining Table With Monoblock Chair Set (30x30) Four-seater 32. 3 Pcs. - Wide Umbrella With Adjustable Extension Handle 40" 33. 2 Pcs. - Ice Box Chest Insulated Cooler 45liters 34. 10 Pack - Disposable Plastic Cups(6ozx50pcs.) 35. 10 Pack - Disposable Plastic Cups(10ozx50pcs.) 36. 4 Pcs. - Juice Container With Ladle 10l Capacity 37. 10 Pack - Barbecue Wooden Stick 100pcs. 38. 24 Pack - Powdered Juice 500g (gulaman, Melon, Buko Pandan) 39. 4 Pcs. - Stainless Skimmer/strainer With Long Handle 18cm 40. 4 Pcs. - Deep Frying Pan (medium) 41. 8 Pcs. - Rectangle Stainless Food Warmer Tray With Cover 32x26x8cm 42. 8 Gal. - Cane Vinegar 3.78l 43. 8 Gal. - Banana Catsup 3.2kg 44. 20 Kg. - Flour (1kg) 45. 24 Pack - Siomai (500g) 46. 24 Pack - Hotdog Jumbo (1kg) 47. 24 Pack - Kikiam 500g 48. 24 Pack - Fishball 500g 49. 24 Pack - Squidball 500g 50. 24 Pack - Chicken Ball 500g 51. 20 Gal. - Cooking Oil 3.78l 52. 16 Tray - Chicken Egg (30pcs. Large Size) 53. 3 Pcs. - Double Pocket Splash Proof Apron 54. 3 Pcs. - Kitchen Hairnet Cap 55. 5 Pcs. - Disposable Plastic Hand Gloves 100pcs. 56. 1 Pc. Cart 57. 1 Pc. Boiler (big Size) 58. 1 Pc. - Square Plastic Table With 4 Pcs. Chair 59. 1 Pc. Orocan Water Jug 22 Liters Insulated With Faucet 60. 1 Pc. 16" Stainless Steel Long Handle Soup Ladle 61. 1 Pc. - Pressure Cooker 62. 1 Pc. Stainless Steel Spoon 12 Pcs/pack 63. 1 Pc. Stainless Steel Fork 12 Pcs/pack 64. 2 Pcs. - Condiments Container 65. 1 Pack - Plastic Labo 100 Pcs. 16x24 66. 1 Pack - Plastic Cup Reusable 12 Pcs. 67. 1 Sack - Regular Milled Rice 25kgs. 68. 1 Kilo - Beef (pigue) 69. 1kilo - Beef (skin) 70. 1 Pc. - Star Anise 71. 1 Gal. - Soy Sauce 3.4 Gal. 72. 1 Lit. - Cooking Oil 1l 73. 1 Tray - Egg (medium) 74. 1 Pack - Cornstarch 75. 1 Pack - Salt 76. 1 Pack - Pepper 100g Lot 5: Fish & Meat Processing Abc: Php59,888.00 Line Item: 1. 1 Pc. Chest Freezer 3.7 Cu.ft. 2. 1 Pc. - Heavy Duty Electric Meat Grinder 3. 1 Pc. - 3 Layer Aluminum Steamer 36cm 4. 1 Pc. - Digital Weighing Scale 3okg Capacity 5. 2 Pcs. - Stainless Basin 50cm 6. 2 Pcs. - Stainless Colander Strainer 22cm 7. 2 Pcs. - Stainless Steel Ladle 20" 8. 1 Pc. - Chopping Board 26cmx36cm 9. 1 Pcs. - Medium Knife 8" 10. 3 Kg. - Red Onion 11. 3 Kg. - Garlic 12. 3 Kg. - Ginger 13. 1 Gal. - Soy Sauce 1l 14. 1 Gal. - Cane Vinegar 1l 15. 1 Gal. - Patis/fish Sauce 1l 16. 1 Gal. - Banana Catsup 3.4 Gal 17. 1 Gal. - Cooking Oil 1l 18. 1 Kilo - Groung Black Pepper 19. 5 Kilo - Salt 500grams 20. 5 Kilo - Brown Sugar 21. 10 Packs - Hotdog 500grams 22. 10 Kilo - Beef Sirloin 23. 10 Kilo - Pork Ham Lean Meat 24. 1 Pc. - Double Pocket Splashproof Apron 25. 1 Pc. - Kitchen Hairnet Cap 26. 1 Box - Disposable Plastic Hand Gloves 100pcs. 27. 30 Kgs. - Tilapia 1kg 28. 25 Kgs. - Bangus 1kg 29. 10 Kgs. - Pusit 1kg 30. 10 Kgs. - Galonggong 1kg 31. 1 Pc. - Rechargeable Digital Weighing Scale 32. 1 Pc. - Chest Freezer 3.7 Cu.ft. 33. 3 Pack - Sando Bag Medium (100pcs./pack) 34. 3 Pack - Sando Bag Large (100pcs./pack) Lot 6: Aircon & Ref Technician Abc: Php29,944.00 Line Item: 1. 2 Tank - Refrigerant R-134a (13kgs) 2. 1 Pc. - Aircon Compressor ½ 3. 5 Liters - Refrigerant Oil (per Liter) 4. 1 Pc. - Vacuum Pump 5. 1 Pc. - Gauge Manifold 6. 1 Pc. - Heavy Duty Digital Clamp Multimeter (210x75.6x30mm) 7. 1 Pc. - Digital Multimeter Tester Lot 7: Computer Repair Services Abc: Php29,944.00 Line Item: 1. 1 Pcs. - Gpu-gtx 1660 2. 1 Pc. - Cpu I7 4790 3. 1 Pc. - Hard Disk Drive 4. 1 Pc. - Solid State Drive 5. 2 Pcs. - Pcb Universal Circuit Board 10s 6. 1 Pc. - Usb Flash Drive 512gb 7. 5 Pcs. - Thermal Paste 8. 1 Pc. - Ifixit |pro Tech Toolkit 9. 2 Pcs. - Nitrile Gloves 10. 1 Pc. - Safety Goggles Glasses 11. 2 Pcs. - Anti Static Wrist Strap Clip 12. 1 Pc. - Installer Parts Network Repair Tool Kit 13. 1 Pc. - Power Supply Tester 14. 1 Pc. - Cable Tester 15. 1 Pc. Heavy Duty Pliers Tools 3pcs 16. 1 Pc. - Heavy Duty Straight Head Screwdriver Set 17. 1 Pc. - U Type Chip Extractor Machine Clip 18. 1 Pc. - Wrench Set Lot 8: Dress Making Abc: Php29,944.00 Line Item: 1. 1 Pc. - Heavy Duty Overlock /edging Sewing Machine 2. 1 Pc. - Manual Sewing Machine 3. 1 Set - Flat Iron For Clothes 4. 1 Set - Heavy Duty Adjustable Ironing Board 5. 10 Set - Gina/pongee Fabric Different Colors 6. 10 Set - Kritona Cotton Fabric Different Colors 7. 10 Set - Polyester Sewing Thread Colored 3000m 8. 10 Set - Polyester Sewing Thread White 3000m 9. 10 Set - Nylon Edging Thread White Big 10. 5 Set - Nylon Edging Thread Assorted Color 20000m 11. 5 Set - Nylon Ordinary Zipper Different Colors 12. 5 Set - Organ Sewing Needle 11 13. 5 Set - Organ Sewing Needle 18 14. 5 Set - Organ Sewing Needle 21 15. 1 Set - Tailors Chalk Red 16. 1 Roll - Garter White ¾" 36yards/roll 17. 1 Roll - Garter White ½" 36yards/roll **ntf**
Closing Date28 Oct 2024
Tender AmountPHP 988.1 K (USD 17.1 K)

DEPT OF THE AIR FORCE USA Tender

Education And Training Services
United States
Details: Sources Sought-request For Information background: the Department Of The Air Force, Air Education And Training Command (aetc) Air Force Security Assistance Training Squadron (afsat) Is Conducting Market Research To Determine Whether Capable Sources Are Available To Perform Non-personal Training Services In Support Of Foreign Military Sales (fms) A-29 Super Tucano Training. There Are Three Requests For Information Pertinent To This Rfi: (a) The First Part Is A Sources Sought For Vendor Noncommercial Training Services Support For Fms A-29 Which Includes Management, Courseware Development And Delivery Of Courseware (with Government Purpose Rights) For A-29 Aircrew Training, Maintenance Crew Training, And Any Specialized Training On The A-29 Aircraft Systems To Include Weapon Systems, Support Equipment, And Software. The Associated Noncommercial Services Training Support Is Anticipated To Be Required By The Usg Allies And Other Partner Nations. The Place Of Performance Is Undetermined, And May Be Inside And Outside Of The Continental United States (conus And Oconus). The Requirement Is Projected As An Initial Ordering Base Period Of One Year With Four Option Years With A Period Of Performance To Start On Or About September 2025. (b) The Second Is A Sources Sought To (1) Identify If There Is Any Commercially Available Training For The A-29 Iaw Current Federal Aviation Administration (faa) Approved Guidelines For Civil Aircraft; And (2) Commercially Available Training As Described In Far Part 12. (c) The Third Part Is A Sources Sought For The Potentially Capable Source To (1) Identify The Vendor’s Place Of Incorporation; As Well As (2) To Identify Training Locations (especially If Commercially Available Training As Identified In Paragraph B Above). this Sources Sought Notice/request For Information (rfi) Is For Market Research And Planning Purposes Only. The Information Obtained In Response To This Rfi Will Be Used To Help Identify Qualified, Experienced, Interested Potential Sources, And Attain A Better Understanding Of The A-29 Training Location Footprint. This Is Not A Request For Proposal (rfp). It Is Not To Be Construed As A Formal Solicitation Or As An Obligation On The Part Of The Government To Acquire Any Products Or Services. The Information Requested By This Rfi Is For Market Research Only And Will Be Used By The Air Force Multi-functional Team (mft) To Assist Planning. Any Information Provided To The Government Is Strictly Voluntary And Is Provided At No Cost To The Government. The Government Will Not Reimburse Vendors For Any Capability Package Preparation Nor Briefing Costs. For Purposes Of This Rfi, The North American Industry Classification System (naics) Code Is 611512 – Flight Training, Small Business Size Standard Is $34m. note: The Usg Is Specifically Requesting Information By Vendors Regarding Their Capability To Perform Training On The A-29 Aircraft. The Government Reserves The Right To Determine The Acquisition Approach, To Include Sole Source, A Small Business Set-aside Or Whether A Small Business Socio Economic Approach Authorized By Statute Would Be More Appropriate Based On Responses To This Notice. The Government Also Reserves The Right To Issue A Solicitation To Any Country Requested Specific Source For A-29 Training, As An International Agreement For Competitive Restriction (iacr), Pursuant To 10 U.s.c. 3204(e)(4)(e). Additional Information Or Updates Regarding This A-29 Training Support Services Requirement Will Be Posted On The General Services Administration System For Award Management (sam.gov) Https://sam.gov/content/home Website. Interested Parties Are Encouraged To Check This Website Regularly For Any Changes Or Updates. Interested Parties Capable Of Providing Any Of The Training Support Services Sought Are Instructed To Add Their Information To The Interested List, Add This Notice To Their Following List, And Submit A Capability Statement In Response To This Rfi: Fms A-29 Training Sources Sought Notice. description: the Service Provider Shall Be Required To Provide A-29 Aircrew Training Management; Develop And Deliver With Government Purpose Rights A-29 Courseware Necessary For Training Usg, Usg Allies, And Partner Nation On A-29 Air Ground Support, And Maintenance Crews; Provide A-29 Pilot Flight And Maintenance Training And Provide Associated Logistical Support. A-29 Training Objectives Are To Train Usg, Usg Allies, And Partner Nation Air And Ground Support Crew On Initial, Conversion, And Possibly Mission Qualification On The Country-specific A-29 Configuration. Instruction For A-29 Aircrew Will Include Academic, Simulation, And Pilot Flight Training On The A-29. The Training May Include And Is Not Limited To A Combination Of Electronic Courseware, Classroom Academics, Aircrew Training Devices, And Pilot Flight Training As Described Below In The Following Paragraphs. the Service Provider Will Be Requested To Develop, Produce, And Deliver, With Government Purpose Rights, New A-29 Aircrew/maintenance Courseware And Aircrew/maintenance Materials Used For Instruction Of Usg And Allied/partner Nation A-29 Aircrews. Courseware Development Requires Access To Original Equipment Manufacturer (oem) Technical Data And/or/country Specific Technical Orders (cstos). Courseware Must Be Compatible With Oem Equipment. Changes In Technical Data May Drive Future Changes. (oconus) Country-provided Equipment, Infrastructure And Facilities Will Be Available Except Common Instructional Equipment Not Peculiar To A-29 Training. (conus) Other Than Country Specific Requirements, It Will Be Incumbent Upon The Contractor To Acquire The Information, Equipment, Property, And Services Required To Perform Training On The A-29. technical Orders (to) Deemed Necessary For Course Development May Be Delivered To The Usg And May Be Available As Government Furnished Information (gfi) At The Award Of A Task Order At A Future Date. If Your Company Has Any Relationships, Agreements Or Partnerships To Allow For Accessibility Of A-29 Tos Outside Of Government Furnished Information, Please Identify In Your Response. if Usg Courseware Is Available And Releasable It Will Be Provided To The Contractor. At This Time, None Has Been Identified. as An Air Force Training Organization, The Government's Courseware Requirement Is To Be Delivered Either As A Special Work For Hire, Or A Minimum Of Government Purpose Rights For Each Course. Industry Is Encouraged To Identify Any Alternative Approaches In A Capability Statement And Identify Any Underlying License(s) With An Approximate Cost Savings, Per Country, For The Approach. the United States Government Reserves The Right To Add Additional Training Courses As Required To Facilitate Usg And Allied/partner Nation Training On The A-29. Anticipated Courses/courseware, For Capability Statement, Include The Following: a. Pilot Initial Qualification Courses b. Pilot Mission Qualification Courses c. Aircrew Ground Training Courses d. Basic Maintenance Courses (avionics/electrical, Airframe & Powerplant, Egress/weapons, Supply Chain Management And Am2 Records Management Database) In Multiple Levels (e.g. Usaf 3-, 5-, 7-level) all Actual Pilot Flight Operations Must Meet The Requirements Of Defense Contract Management Agency (dcma) Instruction 8210.1c (afi 10-220). The Contractor Should Demonstrate That It Can Maintain Documentation Per Dcma Instruction 8210.1c For All Aircrew Instructors And Will Provide To The Usg Documentation Requested At Any Time During The Performance Of The Training Support Service. contractor Aircrew Instructors: Contractor Should Demonstrate That It Has The Ability To Acquire Instructor Pilots Who Are Previously Qualified Within Three Years Of Currency (last Pilot Flight). Qualified Instructors Shall Have Two Years Of Experience As Pilot Flight Instructors In Either A Military Or Civilian Capacity. Aircrew Academic And Simulator Instructors Must Be Fully Qualified Instructor Aircrew Who Have Been Qualified In A-29 Operations Within Four Years. Contractor Maintenance Instructors Shall Have At Least Two Years Of Experience As A-29 Instructors. Anticipated Instructor Requirements, To Be Addressed In Capabilities, Include And Are Not Limited To: a. A-29 Instructor Pilot (rated) b. A-29 Avionics Maintenance Instructor c. A-29 Airframe And Powerplant Maintenance Instructor d. A-29 Egress And Weapons Maintenance Instructor e. Supply Chain Management (avpro System) And Am2 Records Management Database Instructor f. A-29 Aircrew Ground Training Instructor interested Parties Capable Of Providing Any Of The Training Support Service Sought Should Submit A Capability Statement To Include Specific Technical Background Information Describing Their Organization's Experience And Expertise In Fms Aircrew Training Services Requiring Similar Management/courseware Development Pilot Flight Training/logistical Efforts. At A Minimum The Following Information Is Requested: oconus Training Will Be Incumbent Upon The Contractor To Secure Any Required Country Specific Approvals To Live And/or Work In The Partner Nation. conus All Infrastructure And Facilities For Conus Training Will Be Provided By The Offeror And Will Not Be Facilitated By Or Furnished By The Government. industry Survey Questions: general Survey Instructions: - Please Indicate When Citing Examples Of Past Performance Your Specific Companies’ Tasks In That Past Performance, The Contract Number, And Government Point Of Contact. - When Describing Possible Teaming/partnership Arrangements To Fulfill This Requirement Please Indicate If The Agreement Is Already In Place Or A Long-standing Relationship. - If Any Part Of Your Responses Is Currently Being Executed By Your Organization Commercially As Described In Far Part 12 Please Indicate As Such. (1) Company Name, Address, Point Of Contact, Telephone Number, E-mail Address, Commercial And Government Entity (cage) Code, Data Universal Numbering System (duns) Number, Sam Unique Entity Id, Place Of Incorporation And Training Locations (especially If Commercially Available Training); (2) Approximate Annual Gross Revenue; (3) Business Size (other Than Small Business Or Small Business). (4) If You Indicated Your Business Size As “small Business”, If Applicable, Specify Small Business Socioeconomic Program Status – [small Disadvantaged Business (sdb), 8(a)-certified Small Disadvantaged Business, Historically Underutilized Business Zone (hubzone) Small Business, Veteran-owned Small Business (vosb), Service-disabled Veteran-owned Small Business (sdvosb), Woman-owned Small Business (wosb)]; (5) Describe The Role Your Company Will Play In The Performance Of The A-29 Training Service Sought (prime Contractor, Subcontractor, Other: Please Explain); (6) If You Indicated Your Company’s Role As "prime Contractor" Please Provide Information Demonstrating The Capability To Mobilize And Manage Internationally, And Finance The Support Service Sought; (7) If You Indicated Your Company’s Role As "prime Contractor", Specify The Functions For Which You Plan To Use Subcontractors To Include Estimated Small Business Subcontracting Goals And Rationale. (8) If You Indicated Your Company’s Role As "subcontractor", Please Indicate Which Functional Areas You Intend To Cover; (9) Specify Whether Your Company Primarily Conducts Business In The Commercial Or Government Sector; (10) Provide Information On Any Commercial Or Government Sector Support Services Your Organization Has Performed That Are Similar To The Support Service Sought; (11) Identify Which Naics Code(s) Your Company Usually Performs; (12) Describe Your Company’s Expertise/experience In Maintaining Documentation Per Dcma Instruction 8210.1c For All Aircrew Instructors And How It Is Provided To The Usg; (13) Describe Your Company’s Capability To Provide Expertise In A-29 Courseware Development, Production And Ability To Deliver Such Courseware With Government Purpose Rights Or Describe An Alternative Approach Which Identifies Any Cost Savings Along With Any Required Underlying License(s). (indicate If Your Company Currently Has Any A-29 Courseware Available) (14) Provide A Plan To Develop A-29 Aircrew Training Academic Courseware. Note: Benchmark Timelines For Courseware Development Are Critically Important To Training Mobilization. (15) Describe Your Company’s Capability To Provide A-29 Pilot Flight Simulation Training, If Required, That Replicates A-29 Pilot Flight Characteristics And Capabilities Using Your Organization’s Training Device. (16) Provide A Plan To Recruit And Employ Trained And Qualified A-29 Variant Instructor Pilots. Employees Shall Be Within Three Years Of Currency (last Pilot Flight) To Qualify For Positions As A-29 Aircrew Pilot Flight Instructors, And Within Four Years Pilot Flight Currency For Academic And Simulator Instructors. [note: There May Be Restrictions On Mobilization Locations Of Instructors That Currently Hold An Armed Forces Commission And/or Under A Current Enlistment In Any Branch Of Service] (17) Provide A Plan To Recruit And Employ Trained And Qualified Support Personnel, To Include But Not Limited To, Schedulers, A-29 Brief/debrief System Operators, Drivers, Lesson Management System Administrators, Aircrew Records Management System Administrators. [note: There May Be Restrictions On Mobilization Locations Of Instructors That Currently Hold An Armed Forces Commission And/or Under A Current Enlistment In Any Branch Of Service] (18) Explain Your Organization’s Understanding Of Export Control Laws (third Party Transfer/technical Assistance Agreements), The Business Acumen, Etiquette, Culture, Practices Of Conducting Business Internationally. Elaborate On The Trade Regulations, Customs, Standards, Agreements, Labor Laws, Visa Requirements, Transportation, Lodging, Tariffs (value-added Tax) And other Unique Circumstances Affecting A Service Provider’s Ability To Perform The Support Services Sought In Internationally. (19) Describe Your Company’s Expertise/experience In Mobilizing Personnel To Foreign Nations For Short (2-4 Months), Moderate (4-8 Months), And Extended Periods (8-12 Months) Of Time With Minimal To No Assistance Of The Usg. (20) Provide Capability To Support An Undetermined Minimum Ordering Period And With Performance Starting September 2025 (21) Provide Recommended Type Of Contract And Rationale. (22) Provide The Minimum Period Of Performance Your Company Is Able To Support In The Event A Requirement Or Funding Is Limited, And Services Are Purchased For A Shorter Period Of Performance (for Example: The Contract Only Provides Funding For Six Months Of Service). (23) Provide Confirmation Whether Your Company Can Provide All Services Or Any Service. Provide Rationale For Capability To Provide All Required Services Or Capability To Provide Any Service Identified. (24) Provide A List Of Assumptions With Descriptions Regarding Your Company’s Submission. (25) Provide Information For Person(s) Participating In A Potential Virtual Industry Day. [note: Based Upon The Information Provided In This Sources Sought And Participation Of Industry Day The Government May Elect To Conduct A Site Visit To All, Few Or None Of The Information Offerors] (26) How Familiar Are You With The International Traffic In Arms Regulation (itar) Guidance/process? please Limit The Capability Statement To No More Than 26 Single-sided, Type-written Pages Using Font Size 12. Extravagant Formatting Is Not Required Nor Desired. Paragraph Numbering To Coincide With The Above Requested Information Is Preferred. any Questions Regarding This Posting Must Be Submitted Via Email As Soon As Possible But No Later Than Noon Cst On 25 Oct 2024 In Order To Allow Answers To Questions To Be Publicly Posted Before The Response Date. Questions Containing Proprietary Information Must Be Identified To Prevent Release To The Public Via Posting On The General Services Administration System For Award Management (sam.gov) Https://sam.gov/content/home Website. Please Do Not Call The Contracting Office For Information; Email Questions To Avoid Any Misunderstanding Or Confusion And Help Eliminate Duplicate Questions. the Primary Point Of Contact For This Rfi Is Matthew Deleon. Contact With Other Government Personnel Regarding This Rfi Is Not Permitted. If Your Organization Is Capable Of Providing The Training Support Service Described Above, Please Electronically Submit The Requested Information By The Specified Due Dates To Matthew Deleon Via Email: Matthew.deleon.3@us.af.mil (courtesy Copy Gerardo Martinez Via Email: Gerardo.martinez@us.af.mil). information Requested Due Dates And Timeline: industry Questions For Afsat Nlt: 25 Oct 2024 afsat Response To Questions Nlt: 08 Nov 2024 capability Statements: 22 Nov 2024 note: Any Changes To Due Dates And Timeline Will Be Updated If Applicable definitions: far 2.101: Commercial Product Means—(1) A Product, Other Than Real Property, That Is Of A Type Customarily Used By The General Public Or By Nongovernmental Entities For Purposes Other Than Governmental Purposes, And–(i) Has Been Sold, Leased, Or Licensed To The General Public; Or (ii) Has Been Offered For Sale, Lease, Or License To The General Public; (2) A Product That Evolved From A Product Described In Paragraph (1) Of This Definition Through Advances In Technology Or Performance And That Is Not Yet Available In The Commercial Marketplace, But Will Be Available In The Commercial Marketplace In Time To Satisfy The Delivery Requirements Under A Government Solicitation; (3) A Product That Would Satisfy A Criterion Expressed In Paragraph (1) Or (2) Of This Definition, Except For-(i) Modifications Of A Type Customarily Available In The Commercial Marketplace; Or (ii) Minor Modifications Of A Type Not Customarily Available In The Commercial Marketplace Made To Meet Federal Government Requirements. “minor Modifications” Means Modifications That Do Not Significantly Alter The Nongovernmental Function Or Essential Physical Characteristics Of An Item Or Component, Or Change The Purpose Of A Process. Factors To Be Considered In Determining Whether A Modification Is Minor Include The Value And Size Of The Modification And The Comparative Value And Size Of The Final Product. Dollar Values And Percentages May Be Used As Guideposts, But Are Not Conclusive Evidence That A Modification Is Minor; (4) Any Combination Of Products Meeting The Requirements Of Paragraph (1), (2), Or (3) Of This Definition That Are Of A Type Customarily Combined And Sold In Combination To The General Public; (5) A Product, Or Combination Of Products, Referred To In Paragraphs (1) Through (4) Of This Definition, Even Though The Product, Or Combination Of Products, Is Transferred Between Or Among Separate Divisions, Subsidiaries, Or Affiliates Of A Contractor; Or (6) A Nondevelopmental Item, If The Procuring Agency Determines The Product Was Developed Exclusively At Private Expense And Sold In Substantial Quantities, On A Competitive Basis, To Multiple State And Local Governments Or To Multiple Foreign Governments. far 2.101: Commercial Service Means—(1) Installation Services, Maintenance Services, Repair Services, Training Services, And Other Services If–(i) Such Services Are Procured For Support Of A Commercial Product As Defined In This Section, Regardless Of Whether Such Services Are Provided By The Same Source Or At The Same Time As The Commercial Product; And (ii) The Source Of Such Services Provides Similar Services Contemporaneously To The General Public Under Terms And Conditions Similar To Those Offered To The Federal Government; (2) Services Of A Type Offered And Sold Competitively In Substantial Quantities In The Commercial Marketplace Based On Established Catalog Or Market Prices For Specific Tasks Performed Or Specific Outcomes To Be Achieved And Under Standard Commercial Terms And Conditions. For Purposes Of These Services–(i) Catalog Price Means A Price Included In A Catalog, Price List, Schedule, Or Other Form That Is Regularly Maintained By The Manufacturer Or Vendor, Is Either Published Or Otherwise Available For Inspection By Customers, And States Prices At Which Sales Are Currently, Or Were Last, Made To A Significant Number Of Buyers Constituting The General Public; And (ii) Market Prices Means Current Prices That Are Established In The Course Of Ordinary Trade Between Buyers And Sellers Free To Bargain And That Can Be Substantiated Through Competition Or From Sources Independent Of The Offerors; Or (3) A Service Referred To In Paragraph (1) Or (2) Of This Definition, Even Though The Service Is Transferred Between Or Among Separate Divisions, Subsidiaries, Or Affiliates Of A Contractor.
Closing Date22 Nov 2024
Tender AmountRefer Documents 

National Research Council Canada Tender

Machinery and Tools
Canada
Description: 24-58181 Diamond Windows - Statement Of Requirement The National Research Council Canada’s (nrc) Aerospace Research Centre (aero) Has A Requirement For Two (2) Identical Diamond Disks (diamond Windows) For Delivery To Ottawa On. The Diamond Windows Are Required As A Part Of Aircraft Installation Of A Far-infrared Radiometer. The Aircraft Is Pressurized, So There Has To Be A Window Separating The Instrument Optical Front-end From The Ambient Atmosphere. One Disk Will Serve As Such A Window For The Instrument’s Optical Path. The Second, Identical Disk Will Be Subjected To Mechanical Tests Required For The Airworthiness Certification Of The Installation. Part 1 - General Information 1.1 Security Requirements There Is No Security Requirement Associated With The Requirement. 1.2 Statement Of Requirement To Provide Two (2) Identical Diamond Disks (diamond Windows) In Accordance With The Detailed Statement Of Requirement Attached As Annex A. 1.3 Debriefings Bidders May Request A Debriefing On The Results Of The Bid Solicitation Process. Bidders Should Make The Request To The Contracting Authority Within 15 Working Days From Receipt Of The Results Of The Bid Solicitation Process. The Debriefing May Be In Writing, By Telephone Or In Person. Part 2 - Bidder Instructions 2.1 Standard Instructions, Clauses And Conditions All Instructions, Clauses And Conditions Identified In The Bid Solicitation By Number, Date And Title Are Set Out In The Standard Acquisition Clauses And Conditions Manual (https://canadabuys.canada.ca/en/how-procurement-works/policies-and-guidelines/standard-acquisition-clauses-and-conditions-manual) Issued By Public Works And Government Services Canada. Although The Canadabuys Site Describes The Clauses And Conditions As Archived, The Clauses And Conditions Are Valid. The Government Of Canada Is In The Process Of Updating All Contract Templates. Until The New Process Is In Effect, Nrc Will Be Using The Clauses And Conditions Labelled As Archived. To Access The Various Clauses And Conditions, Please Follow The Instructions Below. You Are Invited To Submit One (1) Electronic Technical Bid And One (1) Electronic Financial Bid In Two Separate Attachments To Fulfil The Following Requirement Forming Part Of This Request For Proposal (rfp). One Attachment Must Be Clearly Marked ‘technical Bid’ And The Other Attachment Must Be Marked ‘financial Bid’. All Financial Information Must Be Fully Contained In The Financial Bid, And Only In The Financial Bid. Bidders Who Provide Financial Information In The Technical Bid Will Be Disqualified. All Bids Should Include The Front Page Of This Rfp Duly Completed. 2010a (2022-12-01), General Conditions - Goods (medium Complexity), Apply To And Form Part Of The Contract. Bidders Who Submit A Bid Agree To Be Bound By The Instructions, Clauses And Conditions Of The Bid Solicitation And Accept The Clauses And Conditions Of The Resulting Contract. Bids Submitted Must Be Valid For Not Less Than Sixty (60) Calendar Days From The Closing Date Of The Request For Proposal (rfp). 2.1.1 It Is The Bidder's Responsibility To: (a) Return A Signed Copy Of The Bid Solicitation, Duly Completed, In The Format Requested; (b) Direct Its Bid Only To The Bid Receiving Address Specified Under 2.3 Submission Of Bids; (c) Ensure That The Bidder's Name, The Bid Solicitation Reference Number, And Bid Solicitation Closing Date And Time Are Clearly Visible; (d) Provide A Comprehensive And Sufficiently Detailed Bid, Including All Requested Pricing Details, That Will Permit A Complete Evaluation In Accordance With The Criteria Set Out In The Bid Solicitation. Timely And Correct Transmission Of Bids To The Specified Bid Email Address Is The Sole Responsibility Of The Bidder. The National Research Council Canada (nrc) Will Not Assume Or Have Transferred To It Those Responsibilities. All Risks And Consequences Of Incorrect Transmission Of Bids Is The Responsibility Of The Bidder. 2.1.2 Bids May Be Accepted In Whole Or In Part. The Lowest Or Any Bid Will Not Necessarily Be Accepted. In The Case Of Error In The Extension Of Prices, The Unit Price Will Govern. Nrc May Enter Into Contract Without Negotiation. 2.1.3 While Nrc May Enter Into Contract Without Negotiation, Canada Reserves The Right To Negotiate With Bidders On Any Procurement. 2.1.4 Notwithstanding The Bid Validity Period Stipulated In This Solicitation, Canada Reserves The Right To Seek An Extension From All Responsive Bidders, Within A Minimum Of Three (3) Days Prior To The End Of Such Period. Bidders Shall Have The Option To Either Accept Or Reject The Extension. 2.1.5 If The Extension Referred To Above Is Accepted, In Writing, By All Responsive Bidders, Canada Will Continue With The Evaluation Of The Bids And Its Approval Processes. 2.1.6 If The Extension Referred To Above Is Not Accepted, In Writing, By All Responsive Bidders, Canada Will, At Its Sole Discretion, Either Continue To Evaluate The Bids Of Those Who Have Accepted The Extension And Seek The Necessary Approvals; Or Cancel The Solicitation; Or Cancel And Reissue The Solicitation. 2.2 Condition Of Material – Bid Material Supplied Must Be New And Conform To The Latest Issue Of The Applicable Drawing, Specification And/or Part Number That Is In Effect On The Bid Solicitation Closing Date. 2.3 Submission Of Bids Bids Must Be Submitted Only Electronically To The National Research Council Canada (nrc) Bid Receiving Email Address, No Later Than 14:00 Edt (nrc's Server Time), October 22, 2024, To The Following Nrc Email Address: Nrc.bidreceiving-receptiondessoumissions.cnrc@nrc-cnrc.gc.ca The Nrc Has Restrictions On Incoming E-mail Messages. The Maximum E-mail Message Size Including All File Attachments Must Not Exceed 10mb. Zip Files Or Links To Bid Documents Will Not Be Accepted. Incoming E-mail Messages Exceeding The Maximum File Size And/or Containing Zip File Attachments Will Be Blocked From Entering The Nrc E-mail System. A Bid Transmitted By E-mail That Gets Blocked By The Nrc E-mail System Will Be Considered Not Received. Bids Must Not Be Sent Directly To The Contracting Authority. All Submitted Bids Become The Property Of Nrc. Due To The Nature Of The Bid Solicitation, Hard Copy Bids (paper Or Soft Copies On Media) And Bids Transmitted By Facsimile To Nrc Will Not Be Accepted. 2.4 Late Bids All Risks And Consequences Of Incorrect Delivery Of Electronic Bids Are The Responsibility Of The Bidder. The National Research Council Canada Will Not Be Responsible For Late Bids Received At Destination After The Closing Date And Time, Even If It Was Submitted Before. Electronic Bids Received After The Indicated Closing Time Based On Nrc Servers’ Received Time Will Be Irrevocably Rejected. Bidders Are Urged To Send Their Bid In Sufficient Time, In Advance Of The Closing Time To Reduce Any Technical Issues. The National Research Council Canada Will Not Be Held Responsible For Bids Sent Before Closing Time But Received By The Nrc Servers After The Closing Time. 2.5 Enquiries - Bid Solicitation All Enquiries Must Be Submitted In Writing To The Contracting Authority No Later Than Five (5) Calendar Days Before The Bid Closing Date. Enquiries Received After That Time May Not Be Answered. To Ensure The Equality Of Information Among Bidders, Responses To General Enquiries Will Be Made Available To All Bidders Unless Such Publications Would Reveal Proprietary Information. The Bidder Who Initiates The Question Will Not Be Identified. Technical Questions That Are Considered Proprietary By The Bidder Must Be Clearly Identified. Nrc Will Respond Individually To The Bidder If It Considers The Questions Proprietary. If Nrc Does Not Consider The Question Proprietary, The Bidder Submitting It Will Be Allowed To Withdraw The Question, Or Have The Question And Answer Made Available Through The Open Bidding System (obs) To All Bidders. Bidders Who Attempt To Obtain Information Regarding Any Aspect Of This Rfp During The Solicitation Period Through Any Nrc Contacts Other Than The Contracting Authority Identified Herein, May Be Disqualified (for That Reason Alone). It Is The Responsibility Of The Bidder To Obtain Clarification Of The Requirement Contained Herein, If Necessary, Prior To Submitting Its Proposal. The Bidder Must Have Written Confirmation From The Contracting Authority For Any Changes, Alterations, Etc., Concerning This Rfp. Bidders Should Reference As Accurately As Possible The Numbered Item Of The Bid Solicitation To Which The Enquiry Relates. Care Should Be Taken By Bidders To Explain Each Question In Sufficient Detail In Order To Enable Canada To Provide An Accurate Answer. Technical Enquiries That Are Of A Proprietary Nature Must Be Clearly Marked "proprietary" At Each Relevant Item. Items Identified As "proprietary" Will Be Treated As Such Except Where Canada Determines That The Enquiry Is Not Of A Proprietary Nature. Canada May Edit The Question(s) Or May Request That The Bidder Do So, So That The Proprietary Nature Of The Question(s) Is Eliminated, And The Enquiry Can Be Answered To All Bidders. Enquiries Not Submitted In A Form That Can Be Distributed To All Bidders May Not Be Answered By Canada. 2.6 Applicable Laws Any Resulting Contract Must Be Interpreted And Governed, And The Relations Between The Parties Determined, By The Laws In Force In Ontario. Bidders May, At Their Discretion, Substitute The Applicable Laws Of A Canadian Province Or Territory Of Their Choice Without Affecting The Validity Of Their Bid, By Deleting The Name Of The Canadian Province Or Territory Specified And Inserting The Name Of The Canadian Province Or Territory Of Their Choice. If No Change Is Made, It Acknowledges That The Applicable Laws Specified Are Acceptable To The Bidders. 2.7 Bid Challenge And Recourse Mechanisms (a) Several Mechanisms Are Available To Potential Suppliers To Challenge Aspects Of The Procurement Process Up To And Including Contract Award. (b) Canada Encourages Suppliers To First Bring Their Concerns To The Attention Of The Contracting Authority. The Canadabuys Website, Under The Heading “following Up On A Bid” Contains Information On Potential Complaint Bodies Such As: • Office Of The Procurement Ombud (opo) • Canadian International Trade Tribunal (citt) (c) Suppliers Should Note That There Are Strict Deadlines For Filing Complaints, And The Time Periods Vary Depending On The Complaint Body In Question. Suppliers Should Therefore Act Quickly When They Want To Challenge Any Aspect Of The Procurement Process. 2.8 Review Of Complaint The Office Of The Procurement Ombud (opo) Was Established By The Government Of Canada To Provide An Impartial, Independent Venue For Canadian Bidders To Raise Complaints Regarding The Award Of Certain Federal Contracts Under $33,400 For Goods And $133,800 For Services. If You Have Concerns Regarding The Award Of A Federal Contract Below These Dollar Amounts, You May Contact Opo By E-mail At Opo.boa@opo-boa.gc.ca, By Telephone At 1-866-734-5169, Or By Web At Www.opo-boa.gc.ca. Part 3 - Bid Preparation Instructions 3.1 Bid Preparation Instructions Canada Requests That The Bidder Submits Its Bid In Separate Attachment Sections (when Applicable) As Follows: Section I: Technical Bid Section Ii: Financial Bid (prices Must Appear In The Financial Bid Only. No Prices Must Be Indicated In Any Other Section Of The Bid.) Section Iii: Certifications There Shall Be No Payment By The National Research Council (nrc) For Costs Incurred In The Preparation And Submission Of Proposals In Response To This Request. No Payment Shall Be Made For Costs Incurred For Clarification(s) And/or Demonstration(s) That May Be Required By Nrc. The National Research Council Reserves The Right To Reject Any Or All Proposals Submitted, Or To Accept Any Proposal In Whole Or In Part Without Negotiation. A Contract Will Not Necessarily Be Issued As A Result Of This Competition. Nrc Reserves The Right To Amend, Cancel Or Reissue This Requirement At Any Time. In April 2006, Canada Issued A Policy Directing Federal Departments And Agencies To Take The Necessary Steps To Incorporate Environmental Considerations Into The Procurement Process Policy On Green Procurement (https://www.tbs-sct.gc.ca/pol/doc-eng.aspx?id=32573). To Assist Canada In Reaching Its Objectives, Bidders Should: 1) Include All Environmental Certification(s) Relevant To Your Organization (e.g., Iso 14001, Leadership In Energy And Environmental Design (leed), Carbon Disclosure Project, Etc. 2) Include All Environmental Certification(s) Or Environmental Product Declaration(s) (epd) Specific To Your Product/service (e.g., Forest Stewardship Council (fsc), Energystar, Etc.) Canada Is Committed To Greening Its Supply Chain. Environmentally Preferable Goods And Services Are Those That Have A Lesser Or Reduced Impact On The Environment Over The Life Cycle Of The Good Or Service, When Compared With Competing Goods Or Services Serving The Same Purpose. Environmental Performance Considerations Include, Among Other Things: The Reduction Of Greenhouse Gas Emissions And Air Contaminants; Improved Energy And Water Efficiency; Reduced Waste And Support Reuse And Recycling; The Use Of Renewable Resources; Reduced Hazardous Waste; And Reduced Toxic And Hazardous Substances. In Accordance With The Policy On Green Procurement (https://www.tbs-sct.gc.ca/pol/doc-eng.aspx?id=32573), For This Solicitation: - Bidders Are Encouraged To Offer Or Suggest Green Solutions Whenever Possible. - Bidders Are Requested To Provide All Correspondence Including (but Not Limited To) Documents, Reports And Invoices In Electronic Format Unless Otherwise Specified By The Contracting Authority Or Project Authority, Thereby Reducing Printed Material. - Bidders Should Recycle (shred) Unneeded Copies Of Non-classified/secure Documents (taking Into Consideration The Security Requirements). - Product Components Used In Performing The Services Should Be Recyclable And/or Reusable, Whenever Possible. - Bidders Are Encouraged To Offer Goods And/or Services Certified To A Reputable Eco-label. - Bidders Should Use Equipment That Has High Energy Efficiency Or Produces Low Air Emissions. - Bidders Are Encouraged To Offer Environmentally Preferred Products Which Supports A Sustainable Environment For Nature And Wildlife. - Bidders Are Encouraged To Offer Environmentally Preferred Products Which Ensure The Comfort And Air Quality Of Building Occupants. Bidders Are Encouraged To Consult The Following Websites: Https://www.tpsgc-pwgsc.gc.ca/app-acq/ae-gp/index-eng.html Https://www.tpsgc-pwgsc.gc.ca/app-acq/ae-gp/rle-glr-eng.html Section I: Technical Bid In Their Technical Bid, Bidders Should Explain And Demonstrate How They Propose To Meet The Requirements And How They Will Carry Out The Work. Section Ii: Financial Bid (a) Pricing: Bidders Must Submit Their Financial Bid In Accordance With The Basis Of Payment Including Annex B – Basis Of Payment. The Applicable Taxes Must Be Indicated Separately. (b) All Costs To Be Included: The Financial Bid Must Include All Costs For The Requirement Described In The Bid Solicitation For The Entire Contract Period. The Identification Of All Necessary Equipment, Software, Peripherals, Cabling And Components Required To Meet The Requirements Of The Bid Solicitation And The Associated Costs Of These Items Is The Sole Responsibility Of The Bidder. (c) Blank Prices: Bidders Are Requested To Insert “$0.00” For Any Item For Which It Does Not Intend To Charge Or For Items That Are Already Included In Other Prices Set Out In The Tables. If The Bidder Leaves Any Price Blank, Canada Will Treat The Price As “$0.00” For Evaluation Purposes And May Request That The Bidder Confirm That The Price Is, In Fact, $0.00. No Bidder Will Be Permitted To Add Or Change A Price As Part Of This Confirmation. Any Bidder Who Does Not Confirm That The Price For A Blank Item Is $0.00 Will Be Declared Non-responsive. 3.1.1 Electronic Payment Of Invoices – Bid Payments From The National Research Council Canada (nrc) Are Made By Electronic Payment. Direct Deposit Payments Will Be Made In Canadian Dollars And Can Only Be Deposited Into Canadian Bank Accounts. Only Bank Accounts Outside Of Canada Are Eligible To Enroll As A Wire Transfer Payment Method. 3.1.2 Exchange Rate Fluctuation The Requirement Does Not Offer Exchange Rate Fluctuation Risk Mitigation. Requests For Exchange Rate Fluctuation Risk Mitigation Will Not Be Considered. All Bids Including Such Provision Will Render The Bid Non-responsive. Section Iii: Certifications Bidders Must Submit The Certifications And Additional Information Required Under Part 5. Part 4 - Evaluation Procedures And Basis Of Selection 4.1 Evaluation Procedures (a) Bids Will Be Assessed In Accordance With The Entire Requirement Of The Bid Solicitation Including Technical, Financial, And Evaluation Criteria. (b) An Evaluation Team Composed Of Representatives Of Canada Will Evaluate The Bids. 4.1.1 Technical Evaluation Proposals Will Be Assessed In Accordance With The Mandatory Evaluation Below. Bidders Shall Provide A Detailed Response To Each Criterion. Nrc Reserves The Right To Verify Any And All Information Provided By The Bidder In Their Proposal. 4.1.1.1 Mandatory Technical Criteria The Following Requirements Are The Mandatory Technical Evaluation Criteria Which Will Be Evaluated During The Bid Evaluation. In Addition, The Contractor Will Be Required To Meet All Of The Mandatory Technical Requirements For The Duration Of The Contract. Bidders Are Requested To Cross Reference The Mandatory Technical Criteria In A Concise Format By Using Page, Paragraph(s) & Sub-paragraphs As Applicable To Their Supporting Technical Documentation. The Diamond Windows (disks) Must Meet All Of The Following Mandatory Technical Evaluation Criteria (criteria). Bidders Must Demonstrate Their Compliance With All Of The Criteria By Providing Substantial Information Describing Completely And In Detail How Each Requirement Is Met Or Addressed. Item Criteria Required Substantiation Bidder Must Indicate How They Meet The Performance Specification By Recording This Information In This Column Reference To Substantiation In The Technical Bid. In This Column, Bidders Must Cross-reference Where This Performance Specification Is Indicated In Their Supporting Documents M1 The Disks Must Be Made Of Optical Grade Cvd Diamond And Must Have Laser Cut Edges M2 The Disks Must Have A Round Geometry And Must Have Diameter Of 89 Mm Plus-minus 0.1 Mm M3 The Disks Must Have Thickness Of 1.35 Mm Plus-minus 0.1 Mm M4 The Disks Must Have Surface Figure Under 6fringes Pv (side 1 & 2) And Must Have Surface Roughness Ra Under 10nm (side 1 & 2) M5 The Disks Sides Must Be Parallel With Wedge Under 6 Arc Min. 4.1.2 Financial Evaluation The Financial Evaluation Will Be Conducted By Calculating The Total Aggregated Cost Of The Fixed Price For The Initial Requirement And The Optional Requirement Requested In Accordance With The Pricing Tables Provided In Annex B – Basis Of Payment. Evaluation Of Price - Bid The Price Of The Bid Will Be Evaluated In Canadian Dollars, Applicable Taxes Excluded, Dap ‘delivered At Place’ Ottawa On Incoterms® 2020, Canadian Customs Duties And Excise Taxes Excluded. Applicable Sales Tax: The Gst, Pst, Qst Or Hst, Whichever Is Applicable, Shall Be Considered An Applicable Tax For The Purposes Of This Rfp And Extra To The Price Herein. The Amount Of Applicable Sales Tax Shall Be Disclosed And Shown As A Separate Item. 4.2 Basis Of Selection Mandatory Technical Criteria A Bid Must Comply With The Requirements Of The Bid Solicitation And Meet All Mandatory Technical Evaluation Criteria To Be Declared Responsive. The Responsive Bid With The Lowest Evaluated Price Will Be Recommended For Award Of A Contract. Part 5 – Certifications And Additional Information Bidders Must Provide The Required Certifications And Additional Information To Be Awarded A Contract. The Certifications Provided By Bidders To Canada Are Subject To Verification By Canada At All Times. Unless Specified Otherwise, Canada Will Declare A Bid Non-responsive, Or Will Declare A Contractor In Default If Any Certification Made By The Bidder Is Found To Be Untrue Whether Made Knowingly Or Unknowingly, During The Bid Evaluation Period Or During The Contract Period. The Contracting Authority Will Have The Right To Ask For Additional Information To Verify The Bidder’s Certifications. Failure To Comply And To Cooperate With Any Request Or Requirement Imposed By The Contracting Authority Will Render The Bid Non-responsive Or Constitute A Default Under The Contract. 5.1 Certifications Required With The Bid Bidders Must Submit The Following Duly Completed Certifications As Part Of Their Bid. 5.1.1 Integrity Provisions - Declaration Of Convicted Offences In Accordance With The Integrity Provisions Of The Standard Instructions, All Bidders Must Provide With Their Bid, If Applicable, The Declaration Form Available On The Forms For The Integrity Regime Website (https://www.canada.ca/en/public-services-procurement/services/standards-oversight/supplier-integrity-compliance/forms.html#s2), To Be Given Further Consideration In The Procurement Process. 5.2 Certifications Precedent To Contract Award And Additional Information The Certifications And Additional Information Listed Below Should Be Submitted With The Bid But May Be Submitted Afterwards. If Any Of These Required Certifications Or Additional Information Is Not Completed And Submitted As Requested, The Contracting Authority Will Inform The Bidder Of A Time Frame Within Which To Provide The Information. Failure To Provide The Certifications Or The Additional Information Listed Below Within The Time Frame Provided Will Render The Bid Non-responsive. 5.2.1 Integrity Provisions – Required Documentation In Accordance With The Section Titled Information To Be Provided When Bidding, Contracting Or Entering Into A Real Property Agreement Of The Ineligibility And Suspension Policy (http://www.tpsgc-pwgsc.gc.ca/ci-if/politique-policy-eng.html), The Bidder Must Provide The Required Documentation, As Applicable, To Be Given Further Consideration In The Procurement Process. In Addition To All Other Information Required In The Procurement Process, The Bidder Must Provide The Following: • Bidders Who Are Incorporated, Including Those Bidding As A Joint Venture, Must Provide A Complete List Of Names Of All Individuals Who Are Currently Directors Of The Bidder Or, In The Case Of A Private Company, The Owners Of The Company. • Bidders Bidding As Sole Proprietorship, As Well As Those Bidding As A Joint Venture, Must Provide The Name Of The Owner(s). Surname Given Name(s) Title 5.2.2 Product Conformance The Bidder Certifies That All Goods Proposed Conform, And Will Continue To Conform Throughout The Period Of The Contract, To The Requirement Detailed Under Annex A. __________________________________ ________________ Bidder's Authorized Representative Signature Date Part 6 - Resulting Contract Clauses The Following Clauses And Conditions Apply To And Form Part Of Any Contract Resulting From The Bid Solicitation. 6.1 Security Requirements There Is No Security Requirement Applicable To The Contract. 6.2 Statement Of Requirement The Contractor Must Provide The Items Detailed Under The "requirement" At Annex A. 6.3 Standard Clauses And Conditions All Clauses And Conditions Identified In The Contract By Number, Date And Title Are Set Out In The Standard Acquisition Clauses And Conditions Manual (https://canadabuys.canada.ca/en/how-procurement-works/policies-and-guidelines/standard-acquisition-clauses-and-conditions-manual) Issued By Public Works And Government Services Canada. 6.3.1 General Conditions 2010a (2022-12-01), General Conditions - Goods (medium Complexity), Apply To And Form Part Of The Contract. 6.3.2 Supplemental General Conditions 4001 (2015-04-01), Hardware Purchase, Lease And Maintenance Apply To And Form Part Of The Contract. 6.4 Term Of Contract 6.4.1 Period Of The Contract The Period Of The Contract Begins On The Date The Contract Is Awarded And Ends One (1) Year After Delivery And Acceptance Of The Requirement. 6.4.2 Delivery Date All The Deliverables Must Be Received On Or Before December 10, 2024. 6.4.3 Delivery Points Delivery Of The Requirement Will Be Made To Delivery Point Specified Below: National Research Council Canada Ottawa On K1a 0r6 6.4.4 Shipping Instructions - Delivered At Place Goods Must Be Consigned And Delivered To The Destination Specified In The Contract: Delivery At Place (dap) Ottawa On K1a 0r6 Incoterms® 2020 For Shipments From A Commercial Contractor. Nrc Customs Contacts For Any Customs And Transportation Logistics Enquiries: - Daniel Frampton: (613) 993-9113 / Daniel.frampton@nrc-cnrc.gc.ca - Christian Latreille: (613) 993-2259 / Christian.latreille@nrc-cnrc.gc.ca As Part Of Nrc’s Commitment To Greening Government Operations, The Contractor Is Encouraged To Minimize, Include Recycled Content, Re-use, Or Reduce/eliminate Toxics In Packaging, When Possible. 6.4.5 Packaging The Methods Used For Preservation And Packaging Must Be In Conformity With The Contractor’s Normal Standard For Domestic Shipment Or, If Necessary, With Standards For Overseas Shipment As Below Deck Cargo. 6.4.6 Delivery And Unloading 1. Delivery Trucks Must Be Equipped With An Unloading Device Which Will Permit Unloading At Sites With No Hydraulic, Stationary Or Other Type Of Unloading Facility. 2. When Making Deliveries, Sufficient Personnel Must Be Provided To Permit Unloading Of Any Type Of Vehicle Without The Assistance Of Federal Government Personnel. 3. At Some Sites, The Delivery Truck Must Be Unloaded While Parked At The Curb. When Material Is Placed On The Sidewalk, It Must Be Placed In Proximity To The Designated Entrance So As To Be Readily Accessible To Transport By Mechanical Handling Equipment Utilized By Site Personnel. 6.5 Authorities 6.5.1 Contracting Authority The Contracting Authority For The Contract Is: Katie Homuth Senior Contracting Officer National Research Council Canada (nrc) Finance And Procurement Services (fps) Branch 1200 Montreal Road, Building M-58, Ottawa On K1a 0r6 E-mail Address: Katie.homuth@nrc-cnrc.gc.ca / Phone: 343-549-4539 The Contracting Authority Is Responsible For The Management Of The Contract And Any Changes To The Contract Must Be Authorized In Writing By The Contracting Authority. The Contractor Must Not Perform Work In Excess Of Or Outside The Scope Of The Contract Based On Verbal Or Written Requests Or Instructions From Anybody Other Than The Contracting Authority. 6.5.2 Technical Authority [to Be Completed At Contract Award] The Technical Authority For The Contract Is: Name: _________ Title: _________ Organization: __________ Address: __________ Telephone: ___ ___ _______ E-mail Address: ___________ The Technical Authority Is The Representative Of The Department Or Agency For Whom The Work Is Being Carried Out Under The Contract And Is Responsible For All Matters Concerning The Technical Content Of The Work Under The Contract. Technical Matters May Be Discussed With The Technical Authority; However, The Technical Authority Has No Authority To Authorize Changes To The Scope Of The Work. Changes To The Scope Of The Work Can Only Be Made Through A Contract Amendment Issued By The Contracting Authority. 6.5.3 Contractor's Representative [to Be Completed By The Bidder] Name: _________ Title: _________ Address: __________ Telephone: ___ ___ _______ E-mail Address: ___________ 6.6 Payment 6.6.1 Basis Of Payment The Contractor Will Be Paid For Costs Reasonably And Properly Incurred In The Performance Of The Work Under This Contract In Accordance With The Following: In Consideration Of The Contractor Satisfactorily Completing All Of Its Obligations Under The Contract, The Contractor Will Be Paid A Fixed Price As Specified In Annex B – Basis Of Payment For A Cost Of $ _________ (insert The Amount At Contract Award). Customs Duties Are Excluded And Applicable Taxes Are Extra. Canada Will Not Pay The Contractor For Any Design Changes, Modifications Or Interpretations Of The Work, Unless They Have Been Approved, In Writing, By The Contracting Authority Before Their Incorporation Into The Work. 6.6.2 Method Of Payment - Single Payment Canada Will Pay The Contractor Upon Completion And Delivery Of The Work In Accordance With The Payment Provisions Of The Contract If: A. An Accurate And Complete Invoice And Any Other Documents Required By The Contract Have Been Submitted In Accordance With The Invoicing Instructions Provided In The Contract; B. All Such Documents Have Been Verified By Canada; C. The Work Delivered Has Been Accepted By Canada. 6.6.3 Standard Acquisition Clauses And Conditions (sacc) Manual Clauses C2000c (2007-11-30), Taxes - Foreign-based Contractor C2605c (2008-05-12), Canadian Customs Duties And Sales Tax - Foreign-based Contractor 6.6.4 Electronic Payment Of Invoices – Contract The Contractor Accepts To Be Paid Using Any Of The Following Electronic Payment Instrument(s): A. Direct Deposit (domestic Only); B. Wire Transfer (international Only); 6.7 Inspection And Acceptance The Technical Authority Is The Inspection Authority. All Reports, Deliverable Items, Documents, Good And All Services Rendered Under The Contract Are Subject To Inspection By The Inspection Authority Or Representative. Should Any Report, Document, Good Or Service Not Be In Accordance With The Statement Of Requirement And To The Satisfaction Of The Inspection Authority, As Submitted, The Inspection Authority Will Have The Right To Reject It Or Require Its Correction At The Sole Expense Of The Contractor Before Recommending Payment. 6.8 Invoicing Instructions 6.8.1 The Contractor Must Submit Invoices In Accordance With The Section Entitled "invoice Submission" Of The General Conditions. Invoices Cannot Be Submitted Until All Work Identified In The Invoice Is Completed. 6.8.2 Invoices Must Be Distributed As Follows: (a) Invoices And Order Confirmations Must Be Sent Via E-mail To: Nrc.invoice-facture.cnrc@nrc-cnrc.gc.ca (b) To Facilitate The Payment Process, It Is Important That The Contractor Quote The Contract Number On All The Invoices, Shipping Bills And Packing Slips. Failure To Do So Will Delay Payment And The Date Used For Calculating Interest On Overdue Accounts. Please Quote Contract No. [to Be Inserted At Contract Award] On All Documentation And Invoices. 6.9 Certifications And Additional Information 6.9.1 Compliance Unless Specified Otherwise, The Continuous Compliance With The Certifications Provided By The Contractor In Its Bid Or Precedent To Contract Award, And The Ongoing Cooperation In Providing Additional Information Are Conditions Of The Contract And Failure To Comply Will Constitute The Contractor In Default. Certifications Are Subject To Verification By Canada During The Entire Period Of The Contract. 6.10 Applicable Laws The Contract Must Be Interpreted And Governed, And The Relations Between The Parties Determined, By The Laws In Force In Ontario. 6.11 Priority Of Documents If There Is A Discrepancy Between The Wording Of Any Documents That Appear On The List, The Wording Of The Document That First Appears On The List Has Priority Over The Wording Of Any Document That Subsequently Appears On The List. (a) The Articles Of Agreement; (b) The Supplemental General Conditions 4001 (2015-04-01), Hardware Purchase, Lease And Maintenance; (c) The General Conditions 2010a (2022-12-01), General Conditions - Goods (medium Complexity); (d) Annex A - Statement Of Requirement; (e) Annex B - Basis Of Payment; (f) The Contractor's Bid Dated _______ (insert Date Of Bid) (if The Bid Was Clarified Or Amended, Insert At The Time Of Contract Award: “, As Clarified On _______” Or “, As Amended On_________” And Insert Date(s) Of Clarification(s) Or Amendment(s)). 6.12 Sacc Manual Clauses B1501c (2018-06-21) Electrical Equipment B7500c (2006-06-16) Excess Goods D2000c (2007-11-30) Marking D2001c (2007-11-30) Labeling D9002c (2007-11-30) Incomplete Assemblies G1005c (2016-01-28) Insurance – No Specific Requirements 6.13 Dispute Resolution The Parties Agree To Make Every Reasonable Effort, In Good Faith, To Settle Amicably All Disputes Or Claims Relating To The Contract, Through Negotiations Between The Parties’ Representatives Authorized To Settle. If The Parties Do Not Reach A Settlement Within 25 Working Days After The Dispute Was Initially Raised To The Other Party In Writing, Either Party May Contact The Office Of The Procurement Ombud (opo) To Request Dispute Resolution/mediation Services. Opo May Be Contacted By E-mail Opo.boa@opo-boa.gc.ca, By Telephone At 1-866-734-5169, Or By Web At Www.opo-boa.gc.ca. 6.14 Review Of Complaint The Office Of The Procurement Ombud (opo) Was Established By The Government Of Canada To Provide An Impartial, Independent Venue For Canadian Bidders To Raise Complaints Regarding The Administration Of Certain Federal Contracts, Regardless Of Dollar Value. If You Have Concerns Regarding The Administration Of A Federal Contract, You May Contact Opo By E-mail At Opo.boa@opo-boa.gc.ca, By Telephone At 1-866-734-5169, Or By Web At Www.opo-boa.gc.ca. Annex A - Statement Of Requirement Diamond Windows The National Research Council Canada’s (nrc) Aerospace Research Centre (aero) Has A Requirement For Two (2) Identical Diamond Disks (diamond Windows) For Delivery To Ottawa On. The Diamond Windows Are Required As A Part Of Aircraft Installation Of A Far-infrared Radiometer. The Aircraft Is Pressurized, So There Has To Be A Window Separating The Instrument Optical Front-end From The Ambient Atmosphere. One Disk Will Serve As Such A Window For The Instrument’s Optical Path. The Second, Identical Disk Will Be Subjected To Mechanical Tests Required For The Airworthiness Certification Of The Installation. 1.0 Specifications: 1.1 The Contractor Must Provide Two (2) Identical Diamond Disks (diamond Windows) With The Technical Specifications Listed Below: Technical Specifications: The Diamond Windows (disks) Must: 1.1.1 Be Made Of Optical Grade Chemical Vapor Deposition (cvd) Diamond; 1.1.2 Must Have Round Geometry; 1.1.3 Must Have Diameter Of 89 Mm Plus-minus 0.1 Mm; 1.1.4 Must Have Thickness Of 1.35 Mm Plus-minus 0.1 Mm; 1.1.5 Must Have Surface Figure Under 6fringes Pv (side 1 & 2); 1.1.6 Must Have Surface Roughness Ra Under 10nm (side 1 & 2); 1.1.7 Be Parallel With Wedge Under 6 Arc Min; 1.1.8 Have Laser Cut Edges. 2.0 Delivery Information: 2.1 The Delivery Date For The Requirement Is On Or Before December 10, 2024. 2.2 The Delivery Address For The Requirement: National Research Council Canada (nrc) Ottawa, Ontario K1v 2b1 Canada
Closing Soon22 Oct 2024
Tender AmountRefer Documents 

Municipality Of Argao, Cebu Tender

Others
Philippines
Details: Description The Bids & Awards Committee (bac) Of Municipality Of Argao, Cebu, Invites All Interested Suppliers/manufacturers/distributors/contractors/consultants To Apply For Eligibility And To Submit Bids For The Following: B.9 Mobilization /demobilization Quantity 1.00 L.s. Dpwh Standard Output Per Hour (oph)= 1.00 L.s. 1.00 L.s. Mobilization /demobilization Direct Cost: A. Materials: B. Manpower: C. Equipment And Water: Number Of Hours 8.00 1.00 A. Low Bed Trailer Indirect Cost Contractor's Profit 10% Overhead, Contingencies And Miscellaneous (ocm) Expenses 15% Tax (vat/withholding Tax) 5% B.5 Project Billboard/signboard Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Project Billboard/signboard Direct Cost: A. Materials: 64.00 Sq.ft. A. Tarpaulin (4' X 8') 37.00 Bd.ft. B. Lumber Coco 1.00 Kg C. Common Nails Assorted 2.00 Sheets D. Plywood Marine (1/4" X 4' X 8') B. Manpower: Number Of Days 1.00 Lot Minor Tools (10% Of Labor Cost) C. Equipment And Water: Indirect Cost Contractor's Profit 10% Overhead, Contingencies And Miscellaneous (ocm) Expenses 15% Tax (vat/withholding Tax) 5% B.7(2) Occupational Safety And Health Program Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Occupational Safety And Health Program Direct Cost: A. Materials: 2769.00 Man-days A. Safety Helmet 2769.00 Man-days B. Safety Shoes 2769.00 Man-days C. Working Gloves 1.00 Set D. First Aid Kit B. Manpower: Number Of Days 15.00 1.00 A. Safety Practitioner/officer (part Time) Indirect Cost Contractor's Profit 10% Overhead, Contingencies And Miscellaneous (ocm) Expenses 15% Tax (vat/withholding Tax) 5% B.3 Permits And Clearances Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Permits And Clearances Direct Cost: A. Materials: 1.00 L.s. Permits And Other Clearances - Building Permit Processing Fees Indirect Cost Contractor's Profit 10% Overhead, Contingencies And Miscellaneous (ocm) Expenses 15% Tax (vat/withholding Tax) 5% 900(1)c2 " Structural Concrete (footing, Slab On Fill)" Quantity 27.01 M3 Dpwh Standard Output Per Hour (oph)= 0.357 M3 27.01 M3 "structural Concrete (footing, Slab On Fill)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit 10% Overhead, Contingencies And Miscellaneous (ocm) Expenses 15% Tax (vat/withholding Tax) 5% 902(1) " Reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Quantity 833.82 Kg Dpwh Standard Output Per Hour (oph)= 143.438 Kg 833.82 Kg "reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Direct Cost: A. Materials: 1.00 Kg A. Deformed Reinforcing Steel - G40 0.02 Kg B. #16galvanized Iron Wire C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Skilled Laborer 1.00 12.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.50 1.00 A. Bar Cutter 0.50 1.00 B. Bar Bender Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit 10% Overhead, Contingencies And Miscellaneous (ocm) Expenses 15% Tax (vat/withholding Tax) 5% 903 (2) Formworks And Falseworks Quantity 82.18 M2 Dpwh Standard Output Per Hour (oph)= 3.24 M2 82.18 M2 Formworks And Falseworks Direct Cost: A. Materials: 0.35 Pcs A. Ordinary Plywood - 3 Uses 7.19 Bd Ft B. Good Lumber - 3 Use 0.21 Kg C. Assorted Common Wire Nail D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours Installation 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer Removal 0.41 1.00 A. Construction Foreman 0.41 6.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit 10% Overhead, Contingencies And Miscellaneous (ocm) Expenses 15% Tax (vat/withholding Tax) 5% 1047 (2)b Structural Steel (roof Truss, Gi Pipe Column & Rectangular Tube (for Walling)) Quantity 5,072.85 Kg Dpwh Standard Output Per Hour (oph)= 85 Kg 5072.85 Kg Structural Steel (roof Truss, Gi Pipe Column & Rectangular Tube (for Walling)) Direct Cost: A. Materials: 1.00 Kg A. Structural Steel (angular Bar) 1.00 Kg B.gi Pipe Sched 40(6") 1.00 Kg C.rectangular Tube 2"x3" 0.01 Kg D. Acetylene 0.02 Kg E. Oxygen 0.02 Kg F. Welding Rod G. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours Fabrication 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer Erection 0.49 3.00 A. Skilled Laborer 0.49 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.75 1.00 A. Welding Machine 0.25 1.00 B. Cutting Outfit 0.49 1.00 C. Truck Mounted Crane (20-25 Mt) Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit 10% Overhead, Contingencies And Miscellaneous (ocm) Expenses 15% Tax (vat/withholding Tax) 5% 1047 (2)c Structural Steel Purlins Quantity 1,835.49 Kg Dpwh Standard Output Per Hour (oph)= 90.45 Kg Kg 1835.49 Kg Structural Steel Purlins Direct Cost: A. Materials: 1.05 Kg A. Structural Steel Framing Including Cross 0.02 Kg B. Acetylene C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours Fabrication 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 2.00 A. Welding Machine Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit 10% Overhead, Contingencies And Miscellaneous (ocm) Expenses 15% Tax (vat/withholding Tax) 5% 1047 (5) Metal Structure Accessories (steel Plates) Quantity 155.43 Kg Dpwh Standard Output Per Hour (oph)= 12.995 Kg Kg 155.43 Kg Metal Structure Accessories (steel Plates) Direct Cost: A. Materials: 1.05 Kg A. Steel Plates B. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit 10% Overhead, Contingencies And Miscellaneous (ocm) Expenses 15% Tax (vat/withholding Tax) 5% 1047 (3)a Metal Structure Accessories (anchor Bolts) Quantity 176.00 Pc Dpwh Standard Output Per Hour (oph)= 1 Pc 176.00 Pc Metal Structure Accessories (anchor Bolts) Direct Cost: A. Materials: 1.00 Pc A. Anchor Bolt B. Manpower: Number Of Hours 0.10 1.00 A. Construction Foreman 0.10 1.00 B. Skilled Laborer 0.10 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit 10% Overhead, Contingencies And Miscellaneous (ocm) Expenses 15% Tax (vat/withholding Tax) 5% 1014.00 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Quantity 607.07 M2 Dpwh Standard Output Per Hour (oph)= 2.769 M2 M2 607.07 M2 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Direct Cost: A. Materials: 1.00 M A. Prepainted Metal Sheets (rib Type, Long Span, 0.427mm Thk. 10.00 Pc B. Tek Screw C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit 10% Overhead, Contingencies And Miscellaneous (ocm) Expenses 15% Tax (vat/withholding Tax) 5% 1013(1) Fabricated Metal Roofing Accessory (flashings) Quantity 92.38 M Dpwh Standard Output Per Hour (oph)= 10.6 M 92.38 M Fabricated Metal Roofing Accessory (flashings) Direct Cost: A. Materials: 1.05 M A. Flashings (bended) 19.00 Pc B. Blind Rivets C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit 10% Overhead, Contingencies And Miscellaneous (ocm) Expenses 15% Tax (vat/withholding Tax) 5% 1003(1) 4.5mm Fiber Cement Board On Metal Frame Ceiling Quantity 380.39 M2 Dpwh Standard Output Per Hour (oph)= 1.243 M2 M2 380.39 M2 4.5mm Fiber Cement Board On Metal Frame Ceiling Direct Cost: A. Materials: 0.37 Pc "a. 4.5mm Fiber Cement Board Plywood" 1.13 Pc "b. Metal Furring 3m Length" 0.36 Pc C. Carrying Channels 1.00 Pc D. Hanger Bars/rod 6.00 Pc E. Channel Clip 0.24 Pc F. Wall Angle 14.00 Pc G. Rivets 4.00 Pc H. 1" Metal Screw B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit 10% Overhead, Contingencies And Miscellaneous (ocm) Expenses 15% Tax (vat/withholding Tax) 5% 1008.00 Aluminum Glass Window (sliding/ Casement! Awning/ Fixed Type) Quantity 46.20 M2 Dpwh Standard Output Per Hour (oph)= 0.36 M2 46.20 M2 Aluminum Glass Window (sliding/ Casement! Awning/ Fixed Type) Direct Cost: A. Materials: 1.00 M2 A.aluminum Glass Window (sliding) B. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit 10% Overhead, Contingencies And Miscellaneous (ocm) Expenses 15% Tax (vat/withholding Tax) 5% 1100(10) Conduit Works, Boxes And Fittings Quantity 1.00 I.s. Dpwh Standard Output Per Hour (oph)= 1 I.s. 1.00 I.s. Conduit Works, Boxes And Fittings Direct Cost: A. Materials: 2.00 Length A. Pvc Pipe Poly 3/4 70.00 Length B. Pvc Pipe Poly 1/2 5.00 Pcs C. Pvc Square Box Poly 5x5 125.00 Pcs D. Flexible Connector 1/2 44.00 Pcs E. Utility Box 2x4 100.00 Pcs F. Junction Box 4x4 10.00 Pcs H. Electrical Tape - I. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 47.39 1.00 A. Construction Foreman 47.39 1.00 B. Skilled Laborer 47.39 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit 10% Overhead, Contingencies And Miscellaneous (ocm) Expenses 15% Tax (vat/withholding Tax) 5% 1101(33) Wires And Wiring Devices Quantity 1.00 I.s. Dpwh Standard Output Per Hour (oph)= 1 I.s. 1.00 I.s. Wires And Wiring Devices Direct Cost: A. Materials: 60.00 M A. Thhn Wire Stranded # 8 3.00 Box B.thhn Wire Stranded # 12 2.00 M C. Thhn Wire Stranded # 10 19.00 Set D. Flush Type Single-gang Switch 2.00 Set E. Flush Type Two-gang Switch 1.00 Set F. Flush Type Three-gang Switch 18.00 Set G. Flush Type Outlet 3 Gang Universal 4.00 Set G. Flush Type Outlet 1 Gang H. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 28.05 1.00 A. Construction Foreman 28.05 1.00 B. Skilled Laborer 28.05 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit 10% Overhead, Contingencies And Miscellaneous (ocm) Expenses 15% Tax (vat/withholding Tax) 5% 1102(1) Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Quantity 1.00 Set Dpwh Standard Output Per Hour (oph)= 1 Set 1.00 I.s. Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Direct Cost: A. Materials: 1.00 Pcs A. Panel Board Bolt On Type 10 Holes 1.00 Pcs B. 60 Amp. Plug-in Breaker 2.00 Pcs C. 30 Amp. Plug-in Breaker 3.00 Pcs D. 20 Amp. Plug-in Breaker 4.00 Pcs E. 15 Amp. Plug-in Breaker F. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 5.50 1.00 A. Construction Foreman 5.50 1.00 B. Skilled Laborer 5.50 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit 10% Overhead, Contingencies And Miscellaneous (ocm) Expenses 15% Tax (vat/withholding Tax) 5% 1103(1) Lighting Fixtures Quantity 1.00 Set Dpwh Standard Output Per Hour (oph)= 1 Set 1.00 I.s. Lighting Fixtures Direct Cost: A. Materials: 40.00 Set A. Led Bulb Dayligt 13 W 4.00 Units B. Emergency Light (twin Head) 40.00 Units C. Receptacle Socket 4x4 B. Manpower: Number Of Hours 29.00 1.00 A. Construction Foreman 29.00 1.00 B. Skilled Laborer 29.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit 10% Overhead, Contingencies And Miscellaneous (ocm) Expenses 15% Tax (vat/withholding Tax) 5% 1032(1)a Painting Works (masonry Painting) Quantity 380.39 M2 Dpwh Standard Output Per Hour (oph)= 2.10 M2 M2 380.39 M2 Painting Works (masonry Painting) Direct Cost: A. Materials: 0.02 Gal A. Concrete Neutralizer 0.04 Gal B. Concrete Sealer/prime 0.05 Gal C. Patching Compound 0.08 Gal D. Semi Gloss Latex (two Coat Only) E. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit 10% Overhead, Contingencies And Miscellaneous (ocm) Expenses 15% Tax (vat/withholding Tax) 5% 1032(1)c Painting Works (metal Painting) Quantity 178.65 M2 Dpwh Standard Output Per Hour (oph)= 2 M2 178.65 M2 Painting Works (metal Painting) Direct Cost: A. Materials: 0.05 Gal A. Red Oxide Primer 0.10 Gal B. Enamel Paint 0.25 L C. Paint Thinner D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit 10% Overhead, Contingencies And Miscellaneous (ocm) Expenses 15% Tax (vat/withholding Tax) 5%
Closing Date5 Nov 2024
Tender AmountPHP 4 Million (USD 71 K)

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n743.49|wvl|7176052147|benjamin.t.spangler.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection/acceptance Point|6|destination|n39040|||destination|n39040| variation In Quantity (apr 1984)|3|0|5|| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |n/a|tbd|n00104|tbd|n39040|n50286|tbd|133.2|n/a|n/a|n39040|n/a|n/a|see Dd Form 1423 |port_ptnh_wawf_notification@navy. mil Benjamin.t.spangler.civ@us.navy.mil| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|365 Days After Acceptance Of Material|365 Days After Acceptance Of Material||||| warranty Of Data--basic (mar 2014)|2||| buy American --free Trade Agreements--balance Of Payments Program - Basic (jan2023))|3|||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (nov 2020)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (dec 2022))|3|||| buy American-balance Of Payments Program Certificate-basic (nov 2014)|1|| annual Representations And Certifications (mar 2023)|13|333992|1250|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1. The Offer Due Date Is Updated To 21 October 2024. 2. The Poc Is Updated To Amanda Bailey Amanda.l.bailey50.civ@us.navy.mil. 3. The Small Business Set-aside Is Hereby Dissolved. 4. The Quantity Is Updated To 500. \ this Amendment Is Issued To Extend The Closing Date To 28jun2024. \ this Amendment Is Issued To Extend The Closing Date To 01mar2024. \ this Amendment Is Issued To Extend The Closing Date To 05jan2024. \ 1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg. 2. Portsmouth Nsy's Dodaac Has Changed From N00102 To N50286. Any Reference Ton00102 Within This Order Should Be Updated To N50286. 3. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Here In. 4.the Following Proposed Delivery Schedule Applies: submission Of All Certification Data Cdrls 20 Days Prior To Delivery. pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt final Delivery Of Material (365 Days) 5.navsup Wss Mech Will Be Considering Past Performance In The Evaluation Of Offers. See Clause 252.213-7000. 6. This Award Does Not Contain Government Source Inspection (gsi) 7. Far Clause 52.232-25(a)(5), Entitled Prompt Payment, Constructive Acceptanceis Changed From 7 Days To 45 Days After Delivery Of The Supplies In Accordance With The Terms And Conditions Of The Contract. 8. Note To Dcma Aco: Clause Navsupwssga02 Is Amended To Include Post Award Pco Retaining The Following Functions: Far 42.302(3), (32), (37), (38), (40),(41),(43), (45 Through 51), (60) And (62). 9. This Order Is Issued Pursuant To Emergency Acquisition Flexibilities (eaf). 10. Viq 0+/5- Applies To This Order. 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2.2 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. document Ref Data=aws A5.01 | | | |930101|a| | | document Ref Data=aws A5.28 | | | |200930|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | | 3. Requirements 3.1 Manufacture And Design - The Item Furnished Under This Contract/purchase Order Must Meet The Requirements As Specified In Aws-a5.28, Except As Amplified Or Modified Herein. Aws-a5.28 Ordering Data Information Is Provided Below: a. American Welding Society Specification Aws-a5.28; Low Alloy Steel Filler Metals For Gas Shielded Arc Welding. aws Classification - ;er80s-b3l; size, Diameter - ;1/16; spool Size, Weight - ;n/a; cut Length - ;36 Inches; b. American Welding Society Specification Aws-a5.01; Filler Metal Procurement Guidelines. lot Classification - Class S2 intensity Of Testing - Schedule J 3.2 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing (if Any) Per Applicable Specifications Is Still Required, But Certifications Are Only Required As Listed Below. test - ;quality Conformance/compliance Inspection (includes Chemicals And Mechanicals); item - ;rod, Welding; performance - ;aws A5.01 And Aws A5.28; acceptance - ;aws A5.01 And Aws A5.28; 3.3 Container Size - Welding Electrodes Must Be Supplied In ;10; Pound Containers. 3.4 Welding Electrode Strip Heaters - Electrical Resistance Rod-type Or Pad-type Heaters (i.e. Strip Heaters) That Are Controlled Automatically By Thermocouples Or Manually By An On-off Switch Must Be Used To Maintain Preheat/interpass Temperatures Within The required Range Before And During Welding Of The Usability (i.e. Soundness) Test Plate And The Mechanical Property (when Required) Test Plate. The Test Plate Must Be Insulated Or Separated From The Work Bench. Oxy-fuel Heating Of Any Test Plate Is Not permitted. 3.4.1 Holding Fixture - During Welding, The Mechanical Property Test Plate Must Be Held In Place By A Fixture Built In Accordance With "holding Fixture For Mechanical Property Test Plates", (csd005 In The Ecds (electronic Contractor Data Submission) System at: Https://register.nslc.navy.mil/) the Strip Heaters Required Above Must Be Placed Against The Back Side Of The Test Plate, Between The Test Plate And The Base Plate Of The Test Fixture. The Length And Width Of The Test Plate Must Be Dimensioned So As To Be Adequately Held In Place By The fixture. 3.5 Radiography - Radiography Is Required For Test Weldments And Must Be Performed In Accordance With T9074-as-gib-010/271 As Modified By Aws-a5.28. Acceptance Criteria Must Be Aws-a5.28. 3.6 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government Inelectronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.6.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. Requests Must Include The information Listed Below. a. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. b. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. c. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To Theoperational Use Of The Product. d. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.6.2 Requests For Waivers/deviations For Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/ 3.6.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: a. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. b. A Complete Description Of The Change To Be Made And The Need For That Change. c. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. d. Proposed Changes To Documents Controlled By The Government. e. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. f. Recommendations About The Way A Retrofit Should Be Accomplished. g. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of Theproduct. h. Impacts To The Operational Use Of The Product. i. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. j. Milestones Relating To The Processing And Implementation Of The Engineeringchange. 3.7 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. 3.8 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. ^ Quality Assurance Requirements ^ 3.9 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.9.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government To Determine The System's Effectiveness In Meeting The Quality Requirements established In The Contract/purchase Order. 3.9.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon Notification, Make His Facilities available For Audit By The Contracting Officer Or His Authorized Representative. 3.9.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement. 3.9.4 This Contract Provides For The Performance Of Government Quality Assurance At Destination. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. 3.9.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco. 3.10 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected. 3.10.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made Available For operations Of Such Devices And For Verification Of Their Accuracy And Condition. 3.10.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided By The government. 3.11 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Any Purchasing Documents To A Subcontractor Must Cite The applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of This Order, Promptly Notify The Prime Contractor Who Will Notify The Pco So That Appropriate planning For Government Inspection Can Be Accomplished. 3.11.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document. 3.11.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services specified In The Purchase Order Or Contract. 3.11.3 The Prime Contractor Must Ensure That The Purchased Product Conformsto Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The purchased Product On The End Item Represented By This Contract. 3.11.4 The Prime Contractor Must Evaluate The Requirements Of The Contractand Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be established. Records Of This Effort Must Be Available For Review By The Government. 3.11.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier. 3.12 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following: 3.12.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.12.2 Inspection For Completeness And Proper Type. 3.12.3 Verification Of Material Quality Received. 3.12.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.12.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.12.6 Identification And Protection From Improper Use Or Disposition. 3.12.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And Necessity for Withholding The Material From Use. 3.12.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On bailed Property Must Be Maintained. 3.12.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.13 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other Required objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within Paragraph 3, section C Of This Contract/purchase Order. 3.13.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That implement The Material Control Requirements Stated Herein And Elsewhere In This Contract/purchase Order. 3.14 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number, As Applicable, Which Must Also Be Marked On The Unit Containers. This Traceability Marking Must Provide direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component. 3.14.1 Permanent Markings Are Not Required For Consumable Material (weld Filler Material, Etc.). Traceability Must Be By A Label Attached To Each Unit Container. The Unit Container Identification Label Must Include, In Addition To The Contract Number And The national Stock Number (nsn), All Markings Required For Identity And Traceability. Each Container In The Lot Must Contain Material From The Same Traceability Number Or Heat/lot, As Defined In The Applicable Specification. Identification Marking Must Be The Type designation In Accordance With The Applicable Detail Specification. 3.14.2 For Covered Welding Electrodes, The Type Designation Or Classification Number Must Also Be Applied To The Electrode Covering Within The Space 2 1/2 Inches From The Grip End Of The Electrode. The Marking Must Consist Of At Least One Complete Type designation Or Two Or More Partial Type Designations That Can Be Read Or Positively Interpreted As The Intended Designation. The Two Partial Type Designations Must Consist Of At Least The Top Portion And The Bottom Portion Of The Designation. 3.14.3 Individual Cut Length Bare Welding Rods Must Be Identified In Accordance With The Applicable Commodity Specification. In The Absence Of Specific Specification Marking Requirements, At Least One Legible Type Designation/classification Number Must Be applied To Each Rod, Either By Stamping Or By Tagging (i.e. Flag Tagging). 3.14.4 Spool And Coil Weld Filler Material Must Be Identified In Accordance With The Applicable Commodity Specification. 3.15 Material Certification - In Addition To The Certification Data Requirements Specified In The Detailed Specification Invoked In This Contract, The Following Material Certification Requirements Apply: 3.15.1 See Cdrl Di-misc-81020 (quality Conformance/required Tests) - Certification Is Required For Each Test Performed Under Quality Conformance Listed In The Applicable Paragraph Of The Military Specification. (or Table 5 Of Aws Specifications). 3.15.2 In Addition To Quantitative Chemical And Mechanical Properties, (as Required By The Applicable Specification), The Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type And Finish, As Applicable, Of The Material supplied. 3.15.3 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And Contract requirements. Transcription Of Certification Data Is Prohibited. 3.15.4 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable. 3.15.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.16 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance: 3.16.1 All Welding Electrodes/inserts Must Be Sample Inspected In Accordance With The Applicable Welding Electrode/insert Specification, Except The Unit Containers Must Be 100% Inspected For Traceability Marking And That The Markings Are Legible. 3.16.2 All Data Concerning Material Verification (chemical And Mechanical Properties), Traceability (material Certifications To Material/unit Container Marking) And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The certification Test Reports Must Be 100% Inspected For Completeness And Legibility, And That There Is A Test Report For Each Heat Or Lot Of Material Being Shipped. 3.17 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address And Date. 2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12) 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable). 5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed satisfactorily. 9. Contractor's Or Authorized Personnel's Signature. 4. Quality Assurance 4.1 Notes To The Contractor - 4.1.1 The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. The Departure Must Be considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Record Of These Departures, Traceable To The Applicable Part Number And contract Number Must Be Submitted To The Pco. 4.1.3 The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions, And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That He Material Supplied conforms To The Specified Requirements. 6.1.7 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks). Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.8 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.9 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.10 A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.11 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.12 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.13 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.14 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.15 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.16 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.17 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ; - 10/20/2016 - Updated Ecds Url - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - May 02 2009 - Added Lubricants And Sealants To The C Of C - Aug 27 2014 - Took Out Contractor's Phone Number Requirement - May 16 2013 - Removed Gsi From This Material. - Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section.; date Of First Submission=asreq paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq the Following Paragraphs Of Di-misc-81020 Must Be Modified As Shown Below: 10.1.1 - Add: Material Marking For Spooled Wire Must Be As Identified Within The Applicable Commodity Specification. 10.1.2 - Add: For Weld Materials, The Weld Material Manufacturer Is Considered The Original Mill. 10.2 - Replace The Entire Paragraph With: For Weld Materials, Certification Is Required For Each Test Performed Under Quality Conformance Listed In The Applicable Paragraph Of The Military Specification. (or Table 5 Of Aws Specifications) block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
Closing Soon21 Oct 2024
Tender AmountRefer Documents 
8401-8410 of 8879 active Tenders